Loading...
HomeMy WebLinkAbout12/02/1997, C3 & C4 - TRAFFIC SIGNAL MONITORING SYSTEM & RAILROAD WATER TOWER RESTORATION SPEC 91-00 council �A/4 9 j acjcnaa Report °®'hmh� C3 CITY OF SAN LUIS O B I S F O FROM: Michael McCluskey,Director of Public Works Prepared By: Debra Larson,Traffic Enginee� SUBJECT: Traffic Signal Monitoring System �/ CAO RECOMMENDATIONS 1. Award a contract in the amount of$76,590 to BI Tran Systems,Inc. for furnishing and installing traffic signal monitoring computers and software 2. Authorize the Mayor to execute the contract DISCUSSION The Traffic Signal Interconnection project was approved by the Council when it approved the 1996-97 Budget. The project consists of two parts: computer software and hardware, and underground conduit and wire. This portion of the project is to acquire the computers, QuickNet/4 System software and BI Tran Systems development of database generation,city display map, network integration and on-site training. This project will be used to remotely monitor and maintain traffic signals in the downtown and along state highways, which pass through the City,by both City and Caltrans personnel. BI Tran Systems is the only company known to provide this type of"turn-key"full featured,hybrid,multi- tasking traffic management system. It is the system Caltrans is familiar with and has approved for use. Therefore,a sole source procurement is required. It is designed to provide traffic operations personnel with intuitive,quick access to the functions that are used most. QuicNet/4 is a fully functional Windows application and features direct data access from the display maps. The system allows a flexible definition of Coordination Groups and powerful Traffic Responsive capabilities,and may be configured with"direct-connected"and/or Field Master communications. The system can be furnished as a multi-agency system. The system to be developed will be designed for use by both the Department of Transportation and the City of San Luis Obispo. FISCAL IMPACT An approved state grant will pay 100 percent of construction and equipment costs up to $240,000. The City must provide all design and construction engineering. The grant agreement was executed in September 1996 (see pages E-20 and E-21 of the 1996-97 Adopted Budget). Total Project Budget $240,000 Computer and Software Cost $76,590 Attachments 1. BI Tran Systems,Inc.proposal dated September 15, 1997 2. BI Tran Systems,Inc.QuicNet/4 Advanced Traffic Management System Flyer 3. Cooperative Agreement between DOTand the City,dated September 25, 1996 4. Contract Agmd Umffic Signal Maw=g Syst= c �3 s BI Tran Systt,ns, Inc. 510 BERCUT DFM SUITE R SACRAMENTO, CA 95814 -..r........ ,. (918) 441-0260 September 15, 1997 FAX 441-0391 SP MW Ms. Deb Larson 22 Traffic Engineer City of San Luis Obispo " a Public Works Department 955 Morro Street San Luis Obispo, CA 93401-3208 805-781-7203 805481-7198 FAX Dear Ms. Larson, This proposal is for the installation of QuicNet/4 Advanced Transportation Management System(AIMS)in the City of San Luis Obispo. The system furnished will be our most versatile system that can directly control the local intersections without the need for field masters, and can also have serial ports for support of remote field master type systems.. This ATMS is a Microsoft Windows NT multi-user Local Area Network(LAI)based system. There shall be a2 processor ATMS NT.network at Public Works One processor will be the QuicNet Communications Processor and related interconnect equipment in a 19 inch rack. This Communications Processor shall be networked to a Workstation/Remote Access Server(NT Server). This network is to be independent of the City Network There will QuicNet workstation at Caltrans to dial-in to the NT Server for access to Caltrans traffic signals. BI Tran shall purchase all equipment, install all equipment. All purchases shall be with the concurrance of the City. There will be 6 percent fee for purchasing and recieving equipment. All the interconnect for the traffic signals should be verified for continuity and overall integrity.. The total system should be mapped out for communications assignments by the city. The local intersection firmware shall be program 200/233 and the field master firmware shall be program 245 to provide city and Caltrans interface to field controllers. BI Tran Systems,Inc is to install a dial-out QuicNet/4 workstation at the Caltrans District Office. This installation project will consist of three types of items: . a) Software and labor to be supplied by.BI Tran Systems. . . b) .:"Buy-out". software and hardware. c) Workstation and Communications computers(per minimum requirements). The following is a cost breakdown to implement the upgrade: 1) QuicNe14 System license NIA $3500000 2) Labor-factory and on-site NO}eB $2000000 QuicNet software and labor $5500000 "Buy-out" items: 3) 16 Port Serial Board(Digiboard)for Communications Processor 1,20000 4) 10 position Model 400 Modem Card Cage($210000 each)"'c 2,10000 5) Windows NT 4.0 Server software N01e D (5 client license) 76000 6) Windows NT 4.0 Workstation software($290 each-2 computers) 116000 7) Microsoft Office 97 Pro(for report generation- 1 workstation) 57000 8) Miscellaneous Note E 80000 Total of buy-out items $ 6,59000 Total of(a) and (b) items $ 61,59000 "Computers" (see minimum requirements) To be purchased within budget amount $15,00000 Notes: A) The QuicNet/4 System Software license includes,warranty support and service costs etc. B) Includes 5 weeks factory and on-site labor for installation of system software, system and network integration, database generation, city display map development, and on-site training. Includes travel and per diem expenses. BI Tran Systems, Inc.'s tasks provide all QuicNet software and integration of total system, operations training, and support and total system responsibility C) One Model 400 Modem Card Cages will be required to utilize the city's existing interconnect. This card cage is to mount in a 19" rack. D) System access from a remote laptop or Caltrans computer will be via NT Remote Access(which is supplied as part of Windows NT Server). This software will be running on the traffic system's Workstation, which will also have the dial-in modem. This modem should be a modern 28.8, or better. The remote access laptop will need to run Windows 95(or NT 4.0). E) Miscellaneous cabling, shipping etc. C•3�3 - Computers (Minimum Requirements) Communications Processor computer should be a minimum of a Pentium Pro 150 with 64 MB RAM; CD ROM drive; and, for remote access dial-in, we recommend The Workstation(NT Server)computer should be a minimum of a 33.6 Modem(a minimum of a 14.4 Modem-for remote dial-in). The Caltrans dial-in workstation shall be a Pentium Pro 150 (a minimum of a Pentium 133),with 32 Meg RAM and CD ROM drive and external dial out modem The total project can be completed within 3 months from the notice to proceed. Respectfully, Itag ald BI Tran Systems, Inc. QuicNet/4 Installation Tasks by BI Tran Systems,Inc. A. Design Meetings- Coordinate with engineering,MIS department, contractor etc. B. Regular progress meeting- schedule project 1. Mckoff Meeting 2. Purchase Hardware for installation with San Luis Obispo concurrance of Hardware. 3. Stage hardware and software, and setup and test each device and ports to be utilized. at BI Tran Systems, Inc. 4. Install QuicNet software into all processors on the AIMS network. 5. Install QuicNet onto dial-in remote access computers 6. Generate System graphics Factory Acceptance Test Ship system to San Luis Obispo 7. Assembly of San Luis Obispo system. simulation of system in control room 8. First Session of Training-Intersection Graphics Training 9. Check out communications to field devices on all ports. provide controller firmware if needed 10. Checkout QuicNet operations for integrity of total system(network) 11. Generate Central database 12. Generate Area Graphics 13. System evaluation and acceptance test 14. Final System Training 15. System Burn-in period 16. System warranty and support period Tasks by City of San Luis Obispo 21. Provide all 170 equipment and modems. 22. Install Interconnect and traffic signal equipment. 23. Bring on-line support install controller firmware if needed provide trouble shooting support for communications to controllers 24. provide database information-city map 25. process hardware warranty repairs once equipment is on site 26. Do Graphics for each intersection-based on the following: signal plans striping plans 27 Provide System Timing-based on the following: existing timing coordination 28. Traffic Signal timing operations support ■ 1 ' BI Tran Systems Inc. uicNet/4 Advanced Traffic Management System BI Tran Systems' QuicNet/4 is a full featured, hybrid, multi-tasking traffic management system, designed to provide traffic operations personnel with intuitive, quick access to the functions that they use the most. QuicNet/4 is a fully functional Windows NT tick which makes extensive use of"point and click", "tear off' and "drop down" menus, and features direct data access from the display maps. The system allows a flexible definition of Coordination Groups and powerful Traffic Responsive capabilities, and may be configured with "direct-connected" and/or Field Master communications. The system is available in both single user and networked versions, and can be furnished as a multi-agency and/or multi-database system. Features System Management « Fast, secure upload and download -Full verification of each downloaded data item. The ability to download is password protected. « Automatic comparison of controller database and central database. Differences are highlighted for easy comparison. « Easy copying of timing data between intersections. « Custom real time displays for a city wide map, user defined area system maps, and intersections. These displays can be easily modified and/or updated by the user. Supports ArcView TM. as the map interface (option). « AutoCAD and other existing custom drawn graphics may be easily used as real time display backgrounds. « Supports custom "hard wired" display maps. c Multi-level, fully configurable, password security. Operations Management « Real time graphic displays of vehicle and pedestrian movements; along with vehicle, pedestrian, and preemption calls. « Real time display of coordination data-timing plan, offset, coordination status, and cycle clocks. « As the intersection and map displays are "windows", they can be run as individual full screen displays, or their size can be reduced so that a mix of maps and/or intersections can be shown simultaneously. « Real time remote display of all 44 vehicle, pedestrian, preemption and auxiliary inputs to the controller. « Real time remote display of controller front panel and cabinet Input Files. C•3-6 A kchm.eA4 2 I � « Real time graphic display of intersection and area status. Status of all intersections shown simultaneously on one, or more, city wide map(s). « Real time display of alarm status and controller operation status. « Operator notification of critical alarms- even if other applications are running. « Supports automatic pager operation for alarm notification. « "Real time traffic adaptive" control (option). Reporting « Alarm History Report-with user specified selection and sorting for dates, locations, and alarm types. « Operations Report-with user specified selection and sorting. « System Detector Volume and Occupancy Report. « Traffic Responsive selections. « Count Data Report from up to 32 detectors per intersection. « Phase Green 'split time'Report. « Supports SQL interface for custom reports (option). System Analysis « Automatic collection of System Detector Volume and Occupancy(V plus[K10). « Turning movement diagram generation. « Detector count tabulation. c Speed studies. « Real time split monitoring. « Allows pre-implementation modeling of Traffic Responsive operation. « 'Measures of Effectiveness' reports based on actual stops and delays (option). « "Real time" computed 'Level of Service'with map display (option). Capabilities « Scalable -Each Communications Server can support up to 1024 intersections. « Field proven- Over 120 QuicNet Systems have been installed, several installations having more than 500 intersections. a Coordination Groups and Traffic Responsive Sample Detectors are completely independent from the intersection's communication network. This allows any Sample Detector in the system to be used for Traffic Responsive control of any intersection(s). « Traffic Responsive operation may run simultaneously with Time-of-Day selections. This permits a traffic responsive calculation to monitor for abnormal conditions, and to assume control (from time-of-day, or another traffic responsive calculation) during the period that such conditions are detected. « Up to 32 phase and 8 system detectors per controller. c Supports all makes of Model 170 controllers, running Traffic Signal Program 200, 233, C8, and others; along with NEMA controllers. « Supports private twisted pair, leased line, dial-up, microwave, VHF, spread spectrum radio, and fiber optic in mixed-mode configuration. « On line, context sensitive, HELP screens. « Local Area Network support. « Multi-user support with multiple workstations. « WWV Receiver for standardized time clock(option). C-3 .7 STATE OF CALIFORNIA—BUSINESS,TRA' RTATION AND HOUSING AGENCY PETE WILSON, Governor DEPARTMENT OF TRANSPORTATION 50 HIGUERA STREET D SAN LUIS OBISPO, CA 934015415 TELEPHONE: (805) 549.3111 e TDD (805) 549-3259 D INTERNET http:/twww•doteagov/disM5/ 4 December 3 , 1996 05-SLO-1-R16 . 7/R17 . 87 05-SLO-227-R11 . 06/R14 Signal Monitoring System 05-250-443600 Mr. Michael McCluskey Public Works Director{ City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401-3208 Dear Mr. McCluskey, Enclosed for your files is a copy of the fully executed Cooperative Agreement (#05-CA-0049) between the State and City of San Luis Obispo for the installation of a signal monitoring system for State Route 1 from Murray Street to Highland Drive and for State Route 227 from Tank Farm Road to State Route 101 . Please have your staff review this agreement to insure the project is performed according to the terms of this Agreement . Please feel free to contact me at (805) 549-'O72 if you have any questions regarding this Agreement . Sincerely, Carolyn 'Wheeler Associate CT Administrator Cooperative Agreements encls . k kl-uchme�t+ 3 � • 3�p Py 05-SLO-001 R16 . 77/R17 . 05-SLO-227-R11. 06/R14 . 07 05-250-443601 Signal Mtce & Monitoring Dist Agreement #05CA004.9 COOPERATIVE AGREEMENT THIS AGREEMENT, ENTERED INTO ON � 2G / y /G , is between the STATE OF CALIFORNIA, acting by and fh3lbugh its beparltment of Transportation, referred to herein as "STATE" and City of San Luis Obispo a politic subdivision of the State of California, referred to "herein" as "CITY" RECITALS (1) STATE and CITY, pursuant to Streets and Highways Code Sections 114 and 130, are authorized to enter into a Cooperative Agreement for improvements to State highways within CITY. (2) STATE and CITY desire State highway improvements consisting installing signal maintenance and monitoring software and installing conduiL lines necessary to make use of the monitoring software, referred to herein as "PROJECT" . (3) STATE and CITY have provided for most of the conduit necessary for this communication; however, there are still some additional conduit lines that need to be installed from State Route 1 at Santa Rosa Street from Murray St . to Highland Dr. (PM R16 . 77/R17 . 87) and from State Route 227 from Tank Farm Road to .State Route 101 (PM R11 . 06/R14 . 0) in the City of San Luis Obispo. (4) STATE desires to contribute $240, 000 of 1996/97 FY Minor A funds towards construction costs of PROJECT. (5) The parties hereto intend to define herein the terms and conditions- under which PROJECT is to be designed, constructed, financed and maintained. . SECTION I CITY AGREES: (1) To provide all necessary preliminary engineering, including plans and specifications and utility identification and location, and all necessa--- construction engineering services for PROJECT and to bear one hundred perce (1000) of the actual expense thereof . Page 1 of 6 C .'3.y District Agreement #05-CA-0049 (2) To identify and locate all high and low risk underground facilities within the PROJECT area and protect or otherwise provide for such facilities, all in accordance with STATE' s "Manual on High and Low Risk Underground Facilities Within Highway Rights of Way. " CITY hereby acknowledges receipt of STATE's "Manual on High and Low Risk Underground Facilities Within Highway Rights of Way. " (3) To apply for necessary encroachment permits for required work within State highway rights of way, in accordance with STATE' s standard permit procedures. (4) PROJECT shall be advertised, awarded and administered in accordance with STATE' s current Local Assistance Procedures Manual. Approval of STATE' s financial participation by the California Transportation Commission shall be assured prior to advertising. (5) To construct PROJECT in accordance with plans and specifications of CITY to the satisfaction of and subject to the approval of STATE. (6) To pay for all project costs in excess of $240, 000 . (7) Upon completion of PROJECT and all work incidental thereto, to furnish STATE with a detailed statement of the total construction costs to be borne by STATE, including resolution of any construction related claims which may have been allowed to any construction contractor involved. CITY thereafter shall refund to STATE (promptly after completion of CITY' s final accounting of PROJECT costs) any amount of STATE' s deposit required in Section I.I, Article (1) remaining after actual costs to be borne by STATE have been deducted. (8) Upon completion of PROJECT, to furnish STATE a complete set of full-sized film positive reproducible "As-built" plans . (9) To retain or cause to be retained for audit for STATE or other government auditors for a period of three (3) years from date of final payment, by STATE, all records and accounts relating to construction of PROJECT. (10) To submit a billing, in triplicate, in the amount of $240 , 000 to STATE fifteen (15) days prior to CITY' s bid advertising date of a construction contract for PROJECT or decision to proceed with CITY forces . . SECTION II STATE AGREES: (1) To deposit with CITY within 25 days of receipt of billing therefor (which billing will be forwarded fifteen (15) days prior to CITY' s bid advertising date of a construction contract for PROJECT or decision to proceed with CITY forces) , the amount of $240 , 000, which figure represents STATE' s contribution towards construction costs of PROJECT. STATE ' s total obligation for PROJECT construction costs under this Agreement shall not exceed the amount of $240, 000 . Page 2 of 6 C _Sdl�` CV District Agreement #05-CA-0049 (2) STATE' s share of the construction costs shall be an amount equal to the actual PROJECT construction cost up to $240, 000, including the cc of construction-related claims and the cost of CITY' s defense of any of tho. claims, as determined after completion of work and upon final accounting of costs. In no event shall STATE' s contribution exceed the amount of $240, 000 . (3) STATE' s share of the expense of preliminary engineering shall be an amount equal to -0-%s of CITY' s actual costs for preliminary engineering for the entire PROJECT. (4) STATE's share of the expense of construction engineering shall be an amount equal to -0-06 of CITY' s actual costs for construction engineering for the entire PROJECT. (5) To issue, at no cost to CITY and CITY' s contractor, upon proper application by CITY and by CITY' s contractor, the necessary encroachment permits for required work within the State Highway right of way. SECTION III IT IS MUTUALLY AGREED: (1) All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. (2) Should CITY advertise a contract for PROJECT prior to the allocation of resources by the California Transportation Commission, there is no guarantee of STATE' s participation and CITY shall assume all risks thereof. (3) Should any portion of PROJECT be financed with Federal funds or State gas tax funds, all applicable laws, regulations and policies relating to the use of such funds shall apply notwithstanding other provisions of this Agreement . (4) CITY shall not award a construction contract to construct PROJECT until after receipt of STATE ' s deposit required in Section II, Article (1) of this Agreement . (5) Construction by CITY of improvements referred to herein which lie. within STATE rights of way or affect STATE facilities, shall not be commenced until CITY' s original construction plans involving such work have been reviewed and approved by signature of STATE' s District Director of Transportation, or the District Director' s delegated agent and until an Encroachment Permit authorizing such work has been issued by STATE . Receipt by CITY of CITY' s plans signed by STATE shall constitute STATE ' s acceptance of and official approval of said plans . (6) CITY shall obtain the aforesaid Encroachment Permit through r'- office of STATE District Permit Engineer and that CITY' s applicat therefore shall be accompanied by five (5) sets of reduced construction play.: of aforesaid STATE approved contract plans . Receipt by CITY of the approved Page -3. of 6 COPDistrict Agreement #05-CA-0049 Encroachment Permit shall constitute CITY's authorization from STATE to proceed with work to be performed by CITY or CITY representatives within proposed STATE right of way or which affects STATE facilities, pursuant to work covered by this Agreement. CITY' s authorization to proceed with said work shall be contingent upon CITY' s compliance with all provisions set forth in this Agreement and said Encroachment Permit. (7) For any work performed by contract, CITY' s construction contractor shall also be required to obtain an Encroachment Permit from STATE prior to commencing any work within STATE right of way or which affects STATE facilities . The application by CITY' s contractor for said Encroachment Permit shall be made through the office of STATE District Permit Engineer and shall include proof said contractor has payment and performance surety bonds covering construction PROJECT. (8) If it is found costs will exceed the engineer' s estimate, STATE and CITY shall endeavor to agree upon an alternative course of action. If, after thirty (30) days, an alternative course of action is not agreed upon, this Agreement shall be deemed to be terminated by mutual consent pursuant to. Article (10) of this Section III . (9) This Agreement may be terminated or provisions contained herein may be altered, changed, or amended by mutual consent of the parties hereto. (10) If termination of this Agreement is by mutual consent, CITY will bear 1000 and STATE will bear -0-% of all PROJECT related costs incurred by CITY prior to termination. (11) If any existing public and/or private utility facilities conflict . with PROJECT construction or violate STATE' s encroachment policy CITY shall make all necessary arrangements with the owners of such utilities for their protection, relocation or removal in accordance with STATE policy and procedure for those utilities located within the limits of work providing for the improvement to the State highway and in accordance with CITY policy for those facilities located outside of the limits of work for the State highway. Total costs of such protection, relocation or removal shall be in accordance with STATE policy and procedure . Any relocated or new facilities shall be correctly shown and identified on the As-Built plans referred to in Section I, Article (8) of this Agreement . (12) In the construction of said work, CITY shall furnish a. representative to perform the functions of a Resident Engineer and STATE may, at no cost to CITY, furnish a representative, if it so desires, to ensure. conformance of work to STATE' s standards. Said representatives. of CITY and: STATE will cooperate and consult with each other, but all work within STATE' s right of way shall be accomplished to the satisfaction of STATE' s representative . (13) Nothing in the provisions of the Agreement is intended to create duties or obligations to or rights in third parties not parties to this Agreement or affect the legal liability of either party to the Agreement by imposing any standard of care with respect to the maintenance of State Highways different from the standard of care imposed by law. Page 4 of 6 3•�: COPY , District Agreement #05-CA-0049 (14) Neither. STATE nor any officer or employee thereof is responsible for any darage or liability occurring by reason of anything done or omitte to be done by CITY under or in connection with any work, authority c jurisdiction delegated to CITY under this Agreement . It is understood and agreed that, pursuant to Government Code Section 895 .4 CITY shall fully defend, indemnify and save harmless the State of California, all officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810 . 8) occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement . (15) Neither CITY nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement . It is understood and agreed that, pursuant to Government Code Section 895 .4, STATE shall fully defend, indemnify and save harmless CITY from all claims, suits or actions of every name, kind and description brought for or on account of injury (as . defined in Government Code Section 810 . 8) occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement . (16) No alteration or variation of the terms of this Agreement shall be valid unless made in writing and signed by the parties hereto and no oral understanding or agreement not incorporated herein shall be binding or any of the parties hereto. Page 5 of 6 C ��� GU 013G29 District Agreement #05-CA-0049 (17) This Agreement shall terminate upon completion and acceptance of the construction for PROJECT or on January 1, 1999, whichever is earlier in time, unless all parties agree to an extension of time. STATE OF CALIFORNIA CITY OF SAN LUIS OBISPO Department of Transportation 955 Morro St San Luis Obispo CA 93401-3208 JAMES W. VAN LOBEN SELS Director of Transportation By4a� r Allen Settle, Mayor By �^�, Ke eth G. Nelson Date: District 5 Director Date: /y/w Attest : Approved as to form & procedure By: \ ity Cler By ment Date : q 9� Attorney, Depart Transportation Approved as to form & procedure Date : By Certified as to form & procedureor a en y At o ey By : ,��_ Date: Accou tln Administrator Approved as to content Date: WK Certified as to funds By Michael McCluskey By Director of Public Works - D. L. Baldridge Date: Budget Manager Dater Approved: 29(Cf By . L R. L. Binger 61 District 6 Director Date : !o - 30— Page 6 of 6 3-00'41 CONTRACT THIS CONTRACT is made and entered into in the City of San Luis Obispo on this 2nd day of December , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation,hereinafter referred to as the City, and BI Tran Systems, Inc., hereinafter referred to as the Contractor. WITNESSETH: WHEREAS, the City needs computers and software to remotely monitor and adjust traffic signals; and WHEREAS,the Contractor submitted a proposal to furnish and install its QuicNet/4 Advanced Transportation Management System; and WHEREAS, the Contractor's proposal for furnishing this system was accepted by the City; NOW THEREFORE, in consideration of the mutual promises, obligations, and covenants contained in this contract,the parties agree as follows: 1. TERM. The term of this contract shall be from the date this contract is made and entered, as first written above, until the system is installed, tested, and accepted by the City. 2. INCORPORATION BY REFERENCE. The Contractor's proposal dated September 15, 1997 is incorporated in and made a part of this contract. 3. THE CITY'S OBLIGATIONS. For furnishing and installing the computers and software described in the Contractor's proposal, the City will pay and the Contractor shall receive payments based upon the itemized prices submitted by the Contractor. 4. THE CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements mentioned to be made and performed by the City,the Contractor agrees with the City to do everything required by this contract. 5. PAYMENT OF TAXES. The project prices shall include full compensation for all taxes which the Contractor is required to pay. 6. PERMITS AND LICENSES. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary to perform the project work. 7. HOLD HARMLESS AND INDEMNIFICATION. The Contractor agrees to defend, indemnify,protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the project work, and all expenses of investigating and defending against same;provided,however,that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 8. ASSIGNMENT. The Contractor shall not assign, transfer, convey or otherwise dispose of the project work, or its right, title or interest, or its power to execute the project work to any individual or business entity of any kind without prior written consent from the City. 9. TERMINATION. If, during the tern of the project work, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notification must give the Contractor a 10 calendar day notice of time thereafter in which to perforin the project work or cure the deficiency. Not performing the work or curing the deficiency within the 10 days specified in the notice shall consti- tute a breach of the project conditions and the City may terminate the project immediately by written notice to the Contractor. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights regarding the project. In this event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's notice of termination, minus any offset from such payment representing the City's damages from such a breach. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation specified. 10. INSURANCE. The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scone of Insurance. Coverage shall be at least as broad as: a. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). b. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability, code 1 (any auto). C. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. The Contractor shall maintain limits no less than: a. General Liability: $1,000,000 per occurrence for bodily injury,personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. c. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects C•3-�b the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: a. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor;products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. b. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, offi- cials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. C. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. d. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. e. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days'prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of overage. The Contractor shall furnish the City with a certificate of insurance showing required coverage. Original endorsements effecting general liability and automobile liability coverage are also required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Subcontractors. The Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 11. AMENDMENTS. Any amendment, modification, or variation from the terms of this contract shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City. 12. COMPLETE CONTRACT. This written contract, including all writings specifically incorporated by reference, shall constitute the complete contract between the parties. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties. 13. NOTICE. All written notices to the parties shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City: Contractor: Public Works Director BI Tran Systems, Inc. City of San Luis Obispo 510 Bercut Drive, Suite R 955 Morro Street Sacramento, CA 95814 San Luis Obispo, CA 93401 14. AUTHORITY TO EXECUTE CONTRACT. Both the City and the Contractor covenant that each individual executing this contract on behalf of each party is a person duly authorized and empowered to execute contracts for that party. IN WITNESS WHEREOF, the parties have caused this instrument to be executed on the last date written below. FOR THE CITY OF SAN LUIS OBISPO: APPROVED AS TO FORM: Mayor Allen K. Settle tt e A ST: date Bonnie L. Gaw , City C er FOR THE CONTRACTOR: Authorized Representative date �-3-�8 council 'I ff December 2, 1997 acEnaa nEpoat °®N� CITY OF SAN LUIS 0 B I S P 0 FROM: Michael McCluskey,Public Works Directo ` Prepared By: Bridget Fraser,Engineering Assistant SUBJECT: Railroad Water Tower Restoration Specification No.91-00 CAO RECOMMENDATION 1. Award a contract to Specialty Construction of San Luis Obispo in the amount of$57,868 (Base Bid&Alternate 1)for "Railroad Water Tower Restoration, Specification No.91-00". 2. Approve the transfer of$11,945 from the completed project account to fully fund the project. DISCUSSION This project involves restorationof the historic railroad water tower situated on a small parcel across the tracks from the Amtrak depot. The parcel and the water tank were purchased from the railroad in 1985 to save the structure from demolition by the Railroad and to preserve it as a historic landmark. Restoration efforts began in 1988 with some basic structural repairs to the tower and foundation and the elimination of most of the asbestos pipe coating. The work remaining,which includes additional structural repairs,reconstruction of the roof and anew paint job,was delayed due to lack of funding. In 1993,staff successfully obtained a federal Transportation Enhancement Activities(TEA)grant to complete the remaining work. Structural Engineer,Robert Vessely,was hired to perform a structural analysis and provide plans and specifications for the project. "On September 3, 1997, the CAO approved the plans and specifications and authorized staff to advertise the project. Bids were opened on October 22, 1997, with the low bidder being Specialty Construction of San Luis Obispo (base bid of$61,608). Four bids were received, all of which exceed the available budget of$45,555. (See attached bid summary.) Staff is recommending award of the contract to the low bidder with two modifications to the project as discussed below. Alternative Bid Items: 1. Method of repairing the roof: The base bid specifies the roofing material to be tongue and groove decking which closely duplicates the original material used on this tank. However, as a method for reducing project costs, the bid documents allow an alternative roofing design. The alternate roofing design consists of plywood deck covered by rolled roofing. The use of this alternate material would result in a cost savings of$3,740. Although rolled roofing was not the material originally used on our tank, it has been observed on similar vintage railroad water tanks. 2. Interior Paintine. Additionally, being sensitive to the City's budget shortfall, the contractor has proposed minor changes in the project scope which would result in savings of approximately $4,000. This change would eliminate the painting and associated preparation and cleaning of the of the interior of the tank. The plans included interior painting in the contract to increase the life of the tank. Staff feels that if the alternate roofing material is used,thus reducing the likelihood of C-y-/ Council Agenda Report-Rawoad Water Tower Restoration Page 2 moisture in the tank, the interior could be left "as is" and not lead to any significant deterioration of the tank. Upon awarding the contract, Staff would negotiate a change order with the contractor for the elimination of the interior tank painting and cleaning. Council, in reviewing the staff recommendation, will be weighing the cost savings and benefits of the alternate roofing material against the higher priced "historically-correct" tongue & groove decking. To aid in the Council's decision, the Cultural Heritage Committee will be discussing the roofing material choices at its meeting, scheduled for November 24th. The Council will be updated as to their recommendation prior to the Council meeting. CONCURRENCES Community Development Department has granted this project a categorical exemption in accordance with state CEQA requirements. Caltrans has granted this project a categorical exclusion in accordance with federal NEPA requirements and has authorized this project to proceed. The City's CHC will be reviewing the roofing alternatives at their meeting of November 24th. FISCAL EMPACT This project is identified in the 1993-95 Capital Improvement Plan. (See page E10,El I &E20). $45,555 currently remains in the project account. Estimated Construction Costs: Construction Contract(Base Bid) $ 61,608 Bid Alternate I(rolled roofing) (3,740) Elimination of Tank Interior Painting& Cleaning (Proposed Negotiated Change order) (4,000) Adjusted contract price $53,868 Contingencies @ 6.7 percent 3.632 Total Estimated Construction Costs: $579500 Remaining Available Budget $45,555 Additional funds needed: $11,945 Per the ISTEA Grant agreement,no additional grant funds will be made available and the City is responsible to provide additional funds to cover cost overruns. Approximately$15,000 is available from the completed City Hall Seismic/HVAC project which could be used to augment the ISTEA funds and offset the project shortfall. ALTERNATES: 1. Fully restore the tower to its original design by awarding a contract for the base bid of$61,608. Advantages. This would include the"historicallycorrect"T&G roofing material as well as complete cleaning and painting of the tank interior. Disadvantages. Estimated construction cost are $65,700 (base bid plus 6.6% contingencies) resulting in a budget shortfall of$20,117. If this alternative is to be followed Council should award C.W