Loading...
sr-121311-3lCity of City Council Report Santa Monica' City Council Meeting: December 13, 2011 Agenda Item: 3-'L To: Mayor and City Council From: David Martin, Director of Planning and Community Development Subject: Purchase and Installation of Supplemental Traffic Signal Upgrade Equipment Recommended Action Staff recommends that the City Council award Bid #3066 for the purchase and installation of traffic signal equipment to C.T. & F., Inc., a California based company, in the amount of $730,000 including a 10% contingency. Executive Summary A phased upgrade of the City's traffic signal system is underway as a part of Santa Monica's Advanced Traffic Management System (ATMS) project. When complete, the ATMS project will provide centralized control of the traffic signal controllers and all other Intelligent Transportation System (ITS) devices used to manage traffic such as video detection systems, transit priority systems, emergency vehicle preemption systems, variable message signs, and traffic monitoring cameras. The City has nearly 200 traffic signal controlled intersections, and many of the traffic signals and associated equipment were installed over 50 years ago. By the end of next year over half of the City's traffic signal system will be upgraded and connected to the City's new Traffic Management Center. Replacement and upgrade of some of this aging equipment was not included in contracts for Phases 2, 3 and 4a, and 4b, and will not be included in the contract for Phase 4c, because of grant and budget limitations. This contract would provide upgrades to supplemental traffic signals and associated equipment that were not previously included, resulting in improved consistency and reliability throughout the entire ATMS network. C.T. & F., Inc. is recommended to purchase and install the equipment at a cost of $730,000. Background The ATMS project consists of five phases. On September 13, 2011, the City Council authorized a design contract for Phase 4c. The following outlines the status of all phases: • Phase 1 (completed in 2006): upgraded some traffic signal equipment and connected traffic signals to fiber optic communications on 4 r Street in the 1 Downtown area. Not all equipment was upgraded due to grant funding requirements. • 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 City's centralized control system. Due to budgetary constraints, traffic signal equipment was upgraded at a few, and not all, locations. • Phase 3 (will be completed in early 2012): will bring fiber optic interconnection to 35 signals along the transit priority corridors of Wilshire, Santa Monica, and Pico Boulevards (all east of Lincoln Blvd). City staff can monitor, control and make adjustments to the Downtown and transit priority corridors using the City's centralized control system. In this phase, a portion of the traffic signal equipment was not upgraded due to grant funding requirements. • Phases 4a & 4b (currently under construction - scheduled to be completed by September 2012): along Arizona Avenue, and in the Office District and Mid - City areas. Phases 4a and 4b will bring fiber optic interconnection to an additional 38 signalized intersections. • Phase 4c (currently under design): will upgrade the traffic signal system along the Ocean Park Boulevard, Neilson Way, and Main Street corridors. A total of 26 signalized intersections in the City are included. Some traffic signal equipment is not included due to grant funding requirements. • Phase 5 (design scheduled to begin in early 2012): includes Montana Avenue and San Vicente Boulevard, 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. 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 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) 114 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 the purchase and installation of traffic signal upgrade equipment. Discussion Most of the ATMS phases were Metro grant funded and only allow for communications installation and connection to the City's central_ management system. Replacement of old and aging infrastructure such as poles, conduit, and signal cabinets were not included with the previous grants. This contract would allow for the purchase and installation a total of 36 new traffic signal poles, more than 500 feet of new conduit, and replace 22 traffic signal controller cabinets at various locations within the City. Vendor Selection On October 20 and 21, 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, Planet Bids. A non - mandatory job walk was held on November 1, 2011. Of the 32 perspective contractors that made requests for the bid documents, 6 bids were received on November 15, 2011. The bid results are as follows based on the total base bid, before applicable taxes: Bidder Bid Amount Flatiron Electric $725,625.00 C.T. & F., Inc. $606,284.92 JFL Electric $842,292.20 Dynalectric $1,257,372.00 Republic ITS $960,111.00 Freeway Electric $1,181,465.00 3 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 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 services offered and experience with similar projects. C.T. & F., Inc.'s price is within the City's estimate of $950,000. 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 $730,000 including applicable taxes and a 10% contingency. Funds are included in the FY2011 -13 budget at account R01702617.589000. 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 budget cycle for Council approval. Future funding is contingent upon Council approval. Prepared by: Andrew Maximous, P.E., T.E., Transportation Engineer Approved: Forwarded to Council: G' avid Martin, Director Rod Gould Planning and Community Development City Manager M