Loading...
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