HomeMy WebLinkAbout2018-12-11 - AGENDA REPORTS - INTELLIGENT TRANSPORTATION SYSTEM, PHASE VI, PROJ (2)Agenda Item: 12
DATE: December 11, 2018
SUBJECT: INTELLIGENT TRANSPORTATION SYSTEM, PHASE VI, PROJECT
C0054 - AWARD DESIGN CONTRACT
DEPARTMENT: Public Works
PRESENTER: Damon Letz
RECOMMENDED ACTION
City Council:
1. Award the design contract to Kimley-Horn and Associates, Inc., for the Intelligent
Transportation System, Phase VI, Project C0054, in the amount of $674,920, and authorize a
contingency in the amount of $67,492, for a total contract amount not to exceed $742,412.
2. Authorize the City Manager or designee to execute all documents, subject to City Attorney
approval.
BACKGROUND
In November 2017, the City of Santa Clarita (City) executed a funding agreement with the Los
Angeles County Metropolitan Transportation Authority (Metro) after successfully responding to
the Metro Call for Projects, obtaining Proposition C grant funds for the design and construction
of the Intelligent Transportation System (ITS) Phase VI. The ITS Phase VI project builds upon
the successes of the ITS Phases I to V and VII. This phase will help the City's Traffic division
manage unforeseen traffic events and enhance traffic flow in a more efficient manner with
adaptive technology. The City will accomplish this by synchronizing traffic signals, installing
additional system detection, and expanding the City's fiber network.
This project will synchronize signals along 19 corridors at 148 intersections to enhance the
adaptive system's performance during peak recurring congestion periods (Exhibit B-1). The
project will also deploy system detection at 12 locations to provide additional real time data to
the City's Traffic Operation Center (Exhibit B-2). The fiber optic communications gap closure
will connect segments along Bouquet Canyon Road, Decoro Drive, and Wiley Canyon Road to
improve signal communications for major arterial roadways that also serve as alternate routes to
Page 1
the Interstate 5 and State Route 14 freeways (Exhibit B-3).
This project will complete the current citywide ITS program. The synchronizing of traffic signals
on high volume arterials will give vehicles as many consecutive green lights as possible. The
additional system detection expands the City's ability to actively manage traffic by providing
real time data used for adjusting signal timing to actual conditions. The fiber optic
communication system ensures that the intelligent traffic system will continue to function
without any disruption during times when there is a break in one segment of the fiber optic cable
link, due to the redundancy in the network. The City's experience with the adaptive system in
previous phases has shown the benefits of having coordinated signals during high traffic volumes
to improve mobility. This project supports the City's five-year strategic plan, Santa Clarita 2020,
under the theme of Building and Creating Community.
A Request for Proposal (RFP) for the design of the project was posted on September 28, 2018.
The RFP asked firms to identify their relevant experience with similar projects and demonstrate
their design approach for this project.
On October 29, 2018, three firms submitted proposals. Staff reviewed the proposals and based on
their evaluations, scored the firms on a 100 -point scale.
Rank Company
L Kimley-Horn and Associates, Inc
2. Iteris, Inc.
3. JMDiaz, Inc.
Score
Location
97.0
Los Angeles, CA
92.0
Santa Ana, CA
89.5
City of Industry, CA
The scoring system heavily emphasized the understanding of the following: scope and approach
to the required work and key development tasks; identifying potential issues and resolutions; the
consultant's 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 firm was asked to provide detailed scope of work required to
prepare the plans, specifications, and engineer's construction estimate.
The top firm, Kimley-Horn 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-Horn was previously hired by the City to design prior
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 modifications, coordination with
utilities and other agencies, potholing street sections to explore conduit locations, and any
requested scope changes to the project.
California Government Code 4526 prescribes selection of architectural and engineering services
Page 2
to be based on demonstrated competence, 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.
ALTERNATIVE ACTION
Other action as determined by the City Council.
FISCAL IMPACT
As part of the Fiscal Year 2018-19 budget, funds were appropriated in the amount of $682,409,
to expenditure account C0054265-5161.001 (Proposition C 25% Grant), and $170,701 to
C0054260-5161.001 (Proposition C) to support the recommended contract.
ATTACHMENTS
Location Maps (Exhibit B-1: Signal Synchronization, Exhibit B-2: System Detection, Exhibit B-
3: Fiber Optic Communication)
Proposal for Kimley Horn and Associates, Inc. (available in the City Clerk's Reading File)
Page 3
it wO (u®ymun 0 0µd0 mw mamma
`uor wou uawan "a d!9!4x3' u®n-ww"ss mums an E!9mm wm wne3®ry :luewg3LUv
loll 111 USH91
M
�� A a
9PRIJUNIH11
3 N�♦ lull
it 3 �������� D!
3;.,mTI°93_ n1 .,. wmrs.,.s,aU---
H
,.,,,�..w »,
v • • • •
4
r �
: N
u, cy�e€os3� $Y8 ^ FFF� 4Py. PY Ygq P
�U A
�I 'E �9 9, A tlilg Ny epy A'.ygP'by�g{,71�3383 ryp�
-A -A
££i£ �a.+gid 3332 tl�4�A�4°.A„°S EmXm GK.
117f
P
W
n
i D
�.uuyy
El
rv�µ:tN^'NM
f� Y�
�uWL gr 4�`
1
&LI) (uoigeolunw woo o!ado eaq!J :E -g i!g14xa `uol;oegeo wagsr(g :Z•g d!q!4x3' uagezguo,gouAS leu®!s :L -g 7lgf4xa) sdeW uol32ooj :iuew43eggy
N �
>
C m3 �
v aiazg mL Hc�i�AU�3`3 °do,a E3
o
�IIlki- I C `o z»ov'zac�¢��ooy _N3o ;>3„c�3�mm Hca
& 1.
SS m- Ile
plm mL tc�ctc°1 S12 1.33333>—
•C __ v '�2 �x2S2c �c c� cmmcoi�c mwn w`� `� A
N 33d t vvva====mmmmmmc-----^�3
yxj mmmm¢.c�..zz'w vi in Nin �nwc�c�c�i�'>''>3333�����»womww winz
gl
~a�
�dw
WtlsML YWtl
10 .001
00
r�
�,IIII�IIIIIlIuU�p6 i
Q!IIIIIIIIII@ f��
„00�
V3 d
c4
�r
.A cm�,oQ'3
3 -ajzu
a —
d
-6S _
I""' 3ozm m 33mm3 m
QAA
-ccccc c
GPA 3 00 000000 0
W'NR 2c c c c c c c c c
�/Y TUU UUUU UUU
G9 ¢'Q Qccaacc aca
^r---------
p"„ti. JJ JN mmmmmmVJ to
Kimley-Horn will prepare Final Plans, Specifications, and
Estimates for the City of Santa Clarita's ITS Phase VI Project.
The following detailed scope of work with tasks and subtasks is
anticipated to complete the project.
Kimley-Horn will obtain readily available improvement plans
(street signal, interconnect, signing/striping), aerial photos, signal
timing sheets, and right-of-way mapping from the City and
Caltrans. We assume that complete and accurate signal timing
sheets will be provided by the City.
Senior -level traffic and ITS engineers of Kimley-Horn, experienced
in completing projects through the construction stage, will
perform field analysis of the project intersections. Kimley-Horn
will field review the traffic signals, interconnect systems, and the
roadway segments along the project limits.
Our team will prepare a photo log documenting existing cabinet
controller equipment and hardware, signal equipment, signal
standards, line of sight, and existing electrical service. Photos of
utility equipment, fences, walls, sidewalks, driveways, or any other
constraints that may interfere with the proposed improvements,
both along the segment and at intersections, will be provided.
Upon completion of the above items, we will identify any potential
constraints that may be encountered in relation to proposed
improvements.
Subtask 1a Output.
Anticipated design and/or construction issues
• Photo log
Kimley-Horn will notify the utility owners with facilities within the
limits of the project. Contact information for utility owners will be
provided by the City staff. We will request locations for existing
and proposed underground and overhead utilities, including
high-risk utilities. Kimley-Horn will provide coordination interface
to establish controls for utilities that would be included within
the right-of-way limits and identify existing underground and
overhead utility lines that may interfere with the location of the
proposed ITS field element equipment.
City of Santa Clarita I TCIT96021.18
27
Our team will compile the information in a matrix to include dates
of notification, person/utility notified, and responses from utility
departments. Copies of this information will be updated and
provided to the City.
Subtask 1b Output.
• Utility notification and coordination
Kimley-Horn will provide the following services:
• Develop a Project Development Team (PDT) — subject to City
approval. Members of the PDT will include up to X members of
Kimley-Horn's team City and other agency representatives.
• Schedule and conduct one kick-off meeting and up to six (6)
Monthly PDT meetings.
• Conduct up to three (3) team meetings with affected
agencies to review project schedules, concepts, plans, and
specifications and prepare meeting minutes.
• Prepare monthly progress reports, invoices, and supporting
subconsultant data. The progress report shall include
accomplished tasks for the month, anticipated progress for the
next month, pending issues and schedule completion target
dates.
• Maintain a quality control plan during the entire course of the
project.
• Complete the Systems Engineering Review Form (SERF) for
City files and any subsequent reports to comply with 23 CFR
940 for Intelligent Transportation Systems (ITS) projects
• Coordinate the design of the operation and maintenance
program with City staff.
This task assumes a total of up to 120 hours.
IjI ,T"' Hsf', k Oi „ r u III f COiYlI:
Kimley-Horn will prepare plans at 1 "=40' for the installation of
traffic signal interconnects (fiber optic) at the following locations:
1. Along Bouquet Canyon Road, from Plum Canyon Road to
David Way (4600')
2. Along Decoro Drive, from McBean Parkway to Hillsborough
Parkway (5000')
3. Along Wiley Canyon Road, from Calgrove Boulevard to La
Glorita Circle/Evans Avenue (2800')
Subtask 3b; System Detection
Kimley-Horn will prepare plans at 1 "=20' for the installation of
up to twelve (12) permanent detection systems at the following
strategic locations:
1. Lyons Avenue west of Wiley Canyon Road
2. Lyons Avenue east of Orchard Village Road
3. Lyons Avenue east of Newhall Avenue
4. Soledad Canyon Road east of Valley Center Drive
5. Soledad Canyon Road east of Ruether Avenue
6. Soledad Canyon Road east of Rainbow Glen Drive
7. Soledad Canyon Road west of Langside Avenue
8. Soledad Canyon Road west of Camp Plenty Road
9. Soledad Canyon Road east of Whites Canyon Road
10. Soledad Canyon Road east of Crossglade Avenue
11. Soledad Canyon Road west of Luther Drive
12. Soledad Canyon Road east of Sierra Highway
• The system will include the design of up to 12 permanent
system detection stations at strategic locations. Each sheet of
the design plans will encompass only one location.
The system detection design will be also incorporated into
the Traffic Signal Plans for each intersection. Kimley-Horn will
obtain the existing as -built plans from the City and, if needed,
Kimley-Horn will incorporate construction redlines (when not
an as -built) in current plans, and as -built the signal plans with
proposed system detection items.
Kimley-Horn will prepare system detection plans at 1 "=40'
scale containing only one location per sheet. In addition, the
approved system detection design for each intersection will be
incorporated into the existing Traffic Signal record drawings at
a 1 "=20' scale, which include traffic signal equipment, phase
diagram, conduits, conductor schedule, pole schedule and
vehicle detector assignment table.
The Kimley-Horn team will prepare ITS field plans using AutoCAD
software. Right-of-way, roadway features, and traffic control
devices relevant to the design plans will be layered to reflect
"existing," "to -be -removed," and "proposed" conditions.
Design plans will be prepared to a scale of one -inch equals 40
feet for the traffic signal interconnect and T 1'=20' for the system
detection plans to identify the general location, utilities, and
related geometric features along the route near the installation.
City of Santa Clarita I TCIT96021.18
28
Base plans will be depicted after field verification of the following:
• Roadway features (existing, removed, and proposed), including
curb lines, property lines, edges of pavement, edges of paved
sidewalks, curb returns, curb ramps, driveways, and bus pads
• Nearby underground utilities, sub -structures, basements, and
vaults (associated with the after condition)
• Nearby above -ground structures (including bus shelters),
above -ground power and communication facilities, and
permanent street furniture (associated with the after condition)
• Line of sight from the identified traffic signal pole (access
point) to the system detection repeater point location
• Other field conditions that might affect a design decision
Kimley-Horn will prepare technical specifications for inclusion in
the City's construction bid documents. The technical specifications
will include specifications for the proposed ITS field elements.
Kimley-Horn will prepare construction quantity take -offs and
opinions of probable construction costs in accordance with City
requirements.
Preliminary quantities and opinions of probable construction costs
will be provided at 80% and 100% submittals. Final quantities
and construction cost opinions will be provided during the final
submittal. If requested, back-up calculations for all the quantities
and construction cost opinions for each project plan sheet will be
provided to the City for review during each submittal.
Subtasks 3a and 3b Output.•
• 80% submittal
• 100% submittal
• Final plans
3c. I — Data Collection and Baseline Conditions
3c.1.1— Traffic Counts
The Kimley-Horn team will collect six (6) hours of turning
movement counts, pedestrian counts, and bicycle counts for a
single typical weekday (Tuesday/Wednesday/Thursday) and four
(4) hours on a single Saturday or Sunday using the collection and
analysis process of Viovision technologies at each signalized
intersection (148 in total) along the following corridors:
1. Seco Canyon Road from Garzota Drive to Copper
Hill Drive (6 signals)
2. Bouquet Canyon Road from Lowes Driveway to
David Way (14 signals)
3. Valencia Boulevard from Tourney Road to Bouquet
Canyon Road (9 signals)
4. McBean Parkway from Rockwell Canyon Road to
North Park Drive (22 signals)
5. Wiley Canyon Road from Evans Avenue to Via
Pacifica Road (5 signals)
6. Lyons Avenue from Wiley Canyon Road to Railroad
Avenue (10 signals)
7. Orchard Village Road from Mill Valley Road to
Dalbey Drive (4 signals)
8. Railroad Avenue from Drayton Street to Market
Street (5 signals)
9. Soledad Canyon Road from Commuter Way to
Anne Freda Street (19 signals)
10. Plum Canyon Road from Fire Station 128 to
Rodgers Drive (5 signals)
11. Whites Canyon Road from Stillmore Street to
Steinway Street (7 signals)
12. Copper Hill Drive from McBean Parkway to
Newhall Ranch Road (3 signals)
13. Haskell Canyon Road from Grovepark Drive to
Copper Hill Drive (2 signals)
14. Via Princessa from Whites Canyon Road to Jason
Drive (5 signals)
15. Magic Mountain Parkway from Tourney Road to
Railroad Avenue (6 signals)
16. Newhall Ranch Road from Hillsborough Parkway to
Vanderbilt Way (7 signals)
17. Golden Valley Road from Valley Center Drive to
Green Mountain Dr (6 signals)
18. Sierra Highway from Golden Valley Road to Jakes
Way (9 signals)
19. Newhall Avenue from Railroad Avenue to Sierra
Highway (4 signals)
The Kimley-Horn team will verify one hour of data per intersection
The result will be provided by Miovision to the City's online portal
for review and viewing.
3C 1®2 ® Field ion
The Kimley-Horn team will observe traffic flow patterns and
signal operations along each of the corridors during each of the
City of Santa Clarita I TCIT96021.18
29
periods that are included in the signal synchronization effort.
Traffic signal timing sheets and as-builts collected from the City
and County during Task 2a will be brought out to the field. Existing
traffic signal phasing, lane geometrics/assignments and signal
face quantity/ location will be verified. Photos will be taken and
catalogued for each intersection. Elements such as uneven lane
distributions, queue spillbacks, cut -through traffic movements,
heavy truck or bus percentages, congestion associated with
school activity, and friction factors affecting vehicle speed or
intersection throughput will be noted.
Databases recently prepared by City of Santa Clarita staff will
be relied upon for elements such as turn pocket length and
crosswalk length. These elements will be verified during the
completion of Task 3c.1.2. These elements will be measured
out in the field or using a high-quality aerial for locations not
included in the City database. A summary table will be prepared
for the intersections within the signal synchronization study area
containing the information measured or verified in the field.
3c 1®3 ® Perform "Before Travel Time - to ie
Kimley-Horn will conduct a "before" field study of travel times
using the floating car method. Six floating car "runs" will be
conducted in each direction along each of the project corridors
during each of the weekday AM, weekday mid-day, weekday
PM, Saturday, and Sunday peak periods. The data will be
collected using a GPS device that continuously monitors location
and speed. The data will be processed to tabulate trip time,
segment time, average speed, total stop delay, and stop delay by
intersection. The data will be stored for comparison against the
after -travel time results. Graphs indicating corridor progression
and stop delay will be prepared for each of the corridors and time
periods.
3c 1®4 - Synchro Model Development
The Kimley-Horn team will develop a model of the study corridors.
The network will be developed using an aerial background
to assist with the placement of the intersections. Intersection
spacing will be verified against measurements taken using Google
Earth. The Synchro model will include intersection and roadway
segment geometrics; existing signal timing; existing signal
phasing; traffic, bicycle, and pedestrian volumes; and peak hour
factors. We will calibrate the model to reasonably match before
travel time results, measured stop times, and field observations
of queue lengths for heavy movements. Inputs such as saturation
flow rates and initial lost times will be adjusted as calibration
tools. The Synchro model will be utilized to create a SimTraffic
simulation of before conditions. The SimTraffic model will be
utilized to assist in the calibration to existing conditions.
Development.;
Parameters
Kimley-Horn will develop a spreadsheet of signal timing
parameters, documenting yellow times, all -red times, walk times,
flashing don't walk times, minimum greens, lead/lag phasing,
and sync phases for each phase at each study intersection. The
spreadsheet will be provided to the City for review.
3c.1 Output/Expectations;
• Signal Parameters Summary (Existing)
• Signal Parameters Summary (Proposed)
• Draft Optimized Synchro Network and TSPP Draft Version
Time -Space Diagrams
3c.2 — Development of Optimizedi n l
Timing
3c.2.1— Discussion of Signal Timing Objectives
Kimley-Horn staff will attend one meeting with City staff to
discuss constraint points identified during the field observations,
key vehicle flows, corridor prioritization at major cross -streets,
the viability of half cycling, and the range of solutions to be
considered during the signal timing optimization process. Any
desired changes to signal timing parameters will be discussed
and documented. We will discuss with the City options for
re-evaluating pedestrian flashing don't walk times, consistent
with the 2014 California MUTCD. Kimley-Horn will prepare and
distribute minutes from this meeting.
3c.2.2 — Refinement of Signal Timing Parameters
The signal timing parameters spreadsheet will be enhanced with
the addition of proposed signal timing parameters. Minimum
bicycle timings will be verified for consistency with the 2014
California MUTCD. Yellow times for left -turn and through
movements will be calculated per the 2014 California MUTCD.
Updated parameters will be proposed as discussed in the
objectives meeting described in Task 3c.2.1. Parameters that
are proposed to be modified will be highlighted. The updated
spreadsheet will be provided to the City for review. Kimley-Horn
will respond to one round of consolidated comments provided by
the City. A revised signal timing parameters spreadsheet will be
developed and provided to the City.
City of Santa Clarita I TCIT96021.18
30
3c.2.3 — Development of Signal Groups and Propose Cycle
Lengths
Kimley-Horn will modify the baseline Synchro network to
incorporate any changes to the signal timing parameters
agreed to in Task 3c.2.2. Based on coordination factors, field
observations, scenario testing with Synchro, and our extensive
signal timing experience, we will propose signal timing groups and
cycle lengths for each of the synchronization periods. The goal of
signal grouping is to cluster those intersections together that have
similar operational characteristics such as cycle lengths, higher
platooning traffic, and shorter travel time between intersections.
The existing and/or required cycle lengths of intersections
along major crossing corridors will be a key consideration in
determining the cycle length. This information will be added to the
signal timing parameters spreadsheet and provided to the City for
review, discussion, and refinement. Kimley-Horn will attend one
comment resolution meeting and will respond to one round of
consolidated comments provided by the City.
3c.2.4 — Development of Optimized Synchro Model
Based on the objectives discussed in Task 3c.2.1, the
agreed upon parameters in Task 3c.2.2, and the signal
grouping discussed in Task 3c.2.3, Kimley-Horn will develop
Synchro models with optimized signal timings for each of
the synchronization periods. The following elements will be
considered for optimization:
• Lead/lag phasing order based on platoon arrivals, turning
movement volumes and synch phase assignments;
• Phase splits that minimize the frequency of underserving
queues and provide sufficient time to meet pedestrian
minimums, except where strategically beneficial; and
• Offsets that prioritize the primary direction of travel to the
extent that flow directionality exists within each period of
implementation.
The models will be converted to SimTraffic and to TSPP Draft
Version to assist in the review and development of the optimized
timings. A table will be prepared to compare measures of
effectiveness (MOEs) between the existing conditions and the
proposed Synchro models. MOEs are anticipated to include total
travel time, total delay, fuel consumption, and stops.
3c.2.5 — Agency Review and Approval
Kimley-Horn will provide the City with the Synchro/SimTraffic
models, TSPP Draft Version time -space diagrams, and MOE
comparison table for review prior to the development of the traffic
signal timing plans. A table will be prepared and provided to the
City as well to compare existing and optimized cycle length, offset,
sync phases, and splits. Major changes in green -to -cycle length
ratios will be identified.
Kimley-Horn will attend one comment resolution meeting and will
respond to one round of consolidated comments provided by the
City.
3c,2,6 — Development of Timing Sheets
Using the traffic counts collected in Task 3c.1.1, Kimley-Horn
will propose time -of -day periods for implementation of the
coordination patterns. The time -of -day periods may vary by
segment or corridor. Several schools are located along the study
corridors. Special consideration will be provided towards the
timing plans implemented during school pick-up/drop-off periods,
as those often experience extreme changes in travel flow over a
very brief period.
Kimley-Horn will prepare and submit draft coordination timing
sheets in an electronic format consistent with the format of the
timing sheets currently utilized by the City. We will address one
round of consolidated comments.
3c,2 Output/Expectations;
• Meeting Minutes from Signal Timing Objectives Discussion
• Signal Parameters Summary (Proposed)
• Signal Groupings and Cycle Lengths (Proposed)
• Draft Optimized Synchro Network, TSPP Draft Version Time -
Space Diagrams, and MOE Comparison Table
• Draft Timing Sheets
• Timing Sheets for Implementation
3c.3 — Signal Timing r n implementation
3c,3,1— Implementation of Timing Plans
Kimley-Horn will assist the City in inputting the new timing
parameters for study intersections from the City's Traffic
Operations Center.
3c,3.2 — Fine -Tuning of Timing
Following the implementation of the final timing parameters,
the Kimley-Horn team will both drive the corridor and
observe individual intersection locations at the time of initial
implementation of the new timing plans, for each of the
time periods with coordination. Fine-tuning adjustments will
be identified and discussed with City staff. We will identify
City of Santa Clarita I TCIT96021.18
31
adjustment of offsets to improve progression, change in left -turn
or side -street split times, and time -of -day modifications. In some
cases, the adjustments may be implemented immediately during
fine-tuning, while for others some verification with the Synchro
network may be required.
An updated set of Synchro models, TSPP Draft Version time -space
diagrams, MOE comparison table, and electronic timing sheets
will be provided to the City for record-keeping after the initial
fine-tuning effort. This will allow the City to use the Synchro model
and time -space diagrams for future refinements or other analysis
along the corridors.
In addition to the fine-tuning conducted at the time of
implementation of the timing plans, Kimley-Horn will provide
fine-tuning services for a period of up to three months following
initial implementation of the traffic signal timing plans in order to
respond to City or resident requests.
3c,3 Output/Expectations;
• Updated Synchro models, time -space diagrams, and timing
sheets following fine-tuning
- After TrafficAnalysis and Final
3c,4.1—After Travel Time Studies
Following completion of the fine-tuning effort in Task 3c.3.2 and
upon receiving the go-ahead from City staff, Kimley-Horn will
collect after travel time data in a manner consistent with the
before data collection for the weekday AM, weekday Mid-day,
weekday PM, Saturday, and Sunday peak periods. Six floating
car runs will be performed in each direction for each of the study
corridors.
The findings of the after travel time runs will be compared to the
before travel time runs and to the Synch ro/Si mTraff ic models.
MOEs will be quantified to evaluate the benefits of the signal
coordination on each corridor. Kimley-Horn will compare modeled
total travel time, segment travel time, average speed, and stops
compared to the before travel time runs. Travel time savings and
corridor segment volumes will be utilized to tabulate total project
benefits. Graphs and tables will be prepared for each of the MOEs
to compare the before and after conditions.
3c,4,2 — Final Report
The draft final report will be prepared within the first five months
of the initial timing implementation. The report will document
project objectives, study area, project methodology, data collected,
timing parameters utilized, and the actual and measure of
effectiveness (MOEs). A benefit -to -cost ratio will be calculated.
The intent of the report is to prepare a report that City staff can
present to the City Council upon completion of the project to
demonstrate the benefits of the project to the public.
The report appendices and/or accompanying electronic files
will contain the information collected during the completion of
this task, including turning movements, as-builts, field photos,
Synchro networks, and timing sheets.
City staff will review the report and provide one set of
consolidated comments. Kimley-Horn will address the comments
received and will prepare a revised report.
3c,4 Output/Expectations;
• Draft Final Report
• Revised Final Report
Figures 1 through 3 on the following page depict the signal
synchronization corridors. Also noted on the map are key
landmarks that affect traffic flow on those corridors, as well as our
observations of existing travel patterns. Some factors that may
influence the signal coordination parameters are identified on the
figures.
Simul it`h'm Videc.)
Kimley-Horn will prepare before -and -after simulation video
that depicts corridor progression during "before" and "after"
conditions. The simulation video will include map -based tracking
of vehicle progress and synchronized dash -mounted video feed.
The simulation video will be provided for one "before" and one
"after" run on one of the study corridors in the AM and PM peak
periods.
IIII j� �s,, 4,,,,,, u r ill '` iiiirui„r�, �M iiii ru r rll IIi� V� � r� ill , � iiia rri r� rll'`
SU llllr Illfr cap, iu'°'`
Sueta gy m a. 0)nst"rw,�'VW7
The Kimley-Horn team will provide the following services to the
extent budgeted:
• Attend scheduled construction site meeting by Kimley-Horn's
Project Manager throughout the contract duration (up to 9
months) and response to questions in the meeting.
• Review and respond to up to five (5) shop drawing submittal
for conformity with the plans and specs.
• Review and respond to up to five (5) Request for Information
(RFI) or Change Request (CR) from the City or Contractor
within three working days from the time of notice.
• Review design change requests and prepare up to three (3)
new design plans.
• Maintain a log of design changes (either clouded or clearly
described) to approved plan set.
• Assist City's Project Manager in review and making
recommendations to Contract Change Order. Also, prepare a
cost estimate for cost analysis of change order work.
• Perform the final walk-throughs by Kimley-Horn's Project
Manager, for punch list items.
Si ibtcisk 4b., As -Bi tilt Dravilings
• Prepare As -Built Drawings upon completion of the project and
acquire on consolidated set of the Contractor's red lined plans
from the Contractor and their subcontractors. Final Record
Drawing will need to be both in electronic files (CAD and PDF)
and mylars.
City of Santa Clarita I TCIT96021.18 32
Kimley-Horn prepared a dashboard video
comparing before and atter conditions
that clearly demonstrated the travel
time benefits gained from the signal
synchronization project. A similar product
will be provided for this project.
Kimley-Horn uses a proactive management system, known as
"cast-aheads," to detail every project's personnel needs and
also to determine each staff person's availability. By continuously
matching project needs with staff availability, our cast-aheads
system is an accurate tool for keeping our projects on schedule.
Based upon a review of our cast-aheads, we can assure you that
the members selected for this team are available immediately to
serve you and are in an excellent position to handle the workload
required to complete the scope of work. This project will be a top
priority for us, and our team members are committed to providing
the highest level of responsiveness and performance the City has
come to expect.
%///////////////////// Team Production
Agencies Review
City of Santa Clarita I TCIT96021.18 36
1 s r r
Task ® Preliminary Investigation
Subtask 1 a: Field Review
$21,400.00
Subtask 1 b: Utility Coordination
$4,150.00
Task ® Project Management
$26,670.00
Task ® Design
Subtask 3a: Fiber Optic Interconnect Gap Closure
$65,000.00
Subtask 3b: System Detection
$60,000.00
Subtask 3c: Signal Synchronization
$470,000.00
Task ® Construction
Subtask 4a: Construction Support
$10,000.00
Subtask 4b: As -Built Drawings
$17,700.00
City of Santa Clarita I TCIT96021.18