Loading...
HomeMy WebLinkAboutOctober 3, 2005 Agenda AGENDA CITY OF DENTON CITY COUNCIL October 3, 2005 After determining that a quorum is present, the City Council of the City of Denton, Texas will convene in a Special Called Meeting on Monday, October 3, 2005 at 11:30 a.m. in the Council Work Session Room, 215 E. McKinney, Denton, Texas at which the following items will be considered: 1. Receive a report, hold a discussion, and give staff direction regarding the vendor selection process for the automated traffic signal enforcement program. 2. Receive a report, hold a discussion and give staff direction on the design and impact of the proposed design changes to the Texas wholesale electric market design. 3. Receive a report, hold a discussion and give staff direction regarding a petition of INC Partners Denton, LLC requesting consent to the creation of a Water Control and Improvement District at Craver Ranch, located within the City's extraterritorial jurisdiction ("ETJ" and also annexation of real property in the City's northern ETJ under annexation case no. A05-0002. The City Council reserves the right to convene into closed session to consult with its attorneys under Texas Government Code Section 551.071 regarding any legal issues related to this matter where a public discussion would conflict with the duty of the City's attorneys to the City Council under the Texas Disciplinary Rules of Professional Conduct of the State Bar of Texas or would jeopardize the City's legal position in any administrative proceedings or potential litigation. NOTE: The City Council reserves the right to adjourn into a Closed Meeting on any item on its Open Meeting agenda consistent with Chapter 551 of the Texas Government Code, as amended, including without limitation, Sections 551.071-551.086 of the Texas Open Meetings Act. CERTIFICATE I certify that the above notice of meeting was posted on the bulletin board at the City Hall of the City of Denton, Texas, on the day of 2005 at o'clock (a.m.) (p.m.) CITY SECRETARY NOTE: THE CITY OF DENTON COUNCIL WORK SESSION ROOM IS ACCESSIBLE IN ACCORDANCE WITH THE AMERICANS WITH DISABILITIES ACT. THE CITY WILL PROVIDE SIGN LANGUAGE INTERPRETERS FOR THE HEARING IMPAIRED IF REQUESTED AT LEAST 48 HOURS IN ADVANCE OF THE SCHEDULED MEETING. PLEASE CALL THE CITY SECRETARY'S OFFICE AT 349-8309 OR USE TELECOMMUNICATIONS DEVICES FOR THE DEAF (TDD) BY CALLING 1-800-RELAY-TX SO THAT A SIGN LANGUAGE INTERPRETER CAN BE SCHEDULED THROUGH THE CITY SECRETARY'S OFFICE. AGENDA INFORMATION SHEET AGENDA DATE: October 3, 2005 DEPARTMENT: Police a ACM: Jon Fortune, Assistant City Manager SUBJECT Receive a report, hold a discussion, and give staff direction regarding the vendor selection process for the automated traffic signal enforcement program. BACKGROUND On October 4, 2004 staff made a presentation to Council in work session on the use of automated traffic signal enforcement. On December 7, 2004, Council adopted an ordinance authorizing the use of red light cameras and instructed staff to develop and pursue the project. In December 2004, the Cities of Plano, Richardson, and Frisco joined together and launched an RFP for the purpose of selecting a vendor for red light cameras for their respective cities. The City of Denton attempted to join in with these other cities on their RFP, but due to logistical complications, we were not able to formally join their consortium. However, these three cities openly welcomed our staff to meet with them and observe the RFP process. City staff members attended committee meetings and vendor presentations in January and February 2005. The City of Denton had two possible routes to take in selecting a red light camera vendor: work though existing interlocal agreements and use the vendor selected by the cities of Plano, Richardson, and Frisco; or develop an RFP and seek proposals from red light vendors on our own. City Staff met in March 2005 and decided that the city had more flexibility and better options if we pursued vendors through our own RFP process. As staff began the RFP development, a number of legal challenges were made to the enabling legislation during the Texas Legislature's regular session. None of the challenges passed during the regular session, and an attempt during the first Special Session failed as well. With these legal challenges no longer a threat, the decision was made to move forward with the red light camera RFP. The RFP was developed and released in August 2005. The RFP set out the criteria to be used in selecting a vendor: Back Office Performance (35%), Technology and Hardware (20%), Experience and Qualifications (10%), Project Termination Plan (10%), Overall Cost of the Program (20%), and Overall Project Approach (5%). Each of these sections is explained below. Back Office Performance (35%) Back office performance is the largest section in the grading criteria, carrying the heaviest weight of any single category. Back office performance includes a subsection on evidence, such as the overall quality of photographs and video and the quality of individual violation photographs. It also includes a subsection on processing, covering issues such as the vendor's capability to process those photos and video in a timely manner, the vendor's ability to obtain motor vehicle registration information, the vendor's software and access to both police and violators over the Internet, and the ability to produce violation notices within seven days. Back office performance also includes the vendor's analytical capabilities on captured data, and their public education program. Technology and Hardware Performance (20%) This section covers the issue of what type of cameras the vendor uses and the overall functionality of the camera system. It includes criteria on Detection, Portability, Installation, and Maintenance. Detection involves the vendor's ability to monitor and capture violations on varying lane types and numbers, capture multiple violations during a single light phase, and the type of detection technology the vendor employees. Portability centers on the vendor's ability to provide equipment for up to ten intersections and their capability to provide a "turn key" solution. Installation concerns the vendor's ability to have the system installed within ninety days from the notice to proceed and their use of subcontractors for the project. Finally, Maintenance involves the ability of the vendor to make timely repairs and adjustments on the system within a minimum timeframe of forty-eight hours. Experience and Qualifications (10%) Research into the field of automated traffic signal enforcement provides a clear picture that there have been many companies that entered the field, but many of them have failed to last for very long. There are a number of vendors who have either filed for bankruptcy or were sold to other competitors. This section reviews the experience of the vendor, including the amount of time they have been in business, prior experience with other cities, and the list of references with other projects. Project Termination Plan (10%) Given the recent legal challenges to the enabling legislation at the State level, there is some concern about entering into a long-term contract without some assurance as to what happens if the legislation is later overturned. This section examines the vendor's position on this issue and the city's financial liability in the event there are legal changes that prevent the use of the system. Overall Cost (20%) The RFP asked for a flat rate monthly price per camera. This section examines the monthly rate, the cost of "dummy" systems, and any contractual guarantees regarding cost and performance. Project Approach (5%) This section takes a comprehensive look at the vendor's approach to the city's desired program. Essentially, this section would be scored based on how each vendor compares to the other vendors. After the RFP was released, the city received proposals from five vendors. A red light camera committee was selected to review the proposals and make a recommendation to Council. The members of the committee are: Curt Arndt, Traffic Operations Manager Stephanie Berry, Assistant City Attorney Lieutenant Loyd Burns, Support Bureau, Police Lieutenant Scott Fletcher, Operations Bureau, Police Keith Gabbard, Streets and Drainage Supervisor Captain Scott Langford, Operations Bureau, Police Tom Shaw, Purchasing Agent Scott Wilson, Lead Signal Technician, Traffic Operations The red light camera committee members met September 1, 2005 and discussed the vendor proposals. At this meeting, the committee ranked the five vendors using the grading criteria from the RFP. The vendors were ranked as follows: 1. Redflex 2. ATS 3. Nestor 4. Peek 5. Lasercraft The top two vendors were invited to make a one-hour oral presentation to the committee. These presentations were made on September 12, 2005. The committee contacted reference cities provided by these two vendors. The committee met again following the presentations and each committee member submitted a grade sheet for the top two vendors. A breakdown of the top two vendors is provided below. A full composite grade sheet is attached in appendix A. Redflex Redflex currently has more than 480 operational systems in the United States, including programs in Chicago, IL and Scottsdale, AZ. Redflex was recently awarded contracts with the cities of Plano, Richardson, Frisco. They have the capability to process more than 140,000 violations a month. They have a proven track record of running the type of program the City of Denton is looking to employ. They utilize a non-invasive video detection system and employ multiple digital cameras and a video camera to capture violations. They provide a twelve second video of each violation - six seconds before and after each violation. They indicate a willingness to customize much of their program to suit the individual needs of their customer. Their system also provides a live feed that can be used to monitor traffic problems. They provide a fully automated traffic statistics program for use by their customers without the need to request specific reports. Every reference city provided by Redflex expressed their complete satisfaction with the product and the company. Each of these cities, despite the wide variations in the number of cameras systems they have in operation, praised the level of customer service, the work of the company during the design and installation process, and the overall performance of the camera systems. Each of these reference cities have been working with Redflex for at least a year, and several have been operational for a number of years. Two of the five reference cities contacted offered that they have recently extended the Redflex contract or are in the process of expanding the Redflex program. Several staff members of the reference cities stated that Redflex far exceeded their expectations in every area of the program. One city administrator commented that Redflex was the best vendor, in any capacity, that he had worked with throughout the city. Finally, Redflex offers a guaranteed contract to the city. They will adjust the monthly pricing of our system to ensure that there is no net loss - thus preventing the need to supplement the red light camera program with the city's budget. They also have an advantageous project termination plan. In the event the red light program becomes untenable due to legislative changes or judicial rulings, Redflex will terminate the program at no cost to us. Further, should the city become dissatisfied with the program's performance, Redflex will terminate the program without cost to the city. In either case, Redflex will return the affected intersections to their original operating condition. ATS ATS has been involved in photo enforcement programs for a number of years. They were recently partnered with Mulvihill, another photo enforcement company. They have since acquired Mulvihill. ATS has a number of red light camera contracts, including programs in New York, NY and Philadelphia, PA. ATS uses non-invasive video detection and provides high-resolution digital still photographs. They also offer a ten second video clip of each violation. For an additional monthly fee, ATS can provide additional (non violation) cameras for a full video view of an enforcement intersection. ATS offers statistical reports to the city to audit the operation and effectiveness of the red light camera program. Several of the reference cities provided by ATS expressed complete satisfaction with the program. However, none of these cities appear to be operating the complete system that ATS proposes to the City of Denton. In New York, ATS operates the camera system. However, NY City officials conduct all of the back office work on processing and issuing violation notices and the collection of payments. It is also notable that the NY City officials consistently referred to Mulvihill and their staff when speaking of the program assets. Finally, ATS stated in their proposal that they were set to install an additional 50 cameras in NY City by September 2005. NY City staff stated that they were supportive of adding cameras to their system. Unfortunately, due to existing State legislative restrictions, they could not add any cameras to their system without changes to the enabling legislation at the State level. In Philadelphia, city staff members were more than pleased with their system and the performance of ATS. By law, Pennsylvania requires the use of 35mm wet film. Therefore, Philadelphia could not provide any feedback on the digital camera system performance. The third reference provided was Scottsdale, AZ. Redflex also listed this city as a reference. ATS operated the red light camera program in Scottsdale from 1996 - 1999, when they sold their red light camera business contracts to Redflex. One final issue with references came up with the city of Ft. Collins, CO. This city was listed in the ATS proposal on a reference list of "key programs under development, or delivered and operated by many of the same team members being proposed to the City of Denton". When contacted, Ft. Collins officials stated that they have a red light camera program being run by Redflex and were not aware of any relationship to ATS. In terms of program costs, ATS offers a very competitive monthly rate for their camera systems. However, ATS requires some additional payments for some services that have the potential to inflate the monthly cost. The installation of the four-way video system, as stated above, would add more than one hundred dollars each month per intersection. The monthly rate offered only includes registration information from Texas. There is an additional per violation charge to look up and retrieve out-of-state license plate/registration data. ATS offers a no-cost termination plan in the event of a legislative change that prohibits the use of red light cameras. They do not offer a no-cost termination for any other reason. Finally, ATS does not offer a contract guarantee for the performance of the program. Should the income from paid violations fail to cover the monthly cost of the camera systems, the city would be liable to make up the price difference. The company president did make such an offer during his oral presentation in response to a question, but this guarantee was not provided in writing with the original proposal. Recommendation Based on the information in the written and oral presentations, along with the comments provided by other cities using these companies, the red light camera committee unanimously recommends Redflex as the vendor for the City of Denton Automated Traffic Signal Enforcement Program. Redflex scored higher in every category on every committee member's grading sheet. (See Attachment 1) OPTIONS 1. Council can direct staff to pursue a contract with Redflex as the vendor for the city's Automated Traffic Signal Enforcement Program. 2. Council can direct staff to conduct additional research on vendors for the city's Automated Traffic Signal Enforcement Program. RECOMMENDATION Staff recommends pursuing a contract with Redflex for the city's Automated Traffic Signal Enforcement Program. PRIOR ACTION/REVIEW 10/04/04 - Council Work Session on Red Light Cameras. 12/07/04 - Council adoption of Red Light Camera Ordinance. FISCAL IMPACT Should Council approve the recommendation of Redflex as the vendor for the program, there will be a fairly minimal impact on the city budget. Because Redflex offers a guaranteed contract, there should be no additional cost to the city from the contract with Redflex. Should the program produce any revenue above the monthly cost of the contract, the existing ordinance provides for the revenue to be deposited in a "Public Safety" account. This account is dedicated to expenditures for the operation of the camera program and can only be used for this purpose or to fund specific public safety programs and improvements, such as signal/intersection improvements, law enforcement traffic enforcement programs, and other related activities. Regardless of which vendor is selected, the city is responsible for establishing a part time Hearing Officer to listen to appeals of citizens who receive violation notices. Revenues, as stated above, could cover this Hearing Officer position, as it is part of the overall program. However, this position is not included in the vendor contract. As such, it is not covered by the contract guarantee provided by Redflex. The city is obligated to fund this position in the event there are not sufficient revenues to pay for it. ATTACHMENT 1. Composite Grading Sheet Respectfully submitted, 0144-ha-4~, Z,14W4. Charles Wiley Chief of Police Prepared by: Lt. Scott Fletcher Operations Bureau M „may N ~•I r M r ~ M CO O O 01 M ~ ~ CO M ~ ~ ~ ~ ~ ~ O CO O O CO ~ O ~ ~ ~O ~ ~ l~ M ~ ~ ~ M CO O O O ~ d0 ~ O v~ ~ ~ v~ ~ 60 N a M ~ r b~ O F•~•I X 0 0 0 0 CO M M ~ O l~ M~ O~~ ~.d J•d ~ G~ M 0 0 0 0 0~~ M v'~ O M M O fV C p p~j U ~ ~ N M CO ~ O O ~ ~ N v'~ N ~ ~ l~ M ~••i W Q M ~ ~ Moo o r o~ ~ o ~ ~ ~noooo ~o ~noooo ~o N N N N N N N N N N N N N N J•d V] V] V] V] V] V] rA V] V] V] V] V] V] V] O O O O O O O O O O O O O O ~ U U S. S. O O O O Ste. r"' Ste. r"' U ~ U CC ~ U ~ U CC ~ a seC, ~ a sue, ~ ee ~ ~ ~ ee ~ an s, ~ ~ o c s, ~ ~ o c wxa~a ~ wxa~a w V U w 2O V U ~ x yy. ~ U ~ U yy. ~ U ~ U G~ G~ ~i ~ CC 6) CC 6) YE i. ~ i. O E•~ CC 6) YE i. ~ i. O p'•I CQ E~ W a 0 a E•~ Qi CQ E~ W a 0 a E•~ AGENDA INFORMATION SHEET AGENDA DATE: October 3, 2005 DEPARTMENT: Safety and Training ACM: Howard Martin, Utilities 349-8232 SUBJECT Receive a report and hold a discussion regarding implementation of a new electric wholesale market design in Texas. BACKGROUND The Public Commission of Texas has made the decision to redesign the Texas wholesale electric market to a system based on nodal locational market pricing, effective January 1, 2009. A background presentation regarding the implications of implementation of this nodal market design in the Texas wholesale electric market will be provided to the City Council. EXHIBITS: 1. Presentation Respectfully submitted, Sharon Mays Electric Utility Director H x yC W w CU o L ~ - o a) a) C- E J J o -0 v -C~ J z .C/) W o M v O a) in 0- E Q 0 C: ~ L Qz O},~ o~E 0 U ~ oa) CU a) oho U ~ > o Cn E o to a) C: C: o a) CU a) o Q Q E a) C: . C: z LU o C/) -c: NO cn pQEE O CUE L o -1--j z cn Q O cn a) ~2 ~ ~ z ~o cn Q cn I I € ~I ~~\\\\~~iI~I III I I 3 2 O D co 60- E 60- M > Cl) U co ~ N W Cfl } p N = L z U W LO PEI LM V- 3: IEEEEE co N 7-5 LO LO N f0} Z ° °o M ~ °o ~ LLI U) ~ (a ~ L6 N N ~ O UJ LLI QL C) C) ~ 3: a U") LLI C) 0 2 00 =O CN 00 C) CY) N 00 00 ~ W 0 00 L~ Z~ E :3 o 0 0 0 0 E N ~ N 00 O o a) @ CY) 00 z ~ V 0 ~ a) cu ry m O C) C) O O ~ O N M ~ c0 O 00 M v 0~ M C0 O V O CU M N ti O ti J 4--j O L O O O O O 00 Q~ E O O ~ N O c4 00 Oo C6 N C6 O CD O O O O O O O O CO co co co QL O O C~ O O O O O ° CO L L ~ O m O O O ~ L O~ N 00 O C: CO N CO 0 a CO CDO ♦ ^ E cn . cn nom, n, cu a) O . V-, U O z a) - - E a~ ~ a) cu C: O :3 c~ Z O ~ L- cn E :3 a) LL O 0) 6 0~ o cn Fn E -a cn Cn a) -C: cn m a) o O O U cn C: se - Q - L. O m J O ca ^ ca _ 0 E E ~ U) 0 O c: a) O E O -C C U J C6 Q z -D-01' OE .U m C: C: a) M p +~o - L O O , V cn Q Z L O I cri y~ O X O O O O ~ O O 4--j C6 C: O U) QL O p a) OU O 0 U O O O L~ U -a -r- O CU -a) m c)) C: E E - W 0-0 ° ~cy)Qc~~ C)) O O CU s= E O E O O U a) O O x 0 x p E a) a) O 0 u) O c O C6 ~ U OU OU ~ a) a) ~ 0 0 W U 0 p Z D ~ o O ° O 00 + 619, X co CD 11 IT-, O CD 3: O CD CD 2 J U ~ 6e- (D 6p.~- O O xC x00 N N Q ~ o 0 0 0 CD o cf N{f} ~ z O O O O x O x O 0 0 CD CD CD O O N O N O ~ ~ ~ 60- 6ey U) W O U 0 E W O c6 c6 O O a) O j O ~ U ~ -1--J O O .U O CU ~ O a) a) U O C6 O 0.0 M O O a) -a ca O -a 0 -0 -1-a L- -r-~ m a) O E C: a~ O O U~ CU U) o) -a CID O 0-0 c6 E 0 a) J o o ~oc~~Jo - o o Q C: CU 0 m m oca o cu - cu CU U) Q > U a) cu c 0 a) O H O cy)~ y y U O O U) a) (n (n oa o a) o O (n ~ - O O c: O~ - a~ cu a 0 0 CO ~ 0 0) co -0 < U) N 275; Oo O O O ~ O U J U ° J ~ O J ~ ON O 60- co a) a) 0 C C: O T 4-0 O} O U - C: 32 N = C: 14-0 L •E M- 0) 4-0 4-0 C: - v, 4-0 U E - o E a) L .0 ~ U 4-0 CU CU Q N E Q C O U N N a) W C: cu a) a) cu W a) a) 00 > a) U C: Q L C: N N 0 CU CU 0 m O > U L -r m C/) 4-0 C: L O C/) O C/) O O 4-0 O 4-0 C/) O CU ~CU c O v L Oti 0 0)0 L N oo a) -P u-) cp U E u) 7- E S L ~ > E a) 6c cn 0 CU C: a) L N 4-0 cn a) 0 L- 4-0 CU 0 0 E Cn C :3 O > O a) • - o cn E U) o 0 0 0 J J J Q z ~ N 0000 z 6ey 6ey 6ey 0 0 0 0 o o LLJ ~ J J J J J z M M I` ~M CY) 0 LO N Iq Iq U 6ey J Q ~ rn °o 0 0 0 ~ rn o 0 0 0 U ~ N N N N Q LLI QC- / N ~ O v' N N M Q ~ !f3 !f3 !f3 LLI 0 = U P111-- 00 CY) LLJ CY) CY) CY) Q LLI z Ow J