Loading...
HomeMy WebLinkAbout6. Village Manager's Report 05/06/2014 Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: WATER & SEWER SUPERINTENDENT DATE: APRIL 29, 2014 SUBJECT: BID RESULTS FOR GEORGE STREET SOUTH SANITARY RELIEF STATION PROJECT (CIP) - ($160,427) Background In the current budget, funds have been requested to rehabilitate the George Street South sanitary relief station. This pumping facility is used to provide relief to the Village-owned sanitary sewer system in the event that the Metropolitan Water Reclamation District of Greater Chicago (MWRDGC) interceptor sewer becomes surcharged. The MWRDGC interceptor sewer system accepts wastewater from Mount Prospect sewers and transports it to treatment plants in Skokie or Des Plaines. During wet weather, interceptor sewers can become full thereby limiting the rate at which they can accept gravity flow from local Mount Prospect sewers. To mitigate the resultant surcharge conditions in our local sewers, relief pumping stations were installed in some neighborhoods. These stations help prevent the MWRDGC interceptors from backing up into local sewers. The George Street South Sanitary Relief Station is located in the George Street right-of- way south of Weller Creek. It was built in 1971 and has been repaired over the years as needed. This station provides sanitary sewer relief for the area from Golf Road to Weller Creek, bounded by South Albert Street on the east and South William Street on the west. Staff created detailed bid specifications and bidding materials necessary to procure the needed retrofits, services and equipment. The improvements include the installation of a complete replacement pump station with new pumps, guide rails and controllers, along with all associated wiring and other electrical control equipment. The standby emergency generator was installed in 2010 is in excellent condition; it will not be replaced as part of this project. Page 2 of 3 Bid Results for George Street South Sanitary Relief Station Project (CIP) ($160,427) April 29, 2014 Since these stations are permitted by the MWRDGC, staff worked closely with a consulting engineer to ensure that the project meets all permitting requirements. This work required that staff maintain the same horsepower rating for all new pumps. Staff also recommended standardizing pumps and other equipment between the various stations. Staff feels that this is an important aspect of the overall rehabilitation. This standardization of components allows staff to stock fewer spare parts as the pumps and their fittings now will be interchangeable between stations. In the past, pumps could not be interchanged in emergencies or required an extensive effort to accommodate the various different flanges or other fittings needed to make them work for more than one station. The Village owns and maintains eight (8) sanitary relief stations and two (2) sewage lift stations. All of the sanitary relief stations operate in a manner similar to the George Street station. In future years, staff intends to rehabilitate all of the sanitary relief and lift stations in the Village-owned wastewater collection system. One (1) sanitary relief station has already been rehabilitated (George Street North); 7 relief stations and both lift stations remain pending. Bid Results On Monday, April 28, 2014 at 1:00 P.M., sealed bids for the project were opened and read aloud. Thirteen (13) firms were solicited and public notice was placed in a local newspaper as required.Eight(8) bids were acquired by vendors. Two (2) bids were received. The bid opening result was as follows: ¼£†± Bidder ±ÐêËñ±±Ãª£Ã x30/Ë,01È44 1 Marc Kresmery Construction ±ÐêËñ±±Ãª£Ã x2.-Ë1/4È44 2 Martam Construction Discussion Staff reviewed the bid submittals and finds that the bidders satisfy the bid documents, are both qualified to perform the work, and are proposing similar equipment. Marc Kresmery Construction of Elgin, Illinois has not worked with the Village in the past. The firm has recently constructed similar projects in several suburbs including Crystal Lake, Lake in the Hills, Naperville, St. Charles and Elgin. All references were verified and satisfactory. Page 3 of 3 Bid Results for George Street South Sanitary Relief Station Project (CIP) ($160,427) April 29, 2014 Staff finds that Marc Kresmery Construction of Elgin, Illinois is the lowest responsible bidder. The project is scheduled to be completed and fully operational by late September. The work is scheduled to occur in mid to late August. Since the existing station will be replaced under this contract, there is always the possibility of unforeseen issues arising during construction so staff is recommending the inclusion of a 10% contingency ($14,584). This would make the total award for this project as $160,427 (base bid of $145,843 plus the 10% contingency of $14,584). The engineer’s estimate for the replacement project was $177,000. Bid Recommendation I recommend accepting the lowest qualified bid for the George Street South Sanitary Relief Station Project as submitted by Marc Kresmery Construction of Elgin, Illinois at a cost not to exceed $160,427.00. Sufficient funds for this project are available in the current budget. Matt Overeem Water & Sewer Superintendent I Concur. Sean P. Dorsey Director of Public Works MEO/ meo H:\Water\projects\2014\george st so\george street south rev.docx N / Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: SUPERINTENDENT OF STREETS & BUILDINGS DATE: APRIL 29, 2014 SUBJECT: SEALED BID RESULTS FOR THE 2014 & 2015 SEWER CATCH BASIN & INLET REPAIR CONTRACT ($83,254) BACKGROUND Annually a contract is let to repair storm sewer catch basins and inlets. Many of our older structures are made of brick and, with time, the mortar or brick deteriorate requiring patching, reconstructing, or total replacement. The repairs are usually made with concrete adjustment rings or precast cones to minimize future deterioration of the mortar joints. This work is usually completed by late August to make sure all structures are in good repair for the fall rainy season and to minimize any possible winter failures. The proposed agreement is for a 2 -year term concluding at the end of 2015, with a possible one year extension based on performance. Prices are to remain firm (no increases) throughout the 2 -year term. If an extension is granted, prices will remain unchanged through the extended term as well. BID RESULTS Sealed bids were opened at 1:00 P.M. on April 28, 2014 for proposed sewer catch basin and inlet repairs. Bid prices were based on estimated quantities of structures per year to be adjusted, reconstructed or replaced. Invitational bids were mailed to ten (10) companies and a bid notice was placed in the local paper. Five bids were received, and bid results are as follows: Bidder MAXX Contractors, Corp. Suburban General Concrete Etc., Inc. Lifco Construction A Lamp Concrete Cont. Bid Price $ 83,254.00 $ 96,150.00 $ 98,850.00 $ 99,400.00 $107,075.00 SEALED BID RESULTS FOR THE 2014 & 2015 SEWER CATCH BASIN & INLET REPAIR CONTRACT ($83,254) April 29, 2014 Page 2OF2 DISCUSSION Staff reviewed the bid submittals and finds that the bidders satisfy the bid requirements and all are qualified to perform the work. Director of Public Works The apparent low bidder, MARX Contractors, Corp., has worked for the village on several projects of similar scope. All work has been completed satisfactorily. MAXX Contractors also supplied four additional references. All references were verified and satisfactory. Staff finds MAXX Contractors; Corp. of Des Plaines, Illinois is the lowest responsible bidder. RECOMMENDATION Sufficient funds exist in the 2014 budget for catch basin and inlet repairs. I recommend award of a two (2) year contract to the lowest qualified bidder, MAXX Contractors Corp. Year one (1) will be in an amount not to exceed $83,254. Year two (2) will be in an amount not to exceed the appropriated budget in 2015. Staff also requests authority to extend the contract by one (1) year if performance is satisfactory and the contractor agrees to maintain pricing. Any expenditure during an extended term will also be limited to approved budgeted amounts in 2016. Paul Bures Superintendent of Streets & Buildings I concur: Sean 4sey PB /pb c: Director of Public Works Sean P. Dorsey File \H:\Administration\BIDS\ RESULTS \catchbasin.repair.201 LREC.doc Prospect Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: SUPERINTENDENT OF STREETS & BUILDINGS DATE: APRIL 29, 2014 SUBJECT: SEALED BID RESULTS FOR THE 2014 & 2015 SEWER CATCH BASIN AND INLET CLEANING CONTRACT ($38,750) BACKGROUND Annually, a contract is let to clean and inspect one sixth (1/6 1h) of the Village's sewer catch basins and inlets. This annual program helps minimize the potential for sewer flow restrictions caused by clogged sewer structures. This program also provides an opportunity to assess the structural integrity of inlets and catch basins on a scheduled basis. The proposed agreement is for a 2 -year term concluding at the end of 2015, with a possible one year extension based on performance. Prices are to remain firm (no increases) throughout the 2 -year term. If an extension is granted, prices will remain unchanged through the extended term as well. BID RESULTS Sealed bids were opened at 1:00 P.M. on April 28, 2014 for the proposed sewer catch basin and inlet cleaning contract. Nine invitational bids were mailed, and a bid notice was placed in the local paper. Five bids were received, and the results are as follows: Bidder Bid Price United Septic, Inc. $ 38,750.00 H. R. Stewart $ 40,000.00 National Power Rodding Corp. $ 46,250.00 Visu -Sewer of Illinois $ 69,000.00 A -K Underground $ 81,000.00 DISCUSSION This year's target area is from Central Road on the north, Douglas Avenue on the west, Lincoln Avenue on the south and Elmhurst Avenue on the east. The bid prices were based on estimated quantities of 250 sewer catch basins and 250 inlets to be cleaned. The apparent low bidder, United Septic, Inc., has performed the catch basin and inlet cleaning contract since 2008. All work has been completed satisfactorily. SEALED BID RESULTS FOR THE 2014 & 2015 SEWER CATCH BASIN AND INLET CLEANING CONTRACT ($38,750) April 29, 2014 Page 2 of 2 RECOMMENDATION I recommend award of a two (2) year contract to the lowest qualified bidder, United Septic, Inc. Year one (1) will be in an amount not to exceed $38,750. Year two (2) will be in an amount not to exceed the appropriated budget in 2015. Staff also requests authority to extend the contract by one (1) year if performance is satisfactory and the contractor agrees to maintain pricing. Any expenditure during an extended term will be limited to the approved budgeted 4mount. Paul Bures Superintendent of Streets & Buildings I concur: Se�f"orsey Director of Public Works Pb /pb Director of Public Works Sean P. Dorsey file \H:\ Administration\ BIDS\ RESULTS\ catchbasin .cleaning.2014.REC.doc Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: VEHICLE/EQUIPMENT MAINTENANCE SUPERINTENDENT DATE: APRIL 28, 2014 SUBJECT: ACCEPT STATE OF ILLINOIS BID FOR THE PURCHASE OF ONE (1) NEW FORD F -250 PICKUP TRUCK ($24,645.00) Background In the current budget, there are funds available to replace vehicle 2709. This vehicle is a 2002 GMC C2500 3 �4 ton pickup truck with 2 -wheel drive. Recently, we extended the normal replacement life cycle by two years for the majority of the Village fleet. This vehicle is used by the Sewer Division Foreman of Public Works for transportation, hauling supplies, snow removal, and towing trailers /equipment to jobsites throughout the Village. Replacement Policy This vehicle has been evaluated utilizing our detailed comprehensive replacement policy. This policy uses a point -based criterion, which rates the following four (4) major factors to a baseline when considering a unit for replacement: Age, mileage, repair & maintenance (R &M) cost, and condition of the body /mechanical components. A point total equaling or exceeding eleven (11) out of sixteen (16) indicates that the vehicle should be recommended for replacement. This vehicle scored a total of fourteen (14) points indicating a high rating and should be placed on the highest priority to be replaced. The vehicle condition evaluation form and summary report have been attached as Exhibits A and B respectively. Additionally, I have included the life cycle cost analysis on Exhibit C, which breaks out our total ownership cost. Other Factors If the service life is extended the following repairs should be performed on the vehicle: ➢ Replace damaged rear bumper & repair qtr. panel $1,500.00 ➢ Replace all brakes and tires $1,500.00 ➢ Replace all oil cooler lines $ 900.00 ➢ Replace driver's seat $ 800.00 ➢ Repair rusted out doors /fenders $1,200.00 Total estimated repair cost: $5,900.00 Accept State of Illinois Bid for the Purchase of one (1) New Ford F -250 Pickup Truck ($24,645.00) April 28, 2014 Page 2 of 2 Replacement Recommendation Staff has evaluated the need of another 2 -wheel drive pickup truck and instead is recommending a 4 -wheel drive pickup with a snowplow. This is desired during snow /ice control and off road for the Foreman to safely supervise and assist his staff. Bid Recommendation I am recommending the Village Board accept the State of Illinois bid results and authorize the purchase of one (1) new 2015 Ford F -250, Super Duty Pickup Truck from Bob Ridings, of Taylorville, Illinois at a cost not to exceed $24,645.00. The State of Illinois Contract is publicly bid and satisfies the public bidding requirements of the Village of Mount Prospect Purchasing Policy. Funds for this proposed purchase are currently 100% funded through the Vehicle Replacement Fund of and are available in the 2014 budget. The remaining funds will be used to purchase necessary additional equipment to provide a completely functional vehicle. The vehicle being replaced will be sold through the GovDeals.com Internet auction later this year. James R. Breitzman Vehicle /Equipment Superintendent U Attachments C: Deputy Director of Public Works Jason Leib H:\ Administration \BIDS\RESULTS\2709 State Purchase VB Memo- 4- 2014.docx Director of Public Works EXHIBIT A Village of Mount Prospect Vehicle/Equipment Condition Evaluation Form Unit # 2709 Assigned Dept. /Div. Public Works /Sewer Year: 2002 Make: GMC Model: C2500, 4x2 Pickup Mileage: 101,862 Hours: NA Date of Evaluation: 4/22/14 Performed By: John Schnittker System Diagnosis Estimated Repair Cost Engine Fair -Oil leak $500.00 Transmission Fair - Cooler lines $400.00 Differential Good Exhaust System Good Cooling System Good Brakes Fair -Needs all within a year $800.00 Tires Fair -Needs all within a year $700.00 Steering Good Suspension Good HVAC Good Electrical Good Body/Frame Fair - Replace rear bumper and repair right rear quarter panel $1,500.00 Interior Fair- Drivers seat worn out $800.00 Other - Fenders and Doors Total Estimated Repair Cost Fair -Rust through $1,200.00 $5,900.00 Diagnosis Code Code Description Good Systems are functioning well and no major repairs are expected. Fair Some major repairs are needed, but unit can remain in service a little longer in current condition. Poor Major repairs are required as soon as possible to ensure unit safety and reliability. EXHIBIT B Village of Mount Prospect Vehicle /Equipment Evaluation Summary Report Unit # 2709 Assigned Dept. /Div. Public Works /Sewer Year: 2002 Make: GMC Model: C2500, 4x2 Pickup Mileage: 101,862 Date of Evaluation: 4/25/14 Performed By: Jim Breitzman Ratings: Unit age: 12 Base Policy Age: 12 Mileage/Hrs: 101,862 Base Policy Mileage /Hrs: 50,000 Maintenance Cost: Repair and Maintenance Cost: $ 15,793 _ Purchase Price: $ 32,100 Repair and Maintenance Percentage of Purchase Price: 49 % Condition Evaluation: (attach vehicle Condition Evaluation Form) Estimated Repair Cost: $ 5,900 _ Current Book Value: $ 5,000 Repair Cost Percentage of Current Book Value: 118 % Total Ownership Cost Per Mile: (Lifetime Fuel + R &M + Purchase Price) $ 77,550 Less Salvage Value $ 5,000 Net Lifetime Costs $ 72,550 Divided by Mileage /Hours 10 1, 862 Operating Cost Per Mile /Hour $ .71 Comments and other considerations: Points: 2 Points: 4 Points: 4 Points: 4 Total Points: 14 This vehicle is operated by the Sewer Division's Foreman. Superintendent's recommendation: This vehicle has met its useful life expectancy and several repairs will be needed if service life is extended any longer based on condition and mileage. Total Point Evaluation A point total equaling or exceeding eleven (11) indicates that the vehicle should be recommended for replacement. The point total is used to rank its replacement priority. The larger the number the higher the replacement priority will be. U m W V V N � U 0 0 � o N� °—' u O >, ui MIN � N _ � o Q N O a' O � z > am r N � Q 0 0 0 L 3 > 0 IL (6 (O f0 t M O O O O O O O Lo LO O O Iy � O O I 1 (A 69 69 60- N I� 1� 1' � 1 o . A U 1 L � � 1 � 1 0 0 N O IMP 0 O O O O O O O O O N O O O O O O O O O O O O O O O O O O O C O O C C C 0 64 O 00 O f- O (O O to O � O M O N O 69 6 V9 69 69 69 64 69 ;SOO W L W , 0 c a) G a) CL O All N 00 0 iri 0 O O 0 0 LO a� (B N c� M U) CO 0 U 0 CL C) U) LO Lo 3r. t-- I-- 0� M 0 I---