Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Traffic Signal Preventive Maintenance & Repair Program 2009-11CTM oF� Agenda Item No: 15
Meeting Date: July 6, 2009
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by:
Director of Public Works (LINI)
City Manager Approval:
T
File No.: 18.04.01.13
SUBJECT: REPORT OF BID OPENING AND RESOLUTION AWARDING THE CONTRACT FOR
TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR PROGRAM 2009/2011;
PROJECT NO. 001-44-33001-9231 TO REPUBLIC INTELLIGENT TRANSPORTATION
SERVICES, INC. IN THE AMOUNT OF $48,000 ANNUALLY (BID OPENING HELD JUNE
23RD, 2009).
RECOMMENDATION:
Staff recommends that the City Council adopt the resolution awarding the contract to Republic Intelligent
Transportation Services, Inc. ("Republic ITS, Inc.") in the amount of $48,000 annually for two years.
BACKGROUND:
The City of San Rafael has 86 signalized intersections. Because of current traffic conditions in the City
and the need for absolute dependability of the traffic signal system, a well maintained traffic signal system
is essential. In 2002, the City Council approved resolution number 11004 awarding a contract to
Republic ITS, Inc. to perform traffic signal preventive maintenance and repair for each of the City
maintained traffic signals. This contract was extended a total of 3 times, with each extension issued for a
two-year period. The maximum number of extensions allowed on the original contract has been reached.
After June 30, 2009, the contract with Republic ITS, Inc. will end.
The maintenance program includes quarterly, semi-annual and annual inspections, preventive
maintenance and repairs. The contractor is required to respond to traffic signal repair calls within thirty
(30) minutes on weekdays between 7:00 AM and 6:00 PM and within sixty (60) minutes after hours
(6:01 PM to 6:59 AM weekdays, weekends and holidays).
ANALYSIS:
Staff prepared reports and specifications and advertised the project for sealed bids on June 9, 2009. The
bids were opened on June 23, 2009, at 2:30 PM. The only bidder was Republic ITS, Inc. Their bid was
reviewed and staff confirmed that they have met all the bid requirements and that the bid price is within
industry standards.
FOR CITY CLERK ONLY
File No.: Zi —/-6,/ /
Council Meeting:
Disposition: efsot- U 71 oij .Vt 0-193
r�� t�'�
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
The Engineer's Estimate was $55,000 and the following summarizes the bid received from Republic ITS,
Inc.:
ITEM
NO.
ITEM
UNIT ITEM
QTY UNIT PRICE TOTAL
1 Quarterly Routine Maintenance Costs for 86 Intersections 4 Quarters $9,000 $36,000
..T ...... ..... - ......._. __................_........_..._....._._.... ...... ........ .... .... .
Semi -
2 Semi -Annual Routine Maintenance Costs for 86 Intersections 2 Annual $2,000 $4,000
Periods
_ ........ -...... ... _....... .._........... ........__..... _.......... _..._........ . .......... -_ __....... _....-................. ...... _...... f._....
3 Annual Routine Maintenance Costs for 86 Intersections 1 Annually $8,000 $8,000
Annual Total $48,000.00
FISCAL IMPACT:
Funding required for the project will be $48,000 annually. The contract period is July 1, 2009 to June 30,
2011. $120,000 will be budgeted for each fiscal year. Remaining funds will be used for emergency one
time non -contract work such as signal knock downs and controller replacement.
Funding for the project is budgeted.
We therefore request that the Council approve $48,000 for the fiscal year of 2009/2010 and fiscal year of
2010/2011 for the project, from the following funding source:
Source Amount Note(s)
Traffic Signal and Lighting Operations $48,000
Budget
Total Available Funds $48,000
If the contract is awarded, up to three subsequent two year term contract extensions can be awarded at
the same costs listed above with adjustments as warranted by the consumer price index (CPI). Staff will
request funding allocations prior to issuance of the contract extensions.
OPTIONS:
The Council can choose not to award the contract and direct Staff to rebid the project.
ACTION REQUIRED:
Adopt Resolution awarding the contract to Republic ITS, Inc. in the amount of $48,000 annually.
Enclosures (2)
1. Resolution
2. Agreement
� _.1 � ^"�
RESOLUTION NO. 12782
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR TRAFFIC SIGNAL PREVENTIVE MAINTENANCE
AND REPAIR PROGRAM 2009/2011, PROJECT NO. 001-44-33001-9231, TO
REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC., IN THE AMOUNT
OF $48,000.00 ANNUALLY (BID OPENING HELD JUNE 23RD, 2009)
WHEREAS, on the 9th day of June, 2009, pursuant to due and legal notice published in
the manner provided by law, inviting sealed bids or proposals for the work hereinafter
mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of
the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open,
examine, and declare all sealed bids or proposals for doing the following work in said City, to
wit:
"TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR PROGRAM
2009/2011"
PROJECT NO. 001-44-33001-9231
In accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Republic Intelligent Transportation Services, Inc. ("Republic
ITS, Inc."), at the unit prices stated in its bid was and is the lowest and best bid for said work and
said bidder is the lowest responsible and qualified bidder.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael,
that the bid of Republic ITS, Inc. is hereby accepted at said unit prices and that the contract for
said work and improvements is hereby awarded to Republic ITS, Inc.
IT IS FURTHER ORDERED AND RESOLVED that the Mayor and the City Clerk of
said City be authorized and directed to execute a contract with Republic ITS, Inc., in a form
approved by the City Attorney, for said work and to return the bidders bond upon the execution
of said contract.
RESOLVED, FURTHER, that the Council does hereby authorize the City Manager to
take any and all such actions and make changes as may be necessary to accomplish the purpose
of this resolution.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the
Council of said City held on the 6"' day of July, 2009 by the following vote, to wit:
AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Miller & Mayor Boro
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER C. BEIRNE, City Clerk
File No.: 18.04.01.13
City of San Rafael • California
Form of Contract Agreement
for
TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR
PROGRAM 2009/2011
PROJECT NO. 001-44-33001-9231
This Agreement is made and entered into this 6`h day of July, 2009 by and between the City of San Rafael
(hereinafter called City) and Republic Intelligent Transportation Systems, Inc. (hereinafter called
Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree
as follows:
I - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary,
and to perform all of the work shown on the plans and described in the specifications for the project
entitled: Traffic Signal Preventive Maintenance and Repair Program 2009/2011, Project No. 001-44-3-
30-9231, all in accordance with the requirements and provisions of the Contract Documents as defined in
the General Conditions which are hereby made a part of this Agreement. The liability insurance provided
to City by Contractor under this contract shall be primary and excess of any other insurance available to the
City.
II - Time of Completion
(a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING
DAYS after the date of written notice by the City to the Contractor to proceed.
(b) The work shall be completed between July 2009 and June 30, 2011, and after the date of such notice
and with such extensions of time as are provided for in the General Conditions.
(c) At the discretion of the City, this contract can be renewed for up to three subsequent two year terms at
the same costs with adjustments as warranted by the consumer price index (CPI) and with Contractor
consent.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the specified
time limits as set forth in the Special Provisions, damage will be sustained by the City, and that it is and will
be impracticable and extremely difficult to ascertain and determine the actual damage which the City will
sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to
the City, the sum of $500 per hour, as specified in the Special Provisions; and the Contractor agrees to pay
said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof
from any moneys due or that may become due the Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the
total number of each of the units of work in the following schedule completed at the unit price stated. The
number of units contained in this schedule is approximate only, and the final payment shall be made for the
actual number of units that are incorporated in or made necessary by the work covered by the Contract.
ITEM
UNIT
ITEM
NO.
ITEM
QTY
UNIT
PRICE
TOTAL
1
Quarterly Routine Maintenance Costs for 86 Intersections
............... _.. _.. ..............._..�...............
4
Quarters
$9,000.00
$36,000.00
2
Semi -Annual Routine Maintenance Costs for 86
2
Semi -Annual
__.... ...... ...
$2,000.00
.
$4,000.00
Intersections
Periods
3
Annual Routine Maintenance Costs for 86 Intersections
1
Annually
$8,000.00
$8,000.00
Annual Total $48,000.00
Page 1
V - Payments
The Contractor shall bill the City monthly for routine preventive maintenance and as performed for all other
work.
VI - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer
shall within 5 days make such inspection.
(b) Before final payment is due, the Contractor shall submit evidence satisfactory to the Engineer that all
payrolls, material bills, and other indebtedness connected with work have been paid, except that in case
of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety
bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in
cases where such payment has not already been guaranteed by surety bond.
(c) The making and acceptance of the final payment shall constitute a waiver of all claims by the City,
other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within
twelve (12) months after final payment; (3) requirements of the specifications; or (4) manufacturers'
guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously
made and still unsettled.
(d) If after the work has been substantially completed, full completion thereof is materially delayed through
no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer,
and without terminating the Contract, make payment of the balance due for that portion of the work
fully completed and accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall
not constitute a waiver of claims.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST:
sf A n . aer Jc<.- -
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
CITY OF SAN RAFAEL:
.j
Albert oro
Mayor
CONTRACTOR:
for��
V—es:2 W:c ;, LA L I -TS
Page 2
_ r�
`� 1 � `�
ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 DATE
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Woodruff -Sawyer & Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
88 Rowland Way, Suite 180 HOLDER. THIS CERTIFICATE DOES NOT AMEND EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POL CIES BELOW.
Novato, CA 94945
(415) 878-2460 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER A: Everest National Insurance Company 10120
Republic Intelligent Transportation Services, Inc. (dba) Republic ITS I INSURER B: Old Republic Insurance Companv 24147
37I Bel Marin Keys Blvd #200
Novato, CA 94949-5699 I INSURER C:
INSURER D:
I INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADDU POLICYEFFECTIVE POLICY EXPIRATION I LIMITS
LTR 1JSRnl TYPEOFINSURAN F POLICYNUMBER DATE IMMrDDIYYI DATE(MMIDDIM
B GENERALAICG49560802 10/01/2008 10/01/2009 DEACH AMA E T D $ 1,000,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ❑X OCCUR
GEN'L AGGREGATE LIMIT APPUES PER -
7 POLICY I --X I PFRO I ( I LOC
B ! U'OMOBILELIABILnY
X ANY AUTO
ALL OWNED AUTOS
SCHEDULEDAUTOS
-X HIRED AUTOS
X NON.OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESMMBRELLA LIABILITY
A 7 OCCUR EICLAIMSMADE
DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND
B EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBEREXCLUDED7
II yyes, describe under
SPECUIL PROVISIONS below
OTHER
AlCA49560802
7107000221081
Al CW49560803
I PREMISES (Ea omirmml
$ 300,00
I MED EXP (Any one person)
$ 5,000
PERSONAL d ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
1 PRODUCTS - COMP/OP AGG
$ 2,000,000
10/01/2008 10/01/2009 eBBIINdEDSINGLE LIMIT
$ 1,000,000
(EH
BODILYINJURY
$
(Per person)
BODILY INJURY
$
(Per accident)
PROPERTYDAMAGE
$
(PeraccWed)
10/01/2008 10/01/2009
10/01/2008 10/01/2009
I AUTO ONLY - EA ACCIDENT $
IOTHERTHAN EAACC $
AUTO ONLY: AGG $
EACH OCCURRENCE $
AGGREGATE $
I $
I $
$
WC STATU I IOTH
ITR FR
FL EACH ACCIDENT $
E.LDISEASE -EAEMPLOYEE $
E.L. DISEASE- POLICY LIMIT $
5,000,000
5,000,000
1,000,000
1,000,000
1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT 1 SPECIAL PROVISIONS
THIS COI REVISES & REPLACES THE COI ISSUED ON 7/1/09
Traffic Signal Maintenance and Repair Program 2009/2011, Project # 001-44-33001-9231. The City of San Rafael its officers, agents & employees are named
Additional Insured per form CG 20 10 1185 hereunder but only as respects liability arising out of the land and/or property and/or work described in the Public
Works contract for the Traffic Signal Preventive Maintenance and Repair Program 2009/2011 between the City of San Rafael and Republic ITS for the work
and the improvements described therein. Coverage is primary & non-contributory form CG EN GN 0029 09 06 attached.
CERTIFICATE HOLDER
City of San Rafael Department of Public Works
111 Morphew Street
San Rafael, CA 94915-1560
I LOAN #:
ACORD 25 (2001/08) ID #:
CANCELLATION 10DavNotice for Non -Payment of Premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL iTr�S MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
i�6)6IG3615#GaY,�fsXIX�4M�{d�Xr�icic(ifDYii�cXlJ��fi��7�i#.Xc�Xr�B7
AUTHORIZED REPRESENTATIVE 11:01910.0
© ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001108)
POLICY NUMBER: AICG49560802 COMMERCIAL GENERAL LIABILITY
NAMED INSURED: Republic Intelligent Transportation Services, Inc. (dba) Republic ITS
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES or
CONTRACTORS [Form B]
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of person or organization: Any person or organization to which you are obligated by virtue of a written
contract to provide insurance such is afforded by this policy, but with respects to (1) occurrence taking place after
such written contract has been executed and (2) occurrences resulting from work preformed by you during the
policy period.
Coverage provided by this policy to the Additional Insured(s) shown in the Schedule shall be primary insurance
and any other insurance maintained by the Additional Insured(s) shall be excess and non-contributory, but only as
respects any claim or liability determined to be the result of the sole negligence or responsibility of the Named
Insured and only if required of the Named Insured by written contract.
(if no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to this endorsement.)
WHO IS AN INSURED (Section II) Is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
Name: City of San Rafael Department of Public Works
Address; 111 Morphew Street
San Rafael, CA 94915-1560
THIS COI REVISES & REPLACES THE COI ISSUED ON 7/1/09
Traffic Signal Maintenance and Repair Program 2009/2011, Project # 001-44-33001-9231. The City of San Rafael its officers, agents & employees
are named Additional Insured per form CG 20 10 1185 hereunder but only as respects liability arising out of the land and/or property and/or work
described in the Public Works contract for the Traffic Signal Preventive Maintenance and Repair Program 2009/2011 between the City of San
Rafael and Republic ITS for the work and the improvements described therein. Coverage is primary & non-contributory form CG EN GN 0029 09
06 attached.
Addditional Insured: The City of San Rafael its officers, agents & employees
CG 20 10 1185 Copyright, Insurance Service Office, Inc., 1984
OLD REPUBLIC GENERAL INSURANCE CORPORATION
CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Name of Additional Insured Person(s) Location(s) of Covered Operations
Or Organization(s):
City of San Rafael Department of Public Works THIS COI REVISES & REPLACES THE COI ISSUED ON 7/1/09
111 Morphew Street Traffic Signal Maintenance and Repair Program 2009/2011, Project
San Rafael, w reef 1560 # 001-44-33001-9231. The City of San Rafael its officers, agents &
employees are named Additional Insured per form CG 20 10 1185
As required by written contract: hereunder but only as respects liability arising out of the land and/or
property and/or work described in the Public Works contract for the
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The insurance provided by this endorsement is primary insurance and we will not seek contribution from
any other insurance of a like kind available to the person or organization shown in the schedule above
unless the other insurance is provided by a contractor other than the person or organization shown in the
schedule above for the same operation and job location. If so, we will share with that other insurance by
the method described in paragraph 4.c. of Section IV — Commercial General Liability Conditions.
All other terms and conditions remain unchanged.
Named Insured
Policy Number
Policy Period
Producer's Name:
Producer Number.
Republic Intelligent Transportation Services, Inc. (dba) Republic ITS
A 1 CG49560802
10/01/2008
10/01/2009
AUTHORIZED REPRESENTATIVE
Endorsement No.
to Endorsement Effective Date:
Addditional Insured: The City of San Rafael its officers, agents & employees
CG EN GN 0029 09 06
07/02/2009
DATE
CITY OF SAN RAFAEL
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
SRRA / SRCC AGENDA ITEM NO. /S�
DATE OF MEETING: 7/6/09
FROM: PARVIZ MOKHTARI, P.E.
DEPARTMENT: PUBLIC WORKS
DATE: 6/29/09
TITLE OF DOCUMENT:
REPORT OF BID OPENING AND RESOLUTION AWARDING THE CONTRACT FOR TRAFFIC SIGNAL
PREVENTIVE MAINTENANCE AND REPAIR PROGRAM 2009/2011; PROJECT NO. 001-44-33001-9231
TO REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC. IN THE AMOUNT OF $48,000
ANNU LLY (BID OPENING HELD JUNE 23RD, 2009).
Department Head (signature)
*** ***
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROED AS COUNCIL / AGENCY
A EN A ITEM:
M
cit anager (signature)
NOT APPROVED
REMARKS:
APPROVED AS TO FORM:
Cc --7 , �A0�
City Attorney (signature)
File No.: 18.04.01.13