SR-111108-1C~~+
c;cro, City Council Report
Santa Monica
City Council Meeting: November 11, 2008
Agenda Item: ~®
To: Mayor and City Council
From: Eileen Fogarty, Director, Planning and Community Development
Jory Wolf, Chief Information Officer, Information Systems
Subject: Purchase of Mode62070 Traffic Signal Controllers
Recommended Action
Staff recommends that the City,Council authorize the City Manager to negotiate and
execute a contract. with Siemens TS for an amount not to exceed $151,500 for the
purchase of eighty-six (86) 2070 traffic signal controllers.
Executive Summary
At present, the City's Advanced Traffic Management System (ATMs) project is in its
third phase of a five phase multi-year project. This third phase of the project will
implement a 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.
There are a total of eighty (80) signalized intersections along the four corridors. Each
controller at these 80 intersections will be replaced with a new controller that will have
the necessary interface that can communicate-with the City of Sahta Monica Transit
Priority Management System. Including 6 spares, a total of 86 controllers are to be
purchased.-
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.
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 TPS.
1
At its Mav 27, 2008 meeting, the City Council authorized a design services contract with
Kimley-Horn and Associates, Inc. to design the Phase 3 of the TPS Project.
Discussion
The Los Angeles County Metropolitan Transportation Authority (Metro) has granted the
City federal funds to design and implement a Transit Priority System within the City of
Santa Monica to accommodate both the Metro and Big Blue Rapid Buses. The City has
already designed and constructed Phase 2 within the Downtown and Phase 3 is
currently under design. In accordance with the Memorandum of Understanding (MOU)
with Metro, construction and project deployment of Phase 3 must be completed by
December 2009.
Implementation of the Transit Priority System. within the City of Santa Monica
necessitates a major upgrade of the City's traffic control system, including installation of
fiber optic cable and other equipment to facilitate detection and management of traffic.
The transit priority software requires the use of the 2070 traffic signal controller. This
controller must be placed at each traffic signal along the transit corridors. Within Santa
Monica, 80 traffic signals are along the Metro Rapid and Rapid Big Blue Bus routes.
Including 6 spares, a total of 86 controllers are to be purchased.
Vendor Selection
On September 11, 2008, a Request for Proposal (RFP) with a preliminary scope of
services was sent to 4 vendors, soliciting proposals for the purchase of the controllers.
The RFP was published in the Santa Monica Daily Press on September 12 and 13,
2008. The RFP was also posted on the Transportation Management and Civil
Engineering web pages. Written questions pertaining to the RFP were accepted and
responded to on October 2, 2008.
On October 9, 2008, three- proposals were received from the following firms: Econolite,
McCain Inc., and Siemens ITS. A selection committee consisting of staff from Planning
2
and Community Development, and Information Systems Departments reviewed the
proposals.. The selection criteria included compatibility with various traffic signal
software, record of use in similar projects, strength of equipment warranty, and price.
Based on the proposals, the selection committee recommended the. purchase of the
Siemens TS product. The Siemens TS product met and exceeded all of the
requirements and criteria and was the lowest bid.
Financial Impacts & Budget Actions
The cost of the equipment will not exceed $151,500 including taxes. This amount is
within the limits approved in the MOU with Metro. Funds in the amount of $151,500 are
available in account 0200407.589306.
The cost of maintenance within the first year of installation is included through the
vendor. Ongoing time and material maintenance costs beyond the first year are already
covered in the regular operating budget of Transportation Management Division.
3
Prepared by:
Andrew Maximous, P.E., Transportation Engineer
Approved:
J~~L of
C ie I ormation Officer, Information
ems
Approved:
rector,
Forwarded to Council:
// .- ? _-
~ "~ ~'
amont Ewell
ty Manager
4
Reference Contract No.
8999 (CCS).