Loading...
HomeMy WebLinkAboutTrans 2015-06-15 Item 2C - Agreement - Americans with Disabilities Act (ADA) Transition Plan with Transpo Group USATO: City of Tukwila INFORMATIONAL MEMORANDUM Mayor Haggerton Transportation Committee FROM: Bob Giberson, Public Works Directo BY: Dave Sorensen, Project. Manager DATE: June 12, 2015 SUBJECT: Americans with Disabilities Act (ADA) Transition Plan Project No. 91510405 Consultant Selection and Agreement Haggerton, Mayor ISSUE Execute a contract with The Transpo Group USA Inc. to prepare Tukwila's ADA Transition Plan. BACKGROUND Compliance with current federal ADA design features is required on all city, state, and federal facilities and infrastructure, The design requirements are periodically updated and have changed significantly over the years. A considerable number of infrastructure improvements have been constructed aver the past 20+ years that do not meet the current ADA standards. An ADA Transition Plan is necessary to address known deficiencies and to implement an ADA Program that will bring the City into compliance with ADA standards within a reasonable time frame. DISCUSSION Three (3) consulting firms prevailed as finalists from the original MRSC Consultant Roster of 27 firms. The finalists were interviewed in person for the desired engineering services. The final ranking results were made at the conclusion of the interviews: The Transpo Group USA Inc, 1st Choice Fehr and Peers 2nd Choice HDJ Design Group 3'd Choice The Transpo Group USA Inc. has prepared the attached contract, scope of work, and fee estimate to provide engineering services to provide a self- assessment of the City's infrastructure, including known ADA deficiencies and to begin development of an ADA Transition Plan with policies to reasonably correct unknown deficiencies. FINANCIAL_ IMPACT Contract Budget Transition Plan. Contract $104,200.00 $ 105,000.00 RECOMMENDATION Council is being asked to approve the contract with the Transpo Group USA Inc. in the amount of $104,200.00 for the ADA Transition Plan and consider this item at the June 22, 2015 Committee of the Whole Meeting and then on to the Consent. Agenda at the Special Meeting that same night. attachments: Page 20, 2015 CIP Contract, Scope of Work, and Fee 17 W:1PW EngtPROJECTS'A- RW & RS Projectstidl ©A Transition Plan (91510405)'aC nsul'tant SelectlonlTC ©oca\Finat Does to TC'lnfo Memo Consult Salad & AG Transpo 0 f w1 5.docx CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Americans with Disabilities Act (ADA) Improvements Project No. 91210405 DESCRIPTION: Construct ADA compliant upgrades to City infrastructure in conjunction with a City developed plan. JUSTIFICATION: The enforcement of ADA laws and standards was delayed pending legal challenges and studies. Recent court rulings now mandate ADA compliance. The City must provide upgrades with most construction projects. STATUS: Provide annual funding to construct improvements as necessary. For 2015, develop a citywide plan. MAINT. IMPACT: Negligible. COMMENT: Project will be ongoing until City facilities and infrastructure meet ADA requirements. Only one year actuals shown in first column. FINANCIAL Through Estimated (in $000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 31 6 105 5 5 5 5 5 5 172 Land (R /W) 0 Const. Mgmt. 10 8 8 8 8 8 8 8 66 Construction 93 50 50 50 50 50 50 50 443 TOTAL EXPENSES 31 109 163 63 63 63 63 63 63 681 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Traffic Impact Fees 0 City Oper. Revenue 31 109 163 63 63 63 63 63 63 681 TOTAL SOURCES 31 109 163 63 63 63 63 63 63 681 2015 - 2020 Capital Improvement Program 20 18 CONSULTANT AGREEMENT FOR DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City ", and The Transpo Group, hereinafter referred to as "the Consultant ", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform design services in connection with the project titled ADA Transition Plan. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending April 1, 2016, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than April 1, 2016 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $104,200.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 19 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 20 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 21 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide 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 than a bonafide 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 warrant, 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, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 22 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this CITY OF TUKWILA Mayor, Jim Haggerton day of , 2014 CONSULTANT By: Printed Name: Title: Attest /Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney 23 EXHIBIT "A" City of Tukwila ADA Self- Assessment and Transit Plan Scope of Work The Americans with Disabilities (ADA) act of 1990 provides comprehensive civil rights protections to persons with disabilities in the areas of employment, state and local government services, and access to public accommodations, transportation, and telecommunications. There are five titles (or parts) to the ADA, of which Title II is most pertinent to travel in the public right -of -way. This title specifies equal access to all services, programs and activities that are provided or made available by public entities. This ADA Self - Assessment and Transit Plan will comprehensively address the requirements of ADA Title II, Part 35, Subpart D - Program Accessibility § 35.150 (d) (3) which states: The plan shall, at a minimum - (i) Identify physical obstacles in the public entity's facilities that limit the accessibility of its programs or activities to individuals with disabilities; (ii) Describe in detail the methods that will be used to make the facilities accessible; (iii) Specify the schedule for taking the steps necessary to achieve compliance with this section and, if the time period of the transition plan is longer than one year, identify steps that will be taken during each year of the transition period; and (iv) Indicate the official responsible for implementation of the plan. The scope of work contained below meets all of the requirements identified above. The City has decided to focus on the core plan components and has thus deferred completion of the draft and final plan until 2016 when funds are available for that work. Task 6 is therefore not funded and has been identified as deferred task below. The description of Task 6 has however been kept to show what will be contained within a completed ADA Transition Plan and expedite approval of the task when funds are available. The consultant team will work closely with both the City and FHWA to refine this scope of work and the resulting ADA Transition Plan into a model document. To help deliver a high - quality and timely deliverable, Transpo Group has brought IDAX and Endelman & Associates onto the project team. They will provide data collection staffing and expertise as well as guidance on plan defensibility and best practices. Task r j c t and Coordination Because of the collaborative nature of this project, communication is an important element. Close coordination with the City of Tukwila and the project team will be the project manager's top priority. At the onset, our project manager will schedule checkpoints 24 throughout the project. These checkpoints, which might coincide with major deliverables, will be used to ensure the work program is progressing as scoped. • The consultant team project manager will coordinate with the City's project manager on a regular basis (weekly or bi- weekly) throughout the duration of the project. The coordination will address project scope /status, technical and policy direction, budget, schedule, and meetings. Coordination will be via telephone calls, email, and meetings, as appropriate. • The consultant team members will email City staff or other stakeholders, as appropriate, to inform them of status, upcoming meetings, and data needs. The emails may include draft materials for their review. • Prepare monthly progress reports and invoices. Agency Support • The City's project manager will regularly keep in contact with consultant team and communicate internally to rest of City staff on progress and schedule. • The City will facilitate engagement from partners like FHWA and WSDOT. Consultant Deliverables • Creation of an ADA Transition Plan outline based on this SOW and used to inform project completion and task related deliverables. • A project schedule including the key project tasks timeline and deliverable deadlines • Notes, emails, or other summaries of communication. • Monthly progress reports. Task 2 — Self Assessment Data Collection Data collection is the foundation of this project, providing a clear understanding of what accessibility barriers exist and what needs to be done to remove them. The consultant team will begin by updating and confirming that the data dictionary attributes meet the needs of the city and conform to the latest ADA regulations. Barrier data will be collected using tablets and stored on a real -time cloud database for immediate review. The data dictionary structure, which will include sidewalk (15 -20 attributes), curb ramps (10 -20 attributes), driveways ( -5 attributes) and pushbuttons ( -5), will be updated in coordination with FWHA and WSDOT. Where possible, existing data like sidewalk shapefiles will be built upon to increase the speed of data collection. Once collected, data will be reviewed for quality by both IDAX and Transpo Group. Barrier data will be mapped and summarized to easily show where and how many barriers exist within the public rights of way. If desired, the consultant team will work with City staff to develop procedures to maintain up -to -date data. 25 Agency Support • Provide existing shapefile data and any database requirements. • Facilitate coordination with FHWA and WSDOT on data dictionary. Consultant Deliverables • Collect and QC barrier database in GIS shapefile format. • Develop tables and maps summarizing existing ADA barriers. • Review of data dictionary by Endelman & Associates to ensure data collection completeness. Task 3 — Stakeholder Engagement Stakeholder engagement, especially with people who have disabilities, is a required element of ADA Transition Plans. Stakeholder engagement will be conducted through a coordinated effort of both the consultant team and City staff. This format will utilize transferable consultant tools and experience while also leveraging the relationships and local knowledge brought by City staff. Engagement will begin early and target stakeholder groups that are representative of people who have disabilities. Engagement to groups like Mobility Coalition, Medicaid transportation brokers, Lighthouse for the Blind, King County 211, Meals on Wheels, , senior centers, Metro DART, and ORCA Lift are all examples of groups that serve people who have disabilities. As the project begins, public notice and how individuals or groups can get involved will be shared by City staff. Once the self - assessment database of accessibility barriers has been finalized, it will be shared with stakeholders at a public open house. This event will be scheduled in coordination with an existing meeting or event where people who have disabilities are already present. This approach of taking the meeting to the stakeholders, rather than asking them to come to you, is an effective tool to improve public feedback. In addition to this meeting the consultant team will present the draft plan to the Transportation Committee as well as the City Council. Agency Support • Schedule and provide venue for open house. • Provide support staff as necessary (e.g. providing sign language interpreter, translator, etc.) • Reach out to individuals with limited mobility or vision, as well as groups that work with those individuals. Consultant Deliverables • Develop materials for open house. 26 • Develop paper survey to capture stakeholder feedback. • Develop map where stakeholders can mark high - priority areas for barrier removal. • Summarize public engagement efforts, comments received, people reached, and general findings. All comments will be recorded in a plan appendix. • Task Barrier ova This task identifies how barriers in the public right of way will be removed. This includes design elements that will ensure new or reconstructed facilities are accessible, as well as mechanisms to construct and fund barrier removal. The two major elements to this task are a design standards audit, and barrier removal methodology. In coordination with city engineering staff and public works inspectors, the consultant team will identify which United State Access Board design standards are most appropriate for the City. The US Access Board is the federal agency that sets design standards for accessible design in the built environment. The consultant team will then review City design standards to ensure current standards meet Access Board's design guidance. Detailed changes to existing design standards will be recommended based on this audit. The consultant team will also identify methods in which barriers within the public right -of- way will be removed. This will identify ways in which the City has already been working to remove barriers. It will also identify ways in which private development, pavement overlay projects, roadway widening, roadway reconstruction, maintenance, signal upgrades or other physical changes to the right -of -way will be required to address barriers. Suggestions for coordinating these improvements with other non - motorized improvements and funded will also be outlined. Agency Support • Provide existing city design standards and guidance. • Provide documentation of existing barrier removal procedures and funding stream. • Provide current CIP and Transportation Element. Consultant Deliverables • Work with the City to establish procedure for documentation of facilities not built to ADA standards. This is called "maximum extent feasible" documentation and is particularly useful in areas where topography can create design challenges for pedestrian facilities. • Provide audit findings and recommendations to City. • Develop barrier removal methods and how they can be coordinated and focused to maximize benefits. • Endelman & Associates will review barrier removal methods for defensibility 27 Task — Implementation Schedule Developing a transition schedule is a key requirement of all ADA transition plans requiring more than a year to implement. Effective plans prioritize removal of high impact barriers in a systematic manner through prioritization of barrier removal, a multiyear schedule, identification of funding streams, planning level cost estimates, and establishment of a monitoring system. Prioritization of barriers will include input from stakeholders, multi - criteria analysis of the severity of each individual barrier, and multi - criteria GIS spatial analysis of the location of each barrier. Data collected in the self - assessment task will be used to prioritize each barrier. The proximity to public buildings, parks, schools, bus stops, health service and other commercial or retail destinations will also be used to prioritize barrier removal. In the end, this process will help the City proactively identify the barriers that should be removed first and outline a transparent process that is being followed. The City will also identify a multi -year schedule for removal of barriers. This schedule will be informed by planning level cost estimates and dedicated funding resources, as well as leveraging related funding resources. ADA barriers are often removed by street overlay programs or redevelopment, and cities should highlight this progress. Agency Support • Identification of city priorities around barrier removal. • GIS data such as parks, schools, bus stops, functional class, public facilities, etc. • Unit cost assumptions for planning level cost estimates. • Facilitate FHWA review of barrier removal schedule. • Provide current CIP and Transportation Element and information about other funding streams such as Transportation Benefit Districts. Consultant Deliverables • Schedule for barrier removal, including a list of the highest priority projects. • Map showing the location of high priority projects. • Planning level cost estimates for barrier removal. (DEFERRED) Task 6 — Draft and Final Plan The italic text below has been deferred and is not included in this scope of work. It has been kept to provide a starting point for future work order when city funding is available. This task includes development of a targeted, accessible and easy -to- understand document. Deliverables from other tasks including memos, maps, and tables will be adapted and consolidated into a single coherent document. The document will be clearly structured to 28 meet the requirements of ADA Title II. Best practices will be integrated and highlighted throughout the plan and suggestions from partner agencies will be included. In addition to the self - assessment and implementation schedule, there are various changes to City procedures, communication protocols and staffing that are required as part of an ADA transition plan. Although these changes will be completed internally by the City, they have been added to ensure all required elements of the transition plan are reflected within the scope of work. Per ADA Title II Part 35, Subpart D - Program Accessibility § 35.150 (d)(3) ADA Transition Plans must include: • Identification of an "ADA Coordinator" • Development of protocols to ensure information is accessible • Development of a grievance procedure The consultant team will provide guidance on best practices. This could include providing guidance on who should be the ADA Coordinator or how to provide barrier information in an accessible manner. Agency Support • Provide direction on draft plan including two rounds of comments /edits of draft plan. • The City will identify an ADA coordinator, improve information accessibility, and develop a grievance procedure. • The City will work with FHWA on capturing comments and suggestions for how to improve the transition plan. Consultant Deliverables • Develop draft transition plan and incorporate two rounds of edits. • Develop final transition plan. • Advise on best practices in ADA transition planning with regards to city tasks. • Endelman & Associates will review draft plan and provide suggestions for improving the defensibility of policies or procedures. They can also provide guidance on development of ADA plans for buildings and parks. Task 7 — Pedestrian Crossing Study This task includes a traffic engineering analysis of pedestrian trip generation in the vicinity of Tukwila International Boulevard at S. 141st ST to determine if a pedestrian crossing on Tukwila International Boulevard is warranted at this location and what type of crossing would be justified, if any. 29 Consultant Deliverables • Provide a traffic engineering report with findings as to whether a pedestrian crossing is warranted and what type of crossing should be constructed if warranted. 30 Transpo Group USA, Inc. Exhibit B - Cost Estimate Worksheet City of Tukwila ADA Transition Plan Pay rates are effective from June 28, 2014 through June 26, 2015, within the ranges shown in the attachment. Only key staff are shown and other staff may work on and charge to the project as needed by the project manager. Labor: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Re 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 initials job title cost rate Task 1 - Project Management and Coordination Project Management Billing Project Manager Quality Control GIS Admin Project Engineer GIS/ Graphics Project Admin MEABRI111111111, Plnr L3 iiiiiiiiiiiiiiii 011iiuiiiiiiiiiiiiiiiii Prin L7 An 1 L4 iiiiiiiiiiiiiiiiii �rrrrrr�IIIIIIoiiiiiiiiiiiiii En. L4 siiiiiiiiiiiiiiAM MEI= rrrrrr�111m PA L4 $115.00 $195.00 $115.00 $140.00 $90.00 $115.00 36 8 44 $5,700 12 2 8 22 $2,690 Task 2 - Self- Assessment IDAX Tasks Training and QC Documentation and Coordination See Below 16 12 12 10 50 $5,800 16 4 16 20 4 60 $6,720 Task 3 - Stakeholder Engagement Open house (Materials, staffing, survey, etc.) Documentation and Coordination 24 8 60 92 $9,720 12 2 20 34 $3,570 Task 4 - Barrier Removal Design audit Barrier removal methods Documentation and Coordination 24 34 8 66 $8,240 20 6 12 12 50 $6,230 12 4 12 12 40 $4,920 Task 5 - Implementation Schedule Barrier Prioritization Planning Level cost estimates Schedule development Documentation and Coordination 16 2 12 40 70 $7,210 12 2 24 38 $3,930 16 2 12 30 $3,310 20 2 24 46 $4,850 Task 6 - Draft and Final Plan Draft Plan and (2 rounds of edits) Final Plan Consultation on city elements Deferred Deferred Deferred Task 7 - Pedestrian Crossing Study 4 20 19 43 $4,970 Other Multiple Tasks (Endelman and Associates) See Below Total Hours 240 42 40 90 261 12 685 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII LLL $27,600 Application VIII I Business Meals $5,000 Mileage $225 Miscellaneous Models /Renderings /Photos Parking Records Filing Registrations Reproductions Shipping /Courier Specialty Software Supplies Traffic Accident Data Traffic Count Vendors Travel, Hotel, Taxi, & Air Fare Sub Total 225 lifililieltdentl $8,190 $4,600 $12,600 $23,490 Subconsultants: 1 2 3 4 5 $1,380 IIIIIIIIIIII000 0 uiiiii,,,,, IDAX $21,000 Endelman and Associates $5,000 Sub Total 00000000000000 64'1' $26,000 11111111111111MEZ211 Cost Estimate Prepared on: 6/9/2015 31