Loading...
sr-032012-3cc,iyof City Council Report Santa Monica City Council Meeting: March 20, 2012 Agenda Item: 3 -C To: Mayor and City Council From: David Martin, Director of Planning and Community Development Subject: Advanced Traffic Management System, Phase 5 Project Design Recommended Action Staff recommends that the City Council: 1. Authorize the City Manager to negotiate and execute a contract with RBF Consulting, a California based company, for an amount not to exceed $175,000, 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 5 (ATMS -5). 2. Authorize the City Traffic 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. Currently, the ATMS project is under construction in the fourth phase (Phases 4a and 4b) to upgrade the traffic signal system in the Mid - City and Office District areas. The third sub -phase of the fourth phase (Phase 4c) along the Ocean Park Boulevard, Neilson Way, and Main Street corridors is currently at the design stage. The fifth phase would upgrade the traffic signal system along Montana Avenue and San Vicente Boulevard. A total of 12 signalized intersections in the City are included as part of the ATMS -5 project. The contract amount to be awarded to RBF Consulting is not to exceed $175.000 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. 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. At its September 13 2011 meeting, the City Council authorized a contract with Iteris, Inc. to design the Advanced Traffic Management System, Phase 4c. ATMS Proiect Status The ATMS project consists of five phases. 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 City's centralized control system (i2TMS). • Phase 3 — completed in September 2011, brought fiber optics to 35 signals along 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 2 streets using i2TMS software. • 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 4c is currently in the design stage and includes 26 intersections along the Ocean Park Boulevard, Neilson Way, and Main. Street corridors. • Phase 5 design is anticipated to be completed by November 2012. The construction phase is currently unfunded and is pending CIP approval. If funded in the FY12 -14 budget, construction can be completed by January 2014. Discussion The ATMS is fully implemented in the Downtown and is currently expanding citywide, maintaining synchronized timing of traffic signals on the system. It will provide centralized control of the traffic signal controllers and all other Intelligent Transportation System (ITS) devices used to manage traffic in 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 -5. A total of 12 signalized intersections in the City are included as part of the ATMS -5 project. Consultant Selection On November 9, 2011, a Request for Proposal (RFP) with a preliminary scope of services was posted on the City's online bidding system, Planet Bids, soliciting proposals to design the ATMS -5 project. 3 On December 15, 2011, seven proposals were received from the following firms: Advantec Consulting Engineers, Associated Transportation Engineers, Elie Farah Inc., Iteris, Inc., Kimley -Horn and Associates, RBF Consultants, and Wireless Innovation Solution. A selection committee consisting of staff from the Planning and Community Development Department and Information Systems Department reviewed the proposals. The selection committee evaluated the proposals from all seven 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 RBF Consulting to provide design services for this project. RBF met or exceeded all of the requirements and criteria. They demonstrated proficiency in managing a project of this size and scope. RBF's 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 RBF team was comparable to all other short- listed firms and adequate to complete the job. 0 Financial Impacts & Budget Actions The contract amount to be awarded to RBF Consulting is $175,000. Funds in the amount of $175,000 are included in the FY2011 -13 budget at account 0017043.589000. Prepared by: Andrew Maximous, P.E., T.E., Transportation Engineer Approved: David Martin, Director Planning and Community Development 5 Forwarded to Council: Rod Gould City Manager Reference Contract No. 9557 (CCS).