Loading...
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