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