HomeMy WebLinkAboutCOW 2015-06-22 Item 3B - Agreement - Americans with Disabilities Act (ADA) Transition Plan with Transpo Group USA for $104,200COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date Pre ared by M ayor review Council review
06/22/15 BG C
111= 1 IT, IIZIV7C7JiI_ %IK LI
ITEMNO.
Spec 2.D.
15
STAFF SPONSOR: BOB GIBERSON
ORIGINAL, AGENDA DATE: 06/22/15
AGENDA ITEM TITLE Americans with Disabilities Act (ADA) Transition Plan
Consultant Agreement with The Transpo Group USA, Inc.
CATEGORY ❑ Discussion
Mtg Date
® Motion
Mtg Date 06122115
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
[:]Other
Mtg Date
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police ® PW
SPONSOR'S This contract is to prepare Tukwila's ADA Transition Plan. Compliance with current federal
SUMMARY ADA design features is required on all city, state, and federal facilities and infrastructure.
Three consulting firms were interviewed and The Transpo Group was considered the most
qualified. The contract will provide an assessment of the City's infrastructure, including
known ADA deficiencies and begin development of an ADA Transition Plan. Council is being
asked to approve the contract with Transpo in the amount of $104,200.00.
REVIEWED BY ❑ COW Mtg. ❑ CA &P Cmte ❑ F &S Cmte ® Transportation Cmte
❑ Utilities Cmte ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 06/15/15 COMMIT"T"EE CHAIR: JOE DUFFIE
RECOMMENDATIONS:
SPONSOR /ADMIN. Public Works Department
COMMITTEE Unanimous Approval; Forward to C.O.W. & Special Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$104,200.00 $105,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS (PAGE 20, 2015 CIP)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
06/22/15
MTG. DATE
ATTACHMENTS
06/22/15
Informational Memorandum dated 06/12/15
Page 20, 2015 CIP
Consultant Agreement, Scope of Work, and Fee
Minutes from the Transportation Committee meeting of 06/15/15
15
16
City of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Transportation Committee
FROM: Bob Giberson, Public Works Director
BY: Dave Sorensen, Project Manager
DATE: June 12, 2015
SUBJECT: Americans with Disabilities Act (ADA) Transition Plan
Project No. 91510405
Consultant Selection and Agreement
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 over
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 3rd 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
W APW Eng \PROJECTS\A- RW & RS Projects\ADA Transition Plan (91510405) \Consultant Selection \TC Docs \Final Docs to TC \Info Memo Consult Select & AG Transpo 06- 12- 15.docx 17
W-1
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 19
20
City of Tukwila Contract Number:
• 6200 Southcenter Boulevard, Tukwila WA 98188
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.
21
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:
CA revised : 1 -2013
22
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.
Page 2
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.
CA revised : 1 -2013
Page 3
NKI
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.
CA revised : 1 -2013
24
Page 4
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 day of
CITY OF TUKWILA
Mayor, Jim Haggerton
Attest /Authenticated:
City Clerk, Christy O'Flaherty
CA revised : 1 -2013
, 2014
CONSULTANT
By:
Printed Name:
Title:
Approved as to Form:
Office of the City Attorney
Page 5
25
26
EXH I BIT "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 § 3SAS0 (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 1— Project Management 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
27
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 (—S 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.
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.
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.
29
• 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.
.-1to
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
30
Task 5 — 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.
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
31
meet the requirements ofADA Title 11. 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. PerADA Title 11 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 ofADA 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.
32
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.
33.
34
Transpo Group USA, Inc.
Exhibit B - Cost Estimate Worksheet
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:
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
initials
job title
cost rate
ct
Quality
42
Project
GIS/
Project
ger
Control
GIS Admin
Engineer
Graphics
Admin
R
$12,600
$23,490
$1,380
44
$5,700
L3
Prin L7
An I L4
En L4
En L1
PA L4
.00
$195.00
$115.00
$140.00
$90.00
$115.00
f
Task 1 - Project Management and Coordination
Total Hours 240
42
40
7740
261
12
0 ,-
4�$tx
ME,
Project Management
36
8
$4,600
$12,600
$23,490
$1,380
44
$5,700
Billing
12
2
2
Business Meals
3
8
22
$2,690
5
Models /Renderings /Photos
6
Parking
7
Records Filing
8
Registrations
9
Task 2 - Self- Assessment
10
Shipping /Courier
11
Specialty Software
12
Supplies
13
Traffic Accident Data
IDAX Tasks
Traffic Count Vendors
15
Travel. Hotel. Taxi. & Air Fare
See Below
Training and QC
16
12
12
10
50
$5,800
Documentation and Coordination
16
4
16
20
4
60
$6,720
Task 3 - Stakeholder Engagement
Open house (Materials, staffing, survey, etc.)
24
8
60
92
$9,720
Documentation and Coordination
12
2
20
34
$3,570
Task 4 - Barrier Removal
Design audit
24
34
8
66
$8,240
Barrier removal methods
20
6
12
12
50
$6,230
Documentation and Coordination
12
4
12
12
40
$4,920
Task 5 - Implementation Schedule
Barrier Prioritization
16
2
12
40
70
$7,210
Planning Level cost estimates
12
2
24
38
$3,930
Schedule development
16
2
12
30
$3,310
Documentation and Coordination
20
2
24
46
$4,850
Task 6 - Draft and Final Plan
Draft Plan and (2 rounds of edits)
1 ! ,
r
u -„ /, °� io2
Gf', rr %/
. , r �1�! .. %a0
„ l s
s JJh /r
}!` f'
i i i
✓ %,' %,
"; f!
i�
„'�,
Deferred
Final Plan
Consultation on city elements
Deferred
Deferred
Task 7 - Pedestrian Crossing Study
4
20
19
43
$4,970
Other
Multiple Tasks (Endelman and Associates)
See Below
Sub Total $225
Cost Estimate Prepared on: 6/9/2015
35
Total Hours 240
42
40
7740
261
12
685
err- i,'(N A,�,x,
$27,600
$8,190
$4,600
$12,600
$23,490
$1,380
%r 3'/!,
Reimbursable
1
Expenses:
Application
f Subconsultants
1 IDAX $21,000
2 Endelman and Associates $5,000
$225 3
4
5
Sub Total $26,000
Z OIIN E s rA s -Ma
2
Business Meals
3
Mileage
4
Miscellaneous
5
Models /Renderings /Photos
6
Parking
7
Records Filing
8
Registrations
9
Reproductions
10
Shipping /Courier
11
Specialty Software
12
Supplies
13
Traffic Accident Data
14
Traffic Count Vendors
15
Travel. Hotel. Taxi. & Air Fare
Sub Total $225
Cost Estimate Prepared on: 6/9/2015
35
36
City Of Tukwila
• Transportation Committee
TRANSPORTATION COMMITTEE
Meeting Minutes
June 15, 2015 — 5:15 p.m. — Foster Conference Room, 6300 Building
PRESENT
Councilmembers: Joe Duffie, Chair; Allan Ekberg, Kathy Hougardy
Staff: David Cline, Bob Giberson, Frank Iriarte, Robin Tischmak, Sorensen, Laurel
Humphrey
Guests: Brooke Alford, Lisa Krober
CALL TO ORDER: Committee Chair Duffie called the meeting to or 5 :p.
I. PRESENTATIONS
II. BUSINESS AGENDA
A. 42nd Avenue South /Allentown Roadside Barrier Pro
Staff provided an update on 42nd Avenue South /Allen " °' adside Barrier Project, which
was last before the Committee on April 015. This prod Ps initiated to study guardrail
�o er scent d Avenue South and South
and /or barrier warrants along the Du w ad �� A
115th Street, in order to prevent accid ' e al dum
p � ® g o nd provide security for
large fire apparatus. Several areas of th erbang rec ended for guardrails or
barriers. Originally these barriers were to �' steel a but based upon community
feedback on the aesthetics of these option 's ev• �� lan ���I en prepared that proposes
the use of timber guard r I new barri -ns. In ad tion, replacement of existing
concrete or steel barr er guardr /�� be considered. Use of timber guardrails
will increase the to tst of the - ect. Thee i ated construction cost for the original plan
based upon 30°' ���'sign was � 99,970.00, with timber guardrail the estimated
construction cost bd $470 The revs ' plan also includes increased costs due
to waterline and com ti �� � ,
jl` estimated total project cost is $540,500.00.
The fundin vel for 20 D des $60 r construction and $10,000 for construction
���,
mans , �� as id �� and intends to proceed with Phase 1 of this project which
ca om ple ll t i /1 in thi et. Additional funding will need to be identified and
MR
f�i,,
� � - �
ed by Counc� ''- a add -�� � 'phases can be constructed using the timber guardrail.
RMATION ONL'i
Staff is §� g Council �roval to award a construction contract to Miles Resources, LLC in
the amoun� ��` r ,344, i 0 for the 2015 Overlay and Repair Program. Miles Resources was
the low biddev eived. UNANIMOUS APPROVAL. FORWARD TO JUNE 22, 2015
COMMITTEE / WHOLE AND SPECIAL CONSENT AGENDA.
C. Consultant Agreement: Americans with Disabilities Act (ADA) Transition Plan
Staff is seeking Council approval of an engineering services contract with the Transpo Group
USA, Inc. in the amount of $104,200.00 for the Americans with Disabilities Act Transition Plan.
The Plan is necessary to address known deficiencies that will bring Tukwila into compliance
with ADA standards within a reasonable time frame. The Transpo Group was selected from
three finalists who were interviewed in person. The budget for this project is $105,000.00.
UNANIMOUS APPROVAL. FORWARD TO JUNE 22, 2015 COMMITTEE OF THE WHOLE
AND SPECIAL CONSENT AGENDA.
rGYA