Loading...
HomeMy WebLinkAbout2020-07-14 - AGENDA REPORTS - SIERRA HWY TRAFFIC SIGNAL INTERCONNECT AND ADAPTIV (2)Agenda Item: 17 P CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL:1 DATE: July 14, 2020 SUBJECT: SIERRA HIGHWAY TRAFFIC SIGNAL INTERCONNECT AND ADAPTIVE SYSTEM, PROJECT C0060 - 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 Sierra Highway Traffic Signal Interconnect and Adaptive System, Project C0060 in the amount of $391,783 and authorize a contingency in the amount of $39,178, for a total contract amount not to exceed $430,961. 2. Authorize the continuation of available funds in Measure R Highway Operation Improvement (Fund 270) previously appropriated to the Sierra Highway Traffic Signal Interconnect and Adaptive System, Project C0060 from Fiscal Year 2019-20 to Fiscal Year 2020-21. 3. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND In December 2019, the City of Santa Clarita (City) executed a funding agreement with the Los Angeles County Metropolitan Transportation Authority (Metro) after obtaining Measure R grant funds for the design of the Sierra Highway Traffic Signal Interconnect and Adaptive System project. This project will provide a design to integrate the traffic signals along Sierra Highway, from Dockweiler Drive to Whispering Leaves Drive, into the City's Intelligent Transportation System to provide coordinated signal timing along Sierra Highway. This project is a joint effort and collaboration between the City and the State of California Department of Transportation (Caltrans). Page 1 Packet Pg. 132 As an alternative to the State Route-14 freeway, traffic on Sierra Highway increases when the freeway is congested, significantly impacting the signalized intersections. This project will create a design that will provide fiber-optic network redundancy along Sierra Highway that will link the signals along that route to the City's and Caltrans' Intelligent Transportation Systems (ITS). The design will also include measures to ensure that the system would continue to function without any disruption even during times when there is a break in one segment of the fiber optic cable link. Additionally, the project design will include traffic signal modifications, left -turn lane extensions and median modifications, new generation traffic signal controllers, dynamic lane operations, and various intersections and street improvement solutions to enhance safety and increase traffic flow, particularly during peak commute hours. This project is an example of Santa Clarita's commitment to utilizing technology to improve mobility. This project supports the Building and Creating Community theme of the City's five- year strategic plan, Santa Clarita 2020. A Request for Proposal (RFP) for design services was advertised on the City's website on April 13, 2020. The RFP solicited firms to identify their relevant experience in similar projects and demonstrate their design approach for this project. On May 20, 2020, three firms submitted proposals. Staff reviewed the proposals and based on their evaluations, scored the submitted proposals on a 100-point scale. Rank Company Score 1 Kimley-Horn and Associates, Inc. 95.3 2 Iteris, Inc. 87.6 3 TransCore, LLC 81.0 The scoring system heavily emphasized the understanding of the following: scope and approach to the required work; key development items; potential issues and resolutions; the consultant's previous experience with similar projects and experience working with the City; qualifications of the project team and their resources; and organization of the proposal. Additionally, each firm was asked to provide detailed hours and the scope of work required to prepare the plans, specifications, and engineer's 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 multiple phases of the City's 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 unforeseen modification, coordination with Caltrans, Page 2 Packet Pg. 133 and additional work required by the City. California Government Code 4526 prescribes the selection of architectural and engineering services to be based on demonstrated competence, professional qualifications necessary for the satisfactory performance of the services required and does not authorize the selection of a professional architect and engineering services based on cost. City staff negotiated a fair and reasonable price with Kimley-Horn. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Upon approval of the recommended actions, adequate funds will be available in expenditure account C0060270-5161.001 (Measure R Highway Operational Improvements) to support this recommended contract and project administrative costs. ATTACHMENTS Location Map Proposal for Kimley-Horn and Associates, Inc. (available in the City Clerk's Reading File) Page 3 Packet Pg. 134 W IIIIII � II �II��� � ��� IIIIII�IIII IIIIII IIIIII�IIII II ��� Kimley-Horn will prepare Final Plans, Specifications, and Opinion of Probable Cost Estimates for the City of Santa Clarita's Sierra Highway Traffic Signal Interconnect and Adaptive System Project. The following detailed scope of work with tasks and subtasks is anticipated to complete the project. S dIIIbt IIk III IlFlii IId I',IeVjew 1 Senior -level traffic, civil, 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 conduct a field visit and review the existing traffic signal equipment, interconnect systems, and roadway to conform to current California MUTCD standards and Standard Specifications and Plans for Public Works Construction (Green Book). Kimley-Horn will conduct a field visit of the project area to identify potential design conflicts and constraints. 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. 2 Kimley-Horn will obtain readily available improvement plans (traffic signals, interconnect, signing/striping), aerial photos, signal timing sheets, and right-of-way mapping from the City and Caltrans. 3 Kimley-Horn will notify the utility owners with facilities within the limits of the project. Contact information for utility owners will be provided by 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. 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. 4 The Kimley-Horn team will perform a field survey from 100 ft south of the intersection of Sierra Highway and Placerita Canyon Road to 1000 feet north of SR 14 ramp exit. The topographic survey will consist of ground elevations collected at 50-foot cross section intervals throughout the project site. The survey will be provided with contour intervals of 1-foot. Elevations will be obtained along the edge of pavement, top of curb, flow line, gutter edge, edge of sidewalk, back of walk, and right-of-way/property line. The survey will consist of elevations and/or locations of above ground utilities, trees (4-inch diameter at breast height and greater), ditches/swales, as well as signing, fences, building exterior walls, and striping features. Readily visible surface indications of buried utilities as well as utilities shown on readily available municipal utility maps provided by the City will be located and plotted on the survey. The surveys will be tied horizontally to the California State Plane coordinate system (NAD83) and based upon existing centerline monumentation. Vertically to the Los Angeles Public Works benchmark network (NAVD 88). We will establish/identify local control at each survey location to assist during the construction phase of the project. A final project control report will be made available to the City. S ii, II° °s 11 a s I< "n a :;yy ii.,w.tII ::°s ii ' 11 Anticipated design and/or construction issues Utility notification and coordination Photo log i.i III IIIasIk ""III III ""'III""'iiiraffmc Andysljs The City of Santa Clarita staff will collect 24 hours of turning movement counts, pedestrian counts, and bicycle counts for a single typical weekday (Tuesday/Wednesday/Thursday) and 24 hours on a single Saturday or Sunday using the collection and analysis process of Miovision technologies at the following locations: II Sierra Highway/Newhall Avenue 2 Sierra Highway/Dockweiler Drive 3 Sierra Highway/Placerita Canyon Road 4 Sierra Highway & SR-14 SB On -Off Ramp 5 Sierra Highway & Kay Drive 6 Sierra Highway & Golden Valley Road '7 Sierra Highway & Rainbow Glen Drive 4 Sierra Highway & FriendlyValley Parkway 2 Sierra Highway & Whispering Leaves Drive The result will be uploaded by Miovision to the City's online portal for review and viewing. Kimley-Horn will prepare a traffic analysis to evaluate three options: (')Ilptlloin 'II This option will restrict all left -turn movements at the SR 14 on/off Ramp and will divert vehicles entering the freeway to the intersection of Sierra Highway and Placerita Canyon Road, where the roadway will open up to two left -turn pockets, one of which being a designated Freeway Only Lane. For vehicles exiting along the southbound SR 14 and seeking to continue south along Sierra Highway, they will be able to make a U-turn at Sierra Highway. (')Ilptlloin 2, This option will analyze extending the median along Sierra Highway to only allow for the left -turn movement from the SR 14 southbound off -ramp onto Sierra Highway. The existing SR 14 on -ramp at the intersection of Sierra Highway and Placerita Canyon Road will include the same improvements proposed in Option 1 to mitigate for the closure of the SB on -ramp. (')Ilptlloin & This option will analyze converting the intersection of Sierra Highway and southbound SR 14 on/off-ramps to a signalized intersection and allowing for left -turn movement from SR 14 off -ramp into Sierra Highway. The following scenarios will be evaluated for each of the three options to prepare the traffic analysis Technical Memorandum: 0Existing conditions (2020) 0Opening year conditions 0Opening year plus project conditions 0 Future year plus project conditions (2040) 0Conduct intersection level of service (LOS) analysis per the Highway Capacity Manual (HCM) methodology. 0Weaving analysis First Draft Technical Memorandum Second Draft Technical Memorandum Final Technical Memorandum 0Conduct intersection queueing analysis per the HCM methodology. ODiscuss collision history at the intersection. 0 Prepare a stand-alone report summarizing our analysis and findings for submittal to the City and Caltrans for review and comment. SdbtasIk °III aiir i ce Pt U aW� II IIf III a ir. m Kimley-Horn will prepare conceptual layouts utilizing readily available aerial photos at 1 "=50' scale, for up to three (3) options for City review. Upon City review, updated concepts will be developed for submittal to Caltrans. Once an alternative is selected, Kimley-Horn will advance the selected geometry to 30% plans. Each concept will include potential improvements based on preliminary traffic information, i.e. storage lengths, proposed striping, and conceptual traffic signal modification to represent the potential impacts. Conceptual plans for each option, will include the following: Proposed striping Typical roadway cross sections Footprint of roadway widening Sight distance checks Potential utility impacts Right -of -Way wIII Truck turning templates to evaluate U-turn and turning movements wIII Summary memo of improvements and conflicts S ata s tt< s II',.. C �,r t �,r t Conceptual plan for each option SdbtasIk IIId itre III lii itr °n lii iir. m a itry 0 IIIp lii iir. m lii Itf.I f Ilf itro lba Illb III e C 0ii. m .trLI 'fli iir. m CostIII'° ..lii itr nates t. Kimley-Horn will prepare an Opinion of Probable Construction Cost Estimate (OPCCE) for the proposed improvements shown on the preliminary plans. Cost estimation shall be obtained from readily available sources such as RS Means and other Kimley-Horn or City projects. We will coordinate with the City and base this opinion on actual bid prices for recent projects that involved similar construction, when applicable. Kimley-Horn has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices, or over competitive bidding or market conditions. Opinions of probable costs provided as part of this task are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. The Engineer cannot and does not guarantee that proposals, bids, or actual construction costs will not vary from its opinions of probable costs. ":ui.wllaita sII<s n d ..yyi,rttt si,rt wIII One OPCCE for each option in PDF and Excel Format S dllbta Ilk °'III Ill. ,it a itr°m III'° it °m ; itr a dII itl °n itr°fl, III'�� itnitl °n lii t Kimley-Horn will prepare a Caltrans Encroachment Permit on behalf of the City and will help coordinate double permits necessary to perform the work needed. As part of the Encroachment Permit, Kimley-Horn will complete a Draft and Final Utility and Right -of -Way Certification, PEER, and Traffic Memorandum. Kimley-Horn will prepare a utility policy certification to certify that both the determination and the presentation of the utilities shown in the project plans are agreed upon by the utility owners. The City will certify that all the required right-of-way is secured prior to advertisement of the project. S �,data s tt< $ II',.. e 60% Submittal 90% Submittal Final Submittal F111111 MII�111101�ry11i�14�11^Y �II1fl11� A\1` "�"li.�1I�IIII IIIII A\1Y0IIIIIV� IIIII no I^Ill eI IOIvt A\1�\� ry1,i�11U4�11^Y ^UI ry1,i�14iIIM rylli�l }I1�\ '�1\N UN�1` IIIII IIIII IIIII '�1\N M���� ^UI I��� Kimley-Horn will provide the following services: Develop a Project Development Team (PDT) — subject to City approval. Members of the PDT will include members of Kimley-Horn's team, the City, and other agency representatives. Schedule and conduct one kick-off meeting and up to six (6) monthly PDT meetings. Develop and provide a project schedule to the City in both digital and hardcopy. An updated schedule will be distributed during the PDT meetings. The project schedule will be divided into tasks and subtasks to include the City functions timeline, critical path, and other outside sources such as agency approvals or utilities. The schedule will indicate anticipated durations of each task. Contact information for utility owners will be provided by City staff. Collect readily available record drawings, underground improvements, easements, centerline, right-of-way and private property lines. The research will include City functions timeline, critical path, and Caltrans and agency approvals. The schedule will indicate anticipated durations of each task. Coordinate with Caltrans to obtain readily available information for the design improvements required for the project. Provide engineering services to obtain readily available above and underground utility information from the utility companies, Caltrans, and the City. The research will include utility maps and street improvement plans. The City will provide copies of available pertinent records, such as street plans, traffic signal plans, and signing & striping plans that the City or Caltrans knowingly has in its possession. Provide a quality control plan to be in effect during the course of the project. MIII &IIII Desiiiii m��,IM� iiil iiiil �,III�� m�a�a� III°°III IMNr «Illlll,llu �,,,I� IIIII°°IIIII°»III IIIII I77� i1�1'ma,a IIIII �110, ��IMMI Kimley-Horn will prepare the design plans per Caltrans design standards (latest Edition) and standard Public Works Construction, Latest Edition and Standard Plans, Los Angeles County Department of Public Works, latest Edition, and California Manual of Uniform Traffic Control Devices (CA MUTCD). We anticipate three submittals and one round of consolidated comments per submittal. It is assumed that Caltrans will agree to an encroachment permit process for constructing the improvements. SdbtasIk 3aStreet hi nprovel,.°n iir. d' Once the City and Caltrans accept and agree on an option, Plans, Specifications & Opinion of Probable Cost Estimates (PS&E) will be developed for that option. Tille heell( p.)era/ olesl " y* Map at Lit ) /I )dex Kimley-Horn will prepare one (1) title sheet with a vicinity map, location map, utility company contacts, legend, and general notes for the project. Kimley-Horn will prepare one (1) plan consisting of survey coordinates tied horizontally to the California State Plane coordinate system (NAD83) and based upon existing centerline monumentation. Kimley-Horn will prepare one (1) typical section plan consisting of sidewalk and roadway widening sections, with structural pavement sections, variable widths, showing cross slopes, curb and gutter, lane widths, traveled way pavement materials, hinge points, catch points, and slope grading. A geotechnical investigation will not be prepared, and existing pavement sections will be used for any widening of the roadway segments. A pavement rehabilitation is not anticipated or scoped for these improvements. Demolitiot °) at) Utility Plat ) Kimley-Horn will prepare demolition and utility plans (1 "=50' scale) which will show existing features and utilities proposed to be removed, relocated, or protected -in -place within the project boundaries. The utilities shown will be obtained from the utility coordination task previously described. Kimley-Horn will prepare intersection improvement plans (1 "=20' scale) which will include the design of ADA access ramps. The improvements will include detailed spot grades, transitions, construction notes, limits of grading, and layout of hardscape features. Kimley-Horn will prepare street improvement plans for the project to show overall proposed roadway and raised median hardscape improvements consisting of asphalt pavement reconstruction, curb and/or gutter, hardscape, striping, and signage. The profiles will include existing and proposed north and south top of curb for the center median and the street centerline. Road stationing will be based on the record plans provided by the City and/or County. Plan and profiles sheets will be at 1 "=50'. Kimley-Horn will prepare up to four (4) plans with design details that will include the ADA access ramp locations shown per the roadway improvement plans within the project limits (approximately 3,500 linear feet). The improvements will include detailed spot grades, transitions, construction notes, limits of grading, and layout of hardscape features. The Kimley-Horn team will prepare signing and striping plans at 1 " =40'. Right-of-way, roadway features, traffic signs, striping and pavement markers relevant to the design plans will be layered to reflect "existing," "to -be -removed," and "proposed" conditions. Kimley-Horn will prepare signing and striping plans at the following locations: II Along Sierra Highway from Newhall Avenue to up to 1400 feet north. This plan will include the design of the Dynamic lane signs for the implementation of a shared lane by time -of -day restriction of turning lanes operation. 2. Along Sierra Highway from Placerita Canyon Road to up to 2000 feet north Ttaffic., Signal Mans The Kimley-Horn team will prepare traffic signal plans at 1 "=20'. 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. Traffic signal plans will be prepared at the following intersections: II Sierra Highway and Placerita Canyon Road 2. Sierra Highway and SR 14 SB Ramp Exit 3 (if required, based on approved option) Kimley-Horn will prepare plans at 1 "=40' for the installation of traffic signal interconnects (fiber optic) at the following locations: II Along Sierra Highway between Newhall Avenue and Golden Valley Road (12,700 inches) 2. Newhall Avenue between Sierra Highway and the Park and Ride lot (1,600 feet) 3 Placerita Canyon Road between Sierra Highway and SR 14 NB Ramp (800 feet) Kimley-Horn will prepare traffic control plans (1 "=50' scale) for up to one (1) major construction stage per intersection to provide at a minimum of one lane of closure in each direction adjacent to the median, assuming daytime work hours. The traffic control plans will utilize the CA-MUTCD Chapter 6 Temporary Traffic Control Kimley-Horn will prepare up to two (2) plans at 1 "=50' (double stacked) for temporary erosion control for the limit of disturbance for the major ground disturbance project limits in accordance with City standards showing best management practices. Project will be processed as an Encroachment Permit Project with Caltrans, if Caltrans determines oversight is required, then a separate scope will be required. Right-of-way engineering or acquisition services are not required. 60% Plans 90% Plans Final Plans in PDF and AutoCad format ask, i V um l , oni u�� emr u� umq emr uunq , �� 14„ � n uunq nmi I m�a,n�����,a�„k, �n�l� m�,rnn� Illl�n„�� IIIII Illli iiil IIIII �n,�� Illli iiil ���n�,��� f �„n�� iiiir ���n�,��� Illl�,n�� mangy Illl�,n�� IIIII � „U, ��,,,,,, �n,�� Illli iiil �,a„ IIIII Illlr «ttnsu�nn, IIIII IIIII �n,�� Illli iiil �n �,a„IIIII IIIII Illli iiir »iil manna IIIII �„nU,� 10 ���� nnldlllhvIIIr fIIIt dIIII^IIIII N,„,av,na' IIIII �I iiiil°na'vav,ru filly lllllr nrrrllll r»rrrr«tr,siu IIII�„nr Ills nr»r°r» IIIII �Ily filly°av,ru Illllr;; Kimley-Horn will prepare the Opinion of Probable Construction Estimates and the Technical provisions per Standard Specifications for Public Works Construction (Green Book), Latest Edition and supplemented with the Caltrans Standard Specifications. We anticipated three submittals and one round of consolidated comments per submittal. III I . iii iir:: ::r m ilIl � p l ir. m lii ir. m of f�IrdbdbIb Car. m .tIrU;..Ili il'. m Cost. III'°°°° S.�.IIi nates .t. Kimley-Horn will prepare an Opinion of Probable Construction Estimates for the proposed improvements. Cost estimation will be obtained from readily available sources such as Caltrans Cost Data, RS Means, and other Kimley-Horn or City projects. We will coordinate with the City and base this opinion on actual bid prices for recent projects that involved similar construction, when applicable. Kimley-Horn has no control over the cost of labor, materials, equipment, or over the Contractor's methods of determining prices or over competitive bidding or market conditions. Opinions of probable costs provided as part of this task are based on the information known to Engineer at this time and represent only the Engineer's judgment as a design professional familiar with the construction industry. IIIIIIIIIIiiIII IIIliifmaIllliiIll Kimley-Horn will prepare the project special provisions as it is assumed that the City will provide the boiler plate "Front -End" documents. The specifications will be signed by a Kimley-Horn Civil Engineer registered in the State of California. °lr'Q°;: s�< zi. :;yyii,wrlll::°sii.,w11 60% Estimates 90% Specifications & Estimates Final Specifications & Estimates in Microsoft format for Windows III III 0 III 0 S IlE IID III III 0 J IlE "*I. ww" Il[-I IlE IIC (.J Ill..... llE IIIIIIIIIII Meeting lllllllll Agencies Review Team Production Milestone Submittal City of Santa Clarita