Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
18-145 - Applied Ecology - Green the Green Shoreline Restoration
18-145(c) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 DATE: April 9, 2020 PROJECT NO.: 91641202 PROJECT NAME: Green the Green TO: Applied Ecology, LLC BUDGET NO,: 412.98.594.382.65,00 CONTRACT NO.: 18-145 ( Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A, The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 4/13/ 0 Contractor: Applied Ecology, LLC By J Original Contract (w Previous Change Orders This Change Order (with tax) REV. CONTRACT AMOUNT owell 132,634,70 / 30,194.071 0.001 162,828,77 Original Contract Time: 577 Calendar Days Additional Contract Time for this Change Order: 365 Days Updated Contract Time: 942 Calendar Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Title Owner/Principal APPROVED BY THE CITY OF TUKWILA Date LI Allan EkbergMayor City Engineer cc: Finance Department (w/encumbrance) Project Management File (11/2014) City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 EXHIBIT A Contract Number: 18-145 That portion of Contract No. 18-145 between the City of Tukwila and Applied Ecology, LLC is hereby amended as follows: Section 2. AGREEMENT TIME OF COMPLETION. The work shall be commenced on September 24, 2018 and be completed no later than April 23, 2021, 942 calendar days from the date of commencement. CA revised December 2016 Page 1 18-145(b) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 ( DATE: March 25, 2020 PROJECT NO.: 91641202 PROJECT NAME: Green the Green TO: Applied Ecology, LLC BUDGET NO.: 412.98.594.382.65.00 CONTRACT NO.: 18-145 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the 'Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, fumish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 3/ By 5/20 Howe Original Contract tax) Previous Change Order This Change Order (with tax) REV. CONTRACT AMOUNT Contractor: Applied Ecology, LLC Title Owner $ 132,634.70 APPROVED BY THE CITY OF TUKWILA $ 24,932.42 Date 111 4 IX $ 5,261.65 By /// $ 162,828.77 Original Contract Time: 577 Calendar Days Additional Contract Time for this Change Order: 0 Days Updated Contract Time: 577 Calendar Days Allan Ekberg, Mayor City Engineer ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File 1,-11t, 5 {11/2014) EXHIBIT A - SCOPE OF SERVICES 41000ilit Total plants, Total brows protection added 240 190 Total Crew days planting Total crew days adding browse protection Labor per day Total labor Project management 0.25 $1,800.00 $2,250.00 $300.00 Storm Lake Growers Fourth Corner Nursery $344,00 $85.00 PacForest Supply UPS fees $282.77 $50.00 markup (10%) $76.18 Total $837.95 4.ctitt,c Project Total $3,387.95 tax (10%) $338.79 Project Grand Total $3,726.74 Materiats Species W. Red Cedar Sitka Spruce Qty. 40 30 Red Flowering Currant 20 Sitka willow stake pacific willow stake slough sedge hardstem bulrush Total 25 25 50 50 240 ttigftttbLa,L:,tf:, Total Crew days planting Labor per day Total Labor Project management ACF- seed mix markup (10%) Total ;11 Project Tota tax (10%) Project Grand Total 0.4 $1,800.00 $720.00 $300.00 $341.25 $34.13 $375.38 9 $139. 4 $1,534. mesh tubes 6''x30" bamboo stakes 200 200 CITY�~U~�n� ���� 7�kUK����UU �K ��" n��x��m"u�x� CONTR���������~� �~������� o������� �:� � ACT ��nu��n����~ ��u�����wn u���. n DATE: April 19.2018 PROJECT NO.: 91641202 PROJECT NAME: Green the Green TO: Applied Ecology, LLC 18-145(a) Council Approval N/A BUDGET NO.: 412.98.594.382.55l0 CONTRACT NO.: 18-145 Sheet 1of1 You are hereby directed k}make the herein described changes tothe plans and specifications0rdothe following described work not included inthe plans and specifications onthis contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights ofthe ^OwnSr"are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D.The Contractor must submit all Field Overhead and Home Office OvSrh8adRotesforappmva|inadvanoo0fa||Changa orders. CHANGE: See Attached Exhibit "A" VV0the undersigned Contractor, have given careful oonSid80tiUnNUlBCh@n0opmp000dandhembvogree.ifUlimproposa|ie approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices,, #,own above and below. ACCEPTED: Date By Original Contract (with tax) Previous Change Order $ 0,00 This Change Order (with tax) $ 24.932.42 REV. CONTRACT AMOUNT $ 157.567.12 � $ 132.634.70 � Original Contract Time: 577Calendar Days Additional Contract Time for this Change Order: UDays Updated Contract Time: 577 Calendar Days Contractor— Applied .LLC Title J APPR0VEt'." THE CITY OFTUKW|LA Date City Engineer ORIGINAL City Clerk (1 nf2) Contractor (2of2) PW Project Finance File cc: Finance Department (^/encumbranoe) Project Management File (1`om4) EXHIBIT A Project: Green the Green Project M91G412O2 Contract IO-145between City mfTukwila and Applied Ecology, LL[ Change Order #1 Scope ofServices The scope of work for this change order is to revegetate 450 linear feet of private property shoreline on the left bank of the Lower Green River at river mile 11.4 (the JSH site) with approximately 7Otrees and 4OOshrubs. The work area isshown inthe attached map asZones 4& 5.The work will include the removal of invasive species growing along the shoreline, including Himalayan blackberry and English ivy, the installation of erosion control wattles, planting native trees and shrubs, and one year of summer watering and maintenance. The scope includes all materials, labor and incidentals required to conduct the site preparation, planting, and follow-up maintenance work. This project will improve tree canopy to shade the river, improve water quality, reduce soil erosion, and improve wildlife habitat for both terrestrial and aquatic organisms, including the ESA -listed Puget Sound Chinook salmon. The City of Tukwila has already received permission from the private property owner, Schneider& Schneider Business Park, to restore their shoreline. The property owner has negotiated a conservation easement in King County that will protect existing and future shoreline vegetation. This scope extends the JSH shoreline planting project, resulting in a total of1,16O linear feet ofrestored shoreline on a reach identified as a high priority for tree shade. The planting site is a combination of moderately to extremely steep slopes. Parts of the shoreline have little to no tree canopy and are dominated by invasive Himalayan blackberry. In these locations, crews will install trees and shrubs that and tolerate full sun and dry soil conditions. The southern half of the planting site has a well -established deciduous tree canopy, so planting will focus on underplanting with conifers and enhancing the understory shrub layer. In addition, crews will install trees and shrubs at approximately 2,OOOsq. ft. clearing atthe top ofbank. Legend Major Freeways QJSH Properties tntemationa 1 600800 t) Tukwila Green the Green Project Overview Map JSH Properties 1 600 1200 4 800 6 400 8 C100 9 600 11,200 1:49,341 12 800 Wr Feet ,(CD PloirnE'r W is#rr f7 cI 3fiit 201.''<uitl Corwe�v7hon DistrrU SrpLemtrei 29 2017 Legend © JSH Property Boundary IN Zone 1 - Tidal/Wet Zone; Edge of River Zone 2 - Steep Slope; Use Stakes • Zone 3 - Ivy Hedge MI Zone 4 - Dry, Sunny, Blackberry Zone 5 - Established Tree Canopy; Add Conifers \\.; Zone 6 - Planted 2016 Rose Foundation Grant, Zones 4& 5 Pict orpetry Internati© a Tukwila Green the Green Planting Zones Map JSH Properties 200 100 0 0 1:1,500 K`;[l Pl rrror Pros, r.rrri: Copyugh( i01T K,rq Cror,orvrat,or Clr4irrr i CA .chr ; 14 201 r/ Green the Green Bid Calculator 0. a.It o in IPlanting and Maintenance Per N. oN 0 el 6 (0 0 .-- co to, e- 0 •- d 0 ''... 40) 0 .- 7.-_-* or '...' 0 1- 0 0 Ol 0, .,-. 0 01 0 total tax grand total I o 0 0 0 0 0 0 0 0 NI CD 0 ci 69 .1. CO 6 (0 P4 0 0 c> 69 CO 4 (0 CO cc .0 .4: uc, CO C. 69 Of M CO ,:;.• E ,... 0 0 O 0 NI c,..5 0 0 6 CO 0 co o .06 69 E o (0 r-- 6,3 o 0000 ci 0 0) o 6 69 o ci 0 a> o opi sub total tax 'Grand total Water labor o 0 ci 0 (0. o 0 r. 0 V) Laborhours 0000 O 0 ,- 0 Of o o .. :J. cn O 40 a. o o (Pi CO° 4(0 o o ci Markup 00 0 op o 0 cl; a0 .0 co Markup $2,420.00 C 0 0 E 4. 00 0 ci 69 0 O CO 0 00.0$ $324.40 0 0 $ Amount o (0 ci 0 (0 o 0 6 CO (0 0 69 V' 04 M o 0 (010 44(4 o 0 Unit LS LF CY CY AS Unit EA Quantity 200 0 0 0 400 4701 Item Description Site Prep. Wattles (with stakes) 0 0. E o o Bark Mulch (upper flat area) Erosion fabric Item Description Shrub, 1 gal* 1300 ferns?) tree, 1 GAL 1- 0 0. E .,' c•-, to a) > 040 :E .§ ct •g - s 3') CL <0 c 2 2 o g40 t • 0 ?)7.; 2 .0.0 o cu • 10 increase maint by oneday plants back to 400 (300 ferns) ering= 70 hours= 1 person x 7 visits City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contractor/ Vendor Name: Address: Telephone: CITY OF TUKWILA Short Form Contract Applied Ecology LLC 6637 Flora Avenue South Seattle, WA 98188 Budget Item: 206-484-6582 Project Name: Contract Number: 18-145 Council Approval 8/20/18 Project No. 91641202 Green the Green Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Public Works Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement made and entered into this -0 day of VV r 20 1 g, by and between the City of Tukwila, hereinafter referred to as "City", and Applied Ecology LLC, hereinafter referred to as "Contractor." The City and the Contractor hereby agree as follows: 1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. TIME OF COMPLETION. The work shall be commenced on and be completed no later than ,` ) )0 , 577 calendar days from the date of c mmencement. 3. COMPENSATION AND METHOD OF PAYMENT. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $132,634.70, except by written agreement of the parties. 4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 5. PAYMENTS. Within 7 calendar days of the progress estimate cutoff date, Contractor shall submit itemized request for payment to the Engineer. Contractor shall submit request for payments once per month. The itemized pay request shall be in an electronic spreadsheet format with separate columns for current request, total prior request, and a total to date column. The itemized pay request shall be grouped in rows according to the bid schedule with subtotals and subtotals. CA revised December 2016 Page 1 Pay request shall be supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. Quantities used for progress estimates shall be considered only as approximate and provisional and shall be subject to recalculations, adjustment, and correction by Engineer in subsequent progress estimates and in final estimates. 6. ACCEPTANCE AND FINAL PAYMENT. Final payment shall be due 10 days after completion of the work, provided the contract is fully performed and accepted. 7. CONTRACT DOCUMENTS. The contract includes this Agreement, Scope of Work and Payment Exhibit. The intent of these documents is to include all labor, materials, appliances and services of every kind necessary for the proper execution of work, and the terms and conditions of payment therefore. The documents are to be considered as one, and whatever is called for by any one of the documents shall be as binding as if called for by all. The Contractor agrees to verify all measurements set forth in the above documents and to report all differences in measurements before commencing to perform any work hereunder. 8. MATERIALS, APPLIANCES AND EMPLOYEES. Except as otherwise noted, the Contractor shall provide and pay for all materials, labor, tools, water, power and other items necessary to complete the work. Unless otherwise specified, all material shall be new, and both workmanship and materials shall be of good quality. Contractor warrants that all workmen and subcontractors shall be skilled in their trades. 9. SURVEYS, PERMITS AND REGULATIONS. The City shall furnish all surveys unless otherwise specified. Permits and licenses necessary for the execution of the work shall be secured and paid for by the Contractor. Easements for permanent structures or permanent changes in existing facilities shall be secured and paid for by the City unless otherwise specified. The Contractor shall comply with all laws and regulations bearing on the conduct of the work and shall notify the City in writing if the drawings and specifications are at variance therewith. 10. PROTECTION OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to any act or neglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. 12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. 13. CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. 14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may terminate the contract and take CA revised December 2016 Page 2 possession of all materials, tools, appliances and finish work by such means as the City sees fit, and if the unpaid balance of the contract price exceeds the expense of finishing the work, such excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the difference to the City. 15. PAYMENTS. Payments shall be made as provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. 16. INSURANCE. The Contractor 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 Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor 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 Scope of Insurance. Contractor 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 $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Other Insurance Provision, The Contractor'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 in excess of the Contractor's insurance and shall not contribute 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. Contractor 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. CA revised December 2016 Page 3 E. Subcontractors. The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. F. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work 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 Contractor to maintain insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business -days notice to the Contractor 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 Contractor from the City. 17. PERFORMANCE BOND. The Contractor shall furnish to the City prior to start of construction a performance bond at 100% of the amount of the contract and in a form acceptable to the City. In lieu of bond for contracts less than $25,000, the City may, at the Contractor's option, hold 5% of the contract amount as retainage for a period of 30 days after final acceptance or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens, whichever is later. 18. LIENS. The final payment shall not be due until the Contractor has delivered to the City a complete release of all liens arising out of this contract or receipts in full covering all labor and materials for which a lien could be filed, or a bond satisfactory to the City indemnifying the City against any lien. 19. SEPARATE CONTRACTS. The City has the right to execute other contracts in connection with the work and the Contractor shall properly cooperate with any such other contracts. 20. ATTORNEYS FEES AND COSTS. In the event of legal action hereunder, the prevailing party shall be entitled to recover its reasonable attorney fees and costs. 21. CLEANING UP. The Contractor shall keep the premises free from accumulation of waste material and rubbish and at the completion of the work, shall remove from the premises all rubbish, implements and surplus materials and leave the premises clean. 22. INDEMNIFICATION. The Contractor 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 in connection with the 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 Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor'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. 23. PREVAILING WAGES. The Contractor shall pay all laborers, workmen and mechanics the prevailing wage and shall file the required "Statement of Intent to Pay Prevailing Wages" in conformance with RCW 39.12.040. CA revised December 2016 Page 4 24. 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. 25. ENTIRE AGREEMENT; MODIFICATION. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor 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. 26. 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. 27. NOTICES. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 28. APPLICABLE LAW; VENUE; ATTORNEY'S FEES. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 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. IN WITNESS WHEREOF, the parties hereto executed this Agreement t day and year first above written. CITY OF T By: / Sig Printed Name: Allan Ekber Date: ATTEST/ UTHENTICATED: City Clerk, Ch4sty O'Flaherty APPROVED AS TO FORM,. BY: (1.4-/U1 er1/1/ Office of the City Attorney B : ?<- ignatur9,- ' Printed Name: I Title: OL,,itAekir Date: CA revised December 2016 Page 5 CITY OF TUKWILA REQUEST for QUOTES FOR Green the Green Shoreline Restoration Project Project No. 91641202 July 19, 2018 CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Project Plans by: KING CONSERVATION DISTRICT And CITY OF TUKWILA �������� ����� �������� -- �~����k��� ��� �K' Green n the Green o ~������x�~ ��U Work ' EXk�Ibl+�/-� Project Description: This project will restore approximately 1,321 lineal feet of Green River shoreline on two privately owned parcels in a public -private effort to restore salmon habitat, improve water quality and provide shade. The two properties are herein referred to as the JSH Properties site and the Harnish Group/NC Machinery site. The ]SHsite is located at1490DInterurban Avenue South inTukwila, WA. The restoration site blocated along the Green River behind the office building and adjacent to the northern and southern surface parking lots. The shoreline is steep and covered primarily with a mixture of non-native, invasive plants (including Himalayan Blackberry, Japanese Knotweedand English |vy). The work area covers approximately 162OOsfalong approximately 54Olineal feet ufsteep slope shoreline. The river io somewhat tidally influenced at this location, and the water levels fluctuate with rainfall, as well as being controlled by the US Army Corps of Engineers at the upstream Howard Hanson dam. The Harnish Group/NC Machinery site is located at 17025 West Valley Highway, Tukwila, WA. |tis located about two miles upstream, or 1.3 road miles south of the JSH Properties site. The restoration site is located along the Green River behind the Harnish Group/NC Machinery facilities, which include a large storage area for heavy equipment. The shoreline issteep and covered primarily with amixture of non-native, invasive plants (including Himalayan Blackberry, Japanese Knotweed and Butterfly Bush). The work area covers approximately 50,275 square feet along approximately 781 lineal feet of steep slope shoreline. Water levels fluctuate with rainfall, as well as being controlled by the US Army Corps of Engineers atthe upstream Howard Hanson dam. Scope of Work: The scope of work for both restoration sites is as follows: 1 The scope ofwork shall follow the project plans, specifications and schedule asdescribed and specified inthe attached documents: m. Tukwila "Green the Gmeen°Riparian Enhancement Project Plan JSH Properties b' Tukwila "Green the Green," Riparian Enhancement Project Plan Harnish GroupINC Machinery 2. In general, the scope of work is outlined in the attached project plans and includes: a. Site preparation b. Erosinncontro|/K8u|chin8 c. Planting d. Watering i water tobeprovided bythe property owner. All watering shall bebyhand and the Contractor shall bepresent for the duration ofthe watering, unless otherwise authorized bythe Engineer. e. Maintenance i. maintenance shall occur for 1-year following planting acceptance. 3. Comply with the following sections of the 2018 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. Reference the following sections for applicable information a. 8-01 Erosion and Water Pollution Control b. 8-02 Roadside Restoration c. 9-14 Erosion Control and Roadside Planting (Materials) Requirements for Companies and Organizations Submitting Quotes: 1. The company or organization submitting a quote shall review the stipulations of the attached Short Form Contract and be capable of meeting insurance, bonding and prevailing wage requirements. The short form contract, once executed, will serve as the Contract. 2. The company or organization submitting a quote shall verify site conditions prior to providing a quote. It is mandatory that the company or organization submitting a quote arrange a project site visit with the City's representative (206.433.7192 or mike.perfetti@tukwilawa.gov) prior to the clue date. 3. The company or organization submitting a quote shall provide at least three (3) references for similar projects. Requirements for Companies and Organizations Submitting Quotes: 1. Submit quotes by completing and signing the attached proposal form and submitting via e-mail, mail or hand delivery. Quotes must be received by July 31, 2018 at 5:00. Quotes received after this time may not be considered. Submit quotes to the following address or e-mail address. Mike Perfetti Tukwila Public Works 6300 Southcenter Blvd. Suite 100 Tukwila, WA 98188 Mike.perfetti@tukwilawa.gov Contractor Selection: 1. The selected company or organization will be that which has provided the lowest responsible quote, meaning they have both met the requirements herein and have proposed the lowest total price among all companies and organizations. Proposal SCHEDULE A Contractor's Name: Applied Ecology LLC Contractor's State License #: APPL|E°890BE City of Tukwila Project #: 91641202 Item No. Item Description Quantity Unit Unit Price Amount JSH SITE 1. SITE PREPARATION 1 L8 $5400.00 2. WATTLES 1080 LF $3.331 $3598.20 3. COMPOST 135 CY $54.450 $7350.84 4. BARK MULCH 135 CY $42.350 $5717.34 5. PG|PE-POPULUSTR|CHOCARPA.L8TK G EA $10.25 $81.50 G. PG|PE-FRAX|NU8LAT|FOL|A.BR 16 EA $1047 $107.52 7. PG|PE-THUJAPL|CATA.1 GAL 19 EA $14.65 $278.35 8. PG|PE-4CERMACROPHYLLUYN.8R 14 EA $1047 $148.58 8. PS|PE-PSEUDOTGUGAMENZE8||.1GAL 24 EA $14.65 $351.80 10. PS|PE-PHY8OCARPUGCAP|TATU8.BR 200 EA $1047 $2084.00 11. P8|PE-ROSAP|SOCARPA.BR 125 EA $1047 $1308.75 12. PS|PE-CORNUSSER|CEA. 8R 300 EA $10.47 $3141.00 13. P8|PE-GAUXLAG|ANDRA.LGTK 170 E4 $10.25 $1742.50 14. PS|PE-SAL|XG|TCHENG|S. L|8TN 370 G4 $10.25 $3792.50 15. PG|PE-PHYLAOEPHUSLEVV|G||.BR 65 E4 $10.47 $880.55 16. PG|PE-ROSANUTKANA.BR 50 EA $10.47 $523.50 17. PS|PE-HOLOD|GCUSDISCOLOR, 8R 65 G4 $10.47 $680.55 18. PG|PE-R|B|EGSANGU|NEU|N. BR 40 EA $10.47 $418.00 19. P8|PE-8YK8PHOR|CARPOSALBUG.BR 275 EA $1047 $2879.25 20. PG|PE+4CERC|RC|NATUyN. BR 55 EA $1047 $575.85 21. P8|PE'KAAHDN|ANERVOSA, BR 140 EA $10.47 $1485.80 22. PG|PE-GAULTHER|AGHALLON.EIR 140 EA $10.47 $1405.80 23. PG|PE-POLYGT|CHUNYK8UN|TUK8.BR 140 EA $1047 $1485.80 $45.3OG.5# SCHEDULE B Contractor's Name: Applied Ecology LLC Item No. Item Description Quantity Unit Unit Price Amount HANUSH GROUP SITE . . 24. SITE PREPARATION 1 LG $SUOO 26. MULCHING 177 CY $83.971 $14.803.50 26. pG|PE-P(]PULUSTR|CHOCARPA. L8TK 50 EA $13.75 $687.50 27. PG|PE-FR/0X|NU8LAT|FDLU\.BR 90 EA $13.97 $1257.30 28. PG|PE-THUJAPL|CATA.1GAL 40 E4 $18.15 $726.00 29. PS|PE-ACERMACROPHYLLUyN.BR 35 E4 $13.97 $488.95 30. PS|PE-PSEUOOTSUGAK8ENZESU.1GAL 66 EA $18.15 $1178.75 31. P8|PE-AB|ESGRANO|G. 1 GAL 65 EA $18.15 $1179J5 32. PS|9E-CRATAEGUSDOUGLA8||.8R 50 EA a13.97 $608.50 33. PS|pE-PHYSOCARPUSCAP|TATUG.BF< 100 EA $13.97 $1397.00 34. PS|PE-RDGAP|8OCARPA.BR 100 EA $13.97 $1387.00 35. P8|PE-CORNUGGER|CEA.BR 200 EA $13.97 $2794.00 36. PG|PE-SAUXLAQ|ANOF6A.LGTK 250 EA $13.75 $3437.00 37. PS|pE-GAL|XS|TCHENG|S.LSTK 250 EA $13.75 $3437.00 38. P8|PE-CORYLUGCORNUTA.8R 100 E4 $13.97 $1387.00 38. PS|PE-ROSANUTKANA.BR 250 EA $13.97 $3482.50 40. P8|PE-HOLOD|SCUGD|SCOLOR. BR 100 EA $13.97 $1397.00 41. PS|PE`AyNALANCH|ERALN|FOL|A. BR 100 E4 $13.97 $1387.00 42. PG|PE-SYrWPHOR|CARP<]SALBUS.BR 700 EA $13.97 $9779.00 43. P0PE-KUAHDN|AAC>U|FOL|A.BR 580 EA $13.97 $8102.60 TOTAL SCHEDULE B: VVA5H|NGT3NSTATE SALES TAX 10%\: $12.057.70 TOTAL QUOTE: $132.634.70 I have complied with all of the requirements herein, and certify that the quote provided is the quote intended. Signed: Title: M. Howell, Principal/Owner Date: 7/30/18 Measurement and Payment General When the Contract Documents state that a certain item of work "shall be considered incidental to the Contract", and whenever any aspect of work is not included in one of the pay items listed below, then the cost of performing that work shall be included in the various quoted prices of the Contract, and no separate payment will be made. Contractor shall include all costs of doing this work within the unit and lump sum quoted prices in the Proposal. If the Contract Documents require work that has no unit or lump sum item in the proposal, costs shall be incidental and included within the unit and lump sum quoted prices in the Proposal. Proposal Schedule Items The following subsections correspond to the items on the proposal schedule and shall be paid based on the conditions listed, and as detailed in the Standard Specifications for that item. The Section where the item of work is discussed in the Standard Specifications is shown in parentheses (ex. (2-01)). Item No. 1, 24— Site Preparation (2-01) Measurement and payment for "Site Preparation" shall be per lump sum. Items to be included in the quoted price shall include but shall not necessarily be limited to: chemical treatment, clearing, removal and disposal of existing vegetation, roots, and debris within the construction limits shown on the Plans and as specified herein and not covered under a separate item. Item No. 2 —Straw Wattles (8-01) Measurement and payment for "Straw Wattles" shall be per lineal foot. Items to be included in the quoted price shall include but shall not necessarily be limited to shall include all costs to furnish and install straw wattles including all labor, materials and equipment required to complete the work as shown on the plans and specified herein Item No. 3 — Compost (8-02) Measurement and payment for "Compost" shall be per the cubic yard. Items to be included in the quoted price shall include but shall not necessarily be limited to: all labor, materials, and equipment required to procure, furnish, and install compost and all incidental items, as shown on the Plans and specified herein. Item No. 4— Bark Mulch (8-02) Measurement and payment for "Bark Mulch" shall be per the cubic yard. The unit Contract price per acre for "Bark Mulch" shall for furnishing and spreading the mulch onto the existing soil. Items to be included in the quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment required to complete the work as shown on the plans and specified herein. Item No. 25—Mulching (8-02) Measurement and payment for "Mulching" shall be per the cubic yard. The unit Contract price per acre for "Bark Mulch" shall be for furnishing and forming mulch rings as described inPlans. Items tobeincluded inthe quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment required to complete the work as shown on the plans and specified herein. Item No. ���26,36,37—PSIPE—Live Stake Plantings (LSTK) (8-02) Measurement and payment for "PSIPE- Live Stake Plantings" shall be per each in place. P3|PEisPlant Selection Including 1-yearPlant Establishment. The unit contract price per each for "PSIPE- Live Stake Plantings" shall include all costs to furnish, install and maintain the plant for 1 year from Planting Acceptance. Items to be included in the quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment required to complete the work as shown on the plans and specified herein. Measurement and payment for "PSIPE- Bare Root Plantings" shall be per each in place. P8PE isPlant Selection Including 1-yearPlant Establishment. The unit contract price per each for "PSIPE- Bare Root Plantings" shall include all costs to furnish, install and maintain the plant for 1year from Planting Acceptance. Items tubeincluded inthe quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment required to complete the work asshown on the plans and specified herein. Item No. 7,9,28,30,31—PB|PE-1Gallon Container Plants (1GAL) (8-02) Measurement and payment for "PSIPE- 1-gallon container plants" shall be per each in place. PQPEisPlant Selection Including 1-yearPlant Establishment. The unit contract price per each for "P5|PE-1-QaUoncontainer plants" shall include all costs tofurnish, install and maintain the plant for 1yearfrom Planting Acceptance. Items tobeincluded inthe quoted price shall include, but shall not necessarily be limited to: all labor, materials and equipment required tocomplete the work asshown on the plans and specified herein.