Loading...
HomeMy WebLinkAbout2010-02-23 - AGENDA REPORTS - PROJ 10006 APPROVE PLANS (2)CONSENT CALENDAR DATE: SUBJECT: DEPARTMENT: Agenda Item: CITY OF SANTA CLARITA AGENDA REPORT City Manager Approval: Item to be presented by: February 23, 2010 INTELLIGENT TRANSPORTATION MANAGEMENT SYSTEM PHASE III AND SIGNAL SYNCHRONIZATION GAP CLOSURE, PROJECT I0006 - APPROVE THE PLANS AND SPECIFICATIONS, AWARD THE CONSTRUCTION CONTRACT AND SUPPORTING CONTRACT, AND APPROPRIATE FUNDS Public Works RECOMMENDED ACTION 1. City Council approve the plans and specifications and award the construction contract for the Intelligent Transportation Management System Phase III and Signal Synchronization Gap Closure, Project I0006, to Moore Electrical Contracting, Inc., in an amount not to exceed $2,353,507 including contingency. 2. Award the communication equipment integration services contract to Etherwan Systems, Inc., in the amount of $40,000 and authorize a 10 percent contingency in the amount of $4,000 for a total not to exceed $44,000. 3. Increase Revenue Account 259-4621.001 by $56,120. 4. Increase Expenditure Account 10006259-5161.001 by $56,120. 5. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND In April 2008, the City executed a Letter of Agreement with Metro after successfully responding to a Metro Call for Projects to obtain Proposition "C" 25 percent funds to be used for the design and construction of the Intelligent Transportation Management System (ITMS) Phase III and Signal Synchronization Gap Closure project. APPROVED � The ITMS Phase III and Signal Synchronization Gap Closure project builds upon the success of the Intelligent Transportation System (ITS) Phase lI project and the Intelligent Transportation Management System and Thoroughfare Signal Interconnect project previously completed. This phase will install the necessary infrastructure to continue expanding the traveler information data collection, integration, and dissemination systems in the City (Exhibit "B"). The goal of this project is to enhance the existing communication system by installing Closed -Circuit Television (CCTV) cameras and system detection equipment at various intersections. Also included with this project is the installation of fiber optic interconnect on arterial roads at various locations throughout the City that do not have existing interconnect. Additionally, the project includes a redundant fiber optic interconnect system that will function like a ring system so intersections and all other design elements such as CCTV cameras will be accessible at all times. Finally, this project will provide backup communications between the Activities Center and City Hall, Newhall Community Center and City Hall, and between Central Park and City Hall. The existing computer network between these facilities will be enhanced and network speed will increase. For users, upgrading the connections to fiber optics will enhance overall network speed and reliability, resulting in increased performance of programs and email/file access from these facilities to City Hall. Also, by providing the aforementioned communication links, monthly recurring costs for a slower T1 data connection will be eliminated. The existing and new communication equipment is required to be integrated in order to function properly. This integration is best performed by a trained professional in switches, routers, and all other communication devices implemented as part of this project. As a result, Etherwan Systems, Inc., has been selected to perform the integration services portion of this project. The County of Los Angeles (County) has agreed to provide $56,120 for this project. In 2004-05, the City supported the County's Mobility Source Air Pollution Reduction Review Committee (MSRC) Discretionary Fund Local Government Match Program. The County was successful in receiving funds as part of that program and agreed to supply this amount to the City to install an upgraded traffic management system to interface with the County's information exchange network. On January 13, 2010, the City's Purchasing Division received bids for the project (Exhibit "A") The bid schedule for this project was created to include a base bid schedule plus three additive alternate items. The lowest responsive bid was submitted by Moore Electrical Contracting, Inc., in the amount of $1,780,656. Moore Electrical Contracting, 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 Moore Electrical Contracting, Inc., the lowest responsible bidder. The project construction award to Moore Electrical Contracting, Inc., is not to exceed the available construction budget of $2,353,507, including contingency. In addition to the scope of work in the base bid, the City will add the three additive *alternates that were part of the bid, and may add other desired work via contract change order up to the available construction budget. The additional work would add fiber optic interconnect cable to improve the communication along Bouquet Canyon Road between Valencia Boulevard and Magic Mountain Parkway, and Railroad Avenue between Magic Mountain Parkway and Lyons Avenue, allowing for real-time communication between traffic signals in this area and the Traffic Operations Center. Approximately $118,289 of the remaining budget will be used for construction management, inspection services, labor compliance services, staff oversight, and miscellaneous project administration costs. Additionally, $44,000 has been included in the budget to cover the expense of communication equipment integration services to be performed by Etherwan Systems, Inc. It should be noted that Manuel Bros., Inc., and KDC, Inc., dba Dynalectric, did not properly include Addenda in their bid package and the two bids were deemed non-responsive. However, it does not impact the award of the bid because neither of these two bids was the lowest bid. 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 California 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 Public Contract Code does not allow the City to recognize them as the "lowest" responsible bidder. ALTERNATIVE ACTIONS Other action as determined by the City Council. FISCAL IMPACT Funds in the amount of $2,459,676 are currently available in the following accounts: I0006260-5161.001 Prop. C Grant 25 Percent $1,525,357 I0006260-5161.001 Prop. C Local $ 575,000 I0006354-5161.001 Street Light Maintenance District $ 359,319 The additional requested funding request of $56,120 will increase the current budget to $2,515,796. ATTACHMENTS Exhibit "A" Bid Results Exhibit "B" List of Components Exhibit "C" Location Map EXHIBIT "A" BID RESULTS INTELLIGENT TRANSPORTATION MANAGEMENT SYSTEM PHASE III AND SIGNAL SYNCHRONIZATION GAP CLOSURE, PROJECT I0006 Bid Opening Date: January 13, 2010 COMPANY LOCATION TOTAL BID AMOUNT Moore Electrical Contracting, Inc. Corona, CA $1,780,655.50 KDC, Inc. dba Dynalectric Los Alamitos, CA $2,277,114.95 Traffic Development Services, Inc. Moorpark, CA $2,390,001.25 C.T. & F., Inc. Bell Gardens, CA $2,397,248.27 Terno, Inc. La Mirada, CA $2,448,213.00 Pro Tech Engineering Corp. Corona Del Mar, CA $2,452,860.00 Taft Electric Ventura, CA $2,497,613.86 Steiny & Co. Baldwin Park, CA $2,537,615.00 Comet Electric Canoga Park, CA $2,542,256.50 Manuel Bros., Inc. Grass Valley, CA $2,752,445.00 EXHIBIT "B" LIST OF COMPONENTS INTELLIGENT TRANSPORTATION SYSTEM PHASE III AND SIGNAL SYNCHRONIZATION GAP CLOSURE PROJECT I0006 1. System detectors at 11 locations: • Whites Canyon Road and Canyon Crest Drive • Whites Canyon Road and Ranier Street • Whites Canyon Road and Stillmore Street • Whites Canyon Road and Soledad Canyon Road • Golden Valley Road and Centre Pointe Parkway • Golden Valley Road and Robert C. Lee Parkway • Golden Valley Road and Highland Drive • Golden Valley Road and Green Mountain • Via Princessa and Weyerhaeuser Way • Via Princessa and Vista del Canon • Newhall Avenue and Railroad Avenue 2. Closed-circuit television cameras at 9 locations: • Plum Canyon Road and Golden Valley Road/Santa Catarina Road • Whites Canyon Road and Nadal Street • Golden Valley Road and Centre Pointe Parkway • . Soledad Canyon Road and Ruether Avenue • Orchard Village Road and Wiley Canyon Road • Bouquet Canyon Road and Magic Mountain Parkway • Railroad Avenue and Oak Ridge Drive • Via Princessa and Oak Ridge Drive • Wiley Canyon Road and Via Pacifica 3. Fiber optic cable and conduit along approximately 14 miles of City roads 4. Communication link to City Hall from the following facilities: ■ Activities Center • Central Park ■ Newhall Community Center 5 CL m g a 3gd8 ail 8 fR `3p assesses& p X O W J yyppysy'ygygyyyyyyy G io C AB�A��FA� V33 2€� Asp mesa 3laa ++ C 10 C �.,:.. gg �g7�sk� C Q N .yyy v U O `o z �+aeea v 3 Z3 �• a` E �Nj q A • m 38§9e �(�� • «f A Si Sas 8&888e8858gp C C LJ � N yygggg I © e V 8IN s$ gkyy yyy A 0184 V {�9� �JY q 3j{'33S�T 36(3S€ {f FgF G U A O 7 F3� ~q z O < Caa3�;,8� amP� o a m Qq w £ 8 [� q G q 08883888 V$��88 Q}ey y5 p(j3d J��i��i3�Gb C 3 • 88848 xg {CX�B $9958 9 ? 9 1222 A4pEEa 53eea Y C £4��i44F4yi y millFF O V 858 35}@`3:k A V A 3 _ Fy- 1 ab 3 2.2 �S�(..�� IO of S�.O �ifyyppi»g � ygyg 5({5 • .....»a.. V gyFF@@pp�yeF V q ��u G a v vi C ?'az�i��ii y8y y9 y�458 Nait08S{$e rya d ��TIF�I Sin nx S' a