Loading...
HomeMy WebLinkAboutAgenda Report - September 19, 2018 C-17TM CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: MEETING DATE: PREPARED BY: AGENDA ITEM C ' 17 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with LSC Transportation Consultants, Inc., of Tahoe City, for Preparation of Short Range Transit Plan Update ($48,000) September 19, 2018 Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services Agreement with LSC Transportation Consultants, Inc., of Tahoe City, for preparation of Short Range Transit Plan Update, in the amount of $48,000. BACKGROUND INFORMATION: The Federal Transit Administration (FTA) requires that any transit agency receiving Federal funds must develop, and periodically update, a Short Range Transit Plan (SRTP). A SRTP is a general plan for a transit system that identifies fleet needs, capital and operating costs and revenues, assesses new transit services or projects, and makes recommendations for implementation over a five or 10 -year period. When the San Joaquin Council of Governments (SJCOG) developed the 2016 Regional Transit Systems Plan (RTSP), it was noted that transit agencies within the County had existing SRTP's that were completed at various time periods; some with five-year plans, while others had 10 -year plans. This inconsistency created challenges for SJCOG for forecasting and programming transit operating and capital projects on a regional basis. As a result, guidelines were developed to provide consistency, coordination, and synchronization of SRTP's for agencies throughout the region, thus requiring all agencies to begin the process of updating their existing SRTP's. The City's current SRTP was adopted by City Council in May 2013 and covers the 10 -year period, Fiscal Year 2013/14 through Fiscal Year 2022/23. Because the 10 -year period identified by SJCOG extends to Fiscal Year 2027/28, the City needs to update its SRTP to include those additional years and, thus, conform to the synchronized 10 -year plan for the region. On July 19, 2018, the City of Lodi issued a Request for Proposals (RFP) to obtain the professional services of a consultant to develop the City's Short Range Transit Plan Update. The RFP was sent to 15 transit consulting firms. One proposal, from LSC Transportation Consultants, Inc. (LSC), was received by the August 13, 2018 deadline. LSC's proposal includes a comprehensive plan to address the needs and available resources of Lodi's transit riders and service area. LSC has more than 35 years of expertise in transportation and transit consulting services and has a well-rounded and experienced staff of consultants to complete the requirements outlined in the RFP scope of services. Because of LSC's prior experience completing the City's most recent SRTP, and the reasonableness of its cost proposal, Staff recommends the services of LSC to complete the City's Short Range Transit Plan Update. APPROVED: ' hen Sc wa.. ier, City Manager K:\WP\TRANSIT\CCSRTP Update.doc 9/11/2018 Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with LSC Transportation Consultants, Inc., of Tahoe City, for Preparation of Short Range Transit Plan Update ($48,000) September 19, 2018 Page 2 After LSC Transportation Consultants complete their work, staff will present the draft plan and its recommendations to Council and the public for comment and then again for adoption early next year. FISCAL IMPACT: The fiscal impact is limited to the cost of developing the SRTP and is required to satisfy FTA requirements. The plan will outline forecasted expenditures over the next 10 years. This project does not impact the General Fund. FUNDING AVAILABLE. Funds for this agreement are from Transportation Development Act funds and are included in Fiscal Year 2017/18 transit operating budget. Andrew Keys Deputy City Manager/Internal Services Director Prepared by Georgia Lantsberger, Transportation Manager CES/GL/tdb Attachment re E. S" I ley, Jr. Public Works Director cc: Julius LaRosa, General Manager, MV Transportation Diane Nguyen, Deputy Director of Planning & Programming, SJCOG Gordon Shaw, LSC Transportation Consultants, Inc. K:\WP\TRANSIT\CCSRTP Update doc 9/5/2018 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2018, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and LSC TRANSPORTATION CONSULTANTS, INC., a Colorado corporation, qualified to do business in California (hereinafter "CONTRACTOR"). Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for preparation of the City of Lodi Short Range Transit Plan Update (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be 1 counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on October 1, 2018 and terminates upon the completion of the Scope of Services or on June 30, 2019, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 • Attn: Georgia Lantsberger To CONTRACTOR: LSC Transportaion Consultants, Inc. 2690 Lake Forest Road, Suite C Tahoe City, CA 96145 Attn: Gordon Shaw, PE, AICP Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST CITY OF LODI, a municipal corporation JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: LSC TRANSPORTATION CONSULTANTS, INC., JANICE D. MAGDICH, City Attorney a Colorado corporation By: By: Name: GORDON SHAW, PE, AICP Title: Principal Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: (Business Unit & Account No.) Doc 1D:K:\WP\PROJECTS\PSA's\2018\LSC PSA.doc CA:Rev.01.2015 8 Exhibit A Proposed Project Approach Key Study Factors Based upon our more than 30 years of experience with transit planning, we believe that the success of the study will hinge upon the following key factors: • Developing financially realistic operating, administrative, and capital plans that make the most effective use of available transit funding sources. • Expanding public input efforts beyond those used in previous studies to proactively reach out to elements of the community that do not typically become involved in local planning or social service issues. • Carefully listening to the various elements of the community, and providing quantitative analysis of alternatives as a basis for the final plan. Approach The LSC team will prepare a Draft Report and a detailed Final Report for use by the City of Lodi and other public and private partners in future planning, as well as day-to-day transit operations. The financial program will provide detailed future budget requirements, as well as specific funding sources and amounts. The operations program will outline phasing for all recommended transit services. Proposed Work Plan LSC Transportation Consultants, Inc. proposes the following specific approach to the SRTP Update based on our interpretation of the City's RFP and successful experience in similar study areas. The Team will work closely with local staff to complete all of the work elements called for in the RFP. We have found through experience in previous transit and transportation planning studies that this manner of approaching the proposed Work Plan provides for a cost-effective use of resources, as well as allowing the client staff to keep well appraised of our progress. The following pages present a detailed outline of our proposed Work Plan. Task 1.0: Project Management Task 1.1: Project "Kick-off" Meeting After a review of prior studies and documents available on-line, the Consultant Team will develop and provide to the City of Lodi a list of desired data items. An initial "kick-off" meeting will be held in Lodi between the Consultant Team and the City. This meeting will have a number of goals, including the following: • Review of the data list to identify any missing items and to decide a course of action to collect or develop additional data. • Provide the Consultant Team with a clear understanding of the issues at stake in the study, as well as the position of local interest groups. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 16 • Identification of external factors (such as planning processes in other jurisdictions, or relationships with private partners) that will impact the transit "environment" over the coming five years. • A frank discussion of the current status of transit services in the area and recently implemented SRTP recommendations, including both existing strengths and shortcomings. • Finalize the work program, including the public participation plan, to best address the issues identified, and to best address the additional data needs. Task 1.2 Area Tour LSC will conduct a thorough onsite tour of the Lodi area, with particular emphasis on Grapeline and Vineline service areas. The tour provides the opportunity for LSC staff to see firsthand what external and community factors are affecting transit operations, growth, and opportunities for Lodi. LSC would request that the City of Lodi Transportation Manager lead this tour, along with appropriate staff. Task 1.3 Ongoing project management LSC believes in a high level of communication and coordination with our clients. Communication will range from the required formal written monthly progress reports, team meetings and phone calls, to regular emails to let you know if we have a question or have identified an issue, as well as onsite visits. This task will begin prior to the provider kick-off meeting and will continue throughout the project as our team members work closely with you and your local stakeholders. Our Project Manager will coordinate each aspect of the study with the Transportation Manager and other designated staff. We will begin by preparing a list of data that will be needed to complete the analysis and develop the SRTP. Task 1 activities include: • Management of the contract including the scope, schedule, budget, and delivery of the technical memos, draft and final full SRTP. • Submission of monthly progress reports and project control report, along with invoicing • Engagement, communication, and plan review, as applicable and appropriate. • Management the LSC team in the development of the SRTP. • Engagement with the local governing body, as applicable and approved by the transit provider. • Communication and engagement with transit stakeholders, as approved by the City. • All associated update meetings. • Quality control and assurance. TASK 1.0 DELIVERABLES: The Study Team will provide the City of Lodi staff with a finalized project timeline and detailed deliverable information; kickoff meeting notes and consultant notes from community tour; Project Management Plan; and monthly reports, invoicing, and Project Control Reports. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 17 Task 2.0 Identify and Evaluate Existing Conditions Task 2.1: Review Existing Transit Plans, Planning Documents and Other Pertinent Data A number of planning studies have been conducted in City of Lodi in recent years, it is particularly important to ensure that the 2018 SRTP Update be consistent with adopted plan as well as limit duplication of analysis. Therefore, the Consultant Team will obtain and review, at a minimum, the following documents and data at the beginning of the project: • SJCOG 2018 Regional Transportation Plan and Sustainable Communities Strategy • SJCOG recently updated SRTP Guidelines • 2013 Lodi SRTP • City of Lodi General Plan • Regional Transportation Plan (RTP) • Transportation Improvement Program (TIP) • Recent Triennial Performance Audits (TPAs) • Existing goals and objectives for Lodi's transit program • Marketing Program for the City's transit program • Unmet needs hearing minutes and findings for the City of Lodi, in addition to other public meeting comments related to transit • Existing service contract and agreements • Existing survey data Task 2.2: Review Policies in Existing Planning Documents As part of the update process, existing policies will be reviewed to determine whether they are still applicable, and what, if any, policies are needed to address existing issues and challenges. As a result, the Team will review the policies within the City's General Plan that related to transit and transportation, as well as those included in the current Short Range Transit Plan. Task 2.3- Socioeconomic, Demographic and Transit Service Overview LSC proposes an additional subtask that outlines the demographic characteristics of the study area, as well as a brief overview of the existing transit services available. Demographic Overview In developing an appropriate transit plan, it is essential to gain an understanding of the demographic conditions under which services are provided, as well as to inventory current service options within the study area. To this end, we would propose to conduct a demographic analysis of the study area from the perspective of transit factors and present existing local and regional services as discussed below. The data supplied by the U.S. Census, social service agencies, and state agencies will be used to obtain existing and projected information about the general population and potential transit -dependent populations, including elderly, disabled, low-income and youth groups. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 18 The Consultant will update information concerning major activity centers and trip generators such as hospitals, clinics, senior centers, shopping centers, recreation areas, employment centers, education centers, and other major transit generators. Additionally, the analysis will provide details regarding the economic climate of the study area, as well as housing trends. Land use patterns, such as the location of multifamily housing areas and larger planned developments, will be considered. Planning department staff will then be contacted to generate a clear picture of development trends in the Lodi area and their impact on the long term demand for transit service, The most recent available Census data, local planning offices, social service agencies, and state agencies will be used to obtain the existing and projected information about these population groups. Transit Services Overview A brief overview of the Lodi transit services will also be prepared, including the following: • Service area and clients served • Hours of operation and level of service • Fare structure • Equipment and facilities • Transit contractor management structure and organization • Maintenance arrangements • Existing fleet replacement and bus stop improvement plans This information will be valuable in developing each of the SRTP Update elements, including service, capital and financial alternatives. TASK 2.0 DELIVERABLES: The Study Team will provide a Socio-economic Profile and an Existing Transit Conditions Report. Task 3.0: Field Data Collection Under this task, the Consultant will review existing transit data to determine levels of service and if the current system is meeting established performance measures. Task 3.1: Review Current Service Performance Review Current Performance Measure Data Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 19 As part of this task, the Consultant Team will perform a thorough analysis of the effectiveness and efficiency of public transit services operated by the City of Lodi. The analysis will provide a base for the alternatives analysis in later tasks and help determine the extent to which the goals and objectives for transit service in the region have been met. The analysis will review existing ridership data provided by the City of Lodi, and will be used to determine existing performance measures. Ridership will be evaluated on multiple levels for each route, including historical yearly totals, passenger -trips per month and per day totals. Operating data will also be collected and analyzed, such as operating costs, vehicle miles and hours, and farebox revenues, as well as data from the Automatic Passenger Counters and Automatic Vehicle Location onboard technology. A cost allocation model will be developed, to be used in later tasks to formulate and analyze potential service alternatives. This information will be incorporated into a Performance Summary. •.0 �. .<<.. City Coach Origin:Destination Pattern 1 too i L, i Perform Ride Checks LSC will perform schedule adherence checks at each City time point and gauge the overall performance of the system for on-time performance, vehicle dwell time, passenger utilization, schedule efficiency, stop spacing, and coordination with other services. This information will be incorporated into a Performance Summary. Example of LSC transit system ridership pattern analysis Measure Transit Services Against Performance Standards To form an understanding of ridership and performance trends in the City of Lodi, the Study Team will provide a historical perspective of transit operation data. This data will include general ridership trends, as well as performance trends (cost per revenue -mile and revenue -hour, passenger trips per vehicle -mile and vehicle -hour, and farebox recovery) over a specific period of time, and will include an inventory of transit demand. The results will be presented through text and accompanying charts/graphs. Proposal to Prepare the SRTP update for LSC Transportation Consultants, Inc The City of Lodi Page 20 The Study Team will also conduct a performance evaluation of the City of Lodi transit system. The service efficiency analysis will consider the organization's ability to put service on the street in a cost-effective manner. Performance measures that will be evaluated as part of this process include cost per revenue -mile and cost per revenue -hour for each route and service. Additionally, using information obtained from the City's transit program regarding demand response service, service efficiency for paratransit will also be evaluated. The service effectiveness evaluation will measure the service's ability to generate ridership and farebox income, and will include a review of such measures as passenger -trips per vehicle -mile, passenger -trips per vehicle -hour, farebox return ratio, cost per passenger -trip, and net operating subsidy per passenger -trip. These evaluations will be conducted for each route and service. Demand response service effectiveness will also be reviewed, based on data provided by the City of Lodi. Task 3.2: Conduct Onboard Surveys to Solicit Customer Feedback Onboard surveys are an integral part of gaining a clear understanding of actual trip -making patterns of existing ridership, demographic characteristics of passengers, perception of existing services in the City of Lodi, and the need for service improvements. Onboard survey forms for both the existing fixed route and Dial -A -Ride service will be developed and administered by Consultant staff. The one page survey will be written in both English and Spanish. Data collected might include the following: • Travel mode to and from the bus (including transferring from another service) • Residency status (full-time resident, part-time resident, day visitor, overnight visitor) • Trip origin and destination • Ridership frequency • Trip purpose • Reason for using the bus and auto availability • Opinion regarding service characteristics • Desired service improvements • Demographic breakdown by income, age, gender, race, primary language (voluntary self - identification) Previous on -board surveys will be reviewed to identify opportunities to track changes in responses over time. The Consultant will present the draft on -board survey form to City of Lodi staff for review and comment. Any necessary comments will be incorporated to develop the final survey form. We propose to place survey forms on each transit route for passengers to take as they enter the bus. A box will be available for completed surveys to be deposited upon exiting. LSC staffers will be stationed at the Lodi Transit Center over the course of the operating day (7:30 AM to 6:30 PM), in order to accomplish the following: • Install boxes (clipped to the handrail) to provide passengers with an opportunity to pick up the form and a pencil on entry, and deposit the completed form on exit. Board the buses just prior to departure from the transit center to encourage participation in the survey. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Loch Page 21 • Collect completed forms at the end of every run, keep boxes supplied with empty forms, and pick up any discarded surveys or pencils. We propose that a similar onboard passenger survey form be distributed by the drivers on the Dial -A -Ride and VineLine services. The Consultant will provide the drivers with packets containing survey forms, instructions, and other materials needed to provide passengers with the opportunity to complete survey forms over the same time period that fixed route service is surveyed. The results of the onboard surveys will provide for a detailed analysis of passenger activity, characteristics, and perceptions of the system. Information will be presented in the form tables, graphs and text as a separate appendix and summarized in the main document. Task 3.3: Develop / Update Service Goals, Objectives and Performance Standards LSC also proposes a third and final component to Task 3.0, which will develop and update service goals, objectives and performance standards for the transit system. A crucial element in the success of any organization is a clear and concise set of goals and objectives, and the standards needed to attain them. This task will include a review of existing goals set forth by the City of Lodi to determine whether they remain representative and achievable, to analyze the extent to which they have been achieved, and to ensure that they meet all federal and state requirements. At a minimum, the performance indicators required under the Transportation Development Act will be incorporated into the analysis. Other subject areas that may warrant goals and objectives include the following: • Service availability — which portions of the community will be provided with transit service, and to what service levels? • Service standards —the minimum level of service to be provided to the various sub -markets. • Service quality— standards for on-time performance, advance requirements for demand -response trip -requests, number of missed trips, and vehicle cleanliness. • Cost effectiveness — minimum farebox return ratio (segmented by service type), and maximum cost or subsidy per passenger -trip. These goals and objectives will be developed in an iterative process. Based upon "real world" information yielded by the analysis of system performance in this task, we will evaluate existing goals, policies and standards, and identify draft modifications and/or additions. These guidelines will then be used to evaluate the service alternatives developed earlier in this task. The draft goals and objectives will then be revisited to ensure that they are reasonably achievable, yet still will encourage improved efficiency and effectiveness of transit resources. TASK 3.0 DELIVERABLES: The Study Team will provide a Summary of Onboard Survey Results, System Performance Summary (with on-off count summary and on-time performance summary), and Demographic -Socioeconomic Rider Profile Report. Proposal to Prepare the SRTP i ypdate for LSC Transportation Consultants, Inc The City of Lodi Page 22 Task 4.0 Dial -a -Ride and VineLine Service Improvement Analysis Task 4.1: Analyze Current ADA and DAR Services LSC will study and current Dial -a -Ride and paratransit operations for Vineline to understand how the current operation is performing. Task will include analysis of: • Compliance with ADA regulations, including eligibility, record-keeping, and certification • Performance and outcomes • Capital and operating costs — current and future • Staffing • Revenue sources — current and future • Needs, constraints, and impact of complementary ADA service on the City Based on this analysis, LSC will suggest improvements and scenarios for operating ADA and DAR services in the coming ten years. TASK 4.0 DELIVERABLES: The Study Team will incorporate findings and recommendations into the draft and final SRTP. Task 5.0 Future Service Needs Task 5.1: Analysis of Unmet Needs and Future Services LSC will identify transit market potential by using the community profile data compiled in Task 2 and information compiled through the community survey and onboard survey in Task 3. LSC has performed research work for the Transit Cooperative Research Program in the area of demand estimation, particularly for growing, smaller cities. We have staff who have worked for years with MPO travel models and are versatile in looking at these patterns from both the perspective of MPO traffic -analysis zone geography and census geography. We bring our strengths in this area and our knowledge of other industry staples of demand estimation. The LSC Consultant Team will develop a fixed -route transit demand calibrated to the existing service and ridership. We will use this model in conjunction with Proposal to Prepare the SRTP Update for The City of Lodi 11-1-1 Imo+ + •y.• '.a. ...„?..\\Lyi • H1A Example of demand estimation by LSC American Community Survey data to develop estimates of demand for unserved areas and areas of possible future development. A calibrated transit demand model is needed to determine the level of demand for proposed route changes or service to new areas. We will also develop a transit demand model for VineLine to evaluate potential changes in the complementary paratransit service which might result from proposed service changes. We will develop quantitative estimates of transportation needs and potential demand for the existing service area. The quantitative estimates will be combined with the more qualitative statements of need obtained through input from riders and the community to gain a comprehensive picture of existing unmet and future transportation needs. We will present the existing and future levels of transit need and demand in graphic and tabular format, This information will be used in Task 7 to develop and evaluate various transit service options. TASK 5.0 DELIVERABLES: The Study Team will provide a Current Services Evaluation and Prioritization of future route expansions and changes. Task 6.0 Public Participation and City Council Involvement To inform the transit service design and ensure community support for the final plan, we propose a public involvement effort that will engage key partners, stakeholders and constituents throughout the planning process. Task 6.1: Stakeholder Interviews We will conduct interviews with key stakeholders, in both English and Spanish (as needed), including appropriate representation from: the City, operation staff and contractor, other transportation providers, SJCOG, the business community, the nonprofit community and rider advocates (our goal will be interviewing 8-12 key stakeholders). These interviews will be an important step towards understanding the community needs and educating stakeholders on potential transit system options and associated implications. LSC will conduct an online survey to solicit feedback on why people may not be riding, the potential transit system options that could encourage ridership, and what influences community travel choices. LSC will market this survey through community announcements, leveraging City contact lists, limited online advertising, and social media sources. Throughout our community engagement process, we will ensure compliance with Title VI and will accommodate those with limited English proficiency. We will document participation in the study, whether through the survey efforts, stakeholder meetings, and interviews. We will collect participant demographic data for each of the survey efforts and will compare the demographics of participants with those of the transit service area. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 24 Task 6.2: Conduct Public Outreach Meeting LSC will conduct one public outreach meeting to discuss and receive comments regarding transit needs, proposed service alternatives, and to guide the overall development of the plan. Through this meeting, we will be able to not only raise awareness of transit services, but also obtain vital information from the populations that currently utilize the transit services of the area, as well as those who don't currently ride. LSC will hold the community meeting in an area that are convenient so as to attract residents and stakeholders of the study area. The meetings will be conducted at times that will yield the greatest amount of participation. We have found that an "open house" format stretching from 4 PM to 7 PM is effective in serving the needs of both those persons that are available during the working day as well as those who can only attend outside of work hours. The appropriate format and time of the meeting will be finalized with City staff, as will promotional strategies for announcing the meeting. Task 6.3: Provide Two Presentations to the Lodi City Council The Consultant Team will attend two City Council meetings to present the SRTP Update. The first will occur once the Draft Report has been completed, and will be presented in an informal shirtsleeve setting to receive comments from the Council (as well as City staff). Once comments have been received, they will be incorporated into the Final Report, which will be presented to the City Council at the second meeting for adoption. DOCUMENTATION / DELIVERABLE: This Task will result in vital information necessary to the completion of the interim and final work products. Information from the public meetings will be used to better understand transit needs and to develop the alternatives. Comments received from the City Council meetings will be incorporated into the Final SRTP Update document. Public Outreach Activities will be summarized. Task 7.0: Evaluate Transit Service Alternatives and/or Improvements LSC will evaluate and present potential service alternatives. The Consultant Team will work with the local staff and others as deemed appropriate, to decide alternatives that should be evaluated. The alternatives will be formulated based on public input, the unmet needs and transit demands identified in earlier tasks. The following information will be provided for each alternative: • Type of service to be offered. • Operating characteristics, including service areas, routes and schedules, hours of operation, vehicle mileage, ridership, etc. • Ridership impacts, disaggregated by type of rider. In particular, LSC will compare the potential for additional new riders versus the impact of any service modifications on existing ridership. Proposal to Prepare the SRTP lipdate for LSC Transportation Consultants, Inc The City of Lodi Page 25 • Financial characteristics including operating, capital and administrative costs as well as fares, charter, advertising, tax, and other revenues. Cost and revenue figures will be projected for each of the five years. • Provisions for meeting elderly and disabled needs in general and the requirements of the ADA in particular. Each of these components will be incorporated into a cost-effectiveness analysis for the alternatives. The alternatives will also be evaluated based on the goals and objectives for transit service in the study area. At a minimum, the following alternatives will be assessed: • Expansion in service area • Changes in the hours of service • Potential to provide or expand commuter service • Route modifications to provide enhanced service in existing areas • Eliminating or restructuring of service to areas with poor performance • Review opportunities for increased coordination • In addition, a "status quo" alternative will be projected over the ten-year study horizon to identify the impacts associated with maintaining current operations. The alternatives will be developed after close consultation and coordination with local staff. Alternatives will be refined from the conceptual level to better define operational systems in terms of their feasibility, level of service, rolling stock requirements, maintenance facilities, etcetera. Based upon the configuration and service quality of the alternative systems, forecasts of ridership will be prepared. TASK 7.0 DELIVERABLES: The Study Team will provide a Transit Service Improvements Implementation Plan and will present this as part of the City Council presentations. Task 8.0: Marketing Analysis and Strategy Marketing is critical to changing the way people travel. Route and schedule changes, introduction of new services and other changes must be communicated to bring about awareness and ridership. In the City of Lodi's tourist economy, the branding and marketing of alternative transportation services allows the visitor more travel options. Effective transit marketing elevates the public's perception of the transit system, thereby making transit a more attractive travel mode and maximizing ridership. Task 8.1: Review Existing Marketing Materials, Techniques, and Efforts A successful marketing program is a key element to any transit program. As part of this task, the Team will review existing marketing materials currently used by the City of Lodi. This includes the following: Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 26 Marketing Plan for the City of Lodi's transit program Marketing materials used, such as advertisements Riders guides and brochures Signage The City's website for the transit program This task will incorporate a detailed review of the existing marketing techniques employed by the City of Lodi and determine their effectiveness, as compared against industry standards. Upon review, improvement opportunities will be identified. This information will be used to update existing marketing goals and objectives in Task 8.2. Tisk 5.2: Update Current Marketing Goals and Gbiectives and Marketing Plan LSC will identify several marketing strategies for the City of Lodi to consider at the time of plan implementation. These options will consider the following: • The various potential transit "markets" including types of passenger, trip purpose, and origin/destination • The appropriate message for each high -potential transit market • The optimal media strategies (including social media) • The use of social service program managers and other "gate keepers" to reach specific passenger groups • Specific short-term marketing efforts to support new transit services • Initial media preparation costs, and ongoing costs These strategies will be reviewed by the City for input. The cost of each strategy will be identified, and recommended elements will be incorporated into the final financial plan. Additionally, the Study Team will develop tailored marketing objectives and policies for the transit system. The first step will be to identify an overall goal for the system marketing, as well as customized goals and outputs for the targeted audiences. This provides the Study Team with a clear purpose and focus in working with the City of Lodi to develop a set of objectives and policies aimed at improving service, bringing awareness to the system, increasing / expanding ridership, and improving the customer experience. In other words, it strives to get people out of their cars and onto transit. TASK 8.0 DELIVERABLES: The Study Team will provide a Marketing Strategies and Annual Cost Summary for Marketing. Task 9.0 Financial and Capital Plans As part of this task, the Consultant will assess potential capital needs, evaluate potential financial strategies for transit improvements as well as develop management strategies that can best further the transit program. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 27 Task 9.1: Review and Develop the Operating Capital Improvement Plan Based on the current service and alternatives evaluated, the Consultant will outline a transit operating and capital program for existing and preferred alternatives. Specific elements of the recommendations will include: - Operational requirements, year -by -year, expressed by service needs Fleet plan (for both replacement and expansion vehicles) — Maintenance facility requirements Transit centers and Park -and -Ride lots (including a capacity review of existing facilities to accommodate the service plan projections) - Safety and Security elements - Other capital elements (such as passenger amenities, transit equipment, software upgrades, communications equipment, and office facilities) The resulting financial requirements will be projected over a ten-year span. Costs and appropriate funding sources will also be identified, on a year -by -year basis, and will be financially constrained to the funding available through existing Federal and State sources. Any new sources of potential funding will be separately identified and accounted for. Task 9.2: Review and Update Fleet Replacement Plan As part of the overall Capital Improvement Plan, the Study Team will develop a fleet replacement plan for the City of Lodi transit program. The current fleet will be evaluated, with particular focus on model year and current mileage of each vehicle. For each vehicle, average miles per year will be calculated and used to forecast the remaining useful life, per Caltrans standards. Additionally, CARB and other air quality standards will be considered. The resulting replacement plan will identify the recommended year for replacement of each vehicle and the size required based on potential service improvements and future ridership estimates. Task 9.3: Develop an Inventory of Existing Assets and Replacement Kin Under this subtask, the Study Team will inventory the existing capital assets currently held by the City of Lodi. This will include the maintenance facility, transit center, safety and security elements, signage, ADA and pedestrian access needs, and passenger amenities. Upgrades and replacements will be identified based on potential service expansions and improvements, as well as to modernize or update aging equipment / facilities. To the degree that transit facilities and assets are shared with other City departments, this will include coordination with the other departments. Task 9.4: Conduct Financial Analysis and Alternatives To effectively develop a reliable financial plan, it is necessary to identify future funding sources for the planned operating and capital alternatives developed. The consultant will develop 10 -year cash flow projections to match the recommended service alternatives and their operating and capital elements. In coordination with the City of Lodi, the consultant will prepare a list of funding source assumptions for the following: Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 28 • 100% utilization of available funds • Transportation Development Act funds • Federal Transit Administration funds • Fare revenues • Measure K revenues • Joint funding with adjacent jurisdictions • Private funding partnership opportunities Both the operating and capital alternatives will be used to forecast future financial requirements. Through an iterative process, differing capital and service improvement plans can be evaluated to ensure that an adequate funding balance is maintained through the life of the plan. This task will result in a financial plan that includes analyses of revenue and expenditures for the plan period. Additionally, the Consultant will develop strategies for the City of Lodi that will help ensure continued transit funding in the area. DOCUMENTATION / DELIVERABLE: The Study Team will provide a Capital Plan, Operations Plan, Financial Plan, and Fleet Replacement Plan. All will be incorporated into the Draft and Final SRTP, Task 10.0: Draft and Final Short Range Transit Plan Task 10.1: Prepare and Submit a Draft SRTP Report The results of the previous tasks will be compiled into a Draft Report and delivered to the City of Lodi in electronic format saved to USB (Microsoft Word and Adobe Acrobat) and 10 color, bound hardcopies. This document will be submitted to the City to obtain comments, particularly regarding the alternatives section. After review by the City staff, the Consultant will present the Draft Report at the first City Council meeting for review and discussion. Any comments received will be included in the Final SRTP document. Task 10.2: Prepare Final SRTP Report All input received as part of the review of the Draft Report will be carefully considered. Modifications to individual elements will be reflected in other elements; for instance, a service plan change that affects the need for vehicles will be reflected as necessary in the capital plan. As necessary, modifications to wording of specific controversial sections will be sent to the City of Lodi staff for review and comment. After review and approval of the modifications, a final illustrated report will be prepared. The Final Report will include all of the work accomplished in Tasks 1.0 through 9.0. The Consultant Team will deliver 5 bound, color copies and all study electronic files on USB to the City of Lodi. The Final Short Range Transit Plan will be presented at a Lodi City Council meeting in a manner which will provide local decision -makers with an understanding of the SRTP Update and the rationale behind the various plan elements. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City, of Lodi Page 29 DOCUMENTATION / DELIVERABLE: The results of this task will include the Draft and Final versions of both the Short Range Transit Plan Update. Proposal to Prepare the SRTP Update for LSC Transportation Consultants, Inc The City of Lodi Page 30 Hours Costs 0 0 0 0 0 0 0 0 0 0 I- (o (o,- o (o 0o 00 (o 00 O) Lf) o I� f� Nr (o ti O 69 69 69 69 69 69- N M CO M CO vcr CD CD CO CD N CV N CO(o o N N 1f> Tr 69 M Additional Expenses Total Travel $2,630 Printing/Copy Costs $100 Phone/Postage/Delivery Costs $50 Subtotal: Other Expenses 52,780 Total Cost $48,000 Personnel and Hourly Rates 1 Principal -in- Project Senior Charge Manager Planner Support (Shaw) (McKinney) (Miller) _ Staff $190.00 $125.00 $125.00 $55.00 4 16 0 2 4 24 8 0 8 16 0 8 4 10 4 0 12 20 8 4 4 16 0 0 12 24 4 0 4 16 4 4 8 32 12 8 4 24 8 16 64 198 48 42 $12,160 $24,750 $6,000 $2,310 VA IRAN SPO RTAT ION CONSUL ANTS, INC. Proposed Budget City of Lodi 2018 Short Range Transit Plan Update Total Rate TASK 1 Project Management TASK 2 Identify and Evaluate Existing Conditions TASK 3 Field Data Collection TASK 4 Dial -a -ride and Vineline Analysis TASK 5 Future Service Needs TASK 6 Public Participation and City Council Involvement TASK 7 Evaluate Service Alternatives and Improvements TASK 8 Marketing Analysis and Strategy TASK 9 Financial and Capital Plans TASK 10 Draft and Final Short Range Transit Plan TOTAL HOURS TOTAL PERSONNEL COSTS Exhibit C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required insurance documentation electronically Insurance Requirements for Professional Services 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 and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no Tess than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Professional Liability (Errors and Omissions) Insurance appropriates to the Consultant's profession, with limits not less than $1,000,000 per occurrence or claim, $2,000,000 aggregate. Other Insurance Provisions: (a) Additional Named Insured Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38' and CG 20 37 if a later edition is used (b) Primary and Non -Contributory Insurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waiver of Subrogation Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of the project that it is insuring. (d) Severability of Interest Clause The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies (e) Notice of Cancellation or Change in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. Page 1 1 of 2 pages 1 Risk: rev. 3/1/2018 (f) Continuity of Coverage All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance. Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). (g) Failure to Comply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (h) Verification of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (i) Self -Insured Retentions Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. (j) Insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance. (k) Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (I) Claims Made Policies If any of the required policies provide coverage on a claims -made basis: 1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work. 2, Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting" coverage fora minimum of five (5) years after completion of contract work, (m) Qualified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Page 2 of 2 pages Risk: rev. 3/1/2018 RESOLUTION NO. 2018-166 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH LSC TRANSPORTATION CONSULTANTS, INC., OF TAHOE CITY, FOR PREPARATION OF SHORT RANGE TRANSIT PLAN UPDATE WHEREAS, the Federal Transit Administration (FTA) requires that any transit agency receiving Federal funds must develop, and periodically update, a Short Range Transit Plan (SRTP). A SRTP is a general plan for a transit system that identifies fleet needs, capital and operating costs and revenues, assesses new transit services or projects, and makes recommendations for implementation over a five- or 10 -year period; and WHEREAS, on July 19, 2018, the City of Lodi issued a Request for Proposals (RFP) to obtain the professional services of a consultant to develop the City's Short Range Transit Plan Update; and WHEREAS, LSC's proposal includes a comprehensive plan to address the needs and available resources of Lodi's transit riders and service area and has more than 35 years of expertise in transportation and transit consulting services and has a well-rounded and experienced staff of consultants to complete the requirements outlined in the RFP scope of services; and WHEREAS, staff recommends authorizing the City Manager to execute a Professional Services Agreement with LSC Transportation Consultants, Inc., of Tahoe City, for preparation of the Short Range Transit Pian Update, in the amount of $48,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with LSC Transportation Consultants, Inc., of Tahoe City, California, for preparation of the Short Range Transit Plan Update, in the amount of $48,000. Dated: September 19, 2018 hereby certify that Resolution No. 2018-166 was passed and adopted by the City Council of the City of Lodi in a regular meeting held September 19, 2018, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, Mounce, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None �JENNIFE�I `6ity Clerk 2018-166 M. FERRAIOLO