Loading...
sr-091410-1gc7® lr City of City COUIIC~I ^\Gp®, Santa Monica City Council Meeting: September 14, 2010 Agenda Item: ~-G~ To: Mayor and City Council From: Eileen Fogarty, Director, Planning and Community Development Subject: Construction Contracts for the 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 Terno, Inc., a California-based company, in the amount of $1,140,080 (including a 10% contingency) for the construction of the Advanced Traffic Management System, Phase 3 Project; and 2. Authorize the City Manager to negotiate and execute a Professional Services Agreement with Willdan Engineering, aCalifornia-based company, in the amount of $150,000 (including a 10% contingency) to provide construction management and inspection services for the project; and 3. Authorize the Transportation Planning Manager to issue any necessary change orders to complete additional work within budget authority. Executive Summary The Advanced Traffic Management System (ATMs), Phase 3 Project implements the Transit Priority System (TPS) for both Big Blue and Los Angeles County Metropolitan Transportation Authority (Metro) Rapid buses along the Wilshire, Santa Monica, Pico, and Lincoln Boulevard corridors within the City. A total of 80 signalized intersections in the City are located on the TPS corridors and are included as part of this project. The project is funded with Metro funds. Terno, Inc. is recommended for the construction of the project at a cost of $1,140,080 and Willdan Engineering for the construction management and inspection services at a cost of $150,000, resulting in a total project cost of $1,290,080. Discussion The City received a $4.7 million grant from the Los Angeles County Metropolitan Transportation Authority (Metro) to install equipment to enable transit priority on the four current Metro and Big Blue Bus Rapid Bus corridors. The Transit Priority System 1 (TPS) will allow Rapid buses to communicate with the traffic signal system to trigger extra green light time for busses that are running behind schedule. Current TPS installations along Metro routes have shown a 25% reduction in travel times. Implementation of the TPS within the City necessitates a major upgrade of the City's traffic control system, including installation of fiber optic communication and other equipment to facilitate detection, coordinate traffic and accommodate transit priority. City staff has worked with Metro to determine how to best facilitate transit priority along the Rapid corridors while still maintaining local control. The Advanced Traffic Management System (ATMs) project has been divided. into a multi-phased implementation plan, as described below. The Metro grant funds have been used for TPS infrastructure improvements in the Downtown during Phase 2. Phase 1 (Complete): Phase 1 included the downtown section of 4th Street and extended between California Avenue and Olympic Drive. The project was completed in June 2006. Phase 2 (Complete): Phase 2 included traffic signal improvements in the Downtown area bounded by, and including, Ocean Avenue, Wilshire Boulevard, Lincoln Boulevard and Colorado Avenue. Phase 2 also incorporated Lincoln Boulevard from Downtown to the southern City limit. Construction of Phase 2 was completed in 2008. Approximately $1.4 million of the Metro grant were used for TPS infrastructure improvements in the Downtown. Phase 3 (Current Phase): This phase implements the Advanced Traffic Management and bus priority system improvements along Wilshire Boulevard, Santa Monica Boulevard, Pico Boulevard, the three other Rapid corridors. Construction will be completed in early 2011. 2 Phase 4 (Under Design): Phase 4 condenses several future phases to implement ATMS in the Office District area, the Mid-City area, and two other transit corridors, Ocean Park Boulevard and Main Street/Neilson Way. The construction of this phase will commence in late 2010. Phase 5: Phase 5 will cover outlying areas such as San Vicente Boulevard and streets north of Wilshire Boulevard as the final phase of the ATMS project. Contractor Selection On July 1 and 3, 2010, the City published a Notice Inviting Bids in the Santa Monica Daily Press and on the City's web site. The bid documents were posted on the City's online bidding system, PlanetBids. Fifty perspective contractors made requests for the bid documents. The City Clerk's Office received eleven formal bids that were publicly opened by the Deputy City Clerk on August 5, 2010. The bid results are as follows: Bidder Bid Amount Manuel Bros. Inc. $ 1,364,000 Dynalectric $ 1,484,953 Terno, Inc. $ 1,036,437 Steiny and Company, Inc. $ 1,078,189 Lincoln Pacific $ 1,215,495 Republic ITS $ 1,664,459 Comet Electric, Inc. $ 1,548;589 Christopher R. Morales, Inc. $ 1,165,720 C.T. & F., Inc. $ 1,421,738 Freeway Electric, Inc. $ 1,919,019 California Professional Engineering, Inc. $ 1,776,229 3 All bids were evaluated on competitive pricing, understanding of the project's scope, direct experience on similar projects, approach to the work, technical competence, qualifications of the proposed staff, and the ability to meet the required time frames. Other criteria considered for contractor selection included consistent accuracy in bidding, volume of projects that involve traffic signal and fiber optic improvements, and exceptionally positive reference responses. Staff recommends Terno, Inc. based on price, quality of services offered, and experience with similar projects. Terno, Inc.'s price is within the City's estimate. Terno, Inc.'s experience on similar projects is extensive and includes previous traffic signal projects with the City, installation of traffic signals for the City of Anaheim, City of Long Beach, City of Culver City, and City of Rialto. Staff contacted the reference agencies and all respondents reported that Terno, Inc.'s work was completed in a timely and cost-efficient manner while maintaining consistent quality. The Center for Contract Compliance verified that Terno, Inc. is in good standing and capable of handling labor compliance issues. The State Contractors' License Board confirmed that Terno, Inc.'s license is current, active, and in good standing. Both Terno and its subcontractors are headquartered in California. Construction Management and Inspection Services In January 2010, the City issued a Request for Qualifications for construction management and inspection services. These services include inspecting the contractor's work during construction of traffic signal upgrades, fiber optics and conduits, reporting field changes and unforeseen conditions to construction manager, attending contractor's safety meetings and periodic progress meetings, and maintaining all necessary inspection documentation relevant to the work conducted during construction. Ten firms responded and three were shortlisted and interviewed by staff. Staff recommends Willdan Engineering based on its experience and qualifications. Willdan Engineering provided similar services for previous traffic signal projects in the 4 City of Irvine and City of Highland. Staff verified references and all respondents reported that Willdan Engineering provided quality inspection services. Financial Impacts 8~ Budget Actions The contract amounts to be awarded to Terno, Inc. and Willdan Engineering are $1,140,080 and $150,000 respectively, resulting in a total project cost of $1,290,080. Funds are available at account number 0200407.589306. Prepared by: Andrew Maximous, P.E., Transportation Engineer Approved: <~ ~d- i Eileen Fogarty Director, Planning and Community Development Forwarded to Council: .~ 7 Rod Gould City Manager 5 Reference Contract Nos. 9272 (CCS) and 9273 (ccs).