HomeMy WebLinkAboutCORRESPONDENCE - BID - 7386 TRAFFIC SIGNAL CABINETSExcluded Parties List System
Page 1 of I
Search - Current Exclusions
> Advanced Search
> Multiple Names
> Exact Name and SSNfTIN
> MyEPLS
> Recent Updates
> Browse All Records
View Cause and Treatment Code
Descriptions
> Reciprocal Codes
> Procurement Codes
> Nonprocurement Codes
Agency & Acronym Information
> Agency Contacts
> Agency Descriptions
> State/Country Code Descriptions
OFFICIAL GOVERNMENT USE ONLY
> Debar Maintenance
> Administration
> Upload Login
EPLS Search
Results
Search Results for Parties
Excluded by
Firm, Entity, or Vessel : Traffic Signal Controls
State: COLORADO
Country: UNITED STATES
As of 22-May-2012 10:52 AM EDT
Save to MyEPLS
Your search returned no results.
Back New Search Printer -Friendly
Resources
> Search Help
> Advanced Search Tips
> Public User's Manual
>FAQ
> Acronyms
> Privacy Act Provisions
> News
System for Award Management
> (SAM)
Reports
> Advanced Reports
> Recent Updates
> Dashboard
Archive Search - Past Exclusions
> Advanced Archive Search
> Multiple Names
> Recent Updates
> Browse All Records
Contact Information
> For Help: Federal Service Desk
https://www.epls.gov/epls/search.do-,jsessionid=SBB06FD12367827AE2F6E46EF054AE94 5/22/2012
business.
26) Firm Fixed Price
yes
A firm fixed price contract was appropriate for
this procurement.
27) Selection on Price
Yes but delivery was too.
The selection of the successful bidder could
be made principally on the basis of price.
28) Discussions Unnecessary
correct
In this procurement, other than a prebid
conference, discussions with bidders should
not be needed between solicitation and
award.
29) Advertising
Yes through our Buyspeed
The Invitation for Bids was publically
system
advertised.
30) Adequate Number of Sources
yes
Solicited
Bids were solicited from an adequate number
of known suppliers.
31) Sufficient Bid Time
yes
Prospective bidders were provided sufficient
time to prepare bids prior to the date set for
opening the bids.
32) Bid Opening
yes
All bids were publicly opened at the time and
lace prescribed in the invitation for bids.
33) Responsiveness
yes
A firm fixed price contract was awarded in
writing to the lowest responsive bidder.
34) Lowest Price
na
The bidding documents specified that factors,
such as discounts, transportation costs, and
life cycle costs, would be considered in
determining which bid was the lowest. These
factors were considered by the City in
determining which bid was the lowest.
If these factors were not specified, check NA.
35) Rejecting Bids
na ,
A bid (or bids) was rejected for a sound
documented business reason.
If no bids were rejected, check NA.
40) Evaluation of Options
na
The option quantities or periods contained in
the contractor's bid or offer were evaluated in
order to determine contract award. (To be
eligible for Federal funding, options must be
evaluated as part of the price evaluation of
offers, or must be treated as sole source
awards.
41) Cost or Price Analysis
Yes in the file
Either a cost analysis or a price analysis was
performed and documented. The price was
determined to be fair and reasonable.
42) Written Record of Procurement
1. yes
History
2. yes
The file contains records detailing the history
3. yes
of this procurement. At a minimum, these
4. yes
records include:
(1) the rationale for the method of
procurement,
(2) Selection of contract type,
(3) reasons for contractor selection or
rejection, and
4 the basis for the contract price.
43) Exercise of Options
na
The grantee exercised an option on this
contract adhering to the terms and conditions
of the option stated in the contract and
determined that the option price was better
than prices available in the market or that the
-
option was a more advantageous offer at the
time the option was exercised.
If an option was not exercised under this
contract, check NA.
44) Out of Scope Changes
no
The grantee amended this contract outside
the scope of the original contract. The
amendment was treated as a sole source
procurement (complying with the FTA
requirements for a justification, cost analysis
and profit negotiation).
45) Advance Payment Provisions
no
The contractor did not receive an advance
payment utilizing FTA funds and the contract
does not contain advance payment provisions
or, if it did, prior written concurrence was
obtained from FTA.
46) Progress Payment Provisions
no
The contract contains progress payments
based on costs incurred (as opposed to
percent of completion) and the contract
contains a provision giving the grantee title to
property (materials, work in progress, and
finished goods) for which progress payments
are made. The contract may contain other
security in lieu of obtaining title.
47) Time and Materials Contracts
no
This is a time and materials contract; the
grantee determined that no other type of
contract is suitable; and the contract specifies
a ceiling rice.
48) Cost Plus Percentage of Cost
no
This is not a cost plus a percentage of cost
type contract.
49) Liquidated Damages Provisions
na
This contract contains liquidated damages
provisions and the assessment for damages
is specified in the contract at a specific rate
per day for each day of overrun in contract
time.
50) Piggybacking
na
1) The file contains: Assignability provisions.
2) The procurement file contains: Price
reasonableness determination.
56) Clauses
yes
This contract contains the appropriate FTA
required clauses.
Exclude Parties Search Yes in file
EPS run and include in the file.
FEDERALLY REQUIRED AND OTHER MODEL CLAUSES
APPLICABILITY OF THIRD PARTY CONTRACT CLAUSES
(excluding micro -purchases, except for construction contracts over $2,000)
7386 Traffic Signal Cabinets
41 TXP. E, O F i PROCUREMENT,
Professional'
Operations/
11olhng Stock•
Materials A
Clause
4
„
Services/4,E _
Management.-.
, Purchase
1Constructlon
Supplies,
No Federal Government
x
Obligation To Third Parties
All
All
All
All
All
(by Use of a Disclaimer
False Statements or Claims
x
All
All
All
All
All
Civil and Criminal Fraud
Access To Third Party
x
All
All
All
All
All
Contract Records
Changes to Federal
x
All
All
All
All
All
Requirements
Termination
x
All
All
All
All
All
Civil Rights Title VI, EEO, ADA
x
>$10,000
>$10,000
>$10,000
>$10,000
>$10,000
Disadvantaged Business
x
All
All
All
All
All
Enterprises DBEs
Incorporation of (FTA) Terms
X
All
All
All
All
All
Suspension and Debarment
X
>$25,000
>$25,000
>$25,000
>$25,000
>$25,000
Buy America
X
>$I00,000
>$100,000
>$100,000
Resolution of Disputes,
x
>$100,000
>$100,000
>$100,000
- >$I00,000
>$100,000
Breaches, or Other Litigation
Lobbying
X
>$100,000
>$100,000
>$100,000
>$I00,000
>$100,000
Clean Air
X
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Clean Water
x
>$100,000
>$100,000
>$100,000
>$100,000
>$100,000
Caro Preference
X
All
All
All
Fly America
x
Involves foreign
Involves foreign air
Involves foreign
Involves foreign
Involves foreign air
transport or travel
transport or travel
air transport or
air transport or
transport or travel
b air
travel
travel
Davis -Bacon And Copeland Anti-
>$2,000 (including
Kickback Acts
I
ferry vessels
Contract Work Hours And Safety
>$2,500 (except
>$2,000 (including
Standards Act
transportation
>$2,500
ferry vessels)
services)
Bonding
$100,000
Seismic Safety
A & E for New
Buildings &
New Buildings &
Additions
Transit Employee Protective
Transit Operations
Agreements
Charter Bus
All
School Bus
All
Drug Use - Testing and Alcohol
Transit Operations
Misuse - Testin
Patent Rights and Rights in Data
Research &
and Copyright Requirements
Development
Energy Conservation
X
All
All
All
All
All
Recycled Products
X
Contracts for items
Contracts for items
Contracts for items
designated by
designated by
designated by
EPA, when
EPA, when
EPA, when
procuring $10,000
procuring $10,000
procuring $10,000
or more per year I
I
or more per year I
or more per year
Conformance With ITS National
Architecture
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ITS Projects
ADA Access
X
A & E
All
All
All
All
Bus Testing
All
Pre -Award And Post Delivery
Audits
All
Fort C`(`s
Date of Estimate: 16-Apr-12
Contract Type: Material Bid
Existing Contract or PO (YIN): N
Independent Cost Estimate
Description of Goods (A) or Services (B): Provide traffic signal battery backup cabinets per City of Fort Collins specili"tions for the Mason two-way conversion
I have obtained the following estimate from: Current City of Fort Collins Traffic Operations Maintenance Bid, Current City of Loveland Traffic Operations Maintenance Bid, Current Colorado Department of
Transportation Bid
Published Price List / Past Pricing (date) Current as of 4/16/2012
Engineering or Technical Estimate (performed by) fbdri Sorensen
Independent Third Party Estimate (perfonned by) Barney Sorensen
Other (specify)
Cost Estimate Details:
(Estimate calculated in US Dollars)
Product
Cost($/ea)
Cost($/ea)
Cost($/ea)
Cost(§/ea)
Cost($lea)
Engineering
Estimate
Data Source 1:
City of Fort Collins
Current Bid
Data Source 2:
CDOT Current
Bid
Data Source 3:
City of Loveland
Current Bid
Average Cost
Battery Backup Cabinet 333SD
$12,500.00
$ 11.065.00
$ 12.731.00
$ 12,125.00
Controller
§
§
$ 1,312.00
$
Conflict Monitor 2010 ECLi
$
$
$ 45.00
$ 45.00
Total
$12,500.00
$ t1,065.00
$ 11,464.00
$ 12170.00
$ 11,566.33
Source Notes
1: Current City of Fort Collins bid pricing for 333 SD -ITS cabinet, includes upgraded conflict monitor
2: Current CDOT bid pricing for 333, includes controller, standard conflict monitor
3: Current City of Loveland bid pricing for 333 SD -ITS cabinet, includes standard conflict monitor
City of Lp ela d iust complete�tFiA r %iinel bid in fall 2011. COOT current bid expires at the end of April. City of Fort Collins bid is two years old.
Signature
City of
� Fort Collins
Traffc
Operations
Price Analysis Worksheet
Name of Contractor: Traffic Signal Controls
Analysis: The price submitted by Traffic Signal Controls is reasonable. Total bid values between the next
lowest quote (AM Signal) and Traffic Signal Controls differed by less than one percent ($1,107). Highest
bid (Gades Sales) was only 6% higher ($8,750) than low bid. The current bid reflects a decrease in price
for the cabinets since our last bid ($11,020). Traffic Signal Controls requested a 60 day delivery which is
2 weeks later than requested but is reasonable and can be accommodated in the schedule.
Price Analysis was conducted based on one or more of the following (documentation attached).
® Written quotations from 2 or more vendors
AM Signal $141,052.00
Gades Sales $148,695.00
Traffic Signal Controls $139,945.00
❑ Documented phone quotations (indication contact person, phone number)
❑ Published price lists from 2 or more vendors
® Previous purchases by Fort Collins of same or similar items(s) from this or another vendor
2011 Cabinet an Prices Outity I 2011 Price I Current Low Bid I Cost Difference
333SD I 1 I $ 11.020 $ 10.595 $ (425)
® Comparison to in-house estimate
Estimate
333SD
❑ Other
BID SCHEDULE
7386 TRAFFIC SIGNAL CABINETS
Item
Delivery
by
Quantity
unit Cost
Extended
Cost
Traffic Signal Cabinet with Battery Backup
6/29/2012
6
$10.724.00
$64,344.00
Traffic Signal Cabinet with Battery Backup
7/31/2012
5
$10,724.00
$53,620.00
Traffic Signal Cabinet with Battery Backup and Auxiliary Output File
7/31/2012
2
$1 1.544.00
$23,088.00
TOTAL BID
$141,052.00
In wards: One hundred fourty-one thousand, fifty-two dollars and zero cents.
FIR,MNAME: AM Signal, Inc
Are you orporation artnership, DBA, LLC, or PC
PHONE,-FAxa: 720-348-6925 / 720-348-6950
E-MAII-ADDRESS: brooke()amsignalinc com
BID 7386 Traffic Signal Cabinets Page 4 of 31
BID SCHEDULE
7386 TRAFFIC SIGNAL CABINETS
Item
Delivery
by
Quantity
Unit Cost
Extended
Cost
Traffic Signal Cabinet with Battery Backup
6/29/2012
6
$ /1 /
$ [;, `� I -f
Traffic Signal Cabinet with Battery Backup
7/31/2012
5
$ f( J d S
$ } 5 r{ 1 S
Traffic Signal Cabinet with Battery Backup and Auxiliary Output File
7/31/2012
2
TOTALBID
$1 ys t6
m r%
In Words:
FIRM NAME:_ r� i) 1- j L (: 1
Are you a Corporation, Partnership, DBA, LLC. or PC
r
1 t
ADDRESS: �f vc? (\/ i ^;>c-�r-...-::,.7 / .� T
PHONE/FAX J: ? C.+ j y.� 3' - i� '%__—__3 0 {
E-MAIL ADDRESS: -�} `s � F (', 7 3 !i, c I
� l
BID 7386 Traffic Signal Cabinets Page 4 of 31
BID SCHEDULE
7386 TRAFFIC SIGNAL CABINETS
Item
Delby ry
Ouantily
Unit Cost
ded
Extenst
Traffic Signal Cabinet with Battery Backup
6/2912C 12
6
$ 10,595,00
$ 63,570.00
Taffic Signal Cabinet with Battery Backup
7/31/2012
5
$10.595.00
$52,975.00
Traffic Signal Cabinet with Battery Backup and Auxiliary Output File
7M I12012
2
$ 11.700.00
$ 23,400.00
TOTAL BID
$ 139,945.00
In Words: One Hundrend Thirty Nine Thousand, Nine Hundred Forty Five dollars & 00/100
FIRM NAME: Traffic Signal Controls, Inc.
Are you a Corporation, Partnership, DBA, LLC, or PC
ADDRESS: 255 Weaver Park Road, Suite If 100 Longmont, Cc 80504
PHONE/FAX #: Ph: (303) 772-2787 / Fax: (303) 776-1270
dtenkely@trafsig.com
- All Cabinet quoted with Clary SP-1000 UPS units, The Only UPS that meets all Specifications listed in Bid. Including General Features & Operation
Item C & Item K.
- Item 1Q, Cabinet with UPS & Auxiliary Output File: Quoted with a 332D Cabinet.
- Delivery: 65.70 Days ARO
Acknowledged Addendum #I
BID 7386 Traffic Signal Cabinets
i
Page 4 of 31
CHECKLIST FOR SEALED BIDS: BID NO./Title:7386 Traffic Signal Cabinets
Checklist Item
Contract File
Comments
Location
7) Independent Cost Estimate
Yes if file
The City made and documented an
independent cost estimate before receipt of
proposals.
9) Unreasonable Qualification
no
Requirements This solicitation did not contain
unreasonable requirements placed on firms in
order for them to qualify to do business.
10) Unnecessary Experience and
no
Excessive Bonding
Unnecessary experience and excessive
bonding requirements were not included in
this solicitation or contract documents.
11) Organizational Conflict of
no
Interest (OCI)
If there is an apparent or potential OCI the
solicitation contains provisions to eliminate or
mitigate the conflict (e.g. by inserting a clause
that prohibits the contractor from competing
for the follow-on contract to the current design
or research contact) and OCI Certification is
submitted by the contractor.
12) Arbitrary Action
no
There was no arbitrary action in the
procurement process. (An example of
arbitrary action is when award is made to
other than the contractor who most satisfied
all the City requirements as specified in the
solicitation and as evaluated by staff.
13) Brand Name Restrictions
No brand name
Brand Name or Equal. When it is impractical
or uneconomical to provide a clear and
accurate description of the technical
requirements of the property to be acquired, a
"brand name or equal" description may be
used to define the performance or other
salient characteristics of a specific type of
property. The City must identify the salient
characteristics of the named brand that
offerors must provide. When using a "brand
name" specification, the City does not need to
reverse -engineer a complicated part to
identify precise measurements or
specifications in order to describe its salient
characteristics. FT A's "Best Practices
Procurement Manual," (BPPM) contains
additional information on preparation of
specifications including examples with
specific language.
14) Geographic Preferences
no
The solicitation contains no in -State or local
geographic preference except where Federal
statutes mandate or encourage them.
15) Contract Term Limitation
correct
The contract period of performance for rolling
stock and replacement parts does not exceed
five (5) years inclusive of options without prior
written FTA approval. For all other types of
contracts, the procurement file contains
evidence that the contract tens is based on
sound business judgment.
16) Written Procurement Selection
yes
Procedures
The City has written selection procedures and
the solicitation also identifies all requirements
that offerors must fulfill and all other factors to
be used in evaluating bids or proposals.
17) Solicitation Prequalification
no
Criteria
The solicitation required prequalification of
persons, firms, or products. The list is current
includes enough qualified sources to ensure
maximum full and open competition, and
potential bidders are not precluded from
qualifying during solicitation period from
issuance of the solicitation to its closing date.
If the solicitation does not contain a
prequalification requirement, check NA.
18) Award to Responsible
1. yes
Contractor
2.yes
The City made a determination that it was
3.yes
awarding to a responsible contractor
4. yes
considering such matters as contractor
5.
integrity, compliance with public policy, record
yes
of past performance, and financial and
technical resources.
1. Appropriate Financial, equipment, facility
and personnel. (Y/N)
2. Ability to meet delivery schedule. (Y/N)
3. Satisfactory period of performance. (Y/N)
4. Satisfactory record of integrity, not on
declined or suspended listings. (Y/N)
5. Receipt of all necessary data
from vendor. Y/N
19) Sound and Complete Agreement
yes ��
This contract is a sound and complete
agreement. In addition, it includes remedies
for breach of contract and provisions covering
termination for cause and convenience.
23) Price Quotations
Yes..3 bids
Price or rate quotations were obtained from
an adequate number of qualified sources.
24) Clear, Accurate, and Complete
yes
Specification
A complete, adequate, and realistic
specification or purchased description was
available and included any specifications and
pertinent attachments which define the items
or services sought in order for the bidder to
properly respond.
25) Two Bidders
Yes 3 bidders
Two or more responsible bidders were willing
and able to compete effectively for the