Loading...
HomeMy WebLinkAbout22-090 - David Evans & Associates, Inc - Land Surveying Services: PW Administration Building ProjectCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 22-090(a) Council Approval 6/5/23 CONTRACT FOR SERVICES Amendment No. 1 Between the City of Tukwila and David Evans & Associates, Inc. That portion of Contract No. 22-090 between the City of Tukwila and David Evans & Associates, Inc. is hereby amended as follows: Section 1 Pro'ect Desi • nation: The Consultant is retained by the City to perform Land Surveying services in connection with the project titled Tukwila Public Works Shops Maintenance & Engineering East Campus Project (originally titled Public Works Administration Building Project). Section 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. Section 4 Payment: The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: Payment for the work provided by the Consultant shall be made as provided on Exhibit "A" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $45,500.00 (including estimated expenses) without express written modification of the Agreement signed by the City. The total amount for this amendment is $20,500. All other provisions of the contract shall remain in full force and effect. Dated this 17th day of August , 2023. CITY OF TUKWILA DAVID EVANS & ASSOCIATES, INC —DS DocuSigned by: ikP QUA, deUloc,r� F89FE09132B402... Allan Ekberg, Mayor 8/17/23 08/07/23 John Christensen, Survey Manager ATTEST/AUTHENTICATED APPROVED AS TO FORM DocuSigned by: DocuSigned by: LaViSf(1 61-10.41.61 E6AL d„. 88678483CB594E7... 5E4990A4165E452... Office of the City Attorney Christy O'Flaherty, MMC, City Clerk CA Revised December 2016 Page 1 of 1 I /kV II ID II.../'i�-'��,, IN S 6,P C( I /r p, g E 1 1N August 01, 2023 City of Tukwila c\ o Matt Strutynski 6300 Southcenter Blvd. Tukwila, WA 98188 RE: TUKA00000019 -Tukwila Public Works Administration Building Matt, David Evans and Associates, Inc. is pleased to provide you with our proposal for updating the existing topographic survey of the Tukwila Public Works Administration Building Property. Our proposed scope of work is described in Attachment A will be performed on a time and expense basis with a Not to Exceed cost. For budgeting purposes, we estimate the costs to be as follows: Task 003 — Update Topographic Survey $16,000 Task 004 — APS Utility Locates $4,500 Task 005 — Meetings & Consultation As Requested If our proposal is acceptable, we have assumed that work will be performed under the Contract Number: 22- 090 with David Evans and Associates, Inc. on July 26, 2022. We greatly appreciate the opportunity to provide you with our proposal and I look forward to working with you. If you have any questions or comments regarding the enclosed, please contact me at (425) 415-2065 or at john,christensendeainc,com. Thank you. Sincerely, DAVID EVANS AND ASSOCIATES, INC. John P. Christensen, PLS Survey Manager Geomatics 1 Puget Sound Region Enclosure 20300 Woodinville Snohomish Road NE Suite A Woodinville Washington 98072 Telephone: 425.415.2000 Facsimile: 425.486.5059 ATTACHMENT A — SCOPE OF SERVICES to Additional Services Authorization No. 1 dated August 01, 2023 between CITY OF TUKWILA and DAVID EVANS AND ASSOCIATES, INC. TASK 003 — UPDATE TOPOGRAPHIC SURVEY This task includes: • Perform field survey to locate additional information per "Exhibit A — Survey Area". • Update existing base drawing at an appropriate scale showing the location information noted above together with the topographic relief shown via contours of equal elevation at a 1 -foot contour interval. This task does not include: • Resolution of physical encroachments/occupation that may be disclosed by field survey. • Discovery of easements or other matters materially affecting the property which are not disclosed by the title report. Assumptions: • Vertical Datum for this map will be NAVD 88 Datum. • A published and acceptable bench mark exists within 1/2 mile of the project, and within 250 total vertical feet. FEE: Time and Expense (Not to Exceed = $16,000) TASK 004 — APS UTILITY LOCATES (SEE ATTACHED) TASK 005 — MEETINGS & CONSULTATION This task includes: • Meetings and consultation with the Client, regulatory agency staff and other parties as necessary to respond to requests of the Client which lie outside the scope of the other tasks in this Agreement. • Additional administrative time (beyond the initial submittal) required to process and respond to requests for prints, billing, copies, etc., of plans, reports and other information. Assumption: • To the extent practical, all work on this task shall be performed only as authorized by the Client or Client's Authorized Representative. If work is required/requested by another party, the Client is to be informed of the work and authorization shall be obtained prior to proceeding. FEE: Time and Expense GENERAL NOTES AND ASSUMPTIONS FOR ALL TASKS 1. Fees billed at time and expense are calculated according to Consultant's standard hourly rate schedule in effect at the time the work is performed. Standard hourly rates are subject to annual adjustment. 2. Fees do not include reimbursable expenses. Reimbursable expenses will be billed under separate task according to contract terms. 3. Client may authorize additional services by email or signed field authorization ticket. 20300 Woodinville Snohomish Road NE Suite A Woodinville Washington 98072 Telephone: 425.415.2000 Facsimile: 425.486.5059 aIIIIP 111110 ..1 111111111 l EXHIBIT A — SURVEY AREA ipric ��d� e,w111u1u�' ISI ';„rP uuuuu \\ �.�a%IIumo1I 1111111111111111 lll1,1ll W� „; .Hill Ili IIIIIIOuuu ,11 uluulluuuuuul IIII uhlllUl I i1 .i "�j 1 (((((((uillitiiiiiiiiliii ®1 Y(l @I 4:4��a°• ,Wk 11111111 10 III IN 111111111111111111111111111111111111111111111119 ,�,o '��mf14V INN i 41V�coolv1Np„ ” 10, 9 ,' °�I�V a '� Ix y l 1 iVMi@ 11I I��i �IIuI14i: PORTI N'W 1;41;4 t_■ i1+.M C" M" LEGAL DEDC p1ap5i s'r4sVi"4pi,4'� Um „lk 'a I ti 20300 Woodinville Snohomish Road NE Suite A Woodinville Washington 98072 Telephone: 425.415.2000 Facsimile: 425.486.5059 ATTACHMENT B — HOURLY BILLING RATES PUGET SOUND REGION 2023 SURVEY and GEOMATICS HOURLY RATES (Effective Date April 01, 2023 — Subject to Change April 01, 2024) PROFESSIONAL CLASSIFICATION HOURLY BILLING RATE ADMINISTRATIVE Project Accountant $100 - $143 Administrative Assistant $100 - $135 Project Coordinator $90 - $135 SURVEYING and GEOMATICS Survey Manager $200 - $240 Project Surveyor $165 - $210 Survey Analyst $140 - $170 Office Survey Technician $105 - $145 Party Chief $120 - $170 Field Survey Technician $80 - $105 GIS Analyst $135 - $160 Remote Pilot $110 - $160 Flight Operations Manager $190 - $220 NON -LABOR EXPENSES Static 3-D Laser Scanner $590.00 per day Mobile Mapping System $5,000.00 per day sUAS Tier 1 Inspection $100.00 per day sUAS Tier 2 Mapping $500.00 per day sUAS Tier 3 HD Sensor / RTK Aircraft $900.00 per day sUAS LiDAR $3,500.00 per day Mileage Current IRS Rate Per Diem: Meals / Lodging Current GSA Rate Other Expenses Cost plus 10% 20300 Woodinville Snohomish Road NE Suite A Woodinville Washington 98072 Telephone: 425.415.2000 Facsimile: 425.486.5059 Applied Professional Services, INC. August 3, 2023 City of Tukwila Fleet and Facilities Building Project Project Scope: Utility Locating APS, Inc. will utilize utility designating equipment to safely and strategically locate all known underground utilities based off the scope provided by David Evans & Associates. Non -Conductible Locates/CCTV: APS will perform Non -Conductible Locating or CCTV inspections of the area described in the scope provided by the client. APS will mark all storm and sewer lines with APWA approved paint, stakes or flags for anything located within a vegetation area. APS can provide an approximate depth to the sonde, but the accuracy depends on overall depth of utility as well as the pipe material. Using a pipe crawler or lateral launch technologies, APS will record pipe condition notating any pipe defects such as belly's in the pipe, root intrusions, sediment build up and pipe joint offsets. Deliverables: • Paint marks using APWA colors painted on the ground. • Photos can be provided with prior arrangements. • CCTV ONLY- Drobox Link to video inspections, and a spreadsheet showing pipe defects. SERVICE PROVIDED COST / UNIT EST. HRS/UNITS TOTAL COST (NON -CONDUCTIBLE) LOCATING $ 235.00 8 $ 1,880.00 PROJECT COORDINATION $ 100.00 6 $ 600.00 FLAGGING & TC (plus 10%) $ 185.00 8 $ 1,628.00 TOTAL PROJECT ESTIMATE $ 4,108.00 Project Site Address • 11231 E Marginal Way S. Tukwila, WA 98168 Contact Information: CLIENT: David Evans & Associates John Christensen 20300 Woodinville Snohomish Rd A Woodinville, WA 98072 (425) 415-2065 Authorization to Proceed The undersigned hereby acknowledges the terms and conditions of this agreement and authorizes APS, Inc. to proceed according to the project scope and cost. David Evans & Associates City of Tukwila Fleet and Facilities Building Project Name: Date: City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 22-090 Council Approval N/A CONSULTANT AGREEMENT FOR LAND SURVEYING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and David Evans and Associates, Inc, 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 Land Surveying services in connection with the project titled Public Works Administration Building Project. 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 December 31, 2023, 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 December 31, 2023, 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 "A" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $25,000 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. 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. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. 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. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. 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. G. 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. 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. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 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. 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: John P. Christensen, PLS David Evans & Associates, Inc. 20300 Woodinville/Snohomish Rd NE, Suite A Woodinville, WA 98072 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. CA revised May 2020 Page 4 DATED this 26 day of July , 20 22 CITY OF TUKWILA CONSULTANT DAVID EVANS AND ASSOCIATES INC HP Allan Ekberg, Mayor 08/03/2022 Digitally signed by John Christensen DN: C=US, John Christensen E=joh n.christensen @dea inc. co m, O=DEA Engineers INC, OU=Survey and Geomatics, CN=Jahn Christensen By: Date: 2022.07.26 11:40:24-07'00' Printed Name: John Christensen Title: Survey Manager Attest/Authenticated: Approved as to Form: eh Q4 h4.rq oe• o _Sa 'IZe Key. 67.21.aclecacloc.fie.c1,52fc67af, City Clerk, Christy O'Flaherty Office of the City Attorney CA revised May 2020 Page 5 EXHIBIT A DAVID EVANS AND ASSOCIATES INC. June 20, 2022 City of Tukwila c\o Matt Strutynski 6300 Southcenter Blvd. Tukwila, WA 98188 RE: Proposal for Public Works Administration Building Project Selection Committee: I am pleased to provide you with our RFP and cost estimate for the Request for Proposal Land Surveying Services for City of Tukwila Public Works Administration Building Project. We can begin the process two weeks after the notice to proceed and will be completed a month after the beginning the field work. Our proposed scope of work is described below and will be performed on a time and expense basis, with a Not to Exceed Cost, so if we can complete the field work and drafting faster, it could cost less. For budgeting purposes, we estimate the total cost to be about $25,000. The cost is broken down as follows: Task 001— Boundary Survey $5,000 Task 002 — Topographic / Wetland Survey $20,000 Task 003 — Miscellaneous Survey Services Time and Expense We greatly appreciate the opportunity to provide you with our RFP and I look forward to working with you. If you have any questions or comments regarding the enclosed, please contact me at (425) 415- 2065 or at iohn.christensen@deainc.com Thank you. Sincerely, DAVID EVANS AND ASSOCIATES, INC. Christensen, PLS Survey Manager Geomatics 1 Puget Sound Region EXHIBIT A DAVID EVANS AND A HOURLY BILLING RATES PROFESSIONAL CLASSIFICATION HOURLY BILLING RATE ADMINISTRATIVE Project Accountant $100 - $138 Administrative Assistant $100 - $135 Project Coordinator $90 - $115 SURVEYING and GEOMATICS Survey Manager $195 - $240 Project Surveyor $160 - $200 Survey Analyst $140 - $160 Office Survey Technician $100 - $140 1 Person Survey Crew $165 Party Chief $105 - $150 Field Survey Technician $80 - $100 GIS Analyst $128 - $150 Remote Pilot $110 - $160 Flight Operations Manager $190 - $220 Expert Witness $350.00 NON -LABOR EXPENSES Static 3-D Laser Scanner $590.00 per day Mobile Mapping System $5,000.00 per day Mileage Current IRS Rate Other Expenses Cost plus 10% Effective April 1, 2022 — Subject to adjustment on April 1, 2023. Qualifications Land Surveying and Geomatics Services June 2022 EXHIBIT A a CITY OF TUKWILA Executive Summary David Evans and Associates, Inc. (DEA) has been providing land surveying services to clients since 1976, and in Puget Sound since 1978. We have 27 Washington licensed professional land surveyors and run 14 survey crews out of four local offices. Our services on this project will be performed from our Bellevue office with our staff who are located there. Our surveying and geomatics team in Puget Sound numbers 54, thus we have the capacity and availability to do variety of projects at any one time. Our submittal includes further information on our company, our areas of specialization, and our breakdown of surveying and geomatics personnel in the Puget Sound region. We have included our project experience and past performance on educational and other projects which best represent our recent experience. We have included our approach to this project and information on our key personnel and our team make up. And lastly, we have included three references who can provide you information on the services we have provided them on their projects. But what sets DEA apart—even more than the quality of our work—is the quality of our relationships and the commitments we make. Our goal is to deliver desired outcomes through excellent project solutions and a superior client experience. The DEA Difference is reflected in six commitments we make to our clients, and the seriousness with which we make them. We believe that clarity of expectations, effective communication, accountability, collaboration and teamwork, and initiative and creativity are the necessary building blocks for any trust -based relationship. These five commitments engender trust, our sixth commitment. Taken together, our six commitments create authentic, meaningful relationships, desired outcomes, and a unique client experience --the DEA Difference. Mg IEDEA TtbT Difference Clarity of expectations Effective communication Accountability Collaboration and teamwork Initiative and creativity Trust Company Profile Firm Identification _ s David F. Evans,`PE 'PLS 1 Founder (retired) The history of DEA is one of entrepreneurial individuals staking a claim in the consulting engineering services industry with a simple philosophy of "hiring outstanding professionals and giving them the freedom and support to do what they do best." It is the story of how talent and an inspiring philosophy ignited — allowing a two - person firm in Portland, Oregon to grow and diversify into an ENR Top 500 Design Firm who are committed to serving private and public sector clients across the nation. DEA was founded by David F. Evans, PE, PLS, and David H. Gould on April 1, 1976 in Portland, Oregon. Since then, DEA has become a recognized leader in the design and management of complex transportation, land development, energy and water resources projects nationwide. DEA supports the efforts of more than 800 employee owners and maintains offices in Washington, Idaho, Arizona, California, Colorado, Mississippi, Oregon, South Carolina, Texas, Utah, and New York. Of these 800, 150 technical and professional staff members are dedicated to the Surveying and Geomatics team. DEA has six offices in Puget Sound with surveying services being located in four of those offices. Woodinville will be our primary office location for this contract. If necessary, we can also utilize staff from our Tacoma, Bellevue, and Everett offices. 271 WASHINGTON LICENSED LAND SURVEYORS 141 2 -PERSON FIELD CREWS 1 REGIONAL SURVEY STAFF LOCAL SURVEY OFFICES WOODINVILLE OFFICE 20300 Woodinville Snohomish NE, Suite A Woodinville, WA 98072 (425) 415-2000 David Evans and Associates, Inc. _and Surveying Servic 1 June 2022 Page 1 CITY OF TUKWILA EXHIBIT A 0 Areas of Specialization When David Evans started DEA, he offered land surveying as a support service to his land development client base, but that soon changed. Following his philosophy and hiring key survey personnel, the survey team began to grow. Today, the surveying and geomatics team at DEA is a dynamic and self-sufficient team and has been for many years. Our land survey team provides the full range of traditional land surveying services and a unique compliment of specialty surveying services to many federal, state and local agencies in the transportation, water, energy and land development markets throughout the Western United States. These services include: Traditional Land Surve in. Service 000000000000 Construction Surveys Boundary/Cadastral Surveys Topographic Mapping Legal Descriptions Plat Maps ALTA Surveys Right of Way Replacement Map Checking Services Records of Survey Monumentation Perpetuation Global Positioning System (GPS) Surveys Control Surveying Field to Finish Mapping 1 S•ecial Land Surve in. Servi • Mobile Laser Scanning and Mapping • Static Laser Scanning and Mapping • Asset Management • Geographic Information Systems (GIS) • 3D Utility Mapping • Constructability and Conflict/Clash Detection • Civil Information Modeling (CIM) • Building Information Modeling (BIM) • Small Unmanned Aerial Mapping (sUAS) • Single -Beam Hydrographic Surveys • Multibeam Hydrographic Surveys • Vessel Mounted Mobile Laser Scanning • Side Scan Sonar Size and Breakdown of Personnel The following table is a breakdown of our Puget Sound surveying and geomatics personnel. Each is broken down by office location, office survey lead, office staff, and field staff. Sean Douthett, PLS — Puget Sound Region Survey Lead Gil Laas, PLS — Poet Sound Re.ion Delive Lead Bellevue Office Everett Office Tacoma Office Woodinville Office Stephen Phillips, PLS, Lead Gil Laas, PLS, CFedS, Lead Adam Lawson, Lead John Christensen, PLS, Lead Office Staff Adam LaPlant, PLS Ken McAfee, PLS Evan O'Brien Mike Root, PLS Joey Cabana Field Staff Seth Binkley Martin French Danila Popov Nick Magee Eric Vestal Office Staff Matthew Chatterton Eric Glaves, PLS Field Staff Clay Aldridge, PLS Zack Aldridge William Currie Ryan Smith Office Staff Brandon Harr Greg Junkar, PLS Matt Kumpula, PLS Mark Harrison, PLS Devin Maloney Trevin Sada Kim Stone Field Staff Craig Moore, PLS Jacob Casement Jay Dunn Marcus Heideman Keith Johnson Jay McCombs Office Staff Vance Blue, PLS Bobby Johnson, LSIT Charles Cornwell, PLS Aaron Jennings Mary McDowell, PLS Sig Sorensen Field Staff Kelly Carothers Rick Alexander Jeff Bearson Boga Dindi Greg Kistner Matt Harju David Evans and Associates, Inc. _and Surveying ServicE,, I June 2022 I Page 2 CITY OF TUI(WILA EXHIBIT A Project Experience and Past Performance Over the course of 44 years, DEA has endeavored to find the best solutions for our clients, bringing forward innovation and creativity that not only meet our clients' schedules and budgets, but gives back to the greater community. The following projects provide a sample of our work. This experience was chosen because they best represent our recent similar experience. NW Bellevue Walkwa s and Safet Im ' rovements, 100th Avenue NE, Bellevue, Washin ' ton Initial Budget: $31,660 Final Budget: $31,334 Timeframe from Completion of Field Work and Draft Survey: 20 days Timeframe from Recei•t of Comments and Final Surve : 5 da s DEA was tasked by the City of Bellevue to prepare a right of way and topographic survey along 100th Avenue NE from NE24th Street to just south of NE 17th Street. The survey was performed to be used by the City as the basis of designing pedestrian safety improvements including sidewalks and ADA ramps. The survey included edge of pavement, curb, back of sidewalk, roadway centerlines, underground utilities, sewer, storm drain rim, inverts, and bottom of structure elevations. The topographic survey was developed using AutoCAD Civil 3D. A PDF was provided to the City along with hard copies, a point file containing coded survey data, and a Civil 3D Surface. kaga, ����ra�iiif'ri��■'t:i�ta►u�:�:�ini��� Initial Budget: $53,000 Final Budget: $48,561 Timeframe from Completion of Field Work and Draft Survey: 30 days Timeframe from Recei i t of Comments and Final Surve : 5 da s DEA was tasked by the City of Bellevue to provide a boundary and topographic survey of Surrey Downs Park in support of a park redevelopment project which was a former elementary school site. The purpose of this project was to verify and accurately depict the location and dimensions of property lines, rights of way, easements and the existing topographic features. High accuracy GPS systems were utilized to establish property and right of way limits and their relationship to as -built features and laser scanning systems (LiDAR) were deployed to collect the majority of on-site features. This resulted in a high accuracy survey that was sufficient to determine encroachments and support civil engineering design. Over the course of the design project several adjacent property owners expressed concerns over the projects and the laser scanning data was utilized to analyze the situation and address the concerns without a need to dispatch survey crews. The final deliverables were prepared in a format flexible enough to support GIS systems, civil design, planning and real estate efforts. David Evans and Associates, Inc. _and Surveying ServicE,,I June 2022 Page 3 CITY OF TUKWILA EXHIBIT A o Columbian Wa Mobile Ma in Surve , Seattle, Washin ton Bellevue Communi Colle• e Student Success Center, Bellevue, Washin ton Initial Budget: $73,632 Final Budget: $73,632 Timeframe from Completion of Field Work and Draft Survey: 40 days Timeframe from Recei. Comments and Final Surve : 5 da s As part of an on-call survey contract with the Seattle Department of Transportation, DEA was tasked to provide mobile laser scanning, topographic mapping and a boundary survey for portions of South Columbian Way to be used as a basis for roadway improvement design. DEA utilized mobile laser scanning to collect detailed laser scan data throughout the project limits. Digital photography was acquired while performing the mobile scanning and provided in an electronic format with a geodatabase that mapped the locations, hyperlinked to the photos. From the scan data, 3D break lines and point features were developed based on SDOT CAD standards. The features mapped included manmade surface features and ground topography with one -foot ground elevation contours. Deliverables included Civil 3D topographic base map in both 2D and 3D formats, DTM, right of way and property base, and digital photography. Initial Budget: $33,304 Final Budget: $33,117 Timeframe from Completion of Field Work and Draft Survey: 20 days Timeframe from Recei•t of Comments and Final Surve : 5 da s • DEA was asked to provide a topographic and boundary survey for a portion of the Bellevue College Campus in Bellevue. The topographic survey included locating the adjacent property structure, fences, signs, above -ground utilities, curbs, walks, stairs, walls, trees and drainage structures. The survey also included legal descriptions of the property, control surveys and right of way surveys, as well as underground utility location services performed by a subconsultant. '11;l f lIT,I'd!r' 1 '1!11r•an:rftianiak.J� Initial Budget: $11,800 Final Budget: $11,800 Timeframe from Completion of Field Work and Draft Survey: 15 days Timeframe from Recei.t of.., ents and Final Surve : 3 da s DEA was tasked by the City of Seattle to prepare a topographic survey for both projects and provided deliverables in compliance with the City of Seattle CAD drafting standards. Survey control was established and tied to existing City of Seattle control. DEA used laser scanning to capture the topographic data and supplemented it with conventional survey methods. Mapping was produced to show visible surface features, including utilities, and ground represented by 0.5' contour intervals. Emphasis was placed in the collected elevations to determine ADA compliance. Deliverables included a digital CAD file together with field notes, photographs and additional information that was collected on each site. Final CAD deliverables were provided in Civil 3D. David Evans and Associates, Inc. _and Surveying ServicE,,I June 2022 Page 4 EXHIBIT A CI CITY OF TUKWILA Project Approach Our project approach includes establishing a single point of contact to respond to all requests. John Christensen, PLS will be your single point of contact and will function as DEA's project manager. John has experience developing thorough and concise scopes, realistic project schedules and budgets, assigning the best team to fit project specific needs, and meeting tight deadlines. We save our clients time and money through close communication with the project team, agency staff, and private consultants. DEA's approach begins at the scoping stage where questions are asked to determine significant project needs and concerns. The following are typical items that define our approach: Scoping the Project 1 Knowing overall project goals and scope is vital to ensuring a successful survey. Time spent up -front to understand your expectations will save money in the long -run. DEA project managers are required to provide a comprehensive scope, budget, list of deliverables, and schedule prior to dispatching survey crews to a project site. Realizing that no two survey projects are exactly alike is a key factor in developing a comprehensive scope. Whether a site visit is required or a simple phone conversation will suffice, John will work together with your staff to review the project needs to develop a scope, budget, list of deliverables, and schedule that meets the your goals. Budget, Schedule and Methodology 1 DEA considers the client's timeline and budget to be extremely important. Our first-hand knowledge and experience deliver both efficiency and accuracy. Every survey is carefully planned, performed, verified and quality checked in order to provide our clients with the highest quality product. DEA will see that the proposed survey meets the City of Tukwila's survey requirements. We will work directly with a utility company for underground utility locations and a utility locate company will mark the underground utility locations, and non -conductible locates. DEA will then have a field crew perform a full boundary and topographic survey. DEA will prepare an AutoCAD Civil 3D base map of the site including all the field survey information, boundary lines based on the legal description per the title report. Safety and Working in Public Spaces 1 Knowing safety concerns in advance will allow DEA to determine if permits, right of entry, or traffic control are required prior to commencing field work. DEA's field staff are certified for traffic control, HAZWOPR certified, BNSF and UPRR safety training, carry TWIC, and are trained in CPR and first aid. If site conditions warrant specific safety training/equipment, this will be addressed before dispatching crews. DEA will gain an understanding of potential adjacent property owner concerns, will contact neighboring properties to seek permission prior to entering the property, and will seek formal right -of - entry. Our experience of working with government and municipal entities gives us a great understanding of the project needs and visualization within the community. DEA understands the requirements of being in the public eye on any municipal project. We strive to perform at the highest level and with the greatest of care for safety, so any public works project is seen with the upmost professionalism by our team. At DEA, we hold weekly (sometimes daily) safety meetings with the David Evans and Associates, Inc. 1 June 2022 1 Page 5 EXHIBIT A CITY OF TUKWILA field crews to see we are meet OSHA standards we also are adhering to all COVID-19 requirements set by the Center for Disease Control and Washington State. Application of Tools & Technology 1 DEA owns advanced data collection tools and is an industry leader in laser scanning and asset collection. While most of our projects employ traditional survey methods, DEA can readily dispatch high technology tools where they aid in efficiency and cost reduction. Our crews are equipped with high accuracy GPS equipment connected to the Washington State Reference Network, fully robotic total stations, and an entire compliment of supporting gear. In addition to our traditional survey equipment, DEA employs advanced surveying technologies such as drones, vehicle and vessel based mobile laser scanning, static laser scanning, multibeam hydrographic sensors, side scan sonar, and more. John knows how to apply traditional and advanced surveying technologies and will work closely with you to determine the best approach for this project. Utilizing the proper tools can result in reduced cost and schedule. Project Management and Execution 1 Once a task order is executed, John will take on the role of coordinator, communicator, and oversight. A project kick-off meeting will take place where the team is given the scope and budget to review the project details and critical concerns. Overall project status will be continually monitored and updates provided to the City on a weekly basis, or more often if needed. John will oversee ongoing office calculations, drafting, and confirm the deliverable quality and completeness. Communication Plan 1 The DEA team will maintain a collaborative work environment that enhances efficient communication and project delivery, while maintaining consistency through a single point of contact. This includes holding partnering sessions and kickoff meetings to clarify items in and out of scope, which will allow us to begin each project with a clear understanding of your needs and expectations. John will work with your staff to understand the needs of the project and determine who on the team is most appropriate to complete the work. John will be the main point of contact and will continually monitor the quality of the work being provided, verify it meets and exceeds your needs, and make adjustments as necessary. Quality Control 1 DEA's quality program begins at the outset of a project with the assignment of a quality manager and a project specific quality management plan. Our project setup form includes a section that must be completed by the project manager and quality manager before the project is activated in our system, confirming a quality management plan has been prepared. Our project managers are required to retain quality review documents, such as checklists and red- lined check prints in the project files. DEA's internal auditors check the project files to verify that quality reviews have been completed. WHY SELECT DEA? A proven project manager who has worked on many educational projects An abundant local team to provide reliable surveying services A team with experience that understands your requirements and needs Four local office locations to serve you. We want to work with you as City of Tukwila is a vital and instrumental part of our community David Evans and Associates, Inc. _and Surveying ServicE,,I June 2022 Page 6 CITY OF TUKWILA EXHIBIT A Team and Team Organization The DEA staff members assigned to this team have the experience and capabilities to provide the City of Tukwila with quality land surveying services. DEA has a proven ability to respond quickly and effectively to your needs and has staff available for projects under this contract. We feel our current experience and our commitment to this contract will allow us to provide you with the best possible services. Bios and resumes follow this organization chart. City of Tukwila Project Manager John Christensen, PLS DEA Office Task Lead Vance Blue, PLS 14 Project Surveyors 11 Office Technicians Quality Manager Charles Cornwall, PLS Field Task Lead Kelly Carothers 1 10 Party Chiefs 15 Field Technicians PriMMIRMETIIMPITMW John will serve as project manager and will be the main point of contact for the City of Tukwila. As project manager, he will be responsible for orchestrating DEA project resources. He will use well-defined project management procedures to maintain budgets, enhance communications, document activities, and facilitate a quality product. John's background includes both office and field survey work. His 20+ years of survey experience includes many topographic surveys. Years of Ex s erience: 24 Charles Cornwall, PLS — Qualit Mana s er Years of Ex . erience: 26 Charles will serve as quality for this contract. As quality control manager, he will see that DEA's proven QA/QC program is implemented so work products are completed to an established level of quality. Charles will assist John on this project, when needed, to verify that your expectations are met. Charles brings extensive technical knowledge to this project from his work on previous projects. Vance Blue, PLS — Office Sur Lead 1 Years of Ex s erience: 28 Vance will serve as office survey lead for this project. He will be responsible for overseeing the project surveyor and office technicians assigned to this project. Vance's combination of field and office experience enables him to quickly solve issues and provide solutions. Kell Carothers — Field Surve Lead Years of Ex . erience: 21 Kelly will serve as field survey lead for this contract and will be responsible for scheduling the field crews for this project. He will check in with them regularly to see that the project is being performed to the highest standards. David Evans and Associates, Inc. _and Surveying Servic 1 June 2022 Page 7 CITY OF TUI(WILA EXHIBIT A o Availability and Capacity The ability to respond quickly and efficiently to our clients is critical. DEA's intent is to operate as an extension of your staff, providing effective, high-quality products and services. DEA's Puget Sound staff of land surveyors enables us to meet a wide range of needs, as well as assign adequate resources to meet tight time schedules. The DEA team established for this project is fully capable and available to perform all necessary work orders. DEA's maintains a regional staff of 54, enabling us to fully staff small, medium, and large-scale projects. The current and projected obligations of key team members have been evaluated in comparison to the potential demands of this project. The schedule for this project will be incorporated with other staff project schedules at the beginning of the contract and at monthly intervals, to avoid workload conflicts and to allow proposed staff to be available to complete the project. Our goal is to proactively identify potential workload conflicts before they occur and resolve potential conflicts with the critical paths of this project to make sure staff are available. Our project manager, John Christensen, PLS, will manage workload such that the project is staffed adequately and schedules are maintained accordingly. David Evans and Associates, Inc. _and Surveying ServicE,,I June 2022 Page 8 EXHIBIT A www.deainc.com Social Connections in it f Tube