Loading...
HomeMy WebLinkAbout18-205 - Nelson / Nygaard Consulting Associates - I-405 Bus Rapid Transit PlanningCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 18-205(a) Council Approval N/A CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and Nelson / Nygaard That portion of Contract No. 18-205 between the City of Tukwila and Nelson / Nygaard is hereby amended as follows: 4. Duration of Agreement: This Agreement shall be extended, ending on December 31, 2019. All other provisions of the contract shall remain in full force and effect. Dated this day of fl,'c'Nt_kr, 20 ,! CITY OF TUKWILA vy( Jack( Pace, Director Printed Name,! 0 la'(Nt,<IN cui(.1.6444.0 CONTRACTOR 1 I S+- D+ i n ckkS CA Revised December 2016 Page 1 of 1 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Contract Number: 18-205 Council Approval N/A This Agreement is entered into by and between the City of Tukwila, Washington, a non -charter optional municipal code city hereinafter referred to as "the City," and Nelson\Nygaard , hereinafter referred to as "the Contractor," whose principal office is located at Seattle, Washington WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scone and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $9,900.00 at a rate of 3. Contractor Budaet. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement, The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in Full force and effect for a period commencing October 18 , 2018, and ending January 1 . 2019, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. CA Rc : ised Dc°c:ember 20 i t I Sf 0 (2 0 )'I '4 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. 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 Public Entity, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA Revised December 2016 Page 2 of 4 B. Other Insurance Provision. The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. D. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14.and by the City. 9. Audits and inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City's intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor's insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. CA Revised December 2016 Page 3 of 4 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement: Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 14. Severability and Survival. !f any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion. expiration or cancellation of this Agreement, shall survive termination of this Agreement, 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law: Venue: Attorney's Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. DATED this day of _ilk/a-4v CI Y OF TUKW LA / 'ace, Director CA Revised December 2016 ,20J CONTRACTOR BY�j1�1�'�U Printer" me and Titie`lrL* Address:_____Pev`i (`Acce\ rvp '} SuiNe SSD 5G �t FT�cn ac co I CA `f' -t 5 Page 4 of 4 CITY OF TUKWILA 1-405 BRT PLANNING As part of the I-405 BRT project, Sound Transit has proposed a stop in the City of Tukwila near the existing Tukwila/International Boulevard (TIB) LINK light rail station. There are multiple options for this stop, each with varying operating cost, passenger convenience, and traffic impact tradeoffs. In addition, the addition of the BRT service should increase parking demand at an already full park-and-ride. Maintaining and enhancing access for Tukwila residents is a current and future challenge that must be addressed as well. SCOPE OF WORK 1 Kick-off Meeting At the beginning of the project Nelson\Nygaard will conduct a telephone kick-off meeting with the City of Tukwila to: • Clarify project objectives, priorities, work products, project management, and reporting procedures • Identify and obtain available performance, route, and bus stop data • Gain insight on local service issues and sensitivities 2 Analyze 1-405 BRT Planning Options Nelson\Nygaard will review Sound Transit I-405 BRT planning efforts to analyze the impacts and opportunities associated with each of the station options at TIB Station. This work will include the review of Sound Transit planning documents associated with the I-405 BRT project as well as relevant local planning documents that impact the TIB Station area. 3 Review of Innovative Access Modes to High Capacity Transit Stations The addition of the I-405 BRT will increase pressures on parking at TIB Station. Increasing parking capacity is one option to address this. However, multiple cities and agencies nationwide are finding that more cost effective tools exist to improve station access for both residents and employers. We will describe each potential method, along with the upfront and on-going operating costs, and the success rates. 4 1-405 BRT Expansion Flexibility The I-405 BRT is currently slated to have 11 stations. Design decisions at the TIB and South Renton stations can have an impact on the ability to add additional stop on I-405 in Tukwila. The different potential design priority methods on I-405 (right lane/shoulder running or HOV/HOT lane) will be documented. In addition, we will document how the I-405 lane configurations might impact the ability to add another stop at either Southcenter or Longacres Station. 5 On -Site Workshop Nelson\Nygaard will conduct an on-site workshop with the City of Tukwila staff and representatives to: • Discuss the pros/cons of the options for I-405 BRT station integration • Present non -parking options to improve station access, and understand the level of support for each. 6 Document Results Nelson\Nygaard will document recommendations in a short memo that addresses: • The BRT/LINK transfer option that best balances costs, passenger experience, and ridership • Mechanisms that Tukwila should pursue to improve access for Tukwila residents. • High level challenges or opportunities for additional I-405 BRT stations in Tukwila We anticipate this work will be completed by October 31, 2018. We anticipate that the cost of this scope is up to $9,900. Nelson\Nygaard Consulting Associates, Inc. I 2