Loading...
sr-110811-3d0 .Moo City of Santa Monien" City Council Report City Council Meeting: November 8, 2011 Agenda Item: 3 -D To: Mayor and City Council From: David Martin, Director of Planning and Community Development Subject: Purchase of Traffic Signal Emergency Battery Backup Systems Recommended Action Staff recommends that the City Council award Bid #3063 for the purchase and installation of 74 traffic signal emergency battery backup systems to C.T. & F., Inc., a California based company, in the amount of $290,000 including a 10% contingency. Executive Summary Installing new emergency battery backup systems at all signalized intersections would help reduce traffic congestion by ensuring that all signals continue to operate after power failures, power spikes, or interruptions in service. This purchase would replace 74 systems as a part of a multi -year Capital Improvement Project at a cost of $290,000. Background The City's approximately 180 traffic signals require emergency battery backup systems in order to ensure continuous operation during and after power failures or interruption. Currently installed at 90 traffic signal controlled intersections within the City, the existing emergency battery backup systems are over eight years old and many have surpassed their useful life. Discussion The purchase of 74 traffic signal battery backup systems would replace emergency batteries and equipment at the following locations: Wilshire & Ocean Wilshire & 6 Santa Monica & 7 th Santa Monica & 6t Santa Monica & 26 th San Vicente & 7t San Vicente & 26th Pico & Ocean Pico & 34th Pico & 23` 1 Pennsylvania & 26 1h Cloverfield & EB on -ramp Arizona & Lincoln Santa Monica & Lincoln Santa Monica & 14 th Pico & Lincoln Olympic W/B & Lincoln Michigan & Lincoln Broadway & Lincoln Wilshire & Lincoln Wilshire & 7 1h Wilshire & 51 Wilshire & 4 1h Wilshire & 3` Wilshire & 2 Id Santa Monica & Yale Santa Monica & Cloverfield Santa Monica & Berkley Santa Monica & 23d Monica & 22" Santa Monica & 20th Santa Monica & 17th Santa Monica & 11 1h Pico & Main Pico & 6 1h Pearl & Lincoln Olympic W/B & 4 1h Olympic E/B & Lincoln Olympic & 20' Ocean Park & Lincoln Ocean Park & Cloverfield Ocean Park & 23rd Marine & Lincoln Colorado & Stewart Colorado & 7 th Colorado & 6 th Broadway & 4 th Broadway & 3` Broadway & 2" Ashland & Neilson Ashland & Lincoln Arizona & 3` Arizona & 2 nd Wilshire & Yale Wilshire & Euclid Wilshire & Berkley Wilshire & 26h Wilshire & 23` Wilshire & 20th Wilshire & 17' Wilshire & 15 Wilshire & 14' Wilshire.& 11 th Pico & 33` Pico & 28th Pico & 26 Pico & 16 th Colorado & Sears ped xing Colorado & 2nd /Main Arizona & 26` Arizona & 20th 1432 4th ped.xing 1330 4th ped xing 1225 4th ped xing Cost savings are estimated at $9,180.00 per year, based on average annual callback rates due to equipment malfunctions. In addition, this project would reduce costs related to Police/Traffic Services for traffic control at intersections where the traffic signal equipment has malfunctioned. Furthermore, new systems would include Internet Protocol (IP) addressable devices that would link into the City's traffic management 2 system which allows for remote notification of signal power failures, spikes, or interruptions. Staff would maintain these devices as part of an ongoing preventative maintenance schedule. Vendor Selection On September 29 and 30, 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. Of the 40 perspective contractors that made requests for the bid documents, 11 bids were received on October 19, 2011. The bid results are as follows: Bidder Bid Amount Steiny and Co. $308,058.00 Dynalectric $329,983.00 Republic ITS $271,315.20 Pelagic $264,351.50 Econolite $310,198.80 CT &F, Inc. $262,838.60 A &R Telecom Inc. $402,186.50 FSI Energy Services $892,119.10 Macadee Electrical $277,530.00 Freeway Electric $427,495.20 JFL Electric $346,064.70 All bids were evaluated on competitive pricing, understanding of the project's scope, direct experience on similar projects, technical competence, and the ability to meet the required time frames. Other criteria considered for contractor selection included t consistent accuracy in bidding, volume of projects that involve battery backup systems, and exceptionally positive reference responses. Staff recommends C.T. & F., Inc. based on price, quality of services offered, and experience with similar projects. C.T. & F., Inc.'s price is within the City's estimate of $350,000. C.T. & F., Inc.'s experience on similar projects is extensive and includes projects with the Cities of Glendale, Monrovia, and Downey. Financial Impacts & Budget Actions The purchase order amount to be awarded to C.T. & F., Inc. is $290,000 including applicable taxes and 10% contingency. Funds are included in the FY2011 -13 budget at account C017037.589000. 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 included in the FY2011 -13 budget at account 01416.566470. Budget authority for subsequent years will be requested in each Maintenance of Effort (MOE) budget submitted to Council for approval. Future funding is contingent upon Council approval. Prepared by: Andrew Maximous, P.E., T.E., Transportation Engineer Approved: Forwarded to Council: David Martin, Director Rod Gould Planning and Community Development City Manager 12