Loading...
HomeMy WebLinkAbout7. MANAGERS REPORT 5/6/03Mount Prospect Public Works Department INTEROFFICE MEMORANDUM SUBJECT: FROM: SUPERINTENDENT OF STREETS & BUILDINGS DATE: APRIL 16, 2003 SEALED BID RESULTS FOR THE 2003 BRICK PAVER SEALING PROGRAM (NOT TO EXCEED $20,000) BACKGROUND This bid is for our first annual contract for sealing of brick pavers in our downtown streetscape walk area. The sealing of brick pavers is necessary to keep the brick color from fading and seal out moisture, dirt, oil and paint that may get imbedded into the brick pavers. Sealing extends the life expectancy of the brick walk and makes cleaning easier. BID RESULTS Sealed bids were opened at 10:00 A.M. on April 15, 2003 for the proposed 2003 brick paver sealing program. Bid prices were based on estimated quantities of 22,000 square feet. Six invitational bids were mailed, and a bid notice was placed in the local paper. Five bids were received, the results are as follows: Bidder Advanced Pavement Technology Surface Protectors American Brick Paver, Inc. Seal-It-Rite Paver Care, Inc. Bid Price $15,t80.00 $16,060.00 $16,500.00 $17,380.00 $24,200.00 X:\USERS~PBURES\WORD\STREET\brickpavseal.2003 .RES .doc 1 age two 2003 Brick Paver Sealing Bid Results April 16, 2003 DISCUSSION The low bidder, Advanced Pavement Technology, supplied us with four references. All stated that Advanced Pavement Technology has done quality work and they would use them again. Funds for this proposed contract are, in the current budget, on page 221, account code 0015104~ 540510, in the amount of $20,000. Quantities will be adjusted so the total expenditure will not exceed the budgeted amount. RECOMMENDATION I recommend acceptance of the lowest bid as submitted by Advanced Pavement Technology for the 2003 brick paver sealing contract in an amount not to exceed $20,000. I concur: Director of Public Works Paul Bures Superintendent of Streets & Buildings PB Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey file X:\USERSkPBURES\WORD\STREETXBASNREP2003 RES.doc 2 > INTEROFFICE MEMORANDUM TO: FROM: DATE: SUBJECT: VILLAGE MANAGER MICHAEL E. JANONIS PROJECT ENGINEER MAY t, 2003 2003 SHARED COST SIDEWALK PROGRAM (NOT TO EXCEED $83,500.00) Back~round This program is a cooperative effort between the residents and the Village to share in the cost of replacing sidewalk throughout the Village. Information about the Shared Cost Program was published in the Village Newsletter, giving residents an opportunity to have sidewalk replaced at a discounted cost. This year's cost to the resident was increased from $35.00 to $40.00 per sidewalk square. Based upon the Iow bid received, the total cost of one sidewalk square will be $85.00 this year. The Shared Cost Sidewalk Program is dependent upon resident participation. Bids Results Sealed bids for the 2003 Shared Cost Sidewalk Program were publicly opened and read aloud on April 29, 2003 at t0:00 A.M. A bid notice was posted in a local newspaper as required p~ior to the opening. Seven invitational bids were mailed and all seven contractors submitted bids. The bids ranged from a Iow of $77,685.00 by Strada Construction Company to a high of $138,702.00 by Alliance Contractors, Inc. The Engineer's estimate for the project is $83,240.00. All bidders submitted Bid Bonds in the amount of 5% of their total bids as required in the Bid Proposal Packet. All bids were checked for their accuracy. All bidders correctly signed their bids and bid bonds. Below is a summary of the bids: Strada Construction Co.. Schroeder and Schroeder, Inc. Globe Construction, Inc. RAI Concrete, Inc. Suburban Concrete, Inc. Meridian Construction Company, Inc. Alliance Contractors, Inc. $ 77,685.00 $ 77,966.00 $ 83,795.00 $ 85,366.00 $ 94,475.OO $115,608.50 $138,702.00 Engineer's Estimate $ 83,240.00 age 2 May 1,2003 2003 Shared Cost Sidewalk Program Discussion The Iow bidder, Strada Construction Company, is prequalified by the Illinois Department of Transportation for projects up to $500,000.00. They successfully completed the 2002 Sidewalk Improvement Programs and the work was acceptable. The Shared Cost Sidewalk budget amount is $103,500.00. Every year $20,000.00 is set aside for reimbursements to residents for work completed by their own contractors replacing public sidewalk in front of their homes. The available funds for the Shared Cost Sidewalk Project are, therefore, $83,500.00. Recommendation The Contractor's bid is based on estimated quantities. The lowest bid, in the amount of $77,685.00, is within the total budget for the 2003 Shared Cost Sidewalk Program. We recommend the contract for the 2003 Shared Cost Sidewalk Program to be awarded to the low bidder, Strada Construction Company in an amount not to exceed $83,500.00 to cover the full amount budgeted for the program. Quantities will be adjusted accordingly. Funding for this project is under the following Account Code Number: 0015104-690004, Page 221; Shared Cost Sidewalk Program ($103,500.00) Please include this item on the May 6th Village Board Meeting Agenda. Donna M. Brown I concur with the above recommendation. '0~'"o f~P 'u~bli~. Andler cc: Deputy Village Clerk Kimberly Dewis X:\PW\DATA\DIV\ENGINEERING\PROJ ECTS\SlDEWALK\2003\ShareCost\RecommendContractor.doc INTEROFFICE MEMORANDUM CITY USA TO: FROM: DATE: SUBJECT: PROJECT ENGINEER ~~.~..~ MAY 1, 2003 2003 CDBG SIDEWALK PROGRAM (NOT TO EXCEED $115, Backqround The project consists of the installation of handicap accessible sidewalk ramps at various locations and the replacement of uneven sidewalk. A location map is attached. Bids Results Sealed bids for the 2003 CDBG Sidewalk Program were publicly opened and read aloud on April 29, 2003 at 10:00 A.M. A bid notice was posted in a local newspaper as required prior to the opening. Seven invitational bids were mailed and all seven contractors submitted bids. The bids ranged from a Iow of $92,425.00 by Strada Construction Company to a high of $201,347.00 by Alliance Contractors, Inc. The Engineer's estimate for the project is $114,234.50. All bidders submitted Bid Bonds in the amount of 5% of their total bids as required in the Bid Proposal Packet. All bids were checked for their accuracy. One minor error was found in the Meridian Construction Company's bid. It did not affect the overall results. All bidders correctly signed their bids and bid bonds. Below is a summary of the bids: strada Construction Co. Schroeder and Schroeder, Inc. RAI Concrete, Inc. Globe COnstruction, Inc. Suburban Concrete, Inc. Meridian Construction Company, Inc. Alliance Contractors, Inc. $ 92,425.00 $ 96,710.00 $108,481.00 $119,882.00 $121,375.00 $156,189.80 $201,347.00 Engineer's Estimate $114,234.50 age 2 May 1,2003 2003 CDBG Sidewalk Program Discussion The Iow bidder, Strada Construction Company, is prequalified by the Illinois Department of Transportation for projects up to $500,000.00. They successfully completed the 2002 Sidewalk Improvement Programs and the work was acceptable. The 2003 CDBG Sidewalk Program combines funds available in two accounts: ADA Compliance Project account with a budget of $50,000.00 and Sidewalk Repairs account with a budget of $65,000.00. The total budget for the 2003 CDBG Sidewalk Program is $115,000.00. Recommendation The Contractor's bid is based on estimated quantities. The lowest bid, in the amount of $92,425.00, is within the total budget for the 2003 CDBG Sidewalk Program. We recommend the contract for the 2003 CDBG Sidewalk Program to be awarded to the Iow bidder, Strada Construction Company in an amount not to exceed $115,000.00 to cover the full amount budgeted for the program. Quantities will be adjusted accordingly. Funding for this project is under the following Account Code Numbers: 0702306-640009, Page 152; ADA Compliance Project ($50,000.00) 0702306-690010, Page 152; Sidewalk Repairs ($65,000.00) Please include this item on the May 6th Village Board Meeting Agenda. Donna M. Brown I concur with the above recommendation. Di~-;ctor-of Public~ndler Attachments: Project Area Map Cc: Deputy Village Clerk Kimberly Dewis X:\PW\DATA\DI'C,E N Gl NE ERI NG\PROJ ECTS\SlDEWALK\2003\CDBG\RecornmendContractor.doc VILLAGE OF MOUNT PROSPECT '~1 CDBG SIDEWALK PROGRAM UNEVEN S~DEWALK REPAIRS UNEVEN SIDEWALK REPAIRS AND ADA COMPLIANCE AREA Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: FROM: DATE: VILLAGE MANAGER MICHAEL E. JANONIS DEPUTY DIRECTOR OF PUBLIC WORKS MAY 1, 2003 SUB J: PUBLIC WORKS UNIFORM RENTAL AND CLEANING CONTRACT (NOT TO EXCEED $13,325.52 / YEAR FOR 36 MONTHS) Background For many years, the labor agreement between the Village of Mount Prospect and the Service Employees International Union (SEIU) Local 73 has stipulated that 100% cotton work uniforms be provided to all bargaining unit employees. In an effort to comply with this requirement, staff has routinely let bids for a 36-month contract to supply and launder industrial work uniforms. The current 36-month contract was initiated in 2000 and is due to expire in July 2003. Bid Results At 10:00 AM on Tuesday, April 29, 2003, sealed bids were opened for the weekly rental and cleaning of uniforms worn by Public Works Department maintenance personnel. A legal notice was placed in the Daily Herald and six (6) invitational bids were distributed to local vendors. Three (3) bids were received. The results are listed below: A B C D No. Of No. Of Cost I Cost / Year Descri tion 100% Cotton Shirts & Pants 34 5 $5.70 $10,077.60 100% Cotton Indura Flame Resistant Shirts & Pants 6 5 $8.70 $2,714.40 100% Cotton Shirts & Pants 3 3 $3.42 $533.52 Total Annual Cost: $13,325.52 100% Cotton Shirts & pants 34 5 $6.20 $10,961.60 100% Cotton Indura Flame Resistant Shirts & Pants 6 5 $8.30 $2,589.60 100% Cotton Shirts & Pants 3 3 $3.72 $580.32 Total Annual Cost: $14,131.52 100% Cotton Shirts & Pants 34 5 $6.15 $10,873.12 100% Cotton Indura Flame Resistant Shirts & Pants 6 5 $12.10 $3,775.20 100% Cotton Shirts & Pants 3 3 $3.91 $609.96 Total Annual Cost: $15,258.28 age 2 of 2 May 1,2003 Public Works Uniform Rental and Cleaning Contract Discussion Based on this tabulation, the lowest annual cost for this proposed contract is $13.325.52 as submitted by A.W. Zengeler, Inc. of Chicago, Illinois. Staff has checked the references provided by A.W. Zengeler and all gave satisfactory reports with regard to their service and the quality of their garments. A.W. Zengeler has not provided uniform rental and cleaning services to the Village of Mount Prospect in the past. However, they have provided similar service to several local municipalities including the City of Prospect Heights, the Village of Buffalo Grove, the Village of Glencoe, the Village of Lake Bluff, the Village of Mundelein, the Village of Northbrook, and the Village of Vernon Hills. Additionally, it is relevant to note that A.W. Zengeler has recently announced plans to construct a large industrial laundering facility in the Kensington Business Center. Recommendation I recommend that the Village Board accept the lowest qualified bid of $13.325.52 per year for a 36-month uniform rental and cleaning contract as submitted by A.W. Zengeler of Chicago, Illinois. Funds for this proposed contract are available in the current budget in account 0015001-540571 ($8,800) on page 210 and account 6105501-540571 ($8,070) on page 254. Sean P. Dorsey 1 concur. Director of Public Works SPDtspd C:\Personnel\U niforms\Bids~Award Recommendation.doc Cc: Director of Public Works Glen R. Andler Streets Foreman Dan Jones Account Clerk Julia Belin File INTEROFFICE MEMORANDUM TO: FROM: DATE: SUBJECT: VILLAGE MANAGER MICHAEL E. JANONIS SLrpERINTENDENT OF STREETS & BUILDINGS APRIL 30, 2003 SEALED BID RESULTS, ASPHALT RESTORATIONS 2003 (NOT TO EXCEED $30,000) CITY U~, BACKGROUND Asphalt restoration to driveways, parking lots, and streets are necessary due to damage as a result of water main breaks, storm and sanitary sewer repairs. We accept an annual bid to establish unit prices for the year, which allows us to do replacements monthly, thus reducing the time our residents are waiting for restorations. BID RESULTS Sealed bids were opened at 10:00 A.M. on April 22, 2003 for a proposed asphalt restoration contract. Bid prices were based on estimated quantities. Eight invitational bids were mailed, and a bid notice was placed in the local paper. Six bids were received and the results are as follows: Bidder Quality Blacktop, Inc. Meridim~ Construction Co., Inc. Chicagoland Paving Contractors Inc. Pavenlan, Inc. D. L. Franzen Construction Johnson Paving Bid Price $23,970.00 $38,660.0O $55,5OO.OO $69,147.00 $83,500.00 $112,500.00 X :'.J:ILES',FRONTOFF'~B IDS',,RESULTSLASPHALTREST.2003.RES 1 age two Bid Results Asphalt Restorations 2003 April 30, 2003 DISCUSSION The low bidder; Quality Blacktop Inc., has done driveway restorations for us in the past and perforated satisfactorily. They supplied us with three references. All said Quality Asphalt has done quality work and they would use them again. There is $30,000 available in this year's budget for this proposed contract. Quantities Will be adjusted so as not to exceed the budgeted amount. Funding for this proposed contract will come from the following budget accounts: · on page 266, account code 6105510-540777, in the amount of $10,000.00 · on page 266, account code 6105510-680003, in the amount of$10,000.00 · on page 221, account code 0015104-570530, in the amount orS10,000.00 RECOMMENDATION I recommend acceptance of thc lowest bid as submitted by Quality Blacktop Inc. for asphalt restoration in an amount not to exceed $ 30,000. COBCU~ Director of Public Works Paul Bures Superintendent of Streets & Buildings Pb Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey file X:',FILE S~FRON TOFF'~B ID S,P, ESU LTS &SPHALTREST.2003 ~RES Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TREE CITY USA TO: VILLAGE MANAGER MICHAEL E. JANONIS L~ I/A I C) FROM: DEPUTY DIRECTOR OF PUBLIC WORKS DATE: APRIL 30, 2003 SUB J: BID RESULTS-2003 COMBINED SEWER TELEVISING PROJECT (NOT TO EXCEED $347,000) Background 'In the current budget, staff has requested funds to inspect and evaluate the Village- owned combined sewer system. In support of this effort, the Village Board recently awarded a contract in the amount of $243,642.34 to Baxter and Woodman Consulting Engineers of Crystal Lake, Illinois. Among many other tasks, the scope of Baxter and Woodman's contract includes the preparation of bid documents necessary to clean, televise, and record the inspection of all combined sewer main lines. The inspection of sewer mains utilizing closed-circuit television cameras is an integral part of the sewer system evaluation process. The images captured in this effort will be reviewed by engineers and utilized to assess the structural integrity of each pipe segment tributary to the Village's combined sewer system. Since all sewer pipes are buried below grade, and only limited information can be garnered from examining pipes as they terminate in manholes, the use of closed-circuit television is the only effective means of determining pipe condition. Typically, this process involves inserting a high-quality, ruggedized, closed-circuit television camera into a sewer main via a manhole. The camera is then either pulled or mechanically propelled through the main until the pipe segment terminates at a downstream manhole. During the journey, an operator on the surface uses remote controls to maneuver the camera lens and control the speed of the camera. Every effort is made to thoroughly capture images of pipe defects such as loss of ovality, corrosion, protruding taps, offset joints, cracks, and root intrusion. For this proposed project, all captured images will be recorded on digital videodisc. Prior to inserting the camera, all pipes are cleaned utilizing high velocity water pressure or mechanical cutters to remove any debris or obstructions that could hinder the progress of the camera, Staff estimates that the Village owns and maintains approximately 42 miles of combined sewer, which represents almost 45% of the entire Village-owned wastewater collection system. These sewers range in size from 8" clay tile to 60" diameter reinforced concrete Page 2 of 3 Bid Results - 2003 Combined Sewer Televising Project (Not to Exceed $347,000) April 30, 2003 pipe. An estimated 920 manholes, 1,450 inlets, and 1,450 catch basins are also installed in this system. Attachment A contains a map depicting the combined sewered area. Bid Results On Tuesday, April 15, sealed bids to televise the Village combined sewer system were received. Nine (9)bids were distributed to local firms experienced in sewer system inspection and a notice was placed in a local paper as required by Village policy. Five (5) firms attended a mandatory pre-bid meeting held on Tuesday, April I at the Public Works Facility. Three (3) firms submitted bids. The results are noted below: BIDDER BID National Power Rodding Corporation, Chicago, IL $302,074.60 Visu-Sewer Clean & Seal, Inc., Pewaukee, WI $675,745.00 Gtuth Brothers Construction, Inc., Woodstock, IL $2,204,375.00 Discussion Staff has analyzed each of the bids and found National Power Rodding Corporation of Chicago, Illinois to be the lowest, responsible, and responsive bidder. National Power Rodding has not provided sewer televising services to the Village of Mount Prospect within the last ten (10) years. However, they provided catch basin and inlet cleaning services last year and were awarded the same contract again this year. Their performance on these projects has been acceptable. National Power Rodding has recently provided large scale sewer cleaning and televising services to the City of Chicago, IL, Village of Wheaton, IL, the Village of South Elgin, IL, the Village of Flossmoor, IL, the Village of BIoomingdale, IL, the Village of Northbrook, IL, the DeKalb Sanitary District (DeKalb, IL), the Hinsdale Sanitary District (Hinsdale, IL), and the City of Wauwotosa, WI. All of these organizations report acceptable performance. In addition, the Village's consultant for this project, Baxter and Woodman, report that they have worked with National Power Rodding on televising projects in the past and found their work to be acceptable in alt cases. It is also relevant to note that the bid specifications and contract documents require the successful bidder to utilize closed circuit television operators trained and certified by the National Association of Sewer Service Companies (NASSCO) in the Pipeline Assessment and Certification Program (PACP). PACP is a sewer evaluation protocol utilized throughout the United States and is widely accepted as the de facto standard of the sewer televising industry. Staff has required PACP certification in order to assure that the results of this project are professionally derived, accurate, and reproducible. · National Power Rodding has submitted evidence that their operators are PACP certified. Finally, staff is compelled to acknowledge that the bid results vary widely. As such, the distribution of these results is worthy of further comment: age 3 of 3 Bid Results - 2003 Combined Sewer Televising Project (Not to Exceed $347,000) April 30, 2003 The engineer's opinion of probable cost prior to bidding was $645,000. Consequently, the bid from Visu-Sewer Clean and Seal, inc. ($675,745) was anticipated. Our investigations have revealed that Gluth Brothers Construction is a fairly recent entrant to the televising sector of the sewer service industry. We have concluded that their high bid ($2,204,375) is based on a lack of experience with this type of large-scale project. Staff has also contacted National Power Rodding in an effort to gauge the responsiveness of their apparent Iow bid ($302,074.60). We have learned that representatives from National Power Rodding performed a pre-bid inspection of the Village combined sewer system utilizing a pole mounted camera that allowed them to peer into the ends of pipe segments as they terminated in manholes. Based on these inspections, National Power Rodding was able to conclude that very little cleaning would be required and they have discounted their price accordingly. Obviously, staff cannot warrant this conclusion but we do find it consistent with our own experience in the combined sewer system. Recommendation I recommend awarding a contract to televise the combined sewer system as submitted by the National Power Rodding Corporation of Chicago, Illinois for an amount not to exceed $302,074.60 In addition, I also ask that the Village Board be petitioned to grant the Village Manager discretionary authority to increase the contract award by a 15% contingency, or an amount not to exceed $347,000. Staff requests this consideration because the contract award is based on estimated footage of combined sewer main line pipe and an estimated quantity of structures. Estimates were based on available paper records and have not been validated by field verification. Therefore, it is feasible that significant quantity variances may exist. Funds for this proposed project are available in account number 6105510-680010 ($750,000) on page 266 of the current budget. Sean P. Dorsey I concur. Director of Public Works Cc: WatedSewer Superintendent Rory O'Donovan C:\SEWERS\CSSES\CCTV Board Award Recommendation.doc Combined Sewer Area Combined Area Feet 1,300 2,600 5,200 7,800 10,400 Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: FROM: DATE: SUBJECT: VILLAGE MANAGER MICHAEL E. JANONIS VILLAGE ENGINEER MAY 1, 2003 ACCEPT PROPOSAL TO UPDATE THE VILLAGE'S PAVEMENT MANAGEMENT SYSTEM (NOT TO EXCEED $74,925) ,.5"-¢ BACKGROUND This year marks the seventh year of the 'ten-year accelerated street improvement program that was approved in 1996. The first five years (1997-2001) of the program included the reconstruc- tion of severely deteriorated streets and a normal schedule of resurfacing. The final five years (2002-2006) of the program consist of completing the current backlog of those streets requiring resurfacing as well as streets that are on schedule for resurfacing. In 1994/95, the Village Board approved a contract with Infrastructure Management Systems (IMS) of Arlington Heights, IL to conduct the pavement evaluation study used to develop the ten-year accelerated street improvement program. This study also determined what leveI of street resurfacing would need to be completed each year thereafter to maintain a 20-year life cy- cle. Included in the study was a significant amount of data collection of both surface and subsurface conditions. The collected data were then analyzed by the IMS pavement management software using formulas individualized to unique conditions existing in the Village of Mount Prospect area. This complete pavement management system was then loaded into our computer and has been upgraded and maintained since 1995. DISCUSSION In the current 2004 forecast budget, there is $150,000 allocated for a new pavement evaluation study. Rather than wait until year eight of the ten-year street improvement program, I am re- questing permission to do it this year. The field data is now almost ten years old. I would prefer to have up-to-date pavement conditions to insure we are on track with our 20-year pavement life cycle. Having current pavement conditions will assure that the streets schedule for resurfacing the next three years meets the original cost benefit ratios. It would also confirm the emo to Village Manager re Pavement Management System May 2, 2003 Page two plan to eliminate the backlog of streets requiring resurfacing and/or reconstruction prior to the end of the accelerated program and reduce funding levels beginning in year 2007. It may also reveal an opportunity to extend the final three-year funding levels to a lesser amount over a longer time frame. This recommendation would only be made if the updated evaluation study clearly predicts no street would slip from a resurfacing repair condition to a reconstruction repair condition. PROPOSAL As previously stated, our pavement management software system was developed by IMS. Therefore, IMS is the sole source for updating the system. I have requested and received a pro- posal for IMS to update our pavement management system. A brief description of each of the elements of the proposed update program is attached. IMS proposes to provide an update to the Village's pavement management program, including RST surface condition survey, deflection testing, environmental survey, inventory, correspond- ing training, and report development, for $74,925.00. IMS was paid $66,700 in 1995. The $8,225.00 increase equates to a general annual inflation rate of less than 2% a year over the past eight years. .~ .. Funding for this proposed study would come from this year's street improvement account, from either surplus funds due to reduced quantities or deferring one of this year's scheduled streets to next year's program. RECOMMENDATION I recommend that the Village Board waive the bidding requirements and award a contract to In- frastructure Management Services to update the Village's pavement management program for a fee of $74,925.00. If approved on May 6, 2003, IMS would be able to begin work in one to two weeks, complete the data collection phase in four to six weeks, and the data processing and software update would be delivered within 30-60 days of completion of the field-testing. JEFFREY WULBECKER I concur with this recommendation Public Works Director GRMtd/attach. X:~dministTation~ENGINRNG~PAVEMENT MANAGEMENT PROPOSAL 5-03.do¢ PAVEMENT MANAGEMENT PROGRAM UPDATE ELEMENTS The project will include retesting of the village's street network comprising approximately 1,750 test sections on 160 test miles. IMS will also update the Pave Pro Manager software, perform GIS linkage, and provide Village staff with software training or retraining as required. The proposed update will ensure that the Village's pavement management program is complete and accurately reflects current conditions. It will also provide information on the benefits of the rehabilitation strategies used by the Village. 1. SURFACE CONDITION SURVEY Surveys will be completed using the Stereo Laser Road Surface Tester (RST). The Village will re- ceive a continuous, objective, and accurate survey of the surface con- dition of the street network. Test- ing of streets will be performed us- ing network-level surveys and block-to-block test sections so as to link to the Village's GIS. The Ste- reo RST provides a great deal of flexibility and can easily adjust test section lengths to meet any revised Village goals. Single-direction testing will be performed on the two-lane streets. Two-direction testing will be used on divided streets and arterials and collectors with four or more lanes of traf- fic. The surface condition survey is conducted continuously over the entire length of the test sec- tion and is not based on sample sections. The information gathered in this survey includes inventory, roughness, rut depth, cracking, and texture. An environmental survey will be performed in conjunction with the surface condition survey. The presence of any failed or broken concrete slabs within a test section will be recorded for fur- ther detailed identification during the deflection survey. IMS crews will use the Village- identified definition of failed/broken slabs as the basis for our rating. The number of failed slabs will be recorded during the deflection survey and used in the Village's software module designed to address individual slab removal and replacement as a maintenance/rehabilitation strategy for concrete pavements. 2. DEFLECTION TESTING Each street test section surveyed by the Stereo RST will receive a deflection test. This testing will be performed using the Dynaflect machine and the results of this testing will permit an analysis of the structural capabilities of the existing street section. IMS utilizes all five sensors of the Dynaflect in its structural analysis. This provides valuable information on the capabilities of the pavement, base and subgrade sections, and the interaction between these sections. 3. PAVEMENT MANAGEMENT SOFTWARE PROGRAM The Pavement Management software permits the Village to investigate many different scenarios regarding traffic, budgets, rehabilitation strategies, etc., and their effect on pavement perform- ance levels and budgets. The software allows the Village to determine its current pavement per- formance levels based upon maintenance or rehabilitation strategies actually implemented during past construction seasons. The software generates pavement management data in the form of bar charts, pie charts, or graphs. The Village will have the ability to generate custom reports based upon any pavement management data available in the program. The IMS proposed update pro- vides for service and support for the Village's Pave Pro Manager software. 4. GIS AND PAVEMENT MANAGEMENT IMS will provide a link between the Village's GIS program and the pavement management data to enable the Village to display and generate color-coded maps based upon existing pavement conditions or street rehabilitation plans. The Village will be able to use the query function of its mapping program to display the pavement management data. It may also be possible to use the Village's mapping program to make queries of other infrastructure plans in conjunction with the Village's street rehabilitation plans to determine if conflicts exist between plans. 5. ROW ASSET SURVEY - SIGNS AND PAVEMENT MARKINGS Continuous stereo images will be collected for a sign and support inventory and a pavement marking inventory for use with the Village's Hansen software. The stereo RST combines GPS and a military grade inertial guidance system to geolocate all signs and pavement markings. All pavement markings will be captured including both point marking (stop bars, crosswalks, turn arrows, etc.) and linear markings (striping). The pavement marking data capture will be per- formed concurrently with the sign survey to eliminate duplicate costs for digital video to AVI conversions. Pavement markings will be provided in a database for Village transfer to their Hah- sen software. Sign surveys will be performed to meet the specific needs of the village. Signs will be classified by MUTCD code, geolocated, condition assessed, and sign supports identified. Surveys will be expanded to include digital image of the sign. Survey data will be delivered in an access data- base for Village transfer to their Hansen software. The simultaneous pavement and ROW asset data collection capability of the stereo RST is unique in the industry. It provides an efficient and cost-effective means to populate the Village's asset management system.