Loading...
HomeMy WebLinkAbout2014-09-23 - AGENDA REPORTS - TRAFFIC SIG MOD C0044,45&C014 (5)Agenda Item: 5 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR City Manager Approval: /P Item to be presented by: Andrew Yi DATE: September 23, 2014 SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS, PROJECTS C0044, C0045, AND C3014 - AWARD DESIGN CONTRACT DEPARTMENT: Public Works RECOMMENDED ACTION City Council: 1. Award the design contract to Iteris, Inc., for the Traffic Signal Modifications at various locations, Projects C0044, C0045, and C3014, in the amount of $73,383, and authorize a contingency in the amount of $7,339, for a total amount not to exceed $80,722. 2. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND City staff has identified the following intersections as having collision history related to permissive left -turn movements between January 1, 2011, and December 31, 2013: • Lyons Avenue and Newhall Avenue • Whites Canyon Road and Pleasantdale Street • Copper Hill Drive and Decoro Drive • McBean Parkway and Rockwell Canyon Road/Tournament Road These signalized intersections are operating with protected permissive left -turn signal phasing and have been experiencing an increase in left -turn collisions within the past three years. & re ?� P6 a $ City staff is proposing the left -turn phasing be protected to enhance the operation and safety at these intersections. The proposed changes will allow the left -turn movements during left -turn green arrows and will mitigate left -turn collisions at these intersections. A Request for Proposal (RFP) was prepared by City staff to obtain the services of a traffic engineering design firm from the pre -qualified list. The RFP was sent out to three firms from the pre -qualified list on July 10, 2014. All three firms submitted proposals. City staff reviewed the proposals and based on their evaluations, scored the firms on a scale of 100 possible points. Rank Comp any Score Location Design Cost 1. Iteris, Inc. 93 Santa Ana, CA $83,931 2. Kimley Horn and Assoc., Inc. 90 Canoga Park, CA $71,560 3. Advantec Consulting Engineers 84 Diamond Bar, CA $72,870 The ranking system focused heavily on the firms' understanding of the required scope of work, experience in similar projects, qualifications of project team, ability to meet project schedules, and overall organization of the proposal. Iteris, Inc., demostrated an in-depth understanding of the project needs and presented a detailed scope of work. Based on their extensive experience in traffic signal design projects and completeness of their proposal, City staff recommends Iteris, Inc., for this design project. California 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. The City was able to reach an agreement with Iteris, Inc., at a fair and reasonable price of $73,383. ALTERNATIVE ACTIONS Other actions as determined by the City Council. FISCAL IMPACT Gas Tax funds (Fund 230) are appropriated in project accounts C0044, C0045, and C3014 for design costs. ATTACHMENTS Location Map Contract for Iteris Inc., available in the City Clerk's Reading File PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SANTA CLARITA AND ITERIS, INC. Contract No. _,_.. This AGREEMENT is entered into this _ day of 20_, by and between the CITY OF SANTA CLARITA, a municipal corporation and general law city ("CITY") and ITERIS, INC., a traffic engineering design firm ("CONSULTANT"). 1. CONSIDERATION. A. As partial consideration, CONSULTANT agrees to perform the work listed in the SCOPE OF SERVICES, below; and B. As additional consideration, CONSULTANT and CITY agree to abide by the terms and conditions contained in this Agreement; and C. As additional consideration, CITY agrees to pay CONSULTANT a sum not to exceed seventy three thousand three hundred eighty three dollars ($73,383) for CONSULTANT's services. CITY may modify this amount as set forth below. Unless otherwise specified by written amendment to this Agreement, CITY will pay this sum as specified in the attached Exhibit "B," which is incorporated by reference. 2. SCOPE OF SERVICES. A. CONSULTANT will perform services listed in the attached Exhibit "A," which is incorporated by reference. B. CONSULTANT will, in a professional manner, furnish all of the labor, technical, administrative, professional and other personnel, all supplies and materials, equipment, printing, vehicles, transportation, office space and facilities, and all tests, testing and analyses, calculation, and all other means whatsoever, except as herein otherwise expressly specified to be furnished by CITY, necessary or proper to perform and complete the work and provide the professional services required of CONSULTANT by this Agreement. 3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT will use the appropriate generally accepted professional standards of practice existing at the time of performance utilized by persons engaged in providing similar services. CITY will continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of any deficiencies and CONSULTANT will have fifteen (15) days after such notification to cure any shortcomings to CITY's satisfaction. Costs associated with curing the deficiencies will be borne by CONSULTANT. Revised 1/2011 Page I of 10 4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement, CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and hourly rates for each personnel category and reimbursable costs (all as set forth in Exhibit `B") the tasks performed, the percentage of the task completed during the billing period, the cumulative percentage completed for each task, the total cost of that work during the preceding billing month and a cumulative cash flow curve showing projected and actual expenditures versus time to date. 5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT for current services are within the current budget and within an available, unexhausted and unencumbered appropriation of the CITY. In the event the CITY has not appropriated sufficient funds for payment of CONSULTANT services beyond the current fiscal year, this Agreement will cover only those costs incurred up to the conclusion of the current fiscal year. 6. ADDITIONAL WORK. A. If CONSULTANT believes Additional Work is needed to complete the Scope of Work, CONSULTANT will provide the CITY with written notification that contains a specific description of the proposed Additional Work, reasons for such Additional Work, and a detailed proposal regarding cost. 7. FAMILIARITY WITH WORK. A. By executing this Agreement, CONSULTANT agrees that it has: Carefully investigated and considered the scope of services to be performed; and ii. Carefully considered how the services should be performed; and iii. Understands the facilities, difficulties, and restrictions attending performance of the services under this Agreement. B. If services involve work upon any site, CONSULTANT agrees that CONSULTANT has or will investigate the site and is or will be fully acquainted with the conditions there existing, before commencing the services hereunder. Should CONSULTANT discover any latent or unknown conditions that may materially affect the performance of the services, CONSULTANT will immediately inform CITY of such fact and will not proceed except at CONSULTANT's own risk until written instructions are received from CITY. 8. TERM. The term of this Agreement will be from September 23, 2014 to June 26, 2015. Unless otherwise determined by written amendment between the parties, this Agreement will terminate in the following instances: A. Completion of the work specified in Exhibit "A." B. Termination as stated in Section 15. Revised 112011 Page 2 of 10 9. TIME FOR PERFORMANCE. A. CONSULTANT will not perform any work under this Agreement until: CONSULTANT furnishes proof of insurance as required under Section 22 of this Agreement; and ii. CITY gives CONSULTANT a written notice to proceed. B. Should CONSULTANT begin work on any phase in advance of receiving written authorization to proceed, any such professional services are at CONSULTANT's own risk. 10. TIME EXTENSIONS. Should CONSULTANT be delayed by causes beyond CONSULTANT's control, CITY may grant a time extension for the completion of the contracted services. If delay occurs, CONSULTANT must notify the CITY within forty-eight hours (48 hours), in writing, of the cause and the extent of the delay and how such delay interferes with the Agreement's schedule. The CITY will extend the completion time, when appropriate, for the completion of the contracted services. 11. CHANGES. CITY may order changes in the services within the general scope of this Agreement, consisting of additions, deletions, or other revisions, and the contract sum and the contract time will be adjusted accordingly. All such changes must be authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY resulting from changes in the services will be determined in accordance with written agreement between the parties. 12. TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a Taxpayer Identification Number. 13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and maintain during the term of this Agreement, all necessary permits, licenses, and certificates that may be required in connection with the performance of services under this Agreement. 14. WAIVER. CITY's review or acceptance of, or payment for, work product prepared by CONSULTANT under this Agreement will not be construed to operate as a waiver of any rights CITY may have under this Agreement or of any cause of action arising from CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant, or condition contained in this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this Agreement, whether of the same or different character. 15. TERMINATION. A. CITY may terminate this Agreement at any time with or without cause. B. CONSULTANT may terminate this Agreement at any time with CITY's mutual consent. Notice will be in writing at least thirty (30) days before the effective termination date. Revised 1/2011 Page 3 of 10 C. Upon receiving a termination notice, CONSULTANT will immediately cease performance under this Agreement unless otherwise provided in the termination notice. Except as otherwise provided in the termination notice, any additional work performed by CONSULTANT after receiving a termination notice will be performed at CONSULTANT'S own cost; CITY will not be obligated to compensate CONSULTANT for such work. D. Should termination occur, all finished or unfinished documents, data, studies, surveys, drawings, maps, reports and other materials prepared by CONSULTANT will, at CITY's option, become CITY's property, and CONSULTANT will receive just and equitable compensation for any work satisfactorily completed up to the effective date of notice of termination, not to exceed the total costs under Section I(C). E. Should the Agreement be terminated pursuant to this Section, CITY may procure on its own terms services similar to those terminated. F. By executing this document, CONSULTANT waives any and all claims for damages that might otherwise arise from CITY's termination under this Section. 16. OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps, models, photographs and reports prepared by CONSULTANT under this Agreement are CITY's property. CONSULTANT may retain copies of said documents and materials as desired, but will deliver all original materials to CITY upon CITY's written notice. CITY agrees that use of CONSULTANT's completed work product, for purposes other than identified in this Agreement, or use of incomplete work product, is at CITY's own risk. 17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service under this Agreement, no copies, sketches, or graphs of materials, including graphic art work, prepared pursuant to this Agreement, will be released by CONSULTANT to any other person or public CITY without CITY's prior written approval. All press releases, including graphic display information to be published in newspapers or magazines, will be approved and distributed solely by CITY, unless otherwise provided by written agreement between the parties. 18. INDEMNIFICATION. CONSULTANT agrees to indemnify and hold CITY harmless from and against any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of the performance of this agreement by CONSULTANT. Should CITY be named in any suit, or should any claim be brought against it by suit or otherwise, arising out of performance by CONSULTANT of services rendered pursuant to this Agreement, CONSULTANT will defend CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against it or any sums paid out in settlement or costs incurred in defense otherwise. 19. ASSIGNABILITY. This Agreement is for CONSULTANT's professional services. CONSULTANT's attempts to assign the benefits or burdens of this Agreement without CITY's written approval are prohibited and will be null and void. Revised 112011 Page 4 of 10 20. INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that CONSULTANT will act as an independent contractor and will have control of all work and the manner in which is it performed. CONSULTANT will be free to contract for similar service to be performed for other employers while under contract with CITY. CONSULTANT is not an agent or employee of CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision in this Agreement that may appear to give CITY the right to direct CONSULTANT as to the details of doing the work or to exercise a measure of control over the work means that CONSULTANT will follow the direction of the CITY as to end results of the work only. 21. AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with respect to all services and matters covered under this Agreement. CITY will have free access at all reasonable times to such records, and the right to examine and audit the same and to make transcript therefrom, and to inspect all program data, documents, proceedings and activities. CONSULTANT will retain such financial and program service records for at least three (3) years after termination or final payment under this Agreement. 22. INSURANCE. A. Before commencing performance under this Agreement, and at all other times this Agreement is effective, CONSULTANT will procure and maintain the following types of insurance with coverage limits complying, at a minimum, with the limits set forth below: kpe of Insurance Limits Commercial general liability: $1,000,000 Professional Liability $1,000,000 Business automobile liability $1,000,000 Workers compensation Statutory requirement B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name CITY, its officials, and employees as "additional insureds" under said insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by CITY will be excess thereto. Such endorsement must be reflected on ISO Form No. CG 20 10 1185 or 88, or equivalent. Such insurance will be on an "occurrence," not a "claims made," basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to CITY. C. Professional liability coverage will be on an "occurrence basis" if such coverage is available, or on a "claims made" basis if not available. When coverage is provided on a "claims made basis," CONSULTANT will continue to renew the Revised 1/2011 Page 5 of 10 insurance for a period of three (3) years after this Agreement expires or is terminated. Such insurance will have the same coverage and limits as the policy that was in effect during the term of this Agreement, and will cover CONSULTANT for all claims made by CITY arising out of any errors or omissions of CONSULTANT, or its officers, employees or agents during the time this Agreement was in effect. D. Automobile coverage will be written on ISO Business Auto Coverage Form CA 00 0106 92, including symbol I (Any Auto). E. CONSULTANT will furnish to CITY duly authenticated Certificates of Insurance evidencing maintenance of the insurance required under this Agreement and such other evidence of insurance or copies of policies as may be reasonably required by CITY from time to time. Insurance must be placed with insurers with a current A.M. Best Company Rating equivalent to at least a Rating of "AMI." F. Should CONSULTANT, for any reason, fail to obtain and maintain the insurance required by this Agreement, City may obtain coverage at CONSULTANT'S expense and deduct the cost of such insurance from payments due to CONSULTANT under this Agreement or terminate. In the alternative. should G. Should CONSULTANT'S insurance required by this Agreement be cancelled at any Point prior to expiration of the policy, CONSULTANT must notify City within 24 hours of receipt of notice of cancellation. Furthermore, CONSULTANT must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancellation. CONSULTANT must ensure that there is no lapse in coverage. 23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written approval to use any consultants while performing any portion of this Agreement. Such approval must approve of the proposed consultant and the terms of compensation. 24. INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the status on the project, which will include a schedule update and a short narrative description of progress during the past month for each major task, a description of the work remaining and a description of the work to be done before the next schedule update. 25. NOTICES. All communications to either party by the other party will be deemed made when received by such party at its respective name and address as follows: If to CONSULTANT: Iteris, Inc. 1700 Carnegie Avenue Santa Ana, CA, 92705 Attention: Bernard K. Li If to CITY: City of Santa Clarita 23920 Valencia Boulevard., Suite 300 Santa Clarita, CA 91355 Attention: Ramiro Fuentes Revised 1/2011 Page 6 of 10 Any such written communications by mail will be conclusively deemed to have been received by the addressee upon deposit thereof in the United States mail, postage prepaid and properly addressed as noted above. In all other instances, notices will be deemed given at the time of actual delivery. Changes may be made in the names or addresses of persons to whom notices are to be given by giving notice in the manner prescribed in this paragraph. 26. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest laws and regulations including, without limitation, CITY's Conflict of Interest Code (on file in the City Clerk's Office). It is incumbent upon the CONSULTANT or CONSULTING FIRM to notify the CITY pursuant to Section 25. NOTICES of any staff changes relating to this Agreement. A. In accomplishing the scope of services of this Agreement, all officers, employees and/or agents of CONSULTANT(S), unless as indicated in Subsection B., will be performing a very limited and closely supervised function, and, therefore, unlikely to have a conflict of interest arise. No disclosures are required for any officers, employees, and/or agents of CONSULTANT, except as indicated in Subsection B. Initials of Consultant B. In accomplishing the scope of services of this Agreement, CONSULTANT(S) will be performing a specialized or general service for the CITY, and there is substantial likelihood that the CONSULTANT'S work product will be presented, either written or orally, for the purpose of influencing a governmental decision. As a result, the following CONSULTANT(S) shall be subject to the Disclosure Category "I" of the CITY's Conflict of Interest Code: ITERIS, INC. 27. SOLICITATION. CONSULTANT maintains and warrants that it has not employed nor retained any company or person, other than CONSULTANT's bona fide employee, to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not paid nor has it agreed to pay any company or person, other than CONSULTANT's bona fide employee, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Should CONSULTANT breach or violate this warranty, CITY may rescind this Agreement without liability. 28. THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of any other party. There will be no incidental or other beneficiaries of any of CONSULTANT's or CITY's obligations under this Agreement. 29. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. Revised 112011 Page 7 of 10 30. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state, and local laws applicable to this Agreement. 31. ENTIRE AGREEMENT. This Agreement, and its Attachments, sets forth the entire understanding of the parties. There are no other understandings, terms or other agreements expressed or implied, oral or written. There are JiM O Attachment(s) to this Agreement. This Agreement will bind and inure to the benefit of the parties to this Agreement and any subsequent successors and assigns. 32. RULES OF CONSTRUCTION. Each Party had the opportunity to independently review this Agreement with legal counsel. Accordingly, this Agreement will be construed simply, as a whole, and in accordance with its fair meaning; it will not be interpreted strictly for or against either Party. 33. SEVERABILITY. If any portion of this Agreement is declared by a court of competent jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion of the court to render such portion enforceable and, as so modified, such portion and the balance of this Agreement will continue in full force and effect. 34. AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary action has been taken by the Parties to authorize the undersigned to execute this Agreement and to engage in the actions described herein. This Agreement may be modified by written amendment. CITY's executive manager, or designee, may execute any such amendment on behalf of CITY. 35. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement, agreements ancillary to this Agreement, and related documents to be entered into in connection with this Agreement will be considered signed when the signature of a party is delivered by facsimile transmission. Such facsimile signature will be treated in all respects as having the same effect as an original signature. 36. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only and will not affect the interpretation of this Agreement. 37. TIME IS OF ESSENCE. Time is of the essence for each and every provision of this Agreement. 38. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion, acts of terrorism, war, embargo, government action, civil or military authority, the natural elements, or other similar causes beyond the Parties' reasonable control, then the Agreement will immediately terminate without obligation of either party to the other. 39. STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT represents that it has demonstrated trustworthiness and possesses the quality, fitness and capacity to perform the Agreement in a manner satisfactory to CITY. CONSULTANT represents that its financial resources, surety and insurance experience, service experience, completion ability, personnel, current workload, experience in dealing with private consultants, and experience in dealing with public agencies all suggest that CONSULTANT is capable of performing the proposed contract and has a demonstrated capacity to deal fairly and effectively with and to satisfy a public CITY. Revised 1/2011 Page 8 of 10 40. PROTECTION OF RESIDENT WORKERS. The City of Santa Clarita actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The CONSULTANT shall establish appropriate procedures and controls so no services or products under the Contract Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. [SIGNATURES ON NEXT PAGE] Revised 1/2011 Page 9 of 10 IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first hereinabove written. FOR CONSULTANT: By: Print Name & Title Date: FOR CITY OF SANTA CLARITA: KENNETH W. STRIPLIN, CITY MANAGER By: City Manager Date: ATTEST: By: City Clerk Date: APPROVED AS TO FORM: JOSEPH M. MONTES, CITY ATTORNEY City Attorney Date: Revised 1/2011 Page 10 of 10 Response to Request /or Proposal Exhibit "A" Preparation of Plans, Specifications and Estimates for Traffic Signal IIIW Modifications at Various Locations • city Project No. C0045 and C3014 3.0 WORK STATEMENT The Iteris Team has prepared a detailed scope of work to ensure that the City projects to Preparation of Plans. Specifications and Estimates for Traffic Signal Modifications at Various Locations will complete on- time, within budget and to the complete satisfaction to the City. The project approach is based on the project understanding, project issues and goals, Iteris' depth of knowledge of Traffic and Civil Engineering. All the requirements listed in the Request for Proposal (RFP) are inherently included within our scope of work. The following section provides additional information on our approach to the work as outlined in the RFP. Iteris' approach is divided into the tasks listed below. • Task 1: Project Management • Task 2: Planning and Project Development • Task 3: Plans, Specifications, and Estimates (PS&E) • Task 4: Bid/Construction Administration Iteris will work with City staff to prepare a detailed schedule as necessary to meet any project requirements and is proposing a 6 -month schedule to complete design, Iteris Team will develop a Project Development Team (PDT) including City and other agency representatives, as necessary. Iterls Team will also meet with PDT and hold "kick-off' meeting at the onset of the project. The project approach, as well as design criteria, requirements and procedures would be discussed, and the project schedule will be reviewed. Iteris Team's ability to implement high-quality deliverables is a result of the adherence to a quality assurance program that ensure accuracy, product usability and an overall commitment to product excellence and user satisfaction. The team's PM ensures the team's commitment to these objectives by identifying goals at the outset of the project and monitoring the product implementation and delivery process. Iteris strives to improve the processes and tools used to provide high-quality products and services. Iteris Team's quality assurance also includes internal management reviews. The team's upper-level management is committed to maintaining a proper environment of the successful execution of the project, providing projects with adequate resources, and monitoring the effectiveness of the project PM and the project team. The Iteris team will be preparing monthly progress reports, progress schedule updates, and supporting data. Dellverables: • Kick-off meeting agenda • Monthly progress reports with project • Meeting minutes invoices, and • Action item lists • Progress schedule updates. • Baseline progress schedule Page 112 ITERIS Response to Request /or Proposal Preparation of Plans, Specifications and Estimates for Traffic Signal Modifications at Various Locations - city Project No. c0045 and c3014 This task will focus on the planning and project development for the project intersection of Sierra Highway at Soledad Canyon Road. Sub Task 2.1: Data Collection The Iteris Team will research current conditions through data gathering and review of existing site improvement plans, traffic signals, signing/striping, as -built record drawings, existing wet and dry utility plans, aerial maps, surveying, and right of way data, etc. Iteris Team will collect and utilize these plans in AutoCAD format if available. Sub Task 1,2: Utilities Coordinotion The Iteris Team will identify and plot all utilities within the Project Sites. We will also coordinate any utility relocation that is required as a result of the proposed improvements. As a minimum, written notifications to utility companies will consist of the following; Utility Information Request, Prepare to Relocate Notice, and Notice to Relocate. Sub Task 2.3: Design Survey The Iteris Team will perform a topographic survey covering the area of the proposed work and sufficient background to identify the area, including the utilities. This survey will be sufficient to facilitate the design and the completion of the final street improvement and traffic signal modification plans. The completed survey will be drafted to the desired scale using AutoCAD. This survey will also be used as a base for design. Deliverables: • Utilities Coordination Letters • Correspondence Logs, and • Survey Mapping Data with existing utilities, Sub Task 3.1: Field Investigation Iteris Team will research and obtain all the existing pertinent street improvement, signing and striping, and utility plans available for the project area. Iteris Team will conduct a field investigation to verify all existing features on the plans and to identify all the relevant features that are missing from plans. The field review will include work necessary to inspect the project site with respect to needs for preparing engineering plans. Existing physical street improvements, utilities and obstructions, signing and striping and other relevant items would be located in the field with sufficient precision to be shown accurately on the design plans. All information obtained from records would be verified in the field in conjunction with this review. Page' 13 ITER[ _d# Response to Request for Proposal Preparation of Plans, Specifications and Estimates for Traffic Signal Modifications at Various Locations - City Project No. C0045 and 03014 Sub Task 3.2: Improvement Plans The Iteris Team will prepare plans for all intersection improvements as required to accommodate the description of the work, as follows: a. Street Improvement Plan The Iteris Team will prepare plan and profile sheets for the construction of any new curb and gutter, ramps, sidewalk etc., which consists of: • Plan and Profile Sheet • Intersection Detail Sheet (10X10 grid) b. Traffic Signal Modification Plan The Iteris Team will prepare a 1"= 20' scale traffic signal modification plan for the project intersections. The plan will conform to the requirements of the City of Santa Clarita, and will be designed per the latest California Department of Transportation (Caltrans) standards and specifications. The plan will include all existing, removal and proposed traffic signal facilities, accompanied by detail general and construction notes, pole and conductor schedules, existing and proposed phase diagrams, and necessary details for the construction of a modified traffic signal system. Proposed facilities might include, but are not limited to: new/modified poles, mast arms, luminaires, controller, video detection, pull boxes, conduits, pedestrian push buttons, vehicular and pedestrian signals. Additionally, the existing signage and striping, as well as new signs, stripes, and/or pavement markings within the project limits will show on the traffic signal modification plans. The design plans will be submitted for review at the 60%, 90% and 100% progress level for City review and comments. After approval of the plans the final plans will be submitted as signed and sealed mylars suitable to be included into a bid package by the City. Sub Task 3.3: Specifications and Engineer's Estimates The Iteris Team will prepare technical specifications as special provisions in conformance with APWA "Green Book", and Caltrans Standard Specifications format and provide required permits and reference material as part of the City's standard contract documents. We will verify unit prices at the time of plan approval; provide cost estimates and a revised cost estimate with each plan check submittal. We will also assist in the calculation and determination of number of working days for the project construction. Deliverables: • Construction Plans • Construction Estimates, and • Bid Specifications at 60%, 90% and 100% submittals. Page 114 ITERIS, -WOW Response to Request for Proposal Preparation of Pians, Specifications and Estimates for Traffic Signal Modifications at Various Locations - city Project No. C0045 and C3014 During the bidding and construction phases of the project, the Iteris Team can assist the City on a time - and -material basis. But our current scope and fee do not include this service. In support of this task, the Iteris team will assist the City to provide construction support. The Iteris team will be available to support the activities listed below. • Attend Pre -Bid Meeting • Respond to any Pre -Bid RFI's pertaining to the design • Review and approve shop drawings • Review design change request and update design plans • Attend Pre -Construction Meeting • Attend weekly Construction Progress Meeting on site • Respond to requests for information by Contractor or City staff • Assist City with any Contract Change Orders (CCO's) Upon completion of construction, the Iteris Team will revise and incorporate all as -built notes from the contractor and City inspectors onto the approved Mylars, or a new set of mylar plans will be printed at the discretion of the city plan checkers. Additionally, the updated CADD files will be provided. Page 115 ITERIS City of Santa Clarila - Traffic Signal Modifiva0ions at Various Los alio44s Exhibit „B.r COST P11OPOSAI, ITERIS STAFF CIVIL SOURCES STAFF a Total Total Hours CostTASK O OTall or Tak200 vica Monagement Panning 16 h $4,490 0 8 4 4 0 $2,156 38 $6,6 4 6 Task andProlect Debelopmeat 0 0 i5 26 $4,755 0 4 4 4 '4 $7,500 $9,304 53 $14,059 Sub -Task 2.1 Data Collection 7 10 $1,995 $0 17 $1,995 Sub -Task 2.2 Utilities Coordination 4 4 $960 2 4 4 4 $1,85 18 $2,445 Sub -Task 2.30mign Survey 4 12 $11800 2 $7,500 $;819 18 $9,619 Task 3.0 Design (P$&E) 6 26 64 166 $31,480 2 16 44 122 0 $19,448 446 $50,928 Sub -Tusk 3.1 Field lnvestlgodon 16 16 $3,840 $0 32 $3,840 Sub -Task 3.21mpmuement Pions 4 10 40 130 $29,070 1 8 a0 120 $11,292 363 $40,362 Sub -Posh 3.3 Specification and Engineer's Estimates 2 6 8 20 $4,570 1 8 4 2 $;156 51 $6,726 Task 4.0 91d and Construction Administration 0 . 30 22 4 $8,040 8 e 2 $21508 74 $30,548 Total Labor 22 56 107 196 2 36 60 132 4 611 $82,181 DIRECT COSTS: ODC (i.e, mileage, copies, etc) $1,250 $5001 $1,750 TOTAL rE $83,437