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