Loading...
HomeMy WebLinkAbout07/21/2009, C5 - HIGHWAY 1/ SANTA ROSA MAJOR INVESTMENT STUDY council Mae,Dam 7/212009 ac,Enaa nEpoizt ,mm�m�. �s CITY OF SAN , LUIS O B 1 S P 0 FROM: Jay D. Walter, Director of Public Work"-1#3 Prepared By: Jake Hudson, Senior Traft Engineer SUBJECT: Highway 1 /Santa Rosa Major Investment Study RECOMMENDATIONS 1. Appropriate $400,000 in approved State Transportation Improvement Program (STIP) grant funding to conduct a Major Investment Study (MIS) on Highway 1 / Santa Rosa Street. 2. Review and approve the Hwy 1 Major Investment Study draft scope-of-work and authorize the City Manager to approve the request for proposals and award the contract if within the study budget. DISCUSSION In response to increasing traffic volume and congestion along Highway 1 / Santa Rosa Street between Stenner Creek Road and Walnut Street, the State Department of Transportation (CalTrans) and the San Luis Obispo Council of Governments (SLOCOG) allocated $400,000 towards the investigation of solutions to improve safety, operations, community enhancement, and access along HWY 1. The funding had originally been allocated in June 2008 with SLOCOG identified as an interim agency lead until it could establish agreements and transfer lead responsibilities to an agency more capable of completing the study. In order to meet funding deadlines in February 2009, City staff approved an agreement with SLOCOG & CalTrans transferring agency lead on the project to the City of San Luis Obispo to coincide with funding allocations approved by the California Transportation Commission (CTC). Due to the rapid pace of response needed to address Federal Stimulus application submittals, City budget processes and other competing projects, staff was unable to confer with SLOCOG and Caltrans on the project requirements until May 2009. While it makes sense for the City to take on this lead project role, it comes with a significant caveat—the grant funding used to finance the project must be fully expended by June 30,2010. This is a very accelerated schedule, particularly for a project of this magnitude. However, if the City can meet the funding deadlines it allows some significant benefits to the City. The primary benefit of the City taking lead on this project is that it presents a unique opportunity to complete advanced work for an update to the Circulation Element which would otherwise be funded with local dollars. The recommended scope-of-work for the MIS includes an assessment of existing traffic conditions, existing land use conditions, update of the City travel demand forecast model, operational assessment of buildout conditions, environmental constraints and an implementation plan for potential corridor improvements. C� J . Highway 1 /Santa Rosa Major Investment Study Page 2 What is a Major Investment Study? A Caltrans MIS is a planning document that investigates operational, safety and capacity issues along a corridor that is too complicated to analyze in a project specific planning document. The MIS investigates long-term issues and associated improvements that can be programmed to mitigate future traffic issues that will develop and corridor conditions change. The document can analyze adjacency issues, such as neighborhood cut-throughs. Due to the significant time constraint and the need to get the Request for Proposal (RFP) process underway as soon as possible, staff has developed a draft scope-of-work for Council's review and approval at this time. Both Caltrans and SLOCOG will review the RFP and suggest changes and additions that will be needed for the document. In addition, if the short timeline is to be met, it is likely that staff will need to use a portion of the grant funding to hire contract or temporary staff assistance to either backfill some of existing staff work to allow regular staff to act as project manager or to hire in a consultant project manager that will oversee the delivery schedule and MIS consultant production. Staff is working with SLOCOG and Caltrans to investigate the potential to ask for a one-time only extension of the grant deadlines to soften the speed that would be needed to produce a final document by the July 2010 deadline. However, for RFP circulation purposes, a very rapid delivery schedule to meet the deadline has been identified for potential project proposers. FISCAL IMPACT The Highway 1 Major Investment Study and the associated STIP grant funding is not currently identified in the 2009-11 Financial Plan because staff continues to seek project information and deadline discussions with SLOCOG. The total project costs are estimated at $400,000. Staff recommends the Council appropriate $400,000 in approved State STIP grant revenue to be used to conduct a Major Investment Study on Highway 1 / Santa Rosa Street. There is no local match required as a condition to this grant funding. There would be no further financial commitments required from the City, other than miscellaneous reimbursable costs and staff resources. ALTERNATIVE Deny appropriation of grant funding. The City Council may choose not to accept the STIP grant funding; however Staff does not recommend this alternative because the planning project is worthy one (even with the accelerated timeline) and acceptance of the grant will not require local match funds. Without these grant funds, future work analyzing the corridor, either on its own or as part of the Circulation Element update, would otherwise require local funding. ATTACHMENT Draft-Major Investment Study scope-of-work 9:\staff-reports-agendas-minutes\_car\2009\transportation\car hwy 1 mis\car hwy 1 mis 072109.doc / city of jan Ly UIS OBISpd Attachment Section A DESCRIPTION OF WORK The City is seeking a qualified team of multidisciplinary consultants to prepare a Major Investment and Corridor Study for State Route 1 from Hwy 101 to Stenner Creek Road. Background: In April of 2009,the City of San Luis Obispo, San Luis Council of Governments and the California State Department of Transportation entered into an agreement to conduct a Major Investment and Corridor study investigating solutions to improve operations, safety, access, and general community enhancement along State Route 1 (Santa Rosa Street) from Stenner Creek Road to Highway 101 with a delivery deadline of July 2010. Funding for the program is provided thru the State Transportation Improvement Program (STIP)with an allocation of$300,000. The project will include assessment of parallel travel corridors including the Broad Street and Chorro Street neighborhood to the west of HWY 1. Workscope: The consultant(s) selected will be responsible to perform the necessary work to deliver a Hwy 1 Major Investment and Corridor Study consistent with all applicable Federal, State, and Local travel guidelines and requirements. IMPORTANT-Accelerated Delivery Schedule Due to grant funding requirements,work related expenditures regarding this project must be completed no later than June 30, 2009. Therefore, consultants proposing on the project will need to be prepared for a rapid deployment, investigation, draft preparation and final reporting by that date. While consulting firms are not discouraged from submitting for the project, all proposals should anticipate this completion schedule and anticipate full implementation by critical deadlines. The outline below is meant to clarify the consultant's role, but not be an all inclusive list of every task needed to achieve the work product. Assessment of Baseline Conditions Volumes &Traffic Conditions - Collection of Daily segment volumes - Collection of AM, PM, & NOON peak hour intersection turning movement counts including bicycle and pedestrian volumes. - Conduct vehicle classification study as part of traffic count collections. - Assessment of current transit routes and ridership - Conduct segment and intersection capacity analysis in addition to other general operational assessments. - Prepare Summary of existing travel patterns. Travel Patterns - Assessment of general traffic travel patterns utilizing observed data and Base year of City's travel demand model. - Assessment of commercial (trucking)traffic travel patterns - Assessment of tourism and seasonal based traffic travel patterns. - Prepare Summary of key travel patterns Physical Conditions - Conduct surveys of physical geometric conditions in addition to assessment of pavement conditions&corridor structures. - Assessment of planned projects along corridor - Prepare summary of key physical conditions, Attachment Traffic Safety&Collisions - Assessment of overall collision rates including fatality, injury, and property damage only rates - Assessment of primary collision factors and collision typing - Prepare summary of key safety findings Land Use Conditions Land Use - Conduct an inventory of existing land use in the corridor - Conduct a forecast and assessment of expected buildout land use in the corridor - Assessment of buildout land use development constraints in the corridor - Prepare summary of findings Population, Employment, & Economic Trends - Assessment of local and regional population trends impacting the corridor - Assessment of local and regional employment trends impacting the corridor - Assessment of local and regional economic trends impacting the corridor - Prepare summary of findings Buildout Conditions City Traffic Model - Submit a detailed workscope including a list of key work items, a schedule, including tum around times a list of any sub-consultants needed for the work and a cost proposal. (Final workscope and cost to be negotiated.) - Complete a citywide buildout travel demand forecast model utilizing the City's 2009 base year travel demand within TransCAD modeling software. - Conduct an evaluation of baseline conditions including collection and analysis of traffic volumes&traffic conditions, travel patterns, physical conditions, and traffic safety. - Conduct an evaluation of land use conditions including base year conditions, buildout year forecasts, and population, employment, and economic trends. - Conduct an evaluation of buildout conditions including forecasting and analysis of traffic volumes&traffic conditions, travel patterns, physical conditions, and traffic safety. - Complete development of land-use and network elements of the model, including batch application module. - Complete preliminary reports documenting work progress leading up to initial model run. - Complete initial model validation/calibration and development reports. - Submit initial model run including all TransCad files and development reports for City review. - Complete draft model validation/calibration and development reports and in-house quality assurance check. - Submit draft model run including all TransCad files and development reports for City review. - Complete Final draft model validation/calibration and development reports and in-house quality assurance check. - Submit final model runs including all TransCad and all other digital files and development reports. - Complete Citywide multimodal buildout traffic model utilizing existing Citywide multimodal base year model, City land use element, and corridor land use assessments completed as part this work effort. - Forecast daily segment volumes - Forecast AM, PM, & NOON peak hour intersection turning movements - Forecast transit demand &ridership - Prepare model development report and forecast summaries Buildout Conditions without Improvements - Conduct Segment& Intersection Capacity Analysis - Conduct Operational Assessments - Conduct Transit capacity and route assessments - Identify capacity and operational deficiencies - Prepare summary of findings. Alternative Analysis - Assessment of buildout traffic and transit demand & needs - Prepare recommendation and analysis for localized improvements - Prepare recommendations and analysis for Corridor-Wide Improvements - Prepare estimates of probably costs Highway 1 MIS Page 2 of 8 Attachment Environmental Constraints Technical Review - Assessment of various potential impacts, ie. Landuse, Transporation, Noise, Air Quality, Cultural, Visual, etc.... Anticipated Environmental Approval - Identification of required permits - Identification of required technical reports and studies Implementation Plan Project Phasing & Implementation - Short Tem - Mid Term - Long Term - Other Improvements Implementation Phase Cost Estimates - Project costs by phasing Implementation Funding Options Key Deliverables The outline below is meant to clarify key deliverables the consultant is required to provide, but not be an all inclusive list of every deliverable needed to achieve the work product. Internal Staff Meetings. The Consultant may be required to attend up to 5 internal staff meetings on various subjects ranging from project scoping to community outreach strategies.. Community Workshops. The Consultant will be required to organize, attend, facilitate, and prepare presentation I discussion materials for 1 to 2 community workshops. Planning Commission Workshops. The Consultant will be required to attend and assist in the preparation of staff reports and presentation materials for 1 to 2 planning commission workshops. City Council Meetings. The Consultant will be required to attend and assist in the preparation of staff reports and presentation materials for 1 to 2 City Council Meetings. Baseline Conditions & Landuse Technical Memorandum. The Consultant will be required to prepare and submit to the City a technical memorandum summarizing data findings and assessments as described within the workscope. In addition the Consultant will be required to submit all raw data collected as part of findings in electronic adobe acrobat(.pdf)or Miscrosoft Excel (.xis)format. City Buildout Traffic Model. The City will provide to the consultant TransCad Base year travel demand model files, Base year technical development reports, and Citywide build-out landuse assumptions. The Consultant will be required complete all work necessary in order to deliver a complete and fully functional future forecast travel demand model based in TransCad. The consultant will be required to prepare and provide technical development memos and final electronic TransCad files. Buildout Conditions & Landuse Technical Memorandum. The Consultant will be required to prepare and submit to the City a technical memorandum summarizing data findings and assessments as described within the workscope. The consultant will also be required to prepare as part of this technical memo, draft recommendations for investment alternatives. Environmental Constraints Technical Memorandum. The Consultant will be required to prepare and submit to the City a technical memorandum summarizing environmental constraints, potentially required permits and approvals, and associated recommendations. Implementation Technical Memorandum. The Consultant will be required to prepare and submit to the City a technical memorandum summarizing potential methodologies for implementation funding and phasing and other associated, potentially required permits and approvals, and associated recommendations. C6--5 Highway 1 MIS Page 3 of 8 Attachment Draft Major Investment Study. The Consultant will be required to prepare and submit to the City, for review, a complete draft Major Investment Study with technical appendices which fulfills all applicable requirements. Administrative Draft Major Investment Study. The Consultant will be required to prepare and submit to the City a complete administrative draft Major Investment Study with technical appendices. The Consultant will also be required to organize and facilitate publication for public review and comment and to assist in the preparation of responses. Final Major Investment Study. The Consultant will be required to prepare and submit to the City a complete Final Major Investment Study with technical appendices. Traffic Volumes The City has a comprehensive database of historical and current traffic volumes that will be available to the consultant for most all roadways to be forecasted in the model. Any further counts necessary will be conducted by the consultant on a time and material basis. Land Use The City maintains a current land-use database which will also be available to the consultant. The land use database has SIC codes, units, and building square footages for each individual parcels within the City limits. The consultant will be expected to conduct an overall validation of this land use database and truncate these values into the general model land use types. The consultant may be required to conduct a surrey of land uses immediately outside city limits if applicable to the model. Transit Data The City maintains a complete database of-transit records including such data as transit rider ship reports. In addition the City is currently under contract for an update of its Short Range Transit Plan, which includes a comprehensive study of the existing system. This data should be available by the Summer of 2009. CS'6:0 Highway 1 MIS Page 4 of 8 Attachment Section B GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (Consultant)shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications package. By virtue of its proposal submittal, the Consultant acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must include the form(s) provided in the specifications, accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to the Public Works Department, City of San Luis Obispo, 919 Palm Street, San Luis Obispo, CA, 93401. In order to guard against premature opening, the proposal should be clearly labeled with the proposal title, specification number, name of Consultant, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the Consultant's insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City's insurance requirements are detailed in Section F. 4. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 5. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past government disqualifications on the form provided in the RFP package. 6. Proposal Withdrawal and Opening. A Consultant may withdraw its proposal,without prejudice prior to the time specified for the proposal opening, by submitting a written request to the City Engineer for its withdrawal, in which event the proposal will be returned to the Consultant unopened. No proposal received after the time specified or at any place other than that stated in the"Notice Requesting Proposals"will be considered. All proposals will be opened and declared publicly. Consultants or their representatives are invited to be present at the opening of the proposals. 7. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested in more than one proposal,except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub-proposal to a Consultant submitting a proposal, or who has quoted prices on materials to such Consultant, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other Consultants submitting proposals. 8. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged, but will be permitted. However, any such oral communication shall not be binding on the City. 9. Alternative Proposals. The proposer may submit an alternative proposal (or proposals)that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternatives, and discuss under what circumstances the City would prefer one alternative to the other(s). Highway 1 MIS Page 5 of 8 Attachment , CONTRACT AWARD AND EXECUTION 10. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non substantial irregularities in any proposal,to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. 11. Competency and Responsibility of Consultant. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of Consultants. Consultants will provide, in a timely manner, all information that the City deems necessary to make such a decision. 12. Contract Requirement. The Consultant to whom award is made shall execute a written contract with the City within ten (10)calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. 13. Insurance Requirements. The Consultant shall provide proof of insurance in the form, coverages and amounts specified in these specifications within 10 (ten)calendar days after notice of contract award as a precondition to contract execution. 14. Business License&Tax. The Consultant must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information regarding the City's business license and tax program may be obtained by calling (805)781-7134. 15. Failure to Accept Contract. The following will occur if the Consultant to whom the award is made (Consultant)fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a Consultant's bond or security is required; and an award may be made to the next highest ranked Consultant with whom a responsible compensation is negotiated,who shall fulfill every stipulation as if it were the party to whom the first award was made. Highway 1 MIS Page 6 of 8 l Attachment Section C PROPOSAL CONTENT AND SELECTION PROCESS PROPOSAL CONTENT 1. Submittal Forms a. Acknowledgement b. Non-Lobbing Certification c. Certificate of Insurance d. Proposed Services e. References f. Statement of Past Disqualifications g. Debarment and Suspension Certification h. Certification of Consultant i. Disclosure of Lobbying Activities 2. Qualifications a. Experience of your firm in performing similar services b. Experience of the staff to be assigned to the project in performing similar services c. Redundancy in the company of staff experienced in this type of work d. Resumes of the individuals who would be assigned to this project, including any known sub-consultants e. Proximity and staffing levels of the nearest company office f. Statement and explanation of any instances where your firm has been removed from a project or disqualified from proposing on a project g. Standard hourly billing rates for consultant and sub-consultant staff h. Detailed list of services available directly from the company 3. Work Program a. Description of your approach to working with City staff to achieve their goal of completing the assigned Capital Improvement Plan work. b. Services or data anticipated to be provided by the City c. Any other information that would assist us in making this contract award decision 4. Proposal Length and Copies a. Proposals should be the minimum length to provide the required information. Charts and other short form approaches to convey information are encouraged. b. 3 copies of the proposal must be submitted. PROPOSAL EVALUATION AND CONSULTANT SELECTION Proposals will be evaluated by a review committee and contract award process as follows: 5. Written Proposal Review/Finalist Candidate Selection Proposals will be reviewed by a selection committee and ranked in accordance with the responsiveness, qualifications and understanding of the Consultant relative to these specification requirements. A group of finalist candidates will be selected for follow-up interviews and presentations, or requests for additional clarifying information, before a final top ranked consultant is determined. O'b 9 Highway 1 MIS Page 7 of 8 `- Attachment 6. Oral Presentations/interviews Finalist candidates will make an oral presentation to the review committee and answer questions about their proposal, or respond to a written request for additional information within an allotted time. The purpose of this second phase to clarify and resolve any outstanding questions or issues about the proposal, to evaluate the proposer's ability to clearly and concisely present information orally, and to expand on the approach to working integrally with City staff. 7. Consultant Selection After evaluating the proposals and discussing them with the finalists, a ranking of the consultants based on these items will be generated. Contract award will be based on a combination of factors that represent the best overall value for completing the workscope as determined by the City, including:the written proposal criteria described above; results of background and reference checks; results from the interviews and presentations phase; and proposed compensation rates. 8. Proposal Review and Award Schedule(Tentative) The following is an outline of the anticipated schedule for proposal review and contract award: Issue RFP..............................................................07/24/2009 Receive proposals.................................................08/21/2009 Complete proposal evaluation..............................08//28/2009 Conduct finalist interviews 09/03/2009 (consultants should reserve date) Finalize staff recommendation ..............................09/17/2009 Award contract.......................................................09/21/2009 Execute contract....................................................09/22/2009 Begin Work, collect data, hold meetings............... 09/2009-03/2010 Draft MIS Submittal ............................................... 04/20/2010 Public Workshop.................................................... 05/15/2011 Final Report........................................................... 06/30/2010 a5-/o Highway 1 MIS Page 8 of 8