HomeMy WebLinkAbout2015-07-14 - AGENDA REPORTS - PROJ 10009 TRANS SYSTEM (2)Agenda Item: 7
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:
DATE: July 14, 2015
SUBJECT: INTELLIGENT TRANSPORTATION SYSTEM PHASE IV,
PROJECT 10009 - AWARD DESIGN CONTRACT
DEPARTMENT: Public Works
PRESENTER: Damon Letz
RECOMMENDED ACTION
City Council:
Award the design contract to Kimley-Horn and Associates, Inc., for the Intelligent
Transportation System Phase IV, Project 10009, in the amount of $597,550 and authorize a
contingency in the amount of $59,755 for a total contract amount not to exceed $657,305.
2. Authorize the transfer of $40,000 from Traffic and Transportation Planning Contractual
Services account 14400-5 161.001 to account 10009601-5 16 1.00 ],,to provide for a I 5 -year
Traffic and Intelligent Transportation Systems Master Plan and Budget Analysis. Increase
transfers in and transfers out accounts 100 19500-5501.601 and 601-4711.100 by $40�000.
Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
In February 201 5� the City of Santa Clarita (City) executed a Letter of Agreement with the Los
Angeles County Metropolitan Transportation Authority (Metro) after successfully responding to
the Metro Call for Projects to obtain Proposition C grant funds for the design and construction of
the Intelligent Transportation System (ITS) Phase IV. The ITS Phase IV project builds upon the
successes of the ITS Phases I to III previously completed by staff. This phase will install the
necessary infrastructure to continue expanding the traveler information data collection,
integration, and dissemination systems in the City.
The goal of this project is to enhance the existing communication system by installing system
detection equipment and adaptive traffic signal systems at various intersections.. The proj . ect
Page I
APPROWED I Packet Pg- 36
inc I udes instal I ing system detection at 10 intersections, re -synchronizing traffic signals at 39
intersections along Golden Valley Road, Newhall Ranch Road, Copper Hill Drive, and Rye
Canyon Road arierials, deploying an adaptive traffic signal performance measurement system at
12 intersections along Copper Hill Drive, Rye Canyon Road, and Seco Canyon Road, and
implementing a fiber optic interconnect system between 19 intersections along Copper Hill
Drive, Avenue Stanford, Avenue Scott, and Wiley Canyon Road.
The ITS Phase IV interconnect gap closure and signal synchronization will continue to improve
the City's congestion management program. The synchronizing of trarfic signals on high volume
arterials will give vehicles as many consecutive green lights as possible. By closing gaps in the
City's network and installing fiber optic equipment along select corridors, this project will create
a redundant, hardwired communication system, which will allow the City to manage traffic
operations more effectively.
The project will also deploy an adaptive traffic signal performance measurement system on
select routes for the City to better optimize the timing on the routes. Finally, the project will also
add additional system detection to expand the City's ability to actively manage traffic and add
routes for arterial travel time data collection and analysis.
The design of the project will also provide the City with a I 5 -year Traffic and ITS Master Plan
and Budget Analysis. In 2004, a Master Plan was developed for the City summarizing the
alternatives available to develop the systems implemented during ITS Phases 1, 11, and 111. New
comprehensive traffic signal and ITS master plans are needed to address citywide transportation
service delivery needs. The City intends to identify and deploy the most cost-effective and
maintainable traffic signal and ITS infrastructure to meet local and regional needs. This project
Supports the goal of Building and Creating Community in the City's new five-year strategic plan,
Santa Clarita 2020. It is intended to develop a road map that will guide the City through the next
15 years in the development and deployment of the traffic signal and ITS systems to]- operation,
maintenance, and management.
A Request for Proposal (RFP) was sent to six qualified traffic engineering firms, which have
previously worked with the City. The RFP asked firms to identify their -relevant experience in
similar projects and demonstrate their design approach for this project.
On March 2. 2015, two firms submitted proposals. City staff reviewed the proposals and based
on their evaluations, scored the firms on a I 00 -point scale.
Rank Companv
Score
Location
Design Cost
I . Kimlcy-Horn and Associates, Inc.
95.8
Canoga Park, CA
S597�550
2. DKS Associates
92.6
Pasadena, CA
$714�082
The scoring system heavily emphasized the understanding of the following: required scope and
approach to the required work; key development items; potential issues and resolutions� the
consultanCs previous experience on similar projects and experience working with the City;
qualifications of the project team and their resources; and organization of the proposal.
Additionally, each consulting Finn was asked to provide detailed hours and the scope orwork
required to prepare the plans, specifications, and engoineer's estimate.
Page 2
Packet P
The top firm, Kimley-Florn and Associates, Inc. (Kimley-Horn), demonstrated an in-depth
understanding of the project needs and provided a detailed scope of work and approach to the
project. Kimley-Horn analyzed the existing streets and identified key design factors that will
need to be addressed in the design. Kimley-l-lorn was previously hired by the City to design all
of the previous phases of the ITS program and has established good working relationships with
City staff.
Based on their design experience on previous City traffic projects and the completeness of their
proposal for this project, staff recommends the City Council award the design contract to
Kimley-Horn.
The requested contingency will cover any additional design needs for modifying design
coordination with the California Department of Transportation or the Los Angeles County
Department of Public Works, potholing street sections to explore conduit locations, and any
requested scope changes to the project.
Cali lbrnia Government Code 4526 prescribes selection of architectural and engineering services
to be based on demonstrated competence and professional qualifications necessary for the
satisfactory performance of the services required and does not authorize the selection of
professional architect and engineering services based on cost. City staff believes they have
negotiated a fair and reasonable price with Kimley-Horn and Associates, Inc.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
Adequate funds are currently appropriated in the project expenditure account to provide for all
costs associated with this design contract. The requested transfer of funds of $40,000 from the
Traffic and Transportation Planning Contractual Services account will provide for a 15 -year
Traffic and Intelligent Transportation Systems Master Plan and Budget Analysis, which is
separate from the grant scope.
ATTACHMENTS
Location Map
Contract for Kimley-Horn and Associates, Inc. (available in the City Clerk's Reading- File)
Page 3
Packet P