Loading...
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