HomeMy WebLinkAboutAgenda Report - November 16, 1994 (47)MON
OF
( 1 CIN OF LODI COUNCIL COMMUNICATION
AGENDA TITLE: Multimodal Station Actions:
a) Agreement with San Joaquin County Council of
Governments (COG) (Exhibit A) for Measure K funds for
multimodal station
b) Contract with San Joaquin County (Exhibit B) for
engineering services for multimodal station
c) Request for Proposal (RFP) (Exhibit C) for master site
planning, environmental review and preliminary
engineering for multimodal station
d) Resolution (Exhibit D) supporting completion of
multimodal station
MEETING DATE: November 16, 1994
SUBMITTED BY: Assistant City Manager
RECo6M ENDED ACTION: The City Council take the following actions to move
the Lodi Multimodal Station Project (Project) toward
fruition:
1. Authorize the City Manager to execute an agreement with San
Joaquin Council of Governments (SJCOG) for Phase II project funding
2. Authorize the City Manager to execute an agreement with San
Joaquin County for Phase I1 project administration
3. Approve Request for Proposals (RPP) for Phase II work
4. Adopt a resolution supporting completion of the Multimodal
station.
BACKGROUND INFORMATION: At its October 5, 1994, meeting the City Council
approved the submittal of a revised claim for FTA
funds for funding Phase II of the Multimodal Station.
This work is the Master Site Plan, Rnvironmental
Review and Preliminary Rngineering with a total budget
of $283,400. This was done to replace delayed State funding and keep the
project moving so as not to jeopardize Federal funding for Phase II1, site
acquisition. As part of that submittal, the City of Lodi had the obligation to
put forth a twenty -percent (20t) match with local funds. COG has agreed to put
up the 204 using Measure K Funds.
APPROVED: _ ^i
THOMAS A. PETERSON «Yclee pWpsr
City Manager
CC• t
wl:'�ra
Multimodal Station Actions:
November 16, 1994
Page Two
In order to secure these funds, the City must enter into an agreement with the
SJCOG. This agreement sets forth the Cities responsibilities and obligations
to obtain these funds. This agreement is attached as Exhibit A.
To this point, San Joaquin County has been the "lead agency" for this and the
other rail projects in San Joaquin County. With the change in funding, the
City in effect, is paying for the project and should take a more active role.
This will give the City Council more control over the project decisions such as
approval of the consultant contract, approval of the Master Plan and certifying
the environmental clearance.
However, County staff has considerable expertise in rail, transit and related
issues, as well as staff time that Lodi does not have. For these reasons and
to keep County staff involved as the leader for San Joaquin County in front of
the California Transportation Commission and Caltrans, staff recommends the
City enter into an agreement with the County to provide Phase II project
administration. This will not cost the City any extra money nor will it come
from the project budget. The County and SJCOG are working on a separate
agreement under which Measure K funds will be used to reimburse the County for
staff support of the Rail Commission and their various projects of which this
is just one. The proposed agreement with the City and San Joaquin County is
attached as Exhibit B.
The County has been working on Phase II of the project and much as been
accomplished. They have developed a funding strategy and submitted the
detailed request and claims for funds. They have developed a Request for
Qualifications from consultants who might be interested in this project and
have prepared a Request for Proposal for Phase II. The RFP sets forth the
project in such detail that consultants may develop their proposal for doing
the work. in order to keep the project moving and allow adequate time to
prepare proposals, the RFP has been mailed to eleven consultant teams
representing over 65 firms. As the City Council will have the final amiroval
of the consultant, Council is being requested to approve the RFP as prepared.
If Council chooses to make addendums to the RFP, they may do so. This work is
all covered under the terms of the previously mentioned agreements.
The RFP contains a pre -proposal conference to answer questions and provide time
for written addendums if needed. It also contains a selection process which
includes a review panel including City and County staff, Caltrans Rail staff, a
Lodi downtown business representative, and a Lodi citizen. In order to keep
the project moving and on track (no pun intended), staff requests the Council
to take the following actions regarding the RPP, as follows:
° Approve Request for Proposals
Authorize Staff to amend the RFP in response to the
Pre -Proposal Conference
° Appoint a local representative to the Selection Committee
-'A'��.4�'?';317��Ak�•W'K.,�_+Ry, [. �:•�"!yEf+'P,. .,�......... r - .. ... .....�,.-..nr.. .s+ _ ar!:r. -rw ;.y..
!Multimodal Station Actions:
November 16, 1994
Page Three
County Staff will appear before the California Transportation Commission an
November 30, 1994, to complete the funding process for Phase II of the
project. They have indicated it would be most helpful for the City Council to
again adopt a resolution in favor of the Wiltimodal Station. Council is
requested to adopt the attached resolution.
FUNDING: None
JG:br
Attachments
Respectfully submitted,
erry L. Mena
Assistant City Manager
CCON-136/TXTA.07A
VOW
El
6Z 'r IJ IF7.1
LODI MULTIMODAL STATION
COOPERATIVE AGREEMENT
FOR PHASE H WORK
Master Site Planning, Environmental Review, Preliminary Engineering
This Cooperative Agreement ("Agreement") is made and entered into this day
of , 1994 by and between the CITY OF LODI, ("Sponsor") and the SAN
JOAQUIN COUNTY COUNCEL OF GOVERNMENTS ("COG"), acting as the Local
Transportation Authority ("Authority").
WHEREAS, Authority and Sponsor desire to enter into a Cooperative Agreement for
funding of transportation improvements in San Joaquin County pursuant to the authority provided
by San Joaquin County Local Transportation Improvement Plan and Ordinance ("LTIP"), which
was approved by the voters of San Joaquin County on November 6, 1990; and
WHEREAS, Sponsor desires to receive funding from the Authority for the particular
transportation improvement project specified herein ("Project"); and
WHEREAS, the Project is eligible as Master Site Planning, Environmental Review and
Preliminary Engineering Work, which is part of the Lodi Multimodal Station (2) under the
Multimodal Terminals or Stations, Passenger Rail and Bus funding category of the LTIP; and
WHEREAS, the Authority is authorized under the LTIP to issue Measure K funds to
Sponsor and that amount shall be up to 20% of the total eligible cost of the Project as estimated
by the Sponsor in Exhibit "A", except that early efforts may receive 100% funding if they are
ready to proceed but are unable to be expensed against the Federal Section 9 grant; In the case
of this exception, total Measure K funds shall not exceed $100,000; and
WHEREAS, Authority anticipates that the Sponsor will supplement Measure K funds with
available revenues as specified in Exhibit "A"; and
WHEREAS, Authority shall issue reimbursement payments as provided in Section 2.1
to Sponsor over the course of the master site planning, environmental review and preliminary
engineering work of the Project and such funds shall be released to Sponsor pursuant to a
request for reimbursement submitted by the Sponsor; however, the Sponsor understands that in
no event shall reimbursement payments, when aggregated with previously approved
reimbursement requests, exceed $100,000, including $56,680 or 20% of the $283,400 in
estimated total costs listed in Exhibit "A", and $33,320, if needed, for early project costs that
can not be expensed against the Federal Section 9 grant (see Sections 1.4, 1.5 and 1.6); and
.. w....wyY+•'Jfe.'•r. twi...v,... •:r.s<.in,�.....�.r...�. ..... .. ,{ � .en..+uw.- .. �.
WHEREAS, Sponsor agrees to abide by the tams and coaditioas of die Aut w ft as set
forth herein for the receipt of Measure K finds; and
V nMREAS, Autluxity strew to provide tlnlding for the transpmbtian tertts of
the Sponmes Project accorAn to the tants and conations at forth hm4n.
MW, ARE, in consideration of the mutual promises and undertaldrigs Mersin
made and the mutual bcwfits to be derived dtexcfrom, the parties hereto represent, covenant and
agree as follows:
AGI M
SECnON I
Covenants of SMsor
1.1. Pr
&ct_.Application. The complete Project dmexiption, scope of work, delivery
schedule, estimate of cost by activity, anticipate amount and type of funds that will supplement
Meastme K fiends; and the anticipated timing for release of Measure K hinds shall be specified
in rhes application, which is attached as Exhibit "A," and incorporated herein by this reference.
1.2. strange Ut Project Soope� A change in the Project scope as descn'bed in F,xhiMt "A"
may not be implemented until it has been approved by the Authority.
1.3. Eligible Reimbursement Cacti. Eligible reimbursement costs shark be sneerer site
planning, environmental review and preliminary engineering costs as gxcifie d in Exhibit "A'
or as may be approved from time to time by the: Authority perm ant to Section 1.2. In no event
dWI expenses incurred prior to the execution of this agnecment be considered digible
reimbursement costs.
1.4. Measttrc K Percattage�are Wined. For this Project, the Measure K percentage
share of eligible Project costs shall he 20% not to exceed a total amount of $56,680, except as
provided in this section. In the event that project costs are incurred pricer to Sponsor receiving
authorization to expend its Federal Section 9 grant funds, additional Measure K funds, not to
mecca! $43,320, can be used to support early project work efforts. These additional funds can
cover 100% of early prrgW costs. In no event shall tete Measure K payments for this contract
exceed $100,000.
1.5. Use f F _Transit Sext4n3 Funds, For this Traject, Sponsor will use its
Federal Trarimt Act Section 9 funds to cover so% of the eligible project costs_ Sponsor agrees
to file its Section 9 grant request in a timely manner and work with Federal authotitics to receive
pre -grant award authority to expend the Section 9 funds as early as January 1, 1995.
2
�'�w?+�.!�w�+-'s�nx.+r.w.�.• ......,... ... _ .. ...... ......�.... e.r.-.�..rw .•w.+. ��.xxJ�=.rs?r�C�.SY+.:':i�.��'�'}�S'��'^"t'F'y�^.'^�:`�y,��. i,j�:q
1.6. Measure K Reimbursement. if Authority has covered 100% of early project costs
and Sponsor subsequently receives authorization to use Section 9 funds to support those same
project costs, then Sponsor will repay Authority 80% of those project costs. Re -payment will
occur within 30 days of Sponsor's receipt of the Section 9 funds for those project costs.
1.7. invoices and Progress Re^ Starting one month after the execution of this
contract, Sponsor shall provide monthly progress reports and may provide invoices as often as
monthly for activities conducted over the prior unbilled month(s). These documents shall include
the following specified information:
1.7.a. Sensor's Staff Ex nses. Sponsor staff expenses may not be included in
the invoice as an eligible project cost.
1.7.b. CCpies of Consult Invoices. Sponsor shall provide the Authority with
one (1) copy of all invoices submitted to Sponsor by every consultant, subeonsuttant, contractor,
or subcontractor performing work related to the Project.
1.7.c. Progress Reports. The monthly progress reports shall include a brief
description of the status of the Project and the work completed to date. This summary may be
included on the invoices submitted to the Authority or be attached to those invoices.
1.8. Use of Funds, Sponsor shall use Measure K funds consistent with the project scope
of work described in Exhibit "A" or approved by the Authority pursuant to Section 1.2.
1.9. ,Submittal of Documents. Sponsor shall provide copies to the Authority of all
executed contracts which relate to the Project scope as described in Exhibit "A" or approved by
the Authority pursuant to Section 1.2. Sponsor shall retain records pertaining to the Project for
a four (4) year period following completion of the Project.
1.10. Completion of Project. Sponsor shall be responsible for the timely completion of
the master site planning, environmental review and preliminary engineering work necessary for
the completion of the Project and provide management of consultant and contractor activities,
including responsibility for schedule, budget and oversight of the services, consistent with the
scope of work.
1.11. Provision of Environmental Documents to Authority,, As Lead Agency under the
California Environmental Quality Act ("CEQA"), or under the National Environmental Policy
Act ("NEPA"), Sponsor shall be responsible for preparation of all environmental work
conducted for the Project. Sponsor shall provide Authority with copies of all draft and final
environmental documents prepared for the Project.
..wr+M.I.E1tis.KLN9!a•7"fAP. %..�fi'-Mft... ,t., .., .... ............,. .. ...
• 1l•.i • i 1•��
2.1. ReimbursementbMents,, The Authority shall make reimbursement payments to
§ponsor for all eligible Project costs. To receive monthly reimbursement payments for work
@pmpleted on the Project, Sponsor shall comply with the following reimbursement procedures:
2. La. Deadline to Submit Reimbursement Requests. All invoices and progress
Eg its shall be submitted to Authority on or before 5:00 p.m. on the tenth (10th) calendar day
pfthe month in which the Sponsor requests reimbursement payments. Authority shall issue
Isimbursement payments to Sponsor on or before the last day of the month for all timely
gubmittals.
2. Lb. Late Submittals. If Sponsor fails to submit documents to Authority as set
(+pith in Section 2.1.a, above, then Authority shall provide reimbursement payments for late
gtibmittals in the following calendar month.
2.1.c. Ineligible Costs. The Authority reserves the right to adjust current or
fUture reimbursement payments to Sponsor if an invoice includes ineligible costs.
2.1.d. Reimbursement Amount. The amount of reimbursement payments to
Sponsor shall be equivalent to the Measure K percentage share for each invoice submitted to the
Authority. The reimbursement percentage share for this Project is 20%. Additional payments
Miry be made pursuant to conditions described in Section 1.4.
2.1.e. SuZnsion of Reimbursement. Reimbursement payments for the item(s)
in question shall be suspended when a dispute arises as to whether or not the cost item(s) is
@jjgible for reimbursement.
2.1.e.(1) Meeting. Once a dispute has occurred, the Authority shall
ga=ge a meeting between the Authority and the Sponsor staff to discuss and attempt to resolve
the dispute. If the invoice was received on or before 5:00 p.m. on the 10th day of the month,
the meeting shall be held no later than the 20th day of the same month. If the invoice was
foceived after this date and time, then the meeting shall be held no later than the 20th day of the
ft1(lowing month.
2.1.e.(2) Technical Advisory Committee. If an agreement cannot be
fWhed at the meeting, then the Sponsor or the Authority shall have the option to take the
dispute to the Authority's Technical Advisory Committee, with the understanding that by doing
go the reimbursement for the disputed cost item(s) will be delayed until a resolution of the matter
ig reached.
2. l.e.(3) Board Decision. If the Sponsor or the Authority disagrees with
The resolution by the Technical Advisory Committee then the dispute shall be submitted to the
4
...�.,,� �.*wkNl+✓'=r19MYp,6`+rrrx�. w.a.x� •.,, ., . ,...� ,_ ..:.... __............. _ _.. .........,............v�....cr
n�•rr.gwacMrst.s:+. �a;z. ,..�-.ns.,r i.�.•�.s�.�Y:x�,�.��.enxrYz44...., .t.. ;; ,u�,_
Board for resolution. If the Board determines that the disputed cost item(s) is ineligible, the
Authority shall not provide reimbursement payment to the Sponsor for the disputed item(s). If
the Board determines that the disputed cost item(s) is eligible, then the Authority shall provide
reimbursement payment to the Sponsor for the disputed cost.
2.1.e.(4) Reservation of Rights. By utilizing the above procedures, the
Sponsor does not surrender any rights to pursue available legal remedies if the Sponsor disagrees
with the Board decision.
2. Lf. Agtance of Work Does Not Result In Waiver. Reimbursement payments
do not result in a waiver of the right of the Authority to require fulfillment of all terms of this
Agreement.
2.2. Reimbursement of Right-oMay. Construction and Other Costs A separate
agreement shall be entered into to obtain reimbursement for right -or -way, construction, contract
administration, inspection and applicable utility relocation costs for the Project.
2.3. Right to Conduct Audit, The Authority shall have the right to conduct an audit of
all Sponsor's records pertaining to the Project a! any time during the four (4) year period after
completion of the Project.
SECTION III
Mutual Covenants
3.1. Term. This Agreement shall remain in effect until discharged or terminated as
provided in Section 3.2 or Section 3.14.
3.2. Discharee. This Agreement shall be subject to discharge as follows:
3.2.a. Breach of Obligation. If a party believes that the other is in breach of this
agreement, that party shall provide written notice to the breaching party and the written notice
shall identify the nature of the breach. The breaching party shall have thirty (30) days from the
date of notice to initiate steps to cure any breach that is reasonably capable of being cured. If
the breaching party diligently pursues cure, such party shall be allowed a reasonable time to
cure, not to exceed sixty (60) days from the date of the initial notice, unless a further extension
is granted by the non -breaching party. If the non -breaching party is not satisfied that there has
been a cure by the end of the time for cure, the non -breaching party may seek available legal
remedies.
3.2.b. Termination by Mutual Consent, This Agreement may be terminated at
any time by mutual consent of the parties.
3.2.c. Discharge Upon Completion of Project Except as to any rights or
5
obligations which survive discharge as specified in Section 3.13, this Agreement shall be
discharged, and the parties shall have no further obligation to each other, upon completion of
the Project as certified by the Authority.
3.3. Indemnity. It is mutually understood and agreed, relative to the reciprocal
indemnification of Authority and Sponsor.
3.3.a. That neither Authority, nor any officer or employee thereof, shall be
responsible for, and Sponsor shall fully defend, indemnify and hold harmless Authority against
any damage or liability occurring by reason of anything done or omitted to be done by Sponsor
under the Agreement. It is also fully understood and agreed that, pursuant to Government Code
Section 895.4, Sponsor shall fully defend, indemnify and hold the Authority harmless from any
liability imposed for injury as defined by Government Code Section 810.8 occurring by reason
of anything done or omitted to be done by Sponsor under this Agreement or in connection with
any work, authority, or jurisdiction delegated to Sponsor under this Agreement.
3.3.b. That neither Sponsor nor any officer or employee thereof, shall be
responsible for, and Authority shall fully defend, indemnify and hold harmless Sponsor against,
any damage or liability occurring by reason of anything done or omitted to be done by Authority
under or in connection with any work, authority or jurisdiction delegated to Authority under the
Agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4,
Authority shall fully defend, indemnify and hold the Sponsor harmless from any liability
imposed for injury as defined by Government Code Section 810.8 occurring by reason of
anything done or omitted to be done by Authority under this Agreement or in connection with
any work, authority, or jurisdiction delegated to Authority under this Agreement.
3.4. Notices, Any notice which may be required under this Agreement shall be in
writing and shall be given by personal service, or by certified or registered mail, return receipt
requested, to the addresses set forth below:
091FAIIMW_ • ' 1
Barton R. Meays
Executive Director
San Joaquin County
Local Transportation Authority
Post Office Box 1010
Stockton, California 95201-1010
TO SPONSOR:
Thomas Peterson
City Manager
City of Lodi
P.O. Box 3006
Lodi, CA 95241-1910
Either party may change its address by giving notice of such change to the other party
in the manner provided in this Section 3.5. All notices and other communications shall be
deemed communicated as of actual receipt or after the second business day after deposit in the
United States mail.
1.1
T
3.5. Additional Acts and Documents. Each party agrees to do all such things and take
all such actions, and to make, execute and deliver such other documents and instruments, as
shall be reasonably requested to carry out the provisions, intent and purpose of the Agreement.
3.6. This Agreement represents the entire Agreement of the parties with
respect to the subject matter hereof. No representations, warranties, inducements or oral
agreements have been made by any of the parties except as expressly set forth herein, or in other
contemporaneous written agreements.
3.7. Amendment. This Agreement may not be changed, modified or rescinded except
in writing, signed by all parties hereto, and any attempt at oral modification of this Agreement
shall be void and of no effect.
3.8. Indgpendent Agency. Sponsor renders its services under this Agreement as an
independent agency and the Authority is also an independent agency under the Agreement.
None of the Sponsor's agents or employees shall be agents or employees of the Authority and
none of the Authorities' agents or employees shall be agents or employees of Sponsor.
3.9. Assignment. The Agreement may not be assigned, transferred, hypothc.=ted, or
pledged by any party without the express written consent of the other party.
3.10. Binding on Successors. This Agreement shall be binding upon the successor(s),
assignee(s) or transferee(s) of the Authority or as the case may be. This provision shall not be
construed as an authorization to assign, transfer, hypothecate or pledge this Agreement other
than as provided above.
3.11. Severability. Should any part of this Agreement be determined to be unenforceable,
invalid, or beyond the authority of either party to enter into or carry out, such determination
shall not affect the validity of the remainder of this Agreement which shall continue in full force
and effect; provided that, the remainder of this Agreement can, absent the excised portion, be
reasonably interpreted to give effect to the intentions of the parties.
3.12. Counte��s. This Agreement may be executed in one or more counterparts and
shall become effective when one or more counterparts have been signed by all of the parties;
each counterpart shall be deemed an original but all counterparts shall constitute a single
document.
3.13. Survival, The following provisions in this Agreement shall survive discharge:
3.13.a. Spgnsor. As to Sponsor, the following sections shall survive discharge:
Section 1.8 (obligation to apply funds to Project), Section 1.9 (obligation to provide copies and
retain records), Section 1.10 (obligation to continue to manage Project).
3.13.b. Authority, As to Authority, the following section shall survive discharge:
7
."i""'+r-s'T°1�?SCWtnti+l':n �.: •..vr1e.,-y...:......� - _ ... ..
Section 2.3 (right to conduct audit).
3.13.c. Both Parties. As to both parties, the following sections shall survive
discharge: Section 3.2.a. (obligation which survives termination), and Section 3.3. (mutual
indemnities).
3.14. T lmitation. All obligations of Authority under the terms of this Agreement are
expressly contingent upon the Authority's continued authorization to collect and expend the sales
tax proceeds provided by Measure K. If for any reason the Authority's right or ability to oollect
or expend such sales tax proceeds is terminated or suspended in whole or part so that it
materially affects the Authority's ability to fund the project, the Authority shall promptly notify
Sponsor, and the parties shall consult on a course of action. If, after twenty-five (25) worldng
days, a course of action is not agreed upon by the parties, this Agreement shall be deemed
terminated by mutual or joint consent. Any future obligation to fund this project or any other
project or projects of Sponsor, not already specifically covered by separate Agreement, shall
arise only upon execution of a new Agreement.
3.15. tto a s' Fees. Should any litigation commence between the parties concerning
the rights and duties of any party pursuant to, related to, or arising from, this Agreement, the
prevailing party in such litigation shall be entitled, in addition to such other relief as may be
granted, to a reasonable sum as and for its attorneys' fees and costs of such litigation, or in a
separate action brought for that purpose.
3.16. Time. Time is and shall be of the essence of this Agreement and each and all of
its provisions in which performance is a factor.
3.17. Remedies Cumulative. No remedy or election of remedies provided for in this
Agreement shall be deemed exclusive, but shall be cumulative with all other remedies at law or
in equity. Each remedy shall be construed to give the fullest effect allowed by law.
3.18. Applicable law. This Agreement shall be governed by, and construed and enforced
in accordance with the laws of the State of California.
3.19. Captions. The captions in this Agreement are for convenience only and are not a
part of this Agreement. The captions do not in any way limit or amplify the provisions of this
Agreement and shall not affect the construction or interpretation of any of its provisions.
3.20. No Continuing, Waiver. Tae waiver by any party of any breach of any of the
provisions of this Agreement shall not constitute a continuing waiver or a waiver of any
subsequent breach of the same, or of any other provision of this Agreement.
3.21. No Rights in Third Parties. Nothing in this Agreement, express or implied, is
intended to confer any rights or remedies under or by reason of this Agreement on any third
party, nor is anything in this Agreement intended to relieve or discharge the obligation or
8
11
liability of any third party to any party to this Agreement, nor shall any provision of this
Agreement give any third party any right of subrogation or action over or against any party to
this Agreement.
3.22. Sianator's Wartan , Each party warrants to each other that he or she is fully
authorized and competent to enter into this Agreement in the rapacity indicated by his or het
signature and agrees to be bound by this Agreement as of the day and year first mentioned above
upon the execution of this Agreement by each other party.
IN WITNESS WHEREOF, the undersigned parties have executed this Agreement on the
day and year fust written above.
164 0two) a K91019
By:
JACK SIEGLOCK
Mayor
ATTEST:
By:
JENNIFER PERRIN
City Clerk
SAN JOAQUIN COUNTY
TRANSPORTATION AUTHORITY:
By:
CLYDE BLAND
Chairman of the Board
By:
E
STEVEN DIAL
Manager Finance & Administration
and Public Information
s1.f2SFAw�"s -iirry�ry7!r'!�d. ria+,r j,
Exhibit A
APPLICATION FOR MEASURE K
DESIGN COOPERATIVE AGRFEMEgT
Multimodal Station Project
This application is a request for reimbursement of master site planning, environmental review
and Preliminary engineering costs.
1. Project Name, Location: Lodi Multimodal Station
(Identified in the MK Strategic Plan as Multimodal
Station Project N2)
2. Project Sponsor. City of Lodi (Sponsor)
County of San Joaquin (Project Manager)
3. Contact Person, Phone No.: Jerry Glenn, Assistant Lodi City Manager
333-6700
4. Project Scope of Work
Include project location, extent of improvements required right of way, expected level of
environmental review and any expected major utility relocation or hazardous materials wart
Indicate what work on the project will be performed by the sponsoring agency and what work
will be contracted out.
If project is a segment of a larger project, also briefly describe the overall project.
Attach an 8.S" x 11 copy of a map and project drawings that clearly designate the project, its
limits, and the type of facility.
Contract Project: Lodi Multimodal Station • Phase II
Phase II of the Lodi Multimodal Station project includes Master Site Planning, Environmental
Review and Preliminary Engineering work.
The overall project, "Lodi Multimodal Station", is a 4 -phased project. Phase I included a
Feasibility and Site Alternatives Analysis and is complete. Phase II is the subject of this
Measure K contract. Phase III includes Right -of -Way Acquisition. The final Phase, Phase IV,
includes Final Design and Construction.
The Lodi Multimodal Station will be located along the west side of SPRR tracks in a geographic
area bounded on the north by Pine Street and on the south by Walnut Street (see Map 1).
The Phase II work is a cooperative effort of the City of Lodi and County of San Joaquin. The
City of Lodi is the Project Sponsor while the County of San Joaquin will act as the Project
Manager. The City of Lodi will contract with the County of San Joaquin for Project
Management. As the Project Manager, the County of San Joaquin will hire a consultant to
C
perform the master site planning, environmental review and preliminary engineering work.
5. Expected Timing for Delivery of Project
(indicate if task is already completed, indicate any phasing of the project)
Start D Comfllett, 'on 1?ate
Feasibility, Site Alternatives: 6/92 Completed (3/93)
Phase R Tasks:
Site Planning: 12/94 9/95
Prelim. Deslgn/Engineering: 12/94 9/95
Environmental Review: 11/94 9/95
Right -of -Way Acquisition: 10/95 3/96
Final Design 10/95 1/96
Construction 3/96 3/97
6. Estimated Project Cost (as applicable)
Feasibility, Site Alternatives:
Phase II Tasks:
Site Planning:
Prelim. Design/Engineering:
Environmental Review:
Right -of -Way Acquisition:
Final Design:
Construction:
TOTAL:
$100,000 (completed)
$60,000
$133,400
$90,000
$660,000
$100,000
$1,880,000
$3,023,400
Costs eligible for Measure K reimbursement in this contract: $56,680 or 20% of the
Phase H costs of $283,400. In the event that project costs are incurred prior to the City of Lodi
receiving authorization to expend its Section 9 Federal grant funds, additional Measure K funds,
not to exceed $43,320, can be used to support early project work efforts. These additional funds
can cover 100% of early project costs. In no event shall Measure K payments for this contract
exceed $100,000. Lodi City staff costs are not eligible project costs.
__.....__ .., ___. _..++o•.u-y,yrv:�,v�-.m•n•••sM;mt{a�yrrc;s�r's�'se+.:....•mt..v,.e.-.r
7. Expected Timing for Release of Measure K Funds by Quarter
Quarter Ending 12/31/94: $0
Quarter Ending 3/31/95: $18,895
Quarter Ending 6/30/95: $18,895
Quarter Ending 9/30/95: $18,890
Quarter Ending 12/31/95: $0
8. Source(s) and Amount of Matching Funds
S
Federal Transit Section 9
Amount
$226,720
The Authority intends to act on all applications for funds as soon as possible, given the required
staff and committee review times required. If submitted before the first of the month, the COG
Board will review this application and take action on a cooperative agreement at its next
scheduled meeting.
WMbw SNM Assabtn / lUsgm a A Asseddes I a / TrawrA N / Xspw4fmw Aaooddes i EwAmawdd Nam Asuddls / Dow" AmmkW I LW* Coo*Wft Cott WW tto
r-►
LODI_ MP 103.3
-� IUI iU
SO A AM 0 ST M& SACOAMENTO
2 STADW
TO STOCKTON�(� inaka tiAgtAMElITO
--
Cie 9qW a0 500
A000��
_ �fLirL�1 rAwn AtAa�s
A4
1. NORTH SWITCH FROM LODI SIDING MP 103.1 POWER OPERATED
2. LODI TEAM TRACK AND FREIGHT DOCK. LOT APPROX. 500' WIDE
3. CROSSOVER USED BY LODI LOCAL TO CROSS OVER TO AND FROM WOODBRIDGE BRANCH
A. APPROXIMATELY 1380' BETWEEN E. LOCI AVE. AND E. PINE ST.
8. APPROXIMATELY 334' BETWEEN E. PINE ST. AND E ELM ST.
FIGURE 7
: AM SOP •
DOWNTOWN LODI RAIL FACILITIES
•
f1
SAN Jowm CouNry STATkms PROCIRm St*
CITY OF LODI AND COUNTY OF SAN JOAQUIN COOPERATIVE AGREEMENT
FOR THE PROJECT MANAGEMENT ACTIVITIES OF
MASTER SITE PLANNING, ,
ENVIRONMENTAL REVIEW AND
PRELIMINARY ENGINEERING OF THE
LODI MULTIMODAL STATION
THIS AGREEMENT, made and entered into by and between the PARTIES; the
CITY OF LODI, a municipal corporation of the State of California, hereinafter designated "CITY"
and the COUNTY OF SAN JOAQUIN, a political subdivision of the State of California, hereinafter
designated "COUNTY".
WHEREAS, CITY and COUNTY hereby desire to enter into a Cooperative AGREEMENT for
Transportation improvements in San Joaquin County; and
WHEREAS, the San Joaquin County Local Transportation Improvement Plan and Ordinance,
referred to herein as "Measure K% was approved by the voters of San Joaquin County on November
6, 1990, and is administered by the San Joaquin County Council of Governments, acting as the
Local Transportation Authority, hereinafter referred to as "AUTHORITY"; and
WHEREAS, CITY and COUNTY desire transportation improvements eligible as Master Site
Planning, Environmental Review and Preliminary Engineering, which make up Phase H of the Lodi
Multimodal Station, under Multimodal Terminals or Stations, Passenger Rail and Bus category
of Measure K, hereinafter referred to as "PROJECT"; and
WHEREAS, it is anticipated that CITY will secure Section 9 Federal grant funds and Measure
K funds to cover PROJECT costs; and
WHEREAS, CITY has determined that the most effective and efficient manner in which to
achieve the aforementioned PROJECT is to contract with an independent contractor, hereinafter
referred to as "CONSULTANT"; and
WHEREAS, CITY intends to select and execute any CONSULTANT contracts necessary to
complete said PROJECT; and
WHEREAS, CITY has determined that the most effective and efficient manner to complete said
PROJECT is to enter into AGREEMENT with COUNTY to perform Project Management activities;
and
WHEREAS, COUNTY intends to enter into a separate Agreement with AUTHORITY for
reimbursement of Project Management; and
P
f
WHEREAS, Exhibit A, -Scope of Work-, describes the PROJECT Scope of wont; and
WHEREAS, C1TY and COUNTY have ,jointly developed a scope of work for the
CONSULTANT and prepared a Request for Proposals (RFP),
NOW, THEREFORE, it is mutually agreed by CITY and COUNTY as follows:
1. COUNTY shall recruit and evaluate CONSULTANTS in accordance with the RFP and
the instructions of CTTY.
2. CITY shall select CONSULTANT and execute the necessary contracts and be responsible for
paying CONSULT.kNT for services rendered for completion of the PROJECT.
3. Upon award of CONSULTANT contract or contracts, CITY shall provide one copy of the
successful CONSULTANT proposal and executed contract to COUNTY.
4. COUNTY shall act as Project Manager for the PROJECT herein described and shall perform
all Project Management duties, including; oversight of CONSULTANT work, review of
CONSULTANT progress and invoices, endorsement of payments and preparation of progress and
final reports necessary to comply with Measure K, California Transportation Commission (CTC)
and FTA grant requirements. COUNTY shall deliver PROJECT in a manner consistent with
Exhibit A, "Scope of Work".
S. CITY and COUNTY agree to reference Exhibit A, "Scope of Work" in their respective
Agreements with the AUTHORITY.
6. COUNTY agrees to conduct all necessary meetings with CITY, COUNTY and
CONSULTANT to obtain CITY approval and maintain PROJECT schedule.
7. COUNTY shall provide to CITY, written monthly reports which specify major PROJECT
tasks, work completed since the last reporting period, the percentage of work completed to date and
any technical working documents completed during the reporting period.
8. COUNTY shall allow CITY to audit all expenditures relating to the PROJECT funded
through this AGREEMENT. For the duration of the PROJECT and for four (4) years following the
completion of the PROJECT, or earlier discharge of the AGREEMENT, COUNTY will make
available to CITY all records relating to expenses incurred in performance of this AGREEMENT.
9 COUNTY agrees to submit all Project Management invoices to CITY for its review and
endorsement of payment of said invoices by AUTHORITY.
10. The PARTIES assure reciprocal indemnification to either PARTY. As such, neither PARTY
2
nor any officer or employee thereof, shall be responsible for, and each PARTY shall fully
indemnify and hold harmless the other PARTY against any damage or liability occurring by reason
of anything done or omitted to be done by either PARTY under or in connectioe with any work,
authority or jurisdiction delegated to either PARTY under this AGREEMENT.
11. It is also understood and agreed that pursuant to Government Code Section 895.4, Bich
PARTY shall fully indemnify and hold the other PARTY harmless from any liability imposed for
injury as defined by Government Code Section 810.8 occurring by reason of anything done or
omitted to be done by either PARTY under this AGREEMENT or in connection with any work,
authority, or jurisdiction delegated to either PARTY under this AGREEMENT.
12. CITY warrants to COUNTY that the Consultant or Consultants for the PROJECT will be
required to carry sufficient Professional Negligence and General Liability Insurance to protect
COUNTY and CITY against claims of every nature arising out of the completion of said PROJECT. .
13. If, for any reason, sufficient funds are not appropriated to complete the PROJECT, the
PARTY whose funds are not appropriated shall promptly ratify the other PARTY, and the CITY
and COUNTY shall consult on a course of action. If, after twenty-five (25) woddng days, a course
of action is not agreed upon by the PARTIES, this AGREEMENT shall be deemed terminated by
mutual or joint consent. Any future obligation to the PROJECT, not already specifically covered by
a separate executed Agreement, shall arise only upon execution of a new Agreement.
14. Both PARTIES agree that time is and shall be of the essence of this AGREEMENT and each
and all of its provisions in which performance is a factor.
15. Both PARTIES agree that this AGREEMENT may not be assigned, transferred,
hypothecated, or pledged without the express written consent of the other PARTY.
..mow ... _ ..,.�Mr�i•�v..,: .. ;V [.,.,,;�.. � .... .. .... �..�.... ... ._.�...a
IN WITNESS WHEREOF, the wtdersiSned PARTIES have awned this PROTECT AGREBMBNP
as of the day and year first written above.
SAN JOAQUIN COUNTY
DOUGLASS W. WILHOIT, Chairman
Board of Supervisors
'COUNTY"
ATTEST: LOIS M. SAYHOUN
Clerk of the Board of Supervisors
County of San Joaquin, State of
California
By (SEAL)
Deputy Clerk
Recommended for Approval:
By
HENRY M. HIRATA
Director of Public Works
APPROVED AS TO FORM:
JOHN F. CHEADLE
County Counsel
By
MICHAEL McGREW
Chief Deputy County Counsel
CITY OF LODI
By
Mayor
ATTEST:
City Clerk
Approved as to form:
Bob W. NcNatt
City Attorney
4
.ellaaR�!�+a�c���a.....w.,.—..k.,..-__. ---. .._...__.___..�..._...._..._:..,,.,:...v,•.,,...e�a«.�..r�..:
X4;11.
"Scope of Work"
Phase U of the Lodi.Multimodal Station project includes Master Site Planning, Favironmental
Review and Preliminary Engineering, and is part of a four-phase project. Phase I produced a
Feasibility and Site Alteratives Analysis. Phase III includes Right -of -Way acquisition, and Phase
IV includes Find Design and Construction.
Phase H work is a cooperative effort of the City of Lodi and San Joaquin County. The City of Lodi
is the Project Sponsor and will enter into a contract with San Joaquin County to act as the Project
Manager. The City of Lodi intends to hire a private Consultant to perform the Master Site
Planning, Environmental Review and Preliminary Engineering work. San Joaquin County will
manage the Consultant work effort and is responsible for the following:
1. Rmvit, and evaluate necessary Consultants 2/95
2. Oversee Consultant deliverables
a) Completed Master Site Plan Sheets (Draft) 5/95 (Final) 7/95
b) Environmental Documentation (Draft) 7/95 (Final) 2/96
c) Preliminary Engineering Documentation for architecture,
infrastructure and landscaping 12/95
d) Station Construction Schedule and detailed Cost Estimates 12/95
e) Project ExpendiunWReimbursement Plan 1/96
f) Workshop Summary Report 2/96
g) Alternative Funding Plan 2/96
3. Review Consultant progress, invoices, and recommend payments monthly
4. Report to City and COG on status of project (Reports shall comply monthly
with requirements for FTA, Measure K and CTC)
--�-•..4+ra+no.er►s�ao�a+�ryw?�s�. � .�.� _ _ ... . _.... _ ........ . _......_.,_..�._,_._..._.._ ............,.,, ,__ .,.,:r,,,,.�,,
Loi Rd' /MWtinodal Station c
Request For Proposal
IAM•
TABLE OF CONTENTS
SECTION TITLE PAGE
Table of Contents .......................................... i
Table of Attachments ........................................ ii
I.............
Introduction ...............................
1
II .............
Roles. Responsibilities and Commitments ..........
i
III ............
Phase Two Project Characteristics ................
2
Iv............
Scope of Services ...........................
7
A. Goals and Objectives
B. Project Intent
C. Project Tasks
D. Standards
V.............
Proposal Requirements .......................
16
A. Executive Summary
B. Work Plan
C. Schedule
D. Prior Work Experience And Qualifications
E. Nondiscrimination
F. Disadvantaged Business Enterprise (DBE) Report
G. Conflict of Interest
H. Insurability
I. Signing of Proposal/Authorization to Negotiate
J. Debarment and Suspension Certification
K. Cost Proposal
VI ............
Proposal Submission Requirements ...............
20
VII............
Proposer's Conference ........................
21
VIII ...........
CONSULTANT Selection .....................
21
A. Schedule
B. Proposal Evaluation
C. Selection Process
D. Oral Interviews
E. Selection and Consultant Services Agreement Award
F. Pre -Award Audit
IX ............
CONSULTANT Provisions ....................
22
A. Funding Requirements
B. Ownership of Data and Patent Rights
C. Confidentiality of Data
X ............. General Information .........................
24
A. Confidentiality
B. County Rights
Tahk of Coehuts
Lodi t�tlW�odal • lla�'IkQ - ,
TABLE OF ATfACHME M
SECTION TITLE PAGE
Attachments 1 .... Debarment and Suspension Certification ........... 25
Attachments 2 ... Sample Cost Proposal ........................ 26
Attachments 3 .... Written Proposal Evaluation Worksheet ............ 27
Attachments 4 .... CONSULTANT Evaluation Form ................ 28
MAPS
Map IA ........ Lodi Area Map ............................. 29
Map 1B ........ Characteristics Map .......................... 30
Map 1C ........ Site Area Map ............................. 31
Map 2 ......... Regional Rail Map .......................... 32
«1XVI J.-II R
Exhibit 1 ....... Parcel Map ................................ 33
Exhibit 2 ....... Phase One Station Cost Estimate ................ 34
Tobk of Controls
ii
I.
The City of Lodi is seeking proposals from qualified professional consultant services for the Bill
range of expertise necessary to assist in administering and executing Phase Two of development
of the Lodi Rail/Multimodal Station. This is the second phase of a four phase multi-year project
to construct a rail statioWmultimodal transportation facility in the City of nodi. Phase'Two has
three requirements:
Master Site Planning
Environmental Review
Preliminary Engineering
Phase Two will advance the project from the planning stage to a conceptual facilities plan that
will allow a move accurate estimate of project costs and impacts. The resultant technical and
financial information will provide a basis for subsequent funding and implementation decisions.
A major objective of Phase Two is to evaluate all practical structures• and designs and to conduct
an in-depth analysis of all components, their interrelationships, and their costs. In addition,
environmental requirements involving preparation of a Final Environmental Document are to be
completed. The Preliminary Budget for this Request For Proposal is $223,000. Total maximum
funding for this phase of the project will not exceed $283,400.
IL ROLES, RESPONSIBILITEES AND COMMITMENTS:
City of Lodi is the lead agency in cooperation with San Joaquin County to design and build this
multimodal transportation facility. The City of Lodi will be the lead agency for the
environmental review, administer the Consultant Services Agreement and authorize payments.
San Joaquin County Department of Public Works will provide project management
The Lodi Rail/Multimodal Station was defined and justified in the San Joaquin County Stations
Program Study. The project is supported by community groups and local agencies including:
Caltrans Local District #10 and Division of Rail, the City of Lodi, the San Joaquin County Board
of Supervisors, the San Joaquin County Council of Govemments (Regional Transportation
Planning AgencyA=al Transportation Authority), the Multimodal Advisory Review Committee,
the Lodi Transportation Ad Hoc Committee, and the Lodi Historical Society. The development
of this multimodal facility, as part of the downtown revitalization effort, is of the highest priority
for the Lodi City Council and Manager's Office.
The County Board of Supervisors has adopted rail goals and policies which guide the
development of an integrated network of rail/bus transit services. Additionally, the voters passed
a local transportation sales tax ordinance which is aimed at remedying current deficiencies in the
transportation system. Under the Passenger Rail and Bus category funds, are devoted to projects
for public mass transit and for use as local match requirements for state and federal funding. The
construction of the Lodi Rail/Multimodal Station is compatible with the funding strategies
identified for the region. Funds have been programmed for the Southern Pacific Railroad tracks
through Lodi to facilitate the extension of the San Joaquins intercity passenger service from
Stockton to Sacramento. Funds have also been designated for improvements to facilitate a two
year regional demonstration of commuter passenger rail services in the Altamont Pass Corridor.
Request For PropoW
1
ie�di rMiaso�i &tttiosi • 1PMM Two
Intercity and commuter rail service will provide the ability to access employes centers,
shopping areas and recreational facilities in Northern California by means of ala rnative modes of
transportation. This project will create an activity center that will provide the commuter and.
leisure traveller the ability to interface with the San Joaquins, the Capitols, Caltrttin, BART,
transit bus services, existing and planned bikeways, and pedestrian facilities when travelling to
the Sacramento Metropolitan Area, the San Francisco Bay Area. and the Central Valley.
M. PHASE TWO PROJECT-CHARACTERIST
Background
San Joaquin County is one of the fastest growing counties in the state, due in part, to its
emergence as a residential center for individuals working in the San Francisco Bay Area. This
growth is expected to continue over the next 20 years, with the population expected to increase
by 51 percent, or from 480,600 to 727,500 between 1990 and 2010.
Given the fact that San Joaquin County has been defined as part of an air basin with a severe air
quality problem, rail service and multimodal stations provide an opportunity to reduce the number
of vehicle trips within the County and on the high volume, interregional corridors. This
reduction in trips creates positive impacts on overall congestion, air quality, commuter options,
highway maintenance and future construction costs.
Location:
The City of Lodi is a growing urban area of over 50,000 people located in the northern end of
the San Joaquin Valley. The City is 90 miles east of San Francisco, 34 miles south of
Sacramento and 15 miles north of Stockton.
The proposed multimodal station site is located in the area of the former Southern Pacific Depot
(see Maps la, lb, lc, and Exhibit 1), bounded by Elm Street on the north, Oak Street on the
south, the Southern Pacific tracks on the east, and Sacramento Street on the West. Recent City
efforts regarding downtown revitalization have predicated that the area of influence be expanded
to the south as far as Lodi Avenue and to east as far as Main Street.
San Joaquin County Stations Prop -ram Study
The San Joaquin County Stations Program Study was initiated to conduct a feasibility and site
alternatives analysis for the communities of Lodi, Manteca/Lathrop, and Tracy. For Lodi, the
Phase One Final Report recommended that further efforts should be initiated to develop a
multimodal facility at the location that corresponds to this Request For Proposal. The Final
Report recommended a facility that would consist of a station building, a bus transfer area, and
parking for over 200 vehicles. The Southern Pacific Depot building has approximately 2,000
square feet of space which may be insufficient for proposed City of Lodi uses. Additional
building space, as well as bus and automobile accommodations could be developed on the vacant
lot to the south which is part of the overall parcel for development. (See Exhibit 1)
Request For Proposal
2
Lodi • il�asa 7kQ
Capital costs were estimated in the Phase One Final Report for the multimodal station. The sits
was evaluated and cost estimates generated using standard criteria. Special conditions unique to
the Lodi site were included in the coating, where necessary. A "full buildout" estimate was
presented for the facilities, parking, and associated development that could be anticipated. to serve
projected ridership and levels of train service 10 to 15 years in the future. Cost estimates are
based on 1993 dollars. (See Exhibit 2)
El and Imoktrtentation
The Lodi Rail/Muldmodal Station is a four phase mull-year program to construct a facility that
will provide local and interregional mass transit services and transportation alternatives. The fust
tune phases are programmed and fully funded. Phase One of the overall project was approved
for Transportation Capital Improvement Cl'Cn Program funding by the California Transportation
Commission (CTC) in FY 1991-92 for site assessment and feasibility. Phase Two, to conduct
master site planning, environmental assessment, and preliminary engineering, was approved by
the CTC for TCI funding. in FY 1992-93. Due to a CTC deferral of the 1992-93 TCI funds, a
combination of City of Lodi Federal Section 9 funds and local sales tax funds have been
advanced to allow the TCI funds to be "traded" with the Bay Area Rapid Transit and then
re-programmed in a later phase cf the project.
Phase Three consists of right-of-way acquisition and has been programmed to receive
FY 1993-94 federal Transportation Enhancement Activities (TEA) Program funds and local sales
tax funds. Phase Four of the Lodi Rail/Multimodal Station consists of final engineering and
construction. Shortfall funding in the FY 1994-95 TO Program resulted in a reduction of
previously committed Phase Four funding. The FY 199495 TCI funding combined with
re-programmed FY 1992-93 TCI funds, Proposition 116-PUC 99622 funds, and local sales tax
funds have financed Phase Four's first year tasks of final engineering and the beginning
construction. The second year of Phase Four will require a FY 1995-96 TCI Program award to
complete construction of the multimodal facility.
Goan and Objectives
The Lodi Rail/Multimodal Station will bring together a variety of mass transit services and
transportation alternatives. Design features will attract and accommodate express and commuter
bus services, as well as, intercity Greyhound services, local intercity services, local taxi services,
and dial-a-ride services. The station will provide transit interface with proposed commuter and
intercity rail services. Plans provide for community, private sector, and commercial interests to
integrate their development with the buildout of the multimodal project area. The desire of the
agencies involved is to emphasize the development of a transit center which will be attractive to
the private sector with carefully underscored implications for the possibilities of joint use.
Rail Transit Service
The distribution of arriving modes and the number of transfers at the multimodal will depend
upon projected transit service scenarios, especially the San Joaquin intercity rail service to
Sacramento and Altamont Commuter Rail Service to the Bay Area. (See Map 2)
Request For Proposal
3
AM Lodi Two
Intercity:
There currently is no direct rail service between Stockton and Sacramento and the market is
served by a direct feeder bus connection for the San Joaquin in Stockton. The Southern Pacific
route between Stockton and Sacramento has received considerable attention from Caltrans as the
preferred route for extending passenger rail service as part of the San Joaquin. In the California
Rail Passenger Development Plan: 1991-96 Fiscal Years, Caltrans recommends the following
regarding the Sacramento -Stockton segment: "Direct service will be provided to Sacramento—as
soon as possible. These actions are subject to...securing railroad approval for the new services."
In October 1492, Amtrak requested permission from Southern Pacific to operate over the line.
Service levels on the San Joaquin aro projected to increase from four to six round trips per day
in 1996, with the delivery of the California Cars and completion of track upgrades south of
Stockton. Extensive commitment among public agencies regarding the provision of intercity
passenger service over the route between Stockton and Sacramento has prompted the Southern
Pacific to advance negotiations for the service's institution.
Sacramento service will be required to run unimpeded at all times with no excessive delay
expected for freight operations. Caltrans, Division of Rail, is the lead agency for the
improvements necessary to permit direct rail service of the San Joaquins passenger train service
from Stockton to Sacramento. Decisions regarding the eventual alignment for San Joaquin
service between Stockton and Sacramento will have implications for the requirements at the Lodi
Rail/Multimodal Station. Construction of this station must have the ability to accommodate the
evolving regional and state-wide rail infrastructure.
Commuter.
The Altamont Pass Passenger Rail Corridor Study is commissioned by the San Joaquin County
Council of Governments to create a rail passenger development strategy for both short- and long-
term commuter rail service in the Corridor. Responsible agencies within San Joaquin County are
in the process of negotiating a demonstration commuter rail service which will originate in
Stockton and have a final destinations in San Jose. This demonstration regional commuter rail
service is being negotiated to begin in the Fall of 1996.
Altamont Phase One Study recommendations have concluded that service to and from
Sacramento is an attractive extension of the route. Direct rail passenger service between
Sacramento and the new Stockton temlinal will connect with the San Joaquin, thus linking the
State Capitol by train with other Central Valley communities and Southern California. By
extending service to Sacramento ridership would likely enhance service economics. It is possible
to view this service as complementing the intercity Capitols route by developing schedules to fill
gaps in service, and/or operating the rolling stock as a common equipment pool.
High Speed Rail:
The California High Speed Rail Study was begun under legislative mandate of Assembly Bill
(AB) 971. The AB 971 Report, approved by the California State Legislature in June 1990,
Request For Proposal
4
examined the options, costs, and benefits involved with incremental upgrade of passenger rail
service to provide true high speed service through the San Joaquin Valley. The Report iderdW
the direct tail link between Stockton and Sacramento, via Lodi, as a high priority as it would
permit significantly improved access to the state Capitol from Valley communities.
Lodi Public Transit provides general public dial-aride transportation services throughout the City
seven days per week. Additionally, service is provided to the unincorporated areas of
Woodbridge and Acampo. The City of Lodi operates a fixed -route service consisting of four
routes with 30 minute headways. The downtown muldnxxW station will serve as the central
transfer and hubbing point for local fixed -routes. Additionally, the multimodal will serve as the
Lodi Transit operational headquarters providing accommodations for supervision, dispatching and
drivers.
The San Joaquin County Transit System Plan established fixed -route service between Lodi and
Stockton in addition to interregional bus/rail service to Sacramento. The Stockton -Lodi
connection.for the San Joaquin Regional Transit District is a service improvement that has now
been implemented. Currently, the Regional Transit District has two routes that converge on
Walnut Street west of Sacramento Street. This transfer point will move to the vicinity of the
proposed multimodal location.
Greyhound Lines and Orange Belt Stages both provide passenger s-rvice to Lodi on their
Sacramento -Stockton lines. Delta Casino, a private operator, also services Lodi from the current
Greyhound Depot. Additionally, Greyhound Lines has indicated an interest in relocating their
operation to the multimodal site. The site location is convenient for future transit and bus
services including Greyhound and provides ample site area to accommodate future needs.
Bicvcle/Pedestrian
The station site is surrounded by both residential and commercial activities and pedestrian and
bicycle traffic is anticipated. To encourage pedestrian and bicycle use, design standards will
incorporate dedicated facilities and amenities into the Lodi Rail/Multimodal Station. The
amenities could consist of the following components:
construction of separated, multi -use paths which connect the local thoroughfare with the
parking facilities, rail station facilities, platform areas, and bus transit points.
installation of a sheltered bicycle area.
installation of bicycle racks and/or lockers with adequate capacity at convenient locations
near the transit facility building and rail platforms.
installation of commuter bicycle racks and/or lockers in the parking lot.
Historical Preservation
The Lodi Rail/Multimodal Station will be used to reinforce the City's commitment to local
community organizations and historic preservation. The City, fearing the loss of a site of
Request For Proposal
5
histo ical significance, presented a resolution that the County Board of Supervisors approved
opposing any demolition of the Southern Pacific Rail Depot by the ndboad. Since the adoption
of the resolution, the Lodi Historical Society has declared the Depot a site of historical
significance. The Master Site Plan will be developed in a way that will preserve and comply
with historical rehabilitation guidelines. As a community focal point, the multimodal will be
used to provide local organizations the opportunity to reinforce a sense of community pride, to
promote local events, and maintain a resource of local historical significance.
Economic Development
The development of the Lodi multimodal facility will generate several economic benefits for the
downtown commercial core. The multimodal will have an immediate visual impact on the station
area, which will improve the economic viability of the area by changing the perception of the
downtown. The design of the facility will be integrated into the existing building inventory in
the downtown commercial core. A landscaped area would provide a high quality public space
which could serve as an immediate visual focus for the multimodal area. in addition, the parking
and landscaping improvements associated with the multimodal will create a positive visual impact
in the immediate vicinity. Overall, the development of the multimidal will substantially upgrade
the appearance of Pine Street and Sacramento Street and provide a much improved entrance to
the downtown by extending the pedestrian environment of School Street to the east.
The transit services in the station will provide a significant new focus of activity in downtown
Lodi, due to the number of transit riders that will use the facility. Since many of the riders will
be people who do not currently travel through downtown, a significant portion of the ridership
would result in new downtown activity. The multimodal site area may also include public or
nonprofit uses such as an information office, a visitor center, a small museum or exhibit gallery,
chamber of commerce, City services, or volunteer services. These types of functions could
provide site management and security services.
The non -transit uses at the multimodal project area could include retail and service activity.
Retail kiosks, a news stand, and portable street vendors could be. located at the multimodal. The
transit center, which will have excellent visibility and access, could be a preferable location for
small stand-alone activities such as film processing and automatic teller machines for banking.
Additional economic activity might eventually be generated on adjacent sites because of the
multimodal's central location, case of access, abundant parking, proximity to the downtown
commercial core, and some built-in market support provided by transit riders. The multimodal
facility should be viewed as a proactive element in the near- and long-term economic
development goals of the City of Lodi.
Land Requirements:
The right-of-way parcel that has been programmed to receive TEA Program and local sales tax
funds is currently owned by the Southern Pacific Railroad and is approximately 4.4 acres.
Expansion of administration offices or public services functions could be accommodated within
potential available air rights of the building(s) or an increased project arra of influence.
Request For Proposal
6
IV. SCOPE OF SERVICES:
A. Viand Objectives:
The Lodi R&Wuldmodal Station is multijurisdictional in scope and when completed will be a.
centerpiece for the community that will provide local and inter -regional mass transit services and
transportation alternatives. Careful consideration of transit operations, site design, traffic
circulation, and integration with the City of Lodi's Downtown Revitalization effort must allow
reasonably direct access for the individual passenger to a maximum number of desdnations.
B. Project Intent:
The project will consist of Master Site Planning, Environmental Review, and Preliminary
Engineering. Recommendations will result in the development and construction a multimodal
station in downtown Lodi. An Implementation Plan for Master Site Planning improvements and
Preliminary Engineering requirements must be produced with an Action Plan for institutional
arrangements, financing, and operating services (feasible for start-up service, near, and long term)
at each level. The overall project must be evaluated, through the CEQA/NEPA process, to
determine if the project may have significant effects on the environment.
Included within the project will be a review of all completed and ongoing studies upon which
recommendations might be built. Project activities must recognize the importance of maintaining
and promoting coordination among interested parties. At the outset, procedures will be developed
for sharing project information to keep staff informed of all activities. On a regular basis, staff
will be briefed on work in progress and completed. In addition to frequent contact, the County
Project Manager will be provided with a monthly update on work being performed.
At designated points during the analysis, meetings will be held with City and County
representatives and individual technical review groups. These meetings will provide an
opportunity for advisory groups to establish direction on key policy/technical issues. Station
development is to occur with extensive public involvement and participation throughout the
process so as to establish community consensus.
The preparation of documentation for other government agencies will be required including, but
are not limited to, quarterly progress reports, environmental documents, and the requirements to
advance the project into subsequent phases. Along with the need to keep the City and County
informed as to project activities, work progress and established budget must be monitored. Any
problems that might interfere with work activities must be identified and resolved, and if
necessary, staff and project resources must be reallocated to ensure project schedule and budget.
C. Project Tasks
1. MASTER SITE PLANNING
Immediately after project initiation, kick-off meetings will be held with the Consultant project
team, the County's Project Manager, and City representatives to review the wort: scope and to
Request For Proposal
7
Lodi iswftwd Slow • Pun TWO
reach consensus upon the goals, objectives and evaluation criteria which will guide the master
site planning, environmental analysis, preliminary engineering phases, and the public involvement
portion of the project. The focus of these meetings will be to clarify both the constraints and
opportunities of the Lodi Rail/Multimodal Station and facilitate the certification of the
Environmental Documentation as quickly as possible.
Hazardous Materials Assessment and Geotechnical Site Investigation
The first work tasks of the Master Site Planning Phase will be a hazardous materials assessment
and geotechnical site investigation for use in future environmental and final engineering efforts.
The hazardous materials assessment will be in compliance with existing California Transportation
Commission guidelines (Resolution 0-91-2), as well as, the proposed guidelines that will
supersede the existing guidelines. Soil and groundwater contamination from petroleum and
hydro -carbon based pollutants are on the site. Constraints, if any, will be identified for the
proposed project due to the presence of hazardous contamination or hazardous materials.
The geotechnical investigation will include: 1) drilling and sampling exploratory borings in the
vicinity of the proposed main building, and parking and utility building areas, and 2) testing
selected soil samples in the laboratory to classify the soil and determine expansion and strength
characteristics.
Written reports summarizing findings, conclusions and recommendations of the hazardous
materials assessment and the geotechnical investigatira will be prepared.
Validate Needs Assessment
In addition to the passenger rail improvements, the multimodal facility must have
accommodations for local fixed -route and dial -a -ride operations, Regional Transit District
linkages, Greyhound operations (building and bus bays), parking and dropoff areas for private
automobiles, taxis, and other shuttle services. All facility operators will have specific spatial
needs. While many features such as such as restrooms, access roads, and parking areas can be
shared, other features such as administrative areas and patron areas may need to be separated to
account for different operating needs and corporate identities.
The ultimate purpose of this task is to update and refine the Phase One goals. objectives and user
needs as appropriate and, building upon the previous work b --gin to move all parties towani
consensus on station site concepts. As a starting point for Phase Two, the Phase One Final
Report project characterL;tics and needs assessment will be integrated into the City's Downtown
Revitalization effort. As part of this existing conditions documentation task, the Consultant will
address the following issues: 1) rail operations; 2) bus service needs; 3) circulation and parking;
4) passenger needs; 5) land use and economic plan consistency; and 6) joint development
opportunities.
Rail Operations - Determining the optimum station location will involve consideration of a
number of rail operating variables including potential future passenger train routings, passenger
train layover requirements, freight train operations, signalling requirements, track layout, grade
Request For Proposal
._ U fL.L'._ U1 __ . bl .
,b
crossing requirements, and platform requirements. >rindings and a preliminary track and rail
facility sketch plan will be contained in a technical memorandum. However, the most important
product of the rail operations component of this task should be developing a consensus among
Caltrans Division of Rail. Amtrak, the Southern Pacific Railroad, the City, and the County; on a
site concept acceptable to all.
Bus Service Needs - The multimodal station is envisioned to support: local fixed route buses,
dial -a -ride Tervices, Sar, Joaquin Regional Transit District buses, commuter rail feeder buses,
Greyhound, and, perhaps, :our/charter buses. Different operational features and passenger
interchange needs will be analyzed for approach/departure routing patterns, terminating-layover-
thru routing features, baggage handling needs, driver and other support facility needs, preferred
loading configuration, and pulsing operations. Bus loading bays, as well as bus holding bays
analysis, will be required including associated roadway area. Additionally, the Regional Transit
District has developed two regional routes that acknowledge the multimodal site as a transfer
point that will allow direct transfer between buses on different routes that must be analyzed.
Circulation and Parking - Key circulation considerations will include access driveways, on-site
turnaround needs and need to segregate circulation systems for different transportation users. A
jointly used drop-off/pick-up service area could be provided to serve automobiles and transit
services. Layover areas for taxis and shuttle vehicles will also be provided. Parking spaces will
be provided for local transit service, Greyhound, and Amtrak operations and should be in close
proximity to the facility. Parking areas must account for both actual parking areas and
circulation aisles, and also for parking of emergency and service vehicles. Parking needs of the
downtown multimodal must consider the present and future site area parking context.
Bicycle/pedestrian features and amenities will also be assessed. Findings and a preliminary
parking management plan will be contained in a technical paper.
Passenger Needs - Passenger needs assessment for the multimodal station will include: access,
processing, waiting, transferring, boarding/alighting facilities, and amenities. Findings will be
expressed in terms of desired, minimum and snared space requirements for loading platforms,
waiting areas (enclosed, covered and open) and passenger processing and amenity areas. Specific
:attention will be directed at passenger flow movement patterns.
:nation amenities will include all building areas, parking, circulation aisles, and minimum
landscaping. Additional spatial needs will be required for items such as Lodi Transit
administrative and operational staff and possible community development. The identity of the
facility will be thoroughly evaluated to identity and recommend a type of architecture/style
fequiring consensus between the City and related agency interests.
Consistency with Land Use and Economic Plans - The proposed and potential objectives for the
multimodal facility with respect to local land use, urban design and economic plans for the
project area will be evaluated. This effort will be closely coordinated with the Lodi City Council
and City Manager's Office to ensure an understanding of center city planning objectives,
especially as they relate to the Downtown Revitalization effort. Opportunities for joint uses,
potential types of uses, site locational needs and support functions, such as parking, will be
evaluated early in the work effort.
Request For Proposal
9
Products of this subtask will be two (2) project planning memoranda documenting the consensus
achieved. The fust memorandum will define Phase Two goals, objectives and methodology, the
second memorandum will identify evaluation criteria which will be used in assessing refinements
of the "preferred" concept, as well as an alterative. In addition, a Working Paper documenting
validation of user needs will be produced at the conclusion of this task.
Conceptual Design
Site visits will be conducted to determine passenger market areas. system operation features,
roadway access, at -grade railroad crossing conflicts, and space/facility constraints and
opportunities, particularly with regard to transit interface, user access and parking. Early project
activity will be a thorough evaluation of the opportunities and constraints of a conceptual site
plan for the spatial requirements of two alternative building layouts. Influence diagrams will be
prepared and should include: consistency with efficient system operations (rail and transit),
capacity, passenger utility, access features, safety, flexibility (joint use), and relative cost.
Conceptual site plans will be prepared that indicate the building(s) footprint, vehicular circulation
and parking requirements, bus bays, passenger amenities and conceptual landscaping schemes.
Conceptual sketches, depicting the type of form and character the project will take on, should be
generated at this time, including vignettes, perspectives, plan, elevations and sections. Plans
should show hardscape delineations, softscape, plant massing, pedestrian area treatments, etc.
Preliminary environmental screening of the site should be performed. The site will also be
analyzed with respect to civil engineering and track/signal railroad issues, and available records
should be researched for information on existing utilities and topographic data. Preliminary gross
unit cost estimates will be developed for the site plan. Preliminary alternative concept plans,
evaluation matrices and cost estimates will be presented.
Conceptual Architectural/Civil Engineering Development of Multimodal Facility Site
Once consensus has been achieved on the selected alternative, a conceptual architectural design
for the terminal facilities; including floor plan, cross-section, and elevations will be developed.
Site circulation. loading areas, drop-off areas, and ramp requirements for parking should be
included. A conceptual design for a simple maintenance facility will be developed assuming a
simple structure used principally for storage of building supplies and equipment incorporated
within the facility building(s).
Topographic and utilities surveys will be conducted to provide information concerning the
existing topographic, track/signal, utility, Southern Pacific Railroad fuel pipeline, project control,
boundary, and right-of-way information. Site base maps and conceptual engineering drawings
will be prepared showing all collected survey data The following additional conceptual
engineering studies will be also be completed:
• Concept design of power supply and distribution (HVAC) and lighting systems.
• Elderly/disabled diagram and analysis demonstrating compliance with ADA.
• Conceptual layouts for off-site traffic improvements and bicycle/pedestrian access,
Request For Proposal
10
Lodi > taitiasodal Stant» • PMN TWO
• Conceptual layouts for -.nater, sewer, storm drainage, power supply, and railroad track
improvements.
Line item cost estimates for the terminal facility, maintenance building and miscellaneous
covered waiting structures will be prepared Estimates will include all civil engineering and.
railroad track items, including mechanicaVelectrical systems, and all site -related improvements.
Tmfflc Circulation/Access Analysis
A preliminary traffic circulation analysis will be conducted to address the impacts associated with
the multinodal facility, the unique needs of a mass transit facility, an intercity railroad station,
and the surrounding land uses. The data collected and the analysis performed will identify
improvemaits to the traffic network that can be implemented in stages as the project is
constructed. The methodology for the transportation and circulation element of this task should
follow California Environmental Quality Act and the Federal National Environmental Protection
Act guidelines, as well as the guidelines set forth in the local Congestion Management Plan.
Public Involvement Program
The objectives of the Public Involvement Program for Phase Two are to:
• Promote participation in the planning process through a well-designed and targeted
community workshop program;
• Build community consensus for a multimodal transportation facility in the City of Lodi
and the development of regional transit facilities countywide;
• Improve communication and among decision -makers and community residents; and
• Assist in the development of a matrix of issues and evaluation measures, based on
community and operator concerns.
To accomplish these objectives, the Program will be guided by the following principles:
1) Key community groups and organizations will be consulted at critical decision points.
Technical information must be shared and prepared in a form which is understood by all parties.
2) Goals, objectives, and issues will be identified and ensure that the participation program is
tailored to the local area and meets its special needs.
3) Community residents, professional experts and public officials must be actively engaged in a
shared process of information gathering, problem identification and priority setting.
4) A careful record must be kept of community concerns and issues. The record should be
organized into a format that allows for its maximum integration into the Final Project Report..
Public Involvement Protnam
Community Workshops and Environmental Public Hearings will be organized and conducted
working closely with the City and the County. A schedule of workshops and hearings will be
proposed. These workshops and the public hearings will be documented in a Workshop
Summary Report which will be incorporated in the Final Project Report.
Request For Proposal
I1
MASTER SITE PLANNING DELIVERABLES
Products of this task will compliment the concurrent environmental review process and
preliminary engineering of the preferred station site concept. Master Site Plan Sheets will be
developed in suitable format (including existing utilities and the Southern Pacific Railroad fuel
pipeline) for presentation/review and details will include:
- building location and orientation
- interior floor plan
- transit amenities - stops, drop-off locations, and circulation
- rail platform locations
- traffic access, circulation and parlang
- bicycle/pedestrian circulation, safety and surveillance
- landscaping plan
- hazardous materials and geotechnical investigation reports
2. ENVIRONMENTAL ANALYSIS
Environmental Screening
An initial identification of environmental issues was addressed in Phase One, but no specific
environmental analysis has been completed for the project. The City of Lodi, as the lead agency,
will generate a Preliminary Initial Study Environmental Checklist to identify areas of significance
that will require further assessment and possible mitigation. The Preliminary Initial Checklist
will be made available to interested Consultant firms at the Pre -Proposal Conference.
-_111,77UT777=—
Subject to the evaluation of Preliminary Initial Checklist, detailed technical analyses for the Lodi
Rail/Muldnxx l Station may need to be conducted to address environmental standards that are
applicable to the project. The Master Site Planning reports summarizing the findings, conclusions
and recommendations of the hazardous materials assessment and the geotechnical investigation
will also be incorporated into the environmental review. Preparation of the following technical
work plans for the project may be required for appropriate environmental review:
- Land Use
- Plans and Policies
- Traffic and Circulation
existing conditions
cumulative growth
mitigating measures
- Air Quality
- Noise and Vibration
- Energy
- Cultural Resources/Section 106
- Section 4(f) Evaluation
Request For Proposal
12
- Hydrology
- Biological Resources
- Hazardous Materials
- Soils and Geology
"Level Two"
- Economic Impact Analysis
- Public Service
- Visual Resources
ENVIRONMENTAL DELIVERABLES
Concurrently, or at the conclusion of the Master Site Planning work effort, the Consultant will
facilitate the certification of the Environmental Documentation as quickly as possible. The
environmental process will incorporate, as much as possible City Downtown RevitaHzation
efforts. Products of this task will satisfy requirements for CEQA/NEPA environmental review
and clearance, with recommendations for mitigation and monitoring for the development of the
Lodi Rail/Muidmodal Station.
3. PRELIMINARY ENGINEERING
Architectural Drawings Deliverables
Drawings and descriptive specifications for major features and components shall be prepared for
the multimodal facility, maintenance building, and miscellaneous passenger waiting shelters and
amenities. Drawings shall be in Auto CAD format and spreadsheets shall be in Excel format.
Production processing, quality control review and on-going coordination with the City and
County staff will be required. Detailed line item cost estimates for the architectural
improvements shall be provided. Drawings will include:
• Floor plans at 1/4" scale and roof plans at 1/8" scale;
• Conceptual structural plans and sections;
• Exterior elevations at 1/4" scale;
• Signage and graphics (conceptual); and
• Descriptive specifications for major features and components.
Infrastructure Eneineerine Deliverables
This task consists of further refinement to the following infrastructure engineering elements:
• HVAC, electric, power,
• yard piping
• structural;
• railroad track and signal;
• traffic circulation;
• storm drainage. waste water systems, and water supply and distribution
R"ma For Proposal
13
Site infrastructure drawings and cost estimates shall be prepared to a preliminary engineering
level of 25% contract drawings and show street modificationsfwWrovements, grading, drainage,
sewer and water improvements, power supply, preliminary layout for parking areas, bus bays,
passenger areas and platform design, and the building(s) footprint. Drawings shall be in Auto
CAD format and spreadsheets shall be in Excel format. Work products for this task shall consist
of preliminary structural calculations. A descriptive specification for major mechanical/electrical
components, equipment and structural elements shall also be prepared. Production processing,
quality control review; and on-going coordination with the City and County staff shall be
required
LandscaWng„Deliverables
Construction documents for the landscape plan shall be prepared to a preliminary engineering
level of 25% of contract drawings. Base sheet information and cost estimates shall be prepared
with drafted hardscape items shown, such as walks, walls, fences, benches, tree grates, etc. A
draft planting plan shall be developed, which will include Iandscape areas, delineation of
hardscape/softscape areas, and tree plantings. Also, the following shall be produced: descriptive
detail sheets,- general notes; descriptive specifications; catalog cuts of proposed site furniture;
production processing, quality control review; and on-going City and County staff coordination.
Drawings shall be in Auto CAD format and spreadsheets shall be in Excel format.
Cost Estimating Deliverabieg
Cost estimates developed in previous tasks shall be refined based on the technical drawings and
descriptive specifications prepared. Upon completion of the preliminary engineering plans, a line
item cost estimate for all items relating to civil engineering and railroad track and signal items
shall be prepared. These cost estimates shall be included in the Final Project Report. All
preliminary engineering plans and line item cost estimates shall be generated in a format that will
be transferred electronically. Spreadsheet costing shall be in Excel software format and
preliminary engineering plans shall be in Auto CAD.
PROJECT REPORTS
Concurrently. or at the conclusion of the Master Site Planning work effort, the Consultant will
facilitate the certification of the Environmental Documentation as quickly as possible. The
Consultant will prepare a Preliminary Project Report, Draft Final Project Report and Final Project
Report. The Consultant will be required to make a final presentation to the Lodi City Council of
the Final Project Report and recommendations for formal adoption. The Final Project Report
shall include all elements required by the California Transportation Commission to advance the
Lodi Rail/Multinwdal Station Protect to Phase Three. including:
• Completed Master Site Plan Sheets
• Completed environmental documentation including project description and cost;
• Preliminary Engineering documentation for architecture, infrastructure, and landscaping;
• Project schedule including construction contingency plan, agency responsibilities and
major cost components through project construction;
Request For Propose!
14
da Lodi s . Ph= Two
• Workshop Summary Report;
• Project Financial Action Plan showing alternative funding proposals for the project;
• Cash expenditure and reimbursement plan; and
• Compliance with CTC policies and program guidelines.
D. Standards=
All project work must meet the following requirements and standards:
1. The Consultant will work closely with the City of Lodi, the County Project Manager and
affected agencies involved in the project. The City will exercise review and approval
functions through the County Project Manager during the project. The Consultant will
present all working papers and reports in the general form agreed to with the County
Project Manager. All work products will be the property of the City of Lodi.
2. The Consultant will be responsible for presenting all technical memorandums, working
papers and rnports to the County Project Manager and the Lodi City Managers Office.
These meetings will provide an opportunity for the Consultant and County Project
Manager and City staff to review the work performed to date. In addition to review, they
will also discuss and refine draft products and establish direction on key issues.
3. A Public Participation process will be an important part of the project to assure public
involvement and consensus. Additionally, the Consultant will be required to make
presentations to the Lodi City Council. The Consultant will recommend an appropriate
schedule and/or plan for public participation meetings to be reviewed and adopted by the
County Project Manager and the Lodi City Managers Office.
4. The Consultant is solely responsible for the accuracy and completeness of all data
contained in memorandums, papers and reports. The County Project Manager will
exercise review and approval functions at key points and milestones during the project and
conduct project status reports and meetings with the Consultant.
5. The Consultant will implement and maintain a Quality Control Plan during the preparation
of plans and documents for this project. This Plan will be in effect during the entire time
work is being perfomtcd for this project. The Pan will establish a process where
calculations and plans are independently checked and corrected, and all job related
correspondence and memoranda are routed and received by affected persons and then
bound in appropriate files. All work products submitted to the County Project Manager
for review are required to be marked clearly as being fully reviewed and that the
preparation of the material followed the quality control plan established for the work.
6. The Consultant shall prepare a critical path method (CPM) for this project showing a
deliverables schedule and relevant data needed for work control. The CPM will be
immediately revised by the Consa%ant and supplied to the County Project Manager should
it become apparent that a benchmark has not or will not be achieved.
Request For Proposd
15
7. The Consultant will prepare and submit to the County Project Manager for review a
monthly project status report including a critical path review/update, budget status, cash
drawdown schedule, elements completed, outstanding correspondence, unresolved issues.
planned matings and preparation for meeting agendas.
B. The Consultant will be required to obtain prior approval of the County Project Manager
for any communications with the public media pertaining to this project.
9. If the Consultant fails to submit the required deliverables set forth in the Consultant
Services Agreement, the City of Lodi shall have the right to withhold payment, and/or
terminate the Agreement upon thirty (30) calendar days written notice to the Consultant.
V. PROPOSAL iREOUIREbWNTS:
A. Executive Summ M
The proposal shall include a three (3) page summary, emphasizing the approach, qualifications
and capabilities of the Consultant and should indicate an understanding of the goals of the project
and the services required for performance of the Scope of Services.
B. Work Plan:
A Work Plan shall be included which delineates the approach to be employed to complete the
project. The Work Plan should demonstrate the Consultant's understanding of the Scope of
Services, refine/expaW the Scope to reflect the Consultant's approach to completing the work,
and the Consultant's capability to deal with the required Scope within the proposed schedule.
The Work Plan shall include the following:
1. Identify the Consultant project manager and detail his/her specific responsibilities.
2. Describe the approach and methodology that will be used to provide the required services
including any equipment. The specific level of engineering and subsequent work products
must be emphasized. This level of detail must clearly delineate between the separate
disciplines of master site planning, environmental review, and preliminary engineering.
3. Identify any supplemental tasks deciTied necessary and recommend any alternatives which
may enhance the project, reduce costs or speed delivery.
4. Indicate where the work is to be performed. If the work is to be shared among firms and
different offices, identify the office locations and the work to be performed in each office.
Active use of local subConsultants will be considered in the evaluation of each proposal.
S. Indicate how much staff time the Consultant assumes City of Lodi staff, the County
Public Works Department. Caltrans or other agencies will devote to the preparation or
completion of the tasks outlined in the Scope of Services.
C. cb
A comprehensive schedule must be presented to reflect the time frames and person hours required
for completing each portion of the project. The pian must include proposed person hours broken
Request For Proposal
16
down by task and position classification and give the total number of person horns required to
complete the entire project. Milestones mu be identified which are interdependent and the
completion date of each milestone.
The Consultant is encouraged to develop additional detail regarding the project schedule, suggest
changes to the schedule within the constraints of the Start and End Dates and suggest changes to
expedite delivery of the Final Project Report.
Tentative date of Execution of Consultant Services Agreement by the Lodi City Council is
February 15, 1995 and issuance of Notice to Proceed by the County Project Manager is
February 16, 1995. Tentative date for submission of the Draft Project Report is January 1996.
D. Prior Work Exnerienm and Qualiticatiow:
The Statement of Qualifications will contain the following for the Consultant and subConsultants:
1. A one (1) page summary of the Consultant's overall capabilities, history, recent and
related experience, expertise and a one (1) page organizational chart showing the proposed
relationships between all key personnel and support staff who are expected to work on the
project.
2. Resumes of key personnel anticipated to participate in the project and an explanation of
the function that each key person will be performing. Similar information is required for
each subConsultant utilized, if any, and the approximate percentage of their contribution.
The Consultant should include a statement of the level of guaranteed commitment of the
proposed individuals to actually perform the scope of servicestwork required.
3. A list of projects, similar in nature to the proposed project, that the key individuals
anticipated to participate in this project have completed. The list should include:
• Client name, contact person and current phone number
■ Project description and location
■ Description of services provided
■ Budget performance
• Schedule performance
• Key personnel involved
■ SubConsultants employed
4. A description of the Consultant's affirmative action plan aimed at eliminating
discrimination based on race, color, religion, sex or national origin and a description of
the Consultant's previous compliance with the plan.
E. Nondiscrimination:
The prospective Consultant must certify compliance with the requirements pertaining to the
development, implementation and maintenance of a nondiscrimination program. The Consultant's
signature. affixed to and dated on the cover letters, as required by Section V.I. below, shall
con-, itute a certification under penalty of perjury under laws of the State of California that the
Ce ':ant has, unless exempted. complied with the nondiscrimination program requirements of
G4 mens Code Section 12490 and Title 2. California Administrative Code Section 8103.
Request For Proposal
17
t.odi altimodal Stsdo�_ _�Mrt Two
F. Disadvantaged Business Enterurise (DBE) Retort.
This project is subject to the State of California's Disadvantaged Business Enterprise (DBE)
program. The State has established a goal of 15% for Minotity Business Enterprise (MBE)
participation, 5% for Women Business Enterprise (WBE) participation and 3% for Disabled
Veterans Business Enterprises (DVBE) participation, as defined by the State of California.
All DBE firms must have valid State of California certification from the Department of
Transportation or the Department of General Services Office of Small and Minority Business at
the time of Request For Proposal release. The Consultant must meat, OR make good faith efforts
to meet these DBE goals. Should the DBE goals not be met, the Consultant is required to submit
information demonstrating that a good faith effort was made in attempting to meet the goals.
Information to be submitted with the proposal shall include:
■ Names of potential DBE firms and sources from which the firm was obtained;
■ Names and dates of advertisement of newspapers, trade papers and minority -focus papers
in which ads for this project were placed;
■ Names of certified DBEs solicited by direct mail;
■ List of project taskitems of work for which Consultant requested sub -bids;
• Names of DBEs who submitted bids for any work and furnished information; and
• A summary of discussions and/or negotiations with DBEs which were not accepted and
reasons for non -selection.
The Consultant shall submit the followin¢ information if no subcontractable work is identified:
1. What is the proposer's standard business practice regarding subcontracting work
performed under this contract?
2. If the proposer has ever subcontracted portions of this type of work, under what
circumstances?
3. What elements of work under this contract, or equipment to be purchased in order to
perform this contract, could lend themselves to be subcontracted? What are the costs
associated with them? Why were they not subcontracted?
Final determination of goal attainment or Good faith effort by the: Consultant will be at the City
od Lodi's discretion.
G. Conflict of interests
The Consultant shall disclose any financial, business or other relationships with the City of Lodi,
San Joaquin County, and/or the San Joaquin County Council of Governments that may have an
impact on the outcome of this project. A potential conflict of interest includes contracts with
City departments, County departments, Council of Governments, and contracts with local land
developers.
The Consultant shall also list current clients who may have a financial interest in the outcome of
this Consultant Services Agreement. This list should specifically include all current clients of the
Request For Proposal
18
Lodi ultiasodal Sasebo - Pba - Wa
Consultant or any subConsultants who currently operate freight or passenger rail services within
the project area or who have a financial interest in operating such services. Should the
Consultant establish or become aware of such a financial interest during the course of Agreement
performance they must inform the County Project Manager in writing within 10 (ten) days. A
potential conflict of interest does not automatically disqualify a Consultant from Consultant
Services Agreement consideration, but will be factored into a final award decision.
H. Insurabilitvi
The City of Lodi's insurance requirements will be part of a Consultant Services Agreement. The
Consultant will need to provide information and evidence of insurability. Insurance limits will be
subject to review prior to Agreement finalization. The Consultant shall obtain and keep in force
and effect during the term of the Agreement: Professional Negligence and General Liability
Insurance, including contractual and automobile liability, with a combined single limit in the
minimum amount of one million dollars ($1,000,000), which policy shall name the City of Lodi
and San Joaquin County as additional insured "Claims Made" policies will not be acceptable.
I. Signing of Proposal/Authorization to Ne¢otiste:
Each proposal submitted shall be executed by the Consultant or an authorized representative. The
proposal shall be delivered with a cover letter signed by an official authorized to bind the
prospective Consultant contractually and contain a statement that the proposal is a fim offer for a
90-day period. The Consultant must identify those persons authorized to negotiate and
contractually bind the company with the City of Lodi on this Request For Proposal.
The signed cover letter also constitutes certification under penalty of perjury, that the Consultant
ctumplies with nondiscrimination requirements of the State and the Federal Government as
specified in Section V.E above. An unsigned proposal or one signed by an individual not
authorized to bind the prospective Consultant will be rejected.
J. Debarment and Suspension Certification:
In accordance with Title 49, CFR, Part 29, Debarment and Suspension Certification, the
Consultant shall certify that there are currently no suspensions, debarments or voluntary
exclusions or ineligibility determinations by any federal agency. See Attachment A.
K- Cost Pro
Format: The cost proposal shall identify recoverable cost and include: 1) a separate itemization
for each milestone and project task, and 2) a summary cost proposal of all personnel costs
consisting of professional classification, rate, and hours. The cost proposal shall be submitted
with the proposal in a separate and sealed envelope and shall follow the format provided in
Attachment B, "Sample Cost Proposal". The Preliminary Budget for this Request For Proposal is
$225,000. Total maximum funding for this phase of the project will not exceed $283,400.
Request For Proposal
19
1. Personnel Costs: name, position and hourly rate of all Consultant and subConsultant
personnel to be used in performing the Consultant Services Agreement. Cost estimates
shall include hourly rates by position, number of hours by position, and total cost by
position. Hourly rates shall include all labor additives, such as employee benefits,
vacation, sick leave, insurance, retirement.
2. Overhead: shown as a percentage of total salary costs. Include costs associated with
maintaining established offices and profit.
3. Other Direct Costs: such items may include travel expenses and materials costs [including
costs for seventy-five (75) copies of each working papers including the environmental
assessment, the Draft Final Project Report; and seventy-five (75) copies and one (1)
reproducible original of the Final Project Report].
4. Continlrencv Costs: these include all additional costs that could be incurred, additional
meetings or presentations, or other contingencies..
5. SubConsultant Costs: the percentage of total costs that is attributable to any
subConsultant should be included. SubConsuItant's personnel, overhead, other direct, and
contingency costs shall include all cost elements required in the above sub -clauses 1, 2, 3,
and 4 and be presented in the prescribed format.
VI. PROPOSAL SUBMISSION REOUTREMENTS:
All proposal packages shall be firm offers, valid for a period of 90 days following the deadline
for submission. Ten (10) copies of the Proposal shall be submitted in response to this Request for
Proposal. Five (5) copies of the Cost Proposal shall be scaled in a separate envelope from the
rest of the proposal (Statement of Qualifications, Work Plan, Schedule, etc.) and identified as the
Cost Proposal.
Time proposal must be in writing, sealed and delivered to the County Public Works Office at the
following address:
Ms. Stacey Mortensen, County Project Manager
San Joaquin County
Department of Public Works
1810 East Hazelton Avenue
Stockton, CA 95205
The following information must be placed on the lower left comer of the sealed envelope/package
containing the proposal:
Proposal for the Lodi Rail/Multimodal Station
Firm: (Name of Submitting Firm)
OPEN BY ADDRESSEE ONLY
All proposals must be received no later than 4:00 p.m. on December 16, 1994. Proposals
received later than the above date and time will be rejected and returned unopened.
Request For Proposal
20
---•—...,..., . . <.. _ . , .. ... y. .. .. .__. ... ...f... .. _ w ... � r>. �, fat,;,; �,��' ,L,
VIL PRE -PROPOSAL CONFERENCE:
A Pre -Proposal Conference will be held on November 21, 1994, at the Carnegie Forum,
305 West Pine Street, Lodi, at 11:00 a.m.. Minutes of the Proposer's Conference will 'be mailed
out to each individual or firm in attendance, or upon receipt of a written request. or a request
FAXED to the attention of the County Project Manager at (209) 468-2999.
No questions regarding this proposal will be answered after 4:00 p.m. on November 26, 1994.
No meetings between Consultant project teams and County Project Management staff will be held
after the release of the Request For Proposal. Inquiries should be directed to the County Project
Manager as indicated in Section VL Proposal Submission Requirements or maybe FAXED to the
attention of the County Project Manager. Submitted inquiries will be addressed at the conference
and a summary of replies will be included with the Pre -Proposal Conference minutes.
VIII. CONSULTANT SELECTION:
A. Schedule
Release Request for Proposals
November
10, 1994
Pre -Proposal Conference
November
21. 1994
Questions/Inquiry Cut-off
November
22. 1994
Proposals Due
December 16. 1994
Notification/Scheduling Oral Interviews
January
5. 1995
Proposers Oral Interviews
January 13, 1995
Consultant Recommendation to Lodi City Council
February
10, 1995
Lodi City Council Execute Consultant Services Agreement
February
15, 1995
County Project Manager Issues Notice To Proceed
February
16, 1995
B. Protwsal Evaluation:
Each proposal will be reviewed to determine if it meets the proposal requirements contained in
Section V. "Proposal Requirements". Failure to meet the requirements for the Request for
Proposal will be cause for rejection of the proposal.
The City may reject any proposal if it is conditional, incomplete or contains irregularities. The
City may waive an immaterial deviation in a proposal. Waiver of any immaterial deviation shall
in no way modify the Request for Proposal documents or excuse the Consultant from full
compliance with the Consultant Services Agreement requirements if the Consultant is
recommended for award of the Agreement.
C. Selection Process;
The County Project Manager will assemble a selection committee which will evaluate those
proposals that meet the proposal requirements and select four (4) candidates for interviews. The
evaluation for the written proposals will be based on the criteria shown in Attachment C. The
selection committee has not been assembled, but will likely include representatives from the
Request For Propose{
21
following agencies: City of Lodi, San Joaquin County Department of Public Works. Lodi
Downtown Business Representative, Citizen Representative, and Caltrans Division of Rail.
Interviewed funis will then be evaluated on the additional criteria shown in Attachment D.
Tho prospective Consultant is advised that should this Request for Proposal result in
recommendation for award of a Consultant Services Agreement, the Agreement will not be in
force until it is approved and fully executed by the Lodi City Council.
D. Oral Interviews:
Oral interviews will be conducted with Consultants as outlined above. Selected Consultants will
be notified by January 5, 1995, of their interview time on January 13, 1995. Consultants will
also be notified of additional information, if any, to be submitted at the oral interview. Fail= to
appear at the interview will be considered non-responsive and the Consultant will be eliminated
from further consideration. Interviews will be evaluated using the criteria shown in
Attachment D. The cost proposals will be opened after, the final oral interview scores have been
tabulated and Consultants have been ranked for Consultant Services Agreement negotiation.
E. Selection and Consultant Services Agreement Award:
The Consultant with the highest scoring proposal (written plus oral) that has been negotiated for
award of Consultant Services Agreement will be selected. The selected Consultant will then be
recommended to the Lodi City Council on February 14, 1995. The Lodi City Council will make
the final Consultant selection and execute the Agreement on February 15, 1995. The County
Project Manager will issue the Notice To Proceed on February 16, 1995. Consultant Services
Agreement negotiations must be completed by February 3, 1995 or County Project Manager
reserves the right to procced to the next highest ranking Consultant.
F. Pre -Award Audit:
Concurrent with Consultant Services Agreement negotiations, a pre -award audit evaluation at the
Consultant's facility may be done. If the pre -award audit evaluation is made, it will be made to
determine:
1. If the Consultant's accounting system is capable of accumulating reasonable, allocable and
allowable costs.
2. If the Consultant is financially and professionally capable of performing the work.
3. If the cost proposed is reasonable.
IX. CONSULTANT PROVISI
A. Funding Reauirements:
It is mutually understood between the parties that the Request For Proposal may have been
written before ascertaining the availability of legislative and Imal appropriation of funds, for the
mutual benefit of both parties in order to avoid program and fiscal delays that would occur if the
Request For Proposd
22
Consultant Services Agreement were executed after the determination was made. The Consultant
Services Agreement will only be signed and enforceable if sufficient funds are made available by
the City of Lodi and the San Joaquin County Council of Governments for the purpose of the
Lodi Rail/Multimodal Station Phase Two project.
In addition, the Consultant Services Agreement will be subject to any additional restrictions,
limitations, or conditions enacted by the Federal government and/or the San Joaquin County
Council of Governments, or any Califomia statute enacted that may affect the provisions, terms
or funding of the Agreement in any manner. It is mutually agreed that if sufficient funds are not
appropriated for this project, the Agreement shall be amended to reflect any reductions in funds.
The City of Lodi has the option to void the Agreement under a 30 -day cancellation clause or to
amend the Consultant Services Agreement to reflect any reduction of funds.
B. Ownership of Data and Patent Rights:
Upon completion of all work under the Consultant Services Agreement, ownership and title to all .
reports, documents, maps (Auto CAD compatible), plans, specifications, and estimates with
supporting spreadsheets (Excel compatible), produced as part of the Agreement will automatically
be vested to the City of Lodi and no further agreement will be necessary to transfer ownership to
the City. The Consultant shall furnish all data needed for the review and approval process.
All reports, maps, spreadsheets, and other documents prepared in connection with the Consultant
Services Agreement and funded, in whole or in part, by the City of Lodi and the San Joaquin
County Council of Governments shall contain a standard notice that the materials were prepared
in part under a grant provided by the City and the Council of Governments. The City of Lodi,
San Joaquin County, and Council of Governments shall have unrestricted authority to publish,
disclose, distribute and otherwise use, in whole or in part, such documents. In addition, no
material prepared in connection with the Consultant Services Agreement shall be subject to
copyright in the United States or any other country. Each subConsultant shall contain provisions
similar to the foregoing related to the ownership of data and the patent rights of the same.
C. Confidentiality of Data:
All financial, statistical, personal, technical or other information relative to the City of Lodi's or
San Joaquin County's operations, which is designated confidential and made available to the
Consultant in order to carry out the Consultant Services Agreement, shall be protected by the
Consultant from unauthorized use and disclosure. Permission granted by the County Project
Manager to disclose information on one occasion relating to the Agreement shall not authorize
the Consultant to further disclose information or disseminate the same on any other occasion.
The Consultant shall not comment publicly to the press or any other media regarding the
Consultant Services Agreement; or the City of Lodi's or San Joaquin County's actions on the
same, except to County Project Manager, the Consultant's own personnel involved in the
performance of the Consultant Services Agreement, or at public hearings, or in response to
questions from a legislative committee. Each subConsultant shall contain provisions similar to
the foregoing related to the confidentiality of data and nondisclosure of the same.
Request For PropmW
23
A. Confidentiality:
Prior to the posting of the Consultant rocornn>endation to the Lodi City Council, all proposals
will be designated confidential to the extent permitted under the California Public Records Act.
After the recommendation of award of the Consultant Services Agreement has been posted, or if
the Consultant Services Agreement is not to be executed and all proposals have been rejected, all
responses will be regarded as public records and will be subject to review by the public. Any
language purporting to render all or portions of the proposals confidential shall be regarded as
noneffective and shall be disregarded.
B. City of Lodi and San Joaauln C inty Prosect Manawnwat Riah
Proposals received within the prescribed deadline become the property of the City of Lodi and all
rights to the contents therein become those of the City. The County Project Manager may
investigate the qualifications of any Consultant under consideration, require confirmation of
information furnished by a Consultant and/or require additional evidence of qualifications to
perform the work described. The City of Lodi and San Joaquin County Project Management
reserves the right to:
1. Modify the selection process as may be in their best interests.
2. Reject any or all of the proposals if such action is in their interest.
3. Issue subsequent Requests for Proposals.
4. Cancel the entire Request for Proposal.
5. Correct technical errors and amend the Request for Proposal by addendum prior to the
final proposal submittal date.
6. Seek the assistance of outside technical experts in proposal evaluation.
7. Approve or disapprove the use of any subConsultants.
8. Negotiate with any. all or none of the Request For Proposal respondents.
9. Award a Consultant Services Agreement to one or more Consultants.
10, Accept other than the lowest offer.
11. Waive informalities in proposals.
This Request For Proposal does not commit the City of Lodi, San Joaquin County, and the San
Joaquin County Council of Governments to enter into a Consultant Services Agreement, nor does
at obligate the City, County, and COG to pay for any costs incurred in preparation and
submission of proposals or in anticipation of an Agreement.
Request For Proposal
24
ATTACHMENT 1
TITLE 490 CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
The prime Consultant, under penalty of perjury, certifies that, except as noted below, he/she or
any person, associated therewith in the capacity of owner, partner, director, officer, manager.
is not currently under suspension, debarment, voluntary exclusion. or determination of
ineligibility by any federal agency;
has not been suspended, debarred, voluntarily excluded or determined ineligible by any
federal agency within the past three years;
does not have a proposed debarment pending; and
has not been indicted. convicted, or had a civil judgement rendered against it by a court of
competent jurisdiction in any matter involving fraud or official misconduct within the past
3 years.
If there are any exceptions to this certification, insert the exceptions in the f flowing space.
Exceptions will not necessarily result in denial of award, but will be considered in determining
Consultant responsibility. For any exception noted above, indicate below to whom it applies,
initiating agency, and dates of action.
Note: Providing false information may result in criminal prosecution or administrative sanctions.
The above certification is part of the Proposal. Signing this Proposal on the signature portion
thereof shall constitute signature of this Certification.
signature of Consultant
Request For Proposal
25
_......... w.,, r, rr •rr+..'YrINfU,!M�`MS�!`..�...a .. � ..... . � .. r ♦ �, ._. .....
DIRECT LABOR
Project Manager
Staff Assistant
Technician
Clerical
ATTACHMENT 2
SAMPLE COST PROPOgAL
HOURS RATE
OVERHEAD AND FRINGE BENEFITS
Overhead Rate `16 =
Fringe Benefits `b =
OTHER COSTS
Travel Costs
Equipment and Supplies (Itemized)
Other Direct Costs (Itemized)
TOTAL COST
TOTAL
S
S
Request For Propasd
26
ATTACHMENT 3
WRITTEN PROPOSAL EVALUATION WORKSHEET
CONSULTANT
f
SubConsultants
Criteria
(a) (b) (a)x(b)
Weight Score Weighted
(0-10) score
A. Project Understanding
2.00
Demonstrated knowledge of required work.
Explanation of the project & knowledge City
and regional issuesf urisdicdonal processes.
B. Project Approach
2.00
Logical course(s) of action to mat goal(s). Internal
measures proposed for timely and cost effective
completion. Innovative approach/sensitivity to City
and regional issues. Environmental concerns addressed.
Understanding of impactsrunpediments/conflicts.
Level of effort.
C. Firm/SubConsultant/Project Team Capabilities
2.00
Demonstrated capability on similar/related projects.
Management & organizational capabilities. Active and
accemable use of local subConsultants. Quality &
cost control procedures/policies. Staff availability &
time commitment of key members. Qualifications &
relevant individual experience. Unique qualifications of
key project members. Record of producing a quality product
on similar/related projects on time and within budget.
D. Team Management
.50
Ability/willingness to respond to Project Management
requirements. Accessibility to review/monitoring by
City and County staff. Demonstrated capability of the
prime consultant to exercise management oversight and
coordination of consultant team work effort.
E. Present Level of Minority Utilization
.50
Active & acceptable AA/DBE Plan. Compliance and
Good Faith Efforts with AA/DBE Plan on prior projects.
WRITTEN PROPOSAL TOTAL SCORE (70 POINTS MAXIMUM)
EVALUATOR DATE
Request For Proposal
27
..._._ .. �....... _« .. ....,.,.,...:�.+: n,•.e*..n•.... ,..,, ....... ..... . . ..... .. ... .... -� .. -.... .. ,.�: ww -. .. � :.exr.tsx.<,x :Mc�"r y d.: trmv.�,.x�;:�r
ATTACHMENT 4
CONSULTANT EVALUATION' FORM
CONSULTANT
SubConsultanb
WRITTEN PROPOSAL (a) (b) (a)x(b)
(Scores given from Attachment 3) Weight Score Weighted
(0-10) Score
Criteria
A. Project Understanding 2.00
B. Project Approach 2.00
C. FmTVSubConsultanVProject Team Capabilities 2.00
D. Team Management .50
E. Present Level of Minority Utilization .50
SUBTOTAL WRITTEN PROPOSAL (70 POINTS MAXIMUM)
INTERVIEW
A. Demonstrated knowledge of required work .75
B. Described course of action to meet goals .75
C. Innovativeness of Approach .50
D. Demonstrated sensitivity to local/regional issues .50
E. Demonstrated capabilities of firm/sub/project team .50
SUBTOTAL INTERVIEW (30 POINTS MAXIMUM)
TOTAL SCORE (Written Proposal + Interview = 100 Point Maximum)
EVALUATOR DATE
Request For Proposal
28
... .. .........r �.�. .w +w+.y'ri•�il'R.aEJ�JNYt+l6`'} ::5:/.:.!r'A :.�1'.� +•
I
D
29
4
VE
...........
c C
0
..............
MOVULMUO3-
AW
x
w011,11,
I7AUN
—3.%OVI nvH —
.. ..... ......... .. ........
... . ....
SWI 3M3X)*W3t4
. ......... .....
.. .. . ....
....... ....... ..... . ... ...... ... ... . .......... ..... ......
... ..
..... .
NYIU 01.0�41 NU2KLnoq
.................
2S N;7tlf1►O.. ....... :
............
29
4
VE
...........
c C
0
x
w011,11,
—3.%OVI nvH —
. . ........ . . .......
w o2m3owwwovs u3mol -
29
4
VE
ED
Wke-AOchnun Anod!!M. Irr.
Lodi Rail Station Site Analysis
Selected Characteristics Surrounding Possible Site
0
p
v 3
� ....
o
eodhrid • RQ
.........
......:...... .......
.a •`!t i•' .
.. .. .. .
Tumor d
• 1- -
.... ..
....... .. .1... ..
.... ....
.. •..♦..: •...
. .. 9taR•• 12
.�
..... E1R+ St
... ... ..
....... .... ,
'Lodi Mt
'
1
...........
.�
. . . . .
. MA t'
. . .
. . . . .
. . . . . . . . . . . . . . . . . .
. . . . . . .
. . . . . . . . . .
,
K•ttlemon trt42-
1
�
I
1 2-2 mi.0-1/2
Horne Ln
_ 1
Population 38502 5847
Housing Units 15014 2223
Area 0-1/2 Mile From Site ++++ Railroad
--
Employment 15640 4879
QArea
1/2-2 Miles From
Site — Water Feature
}
L —Lodi
City Limit
Possible Station Location Miles
•--
Principol Roadway
0 0.2 0.4
30
0
31
Altamont Pass Rail Corridor Study
Regional Railroad Network
32
N
IL
a
1r
w
STREE PROJECT LOCATION
15 14 13
STREET
16 ' 17 16
I•
L
,043703
1
1 N
1
ow I a
r ,
I `
1 S. P. CO. 1
1 1
•N 1
LODI_
a37 ; SAN JOAQUINI� CO
ASSESSORS
,J •
5
•
S 7 ��o•a
A / rp A.
-------------
---- 2'-----_:
/-11;c�
`JO! `'•
•
rr
•
' .r.
,sf t3
15 14 1310
ACQUISITION MAP
LODI MULTIMODBL STATION
1 nnr
-
r r
�
N
� 1
e)
1 I
r
r
672_31-44.) 1
V
1 PAR. Is 1
f
r
v
.D
I 1
n
3 4.39 AC. i
D
CD L
1 r
N
7..
, t
LJ
a
1
U
i I
N
1
L
J•
J.
M. Ek. 6 Pg. 194
A — P. M. Est. 12 Pg- /28
SITE 1 LODI PRESENT DEPOT SITE
CAPITAL COST STUDY ESTIMATES
FULL BUILDOUT
TRANSLEMICS. INC.
TSC -1064 2191
34
rn
I
ao
eae
x
W
Unit
Description
Price
Ur1ts
Est
Est Cat
STATION FACILITIES
Completely Renovate Structure
--
LS.
--
$313,000
Pedestrian Shelters
--
L.S.
--
578.000
Stan 134d"m (8001
$3.50
Sq. FL
800
$33,600
SITE DEVELOPMENT
Dernolition (Rebcate Southem P ac>Rc tam !rack)
--
L.S.
--
$52 00
Site Preparation, Grading
$15.00
Cu. Yd,
8,670
$130,000
Storm Drainage
$65.00
LF.
1,060
$68,200
Sanitary Sewer
$75.00
LF.
180
$13.500
Standard Driveways
,500.00
Each
6
$57.000
Paved Roadways, Paved Parking —178 stalls
52.50
S4 Ft
89,000
5222,500
Bus Access, Bus Pads
$6.50
Sq. Ft
3,600
$23,400
Sidewalks and Handicapped Ramps
$200
Sq. Ft
14,040
$28.100
Curb & Gutter
$14.00
LF.
3.430
$48.000
Landscaping 6 Irrigation
54.00
Sq. Ft
20.000
$80.000
Trees $400 each
$400.00
Each
28
$11.200
Signage
--
LS.
--
350.000
Pavement Striping
$1.50
LF.
7,200
$10.800
Lighting Parking Areas
$1.00
Sq. Ft
77.600
$77.600
Lighting Platforms and Pedestrtan Plaza
$3.00
Sq. Ft
12.000
$36,000
Other Amenities
--
L.S.
--
$30,000
Deccra5ve Pavements
$8.00
Sq. Ft
10,200
$81,600
Site Utilities Gas, Electric, Water, Communications
--
LS.
1
$105.400
SUBTOTAL SITE AND FACILITIES COSTS
$1,550,400
SPECIAL CONSTRUCTION **Encase Pipeline SW ••
--
L.S.
--
$16,300
SPECIAL CONSTRUCTION
LS.
OFFSITE CONSTRUCTION
--
L.S.
L.S.
--
--
—
RAILROAD IMPROVEMEN"i
RAILROAD IMPROVEMENTS
L.S.
TOTAL OTHE R COSTS $16,300
SUBTOTAL $1,566,700
CONSTRUCTION CONTINGENCIES $313,300
ARCHITE CTURAI, ENGINEERING, &ENVIRONMENTAL 15% 5235000
TOTAL ESTIMATED CAPITAL COST $2,115,000
TRANSLEMICS. INC.
TSC -1064 2191
34
rn
I
ao
eae
x
W
Is=!! lax MINIMOW
..::-�:..�..:._z::: i 1111--
0 4� T D
RESOLUTION 110. 94-142
Wta=assail=anta=tn==a
A RESOLUTION OF THS LODI CITY COUNCIL
SUPPORTING THS CONPLETION OF THS LODI MOLTIMODAL STATION
Bassa=ttsassasssasssssastasastsWtsWt=Wsta=tsttt=ssassa=stattsassasaassa
WHEREAS, the voters of San Joaquin County passed Measure K, the
local transportation sales tax which identifies the implementation and
enhancement of bus and passenger rail service; and
WHRRBAS, the City of Lodi is the lead agency in cooperation with
San Joaquin County to design and build a multimodal transportation
facility in Lodi; and
WHEREAS, the function of the multimodal facility shall ultimately
be to integrate local fixed -route buses, intercity buses, interregional
buses, passenger rail service, park-and-ride commuters, pedestrians,
and bicyclists; and
WHEREAS, the proposed site for the Lodi multimodal station
emerged through the Phase I Feasibility and Site nnalysis study, as
part of the San Joaquin County Multimodal Stations Program; and
WHEREAS, the Lodi multimodal project is supported by community
groups and local agencies including: the City of Lodi, the County of
San Joaquin, the San Joaquin County Council of Governments, the San
Joaquin Regional Rail Commission, Caltrans District 10, Caltrans
Division of Rail, the County Multimodal Advisory Review Committee, San
Joaquin Regional Transit District, the Lodi Transportation 'Ad Hoc
Committee, the Lodi Chamber of Commerce, the Lodi Downtown Business
Association and the Lodi Historical Society; and
WHEREAS, the Lodi Multimodal project is included in numerous
transportation plans including: the Lodi Transit Plan, the San Joaquin
Regional Transit Systems Plan, the Federal Transportation Improvement
Program (FTIP), the State Transportation Improvement Program (STIP),
the Local Transportation improvement Program (LTIP), the Regional
Transportation Plan, the Lodi Bicycle Plan and the San Joaquin County
Regional Bicycle Master Plan; and
WHEREAS, the Lodi multimodal station is one of the key components
of the Lodi downtown revitalization effort which includes
beautification and eco -4nic development programs for the downtown area;
and
WHEREAS, the City of Lodi, in response to a delay in committed
state funding, has provided the funding for Phase II of the project in
order to maintain the ultimate project schedule; and
WHEREAS, the State of California has requested assurances that a
multimodal facilty will be developed in Lodi, even if an Intercity Rail
Service designation is not achieved in the near term, and only fifty
(50) percent funding is available from state resources,
SM ' FORT U IT RUMVSD that the City of Lodi will Mork with
local, regional and state agencies to resolve the funding of the
project and bring the project to fruition.
Dated: November 16, 1994
sssssssssswssswawwsasss:■sss:wssswsssasassssssssassswsswswwswsawsswwssw
X hereby certify that Resolution No. 94-142 was passed and
adopted by the Lodi City Council in a regular meeting held november 16,
1994 by the following vote:
Ayes: Council Members -
Noes: Council Members -
Absent: Council Members -
Jennifer M. Perrin
City Clerk
94-142
.. �n^�w.`�.'*.:^%J�!r':�tYt':•Tl��: ••fi!:.. :•'w�. .•�. .. _••-••••••,.••••.^•••,,,••,a`spa+w•xvswsaivd<.�>;caw:9r:K;�iC'*`.n:.�.C.::R�RM35d1o..l�Yisthr rsc.•z a.:u,.yw«..
RSSOLtTTION 110. 94 -13
!tiffs:sffffrft■sffff
A RESOLUTION OF THE LODI CITr COUNCIL
SUPPORTING THE COKPLETION OF THR LODI MULTINKMAL STATION
liiiiif ff iRiiffiiiiitiflflif!lf Rfititlrlflif rf!ltiflflfliilRiffrffliif�
NHEREAS, the voters of San Joaquin County passed Measure X, the
local transportation sales tax which identifies the implementation and
enhancement of bus and passenger rail service; and
WHEREAS, the City of Lodi is the lead agen.y in cooperation with
San Joaquin County to design and build a multimodal transportation
facility in Lodi; and
WHHRBAS, the function of the multimodal facility shall ultimately
be to integrate local fixed -route buses, intercity buses, interregional
buses, passenger rail service, park-and-ride commuters, pedestrians,
and bicyclists; and
WHEREAS, -the proposed site for the Lodi multimodal station
emerged through the Phase I Feasibility and Site Analysis study, as
part of the San Joaquin County Multimodal Stations Program; and
WHEREAS, the Lodi multimodal project is cupported by community
groups and local agencies including: the City of Lodi, the County of
San Joaquin, the San Joaquin County Council of Governments, the San
Joaquin Regional Rail Commission, Caltrans District 10, Caltrans
Division of Rail, the County Multimodal Advisory Review Committee, San
Joaquin Regional Transit District, the Lodi Transportation Ad Hoc
Committee, the Lodi Chamber of Commerce, the Lodi Downtown Business
Association and the Lodi Historical Society; and
WHEREAS, the Lodi Multimodal project is included in numerous
transportation plans including: the Lodi Transit Plan, the San Joaquin
Regional Transit Systems Pian, the Federal Transportation Improvement
Program (FTIP), the State Transportation Improvement Program (STIP),
the Local Transportation Improvement Program (LTIP), the Regional
Transportation Plan, the Lodi Bicycle Plan and the San Joaquin CrAmty
Regional Bicycle Master Plan; and
WHEREAS, the Lodi multimodal station is one of the key components
of the Lodi downtown revitalisation effort which includes
beautification and economic development programs for the downtown area;
and
WHEREAS, the City of Lodi, in response to a delay in committed
state funding, has provided the funding for Phase II of the project in
order to maintain the ultimate project schedule; and
WHEREAS, the State of California has requested assurances that a
multimodal facility will be developed in Lodi, even if an Intercity
Rail Service designation is not achieved in the near term, and only
fifty (50) percent funding is available from state resources,
r aax.�,�z+n: r+Ya......'r-.: .h-�.., ...r:�,... � ,...:.., ..... .... ... y.. �.. ..,.tor:,. ..,... -.. .::.r •.n�.. .._.. � _. ...
HOW ==FM BB IT RSSOLVSD that the City of Lodi will Mork with
local, regional and state agencies to resolve the funding of the
project and bring the project to fruition.
Dated: November 16, 1994
I hereby certify that Resolution Mo. 94-139 was passed and
adopted by the Lodi City Council in a regular meeting held November 16,
1994 by the following vote:
Ayes: Council Members - Davenport, Dann, Pennino, Snider
and Sieglock (Mayor)
Noes: Council Members - Nose
Absent: Council Members - None
for Perrin
ty C1
94-139
. _ . +w• M'M+RIFAf.MTIIMMM s. K�Ir 'r/-.'3.T^F GG�y