Loading...
SR 09-13-2011 3F~® City of Saui.a Monica City Council Report City Council Meeting: September 13, 2011 Agenda Item: 3-F To: Mayor and City Council From: David Martin, Acting Director, Planning and Community Development Subject: Advanced TrafFic Management System, Phase 4c Project Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with Iteris, Inc., a California based company, for an amount not to exceed $164,000, to provide project design services for the preparation of plans, specifications, and estimates for the installation of the communication infrastructure for the Advanced Traffic Management System, Phase 4c (ATMs-4c). 2. Authorize the Principal Transportation Engineer to issue any necessary change orders to complete additional work within budget authority. Executive Summary The City's Advanced Traffic Management System (ATMs) 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. Currently, the ATMs project is under construction on two sub-phases of the fourth phase (Phases 4a and 4b), which includes upgrading the traffic signal system in the Mid-City and Office District areas. This third sub-phase of the fourth phase (Phase 4c) will upgrade the traffic signal system along the Ocean Park Boulevard, Neilson Way, and Main Street corridors. A total of twenty-six (26) signalized intersections in the City are included as part of the ATMs-4c project (see Attachment A). The contract amount to be awarded to Iteris, Inc. is not to exceed $164,000. Background Previous Council Actions At its September 14, 2004 meeting, the City Council authorized the purchase of an Advanced Traffic Management System (ATMs) from Siemens Energy and Automation. 1 The ATMS will provide the City with 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. At its May 8, 2007 meeting, the City Council authorized a construction contract with KDC, Inc., dba Dynalectric to construct the Advanced Traffic Management System, Phase 2. At its September 14, 2010 meeting, the City Council authorized a construction contract with Flatiron, Inc. to construct the Advanced Traffic Management System, Phase 3. At its July 26, 2011 meeting, the City Council authorized a construction contract with Select Electric, Inc. to construct the Advanced Traffic Management System, Phases 4a and 4b. ATMS Project Status The ATMS project consists of five (5) phases. The full benefits of the system will not be realized until, at a minimum, the first three phases are complete. The following outlines the status of all phases: • Phase 1 -completed in 2006, upgraded traffic signal equipment and connected the signals to fiber optic communications on 4th Street in the Downtown area. Phase 2 -completed in October 2008, upgraded and connected 50 signals in the Downtown area (with the exception of Arizona Avenue) and Lincoln Blvd. to the i2TMS system (the City's centralized control system). • Phase 3 -completed in September 2011, will bring fiber optics to 35 signals along Wilshire, Santa Monica, and Pico Blvds. (all east of Lincoln Blvd). City staff can monitor, control and make adjustments to the Downtown and transit priority streets using the i2TMS software. 2 • Phases 4a and 4b are currently under construction along the Arizona Avenue, Office District, and Mid-City areas. Phases 4a and 4b will bring fiber optics to an additional 38 signalized intersections. Construction is scheduled to be complete by July 2012. • Phase 5 includes Montana Ave. and San Vicente Blvd., to be connected via fiber optic and/or wireless communications. Phase 5 received partial funding that will cover the design portion. The construction portion is not fully funded. Design is estimated to begin in early 2012. . Discussion The ATMS is fully implemented in the Downtown and is currently expanding citywide, maintaining synchronized timing of the traffic signals on the system. It will provides 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: Implementation of the ATMS necessitates a major upgrade of the City's traffic signal control system, including installation of fiber optic communication and other equipment to facilitate detection, communication, coordinate traffic and accommodate remote management. The City developed a Master Plan for upgrading the City signal system to an Advanced Transportation Management System which covers development of the construction drawings, bid package, cost estimates, and construction support to implement ATMS-4c. A total of 26 signalized intersections in the City are included as part of the ATMS-4c project. This project is funded through a Metro Grant and Los Angeles County Proposition C local return funds. 3 Contractor/Consultant Selection On March 11, 2011, a Request for Proposal (RFP) with a preliminary scope of services was posted on the City's electronic bidding website, Planet Bids, soliciting proposals to design the ATMS-4c project. On June 23, 2011, eight proposals were received from the following firms: Advantec Consulting Engineers, Falcon Engineering, Iteris, Inc., Kimley-Horn and Associates, KOA Corporation, Minagar 'and Associates, RBF and Associates, and Willdan Engineering. A selection committee consisting of staff from the Planning and Community Development Department reviewed the proposals. The selection committee reviewed the proposals from.. all eight firms based on selection criteria outlined in the RFP, which included: project approach and understanding, the proposed project manager and team experience, staffing capacity, the ability of the firm to meet the project schedule, recent experience on projects of similar scope and size in comparable cities, and the firm's ability to complete the job within the specified budget. Based on the proposals, the selection committee recommends Iteris Inc. to provide design services for this project. The Iteris team met or exceeded all of the requirements and criteria. They demonstrated proficient. skills and tools in managing a project of this size and scope. Iteris' past experience on similar projects highlighted an attention to detail during all phases of the' projects with a singular goal of developing design plans which. minimize. construction change orders. They also have the staff resources and availability to complete the project within the City's aggressive schedule, and have extensive experience in reducing costs through the use of wireless technology. Finally, the proposed budget for the Iteris team was relative to all other short-listed firms and adequate to complete the job. 4 Financial Impacts & Budget Actions The contract amount to be awarded to Iteris, Inc. is $164,000. Funds are included in the FY2011-13 budget at the following accounts: M207009.589020 Signal Upgrades $117,000 0200407.589409 ATMS Phase 4c - OP BLVD/MAIN ST (Metro Grant) $ 47,000 TOTAL $164, 000 Prepared by: Andrew Maximous, P.E., T.E., Transportation Engineer Approved: _ ~ c~ ~-° David Martin Acting Director, Planning and Community Development Forwarded to Council: --a ~~~~ Rod Gould City Manager 5 Reference Contract No. 9462 (CCS)