Loading...
SR-01-22-2013-3CS City of Santa Monica' To: Mayor and City Council City Council Report City Council Meeting: January 22, 2013 Agenda Item: 6 C From: David Martin, Director of Planning and Community Development Subject: Construction Contract for the 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 KDC, Inc., dba Dynalectric, a California -based company, in the amount of $1,420,000 (including a 10% contingency) for the construction of the Advanced Traffic Management System, Phase 4C Project; 2. Authorize the Director of Public Works to issue any necessary change orders to complete additional work within contract authority. 3. Appropriate the budget increases as outlined in the Financial Impacts and Budget Actions section of this report. Executive Summary The Advanced Traffic Management System (ATMS), Phase 4C Project consists of traffic signal upgrades and the installation of fiber optic communications along the Ocean Park Boulevard, Main Street, and Neilson Way corridors within the City. A total of 26 signalized intersections in the City are included as part of this project. KDC, Inc., dba Dynalectric is recommended for the construction of the project at a cost of $1,420,000. Background Previous Council Actions On September 14, 2004, the City Council authorized the purchase of an Advanced Traffic Management System (ATMS) software named i2TMS from Siemens Energy and Automation. 1 On May 8, 2007, the City Council authorized a construction contract with KDC, Inc., dba Dynalectric to construct the Advanced Traffic Management System, Phase 2. On September 14, 2010, the City Council authorized a construction contract with Flatiron, Inc. to construct the Advanced Traffic Management System, Phase 3. On July 26, 2011, the City Council authorized a construction contract with Select Electric, Inc. to construct the Advanced Traffic Management System, Phases 4a and 4b. On September 13, 2011, the City Council authorized a contract with Iteris, Inc. to design the Advanced Traffic Management System, Phase 4c. On March 20, 2012, the City Council authorized a contract with RBF Consulting to design the Advanced Traffic Management System, Phase 5. On October 2, 2012, the City Council authorized a contract with Intelight, Inc. to procure a new Advanced Traffic Management System central software to replace i2TMS. ATMS Project Status The ATMS project consists of five phases: • Phase 1 - completed September 2006, upgraded traffic signal equipment and connected the signals to fiber optic communications on 4th Street in the Downtown area. • Phase 2 - completed 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. • Phase 3 — completed 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 streets using i2TMS software. 2 • Phases 4a and 4b — completed December 2012, brought fiber optics to 38 signals along Arizona Avenue, Office District, and Mid -City areas. • Phase 5 is currently in the design stage, which is anticipated to be completed by June 2013. Construction on this phase will depend on future CIP funding. The Advanced Traffic Management System (ATMS) Phase 4C Project will connect 26 signal - controlled intersections along Ocean Park Boulevard, Main Street, and Neilson Way corridors 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. A full replacement of traffic signal infrastructure at 2 intersections will include the installation of new controller cabinet and video detection systems. Contractor Selection On November 5 and 6, 2012, 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. Thirty -two contractors requested the bid documents. The City Clerk's Office received five formal bids that were publicly opened by the Deputy City Clerk on November 29, 2012. The bid results are as follows: Bidder Bid Amount KDC, Inc., dba Dynalectric $1,290,575 Sully - Miller Contracting Co. $1,346,077 Select Electric, Inca $1,483,255 Steiny and Company, Inc. $1,558,427 PTM General Engineering Service Inc. $2,039,280 City Estimate $1,788,662 3 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 positive reference responses. Staff recommends KDC, Inc., dba Dynalectric based on price, quality of services offered, and experience with similar projects. KDC, Inc., dba Dynalectric price is within the City's estimate. KDC, Inc., dba Dynalectric experience on similar projects is extensive and includes prior projects with the City of Santa Monica involving the installation of traffic signals and fiber optics. Staff contacted the reference agencies and all respondents reported that KDC, Inc., dba Dynalectric work was completed in a timely and cost - efficient manner while maintaining consistent quality. The Center for Contract Compliance verified that KDC, Inc., dba Dynalectric is in good standing and capable of handling labor compliance issues. The State Contractors' License Board confirmed that KDC, Inc., dba Dynalectric license is current, active, and in good standing. Ell Financial Impacts & Budget Actions The contract amount to be awarded to KDC, Inc., dba Dynalectric is for an amount not to exceed $1,420,000. Award of the contract requires an additional appropriation of $47,000 to account C207028.589000, to match the available grant funding from Los Angeles County Metropolitan Transportation Authority as set forth in the 2013 Federal Transportation Improvement Program. Upon appropriation of the $47,000, funds will be included in the FY 2012 -14 Capital Improvement Program budget in the following accounts: 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 FY12 -13 FY13 -14 Total M207009.589020 $58,500 $58,500 $117,000 C207028.589000 $890,610 $0 $890,610 C017024.589000 $412.390 $0 $412,390 TOTAL $1,361,500 $58,500 $1,420,000 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. 9685 (CCS).