Loading...
HomeMy WebLinkAbout2008-07-08 - AGENDA REPORTS - ITS PHASE III CONST CONTR (2)CONSENT CALENDAR DATE: Agenda Item: 3 CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval Item to be presented by: July 8, 2008 Curtis Nay SUBJECT: ITS PHASE II, PROJECT I0004 - APPROVE THE PLANS AND SPECIFICATIONS, AWARD THE CONSTRUCTION CONTRACT, SUPPORTING CONTRACT, AND APPROPRIATE FUNDING DEPARTMENT: Public Works RECOMMENDED ACTION 1. City Council approve the plans and specifications and award the construction contract for the ITS Phase II, Project I0004 to TDS Engineering, Inc. in the amount of $1,665,488 and provide a contingency in the amount of $166,549. 2. Award the labor compliance monitoring contract to Padilla and Associates, Inc. in, the amount of $15,500 and provide a contingency in the amount of $1,550. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. : • UNFE In August 2007, the City executed a Letter of Agreement with Metro after successfully responding to a Metro Call for Projects to obtain Congestion Mitigation and Air Quality (CMAQ) funds to be used for the construction of the ITS Phase II project. The ITS Phase II project builds upon the success of the Intelligent Transportation Management System and Thoroughfare Signal Interconnect projects previously completed by staff in 2006. This phase will install the necessary infrastructure for traveler information data collection, integration, and dissemination systems in the City (Exhibit "B"). Ar,PROWEI The goal of this project is to improve traffic safety by increasing motorists' awareness of potential hazards on the roadway, as well as reducing traffic demand or congestion in the vicinity of an incident. The operation of the traveler information system will be shared between the Sheriffs Department and City staff. Additionally, this project will provide redundant communications between the Transit Maintenance Facility and City Hall, enhancing the existing computer network between the two facilities. On June 18, 2008, the City's Purchasing Division received bids for the project (Exhibit "A"). The lowest responsive bid was submitted by TDS Engineering, Inc. in the amount of $1,665,488. TDS Engineering, Inc. possesses a state contractor's license and is in good standing with the State Contractor's License Board. Staff recommends that the project be awarded to TDS Engineering, Inc., the lowest responsive bidder. While the City maintains a "Support of Local Businesses" policy that can be utilized by the City Council when warranted, the City is governed by the State Public Contract Code with regard to public works project procurement. In these types of procurement, the Public Contract Code does not permit a City to utilize a "Support of Local Businesses" policy and instead requires the contract be awarded to the "lowest responsible bidder." As confirmed by the City Attorney's Office, this direction precludes the City from applying any superseding criteria for award except in the case of a tie. Thus, in the awarding of Public Works contracts, the City is not permitted to award to the second low bidder just because they are local as the State Public Contract Code does not allow the City to recognize them as the "lowest" responsible bidder. ALTERNATIVE ACTIONS Other action as determined by Council. FISCAL IMPACT Adequate funds for this project have been appropriated by the City Council as follows: I0004229-5161.001 $1,250,000 I0004260-5161.001 $450,000 10004306-5161.001 $500,000 I0004354-5161.001 $250,000 Total budget: $2,450,000 ATTACHMENTS Exhibit "A" - Bid Results Exhibit "B" - List of Components EXHIBIT "A" BID RESULTS ,ITS PHASE II, PROJECT I0004 FIBER-OPTIC COMMUNICATIONS, CLOSED-CIRCUIT TELEVISION CAMERAS, AND SYSTEM DETECTION INSTALLATION Bid Opening Date: June 18, 2008 COMPANY AMOUNT LOCATION TDS Engineering, Inc. $1,665,488.00 Westlake Village, CA Manuel Bros, Inc. $1,700,000.00 Grass Valley, CA Moore Electrical $1,837,721.00 Corona, CA JFL Electric $1,853,417.00 Los Angeles, CA C.T. & F., Inc. $1,902,920.06 Bell Gardens, CA Steiny & Co. $1,973,452.00 Baldwin Park, CA W.A. Rasic Construction $2,160,000.00 Bell Gardens, CA CSI Electrical $2,227,900.00 Santa Fe Springs, CA Taft Electric $2,383,596.50 Ventura, CA EXHIBIT "B" ITS PHASE II, PROJECT I0004 LIST OF COMPONENTS 1. System detectors at 16 locations: • Soledad Canyon Road and Bouquet Canyon Road • Soledad Canyon Road and Commuter Way • Soledad Canyon Road and Gladding Way • Soledad Canyon Road and Valley Centre Drive • Soledad Canyon Road and Ruether Avenue • Soledad Canyon Road and Camp Plenty Road • Soledad Canyon Road and Whites Canyon Road • Soledad Canyon Road and Solemint Road • Soledad Canyon Road and Rue Entree • Valencia Boulevard and Goldcrest Drive • Valencia Boulevard and Creekside Road • McBean Parkway and Del Monte Drive • McBean Parkway and Granary Square • McBean Parkway and Avenue Scott • McBean Parkway and Fairview Drive • McBean Parkway and Decoro Drive 2. Closed-circuit television cameras at 10 locations: • McBean Parkway and Decoro Drive • McBean Parkway and Copper Hill Drive • Calgrove Boulevard and Wiley Canyon Road • Magic Mountain Parkway and Tourney Road • Rye Canyon Road and Avenue Stanford • Copper Hill Drive and Seco Canyon Road • Seco Canyon Road and Decoro Drive • Bouquet Canyon Road and Haskell Canyon Road • Bouquet Canyon Road and Plum Canyon Road • Soledad Canyon Road and Shadow Pines Boulevard 3. Fiber-optic cable and conduit along approximately 4 miles of City roads 4. Traveler Information System: ■ Three portable changeable message sign systems ■ Real-time map of traffic conditions on City's website ■ Regular traffic updates on City's local radio station ■ Option to notify public via text messaging and e -notification