HomeMy WebLinkAbout17-052 - Marshbank Construction - South 144th Street Phase II Street Improvements17-052 (d)
Council Approval N/A
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 4
DATE: October 8, 2018 BUDGET NO.: 104.98.595.300.65.00
PROJECT NO.: 99510402 CONTRACT NO.: 17-052 (
PROJECT NAME: South 144th Street Phase 2 Project
TO: Marshbank Construction, Inc.
You are hereby directed to make the herein described changes to the plans and specifications or do the following described
work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions:
A. The following change, and work affected thereby, are subject to all contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change
orders.
CHANGE: See Attached Exhibit "A".
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is
approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all
services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below.
ACCEPTED: Date
By:
Original Contract (without tax)
Previous Change Order
This Change Order (without tax)
REV. CONTRACT AMOUNT
t
$ 1,863,539.00
$ 47,691.44
$ 1,911,230.44
Original Contract Time: 120 Working Days
Additional Contract Time for this Change Order: 0 Working Day
U dated Contract Time: 167 Working Days
Contractor: Marshbank Construction, Inc.
Title:
APPROVED BY THE CITY OF TUKWILA
Date 1 0 - 2- 3
City Engineer
ORIGINAL:
City Clerk (1 of 2)
Contractor (2 of 2)
PW Project Finance File
cc: Finance Department (w/encumbrance)
Project Management File
. /
2
South 144th Street Phase 2 Project
Contract Change Order No. 4
Exhibit A
This Change Order is to accept the enclosed Maintenance Bond furnished by the Contractor, to warrant
the one year plant establishment works to be performed by the Contractor as required by this Contract.
Per the Washington State Department of Transportation, Standard Specifications, 2016 version, Section 8-
°2.3(13) (also part of this Construction Contract), the Contractor is required to establish the plants during
the first year after the plants were accepted from the installation. For this construction project, the plants
were accepted by the City on January 29, 2018, thus started the one year plant establishment period.
In order to start closing out this construction project prior to January 28, 2019, the enclosed Maintenance
Bond was furnished by the Contractor in order to warrant the one year plant establishment works to be
performed by the Contractor. This Bond was reviewed and approved by the City's construction
management staff.
By executing this Change Order, the City will accept this Bond as part of this Contract, and the Contractor
will continue to establish the plants per the Project Specifications until January 28, 2019. Marshbank
Construction, Inc.'s landscape subcontractor will also need to file for Intent to Pay Prevailing Wages and
Affidavit of Wages Paid to perform this plant establishment work for the rest of the one year period. As a
result, the landscape subcontractor will need to continue to compensate their landscape labors with
prevailing wage rates. In return, the Contractor will likely be able to obtain the retainage back sooner
eventually than without executing this Change Order.
There is no Contract time extension as part of this Change Order.
Bond No: 023036703-01
Maintenance Bond
KNOW ALL MEN BY THESE PRESENTS, that we
Marshbank Construction, Inc.
called Principal, as Principal, and Liberty Mutual Insurance Company
a corporation of the State of MA
are held and firmly bound unto
City of Tukwila
hereinafter
, hereinafter called Surety, as Surety,
hereinafter called Obligee in the sum of Four Thousand Eight Hundred Twenty and 40/100 ($4,820.40)
DOLLARS, lawful money of the United States of America, to be paid to the said Obligee, or its successors or assigns, to
the payment of which sum well and truly to be made, we do bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
SIGNED, sealed and dated this 29th
day of August
2018
WHEREAS, the Principal entered into a contract with the said Obligee, dated March 30, 2017
for
S. 144th Street Phase II, Contract #99510402 (Plant Establishment Maintenance)
and,
WHEREAS, the Obligee requires that these presents be executed on or before the final completion and acceptance of said
contract and
WHEREAS, said contract was completed and accepted on the day of
NOW, TIIEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall remedy, without
cost to the Obligee, any defects which may develop during a period of One (1) Year - Beginning January 29, 2018
from the date of completion and acceptance of the work performed under the contract, caused by defective or inferior
materials or workmanship, then this obligation shall be void: otherwise it shall be and remain in full force and effect.
ATTEST:
CON80010ZZ0601f
Marshba k Construction,lInc.
By:
Liberty Mutual Insurance Company
s
Jim S. Kuich , Attorney -in -Fact
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
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.
Certificate No 8025871
u8
493
CI,
ea
1....(1)
0 a)
0 *""
8)
i
70"
0 It
' 6 0
0 (I)
8)
C
4,
ra
0 C
' E
o
,= 0
> 11)
0
Z 0
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTO
le
NEY
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.
Ted Baran; Jim W. Doyle; Chad M. Epple; Teresa Glombecki; Julie M. Glover; Jim S. Kuich; Theresa A. Lamb; Carl M. Lovsted III; Carol Lowell;
Michael A. Murphy; Andy D. Prill; S. M. Scott; Steve Wagner; Patti White
all of the city of Bothell , stale of WA each individually if there he 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
he 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 28th day of February , 2018
1
1912
STATE OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West American Insurance Company
/ /rat/air
By:
David M. Carey:Assistant Secretary
On this 28th day of February 2018 before me personally appeared David M. Carey, who acknowledged himself to he the Assistant Secretary of Liberty Mutual Insurance
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
therein contained by signing on behalf of the corporations by himself as a duly authorized officer
IN VVITNESS 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.
COMMONWEALTH OF PENNSYLVANIA
r S lia Malan,' Public
Notarial Seal
B : zlazt2,16.,
Postei
Uppar Mancini -vita, Moni9nmery County Teresa Pastella, Notary Public
My Commission Expires March 28,2021
Mettiliat. Piaaisyivanio A;;saitiatinti Notatini;
ctiu't
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 surely obligations. Such allorneys-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 attestedlo by the Secretary. Any power or authority granted to any representative or attorney -in -fact under
Inc 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 Cornpany 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 he 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 Cornpany, 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.
j-
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed( the seals of said Companies this "` day of
Renee C. LlewCA, ssistant Secretary
LMS 12873 022017
600 of 750
17-052()
Council Approval N/A
CITY��U~��y ��K� �7UU&�K��UU ��
��n n��x���uu�x�
CONTRACT ^���������� ���������� ���� �
����u� u "nx�~*n ��n"��m���u� ��u^����u� x���. ~,
DATE: August 28'2O18 BUDGET NO.: 104,98.595.300,05.00
PROJECT NO.: 99510402 CONTRACT NO.: 1�U52 / .`�
'� ' �`~~�PROJECT NAME: South 1441h Street Phase 2 Project
TO: ManDhh8OkConstruction, Inc.
You are hereby directed t0make the herein described changes to the plans and specifications or do the following described
work not included in the plans and specifications on this contract:
NOTE: This change order iSnot effective until approved bythe ^0wnOr"and 8notice k) proceed is issued.
Conditions:
A. The following change, and work affected thereby, are subject tOall contract stipulations and covenants;
B. The rights Ofthe "OwO8r" are not prejudiced;
C.All claims against the ^Own8r"which are incidental 0Jor8S3consequence Ofthis change are waived; and
D.The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval iOadvance Ofall change
orders.
CHANGE: See Attached Exhibit 'YY'.
VVethe undersigned CODtr8Ckor.havegivencarefulCOOsidSrati0nk)thgchnnoe proposed and hereby agree, if this proposal is
approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all
services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below.
ACCEPTED: Date
°
By:
=ft
�
Original Contract (without tax)
Previous Change Order
This Change Order (without tax)
REV. CONTRACT AMOUNT
Original Contract Time: 12OWorking Days
Additional Contract Time for this Change Order: 29Working Days
Updated Contract Time: 167 Working Days
Contract
Title:
c K4arnhbankConstruction, Inc.
�
APPROVED BY THE CITY OF TUKWILA
City Engineer ( -
ORIGINAL: City Clerk (1 of2)
Contractor (2of2)
PW Project Finance File
cc: Finance Department (wAencumbnsnce)
Project Management File
South 144th Street Phase 2 Project
Contract Change Order No. 3
Exhibit A
Due to many challenges that the Contractor had encountered during the road construction, the project was
not physically completed within the allotted Contract time. This Change Order will grant the Contractor
an addition of 29 working days to the Contract time. Also, the following Project Specifications shall be
revised as follow:
• In the Project Specifications, Special Provisions, Section 1-08.4, 1st paragraph, replace the
statement The Contractor shall diligently pursue the work to the physical completion date within
the time specified in the contract.", with "The Contractor shall diligently pursue the work to the
substantial completion date within the time specified in the contract.".
• In the Project Specifications, Special Provisions, Section 1-08.5, replace the statement "This project
shall be physically completed within *** 120 *** working days.", with "This project shall be
substantially completed within *** 167 *** working days.".
• Also in the Project Specifications, Special Provisions, Section 1-08.5, add this statement at the end
of this Section, "If Substantial Cotnpletion has been granted and all the authorized working days
have been used, charging of working days will cease."
17-052 (b)
Contract Approval N/A
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 2
DATE: October 3, 2017 BUDGET NO.: 104.98.595.300.65.00
PROJECT NO.: 99510402 CONTRACT NO.: 17-052 b�
PROJECT NAME: South 144th Street Phase 2 Project
TO: Marshbank Construction, Inc.
You are hereby directed to make the herein described changes to the plans and specifications or do the following described
work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions:
A. The following change, and work affected thereby, are subject to all contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change
orders.
CHANGE: See Attached Exhibit "A".
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is
approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all
services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below.
ACCEPTED. /O
By:
Original Contract (without tax)
Previous Change Order
This Change Order (without tax) $ 0.00
REV. CONTRACT AMOUNT $ 1,911,230.44
$ 1,863,539.00
$ 47,691.44
Original Contract Time: 120 Working Days
Additional Contract Time for this Change Order: 14 Working Days
Updated Contract Time: 138 Working Days
Contractor: Marshbank Construction, Inc.
Title: Scl'Oefji71 4dEtt
APPROVED BY THE CITY OF TUKWILA
Date • -%b' A I
City Engineer
ORIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
PW Project Finance File
cc: Finance Department (w/encumbrance)
Project Management File
% mod/
South 1446 Street Phase 2 Project
Contract Change Order No. 2
Exhibit A
There have been delays in completing the South 144th Street Phase 2 Project. The delays were almost
entirely caused by OCC Pioneer Cable Contractors Inc.'s (OCC's) inefficiency and underperformance,
and Seattle City Light's (SCL's) irresponsiveness. While the cost of OCC's inefficiency and
underperformance should be assumed by the Contractor, the cost for SCL's caused delays will need to be
assumed by the City, since Marshbank Construction, Inc.'s construction contract is only with the City. In
the end, however, the City can try to recoup such delay cost from SCL.
In order to avoid spending extensive City staff time and construction management consultant cost for a
lengthy dispute with the Contractor on the proportion of delay responsibilities between SCL and OCC, a
compromise is proposed between the City's project staff and the Contractor. In this compromise,
• The City will allow the Contractor to extend the project site closure from August 19, 2017 to
September 1, 2017, in order to maximize the Contractor's construction productivity with minimum
public traffic hindrance. Per the Project Specifications, Special Provisions, Section 1-10.3(2)F, the
project site was scheduled to be reopened for westbound traffic only after August 18, 2017.
• The City will extend the Contract time for 14 working days, or from October 11 to 31 of 2017, to
give the Contractor more time to physically complete the construction project.
• In return, the Contractor will not pursue any extra cost compensation, including the Contractor's
own overhead cost, from the City throughout the Contract time (from April 24, 2017 to October
31, 2017), due to the delays caused by either SCL or OCC.
Both the City's project staff and the Contractor believes that this compromise will enable the construction
project to be completed as soon as feasible, and with minimal extra cost burden to either the City or the
Contractor.
Fourteen (14) additional working days will be added to the Contract time, due to this Change Order.
17-052 (a)
Original Contract Approved 2/21/17
Total Reflects
Change Orders
CITY OF TUKWILA
CONTRACT CHANGE ORDER NO. 1
DATE: July 27, 2017 BUDGET NO.: 104.98.595.300.65.00
PROJECT NO.: 99510402 CONTRACT NO.: 17-052 (c)
PROJECT NAME: South 144th Street Phase 2 Project
TO: Marshbank Construction, Inc.
You are hereby directed to make the herein described changes to the plans and specifications or do the following described
work not included in the plans and specifications on this contract:
NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued.
Conditions:
A. The following change, and work affected thereby, are subject to all contract stipulations and covenants;
B. The rights of the "Owner" are not prejudiced;
C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and
D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change
orders.
CHANGE: See Attached Exhibit "A".
We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is
approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all
services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below.
ACCEPTED: Date
By:
Contractor: Marshbank Construction, Inc.
Title: TA,.
Original t.n t (without tax) $ 1,863,539.00 APPROVED BY THE CITY OF TUKWILA
(Approved by Council 2/21/17) —�,
Previous Change Order $ 0.00✓ Date
This Change Order (without tax) $ 47,691.44 "� ,, By ig'941ii4C
REV. CONTRACT AMOUNT
$ 1,911,230.44
Original Contract Time: 120 Working Days
Additional Contract Time for this Change Order: 4 Working Days
Updated Contract Time: 124 Working Days
RIGINAL: City Clerk (1 of 2)
Contractor (2 of 2)
PW Project Finance File
V2v rt & 5c4& — Mayor
City Engineer
TunPvirG
cc: Finance Department (w/encumbrance)
Project Management File
a' o a 0416/&141-Cs
South 144th Street Phase 2 Project
Contract Change Order No. 1
Exhibit A
Background:
After the time of bidding, CenturyLink approached the City with a proposal to install new facilities in the
City right of way on South 144th Street to serve the King County Library and the Tukwila Village
development sites, which are currently under construction. The work to install the new proposed
CenturyLink facilities has to be completed before the Contractor starts installing curbs and gutters. The
curb and gutter installations are shown on the critical path on the Contractor's construction schedule.
CenturyLink has stated that they do not have the crew resources to install their proposed facilities before
the Contractor's curb and gutter installations. In order to avoid scheduling conflicts between Marshbank's
road construction work and CenturyLink's proposed work, both the City's construction management staff
and CenturyLink believe that Marshbank is the best party to be contracted to install the CenturyLink's
new facilities.
Description of Change:
The Contractor shall install the below facilities on behalf of CenturyLink:
Item No.
Description
Unit
Qty.
Unit Price
Amount
COI-01
Install PVC Conduit 4 Inches
LF
885
$45.00
$39,825.00
CO1-02
Install Vault 463-TA
EA
1
$4,000.00
$4,000.00
CO1-03
Marshbank's Additional Overhead Cost
LS
1
$3,866.44
$3,866.44
Total Change Order Amount, before applying Sales Tax: $47,691.44
The Project Plan Sheets 1, 53 and 54, as part of this Change Order, show the details of this Change Order
work.
The Change Order cost include all associated labors, equipments, incidental materials (including backfill,
pipe zone bedding and grout), haul, tools, subcontractor and service provider mark-ups, overheads and
profits; required to furnish, install, and successfully complete all work for the above -described tasks for
CenturyLink. In conjunction with Marshbank's change order works, CenturyLink shall furnish vault,
conduit, conduit fittings and vault appurtenances. CenturyLink shall also furnish on -site personnels to
provide locations of the structures to be connected, monitor the relocation of existing CenturyLink
facilities to allow for new structure connections, and monitor the connection works to the existing
handholes and vaults. The City's design and construction management consultant, KPG, Inc. (KPG), will
provide survey for the location of the new 463-TA vault.
A Memorandum of Understanding was created for CenturyLink to reimburse the City for the entire cost of
this Change Order, and KPG's expenditure on this Change. This Memorandum of Understanding was
signed by CenturyLink, and is part of this Change Order.
Four (4) additional working days will be added to the Contract time, due to this work addition.
l
24 - 28
29 - 30
31-33
34-35
36-37
38 - 39
40
41 - 42
43-45
46-50
51-52
S 144TH STREET PHASE 11
PROJECT NO. 99510402
TIB PROJECT NO. 8-1-116(011)-1
MAYOR
ALLAN EKBERG
DIRECTOR OF PUBLIC WORKS
BOB GIBERSON, P.E.
CITY ENGINEER
ROBIN TISCHMAK, P.E.
SCHEDULE OF DRAWINGS
SHEET
NO.
1
2
3
4
5-7
9 - 10
11 - 14
15 - 16
17 - 18
19-20
21-22
SHEET TITLE
COVER 94EE1
SURVEY CONTROL. MEND. k ABBREVIATIONS
DEVELOPER COORDWA110N k STAGING P1AN
ROADWAY TYPICAL SECTIONS
ROADWAY DETALS
DRAINAGE OETAILS
SITE PRWARAIION k 1ESC PLAN
ROADWAY PLAN
ROADWAY AND DRAINAGE PROFILE
OPo5EWAY PLAN & PROFILE
WALL PLAN It PROF=E
ILLUMINATION PLAN
23 ILLUI8NA110N OETNLS
SIGNAIZAIKN PLAN k DETAILS
URBAN DESIGN PLAN
URBAN DESIGN DETAILS
IRRIGATION PLAN
IRRIGATION SCHEDULE AND DETAILS
LANDSCAPE PLAN
LANDSCAPE SCHEDULE AND DETALS
CHANNELIZA110N & SKx0NG PLAN
WW1 OF WAY PLAN
SEATTLE CITY UGHT ELECTRICAL PLAN & DETAILS (SCHEDULE B)
FUR/RE FRONTAGE IMPROVEMENTS PUN (BY OTHERS)
CITY COUNCIL
DENNIS ROBERTSON, PRESIDENT
JOE DUFFIE
VERNA SEAL
KATHY HOUGARDY
DE'SEAN QUINN
KATE KRULLER
THOMAS MCLEOD
153 - 54 CENTURYLWK PLAN AND DETAILS (AWED FOR CHANGE ORDER IT
PROJECT
LOCATION.
a
..
=8.
rtip
ti
•'a.
rr
r=•
PUBLIC WORKS r i» r
•ENGENEERING'STREETS •WATER•SEWER•BLLILDING•
6Y dd•
OCe
clogai.Ie
NA Walt
dated
dowel
demi
aoidrdr
MAtit m
1nMd.tlpMry 0W9.
101311A. 80 &.
WC bora YAM
NICINNNI mom
=1mow .--
CONFORMED
DOCUMENTS
S 144TH STREET PHASE II
COVER SHEET
5/17 teir r.¢ lot m.Ia,,.0 m 1'
r 1
Il 54
stem laaemaWo
Ink r.a
m
aft
die YNSII
(T1-1•- NEW 113-7A TO
OL 1N FOR UNDAY
RETAIL NEW 155-TA NN
CENTER C1 YNLT • 5TA 12+50. 14..5 LT
arena VAULT PAPAW. R114 P. CURB k 1T1EN
-(1)-I•- HEW 147-IA TO
EL 1111 • 45P10 LT
1 _ 1
f"s
i+rrl �i . _ ".=.A. -elia—... _..'--r_.._ — i 1 •ems'__
S144THST
(I}-4• taw 40I-TA
10 00(4. PH2
SRO k SEAL WOW NMOE ENO W/ DUI;
COO CINA1E W1N CITY RTECIOR 1 110A
00
OC
DE• NN
COVER
W
PER SCL STOS
Tr1
,-END •EODR5
HEW CA
1 CONDUIT
\ 2YN. TA
`1• YN
TYPICAL CENTURYUNK TRENCH SECTION
N15
GENERAL NOTES
1. C010O1 MD VAULT TO BE ROWED BY CEINAIENL
2 COgAT IS 1• SCHEDULE 10, 10 00 1151AOID i4A 1YHC11
IRfN01 SMACK MIS SNEET.
1 AT CR COUAT 011159N0S 1F SCL DUCT NAPE. PROYM
REOWRD KARCA. CLEARANCE PER S0. 510 0211.00
MPBMA( E.
1. •A01•E TRE1104 A1D YALt1 AS FOLLOWS
4.4 BENEATH ROADWAY: PROVE( CAE 1AOOLL w TO BASE a
WA PATCH.
1.2 104(11IN SWANK OAMWAYS AND APPROACHES: PRONE
tsy0 •A00.1. LP TO SIDEAMOE CC COOKIE
CON5115C1101.
LEGEND
PRGPOSD CI:WOMAN SIRUCIURE
Mt0MS[0 CENTURION CONoNT
PUBLIC TJSwORFCS 1::1►.EPT_
•ENGINEERING•STREETS•WATER•SEWER•BUILDING•
drew
NA
Ae
NMI
NlN7
ANNT
fiddles
KFG
1W)lQOwipi
AYWIw
WO TawaM1112
SWTWWM TZg011TA
AAsw .•WW1.
CONFORMED
DOCUMENTS
S 144TH STREET PHASE II
CENTURYLINK PLAN AND DETAILS
STA 10+00 TO STA I4+50
1D1 MAIY.avast ate P-
17bYMfAa flbPIS MO mar
TOW IUailif SEA
SR
LC! Jwn ITVG
me r•N
Tr
d1W
dAk LN/P1
A
1.0
(1)-4.: NEW 463-1A t0
EX. NH • ,5.00 LT
5NB k SEAL WORT: UA100 DM M/ 2ri:
COCTIONAIE NM CITY NSPEC1Ot N FIELD
10
NNW Pitt
!u.
(I)-4 ; NEW 4E3-TA 10
EX. W ► 15460 LT
i 11-4. PNI10
STUD k SEAL CONDUIT; MARX DM 14 Sri;
COORDINATE NM Ott N0SCRIB N ME10
(1)-4': F1L IN • 15450 LT
t0 EX. IN 0 17435 LT
csall�.._
(1)-4': DC MN • 15460 LT x• I
B 10 EX IN•17.35 LT El 144TH ST 117
PLAN
0 10 20 40 60
SCALE N FEET
PUF3LIC WORKS IJ�PT_
• ENG LNEERENG •STREETS • W ATER• SE W ER •BUILDING •
•sped
*no
to
NA
d•t
*QNT
decked
NA
4I•Ii
alum
p.ida
fiddlkm
GENERAL NOTES
oA 1. WW1 AND VAULT 10 E FRONDED BY CENTURAMI.
QS. MOON IS 4' SCHLMOI 40. TO BC NSTA000 PER 1141CAL
TRENCH SECDCN, SIT 51
1
a HH•
+1143! LT
ICING
1010140.4
••4M
NNIAM•N
orMIslw
1NAt•olA•
/m0•O
MOM
Mq1.
:I
CONFORMED
DOCUMENTS
•
•
J
1 Al CTL CONDUIT CNS411G5 Cr SCL 0*00 BANK PROVER
RE01A1D %ERMA. CLEARANCE PER 5T3 510 0214.00 N
APPENDIX r.
4 BACIOl1. TRENCH AND WILT AS MUMS:
4.1 WHAM ROADWAY: PR7L400 C1C 11110611. LP 10 BASE Or
MIA PATCH.
4.2 BENEATH SIDEWALK. 0101E6 11 AND MPROACNES PROW(
CSBC DAME UP 10 4 DGRAEE Or cC•CRER
CONS1RUCTNN.
LEGEND
PROPOSED CENTIRILLNI STRUMS/RE
re- PROPOSED CEN1UIri►0I CONDUIT
S 144TH STREET PHASE II
CENTURYUNK PLAN AND DETAILS
STA 14+50 TO STA 18+00
NN OM N owls 0601 TI-
m
1
June 27, 2017
Shannon Potter
Regional Contract Administration Manager — OR & WA
CenturyLink
RE: Memorandum of Understanding for South 144th Street Phase 2 Project
City Project No. 99510402
Dear Shannon Potter,
This letter is to create a Memorandum of Understanding between the City of Tukwila and
CenturyLink regarding the costs, schedule, and construction impacts of the proposed CenturyLink
facilities on the South 144th Street Phase 2 Project. After the time of bid for this project, the City of
Tukwila was approached by CenturyLink with a proposal to install new telecommunication facilities in
the City right of way on South 144th Street to serve the King County Library site and the Tukwila Village
development sites, which are currently under construction. CenturyLink has stated that they do not have
the crew resources to install their proposed facilities before Marshbank's completion of curbs and gutters.
To avoid scheduling conflicts with CenturyLink, it has been determined that Marshbank would be able to
better control the work sequencing and schedule on the S 144th St Phase 2 site if they installed the
facilities on behalf of CenturyLink.
The City of Tukwila has retained KPG, Inc. (KPG) as a design and construction services
consultant for the South 144`s Street Phase 2 Project. KPG coordinated with CenturyLink to design the
proposed CenturyLink facilities in a way which will minimize impacts to the construction project. This
design was sent to the Contractor (Marshbank Construction, Inc.) for the South 144th Street Project as a
Request for Proposal. Tukwila has received a response from Marshbank which includes per -unit pricing
to install 4-inch PVC conduit and a 463-TA vault. The inclusion of this proposed work under the current
South 144th Street Phase 2 Project would result in 4 additional working days for the contractor, therefore
Marshbank is entitled to additional compensation for company overhead. Additionally, per WAC 458-
20-170 the Contractor shall collect Retail Sales Tax on the full contract price for work performed on
behalf of CenturyLink under this contract.
By signing this Memorandum of Understanding Agreement, CenturyLink agrees to the following:
• The City of Tukwila will direct Marshbank to perform the installation of the proposed
CenturyLink facilities, as to be described in Change Order #1 of the South 144th Street Phase 2
Project.
• The City of Tukwila will measure the quantities of the items installed on behalf of CenturyLink
for payment.
• CenturyLink will provide on -site personnel to inspect the installation of the proposed facilities
and coordinate with Marshbank as described in the response to Request for Proposal #1, attached.
• CenturyLink shall have a right to accept all work related to its facilities.
• Within 45 days of such acceptance of the work and receipt of a detailed invoice showing final,
actual costs for same, CenturyLink shall reimburse Tukwila for the costs of this work, including:
o The unit costs of materials, overhead as described in Change Order #1 of the South 144`h
Street Phase 2 Project, for a total of $47,691.44, which may not be exceeded by more
than 10% without further written agreement by and between CenturyLink and the City of
Tukwila.
o The applicable sales tax associated with Change Order #1 of the South 144th Street Phase
2 Project.
o The direct engineering costs of KPG to design, coordinate construction of, measure, and
track payment of the installation of the proposed CenturyLink facilities as described in
Change Order #1 of the South 144th Street Phase 2 Project. The total amount of this item
is $6,537.71, which may not be exceeded by more than 10 % without further written
agreement by and between CenturyLink and the City of Tukwila.
o Any additional or unexpected costs incurred by the Contractor solely related to delays
caused by CenturyLink.
•
*CryLignk
kc t ,S R+112-1.-S.•46
Signature
,i+r-ccr,
Title
Date
17-052
Council Approval 2/21/17
C-1
AGREEMENT FORM
CONTRACT NO. 7- D 5 2
THIS AGREEMENT is made and entered into on this 3D day of 11'l " , 201_% by and between
the City of Tukwila, Washington ("Owner") and MARSHBANK CONSTRUCTION, INC. ("Contractor"). Now,
therefore the parties agree as follows:
1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for
the project entitled S 144TH STREET PHASE II, Project No. 99510402, including all changes to the Work and
force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the
Supplemental General Requirements.
2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as
specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment.
The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work.
3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work
under this Agreement shall be completed within the time specified in the Proposal. If the Work under this
Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall
pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the
Proposal.
4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party
shall be entitled to recover its costs, including reasonable attorney's and expert witness fees.
5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement,
except as expressly provided in this Agreement.
6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties rg �h of
which shall for all purposes be deemed an original. ;%"6"
�TW• Ste; T• N 1 " "`t."4G�',�
4' VV
Attest:
This 30 day of vv. , 20
City Clerk
Appro�edas to Form:
City Attorney
Address for giving notices:
to'ZooSpinrr.,- 4 - 1-)a- el,
Kw l' to ctsisD
S 144T"STREET PHASE 11
MARSHBANK CONSTRUC
(Contractor)
By: / / = �, SEAL = z
PRESIDENT
/995
Title: � !L•''•�... _...soss
.�
Contractor's
Address for giving notices:
PO BOX 97, LAKE STEVENS WA 98258 (MAILING)
3304 OLD HARTFORD RD, LAKE STEVENS WA 98258 (PHYSICAL)
�� Z
C-2
PAYMENT AND PERFORMANCE BOND
Bond to City of Tukwila, Washington
Bond No. 023036703
We, Marshbank Construction, Inc. , and Liberty Mutual Insurance Company
(Principal) (Surety)
a MA corporation, and as a surety corporation authorized to become a surety upon
Bonds of Contractors with municipal corporations in Washington State, are jointly and severally
bound to the City of Tukwila, Washington ("Owner), in the penal sum of
One Million Eight Hundred Eighty Three Thousand Eight undre Ninety Five and 03/100 Dollars
($ 1,883,895.03 ), the payment of which sum, on demand, we bind ourselves and our
successors, heirs, administrators, executors, or personal representatives, as the case may be. This
Payment and Performance Bond is provided to secure the performance of Principal in connection
with a contract dated Yvl 104-rLh. 3 ZD , 201] , between Principal and Owner for a project
entitled S 144TM STREET PHASE II , Contract No. 99510402 ("Contract"). The initial penal sum
shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted
by Principal.
NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only
upon the condition that Principal:
• Faithfully performs all provisions of the Contract and changes authorized by Owner in the
manner and within the time specified as may be extended under the Contract;
• Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men,
and all other persons or agents who supply labor, equipment, or materials to the Project;
• Indemnifies and holds Owner, its officers, and agents harmless from and against all
claims, liabilities, causes of action, damages, and costs for such payments for labor,
equipment, and materials by satisfying all claims and demands incurred under the
Contract, and reimbursing and paying Owner all expenses that Owner may incur in
making good any default by Principal; and
• Indemnifies and holds Owner harmless from all claims, liabilities, causes of action,
damages and costs, including property damages and personal injuries, resulting from any
defect appearing or developing in the material provided or workmanship performed under
the Contract.
The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other
design professionals retained by Owner in connection with the Project.
The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond.
No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to
be performed under the Contract shall in any way affect Surety's obligation on the Payment and
Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or
addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if
the Contract time is extended by more than twenty percent (20%).
If any modification or change increases the total amount to be paid under the Contract, Surety's
obligation under this Payment and Performance Bond shall automatically increase in a like amount.
Any such increase shall not exceed twenty-five percent (25%) of the original amount of the
Payment and Performance Bond without the prior written consent of Surety.
S 144T"STREET PHASE II
Performance 8 Payment Bond C-3
This Payment and Performance Bond shall be governed and construed by the laws of the State of
Washington, and venue shall be in King County, Washington.
IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical
counterparts this 9 a day of rh fYrt , 20 (7.
Marshbank Construction, c. Liberty Mutual Insurance Company
P��y• al
Signature of Authorized Official
PR&Si qC-AI?-
Title
Name and address of local office of
agent and/or Surety Company:
Surety
ignature of Authorized Official
By Jim S. Kuich
HUB Northwest
Attorney in Fact'
(Attach Power of Attorney)
PO Box 3018
Bothell, WA 98041-3018
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
S 144T" STREET PHASE 11
P-1
PROPOSAL
(unit price)
Contractor's Name MARSHBANK CONSTRUCTION, INC.
Contractor's State License No. CC MARSHCI05106
City of Tukwila Protect No. 99510402
To the Mayor and City Council
City of Tukwila, Washington
The undersigned (Bidder) hereby certifies that he personally examined the location and
construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner)
project titled S 144TH STREET PHASE II, which project includes but is not limited to: construction of
approximately 780 linear feet of street improvements within the right-of-way of S 144th Street,
including but not limited to construction of asphalt and concrete roadway, bike lanes, on -street
parking, curb, gutter, and sidewalk; retaining walls; pavement grinding and hot mix asphalt overlay;
drainage; utility adjustments; illumination; new traffic signal at 42nd Avenue S; new rectangular rapid
flashing beacon (RRFB) system; urban design features; landscaping and irrigation; channelization
and signing; installation of Seattle City Light vaults and conduits under Schedule B;and other work
necessary to complete the Work as specified and shown in the Contract Documents; and has read
and thoroughly understands these Documents which govern all Work embraced in this
improvement and the methods by which payment will be made for said Work, and thoroughly
understands the nature of said Work; and hereby proposes to undertake and complete all Work
embraced in this improvement in accordance with these Contract Documents and at the following
schedule of rates and prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith, (check one) a' bid bond or 0 cash, 0 cashier's check, 0 certified check,
or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total
Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner
within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter
into an Agreement and furnish the required Payment and Performance Bond and liability insurance
within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid
Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner
as liquidated damages, all as provided for in the Bid Documents.
Bidder shall attain Physical Completion of all Work in all respects within one hundred twenty (120)
working days from the date stated in the written Notice to Proceed. If the work is not completed
within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9
of the Standard Specifications for every working day work is not Physically Complete after the
expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual
engineering inspection and supervision costs and any other legal fees incurred by Owner as a
result of such delay.
S 144''1STREETPHASE II
Page 9 Proposal
Prnviriari to I:I; loam Frr•.hanna of WA Inn F r r ncana r..nnditinns AnrAAmant SAP www brwa corn - Always Verify Scale
Proposal
P-2
S 144th Street Phase II
Project No. 99510402
SCHEDULE A - ROADWAY IMPROVEMENTS
Note: Unit prices for all items. all extensions, and the total amount bid must be shown. Where conflict occurs between the
unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform
thereto Refer to Division 10 for definition of pay items. Sales tax shall be included in the various unit and lump sum
prices, per Standard Specification Section 1-07.2(1) and WAC 458-20-171.
Item
No.
Spec.
I Section
Item Description
Quantity
Unit
Unit Price*
Amount
ROADWAY
1
1-04
Unexpected Site Changes
1
EST
$ 25,000.00
$ 25,000.00
2
1-05
Roadway Surveying
1
LS
20000.00
20000.00
3
1-07
SPCC Plan
1
LS
500.00
500.00.
4
1-07
Resolution of Utility Conflicts
1
EST
$ 25,000.00
$ 25,000.00
5
1-07
Utility Potholing
1
EST
$ 6,000.00
$ 6,000.00
6
1-08
Type B Progress Schedule
1
LS
1000.00
1000.00
7
1-09
Mobilization
1
LS
ao0 ow a)
aob cq
8
1-10
Project Temporary Traffic Control
1
LS
150000.00
150000.00
9
2-01
Clearing and Grubbing
1
LS
6800.00
6800.00
10
2-02
Removal of Structure and Obstruction
1
LS
10000.00
10000.00
11
2-03
Roadway Excavation Incl. Haul
980
CY
38.00
37240.00
12
2-03
Unsuitable Foundation Excavation Incl. Haul
110
CY
30.00
3300.00
13
2-03
Gravel Borrow Incl. Haul
1,030
TON
23.00
23690.00
14
4-04
Crushed Surfacing Base Course
1,280
TON
24.00
30720.00
15
5-04
HMA CI 1 /2" PG 64-22
620
TON
100.00
62000.00
16
5-04
HMA CI 1/2" PG 64-22 for Overlay
340
TON
96.00
32640.00
17
5-04
Planing Bituminous Pavement
690
SY
13.00
8840.00
18
5-05
Cement Conc. Pavement
65
CY
55 0, co
--75, c»
19
5-05
Decorative Stamped Finish
25
SY
31 O.00
11So, Lt
Page 10 Bid Schedule
Drnsiirinri to R,lilr1Am Fvnisannrx. of INA Inr Fnr uscanP Anrcscfmewit CPP www hYwa rnm - AlwavS VArifv Srala
Proposal
P-3
S 144th Street Phase II
Project No. 99510402
SCHEDULE A - ROADWAY IMPROVEMENTS
Note. Unit prices for all items. all extensions, and the total amount bid must be shown. Where conflict occurs between the
unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform
thereto Refer to Division 10 for definition of pay items. Sales tax shall be included in the various unit and lump sum
prices, per Standard Specification Section 1-07.2(1) and WAC 458-20.171.
Item
No.
Spec.
Section
Item Description
Quantity
Unit
Unit Price*
Amount
20
5-05
Concrete Steps
1
LS
c550.01)
SSo,ctt
21
6-02
Cast -In -Place Wall
1
LS
22
6-13
Modular Block Wall
310
SF
Loa .oa
igad3i0D
23
8-01
Erosion Control and Water Pollution Prevention
1
LS
26000.00
26000.00
24
8-04
Cement Conc. Traffic Curb and Gutter
1,640
LF
Ic.ao
25
26
27
28
29
8-04
8-04
8-04
8-06
8-06
Cement Conc. Gutter
Roundabout Cement Concrete Curb and Gutter
Extruded Curb Type 6
Cement Conc. Driveway Entrance Type 1
Cement Conc. Driveway Entrance Type 2
510
280
40
320
30
LF
LF
LF
SY
SY
at
STOD
fi
4'
5"cab
taaLta m
1-71O.c
30
8-06
Cement Conc. Driveway Entrance Type 3
50
SY
57,01)
DWDD
31
8-13
Adjust Monument Case and Cover
1
EA
500.00
500.00
32
8-18
Mailbox Support
1
EA
800.00
800.00
33
8-26
Railing
1
LS
7700.00
7700.00
SIDEWALK
34
8-14
Cement Conc. Sidewalk
1,670
SY
45, 0D
15150 c D
35
36
8-14
8-14
Thickened Edge Sidewalk
Cement Conc. Curb Ramp Type Perpendicular
A
130
8
LF
EA
go, OD
13m OD
37
8-14
Cement Conc. Curb Ramp Type Perpendicular
B
2
EA
ISbb.00
3D1M.67
38
39
8-14
8-14
Cement Conc. Curb Ramp Type Parallel A
Detectable Warning Surface
1
176
EA
SF
51e3),09
Page 11
Prn,iidnr7 to Pi IiIrlcre Fvrhannn of \A/4 Inr Fnr neanP f:nnriitinnc AnraAmant spa www hxwa rnm - Always Verify Scale
Proposal
P-4
S 144th Street Phase II
Project No. 99610402
SCHEDULE A - ROADWAY IMPROVEMENTS
Note: Unit prices for all items, all extensions; and the total amount bid must be shown. Where conflict occurs between the
unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform
thereto. Refer to Division 10 for definition of pay items. Sales tax shall be included in the various unit and lump sum
prices, per Standard Specification Section 1-07.2(1) and WAC 458-20-171.
Item
No.
Spec,
Section
1 Item Description
1 Quantity
Unit
Unit Price*
Amount
STORM
DRAINAGE
40
2-09
Shoring or Extra Excavation Cl. B
3,290
SF
.50
1645.00
41
2-09
Gravel Backfill Incl. Haul for Storm Trench
440
TN
35.00
15400.00
42
7-04
Ductile Iron Storm Sewer Pipe 12 In. Diam.
420
LF
60.00
25200.00
43
7-04
Solid Wall PVC Storm Sewer Pipe 18 In. Diam.
50
LF
87.00
4350.00
44
7-04
Solid Wall PVC Storm Sewer Pipe 12 In. Diam.
560
LF
54.00
30240.00
45
7-04
Storm Drainage Television Inspection
1
LS
2200.00
2200.00
46
7-05
Concrete Inlet
3
EA
1000.00
3000.00
47
7-05
Catch Basin Type 1
6
EA
1300.00
7800.00
48
7-05
Catch Basin Type 1L
1
EA
1400.00
1400.00
49
7-05
Catch Basin Type 2 48 In. Diam.
6
EA
2600.00
15600.00
50
7-05
Adjust Catch Basin
8
EA
400.00
3200.00
51
7-05
Connect to Existing Drainage Structure
3
EA
1000.00
3000.00
52
7-05
Connect Drainage Structure to Existing Pipe
1
EA
1200.00
1200.00
53
7-10
Stormwater Treament Vault, 4' x 8'
1
EA
32000.00
32000.00
54
7-10
Stormwater Treatment Vault, 4' x 13'
1
EA
58000.00
58000.00
WATER
55
7-09
Ductile Iron Pipe for Water Main 4 In. Diam.
10
LF
250.00
2500.00
56
7-12
Adjust Water Valve
10
EA
400.00
4000.00
57
7 14
Relocate FDC, PIV and associated
appurtenances
1
LS
2000.00
2000.00
58
7-15
Adjust Water Meter Box
3
EA
400.00
1200.00
Page 12
Prnviriari to RuiId rc Fvrhanna nP WA Inr rnr 'manta (nnriitinns AnrRnment SAP www bxwa corn - Always Verify Scale
O
Proposal
P-5
S 144th Street Phase II
Project No. 99510402
SCHEDULE A - ROADWAY IMPROVEMENTS
Note' Unit prices for all items. all extensions, and the total amount bid must be shown. Where conflict occurs between the
unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform
thereto. Refer to Division 10 for definition of pay items. Sales tax shall be included in the various unit and lump sum
prices, per Standard Specification Section 1-07.2(1) and WAC 458-20-171.
Item
No.
Spec.
Section
Item Description
Quantity
Unit
Unit Price*
Amount
59
7-15
Service Connection 1 In. Diam.
1
EA
2700.00
2700.00
60
7-15
Relocate Water Meter. Setter and Box
2
EA
1700.00
3400.00
SANITARY SEWER
61
7-05
Adjust Sewer Manhole
3
EA
600.00
1800.00
ILLUMINATION
AND SIGNAL SYSTEMS
62
8-20
Illumination System, Complete
1
LS
I9i bb
l
Fit;yrt
1V
63
8 20
Traffic Signal System. Complete (S 144th St
and 42nd Ave S)
1
LS .
f-'c'r rti�
1 Jt��w
L-7� `CD
64
8 20
Signal Loop Modifications, Complete (Tukwila
Intl Blvd & S 144th St)
1
LS
15� c
tiSCODoc
65
8-20
Rectangular Rapid Flashing Beacon (RRFB)
System, Complete
1
LS
(10D00'00t
(QDDa/ a
TRAFFIC CONTROL
DEVICES
66
7-05
Storm Drain Marker
13
EA
fir op
. ?D
67
8-09
Raised Pavement Marker Type 1
3,5
HUND
3a0,OD
11aj 0.00
68
8-09
Raised Pavement Marker Type 2
0.5
HUND
75D, o
N ,, DO
69
8-21
Permanent Signing
1
LS
6400.00
6400.00
70
8-22
Plastic Line, 4 In.
1920
LF
1.50
2880.00
71
8-22
Plastic Stop Line
90
LF
4.00
360.00
72
8-22
Plastic Crosswalk Line
490
SF
4.00
1960.00
73
8-22
Plastic Traffic Arrow
2
EA
72.00
144.00
74
8-22
Plastic Bicycle Lane Symbol
4
EA
475.00
1900.00
75
8-22
Plastic Bicycle Lane Symbol for Loop Detection
2
EA
116.00
232.00
76
8-22
Plastic Access Parking Space Symbol
4
EA
380.00
1520.00
Page 13
PrnvidM to Ruilders ExchanoR of WA Inc For usane Conditions Aareement see www.bxwa.com - Always Verify Scaie
Proposal
P-6
S 144th Street Phase II
Project No. 99510402
SCHEDULE A - ROADWAY IMPROVEMENTS
Note: Unit prices for all items. all extensions; and the total amount bd must be shown. Where conflict occurs between the
unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform
thereto. Refer to Division 10 for definition of pay items. Sales tax shall be included in the various unit and lump sum
prices, per Standard Specification Section 1-07.2(1) and WAC 458-20-171.
Item
No.
Spec.
Section
Item Description
Quantity
Unit
Unit Price*
Amount
77
8-22
Paint Line, 4 In.
290
LF
.50
145.00
ROADSIDE DEVELOPMENT
78
8-02
Property Restoration
1
EST
$5,000.00
$5,000.00
79
8-02
Topsoil Type A
160
CY
43.00
6880.00
80
8-02
Bark Mulch
20
CY
53.00
1060.00
81
8-02
Seeded Lawn Installation
95
SY
7.00
665.00
82
8-02
PSIPE Tilia tomentosa 'PNI 6051'/ Green
Mountain Linden; 2.5'` Cal., 12'-14' Ht.
9
EA
470.00
4230.00
83
8-02
PSIPE Cornus kousa x nuttallii ' KN4-437
Starlight Dogwood; 2.5" Cal', 12'-14' Ht.
13
EA
430.00
5590.00
84
8-02
PSIPE Abelia x grandiflora'Kaleidoscope'/
Kaleidoscope Abelia; 2 Gallon Cont.
18
EA
32.00
576.00
85
8-02
PSIPE Berber's thunbergii'Concorde'/
Concorde Japanese Barberry; 2 Gallon Cont,
84
EA
22.00
1848.00
86
8-02
PSIPE Spiraea japonica 'Walbuma'/ Magic
Carpet Spirea; 2 Gallon Cont.
60
EA
22.00
1320.00
87
8 02
PSIPE Calluna vulgaris 'Spring Torch'/ Spring
Torch Heather; 1 Gallon Cont.
63
EA
10.00
630.00
88
8-02
PSIPE Teucrium chamaedrys/ Wall
Germander; 1 Gallon Cont.
86
EA
10.00
860.00
89
8-02
PSIPE Pennlsetum Alopecuroides 'Little Bunny'/
Little Bunny Dwarf Fountain Grass; 1 Gallon
Cont.
87
EA
10.00
9'', aO
'860 yew
90
8-02
PSIPE Schizachyrium scoparium 'The Blues'/
The Blues Little Bluestem
51
EA
11.00
561.00
91
8-02
PSIPE Veronica peduncularis 'Georgia Blue'/
Georgia Blue Speedwell; 1 Gallon Cont.
210
EA
11.00
2310.00
92
8-02
PSIPE Geum 'Mango Lassi'/ Mango Lassi
Avens; 1 Gallon Cont.
285
EA
10.00
2850.00
93
8-02
Root Barrier
352
LF
7.00 .
2464.00.
94
8-03
Automatic Irrigation System, Complete
1
LS
13000.00
13000.00
95
8-27
Bench
4
EA
1300.00
5200.00
Page 14
Provided to Builders Exchanae of WA, Inc. For usaae Conditions Aareement see www.bxwa.com - Always Verify Scale
Proposal
P-7
S 144th Street Phase II
Project No. 99510402
SCHEDULE A - ROADWAY IMPROVEMENTS
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the
unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform
thereto, Refer to Division 10 for definition of pay items. Sales tax shall be included in the various unit and lump sum
prices, per Standard Specification Section 1-07.2(1) and WAC 458-20-171.
Item
No.
Spec.
Section
Item Description
Quantity
Unit
Unit Price*
Amount
96
8-28
Trash Receptacle
2
EA
1900.00
3800.00
FRANCHISE UTILITY ITEMS
97
8-19
Franchise Utility Coordination
1
LS
1200.00
1200.00
98
8-19
Adjust Gas Valve
2
EA '500.00
1000.00
Total Schedule A*
( cf &7 -Z_ (05 , cYZ7
All applicable sales tax shall be included in the total base bid price, per Sttandard Specification
Section 1-07.2(2) (APWA Supplement 1-99) and WAC 458-171.
1
Page 15
Provided to Riiilders Exr:hanae of WA Inc For usaae Conditions Aoreement see.www.bxwa.com - Always Verify Scale
Proposal
P-8
S 144th Street Phase II
Project No. 99510402
SCHEDULE B - SEATTLE CITY LIGHT IMPROVEMENTS
Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit
price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto.
Refer to Division 10 for definition of pay items. The Contractor shall collect from the Contracting Agency retail sales tax on
the SCHEDULE B contract price per Section 1.07.2(2) and WAC 458-20-170.
Item
No.
Spec.
Section
Item Description
Quantity
Unit
Unit Price
Amount
99
8-19
Adjust Utility Vault
1
EA
600.00
600.00
100
8-19
AdjustHandhoie
1
EA
al bb
34,01).
101
8-30
Furnish and Install 507LA Vault
1
EA
q4rw
_`i.lw op,
102
8-30
Furnish and Install 577LA Vault
1
EA
16oubbb
13D-Dim
a t/r -IC
103
8-30
Furnish and Install 712LA Vault
1
EA
r te:11
104
8-30
Furnish and Install PVC Conduit, 4 In. Diam.
2,170
LF
. i U1co
P 4 ,' a
105
8-30
Furnish and install PVC Conduit, 5'In. Diam.
1.700
LF
, ! ffo
'7(o$ i
lU
106
8-30
Replace Frame and Cover. 42 In. Round
2
EA
DrJ
O. e
Subtotal Schedule B $ a 1 Lf f `f . 00
Schedule B Washington State Sales Tax at 9.5% $ ao7- 1o. O
Total Schedule B $ ( tp-Jo, Q3
Total Schedules A & B: ,,,,,, ��LI/ ?(P�
Schedule A brought forward $ i W"I a OD
Schedule Bbrought forward. .. $ aq: tD30 •013
Total Bid $ t `-
I-tb3I '95 03
Note: Determination of low bidder will be based solely on the 'Total tid'.
Page 16
Prnviripd to Rtiildwrs FrchanoA of WA Inc For tisane Conditions Aareement see www.bxwa.com - Always Verify Scale
P-9
Bids Submitted on Computer Printouts
Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may
submit an original computer printout sheet with their bid, as long as the following requirements are met:
1. Each sheet of the computer printout must contain the exact same information as shown on the hard -
copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc.
2. The computer printout of the Bid Proposal must have the exact certification language shown below,
signed by the appropriate officer of the firm.
3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which
acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc.
If any of these things are missing or out of order, the bid may be rejected by the Owner.
The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid
and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will
prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these
Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices
shown on the computer printout will be used to determine the bid.
Put this certification on the last sheet of the Bid computer printout, and sign:
(YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the
bid items contained in this Proposal are the unit and lump sum prices intended and that its Bld will be
tabulated using these unit prices and no other information from this print-out. (YOUR FIRM'S NAME)
acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that
the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the
respective estimated quantities shown on the Bid form then totaling all of the extended amounts.
Signed:
Title:
Date:
S 144-"STREET PHASE II
Page 17
Prnvirierl to P ilders FxrhannA of WA Inn Fnr tisane Conditions Aareement see www bxwa.com - Always Verify Scale
Proposal P-10
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum
No.
1
Date of Receipt
JANUARY 19, 2017
Addendum
No,
3
2 4
Date of Receipt
NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the
Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified.
By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bld
Documents and will provide the required coverage.
It is understood that Owner may accept or reject all bids.
The Surety Company which will furnish the required Payment and Performance Bond is
HI JB INTFRNATIQNAI NORTHWFST t 1 C. of PO BOX 3018. BOTHFI L WA 98041-3018
(Ada{ ,)1,,,,
4j• 1' yh?%r/�i
Bidder: MARSHBANK COI*ST ION, IN``r';''
(Name)
Signature of Authorized Official:
Printed Name and Title: DAVE MARSHBANK - PRESIDENT‘ 44,,,. , r ,`-a3
•t, Ir, `�_
Address: PO BOX 97, LAKE STEVENS WA 98251•litle'►14,
440444alal t'
Circle One: Individual / Partnership / State of Incorporation: WASHINGTON
Joint Venture
Corporation j
Phone No.: 425-377-9708
Date: 01/25/2017
This address and phone number is the one to which all communications regarding this proposal should be
sent
NOTES:
1. If the Bidder is a co -partnership, give firm name under which business is transacted: proposal must be
executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by
the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign).
2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a
bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the
bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected.
S 144'" STREET PHASE II
Page 18 Proposal Signature Sheet
Provided to Builders Exchanae of WA. Inc. For usaae Conditions Agreement see www.bxwa.com - Always Verify Scale
P-11
BID SECURITY
Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in
the. form of a cash deposit, certified or cashier's check, or postal money order in the amount of
dollars ($ ).
-- OR --
Bid Bond: The undersigned, Marshbank Construction, Inc. (Principal),
and Liberty Mutual Insurance Company (Surety), are held and firmly bound unto the
City of Tukwila (Owner) in the penal sum of five percent (5%) of the total amount bid
dollars ($ ), which for the payment of which
Principal and Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the
penal sum of this Bid Bond.
Conditions: The Bid Deposit or Bid Bond shall be an amount not Tess than five percent (5%) of the
total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal
for S 144TM STREET PHASE II, Project No. 99510402, according to the terms of the Proposal and
Bid Documents.
Now therefore,
a. If the Proposal is rejected by Owner, or
b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with
Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful
performance of said Project and for the payment of all persons performing labor or furnishing
materials in connection therewith, with Surety or Sureties approved by Owner,
then this Bid Security shall be released; otherwise it shall remain in full force and effect and
Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the
amount of the Bid Bond, as penalty and liquidated damages.
The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension
of time within which Owner may accept bids; and Surety does hereby waive notice of any such
extension.
Signed and dated this 25th
Marshbank Construction, Inc.
da,
3iberty Mutual Insurance Company
Sig ature of Authorized Official'•.. ,. -
S Title
Name and address of local office of
agent and/or Surety Company:
20 17
r
e,,t; e
Atto = n Fact (Attach Power of Attorney)
Jim S. Kuich, Attorney -in -fact
HUB Northwest
PO Box 3018
Bothell, WA 98041-3018
Surety companies executing bonds must appear on the current Authorized Insurance List in the State of
Washington per Section 1-02.7 of the Standard Specifications.
S 144TMSTREET PHASE 11
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
• 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.
Certificate No. 7522043
c
to
to
c STATE OF PENNSYLVANIA
t`o COUNTY OF MONTGOMERY
13
e +T
V d
O
d: >
d �
3
Ci
• k.
It O
• 93
C A
L
as • d
t
E• C
tti
wi
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company 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,
Andy D. Prili; Ashley Hartshom; Carl M. Lovsted III; Carol Lowell; Chad M. Epple; Jim S. Kuich; Jim W. Doyle; Julie M. Glover;. Michael A. Murphy; Patti
White; S. M. Scott; Steve Wagner; Ted Baran; Teresa Glombecki; Theresa A. Lamb
all of the city of Bothell state of WA each individually if there be more than one named, its true and lawful attomey-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 Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 25th day of October 2016 ,
ss
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
Westmerican Insurance Company
By: ^r-H'r -1
David M. Care , Assistant Secretary
On this 25th day of October , 2016 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
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
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
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.
COMMONWEALTH OF PENNSYLVANIA
Notarial Seal
Teresa Pastella, Notary Public
Upper Merlon Twp., Montgomery County
My Commission Expires March 28, 2017
Member, Pennsylvania Association of Notaries
By ///A-1-401-) i't6110)
Teresa Pastella, 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 attomeys-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 attomey, 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 attestedto 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 attomeys-in-fact subject to the limitations set forth in their
respective powers of attomey, 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 attomey 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 attomey 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, 1 have hereunto set my hand and affixed the seals of said Companies this day of
20n_ .
By:%.64.4 1`.
istant Secretary
LMS 12873 082016
172 of 500
0
P-12
NON -COLLUSION DECLARATION
STATE OF WASHINGTON )
) ss.
COUNTY OF KING
The undersigned, being first duly sworn, on oath states that the person, firm, association,
partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or
indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action
In restraint of free competitive bidding in connection with the City of Tukwila project named S 144TM
STREET PHASE II, Project No. 99510402.
Signed andf'o ore me n this 25TH
Signature of Notary Pu
PRESIDENT
Title
day of JANUARY
MARSHBANK CONSTRUCTION, 11Vp0= sou¢ge/
Name of Firm
Signature of Authorized Official::.' • °' 0..._
i;1'6 ,✓/A►r :TOE �a
1��t T7"‘ON
W1.4++Mt1 %1111
and for the State of Washington, residing at LAKE STEVENS, WA
MX\a)5t t�t1�r°rtvp"-s %4/02/2019
;: ;��..,Fn
issioF•. �-•
+a y
,p•�
;L. .,
•
- u' V r
%%/�OF W SN\NG `�\`��
To hipp ft, l fl,ging activities call:
NOTICE TO ALL BIDDERS
1-800.424-9071
The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday
through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid
rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such
activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All
information will be treated confidentially and caller anonymity will be respected.
S 144 1'STREET PHASE II
Page 20 Non -Collusion Declaration
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com - Always Verify Scale
P-13
RESPONSIBLE BIDDER DETERMINATION FORM
Attach additional sheets as necessary to fully provide the information required.
Name of Bidder: MARSHBANK CONSTRUCTION, INC.
Address of Bidder: PO BOX 97 (MAILING) / 3304 OLD HARTFORD RD (PHYSICAL),
LAKE STEVENS WA 98258
City State Zip Code
Contractor's License No. CC MARSHCI051O6
WA State UBI No. 601-649-423
Dept. of L&I
License Bond Registration No, 6450704 Worker's Comp. Acct. No. 855,648-01
Bidder is a(n): 0 Individual 0 Partnership 0 Joint Venture Ed/Incorporated in the state of WASHINGTON
If Out -of -State Corporation, has Bidder complied with WA Corporation laws? ❑ YES ❑ NO
Employment Security Department No. 849245004
State Excise Tax Registration No. 91-1687106
List business names used by Bidder during the past 10 years if different than above:
NONE
Bank Reference BANNER BANK
Bank
No, of regular full-time employees: 50
Year
JEFFREY MITCHELL
Account Officer
Number of projects in the past 10 years completed: 10 ahead of schedule
Q behind schedule
Total value of contracts in hand (gross): $ 8,000,000.00
Bidder has been in business continuously from MAY 1993
Bidder has had experience in work comparable to that required for this Project:
As a prime contractor for 24 years.
As a subcontractor for 24 years.
Describe the general character of work performed by your company:
General Contractor - Highway, Road and Street, Utilities and Dump Trucking
425-252-2781
Officer's Phone No.
70 on schedule
S 144T"STREET PHASE II
Page 21 Responsible Bidder Determination Form
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
O
Responsible Bidder Determination Form P-14
List major equipment anticipated for this project; state whether Contractor -owned, or if it will be
rented or leased from others. PLEASE SEE ATTACHED = ALL EQUIPMENT IS OWNED
List the supervisory personnel to be employed by the Bidder and available for work on this project
(Project Manager, Principal Foreman, Superintendents, and Engineers):
Name Title How Long With Bidder
PLEASE SEE ATTACHED
Name the Surveyor to be used on this Project who will directly supervise all surveying activities.
Attach a resume outlining the experience and qualifications of the Surveyor. Is the. Surveyor
licensed in the State of Washington (a PLS)? E 'Yes ❑ No
Surveyor's Name: AMERICAN SURVEYING & ENGINEERING LLC, DBA AMERICAN ENGINEERING CORPORATION
MICHAEL SJOLIN, PLS, CFEDS/PRINCIPAL
List all other anticipated subcontractors Bidder intends to use on this project. Indicate previous
experience working with these firms, if any.
Subcontractor
Scope of Work
No of Previous
Contracts
Worked with
Bidder
(I , ,G�
1J�.1 ` Q�t4(,
CONCRETE, CURB & GUTTER,
SIDEWALK
t 'J�
LANDMARK LANDSCAPING
LANDSCAPE
0
1 WO MA IU:r12 t u
ASPHALT PAVING
2.-
NORTHWEST TRAFFIC
STRIPING
8
tiO• jT- ELECTRICAL
Lit all those projects of similar nature and size completed by Bidder within the past 10 years.
Include a reference for each. Any attached preprinted project listing must include all this
information. Bidder must have at least 10 years' experience working on projects of similar nature
and size.
Year Contract
Project Name Completed Amount
PLEASE SEE ATTACHED
Owner/Reference Name and Phone
S 1447" STREET PHASE II
Page 22
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com • Always Verify Scale
1/24/2017
0
Marshbank Master Equipment List
#;
, 11C-!(UP7MECHA ltCf LAG IA7UCK°t
1 tLIONSE
SERIAL #
_ 8, _ _ ,
_-2008PORDLF250'7 _
` _ C03748B7
;
1FTSX2159.8EB08898 __, _ _.
9
2005.F0RD F250 -
B63716U
1FTSX21P45EA10455
20
4 _ 20042FORD F250 +FLAT`BED. - _. '
.619836S.;
1FTNX2110-4E602593 _.
22
2005 STERLING ACTERRA FUEL
C15692A.
2FZACGCS55AP00337
100
2010:FORD:F150,-,ROB
1B94547UL _
..
_ 1FTFX1EVXAKE77122_ _
104
2013 FORD F150 -
B54794X.
1FTEX1EM9DFB76647
106,
_ _ .20131FORD'F150:-iMARK'.
B54795X, _
_
!1F1FW°1EF4DFB60848____',
109
1997 1SUZU FLATBED.P/U
C15618A
JALC4B1KV7000368
__110_,
- __ 2008 FORD F150'=MAODY . _
B04795K_, }
E _
1FTPW14V88FA02368!_
112
2009FORDF150-RICH
B48332K
1FTRF12W19KA75272,
111-_''_
. 2010FORDlF250,:t__ __ _,
,B85638N.
__
- ,1FTSX2B59AEA46746; 7 _11
115
2012 FORD F150 - DAVE
B62753W
1FTFW1ET7CF055955
116.
2008fOROiF350;XL JOSH; _ '
,B46441H'
`
_ 1DWF36R08EC67004_- ,
. 117
2015 FORD F350 - ERNIE
C17168C
1FT8X3BT5FEA53260
=119 -
_20061FORDTF550 SERVICE TRUCK . AARONL
C03882B; t
1FDAFS6P76EC46247. i
120
2013 FORD F-350 PU -KIP
C89702C
1FT8W3BT6DEA71125,.
. ;217"
_,22
-2015jFLORD'F-3501PU }MARTIN, _
'C90101C;_'
_ * 1FT8W3BT3F,EA82280t _n
2013 FORD:F-350 PU -JOHN
C89701C
,1FT8W3BT9DEA71118.
12-3
,,20150ORD+F 550 SERVICE TRUCK ='RYAN ,
'C61859D_ i
_1FD:UFSHTOFEA645887_ _ 7
124
2015 FORD F-150 - JASON
C80048D
1FTEW1EP7FFA72660 _ ._
:125 °;
-._ r- __ _20151FORD F-150 ;JC; _._
_C180,49F' '
- ,1FTEX1E82FKE7781Q -_-__
126
2011 LAND ROVER RAND4D- NATALE .
ACA7195
SALSK2042BA270056. _
- TROCKSAUEERS _ .
" 'LtiENS1i ,
4
..'9 R1AJ: . .
21
2008IKENWORTH'DUMP=TRUCK-JOHN '
-" 689420D1
.1NKDX4TX7811206189 ___+
. 23
1998 FRTLINER DUMP TRK - JOHN HENRY
B08958D
1FV8D0Y94WP903850.
23:5 '
1988fSTURDY WELDRDUMP TRAILER; _ _
_4711LP.
1S9:CS5538JL189043.L 1
26
2005 MACK TRACTOR-BRYCE
C07639G
1M1AG10Y45M032607
.29'' _
,2001'FREIGHTLINER DUMFTRK{-JDAVE ;
, - A75,224I
-
1F 8_,F, Y911P-H3_3209L _ _ _i
29.5
1999 STURDY. WELD DUMP TRAILER
,_
7123RB
1S9CS5433XL189081.
37
- 2007 TRAILNIASTER-TILTr BED: _
- ;5750YU` -
;
! 5U.CPU212X7A000624;_. - l 1
43
2004 SIDE DUMP TRAIL KING TRLR-W/27
8755XA
1TKS048444M084497 _
_ 44'_
_ 2002;WYLIE WATER TRAILER _
4213VI_ 7
_
_ . 18.478
45
2000 FORD 2000GAL WATER TRUCK
B85945L
3FDWF6569YMA04268
46
- , 1989,3AXLE ASREN;LOWBOY _ _
2159PX. ..
2A'0LB6037KS037072' _ _ ,
47
2003 BLACK UTILITY TRAILER
5750YU
490US142135001567
50. _
2007'SP.ECTRA FLATBED ;TRAILER'
.5845YU _ _
'
4W8UT202771006426.: _ '
"2
1999 FORD F800XL TMA
B47601P
3FEWF8012XMA08809,
5,4
— 1963 TRAILMOBILE42';F/B`TRAILER
:0925-YX;_
_ ' _ '213913_ _ - 7
55
2013.OLYMPIC TRIAXLE TILT BED TRAILER
1563ZD
1C9TF3630DT997515
1/24/2017
61
2012 KENWORTH T800 DUMP TRK-JUSTIN,T
C51238A,
1NKDXPTX8CJ335647
61.5
2014 CBM PUP TRAILER
6125YT
1B9AD1735EC003052
( ,4
2015 MAXEY DUMP TRAILER
0414ZK
5R8081428EM03744.7
65
2015 MAXEY DUMP TRAILER
0412ZK
5R8D8142XFM036901
66
2015 OLYMPIC UTILTY TRAILER
2946ZC
1C9UF1227FT997357
67
2015 OLYMPIC UTILTY TRAILER
0411ZK
1C9UF1225FT997342
68
2015 MQ-MT5 WATER TRAILER
2900ZC '
4GNBM122F6039.641
69
2015 MAXEY DUMP TRAILER
7451YW
5R8D81421GM038277
70.5
2008 STURDY WELD PONY TRAILER
2933ZC
5_RETE038585086265
71
2015 TYMCO 600 BA4 SWEEPER
C64370E
1HTMMAAN5FHO18884
72
73
2016 KENWORTH T800 TRACTOR
C65551E
3WKDP4TX2GF121025
74
2016 CROSS COUNTRY 3,AXLE SIDE DUMP
7836ZR
r
2C9SBU3SXHM183326
75
2016 CROSS COUNTRY 3 AXLE SIDE DUMP
2041ZW
2C9SBU3S1HM183716
#
JOB TRAILERS ,
1LICENSE, i
• SERIAL#
500,
1987 EVERGREEN COMBOTRAILER
687115
501
1984 8X24EVERGREEN COMBO TRLR
1184114
511
2004.8,X 8 CONTAINER
SAC-15226
512
2004 8 X 8 CONTAINER
SAC-15234
513
MCKINNEY 8x10 STEEL CONTAINER
517
2010 20 X 8 CONTAINER
CT-06879
_e-;19
t.,_,10
. 8 X 20°OFFICE CONTAINER
8 X 20 OFFICE CONTAINER
521
_ 8 X.10'CONTAINER
522
2016 MIRAGE MXL ENCLOSED TRAILER
3416ZR
5M3BE142G1069256
#
EXCAVATORS. __
A _ LICENSE
SfR1 1L#
1002
1989 CAT E120B.EXCAVATOR
7NF02790
1006
2013 KOMATSU PC138USLC-10
40196
1009
' 2001 CAT`320CLU EXCAVATOR
CLZ00226
1013
2005 CAT 325CR CLU EXCAVATOR
BKW00272
1014
2005 CAT 320CLU •EXCAVATOR•
PAC00661
1017
2007 CAT 314C LCR EXCAVATOR
PCA01589
1020.
2007 CAT 3280,EXCAVATOR
GTN00215
1021
2013 308E CR CAT EXCAVATOR
OGBJ01691
1022
20i4 VOLVO ECR235DL EXCAVATOR
•- 541
1023
2014 KOMATSU PC 138 USLC EXCAVATOR
40545
1024
2015 KOMATSU PC 228 USLC EXCAVATOR
1632
1025
2015 CAT 304E2CR EXCAVATOR
TTN02896
1026
2015 CAT 308E2 CRSB EXCAVATOR
OFJX02540
#
DOZERS
LICENSE .
SERIAL. #
2001
1993 D4C DOZER
7KG00953
(T 07
2008 DSGLGP DOZER
RKG02875
‘'z008
2007 CAT p4GXL DOZER
HYD02436
##'
LOADI:RS/B`l'CJCk`IOES• '
° LICENSE
SERIAL#
1/24/2017
3005
2001 CAT 416C BACKHOE•LOADER
4ZN22943
,3009
1999 CAT 416C BACKHOE LOADER
4ZN20654
{ )12
2006 CAT 930G WHEEL LOADER
TWG01635.
3014
2013 VOLVO L9OG WHEEL LOADER
L90G0000375
3015
2012 HYUNDAI HL730 WHEEL -LOADER
HHIHLPO1EB0000044
3016
2015 KOMATSU WA 320-7 LOADER
80792
3017
2014 CAT 420F BACKHOE
OSKR0287
3018
2014 CAT 420F BACKHOE
GRADERS/SCRAPERS
LI;CEIVSE
SERIAL #
4001
1992 CAT 120G MOTOR GRADER
87V09590.
r #' •
ROLLERS
LIGENSE
SERIAJ_ ##
5003
1999 C5433C GRADE ROLLER
3TM.00472
5004
1999 CB224C DOUBLE DRUM ROLLER
3AL01264
5006
2006 INGERSOLL RAND SD70D`66" DRUM
188355,
5008
BOMAG WALK BEHIND
8014990222
5011
2012 VIBROMAX W605D DRUM ROLLER
JKC9403509
5012
2015 CAT CB24B DOUBLE DRUM ROLLER
42000495
5013
2014 VOLVO: DD25B ROLLER
5014
2015 MQ DIESEL PLATE
A-1787
BROOMS/M1SC
!
LICENSE
SERIAL #
6003
2000 ADDCO DH1000 MESSAGE BOARD
4556XZ
1A9H1210XYM157554.
/ 104
2003 WANCO MESSAGE BOARD
5F12S151431000462
‘._J09.
2000 LAY-MOR SWEEPER
7457PX
8HC28360
6011
2002 ALMA ARROW BOARD
8335VF
0202AB02
6012
2003 ALLMANI5 LIGHT PLANT
4214VI
0238PR002
6014
2005 WANCO MESSAGE BOARD
5F125161551002223
_ 6016
200$- WANCO MESSAGE BOARD
5F12S161551002352
6017
2005 25KW GENERATOR
8100392
6018
2005 4" SUBMERSIBLE,PUMP
125937
6020
2005 SULLAIR AIR COMPRESSOR
5564TM
6021
2000 SULLAIR AIR COMPRESSOR
1870UX
4138937
6022
CAT HYDRAULIC HAMMER H130
7CM04305
6023
LAYMOR SWEEPER 2007
010781Z
8HC31916
6024
2008 ALLMAND ARROW BOARD
0278AB08
6029
2010 POLE HOLDER
6030
2001 CEMENT MIXER
5710YU
JC750106
6031
KENCO BARRIER PICKER
6032
2007 ALLMOND SOLOR ARROW BOARD
5588XA
0624AB07
6033
2010 WANCO SOLAR ARROW BOARD
5416XB
5F1131012A1002923
6034
2002 DOTSI DH1000 SOLAR VMS
2853ZC
1A9H121022M157040
6035
2002 DOTSI DH1000 SOLAR MIS
2856ZC
1A9H121092M157083
( 36
1997 SULLIVAN 210 COMPRESSOR
0987YX
15611A
'6037
_ 2000 SULLIVAN 210 COMPRESSOR
0989YX
20129A
6038
2011 ALLMAND LIGHT TOWER
0990YX
0201PR0211
1/24/2017
6039,
1996`'N ITE LITE
0986YX
96056N4C13
„F6040
2009 AIRSTAR BALLOON LIGHT
0988YX
4FVLSBDA2AU4 10933
41
OKODA BREAKER ORV 1000'(FITS 416;BACKHOE)
72V890
6042
2015 LAYMOR SWEEPER
300 36345
6043
2006 GENERATOR MULTI QUIP DCA-25SS1U,
740124
4GNFU10186B019041
6044
2015 LAYMORE SWEEPER
300 36346
6045,
OKODA TOP BREAKER'60B:(FITS"420 BACKHOE) '
,
4429
6046
2016 TSURUMI 4" SUB PUMP
_6047
2008rGENIE TELE HANDLER
,GTH0608A1265
6048
2016 5 YARD GRAVEL SKIFF
S2810010
6049
2016 7 YARD: GRAVEL SKIFF
S2830014
6050
7 YARD GRAVEL SKIFF
6051
308-_HOE PAC
6052
314- 2016 STANLEY HOE PAC
HS111255
6053
308= CAT,HOE PAC
6054
416- NPK HOE PAC
6055„
420- HOE,PAC-
_
6056
320- NPK HOE PAC
605.7
_ . 320-,HOE PAC.
6058
138- NPK HOE PAC
MARSHBANK CONSTRUCTION, INC.
PO Box 97, Lake Stevens, WA 98258
Ph. (425) 377-9708 Fax (425) 377-0709
Cont. Lic # MARSHCI*05106
SUPERINTENDENTS AND OTHER SUPERVISORY PERSONNEL
NAME
POSITION
YEARS
YEARS
W/COMPANY
EXPERIENCE
Dave Marshbank
Mark Fuglevand
Natale Marshbank
Mark Bolton
Kenton Wilde
Jason Heide
Rob Gammell
JC Brown
John Moff
Ernie Hinds
Martin Goonan
Kip Twaddle
Josh Clark
President
Vice President/Project Manager
Sec. Treasurer / Safety
Estimator
Senior Project Manager
Project Manager
Project Engineer
Project Engineer
General Superintendent
Superintendent
Foreman
Foreman
Foreman
23
17
22
3
1
4
1
1
7
16
6
1
40
30
32
36
30
10
5
6
24
19
25
10
11 2
American Surveying and Engineering LLC, dba
American Engineering Corporation
Land Surveyors
Michael Sjolin, PLS, CFedS/Principal
Project Surveyor
Registration No. 45174
Michael has more than Sixteen years of experience in cadastral and topographic surveys and
project management. He has vast experience drafting numerous types of survey maps, including
topographic, ALTA, condominium, wetland delineation, long and short plats, GIS mapping, and
boundary line adjustment. In addition, he is well -versed at preparing various types of legal
descriptions and easement documents with exhibit maps using AutoDesk LDD, and AutoDesk
Civil 3D. His attention to detail and careful project approach make him a valuable member of
AEC's professional team.
Michael's experience also includes performing complex boundary computations and construction
staking pre -calculations for a variety of different projects in both the private and public sector.
He is highly capable and has the experience needed to manage multiple projects from beginning
to completion with accuracy and attention to detail, and the ability to maintain required project
budgets and time constraints.
Throughout his career, Michael has completed many projects within the City of Seattle,
including Lot Boundary Adjustments, Short Plats, boundary surveys, topographic surveys,
Condominium surveys, ALTA surveys, and construction surveys.
In addition, Michael utilizes the DPD website to perform property and document research. Due
to his extensive experience, Michael is well -versed with the unique survey methodology and
means common to the City of Seattle, as is the case in many areas throughout Puget Sound.
American Surveying and Engineering LLC 2827 152"d Ave NE, Suite 10C Redmond, WA 98052
Tel (425) 881-7430 • Fax (425) 881-7731
Marshbank Construction Historical Project List
Job No.
Name
Owner
Reference Name
Reference Ph. No.
Prime Contractor
Final Contract
Amount
' Completion Date
Type of Work/Similarity of
Scope
Scheduled
Completion
9604
SR18 SE 312th Way to SE 304th St.
WSDOT
Dave Standahl
(253)
872-2956
$ 1,208,548.00
4/14/1998
Road & Utilities
On Schedule
9720
SR 531 Jct. 6701 Ave NE Sgnahzation
WSDOT
Gii McNabb
(425)
339-1702
$ 1,247,313.00
10/15/1998
Road & Utilities
On Schedule
9801
9802
Alderwood Mall Blvd, Connector
City of Lynnwood
Dave Jaconson
(425)
774-4210
$ 709,772.00
7/13/1999
Road & Utilities
On Schedule
1 Waterline Replacement
City of Everett
Al Rosenswig
(425)
257-8800
$ . 501,577.00
5/24/1998
Waterline
On Schedule
9803
:Waterline Replacement "A"
City of Everett
Al Rosenswig
(425)
257-8800
$ 744,820.00
8/31/1999
Waterline
on Schedule
9906
Fern Bluff to Sultan
WSDOT
Jim Knutson
(425)
355-2111
Rinker
$ 940,000.00
5/1/2000
Road & Utilities
On Schedule
9908
35th Ave SE
Snohomish County PUD
Dennis Lubchuk
(425)
388-6675
$ 4,248,557.00
10/31/2000
Road & Utilities
On Schedule
9913
000
Kelsey Street Improvements
City of Monroe
Bill Memel(
(360)
794-7400
$ 1,733,000.00
1/15/2000
Road & Utilities
.Ahead of Schedule
Ouiiceda Sewer
Tulalip Tribe
On Schedule
023
Witte Road SE Channelization & Signal
•
WSDOT
Ingo Goiter
(253)
872-2958
$ 648,913.00
11/92001
Road & Utilities
On Schedule
026
Mitwaulkee Ave Reconstruction
City of Camation
Einar Gunderson
(425)
881-7430
$ 320,544.00
9/26/2000
Road & Utilities
On Schedule
027
031
River Street Improvements
City of Snoqualmie
Jeny Benner
(425)
888-5825
$ 684,964.09
11/1/2000
Road & Utilities
On Schedule
Fitzgerald Road/1405 Waterline
Alderwood Water District
Waterline
On Schedule
033
'78th
NE 175th St SB On -Ramps
WSDOT
Brain Nielsen
(206)
764-6444
$ 1,570,021.71
11/8/2002
Road & Utilities
On Schedule
036
Ave. SE
City of Mercer Island
Road & Utilities
On Schedule
134
Juanita Drive Roadway Improvements
City of Kirkland
Noel Hupprich
. (425)
828-1100
$ 2,734,287.66
1/16/2004
Road & Utilities
On Schedule
137
—
May Creek & Lewis Ave.
City of Gold Bar
$ 915,366.73
7/1/2002
Road & Utilities
On Schedule
139
Edmonds Waterline
City of Edmonds
Waterline
On Schedule
141
124th Ave SE Improvements
City of Bellevue
David Cieri
(425)
452-2753
$ 1,168,050.00
6/3/2002
Road & Utilities
0n Schedule
242
A.G. Water Main Replacement
Woodinville Water Dist.
John Medina
(425)
483-9104
$ 304,904.00
6/24/2002
On Schedule
243
Coal Creek Parkway - Phase 1
--rWSDOT
City of Newcastle
Carrie Lewis
(425)
649-4444
$ 7,378,816.00
12/12/2003
Road & Utilities
On Schedule
244
245
LSE 8th Street •
Ashley Davis
(425)
398-0205
Mowat
$ 992.289.39
11/4/2003
Road & Utilities
On Schedule
Meydenbauer Bridge Replacement
City of Bellevue
• Ashley Davis
(425)
398-0205
Mowat .
$ 276.654.00
4/30/2008
• Road & Utilities
On Schedule
246
Pioneer Highway & 267th
City of Stanwood
Bill Beckman
(360)
629-4577
$ 176,610.00
10/10/2002
Road & Utilities
On Schedule
247
Park Street Improvements
1City of Snoquaimie
Kirk Holmes
(425)
831-4919
$ 524,449.00
12/6/2002
Road & Utilities
On Schedule
248
LSR9; Stilly to Lake Cr.
Test Johnson
(360)
783-8602
Rinker
$ 767,832.00
1/20/2003
On Schedule .
249
Sunny Side 8" & 4" Watermain
Snohomish County PUD
Alan Cohen
(425)
783-8602
•
$ 303,847.00
1/20/2003
Waterline
On Schedule
250
Alderwood Low Pressure
Alderwood Water District
Brigitte McCarty
(425)
743-4605
$ 2,029,834.87
9/5/2003
Waterline
On Schedule
251
Stanwood Fire Station
(360)
629-9781
$ 172,107.00
11112/2002
On Schedule
252 E112th
Street Phase 1
:City of Everett
Terry Henke
(425)
257-8800
$ 1,707,455.00
1021/2003
Road & Utilities
On Schedule
253
29th
City of Bellevue
$ 1,751;597.02
3/92004
Road & Utilities
On Schedule
354
182-90 SR99 Imp. (8" & 12"CIP Rep.)
Alderwood Water District
Chris Schumacher
(425)
743-4605
$ 100,981.00
4/28/2003
Waterline
On Schedule
355
356
Lynnwood Park & Ride
WSDOT
Ashley Davis
(425)
398-0205
Mowat
$ 2,112,280.77
11/112004
Bridge, Road & Utilities .
On Schedule
SR900; Newport Way
WSDOT
Ashley Davis
(425)
398-0205
Mowat
$ 2,649,278.70
-. 1/21/2005
Bridge, Road & Utilities
On Schedule
357 ,136th
& 195th Road Roundabout
City of Woodinville
Woody Ward
(425)
489-2700
$ 698,781.90
12/5/2003
Roundabout
Ahead of Schedule
358
Lorton Woods
Deleted Job
$ 44,600.00
11/11/2004
Site Work
On Schedule
359
Juanita Creek
City of Kirkland
Noel Hupprich
(425)
828-1100
$ 286,150.00
11/17/2003
Road & UtiMies
On Schedule
360
State Ave. - Phase 1
City of Marysville
Pat Gruehagen.
(425)
651-5100
$ 6,443,304.20
9/30/2005
Road & Utilities
On Schedule
361
Edgewick
King County
Ryan Olson
(206)
793-8110
Mowat
$ 281.00
10/22/2003
Bridge, Road & Utilities
On Schedule
362
Seattle Artirial
City of Seattle
Tesi Johnson
(360)
783-8602
Rinker
$ 58,025.61
6/18/2004
Excavation
On Schedule
363
SR11
WSDOT
Rod Gilmore
(360)
293-2168
Lakeside
$ 173,452.93
5/42004
Shoulder Work
On Schedule
364
104th Ave. NE & NE 189 St
City of Bothell
Sieve Morikawa
(425)
486-2768
$ . 315,147.30
5/12004
Waterline
On Schedule
365
Woodinville Watennain
City of Woodinville
Woody Ward .
(425)
489-2700
$ 873,871.86
6/42004
Waterline
On Schedule
466
33rd St
City of Yakima
Rick Gregory
(509)
574-2319
$ 3,172,551.54
2/32006
- Road & Utilities
On Schedule.
467
116th & 124th St
City of 10rkiand
Don Anderson
(425)
828-1243
$ 446,549.00
2/312006
Intersection
On Schedule
468
1761h Street
City of Lynnwood
Les Rubstello
(425)
670-6277
$ 2,100,886.11
3/12006
Road & Utilities
On Schedule
469
112th Street
City of Everett
Tom Fuchas
(425)
257-8895
$ 615,475.00
4/7/2005
Road & Utilities
On Schedule
470
SR92
WSDOT
Amir Ahamadi
(425)
225-8700
$ 3,220,933.57.
11282007
Road & Utilities
On Schedule
471 ,2nd
-'-472
Street Bridge
WSDOT
Harvey Pegg
(425)
398-0205
Mowat
$ 1,118,670.23
12/5/2006
Bridge. Road & Utilities
On Schedule
172nd Street
WSDOT
AmirAhamadi
(425)
225-8700
Shea Graham
$ 552,805.66
6/1/2007
Bridge, Road & Utilities
On Schedule
473
Smokey Point West Culvers
City of Marysville
Pat Gruehagen
(425)
651-5100
$ 257,082.11
11/2/2004 t
Utilities
On Schedule
474 12004
Waterline Improvements
City of Lynnwood
Les Rubstelto
(425)
670-6277
$ 1,078,121.58
10/26/2005
Waterline
On Schedule •
475
Dumas Road
City of Mill Creek
Scott Smith
(425)
754-1891
$ 3,403,952.09
3/102006
Road & Utilities
Ahead of Schedule
MarshbarkConstruction Historical Project List
Job No.
Name
Owner
Reference Name
Reference Ph. No. Prime Contractor
Final Contract
m
' Amount
Completion Date
Type of Work/Similarity of
Scope
jI Scheduled
i Completion
476
Mathias Ok Mill Road Bridge
Snohomish County
Bob Morrison
(425) 754-7424
Mowat
` $ 1,417,598.27
6/92006
Bridge, Road & Utilities
On Schedule
577
-
AC Watermain Replacement
City of Woodinville
Bill Pierson
(425) 483-9104
v
$ 374,402.28
8/192005
Waterline
On Schedule
578
579
East atee
9
WSDOT
Ryan Olson
(206).793 8110
Mowat
$ 3,801,742.46
8/30/2007
bridge, Road & Utilities
On Schedule
York Bridge
King County
NWSDOT
Ryan Olson
(206) 793-8110
Mowat
$ 1,915,453.38
10/23/2007
Bridge, Road & Utilities
On Schedule
580
Lake Sammamish Roundabout
Carl Barker
(425) 489-5403
$ 466,404.00
4/28/2006
Roundabout
On Schedule
581
Peters Creek Culvert
City of Redmond
Michael Haley
(425) 556.2843
$ 613,926.72
5/10/2006
Culvert
On Schedule
582
220th St SW Improvements
City of Edmonds
Sound Transit
Dave Gebert
(425) 771-0220
$ 4,787,915.17
5/172007
Road & Utilities
On Schedule
583
Sammamish Park & Ride
Adolph Furtado
(206) 621-1218
$ 2,603,641.89
4/12/2006
Park & Ride
On Schedule
_ 584
585
T _ m 686
687
—jjCamano
Little Pdchuck River Bridge
Snohomish County
Bob Morrison
(425) 754-7424
Mowat
$ 441,796.00
4/12006
Bridge, Road & Utilities
On Schedule
rState Ave. - Phase 2
lay of Marysville
Pat Gruehagen
(425) 651-5100
$ 5,957,948.89
5/242007
Road & Utilities
On Schedule
112th Street
City of Everett
Tom Fuchas
(425) 257-8895
$ 3,787,620.77
11282007
Road & Utilities
On Schedule
Island Base Facility -Potholing Util.
URS Corporation
Don LaFord
(206) 438-2700
URS
$ 2,046.34
5/5/2006
Site Work
On Schedule
688
12006 SWM
Snohomish County
Charlie Green
(425) 388-6655
$ 1,706,464.36
8/7/2007
Drainage Imp
rovements provements
On Schedule
689
690
21st Ave.
Silver Lake Water District
Ron Berger
(425) 337-3647
$ 53,570.39
4/25/2007
Drainage Improvements
On Schedule
Sewer H
City of Everett
Al Rosenswig
(425) 257-8800
$ 1,687,722.78
6/15/2007
• Sanitary Sewer
On Schedule
691
240 Zone Reservior
City of Marysville
David Zull .
(425) 651-5100
TBailey
$ 1,241,385.78
12/1/2007
Waterline
On Schedule
692
241h Ave Water
Akterwood Water District
Catherine Forest
(425) 743-4605
$ 40,265.78
3202007
Waterline
On Schedule
693
Tolt 2 Meter at 172nd St
City of Redmond
Michael Haley
(425) 556-2843
$ 485.667.89
10/11/2007
Vault Installation
On Schedule
694
695
696
797
-'Site
39th & 212th Intersection Impr.
Snohomish County
Gary Menne-
(425) 388-3488
$ 1,319,660.72
5/15/2007
Road & Utilities
Ahead of Schedule
'
9 Storm Improvements
City of Bothell
Gary Sund
(425) 486-2768
$ 90,830.89
1/t 12008
Utilities
On Schedule
White River Dike
PSE
Steve Carey
(425) 392-8016
CA Carey
$ 619,155.29
9/24/2007
Dam
On Schedule
Darting Watermain
Town of Darrington
Ted Trapanier 1
(425) 259-5556
$ 342,350.92
1/112008
Waterline
On Schedule
798
190 HOV; 2 Way Transit
WSDOT
Steve Bush
(509) 535-0651
Max J. Kuney
$ 2,567,092.49
42/2008
Road & Utilities
On Schedule
799
Delta Ave. Sewer
City of Marysville
David Zull
(425) 651-5100
$ 388,966.04
8/312007
Sanitary Sewer
Ahead of Schedule
700
Prevedell Rd.
WSDOT
Rod Gilmore-
(425) 313-2600
Lakeside
$ 74,000.00•
10/13/2007
Shoulder Grading
On Schedule
701
Stanley St & Granite Ave
City of Granite Falls
Kevin Brown
(360) 454-5490
$ 905,216.43
11/16/2007
Road & Utilities
On Schedule
702
Sauk River Bridge
Snohomish County
Ryan Olson
(206) 793-8110
j Mowat
$ 1,657,651.44
6/30/2009
Road & Utilities
On Schedule
703
Camano Island Base Facility
Island Transit
Don LaFord •
(206) 438-2700
$ . 1,529,289.13.
12/312007
. Site Work
Ahead of Schedule
704
SR522; 1951h St NE
WSDOT
Dave Linnberg
(425) 814-7104
$ 1,190,141.65
4/20/2008
Road & Utilities
On Schedule
705
6erlex Consolidation Project
BN Builders
River Steenson
(206) 718-9931 .
$ 163,424.00
12/31/2007
Site Work
On Schedule
706
;Chateau
Bothell
Stratford Constructors
Gorden Bowden
(206) 931-2895
$ 1,993,231.00
10/312008
Site Work
On Schedule
707
Quiet Cove
WSDOT
Dave Crisman
(360) 428-1593
$ 6,143,804.97
10/9/2008
Bridge, Road & Utilities
On Schedule
708
124th Street interurban Trail
WSDOT
Marlon Lenssen
(425) 225-8796
$ 1,391,429.81
2/122009
Ramps & Walls
On Schedule
709
Airport Station - Potholing Utilities
Mowat
Mike Bell.
(206) 793-9820
Mowat
$ 14,481.38
1/5/2008
Site Work
On Schedule
710
Coal Creek Parkway - Phase 3
City of Newcastle
Steve Carey
(425) 392-8016
CA Carey
$ 1.362.610.92
1/302010
Road & Utilities
On Schedule
711
.
Coal Creek Parkway - Phase 2
City of Newcastle
Craig Jackson
• (425) 793-3631
.$ 15,879,627.28
• 6/1/2010
Road & Utilities
On Schedule
712
Airport Station
Sound Transit
Mike Bell
• (206) 793-9820
Mowat
$ 384.684.00
3/1/2010
Site Work
On Schedule
813
CMEX-Everett Pit
Cmex
Patrick Harigan
(425) 355-2111
Cmex
$ 71,600.00
5/30/2008
Clearing & Grubbing
On Schedule
814
Hwy 9; 176th to Marsh Road
WSDOT
Dave Linnberg
(425) 814-7104
Scarsella
•$ 543,173.00
3/30/2010
Utilities
On Schedule
815
SR 528; 1-5 to SR 529
WSDOT
Amir Ahamadi
(425) 225-8700
Wilder Const.
$ 506,301.00
10242038
Utilities
On Schedule
816
Cedar Grove Water Main
Concrete NorWest
Dan Cox
(360) 757-3121
$ 330,310.00
10/23/2008
Waterline
On Schedule
817
College Way/Riverside Dr, Improvements
City of MI. Vernon
Esco Bell
(360) 336-6204
$ 1,528,236.60
9/15/2009
Road & Utilities
On Schedule
818
Broadway Ave. Watermain Relocation
Cross Valley Water Dist.
Dave Nutley
(425) 827-2014
$ 248,254.72
12/182009
Waterline
On Schedule
819
Samish River Park LUD
Skagit County PUD
Mike Benton
(360) 424-7104
$ 364,461.58
2/52009
Waterline
On Schedule
820
Waterline Interties at Miller Road
City of Oak Harbor
Arnold Peterschmidt
(360) 279-4525
$ 244,816.00
3262009
Waterline-
On Schedule
821
Sunnyside WVVTF
Lake Stevens Sewer Dist.
Virgil Curtis
(425) 334-2400
Balfour Beatty
$ 4,422,365.00
9/1/2012
Site Work & Utilities
On Schedule
922
Miracle League Baseball Field
Monroe Rotary Club
Mark Mason
(425) 269.0438
-
Charity
4/1/2010
Project Management
On.Schedute
923
SR9; Martin Rd to Thunder Creek
WSDOT
Janice Marlega
(360) 757-5830 -
$ 1,687,701.41
3/1/2010
Road & Utilities
On Schedule
924
S.Spokane Street
Seattle DOT
Shawn Wilkerson
-(425) 202-8600
MidMountain
$ 2,859,058.60
7/30/2010
Utilities
On Schedule
925
NE Woodinville Duvall Rd.
King County
Jeff McCarthy
(206) 423-1075
$ 1,464,145.90
5/15/2010
Road & Utilities
On Schedule
926
Newcastle Tranist Center
City of Newcastle
Gerry Oachs
(503) 819-1932 •
$ 2,132,989.00
10/31/2010
Site Work & Utilities
On -Schedule
927
Mount Lake Terrace Freeway St
WSDOT
Amir Ahamadi
(425) 225-8725
MidMountaon
$ 1,292,444.25
8/1/2011
Site Work & Utilities
On Schedule
928
Darrington Watermam Replacement
Town of Darrington
Ted Trapanier
(425) 259-5556
$ 336,779.99
5/1/2010
Road & Utilities
On Schedule
MarshbapkConstruction Historical Project List
Job No.
Name
Owner
Reference Name
# Reference Ph. No. Prime Contractor
Final Contract
Amount
Completion Date
6/1/2011
l
i Type of Work/Slmitarity of
i Scope
Scheduled
Completion
On Schedule
929
Granite Falls Alternate Route
Snohomish County
8ro Smith
rvTri
(425) 508-0544 Granite NW Const.
$ 565,573.25
Site Work & Utilities
930
318th Ave NE Culvert Replacement
King County
Org
(206) 296-8881
'
$ 432,488.72
4/30/2010
Site Work & Culvert
On Schedule
931
W. Marine View Drive
City of Everett
Tom Fuchas
(425) 257-8895
$ 1,011,545.20
3/30/2010
Road & Utilities
f On Schedule
932
Lundeen Parkway Roundabout
City of Lake Stevens
Mick Munkin
(425) 212-3313
$ 1,203,431.36
8/30/2010
Roundabout
On Schedule
933
Aurora Corridor Improvements
fny of Shoreline
Ken Kettel
(206) 423-1408.
$ 19,002,342.30
2/28/2012
Road & Utilities
On Schedule
1034
SR522; Imp. Al 96th Ave NE
!City of Bothell
Rosalie Wu
(425) 214-5065
$ 8,382,346.28
6/1/2012
Road & Utilities
On Schedule
1035
I1 5th Ave Bridge Rehab
Seattle DOT
Kit Loo
(206) 684-3669
Mowat
$ 206,001.00
9/1/2011
Bridge, Road & Utilities
On Schedule
1036
Alaska Way Viaduct - Holgate
WSDOT
Tim Oniel
(206) 459-7784
Skanska
$ 6,706,711.00
6112013
Utilities
On Schedule
1037
Manette Bridge 303/4A —WSDOT
Brock Lindsay
(206) 947-0840
Mowat
$ 1,857,000.00
1/3112012
Bridge, Road & Utilities
On Schedule
1138
Juanita Beach Project
City of Kirkland
Dave Snider
(425) 587-3832
$ 600,000.00
$ 600,000.00
10/1/2011
Site Work & Utilities
Ahead of Schedule
1139
jSouth Park Bridge
King County
Matt Dozois
(206) 786-9888
$ 646,086.00
$ 4,055,995.00
8/31/2014
Utilities
On Schedule
1140
South Granite Ave - Phase 2
City of Granite Falls
Kevin Brown
(360) 454-5490
$ 646,086.00
$ 646,086.00
11/15/2011
Road & Utilities
Ahead of Schedule
1141
City of Sultan -On Call
City of Sultan
N/A
$ 5,928,279.95
TBD
12/31/2012
Road & Utilities
N/A
1242
NE 85th ST I/C & SR522/523 I/S Ped. Access
WSDOT
Hien Trinh
(206) 768-5600
$ 195,359.00
11/12012
Road & Utilities
Ahead of Schedule
1243
SR 520 Evergreen Point Floating Bridge
WSDOT
Eza Agoes
(425) 207-6129
iew'd/Generat/Mason J
$ 1.518.113.00
Site Work -& Utilities
1244
First Hill. Street Car
City of Seattle
Tim Welbome
(425).202-3600
MidMountain
-$ 411,075.00
1/1/2013
Utilities
On Schedule
1245
Redmond Way Overlay
City of Redmond
Rick Schroder
(425) 868-4377
Watson Aphall
$ 115,009.00
9/30/2012
Utilities
On Schedule
1246
Dumas Road Channelization
WSDOT
Mark Sawyer
(425) 225-8789
$ 297,788.50
12/31/2012
Road & Utilities
Ahead of Schedule
1247
Eastside Condor
WSDOT
Jeff Pietz •
(425) 998-5109
ECC JV
$ 48,514.30
1/1/2013
Utilities
On Schedule •
1248
SR 99 Tunnel
WSDOT
Russell Streadbeck
(206) 971-8214
. STP
$ 487,760.00
8/312014
Utilities
1249
SR 527 @ 164th Intersection
City of Mill Creek
Scott Smith
(425) 754-1891
$ 260,703.00
4/1/2013.
Road & Utilities
Ahead of Schedule
1250
180th ST SE & Interurban Blvd Intersection
Snohomish County
Dennis Lubchuk
(425) 754-4596
S 2,198,097.49
$ 2,198,097.49
2/5/2014
Road & Utilities
Mead of Schedule
1351
67th Ave Phase 3
City of Arlington
Eric Scott
(360) 403-3512
S . `5,928,279.95
$ 5,928,279.95
7/312014 .
Road & Utilities
On Scheduler
1352
SR92/190 Roundabouts
WSDOT
Maryanne Reddell
(425) 225-8725.
Graliam-Marsliabnk jv
$ 2,239,564.03
11/302013
Roundabout
On Schedule
1353
Seawall -Early Work
Seattle DOT
Brian Dague
(206) 778-9108
MarlensdaMaeson JV
$ 510,571.99
5/1/2013
Road & Utilities
On Schedule
1354
Seawall -Temp Road
Seattle DOT
Brian Dague
(206) 778-9108
Mmenson/Uanwn.ly
S 2,239,564.03
10/31/2016
. Road & Utilities
1455
Aurora Ave (192nd to 205th)
City of Shoreline
James Newhouse
(206) 719-9113.
Gary Meitno Construction
$ 3,300,464.96
7/1/2015
Utilities
On Schedule
1456 -
Stitliguamish River Bridge -
WSDOT
Joe Corvolth
(623) 687-7447
-Mowat •
$ 306,525.00
2/1/2015
Road & Utilities
On Schedule
1457
Five Corners Roundabout & Intersection Imp'.
City of Edmonds
Jaime Hawkins
(425) 754-4106
.
- $ 2,934,597.40
3/12015
Road & Roundabout & Utilities
On Schedule
1458
South 200th Parking Garage
Sound Transit
John Watch
(425) 488.7131
Harbor Pacific -GratvanJv
$ 710,033.99
11/1/2016
Site Work& Utilities
On Schedule
1459
Boeing 777x
Boeing
Mark O'Leary
(425) 202-3606
MidMountain - HOS Bros.n!
$ 403,000.00
2/12015
Utilities
- On Schedule
1460
Brigeport Way
City of Lakewood
Eric Swanstrorn
(253) 983-7751
$ 4,078,028.64
5/12015
Road & Utilities
On Schedule
1461
Elliot Bay Seawall - Dewatering Convenance
Seattle DOT
Chris Augustine
(206) 730-2501
Clearwater Compliance
$ 1,364,249.98.
10/312016
Utilities
1462
Park Lane Pedestrian Corridor Improvements
City of Kirkland
Frank Reinhart
(425) 587-3826
$ 2,284,446.92
8/312015
Road & Utilities
On Schedule
1563
SR522 West A (61s1 to 65th) —1City
of Kenmore
Kent Vaughan
(425) 398-8900
$ 10,029,965.85
9/302016
Road & Utilities
On Schedule
1564
Henderson CSO !City
of Seattle
Wayne Williamson
(206) 510.0407
Ekon -
$ 306,480.00
Utilities
Ahead of Shedute
1565
23rd Ave - S Jackson to E John St.
City of Seattle -
- Brian Gabelein
(206) 391-4910
Gary Martino Construction
$ 2,008,348.32
8112016
Waterline
- -On Schedule
1566
UW Denny Hall
University of Washington
Brian Dague
(206) 382-3443
BN Builders .
$ 60,000.00.
9/1/2015
Utilities
On Schedule
1567
Broadway Shoulder Improvements
Snohomish County
Gary Harris
(425) 388-6429
$ 5,680,180.50
8/302016
Road & Utilities
Ahead of Shedule.
1568
Central Ave S
City of Kent
Cameron Bloomer
(425) 455-9720
-
$ 5,616,379.48
9/302016
Road & Utilities-
On Schedule
1569
SR99 NB Gibson Rd
WSDOT
Kyle Smith
(425) 551-3134'
Granite NW Const.
$ 118.231.50
9/15/2015
Utilities
On Schedule
1670
SPU North Transfer Station
SPU
- MidMountain
$ 40,000.00
3131/2016
Utilities
On Schedule
1671
Grade Road Emergency Repair
City of Lake Stevens
Mick Munkin
(425) 212-3313
$ 300,000.00
10/20/2016
- Road Repair
On Schedule
1672
41st St West Marine View Drive Freight Corridor I
City of Everett
. Tom Fuchas
(425) 257-8895
$ 2,758,753.00
-
- Road & Utilities
1673
Seattle Hill Road Watermain
Silver Lake Water District
Rick Gilmore
(425) 337-3647
-
$ 1,206,331.43
10/152016
Waterline
On Schedule
1674
Pitchuck River CED
WSDOT'
Dave Linnberg
(425) 22548725
$ 1,594,933.98
9/302016
River CED
On Schedule
1675
Inglewood Hill Stormwater
City of Sammamish
Tawni Datziel
(425) 295-0567 -
$ 4,329,065.95
- Road & Utilities
1676
STP Restoration / Waterline
WSDOT
Russell Streadbeck
(206) 971-8214
STP
$ 1,152,000.00
C_.
Responsible Bidder Determination Form P-15
List all projects undertaken in the last 10 years which -have resulted in partial or final settlement of
the Contract by arbitration or litigation in the courts:
Name of Client and Project
NONE
Total Claims Amount of
Contract Arbitrated Settlement
Amount or Litigated of Claims
Has Bidder, or any representative or partner thereof, ever been disqualified from bidding under
RCW 39.06.010 or 39.12.065(3)?
i7'No [3 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever failed to complete a contract?
6d'No O Yes If yes, give details:
Has Bidder, or any representative or partner thereof, been assessed with liquidated damages within
the past 5 years?
ef No 0 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any offense that has resulted in your firm being barred from bidding or
performing work for any State, Local or Federal agency?
allo 0 Yes If yes, give details:
Has Bidder, or any representative or partner thereof, ever been indicted, pled guilty, pled no
contest, or been convicted of any illegal restraints of trade, including collusive bidding?
'No 0 Yes If yes, give details:
Has Bidder ever had any Payment/Performance Bonds called as a result of its work?
ili No 0 Yes If yes, please state:
Project Name
Contracting Party Bond Amount
S 1444'' STREET PHASE II
Page 23
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
Responsible Bidder Determination Form P-16
Has Bidder ever been found guilty of violating any State or Federal employment laws?
6?'No ❑ Yes If yes, give details:
Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state
insolvency laws? ®'No 0 Yes If yes, give details:
Does the Bidder owe any delinquent taxes to the Washington State Department of Revenue?
®'No ❑ Yes
If yes, does the Bidder have an approved payment plan with the Washington State Department of
Revenue?
❑ No ❑ Yes
Has any adverse legal judgment been rendered against Bidder in the past 5 years?
6a'No 0 Yes If yes, give details:
Has Bidder or any of its employees filed any claims with Washington State Workman's
Compensation or other insurance company for accidents resulting in fatal injury or dismemberment
in the past 5 years? 'No 0 Yes If yes, please state:
Date
Type of Iniury Aaencv Receiving Claim
Attach additional sheets as needed.
The undersigned warrants under penalty of Perjury that;. going 1Ilj
accurate to the best of his/her knowledge. The undersigned prizes tW'C
all information contained herein.
Signature of Bidder
Title: PRESIDENT Date: 0ii.`µ�+�"'�,�
ation is true and
Tukwila to verify
S 144T" STREET PHASE II
Page 24
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
P-17
PROPOSED EQUIPMENT AND LABOR SCHEDULE
(Use additional sheets if required)
Equipment to be used:
DESCRIPTION/TYPE
YEAR
CONDITION
OWN/RENT
PLEASE SEE ATTACHED.
ALL EQUIPM
AND IN GOOD WORKING C
ONDITION
ENT IS OWNED
Labor to be used: MARSHBANK IS SIGNATORY TO THE OPERATING ENGINEERS
AND NORTHWEST LABORERS UNIONS. ALL LABOR WILL 8E PROVIUEU
BY THE UNIONS.
S 144TH STREET PHASE II
MARSHBANK CONSTRUCT!.
Name,eaf Bidder.'
`...1Nutrrrrrr
..r�
4^
Signature of Authorized,3fficflai
PRESIDENT \ „ ,,
Title ''>i�/}/F3T0
Page 25 Proposed Equipment and Labor Schedule
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale
f" ) P-18
PROPOSED SUBCONTRACTORS
Name of Bidder MARSHBANK CONSTRUCTION, INC.
In accordance with RCW 39.30,060 as amended, every bid that totals $1 million or more shall include below the
names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the
work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and
electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one
subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the
Bidder must Indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of
the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more
subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore,
void.
The successful Bidder must have the written permission of the Owner to make any change to this list.
Percent of total bid to be performed by Bidder 50 %
Schedule/Bid Item Numbers % of
Name Subcontractor will perform Total Bid
62-65, 100-105
S 144T"STREET PHASE II
Page 26 Proposed Subcontractors
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scale
R5D/6
ADDENDUM NO. 1
City of Tukwila, Washington
S 144TH STREET PHASE 11
Project No: 99510402
TIB Project No. 8-1-116(011)-1
DATE OF ADDENDUM ISSUE: January 19, 2017
DATE OF BID OPENING:
January 25, 2017
NOTE TO ALL PLANHOLDERS:
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 writ -ten acknowledgement may result in disqualification of the
Bidder's submittal.
PLANS
1. Plan Sheet 40 of 52:
Revise the last two lines of the Plant Schedule to read:
SEEDED LAWN INSTALLATION 95 SY
CSTC 0 SY
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
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 acknowledgement may result
in disqualification of the Bidder's submittal.
Sincerely,
Robin Tischmak, P.E.
City Engineer
City of Tukwila
Receipt acknowledged, and c
Bidder
Signature
S 14,1'h Street Phase II
`,�� 1\I I I I II 11 I I.
+`
tionsaeed to this 25TI-0f JANUARlt017
- .a •
1- . X7
°4uiss,HNi ice'
Addendum No. 1
Page 1 of 1
Page 1 Addendum #1
Provided to Builders Exchange of WA. Inc. For usaae Conditions Agreement see vwvw.bxwa.com - Always Verify Scale