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