Loading...
HomeMy WebLinkAbout02/15/2022 06.J. Resolution authorizing a Professional Services Agreement with FCS Group for Community Development Services Fee Study 1 • /4- 1-,,, i is rr 11 i � "i enc u nrry 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 6.J. For Meeting of: February 15, 2022 ITEM TITLE: Resolution authorizing a Professional Services Agreement with FCS Group for Community Development Services Fee Study SUBMITTED BY: Joan Davenport,AI CP, Community Development Director SUMMARY EXPLANATION: The City of Yakima Department of Community Development proposes to work with FCS Group, to conduct analysis of the current level of cost recovery from fees for land use applications, building and related regulatory permits and fees associated with fire inspection services provided by the Yakima Fire Department.A comprehensive fee analysis has not been conducted for the City of Yakima permits since 2016. Utilizing the professional services of the FCS Group will enable the City to more accurately determine the cost of services and set an appropriate fee schedule. The findings of this study are intended to be utilized in the 2023 budget projections for the City and Community Development Department. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Trust and Accountability APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: Adopt Resolution ATTACHMENTS: Description Upload Date Type Resolution Authorizing City Manager to Sign Contract 1/27/2022 Resolution with FCS Group 0 Consultant Agreement 2/3/2022 Contract ❑ Exhibit A to Agreement 2/3/2022 Contract 2 RESOLUTION NO. R-2022- A RESOLUTION authorizing a Professional Services Agreement with FCS Group to provide a Fee Study for service fees related to land use, building and fire inspections, in the City of Yakima. WHEREAS,the City of Yakima administers permit and application processes necessitated by the Yakima Municipal Code, State Building Codes, State Fire Codes and other related ordinances for land use applications, building permit and related permits as well as fire inspection services; and WHEREAS, application and processing fees have not been examined in a complete study nor adjusted in over five years; and WHEREAS, the FCS Group is a professional corporation with expertise in the study and determination of appropriate costs as well as the development of a revision of the current City of Yakima fee schedule for certain permit and application types; and WHEREAS, for the purpose of accuracy and improved community transparency, the City of Yakima desires to have an updated fee schedule, as well as appropriate public review on any revisions to the current fee schedule; and WHEREAS, the City of Yakima wishes to engage the services of the FCS Group to conduct the fee study described in the Scope of Work, including the budget proforma and related tasks, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute the Contract for Professional Services Agreement with FCS Group attached hereto and incorporated herein by this reference not to exceed Fifty-Eight Thousand, One Hundred and Fifty-five dollars ($58,155) to provide the tasks and deliverables as described in the Agreement, now, therefore is, ADOPTED BY THE CITY COUNCIL this day of , 2022. ATTEST: Janice Deccio, Mayor Sonya Clear Tee, City Clerk 3 PROFESSIONAL SERVICES AGREEMENT FOR COST OF SERVICE FEE STUDY FOR PLANNING &CODES DIVISION AND FIRE DEPT INSPECTION FEES THIS PROFESSIONAL SERVICES AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation ("City"), and FCS Group, ("Contractor"). WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The minimum services(hereinafter referred to as"Services")that the Contractor will provide include services described in the Scope of Work, which are attached as Exhibit A hereto and incorporated herein by this reference. 2. Compensation The City agrees to pay the Contractor according to Exhibit A pages 6-7, attached hereto and incorporated herein,which Exhibit includes the deliverables and payment schedule of itemized prices as listed in the Contractor's Proposal submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of one year from its effective date. The City may, at its option, extend the Contract on a year to year basis for up to four(4)additional years. Contract extensions shall be automatic, and shall go into effect without written confirmation, unless the City provides advance notice of the intention to not renew or unless the Services have been completed to the City's satisfaction prior to any automatic renewal. 4. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for, or on, behalf of City. 5. Successors and Assigns a. Neither the City, nor the Contractor, shall assign, transfer, or encumber any rights, duties, or interests accruing from this Contract without the prior written consent of the other. b. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 6. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential, and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 7. Inspection and Production of Records a. The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making)such inspection or approval shall not relieve Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 1 of 15 4 Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities, and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. b. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six(6)years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to (and the City shall have the right to examine, audit and copy) all of Contractor's books, documents, papers and records which are related to the Services performed by Contractor under this Contract. c. All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. d. The terms of this section shall survive any expiration or termination of this Contract. 8. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications,working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract, the Contractor shall deliver these materials to the City. 9. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise, including policies adopted by the City, as those laws, ordinances, rules, regulations, and policies now exist or may hereafter be amended or enacted. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. Contractor shall procure and have all applicable and necessary permits, licenses and approvals of any federal, state, and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License and pay all charges, fees, and taxes associated with said license. b. Contractor must provide proof of a valid Washington Department of Revenue state excise tax registration number, as required in Title 85 RCW. Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 2 of 15 5 c. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.101 or 36.12.065(3). d. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. e. Foreign(Non-Washington)Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima, at their own expense,without regard to whether such corporation is actually awarded the contract,and in the event that the award is made,prior to conducting any business in the City. 10. Nondiscrimination Provision During the performance of this Contract, the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status, sexual orientation, gender identity, pregnancy, veteran's status, political affiliation or belief, or the presence of any sensory, mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60)or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following: employment, upgrading, demotion, transfer,recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 11. Pay Transparency Nondiscrimination Provision: The Contractor will not discharge or in any other manner discriminate against employees or applicants because they have inquired about, discussed, or disclosed their own pay or the pay of another employee or applicant. However, employees who have access to the compensation information of other employees or applicants as a part of their essential job functions cannot disclose the pay of other employees or applicants to individuals who do not otherwise have access to compensation information, unless the disclosure is(a) in response to a formal complaint or charge, (b) in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or(c) consistent with the contractor's legal duty to furnish information. 12. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. The Contractor agrees to release, indemnify, defend, and hold harmless the City, its elected and appointed officials, officers, employees, agents, representatives, insurers, attorneys, and volunteers from all liabilities, losses, damages, and expenses related to all claims, suits, arbitration actions, investigations, and regulatory or other governmental proceedings arising from or in connection with this Agreement or the acts, failures to act, errors or omissions of the Contractor, or any Contractor's agent or subcontractor, in performance of this Agreement, except for claims caused by the City's sole negligence. The City's right to indemnification includes attorney's fees and costs associated with establishing the right to indemnification hereunder in favor of the City. Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 3 of 15 6 b. If any suit, judgment, action, claim or demand arises out of, or occurs in conjunction with, the negligent acts and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers, employees, agents, attorneys or volunteers, pursuant to this Contract, each party shall be liable for its proportionate share of negligence for any resulting suit, judgment, action, claim, demand, damages or costs and expenses, including reasonable attorneys'fees. c. Industrial Insurance Act Waiver. It is specifically and expressly understood that the Contractor waives any immunity that may be granted to it under the Washington State industrial insurance act, Title 51 RCW, solely for the purposes of this indemnification. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Contractor shall require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor, and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement, comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The Parties acknowledge that they have mutually negotiated this waiver. d. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, the Contractor's liability, including the duty and cost to defend, shall be only to the extent of the Contractor's negligence. e. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. f. The terms of this Section shall survive any expiration or termination of this Contract. 13. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor shall provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of the additional insured endorsement attached to the policy shall be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance and additional insured endorsements as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars($2,000,000.00)general aggregate. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 4 of 15 7 who the provider is,the coverage amount,the policy number,and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Automobile Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence. If Contractor carries higher coverage limits, such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents, attorneys and volunteers shall be named as additional insureds for such higher limits. The certificate shall clearly state who the provider is,the coverage amount, the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The certificate of insurance and additional insured endorsements shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds, and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability(Stop Gap) Contractor and all subcontractor(s) shall at all times comply with all applicable workers' compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable, and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00. The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s) to comply with insurance requirements does not limit Contractor's liability or responsibility. d. Professional Liability[FOR CONSULTANTS ONLY] The Contractor shall provide evidence of Professional Liability insurance covering professional errors and omissions. Contractor shall provide the City with a certificate of insurance as proof of professional liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per claim combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) aggregate. The certificate shall clearly state who the provider is, the coverage amount, the policy number, and when the policy and provisions provided are in effect. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide. If the policy is written on a claims made basis the coverage will continue in force for an additional two years after the completion of this contract. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 5 of 15 8 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract. Any insurance, self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and neither the City nor its insurance providers shall contribute to any settlements, defense costs, or other payments made by Contractor's insurance. If at any time during the life of the Contract, or any extension, Contractor fails to maintain the required insurance in full force and effect, all work under the contract shall be discontinued immediately. Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. 14. Severability If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this Contract are declared severable. 15. Contract Documents This Contract,Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees, including Exhibit A, constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the City Clerk, 129 No. 2nd St., Yakima, WA, 98901, and are hereby incorporated by reference into this Contract. 16. Termination Termination for Cause: In the event the Contractor breaches this Contract, the City may terminate the Contract at its sole discretion in such event that it provides the Contractor with written notice of Contractor's breach and the Contractor fails to cure its breach within 30 days of this notice. In the event of the City breaches this Contract, the Contractor may terminate the Contract at its sole discretion in such event that it provides the City with written notice of City's breach and the City failes to cure its breach of the Contract within 60 days of this notice. The following represents a non-exclusive, illustrative list of instances that shall be considered a breach by the Contractor: a. Defaults on an obligation under the Contract; b. Fails to perform any material obligation required under the Contract; c. Files a petition in bankruptcy, becomes insolvent, or otherwise takes action to dissolve as a legal entity; d. Allows any final judgment not to be satisfied or a lien not to be disputed after a legally-imposed, 30-day notice; e. Makes an assignment for the benefit of creditors; f. Fails to follow the sales and use tax certification requirements of the State of Washington; g. Incurs a delinquent Washington tax liability; h. Becomes a State or Federally debarred Contractor; Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 6 of 15 9 Is excluded from federal procurement and non-procurement Contracts; j. Fails to maintain and keep in force all required insurance, permits and licenses as provided in the Contract; k. Fails to maintain the confidentiality of the City information that is considered to be Confidential Information, proprietary, or containing Personally Identifiable Information; I. Contractor performance threatens the health or safety of a City, County or municipal employee; or Termination for Convenience: The City may terminate the Contract, without cause, by providing 30 days written notice of termination. In the event of termination for convenience, the Contractor shall be entitled to receive compensation for any fees owed under the Contract. The Contractor shall also be compensated for partially completed services. In this event, compensation for such partially completed services shall be no more than the percentage of completion of the services requested, at the sole discretion of the City, multiplied by the corresponding payment for completion of such services as set forth in the Contract. Alternatively, at the sole discretion of the City, the Contractor may be compensated for the actual service hours provided. The City shall be entitled to a refund for goods or services paid for but not received or implemented, such refund to be paid within 30 days of written notice to the Contractor requesting the refund. Change in Funding: In addition to the above termination provisions, if the funds upon which the City relied to establish this Contract are withdrawn, reduced, or limited, or if additional or modified conditions are placed on such funding, the City may terminate this Contract by providing at least five business days written notice to the Contractor. The termination shall be effective on the date specified in the notice of termination. 17. Dispute Resolution In the event that any dispute shall arise as to the interpretation of this agreement, or in the event of a notice of default as to whether such default does constitute a breach of the contract, and if the parties hereto cannot mutually settle such differences,then the parties shall first pursue mediation as a means to resolve the dispute. If the afore mentioned methods are either not successful then any dispute relating to this Agreement shall be decided in the courts of Yakima County, in accordance with the laws of Washington. If both parties consent in writing, other available means of dispute resolution may be implemented. 18. Substitution The Contractor shall not substitute or deviate from said specifications of this Contract without a written amendment, signed by the City Manager, or pursuant to Section 50 below entitled"Change or Notice". Any violation of this procedure by the Contractor will be considered cause for immediate cancellation of the Contract for cause by the City. 19. Contractor Shall Furnish Except as otherwise specifically provided in this Contract, Contractor shall furnish the following, all as the same may be required to perform and provide the services in accordance with the terms of this Contract: personnel, labor, products and supervision; and technical, professional and other services. All such services, products, property and other items furnished or required to be furnished, together with all other obligations performed or required to be performed, by Contractor under this Contract are sometime collectively referred to in this Contract as the"(Services)." 20. Complementary Provisions Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 7 of 15 0 All provisions of this Contract are intended to be complementary, and any services required by one and not mentioned in another shall be performed to the same extent as though required by all. Details of the services that are not necessary to carry out the intent of this Contract, but that are not expressly required, shall be performed or furnished by Contractor as part of the services,without any increase in the compensation otherwise payable under this Contract. 21. Invoices The City will use its best efforts to pay each of Contractor's invoices within thirty(30) days after the City's receipt and verification thereof; provided, however, that all such payments are expressly conditioned upon Contractor providing services hereunder that are satisfactory to the City. The City will notify the Contractor promptly if any problems are noted with the invoice. To insure prompt payment, each invoice should cite purchase order number, RFQP number, detailed description of work, unit and total price, discount term and include the Contractor's name and return remittance address. Contractor will mail invoices to the City at the following address: City of Yakima Attn: Rosalinda Ibarra 129 N 2nd Street Yakima, WA 98901 22. Prime Contractor Contractor is the Prime Contractor hereunder. The Prime Contractor shall be the sole point of contact with regard to all contractual matters arising hereunder, including the performance of services and the payment of any and all charges resulting from its contractual obligations. 23. Delegation of Professional Services The services provided for herein shall be performed by Contractor, and no person other than regular associates or employees of Contractor shall be engaged on such work or services. Contractor shall not (by contract, operation of law or otherwise) delegate or subcontract performance of any services to any other person or entity without the prior written consent of the City. Any such delegation or subcontracting without the City's prior written consent shall be voidable at the City's option. No delegation of subcontracting of performance of any of the services, with or without the City's prior written consent, shall relieve Contractor of its responsibility to perform the services in accordance with this Contract. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors, and any other person who performs or furnishes any services(collectively, the"Support"). Contractor shall at all times be an independent contractor and not an agent or representative of the City with regard to performance of the services. Contractor shall not represent that it is, nor hold itself out as, an agent or representative of the City. In no event shall Contractor be authorized to enter into any agreement or undertaking for or on behalf of the City. Neither the Contractor nor any employee of the Contractor is entitled to any benefits that the City provides its employees. The Contractor is solely responsible for payment of any statutory workers compensation or employer's liability insurance as required by state law. The Contractor will have an active account with the Department of Revenue, other state agencies as needed, and a separate set of books or records that reflect all items of income and expenses of the business that the Contractor is conducting. Contractor shall perform the services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized, and financed to perform the Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 8 of 15 11 services in accordance with this Contract. Subject to compliance with the requirements of this Contract, Contractor shall perform the services in accordance with its own methods. 24. Licenses If applicable, Contractor shall have a valid and current business license per Chapter 5.52 of the Yakima Municipal Code covering this type of business and shall satisfy all applicable City Code provisions. Said license shall be obtained prior to the award of any contract. Inquiries as to fees, etc., should be made to the Office of Code Administration, telephone(509)575-6126. In addition,Contractors are required to be registered by the State per Chapter 18.27 of the Revised Code of Washington and their registration number must be listed on the bid/RFP/quote. Contractor shall take all reasonable precautions to protect against any bodily injury (including death) or property damage that may occur in connection with the services. 25. Removal of Subcontractor If dissatisfied with the background, performance, and/or general methodologies of any subcontractor, the City may request in writing that the subcontractor be removed. The Contractor shall comply with this request at once and shall not employ the subcontractor for any further work/services under this Contract. 26. Taxes and Assessments Contractor shall be solely responsible for and shall pay all taxes,deductions,and assessments, including but not limited to federal income tax, FICA, social security tax, assessments for unemployment and industrial injury insurance, and other deductions from income which may be required by law or assessed against either party as a result of this Contract. In the event the City is assessed a tax or assessment as a result of this Contract, Contractor shall pay the same before it becomes due. The City and its agencies are exempt from payment of all federal excise taxes, but not sales tax(currently at 8.3%). Tax will not be considered in determining which proposal is the lowest or best, however RCW 39.30.040 allows the City to take any sales tax and B&O tax that is will receive from purchasing supplies, materials and equipment within its boundaries into consideration when determining the lowest responsible Proposer. 27. Contractor Tax Delinquency Contractors who have a delinquent Washington tax liability may have their payments offset by the State of Washington. 28. Inspection: Examination of Records The Contractor agrees to furnish the City with reasonable periodic reports and documents as it may request and in such form as the City requires pertaining to the work or services undertaken pursuant to this Agreement. The costs and obligations incurred or to be incurred in connection therewith, and any other matter are to be covered by this Agreement. The records relating to the services shall, at all times, be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery. Contractor shall provide the City sufficient, safe, and proper facilities and equipment for such inspection and free access to such facilities. Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 9 of 15 12 29. Recordkeeping and Record Retention The Contractor shall establish and maintain adequate records of all expenditures incurred under the contract. All records must be kept in accordance with generally accepted accounting procedures. All procedures must be in accordance with federal, state and local ordinances. The City shall have the right to audit,review,examine,copy, and transcribe any pertinent records or documents relating to any contract resulting from this proposal held by the Contractor. The Contractor will retain all documents applicable to the contract for a period of not less than three(3)years after final payment is made. 30. Confidential, Proprietary and Personally Identifiable Information Contractor shall not use Confidential, Proprietary or Personally Identifiable Information of City for any purpose other than the limited purposes set forth in this Contract, and all related and necessary actions taken in fulfillment of the obligations there under. Contractor shall hold all Confidential Information in confidence, and shall not disclose such Confidential Information to any persons other than those directors, officers, employees,and agents("Representatives") who have a business-related need to have access to such Confidential Information in furtherance of the limited purposes of this Contract and who have been apprised of, and agree to maintain, the confidential nature of such information in accordance with the terms of this Contract. Contractor shall institute and maintain such security procedures as are commercially reasonable to maintain the confidentiality of the Confidential Information while in its possession or control including transportation, whether physically or electronically. Contractor shall ensure that all indications of confidentiality contained on or included in any item of Confidential Information shall be reproduced by Contractor on any reproduction, modification, or translation of such Confidential Information. If requested by the City in writing, Contractor shall make a reasonable effort to add a proprietary notice or indication of confidentiality to any tangible materials within its possession that contain Confidential Information of the City, as directed. Contractor shall maintain all Confidential Information as confidential for a period of three (3) years from the date of termination of this Contract, and shall return or destroy said Confidential Information as directed by the City in writing. Contractor may disclose Confidential Information in connection with a judicial or administrative proceeding to the extent such disclosure is required under law or a court order, provided that the City shall be given prompt written notice of such proceeding if giving such notice is legally permissible. 31. Suspension of Work The City may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond the City's control are interfering with normal progress of the Service. The Contractor may suspend, in writing by certified mail, all or a portion of the Service under this Agreement if unforeseen circumstances beyond Contractor's control are interfering with normal progress of the Service. The Contractor may suspend Service on the Project in the event the City does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the Service shall be extended by the number of days the Service is suspended. If the period of suspension exceeds ninety (90) days, the terms of this Agreement are subject to renegotiation, and both parties are granted the option to terminate the Service on the suspended portion of Project in accordance with Section 16. 32. Provision of Services Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 10 of 15 13 The Contractor shall provide the services set forth herein with all due skill, care, and diligence, in accordance with accepted industry practices, standards and legal requirements, and to the City 's satisfaction; the City decision in that regard shall be final and conclusive. The City may inspect, observe and examine the performance of the services performed on the City premises at any time. The City may inspect, observe and examine the performance of Contractor's services at reasonable times, without notice, at any other premises. a. If the City notifies the Contractor that any part of the services rendered are inadequate or in any way differ from the Contract requirements for any reason, other than as a result of the City's default or negligence, the Contractor shall, at its own expense, reschedule and perform the services correctly within such reasonable time as the City specifies. This remedy shall be in addition to any other remedies available to the City by law or in equity. b. The Contractor shall be solely responsible for controlling the manner and means by which it and its Contracted Personnel or its subcontractors perform the services, and the Contractor shall observe, abide by, and perform all of its obligations in accordance with all legal requirements and City work rules. 33. Assignment This Contract, or any interest herein, or claim hereunder, shall not be assigned or transferred in whole or in part by Contractor to any other person or entity without the prior written consent of the City. In the event that such prior written consent to an assignment is granted,then the assignee shall assume all duties, obligations, and liabilities of Contractor stated herein. 34. No Conflict of Interest Contractor represents that it or its employees do not have any interest and shall not hereafter acquire any interest, direct or indirect,which would conflict in any manner or degree with the performance of this Contract. Contractor further covenants that it will not hire anyone or any entity having such a conflict of interest during the performance of this Contract. 35. Contract Preservation If any provision of the Agreement, or the application of such provision, shall be rendered or declared invalid by a court of competent jurisdiction, or by reason of its requiring any steps, actions or results, the remaining parts or portions of this Agreement shall remain in full force and effect. 36. Promotional Advertising I News Releases Reference to or use of the City, any of its departments, agencies or other subunits, or any official or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the City. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency. 37. Time is of the Essence Timely provision of the services required under this Contract shall be of the essence of the Contract, including the provision of the services within the time agreed or on a date specified herein. 38. Expansion clause Any resultant contract may be further expanded by the Purchasing Manager in writing to include any other item normally offered by the Contractor, as long as the price of such additional products is based on the same cost/profit formula as Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 11 of 15 14 the listed item/service. At any time during the term of this contract, other City departments may be added to this contract, if both parties agree. 39. Patent Infringement The contractor selling to the City the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the City (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it)for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recoverable in any such suit. 40. Warranty Unless otherwise specifically stated by the Proposer, Contractor warrants that all goods and/or services furnished under this contract are warranted against defects by the Proposer for one (1) year from date of receipt, are new, conform strictly to the specifications herein, are merchantable, good workmanship, free from defect, are fit for the intended purpose of which such goods and services are ordinarily employed and if a particular purpose is stated in a Special Condition, the goods are then warranted as for that particular purpose. Contractor further warrants that no violation of any federal, state or local law, statute, rule, regulation, ordinance or order will result from the manufacturer, production, sale, shipment, installation or use of any other goods. Contractor's warranties (and any more favorable warranties, service policies, or similar undertaking of Contractor) shall survive delivery, inspection, and acceptance of the goods or services. 41. Access and Review of Contractor's Facilities The City may visit and view any of the offices, premises, facilities and vehicles of the Contractor and/or Contractor's Subcontractor upon request and reasonable notice during the term of the Contract and Contract renewals/extensions. 42. Facility Security The City may prohibit entry to any secure facility,or remove from the facility,a Contract employee who does not perform his/her duties in a professional manner, or who violates the secure facility's security rules and procedures. The City reserves the right to search any person, property, or article entering its facilities. 43. Waiver of Breach A waiver by either party hereto of a breach of the other party hereto of any covenant or condition of this Contract shall not impair the right of the party not in default to avail itself of any subsequent breach thereof. Leniency, delay or failure of either party to insist upon strict performance of any agreement, covenant or condition of this Contract, or to exercise any right herein given in any one or more instances, shall not be construed as a waiver or relinquishment of any such agreement, covenant, condition or right. 44. Integration This Contract, represents the entire understanding of the City and Contractor as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered herein. This Contract may not be modified or altered except in writing signed by both parties. 45. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics, pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 12 of 15 15 such pending or actual delay. Normally, in the event or any such delays(acts of God, etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 46. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 47. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 48. Authority The person executing this Contract, on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms, performances and provisions of this Contract. 49. Notice of Change in Financial Condition If, during the Contract Term, the Contractor experiences a change in its financial condition that may affect its ability to perform under the Contract, or experiences a change of ownership or control, the Contractor shall immediately notify the City in writing. Failure to notify the City of such a change in financial condition or change of ownership or control shall be sufficient grounds for Contract termination. 50. Change or Notice Any alterations, including changes to the nature of the service, made to the Contract shall be rendered in writing and signed by both responsible parties; no changes without such signed documentation shall be valid. No alterations outside of the general scope and intent of the original Request for Proposals or in excess of allowable and accepted price changes shall be made. In no event shall the Contractor be paid or be entitled to payment for services that are not authorized herein or any properly executed amendment. Notice of Business Changes: Contractor shall notify the City in writing within three(3)business days of any change in ownership of the facilities of the Contractor or of the facilities of any subcontractor. The Contractor shall notify the City in writing as soon as possible, and in no event later than three(3) business days, after any decision by the Contractor to change or discontinue service that will affect services provided to the City under this Contract. The City shall have the right to renegotiate the terms and conditions of this Contract to the extent required to accommodate a change in governing law or policy that, in the sole discretion of the City, either substantially and unreasonably enlarges the Contractor's duties hereunder, or renders performance, enforcement or compliance with the totality of the Contract impossible,patently unreasonable,or unnecessary. Notices and demands under and related to this Contract shall be in writing and sent to the parties at their addresses as follows: TO CITY: COPY TO: TO CONTRACTOR: Bob Harrison Joan Davenport, AICP Martin Chaw City Manager Community Development Director Protect Manager City of Yakima City of Yakima FCS Group 129 North 2nd Street 129 North 2nd Street 7525 16611 Ave NE, Ste. D-215 Yakima WA, 98901 Yakima, WA 98901 Redmond, WA 98052 Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 13 of 15 16 51. Survival The foregoing sections of this Contract, 1-51 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF, the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA FCS Group By: City Manager Date: Date: Attest: (Print name) City Clerk Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 14 of 15 17 EXHIBIT A Scope of Work Deliverables and Fee Schedule Cost of Service Fee Study for Planning&Codes Division and Fire Department Inspection Fees Page 15 of 15 18 ••••> FCS GROUP Finn ers RedmondTovva�Center WashingtonI4Z.h867.1802 Solutions-Oriented Consulting 7525169h Ave NE,Ste.D-215 Oregon 1503.841.6543 Redmond,Washington Colorado 1719.284.9168 Exhibit A CITY OF YAKIMA DEPARTMENT OF COMMUNITY DEVELOPMENT PLANNING AND CODE ADMINISTRATION, AND FIRE DEPARTMENT INSPECTION FEES COST OF SERVICE STUDY The City of Yakima Department of Community Development requested FCS GROUP provide a cost of service fee schedule review for two divisions: Planning and Code Administration. In addition, the City's Fire Department is requesting a cost of service fee schedule review for the City's Fire Department Inspection Fees. While this study covers two departments, Joan Davenport, Director, Community Development will serve as the City's overall project manager. Based on discussions with Ms. Davenport, FCS GROUP was asked to prepare a study scope of work with the following objectives: • Determine the current level of cost recovery for fees as presented under existing fee levels, inclusive of current internal service delivery (overhead) costs. • Determine the necessary adjustments to current fees to achieve 100%cost recovery of recoverable costs (cost-of-service fees). • Prepare an interjurisdictional comparison of selected cost-of-service fees. We will work with the City to develop a list of preferred peer cities for comparison. • Forecast revenues for the next five years based upon anticipated volume for building, regulatory, land use, and environmental fees under current fee levels and revised cost-of-service fee levels. SCOPE OF WORK AND TASK PLAN The enclosed task plan proposes to complete the requested study in two phases. • Phase 1 will include a technical analysis to determine current fee level of cost recovery and to determine the necessary adjustment to existing fees to achieve 100%recovery of fee eligible costs. This phase will include a comparison of selected current and cost-of-service based fees to neighboring jurisdictions. • Phase 2 will include preparing a multi-year financial proforma based upon forecasted permit activity levels and departmental operating expenses. The results of this proforma will assist the City in long-term financial planning. Phase 2 work will commence upon completion of Phase 1. Our study includes a total of four(4)meetings with City staff and up to two (2)workshop presentations to the City Council and/or Planning Commission. Unless directed otherwise, we will plan to conduct all meetings remotely due to continued COVID concerns. We will also facilitate a bi-monthly(twice per month) project check-in call with the City's project team throughout the duration of the study. Our study deliverables will include draft and final reports of the cost-of-service study as well as the aforementioned presentations to the City Council. The report will summarize the study's 19 City of Yakima,WA 2022 Community Development and Fire Inspection Cost-of-Service Fee Study January, 2022 page 2 methodology, assumptions, and calculations and provide detailed cost-of-service and cost recovery tables for the City's fee services. The proposed budget for this study is $58,155 ($49,269 for Phase 1 and $8,886 for Phase 2). The study would be completed over an approximate six to seven month period from notice to proceed (August to September 2022, assuming a March notice to proceed). The following task plan provides additional detail on our proposed study approach. PHASE 1 Task 1.1: Conduct kick-off meeting A common understanding of the study's objectives and expectations is critical to a successful study process. At the beginning of the study, FCS Group will facilitate a remote initial kick-off meeting with the City's project team to introduce the project team members, discuss the Exhibit 1 City of Yakima Dept.of Community Development study goals, confirm the individual Planning, Code Administration, and Fire Organizational Chart Inspection fees to be reviewed, and go over COMMUNTIYDEVELOPMENT QromiLtiad Q..a..d lw..y 1,2021 the study methodology, scope, expectations, schedule, and anyspecific concerns and J.DAVENPORT pDirector of Community Development issues the City wishes to investigate further. p°°Full Time Equivalents s' K.IKAKKA Task deliverables: We will facilitate a remote AdritUuctrath Aru.taart project kickoff meeting to discuss and, if necessary, refine the study scope of work based on City discussion and direction. Cd;DEN11AN JA,,`"n`gManagOUN "" hood s Manager t., COOS BANNING \AIf.1.111ORN(NN) ADMINISTRATION DIVISION DEVFLOPMFNI' Task 1.2: Data collection and validation 1600Ti" '°°"" `°°'IT' as and local R,a/lly Amwad= Cwnmwury � �..� . C.tiuuulCwwel lWdkvian &.:.1 Cn„.R.al�„, Prior to the kick-off meeting, we will provide w l,„ lll��,.w,y,.r„m ,to�:s,I ,m,ort the City's project team with an initial data m� lnrA - " w,,.W. roe„.. , 11„ Ilu:m I wont I(ed.Jatay Pdw halo Fcoyam request identifying financial budget and actual q" ""' "° "°""�"` data and historical permit volumes. We will work with the City's project team to determine staff fee-time information. Staffing time records play a critical role in the fee study and form the basis for determining the hourly rates for staff to provide full cost-based fee services. Additionally, labor costs typically comprise the largest share of costs to provide fee services. We will work with the City's project team to develop detailed timesheet records, fee groups, and time categories (see Exhibit 2). Exhibit A 20 City of Yakima,WA 2022 Community Development and Fire Inspection Cost-of-Service Fee Study January, 2022 page 3 Exhibit 2 Example of City Staff Time Categorization LABOR HOURS Employee Employee Employee Employee Employee Total #1 #2 #3 #4 #5 Total Personnel Costs $ 395,000 $120,000 $100,000 I $ 75,000 $ 45,000 $ 55,000 Regular Labor 9,360 2,080 2,080 2,080 1,040 2,080 Annual Overtime 0 0 0 0 0 0 Total Annual Labor 9,360 2,080 2,080 2,080 1,040 2,080 Less Annual Leave 1,152 240 240 240 120 312 Total Available Work Hours 8,208 1,840 1,840 1,840 920 1,768 Code and Policy Development 195 100 40 50 5 0 t Public information&Customer Service 1,470 210 300 250 80 630 v Training&Certification 250 30 80 80 20 40 c General Administration&Management 1,280 400 300 100 50 430 _ Other 330 0 80 250 0 0 Net Annual Labor Related to Direct Services 4,683 1,100 1,040 1,110 765 668 Time Categories: v Certifications and Appealable Letters - 73 70 0 0 0 3 C = Pre-submission Conference 177 20 9 36 0 112 e Variance and/or Reasonable Use Exemptions 3,478 770 736 938 590 444 - o Code and Plan Amendments 175 100 45 16 0 14 c Annexation 255 140 0 20 0 95 _ Engineering 250 0 250 0 0 2 Time Categories: o LL '5 Non-development Fire Prevention 175 0 0 0 175 0 z - u°1+ Hydrogeologic Reviews 100 0 0 100 0 0 Total Direct Hours 4,683 1,100 1,040 1,110 765 668 Total Indirect Hours 3,525 740 800 730 155 1100 Total Direct Hours-Fee Services 4,408 1,100 1040 1010 590 668 Total Direct Hours-Non-Fee Services 275 0 0 100 175 0 j Grand Total 8,208 1,840 1,840 1,840 920 1,768 Task deliverables: Prepare and transmit an initial data request to the City's project team. Task 1.3: Identify the cost-of-service This task will provide City with a comprehensive cost-of-service for individual fees. As part of the analysis,the cost-of-service will be itemized into three cost categories - direct costs, indirect costs, and overhead costs, in total will provide a transparent evaluation of the costs and cost drivers for each individual fee service. • Direct Service Costs -those costs that directly support a project, permit application, or specific activity and that are often tied to a specific fee(e.g., conditional use permit). • Indirect Service Costs -those costs that support direct services, such as customer service, employee training, and program administration. • Overhead Costs - City management and administrative costs that are allocated to the programs and related fees. During this task, we will work with the City to identify any new staffing and operating costs that the City may be considering. These costs can be folded into the cost-of-service analysis. The proposed scope includes up to two (2)remote group interview sessions with City staff to discuss and estimate the amount of time required to process permits. We will calculate an hourly rate and apply the rate to the amount of time needed to process a permit to determine the cost to provide each individual fee service, determine the current level of cost recovery and the adjustments needed for Exhibit A 21 City of Yakima,WA 2022 Community Development and Fire Inspection Cost-of-Service Fee Study January, 2022 page 4 each fee service to achieve 100%full cost recovery. Exhibit 3 provides an example of cost layers that form the basis of determining the cost-of-service. Exhibit 3: Example Cost Layer Table and Cost-of-Service Full Cost of Service Components of the Cost of Service %of Total Labor Non-Labor Total Costs N ,,, U. V t 1 Total Direct Services $ 256,961 $ 27,944 $ 284,906 30% i N O N ul Code and Policy Development 85,412 11,166 96,577 10% , Public information&Customer Service 117,099 13,634 130,733 14% m Training&Certification 18,381 2,166 20,547 2% General Administration&Management 60,105 6,212 66,317 7% L Other 14,943 1,814 16,757 2% a N Department Administration 24,052 3,517 27,569 3% w SU ,°u' Division 56,939 12,124 f69,064 7% s d Citywide U � • � • 1 190,757 190,757 20%. 0 v., I - 0% Subtotal-Direct Fee Services $ 633,893 $ 269,335 $ 903,228 96% y Non-development Fire Prevention $ - $ - $ - 0% d t'i Department Administration 1,703 249 1,953 0% d • e y Division -vs - 4,033 859 4,891 1% Citywide 0 • • • • 13,510 13,510 1% Subtotal-Other Direct Services $ 22,396 $ 16,597 $ 38,993 4% Total $ 656,289 $ 285,932 $ 942,221 100% Task deliverables: Facilitate up to two (2)remote group interview with City staff to discuss and determine the estimated time spent for each fee service; calculate and determine current cost recovery; calculate and determine the full cost-of-service for each fee service. Task 1.4: Compare the cost-of-service to existing fee revenue Once the cost-of-service analysis is completed, a cost recovery analysis will be performed by comparing the costs to provide each service with either the budgeted or actual revenues supporting the service. The cost-of-service for individual fee services will be compared to the current fees charged to determine the current level of cost recovery. Exhibit 4 provides an example of the cost recovery summary. The calculated cost of service fees will also be used as a basis of comparison to neighboring jurisdictions. We will work with the City's project team to select the fees and jurisdictions for comparison. Exhibit A 22 City of Yakima,WA 2022 Community Development and Fire Inspection Cost-of-Service Fee Study January, 2022 page 5 Exhibit 4. Example Cost Recovery Summary Total Costs Total Revenues $1,050,000 $1,050,000 19% $200,000 General Fund 10% Contributions Dept/Div OH $350,000 $100,000 ■ 33% Indirect • $350,000 • ■ ■ Fee Revenues • $206,624 • 38% Direct • $400,000 • 67%cost ■ recovery ■ Task deliverables: Calculate and determine the current cost recovery under existing fees; comparison of existing fees to proposed full cost-of-service fees; comparison of existing and full cost-of-service fees to selected neighboring jurisdictions; identification of differences in cost recovery by fee service. Task 1.5: Review results with the City project team Once we have completed the technical components of the study, we will review the preliminary study results with the City's project team during two (2)remote meetings. These meetings will include reviewing the study results, answering any questions about the methodology, and identifying the full cost of providing City fee services. If necessary, we will suggest changes to existing city policies that would be required to implement recommendations from this study. Task deliverables: We will facilitate two (2)remote meetings to review preliminary study results with the City's project team. Task 1.6: Council/Planning Commission Workshop Presentations and Documentation FCS Group will prepare and submit the following documents and presentations: • Power Point presentations to review the study methodology and results: • Up to two (2)remote workshop presentations to the City Council and/or Planning Commission. Presentations will be reviewed with the City's project team prior to presentation. • Electronic copy of the draft report for review and comment(MS-Word format). The report will detail the assumptions, methodology, results, and recommendations of the fee study. • Electronic copy of the final report(PDF format), incorporating any comments from the City's project team. • Electronic copy of the financial model(MS-Excel format). Task deliverables: We will prepare presentations to Council, a draft and final report. Exhibit A 23 City of Yakima,WA 2022 Community Development and Fire Inspection Cost-of-Service Fee Study January, 2022 page 6 Task 1.7: Project Administration This task includes the various administrative efforts that will take place during the study and includes the following: • Providing summaries or e-mails outlining follow up items, assigned tasks, and schedule milestones. • Preparing a monthly invoice with a progress report on the activities performed during the billing period. • Facilitate a bi-monthly(twice per month) 30-minute telephonic project check-in with the City's project team. This check-in will include sharing the status of current and upcoming analytic activities, discuss and share deliverables, discuss and resolve any issues that may arise and potentially affect the project schedule or deliverables. Task deliverables: Provide project administration, invoicing, and regularly scheduled project check- ins with the City's project team. PHASE 2 Task 2.1: Develop a 5-year financial proforma We will develop a 5 year financial proforma for the City based on current fee levels and cost-of- service fee levels. This information will assist the City in long-term financial planning. This task will include the following: • Develop a 5-year financial pro-forma for fee-service revenues, based on anticipated permit volumes/types and anticipated changes to recoverable labor and non-labor expenses. We will facilitate one remote review meeting with the City's project team. • Identify any new costs that the City may be considering over the 5-year planning period (e.g. new staff and/or program costs). • Identify the requisite annual increase the City's fees to fund annual inflationary and new costs. • Provide documentation for future budgeting purposes. • Develop recommendations for financial policies and financial reserves to account for changes in development activity and operating expenses. Task deliverables: Prepare a multi-year proforma financial analysis and facilitate one remote review meeting with the City's project team. BUDGET ESTIMATE The following table summarizes our estimated cost to perform the above phased task plan($58,155). The cost of complete Phase 1 is not to exceed $49,269 and includes four remote meetings with the City's project team and workshop presentations to the City Council Finance Committee and full City Council (total 2 Council and/or Planning Commission workshops). The cost to complete the task under Phase 2 is not to exceed $8,886 and includes one remote meeting with the City's project team. We bill based on actual time and materials. If our actual level of efforts is less than proposed, those Exhibit A 24 City of Yakima, WA 2022 Community Development and Fire Inspection Cost-of-Service Fee Study January, 2022 page 7 savings will remain with the City. We invite the opportunity to negotiate the appropriate level of effort for this project if we have scaled our approach out-of-line with the City's needs and expectations. Sanchez Virnoche Chaw Jiang Admin 1 Total Budget Task Detail Principal Manager Sr.Analyst Support Hours Estimate 2021 Hourly Billing Rates $270 $195 $145 $90 1 1 Phase 1 Task 1.1 Prepare for and Facilitate kick-off meeting Prepare for and Facilitate kickoff meeting 1 2 2 0 5 $950 Task 1.2 Data collection and validation Prepare data request ■ 0 0 4 1 l $580 Collect and review City data;validate information;fullowup as needed 0 16 60 0 76 $11,820 Task 1.3 Identify the cost of service Prepare for and facilitate group interview sessions (2 sessions) 0 6 10 0 16 $2,619 Determine direct costs 2 4 16 i) $3,640 Determine indirect and overhead costs 0 4 10 0 _ 14 — $2,230 Task 1.4 Corn pare cost of service to existing fee revenue—. Determine existing cost recovery 4 8 20 0 32 $5,540 Prepare interjurisdictional fee survey 0 4 16 0 20 $3,100 Task 1.5 Review results with the City project team Prepare for and facilitate review meetings (2 meetings) 6 8 8 0 22 $4,340 Task 1.6 Documentation and Council Workshops(2 workshops) Prepare draft presentations;review with City team and revise as needed 2_ 11 12 12 0 26 $4,620 Prepare for and facilitate Council Committee/Full Council workshops 3 8 8 0 199 $3,530 Task 1.7 Project Check-In and Administration Biweekly check ins 6 6 6 0 18 $3,660 Project invoicing and administration . 2 8 0 6 16 $2,640 IIMIkubtotal 11 49,269 Phase 2 Task 2.1 Develop 5-year forecast and financial pro-forma Prepare forecast of development activily 0 8 16 0 24 f6881 Prepare financial proforma 0 4 16 0 20 $8,102 Review results with City team 2 4 4 0 10 $1003 Phase 2 Subtotal iE886 Total Tasks $56,155 Exhibit A 25 City of Yakima,WA 2022 Community Development and Fire Inspection Cost-of-Service Fee Study January, 2022 page 8 PROJECT SCHEDULE The study will be completed over an approximate six-month period after notice to proceed. The technical analysis is anticipated to be completed by August 2022 to help inform the City's budget discussions. The final report, depending upon project status, may be completed in September. Completion of the analysis is dependent on timely coordination between FCS Group and the City's project team for receipt of requested data/information, quality of data, and City staff availability for interviews and review meetings. The graphic below is an example only and illustrates the project schedule with an approximate March 2022 start and August/September 2022 completion. A final study schedule will be developed in collaboration with the City's project team as part of the initial kick-off meeting. Project Task-Phase 1 Mar Apr May Jun Jul Aug Sep Task 1.1 Prepare for and Facilitate kick-off meeting I . 111 " ",1 ,�11", Task1.2 Data collection and validation �1____` 1„111111.1„1,11■11, Task 13 Identify the cost of service """ti'"9„""„""■"' Task 1.4 Compare cost of service to existing fee revenue """"""�����""„'■", Task 15 Review results with the City project team 1111111111111111611111111111 """"" ti p]'1„1■11' Task 1.6 Documentation and Council Workshops Q workshops) „""""" 1.77 "' Task 1.7 Project Check-In and Administration 0:11:iM,MEMEMM MMMEMElI„ Project Task-Phase 2 Mar �Alpr May Jun Jul Aug Sep Task2.1 Develop5-year forecast and hnanrial pro-forma „"�I 711 1 "„•11. 1" 1 =Remote meeting •=Draft Report =Council Presentation .=Final Report Exhibit A