HomeMy WebLinkAbout02/15/1994, C-3 - PROJECT STUDY REPORT (PSR) FOR PRADO ROAD INTERCHANGE lull^` II�IIIIIIIII �ylppl'II II MEETING DATE:
III II'A�I�II CItJ of san suis oBispo FEBRUARY 15, 1994
uCOUNCIL AGENDA REPORT TEM NUMBER:d-.5
FROM: Michael McCluskey, Director of Public Works
SUBJECT: Project Study Report (PSR) for Prado Road Interchange
CAO RECOMMENDATION:
By motion: 1) Authorize soliciting of Request for Proposals for preparation of Project Study
Report; 2) Authorize City Administrative Officer to execute a contract with the top rated
consultant, if within the $75,000 budget
DISCUSSION:
Why a Project Study Report?
As a first step toward constructing a new interchange at Prado Road or modifying existing State
highway facilities, a Project Study Report (PSR) must be prepared. The PSR analyzes existing and
future traffic conditions, identifies optional designs for modifications to the State highway system,
evaluates the performance of these designs, and makes specific findings and recommendations. Once
the PSR is accepted by Caltrans a project report is prepared and, once that is approved, detailed
design work is undertaken followed by construction.
The construction of a new interchange at Route 101 and Prado Road is identified in the draft
Circulation Element. The interchange is needed to serve growth envisioned by the draft Land Use
Element. More specifically, the interchange will provide direct access to new commercial
development west of Route 101 and south of the Central Coast Plaza Shopping Center.
How is a PSR Prepared?
Attached Exhibit 1 outlines the PSR process. The. first step in the process is for the City to ask
Caltrans to prepare the PSR. Staff has done this and, as expected, Caltrans has responded that it
does not have staff available to perform the work. Therefore, City staff has prepared the attached
scope of work for the Council's review and concurrence. This scope of work has been sent to
Caltrans, and received approval as to scope.
After advertising, the list of consultants will be narrowed and a group of finalists will be interviewed
by City staff and a representative of Caltrans. The final recommendation will be made to the CAO.
After all documents are in order, the consultant will begin preparation of the PSR in accordance
with Caltrans' prescribed guidelines. The City has requested that the PSR specifically address
interchange geometrics which require as little open space acquisition as possible. The PSR, mainly
a study of geometric design, will also address potential environmental impacts in broad terms.
Detailed environmental review and analysis is the major component of the next step design: the
project report. After approval of the project report by Caltrans and the City Council, preparation
of plans and specifications is authorized and then fatally construction.
C
mfl�►r►►��ullill�ppn ������� city of San LUIS OBISPO
COUNCIL AGENDA REPORT
PSR
Page Two
FISCAL IMPACTS:
The City has received SLOCOG approval of a grant to support up to $75,000 of the PSR's cost using
State Highway Account (SHA) funds. Costs greater than $75,000 will be the City's responsibility
with reimbursement by area developers. Should cost estimates from consultants exceed $75,000, staff
will solicit participation from applicants of development projects and return to the City Council for
final approval. However, recent similar projects in the county lead staff to believe the budgeted
amount should be sufficient.
SCHEDULE FOR COMPLETING THE PSR:
The preparation of a PSR involves local, regional, state, and federal agencies. Once the final scope
of the project has been agreed to by Caltrans and a Consultant hired, it is the staff's goal that the
PSR be completed within ten months.
The completed PSR will be submitted to the City Council for concurrence prior to final submittal
to Caltrans for approval.
Attachments: Exhibit 1: Flow Chart of the PSR Process
Exhibit 2: Draft Scope of Work: Prado Road/Los Osos Valley Road
Interchange Project Study Report
psrprado/mm2
�3-
Page 13
Project Study Report Guidelines
September 1991 .
FLOWCHART FOR THE PREPARATION OF
PROJECT STUDY REPORTS
TIMI LLNE c�i•-d-D•n)
. . CE !.D MS43R
LYdl Rq.eu CT r .7 7
. .. Prepare PSR
34
CTAM"
er►e16ar s Red STS
No PSR esu be
esmpkkd Y a
anvil resaia crer..a
P"Pers PSR
TSR
PROCESS.wd apse w SCOPE.•
STANDARDS
1 7
Buis PSR
PSR Preparation
76 140
Armek Mak PDT. Perform Es6iaeevia6
]eadia Derekp Anarsrnearl
E•vve■mnLa Eve.weia.C -0kswLSsSlet,DrafCo .
.Feel
_J
10 71
Ce.pkee PSR
1 7
SOpmit is CT DsWu
N
D■uit Review 30
•(temaseaY
we PSR-ithee 60 Dale)
Dee PSA
seed NO
Reriwas 7
u 1s
Revise
- _ w
IS 70
Dkusti Reviews
•(70 Duret
Dime Direekr I 1
Appee•e 177 days 7Tf dare
. (6 tdaaua) (17 Maus)
• lafsrmatiw be( )Oppiire da aver uas CT prepared PSR'S
Note: Timm shove are 'rypieal' tar
w Time Perkd ideadfkd is etaue nwy be longer or shorts depending UPOK
propa compiesiry.
PSR PREPARATION PROCEDURES Exhibit 1
CITY OF SAN LUIS OBISPO
REQUEST FOR PROPOSALS
FRA DO ROAD/LOS OSOS ROAD INTERCHANGE
PROJECT STUDY REPORT
(PROJECT NO. 94-08A)
A INTRODUCTION
The City of San Luis Obispo is requesting proposals to prepare a
Project Study Report for a proposed Prado Road interchange at its
existing intersection with Highway 101. The existing Prado Road
currently terminates at its westerly point with Highway 101. A
proposal is to build a full freeway interchange to extend Prado
Road westerly towards the area known as the Central Coast Plaza and
eventually Madonna Road.
It is the intent of the City Council of the City of San Luis Obispo
to preserve as much open space as possible. In that vein, the City
has a preference for construction of a "single point diamond
interchange" as the least amount of additional right-of-way is
required. The Consultant shall be free to propose other geometric
designs, however, the Consultant should remember that the City's
emphasis is on right-of-way preservation. The City has no bias
towards a Prado Road overpass or a Highway 101 overpass of Prado
Road.
Because the spacing of the proposed freeway interchange of Prado
Road and Highway 101 is less than existing standards, the City and
Caltrans readily acknowledge that an exception will have to be
approved by the California Department of Transportation to allow
the interchange to construction. Caltrans, District 5 , has
indicated that the exception could be received if auxiliary lanes
were provided on both sides of the freeway from the existing
Madonna Road interchange to the existing Los osos valley Road
interchange. It will be incumbent upon the proposer to show
capabilities to achieve approval of the required exception.
E. SUBMITTAL DEADLINE AND PRE-SUBMI TIL CONFERENCE
Your (4) copies of Consultant proposals must be received by the
City Clerk's Office no later than Proposals
must be delivered or mailed to:
City of San Luis Obispo
City Clerk's Office
955 Morro Street
San Luis Obispo, CA 93401
1
C�3� ff
The City will hold a pre-submittal conference in San Luis Obispo on
beginning at 1:00 p.m. at the Public Works
Department, 955 Morro Street, San Luis Obispo, CA. The purpose of
this conference is to enable perspective consultants to view
existing materials, ask staff questions, and review in the field
the State and local street network within the project study area.
Consultants that wish to attend the pre-submittal conference should
contact Pamela King at 805/781-7210 no later than
C. ROLE OF STATE AND FEDERAL AGENCIES
The PSR must satisfy all requirements of the California Department
of Transportations"s Guidelines for the Preparation of Project
Study Reports (September. 1991 as amended) and the Federal Highway
Administration (FHWA) .
D. EXISTING INFORMATION
The following reports and studies are available to assist the
Consultant with the preparation of the PSR:
1. Transportation Model (MINUTP, 1991) : As part of preparing the
City's new Circulation Element, a traffic model was developed
to forecast traffic conditions. The results of this modeling
effort led to recommendations for changing both State and
local road systems in San Luis Obispo. The traffic model (and
documentation) is available for Consultant use. City staff
will not provide support for model applications, however.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
2. Concept Design for Los Osos valley Road Highway Ramps (1992) :
As part of the City's Circulation Element studies, concept
design was prepared for modifying freeway ramps and local
street intersections on the west side of Route 101. (See
attached Exhibit 2) . -
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
3. Draft Circulation Element Recommendations for Network Changes
(1992) : As a result of the City's traffic modeling studies,
and as part of the City's draft Circulation Element, the
following street projects within the study area have been
recommended (see attached Exhibit B) :
(a) Construct a full interchange at Prado Road and Route 101.
(b) Extend Prado Road from Route 101 to Madonna Road (4-6
lane arterial) .
2
C'3 S
(c) Widen Prado Road between South Higuera and Route 101 (4-6
lane arterial) .
(d) Extend Prado Road east of South Higuera Street to connect
with Route 227 at Industrial Way (4 lane arterial) .
(e) Widen Los Osos Valley Road between Madonna Road and Route
101 (4 lane) .
(f) Widen Tank Farm Road between South Higuera and Route 227
(4 lane arterial) .
(g) Widen Route 101 to six lanes between Santa Rosa Street
and Los Osos Valley Road.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
4. Final Environmental Impact Report -- 1992 Land Use
Element/Circulation Element Updates: This report describes
the impacts of the street projects listed in item #3 above.
The EIR's technical appendix provides spread sheet information
on land use changes within traffic zones and resultant changes
(model output) in ADT and level of service (LOS) .
Agency: SLO Community Development Department, Glen
Matteson, 805/781-7165
S. Private Development Traffic Studies (1993) : Consultants
working for sponsors of commercial development west of Route
101 (Central Coast Plaza Expansion) have evaluated the
project's traffic impacts. The focus of this analysis was to
suggest a phased development strategy for the Prado Road
interchange tied to phased development of the commercial
center.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
6. MINUTP modeling Studies of Costco Development (1994) : DKS
Associates conducted a MINUTP model evaluation of the
development of a 150,000 square foot warehouse retail store on
Madonna Road west of Route 101. The study evaluated the
impacts of extending a collector street from the warehouse
store site to Los Osos Valley Road.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
3
C'3-+6
7. Phase I Circulation Study, DRS Associates (1988) : DKS
Associates assisted the City in preparing its draft
Circulation Element. As part of that effort, the Consultant
produced a report that evaluated existing transportation
conditions throughout the City with special studies of
neighborhood traffic management and downtown circulation and
parking.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
8. Aerial photographs on mylar, Scale: 1" = 501 , flown 1981, for
all existing City arterial streets within the project study
area.
Agency: SLO Public Works Department, Wayne Peterson,
805/781-7200
9. Route 101 as-built plans (dated ) : Hard copies are
available at Caltrans, District 5. Microfiche may also be
available at Caltrans, District 5. Mylars should be filed at
Caltrans Headquarters in Sacramento.
Agency: Caltrans, District 5, Kathy DiGarzia, 805/549-3459
E. DESIRED ELEMENTS OF THE PROJECT STUDY REPORT
Attached Exhibit 1 shows the study area for the Project Study
Report.
1. City staff expects as the course of the PSR proceeds that a
verification will be requested and necessary of the City's
existing computer based traffic model.
2. The City requests that additional detail be provided to the
final PSR approval schematic design such that the City can
establish right-of-way setback lines for future acquisition
and development.
3. That the interchange design will consider both options of a
single point diamond interchange considering Prado Road at
grade, versus Highway 101 at grade. Other schematic designs
may also be considered. However, once again, it is the City's
intention to limit right-of-way acquisition of open space
areas.
4. The PSR should include an analysis of the feasibility of a
phased construction schedule. In other words, is it logical
or feasible to incrementally construct the final preferred
schematic alignment?
4
C'3-7
5. A complete technical appendix that includes all worksheets.,
model output, and other data and/or documentation which
supports the findings and recommendations of the Project Study
Report.
6. The following documents:
Administrative draft PSR (10 copies)
Draft PSR (3 copies)
Final Draft PSR ("camera ready" form)
F. GENERAL SERVICES PROVIDED BY CONSULTANT
In completing the PSR and related studies, the City wants the
Consultant to be responsible for:
1. Inter-agency coordination and consultation with Caltrans,
FHWA, and local/regional transportation agencies such as the
County of San Luis Obispo and the San Luis Obispo Council of
Governments.
2. Liaison with the sponsors of proposed commercial development
and property owners affected by area improvements or those
required to participate in capital project funding.
3. Obtaining and review all existing transportation plans and
background information that is pertinent to the preparation of
the PSR.
4. Preparation of mapping materials, consistent with Caltrans
standards, necessary to evaluate alternatives and present
recommended modifications.
S. Preparation of all requests for exceptions to Caltrans or FHWA
standards for project elements described within the PSR in a
form prescribed by Caltrans.
6. Presentation of report findings and recommendations to the San
Luis Obispo City Council and other agencies as needed.
G. ANTICIPATED WORK SCHEDULE
It is the City's objective to:
1. Have Consultant schedule and conduct a "kick-off" meeting with
Consultant, developer, and Caltrans' representatives and
appropriate local transportation agency representatives within
14 calendar days of the execution of consultant services
agreement.
5
L'3-ff
2. Receive ten (10) copies of a complete administrative draft of
the PSR (including all findings and recommendations) within
150 calendar days of the signing of a consultant services
agreement. if different, see paragraph H.2 .L.
3. Complete agency review of the administrative draft PSR and
transmit comments to Consultant within 45 calendar days of
receipt from administrative draft PSR.
4. Receive three (3) copies of a draft of the report from
Consultant within 60 calendar days of receipt of agency
comments.
5. Complete focused agency review of the draft report and
transmit comments to Consultant within 21 calendar days of
receipt of draft PSR.
6. Complete final draft and transmit "camera ready" copy of final
draft PSR and a computer diskette copy of report in
Wordperfect 5. 1 within 14 calendar days of receipt of City
final comments. All maps and drawings included within the
report shall be prepared using AUTOCAD (Release 12) and a
computer diskette copy shall be provided.
H. THE PROPOSAL
1. Format and requirements: Although there is no maximum proposal
length, proposals should be kept to the minimum length
necessary to address the requirements of the RFP. Proposals
shall be 8" x 11" with pages numbered sequentially. Padding
the proposal with "boiler plate" material is strongly
discouraged.
2. Proposal contents:
a. Firm identification:
1. Firm name and address.
2. Name and telephone number of contact person.
3. A list of the firm's principals with experience,
background, academic training and registration.
b. Provide the following information for each sub-
consultant:
1. Name, address and telephone number.
2 . Contemplated role of the firm in the project.
C. Location of office where this work would be performed.
6
d. List by personnel for all firms. Indicate experience,
background, academic training and registration. Describe
anticipated role in the project, and how the staff would
be organized.
e. Description of similar projects that the firm, its
personnel, subcontractors and associates have performed
previously. For each project listed include location,
description of work, client and construction cost. List
at least three projects undertaken by the firm, the
original budget (in working days and cost, and the final
budget respectively) . Indicate reasons for under/over
runs in either. Provide contacts for reference.
f. Description of experience with Caltrans in coordinating
and preparing similar projects including the phasing of
projects and the firm's experience in attaining Caltrans
approvals.
g. Experience in managing an interdisciplinary team of
professionals and sub-consultants.
h. Knowledge of State and Federal environmental and project
development rules and procedures.
i. Project Understanding: Describe the project background
and process as relating to requirements for consultant
qualifications.
j . Work Program: Based on your understanding of the
project, list all required tasks to complete the work.
k. Work Budget: Provide a budget breakdown to demonstrate
your understanding of the project needs. This budget
will not be binding; the final agreement will be the
result of a precise scope of work and a negotiated
compensation amount. The breakdown should include
itemized person-hours, rates and costs for all required
work tasks, as proposed.
1. Project Schedule: Provide schedule for all work tasks.
M. Provide a statement of what especially qualifies your
firm to perform this work.
n. Signature: Proposal shall be signed by an authorized
corporate office whose signature is binding upon the
firm.
o. Valid Period: Include a statement that proposal will
remain valid for 60 days.
7
�3 io
P. Conflict of Interest: Proposal shall include a statement
that no conflicts of interest exist in the provision of
these services.
q. (Optional) : Information, experience, personnel, timing
availability of manpower to perform Design Services.
r. Appendix: Include supplemental information, if any, such
as firm brochure, fees for additional services, etc. , at
the end of the proposal.
I. THE SELECTION PROCESS
The City will establish a screening committee to review all
proposals received and to rank the proposals. The City may decide
to interview consultants with the most competitive proposals. Key
criteria to be used by the City in selecting a consultant or
consultant team include the following:
1. Demonstrated experience in preparing PSR's for Caltrans,
traffic and transportation analysis, cost estimating of
highway projects, and financial planning for project
construction.
2. Consultant's understanding of the City of San Luis Obispo's
desires and general approach to the project as demonstrated in
the Project Understanding and Work Program.
3. Proposal requirements established in this RFP are included in
the Proposal.
4. Qualifications of Consultant's staff being assigned to this
project.
S. Demonstrated ability of the Consultant to perform quality
work, control costs, and meet time schedules.
6. Demonstrated knowledge of highway and traffic signal design.
7. Ability to work effectively with City, regional and Caltrans
transportation staff.
The top ranked firm will be invited to refine its proposal and
negotiate a consultant services agreement with the City.
J. FOR MORE INFORMATION . . .
Contact Michael McCluskey, Director of Public Works, 805/781-7210.
pradorlp/mm2
8
aEMM L_Zzia
®® CITY OF SANLUIS OBISP I� ��` I,
O
FREEWAY INTERCHANGE PROJECT STUDY REPORT
z
�► ��' � 0000.., � � ��
019
V
-
\4
outh re 9 c I ' 1 r r
e = i L
d
♦ / mC _lair.- n. W u+os � /7 . �/ v .�' �I�
ODS �r . �'�~,,5, e i f \ •�• . ;��„ �-
a Aa ew
I i CI}.4�ITi
' r
+ i
M n'
Tank Farm Road '•
General Study \�
Area
r-
1`
e3 /�
Boyle Engineering Corp. Alpha Engineering Group Penfield and Smith
973 Higuera Street 3841 N. Freeway Blvd. PO Box 98
San Luis Obispo, CA 93401 Suite 280 Santa Barbara, CA 93102
Sacramento, CA 958341929
id Evans & Assoc DKS Associates Moore Iacofano Goltsman Inc.
.,t10 Iowa Ave., Ste. 230 1956 Weber St., Ste. 300 1802 Fath Street
Riverside, CA 92507-3402 Oakland, CA 94612 Berkeley, CA 94710
TJKM Transportation Frederic R. Harris, Inc. Barton-Aschman Associates
Consultants 222 W. Sixth St., Ste. 950 75 N. Fair Oaks Avenue
4637 Chabot Dr., Ste. 214 San Pedro, CA 90731 PO Box 91090
Pleasanton, CA 94566 Pasadena, CA 91109
JHK & Associates Bissel & Karn CH2M Hill
PO Box 193727 5890 Stoneridge Drive 2107 N. First Street
San Francisco, CA 94119 Pleasanton, CA 94588 Suite 210
San Jose, CA 95131
Wiildan Associates Nolte & Associates McGlassen & Associates
374 Poll St., Ste 101 60 S. Market St., Ste. 300 4630 W. Jacquelyn, Ste. 108
Ventura, CA 93001-22613 San Jose, CA 95113 Fresno, CA 93772
Siegfried Engineering ASL Consulting Engrs. Engeo Incorporated
45 Coronado Avenue 4880 Santa Rosa Road 2401 Crow Canyon Road
:kton, CA 952042396 Suite 170 Suite 200
Camarillo, CA 93012 San Ramon, CA 94583-1545
Kittelson & Associates Hawkins/Mark-Tell Sorensen Engineering
1455 Response Road PO Box 619008 24 Eagle Hill
Suite 120 Roseville, CA 95678-9866 Kensington, CA 94707
Sacramento, CA 95815
Mark Thomas & Co. Inc. Par Environmental Services Justin F. Farmer
90 Archer Street PO Box 160756 223 E. Imperial Highway,Ste.155
San Jose, CA 95112 Sacramento, CA 95816-0756 Fullerton, CA 92635
RRM Design Group EDA Korve Engineering
3026 S. Higuera Street 1320 Nipomo Street 201 S. Lake Ave., Ste. 706
San Luis Obispo, CA 93401 San Luis Obispo, CA 93401 Pasadena, CA 91101
psrllst/mm2
W-7-TING AGENDA C!3
ITEM #
FEND } 1994
MEMORANDUM sAN LUES G3;SPO,c
February 14, 1993
To: John Dunn
From: Mike McCluske '
subject: Agenda Item -- RFP for Prado Rd. Interchange
Attached is a revised RFP which incorporates Caltrans comments
which were received last thursday. The changes fall into
approximately three categories:
1. The scope was expanded to include a section to deal with how
the project is to be financed.
2 . Language was added to emphasize a traffic study, the
environmental concerns and the need for a design exception to the
one mile spacing of interchanges rule.
3 . Language was added to tone down the preference for a single
point diamond interchange and encourage the consultant to study a
full diamond and other geometrics.
Also added to the RFP were some standard city language on insurance
and project cost estimates and how they will be used in the
evaluation process.
COUNCIL ❑ CDD DIR
R�ICAO ❑ FIN DIR
D46CAO ❑ FIRE CHIEF
6105ATTORNEY !Q PYd DIR
B`CLERK10MG ❑ POLICE CHF
�. ❑ MGNT TEAM ❑ REC DIR
;E3,9 READ FILE U UTIL DIR
i /r/LE
0 PERS 0I9
CITY OF SAN LUIS OBISPO
REQUEST FOR PROPOSALS
PRADO ROAD/LOS OSOS ROAD INTERCHANGE
PROJECT STUDY REPORT
(SPECIFICATION NO. 94-08A)
A. INTRODUCTION
The City of San Luis Obispo is requesting proposals to prepare a
Project Study Report (PSR) for a proposed Prado Road interchange at
its existing intersection with Highway 101. Prado Road currently
terminates at its westerly point with Highway 101. The project is
a full freeway interchange to extend Prado Road westerly towards
the area known as the Central Coast Plaza and eventually to Madonna
Road.
The San Luis Obispo City Council intends to preserve as much open
space as possible. To achieve this objective, the City prefers
construction of a "single point diamond interchange" because the
least additional right-of-way is required. The .Consultant shall
review other geometric interchange designs, but should remember
that the City's emphasis is open space preservation without
degrading acceptable service levels. The City has no preference
for either a Prado Road overpass or a Highway 101 overpass of Prado
Road, however, Caltrans has indicated a Highway 101 overpass may be
infeasible due to earthwork considerations.
Because the spacing of the proposed freeway interchange of Prado
Road and Highway 101 is less than existing FHWA standards, the City
and Caltrans readily acknowledge that a design exception will have
to be approved by the California Department of Transportation to
allow the interchange. Caltrans District 5 and FHWA, have
indicated that the exception could be granted if auxiliary lanes
were provided on both sides of the freeway from the existing
Madonna Road interchange to the existing Los Osos Valley Road
interchange. It will be incumbent upon the proposer to demonstrate
capabilities to achieve approval of the required exception.
B. SUBMITTAL DEADLINE AND PRE-SUBMITTAL CONFERENCE
Four (4) copies of Consultant proposals must be received by the
City Clerk's Office no later than Proposals
must be delivered or mailed to:
City of San Luis Obispo
City Clerk's Office
990 Palm Street/P.O. Box 8100
San Luis Obispo, CA 93403-8100
1
The City will hold a pre-submittal conference in San Luis Obispo on
beginning at 1: 00 p.m. in the Public Works
Conference Room, 955 Morro Street, San Luis Obispo, CA. At this
conference prospective consultants may view existing materials, ask
questions, and review in the field the State and local street
network within the project study area. Consultants wishing to
attend the pre-submittal conference should call Pamela King at
805/781-7210 no later than
C. ROLE OF STATE AND FEDERAL AGENCIES
The PSR must satisfy all requirements of the California Department
of Transportations"s Guidelines for the Preparation of Project
Study Reports (September, 1991 as amended) and the Federal Highway
Administration (FHWA) .
D. EXISTING INFORMATION
The following reports and studies are available to assist the
Consultant with the preparation of the PSR:
1. Transportation Model (MINUTP, 1991) : As part of preparing the
City's new Circulation Element, a traffic model was developed
to forecast traffic conditions. The results led to
recommendations for changing both State and local road systems
in San Luis Obispo. The traffic model (with documentation) is
available for Consultant use. City staff will not provide
support for model applications, however.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
2. Concept Design for Los Osos Valley Road Highway Ramps (1992) :
As part of the City's Circulation Element studies, concept
design was prepared for modifying freeway ramps and local
street intersections on the west side of Route 101. (See
attached Exhibit 2) .
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
3. Draft Circulation Element Recommendations for Network Changes
(1992) : As a result of the City's traffic modeling studies,
and as part of the City's draft Circulation Element, the
following street projects within the study area have been
recommended (see attached Exhibit B) :
(a) Construct a full interchange at Prado Road and Route 101.
(b) Extend Prado Road from Route 101 to Madonna Road (4-6
lane arterial) .
2
(c) Widen Prado Road between South Higuera and Route 101 (4-6
lane arterial) .
(d) Extend Prado Road east of South Higuera Street to connect
with Route 227 at Industrial Way (4 lane arterial) .
(e) Widen Los Osos Valley Road between Madonna Road and Route
101 (4 lane) .
(f) Widen Tank Farm Road between South Higuera and Route 227
(4 lane arterial) .
(g) Widen Route 101 to six lanes between Santa Rosa Street
and Los Osos Valley Road.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
4. Final Environmental Impact . Report -- 1992 Land Use
Element/Circulation Element Updates: This report describes
the impacts of the street projects listed in item #3 above.
The EIR's technical appendix provides spread sheet information
on land use changes within traffic zones and resultant changes
(model output) in ADT and level of service (LOS) .
Agency: SLO Community Development Department, Glen
Matteson, 805/781-7165
5. Private Development Traffic Studies (1993) : Consultants
working for sponsors of commercial development west of Route
101 (Central Coast Plaza Expansion) have evaluated the
project's traffic impacts. The focus of this analysis was to
suggest a phased development strategy for the Prado Road
interchange tied to phased development of the commercial
center.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
6. MINUTP modeling Studies of Costco Development (1994) : DKS
Associates conducted a MINUTP model evaluation of the
development of a 150, 000 square foot warehouse retail store on
Madonna Road west of Route 101. The study evaluated the
impacts of extending a collector street from the warehouse
store site to Los Osos Valley Road.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
3
7. Phase I Circulation Study, DRS Associates (1988) : DKS
Associates assisted the City in preparing its draft
Circulation Element. As part of that effort, the Consultant
produced a report that evaluated existing transportation
conditions throughout the City with special studies of
neighborhood traffic management and downtown circulation and
parking.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
8. Aerial photographs on mylar, Scale: 1" = 501 , flown 1981, for
all existing City arterial streets within the project study
area.
Agency: SLO Public Works Department, Wayne Peterson,
805/781-7200
9. Route 101 as-built plans (dated ) : Hard copies are
available at Caltrans, District 5. Microfiche may also be
available at Caltrans, District 5. Mylars should be filed at
Caltrans Headquarters in Sacramento.
Agency: Caltrans, District 5, Margaret Carrio, 805/549-3241
10. Caltrans Conceptual Interchange Designs (1990) . Previous
conceptual designs using a full interchange and partial
cloverleaf.
Agency: SLO Public Works Department, Terry Sanville,
805/781-7178
E. DESIRED ELEMENTS OF THE PROJECT STUDY REPORT
Attached Exhibit 1 shows the study area for the Project Study
Report.
1. City staff expects as the course of the PSR proceeds that a
verification will be requested and necessary of the City's
existing computer based traffic model.
2. Although identified in the PSR guidelines, the City wishes to
place special emphasis on the need for a traffic study of the
Highway 101 corridor within the study area, based upon full
implementation of the City's General Plan Land Use Element.
3. The City requests that additional detail be provided to the
final PSR approval schematic design such that the City can
establish right-of-way setback lines for future acquisition
and development and such that Caltrans staff can make accurate
right-of-way cost estimates.
4
4. The City desires that the interchange design consider both
options of a single point diamond interchange considering
Prado Road at grade, versus Highway 101 at grade. A full
standard diamond and other schematic designs should also be
considered. However, once again, it is the City's intention
to limit right-of-way acquisition of open space areas without
degradation of acceptable service levels. Should the results
of the initial environmental inventory indicate highly
sensitive areas, an "avoidance" alternative should also be
considered.
5. The PSR should include an analysis of the feasibility of a
phased construction schedule. In other words, is it logical
or feasible to incrementally construct the final preferred
schematic alignment?
6. A complete technical appendix that includes all worksheets,
model output, and other data and/or documentation which
supports the findings and recommendations of the Project Study
Report.
7. The PSR shall include a financing section detailing the
various resources which will be used to construct the
ultimately selected interchange.
S. The following documents:
Administrative draft PSR (10 copies)
Draft PSR (3 copies)
Final Draft PSR ("camera ready" form)
F. GENERAL SERVICES PROVIDED BY CONSULTANT
In completing the PSR and related studies, the City wants the
Consultant to be responsible for:
1. Inter-agency coordination and consultation with Caltrans,
FHWA, and local/regional transportation agencies such as the
County of San Luis Obispo and the San Luis. Obispo Council of
Governments.
2. Liaison with the sponsors of proposed commercial development
and property owners affected by area improvements or those
required to participate in capital project funding.
3. Obtaining and review all existing transportation and land use
plans and background information that is pertinent to the
preparation of the PSR.
4. Preparation of mapping materials, consistent with Caltrans
standards, necessary to evaluate alternatives and present
recommended modifications.
5
S. Preparation of all requests for exceptions to Caltrans or FHWA
standards for project elements described within the PSR in a
form prescribed by Caltrans.
6. Presentation of report findings and recommendations to the San
Luis Obispo City Council and other agencies as needed.
G. ANTICIPATED WORK SCHEDULE
It is the City's objective to:
1. Have Consultant schedule and conduct a "kick-off" meeting with
Consultant, developer, and Caltrans' representatives and
appropriate local transportation agency representatives within
14 calendar days of the execution of consultant services
agreement.
2. Receive ten (10) copies of a complete administrative draft of
the PSR (including all findings and recommendations) within
150 calendar days of the signing of a consultant services
agreement. If different, see paragraph H. 2 .L.
3. Complete agency review of the administrative draft PSR and
transmit comments to Consultant within 45 calendar days of
receipt from administrative draft PSR.
4. Receive three (3) copies of a draft of the report from
Consultant within 60 calendar days of receipt of agency
comments.
5. Complete focused agency review of the draft report and
transmit comments to Consultant within 21 calendar days of
receipt of draft PSR.
6. Complete final draft and transmit "camera ready" copy of final
draft PSR and a computer diskette copy of report in
Wordperfect 5. 1 within 14 calendar days of receipt of City
final comments. All maps and drawings included within the
report shall be prepared using AUTOCAD (Release 12) and a
computer diskette copy shall be provided.
H. THE PROPOSAL
1. Format and requirements: Although there is no maximum proposal
length, proposals should be kept .to the minimum length
necessary to address the requirements of the RFP. Proposals
shall be 8" x 11" with pages numbered sequentially. Padding
the proposal with "boilerplate" material is strongly
discouraged.
6
2. Proposal contents:
a. Firm identification:
1. Firm name and address.
2. Name and telephone number of contact person.
3. A list of the firm's principals with experience,
background, academic training and registration.
b. Information for each sub-consultant:
1. Name, address and telephone number.
2. Contemplated role of the firm in the project.
C. Location of office where this work would be performed.
.d. List of personnel for all firms. Indicate experience,
background, academic training and registration. Describe
anticipated role in the project, and how the staff would
be organized.
e. Description of similar projects that the firm, its
personnel, subcontractors and associates have performed
previously. For each project listed include location,
description of work, client and construction cost. List
at least three projects undertaken by the firm, the
original budget (in working days and cost, and the final
budget respectively) . Indicate reasons for under/over
runs in either. Provide contacts for reference.
f. Description of experience with Caltrans in coordinating
and preparing similar projects including the phasing of
projects and the firm's experience in attaining Caltrans
approvals.
g. Experience in managing an multi-disciplinary team of
professionals and sub-consultants.
h. Knowledge of .State and Federal environmental and project
development rules and procedures.
i. Project Understanding: Describe the project background
and process as relating to requirements for consultant
qualifications.
j . Work Program: Based on your understanding of the
project, list all required tasks to complete the work.
7
k. Work Budget: Provide a budget breakdown to demonstrate
your understanding of the project needs. This budget
will not be binding; the final agreement will be the
result of a precise scope of work and a negotiated
compensation amount. The breakdown should include
itemized person-hours, rates and costs for all required
work tasks, as proposed. It is assumed that these cost
estimates are all inclusive (personnel, materials,
equipment, travel, incidental costs, etc. ) The City will
not use cost estimates as a selection criteria for hiring
a consultant. However, for purposes of ascertaining
knowledge of the project, the City will use this
information in judging the Consultant's ability to
estimate workload and overall knowledge of the
requirements of the project.
1. Project Schedule: Provide schedule for all work tasks.
M. Insurance: . Firms filing proposals for this project must
provide documentation that they comply with the City's
insurance requirements as specified on Exhibit 2 .
n. Provide a statement of what especially qualifies your
firm to perform this work.
o. Signature: Proposal shall be signed by an authorized
corporate office whose signature is binding upon the
firm.
p. Valid Period: Include a statement that proposal will
remain valid for 60 days.
q. Conflict of Interest: Proposal shall include a statement
that no conflicts of interest exist in the provision of
these services.
r. (Optional) : Information, experience, personnel, timing
availability of staff to perform Design Services.
S. Appendix: Include supplemental information; if any, such
as firm brochure, fees for additional services, etc. , at
the end of the proposal.
I. THE SELECTION PROCESS
The City will establish a screening committee to review all
proposals received and to rank the proposals. The City will
interview the top three or four consultants with the most
competitive proposals. A representative of Caltrans, District 5,
will participate during the interview. Key criteria to be used by
the City in selecting a consultant or consultant team include the
following:
8
1. Demonstrated experience in preparing PSR's for Caltrans,
traffic and transportation analysis, cost estimating of
highwayprojects, and financial planning for project
construction.
2. Consultant's understanding of the City of San Luis Obispo's
desires and general approach to the project as demonstrated in
the Project Understanding and Work Program.
3. Proposal requirements established in this RFP are included in
the Proposal.
4. Qualifications of Consultant's staff being assigned to this
project.
S. Demonstrated ability of the Consultant to perform quality
work, control costs, and meet time schedules.
6. Demonstrated knowledge of highway and traffic signal design.
7. Ability to work effectively with City, regional and Caltrans
transportation staff.
The top ranked firm will be invited to refine its proposal and
negotiate a consultant services agreement with the City.
J. FOR MORE INFORMATION . . .
Contact Michael McCluskey, Director of Public Works, 805/781-7210.
pradorfp/mm2
9
INSURANCE REQUIREMENTS: Consultant Services
The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the performance of the work hereunder
by the Contractor, its agents, representatives, employees, or subcontractors.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability,code 1 (any auto).
3. Workers' Compens#tion insurance as required by the State of California and Employer's Liability Insurance.
4. Errors and Omissions Liability insurance as appropriate to the consultant's profession.
Minimum Limits of Insurance. Contractor shall maintain limits no less than:
1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If
Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit shall be twice the required
occurrence limit.
2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
3. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
4. Errors and Omissions Liability: $1,000,000 per occurrence.
Deductibles and Self-insured Retentions. Any deductibles or self-insured retentions must be declared to and
approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or
self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall
procure a bond guaranteeing payment of losses and related investigations, claim administration and defense
expenses.
Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed
to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects:
liability arising out of activities performed by or on behalf of the Contractor; products and completed operations
of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired
or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection
afforded to the City, its officers, official, employees, agents or volunteers.
2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects
the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained
by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance
and shall not contribute with it.
3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall
not affect coverage provided to the City, its officers, officials, employees, agents or volunteers.
4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability.
5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended,
voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days' prior written
notice by certified mail, return receipt requested, has been given to the City.
Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best's rating of no less than
A:VII.
Verification of Coverae. Contractor shall furnish the City with a certificate of insurance showing maintenance
of the required insurance coverage. Original endorsements effecting general liability and automobile liability
coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized
by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before
work commences.