Loading...
HomeMy WebLinkAbout2011-07-26; City Council; 20648; MASTER PRICE AGREEMENT TRAFFIC SIGNAL EQUIPMENTCITY OF CARLSBAD - AGENDA BILL 11 ^j^y AB# 20,648 MTG. 7/26/1 1 DEPT. TRANS ACCEPTANCE OF BIDS AND AWARD OF MASTER PRICE AGREEMENT FOR THE PROCUREMENT OF TRAFFIC SIGNAL TELECOMMUNICATIONS EQUIPMENT FOR CIP PROJECT NO. 6320 x DEPT. DIRECTORC^' CITY ATTORNEY /~Vfj§£^ CITY MANAGER ( <||j\ RECOMMENDED ACTION: Adopt Resolution No. 2011-192 accepting bids and awarding a master price agreement for the procurement of traffic signal telecommunications equipment for the 2011 Traffic Signal Program, CIP Project No. 6320. ITEM EXPLANATION: As part of the City's continued investment in traffic signals, staff will be installing telecommunications equipment linking all of the traffic signals in the city to a centralized Traffic Management Center (TMC) located in the Faraday building. This equipment will allow staff to monitor the traffic signal operations remotely which will reduce congestion by lowering maintenance response times. Traffic signal telecommunications equipment (e.g., wireless radios) will be procured using this master price agreement. The bids establish unit prices that were used for the master price agreement. The engineer's estimate for this bid was $307,000. City staff and the traffic signal maintenance contractor will install this equipment that may involve a separate contract. Two (2) bids were received on May 26, 2011, but only one of the bids was responsive. The two bids that were submitted are summarized as follows: CONTRACTOR 1. Iteris, Incorporated 2. Econolite (non-responsive) BID TOTAL $199,533 $203,454 The lowest bidder, Iteris, Incorporated (Iteris) submitted a bid in the amount of $199,533. The third- party consultant that prepared the equipment specifications reviewed the bid documents and determined that the Iteris bid is a responsive bid. The bids were to be evaluated using a "best value" approach, but only one bid was responsive so the evaluation process is not relevant. Therefore, staff recommends that Iteris be awarded the contract. ENVIRONMENTAL IMPACT: The project is exempt from the California Environmental Quality Act (CEQA) per CEQA Guidelines Section 15301(c) - minor alteration of existing facilities including streets, sidewalks, gutters, and similar facilities involving negligible or no expansion. DEPARTMENT CONTACT: Doug Bilse 760-802-7504 douq.bilse@carlsbadca.gov FOR CITY CLERKS USE ONLY COUNCIL ACTION: APPROVED DENIED CONTINUED WITHDRAWN AMENDED 4 D D D CONTINUED TO DATE SPECIFIC CONTINUED TO DATE UNKNOWN RETURNED TO STAFF OTHER -SEE MINUTES Dnn n Page 2 FISCAL IMPACT: The Traffic Signal Program will upgrade equipment and link 170 traffic signals in the City of Carlsbad to the TMC. The first phase of this project will upgrade and link the 47 traffic signals along El Camino Real, Palomar Airport Road and Carlsbad Village Drive to the TMC. The second phase of the project will upgrade and link 58 intersections along Rancho Santa Fe Road, College Boulevard, Cannon Road, Aviara Parkway, Melrose Drive, and Faraday Avenue. At the completion of the first two project phases, staff will prepare a report identifying how to best use the remaining funds towards equipment upgrades at the remaining 65 signals throughout the city and link as many of these signals to the TMC as possible. This agenda bill addresses the procurement of traffic telecommunications equipment. The enclosed bid items established unit costs to procure traffic telecommunications equipment for 30 signals (this quantity was used for bidding purposes only). The total number of signals for phase 1 and 2 will be 105. The resolution allows the City Manager to use the master price agreement on a unit cost basis to authorize the purchase of traffic telecommunications equipment from Iteris for phases 1 and 2, up to a total acquisition cost of $600,000. Following is the cost estimate for telecommunications equipment including installation and other related expenses for the first two project phases based on unit prices from the Iteris bid: 2011 TRAFFIC SIGNAL PROGRAM: TELECOMMUNICATIONS EQUIPMENT Equipment Costs (Iteris Incorporated) Contract Installation Estimate Inspection, Testing, and Contingency (15%) TOTAL COST PHASE 1 & 2 COSTS $600,000 $200,000 $120,000 $920,000 A total of $3,154,974 has been appropriated for the traffic signal program (Project No. 6320). The current balance for the traffic signal program is $ 3,062,709. To date $92,265 has been spent with most of those funds used to implement the Traffic Management Center Pilot Project The Traffic Signal Program (CIP No. 6320) has sufficient General Capital Construction (GCC) and Infrastructure Replacement Funds (IRF) available to fund the proposed equipment procurement for traffic telecommunications equipment. Prevailing wages are not required for this contract. EXHIBITS: 1. Resolution No. 2011-192, accepting bids and awarding a master price agreement for the procurement of traffic signal telecommunications equipment for the 2011 Traffic Signal Program, CIP Project No. 6320. 2. Unit Costs from Bid No. 11-04 Traffic Signal Communications Equipment 1 RESOLUTION NO. 2011-192 2 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF 3 CARLSBAD, CALIFORNIA, ACCEPTING BIDS AND AWARDING A MASTER PRICE AGREEMENT FOR THE PROCUREMENT 4 OF TRAFFIC SIGNAL TELECOMMUNICATIONS EQUIPMENT FOR THE 2011 TRAFFIC SIGNAL PROGRAM CIP PROJECT 5 NO. 6320. 6 WHEREAS, the City Council of the City of Carlsbad, California, has determined it 7 necessary, desirable, and in the public interest to maintain the traffic signals and improve signal operations; and8 WHEREAS, the project is exempt from the California Environmental Quality Act (CEQA)g pursuant to CEQA Guidelines Section 15301(c); and 10 WHEREAS, two (2) sealed bids were received on May 26, 2011 for the project; and 11 WHEREAS, the only responsive bid for the project was submitted by Iteris, Incorporated in the amount of $199,533; and WHEREAS, there are sufficient funds available in the Traffic Signal Program (CIP 13 Project No. 6320) account for this project. 14 NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, 15 California, as follows: .g 1. That the above recitations are true and correct. 2. That the bid submitted by Iteris, Incorporated in the amount of $199,533 is 17 hereby accepted and the Mayor is hereby authorized to execute a master price agreement based 1R on this bid for the procurement of the Traffic Signal Program CIP Project No. 6320, in accordance 19 with the specifications, contracts, and master price agreement documents on file with the 20 Purchasing Officer. 3. That the City Manager is hereby authorized to approve additional equipment procurement up to the amount of $600,000 to Iteris, Incorporated for the Traffic Signal Program, 22 CIP Project No. 6320 based on the unit prices included in the master price agreement with Iteris, 23 incorporated. 24 4. That the award of this contract in a form as approved by the City Attorney is __ contingent upon Iteris, Incorporated executing the required master price agreement and submitting25 the required bonds and insurance policies, as described in the contract, within twenty (20) 26 calendar days of adoption of this resolution. The City Manager may grant reasonable extensions of 27 time. 28 1 PASSED, APPROVED AND ADOPTED at a Regular Meeting of the City Council 2 of the City of Carlsbad on the 26th day of July, 2011, by the following vote to wit: 3 .. AYES: Council Members Hall, Blackburn, Douglas and Packard. 4 5 NOES: None. 6 7 9 10 ABSENT: Council Member Kulchin. MATT HALL, Mayor 12 ATTEST: 13 14 15 tdRRAtNE M. WOOD, City Clerk 16 (SEAL) 17 18 19 20 21 22 23 24 25 26 27 28 Table 1: Bid Chart ITEM*ITEM DESCRIPTION QTY UNIT UNIT PRICE (*) Total Cost (QTY) * (Unit Doci Item Fully Meet Specs (Y/N)Space available for explanation of Items In speclflcatlIons not met. FURNISH BACKHAUL RADIO -F FURNISH SECTORAL ANTENNA t.'y FURNISH 2.4 GHz LOCAL INTEGRATED RADIO/ANTENNA FURNISH 5.8 GHz LOCAL INTEGRATED RADIO/ANTENNA FURNISH REPEATER fOCQ.CQ FURNISH REPEATER ANTENNA . 00 FURNISH STREET LIGHT POWER ADAPTER -P*-FURNISH MOUNTS, BRACKETS, AND CONNECTORS FURNISH 5' RISER FURNISH OUTDOOR RATED CAT5E CABLE APPROX 150' EA) FURNISH POE INJECTOR FURNISH SURGE SUPPRESSOR FURNISH POWER STRIP FURNISH SWITCH: Z BONDED PAIRS AND 4 10/100 PORTS FURNISH SWITCH:4 BONDED PAIRS AND 4 10/100 PORTS FURNISH SWITCH: 8 BONDED PAIRS AND 4 10/100 PORTS FURNISH MANAGED ETHERNET SWITCH FURNISH TYPE 170 CONTROLLER ETHERNET METWORK CARD INSERT FURNISH SPARE PARTS EQUIPMENT SUB-TOTAL FURNISH INSTALLATION SUPPORT STAGE 1 FIELD TEST AND/OR FIRST FIVE LOCATIONS FURNISH ON-SITE TECHNICAL SUPPORT FURNISH SITE SURVEY AS NEEDED Notes: Do not include sales tax in the unit cost or total cost entries. * The TOTAL COST figure will be used in the bid evaluation under the TOTAL COST BID PRICE criteria. J Please provide the following information based on the data in Table 1 (Bid Chart) using the information provided under the TOTAL COST column in the TOTAL COST row. The undersigned declares he/she has carefully read the Request for Bids, examined all specifications, and hereby proposes to furnish all materials, equipment, transportation, and services required to do all the work in this Request for Bids in accordance with the specifications of the City of Carlsbad, and the General Provisions and that he/she will take in full payment therefore the following unit prices for each item complete, to wit: Total Cost reflected in Bid Chart in words: (Items 1-23 Total Cost reflected in Bid Chart in numbers: W / // 3 ^ J * '°V (Items 1-23) In the event of a discrepancy between the total amount of bidder's proposal written in words or numbers, the amount written in words shall govern. Price(s) given above are firm for 90 days after date of bid opening. Addendum(a) No(s). "' '*/'* ' "' ^ ^ / has/have been received and is/are included in this bid. ndn is p tcii(,(_ The Undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any error or omission on the part of the Undersigned in preparing this proposal. Will successful bidder agree to hold unit prices firm through the initial contract period? (One year from date of award by City Council) Yes No Print Nartie TI .Title Signatun OPENED, WITNESSED AND RECORDED: DATE ' SIQNATURE^—^N> (p Traffic Signal Communication Equipment RFB11-04 6. EXEMPTIONS/EXCEPTIONS No exemptions or exceptions are taken to the specification. 7. OPTION TO RENEW OPTION TO RENEW The City may desire to exercise an option to renew the Contract for two (2) additional one (1) year periods. The City proposes that such renewal be contingent on a mutual agreement between the City and the successful bidder herein, such agreement to be confirmed sixty (60) days prior to the termination of the contract period. Either the City or the bidder may at that time decline to confirm the renewal of the Contract, for any reason whatever, and such declination would render the renewal option null and void. Would the bidder accept an option to renew, subject to the above stated conditions? Would the bidder accept an option to renew, subject to the above stated conditions? Yes ^8. PUBLIC AGENCY CLAUSE PUBLIC AGENCY CLAUSE It is intended that any other public agency (i.e., city, district, public authority, public agency, municipal utility and other political subdivision or public corporation of California) located in the State of California shall have the option to participate in any award made as a result of this solicitation. The City of Carlsbad shall incur no financial responsibility in connection with purchase by another public agency. The public agency shall accept sole responsibility for placing order or payments to the contractor. Option shall not be considered in bid evaluation. Indicate below whether said option is or is not granted. & 7