HomeMy WebLinkAboutAgenda Report - June 20, 2012 C-11AGENDA ITEM (Z-0 11
CITY OF LODI
,. COUNCIL COMMUNICATION
AGENDA TITLE: Adopt Resolution Authorizing City Managerto Execute One -Year Extension of
Contractwith Republic ITS, of Novato, for Traffic Signal Preventive Maintenance
and Repair Program for Fiscal Year 2012/13 ($17,819)
MEETING DATE: June 20,2012
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Managerto execute one-year
extension of contract with Republic ITS, of Novato, for traffic signal
preventive maintenance and repair program for Fiscal Year
2012/13, in the amount of $17,819.
BACKGROUND INFORMATION: The project includes providing preventive maintenance and repair
services for the 48 City -mai ntai ned traffic signal and lighting
systems. The specifications require the contractor to provide signal
maintenance inspections at 120 -day intervals and annually test the traffic signals and spare monitors.
City Council awarded the contract for the traffic signal preventive maintenance and repair program for
Fiscal Year 2010/11 to Republic ITS on August 4, 2010, and authorized the City Managerto extend the
contract for an additional year. The contract was extended for Fiscal Year 2011/12 at no increase in cost.
Project specifications contain a provision to extend the contract, and Republic ITS has agreed to continue
to provide the same level of service at no increase in cost to the City. Due to the high quality of service
provided by Republic ITS, staff recommends extending the contract a second and final time for the
upcoming fiscal year.
FISCAL IMPACT: Regular maintenance of the City's traffic signal and lighting systems
reduces the City's exposure to liability claims.
FUNDING AVAILABLE: Street Opera 'ng Budget, Measure K Funds (325)
Jordan Ayers
Deputy City Manager/Interna Services Director
F. Wally n elin
Public Works Director
Prepared by Kathryn E. Garcia, Compliance Engineer
FWS/KMG/pmf
cc: Deputy Public Works Director— Utilities
Compliance Engineer
APPROVED:
Konradt Bartlam�,City Manager
K:\WP\PROJECTS\SIGNALS\PreventiveMaintenance\CC—Contract Exbensicn2012.doc
6/5/2012
CONTRACT EXTENSION AGREEMENT NO.2
TRAFFIC SIGNAL PREVENTATIVE MAINTENANCE
AND REPAIR PROGRAM 2010/2011
THIS CONTRACT EXTENSION AGREEMENT, made and entered this day of
June, 2012, by and between the CITY OF LODI, a municipal corporation, hereinafter called
"Owner", and REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC., hereinafter
called "Contractor."
WITNESSETH:
WHEREAS; Contractor and Owner entered into a contract for Traffic Signal
Preventative Maintenance and Repair Program 2010/2011 on August 1, 2010, and
executed a Contract Extension Agreement on July 19, 2011.
WHEREAS; both parties desire to extend the contract in accordance with Section 6-25,
Option to Renew of the Special Provisions.
3. WHEREAS; the contract shall not exceed the contract price of $17,819 for the duration
of this extension.
4. TERM AND TERMS: The term of this Contract Extension Agreement shall be for a
period of one (1) year, commencing August 1, 2012 and terminating July 31, 2013. All
other terms and conditions will remain as set forth as reflected in the Contract for Traffic
Signal Preventative Maintenance and Repair Program 2010/2011, attached hereto as
Exhibit 1, and the Contract Extension Agreement, attached hereto as Exhibit 2, and
made a part hereof as though fully set forth herein.
INSURANCE: Contractor shall provide insurance as set forth in the attached Exhibit 3,
Insurance Requirementsfor Contractor.
IN WITNESS WHEREOF, Owner and Contractor have executed this Contract Extension
Agreement on
CITY OF LODI, a municipal corporation REPUBLIC INTELLIGENT TRANSPORTATION
hereinabove called "Owner' SERVICES, INC., a California Corporation
hereinabove called "Contractor"
KONRADT BARTLAM
City Manager
Attest:
RANDI JOHL, City Clerk
Approved as to Form:
D. STEPHEN SCHWABAUER, City Attorney
By:
Title:
RAGROUMSTREETS\TRAFFIC\SIGNAL MAINT CONTRACT\2012-2013\Contract Extension Form (Repubic ITS 2012-13).doc 5/24/2012
L. Exhibit 1
TRAFFIC SIGNAL PREVENTIVE MAINTENANCE
AND REPAIR PROGRAM 2010/2011 CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred
to as the "City," and REPUBLIC ITS, herein referred to as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree wifh each other, as follows:
The complete Contract consists of the fallowing documents which are incorporated herein by
this reference, to -wit:
Notice Inviting Bids
Informationto Bidders
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 2002 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department cf Transportation
All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are
intended to cooperate so that any work called for in one and not mentioned in the other is to be
executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and under the condition expressed in the two
bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with
the City, at Contractor's cost and expense, to do all the work and furnish all the materials except
such as are mentioned in the specifications to be furnished by the City, necessary to construct
and complete in a good workmanlike and substantial manner and to the satisfaction of the City
the proposed improvements as shown and described in the Contract Documents which are
hereby made a part of the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does
hereby employ, the Contractorto provide all materials and services not supplied by the City and
to do the work according to the terms and conditions for the price herein, and hereby contracts
to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the
General Provisions, in the manner and upon the conditions above set forth: and the said parties
for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree
to the full performance of the covenants herein contained.
RAOROUF\STREETSCRAFF1C1SiONAL MAINT CONTRACT12010.20111Traffic Signal Contraot#2010.2011 .doc 4.1 06/30/2010
ARTICLE III -The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing
wage rate and other employer payments for health and welfare, pension, vacation, travel time,
and subsistence pay, apprenticeship or other training programs. The responsibility for
compliance with these Labor Code requirements is on the prime contractor.
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full
compensation for furnishing all materials and for doing all the work contemplated and embraced
in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or
from the action of the elements, or from any unforeseen difficulties or obstructions which may
arise or be encountered in the prosecution of the work until its acceptance by the City, and for
all risks of every description connected with the work; also for all expenses incurred by or in
consequence of the suspension or discontinuance cf work and for well and faithfully completing
the work, and the whole thereof, in the manner and according to the Plans and Contract
Documents and the requirements of the Engineer underthem, to -wit:
Perform the work necessaryto maintain up to 48 City traffic signal and lighting systems and other
incidental and relatedwork in accordancewith these specifications. An additional bid item for
traffic signal repair is a separate bid. This item may be awarded for the full year, a partial year or
not at all. The intersections to be maintained are shown in the Appendix of the Specifications for
Traffic Signal and Lighting Systems 2010/2011.
R\GROUP\STRESTS\TRAFFICISIGNAL MAINT CONTRACTUOIO-2011\TrafFio Signal Contraot#2010.2011.doc 4.2 06/30/2010
TRAFFIC SIGNAL MAINTENANCE SERVICES
Project includes a total of three (3) inspections per year at 120 -day intervals as described
below.
BID A: PREVENTIVE MAI NTENANCElINSPECTION
Inspect each site and perform necessary preventive maintenance as described in Traffic Signal
Inspection procedures. The bid item Unit Price A is for one inspection, based on three (3)
inspections per year at 120 -day intervals. The First inspection and preventive maintenance
shall be done in July 2010 and include conflict monitor testing (considered Bid B as described
below). The second inspection and preventive maintenance only, shall be done in November
2010. The third inspection and preventive maintenance only, shall be done in March 2011.
BID B: PREVENTIVE MAINTENANCE INSPECTION AND MONITOR TESTING
Inspect each site as described in BID A as well as test and calibrate conflict monitor. To
be done in conjunction with first inspection and preventative maintenance in July.
BID C: TEST SPARE TRAFFIC MONITORS
Test and calibrate eight spare conflict monitors at contractor's testing facility.
BID D: OPTIONAL BID ITEM - DETECTOR LOOP TESTING
These items will not be a part of the bid tabulation for award purposes, but must
be completed for the bid to be considered.
Loop testing shall be performed as specified in Caltrans Standard Specifications
Section 86-2.14. Testing at Intersections (48) as described in BID A.
RAGROUF\STREETSITRAFFIMSIGNAL MAW CONTRACT\2010-2011\Traffic Signal Contraot#2010-2011.doc 4.3 06/30/2010
Location
Unit Price A
Preventive Maintenance
Inspection,
Price Per Inspection
Unit Price B
Inspection and Monitor
Testing & Calibration, Price
Per Inspection
Unit Price Optional Bid Unit
Price D
Test Traffic Loops
1.
Beckman Road/Kettleman Lane
$89.00
$90.00
$1,600.00
2.
Central Avenue/Lodi Avenue
$89.00
$90.00
$1,600.00
3.
Century Boulevard/Hutchins Street
$89.00
$90.00
$1,600.00
4.
Century Boulevard/Lower Sacramento Road
$89.00
$90.00
$1,600.00
5.
Century Boulevard/Ham Lane
$89.00
$90.00
$1,600.00
6.
Cherokee Lane/Hale Road
$89.00
$90.00
$1,600.00
7.
Cherokee Lane/Lockeford Street
$89.00
$90.00
$1,600.00
8.
Cherokee Lane/Lodi Avenue
$89.00
$90.00
$1,600.00
9.
Cherokee Lane/Pine Street
$89.00
$90.00
$1,600.00
10.
Cherokee Lane/Tokay Street
$89.00
$90.00
$1,600.00
11.
Cherokee LaneNictor Road
$89.00
$90.00
$1,600.00
12.
Church StreeVElm Street
$89.00
$90.00
$1,600.00
13.
Church Street/Lodi Avenue
$89.00
$90.00
$1,600.00
14.
Church Street/Oak Street
$89.00
$90.00
$1,600.00
15.
Church Street/Pine Street
$89.00
$90.00
$1,600.00
R:\GROUP\STREETS\TRAFFIC\SIGNAL WJNT CONTRACT\2010-2011\Traffic Signal Con7ract#2010-201 Ldoc 4.4 06/30/2010
Location
Unit Price A
Preventive Maintenance
Inspection,
Price Per Inspection
Unit Price B
Inspection and Monitor
Testing & Calibration, Price
Per Inspection
Unit Price Optional Bid Unit
Price D
Test Traffic Loops
16.
Church Street/Turner Road
$89.00
$90.00
$1,600.00
17.
Church Street/Walnut Street
$89.00
$90.00
$1,600.00
18.
Crescent Avenue/Lodi Avenue
$89.00
$90.00
$1,600.00
19.
Elm Street/Ham Lane
$89.00
$90.00
$1,600.00
20.
Elm Street/Lower Sacramento Road
$89.00
$90.00
$1,600.00
21.
Fairmont Avenue/Lodi Avenue
$89.00
$90.00
$1,600.00
22.
Ham Lane/Lockeford Street
$89.00
$90.00
$1,600.00
23.
Ham Lane/Lodi Avenue
$89.00
$90.00
$1,600.00
24.
Ham Lane/Tokay Street
$89.00
$90.00
$1,600.00
25.
Ham Lane/Turner Road
$89.00
$90.00
$1,600.00
26.
Ham LaneNine Street
$89.00
$90.00
$1,600.00
27.
Harney Lane/Hutchins Street
$89.00
$90.00
$1,600.00
28.
Harney Lane/Lower Sacramento Road
$89.00
$90.00
$1,600.00
29.
Harney Lane/Stockton Street
$89.00
$90.00
$1,600.00
30.
Hutchins Street/Lodi Avenue
$89.00
$90.00
$1,600.00
31.
Hutchins Street/Tokay Street
$89.00
$90.00
$1,600.00
R:\GROUP\STREETS\TRAFFICISIGNAL MAINT CONTRACT82010-201 Signal Contract#2010-201 Ldoc 4.5 06/30/2010
Location
Unit Price A
Preventive Maintenance
Inspection,
Price Per Inspection
Unit Price B
Inspection and Monitor
Testing & Calibration, Price
Per Inspection
Unit Price Optional Bid Unit
Price D
Test Traffic Loops
32.
Hutchins Street/Vine Street
$89.00
$90.00
$1,600.00
33.
Lockeford Street/Sacramento Street
$89.00
$90.00
$1,600.00
34.
Lodi Avenue/Lower Sacramento Road
$89.00
$90.00
$1,600.00
35.
Lodi Avenue/Mills Avenue
$89.00
$90.00
$1,600.00
36.
Lodi Avenue/Sacramento Street
$89.00
$90.00
$1,600.00
37.
Lodi Avenue/School Street
$89.00
$90.00
$1,600.00
38.
Lodi Avenue/Stockton Street
$89.00
$90.00
$1,600.00
39.
Lower Sacramento Road/Sunwest Market Place
$89.00
$90.00
$1,600.00
40.
Lower Sacramento Road/Tokay Street
$89.00
$90.00
$1,600.00
41.
Lower Sacramento Road(N)/Turner Road
$89.00
$90.00
$1,600.00
42.
Lower Sacramento Road - Turner Road/Woodhaven Lane
$89.00
$90.00
$1,600.00
43.
Lower Sacramento RoadNine Street
$89.00
$90.00
$1,600.00
44.
Mills Avenue/Turner Road
$89.00
$90.00
$1,600.00
45.
Pine Street/Sacramento Street
$89.00
$90.00
$1,600.00
46.
Pine Street/School Street
$89.00
$90.00
$1,600.00
47.
Stockton Street/Turner Road
$89.00
$90.00
$1,600.00
RAGROMSTREETSURAFFIOSIGNAL MAINT CONTRACT\2010-20111Traffic Signal Comract42010-2011.doc 4.6 06/30/2010
Location
Unit Price A Unit Price B Unit Price Optional Bid Unit
Preventive Maintenance Inspection and Monitor Price D
Inspection, Testing & Calibration, Price Test Traffic Loops
Price Per Inspection Per Inspection
Total of 211 sites at one inspection each -
SUBTOTAL
$4,183.00 $4,230.00 $75,200.00
SUBTOTAL TOTAL BID A
ONLY ONE TESTING AND
TIMES 3 INSPECTIONS
$12,549.00 CALIBRATION
TOTAL BID A PLUS SUBTOTAL BID B
$16,779.00
BID C: TEST 8 SPARE CITY OWNED TRAFFIC
MONITORS
$1,040.00 $130.00
GRAND TOTAL: BID A PLUS BID B PLUS BID C
$17,819.00
GRAND TOTAL: OPTIONAL BID D
$75,200.00
Labor for repairs beyond Preventive Maintenance as defined in Section 6, Special Provisions. Not to be included in bid tabulations.
Not part of contract award, but
must be completed for bid to be
TRAFFIC SIGNAL REPAIR ( LABOR ONLY)
PRICE PER HOUR
$ 115.00
PER HOUR
considered.
Optional Bid Items
These items will not be a part of the bid tabulation for award purposes,
but must be completed for the bid to be considered.
1. DETECTOR LOOP TESTING
Loop testing shall be performed to the as specified in Caltrans Standard Specifications, Section 86-2.14 Testing
RAGROMSTREETSITRAFFIC\SIGNAL MAINT CONTRACT12010-2011\Traffic Signal Contract#2010-201 Ldoc 4.7 06/30/2010
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 cf the Labor Code, which requires every employer to be insured
against liability for workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there
be any conflict between the terms of this instrument and the Bid Proposal of the Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance of
the said terms of said proposal conflicting herewith.
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Special Provisions. All labor or
materials not mentioned specifically as being done by the City will be supplied by the Contractor
to accomplish the work as outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract as directed
by the City during the 2010/2011 fiscal year.
R:\OROUMSTREETS\TRAFFIC\SIONAL MAI NTCONTRACT\2010.20111Traffic Signal Contract#2010-2011.doc 4.8 08/06/2K
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLEAND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE
SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE
DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDERTHE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
,Q- �t ala.C.r
By: �(Lmm A . W UH&✓
By:
Tkp��-
Konradt Bartlam
Interim City Manager
Date: 13 -31 —(.O
Attes
1
Title
Ra Johl
City er
( (CO RP0RAT E SEAL)
Approved as to form:
(' I C�=D.St�ephon Schwaauerf_—_
tt ney
RAGROUPISTREETSITRAFFICISIGNAL MAINT CONTRACM010-2011\Traffic Signal Contract#2010.201 1.doc 06/30/2010
EXHIBIT A
CITY OF LODI
PUBLIC WORKS DEPARTMENT
PROJECT: TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR
PROGRAM 2010/2011
Notice is hereby given that the specifications for the above referenced project have
been revised as follows:
6-04 SCHEDULING WORK
Prior to beginning any work, the Contractor shall furnish the Engineer with a work
progress schedule in writing indicating the anticipated work procedure. The first
inspection including conflict monitor testing shall be completed during the month of
September, 2010. The second inspection shall be performed in January of 2011. The
third inspection and preventive maintenance only, shall be done in May, 2011 as
described in Section 6-05 of these Special Provisions. The first inspection shall include
the monitor testing and shall be completed within the first thirty (30) days of the
Contract. This schedule shall be kept current and the Engineer shall be notified in
writing 48 hours in advance of any variation thereof. The Contractor shall also supply
the Engineer with a telephone number or numbers where a duly authorized
representative of the Contractor may be reached at any time.
Work hours will be limited to the hours between 7:00 a.m. to 10:00 p.m.
The Contractor shall receive the Engineer's approval prior to working hours other than
as shown above.
Prior to beginning work, a conference with the Contractor and Engineer concerning the
schedule, traffic control and job safety shall be held.
Dated: August 18, 2010
Ordered
Curt J e.
Streets & Drainage Superintendent
RAGROUMSTREETMTRAFFIMSIGNAL MAINT CONTRACT12010.2011\ExhibitAftspection Modifications,doc 08/19/2010
CONTRACT EXTENSION AGREEMENT
TRAFFIC SIGNAL PREVENTIVE MAINTENANCE
AND REPAIR PROGRAM 2010/2011
THIS CONTRACT EXTENSION AGREEMENT, made and effectivethis 15c day of August,
2011, by and between the CITY OF LODI, a municipal corporation, hereinafter called "Owner",
and REPUBLIC INTELLIGENT TRANSPORTATION SERVICES, INC., a California
Corporation, hereinaftercalled "Contractor."
WITNESSETH:
CONTRACT: Contractor and Owner, entered into a contract for Traffic Signal
Preventive Maintenance and Repair Program 2010/2011 on August 1, 2010, providing
that the contract could be extended by mutual agreement of the parties.
2. TERM AND TERMS: The term of this Contract Extension Agreement shall be for a
period of one (1) year, commencing on August 1, 2011 and terminating July 31, 2012.
All other terms and conditions will remain as set forth in the Contract for Traffic Signal
Preventive Maintenance and Repair Program 2010/2011 attached hereto as Exhibit A
and made a part hereof as though fully set forth herein.
IN WITNE,SS�W�HEREOF, Owner and Contractor have executed this Contract Extension
Agreement on — \W ,2011.
CITY OF LODI, a municipal corporation
hereinabove called "Owner"
FKNRADT BARCity TLAM
a:�:�
City Clerk
Approved as to Form:
NICE D. M GDICH
Dep - ty -C-ityl Attorney
K:\WP\PROJECTS\SIGNALS\PreventiveMainten ance\ContractExtension201 'I ,doo
Exhibit 2
REPUBLIC INTELLIGENTTRANSPORTATION
SERVICES, INC., a California Corporation
hereinabove called "Contractor"
By- G
Title: VAGI
�ss�.
Exhibit A
TRAFFIC SIGNAL PREVENTIVE MAINTENANCE
AND REPAIR PROGRAM 201012011 CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY CIE LODI, State cf California, herein referred
to as the "City," and REPUBLIC ITS, herein referred to as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree with each other, as follows:
The complete Contract consists of the following documents which are incorporated herein by
this reference, to -wit:
Notice Inviting Bids
Information to Bidders
General Provisions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans
The July 2002 Edition,
Standard Specifications,
State cf California,
Business and Transportation Agency,
Department of Transportation
All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are
intendedto cooperate so that any work called for in one and not mentioned in the other is to be
executed the same as if mentioned in all said documents.
ARTICLE I - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and underthe condition expressed in the two
bonds bearing even date with these presents and hereunto annexed, the Contractoragrees with
the City, at Contractor's cost and expense, to do all the work and furnish all the materials except
such as are mentioned in the specifications to be furnished by the City, necessaryto construct
and complete in a good workmanlike and substantial manner and to the satisfaction of the City
the proposed improvements as shown and described in the Contract Documents which are
hereby made a part cf the Contract.
ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does
hereby employ, the Contractor to provide all materials and services not supplied by the City and
to do the work according to the terms and conditions for the price herein, and hereby contracts
to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the
General Provisions, in the manner and upon the conditions above set forth; and the said parties
for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree
to the full performance of the covenanfs herein contained.
R:IOROUP13TREETSITRAFFICISIGNALMAINPCONTRACTu010-20II1TrafiioSipalConhaotf12010.20II.doo 4.1 06/30/20I0
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division
2 of the Labor Code, The Contractor and any Subcontractor will pay the general prevailing
wage rate and other employer payments for health and welfare, pension, vacation, travel time,
and subsistence pay, apprenticeship or other training programs. The responsibility for
compliance with these Labor Code requirementsis on the prime contractor.
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full
compensationfor furnishing all materials and for doing all the work contemplated and embraced
in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or
from the action of the elements, or from any unforeseen difficulties or obstructions which may
arise or be encountered in the prosecution of the work until its acceptance by the City, and for
at risks of every description connected with the work; also for al expenses incurred by or in
consequence of the suspension or discontinuance of work and for well and faithfully completing
the work, and the whole thereof, in the manner and according to the Plans and Contract
Documents and the requirements of the Engineer underthem, to -wit:
Perform the work necessary to maintain up to 48 City traffic signal and lighting systems and other
incidental and related work in accordancewith these specifications, An additional bid item for
traffic signal repairls a separate bid, This item maybe awarded for the full year, a partial year or
not at all. The intersectionsto be maintained are shown in the Appendix of the Specifications for
Traffic Signal and Lighting Systems 201012011.
RAOROUFWMESTSURAFFTC44I0NAL MAINT CONTRAC712010.20I11Traffio Signal CoAt1'n0i#2010.201 I AOQ 4.2 06/3012010
TRAFFIC SIGNAL MAINTENANCE SERVICES
Project includes a total of three (3) inspections per year Pt 120 -day intervals as described
below.
BID A: PREVENTIVE MAINTENANCEIINSPECTION
Inspect each site and perform necessary preventive maintenance as described in Traffic Signal
Inspection procedures. The bid item Unit Price A is for one inspection, based on three (3)
inspections per year at 120 -day intervals. The First inspection and preventive maintenance
shall be done in July 2010 and include confiict monitor testing (considered Bid B as described
below). The second inspection and preventive maintenance anly, shall be done in Number
2010, The third inspection and preventive maintenance only, shall be dona in March 2011.
BIDB: PREVENTIVE MAINTENANCE INSPECTION AND MONITOR TESTING
Inspecteach site as described in BIDA as well as test and calibrate conflict monitor. To
be done in conjunction with first inspection and preventative maintenance in July.
HID C: TEST SPARE TRAFFIC MONITORS
Test and calibrate eight spare conflict monitors at contractor's testing facility.
BID D: OPTIONAL 131D ITEM - DETECTOR LOOP TESTING
These Items will not be a part of the bid tabulation for award purposes, but must
be completed for the bid to be considered.
Loop testing shall be performed as specified in Caltrans Standard Specifications
Section 86-2.14. Testing at Intersections (48) as described in BIDA.
RAGROUMTREETSWRAFFIMSIONAL MAINT CONTRACM0I0-20111Trafliic Signal Coataot#2010.201 I.doo 43 06/30/2010
1. Beckman
2. Central A
3. Ceatnry 1
4. Centuzy 1
5. Century
Location
;man Lane
Avenue
iutchins Street
,ower Sacramento Road
6. Cherokee LanefHale Road
7. Cherokee Lane/Lockeford St
8. Cherokee Lane/Lodi Avenue
9. Cherokee Lane/Pine Street
Unit Price A
Preventive Maintenance
Inspection,
Price Per Inspection
$89.00
$89.00
$89.00
$89.00
$89.00
$89.00
$89.00
Unit Price B
Inspection and Monitor
Testing & Calibration, Price
Per Inspection
$90.00
$90.00
$90.00
$90-00
Unit Price Optional Bid Unit
Price D
Test Trac Loops
$1,600.00
$1,600.00
$1,600.04
$1,600.00
$1,600.00
$1,600.00
10. Cherokee Lane/Tokay Street $89.00 $90.00
$1,600.00
11. Cherokee LanefVictor Road
$89.00
$90.00
$1,600.00
12. Church Strect/Fib Street
$89.00
$90.00
$1,600.00
13. Church StreeYLodi Avenue
$89.00
$90.00
$1,600.00
14.
Church Street/Oak Street
$89.00
$90.00
$1,600.00
15.
Church Street/Pme Street
$89.00
$90.00
$1,600.00
R1GROMSTREEMMAMOSIGNAL MAIM` COIMACM010-2011\Trafle Sigoai Conta&42010 2611.dor 4.4 06/302010
28.
Location
Unit Price A
Preventive Maintenance
Inspection,
Price Per inspection
Unit Price B
Inspection and Monitor
Testing & Calibration, Price
Per Inspection
Unit Price Optional Bid Unit
Price D
Test Traffic Loops
16.
Church Streeffurner Road
$89.00
$90.00
$1,600.00
17.
Charch StreeUWalnut Street
$89.00
$90.00
$1,6fl0.40
18.
Crescent Avenue/Lodi Avenue
$89.00
$90.00
$1,600.00
19.
Elm Street/HamLane
$89.00
$90.00
$1,600.00
20.
Elm Street/Lower Sacramento Road
$89.00
$90.00
$1,600.00
21.
Fairmont AvenuefLodi Avenue
$89.00
$90.00
$1,600.00
22.
Ham Lane/Lockeford Street
$89.00
$90.40
$1,600.00
23.
Ham Lane/Lodi Avenue
$89.00
$90.00
$1,600.00
24.
Ham I mme/Tokay Street
$89.00
$90.00
$1,600.00
25.
Ham Lane/Turner Road
$89.00
$90.00
$1,600.00
2b.
Ham Lane/Vine Street
$89.00
$90.00
$1,600.00
27.
Harney Lane/Hutchins Street
$89.00
$90.00
$1,600.00
28.
Harney Lane/Lower Sacramento Road
$89.00
$90.00 $1,600.00
29.
Harney Lane/Stockton Street
$89.00
$90.00 $1,600.00
30.
Hutchins Street/1,odiAvenue
$89.00
$90.00 $1,600.00
31.
Hutchins Street/Tokay Street
$89.00
$90.00 $1,600.00
RAGROMAS1REEf'$\ii2AMCMGNAL MATW CONTRACMOIO 20111Tmffic Signal ContxactM10-201 Ldm 4.5 06/302010
RA(MODP MESTaTRAMOSIGNAL MA1rT1• C011IRACM010-201 i\Trafc Siert Confrac 010-201 1AW 4.6 06)3012010
Location
Unit Price A
Preventive Maintenance
Inspection,
Price Per Inspection
Unit Price B
Inspection and Monitor
Testing & Calibration, Price
Per Inspection
Unit Price Optional Bid Unit
Price D
Test Trac Loops
32. Hutchins StreetNine Street
$89.00
$90.00
$1,600.00
33. LockefordStreet/Sacramento Street
$89.00
$90.00
$1,600.00
34. Lodi Avenue/Lower Sacramento Road
$89.00
$90.00
$1,600.00
35. Lodi AvenueWlis Avenue
$89.00
$90.00
$1,600.00
36. Lodi AvenuelSacramento Street
$89.00
$90.00
$1,600.00
37. Lodi Avenue/School Street
$89.00
$90.00
$1,600.00
38.
Lodi Avenue/Stockton Street
$89.00
$90.00
$1,600.00
39.
Lower Sacramento Road/SunwestMarketPlace
$89.00$90.00
$1,600.00
40.
Lower Sacramento Road/Tokay Street
$89.00
$90.00
$1,600.00
41.
Lower Sacramento Road(W urner Road
$89.00
$90.00
$1,600.00
42.
Lower Sacramento Road- Turner RoadfWoodhaven Lane
$89.00
$90.00
$1,600.00
43.
Lower Sacramento RoadfVme Street
$89.00
$90.00
$1,600.00
44.
Mills Avenueff'urner Road
$89.00
$90.00
$1,600.00
45.
Pine Street/Sacramento Street
$89.00
$90.00
$1,600.00
Pine Street/Schaol Street
$89.00
$90.00
$1,600.00
46.
Stockton St vWrurner Road
$89.00
$90.00
$1,600.00
47.
RA(MODP MESTaTRAMOSIGNAL MA1rT1• C011IRACM010-201 i\Trafc Siert Confrac 010-201 1AW 4.6 06)3012010
Location
`UiutPrice A
Unit Price B
Unit Price Optional Bid Unit
PERHOUR
Preventive Maintenance
Inspectionand Monitor
Price D
Inspection,
Testing& Calibration,Price
3bstTrafficLoops
Price Per Inspection
Per inspection
Total ofatl sites at one inspection each '
SUBTOTAL
$4,183.00
$4,230.00
$75,200.00
SUBTOTAL TOTALBID A
ONLY ONE TESTING AND
TDMS 3 INSPECTIONS
$12,549.00
CALIBRATION
TOTALBID A PLUS SUBTOTALBID B
$16,779.00
BID C: TEST S SPARE CITY OWNED TRA"IC
$1,040.00
$130.00
MONITORS
GRAND TOTAL. BID A PLUSBiD B PLUSBID C
$17,819.00
GRAND TOTAL: OPTIONAL BID D
$75,200.00
Laborfor repairs beyond Preventive Maintenance as defined in Section 6, Special Provisions. Not to be included in
bid tabulations.
Optional Bid Items
These iterns will not be a part of thebid tabulation for award purposes,
but must be completed€orthebid to be considered.
1. DETECTOR LOOP TESTING
Loop testing shall be performed to the as specifiedm Caltrans Standard Specifications, Section 86-2.14 Testing
R NGROUPISTREETSITRAFF M1GNAL MAW CONTRACTi2010-201I\Traffic ftaO C=tractM10-2011.doz 43 06/302010
Not part of contractaward, but
mist be completed forbid to be
considered.
TRAFFIC SIGNALREPAIR (LABOR ONLY)
PRICE PER HOUR
$ 115.00
PERHOUR
Optional Bid Items
These iterns will not be a part of thebid tabulation for award purposes,
but must be completed€orthebid to be considered.
1. DETECTOR LOOP TESTING
Loop testing shall be performed to the as specifiedm Caltrans Standard Specifications, Section 86-2.14 Testing
R NGROUPISTREETSITRAFF M1GNAL MAW CONTRACTi2010-201I\Traffic ftaO C=tractM10-2011.doz 43 06/302010
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions cf Section 3700 of the Labor Code, which requires every employer to be insured
against liabilityfor workers' compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the
performance of the work of this contract.
ARTICLE VI - it is further expressly agreed by and between the parties hereto that, should there
be any conflict between the terms of this instrument and the Bid Proposal of the Contractor,
then this instrument shall control and nothing herein shall be considered as an acceptance of
the said terms of said proposal conflicting herewith.
ARTICLE VI -1 - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Special Provisions, All labor or
materials not mentioned specifically as being done by the City will be supplied by the Contractor
to accomplish the work as outlined in the specifications.
ARTICLE Vill - The Contractor agrees to commence work pursuantto this contract as directed
by the City during the 2010/2011 fiscal year,
RAGROMNSTRUTS11RhMOMNAi MAiNT CONT.RAC112010-20111Trafflo Signal Contmot#2010.2011.doo 4.8 08/06/2010
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF
COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES
TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 0-04.03 OF THE
SPECIAL PROVISIONS, CONTRACTOR AGREES THAT THIS AMOUNT MAY BE
DEDUCTED FROM THE AMOUNT DUETHE CONTRACTOR UNDERTHE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year
and date written below.
CONTRACTOR: CITY OF LODI
Konradt Bartlam
Interim City Manager
Date: 5 15J —LQ
Title
Ra Jchl
City
(CORPORATE SEAL)
Approved as to form:
D. Steph n Schwabauer
ney
R:%GROUP%STREETSITRAFFlMSlGNAL MAiNT CCNTRACM010.20111TrainO Signal C008002010-201 1400
00/30/2010
EXHIBITA
CITY OF LODI
PUBLIC WORKS DEPARTMENT
PROJECT TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR
PROGRAM 2010/2011
Notice is hereby given that the specifications for the above referenced project have
been revised as follows:
6-04 SCHEDULING WORK
Prior to beginning any work, the Contractor shall furnish the Engineer with a work
progress schedule in writing indicating the anticipated work pracedure. The first
inspection including conflict monitor testing shall be completed during the month of
September, 2010, The second inspection shall be performed in January of 2011. The
third inspection and preventive maintenance only, shall be done in May, 2011 as
described in Section 8-05 of these Special Provisions, The first inspection shall include
the monitor testing and shall be completed within the first thirty (30) days of the
Contract. This schedule shall be kept current and the Engineer shall be notified in
writing 48 hours in advance cf any variation thereof. The Contractor shall also supply
the Engineer with a telephone number or numbers where a duly authorized
representative of the Contractor may be reached at Any time.
Work hours will be limited to the hours between 7:00 a.m. to 10:00 p.m.
The Contractor shall receive the Engineer's approval prior to working hours other than
as shown above,
Prior to beginning work, a conference with the Contractor and Engineer concerning the
schedule, traffic control andjob safety shall be held.
Dated: August 18, 2010
Ordered
Curt
Streets & Drainage Superintendent
RAGROUMSTREETStTRAFFIRISIGNAL MAINT CONTRACM0104011WANtAftspection Modltloauons.doc 08/19/2010
XOF
EXHIBIT 3
Insurance Reg uirements for Contractor The Contractor shall takeout and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$3,000,000 Bodily Injury
Ea. Occurrence/Aggregate
$3,000,000 Property Damage
Ea. Occurrence/Aggregate
Or
$3,000,000 Combined Single Limits
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage- Ea. Occurrence
Or
$1,000,000 Combined Single Limits
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a
claims period following termination of coverage which is at least consistent with the claims period or statutes of
limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of the proiect that it is insuring.
A copy of the certificate of insurancewith the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability.
(d) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the companywithout 30 days' priorwritten notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
(e) Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a
claims period following termination of coverage which is at least consistent with the claims period or statutes of
limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
"Claims made" coverage requiring the insureds
to give notice of any potential liability
during a time period shorter than that found
in the Tort Claims Act shall be unacceptable.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the
company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City
of Lodi, 221 W. Pine St., Lodi, CA 95240. A Waiver of Subrogation against the City of Lodi is required.
NOTE: No contract agreementwill be signed norwill any work begin on a project until the proper insurance certificate
is received by the City.
RESOLUTION NO. 2012-96
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING CITY MANAGER TO EXECUTE
ONE-YEAR EXTENSION OF CONTRACT FOR
TRAFFIC SIGNAL PREVENTIVE MAINTENANCE
AND REPAIR PROGRAM
WHEREAS, on August 4, 2010, City Council awarded the contract for Traffic
Signal Preventive Maintenance and Repair to Republic ITS, of Novato, California, and
authorized the City Manager to extend the contract for an additional year; and
WHEREAS, the contract was extended for Fiscal Year 2011/12 at no increase in
cost: and
WHEREAS, the specifications included an option to extend the contract, and
Republic ITS has agreed to continue to provide the same level of service at no increase
in cost to the City; and
WHEREAS, staff recommends executing a one-year extension of the contract
with Republic ITS.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
approve the one-year extension of the contract with Republic ITS, of Novato, California,
for Traffic Signal Preventive Maintenance and Repair Program for Fiscal Year 2012/13 in
the amount of $17,819; and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Managerto execute the contract extension on behalf of the City of Lodi.
Dated: June 20,2012
I hereby certify that Resolution No. 2012-96 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held June 20, 2012, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Katzakian, and
Mayor Mounce
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Nakanishi
ABSTAIN: COUNCIL MEMBERS— None
&JOHL
City Clerk
2012-96