HomeMy WebLinkAbout25-281 - Contract - Commonstreet Consulting, LLC - Real Estate Services: Nelsen Side Channel Salmon Habitat ProjectDocusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 F5DC
City of Tukwila Contract Number: 25-281
6200 Southcenter Boulevard, Tukwila WA 98188 Council Approval N/A
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 Commonstreet Consulting, LLC, 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 professional real
estate services in connection with the project titled Nelsen Side Channel 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 Aareement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending March 31, 2026, 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 March 31, 2026 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 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. The City shall make payments to Consultant
within forty-five (45) calendar days of receipt of a properly submitted voucher.
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.
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 FSDC
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 reasonable 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 negligence of the City.
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,
their respective officers, officials, employees, and volunteers, each party's liability hereunder
shall be only to the extent of their negligence. It is further specifically and expressly understood
that the indemnification provided herein constitutes each party'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:
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
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 FSDC
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 Consultant Limits. If the Consultant maintains higher
insurance limits than the minimums shown above, the City shall be insured for the full
available limits of Commercial General and Excess or Umbrella liability maintained by the
Consultant, irrespective of whether such limits maintained by the Consultant are greater
than those required by this Agreement or whether any certificate of insurance furnished to
the City evidences limits of liability lower than those maintained by the Consultant.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they shall
be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the Consultant's insurance and
shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Consultant
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two (2) 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 (5) 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
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 FSDC
11. Discrimination Prohibited. 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,
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. Assianment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City, which consent shall not be
unreasonably withheld or delayed. The City hereby consents to Consultant subcontracting Old
Republic Title Company.
13. Non -Waiver. Waiver by either party 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)
business 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.
C. The City shall promptly pay Consultant within forty-five (45) days for the Work properly
performed up through the date of termination.
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 reasonable 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:
Kari Lowe, CEO
kaitii csirouv„coir,
Commonstreet Consulting
92 Lenora St, PMB 125
Seattle, WA 98121
CA revised May 2020 Page 4
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 F5DC
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.
19. No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than
the City and Consultant and has no third -party beneficiaries.
CA revised May 2020 Page 5
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 F5DC
DATED this 13th day of October _'2025
CITY OF TUKWILA
—Initial Signed by:
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
/Signed b�\
__
2F EBL)44�FbA8423...
Andy Youn-Barnett, City Clerk
APPROVED AS TO FORM:
L
by:
Office of the City Attorney
CONSULTANT
By:FDocuSigned by:
, �: i—d-we,
21C9766395A448C...
Printed Name: Kari Lowe
Title: Chief Executive Officer
03 -Oct -20251 1:10 PM PDT
CA revised May 2020 Page 6
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 FSDC
Joshua Hopkins
Surface Water Project Manager
Public Works Department
City of Tukwila
6300 Southcenter Blvd, #100
Tukwila, WA 98188
Re: Scope and Fee Proposal — City of Tukwila: Nelsen Side Channel Salmon Habitat project (Nelsen
Family Trust Acquisition) with Management Reserve
Thank you for the opportunity to provide real estate services for this whole parcel acquisition for the City
of Tukwila's Nelsen Side Channel surface water project. It is our understanding that Commonstreet will
engage in final negotiations with the Nelsen Family Trust representative(s), finalize settlement
justification, ensure compliance with the conditions of grant funding and in compliance with the Uniform
Act (URA), provide title review, provide escrow support, and close the acquisition the week of December
8, 2025. The scope and fee proposal provided herein is in response to a request for a scope and fee for
this project with no Federal Highway Administration (FHWA) funding currently in any phase, does not
include certification support, and is based on standard rates.
Scope Summary and Project Understanding
The Nelsen Side Channel Salmon Habitat project will create off -channel salmon rearing habitat and
restore riparian forest. The project will setback the levee and reconnect the river with its historic
channel to benefit threatened salmon. The project depends upon the acquisition of needed property
from the Nelsen Family Trust by December 15, 2025. Commonstreet understands that time is of the
essence. The fee proposal provided herein is based upon an assumption of one (1) whole parcel
acquisition, clear of all encumbrances. It is understood that any change in scope will require an
amendment in scope and fee. All real estate service activities will comply with the Uniform Relocation
Assistance and Real Property Acquisition Policies Act (URA), WSDOT LAG manual, and the City's WSDOT
approved ROW Procedures, in conjunction with funding from King County Conservation Future (CFT)
Grants funding. 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.
Assumptions
• The ROW phase of the project does not have federal funding and no WSDOT ROW Certification
will be required.
• Commonstreet has been provided a Request for Qualifications and has met with City staff on
September 19, 2025 to be briefed on the project requirements.
• The City requires no more than one full acquisition from the Nelsen Family Trust.
• No design changes will occur after the initial valuation assignment is authorized.
• The property has been appraised by a WSDOT approved appraiser selected by the City and no
further appraisal services are required. If it is determined that further subconsultant appraisal
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 FSDC
services are desirable or required those services will be billed directly to the city by the
appraiser.
• No occupants or personal property will be displaced requiring relocation services and no
relocation services will be provided.
• The City will coordinate meetings as necessary with King County Conservation Futures staff or
other grant administrators as requested by Commonstreet.
• The City will provide real estate document templates or Commonstreet will utilize WSDOT
templates and provide to the City for review and approval. Commonstreet will develop a
purchase and sale agreement in coordination with the city's attorney.
• To comply with CFT grant funding requirements the acquisition is voluntary, negotiations will not
be conducted under threat of eminent domain, and condemnation will not be authorized.
• Title reports will be provided by the City.
• Commonstreet will pay directly to the title company all expenses for title commitments,
recording fees, escrow services, and title insurance.
• City to provide documentation of three rounds of good faith negotiations with trustee of Nelsen
Family Trust.
• Following three rounds of negotiations the Nelsen Family Trust provided an asking price of
$250,000 in response to City asking how much it would sell the property for.
• The City has conducted title review and lien of successor identified on the parcel.
• The City has completed legal background research on lien of successor and determined it has
been released. Documentation to be provided to Commonstreet.
• Environmental Site Assessment (ESA) Phase 1 is underway, addressing environmental due
diligence.
• The City is in receipt of expenses incurred by Nelsen Family Trust for transient debris cleanup
which will be provided to Commonstreet (documented for potential settlement consideration).
• Correspondence between City and King County Assessors Office regarding property taxes to be
provided to Commonstreet.
• The City will provide administrative settlement justification documentation to Commonstreet.
• Commonstreet will use it best efforts to accomplish delivery of the project objective of
acquisition, closing, and recording by December 15, 2025 and assumes that the property owner
will agree to settle within the parameters of a settlement authorized by the City.
• 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.
Best regards,
Ted Parry, JD
Senior Project Manager
Western/Central Washington
Scope of Services
Task 1.0—Project Management and Administration
• Prepare for and attend meetings as requested by the City or the project team;
• Respond to inquiries and needs identified by your team, the City, and/or project stakeholders;
• Oversight of preliminary real estate activities to comply with CFT requirements;
,4 G ape a �d 1 , e 111, p 1sal I rJE i "en Side
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 F5DC
• 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 Chapter 18.85 RCW, RCO/CFT
Property Acquisition requirements, the Uniform Act, and to remain eligible for FHWA funding
according to WSDOT requirements;
• Maintain quality control/quality assurance protocols in the execution of the real estate tasks;
• Coordinate title reviews, closing, and escrow services;
• Provide oversight to all aspects of the acquisition process to comply with the City's ROW
program.
Task 2.0 — Acquisition Services
• Create state or federal -compliant project files for Nelsen Family Trust 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;
• Draft escrow instructions and open escrow accounts for closing of the acquisition;
• Project file set-up;
• Review of all valuation and compensation data;
• Produce templates approved by City to draft purchase documents;
• Review all valuation and compensation data;
• QA/QC all documents, tasks, and processes before, during, and after acquisition process;
• Prepare, deliver, and present offers and/or offer packages;
• Negotiate settlements and draft justification memos as required by the URA, WSDOT LAG
Manual and the City's WSDOT approved ROW procedures;
• Clear encroachments to comply with federal and state requirements.
Task 3.0 — 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 by December 15, 2025;
Prepare parcel files (electronic and/or hard copy) in a format requested by the City and provide
to City for retention.
,4 npe a �d 1 , e Ill, p 1sal I rJE i "en Side
Docusign Envelope ID: 51038D1 C-C2F5-4DE3-AA99-2BFF28B1 F5DC
GOIMMO IN STRIP
Scolpe aind 111���qle lalbte
Suirnirnaily
(311ty of ell, seiiii!'.;Ildef,:Illliiii iiii,iiieu Acquillslitilloin
w 0/2125
Exhibit B
Tasks
:Job Classifications
Rate
Qty-
Total
:Principal
$306.00
4
$1,224.00
1.0
Project Management and
:Senior Project Manager
$283.00
24
$6,792-00
Administration
:Project Control Specialist
$115.00
8
$920.00
:Sr. RightofWayAgent
$155.00
80
$12,400.00
2.0
Acquisition Services
:Project Control Specialist
:Sr. RightofWayAgent
$115.00
$155.00
28
15
$3,220.00
$2,325.00
3.0
Project and File Close Out
Senior Project Control Specialist
$155.00
15
$2,325.00
Labor Hours Total
174
$29,206.00
:Senior Project Manager
$283.00
5
$1,415.00
Management Reserve
:Sr. RightofWayAgent
$155.00
40
$6,200.00
::Senior Project Control Specialist
$155.00
10
$1,550.00
Contingency Labor Hours Total
55
$9,165.00
Expenses
Rate
Qty-
Total
Other Direct Costs (ODC's)
::Copying, Printing, Mailing, Recording
$600.00
1
$600.00
Title and Escrow
$2,600.00
1
$2,600.00
Mileage at current federal rate
0.70
225
$157.50
,Expense Total
$3,357.50
lContract Total
$32,563.50
L
lContract Total.with Contingency
$41,728.50
PROJECT: Nelsen Side Channel Project# 91641
DESCRIPTION:
Create a multibeneficial project that restores off -channel salmon rearing habitat by setting back the 1-405
levee, reconnecting a segment of historic river channel and providing public shoreline access.
This is a work in progress. The Green Infrastructure Program Proposal is intended, in part, to address
MAINTENANCE IMPACT: maintenance needs for PW -initiated habitat restoration projects and helping to alleviate pressure on Parks,
given resource constraints. Note that vegetation management maintenance needs decrease over time as
planted vegetation matures. 3 years is considered a rule of thumb for plant establishment.
FINANCIAL (in thousands) 1 2025 1 2026 1 2027 1 2028 1 2029 1 2030 1 Beyond I TOTAL
Project Costs
Project Mgmt (Staff Time/Cost)
$ 20
$ 10
$ 20
$ 10
$ -
$ -
$ -
$ 60
Design
$ 600
$ 625
$ -
$ -
$ -
$ -
$ -
$ 1,225
Land (R/W)
$ 268
$ -
$ -
$ -
$ -
$ -
$ -
$ 268
Construction Mgmt.
$ -
$ -
$ 385
$ -
$ -
$ -
$ -
$ 385
Construction
$ -
$ -
$ 4,200
$ -
$ -
$ -
$ -
$ 4,200
Contingency
$ 100
$ 15
$ 40
$ -
$ -
$ -
$ -
$ 155
Total Project Costs
$ 988
$ 650
$ 4,645
$ 10
$ -
$ -
$ -
$ 6,293
Project Funding
Awarded Grant
$ 815
$ 150
$ -
$ -
$ -
$ -
$ -
$ 965
Proposed Grant
$ -
$ 500
$ 4,295
$ -
$ -
$ -
$ -
$ 4,795
Utility Revenues
$ 173
$ -
$ 350
$ 10
$ -
$ -
$ -
$ 533
Total Proiect Funding
$ 988
$ 650
$ 4,645
$ 10
$ -
$ -
$ -
$ 6.293