HomeMy WebLinkAbout11/17/2010 - STAFF REPORTS - 2.I. �y
0
u
•oan*v
c44
1F01LN%V1 City, Council Staff Re Port
Date: November 17, 2010 CONSENT CALENDAR
Subject: AWARD OF CONTRACT FOR THE INDIAN CANYON DRIVE AT VISTA
CHINO TRAFFIC SIGNAL MODIFICATION, CITY PROJECT 08-17
From: David H. Ready, City Manager
Initiated by: Public Works and Engineering Department
SUMMARY
The Public Works and Engineering Department has scheduled improvements to the
existing traffic signal at Indian Canyon Drive and Vista Chino. Award of this contract will
allow staff to proceed with this traffic signal improvement project.
RECOMMENDATION:
1) Approve Agreement No. in the amount of $203,203 with PTM General
Engineering Services, Inc., for the Indian Canyon Drive at Vista Chino Traffic
Signal Modification, City Project 08-17; and
2) Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
The Public Works and Engineering Department included modification of the existing
traffic signal at the Indian Canyon Drive and Vista Chino intersection in the 2008/2009
and 2010/2011 fiscal year budgets. Currently, the existing traffic signal has no left-turn
phasing in any direction, which makes turning left difficult during peak hours of traffic at
this highly congested intersection. Vista Chino is also State Highway 111, and Caltrans
operates and maintains this traffic signal. However, the state has no plans or budget to
modify or improve the operation of the traffic signal. Therefore, in the 2008/2009
budget, Council allocated funds for the City's design of modifications to the traffic signal.
On October 8, 2008, the City Manager approved a contract services agreement with
Albert Grover & Associates in the amount of $15,985 for the design of this project.
Since that time, the City's consultant has coordinated the design of the traffic signal
modification with Caltrans, and Caltrans has approved the final design and authorized
its construction.
City Council Staff Report
November 17, 2010- Page 2
Indian Canyon Dr. /Vista Chino Traffic Signal Modification (CP08-17)
Typical of other recently modified traffic signals, the traffic signal has been designed
with protected/permissive signal phasing on Indian Canyon Drive. The City originally
proposed protected/permissive phasing on Indian Canyon Drive and Vista Chino, but
Caltrans has not yet approved of protected/permissive phasing of its traffic signals and
is requiring separate protected left-turn phasing on Vista Chino (however, it has allowed
protected/permissive phasing on Indian Canyon Drive). A protected/permissive signal is
one that has a five-section vehicle head on the signal mast arm, shown at right below,
and has a five-section vehicle head on the far pole, shown at left below:
f t t
Y Y � Y
Y
This type of signal phasing allows traffic to move through the intersection more
efficiently, giving left-turning vehicles a "permissive" movement, allowing the turn when
there are no opposing vehicles. In a true "protected" phase, a vehicle must wait for the
green arrow to make the movement, whether or not there is opposing traffic.
The plans and specifications have been prepared by the City's engineering consultant
(Albert Grover & Associates). Caltrans has approved the City's proposed traffic signal
modification, and on September 8, 2010, the City Council approved the plans and
specifications, and authorized bidding for this project. On October 2 and 9, 2010, the
project was advertised for bids, and at 3:00 p.m. on November 2, 2010, the
Procurement and Contracting Division received construction bids from the following
contractors:
1. PTM General Engineering Services, Inc.; Riverside CA: $203,203
2. DBX, Inc.; Temecula, CA: $210,743
3. Steiny and Company, Inc.; Baldwin Park, CA: $213,578
4. Flatiron Electric Group, Inc.; La Mirada, CA: $225,958
5. Virtual Supply; Costa Mesa, CA: $285,231
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires prime contractors to use good faith efforts to sub-contract the supply
of materials and equipment to local business enterprises and to sub-contract services to
City Council Staff Report
November 17, 2010- Page 3
Indian Canyon Dr. /Vista Chino Traffic Signal Modification (CP08-17)
businesses whose work force resides within the Coachella Valley; submission of good
faith efforts is required. None of the prime bidders are a local business enterprise.
However, the low bidder has indicated it intends to obtain materials from two local
vendors (Robertson's Ready Mix — Coachella, and Desert Electric Supply — Palm
Springs) representing 8% of the value of this contract. Based on this commitment, staff
recommends that the Council consider the low bidder's bid responsive with regard to
the Local Business Preference Program.
The Engineer's estimate for this project was $200,000. PTM General Engineering
Services, Inc. is a California corporation, and its principal officers are Elizabeth H.
Mendoza de McRae, President/CFO; and Brian Mendoza, Vice President/Secretary.
FISCAL IMPACT:
Funding for this project is made available through local Measure A funds in account
134-4498-50271. No local miscellaneous General Funds are being used for this
project.
SUBMITTED-
Prepared by- Recommended by:
Marcus L. Fuller David J. Barakian
Assistant Director of Public Works Director of Public Works/City Engineer
Approved by:
Thomas J. Wil on, Asit. City Manager David H. Ready, City
Attachments:
1. Agreement
3
AGREEMENT
THIS AGREEMENT made this day of , 20 , by and between
the City of Palm Springs, a charter city, organized and existing in the County of Riverside,
under and by virtue of the laws of the State of California, hereinafter designated as the
City, and PTM General Engineering Services Inc. a California corporation,. hereinafter
designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 --THE WORK
The Contractor shall complete the Work as specified or indicated under the Bid
Schedule(s) of the City's Contract Documents entitled:
INDIAN CANYON DRIVE AT VISTA CHINO (SR 111)
TRAFFIC SIGNAL MODIFICATION
CITY PROJECT NO. 08-17
The Work is generally described as the modification of the existing traffic signal at Indian
Canyon Drive and Vista Chino (State Route 111), and installation of traffic signal
equipment at the N. Palm Canyon Drive and Vista Chino (State Route 111) intersection as
necessary to coordinate traffic signal timing of the two closely spaced intersections
ARTICLE 2 -- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum of $760 for each
calendar day that expires after the time specified in Article 2, herein. In executing the
Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard
Specifications, as modified herein, related to liquidated damages, and has made itself
aware of the actual loss incurred by the City due to the inability to complete the Work
within the time specified in the Notice to Proceed.
INDIAN CANYON DRIVE AT VISTA CHINO TRAFFIC SIGNAL MODIFICATION AGREEMENT FORM
CITY PROJECT NO.08-17 AGREEMENT AND BONDS-PAGE 1
ARTICLE 3 --CONTRACT PRICE $203,203.00
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
and Bid Schedule(s).
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the California
Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of
Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid
Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment
Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to
0., inclusive, and all Change Orders and Work Change Directives which may be delivered
or issued after the Effective Date of the Agreement and are not attached hereto.
ARTICLE 5 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the Engineer or the City as provided in the Contract Documents.
ARTICLE 6 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written
Notice, it shall be deemed to have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 7 -- MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the Special Provisions. No assignment by a party hereto of any rights under or interests
in the Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically, but without limitation, monies
that may become due and monies that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
INDIAN CANYON DRIVE AT VISTA CHINO TRAFFIC SIGNAL MODIFICATION AGREEMENT FORM
CITY PROJECT NO.08-17 AGREEMENT AND BONDS-PAGE 2
OMMI n
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
ATTEST:
CITY OF PALM SPRINGS,
CALIFORNIA
APPROVED BY THE CITY COUNCIL:
By
City Clerk Date
APPROVED AS TO FORM: Agreement No.
By
City Attorney
Date
CONTENTS APPROVED:
By
City Engineer
Date
By
City Manager
Date
INDIAN CANYON DRIVE AT VISTA CHINO TRAFFIC SIGNAL MODIFICATION AGREEMENT FORM
CITY PROJECT NO.08-17 AGREEMENT AND BONDS-PAGE 3
Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any
Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant
Treasurer, or Chief Financial Officer.
CONTRACTOR: Name: PTM General Engineering Services, Inc_Check one:_Indiv. _Partnership X Corp.
Address: 5942 Acorn Street
Riverside, CA 92504
By: By:
Signature (notarized) Signature (notarized)
Name: Name:
Title: Title:
(This Agreement must be signed in the above This Agreement must be signed in the above
space by one of the following: Chairman of the space by one of the following: Secretary, Chief
Board, President or any Vice President) Financial Officer or any Assistant Treasurer)
State of ❑ State of ❑
County of FIss County of i ss
On On
before me, before me,
personally appeared personally appeared
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s) evidence to be the person(s) whose name($)
is/are subscribed to the within instrument and is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the of which the person(s) acted, executed the
instrument. instrument.
I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing laws of the State of California that the foregoing
paragraph is true and correct. paragraph is true and correct.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
INDIAN CANYON DRIVE AT VISTA CHINO TRAFFIC SIGNAL MODIFICATION AGREEMENT FORM
CITY PROJECT NO.08-17 AGREEMENT AND BONDS-PAGE 4
9120/10