Loading...
HomeMy WebLinkAbout10/06/2015 05B Transportation Plan Update Agreement with Transpo GroupITEM TITLE: SUBMITTED BY: '1111111 1, nun 11,1:1141r10 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. S.B. For Meeting of: October 6, 2015 Resolution authorizing an agreement with Transpo Group to assist in the state mandated update of the City's Transportation Plan not to exceed $105,000 and $24,000 to collect traffic counts Joan Davenport, AICP, Community Development Director Brett Sheffield, PE, Project Manager, Chief Engineer at 576-6797 Valerie Smith, AICP, Senior Planner, 575-6042 SUMMARY EXPLANATION: The proposed contract with Transpo Group for $105,000 will assist the City of Yakima in the development of the Transportation Plan Update 2040, as required for compliance with the Growth Management Act. The Transportation Plan will also incorporate the Bicycle Plan, currently in development, as well as all the necessary elements for the planning and financing of the Transportation system with the planning horizon of 2040. This plan is in cooperation with the preparation of the City of Yakima Comprehensive Plan contract with BERK Associates. Included in this contract for services is an addition of $24,010 to collect traffic counts at 30 intersections and 50 street segments. Resolution: X Ordinance: Other (Specify): Contract: X Contract Term: Start Date: End Date: Item Budgeted: Yes Amount: 130,900 Funding Source/Fiscal Impact: Strategic Priority: Improve the Built Environment Insurance Required? Yes Mail to: Phone: APPROVED FOR SUBMITTAL: City Manager RECOMMENDATION: Staff recommends that Council approve the resolution ATTACHMENTS: Description Upload Date Type D resduloin 9/30/7015 Gmer Memo Ihransrtt)Group TPUCoarad SOW If iudgd 9/ 14/7015 Coract RESOLUTION NO. R -2015- A RESOLUTION authorizing the City Manager to execute a Professional Services Agreement with Transpo Group, and team, to facilitate and assist in the state mandated update of the City's Transportation Plan, and compliance with the Growth Management Act, with amounts not to exceed One Hundred Five Thousand Dollars ($105,000). WHEREAS, the City of Yakima is undergoing its State Mandated Update of its Comprehensive Plan and Transportation Plan (RCW 36.70A.130), which were last updated in 2006. WHEREAS, the City of Yakima is seeking professional assistance to be in compliance with the GMA and update its plans by the June 30, 2017 deadline. WHEREAS, the City of Yakima has followed the procedure established by the State of Washington to select and recommend a professional firm, utilizing the Municipal Research and Service Center Professional Services Roster process to conduct the selection of a firm to facilitate this project. WHEREAS, the team of Transpo Group, Toole Design Group, SCJ Alliance, and ECONorthwest submitted a Statement of Qualifications (SOQs) verifying that they are qualified to perform the work, and after an interview process were determined to be the most qualified of those that submitted SOQs; and WHEREAS, the Scope of Work and Budget included in this Professional Services Agreement meet the needs and requirements of the City of Yakima for this project which consists of Project Management, Agency Coordination, Public Outreach & Engagement, Transportation Policies & Concurrency Program Update, Street Design Standards Revision, Evaluation of Existing Transportation System, Analysis of Travel Forecasts & Alternatives, Transportation Systems Plan Development, Multimodal System Projects and Programs, Financial Plan Update, Transportation Element of the Comprehensive Plan, Traffic Count Data Collection; and WHEREAS, the City Council has determined that it is in the best interest of the City to engage Transpo Group, and their team, to facilitate and assist the City of Yakima in the Transportation Plan Update project; therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to execute the Professional Agreement with Transpo Group, and team, attached hereto, and incorporated herein by this reference, in amounts not to exceed One Hundred Five Thousand Dollars ($105,000) for the updating of the City of Yakima's Transportation Plan, as described in the Agreement. 1 ADOPTED BY THE CITY COUNCIL this 61h day of October, 2015. ATTEST: Micah Cawley, Mayor City Clerk 2 For City of Yakima Use Only: Contract No.. Project No. Resolution No, SOQ No. AGREEMENT BETWEEN CITY OF YAKIMA, WASHINGTON AND TRANSPO GROUP FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into on this day of , 2015, by and between the City of Yakima, Washington, a municipal corporation with its principal office at 129 North Second Street, Yakima, WA 98901, hereinafter referred to as "CITY", and Transpo Group, with its principal office at 11730 118th Avenue NE, Kirkland, WA 98034, hereinafter referred to as "ENGINEER"; said corporation and its principal engineers are licensed and registered to do business in the State of Washington, and will provide professional engineering consulting services under this Agreement to develop the City of Yakima's 2017 Transportation Systems Plan and Transportation Element on behalf of the City of Yakima, Project No. 2423, herein referred to as the "PROJECT." WITNESSETH: RECITALS WHEREAS, CITY desires to retain the ENGINEER to provide engineering services for design and construction of the PROJECT, as described in this Agreement and subsequent Amendments thereto; and WHEREAS, ENGINEER represents that it has available and offers to provide personnel with knowledge and experience necessary to satisfactorily accomplish the work within the required time and that it has no conflicts of interest prohibited by law from entering into this Agreement; NOW, THEREFORE, CITY and ENGINEER agree as follows: SECTION 1 INCORPORATION OF RECITALS 1.1 The above recitals are incorporated into these operative provisions of the Agreement. SECTION 2 SCOPE OF SERVICES 2.0.1 ENGINEER agrees to perform those services described hereafter. Unless modified in writing by both parties, duties of ENGINEER shall not be construed to exceed those services specifically set forth herein. 2.0,2 ENGINEER shall use its best efforts to maintain continuity in personnel and shall assign, Patrick Lynch as Principal -in -Charge throughout the term of this Agreement unless other personnel are approved by the CITY. 2.1 Basic Services: ENGINEER agrees to perform those tasks described in Exhibit A, entitled "2017 Transportation Systems Plans and Transportation Element" (WORK) which is attached hereto and made a part of this Agreement as if fully set forth herein. 2.2 Additional Services: CITY and ENGINEER agree that not all WORK to be performed by ENGINEER can be defined in detail at the time this Agreement is executed, and that additional WORK related to the Project and not covered in Exhibit A may be needed during performance of this Agreement. CITY may, at any time, by written order, direct the ENGINEER to revise portions of the PROJECT WORK previously completed in a satisfactory manner, delete portions of the PROJECT, or request that the ENGINEER perform additional WORK beyond the scope of the PROJECT WORK. Such changes hereinafter shall be referred to as "Additional Services." 2.2.1 If such Additional Services cause an increase or decrease in the ENGINEER'S cost of, or time required for, performance of any services under this Agreement, a contract price Page 1 and/or completion time adjustment pursuant to this Agreement shall be made and this Agreement shall be modified in writing accordingly, 2.2.2 Compensation for each such request for Additional Services shall be negotiated by the CITY and the ENGINEER according to the hourly rates set forth in Exhibit C, attached hereto and incorporated herein by this reference, and if so authorized, shall be considered part of the PROJECT WORK. The ENGINEER shall not perform any Additional Services until so authorized by CITY and agreed to by the ENGINEER in writing. 2.3 The ENGINEER must assert any claim for adjustment in writing within thirty (30) days from the date of the ENGINEER's receipt of the written notification of change. SECTION 3 CITY'S RESPONSIBILITIES 3.1 CITY -FURNISHED DATA: The CITY will provide to the ENGINEER all technical data in the CITY'S possession relating to the ENGINEER'S services on the PROJECT including information on any pre-existing conditions known to the CITY that constitute hazardous waste contamination on the PROJECT site as determined by an authorized regulatory agency. 3.2 ACCESS TO FACILITIES AND PROPERTY: The CITY will make its facilities reasonably accessible to ENGINEER as required for ENGINEER'S performance of its services and will provide labor and safety equipment as reasonably required by ENGINEER for such access. 3.3 TIMELY REVIEW: The CITY will examine the ENGINEER'S studies, reports, sketches, drawings, specifications, proposals, and other documents; obtain advice of an attorney, insurance counselor, accountant, auditor, bond and financial advisors, and other consultants as CITY deems appropriate; and render in writing decisions required of CITY in a timely manner. Such examinations and decisions, however, shall not relieve the ENGINEER of any contractual obligations nor of its duty to render professional services meeting the standards of care for its profession. 3.4 CITY shall appoint a CITY'S Representative with respect to WORK to be performed under this Agreement. CITY'S Representative shall have complete authority to transmit instructions and receive information. ENGINEER shall be entitled to reasonably rely on such instructions made by the CITY'S Representative unless otherwise directed in writing by the CITY, but ENGINEER shall be responsible for bringing to the attention of the CITY'S Representative any instructions which the ENGINEER believes are inadequate, incomplete, or inaccurate based upon the ENGINEER'S knowledge. 3.5 Any documents, services, and reports provided by the CITY to the ENGINEER are available solely as additional information to the ENGINEER and will not relieve the ENGINEER of its duties and obligations under this Agreement or at law. The ENGINEER shall be entitled to reasonably rely upon the accuracy and the completeness of such documents, services and reports, but shall be responsible for exercising customary professional care in using and reviewing such documents, services, and reports and drawing conclusions there from. SECTION 4 AUTHORIZATION, PROGRESS, AND COMPLETION 4.1 In signing this Agreement, CITY grants ENGINEER specific authorization to proceed with WORK described in Exhibit A. The time for completion is defined in Exhibit A, or as amended. SECTION 5 COMPENSATION 5.1 COMPENSATION ON A TIME SPENT BASIS AT SPECIFIC HOURLY RATES: For the services described in Exhibit A, compensation shall be according to Exhibit C - Schedule of Specific Hourly Rates, attached hereto and incorporated herein by this reference. The estimated cost to perform this work, on a time spent basis, plus reimbursement for direct non -salary expenses is as shown in Exhibit B. 5.1.1 DIRECT NON -SALARY EXPENSES: Direct Non -Salary Expenses are those costs incurred on or directly for the PROJECT including, but not limited to, necessary Page 2 transportation costs, including current rates for ENGINEER'S vehicles; meals and lodging; laboratory tests and analyses; printing, binding and reproduction charges; all costs associated with other outside nonprofessional services and facilities; special CITY - requested and PROJECT -related insurance and performance warranty costs; and other similar costs. Reimbursement for Direct Non -Salary Expenses will be on the basis of actual charges plus a reasonable markup, not to exceed ten percent (10%) and on the basis of current rates when furnished by ENGINEER. Estimated Direct Non -Salary Expenses are shown in Exhibit B. 5.1.1.1 Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by employees of the ENGINEER and each of the Subconsultants in connection with PROJECT WORK; provided, as follows: • That a maximum of U.S. INTERNAL REVENUE SERVICE allowed cents per mile will be paid for the operation, maintenance, and depreciation costs of company or individually owned vehicles for that portion of time they are used for PROJECT WORK. ENGINEER, whenever possible, will use the least expensive form of ground transportation. • That reimbursement for meals inclusive of tips shall not exceed a maximum of forty dollars ($40) per day per person. This rate may be adjusted on a yearly basis. • That accommodation shall be at a reasonably priced hotel/motel. • That air travel shall be by coach class, and shall be used only when absolutely necessary. 5.1.2 Telephone charges, computer charges, in-house reproduction charges, first class postage, and FAX charges are not included in the direct expense costs, but are considered included in the Schedule of Specific Hourly Billing Rates. 5.1.3 Professional Subconsultants. Professional Subconsultants are those costs for engineering, architecture, geotechnical services and similar professional services approved by the CITY. Reimbursement for Professional Subconsultants will be on the basis of actual costs billed plus a reasonable markup, not to exceed ten percent (10%) for services provided to the CITY through this Agreement. Estimated Subconsultant costs are shown in Exhibit B. 5.2 Unless specifically authorized in writing by the CITY, the total budgetary amount for this PROJECT shall not exceed One Hundred Thirty -Four Thousand Three Hundred Seventy Dollars ($1340. The ENGINEER will make reasonable efforts to complete the WORK within the budget and will keep CITY informed of progress toward that end so that the budget or WORK effort can be adjusted if found necessary. The ENGINEER is not obligated to incur costs beyond the indicated budget, as may be adjusted, nor is the CITY obligated to pay the ENGINEER beyond these limits. When any budget has been increased, the ENGINEER'S excess costs expended prior to such increase will be allowable to the same extent as if such costs had been incurred after the approved increase, and provided that the City was informed in writing at the time such costs were incurred. 5.3 The ENGINEER shall submit to the City's Representative an invoice each mo)nth for payment for PROJECT services completed through the accounting cut-off day of the previous month. Such invoices shall be for PROJECT services and WORK performed and costs incurred prior to the date of the invoice and not covered by previously submitted invoices. The ENGINEER shall submit with each invoice a summary of time expended on the PROJECT for the current billing period, copies of subconsultant invoices, and any other supporting materials determined by the City necessary to substantiate the costs incurred. CITY will use its best efforts to pay such invoices within thirty (30) days of receipt and upon approval of the WORK done and amount billed. CITY will notify the ENGINEER promptly if any problems are noted with the invoice. CITY may question any item in an invoice, noting to ENGINEER the questionable item(s) and withholding payment for such item(s). The ENGINEER may resubmit such item(s) in a subsequent invoice together with additional supporting information required. Page 3 5,4 If payment is not made within sixty (60) days following receipt of approved invoices, interest on the unpaid balance shall accrue beginning with the sixty-first (61) day at the rate of 1.0% per month or the maximum interest rate permitted by law, whichever is less; provided, however, that no interest shall accrue pursuant to Chapter 39.76 RCW when before the date of timely payment a notice of dispute is issued in good faith by the CITY to the ENGINEER pursuant to the terms of RCW 39.76.020(4). 5.5 Final payment of any balance due the ENGINEER for PROJECT services will be made within forty- five (45) days after satisfactory completion of the services required by this Agreement as evidenced by written acceptance by CITY and after such audit or verification as CITY may deem necessary and execution and delivery by the ENGINEER of a release of all known payment claims against CITY arising under or by virtue of this Agreement, other than such payment claims, if any, as may be specifically exempted by the ENGINEER from the operation of the release in stated amounts to be set forth therein. 5.6 Payment for any PROJECT services and WORK shall not constitute a waiver or release by CITY of any claims, right, or remedy it may have against the ENGINEER under this Agreement or by law, nor shall such payment constitute a waiver, remission, or discharge by CITY of any failure or fault of the ENGINEER to satisfactorily perform the PROJECT WORK as required under this Agreement. SECTION 6 RESPONSIBILITY OF ENGINEER 6.1 The ENGINEER shall be responsible for the professional quality, technical adequacy and accuracy, timely completion, and the coordination of all plans, design, drawings, specifications, reports, and other services furnished by the ENGINEER under this Agreement. The ENGINEER shall, without additional compensation, correct or review any errors, omissions, or other deficiencies in its plans, designs, drawings, specifications, reports, and other services. The ENGINEER shall perform its WORK according to generally accepted civil engineering standards of care and consistent with achieving the PROJECT WORK within budget, on time, and in compliance with applicable laws, regulations, and permits, 6.2 CITY'S review or approval of, or payment for, any plans, drawings, designs, specifications, reports, and incidental WORK or services furnished hereunder shall not in any way relieve the ENGINEER of responsibility for the technical adequacy, completeness, or accuracy of its WORK and the PROJECT WORK. CITY'S review, approval, or payment for any of the services shall not be construed to operate as a waiver of any rights under this Agreement or at law or any cause of action arising out of the performance of this Agreement. 6.3 In performing WORK and services hereunder, the ENGINEER and its subcontractors, subconsultants, employees, agents, and representatives shall be acting as independent contractors and shall not be deemed or construed to be employees or agents of CITY in any manner whatsoever. The ENGINEER shall not hold itself out as, nor claim to be, an officer or employee of CITY by reason hereof and will not make any claim, demand, or application to or for any right or privilege applicable to an officer or employee of CITY. The ENGINEER shall be solely responsible for any claims for wages or compensation by ENGINEER employees, agents, and representatives, including subconsultants and subcontractors, and shall save and hold CITY harmless therefrom. 6.4 INDEMNIFICATION; (a) ENGINEER agrees to defend, indemnify, and hold harmless the CITY, its elected officials, agents, officers, employees, agents and volunteers (hereinafter "parties protected") from (1) claims, demands, liens, lawsuits, administrative and other proceedings,(including reasonable costs and attorney's fees) and (2) judgments, awards, losses, liabilities, damages, penalties, fines, costs and expenses of any kind claimed by third parties arising out of, or related to any death, injury, damage or destruction to any person or any property to the extent caused by any negligent act, action, default, error or omission or willful misconduct arising out of the Engineer's performance under this Agreement. In the event that any lien is placed upon the City's property or any of the City's officers, employees or agents as a result of the negligence or willful misconduct of the Engineer, the Engineer shall at once cause the same to be dissolved and discharged by giving bond or otherwise. Page 4 (b) CITY agrees to indemnify and hold the ENGINEER harmless from loss, cost, or expense of any kind claimed by third parties, including without limitation such loss, cost, or expense resulting from injuries to persons or damages to property, caused solely by the negligence or willful misconduct of the CITY, its employees, or agents in connection with the PROJECT. (c) If the negligence or willful misconduct of both the ENGINEER and the CITY (or a person identified above for whom each is liable) is a cause of such third party claim, the loss, cost, or expense shall be shared between the ENGINEER and the CITY in proportion to their relative degrees of negligence or willful misconduct and the right of indemnity will apply for such proportion. (d) Nothing contained in this Section or this Agreement shall be construed to create a liability or a right of indemnification in any third party. 6.5 In any and all claims by an employee of the ENGINEER, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligations under this Agreement shall not be limited in any way by any limitation on the amount or types of damages, compensation, or benefits payable by or for the ENGINEER or a subcontractor under workers' or workmens' compensation acts, disability benefit acts, or other employee benefit acts. The ENGINEER specifically and expressly waives its immunity under the Industrial Insurance Act, Title 51, ROW, Such waiver has been mutually negotiated by the ENGINEER and the CITY. 6.6 It is understood that any resident engineering or inspection provided by ENGINEER is for the purpose of determining compliance with the technical provisions of PROJECT specifications and does not constitute any form of guarantee or insurance with respect to the performance of a contractor. ENGINEER does not assume responsibility for methods or appliances used by a contractor, for a contractor's safety programs or methods, or for compliance by contractors with laws and regulations. CITY shall use its best efforts to ensure that the construction contract requires that the contractor(s) indemnify and name CITY, the CITY'S and the ENGINEER'S officers, principals, employees, agents, representatives, and engineers as additional insureds on contractor's insurance policies covering PROJECT, exclusive of insurance for ENGINEER professional liability. 6.7 SUBSURFACE INVESTIGATIONS: In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observation, exploration, and investigations have been made. Because of the inherent uncertainties in subsurface evaluations, changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution. These conditions and cost/execution effects are not the responsibility of the ENGINEER, to the extent that ENGINEER has exercised the applicable and appropriate standard of professional care and judgment in such investigations. SECTION 7 PROJECT SCHEDULE AND BUDGET 7.1 The general PROJECT schedule and the budget for both the entire PROJECT and its component tasks shall be as set forth in this Agreement and attachments. The project schedule and performance dates for the individual tasks shall be mutually agreed to by the CITY and the ENGINEER within fifteen (15) days after execution of this Agreement. The performance dates and budgets for tasks may be modified only upon written agreement of the parties hereto. The performance date for tasks and the completion date for the entire PROJECT shall not be extended, nor the budget increased because of any unwarranted delays attributable to the ENGINEER, but may be extended or increased by the CITY in the event of a delay caused by special services requested by the CITY or because of unavoidable delay caused by any governmental action or other conditions beyond the control of the ENGINEER which could not be reasonably anticipated. 7.2 Not later than the tenth (10) day of each calendar month during the performance of the PROJECT, the ENGINEER shall submit to the CITY'S Representative a copy of the current schedule and a written narrative description of the WORK accomplished by the ENGINEER and subconsultants on Page 5 each task, indicating a good faith estimate of the percentage completion thereof on the last day of the previous month. Additional oral or written reports shall be prepared at the request of the CITY for presentation to other governmental agencies and/or to the public. SECTION 8 REUSE OF DOCUMENTS 8.1 All internal WORK products of the ENGINEER are instruments or service of this PROJECT. There shall be no reuse, change, or alteration by the CITY or others acting through or on behalf of the CITY without written permission of the ENGINEER, which shall not be unreasonably withheld and will be at the CITY's sole risk. The CITY agrees to indemnify the ENGINEER and its officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs including, but not limited to, litigation expenses and attorney's fees arising out of or related to such unauthorized reuse, change, or alteration; provided, however, that the ENGINEER will not be indemnified for such claims, damages, losses, and costs including, without limitation, litigation expenses and attorney fees were caused by the ENGINEER's own negligent acts or omissions. 8.2 The ENGINEER agrees that ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes, and other WORK submitted or which are specified to be delivered under this Agreement or which are developed or produced and paid for under this Agreement, whether or not complete, shall be vested in the CITY. 8.3 All rights to patents, trademarks, copyrights, and trade secrets owned by ENGINEER (hereinafter "Intellectual Property") as well as any modifications, updates or enhancements to said Intellectual Property during the performance of the WORK remain the property of ENGINEER, and ENGINEER does not grant CITY any right or license to such Intellectual Property. SECTION 9 AUDIT AND ACCESS TO RECORDS 9.1 The ENGINEER, including its subconsultants, shall maintain books, records, documents and other evidence directly pertinent to performance of the WORK under this Agreement in accordance with generally accepted accounting principles and practices consistently applied. The CITY, or the CITY'S duly authorized representative, shall have access to such books, records, documents, and other evidence for inspection, audit, and copying for a period of three years after completion of the PROJECT. The CITY shall also have access to such books, records, and documents during the performance of the PROJECT WORK, if deemed necessary by the CITY, to verify the ENGINEER'S WORK and invoices. 9.2 Audits conducted pursuant to this section shall be in accordance with generally accepted auditing standards and established procedures and guidelines of the reviewing or auditing agency. 9.3 The ENGINEER agrees to the disclosure of all information and reports resulting from access to records pursuant to this section provided that the ENGINEER is afforded the opportunity for an audit exit conference and an opportunity to comment and submit any supporting documentation on the pertinent portions of the draft audit report and that the final audit report will include written comments, if any, of the ENGINEER. 9.4 The ENGINEER shall ensure that the foregoing paragraphs are included in each subcontract for WORK on the Project. 9.5 Any charges of the ENGINEER paid by the CITY which are found by an audit to be inadequately substantiated shall be reimbursed to the CITY. SECTION 10 INSURANCE 10.1 At all times during performance of the Services, ENGINEER shall secure and maintain in effect insurance to protect the City and the ENGINEER from and against all claims, damages, losses, and expenses arising out of or resulting from the performance of this Contract. ENGINEER shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the rights to require higher limits should it deem it necessary in the best interest of the public. Page 6 10.1.1 Commercial General Liability Insurance. Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of commercial liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits 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. 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 policy shall name the City, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the City thirty (30) calendar days 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. 10.1.2. Commercial Automobile Liability Insurance. a. If ENGINEER owns any vehicles, before this Contract is fully executed by the parties, ENGINEERshall provide the City with a certificate of insurance as proof of commercial automobile liability insurance and commercial umbrella liability insurance with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per occurrence combined single limit bodily injury and property damage. Automobile liability will apply to "Any Auto" and be shown on the certificate. b. If ENGINEER does not own any vehicles, only "Non -owned and Hired Automobile Liability" will be required and may be added to the commercial liability coverage at the same limits as required in that section of this Contract, which is Section 10.1.1 entitled "Commercial General Liability Insurance". c. Under either situation described above in Section 10.1.2.a. and Section 10.1.2.b., the required certificate of insurance 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 policy shall name the City, its elected officials, officers, agents, employees, and volunteers as additional insureds. The insured shall not cancel or change the insurance without first giving the City thirty (30) calendar days 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. 10.1.3. Statutory workers' compensation and employer's liability insurance as required by state law. 10.1.4, Professional Liability Coverage. Before this Contract is fully executed by the parties, ENGINEER shall provide the City with a certificate of insurance as proof of professional liability coverage with a total liability limit of the limits required in the policy, subject to minimum limits of Two Million Dollars ($2,000,000.00) per claim, 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. Said policy shall be in effect for the duration of this Contract. The insured shall not cancel or change the insurance without first giving the City thirty (30) calendar days prior written notice. 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. Failure of either or all of the additional insureds to report a claim under such insurance shall not prejudice the rights of the CITY, its officers, employees, agents, and representatives there under. The CITY and the CITY'S elected officials, officers, principals, employees, representatives, and agents shall have no obligation for payment of premiums because of being named as additional insureds under such insurance. Page 7 None of the policies issued pursuant to the requirements contained herein shall be canceled, allowed to expire, or changed in any manner that affects the rights of the City until thirty (30) days after written notice to the CITY of such intended cancellation, expiration or change. SECTION 11 SUBCONTRACTS 11.1 ENGINEER shall be entitled, to the extent determined appropriate by ENGINEER, to subcontract any portion of the WORK to be performed under this Agreement. 11.2 Any subconsultants or subcontractors to the ENGINEER utilized on this PROJECT, including any substitutions thereof, will be subject to prior approval by CITY, which approval shall not be unreasonably withheld. Each subcontract shall be subject to review by the CITY'S Representative, if requested, prior to the subconsultant or subcontractor proceeding with the WORK. Such review shall not constitute an approval as to the legal form or content of such subcontract. The ENGINEER shall be responsible for the architectural and engineering performance, acts, and omissions of all persons and firms performing subcontract WORK. 11.3 CITY does not anticipate ENGINEER subcontracting with any additional persons or firms for the purpose of completing this Agreement. 11.4 The ENGINEER shall submit, along with its monthly invoices, a description of all WORK completed by subconsultants and subcontractors during the preceding month and copies of all invoices thereto, SECTION 12 ASSIGNMENT 12.1 This Agreement is binding on the heirs, successors and assigns of the parties hereto. This Agreement may not be assigned by CITY or ENGINEER without prior written consent of the other, which consent will not be unreasonably withheld. It is expressly intended and agreed that no third party beneficiaries are created by this Agreement, and that the rights and remedies provided herein shall inure only to the benefit of the parties to this Agreement. SECTION 13 INTEGRATION 13.1 This Agreement represents the entire understanding of CITY and ENGINEER 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 Agreement may not be modified or altered except in writing signed by both parties. SECTION 14 JURISDICTION AND VENUE 14.1 This Agreement shall be administered and interpreted under the laws of the State of Washington. Jurisdiction of litigation arising from this Agreement shall be in Washington State, If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it conflicts with said laws, but the remainder of this Agreement shall be in full force and effect. Venue of all disputes arising under this Agreement shall be Yakima County, State of Washington. SECTION 15 EQUAL EMPLOYMENT and NONDISCRIMINATION 15.1 During the performance of this Agreement, ENGINEER and ENGINEER's subconsultants and subcontractors shall not discriminate in violation of any applicable federal, state and/or local law or regulation on the basis of age, sex, race, creed, religion, color, national origin, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, and any other classification protected under federal, state, or local law. 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. ENGINEER agrees to comply with the applicable provisions of State and Federal Equal Employment Opportunity and Nondiscrimination statutes and regulations. Page 8 SECTION 16 SUSPENSION OF WORK 16.1 CITY may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond CITY'S control are interfering with normal progress of the WORK. ENGINEER may suspend, in writing by certified mail, all or a portion of the WORK under this Agreement if unforeseen circumstances beyond ENGINEER's control are interfering with normal progress of the WORK. ENGINEER may suspend WORK on PROJECT in the event CITY does not pay invoices when due, except where otherwise provided by this Agreement. The time for completion of the WORK shall be extended by the number of days WORK 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 WORK on the suspended portion of Project in accordance with SECTION 17. SECTION 17 TERMINATION OF WORK 17.1 Either party may terminate this Agreement, in whole or in part, if the other party materially breaches its obligations under this Agreement and is in default through no fault of the terminating party. However, no such termination may be effected unless the other party is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation and for cure with the terminating party before termination. Notice shall be considered issued within seventy-two (72) hours of mailing by certified mail to the place of business of either party as set forth in this Agreement. 17,2 In addition to termination under subsection 17.1 of this Section, CITY may terminate this Agreement for its convenience, in whole or in part, provided the ENGINEER is given: (1) not less than fifteen (15) calendar days written notice delivered by certified mail, return receipt requested, of intent to terminate; and (2) an opportunity for consultation with CITY before termination. 17.3 If CITY terminates for default on the part of the ENGINEER, an adjustment in the contract price pursuant to the Agreement shall be made, but (1) no amount shall be allowed for anticipated profit on unperformed services or other WORK, and (2) any payment due to the ENGINEER at the time of termination may be adjusted to the extent of any additional costs or damages CITY has incurred, or is likely to incur, because of the ENGINEER'S breach. In such event, CITY shall consider the amount of WORK originally required which was satisfactorily completed to date of termination, whether that WORK is in a form or of a type which is usable and suitable to CITY at the date of termination and the cost to CITY of completing the WORK itself or of employing another firm to complete it. Under no circumstances shall payments made under this provision exceed the contract price. In the event of default, the ENGINEER agrees to pay CITY for any and all damages, costs, and expenses whether directly, indirectly, or consequentially caused by said default. This provision shall not preclude CITY from filing claims and/or commencing litigation to secure compensation for damages incurred beyond that covered by contract retainage or other withheld payments. 17.4 If the ENGINEER terminates for default on the part of CITY or if CITY terminates for convenience, the adjustment pursuant to the Agreement shall include payment for services satisfactorily performed to the date of termination, in addition to termination settlement costs the ENGINEER reasonably incurs relating to commitments which had become firm before the termination, unless CITY determines to assume said commitments. 17.5 Upon receipt of a termination notice under subsections 17.1 or 17.2 above, the ENGINEER shall (1) promptly discontinue all services affected (unless the notice directs otherwise), and (2) deliver or otherwise make available to CITY all originals of data, drawings, specifications, calculations, reports, estimates, summaries, and such other information, documents, and materials as the ENGINEER or its subconsultants may have accumulated or prepared in performing this Agreement, whether completed or in progress, with the ENGINEER retaining copies of the same. 17.6 Upon termination under any subparagraph above, CITY reserves the right to prosecute the WORK to completion utilizing other qualified firms or individuals; provided, the ENGINEER shall have no responsibility to prosecute further WORK thereon. Page 9 17.7 If, after termination for failure of the ENGINEER to fulfill contractual obligations, it is determined that the ENGINEER has not so failed, the termination shall be deemed to have been effected for the convenience of CITY. In such event, the adjustment pursuant to the Agreement shall be determined as set forth in subparagraph 17.4 of this Section. 17.8 If, because of death, unavailability or any other occurrence, it becomes impossible for any key personnel employed by the ENGINEER in PROJECT WORK or for any corporate officer of the ENGINEER to render his services to the PROJECT, the ENGINEER shall not be relieved of its obligations to complete performance under this Agreement without the concurrence and written approval of CITY. If CITY agrees to termination of this Agreement under this provision, payment shall be made as set forth in subparagraph 17,3 of this Section. SECTION 18 DISPUTE RESOLUTION 18.1 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 either of the afore mentioned methods are 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. Page 10 SECTION 19 NOTICE 19.1 Any notice required to be given under the terms of this Agreement shall be directed to the party at the address set forth below. Notice shall be considered issued and effective upon receipt thereof by the addressee -party, or seventy-two (72) hours after mailing by certified mail to the place of business set forth below, whichever is earlier. CITY: City of Yakima 129 N. Second Street Yakima, WA 98901 Attn: Brett H. Sheffield, PE ENGINEER: Transpo Group 11730 118th Avenue NE Kirkland, WA 98034 Attn: Patrick Lynch, PE IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their respective authorized officers or representatives as of the day and year first above written. CITY OF YAKIMA Tony O'Rourke Printed Name: Title: Ci t,+ Manager Date: Attest City Clerk City Contract No. 2015 - Resolution No. R -2015 - Page 11 Signature Printed Name: Title: Cate: STATE OF WASHINGTON COUNTY OF YAKIMA I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument, and acknowledged it as the CITY MANAGER of the CITY OF YAKIMA, to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated. Seal or Stamp (Signature) Title Printed Name My commission expires: Page 12 STATE OF WASHINGTON ) ss,. COUNTY OF YAKIMA certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that he/she signed this instrument, on oath stated that he/she was authorized to execute the instrument, and acknowledged it as the of to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. Dated:. Seal or Stamp (Signature) Title Printed Name My commission expires: Page 13 Client Name: Project Name: Exhibit Dated: Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element Scope of Services City of Yakima 2017 Transportation Systems Plan and Transportation Element September 4, 2015 TG: 15254.PR The consultant team led by Transpo Group will assist the City of Yakima in preparing the Transportation Systems Plan (TSP) and Transportation Element (TE) to support the City's 2017 GMA Comprehensive Plan Update. Transpo will be assisted by three subconsultants supporting specific pieces of the work program as outlined herein. The consultant work program is organized into the following tasks: 1. Project Management and Coordination 2. Agency Coordination and Public Outreach 3. Transportation Policies and Concurrency Program 4, Evaluation of Existing Transportation System 5. Analysis of Travel Forecasts and Alternatives 6. Transportation Systems Plan Development 7. Multimodal System Projects and Programs 8. Financial Plan Update 9. Transportation Systems Plan and Transportation Element Documentation 10. Traffic Count Data Collection Based on discussions with City staff and an initial review of the Yakima Urban Area Transportation Plan Update, 2025, Transpo Group has prepared the following work program. It identifies the overall approach for the analyses to be conducted in support of the update to the TSP and TE. Data and support needs from the City of Yakima and other agencies are also identified. This will require coordination to ensure data and support needs meet the project schedule. Consultant deliverables for each task are also summarized. Task 1 — Project Management Successful delivery of an updated TSP and TE for the City of Yakima will require ongoing coordination and communication between the Consultant and City. In addition, project budget, schedule, and deliverables must be monitored. Subtask 1A — Regular Project Meetings with City Staff The Consultant will regularly meet with the City's project team to identify and review data and analyses, review and discuss project lists and transportation system plans, review comments on draft documents, coordinate on the status of the Yakima Valley Council of Governments (YVCOG) modeling, and plan for the Planning Commission, City Council, and public meetings. These coordination meetings will be held through conference calls, net meetings, or other electronic means. Subtask 1B — Project Administration The Consultant project manager and City project manager will communicate on a regular basis using telephone, email, and meetings. This will be used to identify data needs, upcoming tasks, refinement of project scope or methods, budget status, and schedule. As needed, these will be documented to track project progress. 1 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element On a monthly basis, the Consultant will prepare and submit progress reports and invoices for the work completed in the invoice period. Agency Support • City of Yakima project manager to regularly keep in contact with Consultant team and communicate internally to rest of City staff on progress and schedule. • Arrange for meetings and/or conference calls with other City staff. Consultant Deliverables • Notes, emails, or other summaries of communication. • Monthly progress reports and invoices. Task 2 — Agency Coordination and Public Outreach The stakeholder and public outreach program will be used to support preparation of the TSP and TE. It includes three primary elements — Planning Commission and City Council Meetings, public outreach, and coordination with other agencies. The TSP and TE coordination and public outreach processes will be integrated and coordinated with other elements of the City of Yakima's Comprehensive Plan update. As described below, there will be needs for separate meetings that focus on the TSP and TE. Subtask 2A — Planning Commission and City Council Meetings It is important that the Planning Commission and City Council be included during the course of the development of the TSP and TE to provide direction on key policies related to transportation. These will include direction on potential modifications of level of service standards (LOS)/transportation concurrency, project priorities, and transportation funding strategies. Policy direction will also be needed on other topics which will be determined as the project progresses. We envision a total of two (2) Planning Commission, City Council or joint meetings will be needed during the course of the TSP and TE. For planning and budgeting purposes we have identified the following framework for the meetings; however, the meetings are flexible and we will work with the City to best fit the project's needs. Planning Commission Meetings (1) • one meeting to discuss level of service standards and transportation concurrency Planning Commission Meeting / City Council Study Session (1) • one combined meeting and study session during the development and review of the draft TSP and TE Subtask 2B — Public Outreach Public outreach for the TSP and TE will work to help ensure that those who are affected by a decision are involved in the decision-making process, providing participants with the information they need to be involved in a meaningful way, and communicating to participants how their input affects the decision. At the outset, the Consultant will review the City's Comprehensive Plan public participation plan and provide advice on the integration of the TSP and TE review including approximate OW 2 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element timing and topics to dovetail with the City's Comprehensive Plan Update (e.g. sequencing of Planning Commission and City Council workshops on topics such as LOS and concurrency, growth phasing and multimodal transportation improvements, and financing and implementation). The goal will be to inform the community and decision makers and to reach agreement on the transportation policies and plans. The TSP and TE will be included in up to two (2) Comprehensive Plan "Public Participation Events". The City currently envisions these to be open house type venues with a "station" for the TSP and TE. The Consultant will prepare materials for each of these events and support staff at the event. The TSP and TE focus for these meetings is assumed to be similar to the topics for the Planning Commission (Subtask 2A). Subtask 2C — Agency Coordination A key part of a successful Transportation Element is understanding the relationship of how the City's TSP and TE are consistent with the transportation plans of adjacent agencies. Agencies that will be most important for the City of Yakima include WSDOT, YVCOG, Yakima County, and the Cities of Union Gap and Selah. The Consultant will coordinate with specific agencies as appropriate during development of the TSP and TE. Coordination with the YVCOG relating to the development of the travel demand model is covered under Subtask 5A. Other coordination with agencies will likely include consistency of policies (Task 3), transportation improvements (Task 7), and documentation (Task 9). Project Advisory Committee Given the number of agency stakeholders in the development of the TSP and TE, the consultant will work through a Project Advisory Committee (PAC). The PAC will provide a framework for confirming assumptions and methodologies, providing input on alternatives, and reviewing results throughout the study process. Members for the PAC will be identified and assembled by City staff. The PAC should be consulted prior at checkpoints to be determined in the development of the TSP and TE, We envision members of the PAC periodically participate in the regular coordination meetings between the consultant and the City through conference calls, net meetings, and other electronic means. Agency Support • Arrange for Planning Commission and City Council meetings. • Arrange the public open house meetings. • Post TSP and TE materials on City website. Consultant Deliverables • Review of the City's Comprehensive Plan public participation plan and provide advice on the integration of the TSP and TE review • Planning Commission and City Council Meeting materials and summaries • Open house meeting materials. Task 3 — Transportation Policies and Concurrency Program The consultant team will conduct a thorough review of the existing Transportation Element goals and policies early on in the project schedule. Our focus will be on streamlining and 3 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element reorganizing them to support the City in implementing the updated transportation improvement projects and priorities. Subtask 3A — Transportation Goals and Policies Review and Update The consultant will conduct a review and audit of the City's existing transportation policies and goals. We will identify areas that may need revisions or strengthening based on the updated travel forecasts, operations, project list, right-of-way preservation needs, or financing program. The audit will specify the level of consistency with GMA requirements and draft text changes for review by the City, Based on City comments and direction, we will finalize the policies and goals for inclusion in the draft TE. Subtask 3B — Level of Service Standard and Concurrency Program Review Level of service (LOS) standard help set the framework for defining and prioritizing transportation improvements and programs, Therefore, it will be important to start the discussions with the Planning Commission and City Council early and throughout the development of the TSP and TE. The City's existing level of service standard and concurrency program will be reviewed throughout the update of the TSP and TE, The review and update will include defining primary objectives for the LOS standards and concurrency management program. These will be defined in a meeting with City staff. The Consultant we will summarize potential level of service and concurrency program options for the City and identify how the options match the overall goals and objectives, as well as how various performance measures may be used to help meet the overall goals of the TSP and TE. This will result in draft recommendation for refining the LOS standards and concurrency program. Based on results of the evaluation, and direction from the Planning Commission and City Council, we will finalize recommendations for the program. This will include identifying implementation steps. The scope and budget assume defining appropriate policy language and implementation processes. They do not, however, include full development and implementation of the final program or updating associated City code. Development and implementation of a major change in the concurrency program would be additional services. Subtask 3C — Street Design Standards (Toole Design Group) The consultant will review the City's existing transportation standards in the context of updates related to the City's transportation system plans developed in Task 6. We will conduct a limited review of transportation standards from up to 3 other communities that may be consistent with the City's objectives. Based on this research, the consultant will prepare a framework for revising the City's standards. This will include developing cross-section diagrams for streets and transportation facilities (up to eight cross-sections), criteria/guidelines for where each type of facility would be implemented/ required, and strategies for providing flexibility in standards. These will be reviewed with the City staff to establish the direction for formalizing the draft transportations standards update. The consultant will develop a draft of the street design standards. This will include up to eight graphics relating to the various roadway classifications and other transportation facilities. Detailed engineering drawings related to pavement design, driveways, ADA requirements, and similar details will not be provided. Consultant will recommend the types of these items that should be considered for inclusion in the transportation standards and provide direction on examples. 1:11"""'"' 4 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element The consultant will also assist City in preparing the final transportation standards document. The City will lead the effort, with input and review from the Consultant. City will be responsible for the public review and adoption process. City Support • Provide electronic files of existing TE policies • Review and direction on TE policy changes • Input on current concurrency and development review programs • Input of LOS standard and concurrency program objectives. • Review and comments on LOS standards and concurrency program options • Direction on recommended program • Electronic files of current street design standards Consultant Deliverables • Audit of existing goals and policies with recommended changes • Updated TE goals and policies meeting GMA requirements • Summary of LOS standards and concurrency program objectives and options • Draft and final street design standards that include up to eight cross-sections (matched to street functional classifications), up to eight graphics, and criteria/guidelines where each of the facility types (cross sections) would be required, along with guidance for providing flexibility in the standards. Task 4 — Evaluation of Existing Transportation System This task will be used to update the existing conditions inventory and analysis documented in the current Transportation Plan. It will build off of the City's existing data, GIS, and recent and ongoing transportation studies. It will also incorporate results from the expanded and updated traffic operations analyses developed in Task 2. It will highlight changes since the last Transportation Plan was adopted. Subtask 4A — Review Existing Studies and Plans The City will provide available transportation and land use studies and plans for use by the consultant. These will include subarea plans, corridor transportation studies/plans, development traffic impact studies, aerial photographs, GIS datasets, and similar materials. The consultant will extract relevant information for the update of the Transportation Plan. We will discuss potential changes since the prior studies were conducted. This will allow us to focus the update on areas of greatest need. We also will review the State Highway Systems Plan and relevant plans from Yakima County. Subtask 4B — Assemble and Analyze Traffic Data In order to establish a solid foundation for the TSP and TE, the consultant will assemble and analyze key transportation system data. These factors will also support development of the traffic operations and travel demand models (Tasks 2 and 3, respectively),. The data will be collected from the City of Yakima, WSDOT, YVCOG, Yakima County, and other sources, as applicable,. The focus of this task will be to update the inventory to reflect changes to the transportation system since the prior Transportation Plan was prepared. 5 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element Roadway inventory The consultant will summarize the existing system of roadways and intersections within the City and its UGA and adjacent study area. Much of the information will be available from existing plans, Geographic Information Systems (GIS), other City data, or aerials. The consultant will also conduct a "windshield" field reconnaissance to review specific transportation issues. Traffic Volume Data Daily traffic counts provided by the City and collected in Task 4B will be reviewed and summarized to illustrate temporal traffic patterns that may affect the systems plan and improvements. Traffic Operations The Consultant will develop a Synchro traffic operations model to evaluate the existing levels of service (LOS) at up to 30 study intersections. As available, the Consultant will use data and files from other traffic studies in the City. The Synchro model will be based on PM peak hour traffic volumes, existing traffic signal timing, and intersection geometry (travel lanes, turn lanes, bus stops, etc.). Safety Data The consultant will assemble and analyze collision data from the City, WSDOT and Yakima County for the City and its Urban Growth Area (UGA). The data will cover the most recent three-year period. High accident locations and corridors will be identified. The primary types and possible causes of the collisions will be identified. Collisions involving pedestrians or bicyclists will also be documented. Rail and Truck Freight We will work with the City to document the at -grade train crossings and utilized statewide data to determine the approximate number and type of trains traveling through the City and its UGA. We will also document existing truck route designations. The percentage of heavy vehicle traffic in major travel corridors will also be documented as available. The volume of heavy vehicles may affect the type and/or design of transportation improvements. Transit Service, Ridership, and Transportation Demand Management Programs We will update the inventory of existing transit routes and facilities serving Yakima. This will include Yakima Transit bus service. As available, we will document existing transit ridership. We will also document locations and utilization of park-and-ride lots serving the City. Current paratransit services, commute trip reduction, and other rideshare programs will also be summarized. Pedestrian and Bicycle Facilities The consultant will use data from the City's Bicycle Master Plan to document existing bicycle facilities since the prior Transportation Plan was prepared. The consultant will use existing GIS files and previous plans to identify the location of existing pedestrian facilities, including sidewalks and trails. 6 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element Transportation Improvement Plans The City's current Six -Year Transportation Improvement Program (TIP) will be reviewed and summarized. This will provide the baseline for the evaluation of future conditions within the City. The consultant also will document WSDOT, Yakima County, and other agency improvements that may be applicable for the TSP and TE. Subtask 4C — Evaluate Existing Traffic Operations The Consultant will develop a Citywide Synchro traffic operations model to evaluate the existing levels of service (LOS) at up to 30 intersections. As available, the Consultant will use data and files from other traffic studies in the City. The Synchro model will be based on PM peak hour traffic volumes, existing traffic signal timing (from WSDOT and King County), and intersection geometry (travel lanes, turn lanes, bus stops, etc.). The measures of effectiveness reported will include intersection LOS, average vehicle delays, and intersection volume -to -capacity ratios. Significant traffic queue impacts also will be identified for key intersections. Significant operations issues and queues will be field checked to confirm the results from the model. The results will be reviewed with City staff. City Support • Geographic Information Systems (GIS) base layers (streets, speed limits, intersections, sidewalks, functional class, etc,) • Aerial maps • Copies of available transportation and land use studies and plans • Copies of recent development traffic impact studies • City collision data • City TIP and other improvement project descriptions and status • Support in defining primary study intersections for operations analyses Consultant Deliverables • Draft Existing Inventory chapter and/or sections of the TSP and TE Task 5 — Analysis of Travel Forecasts and Alternatives This task focuses on development of vehicle volume forecasts to inform long-term transportation improvements. The 2040 travel forecasts and operations analysis will take into account the existing transportation plans of the City and other agencies. Major alternative(s) will be identified and evaluated for the purposes of developing the Transportation Plan. Subtask 5A — YVCOG Coordination and Model Review The YVCOG regional model has been developed in the Visum software package and is in the process of being updated by YVCOG staff and their consultant. The model will have a base year of 2015 and a forecast year of 2040. It is the City's desire to apply the YVCOG regional model to develop traffic forecasts for the Transportation Plan Update. The consultant will coordinate with YVCOG and City staff to perform a review of the updated regional model files, land use, and documentation to develop an approach for applying the model for use in preparing traffic forecasts for the City of Yakima Plan Update. Land use data for 2040 from the YVCOG model will be reviewed at a TAZ level by City staff for consistency with the City's future land use plan. The consultant will provide a land use 7 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element spreadsheet to the City to review the forecast land use. The consultant work will primarily be to provide direction for and review of the data. Subtask 5B - Prepare 2040 Travel Forecasts The revised 2040 land use data will be input into the model along with the planned transportation improvements to generate 2040 PM peak hour traffic volumes. The resulting forecasts will be reviewed for reasonableness and adjustments will be made, if needed. Subtask 5C — Evaluate Future Baseline Conditions and Alternatives Using the traffic forecasts described in Subtask 58, future baseline and alternative transportation network scenarios will be evaluated. Intersection LOS and other system performance metrics will be documented and will be aligned with potential metrics associated with LOS standards and concurrency. In addition, metrics associated with freight, bicycle, pedestrian, and transit will also be compiled. City Support • Review and input on YVCOG model land use assumptions • Review and input on results forecast traffic operations analyses Consultant Deliverables • Draft Forecast and Alternatives Analysis chapter of the TSP and TE Task 6 — Transportation Systems Plan Development The updated TSP will include the transportation systems plans for various modes, including: • Streets and highways • Freight system • Pedestrian and bicycle • Public Transportation and Transportation Demand Management Each of these system plans will be updated consistent with the identified transportation improvement projects, financing plan, and the updated goals and policies. A discussion of implementation strategies will also be provided. Subtask 6A — Streets and Highways System The Street and Highway System will illustrate the overall street system and associated improvement projects identified to resolve existing and future roadway capacity and safety deficiencies. The City's roadway functional classification will also be reviewed and updated. The street system plan also will identify potential new connecting roads to support improved access and circulation, as appropriate to accommodate forecast growth. The street system plan also will address on -street parking. As presented in Task 7, planning level cost estimates and relative priorities will be assigned to each project. The list will identify short, medium, and long-range projects that will be incorporated into the TSP and the Capital Facilities Element of the Comprehensive Plan. The resulting Transportation Improvement Program list will be used to update the City's current 8 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element long-range Transportation Improvement Program, which in turn provides the basis for the City to update its Six -Year Transportation Capital Improvement Program. Subtask 6B — Freight and Goods System Truck routes serving the City will be reviewed and updated, as needed, to be consistent with the revised goals and policies. This will take into account functional classification, land use, and truck traffic patterns. The need for improvements at at -grade rail crossings within the study area will be identified. Subtask 6C — Pedestrian System (Toole Design Group) The pedestrian system will include key elements of relevant sections from the prior Transportation Plan, the Downtown Master Plan, Yakima County Trails Plan, and the City's ADA Transition Plan. Data and information from these plans will serve as the basis for updating the pedestrian system maps. Sidewalk and pedestrian marked crosswalk locations will be reviewed using the City's existing GIS data and Google Earth and updated in GIS. Updates will focus on incorporating new links or reflecting changes in future non -motorized facilities associated with pedestrian and roadway projects. Subtask 6D — Bicycle System (Toole Design Group) The TSP and TE will incorporate key elements of the Bicycle Master Plan (BMP). These include the bicycle system map, the list of prioritized projects, and the guidance for roadway design standards specific to bicycles. If needed, the bicycle network plan will be revised to make it consistent with the TSP; but it is anticipated this will be a limited effort with input from the City due to the recently completed draft BMP. Subtask 6E — Transit System and Transportation Demand Management Transit strategies identified in the project list will be summarized, These will include identification of potential new routes and additional service on existing routes. Transit options to serve forecast growth areas as well as existing needs will be identified. The public transportation system plan will be coordinated with the street and highway, and non - motorized improvements to make sure these Plans help support the proposed transit service programs. The TSP and TE will identify relative priorities and timing for each strategy. Strategies to reduce traffic volumes through transportation demand management programs will also be documented. City Support • Data collected from the ADA Transition Plan • Review and input on transportation system plans Consultant Deliverables • Updated roadway functional classification and freight systems map. • Updated pedestrian system map (GIS) incorporating finding from the ADA Transition Plan; newly installed marked crosswalks, sidewalks and other pedestrian links; and 9 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element reflecting changes in non -motorized facilities associated with pedestrian and roadway projects. • Updated bicycle system map (GIS), if needed, in association with changes to the TSP Task 7 — Multimodal System Projects and Programs Based on the results and direction from Task 6, a draft list of transportation improvement projects and programs will be prepared. Improvement projects and programs will also be defined to address traffic safety, non -motorized travel, transit service, and rail crossings. The improvement projects will be coded into the travel demand model to finalize forecasts for the 2040 recommended plan. The 2040 recommended plan will be evaluated using Synchro to confirm the final improvement strategies for the TSP. As appropriate, the improvement projects will be refined to resolve issues at specific locations. A phasing/ implementation program will be defined to assist the City in preparing its annual Six -Year Transportation Improvement Program.. In addition to the specific improvement projects, we will define broader transportation program needs. These will address the following types of programs: • Maintenance and operations • Neighborhood traffic safety Estimates of annual outlays for these types of programs will be developed through coordination with City staff. Subtask 7A — Refinement of Needs and Project List Development Each improvement project will be assigned a relative priority (e.g. high, medium, low) and anticipated timing (e.g. short [6 -year], mid [2030], long [2040]). The priority and timing will be based on goals and policies of the existing plan, input during the plan update, and the potential for funding. The priorities and timing will likely be adjusted based on the financing program. The draft improvement projects and associated information will be summarized in tabular form. The projects will be mapped in GIS to illustrate the locations and relationships of the improvements. Subtask 7B — Project Feasibility and Cost Estimates (SCJ Alliance) Planning level project feasibility and cost estimates will be prepared based on local area construction cost data provided by the City. We will conduct a brief field survey of key projects to identify any environmental or other issues that could affect the cost estimates. We also will account for costs associated with additional right-of-way needs. The resulting planning level cost estimates will provide a reasonable foundation for the financial plan and implementation program, City Support: • Input on framework plan from current and prior plans • Cost estimating parameters from recent projects and for the Six Year TIP • Review and input on priorities and timing of improvements 10 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element Task 8 — Financial Plan Update This task of the work program provides an assessment of strategies to fund implementation of the updated multimodal projects and programs. Subtask 8A — Document Existing Transportation Revenues and Expenditures (ECONorthwest) The City will provide the consultant team summaries of revenues and expenditures related to transportation covering the past 3 to 4 years. Revenues will include fuel tax revenues, traffic impact fees, general funds, grants, and other transportation funding. Expenditures will include capital projects, maintenance, operations, administration, and other costs related to its transportation system. The revenues and expenditures will be summarized for use in extrapolating potential future funding levels from existing sources. Estimates of future revenues from these sources will be prepared and reviewed with appropriate City staff. Estimates of future expenditures for maintenance, operations, and administration also will be provided by the City. Key strategic issues related to project funding will be documented by examining both internal (city) and external trends are impacting the ability for the city to fund transportation infrastructure. Subtask 8B — Define Funding Strategies and Summarize Financing Program (ECONorthwest) Based on the levels of existing revenues versus expenditures, other potential funding options will be evaluated. To the degree possible, the consultant team will focus on project specific sources and will consider award eligibility, funding adequacy, and ease of implementation. These will include: • Partnering with state or other agencies to fund improvements • State or federal grants (e.g. competitive MPO and state awards) • SEPA mitigation • Transportation Impact Fees • Development Mitigation and Frontage improvements • Transportation Benefit District (i,e. testing various mechanisms) • Business Improvement Districts or Special Assessment Districts • Excess property tax levies The draft financing program will be summarized in tabular form. As required by GMA, the Transportation Plan must identify a reassessment strategy if anticipated funding is not sufficient to cover the total costs of the improvement projects and programs. ECONorthwest will define implementation strategies and associated policies to meet that requirement. This may include revisiting level of service standards, growth assumptions, project priorities, phasing of improvements, or other options. ECONorthwest will also assist the City in defining projects that could be effectively partnered with WSDOT and/or Yakima County City Support • Summaries of City's transportation revenues and expenditures for past 3 to 4 years • Review of overall financing program for multimodal projects and programs 11 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element Task 9 — Transportation Systems Plan and Transportation Element Documentation Task 9 is used to assemble the draft and final Transportation Element and Transportation System Plan. It builds on the full range of analyses and input from the other tasks of the project. Subtask 9A — Prepare Draft and Final Transportation Systems Plan The updated multimodal transportation system projects and programs, the goals and policies, and the financial plan will be brought together into a draft 2017 Transportation Systems Plan. It will focus on transportation improvement projects and programs needed to meet the short-, mid-, and long-term transportation needs for the City. It will also outline implementation strategies. A preliminary draft Transportation Systems Plan will be provided to City staff for review in electronic format (e.g., a Microsoft Word and Adobe Acrobat PDF file). Based on comments, a draft TSP document will be prepared for review by the Planning Commission and City Council, Following review and comment by the Planning Commission and City Council, the Transportation Systems Plan will be finalized and transmitted to the City. This assumes only editorial type changes and does not provide for significant changes in policy direction, the transportation system plans, or similar larger scale revisions. Subtask 9B — Prepare Draft and Final Transportation Element The Transportation Element will include summarized sections on existing transportation systems, the development and analyses of the travel forecasts, evaluation of the multimodal transportation system projects and programs, LOS and concurrency program refinements, transportation financial analyses. It will also include the goals and policies for the City's transportation system and the final multimodal project and programs developed in Task 7. A preliminary draft Transportation Element will be provided to City staff for review in electronic format (e.g., a Microsoft Word and Adobe Acrobat PDF file). Based on comments, a draft TE document will be prepared for review by the Planning Commission and City Council. Following review and comment by the Planning Commission and City Council, the Transportation Element will be finalized and transmitted to the City. This assumes only editorial type changes and does not provide for significant changes in policy direction, the transportation system plans, or similar larger scale revisions. City Support • Direction and file formatting of the Transportation Systems Plan and Transportation Element • Review and input on draft and final Transportation Systems Plan and Transportation Element Consultant Deliverables • Draft 2017 City of Yakima Transportation Systems Plan • Final 2017 City of Yakima Transportation Systems Plan • Draft 2017 City of Yakima Transportation Element • Final 2017 City of Yakima Transportation Element 12 of 13 Exhibit A Scope of Services for City of Yakima 2017 Transportation System Plan and Transportation Element Electronic files in MS Word and Excel, ArcGIS, and PDF formats will be provided of all documents. Task 10 — Traffic Count Data Collection Existing recent traffic counts will be assembled from the City, WSDOT, YVCOG, and Yakima County. These will be obtained from prior traffic impact studies and data collection conducted as part of other city, state, or county studies. Additional PM peak hour traffic counts will be collected to supplement the available traffic volume data. The consultant will collect up to thirty (30) PM peak hour turning movement counts at study area intersections and up to fifty (50) 24-hour tube counts for use in the evaluation of traffic trends and travel patterns. The count locations will be coordinated with the City. The turn movement counts will be conducted by a traffic count vendor. The count data will be used in the traffic operations analyses. 13 of 13 EXHIBIT B Yakima Transportation System Plan and Transportation Element Design Professional Services Classification Hourly Billing Rate Total Hours Total Labor Total Costs Project Principal $215 12 $2,580 Project Manager $200 152 30,400 Senior Engineer $155 64 9,920 Planner/Engineer $120 276 33,120 Graphics/GIS $140 32 4,480 Admin/Word Processing $70 7 490 Total Transpo Labor Cost: $80,990 Subconsultants Total Fee Toole Design Group $13,134 ECO Northwest $7,980 SCJ Alliance $2,896 Total Subconsultants: $24,010 Misc. Expenses Total Fee Mileage $800 .::.::.... Intersection Turning Movement Counts (30 locations) $6,400 Segment Tube Counts (50 locations) $19,500 10% Markup $2,670 Total Direct Reimbursables (Expenses): $29,370 Total Project Costs: $134,370 EXHIBIT C Yakima Transportation System Plan and Transportation Element Schedule of Rates Job Title or Category Hourly Rate Project Principal Project Manager Senior Engineer Planner/Engineer Graphics/GIS Administration/Word Processing $215 $200 $155 $120 $140 $70