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