Loading...
HomeMy WebLinkAbout13-043 - David Evans & Associates - Cascade View Elementary Safe Routes to School DesignCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: 13-043(f) CONTRACT FOR SERVICES Supplement #6 Between the City of Tukwila and David Evans and Associates, Inc. That portion of Contract No. 13-043 between the City of Tukwila and David Evans and Associates, Inc. is amended as follows: Section II SCOPE OF WORK: There is no change to the scope of work. Section III DURATION OF AGREEMENT: The contract duration is extended through 6/30/2015. Section IV PAYMENT: There is no change to the maximum amount payable. All other provisions of the contract shall remain in full force and effect. Q Dated this CITY OF TUKWILA day of ATTEST/AUTHENTICATED CA: 2012 , 2014 CONTRACTOR Printed Name/Title: N2 tide / APPROVED AS TO FORM City y Attorney / /AMLS Page 1 of 1 1908 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: -6_.c.4 3 CONTRACT FOR SERVICES Supplement #5 Between the City of Tukwila and David Evans and Associates, Inc. That portion of Contract No. 13-043 between the City of Tukwila and David Evans and Associates, Inc. is amended as follows: Section II SCOPE OF WORK: Additional scope of work attached (See Exhibit A). Section III DURATION OF AGREEMENT: Contract duration is extended through 12/31/2014. Section IV PAYMENT: Supplement #5 provides additional payment in the amount of $35,353 which shall be added to the contract (see the attached Exhibit 8 cost estimate), for a new maximum amount payable of $123,886. All other provisions of the contract shall remain in full force and effect. Dated this e day of CITY OF TUKWILA ATTEST/AUTHENTICATED , 2014 CONTRACTOR Printed Name/Title: /t%lainici City Clerk CA: 2012 APPROVED AS TO FORM Pity LW Attorney Page 1 of 1 EXHIBIT A SCOPE OF WORK CITY OF TUKWILA Design Construction Support for Cascade View Elementary Safe Route to School Project Prepared by: David Evans and Associates, Inc. 415 118th Avenue SE Bellevue, WA 98005 August 21, 2014 TABLE OF CONTENTS SECTION 1.00 PROJECT DESCRIPTION, DESIGN CRITERIA, AND DELIVERABLES 1 1.01 Project Description 1 1.02 Project Deliverables Furnished by the CONSULTANT 1 1.03 Responsibilities and Services Provided by the CLIENT 1 1.04 Project Assumptions 1 SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL 1 2.01 Project Management 1 2.02 Monthly Invoices/Progress Reports 2 2.03 Coordination with the CITY 2 2.04 Quality Assurance/Quality Control Review 2 SECTION 3.00 DESIGN CONSTRUCTION SUPPORT ASSISTANCE 2 3.01 Coordination Meetings 2 3.02 Design Support 2 3.03 Submittal Review 3 3.04 Record Drawings 3 SECTION 4.00 ARCHAEOLOGICAL MONITORING 3 4.01 Archaeological Monitoring 3 4.02 Archaeological Monitoring Report 4 SECTION 5.00 MATERIALS INSPECTION AND TESTING 4 5.01 Materials Inspection and Testing 4 P:ItCTUKA000000091000000N10030ContractISupplement 5 - Construction SupportITukwila - CVSRS Construct Support_Scope_2014-0821.docx City of Tukwila Scope of Work Cascade View Elementary Safe Route to School Project August 21, 2014 SECTION 1.00 PROJECT DESCRIPTION/ DESIGN CRITERIA' AND DELIVERABLES 1.01 Project Description The foliowing scope of services is for David Evans and Associates, Inc. (CONSULTANT) to provide the City of Tukwila (CITY) with design construction support services for the Cascade View Elementary Safe Route to School Project (PROJECT). Consultant services during the construction phase of the PROJECT may include, but are not limited to: attendance at coordination meetings, preparation of design updates, review of the contractor's material submittals, and other services as requested by the CITY. 1.02 Project Deliverables Furnished by the CONSULTANT The CONSULTANT shall maintain a project file for pertinent work items. The CLIENT review sets will be returned with each subsequent revision, illustrating that each review comment has been addressed as stated or how/why it was not addressed. The CONSULTANT shall deliver the following documents and products to the CLIENT as part ofthis agreement: • Monthly progress reports and invoices • Response to Request for Information (RFI5) • Drawing revisions • Archaeological Monitoring Report • Contractor Submittal Reviews • Record Drawings 1.03 Responsibilities and Services Provided by the CLIENT The CLIENT will: • Provide direction of work tasks to the CONSULTANT. 1.04 Project Assumptions • The duration of the PROJECT as outlined in this Scope of Work document is assumed to be four (4) months. • The total authorized budget shall guide the amount of construction design support services that may be provided. The CONSULTANT shall have the ability to allocate budget within the possible tasks in orderto provide requested on-caII services to the CITY. * If requested, scopes of services for future and/or additional PROJECT-related work activities will be covered under an amended or separate agreement. SECTION 2.00 PROJECT MANAGEMENT AND QUALITY CONTROL 2.01 Project Management Direction of the CONSULTANT staff and review of their work over the course of the PROJECT shall be provided. This work element includes preparing monthly progress reports that include the status of individual work elements, number of meetings attended, outstanding information required, and work items planned for the following month. u' Construction nwvomn*°ila'cVSeu Construct Support oco,e_zw-0821.docx City of Tukwila 1 Scope of Wor Cascade View Elementary Safe Route to School Project August 21, 2014 Monitoring of the CONSULTANT's budget will occur over the course of the PROJECT. This work element is intended to help monitor costs and budgets, and to propose corrective actions. These actions may include formal requests for increases, modifications, or reductions in scope and/or budget. Drawings and documents received and generated over the course of the PROJECT require review, coordination, and file management. The status of requested information will also be maintained. 2.02 Monthly Reports Monthly invoices will be prepared by the CONSULTANT per CLIENT requirements for work activities for the prior month. These invoices shall also include SUBCONSULTANT work and will be accompanied by monthly progress reports. Invoices will include back-up material for all expenses and will show approved budget and amount expended to date. Deliverables: Monthly Invoices and Progress Reports (4 total). 2.03 Coordination with the CITY The CONSULTANT's Project Manager will coordinate with the CITY's Project Manager on a continual basis for the duration of the project. Means of communication will be meetings, e'mai|s, phone calls, and technical memos. Correspondence will be documented for the project file. 2.04 Quality Assurance/Quality Control Review This work element is for the QA/}[ review of CONSULTANT deliverables by a designated QA/QC staff member of the CONSULTANT team. The review will cover documents, reports, PS&Es, and pertinent information on an on-going basis. The program entails the periodic review of study criteria, design, and assumptions, as well as concepts and presentation of product format, and assures that the overall project objectives are being fulfilled. SECTION 3.00 DESIGN CONSTRUCTION SUPPORT ASSISTANCE 3.01 Coordination Meetings The CONSULTANT shall attend coordination meetings at the CITY's request either at the City's offices, or at the project site, or via conference call to assist the CITY in addressing project issues. This work element also provides for the preparation, attendance, follow-up, and documentation of coordination meetings. These meetings will be the forums for the CITY staff and other stakeholders to provide input and guidance forthe direction ofthe PROJECT. Assumptions: • It is assumed 1 staff will attend the pre-construction meeting for 1.5 hours. 3J02 Design Support The CONSULTANT shall provide design support assistance on an as-needed basis over the course of the PROJECT. Design support may include providing: design clarifications, design revisions, assistance with responding to Request for Information (RFIs), or minor modifications to the Contract Plans. � It is assumed 3 site visits are needed for 3 hours each, attended by 1 staff for each visit. • It is assumed 4 RFIs will be handled. P m tra*ISupplememn ConstrucSonsup=rtImmwtla CVSRS Co=truct^up"rt_ncope_mw-082/ clo= City of Tukwila 2 Scope of Work Cascade View Elementary Safe Route to School Project August 21, 2014 3.03 Submittal Review The CONSULTANT shall provide submittal review assistance on an as-needed basis over the course of the PROJECT. Submittal review support may include: reviewing and providing input on the contractor's submittals of material, shop drawings, samples, traffic control plans, test reports, and other submittals for compliance with the Contract Documents. Assumptions: • It is assumed 4 submittals will be reviewed. • It is assumed the review duration for each submittal is 3 hours. 3.04 Record Drawings The CITY shall provide the CONSULTANT with the consolidated, red-lined drawings prepared by the contractor in accordance with Section 1'05.5 of the Project Specifications. The CONSULTANT shall prepare an update to the electronic drawing fi|esinaoordancevviththened'|ineddmwinQs'andsubmit to the CITY Record Drawings in formats as follows: 1) 1st Bond copy (1 copy for review, 22"x34^),2)2nd Bond copy (1 copy 22^x34^fina|), 3) full-size Mylar copy (1 copy 22"x34"), 4) digital PDF copy, and 5) digital ACAD files. SECTION 4.00 ARCHAEOLOGICAL MONITORING 4.01 Archaeological Monitoring The CONSULTANT shall provide an archaeologist to monitor ground disturbing activity on-site during the project. The monitoring archaeologist will be a Professional archaeologist (according to Secretary of the Interior's Standards) or an experienced archaeologist (with several years' experience in the field) who will be supervised by a Professional archaeologist. If the latter instance occurs, the CONSULTANT will prepare an Archaeological Monitoring Supervisory Plan for approval by the Department of Archaeology and Historic Preservation (DAHP). The archaeologist is anticipated to view excavation activities and areas, material disposal piles, and trenches, if safe and feasible. The archaeologist will record the work with notes, photographs, sketch maps, and drawings as needed. The CONSULTANT's cost estimate assumes that the work will encounter no archaeological deposits or human remains requiring consultation and treatment. If such remains are encountered, the archaeological monitor will follow procedures outlined in the Monitoring Plan, and a new authorization to cover the additional costs of consultation assistance and archaeological evaluation and treatment would be needed. w A daily rate of $970 is used for archaeological monitoring. • It is assumed up to 10 days require archaeological monitoring. • If a monitor is called to the project and does not work a full day, a charge for 8 hours will be incurred. • The CONSULTANT must have 48 hours (2 working days) notice prior scheduling a monitor. • It is assumed 4 submittals will be reviewed. m It is assumed the review duration for each submittal is 3 hours. ^- Construction awpmmmxwil°'cvmRSConstruct Support Scope_2014-0821.docx City of Tukwila 3 Scope of Work Cascade View Elementary Safe Route to School Project August 21, 2014 4.02 Archaeological Monitoring Report The CONSULTANT shall prepare a draft and final Archaeological Monitoring Report summarizing the Project and findings. This report shall be prepared to meet DAHP guidelines. A draft of the report will be submitted to the City for comment in electronic format (Adobe PDF). The CONSULTANT shall make any necessary revisions to the Draft Report in response to comments. Once finalized, the CONSULTANT shall submit an electronic Final Report for submittal to the appropriate agency and the DAHP. The report will include: • A description ofthe project and applicable laws and regulations; • The methods used during the fieldwork and the results; � A description of any cultural resources found; • Recommendations for completion of any additional cultural resources compliance obligations stemming from the results of our study; • A summary of project procedures that should be followed in the event of an unanticipated discovery of buried cultural materials or human remains during construction; and • References cited. The report will include such tabies, maps, photographs, and other gr phics as are needed to depict the scope of the study and results. Forms for any recorded resources will be included as appendices to the report. SECTION 5.00 MATERIALS INSPECTION AND TESTING 5.01 Materials Inspection and Testing Materials inspection and testing will be provided by the CONSULTANT's subconsultant Mayes Testing Engineers, Inc. The material samples and testing will be conducted by WABO-registered inspectors. The following laboratory tests are anticipated as part of this Scope of Work: � SoiI Density Testing • Concrete Inspection • Asphalt Density Testing • Various Laboratory Test Assumptions: • A four-hour minimum charge applies to all inspections. • Time will be charged portal-to-portal from Mayes Lynnwood office. • A premium rate of 1.5 times the regular rate will be charged for all work outside of normal working hours or in excess of 8 hours per day and on Saturdays, Sundays, and legal holidays. pm 5 - Constructio ^wvomTu^wil"'cVSRxConstruct City of Tukwila 4 Scope of Work Cascade View Elementary Safe Route to School Project August 21, 2014 Exhibit B CITY OF TUKWILA DESIGN CONSTRUCTION SUPPORT FOR CASCADE VIEW ELEMENTARY SAFE ROUTE TO SCHOOL Cost Estimate David Evans and Associates, Inc. Classification Hrs. x Rate = Cost 1 Project Manager (PMGR) 49 $ 188.07 $ 9,215 2 QA/QC Manager (MGPE) 8 $ 186.55 $ 1,492 3 Professional Engineer (PFEN) 8 $ 138.02 $ 1,104 4 Sr. CADD Technician (SCAD) 30 $ 109.20 $ 3,276 5 Administrative Assistant (ADMA) 8 $ 87.97 $ 704 6 Project Administrator (PADM) 3 $ 97.98 $ 294 Total Hrs. 106 Salary Cost Direct Expenses No. Unit Each Cost Mail/Deliveries/Fed Ex 4 $30 est. $ 120 Mileage 200 miles @ $0.56 /mile $ 112 Subtotal DEA Subtotal Subconsultants Historical Research Associates Mayes Testing Engineers Subconsultant Total Mk" 16,086 232 16,318 13,110 5,925 19,035 *fiffiliffraliflikaiir '",7f/e4;,/;,Z7 ,111. 4/4' / Page 1 of 5 PVTUKA00000009 \000000N\ 0030Contract \ Supplement 5 - Construction Support \Tuk,Mla - CVSRS Construct Support_Budget_2014-0821.xlsx Printed: 8/20/2014, 6:06 PM DESIGN CASCADE VIEW David Evans and Associates, Inc. Exhibit B CITY OF TUKWILA CONSTRUCTION SUPPORT FOR ELEMENTARY SAFE ROUTE TO SCHOOL Hour Estimate Item No. , , Work Item. , , . , , , r / , / , ■ Y, „ / .4a V t :I/ 1/ 1 7./111 1411/7 / act Manager (PMGR) , . itt( droinistrative Assistant ADMA} . . riv i IlliliYI y, . k ig111117 r' DEA HR 11-721 a es CP71/1 DEA and Subs Total ivWF- 2.00 Pro'ect Management and Quality Control IIII 2.01 Pro'ect Mana ement 3 2 '' $740 $740 2.02 MonthtMvoices/Progress Reports (4 Total 1111111 8 VA ' ,LC'''''/ 4 3 $1,398 $1,308 2.03 Coordination with the City '',/,' ', '' ,1,1'1,,,'' y 15 ,., /, $376 $1,492 f1,07411 2.04 Quality Assurance/Quality Control Review 51,492 17111110, r- ny,",':;, Pr ,,/r,,r, r .,,,,,1(r, 3.00 Design Construction Support Assistance MIE / 51,919 3.01 Coordination Meetings 3.02 Design Support 4 111111111111111111 30 /17 / $ 53,285 3.03 3.04 Submittal Review Record Drawings 82,671 $4,204 $2,671 54,204 (', ',' , '7',/nz „,;ei ,C,, III ,yliWill''',1"K„ I :/,',A, :, ,',,f,'",,,' „ , ,.//f ,,'/T /1)1 ?if /1///7 '/:,0 „isrryzir IV; /;,,, 58,220 88,220 4.00 Archaeological Monitoring 4.01 Archaeological Monitoring 4.02 Archaeological Monitoring Report / 52,261 $2,261 V/Z7Z, /W; : : .1'< 6 /,'" , ,47-, Fr:7; :7,; 1/ i; : '' ,z /' z /9' Zr, /'■ Fr '; ;,11, IEN.If IF ' /,, ';, ! ,t, Alf" _i",/ 5.00 Materials Inspection and Testing = ,1:7r,/,/1,'VZ,,6; , A ft i t 1 53,830 $3,830 Materials Ins action and Testin itTr'' '''A iffi!,,,P.', IF ,',',„' ,,, , , r .;„/ 4;, . ,. /', , ,''' :'' Wr v<1 / ': '70 / , 6'7 74r "''),SiX'f EXPENSES IIIIIIIIIIIIIIIIIIII J, / A 52,629 32,095 84,955 TOTAL, CONTRACT AMOUNT 49 8 8 30 1°6 ' ZEES ESITIP/iffin '() NM Page 2 of 5 5 tnTUKA00000009 tODOOCON 0030ControottSupptetnent 5 Construction SuppornTukwila - CVSRS Construct Support....Budget_2014-0821.tdsx Printed: 8/20/2014, 6:06 PM Exhibit E-2 CITY OF TUKWILA DESIGN CONSTRUCTION SUPPORT FOR CASCADE VIEW ELEMENTARY SAFE ROUTE TO SCHOOL Cost Estimate Historical Research Associates Classification Hrs. x Rate = Cost 1 Sr. Project Archaeologist 10 $ 115.00 $ 1,150 2 Project Archaeologist 121 $ 73.00 $ 8,833 3 Editor 3 $ 72.00 $ 216 4 Production Specialist 2 $ 87.00 $ 174 5 Clerical I 2 $ 54.00 $ 108 Total Hrs. 138 Salary Cost 10,481 Direct Expenses No, Unit Each Cost Reproduction Costs Color Prints 30 prints @ $0.20 $ 6 In-house Copies 100 copies @ $0.10 $ 10 Mail/Deliveries/Fed Ex 1 parcels @ $5.00 $ 5 CD Rom Data/CD 1 CDs @ $5.00 $ 5 Car Rental 15 @ $75.00 $ 1,125 Rental Car Operating Exp/Mileage 750 miles @ $0.35 $ 263 GPS Unit 15 unit @ $65.00 $ 975 Digital Camera Image 150 images @ $0.10 $ 15 Telephone/Fax 75 calls @ $1.00 $ 75 Misc. Supplies 30 @ $5.00 $ 150 Mileage 0 miles @ $0.56 /mile $ - Subtotal DEA Subtotal /1,P. lAY 2,629 13,110 Page 3 of 5 P:\t\TUKA00000009\000000N\003OCoritract\Supploment 5 - Construction Support\Tukwila - CVSRS Construct Support_Budget_2014-0821.xisx Printed: 8/20/2014, 6:06 PM Exhibit E-2 CITY OF TUKWILA DESIGN CONSTRUCTION SUPPORT FOR CASCADE VIEW ELEMENTARY SAFE ROUTE TO SCHOOL Hour Estimate Historical Research Associates 1 2 3 4 5 Item Na. r, 2.00 Work Item ' r. Project Archaeologist I Editor ,. , %/OA / doges fr i4 f f ri, , oitriA0 I ALL IN, , r 2 iilt HRA !) /f/ (ti ■ 4 Project Management and Quality Control 2.01 Pro'ect Mana ement 2.02 Monthly Invoices/Progress Reports (4 Total) p / 2.03 Coordination with the Cit , 2.04 Quality Assurance/Quality Control Review (. 3.00 Design Construction Support Assistance I/ 3.01 Coordination Meetings 3.02 Design Support "/ r/f/' y i'Pli.r) (71 /l 3.03 Submittal Review 3.04 Record Drawings ff.irl),MINZ/i/AZAdi'rrl l D 11'211 , ri/W2l&Wl IMMWAAC': ''.'///'' 4.00 Archaeological Monitoring_ 88,220 4.01 Archaeolo ical Monitoring (Up to 10 days) .11 100 IIN 4.02 Archaeological Monitoring Report 2 2132 82,261 6„;,A#r ,zwawffz.,,rciorgoicti, Tifuvicarzz,;:, IFEZ4r,arff7,71,Mir ‘Y2 W; i fir ' I k i , rrimr 7, ,//7.. 5.00 Materials Inspection and Testing 5.01 Materials Inspection and Testing KiTrIdIftgfirfr/M?IiiitH f/71AC, ,' EXPENSES TOTAL CONTRACT AMOUNT le 121 3 2 2 138 / riffri Page 4 of 5 PAATUKA000000051000000N10030Contract \ Supplement 5 - Construction Supportgukwila - CVSRS Construct Support_Budget_2014-0821.xlsx Printed: 8/20/2014, 6:06 PM Exhibit E-2 City of Tukwila Cascade View Elementary Safe Route to School Testing and Inspection Services Mayes Testing Engineers, Inc. Cost Estimate No. 14656T Estimated No. Extended Item of Units Unit Price Total Inspection Services Soils Technician 20 Hours 85,00 /hr 1,700.00 Density Testing: Estimate 5 inspections at 4 hours per inspection Asphalt Technician 10 Hours 85.00 /hr 850.00 Density Testing: Estimate 1 inspection at 8 hours per inspection Sampling: Estimate 1 inspection at 2 hours per inspection Reinforced Concrete Inspection 12 Hours 75,00 /hr Curbs, Sidewalks: Estimate 3 inspections at 4 hours per inspection Project Management (Includes meetings, site visits, report review, mix design review, and misc. consultation) 4 Hours 95.00 /hr Laboratory Services Concrete Compressive Strength Cylinder Test Asphalt Rice Density Test Soil Moisture Density Relationship Test (Proctor) Sieve Analysis Test (Includes particles finer than #200) Sand Equivalent Fracture Face Count 12 Each 25.00 ea 2 Each 100.00 ea 3 Each 200.00 ea 4 Each 200.00 ea 2 Each 60.00 ea 1 Each 75.00 ea 900.00 380.00 300.00 200.00 600,00 800.00 120.00 75.00 Miscellaneous Services Cylinder Pick-up No Charge Mileage No Charge Secretarial Services (Types reports, marl, postage, etc.) No Charge Total Estimated Costs: $ 5,925.00 A four-hour minimum charge per call applies to all inspections. A premium rate of 1.5 times the regular will be charged for all work outside of normal working hours in excess of 8 hours per day and on Saturdays, Sundays and Legal Holidays, Payment is net 30 days. This estimate is valid for 90 days. City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number:13- 043(d) Council Approval N/A CONTRACT FOR SERVICES Amendment #4 Between the City of Tukwila and David Evans and Associates, Inc. That portion of Contract No. 13 -043 between the City of Tukwila and David Evans and Associates, Inc. is amended as follows: Section II SCOPE OF WORK: No change to scope of work. Section III DURATION OF AGREEMENT: Contract duration is extended through 9/30/2014. Section IV PAYMENT: No change to maximum amount payable. All other provisions of the contract shall remain in full force and effect. Dated this ] V 1 day of ak , 2014 y CONTRACTOR CITY OF TUKWILA ATTEST /AUTHENTICATED CA: 2012 01-1Aaa/0/1-,Z' Printed Name/Title: Manuel Fe(Ser1/i1- ssociaie APPROVED AS TO FORM /_: Al Ci y t orney /S }d f a- aZ/Girl/�X -S Page 1 of 1 City of Tukwila Agreement Number:13-043(c) Council Approval 5/5/14 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment #3 Between the City of Tukwila and David Evans and Associates, Inc. That portion of Contract No. 13-043 between the City of Tukwila and David Evans and Associates, Inc. is amended as follows: Section II SCOPE OF WORK: Additional scope of work attached (See Exhibit A) Section III DURATION OF AGREEMENT: Contract duration is extended through 7/31/2014. Section IV PAYMENT: Supplement #3 provides additional payment in the amount of $24,075 shall be added to the contract (See attached Exhibit B cost estimate), for a new maximum amount payable of $88,533. All other provisions of the contract shall remain in full force and effect. V-1 4 Dated this / day of CITY OF TUKWILA A EST/AUTHENTICATED CA: 2012 , 2014 CONTRACTOR Printed Name/Title: /,Le/ Fel APPROVED AS TO FORM dti Cit A ttorney 62'2:_r 6 /A//k Page 1 of 1 Exhibit A Scope of Services for the City of Tukwila Cascade View Elementary Safe Routes to School Supplement No. 3 Supplement No. 3 modifies the original agreement dated February 22, 2013, and Supplements 1 and 2 with the following revisions. Additional Task 1.0, 3.0, and 4.0 Scope of Service items are listed below. The new Task 6.0 Scope of Service item was added. TASK 1.0 PROJECT MANAGEMENT The original contract duration was anticipated to be 4 months, but the contract duration was extended an additional 10 months and is expected to continue for an additional 3 months to complete the design. This work element continues with preparing monthly invoices, and coordination with the subconsultant. Deliverables: • Monthly progress reports and invoices (13 additional; both in hard copy only). TASK 2.0 BASE MAPPING Due to the drainage system being proposed for this project, the CONSULTANT shall call a utility locate company to mark utilities within the project limits. If needed, the CONSULTANT shall survey these marks and update the existing base map. Deliverables: • Updated existing base map for design use. TASK 3.0 ENVIRONMENTAL Based on comments received from the Washington State Department of Archaeology and Historic Preservation Office (DAHP), archaeological monitoring is necessary due to the trail's close proximity to a historic period cemetery. The CONSULTANT shall develop an Archaeological Monitoring Plan. It will include contact information for project personnel as well as DAHP personnel contact information. The CONSULTANT shall assist the City with Tribal Consultation by preparing a letter to initiate consultation, and shall help follow up in the form of participating in a phone call(s) with the Tribes as requested. Follow up will not exceed one hour. If it exceeds this amount, the scope and budget will be revised accordingly. Deliverables: • Archaeological Monitoring Plan (Draft and Final). • Tribal Consultation Letter (Draft and Final). TUKA00000009 000000N 0030Contract Supplement 3,Exhibit A_DEA Scope MRS Suppl 3 2014_0423.docx Supplement No. 3 Page 1 Cascade View Elementa Safe Routes to School Scope of Services Assumptions: • Construction monitoring is not included in this Supplement. • An Archaeological Monitoring Report is not included in this Supplement. TASK 4.0 DESIGN The following items were assumed in the original agreement: • A drainage technical information report or memorandum is not required. • Stoimwater quality and detention is not anticipated for the project. • Detention and water quality is not required. • The City will handle all utility companies' coordination. However, as the project design developed, revisions to these assumptions were required. This Supplement requests additional budget to perform the following tasks: • The CONSULTANT shall incorporate into the final design a modular wetland vault for stormwater treatment at the church parking lot as requested by the City. • The CONSULTANT shall coordinate with Seattle City Light to request relocation of the power pole guy anchor. Additional budget is also being requested for the following two items: • The redesign of the trail based on the City's comments to relocate the trail to provide more separation to the cemetery parcel. • The larger than anticipated drainage system. TASK 6.0 BID ASSISTANCE The CONSULTANT shall provide bid assistance. This shall include the following: • Addressing Contractor's questions. • Preparing one addendum. • Attending bid opening. • Verifying contractors' bid proposal and references. • Preparing award recommendation letter. Deliverables: • Addendum (electronic [pdf file] copy). • Contractor Bid Verification (both electronic [pdf file] and hard copy). • Award Recommendation Letter (both electronic [pdf file] and hard copy). • Upload of addendum, plans, and specifications to Builders Exchange, www.bxwa.com. • 10 sets of plans (11"x17") and specifications. P. VTUKA00000009',000000W030CoraraceSupplement 3 Exhibit A DEA Scope CVSRS Suppl 3 2014 _0423.docx Supplement No. 3 Page 2 Cascade View Elementary Safe Routes to School Scope of Services Attachment B City of Tukwila Cascade View Elementary Safe Routes to School Cost Estimate Supplement No. 3 David Evans and Associates, Inc. Classification Hrs. x Rate = Cost 1 Managing Professional Engineer (MGPE) 35.0 $ 183.00 $ 6,405 2 QA/QC Manager (MGPE) 5.0 $ 183.00 $ 915 3 Design Engineer (DEEN) 41.0 $ 100.65 $ 4,127 4 Sr. CADD Technician (SCAD) 21.0 $ 118.95 $ 2,498 5 Project Surveyor (PLSU) 8.0 $ 125.05 $ 1,000 6 Party Chief (PCHF) 8.0 $ 85.40 $ 683 7 Instrument Person (INST) 8.0 $ 76.25 $ 610 8 Environmental Planner (ENVP) 4.0 $ 106.75 $ 427 9 Executive Administrator (EXAD) 13.0 $ 97.60 $ 1,269 10 Administrative Assistant (ADMA) 16.0 $ 86.93 $ 1,391 Total Hrs. 159.0 Salary Cost Direct Expenses Plans Utility Locate Mileage Subtotal No. Unit Each Cost 10 sets @ $15 /set $ 150 1 LS $2,000 $ 2,000 150 miles @ $0.56 /mile $ 84 19,325 2,234 David Evans and Associates Total 21,559 Subconsultants: Historical Research Associates Subconsultant Total Costs 2,516 Hours Totals 2,516 Total Costs $ 24,075 Page 1 of 2 PATUKA00000009 \000000N \ 0030Contract\ Supplement 31Exhibit B_DEA Budget CVSRS Suppl 3 2014_0414.xlsx Printed: 4/13/2014, 9:04 PM David Evans and Associates, Inc. Work Item Direct Labo Attachment B City of Tukwila Cascade View Elementary Safe Routes to School Hour Estimate Supplement No. 3 e 7 Project Management Base Mapping Environmental Design 10 13 6 8 8 1 4 Modular Wetland Vault 10 Additional Drainage Design 2 2 5 5 10 2 10 10 2 20 8 7 vrif- 8 PROJECT WORK TOTALS 8 1 2,516 $ 24,075 Page 2 of 2 P:\ t\ TUKA00000009 \000000N10030Contract \Supplement 3\Exhibit B_DEA Budget CVSRS Suppl 3 2014_0414.xlsx Printed: 4/13/2014, 9:04 PM "ir, Washington State Department of Transportation Supplemental Agreement pp g Number 2 Organization and Address David Evans and Associates, Inc. 415 - 118th Avenue SE Bellevue, WA 98005 Phone: (425) 519 -6500 Original Agreement Number City Contract No. 13 -043 (b---) Project Number DEA Project #TUKA0000 -0009 Execution Date 2/21/2013 Completion Date 6/1/2014 Project Title Cascade View Elementary Safe Routes to School New Maximum Amount Payable $ 64,458.00 Description of Work David Evans and Associates, Inc. shall prepare topographic base map, environmental documents, preliminary and final design, and right -of -way services to provide a safe route to school for Cascade View Elementary School from S 137th Street to S 140th Street. The trail is planned to be 12 feet wide and approximately 840 feet long. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with David Evans and Associates, Inc. and executed on 2/21/2013 and identified as Agreement No. 13 -043 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: There is no change to the Scope of Work 1 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: The project end date is amended to he 6/1 /14 Section V, PAYMENT, shall be amended as follows: There is no change to the amount payable 111 as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. By: VIM) Manuel Feliherti, P F By: 5,11 Ho J - 1 fvfas/ fi#J1111/‘//4. Consultant Signature DOT Form 140 -063 EF Revised 9/2005 Approv}rj fhority Signature Date /511-a a Ole/ 6//VACS City of Tukwila 13-043(a) 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number: CONTRACT FOR SERVICES Amendment #1 Between the City of Tukwila and David Evans and Associates, Inc. That portion of Contract No / / , between the City of Tukwila and David Evans and Associates, Inc. is amended as follows: Section I: SCOPE OF WORK Additional Scope as described in Exhibit A. Section V: PAYMENT Additional payment in the amount of $25,675 shall be added to the contract (see Exhibit B). The new maximum amount payable is $64,458. All other provisions of the contract shall remain in full force and effect. Dated this alAL day of )1\a-AcA___ CITY OF TUKWILA , 2013 Jim Ha on, May ATTE /AUTHENTICATED City C erk CA: 2012 CONSULTANT Manuel Feliberti, Associate APPROVED AS TO FORM City Attorney 76/ 74- S Page 1 of 1 Exhibit A Supplement No. 1 Scope of Services for the City of Tukwila Cascade View Elementary Safe Routes to School This Supplement provides right -of -way services. Abeyta and Associates will be a subconsultant to David Evans and Associates, Inc. TASK 5.0 RIGHT -OF -WAY See Attachment A for the scope of services for Abeyta and Associates to provide right -of -way acquisition services for the project. S: I7RANSIDEAX0030\TukwilalCascade View Elm Path\Scope and BudgetlExhibit A_._DEAScope Cascade View 20130219.docx Page 1 Cascade View Elementary Safe Routes to School Scope of Services Attachment A Scope of Services for Right -of -Way Services by Abeyta and Associates for the City of Tukwila Cascade View Elementary Safe Routes to School EXECUTIVE SUMMARY This proposal is prepared for DEA, Inc. for right -of -way acquisition services for the Cascade View Safe Route project located in the city of Tukwila. These services will be furnished in accordance to state laws and Local Agency Guidelines Manual, and Washington State Right of Way Manual (M26 -01). The overall objectives are: 1. Negotiation services for 3 parcels: partial acquisitions for roadway improvements. 2. Determine property values for each parcel to be acquired. 3. Assist the City of Tukwila with the acquisition process, certification, and preparation of forms. A specific list of Performance Objectives is outlined in the following paragraphs. SPECIFIC OBJECTIVES The key objectives of this proposal are: Acquisitions: 1. Inspect and prepare a Preliminary Survey Report for each parcel. 2. Identify fee interest ownership for 3 parcels. 3. Prepare and setup acquisition files for 2 parcels. 4. Provide 1 appraisal report. The appraisal report will be reviewed by a WSDOT approved review appraiser. This proposal assumes the review appraiser will prepare one (1) appraisal review certificate. 5. Prepare acquisition forms needed to obtain property rights. This proposal does not include the preparation of Possession and Use agreements. 6. Negotiate to acquire in fee title from 3 Parcels - A minimum of 3 attempts for each parcel. Project: Cascade View Safe Route Project Proposal: Right -of -way For: DEA, Inc. Page 1 of 2 7. Prepare administrative offer summary reports for those parcels with market values (just compensation) less than $25,000 — One (1) parcel; 8. Maintain diaries for 2 parcels. 9. Assist in clearing title encumbrances that will adversely impact the rights being acquired. 10. Assist in delivering funds to each property owner. 11. Deliver completed files to the City of Tukwila. PROJECT SCOPE EXCLUSIONS Those services related to obtaining releases of encumbrances from title, which require legal action; 2. The actual filing of condemnation and subsequent litigation; 3. Certain closing costs such as, but not limited to, transfer taxes, title reports, recording fees, penalty costs for pre - payments cost of a pre - existing mortgage, partial reconveyance fees, the pro rate share of real property taxes paid subsequent to vesting title to the City; 4. Continuing negotiations for those parcels listed for condemnation; 5. Appraisal and review for condemnation purposes; 6. Relocation Services; 7. Legal descriptions. Project: Cascade View Safe Route Project Proposal: Right -of -way For: DEA, Inc. Page 2 of 2 Attachment B City of Tukwila Cascade View Elementary Safe Routes to School Cost Estimate Supplement No. 1 David Evans and Associates, Inc. Classification Hrs. x Rate = Cost 1 Managing Professional Engineer (MGPE) 0.0 $ 183.00 $ 2 QA/QC Manager (MGPE) 0.0 $ 183.00 $ 3 Design Engineer (DEEN) 0.0 $ 100.65 $ 4 Sr. CADD Technician (SCAD) 0.0 $ 118.95 $ 5 Survey Manager (SVYM) 0.0 $ 189.10 $ 6 Sr Prof Land Surveyor (SPLS) 0.0 $ 170.80 $ 7 Project Surveyor (PLSU) 0.0 $ 125.05 $ 8 Party Chief (PCHF) 0.0 $ 85.40 $ 9 Instrument Person (INST) 0.0 $ 76.25 $ 10 Environmental Planner (ENVP) 0.0 $ 106.75 $ 11 Executive Administrator (EXAD) 0.0 $ 97.60 $ 12 Administrative Assistant (ADMA) 0.0 $ 86.93 $ Total Hrs. 0.0 Salary Cost Direct Expenses Title Reports Mileage Subtotal No. Unit Each Cost 0 each $600.00 $ - 0 miles @ $0.555 /mile $ David Evans and Associates Total Subconsultants: Abeyta and Associates - Right-of-Way Acquisition Subconsultant Total Costs 25,675 Hours Totals 25,675 Total Costs 25,675 Page 1 of 2 ;: \TRANS1DEAX0030 \TukwilatCascade View Elem PattAScope and Budget\Exhibit B_DEA Budget Cascade View 2013_0219.xlsx Printed: 2/19/2013, 6:32 PM Page 2 of 2 S: \TRANS \DEAX0030 \Tukwila \Cascade View Elam Path \Scope and Budget \Exhibit B_DEA Budget Cascade View 2013_0219.xlsx Printed: 2/19/2013, 6:32 PM David Evans and Associates, Inc. Attachment B City of Tukwila Cascade View Elementary Safe Routes to School Hour Estimate Supplement No. 1 2 a a s s 7 8 s to 11 12 Task Work Item Managing Professional Engineer(MGPE) QNQC Manager (MGPE) (Resign Engineer (DEEN) Sr CADD Technician (SCAR). Survey Manager (SVYM)i Sr Prof Land Surveyor (SPLS) Project Surveyor (PLSU) Chief (PCHF) Instniment Person (INS]) Environmental Planner '. (ENVP) Executive Administrator (EXXAAD) Administrative Assistant (ADMA) or,r� /r% DEA Abe to Total Dlrect Labor Vas cr 7183.00 $100.65 5118.95 9180:10 $170,80 9125.06 785.49 919,25 $106.75 $67.60 986 93 k/ ,y or Dollar Dollarm Total`: !total- Total `;- Total hrs hrs hrs hrs ,': Total Total Total Total Total Total Total hrs hrs hrs z 'hrs;,,r; hrs hrs hrs ! Tbtat hrs ' °,Total "' , his - Total, .., $ . " Total $ Total $ rvcrl /� 1.0 Project Management 2.0 Base Mapping ir�i 3.0 Environmental i r ti 4.0 Design r 5.0 Right -of -Way 1 +��f /r/ $25,6615 r25 675 Task 1 Total Sir ijrls yr k i ii /burr �r� � , trig � /%� It % !u';. $2 5,675 $25,6!5 Expenses PROJECT WORK TOTALS $ $ ' 25,575 $ 25,675 Page 2 of 2 S: \TRANS \DEAX0030 \Tukwila \Cascade View Elam Path \Scope and Budget \Exhibit B_DEA Budget Cascade View 2013_0219.xlsx Printed: 2/19/2013, 6:32 PM City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 13-043 Council Approval N/A CONSULTANT AGREEMENT FOR ENGINEERING DESIGN 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 engineering design services in connection with the project titled Cascade View Elementary Safe Routes to School. 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, 2013, 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, 2013 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $38,783.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. / 5J / a 6 /c /4J/4 L-S 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 negligent acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the 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. CA revised : 1 -2013 Page 2 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant' s Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self - insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1 -2013 Page 3 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severabilitv and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1 -2013 Page 4 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: David Evans and i5SOGia74S Z# c q15- /l8 fh Avenue se Bellevue, wA 9802s 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this p fs day of ,A r (tat , 20 /3 . CITY OF TUKWILA CONSULTANT Attest/Authenticated: CA revised : 1 -2013 By: 74,2,17d Printed Name: M .Y, .e) e_ I be-r 4 Title: A5 5 oc. i'�_ 4 e Approved as to Form: °LC- 1ir^� Office of the City Attorney Page 5 Exhibit A Scope of Services for the City of Tukwila Cascade View Elementary Safe Routes to School David Evans and Associates, Inc. shall prepare topographic base map, environmental documents, preliminary and final design, and right -of -way services to provide a safe route to school for Cascade View Elementary School from S 137th Street to S 140th Street. The trail is planned to be 12 feet wide and approximately 840 feet long. TASK 1.0 PROJECT MANAGEMENT This work element includes project setup and closeout, preparing monthly invoice, and coordination with subconsultant. Abetya and Associates will be a subconsultant providing right -of -way acquisitions. Deliverables: • Monthly progress reports and invoices (both in hard copy only). Assumptions: • Contract duration is 4 months. TASK 2.0 BASE MAPPING This work element includes performing topographic survey for the project including establishing horizontal and vertical control. The base map will include existing features within the project limits. DEA will notify the City and utility companies to mark existing utilities so they may be incorporated into the existing base map. The topographic survey map will be prepared with a two -foot contour interval and plotted at a scale of one inch equals twenty feet. Deliverables: • Electronic copy of topographic base map and data points in AutoCAD. TASK 3.0 ENVIRONMENTAL DEA shall prepare a SEPA checklist in pursuit of a Determination of Non - Significance. The checklist will be accompanied by the City's Endangered Species Act (ESA) Screening Checklist. DEA shall initiate informal consultation with the Washington State Department of Archaeology and Historic Preservation Office (DAHP) to review impacts to cultural resources. The CONSULTANT shall prepare and submit Form EZ -1 for DAHP review. Deliverables: • SEPA Checklist and ESA Screening Checklist (Draft and Final) • Form EZ -1 (Draft and Final) S: (TRANS DEAX00301TukwilalCascade View Elem Path\Scope and BudgetlExhibit A DEA Scope Cascade View 2013_0213.docx Page 1 Cascade View Elementary Safe Routes to School Scope of Services Assumptions: • City will prepare public notice materials and fee associated with SEPA. • No sensitive areas studies or technical reports are required for SEPA Checklist. • The SEPA and ESA Screening checklists will be delivered as electronic pdf file. • DAHP will not require formal consultation or cultural resources survey. • The City will prepare any required local permits. TASK 4.0 DESIGN This work element includes preliminary and final design for the project. Design elements assumed includes grading, paving, and drainage. The preliminary design will be based on field visit with the City once the survey base map is completed. Design scope and items will be marked on hard copy base map. The final design will develop the preliminary design notes. The final design will include the preparation of plan set, specification, and estimate. Deliverables: • Preliminary Design • Final Design Assumptions: •. Drainage technical information report or memorandum is not required. • Stormwater quality and detention is not anticipated for the project. • PS &E documents will be based on WSDOT 2012 Standard Specifications. • Detention and water quality is not required. • The City will handle all utility companies' coordination. • One hard copy and pdf files of PS &E package will be delivered. Hard copy plans will be delivered on 11"x17" paper only. • Bid period assistance is not required. TASK 5.0 RIGHT -OF -WAY DEA shall prepare parcel exhibits and legal descriptions for three parcels. The parcel exhibits will include parcel boundary lines, proposed acquisition areas, existing right -of -way, square footage of parcel, take area, and remainder square footage. DEA shall prepare land descriptions of the proposed right -of -way acquisition area for the same three (3) parcels with exhibits. The land descriptions will be based upon data provided in title reports. The CONSULTANT will describe the controlling elements for the proposed take and provide any plans related to the take areas, including construction plans. Deliverables: • Parcel Exhibits and Legal Descriptions (3 parcels: 1 school and 2 church properties) Assumptions: • Only one submittal of exhibits and legal descriptions is assumed. S: (TRANS DEAX00301TukwilalCascade View Elem Path\Scope and BudgetlExhibit A DEA Scope Cascade View 2013_0213.docx Page 2 Cascade View Elementary Safe Routes to School Scope of Services Attachment B City of Tukwila Cascade View Elementary Safe Routes to School Cost Estimate David Evans and Associates, Inc. Classification Hrs. x Rate = Cost 1 Managing Professional Engineer (MGPE) 68.0 $ 183.00 $ 12,444 2 QA/QC Manager (MGPE) 4.0 $ 183.00 $ 732 3 Design Engineer (DEEN) 66.0 $ 100.65 $ 6,643 4 Sr. CADD Technician (SCAD) 2.0 $ 118.95 $ 238 5 Survey Manager (SVYM) 9.0 $ 189.10 $ 1,702 6 Sr Prof Land Surveyor (SPLS) 2.0 $ 170.80 $ 342 7 Project Surveyor (PLSU) 58.0 $ 125.05 $ 7,253 8 Party Chief (PCHF) 20.0 $ 85.40 $ 1,708 9 Instrument Person (INST) 20.0 $ 76.25 $ 1,525 10 Environmental Planner (ENVP) 16.0 $ 106.75 $ 1,708 11 Executive Administrator (EXAD) 8.0 $ 97.60 $ 781 12 Administrative Assistant (ADMA) 20.0 $ 86.93 $ 1,739 Total Hrs. 293.0 Salary Cost Direct Expenses Title Reports Mileage Subtotal No. Unit Each Cost 3 each $600.00 $ 1,800 300 miles @ $0.565 /mile $ 170 $ 36,814 1,970 David Evans and Associates Total $ 38,783 Total Costs $ 38,783 Page 1 of 1 S:\ TRANS \DEAX0030 \Tukwila \Cascade View Elem Path \Scope and Budget \Exhibit B DEA Budget Cascade View 2013_0213.xlsx Printed: 2/12/2013, 6:33 PM David Evans and Associates, Inc. Attachment B City of Tukwila Cascade View Elementary Safe Routes to School Hour Estimate Project Managemen Base Mapping Environmental $5,600 7 794 94 Page 1 of 1 S: \TRANS \DEAX0030 \Tukwila \Cascade View Elem Path \Scope and Budget \Exhibit B_DEA Budget Cascade View 2013_0213.xlsx Printed: 2/12/2013, 6:32 PM