Loading...
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