Loading...
HomeMy WebLinkAbout7. MANAGER'S REPORT 3/5/2002INTEROFFICE MEMORANDUM TO: FROM: DATE: SUBJECT: Background VILLAGE MANAGER MICHAEL E. JANONIS PROJECT ENGINEER FEBRUARY 28, 2002 - ::: 2002 STREET RESURFACING PROGRAM This year's project represents the sixth year of the accelerated street improvement program and includes the resurfacing of approximately 10 miles of Village streets. This year we also combined both the MFT funded program and the Village Street Improvement funded program into one project in order to secure an early and more favorable bid. Bids Results A notice to bidders was published in a local newspaper. Since this project uses MFT funds it was also published in the IDOT construction bulletin. On February 26th, at 10:00 A.M. sealed bids were received for the 2002 Street Resurfacing Program. At this time, the sealed bids were publicly opened and read aloud. Nine contractors received contract bid documents and four contractors submitted bids. The bids ranged from a low of $3,357,902.44 by An'ow Road Construction Company to a high of $4,384,643.40 by Plote Construction Inc. The Engineer's estimate for the project was $4,113,947.50. Below is a summary of the bids. Bidders Total Bid Arrow Road Construction Co. Johnson Paving Co. R.W. Dunteman Co. Plote Construction, Inc. $3,357,902.44 $4,222,970.54 $4,346,792.85 $4,384,643.40 Engineer' s Estimate $4,113,947.50 Discussion All bidders submitted IDOT Local Agency Bid Bonds in the amount of 5% of their total bids as required by the Contract Documents. All bids were checked for their accuracy. No errors were found. All bidders correctly signed their bids and bid bonds. The low bidder Arrow Road Construction Co. has previously completed street improvements for the Village including the 2000 and 2001 Street Resurfacing and Reconstruction Programs and their work has been acceptable. age 2 2000 Street Resurfacing Program March 2, 2000 Recommendation The Village budget limit for this project is $3,847,400. $3,357,902.44. Arrow Road Construction's low bid is Funding for this project is as follows: Account Code No. 0507706-690049 Account Code No. 5607706-690084 Account Code No. 5607706-690094 Account Code No. 6305111-690103 $1,480,400 * $1,827,000 $360,000 ** $180,000 [$3,847,4001 * Includes $290,400 carryover from 2001 Resurfacing Program (MFT) ** Carryover from 2001 Reconstruction Program The bid quantities are estimated quantities. Based on my Engineer's Estimate of $4,113,947.50, I reduced the number of streets scheduled for resurfacing. Since prices have come in lower that my Engineer's Estimate, I am requesting that we add some additional street and adjust the quantities to the total funds available. Therefore I recommend that the Iow bidder Arrow Road Construction Co. be awarded the contract for the 2002 Street Resurfacing Program in the amount not to exceed $3,847,400.00. Michalik I concur with the above recommendation. Puddler Attachments: Project Map X:\F1LES~ENGiNEER~ESURFAC\Resur f2002\CorreshMEMO_JAN.DOC N 2002 Street Resurfa¢ing Program (MFT) Street From To BERKSHIRE LN ELM ST SCHOOL ST BURNING BUSH LN EUCLID AV CAMP MCDONALD RD BURR OAK DR BURNING BUSH LN LAMA LN BUSINESS CNTR DR FEEHANVILLE DR FEEHANVILLE DR BUSSE AV WE GO TR LAMS CT CANDOTAAV GO WANDO TR LINCOLN ST CANDOTA AV GOLF RD LONNQUIST BV CIRCLE DR COTTONWOOD LN FROST DR COUNCIL TR I-OKA AV RT 83 CYPRESS DR ASH DR GOLF RD DRESSER DR CANDOTA AV BUSSE AV FROST DR CIRCLE DR CYPRESS DR GREGORY ST PINE ST MAIN ST ISABELLA ST RT 83 MAPLE ST MAGNOLIA LN TAMARACK DR LAVERGNE DR MALMO RD cu? de sac MAPLE ST GOLF RD LONNQUIST BV SEE GWUN AV GOLF RD LONNQUIST BV THORNWOOD LN TAMARACK LN LAVERGNE DR 2002 Street Resurfacing Program (Non-MFT) Street From To EASTWOOD AV HENRY ST GREGORY ST FAIRVIEW AV GREGORY ST HIGHLAND ST GO WANDO AV SEE GWUN AV WAPELLA AV HARVEST LN BUSINE55 CTR DR 250' east HENRY ST FOREST AV ELMHURST AV ISABELLA ST FAIRVIEW AV ELMHURST AV LONNQUIST BV ELMHURST RD BYRON CT LONNQUIST BV MAIN 5T EMERSON 5T LONNQUIST BV EMERSON 5T SCHOOL 5T LONNQUIST BV SCHOOL ST OWEN ST MAPLE ST PRK LOT LINCOLN ST PROSPECT AV MEADOW LN ELMHURST RD EUCLID AV NW HWY PARKING PROSPECT MANOR AV N/O CENTRAL OXFORD PL WEDGEWOOD LN ELMHURST RD PINE ST-ALLEY SHABONNE TR PINE ST PROSPECT AV PINE ST RT 83 PROSPECT AV RT 83 MAPLE ST PROSPECT MANOR AV N/O ISLAND WALNUT ST SCHOOL ST LONNQUIST BV CREEK STRATFORD PL MEADOW LN WEDGEWOOD LN THAYER ST FOREST AV ELMHURST AV WALNUT ST PROSPECT MANOR AV RIDGE AV WALNUT ST-ALLEY PROSPECT MANOR AV RIDGE AV WEDGEWOOD LN RAND RD EUCLID AV M0 n):t. Pr0spec, F re p a ment Interoffice TO: FROM: DATE: SUBJECT: MICHAEL E. JANONIS, VILLAGE MANAGER MICHAEL ;I. FIGOLAH, FIRE CHIEF FEBRUARY 20, 2002 WARNING SIREN TELEMETRY SYSTEM - WAIVER OF BID The Fire Department is requesting approval to purchase a warning siren telemetry system for the Villages' six warning sirens from Fulton Contracting Company for an amount not to exceed $25,250. Funding for this purchase is provided in account number 5107702-690219 Warning Siren Telemetry on page 291 in the 2002 budget book. Fulton Contracting Company is the sole source for this system as they are the developers of the technology and the only provider of this service. The telemetry system will monitor the warning sirens on a 24-hour basis. The system polls, interprets and sends information back and forth between its computer and the siren sites about loss of power, battery problems, and intrusion. The Fire Department will be notified immediately if there are any failures of the warning sirens. Currently, the sirens are physically inspected twice a year as part of an annual maintenance contract with Fulton Contracting Company. One year after the system is installed we will incur an annual telemetry system-monitoring fee of $378.00; however, we can reduce our annual maintenance contract fee by approximately $1352.00. Since the sirens will be closely monitored with the telemetry system we can reduce our physical inspections from a semi-annual to an annual basis. Fulton Contracting currently monitors and tests hundreds of sirens and control stations throughout several states from their facility in Roselle, Illinois. They currently have a control station installed at Northwest Central Dispatch that is being used by Elk Grove Village and Hoffman Estates, which have this telemetry system installed on their sirens. This system is in use in the following area communities and at all of the . Nuclear Power Plants in the Illinois: Aurora Elk Grove Village Addison Hoffman Estates Bartlett Joliet Bensenville Schaumburg Attached to this memo are a description and a typical configuration of a warning siren telemetry system. MF/jm Attachments H:\I Archives\02 February\MF-Warning Siren Telemetry System-Village Manager.doc TON SIREN TELEMETRY SYSTEMS Prior to Telemetry, sirens were activated by one-way radio signals. When the siren "heard" the signal via its radio, it would decode the signal and command the siren to operate. Verification of actual siren operations was aceomplished by having someone stand by each siren and listen. Unfommately, since most sirens today are ordy tested once a month, no one act,,mlly knows ~e rest of the time if the siren is operational. Following the monthly test, a loss of power or siren malfunction would go unnoticed until the next monthly test or emergency. When the Nuclear Power Industry, with its hundreds of remote sirens, needed a means of monitoring and testing its sirens on a 24-hour basis, telemetry finally evolved into today's modem siren warning system. Because of the Three Mile Island incident, Fulton Contracting Company, working closely with the Nuclear Industry, designed and installed the largest two-way siren monitoring and control system in the world. Fulton Contracting presently monitors and tests hundreds of sirens and control stations throughout several states fi:om our facility in Roselle, Illinois. The System 400 polls, interprets and sends information back and forth between its computer and the siren sites about loss of power, intrusion and weather information. The System 4000 consists ofa cenWalized computer which performs basic monitoring, command and record-keeping functions. Remote Terminal Units (RTU's) are installed at each siren. Status of the sirens is monitored by the RTU's sensors and sent back to the central computer. From this information, the central computer determines if the siren's operations are satisfactory or requires service. Activation of the siren can be initiated fi:om the central computer's keyboard or fi:om a remote push button panel. Simplicity and ease of operation are two important features of the System 4000. Another feature is the quiet testing of sirens. This is done via a"growl" test which involves activation of the siren for tenths of seeonds. This is enough time for the siren's sensors to verify operation but so brief that it is not heard by the public. This testing provides valuable information on each siren's status, fi:om intrusion and loss of power and communication, everything is reported and logged into the central computer. The System 4000 is like no other system. It is designed to work with all manufacturers' sirens. Fulton Contracting can provide the right siren telemetry system to meet any application. sirens\telema'y illage of Mount Prospect Mount Prospect, Illinois INTEROFFICE MEMORANDUM TO: FROM: DATE: SUBJECT: ASSISTANT VILLAGE MANAGER DAVE STRAHL MIS COORDINATOR FEBRUARY 15, 2002 PURCHASE OF POLICE AND FIRE SERVERS Both the Police and Fire Departments are scheduled to replace their servers this year. Those replacements weren't included in the 2002 computer purchases requested at the February 5TM Village Board Meeting, but are being requested at this time. As with the previous requests, quotes from three different vendors are provided below. The quotes are comparable except that Micron is offering a slightly slower processor. Gateway's price is the lowest. Gateway MlC~r~0h Compaq Pent[urn III, 1.4 GHz Processor Penfium Ill, 1 GHz Processor Pentium Ill, 1.4 GHz Processor 1024 Mb ECC SDRAM 1024 Mb ECC SDRAM 1024 Mb SDRAM (6) 18 Gb Ultra 160 SCSI (6) 18 Gb Ultra 160 SCSI (6) 18 Gb Ultra 160 SCSI 10K RPM Hard Drives 10K RPM Hard Drives 10K RPM Hard Drive Dual Channel RAID Controller Dual Channel RAID Controller Dual Channel RAID Controller Windows 2000 Server Operating Windows 2000 Server Operating Windows 2000 Server Operating System System System $5,194 $5,205 $8,228 An external DDS-4 tape drive is also needed for each server but is not available from the server manufacturer. One of the tape drives has already been purchased, but a secon, d drive is needed for the second server. The tape drive would be purchased separately from CDW at a cost of $1304. Please consider this purchase request for two Gateway servers at a cost of $5194 each ($10,388) and a single external tape drive from CDW at a cost of $1304. The total purchase price is $11,692. The Village has been well satisfied with Gateway equipment and would like to continue the relationship. h\lnventory~_002 Requests2.doc Middleton MIS Coordinator