Loading...
HomeMy WebLinkAbout11/07/1990, C-15 - AWARD OF CONTRACT FOR FIVE YEAR SHORT RANGE TRANSIT PLAN (SRTP) - MEETING 9o: �111111 city o� san qui s 091SPO NoZe COUNCIL AGENDA REPORT ITEM NUMBER: ��' FROM: Ken Hampian, Assistant City Administrative Officer Prepared by: Harry Watson, Transit Manager �� SUBJECT: Award of Contract for Five Year Short Range Transit Plan (SRTP) CAO RECOMMENDATION: By motion, approve the award to, and authorize the Mayor to execute, a contract with Nelson/Nygaard in the amount of $12,000 for completion of a SLO Short Range Transit Plan (SRTP) DISCUSSION: Background The San Luis Obispo Area Coordinating Council (SLOACC) awarded the City of San Luis Obispo a Section 8 UMTA Grant in the amount of $8, 000. Through the grant application process the City of San Luis Obispo has contributed $4,000, to provide a total of $12,000 to complete a Short Range Transit Plan. The general purpose of the SRTP is to set the direction for the next five years for public transit in the City of: San Luis Obispo. Some of the items contained in the work program of the STRP are a review and evaluation of the system as it exists today, the development of clear and measurable future goals, the identification of objectives and standards of performance, recommended alternatives for system improvements, a comprehensive marketing plan, projected costs and capital requirements for a five year capital improvement plan, and a projected growth rate for the use of public transit in San Luis Obispo. Two important subsections contained in the work program include an assessment of alternatives for the relocation of the Transit Transfer Center and an assessment of the parameters of the long- term operation of a downtown shuttle service. The trolley portion of the Scope of Work will be scheduled first, especially input dealing with the type and number of trolleys needed to continue the downtown shuttle service, should Council elect to do so. A report to acquire direction regarding the future of the trolley is planned for the Council meeting of November 20. A detailed outline of the Scope of the Consultant's work is provided as Exhibit 1 to the attached agreement. Consultant Selection Process The RFP was approved by Council on June 19, 1990, and issued to 22 vendors. The RFP closed on August 15, 1990. There were three submittals, one of which was deemed to be non-responsive. The two responsive bidders were: Nelson/Nygaard and R. & F. Transportation Consultants. c _� 43111111$PIIJBJU city of San tuts OBIspo COUNCIL AGENDA REPORT Council Agenda Report Page Two On August 30, 1990 a proposal review committee made up of Joe Risser, Chairman of the Mass Transportation Committee, Dan Herron of the SLOACC staff, Dave Elliott of SLO . Public Works Department, and Richard Randise of the San Luis Obispo Regional Transit Authority, along with Harry Watson, Transit Manager, were convened to rate the two responsive bids. Prior to convening the meeting, each panel member was given score sheets and was asked to prescore the RFP's as to their experience, methodology, scope of work, commitment of resources, project projections, and analysis. Also, prior to convening the committee, all references of the respondents were contacted by this office and the results of the reference contacts were made known to the review committee. Nelson/Nygaard was the consensus choice of the review committee due to their response to the RFP criteria and their experience in the San Luis Obispo area. Nelson/Nygaard was the contractor on the City's recent performance audit and on the Regional System's Short Range Transit Plan. Other references also highly recommended this firm. CONCURRENCES: This item was on the agenda of the Mass Transportation Committee which met on October 3, 1990. The results of the recommendation from the proposal review committee were presented to the Mass Transportation Committee, and the MTC concurs with the award of the contract to the firm of Nelson/Nygaard. FISCAL IMPACT: The total contract amount is $12,000. As mentioned above, $8,000 is from a Section 8 Federal UMTA Grant; $4,000 is from the City of San Luis Obispo. Eighty percent of the contract amount is to be paid in monthly installments during the contract period. Twenty percent will be paid upon receipt of the final report. Sufficient funds are in the operating budget to cover the City's $41,000 contribution to the UMTA grant for this project. ATTACHMENT: Agreement/Scope of Work HW\srtp OPROFESSIONAL SERVICES AGREEMENT TO PROVIDE ADVERTISING SERVICES This agreement is made this day of 1990 by and between the CITY OF SAN LUIS OBISPO, California (hereinafter referred to as "City") , and NELSON/NYGAARD, hereinafter referred to as "Contractor") . WITNESSETH: WHEREAS, City desires to retain certain professional services in conjunction with an Short Range Transit Plan as recommended by the Mass Transportation Committee (MTC) . The services being provided by the Contractor- under this contract are the preparation of a Short Range Transit Plan, Alternatives for the relocation of the Transit .Transfer Center and the Parameters of a Downtown Shuttle System; and WHEREAS, City desires to engage Contractor to provide these services by reason of its qualifications and experience for performing such services, and Contractor has offered to provide the requested services on the terms and in the manner set forth herein. NOW, THEREFORE, in consideration of their mutual covenants, the parties hereto agree as follows: 1. PROGRAM COORDINATION: a. CITY. The City Administrative Officer or his designated representative shall be the Program Manager representing the City for all purposes under this agreement. He shall supervise the progress and execution of this agreement. b. CONTRACTOR. Contractor shall assign a single Program Manager to have overall responsibility for the progress and execution of this agreement for Contractor. Bonnie Nelson is hereby designated as the Program Manager for Contractor. Should circumstances or conditions subsequent to the execution of this document require a substitute Project Manager for any reason, the Project Manager designee shall be subject to the prior written approval by City Project Manager. 2. DUTIES OF CONTRACTOR: a. Services to be. furnished. Under general direction of the Program Manager, Contractor shall provide all specified services as set forth in "Exhibit 1", attached hereto and incorporated herein by this reference. b. Laws to be observed. Contractor shall: 1. Procure all permits and licenses, pay all charges and fees, and give all notices which may be CYc�"J necessary and incidental to the due and lawful prosecution of the services to be performed by contractor under this agreement; 2. Keep itself fairly informed of all existing and proposed. federal, state and local laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this agreement, and materials used in Contractors' performance under this agreement, or the conduct of the services under this agreement; 3. At all times observe and comply with and cause all of its employees to observe and comply with all of- said laws, ordinances, decrees and orders mentioned above. 4. Immediately report to the City's Project Manager in writing any discrepancy or inconsistency it discovers in said laws, ordinances, regulations, orders and decrees mentioned above in relation to plans, drawings, specifications, or provision of this agreement. C. Release of reports and information. Any reports, information, data or other material given to, or prepared or assembled by, Contractor under this agreement shall be the property of City and shall not be made available to any individual or organization by Contractor, without the prior written approval of the City's Program Manager. d. Copies of reports and information. If City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited ,quantities as part of the services under this agreement, Contractor shall provide such additional copies as are requested, and City shall compensate Contractor for the costs of duplicating of such copies at Contractor's direct expense. e. Oualifications of Contractor. Contractor represents that it is qualified to furnish the services described under this agreement. , f. Use of Recycled Paper and Recycled _Products. The Contractor agrees to use recycled paper and recycled. products in connection with furnishing the services contained in this agreement whenever possible. 3. DUTIES OF THE CITY: City agrees to cooperate with Contractor in its performance of that work described in Exhibit 6111, attached hereto and incorporated by this reference. O4. COMPENSATION: Contractor will bill City and be compensated in accordance with Exhibit "1" attached hereto and incorporated by this reference, as currently exists or may be amended. Exhibit 1 consists of the Request for Proposal and Nelson/Nygaard Proposal. 5. TIME FOR COMPLETION OF THE WORK: $WnI /ks.tiok,3/,199/ Program is for the period December 1, 1990 to F -IAJT.. Contractor shall perform services in a timely manner upon direction and guidance from City Project Manager. Contractor acknowledges timing is at the sole discretion of City. 6. TEMPORARY SUSPENSION: The City Program Manager shall have the authority to suspend this agreement wholly or in part, for such period as he deems necessary due to unfavorable conditions or to the failure on the part of the Contractor to perform any provision of this agreement. Contractor will be paid the compensation due and payable to the date of temporary suspension. C7. TERMINATION: a. Right to terminate. The City retains the right to terminate this agreement for any reason by notifying Contractor in writing sixty (60) days prior to termination and by paying the compensation due and payable to the date of termination; provided, however, if this agreement, is terminated for :fault of Contractor, City shall be obligated to compensate Contractor only for that portion of contractor services which are of benefit to city. Said compensation is to be arrived at by mutual agreement of the City and Contractor. Should they fail to agree, then an independent arbitrator is to be appointed by mutual agreement and his decision shall be binding upon the parties. b. Return of materials. Upon such termination, Contractor shall turn over to the City immediately any and all copies of studies,, sketches, drawings, computations, and other data, whether or not completed, prepared by Contractor, and for which. Contractor has received reasonable compensation, or materials given to Contractor in connection with this agreement. Such materials shall become permanent property of City. Contractor, however, shall not be liable for City's use of incomplete materials or for City's use of. complete documents if used O for other than the project contemplated by this agreement. 8. INSPECTION• Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of. Contractor are being performed in accordance with the requirements and intentions of this agreement. All work done and all materials furnished, if any, shall be subject to the City Program Manager's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its agreements as prescribed. 9. OWNERSHIP OF MATERIATS: All original drawings, plans, documents, photographs, and other materials prepared by or in possession of Contractor pursuant to this agreement shall become the permanent property of the City, and shall be delivered to the City upon demand. In cases where Contractore uses a subcontractor to perform photographic services in connection with fulfilling the terms of this contract, the subcontractor may retain their Photographic rights to the original negatives and transparencies. 10. INDEPENDENT JUDGMENT: Failure of the City to agree with Contractor's independent -� findings, conclusions, or recommendations, if the same are called for under this agreement, on the basis of differences in matters of judgment shall not be construed as a failure on the part of the Contractor to meet the requirements of this agreement. 11. ASSIGNMENT• SUBCONTRACTORS: EMPLOYEES: This agreement is for the performance of professional services of the Contractor and is not assignable by the Contractor without prior consent of the City in writing. The Contractor may employ other specialists to perform special services as required with prior approval by the City. 12. NOTICE: All notices hereunder shall be given in writing and mailed, postage prepaid, by Certified Mail, addressed as follows: To City: Harry Watson, Transit Manager City of San Luis Obispo P. 0. Box 8100 San Luis Obispo, CA 93403-8100 To Contractor: Nelson/Nygaard 206 Missouri Street San Francisco, CA 94107 13. INTEREST OF CONTRACTOR; Contractor covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. Contractor further covenants that, in the performance of this agreement, no subcontractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest under this agreement is an officer or employee of the City. It is expressly agreed that, in the performance of the services hereunder, Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 14. INDEMNITY: Contractor hereby agrees to indemnify and save harmless City, its officers, agents and .employees from: a. Any and all claims and demands which may be made against City, its officers, agents or employees by reason of any injury to or death of any person or corporation caused by an negligent act or omission of Contractor under this agreement or of Contractor's employees or agents. b. Any and all damage to or destruction of the property of City, its officers, agents or employees, occupied or used by or in the care, custody or control of Contractor, or in proximity to the site of Contractor's work, caused by any negligent act or omission of Contractor under this agreement or of Contractor's employees or agents. C. Any and all claims and demands which may be made against City, its officers, agents or employees by reason of any injury to or death of or damage suffered or sustained by any employee or agent of Contractor under this agreement, however caused, excepting, however, any such claims and demands which are the result of the negligence or willful misconduct of City, its officers, agents, or employees. d. Any and all claims and demands which may be made against City, its officers, agents, or employees by reason of any infringement or alleged infringement of any patent rights or claims caused by the use of any apparatus, appliance, or materials furnished by Contractor under this agreement; and e. Any and all penalties imposed or damages sought on account of the violation of any law or regulation or of any term or condition of any permit, when said violation of any law or regulation or of any term or condition of any permit is due to negligence on the part of the Contractor. 15. WORRERS_COMPENSATION_: �'' Contractor certifies that it is aware of the provisions of the Labor Code of the State of California, which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and it certifies that it will comply with such provisions before commencing the performance of the work of this agreement. 16. INSURANCE: Contractor shall provide proof of comprehensive general liability insurance in the amount of $500,000. 17. AGREEMENT BINDING: The terms, covenants, and conditions of this agreement shall apply to, and shall bind, the heirs, successors, executors, administrators, assigns, and subcontractors of both parties. 18. WAIVERS: The waiver by either party of any breach or violation of any term, covenant, or condition of this agreement or of any provision, ordinance, or law shall not be deemed to be a waiver of any subsequent breach or violation of the same or of any other term, covenant, condition, ordinance, or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder shall not be deemed to be a,waiver of any preceding breach or violation by the other party of any term, covenant, or condition of this agreement or of any applicable law or ordinance. 19. COSTS AND-ATTORNEY"S FEES: The prevailing party in any action between the parties of this agreement brought to enforce the terms of this agreement or arising out of this agreement may recover its,reasonable costs and attorney's fees expended in connection with such an action from theother party. 20. DISCRIMINATION: No discrimination shall be made in the employment of persons under this agreement because of race, color, national origin, ancestry, religion, secual orientation, or sex of such person. If Contractor is found to be in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of federal law or executive order in the performance of this agreement, it shall thereby be found in material breach of this agreement. Thereupon, City shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to Contractor the sum of Twenty-Five Dollars ($25) for each person for each calendar day during which such person was discriminated against, as damages for said breach of contract, or both. Only a finding of the State of California Fair Employment Practices Commission or the equivalent federal agency or officer shall constitute evidence of a violation of contract under this paragraph. If Contractor is found in violation of the nondiscrimination provisions of this agreement or the applicable affirmative action guidelines pertaining to this agreement, Contractor shall be found in material breach of this agreement. Thereupon, City shall have the power to cancel or suspend this agreement, in whole or in part, or to deduct from the amount payable to the Contractor the sum of Two Hundred Fifty Dollars ($250) for each calendar day during which the Contractor is found to have been in noncompliance as damages for said breach of contract, or both. 21. AGREEMENT CONTAINS ALL UNDERSTANDINGS: This document represents the entire and integrated agreement between City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. This document may be amended only by written instrument, signed by both City and Contractor. All provisions of this agreement are expressly made conditions. This agreement shall be governed by the laws of. the State of California. IN WITNESS WHEREOF, City and Contractor have executed this agreement on the day and year first above written. NEL N/NYGAARD 1 z P esident CITY OF SAN LUIS OBISPO John Dunn, City Administrative Officer �. Afr)jo rgse Ci Attorney e EXHIBIT 1: CONSISTS OF PAGE 6 THROUGH 16 OF NELSON/NYGAARD PROPOSAL.. WORK SCOPE The following work scope describes what we plan to do and the methods we propose for doing it. The work scope divides the overall project into three separate sub-projects, which can stand alone. They are, the Transit Development Plan, Transit Center Site Selection, and Downtown Shuttle Plan. Work tasks for each subproject are described below: Subproject-As Transit Develormment Plan Task 1. Finalize Project Work Plan An initial planning meeting will be held with City staff and members of the Technical Advisory Committee. This meeting will review the proposed work plan, identify availability of information, review the project schedule, finalize the study objectives, and expected report content, and set a preliminary schedule for further meetings. The deliverable from this task will be a final work plan and schedule, which will be monitored throughout the project. Task 2. Goals and Objectives The recently completed Transit Performance Audit identified the need to establish specific targets for the various measures of performance. While there is substantial reason to believe that San Luis Obispo Transitoutperforms most systems in nearly all of the standard indicators, specific targets are still needed to provide a framework for future policy. Based on our experience from the Performance Audit and consultations with the TAC, we will draft a structured set of goals, objectives, and performance indicators, along with methods to evaluate how well the system is meeting its objectives. The draft goals, objectives, and performance standards will be discussed with the TAC and other appropriate staff. This review will provide a forum to identify areas of conflict, set priorities among competing goals, and tailor the system to the needs of the organization. The relationship of these goals and objectives to the City's biennial budget process will be further explored. The draft goals and objectives will then be modified to reflect the input received. j 6 � We OTask 3. Existing System Evaluation The evaluation of existing conditions combines a review of existing data, and extensive original data collection. The deliverable for this task will be a working paper evaluating existing service conditions, including an identification of performance issues which require further evaluation in the operating plan section of this TDP. 3.1 Review of Existing Data Any existing data on system performance will ke analyzed in this subtask. Existing data includes Contractor's State Controller's reports, TDA Claim forms, City budgets, and the recently completed Performance Audit. 3.2 Ride Check The Performance Audit revealed a lack of general data about on- time performance or ridership. To provide a complete snapshot of system performance, we will perform a 100% weekday ride check of the system. Data collectors will be assigned to ride all scheduled trips throughout a typical service day. The checkers will collect the following data: On-time performance, by trip and timepoint. Passenger boardings by fare type. • Passenger boardings and alightings by location and time of day. • Passenger loads by time of day and route segment. The purpose of. the ride check is not to "reinvent thewheel^ , but to fill in where existing data is missing. Such checks frequently bring to light problems and/or opportunities that had not previously been identified, often leading to new ideas for refining service design, scheduling, and operations. Task 4. Recommend System Improvements The objective of this task is to develop and evaluate a range of potential improvements which will increase service efficiency and/or effectiveness. Though we do not anticipate the need for major service changes, we will closely evaluate basic service characteristics, including: • Connectivity, both intra-system and between operators (including City-Regional connections) • Areas which are currently underserved, or which may be underserved in the future, given development proposals. • Changes required in frequencies and/or service hours to meet changing demand. • Schedule adjustments required to improve on-time performance and better meet demand. • Changes in service required to meet the challenges of Clean Airlegislation and other initiatives. If changes are recommended, they will proceed through the following subtasks: 4.1 Develop Preliminary -Alternatives' Recognizing that there is often more than one way to serve a market, a wide range of alternatives will be evaluated. These could include: • Extending fixed route service into unserved areas. • Deleting or consolidating unproductive services. • Changing service hours or schedules. • Introducing specialized services such as demand-response or route-deviation service in some areas. • Improved coordination with other providers. 4.2 Develop Evaluation Criteria We will develop a set of general criteria to evaluate the proposed alternatives. These could include: Cost (operating and/or capital) .' Revenue impact Ridership impact Farebox recovery impact Impact on system productivity or efficiency Impact on service quality or effectiveness Compatibility to goals and objectives identified in Task 2. 4.3 Select_Recommended Alternatives The criteria developed in Task 4.2 will be used to conduct a general evaluation of the proposed alternatives. The pros and cons of each alternative will be enumerated. The initial list will then be narrowed to a more limited number of improvements that are believed to best serve the needs of the City. Recommended service changes will be reviewed with staff prior to development of the Operating Plan in Task 5. 8 Task 5. Operating Plan This task will take all specific recommendations from Task 4 and place them in the context of the overall operation, producing an Operating plan for the next five years.. The operating plan will take into account the lead time for such items as adding vehicles, hiring staff, conducting a public input process, and marketing. The plan will include both short term and longer term scenarios and a clear method for measuring progress in meeting the plan. The operating plan will also address the important issue of coordination with the regional system. Since the. City of San Luis Obispo expends a large percentage of its local TDA funds for the regional system, it is important that it's residents receive maximum benefit from the system. Possible coordination potentials include development of a single RFP for service, allowing for sharing of facilities and vehicles, and allowing for economies of scale for both systems. In addition, the potential for consolidation under a single administration could be explored if appropriate. Task 6. Marketing Plan SLO Transit already has a substantial captive market in University and other school trips. Our marketing study will examine how the agency can diversify and compete for a wider market, including recreational and other discretionary trips. A key element of this effort will be to look at potential new disincentives to driving, such as the upcoming increase in gas tax, parking costs, congestion, and environmental concerns, and to suggest ways to tailor transit marketing to take advantage of these disincentives. Since effective marketing also requires good data about user demand, we will also suggest appropriate user survey methodologies for the agency to pursue. Joint marketing strategies, incorporating the regional system will also be included. These assessments and recommendations will be combined into a comprehensive plan for attracting - more riders to the transit system, along with a proposed budget for implementation. Task 7. Capital Improvement Plan 7.1 Fleet Replacement/Expansion We will evaluate the age and condition of the current vehicles, and determine their expected useful life given the proposed operating plan. From this information, we will develop a schedule for fleet rebuilding and replacement, identifying which vehicles should be rebuilt or replaced in each fiscal year. O 9 L1�7 1 � If additional vehicles are required to implement proposed service changes, we will identify the type of vehicles required and recommend a schedule for these :acquistions. Emphasis will be placed on alternatives for expanding peak period capacity. Until recently, the City transit system has been able to "borrow" regional transit vehicles during their down time between runs to supplement City services. With the recent change in contractor on the regional system, this -is no longer possible, creating a peak period problem for the City system, that may warrant immediate capital expansion. 7.2 Passenger Amenities In addition to our study of the main transit center relocation project we will review of the number, location, and condition of passenger stop signage, benches and shelters. Any new facilities needed for the proposed plan will be costed and included in the funding needs schedule. Cost estimates will be based on standard industry data adjusted for local experience. 7.3 Other Capital Needs Other capital needs will also be assessed and scheduled. These could include radio equipment, wheelchair lift replacements, or other facilities and equipment not described in the sections above. Task S. Financial Plan The objective of this task is to developa financial plan that supports the operating plan developed in Task 5 and the capital plan developed in Task 7. The financial plan will provide a five-year forecast of revenues and expenditures, and provide a framework for improved budgeting of capital and operating funds. This task will include the following steps: 8.1 Analyze 'Existing Revenue Sources Historical information will be reviewed to identify current revenue sources, changes that have occurred in the amount derived by source, and the factors that will influence future changes. This step will include evaluation of existing sources and projections of growth/decline in future years. These sources will include fares, TDA funding, Section 8 capital funding and other state and local sources. 10 i 8.2 Proiect Overating Costs Operating costs will be projected for five years for both the existing base service and the recommended service changes identified in Task 4. The assumptions used in these .projections will be specified, and the factors that would impact them will be identified. This subtask will include evaluating the City,s contribution to regional services, and defining methods for establishing inflation cost increases that are appropriate for San Luis Obispo. 8.3 Proiect Capital Costs Capital costs will be projected based on the programs developed in Task 7. A five year program will be developed showing estimated expenditures by year and projected funding sources. 8.4 Develop Funding Recommendations The plan will include an evaluation of possible new funding opportunities, including both traditional and °creative^ sources. These sources will be evaluated to determine how much revenue they can be expected to generate, as well as their likelihood of success, ease of implementation, and political viability. O8.5 Financial Plan The draft financial plan will then be prepared. It will be reviewed in detail with staff so that they have a full understanding of its assumptions and projection methods. It will be organized so as to be useful as an ongoing tool for financial planning. Task 9. Draft and Final Plan This task produces the actual document that reflects the agreements reached in the earlier stages of the project. The plan will go through the following steps: 9.1 Draft Five Year Plan The draft plan will be prepared and submitted with a summary that could be used for public distribution. This will be submitted over 30 days in advance of the ' _planned public hearing to allow adequate time for notification. The draft plan will be presented to the TAC and to the City Council. 9.2 Public Hearing Our team will be available to present the draft report-at a public hearing in San Luis Obispo. An Executive Summary of the draft O report will be printed for distribution at the public hearing. 11 Comments from staff, City Council, and the public will be documented and incorporated into the final plan as appropriate. 9.3 Final Plan The final Transit Development Plan will include the input from staff, TAC members, and members of the public. Subnroiect B. Transit Center Relocation The relocation of the downtown San Luis Obispo transit center is a pivotal project for the future of transit in the region. An effective timed transfer operation is essential for maintaining a versatile transit network, and providing a foundation for future growth. Our approach to the site selection study will include the following steps: Task 1. Finalize Project Work Plan In the initial meeting with staff, we will determine an exact work scope for the site selection study, and identify the necessary information required to complete the scope. At this meeting, we will determine what resources can be expected to come from the City such as zoning, land value and ownership information. Due to the regional nature of the transit center, we recommend that a broader Advisory Committee be designated for this project, including appropriate County and SLOACC staff. Task 2. Heeds Assessment/Functional Analysis Working with City and County staff, we will assess the operational and functional needs of the new transit center. This analysis will be designed to answer the following questions: • What size facility is needed to provide adequate bus capacity? What size is minimally needed, and what is desirable, including the needs of the City system, regional system, and other potential carriers? • What amenities should be available at the transit center, apart from shelters_ and information displays? What provision should be made for restrooms, phones, and vendors? Will the transit agency staff an information/supervisor booth on-site? • What design criteria should be included to make the center function optimally, and what criteria should be included to improve the usability of the center from the passenger's perspective. 12 I Task 3. Evaluation Criteria Based on the functional analysis completed in Task 2, we will develop a set of criteria on which each potential site can be judged. These could include the following: • Acreage. Can the site accommodate enough buses in a single pulse? is it large enough to permit future expansion? • Access and Safety. What are the adjacent street conditions at the site? Can transit vehicles maneuver in/around the site? Does the site allow for safe transfers for both ambulatory and disabled passengers? • Reliability. Running times have been a serious problem for the present transit center, especially during the afternoon peak. Does the new site add, reduce, or shift running times on existing routes? How would these running time changes impact the reliability' of timed transfer connections? Would the changes affect operating costs, and if so, how? • Proximity to Trip Generators. Though the primary purpose of a transit center is to permit direct connections between routes, a major secondary benefit is to bring all routes directly to major destinations. • Convenience for Transferring Passengers. At the present timed transfer site, passengers must,cross a busy street to transfer between City and regional services. What constraints does the new site present? Do streets or other barriers impede transferring passengers? What is the typical walking distance for transferring at each site, assuming An optimal arrangement of buses? • Amenities. Does the site already have some .amenities for passengers and/or drivers, such as phones and restrooms? Does the site constrain what amenities can be provided? • Cost. Is the site on public or private property? . If the latter, should it be acquired or developed by the owner? What will be the ultimate cost to the public? • Funding Possibilities. Does the site provide benefits to other interested parties, such as neighboring businesses or institutions? Does it offer possibilities of joint development? Are there other possible funding sources that are specific to the site? For example, Proposition 116 funding may be available for a development at or near the AMTRAK station, which will not be available elsewhere. O 13 A4G'/ 7 " Neighborhood Impact. What impacts, positive or negative, would a transit center have on the immediate area around the site? How does the site fit into other planning activities in the area? Would relocations be required, adding to cost and impact? We will work with staff and the Technical Advisory Committee to develop a consensus .on the exact list of criteria and the weights that will be assigned to each. This weighted list will be the deliverable from this task. Task 4. Identify Possible Sites Working with City staff, we will develop a list of candidate sites that potentially meet the functional needs identified in Task 2. These will include those sites already under consideration, but may also include otherpossibilities that arise in the course of the study. To provide a "do nothing" option, the present transit center will be included in the list for evaluation. Task S. Evaluate Possible Sites Each proposed site will then be evaluated according to the agreed criteria. A Site Selection Scorecard or evaluation matrix will be developed for each candidate site. For each of the criteria established in Task 3, each proposed site will be assigned a score between 1 and 5, based on how well it meets that criterion. The resulting scorecard will provide a concise summary of the advantages and disadvantages of each site. The scores for each site will then be combined, according to the system of weights agreed on in Task 3, to produce an overall ranking of the proposed sites. Task 6. Draft and Final Site Selection Study A draft and final Site Selection report will be prepared as a "stand alone" document separate from the Transit Development Plan. The draft document will be presented to Staff and to the Technical Advisory Committee and City Council. Comments will be incorporated in the final study report. Public hearing support will be provided as needed. Subproject C Downtown Shuttle Study Because the downtown shuttle service has been implemented since the original draft of the Proposal Request, we recommend a slightly revised scope. The new scope recognizes that the shuttle is currently operating as an integral part of the transit system. Accordingly, the following activities will proceed in close conjunction with the TDP activities documented in section A. 14 �,�18 OTask 1 Goals and Objectives In our early meetings with the. TAC, we will- clarify the agency's goals for the shuttle. This would not be limited to ridership and efficiency standards, but would also identify the rolethat the City wants the shuttle to play in supporting pedestrian activity downtown, and the desired relationship between the shuttle and other transit services. . To assist the TAC in establishing reasonable goals, we will provide information on the performance of similar services in other communities. Task 2 Ride Check and User Survey ` Our system ride check will include a complete check of the shuttle,- including on-time performance and ridership by stop. This will help identify any operational problems with the present service, and help us to identify possible improvements to the route, schedules, or service hours. In addition, an on-board survey will be conducted on the shuttle. The questionnaire developed for this purpose will be intended to be filled out on the vehicle, and returned to the data collector on board. The questionnaire will be designed to give a profile of: • Passenger demographics - who is' using the shuttle? • Origins and Destinations - where are passengers going to/from? • Mode of access to downtown (parking, bus, walking, etc. ) • Trip purpose - Why are passenger's on-board • Passenger attitudes - what improvements are needed from the passenger's perspective? Task 3 Operating Plan This task will include an evaluation of the present operation of the shuttle service, and will identify potential improvements required for continued operation. Particular attention will be given to the problem of accessibility for the disabled, since this issue is not addressed by the present service. Task 4 Marketing Plan As part of our TDP marketing plan, we will evaluate the existing marketing efforts for the shuttle, and recommend improvements in � i marketing strategy. 15 This analysis will be based both on the performance of the existing operation, and the experience of other agencies with similar shuttle services. Task 5 Capital Plan The current shuttle vehicles are being leased for a trial period. While they provide a very visible and distinctive vehicle, they have several drawbacks including their lack of access for disabled riders. A capital plan for the shuttle will include the development of a permanent vehicle fleet, and other passenger amenities necessary for continued operation. O .16