Loading...
SR-080527-1C~i~~~-f- ~ao• ~7~-~ ~_ ~;,Y o, City Council Report Santa MonicaW City Council Meeting: May 27, 2008 Agenda Item: I ~~ To: Mayor and City Council From: Eileen Fogarty, Director, Planning and Community Development Jory Wolf; Chief Information Officer, Information Systems Subject: Transit Priority System, Phase 2 and Advanced Traffic Management System, Phase 3 Project Recommended Action Staff recommends that the City Council 1. Authorize the City Manager to negotiate and execute a contract with Kimley-Horn and Associates Inc. for an amount not to exceed $660,000 (including contingency), to provide project. design services for the preparation of plans, specifications and estimates for .the installation of the communication infrastructure for the Transit Priority System, Phase 2 (TPS-2) and Advanced Traffic Management System, Phase 3 (ATMs-3). 2. Authorize the Transportation Planning Manager to issue any necessary change orders to complete additional work in conformance with the, Administrative Instructions on change orders and within budget authority. Executive Summary At present, the City's Advanced Traffic Management System (ATMs) project is in its second phase: This third phase of the project will implement the Transit Priority System (TPS) for both Metro and Big Blue Rapid busses along the following four corridors within the City (See Attachment A): Wilshire, Santa Monica, Pico, and Lincoln Boulevards. A total of eighty (80) signalized intersections in the City are located on the corridors and are included as part of this TPS-2/ATMs-3 upgrade (See Attachment B). Background Previous Council Actions At its September 14, 2004 meeting, the City Council authorized the purchase. of an Advanced Traffic Management System from Siemens Energy and Automation to provide the City central traffic signal control. 1 At its July 26, 2005 meeting, the City Council authorized a design agreement with Meyer, Mohaddes Associates for the preparation of fiber optic communication plans for the downtown ATMS and for the 2"d Street parking structures. to be brought onto the Parking Management Network. At its September 25. 2007 meeting, the City Council authorized a construction contract with KDC, Inc., dba Dynalectric to construct the downtown phase of the ATMS Discussion On September 14, 2004, the Council approved the purchase of an Advanced Traffic Management System (ATMS) from Siemens Energy and Automation, Inc. (Siemens), initially to be implemented in the downtown and then expanded citywide. The ATMS will maintain synchronized timing of the traffic signals on the system. It will provide centralized control of the traffic signal controllers and all other Intelligent Transportation System (ITS) devices used to manage traffic such as detection systems, transit priority system, emergency vehicle preemption system, variable message signs, and traffic monitoring cameras, on one integrated system. The Los Angeles County Metropolitan Transportation Authority (Metro) has granted the City federal funds to design and implement the Transit Priority System within the City of Santa Monica to accommodate both the Metro and Big Blue Rapid Buses: The City has already designed Phase 1 within the. Downtown area which is currently under construction. This project will implement the Transit Priority System along the four corridors, also providing the necessary linkage with the City of Los Angeles. In accordance with the City's agreement with the MTA, construction and project deployment of the Transit Priority System Phase 2 must be completed by December 2009. Implementation of the Transit Priority System system within the City of Santa Monica necessitates a major upgrade of the City's traffic control system, including installation of 2 fiber optic communication and other equipment to facilitate detection, coordinate traffic and accommodate transit priority. The City previously developed a Master Plan for upgrading the City signal system to an Advanced Transportation Management System and this work will cover development of the construction drawings, bid package and cost estimates to implement the Advanced Transportation Management System Phase 3. A total. of eighty (80) signalized intersections in the City are located on Metro and BBB Rapid corridors and are included as part of this TPS-2/ATMs-3 upgrade. Contractor/Consultant Selection On February 12, 2008, a Request for Proposal (RFP) with a preliminary scope of services was sent to 12 design firms, soliciting proposals to design the TPS-2 and ATMs-3 Project. The RFP was published in the Santa Monica Daily Press on February 15 and 16, 2008. The RFP was also posted on the homepage of the City's website and Transportation Management's webpage. On February 26, 2008, anon-mandatory Pre- .Proposal Meeting was held to address questions from prospective firms. On March 13, 2008, six proposals were received from the following firms: Advantec Consulting Engineers, RBF Consulting, Iteris, Inc., Kimley-Horn and Associates, Inc, Siemens ITS and Albert Grover and Associates. A selection committee consisting of staff from Planning and Community Development, Civil Engineering & Architecture, and Information Systems Departments reviewed the proposal. On April 9th and 10th, 2008, the selection committee interviewed the following four firms: Advantec Consulting Engineers, Kimley-Horn and Associates Inc., Iteris Inc., and RBF Consulting. The selection criteria included the firm's technical competence, understanding of the project's scope, direct experience on similar projects, approach to the work, qualifications of the proposed staff, and staffing capabilities to meet the desired time frames. Based on the proposals and interviews, the selection committee recommended Kimley- Horn and Associates Inc. to provide design .services for this project. The Kimley-Horn 3 team met and exceeded all of the requirements and criteria. They"demonstrated proficient skills and tools in managing a project of this size and scope. They also have the staff resources and availability to complete the project within our aggressive schedule. In addition, Kimley-Horn has already designed and implemented a working TPS for the City of Beverly Hills. Financial Impacts & Budget Actions The cost of these services is not to exceed $660,000 (including 10% contingency). Funds in the amount of $660,000 are available in account 0200407.589306. Prepared by: Andrew Maximous, Transportation Engineer Development Approved: o \J olf C ie Inforn ation Officer, Information ystems Approved: Forwarded to Council: ,~ ' ee ogart P. nt Ewell irector, Pla n' g and om unity anager 4 e~a~..ti.,,e.,- n .. p _. e qm. a ~ ~.mr. m 2 ~' ~: ®., i T,.. VC ! ~ p~ `` ii f` ggg ux m M p , `~ Ni t ~ ~ `<~ Y c. - ~ _ {` I. anx cr ~ m i ~ ® ~ ® 9 m*M via n F7n A Y~ T ~m~ rt 4eu Wm a @<Fln n I fd A N0..6e. T (~I'iul'l.Ei°a'.:a.~2 9i'ESY*dYPL.~w~ ~/N !T '~ m~ ~tt ~~ 2 ~ mi ~ sei :~ ~~ ~ g ,~, ... w+"'° YOtx e Tx ~._ CI ~°4'.~ Clty OI Santa Monlca Metro Rapid TPSlntersections ' ' Metro Rapid TPS Intersections Big Blue Bus Rapid TPSlntersections Covntyuida Planning end Mavelopment Mesh ]007 Reference Contract No. 8927 (CCS).