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