Loading...
HomeMy WebLinkAbout26-094 - Contract - CM Design Group - Design Services: Tukwila International Boulevard Light Rail Access ProjectCity of Tukwila Contract Number:26-094 6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval 4/6/26 r PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and CM Design Group, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform Survey, and Design services in connection with the project titled TIB Light Rail Access Project. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2027, 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 31,2027 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 $197,900.80 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 DATED this loth day of April , 2026 CITY OF TUKWILA F1Signed by: mo'S hf,(,c d Thomas McLeod, Mayor ATTESTIAUTHENTICATED: Signed by: FEBD#4F Andy Youn-Barnett, City Clerk APPROVED AS TO FORM: Signed by: Office of the City Attorney CONSULTANT: By. / J' / , I Printed Name: ee'('ne Pl l L. ,, Title: °Pr(n r'e CA revised May 2020 Page 5 City of Tukwila TIB Light Rail Access Project Exhibit A — Scope of Services City of Tukwila Public Works Department March 2026 v �GtCM DESIGN GROUP Scope of Work PROJECTDESCRIPTION....................................................................................................................................1 TASK 1. PROJECT MANAGEMENT AND COORDINATION...........................................................................3 A. PROJECT MANAGEMENT...............................................................................................................................3 B. PROJECT SCHEDULE AND UPDATES......................................................................................................................3 C. COORDINATION MEETINGS................................................................................................................................3 D. INVOICES AND PROGRESS REPORTS.................................................................................................................4 TASK2. BASE MAPPING............................................................................................................................4 A. TOPOGRAPHIC SURVEY.................................................................................................................................4 B. LEGAL DESCRIPTION AND EXHIBIT.......................................................................................................................5 C. BASE MAPS....................................................................................................................................................5 TASK3. PERMITTING................................................................................................................................6 A. SEPA EXEMPTION DOCUMENTATION..............................................................................................................6 TASK4. STORM DRAINAGE.......................................................................................................................6 A. STORM DRAINAGE MEMO.............................................................................................................................6 TASKS. LIGHTING DESIGN........................................................................................................................7 A. LIGHTING DESIGN........................................................................................................................................7 TASK 6. R/W ACQUISITION.......................................................................................................................7 A. PROJECT MANAGEMENT AND ADMINISTRATION................................................................................................8 B. ACQUISITION SERVICES.....................................................................................................................................8 C. PROJECT FILE CLOSE OUT..................................................................................................................................8 TASK7. PS&E DESIGN...............................................................................................................................9 A. SITE EVALUATIONS.......................................................................................................................................9 B. PS&E.........................................................................................................................................................10 C. MEF DOCUMENT PREPARATION......................................................................................................................12 TASK8. BID SUPPORT.............................................................................................................................12 TASK 9. CONSTRUCTION OFFICE SUPPORT..............................................................................................12 Project Description This project includes the design and preparation of plans, specifications and estimates (PS&E) for the City of Tukwila Tukwila International Boulevard (TIB) Light Rail Access Project. The project limits are: ➢ Southcenter Boulevard from 42nd Ave S to Tukwila International Boulevard ➢ 42nd Ave S from Southcenter Boulevard to S 150"' St Southcenter Boulevard is a is a two-lane arterial adjacent to residential and multi -family properties at the south end of the corridor, and the TIB Light Rail Station parking lots and commercial properties at the north end. 42nd Ave S is a two-lane. Improvements to Southcenter Boulevard include: • Rechannelize roadway with 11' general purposed lanes to accommodate separate bike lanes with a tuff curb post buffer • Tighten the intersection at both legs of 40th Ave S to shorten crossing distance for peds and bikes • Add bike channelization such as crossbikes at the intersection of Southcenter Boulevard and TIBS station entrance • Upgrade crosswalk markings to high visibility at Southcenter Boulevard and TIBS station entrance and Southcenter Boulevard & 40th Ave S Improvements to 42nd Ave S include: • Develop a traffic calmed bikeway along 42nd Ave S between S 150th St & Southcenter Blvd • Add striped bike lanes on both sides of 42nd Ave S between Southcenter Blvd and S 1511t St. Continue the southbound bike lane on the west side of the street to S 150th St. • Widen the sidewalk on the east side of 42nd Ave S between S 151' St and S 150th St to create a shared, widened sidewalk as a low traffic stress option, with an in -lane marking for more confident bicyclists to remain in the roadway. A new light will be installed on the north TIB Light Rail parking lot, and a connection from the north parking lot will be made to the existing sidewalk on the north side of the Confluence Apartments. The new sidewalk connection will require acquisition of right-of-way from the Avalon Apartments. Tasks on this project will include preparation of base maps, a storm drainage memo, SEPA exemption documentation, right-of-way acquisition, and PS&E documents. The design and construction phase of the pedestrian and bicycle improvements are funded by Sound Transit Stride Access Funding. The scheduled project advertisement date is January 2027. DELIVERABLES FURNISHED BY THE CONSULTANT ❑ Schedule ❑ Progress meetings minutes ❑ Monthly invoices & progress reports ❑ 50% PS&E submittal ❑ 100% PS&E submittal ❑ Final PS&E submittal 3/6/2025 1 ITEMS FURNISHED BY THE CITY ❑ All existing plans, reports and data that relate to the work along the Southcenter Boulevard or 42 n' Ave S project corridors ❑ Electronic copy of all available aerial and GIS data in AutoCAD format within the project limits ❑ Electronic copy of boilerplate construction contract and special provisions ❑ City will provide printing of final PS&E paper documents for bid advertisement or distribution to contractor DESIGN CRITERIA ❑ City of Tukwila Public Works Department 2025 Infrastructure Design and Construction Standards (2025) ❑ AASHTO (2011 Edition) ❑ WSDOT Standard Specifications (2026 edition) ❑ WSDOT Standard Plans (current edition) ❑ AutoCAD Civil 3D 2023 ❑ Microsoft Office 365 3/6/2025 2 Task 1. Project Management and Coordination A. Project Management The CONSULTANT is responsible for project management of the various work elements described within this document. These responsibilities shall include but shall not be limited to: • Communication with team members. • Identification of project scope changes and immediate discussion of them with CITY staff. • Development and maintenance of a project budget. If events that are outside the control of the CONSULTANT increase project cost, the CONSULTANT'S project manager shall immediately notify CITY staff and work towards a resolution. B. Project Schedule and Updates The CONSULTANT shall develop a schedule to track progress of the PS&E development. The schedule shall establish dates for the QA/QC process and PS&E, as well as dates when CITY action is required. The schedule shall be developed based on a project advertisement no later than January 28, 2027. This information shall be developed using MS Project. The schedule timing and sequencing in this contract is subject to adjustment by the CITY, as affected by cash flow, mitigation, or other factors that may influence the scheduling of work. Any adjustment in the schedule shall be coordinated between the CITY and the CONSULTANT. No modifications shall be made to the schedule without prior written approval from the CITY. The CONSULTANT will develop strategies/recommendations for keeping the project on schedule and within budget if changes are required. ASSUMPTIONS Major Milestones will include the following: ❑ Notice to Proceed — no later than April 15, 2026 ❑ Ad Date — no later than January 28, 2027 DELIVERABLES ❑ Progress schedule — Project Schedule in MS Project format — one electronic and one hard copy. C. Coordination Meetings Coordination meetings shall be conducted as needed, and at least monthly. it is assumed there will be ten (10) general coordination meetings lasting 30 minutes. The CONSULTANT shall be responsible for taking minutes at all meetings and shall supply the CITY with a copy of the notes. It is assumed two (2) field meetings at the project site will be conducted during the project. 3/6/2025 3 Coordination with citizens and property owners along the project length will be the responsibility of the CITY. Any questions by these parties shall be referred to the CITY. As the property owner meetings occur, design information and needs obtained from those meetings will be incorporated into the design. The CONSULTANT shall address the project schedule at each meeting and provide a status report for the project in terms of meeting the schedule. If the project is behind schedule, due to the CONSULTANT, CITY or outside forces, the CONSULTANT shall provide a recovery strategy at each meeting. The CONSULTANT shall be proactive in discussing any potential budget problems and may present alternatives or make recommendations to alleviate the problem. All project meetings will be virtual with the exception of the field meeting. DELIVERABLES ❑ Schedule and notify participants for Team Status Meetings ❑ Meeting notes D. Invoices and Progress Reports Monthly invoices for work completed to date will be submitted to the CITY. The invoices shall summarize budget, expenditures and percent expended for deliverable tasks during the billing period, percent expended of overall project elements and shall contain all elements outlined in the project contract. Invoices shall be submitted in accordance with the WSDOT LAG Manual and with the Monthly Progress Report. Monthly progress reports shall be submitted with invoices. The status reports shall summarize activities completed for each task during the billing period and anticipated deliverables for the next month. The CONSULTANT shall also summarize in the monthly progress reports problems encountered and actions taken for their resolution, potential future delays, and issues/activities requiring CITY direction. Any elements that may impact project completion time and cost shall be highlighted. The CONSULTANT shall enter all payment information into the WSDOT DMCS each month. The information entered by the CONSULTANT shall include amounts received from the CITY and amounts paid to all subconsultants. Subconsultants shall confirm the payment amount and date payment was received from the CONSULTANT each month in the DMCS system. DELIVERABLES ❑ Monthly invoice and progress report — one electronic copy ❑ Monthly DMCS Compliance in accordance with WSDOT LAG Manual Task 2. Base Mapping A. Topographic Survey The SUBCONSULTANT shall complete a topographic survey as described below: ➢ Southcenter Boulevard - topo survey from back of sidewalk to back of sidewalk full length of project including median islands, channelization and surface features 3/6/2025 4 ➢ 42"d Ave S — topo survey from R/W to R/W full length of project including channelization and surface features ➢ TIB Station parking lot - topo survey at the north end of the parking lot, across the Avalon Apartments to the Confluence Apartment sidewalk as shown in Attachment 1. ➢ Curb ramps — provide topo survey for curb ramp design at the following locations (also in Attachment 1): 0 42nd Ave S & S 152nd St — SE corner 0 42nd Ave S & S 15111 St — SE corner of T -intersection o Connection to Confluence Apartments sidewalk Survey Details: Horizontal control: Horizontal Datum NAD83(91), Vertical Datum NAVD88 Roadway centerline: Roadway centerline, stations and street names, bearing & distances between monuments, when possible to obtain without closing lanes. Right-of-way, property lines & easements: Right-of-way lines from GIS or offset from centerline, property addresses Transportation: Pavement, driveways, curb & gutter;, crosswalks; joints between different pavement types; ADA ramps, sidewalk limits; traffic signal equipment including junction boxes, loops (if any), PPBs, and poles. Utilities: Surface and underground locations of water, sewer, storm drain; gas & electric; telecommunications such as utility manholes, vaults, inlets valves catch basins, hydrants, cleanouts, and the like. ASSUMPTIONS • Mapping will be prepared in AutoCAD 2025. • CITY GIS and/or as -built data will be used only to depict property lines and rights-of-way. DELIVERABLES • Topographic Survey of project intersections and selected streets as described herein. • Land XML files of everything in the Project Area B. Legal Description and Exhibit The SUBCONSULTANT shall prepare the legal description and exhibit for the right-of-way acquisition at the Avalon Apartments property. ASSUMPTIONS • R/W information will be provided by the SUBCONSULTANT in Task 6. DELIVERABLES • One legal description and one right-of-way exhibit C. Base Maps The CONSULTANT shall use the data collected in items A, B and C above to complete the basemap preparation. 3/6/2025 5 Task 3. Permitting A. SEPA Exemption Documentation The Consultant shall prepare SEPA Exemption documentation. • Project description • Drainage overview ASSUMPTIONS ❑ Detention and water quality treatment, and upgrades to the existing storm sewer system will not be required for this project. ❑ The Storm Drainage Memo will be limited to roughly a three -to -five-page document including figures. DELIVERABLES ❑ One (1) hard copy of the Storm Drainage Memo and calculations at the time of the 50% PS&E submittal. ❑ One (1) hard copy of the final Storm Drainage Memo and calculations at the time of the 90% PS&E submittal. Task 4. Storm Drainage A. Storm Drainage Memo The CONSULTANT shall Storm Drainage Memo that summarizes the following information: • Project description • Drainage overview • Removed and replaced hard surfaces and pollution generating surfaces. • Compliance with the current edition of the King County Surface Water Design Manual (KCWSDM) and City of Tukwila code. The Storm Drainage Memo will be limited to roughly a three -to -five-page document including figures. ASSUMPTIONS ❑ Detention, water quality and conveyance upgrades to the existing storm sewer system will not be required for this project. DELIVERABLES ❑ One (1) hard copy of the Draft Storm Drainage Memo at the time of the 50% PS&E submittal. 3/6/2025 6 ❑ One (1) hard copy of the Final Storm Drainage Memo at the time of the 100% PS&E submittal. Task 5. Lighting Design A. Lighting Design Concord will design pedestrian lighting for the new sidewalk connection. This will include the light pole locations, fixture types, arm length, mounting height, conduit and handhole systems, wiring schedules and schematics. The lighting analysis and design will include new sidewalk connection, beginning at the end of existing sidewalk west of the Confluence Apartments (north project limits) and extending approximately 100 feet south to the existing ST parking lot (south project limits). New pedestrian lighting will be connected to existing ST parking lot illumination, and no coordination will be required for new service connection under this scope. Concord will conduct voltage drop, conduit capacity, and handhole capacity calculations. Adjustments will be made to the design, if needed, to ensure capacities are not exceeded. Concord will provide specification and construction cost estimate assistance. The proposed lighting design will include the following plan sheets: ASSUMPTIONS ❑ All plans will be prepared using AutoCAD version 2018 or newer. ❑ No service coordination will be done for the new lights under this scope of work. ❑ Geotechnical work is not anticipated. ❑ This scope assumes there is no required public involvement. ❑ CAD basemap/survey files will be provided by others. ❑ The scope of work does not include any traffic signal design. DELIVERABLES ❑ 100% Design Plans (PDF) ❑ FINAL Design Plans (PDF) ❑ Specification and Cost estimate as needed. ❑ Responses to ST/City Design Review Comments Task 6. R/W Acquisition R/W Acquisition will be completed by a SUBCONSULTANT. The scope is based upon an assumption of potential ROW impacts, assuming up to one (1) partial acquisition (permanent and/or temporary easements) from one (1) parcel, as well as any associated work receiving and filling out forms/documents as may be required by Sound Transit for this project's work occurring on their property. It is understood that any change in scope will require an amendment in scope and fee. All ROW activities will comply with the Uniform Relocation Assistance and Real Property Acquisition Policies Act (URA), WSDOT LAG manual, and the CITY'S 3/6/2025 WSDOT-approved ROW Procedures. This is a total amount not to exceed (NTE) budget and allocation between subtasks is for reference only and does not constitute separate budgets for each subtask. A. Project Management and Administration • Prepare for and attend early design development meetings as requested by the CITY or the project team; • Provide pre-acquisition services as requested by the CITY or project team to support early design development; • Respond to inquiries and needs identified by your team, the CITY, and/or project stakeholders; • Oversight of preliminary ROW activities to comply with WSDOT requirements; • Provide written and oral status updates on right of way activities; • Review CITY'S WSDOT-approved Right of Way Procedures; • Develop and execute the Right of Way program in compliance with state law, Uniform Act, and WSDOT requirements; • Maintain quality control/quality assurance protocols in the execution of the ROW tasks; • Coordinate valuation task and any subconsultants; • Commonstreet will manage ROW Team sub -consultants to prepare the Waiver Valuations or prepare the Waiver Valuations in-house; • Coordinate title reviews; • Provide oversight of ROW activities to comply with WSDOT certification requirements; • Provide oversight to all aspects of the ROW program. B. Acquisition Services • Create state or federal -compliant project files for each parcel; • Request the CITY order new and/or updates to existing title commitments; • Review title reports for each parcel and identify every exception; • Once a parcel's title interest has been reviewed, identify methods of clearance per City direction; • Project file set-up; • Review of all valuation and compensation data; • Produce templates approved by CITY to draft WSDOT-compliant offer packages; • QA/QC all documents, tasks, and processes before, during, and after acquisition process; • Prepare, deliver, and present offer packages; • Negotiate settlements and draft justification memos when necessary; • If amicable settlements are not approved by the CITY, prepare and submit a condemnation package. Includes support preparing condemnation ordinance(s) when required. C. Project File Close Out • Collaborate with CITY during closing, payment, and recording processes; • Set up client escrow account or facilitate execution of all conveyance documents, payment vouchers, proof of payment, and closing data along with recorded conveyance documents and closing of files; • Provide all documentation required to complete Waiver Valuations supporting CITY'S Determinations of Value and integrate findings into offer packages; • Prepare parcel files (electronic and/or hard copy) in a format requested by the CITY and provide to City for retention. 3/6/2025 8 ASSUMPTIONS ❑ The ROW and Construction phases of the project do not have federal funding and no WSDOT ROW Certification will be required. ❑ Commonstreet has been provided a Sound Transit Path Connections drawing (dated 7/18/2023). This scope and fee is based upon that drawing. ❑ The CITY requires no more than one (1) partial acquisition from one (1) parcel consisting of permanent and/or temporary easements. ❑ The CITY requires SUBCONSULTANT to receive and fill out any forms and/or paperwork required by Sound Transit for project work taking place on Sound Transit's parcel. ❑ There are no full acquisitions. ❑ No design changes will occur after the initial valuation assignment is authorized. ❑ Legal descriptions suitable for recording and meeting all WSDOT requirements will be provided to SUBCONSULTANT from a licensed survey company. ❑ No occupants or personal property will be displaced requiring relocation services and no relocation services will be required. ❑ The CITY will provide ROW document templates or Commonstreet will utilize WSDOT templates and provide to the City for review and approval. Revisions will be limited to no more than two rounds of review prior to City approval. ❑ Once offer package templates are approved by the CITY, no changes will be made. ❑ No more than one (1) Waiver Valuation will be required. ❑ If impacts make a Waiver Valuation ineligible (per WSDOT ROW Manual Section 3.4), an appraisal and appraisal review will be completed. Appraisal and appraisal reviews will require additional scope and fee. ❑ No property owner will exercise the right to receive an appraisal and appraisal review for valuations between $15,000 and $35,000 pursuant the CITY'S WSDOT-approved ROW Procedures and the FHWA Final Rule dated June 3, 2025. If any property owners make this request, additional scope and fee will be required. ❑ Receive and fill out any forms and/or paperwork required by Sound Transit for this project's work taking place on their parcel. ❑ Title reports will be provided by the CITY and/or ordered by SUBCONSULTANT. ❑ The CITY will pay valuation directly to the property owner. ❑ The CITY will pay directly to the title company all expenses for title commitments, recording fees, escrow services, and title insurance. ❑ If the Notice to Proceed (NTP) is received after 120 days from this proposal, fees and billing rates may require revision to reflect cost of living increases and current business conditions. Task 7. PS&E Design A. Site Evaluations The CONSULTANT shall review on-site conditions for the corridor to identify the specific construction items to be included in the project improvements including paving limits, pavement repair areas, utility castings, pavement markings, and edge treatments. 3/6/2025 9 B. PS&E PLANS, SPECIFICATIONS & ESTIMATES (PS&E) A Basis of Design memo will be used to document design decisions, provide background information to support to the design process, and outline issues to be resolved. The memo will be provided with the 50% and 90% submittals. Plan Sheet size shall be 22 Inches, height, by 34 Inches, width. Plan Sheets will be prepared at a scale of 1" = 30'. The drawing scales, lettering, and general delineation of the plans will render legible reproduction at half scale (11" x 17" size). The CONSULTANT will be supplied with a "Boiler Plate" version of the CITY Project Manual. The CONSULTANT will edit the "Boiler Plate" version, by supplementing as necessary with project specific information, and by deleting unnecessary special provisions. The CONSULTANT will prepare any special provisions necessary for the project. The CONSULTANT may support the CITY in creating additional special provisions for the 2026 WSDOT Spec book at the request of the CITY. The CITY shall provide the CONSULTANT with review comments after each milestone submittal. Comments shall be compiled by the CITY. The CONSULTANT shall provide a response for each CITY comment. If there is not clear direction in the comment or there are conflicting comments the CONSULTANT shall provide the CITY with options for how to resolve the issue raised in the comment. The CONSULTANT will implement at CIA/QC program and document the process at each milestone submittal. QA/QC documents will be submitted to the CITY at each milestone. COVER SHEET, INDEX AND PROJECT LOCATION MAP Shall include an index listing plan sheet titles as they appear in the plan set, city map and project location, project title, contract bid number and Federal Aid number. The vicinity map illustrating the project limits shall be shown on the map on the cover sheet (Assume 1 sheet). LEGEND AND GENERAL NOTES SHEET Provide legend and general notes for the project (Assume I sheet) TYPICAL SECTIONS (NTS) Provide typical roadway section depicting pavement section, edge treatments, lane widths and pavement sections. (Assume 1 sheet) CHANNELIZATION PLANS (1"=30') Provide roadway plans for the work illustrating all roadway design elements including pavement repair areas, grinding, pavement recycling, paving limits, minor drainage improvements, utility adjustments, edge treatment and channelization. The top view of the plan sheet will show the overlay design and the bottom view will show the channelization design (Assume 15 sheets) CURB RAMP PLANS (1"=10') Provide curb ramp plans for the work illustrating the layout and grading for curb romps. Plans shall include existing and proposed elevations at tie-in locations, ramp and landing elevations and slopes, and dimensions for all ramp features. (Assume 2 sheets) 3/6/2025 10 LIGHTING PLANS (1"=20') Provide lighting plan that will identify the existing lighting equipment to remain, equipment to be removed, and all proposed equipment, including poles, conduit, and handholes. Construction notes and wiring schedule will also be included. Wire notes and wiring schedule will be provided at the 100% and FINAL design submittals. (Assume 1 lighting plan sheet and 1 detail sheet)). Lighting plans and details will not be provided at the 50% submittal. RIGHT-OF-WAY PLANS (1"=10') Provide right-of-way plans for the work illustrating the right-of-way acquisition and temporary construction and permanent easements. Plans shall include existing and proposed right-of-way, proposed property acquisitions, TCEs, property lines, right of way and construction centerlines and limits, dimensioning and hatching of TCEs and right-of-way acquisitions; and a table with property owner, address, parcel # and square footage of TCE or right-of-way acquisition. (Assume 1 sheet) MISCELLANEOUS DETAILS SHEET (NTS) Provide details for construction elements (Assume 2 sheets) The anticipated sheet list is: Sheet No. Description 1 Cover Sheet, Index and Project Location Map 2 Legend and General Notes 3 Right -of -Way Plan 4 Typical Sections 5-9 Paving and Channelization Plans — Southcenter Blvd 10-12 Paving and Channelization Plans — 42nd Ave S 13 Curb Ram Plans 14 Paving and Channelization Plans — Confluence Site 15-16 Lighting Plan 17-19 Miscellaneous Details 50% PS&E SUBMITTAL The CONSULTANT shall submit one (1) Basis of Design memo; one (1) electronic set of half-size plans, one (1) electronic copy of the specification package, one (1) electronic copy of the estimate, and one (1) electronic set of QA -QC documents for the 50% design. The estimate shall be used by the CITY to determine which locations will be included in the 90% PS&E Submittal. 100% PS&E SUBMITTAL The CONSULTANT shall submit one (1) electronic set of half-size plans, one (1) electronic copy of the specification document, one (1) electronic copy of the estimate and one (1) electronic copy of the QA -QC documents for the 100% design. This submittal shall be the complete PS&E and shall include all drawings, quantities, the specification package, and the estimate. FINAL PS&E SUBMITTAL The CONSULTANT shall submit one (1) electronic set of half-size plans, one (1) electronic copy of the specification document, and one (1) electronic copy of the estimate for the FINAL PS&E, which shall include all drawings complete, the CONSULTANT's stamp and signature, the quantities complete, the 3/6/2025 11 specifications package ready to advertise for bid, and the final Engineer's estimate of cost. An electronic copy of the final submittal will also be uploaded by the CONSULTANT to Builder's Exchange. C. MEF Document Preparation The CONSULTANT will develop the MEF Document that outlines the existing and proposed ramp conditions, compliance with ADA requirements and provides a narrative "Maximum Extent Feasible" justification for non - complaint ramps to be replaced. The document will include existing and proposed ramp design information as well as a narrative describing design considerations, options and analysis that were evaluated to determine the "maximum extent feasible" was reached. A draft document will be prepared after the 50% submittal and a final document will be submitted with the 100% submittal. ASSUMPTIONS ❑ PS&E submittals shall be electronic ❑ All reproduction costs for plans and specs will be reimbursed by the CITY. ❑ PS&E documents will be prepared in accordance with the WSDOT LAG Manual DELIVERABLES ❑ 50% PS&E Submittal ❑ 100% PS&E Submittal ❑ Final PS&E Submittal ❑ Electronic backup (Excel format) for quantity tabulations and unit cost prices broken out separately for each schedule (Southcenter, 42nd & Confluence Site) at the 100% and Final Submittals ❑ MEF Document — Final (at 100% submittal) Task S. Bid Support The CONSULTANT shall provide responses to bidder questions during the bid phase. The CONSULTANT shall prepare addenda in City format as required. CONSULTANT will not charge for addenda if they are needed to correct or clarify errors or omissions in the bid documents. DELIVERABLES ❑ Electronic copies of addenda in PDF format ❑ Electronic copies of signed final PS&E documents in PDF format Task 9. Construction Office Support The CONSULTANT shall provide the CITY with Construction Office Support services as requested by the City during the construction of the TIB Access Improvements project. Construction Support services may include, but are not limited to, the following tasks: • Attend Pre -construction Conference • Field visits to resolve design issues • Designs for change orders • Respond to Requests for Information • Review submittals 3/6/2025 12 ATTACHMENT I - SURVEY REQUEST ...... . ... THE REMOVE 2-3 PARKING CONFLUENCE APARTMENTS SPACES, RELOCATE TRASH AND RECYCLING ON—SITE. AVALON limit for 0 TS1 . .... PA /Survey ce Contluensite N E, . . ...... . REMOVE EXISTING PATH. W NEEDED BLOCK L W PED SCALE LUMINAIRE ON ST ROPERTY. CONNECTED FROM EXISTING ST PARKING LOT ILLUMINATION -va /Z 1,/ PROJECT IMPROVEMENTS: Y llff/,',� � OR/ WIN% NEW SIDEWALK CONNECTION FROM PROTECT ri EXISTING PATH TO ST FACILITIES REMOVE f ARBORVITAE. j /rNEW ILLUMINATION TO PROVIDE SUFFICIENT LIGHTING ALONG PATHWAY. CEMENT CONCRETE CROSSWALKS ENT CONCRETE OSSWALK, tri OPTION 2: CONDUIT EXTENSION AND RAMPS WITHIN ST PARKING rr MATCH STING STYLE. FROM EXISTING SYSTEM. LOT. _; r% ' ii%l ice— --- / SMALL, 6' MAX, 2700SF IMPROVEMENTSRETAINING ON ST WALL REMOVE ONE PARKING SPOT. PROPERTY. 400SF IMPROVEMENTS ON "CONFLUENCE" PROPERTY' 1200SF OF IMPROVEMENTS ON "AVALON" PROPERTY SOOSF OF LANDSCAPE RESTORATION ON ST PROPERTY. TUKWILA STATION 400SF OF LANDSCAPE REM S RESTORATION BETWEEN "AVALON" PROTECT H E TR APARTMENTAND CONFLUENCE" CLIG H AIL V, RESET SIGN NEW FENCE ON BETWEEN PARKING "AVALON" AND ADJACENT rr PROPERTY. A g a I/ ra ELAN ft 0 10 2040 00 SIAE M FET SOUND TRANSIT PATH CONNECTION CIII OF FURVILA-TIBLIGIa kULSUU ION P s 0 M A S Stride Bus Rapid Transit Access Allowance Support: Additional Projects Identification Memo Figure 59 Further developed conceptual Design for Project 10-N13b Survey limit for rb ramp Survey limit for curb ramp Page 5-15 i Stride Bus Rapid Transit Access Allowance Support: Additional Projects Identification Memo November 2023 ::1111',All 11 I iry uriLeirmn ull 6,,cu.u. a muu dully. I11'4M mevo mvm^d or ni')Ipiroved oiin Ielllu ulli of �:ny 117aurvty CExhibit B - Fee Estimate ,&�N E DESIGN GROUP City of Tukwila TIB Light Rail Access Project 3/18/2026 Page 1 of 3 TASK Principal Project Prof. Design Design Design Manager Engineer Engineer 4 Engineer 3 Engineer 1 Total Rate $225.00 $208.00 $176.00 $160.00 $152.00 $128.00 1 PROJECT MANAGEMENT & COORDINATION A. Project Management 2 $450.00 B. Project Schedule & Updates 2 $352.00 C. Coordination Meetings 4 4 $1,604.00 D. Invoices & Progress Reports 6 $1,350.00 Task 1 Total 12 6 $3,756.00 2 BASEMAPPING B. Topographic survey 2 $352.00 D. Basemap preparation 1 $176.00 Task 2 Total 3 $528.00 3 PERMITTING A. Research SEPA exemption requirements 4 $640.00 Prepare SEPA exeemption documentation 2 8 $1,730.00 Modify final SEPA documentation 4 $640.00 Task,3 Total 2 16 $3,010.00 4 STORM DRAINGE A. Draft storm drainage memo 1 8 $1,505.00 Final storm drainage memo 1 2 $545.00 Task,4 Total 2 10 $2,050.00 5 LIGHTING DESIGN A. Provide base drawings 2 4 $864.00 Task 5 Total 2 4 $864;00 6 R/W ACQUISITION A. Coordination/communication with sub 4 4 $1,604.00 Task 6 Total 4 4 $1,604.00 7 PS&E DESIGN - OVERLAY A. Site Visits Sub -Task (Site Visitsf Total 3 6 6 $1,731.00 $1,731.00 B PS&E 50% Design Cover sheet and index 1 $128.00 Notes and legend 1 4 $672.00 Typical sections 1 8 $1,184.00 Channelization and Paving plans 4 24 16 80 $17,412.00 Miscellaneous details 2 4 $832.00 Curb ramp plans 1 3 15 $2,625.00 Lighting plans 2 2 $576.00 Right -of -Way plans 2 4 $832.00 Miscellaneous details 4 8 $1,664.00 Specifications 4 20 $4,100.00 Engineer's estimate / quantities 2 4 16 $3,138.00 QA -QC documentation Su6-Task,_(S0% Design) Total 11 8 8 64 16 142 $1,664.00 $34,827.00 100% Deisgn Address 50% comments/provide responses 4 8 $1,728.00 Cover sheet and index 1 $128.00 Notes and legend 2 4 $864.00 Typical sections 1 4 $688.00 Channelization and Paving plans 4 12 12 80 $15,076.00 Miscellaneous details 2 8 $1,376.00 Curb ramp plans 1 4 40 $6,049.00 Lighting plans 1 21 1 1 2 $608.00 Page 1 of 3 CExhibit B - Fee Estimate ,&�N E DESIGN GROUP City of Tukwila TIB Light Rail Access Project 3/18/2026 Page 2 of 3 TASK Principal Project Prof. Design Design Design Manager Engineer Engineer 4 Engineer 3 Engineer 1 Total Rate $225.00 $208.00 $176.00 $160.00 $152.00 $128.00 Right -of -Way plans 1 2 $432.00 Miscellaneous details 4 8 $1,728.00 Specifications 4 16 $3,716.00 Engineer's estimate / quantities 1 2 8 $1,601.00 QA -QC documentation 8 $1,664.00 Sub -Task, (100% Design) Total 10 8 X 50 12 165 $35,658.00 Final Contract Documents Incorporate 100% review comments 1 8 16 $3,681.00 Prepare Ad -ready PS&E submittal 1 2 8 16 $4,097.00 Upload documents to Builder's Exchange 1 $176.00 Sub4ask (Final Contract) Total 2 2 17 32 $7,954;40 ' C. MEF Documentation Draft MEF Documentation 2 8 $1,376.00 Final MEF Documentation 1 2 $432.00 Sub -Task (MEF Documentation) Total 3 16 $1,808.00' Task 7 Total 26 1? X76 63 28 349 $81,978.40' 8 BID SUPPORT Repsond to bidder questions 2 $352.00 Prepare addenda 1 1 $401.00 Task 8 Total 1 3 $753.00 8 CONSTRUCTION OFFICE SUPPORT Attend preconstruction conference 2 $352.00 Field visits to resolve design issues 4 $704.00 Designs for change orders 2 4 $864.00 Respond to RFIs 1 4 $929.00 Review submittals 1 4 $929.00 Task 9 Total 2 16 4 $3,778.00 PROJECTTOTALS 47 A 94 89 28 3553 $94;543.00 Page 2 of 3 c (VMtExhibit B - Fee Estimate 3/18/2026 GCMDESJGN GROUP c City of Tukwila TIB Light Rail Access Project Hours Summary Direct Salary Cost Classification Hrs. Rate Cost Principal 47 $225.00 $10,575.00 Project Manager 18 $208.00 $3,744.00 Prof. Engineer 94 $176.00 $16,544.00 Design Engineer 4 89 $160.00 $14,240.00 Design Engineer 3 28 $152.00 $4,256.00 Design Engineer 1 353 $128.00 $45,184.00 Subtotal 629 $94,543.00 Direct Non -Salary Cost Travel, Personal Miles 200 Miles @ PACE - Topographic Survey Concord - Lighting Design CommonStreet - R/W Acquisition Project Sub -Total Management Reserve Fund (20%) PROJECT TOTAL 1of1 $0.725 /Mile $145 $32,580.00 $16,660.00 $20,989.33 $164,917.33 $32,983.47 $197,900.80 Project Estimates should consider a 10%[015%contingency for unknown condrt ons where applicable. Project Estimates should cons der escalation tar pralects extending over one calendar year. PACE Engineers ca umns Pea S2hadule. 6TAWDAfiD P]Free Form Input- Project Budgeter can define work item descUplfons, expense and subconsuhant as required Defined Input - Prolect budgeter must use dafined Labor Codes and Stad Type from Deltek FMS Project Mgmt System (fables Attached) Project Budget Worksheet - 2026 Expenses Re mbu rsable Subcon s ultants late/unit Quantity Cast Utility Locate Project Administrati—(enterestimated m onths) $60.00 Mechanical Engineer Postage / C o m e r� El -t-.1 Eng n ee r- PACE 6 l le d La h o r Total $32,580.00 P t gC t J Geote h LEngneer Rem bursable Expe rses ................. PhotoN deo J I &CEng neer Srbconsulta its M leage/frave VPer D em, , , ,� SubconsuLi. nt Subtotal € Total Project Budget 32,580.00 Miscellaneous Markup _ 15% Total .......................... Total File: 2026 Survey Budget WOrksheeLDreft, Fee Worksheet Page 1 of 1 Printed: 3118=26, 1:06 PM Concord Fee Proposal for Tukwila TIB Access Improvements Senior Engineer, PM+Design Senior Associate Assistant Project Concord Lead Engineer, C1C Engineer Engineer Coordinator Syed Debashis I Masharul Rahman Xiaoping Zhang Saha Kabir I Irene Yang $ 270.00 $ 300.00 $ 170.00 $ 145.00 $ 115.00 Reimb. Total Task 1. PM and Coordination PM, Project Set up, Coordination, and Invoicing+progress Reports (up to 12) 2 6 $ - $ 1,230.00 Team Coordination Meetings (Up to 2) 2 $ 540.00 Subtotal - "�4 b ' 0 b 6 $ $ 1,770�00 Task 2. Data Collection and Review Field Visit and Review of EX (up to 1 field visit) 2 2 $ 130.00 $ 880.00 Subtotal 0 ' - 2 '0, - 0 880100 Task 3. Lighting Analysis and Design Lighting Analysis 1 2 4 $ 1,220.00 50% Lighting Design Plan (Not Included) $ - 100% Lighting Design Plan 4 1 8 16 $ 5,060.00 FINAL Lighting Design Plan 2 1 4 6 $ 2,390.00 Agency Review, Comment Responses 2 2 $ 880.00 Calculations 1 2 2 $ 900.00 Specifications 2 8 $ 1,900.00 Cost Estimate Support 1 4 4 $ 1,530.00 Subtotal - " 1,2-$,0, 32 0 0' $1,884F00 18 3 32 32 6 $ 16,530.00 Total Loaded Salary Cost $ 16,530.00 Total Reimbursable Expenses $ 130.00 Total Cost of Services $ 16,660.00 Assumptions: 1. Concord will not prepare any service applications for this project. i1 i���)Ipe M51III"I� II'""��� .... r �� G m o5 0 .0 ,. �l.11llll"Tnlllll"I�"743111"„ City Of IIII"'u.tllewRal III III III. Ac e sIIIIuI'°Inolllnulatvt'„Ilrnueurril,Illnurat,mict 3/16/26 The overhead rate shall increase to the re-eds fate overhead rate, effective upon approval of the revised overhead rate by the state in which Indirect Cost Rate 121.85% the project is located. Fixed Fee % 34.44% Tasks Job Classifications :Fully Burdened Qty. Total NTE Rate Principal $314.81 2 $629.63 1.0 Project Management and Project Manager $219.11 4 $876.44 Administration :Sr. Project Control Specialist $171.26 4 $685.03 Project Manager $219.17 30 $6,573.29 :Sr. RightofWayAgent $204.00 18 $3,671.97 2.0 Acquisition Services :RightofWayAgent $125.93 18 $2,266.65 E:Sr. ROW Technician $777.26 3 $513.77 :Sr. Project Control Specialist $171.26 8 $1,370.06 Project Manager $279.77 2 $438.22 Sr. RightofWayAgent $204.00 2 $408.00 3.0 Project and File Close-out :RightofWayAgent $125.93 2 $251.85 :Sr. Project Control Specialist $171.26 6 $1,027.55 Labor Hours Total 99 $18,712.46 Expenses ;Type Rate Qty. Total Other Direct Costs (ODC's) :Waiver Valuations $2,000.00 1: $2,000.00 ;Reproduction, Postage, and Delivery $150.00 1 $150.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 :Mileage aicurrent federal rale 0.725 175: $126.88 Expense Total $2,276.88 Contract Total $20,989.33