Loading...
SR 07-26-2011 3CCity Council Meeting: July 26, 2011 Agenda Item: 3-C To: Mayor and City Council From: David Martin, Acting Director, Planning and Community Development Subject: Construction Contracts for the Advanced Traffic Management System, Phases 4A and 4B Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with Select Electric, Inc., a California-based company, in the amount of $3,900,000 (including a 10% contingency) for the construction of the Advanced Traffic Management System, Phases 4A and 4B Project; 2. Authorize the City Manager to negotiate and execute a Professional Services Agreement with PSOMAS, a California-based company, in the amount of $580,000 (including a 10% contingency) to provide construction management and inspection services for the project; and 3. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within budget authority. Executive Summary The Advanced Traffic Management System (ATMs), Phases 4A and 4B Project consists of traffic signal upgrades and the installation of fiber optic communications along Arizona Avenue, Office District, and Mid-City areas within the City. A total of 40 signalized intersections in the City are included as part of this project. Select Electric, Inc. is recommended for the construction of the. project at a cost of $3,900,000. PSOMAS is recommended for the construction management and inspection services at a cost of $580,000, resulting in a total project cost of $4,480,000. Background On November 17. 2009, the Redevelopment Agency adopted its Five-Year Implementation Plan for the period of FY 2009-10 through FY 2013-14, with established 1 goals to support affordable housing, disaster prevention and mitigation, community revitalization, commercial revitalization, and institutional revitalization. In particular, the objectives for community and commercial revitalization include: Improving Santa Monica's commercial corridors and boulevards with a focus on streetscape improvements, parking, and transportation enhancements Provide support for transit-oriented development and facilitate transit connections as envisioned by the LUCE (Land Use and Circulation Element) On August 10, 2010, the Redevelopment Agency and City entered into Cooperation Agreement No. 9267 (CCS/RAs) and adopted resolutions 10519 (CCS) and 527 (RAs) to ensure timely implementation and completion of the Agency's Five-Year Implementation Projects. Under the terms of the Cooperation Agreement, the City agreed to undertake the implementation of the Agency's projects including work associated with Traffic Management System, Phases 4A and 4B Project. Discussion The Advanced Traffic Management System (ATMs) Phases 4A and 4B Project will connect 40 signal-controlled intersections along Arizona Avenue, Office District, and Mid-City areas to the City's centralized control system with fiber optic cables. This will require installation of new conduit and modification of the existing interconnected conduit system to accommodate fiber optic cable. Additional upgrades of traffic signal infrastructure will range from a full replacement of all the traffic signal equipment to less extensive upgrades such as the installation of new controller cabinet and video detection and/or video surveillance cameras. The ATMs Phases 4A and 4B Project is funded by a combination of Special Office District mitigation and Redevelopment funds. In accordance with Cooperation Agreement No. 9267, the implementation of the projects must comply with applicable federal, state and local laws. Improvements located within the boundaries the Earthquake Recovery Redevelopment Project area will be funded with redevelopment funds. 2 The ATMS project has been divided into amulti-phased implementation plan, as described below. 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 transit priority system infrastructure improvements in the Downtown. Phase 3 (90% Complete): 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 August 2011. Phases 4A and 4B (Current Phase):. Phase 4 condenses several future phases to implement ATMS along Arizona Avenue, Office District, and Mid-City areas. Construction is anticipated to be completed in July 2012. Phase 4C (Under Design): Two transit corridors along. Ocean Park Boulevard and Main Street/Neilson Way will receive fiber optic communications and traffic signal upgrades at 26 intersections. This phase is funded through a Metro grant and will begin construction in early 2012. 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. 3 Contractor Selection On May 11 and 12, 2011, the City published a Notice Inviting Bids in the Santa Monica Daily Press. The bid documents were posted on the City's online bidding system, PlanetBids. Thirty-eight 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 June 6, 2011. The bid results are as follows: Bidder Bid Amount Comet Electric, Inc. $ 3,662,353 Select Electric, Inc. $ 3,276,871 J. Fletcher Creamer & Son, Inc. $ 4,113,687 C.T. & F, Inc. $ 3,883,461 Delmac $ 3,886,364 Steiny and Company, Inc. $ 3,555,225 Sully-Miller Contracting Co. $ 3,303,045 Flatiron Electric Group, Inc. $ 3,415,595 Dynalectric $ 3,662,898 Manual Bros., Inc. $ 4,137,557 Freeway Electric, Inc. $ 3,732,311 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 Select Electric, Inc. based on price, quality of services offered, and 4 experience with similar projects. Select Electric, Inc.'s price is within the City's estimate. Select Electric, Inc.'s experience on similar projects is extensive and includes installation of traffic signals and fiber optics for Exposition Light Rail Line Phase 1, City of San Diego, and Caltrans. Staff contacted the reference agencies and all respondents reported that Select Electric, Inc.'s work was completed in a timely and cost-efficient manner while maintaining consistent quality. The Center for Contract Compliance verified that Select Electric, Inc. is in good standing and capable of handling labor compliance issues. The State Contractors' License Board confirmed that Select Electric, Inc.'s license is current, active, and in good standing. Both Select Electric .and its subcontractors are headquartered in California. Construction Management and Inspection Services In June 2011, 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. Four firms responded to the Request for Qualifications. Based on its experience and qualifications, staff recommends PSOMAS. PSOMAS provided similar services for the City during the construction of the ATMS Phase 2 project. The firm has experience with previous traffic signal projects such as the Cal State Long Beach University Fiber Optic Telecom Infrastructure Upgrade, City of Long Beach ADA improvements, EI Segundo Traffic Signal Upgrade and Intersection Improvements. Staff verified references and all respondents reported that PSOMAS Engineering provided quality inspection services. 5 Financial Impacts & Budget Actions The not to exceed contract amount to be awarded to Select Electric, Inc. is $3,900,000 (including 10% contingency). The not to exceed contract amount. to be awarded to PSOMAS is $580,000 (including 10% contingency). The total project cost is $4,480,000. Funds are included in the adopted budget for FY2011-13 at the following accounts: 0017024.589000 -ATMs Spec Off Dist-Phase 4 $2,000,000 0177026.589000 -Traffic Signal-Phase 4-MID CIT $2 480,000 TOTAL $4,480,000 Prepared by: Andrew Maximous, P.E., T.E., Transportation Engineer .Approved: i avid Martin Acting Director, Planning and Community Development Forwarded to Council: Rod Gould City Manager 6 Reference Contract Nos. 9432 (CCS) and 9433 (ccs)