Loading...
HomeMy WebLinkAbout21-127 - Contract - Habitat Restoration Specialists, LLC - Vegetation Management Services: Duwamish GardensCity of Tukwila Agreement Number: 21-127(c) Council Approval N/A 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT CHANGE ORDER #3 Short Form Contract Between the City of Tukwila and Habitat Restoration Specialists, LLC That portion of Contract No. 21-127 between the City of Tukwila and Habitat Restoration Specialists, LLC is hereby amended as follows: Section 2: Time of Completion. This work shall be commenced on 8-23-21 and be completed no later than 12-31-2025 All other provisions of the contract shall remain in full force and effect. f �1 Dated this 2 3 day of 20 Z -Y CITY OF TUKWILA CONTRACTOR Signed by: y: E�243�85�1�B44 ... Thomas McCleod, Mayor Printed Name: :Derelc- ��o•,�lA.e,,,..�� ATTEST/AUTHENTICATED DocuSigned by: FOR Andy Youn, MMC, City Clerk APPROVED AS TO FORM Signed by: Office of the ity Attorney Title: b �b nc✓wEw CA Reviewed May 2020 Page 1 of 1 Agreement Number: 21-127(b) City of Tukwila Council Approval N/A 6200 Southcenter Boulevard, Tukwila VVA 98188 CONTRACT CHANGE ORDER #2 Short Form Contract Between the City of Tukwila and Habitat Restoration Specialists, LLC That portion of Contract No. 21-127 between the City of Tukwila and Habitat Restoration Specialists, LLC is hereby amended as follows: Section 2: Time of Completion. This work shall be commenced on 8-23-21 and be completed no later than 12-31-2024 All other provisions of the contract shall remain in full force and effect. Dated this day of -"�1 Q-&Vr'-6' 202 CITY OF TUKWILA DS CDocuSigned by: MAAA, fLbtro IF89FF09132B402 Allan Ekberg, Mayor 12/12/2023 ATTEST/RUTH E NTI CATE D EDocuSigned by: 66sf� 0-'Fwa� 88678483CB594F7 2:37 PM PSTPrinted Name: Dov� 0 \vwf/- I Wad '-t-n Christy O'Flaherty, MMC, City Clerk D—Signed b - Eq y 5F499CA4165F452 Office of the C-ity Attorney CA Reviewed May 2020 page I of 1 City of Tukwila Agreement Number: 21-127(a) Council Approval N/A 0.' 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT CHANGE ORDER #1 Short Form Contract Between the City of Tukwila and Habitat Restoration Specialists, LLC That portion of Contract No. 21-127 between the City of Tukwila and Habitat Restoration Specialists, LLC is hereby amended as follows: Section 2: Time of Completion. This work shall be commenced on 8-23-21 and be completed no later than 12-31-2.023 All other provisions of the contract shall remain in full force and effect. day of , Dated this I �y�.vn.,.. '~ _'2022 202.2 CITY OF TUKWILA CONTRACTOR K­cDd,7c001c1c Allan Ekberg, Mayor 11-30-2022 Printed Name, �.. ATTEST/AUTHENTICATED APPRO'V'ED AS TO FORM geed va s sD— =om ___-- �9�.d vie�Geert'IessD�cs com __-- Ohltzvtj O��lalaeci�j � G per• p�jG7 K v e»ededd 444. assl a .eaeealead.c KPy dPf ,� 4 vA nd,4 ds Christy O"Flaherty, MMC, City Clerk Office of the City Attorney CA Ruvsewcd Mav 2020 Pa<TTe I of 1 7%1A- City of Tukwila 0 6200 Southcenter Boulevard, Tukwila WA 98188 CITY OF TUKWILA Short Form Contract Contract Number: 21-127 Council Approval N/A Contractor/ Vendor Name: (4S foM 5I 4 C -A I -Lr -Project No. 91441202 Address: a 13- z 3' *---L -5 - WA. q31b 9 Budget Item: Telephone: Project Name: Duwamish Gardens Vegetation Management (Chinook Wind) Please initial all attachments, then sign and return copies one and two to: City of Tukwila, Public Works Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188. Retain copy three for your records until a fully executed copy is returned to you. AGREEMENT This Agreement, made and entered into this day of J20_71,.by and between the City of Tukwila, hereinafter referred to as "City", and 5 Me hereinafter referred to as "Contractor." U -C, The City and the Contractor hereby agree as follows: 1. SCOPE AND SCHEDULE OF SERVICES TO BE PERFORMED BY CONTRACTOR. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. TIME OF COMPLETION. The work shall be commenced on 8-23-21 and be completed no later than N o4 3 ( 6 7-0 Z.'� 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 a ached hereto and incorporated herein by this reference. The total amount to be paid shall n( 33o 211.14i ata rate of Al, except by written agreement of the parties. 4. CONTRACTOR BUDGET. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 5. 'PAYMENTS. The City shall make payments on account of the contract at completion of the project. 6. ACCEPTANCE AND FINAL PAY ENT. 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 OF WORK, PROPERTY AND PERSONS. The Contractor shall adequately protect the work, adjacent property and the public and shall be responsible for any damage or injury due to any act or neglect. 11. ACCESS TO WORK. The Contractor shall permit and facilitate observation of the work by the City and its agents and public authorities at all times. 12. CHANGES IN WORK. The City may order changes in the work, the contract sum being adjusted accordingly. All such orders and adjustments shall be in writing. Claims by the Contractor for extra cost must be made in writing before executing the work involved. 13. 'CORRECTION OF WORK. The Contractor shall re -execute any work that fails to conform to the requirements of the contract and that appears during the progress of the work, and shall remedy any defects due to faulty materials or workmanship which appear within a period of one year from date of completion of the contract and final acceptance of the work by the City unless the manufacturer of the equipment or materials has a warranty for a longer period of time, which warranties shall be assigned by Contractor to City. The provisions of this article apply to work done by subcontractors as well as to work done by direct employees of the Contractor. 14. OWNER'S RIGHT TO TERMINATE CONTRACT. Should the Contractor neglect to execute the work properly, or fail to perform any provision of the contract, the City, after seven days' written notice to the contractor, and his surety, if any, may without prejudice to any other remedy the City may have, make good the deficiencies and may deduct the cost thereof from the payment then or thereafter due the Contract or, at the City's option, may terminate the contract and take 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. IS. PAYMENTS *Payments shall be made as provided in the Agreements. Payments otherwise due may be withheld on account of defective work not remedied, liens filed, damage by the Contractor to others not adjusted, or failure to make payments properly to the subcontractors. 16. INSUMNCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. CA revised May 2020 Page 2 A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products -completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products -completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured -Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers' Compensation, coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractors Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractors insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor's Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 3710 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. CA revised May 2020 Page 3 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 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 Contractors 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 wrifing 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. CA revised 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 .............. By - Signature Printed Name: Allan Ekbe[g, Mayor Date: 8/19/2021 ATTEST/AUTHENTICATED: ............ City Clerk, Christy O'Flaherty APPROVED AS TO FORM: BY: Office of the City Attorney By: Signature Printed Name7D&CLAC-- If- cqa4v%'� Title: t,/ K -w /P pw" f oY Date: (57 / 2 ( CA revised May 2020 Page 5 f$ITS A & Proposal posal For /,n Com,pany/Org,anizat arta erre; City of Tukwila SCHEDULE A I�m1 Date: July 26, 2021 To: City of Tukwila — Mike Perfetti 6300 Southcenter Blvd Ste 100 Tukwila, WA 98188 Attention: Mike Perfetti Regarding Principal: Habitat Restoration Specialists LLC Project: Duwamish Gardens Vegetation Management (Chinook Wind CIP) Bond No.: NWA2533 Bond Amount: $30,211.44 Good day Mike — please find Performance and Payment bond attached for the above - referenced contract. The client asked that we send this directly to you. Please contact us with any questions or concerns. Thank you! Cameron Huntsucker 17544 Midvale Ave N, Suite 300, Seattle, WA 98133 I p.206.546.1397 I (.888.315.5403 I vvvvvv.integritysurety.crrrn In California; Integrity Surety & Insurance Services LLC— Lic#0600749 F"erformance and Payment Bd nmll�� M, I Habitat Restoration ----2q-§peciaI - i - sts LLC (Name of Contractor) --- 13015 23rd Ave S, Seatac WA 98168 (Address of Contracto�� mm a ashington Limited Liabili+11 r,��v hereinafter called Princi Wpal, and Merchants National Bonclinrl Inc (Name of Surety) 0 Box 14498 Des Moines IA 50306-3498 (Address of Surety) a corporation organized under the laws of the State of Iowa , hereinafter called SURETY, are held and firmly bound unto City of Tukwila, 6i300 Sou.thcen;ter Blvd Ste 100, Tukwila WA 98188 (Name and Address of Obligee/ Hereinafter called OWNER, in the penal sum of Thirty -Thousand Two Hundred Eleven, and 44/100 DollarsJ3�l 1.�44 in lawful money of the United States, for payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that WHEREAS, the Principal entered into a certain contract with the OWNER, dated the —day Of —, 2021, a copy of which is hereto attached and rnade a part hereof for the construction of: Fikuwarnish Gardens Vegetation Management (Chinook Wind CIQ NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions, and agreements of said contract during: the originalterm thereof, and any extension thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect, PROVIDED FURTHER, that the said surety, for value received hereby stipulates andl agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed, thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its Performance and Payment Bond CON 0551 WY (10/04) Page 1 of 2 a. 11 - a :0 A , obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS, PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder whose claim may be unsatisfied. In WITNESS WHEREOF this instrument is executed this day: 7/23/2021 N�- Habitat Restoration Specialists LLC 13015 23rd Ave S Performance and Payment Bond CON 0551 WY (10/04) Merchants, National Bogdain Inct"'1110NAIP", §B Cameron Huntsucker, Attornev-in-Fact"-.T- . ..... 03 4 ��Yrety-qr Ag_qnt Adoress &. Phona Number: C/ojpLep�!y_�juretL�LC,. nt 117544 Midvale Ave N #300, Seattle WA 98133 206-546-1397 cameron@intec rit urety.com Page 2 of 2 MERCHANT777�� BONDING COMF'ANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cameron Huntsucker; Kara Skinineri Mercedes Trokey-Moody their true and lawful Attorney(s)-in -Fact, to sign its name as surety(ies) and to execute, seat and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereofon behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 20111 and amended August 14., 2015 and adopted by the Boardl, of Directors of Merchants National Bonding, Inc,, on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in-Fact„ and to authorize them to execute on behalf of the Company, and attach the seat of the Company thereto, bonds and undertakings, rerognizances, contracts of indemnity and other writings obligatory in the nature thereof" "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship o bligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut horty hereby given to the Attorney -in -Fact includes any ands all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surely company of any of its obligations under its bond. In connection with obligations In favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Wftness Whereof, the Companies have caused this Instrument to be signed and sealed! this 5th day of February 2021 I % 0 N4rwa\vkG Co .......... MERCHANTS BONDING COMPANY (MUTUAL) MI RCHANIT NATIONAL BONDING, INC, -0- 5;1' 20,03A. 1933 By sident STATE OF IOWA COUNTY OF DALLAS ss. On this 51h day of February 2021 before me appeared Larry Taylor, to me personally known, who being by me duly sworn, did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the reals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of: Directors, lyiA4 POLLY MASON -1,1_1 191�1 0 -P Commission Number 750576 My Commission Expires January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William Warner, Jr, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked, In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 2'6th day of July 2021 110 NA Co C.) 0- o 2003 1933 « Secretary POA 00 13 (1120) HABITAT RESTORATION SPEC LLC Labor & Industries ( ps://Inl.wa.g2y� Contractors D H ABITAT RE S TO RATION SPEC LLC Owner or tradesperson Principals BEAUCHEMIN. DEREK MICHAEL, PARTNER)MEMBER Doing business as HABITAT RESTORATION SPEC LLC WA UBI No. 604185315 ILicense https-.Hsecure.1ri.wa.gov/verify/Detail.aspx'?UBI=604185315&LIC=HA... 13015 23RD AVE S SEATAC, WA 98168 206-459-0586 KING County Business type Limited Liability Company Verify the contractor's active registration I license I certification (depending on tirade) and any past vitiations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. HABITRS831QO Effective — expiration 1112012017— 1112812021 Bond Philadelphia Indemnity Ins Co $12,01010.00, Bond account no. PA02626200013 Received by L&I Effective date 11120/2017 1112012017 Expiration date Until Canceled Insurance Ohio Security Ins Co $1,00,01,0001-00 Policy no- BKS58419080 Received by L&I Effective date 1112012020 1112012017 Expiration date 1112012021 Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. II KRIMAMUNNT-TAN-W o rse Tri e T ts M1 OMWBE Certifications No active certificaiiions exist for this business 1 of 2 7/12/2021, 3:07 PM HABITAT RESTORATION SPEC LLC https-.Hsecure.1ri.wa.gov/verify/Detail.aspx'?UBI=604185315&LIC=HA... Apprentice Training Agent No active Washington registered apprentices exist for this business -'Washington allows the use of apprentices registered with Oregon or Montana. Contact the (,4eqon Bine au of 1_abo� & indu"Am-'s or Montana [)eparCmeml of 1_abo� & indusky to verify if this business has apprentices. �1 WorkersComp Do you know if the business has employees? if so, verify the business us up-to-date on workers' comp premiums. L&f Account lD Account is current. 685,935-00 Doing business as HABITAT RESTORATION SPECIALIST Estimated workers reported Quarter 2 of 'year 2021 ""1 to 3 Workers" L&f account contact TO I KRISTI LINN (360)902-4620 - Email: LINB235@lni.wa.gov IPublic Works Requirements Verify the contractor is eligible to perforim work on public works projects - Required Training— Effective July 1, 2019 Exempt fTom thus requirement. Completed the training on 11129/2019 Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. I Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. 2 of 2 7/12/2021, 3:07 PM CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: Chinook Wind Project No. 91441202 King County purchased site and will restore it as a salmon estuary and passive park in partnership with the City. DESCRIPTION: City Cl P project is to develop public access and maintenance trail as project is slated to be turned over to the City in the future. Plan is to connect trail through PW shops to Duwamish Gardens. The WRIA 9 Salmon Recovery Plan recommends creating 20 -acres of off -channel habitat within the JUSTIFICATION: Duwamish Transition Zone and lists this section of the river as critical habitat for salmon recovery within the Green/Duwamish Watershed. STATUS: King County construction slated to begin in 2021. City construction will be a separate contract, to start in 2022. MAINT. IMPACT: Passive parkwill require additional maintenance. COMMENT: Grant funding for County project is from the KC fee in -lieu mitigation program and KCD. City CIP has 50% RCO ALEA funding. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Design 21 44 44 109 Land(R/W) 52 10 62 Monitoring 15 15 15 45 Const. Mgmt. 79 79 Construction 1 263 264 TOTAL EXPENSES 74 69 59 357 0 0 0 0 0 559 FUND SOURCES Awarded Grant RCO 20 20 117 157 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 74 49 39 240 0 0 0 0 0 402 TOTAL SOURCES 74 69 59 357 0 0 0 0 0 559 2021 - 2026 Capital Improvement Program 91