Loading...
HomeMy WebLinkAbout21-074 - At Work! Commercial Enterprises, LLC - Shoreline Restoration Maintenance Services: Green the Green ProjectChange Order #3 Short Form Contract Between the City of Tukwila and At Work! Commercial Enterprises, LLC That portion of Contract No. 21-074 between the City of Tukwila and At Work! Commercial Enterprises, LLC is hereby amended as follows: Section 2: Time of Completion. This work shall be commenced on May 14, 2021, and be completed no later than December 31, 2025. All other provisions of the contract shall remain in full force and effect. Y f%� , Z `' Dated this 18th da of 20 CITY OF TUKWILA CONTRACTOR DS Signed by: Thomas McCleod, Mayor �.- Printed Name: D lei Y`4 Title: s d ATTEST/AUTHENTICATED Signed by: Andy Youn, MMC, City Clerk APPROVED AS TO FORM Signed by: Office of t e ity Attorney CA Reviewed May 2020 Page 1 of 1 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2023 to 2028 PROJECT: Green the Green Program Project No. 91641202 This program supports revegetation efforts along watercourses within the City with main goal of providing habitat DESCRIPTION: and reducing water temperatures. Funding may be utilized for costs related to planting or maintenance and include City and partner projects that contribute to the goals. WRIA 9 has identified warm water temperatures as an impediment to salmon recovery, and has also started JUSTIFICATION: a funding program called, "ReGreen the Green" which aims to support revegetation projects along the river. 35 Pilot project at NC Machinery & Southcenter Plaza completed and in ongoing maintenance. Funds maintenance STATUS: of recently completed surface water CIP projects meeting program goals. Other opportunities are being identified 20 in a collaborative interdepartmental effort. MAINT. IMPACT: Expected to increase maintenance. COMMENT: Grant funding ongoing. Funding to date has come from WRIA9, King Co., and the Rose Foundation. FINANCIAL Through Estimated (in $000's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL EXPENSES Design 35 20 5 20 5 20 5 30 140 Land (RAN) 5 5 3 5 18 Monitoring & Maint. 10 8 160 50 80 30 60 60 45 503 Const. Mgmt. 9 25 0 25 20 20 99 Construction 181 100 100 100 100 581 TOTAL EXPENSES 235 8 185 180 105 160 80 188 200 1,341 FUND SOURCES Awarded Grants KC 172 8 29 209 Proposed Grants 40 50 50 50 50 50 50 340 Rose Foundation 25 25 Mitigation Expected 0 Utility Revenue 38 0 116 130 55 110 30 138 150 767 TOTAL SOURCES 235 8 185 180 105 160 80 188 200 1,341 80 2023 - 2028 Capital Improvement Program City of Tukwila Agreement Number: 1-074(b) Council Approval 2/13/23 200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES 1 w. O w Mort a� =5 I r . - .» •111 '111 lit Pill wIFII w1111111111 • w That portion of Contract No. , betweenI At Work! herebyEnterprises, LLC is amended as follows: EIIIIWMAII Gated this` day of 20 2-1 eE�q�ea ma 3e3m�E � os.00m _._.._ K y. 87b,6071 1038 40E6 8— 6-23847-313cT11— l 1 1111111111�11 CA Reviewed May 2020 Page t, of I. MA ATWORK COMMERCIAL ENTERPRISES LLC 1935 152 n1 P1 Ne Bellevue, WA 98007 (425) 274-4026, (206) 434-6623 Johnsl @atworkwa.or,g 12-18-2022 City of Tukwila Green to Green Proj ect # 91641202 Contract Extension Cost Proposal Contract Extension Duration- 2 years, January 1,2023 to December 31, 2024 Scope of work and terms as per contract. JSH Site Item # 1 Item Description Unit Invasive Weed Control 1 Unit Price $2,679 Amount $2,679.00 2 Plant Maintenance 1 $5,600 $5,600.00 3 Project Management 1 $1,200 $1,200.00 Total for JSH Site for 2 year period- $9,479.00 Harnish Group Site Item# I Item Description Unit I Unit Price Amount 4 1 nvasive Weed Control 1 $2,679 $2,679.00 5 Plant Maintenance 1 $12,343 $12,343.00 6 Project Management 1 $1,440 $1,440.00 7 Adaptive Mgt (Plant Qty as 1 $11,250.00 $11,250.00 per plan) Work to be done 1 prior to March 30, 2023 1 1 Total for Harnish Group Site for 2 year period- $27,712.00 Total for 2 year period- $37,191.00 Signature: .�2Lt q. .5oLfa Title- Business Development Manaaer Date- 12-18-2022 M.; Dopq'm y7w r�,qur A"Mn C, ;,I OmmmOMR'n !I' ,, n y o,; A CfjI Tfiamfa t m vn dwa, rNlb9fV, whqw, yAbp nm,� City oM Tukwila Agreement Number.21-074(a) 600 outhcenter Boulevard, Tukwila WA91 8 Council Approval N/A Change Order #1 9ALIr4q&UHSSLTA&n Betvwreen, the City of Tukwila and At Work! Commercial Enterprises, LILC amendedThat portion of Contract No. 21-074 between the City of Tukwila and At Work! Commercial Enterprises, LLC is hiereby as follows: Section 2: Tlirne of Cam letlon. The work shall be commenced) on May 14, 2021 and be completed no later than December 31, 2024. All other provisions of the contract shall remain in full force and effect. Dated this day ofVk b-ect'�6L 20 NUINKENIEUMM" ......................................... '—a se --m �,��� Koy: 226hf16a C696 4&99 bh4o 8a0ababSaa67 ����� Allan Ekberg, Mayor 12-27-2022 ATTEST/AUTW E NTI CATS D _ eSig.etl via Seamle Looe oom_-- CIz 0qw .......K- I df—Ob 525d d725 8-27`0-8192E Christy O'Flaherty, MMC, City/ Clerk . 0 1Prl4d Name, _104 . .. 0-M Key 0--0 a4698 1-77 Cffuce of the City Attorney C.A. Reviewed May 2020 Page 1 of I City of Tukwila Contract Number: 21-074 6200 Southcepter Boulevard, Tukwila WA 98188 Council Approval N/A kb CITY OF TUKWILA Short Form Contract ontractor/ Vendor Name: A•I'r,%orh 3C Project No. q f ; 4 _ n7 Address: tj- P) n)� �'_ Budget Item: Telephone: ! Project Name: Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Department, 6200 Southcenter Boulevard, Tukwila, Washington 98988. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this 11th day of May 2021 , by and between the City of Tukwila! hereinafter referred to as "City", and (�►,,, �, h'.ereinafter referred to as 91C.on*actor." The City and the Contractor hereby agree as follows: 1. SCOPE AND SCHEDULE F 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 loc4l 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 4.nZz 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. Th6 total amount to be paid shall not exceed X28,736.10 at a rate of N/A , except by written agreement of the parties. 4., CONTRACTOR BUDGET. he 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 Contract6r desires to amend its budget in any way. 5. PAYMENTS. The City shall! make payments on account of the contract at completion of the project. 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. CA,revised May 2020 Page 1 • 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 RO work, ad'ace F property, PRtl PERU AND PERSONS. RSbe re The Contractor shall adequately protect theJ p 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 materiTls 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. 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. 1S. PAYMENTS. Payments shdll 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 procureand maintain for the duration of the Agreement, insurance against claims for injuries tq 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 Zile 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. CA revised May 2020 1 Page 2 H. 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 i 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.. 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. CXrevised May 2020 Page 4 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 the day and year first above written. CITY OF TUKWILA HP By. Signature Printed Name: Allan Ekber Ma or Date: 05/11/2021 ATTEST/AUTHENTICATED: 0,hA,v , 06, ,-Az-, City Clerk, Christy O'Flaherty APPROVED AS TO FORM: BY: a, dfoe oa,ey f fa da Office of the City Attorney By: Printed Signature ed Name: "Q6 6n (kp, Title:. Date: 11G- 1 C/ CA -revised May 2020 Page 5 EXHIBIT A CITY OF TU KWI LA REQUEST for QUOTES FOR Green the Green Shoreline Restoration Maintenance Services Project No. 91641202 March 11,2021 CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Quotes Due: March 29, 2021 at 5:00 pm Shoreline Restoration Maintenance Services Request for Quotes Project Description This request is for two years of shoreline maintenance services at two separate shoreline sites along the Green River in the City of Tukwila. These two sites were professionally planted with native bare root material and live stakes between January and March of 2020 and maintained through November of 2020. Prior to that, beginning in the fall of 2018, there was an extensive period of mechanical and chemical blackberry and invasive control at the two sites. In total, the two sites comprise approximately 1,941 lineal feet and 1.82 acres of Green River shoreline. This project, known as Green the Green, is part of a public-private effort in Tukwila to restore salmon habitat, improve water quality and provide critically -needed shade to the river. The two parcels are privately owned. The City and the property owners have multi-year easements in place to allow the City to maintain the shoreline restoration work. The two sites are herein referred to as the JSH Properties site and the Harnish Group/NC Machinery site. The JSH site is located at 14900 Interurban Avenue South in Tukwila, WA. The restoration site is located along the Green River behind the Southcenter Plaza office building and adjacent to the northern and southern surface parking lots. The shoreline is steep and prior to restoration had been covered primarily with a mixture of non-native, invasive plants (including Himalayan Blackberry, Japanese Knotweed and English Ivy). The river is 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 work area covers approximately 29,081 sf along approximately 1,160 lineal feet of steep slope shoreline. Site restoration included blanket compost application and bark mulch coverage, except in area 5, in which plants are spot located among existing woodland. The Harnish Group/NC Machinery site is located at 17025 West Valley Highway, Tukwila, WA. It is 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 is steep and had been covered primarily with a mixture of non-native, invasive plants (including Himalayan Blackberry, Japanese Knotweed and Butterfly Bush). Water levels fluctuate with rainfall, as well as being controlled by the US Army Corps of Engineers at the upstream Howard Hanson dam. The work area covers approximately 50,275 square feet along approximately 781 lineal feet of steep slope shoreline. Site restoration included incorporating compost amendment into the planting pits and installing 18" diameter mulch rings. Zones 1 and 2 are characterized by their water -borne sandy sediments, while the upper project area tends to be composed of drier, less organic and somewhat compacted soils. In addition to the restoration planting, a native seed mix was hand seeded among areas within zones 1 and 2 that experienced erosion during floods in February 2020. Contractor Scope of Work The JSH Site • Invasive species control — utilize pesticide and/or mechanical means to control invasive plants to a maximum of 5% site coverage. • Pesticide application — pesticide applicators must have applicable current certifications, proof of which must be provided to the City prior to pesticide application. Pesticide formulas must be approved for shoreline environments. Proposed formulas and quantities of solutions must be pre -approved by the City prior to commencing application. Signage shall be posted at the areas where treatment has occurred indicating the date, the solution used and any required warnings or precautions as necessary to conform with applicable laws and health guidance. • Plant maintenance — all restoration plants throughout the site shall be maintained to achieve a minimum of 90% survival throughout the project area. Any loss beyond that shall be replanted at the contractor's expense. The Contractor and City representative will perform a pre -project walk through to general inventory the plants to be maintained. The contractor is not responsible for plant loss due to floods or herbivory. • Watering —The Contractor shall establish a temporary watering system or provide an otherwise adequate watering regime such that every plant is given enough water to survive and overcome any potential drought -related mortality. A large portion of the site is within range of an automatic pop-up irrigation system owned and operated by the property owner. The Contractor may establish a temporary watering system teeing off the established system to water areas out of reach of the irrigation system, including Area 4 (see attached site maps). Further south, in Area 5, plantings will likely require a hand watering application as the restoration plantings are within an established riparian forest. No less than eight such watering events shall occur per watering season. Prior to watering, the Contractor shall submit a watering plan (minimum 1 page) to the City that shall indicate the method of watering; the source of water; permits that might be required; the amount of water per plant; the frequency of watering; and approximate watering schedule. The plan shall also indicate how the contractor will monitor plant health and/or soil moisture and discuss potential adaptive management strategies. The property owner at this site will pay for the cost of the water. • Coordination —the contractor shall notify the property owner's representative a minimum of 48 hours in advance prior to any site work. The restoration site at JSH is protected and accessible through a conservation easement with King County as well as a project access agreement with the City (see attached easements). Parking is generally available, but the contractor shall comply with reasonable property owner requests and follow access requirements and other conditions of the easements. The Contractor shall coordinate irrigation system operation and any proposed connections with the property owner prior to commencing watering work. This coordination shall be reflected in the Watering Plan mentioned in the previous paragraph. • Reporting —the contractor shall provide City with a brief annual report of maintenance activities (minimum of 1 page not including any exhibits) by December 31 of each year detailing dates of work; activities performed; invasive species encountered; and plant loss, if any. • Additional work items — additional materials and work items such as additional water, wood chip mulch, fertilizer, plant protection caging, straw wattles or other erosion controls may be needed or advised to ensure plant survival. The addition of these items, including costs, will be agreed upon in writing by the contractor and the city prior to any additional work. • Workplace Safety — the contractor shall submit a COVID 19 exposure -control, mitigation and recovery plan in accordance with Washington State's Outdoor Maintenance COVID-19 Requirements and follow updated state guidance. The current state plan requirement is here: rnti;;ti;; as: �a eu irn�au .tea. �a slit s de a�ullti;; I.'iilles COVIIID i..9%2011...air"nds a aliir"n %20G�ulidair"nce. d�. Also .............................................................................................................................�................ ...............................................................................................................................................................................................................................................................................................................................................Ip............. crews are required to always wear personal floatation devices (PFDs) on the project sites. The Harnish Group/NC Machinery site • Invasive species control — utilize pesticide and/or mechanical means to control invasive plants to a maximum of 5% site coverage. This lower site elevations of this site, moreso than the JSH site, are prone to capturing water -borne seeds and sediment as it did during a flood event in the early months of 2020. Volunteer plant growth in this area shall be maintained to eliminate the threat to restoration plantings, but non -threatening plants may be retained in consideration of their short- term erosion control value, so long as they don't impair restoration plant growth. • Pesticide application — pesticide applicators must have applicable current certifications, proof of which must be provided to the City prior to pesticide application. Pesticide formulas must be approved for shoreline environments. Proposed formulas and quantities of solutions must be pre -approved by the City prior to commencing application. Signage shall be posted at the areas where treatment has occurred indicating the date, the solution used and any required warnings or precautions as necessary to conform with applicable laws and health guidance. • Plant maintenance — all restoration plants throughout the site shall be maintained to achieve a minimum of 90% survival throughout the project area. Any loss beyond that shall be replanted at the contractor's expense. The contractor and City representative will perform a pre -project walk through to general inventory the plants to be maintained. The contractor is not responsible for plant loss due to floods or herbivory. • Watering —The Contractor shall establish a temporary watering system or provide an otherwise adequate watering regime such that every plant is given enough water to survive and overcome any potential drought -related mortality. No less than eight such watering events shall occur per watering season. Prior to watering, the Contractor shall submit a watering plan (minimum 1 page) to the City that shall indicate the method of watering; the source of water; permits that might be required; the amount of water per plant; the frequency of watering; and approximate watering schedule. The plan shall also indicate how the contractor will monitor plant health and/or soil moisture and discuss potential adaptive management strategies. Water is not available from the property owner. There are multiple fire hydrants located along the West Valley Highway roadside near the site. To utilize the hydrant, a water meter must be acquired from the City for a fee and returned at the end of the watering season. There are also Recycled Water Truck Filling Stations located in Tukwila near Foster Golf Links public golf course and at the South Treatment Plan in Renton. The Contractor is responsible for all watering costs. • Coordination —the contractor shall notify the property owner's representative and the City representative a minimum of 48 hours in advance prior to any site work. Parking and access are restricted to a certain location (see attached easement). The contractor shall strictly follow all access requirements and other conditions of the easement. • Reporting —the contractor shall provide City with a brief annual report of maintenance activities (minimum of 1 page not including any exhibits) by December 31 of each year detailing dates of work; activities performed; invasive species encountered; and plant loss, if any. • Additional work items — adding material items such as additional water, wood chip mulch, fertilizer, plant protection caging, straw wattles or other erosion controls may be needed or advised to ensure plant survival. The addition of these items, including costs, will be agreed upon in writing by the contractor and the city. • Workplace Safety — the contractor shall submit a COVID 19 exposure -control, mitigation and recovery plan in accordance with Washington State's Outdoor Maintenance COVID-19 Requirements and follow updated state guidance. The current state plan requirement is here: rnti.;ti.; as: �a eu irn�au .tea. �a slit s de a�ullti.; 1.'iilles COVIIII� i..9%2011...air"nds a aliir"n %20G ulidair"nce. d�. Also .............................................................................................................................�................ ...............................................................................................................................................................................................................................................................................................................................................Ip............. crews are required to wear personal floatation devices (PFDs) at all times on the project sites. 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. Note that there will be an optional pre-bid site visit held on Thursday, March 18, 2021 from 8:00 — 9:30 am starting at the JSH/Southcenter property south parking lot, then driving to and finishing at the NC Machinery site. Note that the work areas are within privately -owned properties and access is prohibited without at least 48 hours prior notification to the City to allow for coordination with the property representatives. Masks and social distancing are required at the pre-bid meeting. If you are planning to participate or have any other questions during the bid period, please notify the City's representative, Mike Perfetti by calling 206.550.4930 or e-mailingirmiilk,aiititiiitiu„Ikiill,koy. Note that questions and responses may be shared with each organization on the bidding invitation list. 3. The company or organization submitting a quote shall provide at least three (3) references for similar projects. 4. Submit quotes by completing and signing the attached proposal form and submitting via e-mail or mail. If delivering by hand, please make arrangements in advance as City offices are currently closed to public in-person visitation. Quotes must be received by March 29, 2021 at 5:00 pm. 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 Award 1. Quotes will be opened and tabulated by the City project manager after the deadline for quote submittal has passed. The results will be tabulated and on March 31, 2021 sent to each company or organization that has submitted a quote or as requested under public records processes. 2. The contract will be awarded to the lowest responsible bidder as defined by IF ➢, ,, 3 ! , including but not limited to having provided the lowest price, satisfying the above requirements for companies and organizations submitting quotes, and not debarred from contracting by any State agency. 3. A bid bond is not required. Bids are submitted and received in good faith. If the lowest responsible bidder withdrawals from the project prior to project contract execution without good reason, they may be excluded from future City solicitations. Measurement and Payment General 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 Items No. 1 & 4 — Invasive Species Control Measurement and payment for "Site Invasive Species Control" shall be per lump sum. Items to be included in the quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment needed to control invasive species as required such as chemical treatment, clearing, removal and disposal of vegetation within the construction limits. Items No. 2 & 5— Plant Maintenance Measurement and payment for "Plant Maintenance" shall be per lump sum. Items to be included in the quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment needed to maintain restoration plants as required such as water and water supply, pruning and pest control. Items No. 3 & 6— Project Management Measurement and payment for "Project Management" shall be per lump sum. Items to be included in the quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment needed to coordinate with the City and property managers, obtain required permissions, submit required work plans and submittals and all products and procedures necessary to comply with project requirements and all laws and permits, as applicable. Proposal Form Company/Organization Name: Contractor's State License #: City of Tukwila Project #: 91641202 SCHEDULE A Item No. Item Description Quantity Unit Unit Price Amount JSH SITE 1. INVASIVE SPECIES CONTROL 1 LS 2. PLANT MAINTENANCE 1 LS 3. PROJECT MANAGEMENT 1 LS TOTAL SCHEDULE A: SCHEDULE B Item No. Item Description Quantity Unit Unit Price Amount HARNISH GROUP SITE 4. INVASIVE SPECIES CONTROL 1 LS 5. PLANT MAINTENANCE 1 LS 6. PROJECT MANAGEMENT 1 LS TOTAL SCHEDULE B: TOTAL SCHEDULE A + SCHEDULE B: WASHINGTON STATE SALES TAX (10.1%): TOTAL QUOTE: I have complied with all of the requirements herein, and certify that the quote provided is the quote intended. Signed: Title: Date: ATTACHMENTS PERFORMANCE BOND Bond Number: 023210072 Liberty Mutual Surety Attention: LMS Claims PO Boat 34426 Seattle, WA 98124 Phone;:: (206) 473-6210 Fax: (866) 548.6873 Lrnail: IiC15C1..Clibe:rtyme.etual.e°:earn www.l..ibEartyMutualSur€atyClairris.t;orn KNOW ALL MEN BY THESE PRESENTS, that we AtWork! Commercial Enterprises, Ll,C , as principal (the "Principal"), and The Ohio Casualty Insurance Company , a Seattle Washington insurance company, as surety (the "Surety"), are held and firmly bound unto City of Tukwila , as obligee (the "Obligee"), in the penal sum of Twenty-eight "Thousand Seven Tlundred Thirty-six Dollars And Ten Cents Dollars ( $28,736.10 ), for the payment of which sum well and truly to be made, the Principal and the Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has by written agreement, dated the , entered into a contract (the "Contract") with the Obligee for Green the Green Shoreline Restoration Maintenance Services Project No. 91641202 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall promptly and faithfully perform the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED AND SUBJECT TO THE CONDITIONS PRECEDENT: 1. Whenever the Principal shall be, and declared by the Obligee to be in default under the Contract, the Obligee having performed the Obligee's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1.1 Arrange for the Principal„ with consent of the Obligee, to perform and complete the Contract; or 1.2 Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or 1.3 Obtain a bid or bids from alternative contractors to complete the Contract in accordance with its terms and conditions, and upon determination by the Surety of the lowest responsible bidder, or if the Obligee elects, upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and the Obligee, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding the amount set forth in the first paragraph of this bond. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the amount properly paid by the Obligee to the Principal; or 1.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: a. After investigation, determine the amount for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender payment therefore to the Obligee; or b. Deny liability in whole or in part and notify the Obligee citing reasons therefore. Page 1 of 2 Rev. 3/12 LMS -20885e 03/18 2. Notwithstanding any other provision of this bond or the Contract, or otherwise, the Surety is not responsible for and shall not be held liable to the Obligee for any hazardous waste removal and the Surety shall not be held liable to, or in any other respect be responsible to, the Obligee by way of indemnity, claims or otherwise, or to any public authority or to any other person, firm or corporation, for or on account of any fines or claims by any public authority or for bodily injuries or property damage to any person or thing, including, but not limited to, injury or damage due to the release or threat of release of hazardous substances of any kind or damage to real estate or to the environment or clean-up costs or other damages of whatever kind or nature arising out of any act of commission or omission by the Principal, the Principal's agents, servants, employees, subcontractors or suppliers or any other person in connection with the performance of the Contract. This limitation applies regardless of when any such fine is assessed, claim is made, or injury, damage, release or threat of release occurs and without regard to any term or condition of the Contract. 3. The Surety hereby waives notice of any alteration or extension of time made by the Obligee. 4. Any suit under this bond must be instituted before the expiration of one (1) year from the date on which the Principal ceased to work on the Contract. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 5. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the heirs, executors, administrators or successors of the Obligee. 6. Any claims must be presented in writing to Liberty Mutual Insurance Company to the attention of LMS Claims at the above address. DATED as of this 16th day of April WITNESS/ATTEST 2021 AtWork! Commercial Imerprises, LI,C �—(Principal) By.(Seal) Name: Title: The Ohio Casualty Insurance Company (Surety) By: Attorney -in -Fact Nicole Sigfried ,qV INs4, �JP000.P0@gTOyy� ? F` 0 1919 n o �'yaMPs� da Page 2 of 2 Rev. 3/12 LMS -20885e 03118 PAYMENT BOND Bond Number: 023210072 KNOW ALL MEN BY THESE PRESENTS, that we AtWork! Commercial Enterprises, LLC , as principal (the "Principal"), and The Ohio Casualty Insurance Company , a Seattle Washington insurance company, as surety (the "Surety"), are held and firmly bound unto City of'I`ukwila , as obligee (the "Obligee"), in the penal sum of 'Twenty-eight "Thousand Seven Tlundred Thirty-six Dollars And Ten Cents Dollars ($28,736.10 ), for the payment of which sum well and truly to be made, the Principal and the Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has by written agreement, dated the , entered into a contract (the "Contract") with the Obligee for Green the Green Shoreline Restoration Maintenance Services Project No. 91641202 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall promptly make payment to all Claimants, as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED AND SUBJECT TO THE CONDITIONS PRECEDENT: 1. A "Claimant" is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The Principal and the Surety hereby jointly and severally agree with the Obligee that every Claimant, who has not been paid in full before the expiration of a period of ninety (90) days (or such lesser or greater time period as otherwise permitted by relevant law) after the date on which the last of such Claimant's work or labor was done or performed, or materials were furnished by such Claimant, may sue on this bond for the use of such Claimant, prosecute the suit to final judgment for such sum or sums as may be justly due Claimant, and have execution thereon. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any Claimant: (a) Unless Claimant, other than one having a direct contract with the Principal, shall have given written notice to the Principal and the Surety within ninety (90) days (or such lesser or greater time period as otherwise permitted by relevant law) after such Claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in separate envelopes addressed to the Principal and Surety. The Principal may be served at any place where an office is regularly maintained for the transaction of business, or in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. The Surety may be served to the attention of LMS Claims at the above -listed address. (b) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. LMS -20885e 03/18 Page 1 of 2 Rev. 03/04 (c) After the expiration of one (1) year (or such lesser or greater time period as otherwise permitted by relevant law) following the date on which the Subcontractor provided the last labor and/or materials to the project. If the provisions of this paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. Surety shall have no liability to any Claimant under this Bond for any amount unless it is due and owing to the Claimant by the Principal pursuant to the express terms of the contract between the Principal and Claimant or, if the Claimant does not have a direct Contract with Principal, pursuant to the terms and conditions of the Contract between the Claimant and the Subcontractor to the Principal. The Bond incorporates all of the Principal's contractual defenses, including but not limited to pay -if -paid provisions, whereby payment to the Claimant is subject to the condition precedent of the Obligee's payment to the Principal, and other limitations on amounts due under the contract between Principal and Claimant. 5. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens, which may be filed of record against such improvement, whether or nota claim for the amount of such lien be presented under and against this bond. DATED as of this 16th day of April WITNESS/ATTEST 2021 AtWork! Commercial Enterprises, ILLC (Principal) By: ()—(Seal) Name: Title: The Ohio Casualty Insurance Company (Surety) �,ZY INSUq yJ�4ppPORgr `9 F 7' 0 1919 By: ��� AMP da ]] y� * 1•N Attorney -in -Fact Nicole Sigfried LMS -20885e 03/18 Page 2 of 2 Rev. 03/04 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Libery®®Liberty Mutual Insurance Company mutuil. The Ohio Casualty Insurance Company Certificate No: 8203797-974388 SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Joshua Wright, Kathryn L. Bowland, Kristin Jackson, Jennifer D. Lutz., Kristin Igoe-Dombrowik Curtis M. Olsen Karen L.. Padilla Diana Rieland Daniel Rucker Nicole Siegfried, Ay'sha Singleton, Cindy Slater -Rogers, Stephanie Willhite all of the city of Renton state of WA each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 22nd day of May , 2020 . (p I State of PENNSYLVANIA :, County of MONTGOMERY Liberty Mutual Insurance Company PX, 1PO 3 o, P� iY INS& %"Sti PO`The Ohio Casualty Insurance Company °°aPOR xJ a°a�r �� y� ar�y P°°APOpar y� West American Insurance Company s' 3 Fo Ri Y$1912�0 0 1919 w 1991 a� y zm 2 O 4 0 /! Yds s'QACHUSF' .aD �NAMPS�,,aD� `!s �NptANP dD3 r ,114% David M. Carey, Assistant Secretary (n rn O) C Go -On this 22nd day of May 2020 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O (0 Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes -FU > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o W (D 3 — W'0) 02 (0 N N N c IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. eF%, COMMONWEALTH OF PENNSYLVANIA Notarial Seal eo6 Teresa Pasfella, Notary Public Upper MerionTwp., Montgomery County By: My Commission Expires March 28, 2021 14Ww,,'C,Y FGt mo1L°g1Wh Member, Pennsylvania Association of Notaries /5 Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 16th day of April , 2021 . �v %NS(I P01 INS&,p� & ItNSUR J ORP°RqT 'Y J p1lPORy '9 VQ' °FPORgrgy Y�1912yo 021919�o a 1991 0 Yd��9�� *U51',a� yO yNAMpSa`�,d� YS��NptA11P��D� By. Renee C. Llewellyn, Assistant Secretary LMS -12973 LMIC OCIC WAIC Multi Co 12/19 o� Q� 0� i (6 Of4 1 O W O Y� om aa) Y a� >o Nd Y 00 E ct i- M 00 U O , Public Works for Awarding Agencies PuBc Works Projects Awarding Agency: TUKWILA, CITY OF Check the status of contractors based on a specific date. https:Hsecure.1ri. wa. gov/pwiaa/#check-contractors/03 -31-2021 /604188676 This tool allows you to check multiple contractors at once and make sure that they are/were in good standing with L&I either today or a specific date in the past. Tip: Use the bid due date to see if the contractors were in good standing at the time of bid submittals. As of Date: 03-31-2021 Enter one or more UBI numbers (separated by a comma or line): 6641t3t36l6 Contractor Status as of 0331®2021 UBI Company Name 604188676 ATWORKI COMMERCIAL ENT LLC AIWON 18,`1( 11 Active ® Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Mr-mr4rWill, M, Al -ount i)hen Total Results: 1 Debarred Not Debarred w Access as mg an Help us improve 1 of 1 3/31/2021, 10:42 AM Proposal Form Company/Organization Name: kdimx LLC, Contractor's State License #:yc City of Tukwila Project #: 91641202 SCHEDULE A Item No. Item Description Quantity Unit Unit Price Amount JSH SITE 1. INVASIVE SPECIES CONTROL 1 LS �- 2. PLANT MAINTENANCE 1 LS /0 - eo °® 3. PROJECT MANAGEMENT 1 LS 4 ` o TOTAL SCHEDULE A: C Z-1 0 z SCHEDULE B Item No. Item Description Quantity Unit Unit Price Amount HARNISH GROUP SITE 4. INVASIVE SPECIES CONTROL 1 LS �- 5. PLANT MAINTENANCE 1 LS /0 - eo °® 6. PROJECT MANAGEMENT 1 LS —� TOTAL SCHEDULE B: TOTAL SCHEDULE A + SCHEDULE B: 4 Z- 6, 1 leo — WASHINGTON STATE SALES TAX (10.1%):10 i (a m TOTAL QUOTE: y (�, ONMEI1:11r_l Proposal Form Company/Organization Name: kdimx LLC, Contractor's State License #:yc City of Tukwila Project #: 91641202 SCHEDULE A Item No. Item Description Quantity Unit Unit Price Amount JSH SITE 1. INVASIVE SPECIES CONTROL 1 LS �- 2. PLANT MAINTENANCE 1 LS /0 - eo °® 3. PROJECT MANAGEMENT 1 LS 4 ` o TOTAL SCHEDULE A: C Z-1 0 z SCHEDULE B Item No. Item Description Quantity Unit Unit Price Amount HARNISH GROUP SITE 4. INVASIVE SPECIES CONTROL 1 LS �- 5. PLANT MAINTENANCE 1 LS /0 - eo °® 6. PROJECT MANAGEMENT 1 LS —� TOTAL SCHEDULE B: TOTAL SCHEDULE A + SCHEDULE B: 4 Z- 6, 1 leo — WASHINGTON STATE SALES TAX (10.1%):10 i (a m TOTAL QUOTE: y (�, I have complied with all of the requirements herein, and certify that the quote provided is the quote intended. Signed: _ qtz-�� Title: III ;L�?Pa r°" Date: - � - Z I c City of Tukwila, Washington Green the Green Shoreline Restoration Maintenance Services City Project No.: 91641202 DATE OF ADDENDUM ISSUE: March 19, 2021 DATE OF BID OPENING: March 29, 2021 This Addendum No. 1, containing the following revisions, additions, deletions, and/or clarifications, is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above-named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. 1. The JSH Site—Plant Maintenance—Watering: Replace this paragraph with the following: Watering —The Contractor shall establish a temporary watering system or provide an otherwise adequate watering regime such that every plant is given enough water to survive and overcome any potential drought -related mortality. A large portion of the site is within range of an automatic pop-up irrigation system owned and operated by the property owner. The Contractor may establish a temporary watering system teeing off the established system to water areas out of reach of the irrigation system, including Area 4 (see attached site maps). F, theF ..ouch OR AFea 5, plantings will likely FeqU;Fe a hand wateFing applieatien as the FesteFatien plantings aFe withi44 M_i_ m __m. _ ... . i tee a -cn�r ���° ..iiu~ru �in��o� owu� ..�r� "��� r'o ti°a._._...._..._ �..,..._.,ou,lpLtu ±�orn the buH'mfste°pi SOLIth th°._U.., �.e i Ns„ Dne is _av._w._,.u&_..e.....for .�the_ .._ Contractor'sxy mi8� a ya �w. � uu�w�u�4wr kEttee that t us ftfl a,�oe��lu )p�s�w orl�uVz�w 3n wfj,u ne r uireyi ud eoneI,Lt.Con_; �f flhe” Contractor utfflzes theft shaH bear an costs asqc�atefth Lnfyir(y �that the Hne iSSL abs e for qjLgb m��re2i�jgLg�&.Egte ruln�n��Vlwp�daww��fw._ w �t nr �r.n�d C lhCor;wt[i n nerd."... V;ITC frjiggttor s afl e_ th r enSUre that the Dues os faf6,.iY.1LJ nr;Co� y o s'.KC gj1y a wiwfy or rept, �umuT�yu�y.. f�,g � � nroy �ia�m��r �r IVb�u yynfy sin �t��y�� otu� at ysaiwot�i�nef offfug ogg L,iir. No less than eight such watering events shall occur per watering season. Prior to watering, the Contractor shall submit a watering plan (minimum 1 page) to the City that shall indicate the method of watering; the source of water; permits that might be required; the amount of water per plant; the frequency of watering; and approximate watering schedule. The plan shall also indicate how the contractor will monitor plant health and/or soil moisture and discuss potential adaptive management strategies. The property owner at this site will pay for the cost of the water. 2. The JSH Site: Add the following paragraph: Addendum No. 1 March 19, 2021 File: 91641202 Page 1 of 3 Is Utter a a ss.Rthe contractor �hp_0 remove a u ...irUer_fir aur th Eig„ _naeina ncevosft , 0°°°m ssdrpiss..,rns uwuais sindUl be°I ururils:s andwjusj2°. segs° u a�� o.ao:m nce o�.h the Vaw, 3. The NC Machinery/Harnish Group_Plant Maintenance—Watering: Replace this paragraph with the following: Watering—The Contractor shall establish a temporary watering system or provide an otherwise adequate watering regime such that every plant is given enough water to survive and overcome any potential drought -related mortality. lLJgjf.,:j jqt ...._a_.he.pe�is a ten, nmiMu „ „m � w��e uu .° Lonu�r.�.. West a«s I . ......___.��suu~n to �� i„�:.�'_.._�ai_,��°��i �an.�°__.�_:...Y iii; i� ......._.��l,.au:"�...iep�a� p �a��uib�9 mfor hme.����iawctor's Use, butt, sC:utns cdnusasj..la.agwunsn°nte that it k-uVV.y.:� jncdon as rrg"IrnakO , �Owsupwr o sss a ,nn Ls ssaaa 'Rion._ If thus f; urn usu------s �°u�°o�u���� td~�� duou.� � �.�..." i�b:�VV �°� s�o ny �odsts associated wn Ih enswinui 4h,e 10oae i sws uuwiitabie i o p:' and cs,E1 tfle Of sUiudnlly r� s uuu IT �U Il ���s. a iweend of the ca n usct_Ln.eiriod V Contractor shRp. either ensure that t Iluoueu� sn.�.U.U..y.fo.uss� n—al G2 [n9k nu!n. aoLrr)��comaujy�n ,_j crth rku dl s ,nri ft at a SUft Nr=rwoff-sideV�asabon No less than eight such watering events shall occur per watering season. Prior to watering, the Contractor shall submit a watering plan (minimum 1 page) to the City that shall indicate the method of watering; the source of water; permits that might be required; the amount of water per plant; the frequency of watering; and approximate watering schedule. The plan shall also indicate how the contractor will monitor plant health and/or soil moisture and discuss potential adaptive management strategies. Water is not available from the property owner. There are multiple fire hydrants located along the West Valley Highway roadside near the site. To utilize the hydrant, a water meter must be acquired from the City for a fee and returned at the end of the watering season. There are also Recycled Water Truck Filling Stations located in Tukwila near Foster Golf Links public golf course and at the South Treatment Plan in Renton. The Contractor is responsible for all watering costs. 4. The NC Machinery/Harnish Group: Add the following paragraph:: Litter ire iovaslf the contractor shaft reunuoyd..._ssnY...Rter frqm...ter'su�S.,.. tir�.p..una: �uos�u�u ��usli�s, _...w._ __........m........ I -°i z r°dous.uvmdenwWswshali be i" a nsied:��dsk fflsas�as� in accordance..°with ..:W:he haw. MEASUREMENT AND PAYMENT 1. Items No. 2 & 5 — Plant Maintenance Measurement and payment for "Plant Maintenance" shall be per lump sum. Items to be included in the quoted price shall include but shall not necessarily be limited to: all labor, materials and equipment needed to maintain restoration plants as required such as water and water supply, pruning, jj Ler rest qyg„j and pest control. Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledge may result in disqualification of the Bidder's submittal. Addendum No. 1 March 19, 2021 File: 91641202 Page 2 of 3 Sincerely, r4 Mike Perfetti City of Tukwila Habitat Project Manager Receipt acknowledged, and conditions agreed to this day of r , 2021 Bidder Signatur Addendum No. 1 March 19, 2021 File: 91641202 Page 3 of 3 J J N d L. Q d W d E O V Y L- 0 0 K- A u o � CU ' O U O L C C O O C o a) ca C a) O C N .1G 0 U a) U O a) � U O > CU +--' C ca 16a) O cu F O C a) a) ca O c c — a) a) E � � ca )( E OO a) _ cO E:3 ca O V O O cc E E O) O C o) G C O O O.O c X a) ai k- cc .Q N ca -a V •C 7 C C E U C C 0 C O O O 0 a) i a) a) C) T a) .O N U X a) ca :--0 i Q 0 a) a) ca i Q N i V •� m o�� U �5 Q N C (C6 C U C C U C O U m O u maim C C � O .- c . a) O O .0 O N .. � U O .2 a) �-. > 0 C W .- a) L ,OM 0)CaL+I-- O� OO cu NO -2)cu C 0 0 0 0 0 N E E c 0 `- O O N E U C) '- O O N c O y= > N .� O O O N V r a) a a) O a L o y+ a) L a) L a) OO '-'O O a a a X O X o o X o o X o O 0 C) 0 0 X 0 O () Q OrN QO O q) O CLo o QO a 0 Q -O a a) Q E{} >+ Q � H} O Loo' a) Q (f} , O Q K} oo a) Q �3 a) 102 O 2 ti V> NO N 00 U i` �1 O LO V ..; d L O LO a) O r ti =3O `O > F `� >' r- E (a N � Rt O C I` 03 I� E I- >, O M U 00CO ti E ca 0 a) O CD j d >, �c w E V (.0 (0 .a L 0 o E M N O J Y E v) O M a) U �N .0 ca V, cn 0U) O C - L = >' C U C c O O 4) D. C a) >, C m -) J W c V of Q c p �- c a p (= :3 0 -c L 0 E U� �' U o E 3 O L0:3 0- (DU m Q E U) 00CU U) CL ) +.. vd c co E a) a)6 CL � cu c co c co o a) L- cu Ec •o pa) ca CL of of (a CL0 ca a) c�0 $ � �� � � m c c � a)M� �caYo�cca aa) CM r- a'� >� —1 2c)>� >2 3: E