Loading...
HomeMy Public PortalAboutORD13853 BILL NO. 2004-147 SPONSORED BY COUNCILMAN Ferguson ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH TRANSYSTEMS CORPORATION FOR THE CITY OF JEFFERSON TRANSIT DEVELOPMENT PLAN. WHEREAS, Transystems Corporation has been selected as the firm best qualified to provide professional services related to the City of Jefferson Transit Development Plan; NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Transystems Corporation is hereby approved as the best qualified firm to provide professional services and its proposal is hereby accepted. Section 2.The Mayor and City Clerk are hereby authorized to execute an agreement ® with Transystems Corporation for the City of Jefferson Transit Development Plan. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed:—L) I-, t + i Approv d: f - i 7 ,,r / // •.�. / ,ill C i / ,//'',r� P�6siding Officer Mayor ATTEfST: APPRQ ED AS TO FORM: City Clerk City Counselor • (CITY OIL, ^IL'1�'1�'4 RSON CONTRACT FOR PROFESSIONAL SERVICES 1 THIS CONTRACT, made and entered into this.- _day o('.. '_ �_. .__..:_" , 2005, by and between the City of Jefferson, a municipal Corporation of'Ihe ,State ell Missouri, with offices at 320 E!Ist. McCarty ,Street., Jefferson, City, Missauri, ('1510I, hereilinfter reli'rred to as the "City," ;Intl Trallsysterns Corporation, a corportlt.ion of't.he state of'111issotn•i, with off`ic'es at 2.100 Madison \venue. Suite ,100, Kali as City, Iblissouri, 6,1108, hereinafter referred to ns t.lit, '('(llltl'aCl(N' ' WITNESSE'1 H: THAT WHEREAS, the City desires to elign ;e the Contractor to render certain technical and consulting services as to the City of Jefferson, Missouri, 'transit Development Plan hereafter described in Exhibit.A, and THAT WHEREAS. Contractor has made certain rcpresentat ion• and Statements to t he. City with respect to the p►•ovisiarl ofsuch services and the City has accepted slid proposal to enter into a contract: with the Contractor for the perfol mance ell Services 111' the Colllrnrlor. NOW THEREFORE,, for the considerations herein expressed, it is agreed by and between the City and the Contractor as filllows: 1. Scope of Services. The City agrees t o o nt age the services of the Co11t ract or to perform I he services hereinafter set.forth in Exhibit A, attached hereto and incorporaled herein by I—MvI flee. L. Additions or Deletions tc) Services. The City play acld to C',ont tictor servires or delefe Iherefrclln activities ofa similar nature l,cl (hose set (;6(111 in t:xhibit, A, provider( that the total cost (d suc h wort: ,lot's nol exceed the total cost allowance as specified in paragrapll7 hereof. The Cont rac•tor shall midertnice'such cll,ulged act ivities oil ly 11)mil I Ile direction oft he City. All such directives and changes shall he ill written fiu•nl mid approved by file Director of Community Development still slim1 be acc('pted and countersigned by the Contractor or its agreed representatives. The Contractor will requested by the C'ity which is not specifically covelred in the scope of work l_is do tined herein at a rollsonllhle floe or compensm ion lobe ,(greed to between the City and the Contractor at I lie I inle any such service lnny he requirod. 3. 'term of Contract. This Cont.Iract, shall remain in force from Illo date of execution unlit tielltenllwr :3o. 2005, unless sooller ter Ill inat.e(I itIIdel'par;igr;lp1) 5 hereof or tin}(WS exwnd"d by ll;;reenlrlll of'IIt,parties. /t. Existing Data. All information,dat.n and reports as;lreexistint , av:Iil,lHv;ind neressary furthe r.;ulyint out.oft,he work,shall be furnished to the Contractor vvit bout rhnrgo by the City, ;111(1 I he City shall coopernl.e wit11 the Contractor ill every rea8011able way Ill cal'1'ying out. 1.I1c' scutle Of,solwi(.08. 5. Personnel to be Provided. The C0111.1'aCtor ropreseills thnl dw Colltl'llrlol• Ims or will securo at Its expense nil p('1'40111101 IT(Illll•c1(1 10 • p('1161,111 I'lle services trilled 1111. under this Conl rail by I he Conl i'm1or. 'Such p('rsonnel shall not.he elliployees c1f Lhe City or have any will.rltct.ucd relat.iollship wit It t he City except os eulployer•ti oft he Coot ractor. All of the It .Compo I i,u,.n n. qun •n,I':,n t_ n ,,,.� Hervicrs required hereund('r %%ill br p( rlinnn( d by f ho ('oat rmlm'or nnde►• I he ('mllrnclor's dirf-r'I stfpervision and till personnel e11pliped n! I he worlc stall he 1•1111N•(Itullllied ,lull sh;tll Iw allf horm'd under'41111(-"Intl local Ins to perform such serviv,�s• Not ol't he%%(rrk or s( rtic(�s cot(,rvd by I his Co rncf shall be subcoIII ratted wit houl life written approv;ll of f he City. (i. Notice to Proceed. The services of the C'ortt 1'ac•lol•stmt corn elw(e ns directed in t 1w Notice to Proceod and shall to underi nken and Co►nplcLe(I in if ccordrtnre %%,I Ill the sroilw of services cmIt ill It'(I in 1?xllibit,A. 7. Conineusation. The City Igrves to tray I he Conl raef or i n accord;I nl•e wit h I I I r rnlf,s sm fm f h in ExIf ibiI A which.911;111 cons tit,tit.(' full and complete conlpens;ll ion fin• the Cont racf or s(�ryicf's 1wreun(If ., Such compensation will be paid in lm guess payments, ns eslnblished by the('it N'. The final pa�•ment. will he subject to receipt.ofn requisition for payluent, "Intl a sfalenuent of servir(�s rend(�I•(vl from the Colflnm•tor cortiftin that I,lte Collta•netor fully 1wi-formed all wort: to be paid for in such pro gress paymenls in contnrn►ance tt•il h (lie Contract. ]t is eXpresyly undemrstood t.h".It,in no event will the Iofal conlpensaI ion and rei Ill burse►uelit to be paid to the Contractor under the t.ermsoft.his('ont.rnct exceed the stun oR)m1 IitmtIre(I Forty-Nine'I'housand'1'hroe Hun dredTwenty-Seven Dollars($1,19,327.00) I?n•nll s(�rvives required unless speciGc•ally;n1d mulunlly agreed Loin writ.ingby both the City and Contxactor. No change in compensation shall be made unless there is a substantial nncl significant difference between the work originally cont(.ntplated by this Contract and llte work nctually required. S. i+ailure to Perform, C.'ancellation. If,through any cause,the Contractor shall I'ail to till till in tintc•ly and pr(.)per manner its Obligations Under this Contract,or if the Contractor shall violate any of•tlie cotenants,agrrenu•nt,,or stipulations oI'(his Comract.the City shall thereupon nave the right to terminate this Contract by giving ttritlrn not ice to theUmIllactorof's�lch termination and specilying tile effective(late thercol, at least live(5)days before the effective day ol'such termination. File Contractor or life City may terminate this Contract upon thirty(30)days prior written notice. In the event of termination,all finished or unfinishcd documents,data,studies, surveys, drawings,maps,models.photographs,and reports or other materials prepared by the Contractor under this Contract shall,at the option of the City,become its property,,md the Contractor shall be entitled to rrcrive just and equitable compensalion for any satisfactory work completed on such documents and olhrr materials. 9. ,Assittnment. 'File Contractor shall not assign any intcre,t in this Contract. and shall not transl'cr any interest in the sane (whether by assignment or novation),without prior ttriIten consent nfthe City thcrrto. fin} such 11'4'47�nme nc is expressly subject to t!I rights and remedies of'thr City under this C'onnract,including,the right to ChangC or delete activities from the Contract or to terminate the same as provided herein,and no such assignment shall rcctuirr the City to give any notice to clay such assignee of any actions which the City may take under this Contract.though the C ity will amcntpt to so motif. any such assignee. 10. Confidentiality. Any reports,data or similar information given to or prepared or asrmblyd by the Contractor under this Contract which the City requests to be kept as conf idcntial shall not he made availahle to and indit ideal or organization by the Contractor without prior written approval of the('ity. 11. Nondiscrimination. The Contractor agrees in the performance of the Contact not to (kcriminafr on file ground;cn•because of'race, creed, color. national origin o!• ancestry, scx, religion. handicap, air or political affiliation. against anv employee of the Contractor or applicant for employment and shall include as,intilar provision in all subcontracts lei ell•awarded hereunder. 12. independent Contractor. • The Contractor is ail independent contractor and nothing contained herein shad constitute or designate the Contractor or any ol•its agents or employees as agents or employers of the('ity. II'I nnlno9 l'dr.•I'ndr„unud.tinire-.liin.i.l•ir nap'l inn.il lh„d,q unm l'I ai t: u'.upd 2 - 13. Benefits Not Available. The Contractor shall not be entitled to any of the bcnelits established fur the emplo}ccs of the City nor be covered by the Workman's Compensation Program of the OtN, 14, Liability. The parties mutually agree to the 1'ullowing: (a) In no event shall tile City be liable to the Contractor for special, indirect or consequential damages,except those caused by the City's negligence arising out ofor in any way connected with a breach ol'this Contract. The maximum liability of the City shall be fir liked to the amount ol'money to be paid or received by the City under this Contract. (b) The Contactor shall indemnify and hold the City harmless from and against all claims,losses and liabilities arising out ol'pCrsonal injuries.including death,and damage to property to the extent caused by the negligent acts,errors and onlissions of Contractor for which they\vould he otherwise legally liable•arising out ofor in any way connected with this Contract. 15. Nonsolicitation. The Contractor warrants that he has not employed of-retained any company or person,other than a bona tide employee working solely for the Contractor,to solicit or secure this Contact.and that he has not paid or agreed to pay any company or person,other than a bona tide employee working solely For the Contactor,any fec,commission,percentage,brokerage fee,gifts,or any other consideration,contingent upon or resulting front the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability, ur, in its discretion, to deduct from the Contract price or consideration,or otherwise recover the Ilrll amount ofsuch 1'Ce,commission,percentage,brokerage f'ee.gilts,or contingent fee. 16, Books and Records. ® File Contractor and all his Subcontractors shall maintain all books•documents,papers,accounting records,and other evidence pertaining to costs incurred in connection with this Contract.and shall slake such materials available at their respective offices at all reasonable times during the Contract and for a period of'three(3)),cars following completion of the Contract. 17. Delays. The Contractor shall not be liable I'or delays resulting front Causes beyond the reasonable control of the Contractor, the Contractor has made no warranties• expressed or implied, which arc not expressly set forth in this C.'ontract, and under no circumstances will the Contractor be liable for indirect or consequential damages. 19, Federally Required and other Clauses. The Contractor agrees to the Federally required clauses hereinafter set torth in Fxhibit 13, attached hereto and incorporated herein by ref'crence. 20. Notices. All notices required or permitted hervunder and require(I to bey in writilIg may 1W given by first class mail addressed to the City of.lefl'erson,;32(1 h,asl,i\IcCnrty Sl.rrc t,Jc I'I�rson City, Alissouri,(;6101, and TranSystems Corporation,2100 P(�rsl)ing Road, Suite•10(1. I\a nFaN City,Al issoun'i.(i t l(IR. The(late and delivery ofany notice shall be the date falling on the second full day after t.ho clay of mnilin"'. 21. Law to Goyel'n. Phis Contract shall be governed by the laws ol'the State of 1\1issouri as to hoth interpretation and performance. II'•t'untrnrl rdr,.l'ndrr•+unud Nrnvr..unn.�-Irm•nn}r 'I'rnu.l llr,rinpnurn l'Lm L',,r+.u7„pd 3 IN WITNESS WHEREOF, the parties hereto have set their hands and seals this _30(lay of March,2005, �11 7S, -MISSOURI TRANSYSTEAIS CORPORATION CITY OF JEFFIER \t I/X M or ay Pre s,i ck cl AT'r K"ST. ATTFIST: X City Cie& Title: v APPRO ED A, 10 FORM: ­ 40 City C701JA 11 WoMrart S,�nwe,Mran ny wm.vorloTran-it Pv,.-Iolimmu 1111,11:1"!H W,� d LI Exhibit A City of Jefferson Transit Development Plan Proposed Technical Approach Initially Submitted February 8,2005 Revised February 16, 2005 Revised February 21, 2005 2400 Pershing Road,Suite 400 Kansas City,Missouri 64108 816/329-8600 • www.transystems.com ® JEFFTRAN Transit Development Plan City of,Jefferson Project Understanding The TranSystems Team has taken the time to gain a solid understanding of the needs and expectations of the City of Jefferson and the Capital Area MPO for the preparation of the Transit Development Plan (TDP). It is expected that this initial Work Plan will be revised to include direct input from the City and the MPO either prior to the award of a contract, or as a first task after award. We understand that the City and MPO are undertaking this project to conduct an analysis of the transit system and develop an operations and capital investment plan. The purpose of the plan is to assess the status of the existing transit system and to set in place the framework for providing an improved system over the next five years. Existing transfer, operations, maintenance and storage facilities as well as all fixed routes and paratransit service are to be assessed for adequacy and effectiveness. Recommendations for improvements and associated costs will be developed. The TranSystems Team will identify and provide possible solutions for service problems such as circuitous routing, inadequate headway, service duplication, abuse of transfers, passenger inconvenience, traffic engineering impediments or other problems. The study will develop creative, innovative and more cost effective alternatives of serving the ® community. The alternatives may include feeder routes, downtown circulator routes, cross-town routes, park-n-ride routes, employer express routes, large event shuttles, University routes, additional connector routes or general public demand-response routes and the incorporation of transfer centers and application of Intelligent Transportation Systems(ITS)technologies. It is understood that the study area for the TDP is the Adjusted Urbanized Area for the region. Public involvement is very important in the development of the Transit Development Plan. Public input into identification of future transit and mobility needs will be an important element for developing the plan. In addition, it is critical to solicit public comment and review of alternatives and recommendations developed through the plan process. The public involvement process will be consistent with the MP O's Public Involvement Plan (PIP). We understand that a Transit Development Plan will only be effective and usable if it is unique and specifically tailored to the needs of the Jefferson City area. As such, the TranSystems team will utilize its highly experienced staff to develop creative and viable recommendations. The plan will be developed as outlined in the Request for Qualifications D raft Work Program. We understand that the City and MPO require a consultant team that has "done this before." This consultant should have direct relevant experience with transit development plans and familiarity with the Jefferson City area. We understand that the consultant will work closely with City staff to "pull it all together," to create a plan to guide the development of JEFFTRAN for the coming decades. The TranSystems Team will take the lead, as appropriate and not require significant time involvement from JEFFTRAN staff. • P. 1 Project Work Plan The Work Plan provides detail on the approach and methods that the TranSystems Team will use to complete the services required for the TDP. The Work Plan is preliminary as of February 8, 2005. We have taken the liberty to reorganize the tasks included in the summary of services included in the RFP. The Work Plan will be finalized in discussions with JEFFTRAN upon consultant selection. Project Management The TranSystems Team's approach to managing this project is outlined as follows: TranSystems understands that the project is a joint effort of the City of Jefferson and the MPO. We suggest that a study committee or management group comprised of representatives from each agency be formed to direct the study. It is preferred that one primary contact be appointed for the study— a Project Manager that will be responsible for convening the management group and for internal communications. For the sake of simplicity, the preliminary Work Scope refers to JEFFTRAN as the entity to which TranSystems will report. This reference will be modified as appropriate. TranSystems' Project Manager will be responsible to JEFFTRAN's project manager for the conduct of the study, including the management of subconsultants and the quality of deliverable products. John Dobies, TranSystems' Project Manager, is a veteran project manager who has held the responsibility for projects similar to this study. John is located in TranSystems' Kansas City office, a relatively short distance from Jefferson City. The Project Manager will work very closely with Cody Christensen, Assistant Project Manager. Cody has worked successfully on other similar projects in the recent past. Cody and John will provide JEFFTRAN with a combination of experience and accessibility to ensure all of JEFFTRAN's needs and expectations are met. They both will also play significant roles in all of the project activities. The TranSystems Team has assigned Task Managers responsible for completion of the various tasks included in the project. These individuals have specific capabilities and experience that make them well suited for their assignment. JEFFTRAN will have an opportunity to interact with these individuals during project meetings and work sessions. The TranSystems Team's management will meet with JEFFTRAN's project manager at least monthly in person. These meetings will be arranged at times and places convenient to JEFFTRAN. If appropriate, phone conferences will be used to augment these project management meetings. TranSystems will provide regular status reports in advance of these meetings. Work products will be submitted for review and approval by JEFFTRAN incrementally throughout the project. The final report will summarize these project working papers, but rely substantially on the conclusions of these interim products. This technique eliminates the potential for unpleasant surprises at the end of the project. Task 1. Acquisition of Baseline Data A successful TDP requires the assembly of a great deal of information on the transit system, its facilities, passengers, the service area and attitudes in the community. The TranSystems Team will provide this foundation in Task 1. • p. 2 ® Subtask 1.1: Acquire Demographic Data The TranSystems Team will acquire census, employment, population and land use projections and forecasts. The purpose of this task is to prepare baseline data that is thorough and of sufficient detail in order to effectively develop future transit improvement alternatives. Study area data to be collected includes existing transit services, existing and proposed trip generators and attractions, and existing and proposed transit facilities, including potential transfer stations. Major generators and attractions may include government, industries, shopping, medical, schools and recreational land uses. Census data when possible will be at the block level. If census data is unavailable at the block level, then the next smallest level of data will be used, not to exceed the tract level. City staff will assist in collecting historical, demographic, socioeconomic, land use, transportation (including transportation disadvantaged) data necessary for assessing the study area's current transit and mobility needs and opportunities. The MPO will provide a forecast for population, density, and geographic growth to the 20'10 planning horizon, and the 2030 planning horizon. An important objective is the assembly of elderly, minority and low income populations for an environmental justice review. .-'ie TranSystems Team will compile and incorporate the Census and MPO data into the TDP to include data for: • Household population, population density, handicapped, age, income, and auto availability; • Employment by type, dens!ty • Estimation of the transit dependent and traditionally underserved populations (to • include, but not limited to the young, elderly, minority, low income, and persons with disabilities). The information gathered will be presented in a format that is appropriate for public review. Subtask 1.2: Collect and Assemble Transit S ervice and Ridership Information TranSystems will compile information required for the evaluation of JEFFTRAN transit service. JEFFTRAN will provide data relevant to the current route structure, schedules, and service cost. The TranSystems Team will augment this information by field checking each route and riding all of the bus routes. TranSystems will review this information JEFFTRAN management staff. The objective is to document routing, scheduling and procedures related to existing JEFFTRAN operations. The TranSystems Team will conduct a complete on/off passenger count on every route in the system for weekday and Saturday service. The objective of the count is to understand how bus riders use the current system and to determine where boardings and alightings occur. This task will include preparing a bus stop list from data provided by JEFFTRAN, hire temporary checkers, and if necessary, assign someone to assist with the passenger count. The TranSystems Team will train the checkers and organize the passenger count. TranSystems and TJ Brown has conducted many of these ridechecks. PDAs and special software will be used to expedite the data collection effort. The TranSystems Team will also conduct a survey of JEFFTRAN passengers. The survey will be conducted during the ridecheck and will determine information on current transit users such as origin, destination, trip purpose, various descriptive demographics and satisfaction with JEFFTRAN service. It is anticipated that the survey will be administered to 300 to 400 passengers and will have a precision of at least +/-5% at the 95% level of • confidence. p. 3 Subtask 1.3: Inventory Transit Facilities and Equipment TranSystems will conduct an inventory and inspection of existing JEFFTRAN facilities and capital equipment. This task will include interior and exterior inspections of buses, vans, trolleys and a spot check of the vehicle maintenance records. The objective is to document the condition of the JEFFTRAN fleet, and to assess JEFFTRAN's vehicle maintenance policies and practices. TranSystems will conduct an inventory and Inspection of the maintenance garage and storage facilities. Again, the objective is document the condition and functionality of the JEFFTRAN facilities, and to assess JEFFTRAN's facility maintenance policies and practices. As part of this task, the Team will also conduct an in-depth interview with JEFFTRAN transit management personnel. The purpose of this interview is to define the facility program and needs, and to identify vehicle and property maintenance standards and procedures, including the vehicle preventive maintenance procedures. The TranSystems Team will include future facility plans being considered by the City of Jefferson as potential improvements in the transit system operations. We understand that the baseline data and inventory needs to be thorough and of sufficient detail in order to effectively develop future transit improvement alternatives. Task 2. Evaluation of Current Transit Facilities and Services • Subtask 2.1: Review and Evaluate Current Facilities The purpose of this task is to determine whether the transfer, operations, maintenance and storage facilities are adequate for future years, and to determine modifications that may be necessary. Based upon the inventory and inspection work of previous tasks, TranSystems will evaluate the current JEFFTRAN facilities. The consultant will review and evaluate the current locations and identify any operational and logistical problems. The TranSystems Team will develop recommendations for improvements and include order of magnitude cost estimates for the improvements. The recommendations will include an appropriate level of amenities such as bus shelters, signage, security measures, and other facilities, to correspond with the system-wide improvements. The immediate and long-range equipment facility needs required by each of the service program alternatives will be outlined on a year-to-year basis for a five-year period. Subtask 2.2: Review and Analvze All Fixed Routes TranSystems will conduct a review and evaluation of the JEFFTRAN fixed route system. The comprehensive service analysis (CSA) will identify any service deficiencies such as circuitous routing, inadequate headway, service duplication, transfer abuse, passenger inconvenience, traffic engineering impediments and related matters. The fieldwork performed by TranSyste ms will identify and verify potential ridership generators and possible ways to serve the generators. TranSystems will use information from previous tasks to develop the following metrics: • Total ridership; • Passengers per hour; • • Passengers per mile; • Average and maximum loads by time of day; p.4 • Passengers carried by time of day; • Operating ratios (revenue/expense) by route; • Schedule adherence; • Transfer ridership; • Major traffic generators; • Passengers per thousand population in service zones. These metrics for individual routes will be compared with the system average to identify routes that need attention in terms of additional marketing, alteration or deletion from the system. Individual route service profiles based upon the on/off passenger counts and system checks will be prepared. The profile will show ridership by route segments, preferably in one-half mile increments. Ridership profiles will identify geographic and socioeconomic characteristics affecting ridership in the service area. Characteristics to consider in developing a ridership profile include: age, income, disability, geographic location, auto ownership, and others. A bus transfer matrix will also be developed to illustrate transfer ring patterns among routes. Subtask 2.3: Review and Analyze Paratransit and Access to Jobs Service Handi Wheels, the paratransit component of JEFFTRAN, is an essential part of the community's transit system. Handi Wheels currently serves about 900 clients with approximately 180 riders a day. The TranSystems Team will conduct a review of the paratransit service to determine whether the service can be improved. The TranSystems Team will review current operating procedures used for paratransit operations to determine where efficiencies are possible in certification, trip eligibility and scheduling functions. Research will be conducted to determine satisfaction with the level of service. TranSystems will prepare a report which shall establish a prioritized list of improvements and discussion of the following items: • Review of current service • Maximizing fixed route utilization • Passenger satisfaction survey • On-time performance evaluation • Regulated and statutory compliance • Cost per ride analysis • Manpower required A similar review will also be undertaken for the Access to Jobs service provided by JEFFTRAN. Subtask 2.4: Establish Transit Needs and Ri dershin Potential Estimate Transit Need: The TranSystems Team will use information collected in Task 1 and Task 3 (focus groups and survey) as a basis for determining the need for transit in the Jefferson City area. After the preliminary estimates have been developed TranSystems will hold group meetings and discussion groups with transit staff, users, the general public, and other appropriate groups to identify future transit and mobility needs. This process will follow and be consistent with the MPO's Public Involvement Plan (PIP). Project Transit Demand: TranSystems will estimate the five-year demand for public transit • services based on the current and projected socioeconomic data. p. 5 ® Estimate Transit Ridership: Using the ridership profile, the TranSystems Team will project five-year transit ridership and mobility needs within the study area. TranSystems will analyze projected demographic and land use development forecasts. Subtask 2.5: Develop and Evaluate Alternative Transit Services The TranSystems Team will consider and evaluate creative, innovative, and more cost- efficient means of providing transit services to the Jefferson City community. The process will produce a series of alternative approaches such as feeder routes, downtown circulator routes, cross-town routes, park and ride routes, employer express routes, large event shuttles, University routes, additional connector routes and general public demand-response routes. The planning process will consider unserved areas where there is potential demand for public transportation. This could include not only unserved areas of Jefferson City, but also possible expansion of service in the urbanized area surrounding the City. Fundamental changes in route structure will be reviewed, such as incorporating transfer centers in areas outside downtown. One of JEFFTRAN's primary goals is its commitment to improved service; therefore the plans will consider alternative locations for accessible, secondary transfer centers. The use of Intelligent Transportation System (ITS) technologies will be reviewed as part of these alternative plans. The consultant shall also provide preliminary cost esti mates for construction of such areas. Complete projections for all of the following should be developed for each alternative. The consultants report shall include: • Identification of facilities and equipment needed (utilization of existing facilities ® and equipment and prospects for rehabilitation); • Identification of service parameters by route (including headway), run times, hours of operation, round-trip time and areas serviced; • Identification of ADA compliance and amenities; • Equipment and prospects for rehabilitation; Task 3. Public Involvement Program Subtask 3.1: Prepare and Execute Public Involvement Plan TranSystems has found that an effective Public Involvement Program (PIP) is one that has both a traditional and a nontraditional outreach component. The traditional component consists of public meetings and other passive techniques that require initiative on the part of the public. The outreach components include focus group sessions with the public and stakeholders, and targeted public opinion surveys. TranSystems assumes that JEFFTRAN will want to have a significant role in both the design and execution of the public involvement program, thus the public involvement program design will be one of the project's initial tasks. The public involvement activities will be integrated with other project tasks. The result of this task will be the PIP which will guide the public involvement activities throughout the remainder of the project. The following are key elements of the P IP. Subtask 3.2: Initial Stakeholder Meeting:_Establishment Goals and Ob'ectives With the assistance of JEFFTRAN TranSystems will identify a group of stakeholders to assist in the development of objectives to guide the TDP. A meeting of the stakeholders will be held early in the project, but after the compilation of the baseline data. This information • will provide the stakeholders group a good basis for developing the project's objectives. p. 6 Subtask 3.3: Focus Groups The TranSystems Team will conduct three focus group meetings to further refine public and stakeholder input to the project. These very targeted sessions will be conducted midway in the project. The focus groups may include 1) non-rider public, 2) current riders and 3) employees. The composition of the focus groups and the topics will be determined by JEFFTRAN after the initial stakeholder meeting based on recommendations from TranSystems. The details of participants, topics and timing will be included in the Public Involvement Program that will be developed early in the project. Subtask 3.4: Market Research - Home Interview Survey The TranSystems Team will conduct a statistically valid survey of Jefferson City residents. The questionnaire will be designed in cooperation with JEFFTRAN and will be based on information gathered during the stakeholder meeting and other sessions. The survey will serve the dual purpose of helping to define the need for transit in Jefferson City, and providing important input to the transit service design function, It is assumed that the survey will be administered as a mail-in survey to approximately 400 residents (completed surveys) with a precision of +/-5% at the 95% level of confidence. Some phone call follow up will likely be required to complete the survey at an acceptable level of randomness. Subtask 3.5: Public Meeting Approximately midway through the project TranSystems will assist JEFFTRAN with a public meeting for the purpose of allowing the public and stakeholders to review preliminary conclusions and alternatives being studied. The meeting will provide an opportunity for public comment to augment input received through the focus groups and survey. TranSystems will convene a special meeting of the management group to review public comments and plan the direction for the remainder of the study. The results of the public meeting will be used as input to the development of the TDP recommendations. Subtask 3.6: Public Meeting A second public meeting will be held near the end of the project for the purpose of airing the preliminary recommendations before the public and stakeholders. Input from this public meeting will be used to verify, and modify as necessary, the recommendations that will be included in the TDP. It is assumed that TranSystems will cover the cost of advertising for the public meetings, but meeting rooms or facilities will be without charge or the rental cost will be covered by the City. Task 4. Implementation Program for of the Transit Development Plan The purpose of this task is to make the recommendations of the TDP a reality. In moving from concept to the street, necessary steps to implement the recommendations need to be defined. Further, paying for the services as well as marketing them is also crucial. Finally, monitoring system performance following implementation is vital to ensure expectations meet reality. Subtask 4.1: Implementation Plan This subtask will involve the development of an implementation "checklist." The checklist will identify the main steps to follow in moving from the current system to a system with one or more recommended service alternatives. The checklist will be flexible enough to guide JEFFTRAN staff should alternatives be irnplemen ted in stages over a period of time. • p. 7 Subtask 4.2: Review and Analysis of Financial Resources A tangible and realistic financing plan will be needed to accomplish the operating and capital recommendations to be specified in the TDP. In developing this financing plan, existing sources of federal, state, and local funds will be identified and projected. Past trends of these sources will also be reviewed. In addition, sources of funding not currently being used by JEFFTRAN will also be identified. Finally, the use of innovative financing techniques will be presented. A multi-year projection of funds and expenditures will be created and integrated as part of documentation for the project. In addition, these projections will be presented to JEFFTRAN for review and discussion. This task is also intended to develop a vehicle capital plan for both operational effectiveness and efficiency. TranSystems will use information provided by JEFFTRAN containing a description of current transit vehicles. A five-year vehicle replacement schedule will be developed. Subtask 4.3: Marketing Plan for JEFFTRAN The TranSystems approach to developing recommendations to JEFFTRAN's transit marketing plan includes: Evaluate the Existing Marketing Program: All transit systems do marketing, whether that marketing is contained in a formal marketing plan; some marketing is done- even if at some basic level. Such an effort has implied goals and strategy. As a starting point in developing recommendations for JEFFTRAN's marketing program, the existing efforts will be reviewed. the evaluation of the local marketing effort will start with these basic elements: ■ Implied objectives and goals - include measurable outcomes of the marketing efforts. Targeting a ridership level is one obvious goal, but could also include the number of information inquiries received, outcomes of various promotions in terms of users participating or revenue received. • Evident strategy- how the goals and objectives would be achieved. These would embody marketing tactics described next. ■ Marketing Tactics- are specific actions with assignments and deadlines used to execute the given strategy. TranSystems will first review these formal and informal goals and objectives of the marketing programs. Such goals could be, for example: to building system awareness, create a positive image toward transit, or simply to increase ridership. Next, TranSystems will compare strategies and tactics used to achieve the goals. Where possible, the success of such efforts will be quantified. Typically, though, such an assessment will be based on professional experience and knowledge of how programs work elsewhere. Marketing Program Recommendations: Based on an assessment of the current marketing efforts, TranSystems will prepare recommendations. These recommendations will address the formal and informal goals of the system. Where such goals are in need of further development, TranSystems will work with the management staffs of the transit operators to develop a sense of direction for the marketing program. Such goals will take into account established marketing budgets. The recommendations will include general strategies to be pursued for a given goal as well as suggest specific tactics. Tactics could include "in-kind" marketing programs where community partnerships are developed. For example, the transit operators may wish to align P. 8 ® themselves with a parks and recreation program to promote summer youth ridership. Tactics could also include more traditional approaches such as direct mail of schedules and free ride tickets in transit corridors. Tactics can also include mechanisms for the transit operators to monitor the success and effectives of a given marketing progr am. The marketing recommendations and plan will be included as a section in the overall TDP. Subtask 4.4: Recommend Performance Measures Monitoring systems performance will be crucial to make sure the recommendations of the TDP, once implemented, are on target with expectations. Many of the measures used to evaluate service in task 2 will be candidates for continued use. An important factor in determining which measures to use is the ease in which necessary data is available and can be collected and utilized. Data relating to cost, ridership, revenue, and service levels are typically within the grasp of most systems. JEFFTRAN should be no exception. TranSystems will recommend the frequency in which data should be collected and reported. A basic method will be recommended for staff to transform such data into performance information. Subtask 4.5: Long-range Planning Good system planning will not stop with this TDP. Looking out to the next 25 years will be vital if JEFFTRAN to stay ahead of emerging issues. TranSystems, using basic demographic and land-use information will attempt to project future needs and translate those into service and funding requirements. To this end, some of the followi rig techniques will be considered and applied to the Jefferson City area as appropriate: • Historic trends evident in the Jefferson City area will be examined to determine the pace of transit demand in relationship to service levels and demographic characteristics. Recognizing the recent downturn in ridership, it will be important to examine historic ridership levels with respect to past changes in the demography and economic/employment shifts. • Analogous Situations based on the experience of the TranSystems Team will be reviewed to determine potential demand for services within the Jefferson City community. Building on past experience and published documentation, the project team will use know information regarding documented transit ridership trends for similar areas. • Mathematical models will be used to help make predictions regarding demand. These models include traditional travel demand models to custom models based on linear regression. Task 5. Documentation and Presentations The information developed for each task will be documented as part of the overall TDP. TranSystems suggests that a project such as the Jefferson City 'rDP be documented in a summary report emphasizing conclusions and recommendations. Work products from the various tasks can be included as technical memoranda as appendices, A draft of the final report will be provided for review by JEFFTRAN prior to finalization. Deliverables - Technical Reports and Final Report • Upon completion of the study process, TranSystems will prepare ten (10) copies of each technical report noted below and ten (10)copies of t he final report that incorporates the findings, VV p.� analysis, alternatives and recommendations from the project tasks. At a minimum, the technical reports will include: Subtask 5.1: Technical Report: Study A rea Data Invent This report will provide a complete foundation for the study. It will summarize transit service in Jefferson City, including fixed route and paratransit, and include an overview of the organizational structure and history of transit in the City. The report will summarize all baseline demographic, socioeconomic, land use, transportation, and other data collected as part of Task 1. The memorandum will also summarize the results of the assessment of existing transit facilities and include pertinent information gathered from interviews or in group meetings. Subtask 5.2: Technical Report: Transit Service Review -- Facilities and Fixed Route and Paratransit Review and Analysis This report will summarize the work performed as part of Task 2. it will include the following items: maximizing fixed route utilization, passenger satisfaction survey, on-time performance evaluation, regulated and statutory compliance, cost per ride analysis, and manpower required. The report will also provide a prioritized list of improvements for both fixed route and paratransit, and the facility needs. Subtask 5.3: Technical Report: Public Involvement Program A report documenting the PIP will be prepared early in the project. Towards the end of the project a report will be prepared to document the public involvement program, including • summaries of the stakeholder and public meetings, and the results of the focus groups and market research. Subtask 5.4: Technical Report: Future Transit Demand and Mobility Needs This report will summarize the methodology used to obtain estimates of transit demand and mobility needs consistent with the procedures described in the Request for Qualifications Draft Work Program. The memorandum will be reviewed and approved by the MPO technical committee prior to finalizing transit ridership estimates. Subtask 5.5: Final Report The final report will be prepared to summarize the findings, conclusions and recommendations that emerge from the study. We propose to not duplicate all of the information from the technical memoranda; rather the final report will reference these previous deliverables and include only information pertinent to supporting the recommendations. The primary objective is to produce a final report that will be read and used by all individuals responsible for approving, supporting, funding and implementing the study's recommendations. A large report too often does not address this objective. The report will incorporate appropriate graphics including maps that depict present and proposed transit routes, transfer stations, bus shelters current and proposed, locations of traffic generators and destinations such as universities, schools and hospitals. TranSystems will produce a draft final report suitable for review by City and MPO officials, and others as appropriate. After review, final edits will be made and a final version will be produced. The TranSystems Team will produce fifteen (15) bound copies of the Final Plan. • P. 10 • The Final Plan and associated technical memorandums will also be delivered electronically on CD-ROM in a format specified by the City of Jefferson. Maps and other documents, graphics and work products will be provided in a format acceptable to the City of Jefferson. Presentation of Findings TranSystems will assist JEFFTRAN in the presentation of the TDP to the MPO Technical Committee, MPO Board of Directors, and the City Council. V/ir.4� P. 11 Project Schedule TranSystems understands the City's expectation that this Transit Development Plan be completed by the end of June, 2005. It appears that the project is about a five month effort. Based upon the following. it is our belief that we can complete the project work by the end of June 2005 and complete the final report by mid-July, Assumptions; • Receipt of Notice to Proceed on or abor.lt February 15, 2005 • Timely delivery of baseline data • Key stakeholders are available to conduct reviews in accordance with schedule and to conduct public, meetings as scheduled. Preliminary Project Schedule TASK MARCH I APRIL MAY JUNE JULY August Project Management 1. Acquisition of Baseline Data 1.1 Acquire Demographic Data 1.2 Transit service&Ridership Info 1.3 Facilities&Equipment Inventory Task 1 Technical Report 2. Evaluation of Current Facilities and Services 2.1 Facilities Analysis f� 2.2 Fixed Route Analysis 2.3 Paralransit Analysis 2.4 Transit Needs&Ridership 2.5 Service Alternatives Evaluation Task 2 Technical Report oil 41 IN I 3.Public Involvement Program 3.1 Public Involvement Plan • 3.2 Initial Stakeholder Meeting 3.3 Focus Groups 3.4 Market Research 3.5 Public Meeting#1 3.6 Public Meeting#2 Task 3 Deliverables 17 1 1 W 4.Implementation of Transit Development Plan 4.1 Irnplernentation Plan 4.2 Financial Review&Analysis 4,3 Marketing Plan 4.4 Performance Measures 4 5 Long Range Planning Task 4 Deliverables 5.Documentation &Presentation City Council&MPO Presentation • Final Recommendations Report Task 5 Deliverables p. 12 :.•r . H.;-pia ��.. Exhihit 11 FEDI-IZAI., 'riZANSIr1' ADMINIS'I'IIA"I'ION TABLF, OF C ONTE'NTS (Governing Documents) A.1 - FederallxRequired and Other_Nlodel Contract (A.-cruses,, and Exhibit 6.1 A. Required Third Party ((!nt.ract C hates s. REQUIREMENT All FTA-Assisted Third-Party Contracts and Subcontracts No federal government obligationS tO third-p,urtieS by LISC Of a diSC-1,linlcr Program fraud and f('11SC or fraudulent statelliCnts ,111d related "Icts Access to Records Federal changes Civil Rights (E[;O, 'Title VI &, ADA) ® Termination provisions Disadvantaged BLISiIICSS enterprises (DBEs) Incorporation of F7A '1'ernis Awards Exceeding the Simplified Acquisition Threshold ($100,000) Debarment. aril Suspension Buy America Provisions for reSOIL10011 Of diSliuteS, hreactles, Or other litigation Awards Exceeding $100,000 by Statute Lobbying Clean Air Clean Water CLAUSES No Obligation by the Federal Government. (]) The City and Contractor ackiimv)cdge and agree that, 1)u1withs1arldi1)g any cuncurrcnce by the hCdcral Government in or approval of the solicitation cir award ol'the underlying, contract, absent the express written consent by the federal Government, the federal GovCrnnlCnt is not a party to this Contract and . shall not be subject to any Obligations or liabilities to the City, Ccl1lt1*n(•to1-, ol. ally tether )tarty (whether or Il,lnnovl Pdv. Pndl .inn w I q as v l Plan 12n11, ,I I 1111( a party to that Contract) pertaining;tat ally matter r'esulllllp fruit the a ndel'lylllp contract. (2) The ('ontr1001' u)yrccs 10 include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is Curthcr agreed that the clause sImll nut be modified, except to identify the subcontractor who will he subject to its provisions. Program Fraud ;Intl False or Frauchllent Statements or Related ;kcls. (1) The Contractor acknowledges that the provisions ol'thc Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 380I et sec . and U.S. DOT regulations, "Program Fraud Civil Rcroc(lics," 49 C.F.R. fart 31, apply to its actions pertaining to this Project. ( ))tun execution 01'01C u11derlyingcontract, the Contractor certifies ol. af,lirrlls the truthfulness and accuracy ofany statement it has made, it makes, it may slake, of causes to he madc, pertaining; to the underlving contract or the FTA ;assisted project I'm- Which this contract wort; is being; performed. In addition to other penalties that play be applicable, the Contractor further acknowIcdgcs that il'it makes, or causes to be matte. a false, fictitious, or fi•autlulent claim, statement, submission, or Calihcation, the Federal Government r'cscrves the right to impose the Penalties ofthe Program Fraud Civil Remedies /\cl of N80 on the ('ontractor to the extent the Federal Government deems appropriate. (2) The Contractor also acknowledges that if II makes, ur causes to be nutdc, a lillse. IlCtitiOLIS, or tl'alldtllCrlt claim, statement, submission, or ccrtilication to the I.Cdcr;al (iover11nlent tender a contract connected with a project that is li11anccd ill whole or in part \\ifh Fudelal assisrulce originally awarded by FTA under the authority ol'49 I J.S.C. § 5307, the (;overnmmnf reservcs the rlg;ht to in►posc the pcnaltics of ® 18 U.S.C. ti 1001 and 4() U.S.C. § 5307(n)( I ) on the Contractor, to file extent the I:cdcral GoVCrIllllclll deems appropriate. (3) The Contractor agrees to inclu(Ie the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by F'I'A. II is further igl•cc(I that the clauses shall not be nlocliFied, except to identify the suhcontraclor who will he subject to the )l1'ovisio11s. Access to Records - The following ICCCSS to retards W(ILIlrenlcnts apply to tills Contract: 1. Where the Purchaser is not a Slate hilt a local government ,Intl is the I-T,\ Recipicn( ur a subgrantce of the FTi\ Recipient in accordance with 49 C. F. R. 1 X.30(i), the Contractor agrees to provide the City, the FTA Administrator, the Comptroller (icrlcral ol'thc (hilted States or any oftheir'authorizCd representatives access to any hooks, (IOCLIt11CI11S, papers 111d records of the Contractor which are directly pertinent to this contract for the purposes ol'm aking; audits, examin:►tions. excerpts and transcriptions. Contractor also agrccs, pursuant to 49 C. F. R. 033, 17 to proVIdC the FTA ?\(hrli Ili strator or his aut.hori•red representatives including any PN,10 Contractor access to ('untracfor's records ;Illd construuliorl sites Pertaining to a Ina'jor capital projccf, defined at 41) 1I.S.C. 5302(a)I , which is receiving; federal financial assist:ulcc till-OLIgh tile programs dcscribed at -11) t t.S.('. 5307. 53t►O or 531 1. 2. W11CI'c tilt Purchaser is a State and is the I`TA Recipient or a subgrantee ol'the FTA Recipient in accordance with 49 C.F.R. 033.17, Comractor agrees to provide the Plll'Cll ISCl•, the FTA Administrator or his authorized representatives, including ,any PMO ('onlraclor. access to the C'ontractor's records and • construction sites pertaining to a major capital projecl, dclmed at -11) (I.S.C. 5302(a)1, which Is receiving federal financial assistance through the programs described at 41) ( ;.S.C. 5307, 5309 or 531 1 . By 11 Iwnlny ld•. I'nm•..unml�u.u • I .m..•Ia.. vli I'.....•n I'.„b,pnuillu I: .•.I de illiHo+ll, a major capital IlrcljCCt Cxcluole,-, ConlractS OHCSS (hall the sirllplified acquisition thrcShold CUrrctltly Set at $100,000. 3. Where the City enters into ► ncgotiatcd Contract for ether than a small Ilurcllase or under the simplified acquisition threShold and is an institution ofhigher education, ,.l hospital or other non-profit organization and is the FTA Recipient or a subgrantee ol'thc FTA Recipient in accorolculce with 49 C.F.R. 19.48, Contractor agrees to provide the City, FTA Administrator. the Comptroller (Jencral ol'the United States or any ol'tilcir duly authorized rCprcsCntativcs with access to any hooks, ol/►CLllllentS, papCrs and record of the Contractor which are directly pertinent to this contract for the purposes of'nlaking auditS, examinations, excIerpts and transcriptions. 4. Where any City which is the FTA Recipient or a s Lill F;rantce ol'thc FTA Recipient in accordance with 49 U.S.C. 5325(x) enters into a contract for a capital project or improvement (defined at 49 U.S.C'. 5302(a)I) through other than Corllpelltive bidding, the Contractor sh11) make available records related to the contract to the City, the Secretary oI'Transportation and Ihu C'onlplroller (iC11Cl';11 or any authoriZCd ofliccr or employee ot'any oCthem for tilt purpoSCS oCCOnoluCtim" an audit and inSpCClion. 5. The Contractor agrees to perrllit any of the lbregoing parties to reproduce by any means whatsoever or to Copy excerpts and transcriptions as reasonably needed. 6. The Contractor agrees to maintain all hooks, records. acCOUnts curd rCports required under this contract for a period ol'not less than three years aficr the elate of termination or expiration of this contract, except in the event oflitigation or settlement oCClainls arising from the performance ot'Ihis contract, in which case Contractor agrees to maintain sank Until the City, the FTA Administrator. the Comptroller Genera, or any of their duly authoriZCd reprCSCntativcS, have disposed of.dl such litigation, appeals, claims or ,exceptions related thereto. Rcicrcnce 49 CFR I8.39(i)( I I ). 7. FTA does not rCClUlire the inclusion oCthCSC rCquirenlCntS in suhcorltraCts. Federal Changes — 'me contractor shall at all times comply with all applicable FTA rrgulatiunS, poliCiCS, proCeolures and dirCCtiVCS, including without limitation those listed directly or by rcicrence in the :agreement (Form FTA MA(10) dated October, 2003) between Citv and FTA, as they may he amended or promulgated from time to time during the term of this contract. C'ontractor's lililurC to So comply ,hall COIlStilutC a 111MC1,11 hl'CaC11 of*this contract. Civil Rights — The following requi►'crllcnts apply to the underlying Contract: (I) Nondiscrimination - hl accordance with 'Title VI ol'the Civil Rights Act, as amended, 42 U.S.C. 20004, section 303 of'thc Age Discrimination Act o1' N75. as amended, 42 l I.S.C. ti 6 102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12112, and Federal transit law at 49 U.S.C, § 5332, the Contractor agrees that it will not discriminate against ally clllployce ill' applicant I61' employment beCause of'race, color, creed, national origin, sex, age, m. disability. In addilion, the Contractor agrees to • comply With applicable Federal illlplelllenting 1'C�',ldlltionS 111(1 0111Cr illlp)Clllentllly, rcduil•C111CWS FTA may Issue. II llmuurl illy,.14Ai•.umnl,rte uv Inur•,.Iron mp 'I unit I4,i I,,m.w I'1 u I d S opd (2) i(viral (air c►yni4ait t)pp�Jrtlatiit� - 'file 161lowilig c(tual cnlployllicilt ()pporlunity requirements apply to tilt underlying contract: (a) Race, C olor,._('ro; I National Origid, L. - In accordance with Title VII ol'thc Civil Rights Act, as amended, 42 U.S.C. § 2000c, and FC(Iffal transit laws ;1t 49 (J.S.C. ti 53.12, the Contractor agrees to comply with all applicahlc Cqual Cnlploynlcnt opportunity i•Cquirenlents of'[I.S. 1)(2partnlCnt of i.abor (U.S. DOL,) regulations, "01•fice oh Federal Contract Compliance Itrogranls, I?qual I".ml)Iclymcnl Opportunity, Department ol'Labor," 41 C.F.R. farts 60'ct. tie(J., (which inll)lcnlcnt f;xccutive Order No. 11246, "Equal Enlplo),ment Opportunity," as amended by 1-xccutiyc Order No. 11375, "Amending Executive Ordei• 11246 Relating to Equal L:nlploymcnt Opporlunity," 42 U.S.U. ti 2000c note), and with any applicable Federal statutes, exccutivu orders, regulations, and federal policies that may in the Future affect construction activities undertaken in the course ol'the Project. The Contractor agrees to take a(tirnuaive action to cnsurc that applicants are employed, and tll It employees are tl'CatC(I during elllploynlCllt, without regard to their race, color, creed. national origin, sex, or at;c. Such action shall include, but not be limited to, the fi►Ilowing: employment, upgradin`„ demotion of transfer•, recruitment or recrLlitnlent advertising, layoffor termination, rates of'pay of.ousel' 101'llls Ot Colllpcllsatioll-, and selection 101-training, inulu(.ling Ipp►•cnticuship. in addition, the Contractor af;rces to comply with any implementing re(luit•enlents FTA may issue. (b) A e - In accordance with suction 4 ol•thc Age Discrimination in Finploymcnt Act o1. 1967, as amended, 29 U.S.C. § § 623 and federal transit law at 41) U.S.C. § 5332, the Contractor agrees to retrain From discrimination against present and prospective employees for reason ot'age. In addition, the Contractor agrees to comply with aI1V illll)ICI11Ciltllll,' I•C(ILI►I'CI11CIltti FTA Illav issLlc. (c) Disabilities - in accordance with section 102 ol'tllc Americans with Disabilities Act, as amended, .42 U.S.C. ti 12 112, the Contractor agree~ Ihat it will cotnllly with the requirements of'U.S. F?qual Employment Opportunity('ontlllission. "Regulations to I111I)ICHICIII II1C F(11.I(11 1'.I111)ioy111Cl1t Provisions of the Americans with Disabilities Act," 21) C.F.R. fart 16,10. pertaining to employment of' persons with disabilities. In addition, the Contra(aor agrees to eonlply with any implementing requirements FTA May issue. (3)The Contractor also agrees to include those re(luirenlcnts in each subcontract Imanced in whole or in part with Federal assistance provided by FTA, modificd only ifneces,�ary to idcntil'}, the affected parties, Incorporation of FTA 'Perms The City and contractor certify that terms in FTA (' 4220.1 1: which replica; FT.,\ U,1220.1 D will he incorporated into contracts and soh-contracts. Termination of Contract a. Termination for Convenience (General Provision) The City nr►y terminate this contract, in wh()le o►• ill part, at any tittle by written notice to till' Contractor when it is iil the Government's best interest. The Contractor shall he paid its costs, inclu(ting contract cl )se-out costs, 111d profit on work I)CHOrnled up to • the time oftermination. The Contractor shall prolliptly submit its tcrmin;Ition claim to City to he paid the Contractor. if the Contractor has any property in its possession bclongini. to the Uily, the Contractor \Vill 11'd'uulnny I Iha•Pn Ji.wnuJ tiro a r• 1r.m.r d.•w imp'I'rnu•,l Ib, Lqnu m 1'I„n•P i'wl l account fill- the same. and dispose ol'il in the rltarlrlcr the ('ity directs, 1). 'Termination for Default (Breach or ('ousel (General Provision) II'the Contractor clues not deliver supplies in accordance With the contract delivery schedule, or, i!'tllc Cont•acl is for services, the Contactor fails to perllll'llI 111 the 111111111cl• C;IIIcl fill• II) tole Coll tract, or iI'tIle Contractor fails to comply With 'lily other provisions oI,tile CorltNICt, the C'i(y Islay ICr•111itlale this Contract (br default. 'I'crnlinatioil shall be effected by serving a notice (('termination coil the contractor Setting flll'lh the 111anI1C1' in which the Contractor is in default. The contractor will only he paid the contract price lilr supplies delivered and accepted, or services perfilrnlcd in accol-daricc with the manner ol'perli+rnialice set lilrth in the contract. Fit is IatCr detC1'llllllcd b,y the City that the Cont•ac.tol had an excusable reason fill. not performing, such as a strike, fire, or flood, events Which are not the fault of or arc hcyond the control of'the Contractor, the City, after setting up a new dclivCly of'pCrli+rnl I1ICC SChedulC, nlay 111MV the ('ollt•aCtol- to continue work, or treat the termination as a termination fill- convcnicncC. C. Opportunity to Cure (General Provision) The City in its sole discretion play, in the case ofa termination fill-breach or defilult, allow the ('ontraCtor fan approp►•i'llCly short period of tllllel ill Which to cure the (cocci. In such case, the notice of'tcrnlination will slate the time period in which cure is permitted and other appropriate conditions I1- Contractor tails to renlcly to City's satisfaction the hl'CaCh col- default 01•;111y Of'tile terms, covenants, or conditions ol'this Contract within tell ( 1(I) days alter receipt by Contractor ol'wrilten notice From City setting lilrth the nature of'Silld hrcach or default. ('itv shall lmvc the right to terminate the Contract Without ;lily tLlydlcr obligation to Contractor AIIV such tcrn►ill ition fill- dclault shall not 111 any Wily operate to prccluolC City li•onl also pursuing ;111 available remedies against Contractor and its sureties for said bl'CaCll or default. d. Waiver of Remedies f'or and Breach In the event that City elects to waive its remedies for any breach by Contractor of any covenant, term or condition ol'this Contract, such waiver by City shall not limit City's remedies fin' any sucCCCCIing hretich ol•that or of ally other term. covenant. or condition ol'this Contract. e. Termination for Convenience (Professional or Transit Service Contacts) The City, by written notice, may terminate this contract, in whole or in part, when it is in the 6ovel'I1111c111's interest. If this contract is terminated, the City shall he liahlC only fill- payment under the Ilaynlcnl provisions o('this Contract tier services rendered before the effective date ol•ternlination. f. 'Termination for Default (Supplies and Service) ll'the Contractor fails to deliver supplies or to perf11rm the services wlthill the t1111C Specified Ill this contract or ;Illy extension ol• it the Contractor fails to comply With any other provisions of Illls contract, the City may terminate this contract for default. The City shall terminate by delivering to the Contractor a Notice ol•'I'err11ir1;ilioln specifying the nature of the default. The Contractor Will only he paid the Contract price lily supplies dcliycred and accepted, or services performed ill accordance with the manner or pel'1or111,111ce set lol'lh ill this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor . was not in default, the rights and obligations of'(Ile parties shall he the sank as iI'the termination had been issued fill• the convenience ol'the City. II I'nnl nut Illy, IOd..umnl r.ni,i• n ur •i•n• nn. 1in it In•, Ll,nui I'Iw I: ,.,I•I j: 'Ternlinifflon for Convenience of Default (Cost-Type Contracts) The City play terlrlinate this ® contract, or any portion ofit. by serving a notice or termination on the Contractor. The notice shall state whether the termination is for convenience ot'thc City or li►r the clelault of the Contractor% ll'the te1711ination is tilt clelault, the notice shall state the planner in which the contractor has tailed to perform the requirements of the contract. The Contractor shall account for uny property in its possession paid for From Funds received from the City, or property supplied to the Contractor by the City. If the termination is till• default, the City may fix the Ice, it talc contract provides 161' a lee, to he paid the contractor in proportion to the value, ifany, ofwork perli►r•nled up to the time of tel-Illlllatioll, The Contractor shall promptly submit its tc rnlination claim to the City and the panics shall negotiate the termination settlement to be paid the Contractor. Il'thc termination is for the convenience of,111c City, the Contractor shall he paid its contract close- out costs, and a ice, if'(he contract pr'ovicicd ti►r payment 01•a 1cc. in proporliml to the work perfi►rnled up to the time ol'tcrnlination. It', alter serving a notice of'termination fi►r cictuult, the City determines that the Contractor leas an excusable reason For not perti>rn ing. such as strike. fire. flood. cycnts which arc not the tiullt ol'and are beyond the control o('thc contractor, the City, otter setting up a new work schcdulc, may allow the C0I1tI8Ct0l' to Colltnl.IC wOI'k. of tl-Cal the tel'llllllatio ll as it termination 1111' colivelllenc:e. Dlsadl'arltat;cd Business I`.nterprisc. 1'o the extent required by Federal law, regulation. or directive, the City agrees to take the folloNving measures to tACilitatC participation by disadvantaged buSII1CSS entcrpriscS (DBI;) in the Project: (1) The City agrees and assures that it will comply with TFA-)I ti 1101(h), 23 U.S.C. § 101 note, and U.S. DOW regulations, "Participation by Disadvantaged Business F111CI'pl'ISCS in DCpartIllCllt of Transportation Financial Assistance Programs," 49 C.F.R. Par( 20. (2) The City agrees and assures that It ~hall not discriminate un the hasis of'racc, color, sex, or national origin ?n the award and perli►rnlancc of any third party contact, or suhagrcenlent supported with Federal assistance derived from U.S. DO f or in the administration of•its DRF program nncl will comply With the raluirements ot'49 C.F.R. Part 26. The 01y agrees to take all necessary and reasonable steps set Garth in 49 C.F.R. Part 26 to cnsurc rn►ndiscrinlirlation in the award and administration ol'all third party contracts and subagreenlents suppol•tcd with I edcral assistance derived trolls U.S. DOT. As required by 49 C.F.R. Part 26 and approved by U.S. DOT, the City's DBF? program is incorporated by reference and made part ot'the Grant Agreement or Cooperative Agreement. The City agrees that implementation o1' this DBE program is a legal obligation, and that failure to carry out its tCI'I]1S shall be t'cated as a violation o('the Grant Agreement or Cooperative ?\grecnlent. Upon notification by U.S. i)OT to the City of its failure to implement its approved DBI� program. U.S. DOT may inlpnse sanctions as provided liar under 49 C.F.R. Part 26 and may, in appropriate cases, refer the master tow CI110rCCI1ICalt lllldcr I(S U.S.C. ti 1001, and/or the Program fraud Civil Remedies Act. 31 U.S.C. `§ 3SO I • Certification Regarding Debarment, Suspension, and Offset Responsibility IN9atters Lower "Pier Covered 'Transactions ('1 bird Party C'ontraets over ti I 011,(I00), II nunnlib•, Pil'..0 and`.i u . u.ui-,-im..n�, l'„,.i l, . i...n..nri,,, i_ , .i,.i Instructions for C'ertifieation 1. By signing and submitting this bid or proposal, the p►•ospcctivc lower tier participant is providing the signed certification set out below . 2. Tile certification in this clause is a ►llaterial I'Cprescnt,1tion 01•fact upon which I•Cliance was placCd when this transaction was ciltcrcd into. If it is later determined (hat the prospective lower tier participant knowingly rendered all erroneous certification, in a(Iditi0n to other remedies available to the i cderal Government, City may pursue available rCnlc(lics, including suspension and/0r debarment. 3. The prospective lower tier participant shall provi(le immediate writmi notice to City ii'at any time the prospective lower tier participant learns that its certification watt crrorlcous whorl S(Iblllitted or has become erroneous by reason 01 cllallgC(1 CirC(IIllStanCCS. 4. '['lie terllls "covered transactlOil," "(16al-1•C(l," "5LIS1)Ci1(led," "incliglblc," "lower ticr covered transaction," :"participant," "pcl'sons," "lower tier Covered transaction," "pl•II1Cipi11," "pr(posal," 111(1 "VOIllntarily exclude(l," as used in this clause, have the meanings set out in the Definitions an(i Coverage sections of' rules implementing Executive Ordcr 12549 149 CUR Parl 2291. )'oil may contact City lilr assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by Sllblllitting this l)r0j)OSal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covere(1 transaction with a person who is debarred, suspended, declared incligiblc, or voluntarily CxCludCd fi•onl participation in this covered transaction, unless authori•rcd in writing; by City. 6. The prospective lower tier participant further agrees by SubnlittinlL; this proposal that it will include the clause titled "Certification Regarding Debarment, Suspcnsioll, Ineligibility alld Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier coverc(1 transactions. 7. A participant in it covered trallsaCd011 May rely llp(►Il ,l M—lification of a prospcctivc participant 111 a lower tier covered transaction that it is not (ICbal•1•C(l, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is Crroneous. A participant 111,1\1 dCCIdC the method and frequency by which it determines the eligibility of its principals. Each participant 111,1y, but is not required to, check the Nonproclu•enlent list issued by l i.5. General Scrvicc Administration. 8. Nothing contained Ill the lbregoing shall bC construed to i•e(luirc establishment o1•systenl o1•records in order to render in good faith the certification requiredI by this clause. Tile knowledge and information of a participant is not required to exceed that which is normally posscssCd by a prudent person in the ordinary course of business dealings. 9. Exccpt for transactions a1.10101-irc(I un(ler Paragraph 5 ofthCSC instructions, ifa p,1rtiCipant in a Covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily exClu(1Cd 11.0111 participation in this transaction, in addition to all remedies available to the Fcdcral Government, City may pursue available renlc(lies including suspension and/or(Debarment. 11•.1'unlrnrl l'dr+ l'ru1•.,um,d Srnur. irau•.ii ni, vp I .w-ii li,rl,.im ni l9m i_w u'.,.pal Disputes Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by tilt authorized representative ot'C'ity. 'I'ltis decision shall be fimal and conclusive; lidless within tell (10) days from tilt: date of*receipt of its copy, till. Contractor mails or otherwise furnishes a written appeal to the City, In connection with any such appeal, the Contractor Shall be afforded an opportunity to be beard and to oflcr evidence in support of its position. 'I•he decision of the (title ofcmployccl shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otllcl'wisc diI-CCICd by City, Contractor shall continue performance tinder this Contract while nuittcrS in dispute are being resolved. Claims for Damages - SIiOLIId CidlCr party to the Contract suf7cr injury or damage to person or property because of arty act or ornissioll of the patty or of any of his employees. agents o►' others fill' whose acts he is legally liable, a claim file damages thcrctilr shrill be Illadc rn writing to such other party within a reasonable time alicr the first obSCrvancc ol'sucb ill.jln'y Ol*danwgc. Remedies - Unless this contract provides ot}lcrwise, all claims. Counterclaims, disputes and other matters in question between the City and the C'ontructor arising out ()for relating to this agcrccmcnt or its breach will be decided by arbitration ifthc parties mutually aQ411-CC, or ill a alum ol'COnlpCtent jurisdiction within the State in which the City is located. Rights and Remedies - 'I'11C duties and obligations imposed by the C0I1ti',iCt DOCLInlents and the rights and remedies available tllere(IIldCI' shall be ill addition to and not a limitation of ally duties, obligations, rights and remedies otherwise imposed or available by law. No action or luilurc to act by the City, or Contractor sliall COIlStlt(ItC a waiver of any right or duty 11110 (IC(I any of them und( r the ('ontraet, not' shall any Such action or failure to act constitute an approval ol'or aequiCSCCnee in ;ulv bl'Caeh thCrcunder, except aS may be specifically agreed in writing. Clean Air-- (i) The Contractor agrees to comply with all applicable standards. or(ICI'S or rCg(11aUonS ISS(1C(I p(11'S(l:lnt to the Clean Air Act, as ameilded, 42 U.S.C. ti ti 7401 ct sc(�. The Contractor agrees to report each violation to the City and (In(lcrstandS and agrees that the City will, in turn, repol't eaC}l violation aS rcquiI'Cd to assure notification to FTA and the appropriate I PA IZgliomd Ot•lice. (2) The Contractor also agrees to IIlC1(IdC tI1CSC I-C(.IIIiI'elllellIS ill Cal.'ll `+llilltltltral'l cxcce(liIIg S 100,000 financed in whole or in part with federal assistance provided by F fA. Clean Water - (1) The Contractor agrees to comply with all applicable StalldardS, orders or reg,ulationS iSSUCd pursuant to the federal Water i)OII(Itioll Control Act, as amended, 33 t 1.S,('. 1251 ct Seq. 'I'hc Contractor agrees to report each violation to the City and underStan(IS :Intl :11;1-ecS that the ()'ty will, in tarn, report each • violati(.)n as rc(luircd to ISSLIrC notification to F'YA and tilt appropriate FIIA Regional Office. Il .runlrn,ll'dr.,l'ml.•un,J nrlvrr• u.un..l,uo-rnp lunl. laudqroil'Im f: ,„Ld Disputes Disputes arising in the per fin-111alice of this Contract which are not resolved by agreement ofthe parties shall be decided in writing; by the authorized representative ol'City. This decision shall be final and conclusive unless within tell (10) clays From the (Into ol'rcccipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the City. In connection with any such appeal, the C'ulltr:►ctur shall be afforded an opportunity to he heard and to offer evidence in support of its posilion. The decision of the title ofemployeel shall be bindirlZ; upon the Contractor and the Contractor shall abide he the decision. Performance During Dispute - Unless otherwise dirccled by City. ('ontraClor Shull Continue perfil1-tltance under this Contract while matters ill dispute are heing resolvCd. Claims for Damages - Should either party to file Contract sul'Icr injury or damage to person or properly because of any let or omission of the party ur of any of his cnlplovecs. agents or others Col. whose acts he is legally liable, a claim tier damages thcl•ctilr- shall be nla(le in writing; to such olhcr party wilhirl a reasonable time afler the first ubSCrvancC 01'suC11 injury ofdanlagC. Remedies - Unless this contract provides otherwise, all claims, Counterclaims. disputes and other matters in question between the City and the Contractor arising uul 01'01- relating to Ibis aylvenlcnt or its breach will be decided by arbitration iI'tile parties mutually 1141-CC, or iu ;I COL111 of Conl}1Ctent jur'iS(liction within the State in which the City is located. Rights and Remedies - Tile duties and obligations imposed by the ('ontNact D0cllll1CI1tS and the rights and remedies available thereunder shall be in addition to and not a limitation uf•arly duties, obligations, rights itlld remedies otherwise imposed or available by law. No acliun or 1'ailurC to act by the City, or Contractor ~hall C(lllStltllte a waiver' of ally I.1lglt ill' dlltY oft(lyded ally Of 111C111 u11dCl' OIC ('Ullll•11d. IlOr shall ally Such action or f tilure to act constitutC an approval of ur acduicscencC ill all\ breach thereunder, excCpt as may be specifically agreed in writing. Clean Air (I) The Contractor agrees t0 comply with all applicable standards. orders or regulations issued pursuant to the Clean Air Act, as amended, 42 1I.S.C. §§ 7401 ct secl. Tlic Contractor agrees to report caeh violation to the City tend understands and a141*CCS plat the ('it), will, in hire), rep0rl C11C11 violation us rCduircd to assure notification to FTA and the appropriate F PA Regional ( Micc. (2) The Contractor also agrees to include 111CSC recluiNCnlents in CnCb sullconU•act exceeding, -;1011,000 financed in whole or in part with Federal assistance provided by FTA. Clean Watel. (1) The Contractor agrees to Comply with all applicable standards, ciders or regulations Issued 111.11.51111111 to the Federal Willer Ilollution Control Act, as amended, 33 1 I.S.( '. 1 251 Cl -�l'q. The Contractor agrees to report each violation to the City and understands and 1�;VCCS that the ('ity will, in turn, rCpol•t Cach violation as required to aNSl1I•e notification to FTA and the appropriate FPA Regional Oflice. II'1.nw.1 Illy I'ruL..n.nnl.` n,.. uan•..i.n,..nl. Il.n.,i t I.pro .i 1-1 . i.q (2j'l'he Contractor also agrees to itICludC Ulesc re(luircnlCnts in Cach suhCOnlr,1Ct execcdin)1 S 100,000 financed in whole or in part with I eder,Il ,1ssislanec pr(,vidcd 11Y I-'I A. CE,1111 F1C'ATION RE?G:1RDING LOBBYING - ,11'I'END11., A, 49 ('FR PART 20 Certification for Contracts, Grants, loans, and Owperative Agreements The undersigned Contractor certifies, (o the hest (Whis or her knmviedge and heliell that: (I) No Federal appropriated Funds have been paid or will hC paid, by or on hChalCof the un( Cr'siglICd, to any persolt ter influencing of attcmp{ul) t( Itlllul11C( an o1'liccr ( r cnlplo\CC uC an agCIWV, a MCII1hC1'01' Congress, an officer or employee ot'C'ollgress, w. 111 ClIIploycC oCa Member(0C('ongress in Connection With the awarding of any Fcdcr,1l contract, the making ol*zmy FcdCral grant, the making of my Federal loan, tile entering itllo kd any CUOperativ(.. agreelvicllt, and tilt CMcm-,im). e(1I111m1;1{loll, I'l:I1lW;l1, amendment, or mo(fifieation oCany Federal contract, gr;ull. lean. <,r CoopCrali�� ;lgrecment. (2) Warty lands other than federal appropriated Cunds have been p.-Aid or t\ ill bC paid to any person till. making lobbying contacts to a11 officer or enlployCC of a11y apellcv, a ,\Member ol,('o lg1-css, un officer or employee of•Congress, or all employee of"I \Mcnlhcr o1'UWlgress in ConlIcOloill with this federal contract, grant, lean, or cooperative agreement, the undersigned shall conlplele ;rnd subIllit Stan(lar(I f ornl--I,I.I„ "Disclosure Forrn to RCport l.uhhving." in aCCOrdanCC With its instructiolls has amended by "Cil1VC1'nnlent wide Guidance lior Ncw Restrictions on hd)hying." hl Fed. Rcg. 1.11_+ ( I%I O:'9(1). (Note: language in paragraph (2) herein has been modified in aculydanee with Seet1011 10 01*111e DIsCIOSUr'e Act of ® 1995 (P.1.. 104-115, to he codified a( ? ( J.S.C. 1001, c•/m-q.)l (3) The undersigned shall rcduirC that 1110 language ol'Ihis CCrtillCation he illCludcd in the award documents for all subawards at all tiers (inchlding suhco Ill raCts, suhi,rants, and ConlraCts under grants, loans, and cooperative agreements) and that all subrecipicnts shall Cc1-tify and disclosc accordingly. This certification is a material I•eprescnlatioll of Cac1 upon Which I'ChanCC was plaecd when this transaction was made or entered into. Submission oCtlis Certification is ;t hrCrC(IuisitC t6l' 1113kin14 o1- CnlCrinl; into this transaction imposed by 31, ( I.S.C. ti 1352 (as amended by the 1.01)hvlllg DisCl(,surC Act of 1()05). Any person who foils to file the required certification shall b( suhjCC.'t to it Civil penalty oCoo( Icss (11;111 S 10,000 and not 11111-C than S I 00,000 1111- CICll such fal IIII'(-. [Note: Pursuant to 31 (!•S.C. § 1352(0)( I)-(?)(A), any person \tiho makes a prohibited expenditure or )ails to file or amend a re(luircd certification or disclosure 161.111 shall he subJect to a civil penalty of Imt less than S 10.000 and not more 01,111 S1 00,000 li,r Caeh tiuCll cxpC11(liturC or tailur'C.� • II lulllohlldi. l'pdrmo"nl Armor. Iul •hpr. .irli le.un;l 111,1 lgani pl l'Lm{. ..pl L The Contractor, `l'ranSystems Corporation, certifies or affirms the truthfulness and accuracy of caeh statement of its certification acid disclosure, if any. in addition, the Contractor understands and agrees that ® the provisions of 31 U.S.C. A 38,01, el seq., apple, to this certification and disclosure, if any. Signature of Contraetor's Authorized Official �r1Vlayor John Landwelhr Date • I I'WonI rwi F l rnnn.lon-mrp,Ton-I I Pe-lupuv m Ilan 1•Y.•11'.$,1 l ) C1T Y OF JL FYPfi7?SON ' AMENDMENT OF CON171ACT FOR I''I O E:SSIONAL SERVICES THIS AGREEMENT, made and entered into tills L (lily of Wbi,mrr;y, 244, by and between the City of Jefferson,it municipal corporation of the Mate of Missouri,with offices nt 3201:nst McCarty Street,Jefferson,City, Missouri,65101,hereinafter referred to tls tilt"C'ity,"I1Iul'1'rmnt�ystenls Corporation,It Corporation of the state of Missouri,with offices tit 4600 Madison Avenue,ISIlit(':►00, Kansas City, %, issouri,611112,hereinafter referred to as the "Consultant." WHEREAS, the City desired to engage the C'onsultarlt to rerldor eertlain technical anti consulting services its to the Downtown Street Lighting,Traffle Signals,Traffle Studies and Sidewalk Replacement Project hereafter described in Exhibit.A; and WHEREAS,Consultant has made Certain represell till lolls lilt!silllemollts to III(!('Jt.ywitt)respect to the provision of such services land the City' accepted said proposal to ('u(er into la corttrmet with the C'orlsulttult. for the performance of services by the Consulttult. WHEREAS, the City and Consultant entered into it C'ontrac't in July 1098 for the C'onsuittult's services as to the Downtown Street Lighting, Traffic Signals, Traffic Studies and Sidowalk Replacement Project hereafter described in Exhibit 13; and WHEREAS, the Contract provided for the lermiaation dilte to he extended "lay Ilgivetrlerlt," but dill mot require such amendment to be made in writing;; mill WHEREAS, the City and Consultant on or before.June 30, 1,999, orally Itr;'reed to extend the ColAnlet until both parties agreed to its termination,but I)ow br..lieve it will he ill the parties'hest interest to continue their agreenaclal to extend the Contract Its a written amendment to the Ilgivemlent. NOW THi;REI+ORE, for the colasi(Icrations herein expressed, it is Iit,'rced by and between the City and the Consultant that the Contract between City I(ud C'onsuititalt be 11111clid ed Its follmvs: :3. Term of Contract. This C'oniraet sh1111 renulin ill fol.n. from ille (trill'of exr('ution until .laic':30,2005, unless sooner (m.nd fill ted under pavtlgnl all •� hereof ol•unless extended by written vreelnent of the Ill(rties. 6. IN WITNESS WHEREOF, the parties hereto have set their IIIIII(Is and seals this clay of Polwumy, 200/4. CITY OF JEFFERSON, MISSOURI CONSULTANT TRANSYSTEMS CORPORATION tj May r -� -- 'Title: PI(IYIGI pa1 ILV'uulnml lil,x`Yn drrxinunl:+•ri,.•»lawsr xbror+r.apJ.❑,r •I tin rruu•in Ln, amni h.b in bni upd ATTEST: s ' `CltyClerk APPROVED AS frO POI CM: Clty Mrnselor II,U'nulmrl MYIwAJ'ndvr0N1pl tir`f1I1'1'N`Ira11N)1iI1'IIN mrp\Ia`IIPf -1,169r.ruwpl for Col lnu4 l!zInuvbm xpd _�a _ is 17 Z CITY OF JEFFERSON CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT, made and entered into this day of July, 1998, by and between the City of Jefferson, a municipal corporation of the State of Missouri, with offices at 320 East McCarty Street, Jefferson, City, Missouri, 65101, hereinafter referred to as the "City," and TranSystems Corporation, a corporation of the state of Missouri, with offices at 4600 Madison Avenue, Suite 500, Kansas City, Missouri, 64112, hereinafter referred to as the "Consultant." WITNESSETH: THAT WHEREAS, the City desires to engage the Consultant to render certain technical and consulting services as to the Downtown Street Lighting, Traffic Signals, Traffic Studies and Sidewalk Replacement Project hereafter described in Exhibit A; and THAT WHEREAS, Consultant has made certain representations and statements to the City with respect to the provision of such services and the City has accepted said proposal to enter into a contract with the Consultant for the performance of services by the Consultant. NOW THEREFORE, for the considerations herein expressed, it is agreed by and between the City and the Consultant as follows: 1. $cope of Services. The City agrees to engage the services of the Consultant to perform the services hereinafter set forth in Exhibit A, attached hereto and incorporated herein by reference. 2. Additiol3s or Deletions to Services The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 7 hereof. The Consultant shall undertake such changed activities only upon the direction of the City. All such directives and changes shall be in written form and approved by the Public Works and shall be accepted and countersigned by the Consultant or its agreed rep rose ntahves. The Consultant will perform any additional work requested by tho City which is not specifically covered in the scope of work as defined herein at a reasonable fee or compensation to be agreed to between the City and the Consultant at the time any such service may be required. 3. Term of Contract. This Contract shall remain in force from the date of execution until June 30, 1999, unless sooner terminated under paragraph 8 hereof or unless extended by agreement of the parties. 4. Existing Data,. All information, data and reports as are existing, available and necessary for the carrying out.of the work, shall be furnished to the Consultant without charge by the City, and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services, 5. Personnel to biz. Providqd. The Consultant represents that the Consultant has or will securo at its expense all personnel required to • perform the services called for under this Contract by the Consultant, Such personnel shall not,be employees of the City or have any contractual relationship with the City except as employees of the Consultant. All of the 1"Irni,�nm1IN1 I+�,inl xnn'�i•+�I rn n.++Irm+rr„Il�,+lil r,n 1 1'Y.I„•,I,,,nl services required hereunder will be performed by the Consultant or under the Consult.ant.'a direct supervision and all personnel engaged in the work shall he fully qualified and shall be authorized under state and local law to perform such services, Norio of the work or services covered by this Contract shall be subcontracted without. the written approval of the City. 6. Notice to Proceed The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed in accordance with the schedule contained in Exhibit A, 7. _C_Qmnensation, The City agrees to pay the Consultant in accordance with the rates set forth in Exhibit A which shall constitute full and complete compensation for the Consultant services hereunder. Such compensation will be paid in progress payments, as established by the City. The final payment will be subject to receipt of a requisition for payment and a statement of services rendered from the Consultant certifying that the Consultant fully performed all work to be paid for in such progress payments in conformance with the Contract, It is expressly understood that in no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this Contract exceed the sum of One Hundred Eleven Thousand Seven Hundred Fifty-Seven Dollars ($111,757.00) for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this Contract and the work actually required. 8. Failure to Perform, CLIncellation, If, through any cause, the Consultant shall fail to fulfill in timely and proper manner its obligations under this Contract, or if the Consultant shall violate any of the covenants, agreements, or stipulations of this Contract, the City shall thereupon have the right to terminate this Contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least. five (5) days before the effective day of such termination. The Consultant or the City may terminate this Contract upon thirty (30) days prior written notice. In the event of termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Consultant under this Contract shall, at the option of the City, become its property, and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. 9. Ar2signment. The Consultant shall not assign any interest in this Contract, and shall not transfer any interest in the same (whether by assignment or novation), without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this Contract, including the right to change or delete activities from the Contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this Contract, though the City will attempt to so notify any such assignee. 10. Confidentiality, Any reports, data or similar information given to or prepared or assembled by the Consultant. under this Contract which the City requests to be kept, as confidential shall not be made available to any individual or organization by the Consultant:without prior written approval of the City. 11. NQDdisegitmination, The Consultant agrees in tho performance of the Contract not, to discriminate on the grounds or because of race, creed,color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against any employee of the Consultant or applicant for employment and shall include as similar provision in all subcontracts let or awarded hereunder. • 1"•IIw„1r,inl�n,l,�,in,f„•n�„.\I r.�n,,,1,•m„iill,�"inlnul I'I!IN.'Yl wll 2 12. W=4:.11.dLG.ILL-S2nIr.V&t-?r, The Consultant is an independent contractor and nothing contained herein shall constitute or designate the Consultant or any of its agents or employees as agents or employees of the City. M. vailabl►". The Consultant shall not be entitled to any of the benefits established for the employees of the City nor be covered by the Workman's Compensation Program of the City. 14, Liability, The parties mutually agree to the following: (a) In no event, shall the City be liable to the Consultant for special, indirect or consequential damages, except those caused by the Cit.y'y negligence arising out of or in any way connected with a breach of this Contract. 'I`he maximum liability of the City shall be limited to the amount of money to be paid or recoived by the City under this Contract. (b) The Consultant shall indemnify and hold the City harmless from and against all claims, losses and liabilities arising out of prrsonnl injuries, including death, and damage to property to the extent caused by the negligent nct9, errors and omissions of Consultant for which they would be otherwise legally liable, arising out.of or in any way connected with this Contract. 15. 12i2cuments. Reproducibles of tracings and maps prepared or obtained under the terms of this Contract shall be delivered upon request to and become the property of the City upon termination or completion of the work. Copies of basic survey notes and sketches, charts,computations, and other data prepared or obtained under this Contract shall be mnde available, upon request., to the City without.restrictions or limitations on their use. When such copies are requested, the City agrees to pay the Consultant its costs of copying and delivering same. 16. NQnsolicitation. The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other thnn a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without. liability, or, in its discretion, to deduct from the Contract price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. 17, iiipak•S and Records, The Consultant and all his subcontractors shall maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred in connection with this Contract, and shall make such materials available at their respective offices at all reasonable times during the Contract and for a period of three (3) years following completion of the Contract. 18. Delays, The Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant; the Consultant fins made no warranties, expressed or implied, which are not expressly set forth in this Contract; and raider no circumstances will the Consultant be liable for indirect or consequential damages. 11 Vhu i�uJllln„+�prd+rhur+`Ihm.,euan.uirt,�,nnlrnu IICIMIII wpd 19. Notices. All notices required or permitted hereunder and required to be in writing may be given by first class mail ® addressed to the City of Jefferson, c/o Public Works, at 320 East McCarty Street, Jefferson City, Missouri, 65101, and TranSystems Corporation, 4600 Madison Avenue, Suite 500, Kansas City, Missouri, 64112. The date and delivery of any notice shall be the date falling on the second full day after the day of mailing. 20. Law to Govern, 'Phis Contract shall be governed by the laws of the State of Missouri as to both interpretation and performance. IN WITNESS NVH �REOF, the parties hereto have set their hands and seals thi4,- ay of July, 1998. CITY OF JEFFERSON, MISSOURI CONSULTANT TRANSYSTEMS CORPORATION Mayor ATTEST: ATTEST: ' ��•� Gl yt�7 bl City Clerk/ Ir ry a rr w f APPROVED AS TO FORM: ity Counselor • CMroi NimitmI snit—r%r i—%rxnm,minmm tnrpNninir-t I!mA.99%jid • 4t m ® EYJHBI d A V SCOPE OF SERVICES Downtown Lighting,Traffic Signals,Traffic Studies and Sidewalk Replacement Jefferson City, Missouri A. STREET LIGHTING On the City-maintained street and alley system bordered by Whitton Expressway on the south, Missouri Boulevard on the west, State Street on the north, and Jackson Street to the east, AMERENILJE, (the local electric utility) proposes to disconnect electric service to approximately 150 street lights leased by the City of Jefferson. This is due to their installation of utilities in underground ducts and removal of overhead power lines in the downtown area. The objectives of this project are to determine the appropriate light levels on each public street and alley and to design a street lighting system, complete with electrical service, to provide'the necessary light levels. The street lighting system may or may not incorporate the existing street lights and poles to be abandoned by AMERENNE. Where the removal of existing overhead power lines will result in the loss of service to existing traffic signals, alternative means of providing power will be determined and designed. The aforementioned area includes streets and alleys for which new street lighting was either designed and installed or merely designed. While the project area will be bounded by the streets referenced above, no additional design work is anticipated on those streets and alleys for which new lighting has already been designed, except that the type of street lighting on one or two blocks may be changed from typical street lighting assemblies to historic pedestal lighting fixtures. Specific tasks proposed to determine appropriate light levels and to design a street lighting system are described below. 1. Conduct an inventory of existing utilities and topographic features by both field investigation and utility company plans. Utility companies would be requested to field locate potential conflicts with the proposed lighting. A.MEREN/tJE would be requested to identify possible service points for the street lighting 2. Prepare base plans complete with utility information. Existing topographic maps supplied by the City and supplemented with field information collected by the Consultant would be used to prepare the base plans. No surveying is anticipated. 3. In�-entory the existing street lighting assemblies in the project area that are subject to abandonment by AMERF,NIUE. Information collected will be location, type of pole, approximate mounting height and arm length, type of luminaire, and type of lamp. 4. Meet with AMERENNE to collect plans and details describing the underground duct network, ducts available for City use, points of access to the duct network, and possible feed points for street lighting and traffic signals. Discussion will include review of construction methods used in the first phase of the downtown lighting project. S. Develop lighting design criteria for the public streets and alleys within the project area where existing lights are to be abandoned, This criteria would include average levels of illumination and uniformity ratios based on the illuminance method of design. Review the design criteria with City staff. 6. Calculate the light levels provided by the existing street lights. These calculations would be accomplished through a computer software program. 7. Prepare preliminary lighting plans for streets and alleys in the study area. It is anticipated that most of the new lighting will be typical streets light assemblies, i.e., 25 to 30-foot mounting heights using cobrahead and/or shoebox fixtures. A few street segments may be designed to include historical pedestal lighting fixtures similar to those in place along High Street. Plans will include circuit diagrams and standard details for traffic control during construction. 8. Submit plans and preliminary construction cost estimate to City staff and meet to review preliminary design and estimated costs. 9. Refine the preliminary plans and meet with City staff and other interested parties to review the plans. 10. Prepare final plans complete with standard and special details. 11. Prepare contract documents using boilerplate provided by the City and supplemented with technical specifications required for the project. 12. Prepare an estimate of probable construction cost. B. TRAFFIC SIGNALS New traffic signal installations are proposed to replace existing installations at the McCarty Street intersections with Jefferson, Madison, and Monroe. The new traffic signals will include '-mast-arm mounted signal heads to enhance visibility of the traffic signals by motorists. Specific tasks proposed to complete the design of new traffic signals at these three intersections are described below. 1. Conduct an inventory of existing utilities and topographic features by both field investigation and utility company plans. Utility companies would be requested to field locate potential conflicts with the proposed traffic signal poles, boxes and conduits. AMEREN/UE would be requested to identify possible service points for the traffic signals. 2. Prepare base plans complete with utility information. Existing topographic maps supplied by the City and supplemented with field information collected by the Consultant would be used to prepare the base plans. No surveying is anticipated. 3. Conduct A.M. and P.M. peak period traffic volume counts at each of the three intersections. 4. Inventory the equipment and materials at the existing traffic signal installations. 5. Based on the traffic volume counts and existing traffic signal operation, develop recommendations for signal phasing, signal head arrangement, type of control, and lane arrangements. Review recommendations with City staff. 6. Prepare preliminary traffic signal plans for each intersection to include a layout sheet, wiring diagrams, phasing diagrams, timings, standard details and quantities. Plans would be prepared in accordance with City specifications and standard details. Absent this information, specifications and standard details of the Missouri Department of Transportation would be used. 7. Submit plans and preliminary construction cost estimate to City staff and meet to review preliminary design and estimated costs. 8. Prepare final plans complete with standard and special details. 9. Prepare contract documents using boilerplate information provided by the City and supplemented with any special technical specifications required for the project. 10. Prepare an estimate of probable construction cost. C. TRAFFIC STUDIES A large number of pedestrians cross Madison near the alley in the 200 block. Much of this pedestrian activity is between the adjacent parking garage and office buildings in the vicinity, particularly office buildings to the west. The City wants to determine if additional measures, e.g., crosswalk markings and/or crosswalk signs, are warranted and appropriate at this location. 1 I � J ® Specific tasks proposed to document c urr ent condition_ and develop an improvement recommendation'are described below. 1. Conduct traffic and pedestrian volume counts and gap studies on Madison at the alley between High Street and Capital Street during the ,A.M., Noon, and P.M. peak periods on two typical weekdays (Tuesday, Wednesday, or Thursday). Each count period would be approximately one and one-half hours. 2. Inventory the 200 block of Madison to document current street widths, sight distances for drivers and pedestrians, distances to adjacent traffic signals, and other characteristics of the roadway that might affect the pedestrian crossing area. 3. Summarize the collected information and compare with warrants for traffic control devices related to pedestrian crossings. 4. Develop preliminary recommendations for the pedestrian crossing area. Considerations will range from doing nothing, to marking a crosswalk, installing warning signs, or even pedestrian-actuated traffic signals. Review recommendations with City staff. S. Prepare exhibits to illustrate traffic and pedestrian volumes and available gaps as well as any recommended improvements. 6. Review the preliminary recommendations with interested parties. One meeting is anticipated. 7, Prepare a final report documenting the findings, conclusions, and recommendations of the study. D. SIDEWALK REPLACEMENT The City desires to replace existing sidewalks along both sides of High Street frorn Jefferson to Monroe, along the south side of High Street between Monroe and Adams, along both sides of Madison from High Street north to the alley, and along the west side of Madison from the alley between High Street and Capitol to the hotel. It is suspected that there may be "spaces" under the sidewalk that could necessitate structural considerations in the design of the new sidewalk. These "spaces" may be the result of abandoned coal chutes or similar features. Further, it is desired to include street curbs in the assessment of existing conditions and consideration for reconstruction. -0 Since the necessary scope and cost of this work is uncertain at this time, services will be divided over two phases - a study/conceptual design phase and a final design phase. I. StudylConceptual Design Specific tasks proposed to document current sidewalk and curb conditions and to develop recommended improvements and cost estimates are described below. I. Conduct an inventory of existing utilities and topographic features by both field investigation and utility company plans. Utility companies would be requested to field locate all facilities in the study area. 2. Investigate available documents (inventories, plans, etc.) to identify "spaces" or other underground cavities that may necessitate structural consideration for construction of the new sidewalk. Where available records are unavailable or unclear, contact building occupants to request permission to inspect the basement area to identify features that may suggest that "spaces" exist under the sidewalk and conduct such inspections. No removal of existing sidewalk is anticipated in this task. 3. Prepare base plans complete with utility information. Existing topographic maps provided by the City and supplemented with field information collected by the Consultant would be used to prepare the base plans. 4. Conduct a visual inspection of existing sidewalks and curbs to document current conditions. Photographs would be taken to document this inspection. 5. Determine recommended improvements based on existing conditions and ADA requirements. Recommended improvements would be sketched on the base plans to identify key elements (no detailed design work is anticipated). b. Prepare preliminary order-of-magnitude cost estimate. 7. Meet with city staff to review existing conditions, recommended improvements, and cost estimates. 8. Refine the improvement strategy based on the review with city staff and prepare a brief report to document the findings, conclusions, and recommendations of this study/conceptual design phase. II. Final Design Based on the desired course of action determined in the first phase, the final design for sidewalk and curb replacement is anticipated to include the following tasks. This phase of the work is considered optional at this time. Ifthe City decides to continue into final design, a final scope of services and fee would be negotiated at that time. 1. If necessary, conduct field surveys of the project area to more precise]), identify features such as doonvays, steps, tree wells, etc., and to document Ave ® elevations of these elements and existing curbs to facilitate design and �! construction. 2. Develop design criteria, including sidewalk thickness,joint spacing, sidewalk ramps, treatment at buildings, treatment around tree wells, etc. Review criteria with City staff. 3. Prepare preliminary sidewalk and curb replacement plans (1"-20'). 4. Submit plans to City staff and meet to review preliminary design. S. Refine the preliminary plans and meet with City staff and other interested parties to review the plans. 6. Prepare final plans complete with standard and special details. 7. Prepare contract documents using boilerplate provided by the City and supplemented with technical specifications required for the project. 8. Prepare an estimate of probable construction cost. o r M � �h � � � � a � A� �� �Ws{ lYaS( a � a � �axJs �s$1a a �gefaas6� ss a a gall�s{ ssaas O NNMM (MNMN� N 1+ 1- U N w YZ a » » ►, » at aat: Afta $ 888a a Q 8 a $ 8 $ 8a g M N N p 5i8 c N N� » » » W Y ~ r -aEa8ait aa8R 88a8888 88 x8a8 $ a. a 'I I 88x8 oa oa " » OQ iX G1 b h 0 • h $ �/ Z N ^w f g f w R h • h r W `� y M • 1 � C V N 31 N w r+ 17 ~ C O « E Q= , N N u -01 l d � Yr e N a ��� 5 � w f f f n h n w � ^' 1♦, w O A w � F � b w h N � tl tl r h f ^ N h h 4 h h � N h e N • ry N h h h w b ry M A Y. y � » A `_� Ntn A h b ^ 4 P d �• h A .110i- Io.+ U N m v MI h A Q w. N �'1 • h n'A�O� I i I" co io� � cub A . � 2 � § � � � a 99 § � 3 @ .... .�...: .�.. . . .. � . . . a § � a a ■ ' 0 0 0 0 to f © # # N o o $ ■ � � � � c cm 2 ca c � a & 2 2 2 \ ? x 0 0 0 0 0 2 ■ � � � w U 2 E LL. w ■ ■ _ Co / 2 2 § c t t § / J . ` c / k J EL : 2 . a ` p - q n # tn < K m .� City of Jefferson Transit Development Plan Proposed Technical Approach Initially Submitted February 8, 2005 Revised February 16, 2005 Revised February 21, 2005 • Gc �,vric�ry AL 24011 Pershing Rmd,Suit'400 K;Ins:u,City,Mis4uun 64109 • N I G/a»').FiGI 11 l \\'\V\\'.I I':In N1't+iltt nN.t'nlll JEFFTRAN Transit Development Plan City of Jefferson Project Understanding The TranSystems Team has taken the time to gain a solid understanding of the needs and expectations of the City of Jefferson and the Capital Area MPO for the preparation of the Transit Development Plan (TDP). It is expected that this initial Work Plan will be revised to include direct input from the City and the MPO either prior to the award of a contract, or as a first task after award. We understand that the City and MPO are undertaking this project to conduct an analysis of the transit system and develop an operations and capital investment plan. The purpose of the plan is to assess the status of the existing transit system and to set in place the framework for providing an improved system over the next five years. Existing transfer, operations, maintenance and storage facilities as well as all fixed routes and paratransit service are to be assessed for adequacy and effectiveness. Recommendations for improvements and associated costs will be developed. The TranSystems Team will identify and provide possible solutions for service problems such as circuitous routing, inadequate headway, service duplication, abuse of transfers, passenger inconvenience, traffic engineering impediments or other problems. The study will develop creative, innovative and more cost effective alternatives of serving the community. The alternatives may include feeder routes, downtown circulator routes, cross-town routes, park-n-ride routes, employer express routes, large event shuttles, University routes, additional connector routes or general public demand-response routes and the incorporation of transfer centers and application of Intelligent Transportation Systems (ITS)technologies. It is understood that the study area for the TDP is the Adjusted Urbanized Area for the region. Public involvement is very important in the development of the Transit Development Plan. Public input into identification of future transit and mobility needs will be an important element for developing the plan. In addition, it is critical to solicit public comment and review of alternatives and recommendations developed through the plan process. The public involvement process will be consistent with the MPO's Public Involvement Plan (PIP). We understand that a Transit Development Plan will only be effective and usable if it is unique and specifically tailored to the needs of the Jefferson City area. As such, the TranSystems team will utilize its highly experienced staff to develop creative and viable recommendations. The plan will be developed as outlined in the Request for Qualifications D raft Work Program. We understand that the City and MPO require a consultant team that has "done this before." This consultant should have direct relevant experience with transit development plans and familiarity with the Jefferson City area. We understand that the consultant will work closely with City staff to "pull it all together," to create a plan to guide the development of JEFFTRAN for the coming decades. The TranSystems Team will take the lead, as appropriate and not require significant time involvement from JEFFTRAN staff. • P. t Project Work Plan The Work Plan provides detail on the approach and methods that the TranSystems Team will use to complete the services required for the TDP. The Work Plan is preliminary as of February 8, 2005. We have taken the liberty to reorganize the tasks included in the summary of services Included in the RFP. The Work Plan will be finalized in discussions with JEFFTRAN upon consultant selection. Project Management The TranSystems Team's approach to managing this project is outlined as follows; TranSystems understands that the project is a joint effort of the City of Jefferson and the MPO. We suggest that a study committee or management group comprised of representatives from each agency be formed to direct the study. It is preferred that one primary contact be appointed for the study — a Project Manager that will be responsible for convening the management group and for internal communicati ons. For the sake of simplicity, the preliminary Work Scope refers to JEFFTRAN as the entity to which TranSystems will report. This reference will be modified as appropriate. TranSystems' Project Manager will be responsible to JEFFTRAN's project manager for the conduct of the study, including the management of subconsultants and the quality of deliverable products. John Dobies, TranSystems' Project Manager, is a veteran project manager who has held the responsibility for projects similar to this study. John is located in TranSystems' Kansas • City office, a relatively short distance from Jefferson City. The Project Manager will work very closely with Cody Christensen, Assistant Project Manager. Cody has worked successfully on other similar projects in the recent past. Cody and John will provide JEFFTRAN with a combination of experience and accessibility to ensure all of JEFFTRAN's needs and expectations are met. They both will also play significant roles in all of the project activities. The TranSystems Team has assigned Task Managers responsible for completion of the various tasks included in the project. These individuals have specific capabilities and experience that make them well suited for their assignment. JEFFTRAN will have an opportunity to interact with these individuals during project meetings and work sessions. The TranSystems Team's management will meet with JEFFTRAN's project manager at least monthly in person. These meetings will be arranged at times and places convenient to JEFFTRAN. If appropriate, phone conferences will be used to augment these project management meetings. TranSystems will provide regular status reports in advance of these meetings. Work products will be submitted for review and approval by JEFFTRAN incrementally throughout the project. The final report will summarize these project working papers, but rely substantially on the conclusions of these interim products. This technique eliminates the potential for unpleasant surprises at the end of the project. Task 1. Acquisition of Baseline Data A successful TDP requires the assembly of a great deal of information on the transit system, its facilities, passengers, the service area and attitudes in the community. The TranSystems Team will provide this foundation in Task 1. p.2 ® Subtask 1.1; Acquire Demographic Data The TranSystems Team will acquire census, employment, population and land use projections and forecasts. The purpose of this task is to prepare baseline data that is thorough and of sufficient detail in order to effectively develop future transit improvement alternatives. Study area data to be collected includes existing transit services, existing and proposed trip generators and attractions, and existing and proposed transit facilities, including potential transfer stations. Major generators and attractions may include government, industries, shopping, medical, schools and recreational land uses. Census data when possible will be at the block level. If census data is unavailable at the block level, then the next smallest level of data will be used, not to exceed the tract level. City staff will assist In collecting historical, demographic, socioeconomic, land use, transportation (including transportation disadvantaged) data necessary for assessing the study area's current transit and mobility needs and opportunities. The MPO will provide a forecast for population, density, and geographic growth to the 2010 planning horizon, and the 2030 planning horizon. An important objective is the assembly of elderly, minority and low income populations for an environm ental justice review. The TranSystems Team will cornpile and incorporate the Census and MPO data into the TDP to include data for; • Household population, population density, handicapped, age, income, and auto availability; • Employment by type, density • Estimation of the transit dependent and traditionally underserved populations (to include, but not limited to the young, elderly, minority, low income, and persons with disabilities). The information gathered will be presented in a format that is appropriate for public review. Subtask 1.2: Collect and Assemble Transit Service and Ridership Information TranSystems will compile information required for the evaluation of JEFFTRAN transit service. JEFFTRAN will provide data relevant to the current route structure, schedules, and service cost. The TranSystems Team will augment this information by field checking each route and riding all of the bus routes. TranSystems will review this information JEFFTRAN management staff. The objective is to document routing, scheduling and procedures related to existing JEFFTRAN operations. The TranSystems Team will conduct a complete on/off passenger count on every route in the system for weekday and Saturday service. The objective of the count is to understand how bus riders use the current system and to determine where boardings and alightings occur. This task will include preparing a bus stop list from data provided by JEFFTRAN, hire temporary checkers, and if necessary, assign someone to assist with the passenger count. The TranSystems 'ream will train the checkers and organize the passenger count. TranSystems and TJ Brown has conducted many of these ridechecks. PDAs and special software will be used to expedite the data coil ection effort. The TranSystems Team will also conduct a survey of JEFFTRAN passengers. The survey will be conducted during the ridecheck and will determine information on current transit users such as origin, destination, trip purpose, various descriptive demographics and satisfaction with JEFFTRAN service. It is anticipated that the survey will bo administered to 300 to 400 passengers and will have a precision of at loast +/-5% at the 95% level of confidence. p. 3 Subtask 1.3: Inventory Transit Facilities andEcJuipment TranSystems will conduct an inventory and inspection of existing JEFFTRAN facilities and capital equipment. This task will include interior and exterior inspections of buses, vans, trolleys and a spot check of the vehicle rnaintenanco records. The objective is to document the condition of the JEFFTRAN fleot, and to assess JEFF'TRAN's vehicle maintenance policies and practices. TranSystems will conduct an inventory and inspection of the maintenance garage and storage facilities. Again, the objective is document the condition and functionality of the JEFFTRAN facilities, and to assess JEFFTRAN's facility maintenance policies and practices. As part of this task, the Team will also conduct an in-depth interview with JEFFTRAN transit management personnel. The purpose of this interview is to define the facility program and needs, and to identify vehicle and property maintenance standards and procedures, including the vehicle preventive maintenance procedur es. The TranSystems Team will include future facility plans being considered by the City of Jefferson as potential improvements in the transit system operations. We understand that the baseline, data and inventory needs to be thorough and of sufficient detail in order to effectively develop future transit improvement alternatives. Task 2. Evaluation of Current Transit Facilities and Services • Subtask 2.1: Review and Evaluate Current Facilities The purpose of this task is to determine whether the transfer, operations, maintenance and storage facilities are adequate for future years, and to determine modifications that may be necessary. Based upon the inventory and inspection work of previous tasks, TranSystems will evaluate the current JEFFTRAN facilities. The consultant will review and evaluate the current locations and identify any operational and logistical problems. The TranSystems Team will develop recommendations for improvements and include order of magnitude cost estimates for the improvements. The recommendations will include an appropriate level of amenities such as bus shelters, signage, security measures, and other facilities, to correspond with the system-wide improvements. The immediate and long-range equipment facility needs required by each of the service program alternatives will be outlined on a year-to-year basis for a five-year period. Subtask 2.2: Review and Analyze All Fixed Routes TranSystems will conduct a review and evaluation of the JEFFTRAN fixed route system. The comprehensive service analysis (CSA) will identify any service deficiencies such as circuitous routing, inadequate headway, service duplication, transfer abuse, passenger inconvenience, traffic engineering impediments and related matters, The fieldwork performed by TranSystems will identify and verify potential ridership generators and possible ways to serve the generators. TranSystems will use information from previous tasks to develop the following metrics: • Total ridership; • Passengers per hour; • Passengers per mile; • Average and maximum loads by time of day; p. a ■ Passengers carried by time of day; ■ Operating ratios (revenue/expense) by route; ■ Schedule adherence; • "Transfer ridership; ■ Major traffic generators; ■ Passengers per thousand population in service zones. These metrics for individual routes will be compared with the system average to identify routes that need attention in terms of additional marketing, alteration or deletion from the system. Individual route service profiles based upon the on/off passenger counts and system checks will be prepared. The profile will show ridership by route segments, preferably in one-half mile increments. Ridership profiles will identify geographic and socioeconomic characteristics affecting ridership in the service area. Characteristics to consider in developing a ridership profile include: age, income, disability, geographic location, auto ownership, and others. A bus transfer matrix will also be developed to illustrate transfer ring patterns amo rig routes. Subtask 2.3: Review and Analyze Paratransit and Access to Jobs Service Handi Wheels, the paratransit component of JEFFTRAN, is an essential part of the community's transit system. Nandi Wheels currently serves about 000 clients with approximately 180 riders a day. The TranSystems Team will conduct a review of the paratransit service to determine whether the service can be improved. . The TranSystems Team will review current operating procedures used for paratransit operations to determine where efficiencies are possible in certification, trip eligibility and scheduling functions. Research will be conducted to determine satisfaction with the level of service. TranSystems will prepare a report which shall establish a prioritized list of improvements and discussion of the following items: • Review of current service • Maximizing fixed route utilization • Passenger satisfaction survey • On-time performance evaluation • Regulated and statutory compliance • Cost per ride analysis • Manpower required A similar review will also be undertaken for the Access to Jobs service provided by JEFFTRAN. Subtask 2.4: Establish Transit Needs and Ridership Potential Estimate Transit Need: The TranSystems Team will use information collected in Task 1 and Task 3 (focus groups and survey) as a basis for determining the need for transit in the Jefferson City area. After the preliminary estimates have been developed TranSystems will hold group meetings and discussion groups with transit staff, users, the general public, and other appropriate groups to identify future transit and mobility needs. This process will follow and be consistent with the MPO's Public Involvement Plan (PIP). Project Transit Demand: TranSystems will estimate the five-year demand for public transit services based on the current and projected socioeconomic data. P. 5 Estimate Transit Ridership: Using the ridership profile, the TranSystems Team will project five-year transit ridership and mobility needs within the study area. TranSystems will analyze projected demographic and land use development forecasts, Subtask 2.5: Develon and Evaluate Ateernativo Transit Services The TranSystems Team will consider and evaluate creative, innovative, arid more cost- efficient means of providing transit services to the Jefferson City community. The process will produce a series of alternative approaches such as feedor routes, downtown circulator routes, cross-town routes, park and ride routes, employer express routes, large event shuttles, University routes, additional connector routes and general public demand-response routes. The planning process will consider unnerved areas where there is potential demand for public transportation. This could include not only unnerved areas of Jefferson City, but also possible expansion of service in the urbanized area surrounding the City. Fundamental changes in route structure will be reviewed, such as incorporating transfer centers in areas outside downtown. One of JEFFTRAN's primary goals is its commitment to improved service; therefore the plans will consider alternative locations for accessible, secondary transfer centers. The use of Intelligent -transportation System (ITS) technologies will be reviewed as part of these alternative plans. The consultant shall also provide preliminary cost esti mates for construction of such areas. Complete projections for all of the following should be developed for each alternative. The consultants report shall include: • Identification of facilities and equipment needed (utilization of existing facilities and equipment and prospects for rehabilitation); • Identification of service parameters by route (including headway), run times, hours of operation, round-trip time and areas serviced; • Identification of ADA compliance and amemiti Ens; • Equipment and prospects for rehabilitation: Task 3. Public Involvement Program Subtask 3.1: Prepare and Execute Public Involvement_Plan TranSystems has found that an effective Public Involvement Program (PIP) is one that has both a traditional and a nontraditional outreach component. The traditional component consists of public meetings and other passive techniques that require initiative on the part of the public. The outreach components include focus group sessions with the public and stakeholders, and targeted public opinion surveys, TranSystems assumes that JEFFTRAN will want to have a significant role in both the design and execution of the public involvement program, thus the public involvement program design will be one of the project's initial tasks. The public involvement activities will be integrated with other project tasks. The result of this task will be the PIP which will guide the public involvement activities throughout the remainder of the project. The following are key elements of the P IP. Subtask 3.2: initial Stakeholder Meetin :_ Establishment Goals and Olaiectives With the assistance of JEFFTRAN T ranSysterns will identify a group of stakeholders to assist in the development of objectives to guide the TDP. A meeting of the stakeholders will be held early in the project, but after the compilation of the baseline data. This information will provide the stakeholders group a good basis for developing the project's objectives. p. 6 Subtask 3,3: Focus Groups The TranSystems Team will conduct three focus group meetings to further refine public and stakeholder input to the project. These very targeted sessions will be conducted midway in the project. 'The focus groups may include 1) non-rider public, 2) current riders and 3) employees. The composition of the focus groups and the topics will be determined by JEFFTRAN after the initial stakeholder meeting based on recommendations from TranSystems. The details of participants, topics and timing will be included in the Public Involvement Program that will be developed early in the project. Subtask 3.4: Market Research — Ho me Interview Survey The TranSystems Team will conduct a statistically valid survey of Jefferson City residents. The questionnaire will be designed in cooperation with JEFFTRAN and will be based on information gathered during the stakeholder meeting and other sessions. The survey will serve the dual purpose of helping to define the need for transit in Jefferson City, and providing important input to the transit service design function. It is assumed that the survey will be administered as a mail-in survey to approximately 400 residents (completed surveys) with a precision of +/-5% at the 95% level of confidence. Some phone call follow up will likely be required to complete the survey at an acceptable level of randomness. Subtask 3_5:Public Meeting Approximately midway through the project TranSystems will assist JEFFTRAN with a public meeting for the purpose of allowing the public and stakeholders to review preliminary conclusions and alternatives being studied. The meeting will provide an opportunity for public comment to augment input received through the focus groups and survey. TranSystems will convene a special meeting of the management group to review public comments and plan the direction for the remainder of the study. The results of the public meeting will be used as input to the development of the TDP recommendations. Subtask 3.6: Public Meeting A second public meeting will be held near the end of the project for the purpose of airing the preliminary recommendations before the public: and stakeholders. Input from this public meeting will be used to verify, and modify as necessary, the recommendations that will be included in the TDP. It is assumed that TranSystems will cover the cost of advertising for the public meetings, but meeting rooms or facilities will be without charge or the rental cost will be covered by the City. Task 4. Implementation Program for of the Transit Development Plan The purpose of this task is to make the recommendations of the TDP a reality. In moving from concept to the street, necessary steps to implement the recommendations need to be defined. Further, paying for the services as well as marketing them is also crucial. Finally, monitoring system performance following implementation is vital to ensure expectations meet reality. Subtask 4.1,: Implementation Plan This subtask will involve the development of an implementation "checklist." The checklist will identify the main steps to follow in moving from the current system to a system with one or more recommended service alternatives. The checklist will be flexible enough to guide JEFFTRAN staff should alternatives be implemented in stages over a period of time. • P•7 ® Subtask 4.2: Review and Analysis of Financial Resources A tangible and realistic financing plan will be needed to accomplish the operating and capital recommendations to be specified in the TDP. In developing this financing plan, existing sources of federal, state, and local funds will be identified and projected. Past trends of these sources will also be reviewed. In addition, sources of funding not currently being used by JEFFTRAN will also be identified. Finally, the use of innovative financing techniques will be presented. A multi-year projection of funds and expenditures will be created and integrated as part of documentation for the project. In addition, these projections will be presented to JEFFTRAN for review and discussion. This task is also intended to develop a vehicle capital plan for both operational effectiveness and efficiency. TranSystems will use information provided by JEFFTRAN containing a description of current transit vehicles. A five-year vehicle replacement schedule will be developed. Subtask 4.3: Marketing Plan for JEFFTRAN The TranSystems approach to developing recommendations to JEFFTRAN's transit marketing plan includes: Evaluate the Existing Marketing Program: All transit systems do marketing, whether that marketing is contained in a formal marketing plan; some marketing is done -- even if at some basic level. Such an effort has implied goals and strategy. As a starting point in developing recommendations for JEFFTRAN's marketing program, the existing efforts will be reviewed. The evaluation of the local marketing effort will start with these basic elements: • Implied objectives and goals — include measurable outcomes of the marketing efforts. Targeting a ridership level is one obvious goal, but could also include the number of information inquiries received, outcomes of various promotions in terms of users participating or revenue received. • Evident strategy — how the goals and objectives would be achieved. These would embody marketing tactics described next. • Marketing Tactics — are specific, actions with assignments and deadlines used to execute the given strategy. TranSystems will first review these formal and informal goals and objectives of the marketing programs. Such goals could be, for example: to building system awareness, create a positive image toward transit, or simply to increase ridership. Next, TranSystems will compare strategies and tactics used to achieve the goals. Where: possible, the success of such efforts will be quantified. Typically though, such an assessment will be based on professional experience and knowledge of how programs work elsewhere. Marketing Program Recommendations: Fused on an assessment of the current marketing efforts, TranSystems will prepare recommendations. These recommendations will address the formal and informal goals of the system. Where such goals are in need of further development, TranSystems will work with the management staffs of the transit operators to develop a sense of direction for the marketing program. Such goals will take into account established marketing budgets. The recommendations will include general strategies to be pursued for a given goal as well • as suggest specific tactics. Tactics could include "in-kind" marketing programs where community partnerships are developed. For example, the transit operators may wish to align p. fi themselves with a parks and recreation program to promote summer youth ridership. Tactics could also include more traditional approaches such as direct mail of schedules and free ride tickets in transit corridors. Tactics can also include mechanisms for the transit operators to monitor the success and effectives of a given marketing progr am. The marketing recommendations and plan will be included as a section in the overall TDP, Subtask 4.4; Recommend Performance Measures Monitoring systems performance will be crucial to make sure the recommendations of the TDP, once implemented, are on target with expectations. Many of the measures used to evaluate service in task 2 will be candidates for continued use. An important factor in determining which measures to use is the ease in which necessary data is available and can be collected and utilized. Data relating to cost, ridership, revenue, and service levels are typically within the grasp of most systems. JEFFTRAN should be no exception. TranSystems will recommend the frequency in which data should be collected and reported. A basic method will be recommended for staff to transform such data into performance information, Subtask 4.5: Lonn-range PI anninq Good system planning will not stop with this TDP. Looking out to the next 25 years will be vital if JEFFTRAN to stay ahead of emerging issues. TranSystems, using basic demographic and land-use information will attempt to project future needs and translate those into service and funding requirements. To this end, some of the following techniques will be considered and applied to the Jefferson City area as appropriate: • Historic trends evident in the Jefferson City area will be examined to determine the pace of transit demand in relationship to service levels and demographic characteristics. Recognizing the recent downturn in ridership, it will be important to examine historic ridership levels with respect to past changes in the demography and economic/employment shifts. • Analogous Situations based on the experience of the TranSystems Team will be reviewed to determine potential demand for services within the Jefferson City community. Building on past experience and published documentation, the project team will use know information regarding documented transit ridership trends for similar areas. • Mathematical models will be used to help make predictions regarding demand. These models include traditional travel demand models to custom models based on linear regression. Task 5. Documentation and Presentations The information developed for each task will be documented as part of the overall TDP. TranSystems suggests that a project such as the ,Jefferson City TDP be documented in a summary report emphasizing conclusions and recommendations. Work products from the various tasks can be included as technical memoranda as appendices. A draft of the final report will be provided for review by JEFFTRAN prior to finalization. Deliverables -Technical Reports and Final Report e Upon completion of the study process, TranSystems will prepare; ten (10) copies of each technical report noted below and ten (10) copies of t he final report that incorporates the findings, P. 9 analysis, alternatives and recommendations from the project tasks. At a minimum, the technical reports wil I include: Subtask 5.1: Technical Report: Study Area Data Inver, tory_ This report will provide a complete foundation for the study. It will summarize transit service In Jefferson City, including fixed route and paratransit, and Include an overview of the organizational structure and history of transit in the City. The report will summarize all baseline demographic, socioeconomic, land use, transportation, and other data collected as part of Task 1. The memorandum will also summarize the results of the assessment of existing transit facilities and include pertinent information gathered from interviews or in group meetings. Subtask 5.2: Technical Re ort: Transit Service_Review - Facilities and Fixed Route and Paratransit Review and Anal sis, This report will summarize the work performed as part of Task 2. It will include the following items: maximizing fixed route utilization, passenger satisfaction survey, on-time performance evaluation, regulated and statutory compliance, cost per ride analysis, and manpower required. The report will also provide a prioritized list of improvements for both fixed route and paratransit, and the facility needs. Subtask 5.3: Technical Report: Public Involvement Program A report documenting the PIP will be prepared early in the project. Towards the and of the ® project a report will be prepared to document the public involvement program, including summaries of the stakeholder and public meetings, and the results of the focus groups and market research. Subtask 5.4: Technical Report:F uture Transit Demand and Mobility N Beds This report will summarize the methodology used to obtain estimates of transit demand and mobility needs consistent with the procedures described in the Request for Qualifications Draft Work Program. The memorandum will be reviewed and approved by the MPO technical committee prior to finalizing transit ridership estimates. Subtask 5.5: Final-Report The final report will be prepared to summarize the findings, conclusions and recommendations that emerge from the study. We propose to not duplicate all of the information from the technical memoranda; rather the final report will reference these previous deliverables and include only information pertinent to supporting the recommendations. The primary objective is to produce a final report that will be read and used by all individuals responsible for approving, supporting, funding uric implementing the study's recommendations. A large report too often does not address this objective. The report will incorporate appropriate graphics including maps that depict present and proposed transit routes, transfer stations, bus shelters current and proposed, locations of traffic generators and destinations such as universities, schools and hospitals. TranSyslems will produce a draft final report suitable for review by City and MPO officials, and others as appropriate. After review, finial edits will be made and a final version will be . produced. The TranSystewis Team will produce fifteen (15) bound copies of the Final Plan, P. 10 • The Final Plan and associated technical memorandums will also be delivered electronically on CD-ROM in a format specified by the City of Jefferson. Maps and other documents, graphics and work products will be provided in a format acceptable to the City of Jefferson. Presentation of Findings TranSystems will assist JEFFTRAN in the presentation of the TDP to the MPO Technical Committee, MPO Board of Directors, and the City Council. • • p. 11 Project Schedule TranSystoms understands the City's expectation that this Transit Development Plan be completed by the end of June, 2005. It appears that the project Is about a five month effort. Based upon the following, it is our belief that we can complete tho project work by the end of June 2005 and complete the final report by Mid-July. Assumptions: • Receipt of Notice to Proceed on or about February 15, 2005 • Timely delivery of basoli no data • Key stakeholders are available: to conduct reviews in arcordanco with schedule and to conduct public meetings as scheduled. Preliminary Project Schedule TASK MARCH I APRIL MAY JUNE JULY August Project Mana ement 1. Acquisition of Baseline Data 1.1 Acquire Demogrnphic Data 1.2'rrnnslt Service&Rldorship Info 1.3 Facillllm&Equipment Inventory Task 1 Technical Roport 2. Evaluation of Current Facilities and Services • 2.1 Facilities Analysis 2.2 Fixed Route Analysis 2.1 Paralransil Analysis 2.4 Transit Needs&Ridership 2.5 Service Allemalivos Evaluation 'task 2 Technical deport' 3. Public Involvoment Program 3.1 Public Involvement Plan • • 3.2 Initial Stakeholder Meeting 3.3 Focus Groups 3.4 Market Research 3,5 Public Meeting#1 3.6 Public Meeting 112 Task 3 Deliverables 4. Implementation of Transit Development Plan 4.1 Implementation Plan 4.2 Financial Roviow&Analysis 4.3 Marketing Plan 4.4 Perforntanco Measures 4.5 Long Range Planning Task 4 Delivembles 6. Documentation &Presentation City council&MPG Prosonlnhon Final Recommendations doporl 1 ask 5 Deliverablos p. 12 ora 13scja- CITY OF JEFFERSON AMENDMENT TO CONTRACT FOR PROFESSIONAL SERVICES WHEREAS,the City of Jefferson,Missouri, a municipal corporation,with offices at 320 East McCarty, Jefferson City, Missouri, 65101, hereinafter designated "City," entered into a Contract with TranSystems Corporation, with offices at 2400 Madison Avenue, Suite 400, Kansas City, Missouri, 64108,hereinafter referred to as"Contractor,"on March 30, 2005, and amended January 25, 2006;and WHEREAS,the Contract was for technical and professional services related to the City of Jefferson, Missouri, Transit Development Plan; and WHEREAS,both parties wish to extend the agreement for an one hundred twenty days (120)or upon completion of additional work stipulated in Exhibit A relative to the Transit Development Plan, and Exhibit B relative vehicle wash-needs.---- NOW,THEREFORE,be it agreed by the parties that the agreement is hereby extend the of the term of the contract dated March 30, 2005, and amended January 25, 2006, for an additional one hundred twenty (120) days ending October 31, 2006. IN TESTIMONY WHEREOF,the parties have hereunto set their hands and seals this P day of , 2006. CITY OF FF ON, MISSOURI T SYSTEMS CORPORATION M or Tie �/i c t (�,�r�J¢,�„�1 ATTEST: City Clerk Secretary APP ROS TO1f 7F City Counselor IlMontract Files\Professional Services\transystems corlAamendment 630-00.wpd