Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
20-118 - Marshbank Construction, Inc - East Marginal Way Outfall Stormwater Retrofit Project
20-118(d) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 004 DATE: 12-21-21 BUDGET NO.: 412.98.594.382.65.00 PROJECT NO.: 91041204 CONTRACT NO.: 20-118 PROJECT NAME: East Marginal Way Outfall Stormwater Retrofit Project TO: Dave Marshbank, President P.O. Box 97 Lake Stevens, WA 98258 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 '' t MI" i By Original Contract (without tax) Previous Change Order(s) This Change Order (without tax) REV. CONTRACT AMOUNT Contractor Title $ 1,035,201.00 APPROVED BY THE CITY OF TUKWILA $ 308,778.03 Date $ 39,502.00 By HP $ 1,383,481.03 Original Contract Time: 60 Working Days Additional Contract Time for previous Change Orders: 0 Days Additional Contract Time for this Change Order:4 Days Updated Contract Time: 64 Working Days ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File 01/05/2022 City Engineer Mayor cc: Finance Department (w/encumbrance) Project Management File (11/2014) Change Order # 04 Change Order Checklist Ll Change Order El WSDOT LAG Change Order Checklist El Originating Documents (Verbal Approval, i.e. CCD, email, memo to file) El Independent Cost Estimate (ICE) El Contractor's Proposal/Cost Estimate (RFP — Request for Proposal) El Time Impact Analysis (TIA) El Back Up Date Sent to Contractor: Date Signed / Acknowledged by Contractor: Date Approved by Agency: Date Fully Executed Copy Sent to Contractor: 12/7/21 CITY OF TTJIKWTLA C IANGE ORDER #4 Change Order 4 � ~v�^u��� Project Number: 91041I04 Project Owner: CITY OF TUKWILA Project Name: East Marginal Way Outfall Stormwater Retrofit Projec Change Order Number: 004 Prime Contractor: Marshbank ConstructioInc.Subcontractor: Green City Inc. Ordered by the Engineer under the terrns of section 1-04.4 af the Standard Specification Change proposed by Contractor Page 1 of 3 Surety Consent (if required) Attorney in Fact Date Original Contract Amount Current Contract Amount Estimated Net Change this Order Eshma�dComnc,Tma|A��/Change Original Contract Duration Current Contract Duration Additional Days This Order Proposed Contract Duration r~ Li Approval ROc mended � 51,035'20I.00 $1'343'979.03 $39,502.00 51,383,481.03 50 Working Days 60 Working Days 4 Working Days 64 Working Days L., Approved Lc, Approval Recommended Date Approval Recommended Contractor Rob Gammen, Marshbank Construction, Inc. Approved Date L Approved Other Approval When Required Representing Date Change Order 4 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of this change order: Background: Upon attempting the power up and commissioning of the E. Marginal Way Pump Station, Marshbank was informed by their subcontractor Service electric that there was an issue powering up the pumps on 10-21-21. KPG was informed that the issue would not allow the commissioning and turn over of the system to the City. From Mile's Standish "The contract calls out a 120/240 single phase service. Three phase pumps are not compatible with single phase power." in an email to Marshbank and discussed between KPG the City and Marshbank. Following the initial discussions, KPG and the City received serial letters, "SL 015 - Electrical Change" and " SL 016 - Electrical Changes", and the City responded to them with direction to proceed with procuring the VFD to make the conversion occur. KPG, the City and Marshbank had a following meeting on November 16th to negotiate the terms of the adding of the VFD. The determination was to proceed with a addition of the VFD with tracking of the work on a T&M basis with a not to exceed amount (NTE) agree upon at this meeting. The NTE value is based on the information known as described within this Change Order #4 and the RAM #41 approval for the VDF. Alterations needed above and beyond the approved CO#4 materials would be subject to potential additional costs, but not currently anticipated per review of the proposed modifications described within. Additionally, the plants installed in the bioretention cells have died to the unusually hot summer, despite the efforts to watering them. The City has asked that the be replaced. The subcontractor has Green City has agree to replace them at prior unit rates in Bid Items 21-27, with some substitutions based on procurement lead times at this time of year. Reason/Justification for Change: The Plans show a single phase line, but the specs call for 3 phase pumps. The need for a variable frequency drive (VFD) was confirmed by Design West Engineering, KPG, the City, and Whitney Equipment Company (pump manufacture/supplier) Service Electric and Marshbank. The VFD will allow for completion of the system and provide the City with a operatable forcemain system. The plants perished due to unusually hot summer temperatures. The replacement will occur in the planting window and the establishment was not part of the contract. The City has requested replacement to the plants that died over the extreme heat summer months , where there was not a PSIPE or irrigation system to protect the plants. Description of Change: Contract Items Added/Deducted: Increase Bid Item 1 - Addition of VFD - not to exceed $20,000: Increase Bid Item 1 - Landscape Force Account for Removals: Increase Bid Item 21- Cornus Stolonifera Kelsevi 2 gal : Increase Bid Item 22 - Carex Deavalliana lgal - Substitution : Increase Bid Item 23 - Carex Glauca Blue Sedge lgal : Increase Bid Item 24 - Juncus Ensifolius lgal : Increase Bid Item 26 - Juncus Tenuis Blue Dart lgal : Add 1 FA Add 1 FA Add 103 EA Add 245 EA Add 245 EA Add 116 EA Add 116 EA Increase Bid Item 26 - Iris Tenax lgal size change to quart or banded pot (similar si Add 58 EA Increase Bid Item 27 - Sisvrinchium Idahoesnse lgal size change to XL bare root: Add 58 EA New Items Added: N/A Change Order 4 Page 3 of 3 Measurement: Existing Bid Items are increased to replace plants, and increase the Force Account Minor Change Bid Item for Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above-described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount 1 Addition of VFD - not to exceed $20,000 FA 1 $ 20,000.00 $ 20,000.00 1 Landscape Force Account for Removals FA 1 $ 2,500.00 $ 2,500.00 21 Cornus Stolonifera Kelseyi 2 gal EA 103 $ 23.00 $ 2,369.00 22 Carex Deavalliana lgal - Substitution EA 245 $ 21.00 $ 5,145.00 23 Carex Glauca Blue Sedge lgal EA 245 $ 16.00 $ 3,920.00 24 Juncus Ensifolius lgal EA 116 $ 16.00 $ 1,856.00 25 Juncus Tenuis Blue Dart lgal EA 116 $ 16.00 $ 1,856.00 26 Iris Tenax lgal size change to quart or banded pot (similar EA 58 $ 16.00 $ 928.00 27 Sisyrinchium Idahoesnse lgal size change to XL bare root EA 58 $ 16.00 $ 928.00 Subtotal Existing Items: $39,502.00 Subtotal Change Order Items: $0.00 SUBTOTAL CHANGE ORDER AMOUNT: $39,502.00 WSST (%): $0.00 ORIGINATING DOCUMENTS October 27, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 Al 2SI RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Electrical Changes Serial Letter No. 015 Mr. North, A The purpose of this letter is for Marshbank Construction, Inc. (Marshbank Construction) to provide the City of Tukwila formal notice of change pursuant to Standard Specification Section 1-04.4 — Changes, and its request for time extension pursuant to Standard Specification Section 1-08.8 — Extension of Time. As you are aware the issues revolve around the error in the electrical design for the service and pumps related to the force main. Specifically, the conflict between single-phase power source and the three-phase pump system/components designed for this project. The original work was to be performed on this project was within (60) days. The baseline schedule showed Marshbank at substantial completion on June 2, 2021. This project has multiple documented design issues that have been continually worked through including but not limited to; multiple redesigns of storm vault alignments, multiple storm revisions, DSC missing sidewalk, added 500' of thickened edge sidewalk, electrical design changes, delay in payment to Seattle City Light by Tukwila, and a (12) week wait time for new service and meter by SCL. At the time of writing this letter Marshbank is (146) calendar days past the expected substantial completion timeline as presented. This is an unexpected and troublesome issue that further delays retention on the project as well as consumes management time and resources allocated to other scheduled projects. This new design issue has delayed the project even further and to an extent not fully understood at this time. Marshbank is diligently working to resolve the situation through added components offered by Whitney Pumps. Once reviewed, Marshbank will submit the cost estimate for review and direction from Tukwila. Relevant Electrical Timeline/Dates: 11.19.2020 — Pump RAM #012 submitted 12.10.2020 — Pump RAM #012 approved 02.01.2021 — Service Electric pump station RAM #022 submitted 02.01.2021 — Service Electric pump station RAM #023 submitted 02.10.2021 — Service Electric pump station RAM #025 submitted 03.05.2021 — Service Electric pump station RAM #022 approved 03.05.2021 — Service Electric pump station RAM #023 approved 03.05.2021 — Service Electric pump station RAM #025 approved as noted 03.26.2021 — Service Electric pump station RAM #025.1 submitted 03.30.2021 — Service Electric pump station RAM #025.1 approved 05.06.2021 — RFI #036 "Pump Motors" Submitted 05.10.2021 — RFI #036 "Pump Motors" responded 05.10.2021 — RFI #036.1 "Pump Motors" Submitted 05.10.2021 — Serial Letter #010 "Changes for Wet Well Electrical" sent • 05.11.2021 — RFI #037 "Electrical Plans" submitted • 05.11.2021 — RFI #036.1 "Pump Motors" responded • 05.11.2021 5.13.2021 Email direction between WSDOT & Marshbank Construction regarding • 05.26.2021 — Field work directive #002 issued MA C S ANK 05.27.2021 — Service Electric OCAL fittings RAM #037 submitted 06.03.2021 — Service Electric OCAL station RAM #037 approved 06.02.2021 — RFI #038 "Pump Vault Float Levels" Submitted 06.02.2021 — RFI #038 "Pump Vault Float Levels" responded 06.02.2021 — RFI #038 "Pad Mount Enclosure Foundation" Submitted 06.02.2021 — RFI #038 "Pad Mount Enclosure Foundation" responded 06.09.2021 — Serial Letter #013 "Suspension Request" sent 06.25.2021 — Serial Letter #014 "Protest and Procedure" sent 07.15.2021 — Pump floats RAM #039 submitted 07.15.2021 — Pump floats RAM #039 approved 07.19.2021 — Revised SCL revised/approved customer sketch sent to Marshbank • 08.02.2021 — Tukwila pays SCL for service fees and permit • 09.29.2021 — SCL energizes meter • 10.19.2021 — Final wiring and discovery of phase issue. It is unclear at this time how Tukwila is directing this work to proceed and/or if the contract time is being added or adjusted. As Marshbank works through this issue, we would request clarification on how contractually Tukwila will handle this going forward. Please respond with the procedure for working days, budgeting or counsel concerns for funding, or any other relevant information related to this. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this change. There will likely be scheduling impacts for the energizing if this is not resolved timely. Should you have any questions, I can be reached by phone at (425) 209-8225 Sincerely, Rob Gammell Marshbank Construction Inc. October 28, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 AN RE: East Marginal Way Outfall Stoimwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 PCO Retrofit Service Enclosure with VFD's to Accommodate Tlu-ee Phase Motors Serial- Letter No. 16 Mr. North, Marshbank Construction Inc. (Marshbank) is providing the following Change Order Proposal for your consideration. This proposal is associated with retrofitting the previously installed service enclosure with VFD's to accommodate three phase motors per the design change. Priced Change Order EMWO - Proposal Breakdown: • Electrical Scope o Removal of previously installed service cabinet, Skyline Electric for delivery and to retrofit, mounting VFD's components. Additional day of Whitney technician has been added to this price for final inspection or troubleshooting. • Electrical Scope: $12,636.02 (12% Markup Included) • Whitney Provided VFD Components: $4,550.69 (21% Markup Included) • Total: $17,186.71 • Marshbank Field Support o Support for additional flagging, Traffic control supervisor, and relevant Message Boards and Arrow boards previously quantified pricing structure per LS breakdown. • (3) Working days TC support: $3,750.00 • (4) affected management days: $8,777.00 (Previously established field overhead rates) • Total: 512,527.00 Retrofit Total $29,713.71 Marshbank offers a price of $29, 713.71 for this priced change order. Marshbank will not take action until written approval is provided. Tukwila will need to reach out directly to SCL for associated fees or permits required to disconnect meter power and reconnection after retrofit is complete. Below is a list of assumptions • Disconnection Fees and Reconnection fees associated with Seattle City Light will be covered by Tukwila. • Additional electrical inspection fees, if any are excluded. • Marshbank is not responsible for SCL delays or time consequences • Working days have ceased • Marshbank or its subcontractors are not subject to liquidated damages as a result of this change. • Excluded ESC daily fee and associated work as working days have stopped A • Warranty of work only applies to original pump system. • This price is only valid upon submittal approval (attached to this letter correspondence) • Current lead time without delay in approval is 5-7 weeks for components. • Work will not proceed until VFD's are received. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this outside of this change order and Marshbank may seek relief for extended costs for any further contract extensions. Should you have any questions regarding this serial Ietter please contact me at (425) 209-8225 Rob Gammcll Marshbank Construction Inc. October 28, 2021 Mr, Rob Gammell Marshbank Construction, Inc. P.O. Box 97 Lake Stevens, WA 98258 Ph: 425-377-9130 RE: Service Electric Co., Inc., SECO #5452 Proposal #2R1 Job: E. Marginal Way Outfall SW Retrofit #91041204 -MCI #20118 Dear Mr, Gammen: Service Electric Co,, Inc., proposes to modify our contract to perform the following revisions to our work per the terms stated below: Description: Retrofit Service Enclosure with VFD's to Accommodate Three Phase Motors Crew Rate 31% Markup Material USE Tax @ 10.1% 21% Markup Equipment 21% Markup GRAND TOTAL 56 MH @ $104.12 per hr. $5,830.72 1,807.52 1,500.00 151.50 346.82 1,360.00 285,60 $11,282.16 This additional work may require 0 days added to the contract completion date, Service Electric Co., Inc. will take no action on the above change until your written approval is received. This proposal expires 30 days from the date of this correspondence, Very truly yours, Miles Standish - Ext #205 ACKNOWLEDGEMENT: The price stated for the above proposal is acceptable for the work to be performed. The value of the work completed to the date of the next requisition will be billed on that requisition. DATE: AUTHORIZED SIGNATURE: Servic it ft et,tr Box 1489 e 1.e.11.5 First Street 0 Srtoliiiirtyish, WA 98291 1 -800-577 si17:79 'it 3602568-9283 f a x E. Marginal! Way Stormwater Outfall Single Phase Service -Three Phase Pump Design Conflict Project No.: 5452 Work: Retro Fit Service Enclosure with VFD's to Accommodate Three -Phase Motors Job Invoice Quantity Material Per Material Labor Unit Per Labor Extension Retrofit Enclosure 1 $1,500.00 Qte $1,500,00 48 Lot 48 SCL Coordination 8 Equip ent Utility Truck 16 $30.00 Hr 1 $480.00 Boom Truck 16 $55.00 Hr $880.00 1 **Excluded: Traffic Control; Shift Work; Overtime; AdditionalElectrical Inspection Fees; Electrical Utility Fees; VFD's and VFD Start-up** SubContract: Materials: Equipment: $0.00 $1,500.00 $1,360.00 Crew 56 Service Electric 10/27/2 iles Standish From: Sent: To: Subject: tom©skylinemfg.net Wednesday, October 27, 2021 12:34 PM Miles Standish RE: E, Marginal Way Pump Station M iles, Yes. It would need to be modified here to maintain our UL listing. Thank you, Tom. Vo SKYLINE ELECTRIC as MFG 3619 7th Ave South Seattle, WA 98134 Oflitce 206-682.4422 Fax 206-682-0927 From: Miles Standish <ms@secoinc.com> Sent: Wednesday, October 27, 2021 12:00 PM To: tom@skyfinemfg.net Cc: Miles Standish <ms@secoinc.com> Subject: RE: E. Marginal Way Pump Station Confirmthat we will need to deliver the existing enclosure to your shop and that a field retrofit is not available. Thank you, Miles Standish Project Manager Service Electric 360-568-6966 Ext. 205 From: tom@skylinemfg.net <tonnPskylinennfg.net> Sent: Wednesday, October 27, 2021 9:58 AM To: Miles Standish <msPsecoinc.com> Subject: RE: E. Marginal Way Pump Station V did not include the cost for the VFDs. Plan to ship those here and we will mount them. From: tomPskvlinemfg.net <tomPskvlinemfg,net> Sent: Tuesday, October 26, 2021 10:34 AM 1 To: 'Miles Standish' <ms@secoinc.com> Subject: RE: E. Marginal Way Pump Station Miles, They will fit easily and with the space in that section. I think the single upper and lower vent opening without fans will be ample ventilation. They are 'A the width of the Starters and about the same height. If the cabinet and VFDs are brought to us here, we can remove the Starters, Fabricate a Back pan, Mount and wire the VFDs and relabel for $1,500.00 Thank you, Tom Pro VO SKYLINE ELECTRIC & MFG 3619 7th Ave South Seattle, WA 98134 Office 206-682-4422 Fax 206-682-0927 From: Miles Standish <ms@secoinc.com> Sent: Tuesday, October 26, 2021 9:55 AM To: tom@skylinemfg.net Subject: FW: E. Marginal Way Pump Station Please review for compatibility with the existing cabinet. Thank you, Miles Standish Project Manager Service Electric 360-568-6966 Ext, 205 From: Jason Morse <imorse@weci.corn> Sent: Tuesday, October 26, 2021 9:45 AM To: Rob Gamma <rob@marshbankconst.com>; tomPskylinemfg.net; Miles Standish < Wehrman <dwehrman@weci.com> Cc: Patrick Gleason <Patrick@marshbankconst.com>; steven@skylinemfg.net; Ernie Hinds <ernieh@marshbankconst.com> Subject: RE: E. Marginal Way Pump Station 2 isecoinc.com>; Dana Rob, Attached is the submittal information for the drives. Dana will be providing a quote for the drives and a couple hours of additional service during art -up. If it is decided to go this direction, 1 can help with the electrical connections recommendations but will need schematics of the existing panel. Whitney Equipment Company Inc 2501 SE Columbia Way Suite 300 Vancouver WA 98661 Jason Morse Vice President Sales and Service Mobile: (503)310-9893 Office: (360) 694-9175 imorset@weci.com www.weci.com From: Rob Gammell <rob@marshbankconst.com> Sent: Tuesday, October 26, 2021 9:31 AM To: tom@skylinemfg.net; 'Miles Standish' <ms@secoinc.com> Cc: Jason Morse <irmorse@weci.conn>; Patrick Gleason <Patrick@marshbankconst.com>; steven@skylinennfg.net; Ernie Hinds <ernieh@marshbankconst.com> Subject: RE: E. Marginal Way Pump Station Jason, We are waiting on info from your firm to start this process. Please respond to this email. Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road' Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Rob Gammell Sent: Monday, October 25, 2021 10:16 AM To: ltom@skylinemfg.net' <tomPskylinemfg.net>; 'Miles Standish' <ms@secoinc.com> Cc: 'Jason Morse' imorse@weci.com>., 'Matt North' <rnattPkpg.com>., 'Daniel Clark' <daniel@kng.com>; 'Ray Edralin' <ray@kpg.com>; 'Leo Maya' <Imaya@designwesteng.com>; 'Jeff Heglund' <Jeff.Heglund@TukwilaWA.gov>; Patrick Gleason <Patrick@marshbankconst,com>; steven@skyllinemfg.net; Ernie Hinds <ernieh@marshbankconst.com>; Kenton 3 Wilde <Kemton@marshbankcVnst.conl>;Dave K*arshbamk Day Subject: RE: E. Marginal Way Pump Station All, � aohbankco st.00m Ossue: single phase power provided tometer, piJmps and components work offthree phase. Potential solution: It sounds like the pathway forward may be the VFD's? My unders ndingisthat weneed tover0� some info: 1) WiU the component.s fit in the space we have in the cabFnets? 2) Verify this wil solve the phase 3/1 issue and pumips to not rieed to be swapped? 3) Whitney must provide total costs estimate for this work and working schematic meeting all field conditions for review. 4) Skyline provide ROM (rough order of magnitude) estimate for this work, &though understanding they require T&M 5) Service Electric provide ROM estimate for th&r scope of work. 6) N0a,nhbankaddi1iona|TCandanyrm|evuntcoy1s. 7) Once all this information is packaged we can present this to KPG(Matt North) for decision and change orderto proceed. Questions, comments, or concerns? Please reply all to work the issue together, Thanks Rob GammeU; Marshbank Construction, Inc. P.0.Box 97 3304 OId Hartford Road Lake Stevens, WA 98258-0097 (425)209'8ZZ5Cell' (425)377'9708Office (425) 377-0709 Fax From: tmm@»kyi <tonnABskylinemfg.met» Sent: Monday, October 25, 2021 9:06 AM To: 'Miles Standish' <nms@secQ|nccomn> Cc: 'Jason Morse'<jnnorge@vvecicom:; 'Matt North' <maitt@kig.com>; 'Daniel Clark' <danie|@kpg.com>; 'Ray Edralin' <nnV@kpg,comQ>;'Leo Maya' <Imaya@designweste0R.comn>; Rob GarmrneU|<nob@nnaohbamkconxtzom>;'Jeff Heg1wnd' <Jeff.HeR|und@TukvviiaYVA.gnv>;Patr[ckG|eason<Pathck@mQarshbankconnt.conn>;stevem@skYhnemfg.net Subject: E. Marginal Way Pump Station We wili need cut sheets sdimensions and wiring diagrams for the suggested VFDs, We can add a back pan (hopefully they will fit in the same space after removing the Starters) and can add vents and fans as needed. There is penty of height 50 1 am hopeful they will fit. To maintain our UL listing we will need to perforrn these modifications here @ Skyline. The Motor Starters are not returnab;Ie since they have been installed. If there are other supplied devices (float switches) that require terminations and mounting space w ill need to know that ahead ofthese modifications. 4 Once we have the VFDs and Cabinet at our shop we will just need a couple of days to perform h se modifications. We will charge on a T&M basis for this work. Feel free to call me if any questions. Thank you, Tont Provo SKYLINE ELECTRIC 3619 7th Ave South Seattle, WA 98134 Office 206-682-4422 Fax 206-682-0927 From: Miles Standish <ms@secoinc.com> Sent: Friday, October 22, 2021 12:02 PM To: Jason Morse <imorse@weci.com>; Matt North <matt@kpg.com>; Colette Moilanen <colette@weci.com> Cc: Jacob Williams <jacobw@kog.com>; Daniel Clark <daniel@kog.com>; Ray Edralin <ray@kog.com>; Leo Maya <Imaya@designwestene.com>; Rob Gammell <rob@marshbankconst.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick Gleason <Patrick@marshbankconst.com>; steven@skylinemfg.net Subject: RE: E. Marginal Way Pump Station Service Electric has contacted Skyline Electric about modifying this UL Listed cabinet. It may be possible to retrofit VF0's into this cabinet and maintain its UL Listing. Thank you, Miles Standish Project Manager Service Electric 360-568-6966 Ext. 205 From: Jason Morse <imorse@weci.com> Sent: Friday, October 22, 2021 11:58 AM To: Matt North <matt@kpg.com>; Colette Moilanen <colette@weci.com> Cc: Jacob Williams <iacobw@kog.com>; Daniel Clark <daniel@kpg.com>; Ray Edralin <ravPkpg.com>; Leo Maya <Imaya@designwestene.com>; Miles Standish <ms@secoinc.com>; Rob Gammen <rob@marshbankconst.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>,: Patrick Gleason <Patrick@marshbankconst.com> Subject: RE: E. Marginal Way Pump Station Matt, We have two options: 1. Replace the purnp(s). The current pumps are using all of the power available by the motor to meet the duty point. We would need a larger motor if we use single phase power as single phase motors are derated to produce the same power output. This is going to be both costly and a long lead time. 5 2. Utilize VFDs to convert the single phase incoming power to three phase power to the motor. This can be done by addng a VFD at the control panel. See attached VFD spec that we commonly use for this appIicaton. Cost is about $1200 each and | am checking on the availability. We also need to confirm there is room and venting for the nstaIlatjon of this equipment, WECI can assist with set-un/start'upifthis is a good fit. WhitneyPlease let me know if you have any questions. Equipment Company inc 2501 SE CoIumba Way Sute 300 Vancouver WA 98661 Jason Morse Vice President Saes and Service Mobile: (503)310-9893 Office: (360) 694-9175 jmorsePwed.com wwwLyveci,com From: MatNorth <matt@kpg.com> Sent: Friday, October 22, 2021 8:15 AM To: Jason Morse <imorsePweci.com>; Colette Moilanen <colettePweci.com> Cc: Jacob Williams <iacobw@kpg.com>; Daniel Clark <daniel@kpg.com>; Ray Edralin «may@kgg.corO>., Leo Maya <|rnaYa@designwesteng.com»; Miles Standish <ms@secoinc.com>; Rob Gamrne||<nobPmarohbankconst^cnnov,Jeff Heg|und«Jef[HeRlmnd@Tukvui|aVVA.Rov>;PatrickG1easom«Patdck@Qnnrohbankconst.conl> Subject: RE: E. Marginal Way Pump Station Importance: High Hello Jason & Collette, In a phone conversation with Jason, yesterday afternoon, we were discussing potential solutions to the 3-phase pumps on site and having single phase supplied to them. Jason had mentioned a possible simple solution, and/or checking on availability ofswapping out the on site pumps to single phase pumps, if needed. Procurement times may be an issue, if there is an ultimate decision made for swapping out the pumps. Can Whitney Equipment Company elaborate in reply to this group, the potential solution for using the existing equiprnent? On this email string are Ray from KPG d ' n, and Leo from Design West Engineering for the eltrica| design. In looking for a swift solution, and to move this projecto completion, please let us aH know any potential options we may have at our disposal. The comnlissioning of the pump system was to be on Tuesday of next week. Until we implement the solution the cornmissioning of the City's forcemain system will likely be pushed. Please contact me ifyou have questions or concerns, as we work though this issue together. Thanks! Resident Engineer Cell: 206 595 1733 6 �WECI �'° Whitney Equipment Company, Inc 16120 Woodinville -Redmond Road NE, Suite 3 Woodinville, WA 98072 Phone: (425) 486-9499 2501 Columbia Way Suite 300 Vancouver, WA 98661 Phone: (360) 694-9175 10/26/2021 Quote #: 37284 - 0 To: Marshbank Construction Attn: Rob Gammell Email: rob@marshbankconst.com Project Name: East Marginal Way Outfall Project The following is Whitney Equipment Company's proposal for equipment we can furnish for the above referenced project. A detailed list of the equipment and services included in this proposal is shown in the following Scope of Supply. Only items listed in the Scope of Supply are included in this proposal. This proposal is valid for 30 days from the date listed above. Please contact us to verify pricing and availability beyond 30 days as pricing and availability may vary. The conditions of sale associated with this proposal are attached. Engineering calculations and design services are included only when specifically listed in the Scope of Supply. Field or startup services are not included unless specifically listed in the Scope of Supply. If additional field or onsite assistance is needed beyond what is included in the Scope of Supply, it can be supplied at a rate of $140.00/hour at the job site, plus travel time and expense. Unless specifically listed in the following Scope of Supply, we do not include haulage, unloading including provision of lifting equipment, permits, bonds, insurance, installation, sales or use taxes or duties of any kind, power, chemicals, water, concrete, grout, anchor bolts, controls, wire, conduit, lights, fans, piping, valves, fittings, drains, meters, gauges, signs, safety equipment, labor, tools, field paint, lubricants, or any other items not listed as included. Prices are firm for 30 days. Purchaser must also pay any costs incurred for additional field or onsite assistance no later than 30 days after receipt of an invoice for field or onsite services from Whitney Equipment Company. The equipment will be coated with the manufacturers' standard preparation and coatings unless special coatings are listed in the Scope of Supply. Equipment will be prepared for shipment per the manufacturers' standard packing procedure. The purchaser is responsible for receiving all items including promptly inspecting for damage, noting damages, and filing for all missing or damaged items in a timely manner. Freight shall be standard ground or ocean freight unless otherwise listed. The purchaser is responsible for proper storage and handling of the equipment per the manufacturer's recommendations prior to installation to ensure warranty coverage. Warranty coverage shall be manufacturer's standard warranty unless specifically listed in the Scope of Supply. This job is being handled by Dana Wehrman, phone 425-892-0041. Please call if you need further information or prices. Page 1 of 6 2 each SCOPE OF SUPPLY ACQ580-01-024A-2 VFD ACQ580 Water/Wastewater drive - supply voltage at 240 VAC One Phase. 9.6 Rated Output Amps (3 HP), UL (NEMA) Type 1, Frame size - R2 8 each Labor Field Service (one 8 -hour day) TOTAL $3,760.90 Lead Times: 5-7 weeks Freight Terms: FOB Factory, standard freight included Sales tax is not included unless specified. Payment Terms: Net 30 Sincerely, Dana Wehrman dwehrman@weci.com Whitney Equipment Company, Inc. Page 2 of 6 Vl A November 17, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 S RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 RFP SL 017 Mr. North, A T Marshbank Construction Inc. (Marshbank) is providing the following Change Order Proposal for your consideration. This proposal is associated with the request for plant replacement received via email from KPG on 11/16/21. The plant replacement change is a result of Tukwila directing installation of "selected" plantings during recorded meeting direction. Marshbank and its subcontractor made the City aware of the missing irrigation and summer plantings along with the necessity to water by City staff. The City elected not to change order irrigation into this contract. As a result of heat waves and lack of maintenance (watering) plantings, caused the plants to succumb to conditions. Planting Replacement EMWO: BI Description Qty Unit Cost Total Cost 21 22 PS Stolonifera Kelseyi 1 or 2 Gal 103 46 $ 4,738.00 PS Carex davalliana/ Davall's Sedge; 1 Gal. 245 21 $ 5,145.00 23 1'24 25 26 PS Carex Deavalliana/ Blue Sedge; 1 Gal (Substitute) 245 16 $ 3,920.00 PS Juncus nsifolius/ Dagger -Leaf Rush; 1 Gal. 116 16 $ 1,856.00 $ 1,856.00 PSJuncus tenuis'Blue Dart'/ Blue Dart Rush; 1 Gal. 116 58 58 16 .............16.�.$ 16 PS Iris tenax/ Tough -Leaf Iris; 1 Gal. (Size Change) 928.00 27 PS Sisyrinchium idahoense/ Blue -Eyed Grass; 1 Gal (Size Change) $ 928.00mmm _..... Total Plant Replacement$.19,37 371.00 The prices above are contract bid prices with substitutions. This change requires creation of force account per WSDOT 1-09.6 for the removal of dead plants and prep work required. We estimate that a $5,000.00 force account bid item would cover the prep work and single day of traffic control if required. As the planting price is contract bid prices, Marshbank requires an added (1) in management costs for this scope. Replanting's Value: $19,371.00 T/M prep and TTC as needed: $5,000.00 Day Management costs: $2,194.25. Marshbank requests a change order be written in the amount of $21,565.25 for plantings and management and an additional force account item created in the amount of $5,000.00. Below is a list of f assumptions A S A.PK • City of Tukwila owns and maintains plants after this activity, Including irrigating or watering. • Work to begin within 30 days. • Plant substitutions approved prior to work beginning. • Traffic Control is not required. If so will be tracked via F/A portal to portal. • Signed change order within (15) days of receipt of this pricing or pricing is void. • As this is added/changed scope and quantity, added working days are not required and liquidated damages are not applicable and Marshbank is not liable for either. If your understanding is different, notify Marshbank immediately. Should you have any questions regarding this serial letter please contact me at (425) 209-8225. Regards, Rob Gammell Marshbank Construction Inc. Matt North From: Andrew Falaniko <andrewf@greencitywa.com> Sent: Tuesday, November 16, 2021 2:03 PM To: Rob Gammell Cc: Patrick Gleason; Matt North Subject: Re: EMWO You don't often get email from andrewf@greencitywa.com. Learn why this is important Hey Rob, Sorry for getting this over to you sooner - crazy busy season. We can do the installation of the plant material for the same unit cost as our contract. The only issue is that a few of the plants are hard to come by right now due to production cycles and the time of year. I highlighted the changes in yellow: 103- Cornus Stolonifera Kelseyi lgal or 2 gal OK 245- Carex Deavalliana lgal SUB 245 - Carex Glauca Blue Sedge lgal OK 116- Juncus Ensifolius lgal OK 116-Juncus Tenuis Blue Dart lgal OK 58- Iris Tenax lgal size change to quart or banded pot (similar size to 1 gal) 58- Sisyrinchium Idahoesnse lgal size change to XL bare root We'll also need roughly 1 force account day for the cleanup of the weeds, dead plant material, and regrading. That should run around 1000-1200 for 2 guys, 1 truck, dumping, etc. I don't think we need more soil, just some raking. Thanks, Andrew Falaniko Green City Inc Project Manager Commercial Pest. Applicator c: 425-753-1337 On Tue, Nov 2, 2021 at 1:48 PM Andrew Falaniko <a.nsj.ir.iricii. .yw .o1> wrote: Sounds good. I'll get out there this week and let you know. I assume everything was killed during that ridiculous heat wave of 110 degrees or hotter. However, most of these grasses are pretty hardy so they could have been resurrected with this heavy rain. Most carex only needs 1-2 viable root sections to come back to life. I'll take photos and keep you posted. Thanks, Andrew Falaniko Green City Inc Project Manager Commercial Pest. Applicator c: 425-753-1337 1 TIME IMPACT ANALYSES CPM Time Impact Analysis Contract: CITY OF TUKWILA - East Marginal Way Outfall Stormwate Contract*: 91041204 Change Order: C04 Contractor: Marshbank Construction, Inc. CM Reviewer: Matt North Date: 12/07/21 Requestor of Change: Marshbank Construction, Inc. Initiator of Change: Marshbank Construction, Inc. Detailed Description of Change: Upon attempting the power up and commissioning of the E. Marginal Way Pump Station, Marshbank was informed by their subcontractor Service electric that there was an issue powering up the pumps on 10-21-21. KPG was informed that the issue would not allow the commissioning and turn over of the system to the City. From Mile's Standish "The contract calls out a 120/240 single phase service. Three phase pumps are not compatible with single phase power." in an email to Marshbank and discussed between KPG the City and Marshbank. Following the initial discussions, KPG and the City received serial letters, "SL 015 - Electrical Change" and " SL 016 - Electrical Changes", and the City responded to them with direction to proceed with procuring the VFD to make the conversion occur. KPG, the City and Marshbank had a following meeting on November 16th to negotiate the terms of the adding of the VFD. The determination was to proceed with a addition of the VFD with tracking of the work on a T&M basis with a not to exceed amount (NTE) agree upon at this meeting. The NTE value is based on the information known as described within this Change Order #4 and the RAM #41 approval for the VDF. Alterations needed above and beyond the approved CO#4 materials would be subject to potential additional costs, but not currently anticipated per review of the proposed modifications described within. Reference Drawings: N/A Reason for Change: The Plans show a single phase line, but the specs call for 3 phase pumps. The need for a variable frequency drive (VFD) was confirmed by Design West Engineering, KPG, the City, and Whitney Equipment Company (pump manufacture/supplier) Service Electric and Marshbank. The VFD will allow for completion of the system and provide the City with a operatable forcemain system. Attached Supporting Documentation: SL 015 - Electrical Changes.pdf, SL 016 - Electrical Changes.pdf, Whitney Equipment Company - VFD - Warranty Confirmation.pdf, RAM 041 - 5HP Drive for Pumps WECI - RAM Code 3, 11.pdf, Green City Email for Plant Replacement Pricing.pdf, Plant RFP - MB Serial Letter #17.pdf Impacts of this Change on Related Work: Four (4) additional working days are added to the contract as a result of the above items of work Other Information: Based on the serial letter days, the addition of 4 working days are warranted. However, based on the WSWD's there remains 12 working days to the original contract. This is due to the need for suspensions for SCL power tie in to the system pumps and power pedestal. The days are to be tracked in existing remaining working days, but the cost to be compensated within the T&M rates built into Force account tracking at the current percentages. Working days to be charged for days with KPG inspection for paynote generation or Force Account tracking pay notes. If no onsite inspection is needed, then no working days will be charged. This shall include the procurement of the VFD, the time for SCL to decommission and recommission the power tie in, and the time for the cabinet to be modified by Skyline to install the VFD. Marshbank's subcontractors to coordinate with KPG to schedule on-site inspection for the tracking of the force account scopes of work. City of Tukwila will be coordinating with SCL, and permit and or fees for SCL's scope will be the city responsibility. Coordinating timing of SCL disconnect and reconnect to be handled by KPG, with the assistance of either Marshbank or Service Electric to the project RE on timing. ADDITIONAL BACKUP 0� ��t: ° � � /0% � N G East Marginal Way Pump Station Date: ReVew e d e n t: Atte n o n : 'Jr(),1"T: 19-36O ° RAM #041 11/18/2021 Leonard Maya KPG Matt North Corrections orcommentz made in regard totheSubmk1al (tar Shop Dravvings duringthis rev55w do not re|ievethe [ontractorfrond comp|iancevviththe requirementsofthe dravvin@sand speciMcations. This revievvisonly fop General [onformanmevviththe desiEn conmept(if thispro]ectand general comp|ancevviththe informationgiven inthe contractdocuments. flee contractorisresponsib|efor conMrmingall quantkies,dimensions,and techniques ofconstruction; coordinating all vvork in a safe, acmeptab|e and satisfactory mannem Acceptance ofsubstkuted equipment and material does not relieve the contractor ofresponsibilkyfor coordination of changes in size and capacity ofsaid substkuiions /' NO EXCEPTION TAKEN G SUBMIT—A| 1 REVISE AND RESUBMIT 1 MAKE CORRECTIONS NOTED 1 REJECTED 1SUBM|TSPECIFIED ITEM ITEM SPEC SECTION REVIEW STATUS COMMENTS 5HPDrivesFor Pump System NoExcepUonsMINN) Con0rmsbewUlFN. inexbUnp,meler semicecabineL PmvidevenUlniion per mnnu[actuNor requiremenis, Should you have any questions or require any additional information, please contact me at your earliest convenience. Respectfully, Design West Engineering Washington State �ar Department of Transportation Request for Approval of Material Contract Number WQC-2016-Tu kwi I-00132 FA Number SR Date 11/17/2021 Section / Title of Project East Marginal Way Outfall Stormwater Retrofit Project County King Contractor MARSHBANK CONSTRUCTION Subcontractor For WSDOT Use Only RAM# 41 Bid Item No. Material or Product/Type Name and Location of Fabricator, Manufacturer or Pit Number Specification Reference PE/QPL Code Hdqtr./QPL Code 39 5HP Drives for Pump System ABB Drives Hiomotie 13, 00380 Helsiki Finland Change Order for Pump System 3, 11 Project Engineer c 771afi It Date 11/18/2021 State Materials Engineer Date 1. Acceptance 2. Acceptance 3. Acceptance 4. Acceptance 5. Acceptance 6. Acceptance 7. Acceptance 8. Source Approved: 9. Approval Withheld: pp 10. Approval Withheld: 11. Miscellaneous Remarks:G Ram Code meter service manufacturer Manufactures Acceptance Action Codes for use by Project Engineer and Criteria: Acceptance based upon 'Satisfactoy Test Report for samples Criteria: Mfg. Cert. of Compliance for 'Acceptance' prior to use of material. Criteria: Catalog Cuts for 'Acceptance' prior to use of material. Catalog Criteria: Submit Shop Drawings for 'Approval' prior to fabrication of material. Criteria: Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Criteria: Submit Certificate of Materials Origin to Project Engineer Office. Criteria: Request Transmitted to State Materials Laboratory for Approval Submit samples for preliminaryevaluation. p Acceptance Criteria. 1 1 : Confirm size will fit in existing cabinet. Provide ventilation per requirements. (2) year warranty shall apply. State Materials Laboratory of materials to be incorporated into project. Cut Approved XYes No Approved Decal' material shall be used. Action. �/tici l,m:1 1ka"rW',,1Ab,li,ll1,4 1,'1 111!14.11 1). �1 )p�:,r! A1{la lel lr."lllhul d1' 1 MAH„1, r "yyl GT 1;,;,1�; „111 1; qIIIvB1 MAH, 1,; + 01,'1,'1 w:TM014.:� I%4�a)11 1) F:�IGI�IVkd1..�I"I w,81 81,;f7111,;1Vk do P1 q1111VHT 1A1 )r), , uyri,) or )[1 HHIt11,1 {i; 11111 (LI {- L) {{II Ul1Jn1 u{){ or Ji,)}) 1)1 11,1111, Llf» 1 7 {{Il' 11;V11 {I) 11,)[ 111. SII VI {{II` Gyri[,], [,)r 1l )71 i:A1l >{1 1111 r N1{{1 {{II; 11;f �l1111 II I"/I{ )h {{II {/ 11,111,j 111 { ,>I; 1.1111 '1{11)11' 1,�1 1. VII { > ) { )f. )rl{y )r n, 111 L1{ y )[110111 All r; AOH {{II; {I;' 4X11 1111 (;J){ )r , alp { ,,:/I,:/.1,, )111>ilay r,1{{� {{I,:1111,r111{1,)11,lyyI ll {{I,, I),)1W 11 { { )I :1111 III{' 1 ill )11{111 L,)1 1 11,',> )rl' 1)){r; )r )111111 1111 X111 ,,IIIA{I{II {IIIIII11r111{{II{I11IIV11 ) )rl'HI, {IIAI ),)rl)III1{II17ill \11A{ 1111 lil 111 (`J)[,1'dr 111 {'�1{I'III{ ly11%A II A,, r`JA 1111(; )1 ,,,, {,{)1{,,{,111�,,�l iai{,111 11 1{i:I)li ��), 111){ II Iv Vi {{i,., )ri1),l, [,)r ,) 14, f))11'blJ)1{1{y )r ),)[,1 1[1111 , 1 {1 9f1 jI t 111VI t"B X111 { 1 1 P.11.1Ly )1 ill.{ 01 e Leo Maya DA 111 11/18/2021 Project Engineer Distribution ❑ Contractor 0 Region Materials ❑ Region Operations Engineer 0 State Materials Lab ❑ Fabrication Inspection M/S 47365 DOT Form 350-071 EF Revised 12/2012 State Materials Engineer Distribution ❑ General File 0 Signing Inspection ❑ Other Submittal Schedule Details for Item Tag / Equipment ID Product ID 1 ACQ580-01-031A-2 Item Description Input Voltage: 240 VAC One Phase Rated Output Current: 15.2A Enclosure: UL (NEMA) Type 1 Nominal Horsepower: 5 HP Frame Size: R2 Input Disconnecting Means: Input Impedance: 5% Short Circuit Current Rating: 100 kA with fuses Communication Protocols: Modbus RTU Other Options: Drive Input Fuse Ratings Fuse Class Amps (600 V) JJS-40 40 Wire Size Capacities of Power Terminals Input Wiring Output Wiring Ground Wiring 20 AWG (0.5/0.5 mm^2) 1.1 ft -lb (1.5 N -m) 20 AWG (0.5/0.5 mm^2) 1.1 ft -lb (1.5 N -m) 6 AWG (16 mm^2) 1.1 ft -lb (1.5 N -m) Dimensions and Weights Height in (mm) Width in (mm) Depth in (mm) Weight lbs (kg) 18.6 (473) 4.9 (124) 9.0 (229) 15 (6.6) Heat Dissipation & Airflow Requirements Power Losses Airflow BTU/Hr Watts CFM CM/Hr 776 227.5 60 101 Page Left (Blank Intentionally ACQ580 Product overview The ACQ580 is the latest addition to the ABB drives portfolio. This robust, compact and energy efficient drive is designed for securing the flow of water and wastewater in your pumping system. Connection to power and motors is simple. Embedded water and wastewater application features create an intuitive environment for users with dedicated pumping features that enhance the performance of the pumping system. Secure the flow The ACQ580 variable frequency drive (VFD) delivers innovative pumping features for the water and wastewater industry. Primary Setting menu and assistants simplify commissioning, setup, and daily control. Embedded water and wastewater application features create an intuitive environment for users and dedicated pumping features enhance the performance of the pumping system. Speak the language Leveraging clear water -industry terminology, the control panel enables operators to efficiently interface with the drives in terms they use every day. The optional Bluetoothcontrol panel allows for wireless commissioning and monitoring. Feel the Power ACQ580 drives are designed for customers who value reliability, high quality, and robustness. The embedded pump functionality, the ACQ580 keeps the pump system operating optimally and efficiently. Product features, such as coated boards and optional compact UL Type 12 enclosures,make the ACQ580 suitable for harsh conditions. All ACQ580 drives are current -rated devices. The HP ratings provided are for reference only and are based on typical 4 -pole motors at nominal voltages (NEC Table 430.250). If full motor torque is required, ensure the drive has a continuous current rating equal to, or greater than the full load amp rating of the motor. The ACQ580 is available in both normal and heavy-duty ratings. Normal duty ratings provide a 110% short term overload rating for one minute every ten minutes. Heavy duty ratings provide a 150% short term overload rating for one minute every ten minutes. All ACQ580 drives and their protective functions are thoroughly tested for optimal performance. ACQ580 Software (Firmware) feature overview Built in pump application control software Intelligent multi -pump control Pump cleaning Level control Sensorless flow calculations Min/max flow and pressure protection Dry pump protection Quick ramps Cavitation detection and control Soft pipe filling Motor disconnect detection Communication fail functionality Adaptive programming Application features Sleep boost Auto change Flow protection Pressure protection Inlet pressure protection Maximum pressure protection Minimum pressure protection Pump priority Two independent adjustable accel/decel ramp Two or three wire start/stop control Motor preheating PID controllers for motor and process Motor flying start Process PID control Coast to stop Ramp to stop Real-time clock (scheduling) Run permissives Start interlock delayed start PID controller parameters PID sleep / wake-up Set point controllers (process and external) Dry run protection Startup assistants Primary settings for ease of use Sophisticated process control Energy optimizer and calculator Diagnostic assistant Built-in and stand-alone process control PID loop Load profile Motor control features Scaler (V/HZ) and vector control Motor ID run U/F ratio — Linear — Squared Energy optimization IR compensation Slip compensation Critical frequency lockout bands Flux braking Protective Functions Al Supervision Overvoltage Undervoltage Drive temperature Earth (ground) fault detection Emergency stop Local control loss detection Motor phase loss detection Overcurrent protection Overspeed protection Safe Torque Off detection Short circuit Stall protection Supply phase loss detection Swapped supply and motor cabling Motor overtemperature protection (UL508C) Input and Output switch supervision Underload supervision Overload supervision Loss of reference Panel loss External events Current limit regulator Transient/ surge protections (MOV and Choke) Communication Protocols Standard Modbus RTU (EIA -485) Available optional protocols: Ethernet I/P DeviceNet Modbus TCP Profibus-DP PROFINET Control panel features The ACQ580 Assistant Control Panel features: Intuitive to operate interface Hand -Off -Auto operation First start assistant Primary Settings menu to ease drive commissioning Real-time clock Diagnostic and Maintenance functions Full graphic display, including chart, graph, meter options 21 editable home views USB interface for PC and tool connection as standard Parameters are alpha -numeric Supports 14 languages as standard Dedicated help key Four user sets Parameters stored in control panel memory for later transfer to other drives or for backup of a particular system. Backup/restore (read/write) of parameters and motor data Automatic back-up 2 hours after parameter change Modified parameter display Creates unique short menu Shows parameters that differ from default Multicolor Status indicator LED 4 -direction navigation keys OFF/Reset key Auto key i9tu i(" Me609 38.9 Nz, lOurpsfrtgupncV 39.95 1.10]'' Motortorque 45.91 DA 03 Meme, Operating data display: Output frequency (Hz) Speed (RPM) Motor current (A) Calculated % motor torque Calculated motor power (kW) DC bus voltage (V) Output voltage (V) Heatsink temperature Elapsed time meter (resettable) kWh (resettable) Input / Output terminal monitor PID actual value (feedback) Error fault text Warning text Three scalable process variable displays Real-time clock User -definable engineering units Modified parameter display Create unique short menu Show parameters that differ from default High contrast and resoluno display Multi -functional soft key Help key OM/Hand key USS connection to the yr fnnl Standard Control Panel ,d„1� ,11�d111�lliAbdb6 I! ©Oluxiwn Auto r. A:0589 399 Ha pLtputf querov 39.95 ,A iMotu r�umnt 1.19 ► [M%ntortr nua 45.9 0@.03 Menu Bluetooth Control Panel Bluetooth -enabled control panel (optional) Control terminals Default I/O connections This is the default configuration of control connections for water and wastewater applications. 1...10 kohm X1 Reference voltage and analog inputs and outputs ' max. V 1 500 ohm 1_07 " f 6) 4) SCR All AGND +10V Al2 AGND Signal cable shield (screen) Output frequency/speed reference: 0...10 V') Analog input circuit common Reference voltage 10 V DC Actual feedback: 0...10 V') Analog input circuit common AO1 AO2 Output frequency: 0...10 V Output current: 0...20 mA AGND Analog output circuit common X2 & X3 Aux. voltage output and programmable digital inputs X6 X7 X8 Relav outputs 0 +24V Aux. voltage output +24 V DC, max. 250 mA2 ill = DGND Aux. voltage output common 250 V AC / 30 V DC 2A S4 DCOM Digital input common for all S5 = D11 Stop (0) / Start (1) Running 250 V AC / 30 V DC 2 A DI2 Not configured RO2A DI3 Constant frequency/speed selection37 I' DI4 Not configured Fault (-1) 250 V AC / 30 V DC 2 A DI5 Not configured RO3A DI6 Not configured X6 X7 X8 Relav outputs X5 Embedded fieldbus 29 B+ RO1C Ready run A- = RO1 A DGND 250 V AC / 30 V DC 2A S4 %11. RO1B S5 = RO2C Running 250 V AC / 30 V DC 2 A 38 ,c r RO2A ME RO2B il RO3C Fault (-1) 250 V AC / 30 V DC 2 A = RO3A ii'l;= RO3B X5 Embedded fieldbus 29 B+ 30 A- Embedded fieldbus, EFB (EIA -485) 31 DGND Safe torque off. Factory connection. Both circuits S4 TERM Termination switch S5 BIAS Bias resistors switch X4 Safe torque off 34 OUT1 35 OUT2 Safe torque off. Factory connection. Both circuits 36 SGND must be closed for the drive to start. See chapter 37 IN1 The Safe torque off function on page 997. 38 I N2 X10 40 41 24 V AC/DC 24 V AC/DC+ in 24 VAC/DC- in Ext. 24V AC/DC input to power up the control unit when the main supply is disconnected. Technical specifications Supply connection Voltage and power range Input voltage (U1) ACQ580-01-xxxA-2 ACQ580-01-xxxA-4 ACQ580-01-xxxA-6 ACQ580-04-xxxA-4 Input voltage tolerance Line Limitations Power Factor (cos (1)) at nominal ACQ580-01 /04 Efficiency at rated power ACQ580-01 /04 Power Loss 208-240 V 440-480 V 525-600 V 440-480 V 10% / -15% Max ±3% of nominal phase to phase input voltage load 0.98 98% Approximately 2-3% of rated power Motor connection Supported motor control Supported motor types Voltage Frequency Short Term Overload Capacity Variable Torque Peak Overload Capacity Variable Torque Switching Frequency Acceleration/Deceleration Time Short Circuit Current Rating (-01/04) Scalar and vector Asynchronous motor, permanent magnet motor (vector), SynRM (vector) 3-phase, from 0 to supply voltage 0 to 500 Hz 110% for 1 min/10min 1.35 for 2 second (2 sec / 1 minute) 2, 4, 8 or 12 kHz (Up to 150 Hp); 1 or 4 kHz (Over 150 Hp), Automatic fold back in case of overload 0 to 1800 s 100 kA (UL) with fusing External power supply ACQ580-01, R6 -R9: Standard ACQ580-01, R1 -R5: Optional card 1.50 A at 24 V AC/DC ±10% / 36W 1.04 A at 24 V AC/DC ±10% / 25W Safety Safe Torque Off (STO) STO Standard Input 17...30 VDC, 55mA Degree of Protection Degree of protection (IEC/EN 60529) ACQ580-01 IP21, IP55 ACQ580-04 !POO Enclosure types (UL 508C/61800-5-1) ACQ580-01 UL (NEMA) Type 1 & 12 ACQ580-04 UL Type Open Inputs and outputs 2 analog inputs Voltage reference Current reference Potentiometer reference value 2 analog outputs Voltage reference Current reference Applicable potentiometer Internal auxiliary voltage Accuracy Output updating time 6 digital inputs Input Updating Time 3 relay outputs Contact material PTC, PT100 and PT1000 Adjustable filters on analo All control inputs isolated Selection of Current/Voltage input mode is user programmable. 0(2)to10V, Rin >200kO 0(4)to20mA, Rin =10052 10V±1% max. 20 mA AO1 is user programmable, for current or voltage. A02 current 0 to 10 V, Road: > 100 kO 0 to 20 mA, Road: < 500 f2 1I<2to10k4 24 V DC ±10%, max. 250 mA +/- 1% full scale range at 25°C (77°F) 2 ms 12 to24VDC, 10to24VAC, Connectivity of PTC sensors supported by a single digital input. PNP or NPN connection (5 Dls with NPN connection). Programmable 2 ms Maximum switching voltage 250 V AC/30 V DC. Maximum continuous current 2 A rms. Programmable, Form C Silver Tin Oxide (AgSn02) Any of the analog inputs, or digital input 6, are configurable for PTC with up to 6 sensors. g inputs and outputs from ground and power Operation Air Temperature Installation site Altitude Relative Humidity Atmospheric pressure Vibration -15 to +40 °C (5 to 104 °F) 50°C (122°F) available with derate 0 to -15 °C (32 to 5 °F) No Frost Allowed Output derated above +40°C (104°F) 0 to 1000 m (3281 ft) above sea level Output derated above 1000m (3281 ft) up to 4000m (13123ft) 5 to 95% No condensation allowed Maximum relative humidity is 60% in the presence of corrosive gasses 70 to 106 kPa (10.2 to 15.4 PSI) 0.7 to 1.05 atmospheres Risk category IV Certified (IBC 2018) Technical specifications Environmental protections Chemical Gasses Solid Particles Pollution degree (IEC/EN 61800-5-1) Class 3C2 (UL Type 1 , IP21) Class 3C2 (UL Type 12 , I P55) Note: Conformal coated PCBs Class 3S2 No conductive dust allowed Pollution degree 2 Product Compliance Standards and directives Low Voltage Directive 2006/95/EC EMC Directive 2004/108/EC 60721-3-3: 2002 60721-3-1:1997 Quality assurance system ISO 9001 and Environmental system ISO 14001 CE, UL, cUL, CSA and EAC approvals Galvanic isolation according to PELV RoHS2 (Restriction of Hazardous Substances) EN 61800-5-1: 2007; IEC/EN 61000-3-12; EN 61800-3: 2017 + Al: 2012 Category C2 (1st environment restricted distribution); Safe torque off (EN 61800-5-2) Seismic (IBC, OSHPD) Ecodesign regulations EU 2019/1781 EMC Class C2 (1st environment, (according to EN61800-3) restricted distribution) Available Options External 24V AC/DC and digital I/O extension (2xRO and lxDO) (CMOD-01) Additional 115/230 V Digital input (6xDl and 2xRO) (CHDI-01) Fieldbus Adapter Modules EtherNet/IP, Modbus TCP, PROFIBUS-DP, PROFINET, DeviceNet Drive Composer Pro / Entry Operation, Programming and Diagnostic Tool Cold configuration tool (CCA -01) Keypad Standard Optional Hand/Off/Auto Bluetooth Storage (in Protective Shipping Package) Air Temperature Relative Humidity Chemical Gasses Solid Particles Atmospheric pressure -40 to +70°C (-40 to +158°F) Less than 95% No condensation allowed Maximum relative humidity is 60% in the presence of corrosive gasses Class 1 C2 Class 1 S2 Contact ABB regarding Class 1S3 70 to 106 kPa 0.7 to 1.05 atmospheres Vibration (ISTA) R1...R4 In accordance with ISTA 1A R5...R9 In accordance with ISTA 3E Transportation (in Protective Shipping Package) Air Temperature -40 to 70 °C (-40 to 158 °F) Relative Humidity Less than 95% No condensation allowed Atmospheric Pressure Free Fall Chemical Gasses Solid Particles Shock/ Drop (ISTA) R1....R4 R5....R9 Vibration (ISTA) R1....R4 R5....R9 Maximum relative humidity is 60% in the presence of corrosive gasses 60 to 106 kPa (8.7 to 15.4 PSI) 0.6 to 1.05 atmospheres R1: 76 cm (30 in) R2: 61 cm (24 in) R3: 46 cm (18 in) R4: 31 cm (12 in) R5: 25 cm (10 in) Class 2C2 Class 2S2 In accordance with ISTA 1A In accordance with ISTA 3E In accordance with ISTA 1A In accordance with ISTA 3E 91440249 9 Engineering Data Summary Replacement Fuses Drive input fuses are recommended to disconnect the drive from power in the event that a component fails in the drive's power circuitry. Recommended drive input fuse specifications are listed in the Submittal Schedule Details and in the Fuse Ratings Table. Fuse rating information is provided for customer reference. Item Catalog Number Drive Input Fuse Ratings Amps (600V) Bussmann Type 1 ACQ580-01-031A-2 40 JJS-40 Terminal Sizes / Cable Connection Requirements Power and motor cable terminal sizes and connection requirements are shown in the Submittal Schedule Details and in the Terminal Sizes / Cable Connection Requirements Table. The information provided below is for connections to input power and motor cables. These connections may be made to an input circuit breaker or disconnect switch, a motor terminal block, overload relay, and/or directly to bus bars and ground lugs. The table also lists torque that should be applied when tightening terminals and spacing requirements where multiple mounting holes are provided in the bus bar. Item Catalog Number Input Wiring Output Wiring Ground Wiring 1 ACQ580 01 031A 2 20 AWG (0.5/0.5 mm^2) 1.1 ft -lb (1.5 N- m) 20 AWG (0.5/0.5 mm^2) 1.1 ft -lb (1.5 N- m) 6 AWG (16 mm^2) 1.1 ft -lb (1.5 N- m) Heat Dissipation Requirements The cooling air entering the drive must be clean and free from corrosive materials. The Submittal Schedule Details and the Heat Dissipation Requirements table below give the heat dissipated into the hot air exhausted from the drives. If the drives are installed in a confined space, the heat must be removed from the area by ventilation or air conditioning equipment. Item Catalog Number Watts BTU/Hr 1 ACQ580-01-031A-2 227.5 776 Dimensions and Weights Dimensions and weights of the drives provided are given in the Submittal Schedule Details and in the Dimensions and Weights Table. The table also lists the applicable dimension drawings that include additional detail. Dimension drawings may be provided in the back of this submittal. Item Catalog Number Height mm (in) Width mm (in) Depth mm (in) Weight kg (lbs) 1 ACQ580-01-031A-2 473 (18.63) 124 (4.89) 229 (9.02) 6.6 (15) 91440249 10 Free Space Requirements, Standalone Free Space Requirements for standalone mounting. Item Catalog Number Standalone, Above mm (in) Standalone, Below mm (in) Standalone, Sides mm (in) 1 ACQ580-01-031A-2 150 (5.91) 86 (3.39) 150 (5.91) Free Space Requirements, Side by Side Free Space Requirements for side by side mounting. Item Catalog Number Side by Side, Above mm (in) Side by Side, Below mm (in) Side by Side, Sides mm (in) 1 ACQ580-01-031A-2 200 (7.88) 200 (7.88) 0 (0.01) Product Short Circuit Current Rating Short circuit ratings shown below are as show on the device rating label. Item Catalog Number Short Circuit Current Rating 1 ACQ580-01-031A-2 100 kA with fuses 91440249 11 Item 1 Part Number ACQ580-01-031A-2 Customer Designation Q I 0] I U U 1 41 1 1 1 N OD Item Des. Rev. Ind. B Sheet Lang. Eng Cont. ABB Doo. Na. 3AXD10000404024 7 8 N v STO Product Circuit Diagram EFS2 Reap. Dept. EJO ABB Ref. No. 0 M ce O 0 Z 00 j.5 m a < r �� N N X0ce N 6 N �XceZ N U X K od �2 i O 0 Q CO < O CO 00 wQ V1 X Q n ° X +coN X X6:19 X6:21X6:21 RO1C R01ARO1B Z Z O O "b � ZK U Q F N adi = v M Digital inputs AC*580-01 n inputs/outputs r n I Prep. 25.10.2018 Ahola Terho App. 25.10.2018 Kallman Jan v M p� d N N — —0- a O a I M J co F u'i —o- `� U g <-°—z J �� i d r' J — z Luoi6ola uolauuoo Bum }o 1 d 3 3 Q I 0] I U O I W I 1_ /0 gay '1do3 'u00P100, A00140 01 4/0011140 00064 1004110 0a11J0d DAW 00 e4r0400P b ecn •00110np0,d0,l v0041 000101000 00110WO044 00 4 Dui) 11w110000 0141 01 01111 110 01118001 0M {3AXD10000404024_1.png} 91440249 12 Item 1 Part Number ACQ580-01-031A-2 Customer Designation {3AXD50000103782.png} 13 91440249 Q 4 bZ] 9 z 0 0, 0 .:0_,u1 ::::o MMEN NENE WF--, 0 0 O O O [MS o o3oa cXVF 'gum Audi 9L'] 61 11111 06 9610N609 011819899 : E -� o [9£' 1 6 °'z -.99 [Z17.91] 917 oP m o o I 7114411) 7 �. Fir o z c. - —o o IIIIIIOIIIIIIOIIIIIIOIIIIIOIIIIIIOOIIIIIO i flue DIMENSION DE ACS—ACH—ACO`. 111111 r CO — o 0 0 a v V 44 m \ 1 , — Qoo CO o Pr LL, IMET UP TO 01 E HOLE 028 1 IMET UP TO 02 E HOLE 035 1 o [Zo Ll] Z£17.1 0 DID+IIA' ¢o ¢o ¢o [69 1] ¢ "=9_ 3u — [S81b] ¢1 'E, E co I ` r® VIII a c��:A; SIC'J '�/I� J -- - , III�� �' lI II ! o [9) b] 17,1 9 O COI [01'9] SSI [09.81] £117 [O7L] 881 Cool. Doc, No. DMS Number [00 6] S ¢Z — 99096010000) uaul, doy>lad f 91 -989 -LI 091-939 04 996 aodj pabu0y> uol}ou01I sap a.h1 696969000004 044°1011 ad '9 LI �aG-00 sar19 0019 9 1VILN30I3NOJ AOIONOJNI 13d03S 0Nv ddVl3lddOdd d0 9Aa 0 uapp19ao1 X11a1,4, si OIIio41-no .,d. sail,od o} aJnsola*Ip JO osn +98 I91 991 Alew3SSa-N10-28- I0-089999 }no4I!M pr14} - ul s1461110 aes05a1 4 ollaopaaad aa41 I).101110) uollow.Jo}ul au al puo luawnaop ,11.1_a +1.9 081£0100005097£ {3AXD50000103782.png} 13 91440249 Matt North From: Sent: To: Cc: Subject: Dana Wehrman <dwehrman@weci.com> Wednesday, November 17, 2021 9:02 AM Rob Gammell Patrick Gleason RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Yes, the drives are covered by a 2 -year warranty upon WECI startup. Thanks, VIIUIUDIIUIUD 1,4roo �tl ,.I Whitney Equipment Company 16120 Woodinville -Redmond Rd NE #3 Woodinville, WA 98072 R 17 01 Dana Wehrman Project Manager Mobile: (425)-892-0041 Office: (425) 486-9499 dwehrman@wed.com wrwrwr,wrecll.colm Lr Il;u;'."; From: Rob Gammell <rob@marshbankconst.com> Sent: Wednesday, November 17, 2021 8:11 AM To: Dana Wehrman <dwehrman@weci.com> Cc: Patrick Gleason <Patrick@marshbankconst.com> Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Dana, I assume it is understood that that 7-10.2(3) E would extend to these VFD's. This is language in the spec at bid time. Below is an excerpt of the specification. 7-10.2(3)E Warranty The manufacturer's warranty for the stormwater pump station shall in no event be for a period of less than two (2) years from date of initial start-up of the system and shall include repair parts, labor, reasonable travel expense necessary for repairs at the job site, and expendables (lubricating oil, filters, antifreeze, and other service items made usable by the defect) used during the course of the repair. Submittals received without written warranties as specified will be rejected in their entirety. Please confirm. Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road 1 Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Dana Wehrman <d.wsthr.na.r.WecLco..m> Sent: Tuesday, November 16, 2021 5:37 PM To: Rob Gammell u°o1b2irrrrau°sly.lbai2k.c.iron:.c pirrrr> Cc: Patrick Gleason < . .r6 .k.m...._bib.r.kc ..rs::...c rr.> Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Please see attached. Thanks, VIIUIUD IIUIUD yh " 010110 Whitney Equipment Company 16120 Woodinville -Redmond Rd NE #3 Woodinville, WA 98072 /h6, PiV07/01 P Po Dana Wehrman Project Manager Mobile: (425)-892-0041 Office: (425) 486-9499 dw hrima.m....wec.. coim WWW,wecil.coim ..................................................................... rolb2111.girslrolbanikconst:.coirn�> From: Ro Gamme<................................................................................................................................................................... Sent: Tuesday, November 16, 2021 2:43 PM To: Dana Wehrman <dr lrou„Irna_ ,lrqflii,,.,c g..> 4?au:iriiclk@'rnarsll` banikconstcoirn> Cc: PatrickGleason <......................„�.................................................................................................... Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Can you send us the submittal information please? Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Dana Wehrman <dr elrou„ n....urq„p_ ecii.c glrn> Sent: Tuesday, November 16, 2021 1:12 PM To: Rob Gammell rolb.mairslh banikconsu:.coirn> Cc: Patrick Gleason <Pgmi .k. @n.si.jpg,r.kcons.u....com> Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Yes, dimensions are the same. Whitney Equipment Company 16120 Woodinville -Redmond Rd NE #3 Woodinville, WA 98072 P' Pro Dana Wehrman Project Manager Mobile: (425)-892-0041 Office: (425) 486-9499 dwehrman@wed.com wed.com WWW,WeCII.COII11 lb '� Irm a Irs Iro Iba n Ikcons u:.colrm> From: RobGammell<ro ..................................................................................................................................................................... Sent: Tuesday, November 16, 2021 11:25 AM To: Dana Wehrman <dr elrou.tn.. !rq„p_ e ii.c q!rn> Cc: Patrick Gleason <PuirgLe.m.osrth, nkcon.u....corm> Subject: Re: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Are the dimensions the same? Get Out:lloolk. folr Android ............................................................................................................................ dwel�o o° Irrrr a Iro�wecli. cu plrrrr> From: Dana Wehrman <.........................................................................�............................................................... Sent: Monday, November 15, 2021 4:44:36 PM To: Rob Gammell o° a plb� Irrrr a o° sl�o Iba Iro Ik.cu:p Iron:. cu plrrrr> Cc: Patrick Gleason <.ir.c.k. .m2u.2b. n.kcp..hs::....cprr> Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Rob, The drives came back with a ship date of March 8, way outside the typical lead time, due to parts shortage issues. We looked into various options and found that upsizing the drives to 5HP for an added cost of $207 per drive ($414 total) gets us a much better lead time, with a ship date in December. Let me know if you'd like to switch to the upsized drive to improve the lead time. Thanks, akiUVi � ��u Whitney Equipment Company 16120 Woodinville -Redmond Rd NE #3 Woodinville, WA 98072 Dana Wehrman Project Manager Mobile: (425)-892-0041 Office: (425) 486-9499 dwe inmaim..' ..wecit.corn WWW,WeCII.COII11 From: Dana Wehrman Sent: Monday, November 8, 2021 1:16 PM To: Rob Gammell <rolh.!ma!!alrilhainlk„cons'u.mrvirm>; Jason Morse <yrmora'e@fir em!i.c q!m> 3 fat:irlicIk:. )..ima 2 UII aIrolk:colrost:.colm> Cc: PatrickGleason <......................„�.................................................................................................... Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Rob, The drives have been ordered, I'm waiting on a ship date from the factory. I will follow up with them now. Thanks, iVll➢IUU)IIUIUU) . Whitney Equipment Company 16120 Woodinville -Redmond Rd NE #3 Woodinville, WA 98072 Dana Wehrman Project Manager Mobile: (425)-892-0041 Office: (425) 486-9499 WWW,wred,colni h6,Pifi07/01' , Jd, ;A, ra��A:7dr'd,'��, a7d;u; wJ�a.,�wid; id,'d,�a7;, ��� , �,�, 7d,� °; ; J ln/V';;pI. u°ob iIrrrrau°sl�:lbaIrilk.cu:plros ,..gprn> From: Ro Gamme<l Sent: Monday, November 8, 2021 1:13 PM To: Jason Morse <)m.p1 . .. . li,CO!Irn>; Dana Wehrman < ICU!r!rn_ !rf j,, p, . > Cc: Patrick Gleason <P..!.b,rkc rs ss2m> Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Jason, What's the update? Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Jason Morse <u.lrajst„ fir f.cj crv!rm> Sent: Tuesday, November 2, 2021 5:32 PM To: Rob Gammell <:p12.!ngistth.g.. Ulk„crv!rU„s.t.,crpit.n.>; Matt North <!rnuu;Elkpfx,.c q!rn>; Dana Wehrman dwelhrman 'Lw. cLcorn> Cc: Daniel Clark <danuell �IkpI�[[x.colrm>• RayEdralin dray )Ik [x.colrm�>• 'Jeff Heglund' <.VefUJH4e[xllu nd X11 u�Ik.rrill.aWA.gov>• Patrick .......................................�i...........ll.'.R..A............................... I �..............b...�............I�.i...A...............................� I b �...........................................i...A..............................�..............................................................................R..A...............� I Gleason <IPatrliclk@)Irnalrslhlbalnikcolnsu:.colrn>• su:even fslk. Illinelrnfx.net Ernie Hinds<elrnuelh@)irnalrslhbanikconsu:.colrn>• 'Miles Standish' <Irns )secoiinc.colrn>; tolrn )slk. Illinelrmf%.net:; Leo Maya <Illrmaya @)deslignwesu:en ,colrn>; Mike Perfetti <IIViIke.IPS:!r:kuu.!i....�...�....Ikr Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Rob, 4 I have handed this off to Dana as all we need is confirmation on how this equipment will be handled from a contractual perspective. New PO or change order on the existing. Dana will need to make sure we have this in house, but other than that we should be ready to go. aVIIUIUD)IIIIUIUD)Il � ���� �' .0% " 011011110K Whitney Equipment Company Inc 2501 SE Columbia Way Suite 300 Vancouver WA 98661 Jason Morse Vice President Sales and Service Mobile: (503)310-9893 Office: (360) 694-9175 jrno.rrs2.. .y. 22in, WWW.W ' d,C011I11 rolb '�Irnarslhhanikconsu:.cc,?.. > From: Ro Gamme<1 Sent: Tuesday, November 2, 2021 1:31 PM To: Matt North <rma„uu;2Ik;I A.c glrn> Cc: Jason Morse <ylrm_wits, „ )W li. 9.. n>; Daniel Clark <d .r..............g......rn>; Ray Edralin <ira.......g.., glrm>; 'Jeff Heglund' <.Veff.IHe [xllulnd @)11 ulk.rrvlillaWA. xov>• Patrick Gleason <IPau:lrliclk. )rnalrslhlbalnikcolnsu:.colrn>• Steven )slk. Illilnelrnfx.lneu:• Ernie Hinds <ernuelro:EIrnarslrhlbanikcolnsu:.colrn>• 'Miles Standish' <tns .secoinc.com>• .n s.. Illinelrmlfx.lnet; Leo Maya <Illrna a:Todesli xnwesten x.colrn>• Mike Perfetti <IIVnIilk.e.IPelrfeu.u:li �1fulkr�lillaWA. xov> Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Jason, If my understanding is correct you have everything you need to move forward with procurement? Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Matt North <irn...... pg.,.. tn> Sent: Monday, November 1, 2021 12:45 PM To: Rob Gammen ro!12.2.. lg.. ..tthanikcont.colrn> Cc: 'Jason Morse' <yrnorse ,)W li. 9lrn>; Daniel Clark <darpiiellLIp.Ikpg,.mwirm>; Ray Edralin <raypIkp A.colrn>; 'Jeff Heglund' <Jeff.IHe [xllulnd )11 ulk.rr ilaWA. xov>• Patrick Gleason <IPati iclk @)Irnarslrolbankconsu:.colrn> steveln .slk Illinelrnfx.lnet Ernie Hinds <elrnuelroplrn.....lblbalnikcolnsu:.colrn>• Kenton Wilde <II<elnton@Irmlalrslrolbalnikcons..colrml>• Dave Marshbank <IDave...rnalrslrblbanikconsu:.colrn>• 'Miles Standish' <Irns (Lf.coinc.colrn>• !&in (Llk. Illine.n...neu:• Leo Maya <IIIrm1a a pdesli xnweste x.colrn>• Mike Perfetti <IIVnlilkke.IPelrfeu.u:liglfulk.w....laWA. xov> Subject: RE: E. Marginal Way Pump Station - RAM 040 - VFD- RESPONSE - RAM Code 3, 11 Hello Rob, 5 Please find the attached RAM #040 approving the VFD. It was marked with RAM Code 3 & 11, With RAM code #3 approving the catalog cut sheets, and RAM code 11 confirming the conversion are adequate for the pumps. Attachments: • RAM 040 - VFDs WECI - RAM Code 3, 11.pdf Please, coordination with Miles at Service Electric to continue to work with SCL for the power disconnect for the modification procedure and work to be done at Skyline. From our conversation last week, the VDF modifications have been confirmed to fit into the cabinet by Service Electric and Skyline. It is understood that SCL will be the unknown variable for time. Please note there are (12) working days remaining on the contract for working day count, as we were in suspension until the attempted power up and commissioning of the pump system. It is my intent that there will be no additional days are being charged to Marshbank as the modifications are being made, and as it relates to SL #016. Contact me with any questions or concerns to the RAM #040 approval, Contract days, or Proceeding with the modifications needed for powering the pump system. Thanks! P 'fl a'tt IN 0 rt Ph Resident Engineer o: 253 627 0720 // d: 206 595 1733 rolL..rnarslrohar.lkcor.st:.coirn�> From: Ro Gamme<..................................................................................................................................................................... Sent: Thursday, October 28, 2021 2:28 PM To: Matt North <,irma„u;u;2Ik;,IA,.,Qlrm,> Cc: 'Jason Morse' <ylrm_ou„s „@)wEcli.co m>; Daniel Clark <darOell,@)lkpH.corm>., Ray Edralin <iu ay„ )Ikp A.c glrm,>., 'Jeff Heglund' <Jelf. IHe [xlluind GiTukwullaWA. 0v>• Patrick Gleason <IPat:iu uclk. )mar slhbanikconst:.coirn> st.even )slk. Iluneirn x.net:• Ernie Hinds <eirnuelro @.... rslhbanikconst:.coirn>• Kenton Wilde <IKenton?irn.airslrobanikconst:.coirn>• Dave Marshbank <IDavef)irnarslhbanikconst:.coirn>•'Miles Standish' tom)slk Iluneirafx.net:• Leo Maya <Ilirma a desu xnwest:en x.coirn> Mike Perfetti <IIMik.e.lPeii ett:u&11 uk.wullaWA, xov> Subject: RE: E. Marginal Way Pump Station Matt, See attached. SCL will be the unknown variable for time. Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road 6 Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Matt North <irm.p,:u;:u:fkk„pf',,eglrm> Sent: Wednesday, October 27, 2021 9:32 AM To: Rob Gammen rob2irrElirslrobanikconst:.cf211 > Cc: 'Jason Morse' <jicagu„sp„@)wppli.co m>; Daniel Clark <dprOell,@lkpH,corm>., Ray Edralin <iu ay„ )Ikpg c glrm,>., 'Jeff Heglund' <Jefi.lHe [xlluind p11 uIk.wullaWA, xov>• Patrick Gleason <IPau:iruclk @)irmairslhbanikconst:.coirn> Steven )slk. Iluneirnf x.net:• Ernie Hinds <eirnuelro@.... rslhbanikconst:.coirn>• Kenton Wilde<IKentodErn.airslrobanikconst:.coirn.>• Dave Marshbank <Dave)raarslhbankconst:.coirm>•'Miles Standish' arms )secounc.coirn>• tom)slk. Iluneirafx.net:• Leo Maya <Ilirmna fdesu xnwest:en x.coirm>• Mike Perfetti <IIV ulk.e.lPeiriett:ue11 uIk.wullaWA, xov> Subject: RE: E. Marginal Way Pump Station Hello Rob, Please provide the Rough Order of Magnitude, ROM, for the proposed solution suggested by Service Electric, Skyline, Marshbank and Whitney Equipment Company. The City, KPG and Design West Engineering are in agreement, as indicated in the email below from Leo, that the proposed solution, other than needing to confirm the VFDs will fit in the enclosure, is the best and clear path forward. This is direction to proceed with the steps Marshbank had indicated, as you and I have recently discussed, and in your summary email below. Issue: single phase power provided to meter, pumps and components work off three phase. Potential solution: It sounds like the pathway forward may be the VFD's? My understanding is that we need to verify some info: 1) Will the components fit in the space we have in the cabinets? 2) Verify this will solve the phase 3/1 issue and pumps to not need to be swapped? 3) Whitney must provide total costs estimate for this work and working schematic meeting all field conditions for review. 4) Skyline provide ROM (rough order of magnitude) estimate for this work, although understanding they require T&M 5) Service Electric provide ROM estimate for their scope of work. 6) Marshbank additional TC and any relevant costs. 7) Once all this information is packaged we can present this to KPG (Matt North) for decision and change order to proceed. Questions, comments, or concerns? Please reply all to work the issue together. I will continue to work with you to resolve the issue with powering the pumps and completing the final commissioning step, to close this project. Please proceed as indicated. Thanks! IM IN o h Resident Engineer o: 253 627 0720 // d: 206 595 1733 7 10CPG. From: Leo Maya Sent: Monday, October 25, 2021 3:44 PM To: Rob Gammell 'Miles Standish' Cc: 'Jason Morse' Matt North Daniel Clark Ray Edralin 'Jeff �fHe0|und' ; Patrick Gleason ; Ernie Hinds Kenton Wilde Dave Marshbank Subject: RE: E. Marginal Way Pump Station Hi Rob, I don't see any issues with this proposed solution, other than confirming the VFDs will fit in the enclosure. It Iooks like Skyline will address any ventilation requirements for the VFDs through fans if needed. Leo Maya P 0 D A P 113D*C DiiroctormfEnglinoorling. Assmciate S G N W N G N R. N G 0. 425.458.9700x 212 II c. 425.466.3946 From: Rob Gammell Sent: Monday, October 25 2021 10:16 AM To: 'Miles Standish' Cc: 'Jason Morse' 'Matt North' 'Daniel C|arKLen'Ray Edna|in' Maya 'Jeff Patrick Gleason Ernie Hinds;Kenton Wilde Dave Marshbank Subject: RE: E. Marginal Way Pump Station All, Issue: single phase power provided to meter, pumps and components work off three phase. Potential solution: It sounds like the pathway forward may be the VF[/s? My understanding is that we need to verify some info: 1. Wiii the componentsfit in the space we have in the cabinets? 2. Verify this will solve the phase 3/1 issue and pumps to not need to be swapped? 3. Whitney must provide total costs estimate for this work and working schematic meeting all field conditions for review. 4. Skyline provide ROM (rough order of magnitude) estimate for this work, although understanding they require T&M S. Service Electric provide ROM estimate for their scope of work. 6. Marshbank additionai TC and any relevant costs. 7. Once all this information is packaged we can present this to KPG (Matt North) for decision and change order to proceed. Questions, comments, or concerns? Please reply all to work the issue together. 8 Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: tom..sk..y....11.emfg.Inet <:torm...Pslk:..y.l...... em xi.irl t> Sent: Monday, October 25, 2021 9:06 AM secoiinc.coirm�> To: 'Miles Standish' <rms. ......................................................................................................... Cc: 'Jason Morse' <ym_ou„se@) ecli.co m>; 'Matt North' <irmalt22.ls.ag..c .. m>; 'Daniel Clark' <daInieII2@jsIp ,.coirm>., 'Ray Edralin' <..r....aY.. ..I.. x......c......o.........r....n.......>• 'Leo Maya' <lma .a......d........e........s......0..xn...........w........e.......s......u.....e........n.......x.....c......o.............m......>• Rob Gammell dr....o.........l..... .........................r....s.......h........b.......a........n.........k......c......o.........n.......s......u..........c.......o.........r...m.......>• 'Jeff He fund' <Jeff.IHe [xlluind @)11 uIk.wullaWA. xov>• Patrick Gleason <IPau:iriclk @)irmairslrollganikconst.coirn> Steven �slk. Iluneirmf x.neu: Subject: E. Marginal Way Pump Station Miles, We will need cut sheets showing dimensions and wiring diagrams for the suggested VFDs. We can add a back pan (hopefully they will fit in the same space after removing the Starters) and can add vents and fans as needed. There is plenty of height so I am hopeful they will fit. To maintain our UL listing we will need to perform these modifications here @ Skyline. The Motor Starters are not returnable since they have been installed. If there are other supplied devices (float switches) that require terminations and mounting space we will need to know that ahead of these modifications. Once we have the VFDs and Cabinet at our shop we will just need a couple of days to perform these modifications. We will charge on a T&M basis for this work. Feel free to call me if any questions. Thank you, Tont ProV SKYLINE ELECTRIC & MFG 3619 7th Ave South Seattle, WA 98134 Office 206-682-4422 Fax 206-682-0927 From: Miles Standish <rms'�...........................secoinc.coirm>.............................................................................. Sent: Friday, October 22, 2021 12:02 PM To: Jason Morse <"irmoirse wecLcoirm>; Matt North <matt )Ik. c.... m>; Colette Moilanen <colleu.u:e@weci.cotn> Cc: Jacob Williams <u.acrvlbweIk;A! .fA..;olrm>; Daniel Clark <d ,lrolipll Ik;IpfA.mrvim>; Ray Edralin <r,a„y „Ik;p.FA. warms>; Leo Maya 9 <Illrla a2desli xnwest:en ,.colr>I11>• Rob Gammell <Irolb Ir>Illarslrolbanikconst:.colr>I11>• Jeff He fund <.Veff.IHNe [xllulndg1i ulkwullaWA. xov>• Patrick Gleason <IPatsiclk.@.....rslhlbanikconst:.colrn>• Steven@slk. Illinelrnf .net. Subject: RE: E. Marginal Way Pump Station Service Electric has contacted Skyline Electric about modifying this UL Listed cabinet. It may be possible to retrofit VFD's into this cabinet and maintain its UL Listing. Thank you, Miles Standish Project Manager Service Electric 360-568-6966 Ext. 205 From: Jason Morse <)!rn.9....e.... eci,prp!m.> Sent: Friday, October 22, 2021 11:58 AM To: Matt North <!. . jpL��rl>• Colette Moilanen <co.ette..weci..cor> Cc: Jacob Williams <) m pl „02Ikp xi.m p!rm>; Daniel Clark <da!ri!%eIl a.jp p, pian>; Ray Edralin <!rayflIkpg...,!m>; Leo Maya <IIIrm1a a ldesi Irowest:eln .colrml>• Miles Standish <E1. lsecolilnc.colrml>• Rob Gammell <u°olb f11rm1ausjibalnik.colrost:.colrml>• Jeff He fund <.Vefi.IHIg gIlulnd E11iulk.w611aWA. goer>• Patrick Gleason <IP...riclk. 11m......slbolbalnik.colnst:.colm.> Subject: RE: E. Marginal Way Pump Station Matt, We have two options: 1. Replace the pump(s). The current pumps are using all of the power available by the motor to meet the duty point. We would need a larger motor if we use single phase power as single phase motors are derated to produce the same power output. This is going to be both costly and a long lead time. 2. Utilize VFDs to convert the single phase incoming power to three phase power to the motor. This can be done by adding a VFD at the control panel. See attached VFD spec that we commonly use for this application. Cost is about $1200 each and I am checking on the availability. We also need to confirm there is room and venting for the installation of this equipment, WECI can assist with set-up/start-up if this is a good fit. Please let me know if you have any questions. .:11111111111111111111111111111,11,11,11,1 jtt Whitney Equipment Company Inc 2501 SE Columbia Way Suite 300 Vancouver WA 98661 Jason Morse Vice President Sales and Service Mobile: (503)310-9893 Office: (360) 694-9175 ji o rrseCtvepir prrn WWW.W',MclI.2II1 .................................................................... From: Matt North <irm.::::.p.I ;p..,.corrrr> Sent: Friday, October 22, 2021 8:15 AM To: Jason Morse<)r:2::2e.2. pm...cpm>; Co ette Moi anencolla <. 10 Cc: Jacob Williams <u.acobw....g. glra>; Daniel Clark <,d LroieI...2jsp A. or >; Ray Edralin dray„ '„Ikp,g. rvlrn>; Leo Maya <Ilirma apdesu[xrwes.eir.[x.coirn>• Miles Standish armspseccAnc.coirn>• Rob Gammell <irob@mairslhlbankcorostcoirn>• Jeff He fund <.Veff.IHNe xlluind 2" ulk.rrvullaWA. xov>• Patrick Gleason <IPau:rids.:Eiragilslrolbanikconsu:.coirn> Subject: RE: E. Marginal Way Pump Station Importance: High Hello Jason & Collette, In a phone conversation with Jason, yesterday afternoon, we were discussing potential solutions to the 3-phase pumps on site and having single phase supplied to them. Jason had mentioned a possible simple solution, and/or checking on availability of swapping out the on site pumps to single phase pumps, if needed. Procurement times may be an issue, if there is an ultimate decision made for swapping out the pumps. Can Whitney Equipment Company elaborate in reply to this group, the potential solution for using the existing equipment? On this email string are Ray from KPG design, and Leo from Design West Engineering for the electrical design. In looking for a swift solution, and to move this project to completion, please let us all know any potential options we may have at our disposal. The commissioning of the pump system was to be on Tuesday of next week. Until we implement the solution the commissioning of the City's forcemain system will likely be pushed. Please contact me if you have questions or concerns, as we work though this issue together. Thanks! Resident Engineer Cell: 206 595 1733 11 INDEPENDENT COST ESTIMATE CHANGE ORDER INDEPENDENT COST ESTIMATE Interdisciplinary Design Project Name: East Marginal Way Outfall Stormwater Retrofit Pr( Project No: Date: 91041204 Change Order Number: 4 12/7/2021 Description of Work: Addition of VFD and Plant Replacement Prime Contractor: Marshbank Construction, Inc. Sub-Contractor: Scope of work - Comparative Unit Pricing VFD install and Traffic Control and WSDOT T&M Markups LS 1.00 $16,000 $ 16,000.00 Cornus Stolonifera Kelseyi 1gal or 2 gal EA 103.00 $ 46.00 $ 4,738.00 Carex Deavalliana 1gal - Substitution EA 245.00 $ 21.00 $ 5,145.00 Carex Glauca Blue Sedge 1gal EA 245.00 $ 16.00 $ 3,920.00 Juncus Ensifolius 1gal EA 116.00 $ 16.00 $ 1,856.00 Juncus Tenuis Blue Dart 1gal EA 116.00 $ 16.00 $ 1,856.00 Iris Tenax 1gal size change to quart or banded pot (similar EA 58.00 $ 16.00 $ 928.00 Sisyrinchium Idahoesnse 1gal size change to XL bare root EA 58.00 $ 16.00 $ 928.00 $ - SUBTOTAL - LABOR: LABOR TOTAL $ 35,371.00 $ 35,371.00 TOTAL ENGINEER'S ESTIMATE FOR 4: $ 35,371.00 NOTE; INDEPENDENT COST ESTIMATE WAS COMPLETED THROUGH CONTRACTOR/CITY NEGOTIATIONS, SERIAL LETTER 8 AND 8.1. 12/7/2021 Title: WSDOT LAG MANUAL CHANGE ORDER CHECKLIST Local Administered Projects Change Order Chapter 52 Appendix 52.106 Checklist Question Yes No N/A 1. Does the change order alter the termini, character, or scope of the work? X If yes, you must have H & LP approval to be eligible for federal funds. X If yes, you must submit a revised page 1 of the prospectus. X 2. Is the Change Order over $7,500.00 and outside the scope of work? X If yes, the change cannot be a change order and must be an independent work. X 3. Does the Change Order detail all items involved in the change? X 4. Does the Change Order include an adjustment to working days? X If yes, the time extension must be stated in the Change Order. X If yes, an independent engineer's estimate of time must be included to document the extension. X If no, that must be stated in the Change Order. X 5. Does the Change Order alter the DBE Condition of Award? X If yes, you must obtain concurrence from H & LP. X If yes, you must obtain the DBE's signature on the Change Order X 6. Does the Change Order involve a material subsitution? X If yes, you must determine if a material credit is appropriate. X 7. If Change Order work started prior to it's execution, prior verbal approval by the Approving Authority must be granted and documented. X 8. Has the Change Order been signed by the contractor? X 9. Has the Change Order been executed by the Approving Authority? X If you are a "non CA Agency", you must have the acting C Authority's approval. X 10. Has an independent engineer's estimate justifying the costs and time extensions been completed and documented? X 11. Has a detailed memo outlining the chronology of events, basis of need, cost and working days been prepared and placed in the file accompanying the Change Order? X Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: East Marginal Wy S Stormwater Outfalls Project No. 91041204 DESCRIPTION: Establish legal drainage connections from East Marginal Way South to the Duwamish River. JUSTIFICATION: Drainage from E Marginal Wy S is discharged through outfalls owned and operated by the Boeing Co., Jorgensen Forge, and two King County Airport storm systems without easements. STATUS: Design completed and approved by the Department of Ecology. Construction is anticipated to begin in September 2020. MAINT. IMPACT: Clarifies maintenance responsibility and will ensure reliability of system. City adopted the Z Line in 2015. Construction includes pipe lining, installation of water quality and connecting COMMENT: the Jorgenson drainage area to Boeing's Z Line. DOE design and construction grant awarded in 2018 for $1.1m. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Design 265 45 310 Monitoring 31 11 11 53 Const. Mgmt. 50 265 315 Construction 300 1,000 1,300 TOTAL EXPENSES 296 406 1,276 0 0 0 0 0 0 1,978 FUND SOURCES Awarded Grant RCO 164 100 842 1,106 KCFCD 50 50 Proposed Grant 0 Mitigation Expected 0 Utility Revenue 132 256 434 0 0 0 0 0 0 822 TOTAL SOURCES 296 406 1,276 0 0 0 0 0 0 1,978 111111111111111111 ' 1,111111111111111 2021 - 2026 Capital Improvement Program 84 20-118(c) Council Approval 8/16/21 Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 003 DATE: 5-27-21 BUDGET NO.: 412.98.594.382.65.00 PROJECT NO.: 91041204 CONTRACT NO.: 20-118 PROJECT NAME: East Marginal Way Outfall Stormwater Retrofit Project Dave Marshbank. President TO: PO Box 97 Lake Stevens. WA 98258 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 & City agree that all Field Overhead and Home Office Overhead expenses have been included in this change order 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 8/7/21 Contractor MPt Kaswv, By Title Original Contract (without tax) $ 1,035,201.00 Previous Change Order $ 97.766.23 This Change Order (without tax) $ 211,011.80 By APPROVED BY THE CITY OF TUKWILA Date 09/01/2021 y 0474'16 045' 654P 041 "4 34"1 REV. CONTRACT AMOUNT $ 1,343,979.03 Original Contract Time: Additional Contract Time for this Change Order: Updated Contract Time: City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc:Finance Department (w/encumbrance) Project Management File 08/19/2021 Change Order 3 Page 1 of 3 Project Number: 91041204 Project Owner: CITY OF TUKWILA Project Name: East Marginal Way Outfall Stormwater Retrofit Project Change Order Number: 003 Prime Contractor: Marshbank Construction, Inc. Subcontractor: N/A 0 Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification ❑ Change proposed by Contractor Surety Consent (if required) Attorney in Fact Date Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $1,035,201.00 $1,132,967.23 $211,011.80 $1,343,979.03 Original Contract Duration Current Contract Duration Additional Days This Order Proposed Contract Duration 60 Working Days 60 Working Days 0 Working Days 60 Working Days [ Approved [ Approval Recommended ❑ Approved /� /-may ■ Approval Recommended 9. /late lient`i 07/30/2021 Project Engineer - Matt North, KPG Contractor - Rob Gammell, Marshbank Construction, Inc. vZ-/2-I Date Date C Approval Recommended ❑ Approved L Other Approval When Required Project Owner - Ryan Larson, CITY OF TUKWILA Signature Date Date Representing Change Order 3 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of this change order: Background: This design change request was developed in relation to resolution of utility conflicts relating to (2) separate instances of finding during construction activities, unplanned and unlocated Zayo fiber lines in conflict with the contract plans. Serial letter #005 was received from the contractor indicating differing site conditions for the work planned and scheduled for installing the 4" Forcemain storm system that connects to the Modular Wetland System in the center of the East Marginal Way roadway that allows the City of Tukwila for channelizing city storm waters to existing storm conveyance thru the Boeing property, ultimately releasing to the Duwamish River. Initial construction activities began 3-8-21 with locates finding the first of the two Zayo Line conflicts. A redesign was needed by KPG design and issued in FWD #001 to alter the storm system from the center of the roadway east away from the conflicting, existing Zayo line, found with locate marks by the contractors call to the locate service 811. The contractor attempted to resume work on 3/16/21 upon the KPG issuing FWD #001 re -design based off pothole and located mark data. But upon trying to install the storm run from the existing CB #34 to the new MH #25 location, Marshbank found a unlocated, unmarked, unidentified utility line that was in direct conflict with setting MH#25. The work was again stopped on 3/17/21, and a re -design was once again needed for the contractor to proceed with any storm installations. Additional potholing was needed to determine the ability to fit the Modular Wetland System in the center of the East Marginal Way roadway. Marshbank potholed both newly found conflicting lines on 3/26/21. The pothole information allowed KPG Design to issue a revised version of the as FWD #001.1. The re -design allowed the contractor a confirmed area for the centerline storm installations between the existing MH#34 and the Modular Wetland Structure #100. RFI #014 was issued regarding the discovery of an assumed communication duct bank, Zayo Fiber line, running north and south resulted in the (2) different utility line conflicts. Therefore, Field Work Directive (FWD), 1 and FWD #001.1, were issued resulting in the storm and forcemain redesign. Marshbank was unable to proceed with FWD #001.1 work until 4/5/21. Reason/Justification for Change: KPG the COT and Marshbank, determined that design changes were due to the multiple utility conflicts including the unlocated Zayo fiber line being in direct conflict with the storm and forcemain between the existing MH#34 and the Modular Wetland Structure #100. No contract days were counted on the WSWD's for time under suspension. No Added days are included to this change order. The received serial letters 5, and subsequent supporting serial letters 7, 7.1, & 8, Included within this Change Order as additional backup, represent the details to the costs. Additionally, the removal of material occurred in excess of the original bid quantities for bid items #7 "Removing Asphalt Concrete Pavement" at 534.73 SY & bid item #8 "Removal of Concrete Pavement" at 170.73 SY, as the design had change twice from the original plan set. These added removals are being added as adjustments to compensate the reworked areas that were tracked and paid under the existing bid items as over -runs to the existing items. With the design changes, the alignment changed to the storm, but sawcutting already occured. The sawcuts of the prior design alligments needed to be filled and repaired. The costs to do so are in the attached invoice from Puget Paving Quote dated 05-18-2021 in the amount of $11,840 . Marshbank installed the storm and forcemain and all related restoration work in accordance to the FWD #001 to #001.1 which edits plan pages 7 & 8. The sum to the contract changes add up to $211,011.80 for the storm changes, and added removal areas, previously tracked to Bid items #4 as Utility Conflicts, and Bid item #7 & #8. No contract days were counted on the WSWD's for time under suspension. No Added days are included to this change order. Description of Change: Contract Items Added/Deducted: Increase Bid Item 4 - Minor Change: Increase Bid Item 4 - Resolution of Utility Conflicts: Increase Bid Item 4 - Sawcut Seal of prior Alignments: Increase Bid Item 7 - Removing Asphalt Concrete Pavement: Increase Bid Item 8 - Removal of Concrete Pavement: Zero (0) additional working days are added to the contract time. Add 1 FA Add 1 FA Add 1 FA Add 534.73 SY Add 170.73 SY Change Order 3 Page 3 of 3 Measurement: Measurement for New Item #CO3-01 will be per . Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above-described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount 4 Minor Change FA 1 $ 5,140.00 $ 5,140.00 4 Resolution of Utility Conflicts FA 1 $ 187,682.66 $ 187,682.66 4 Sawcut Seal of prior Alignments FA 1 $ 11,840.00 $ 11,840.00 7 Removing Asphalt Concrete Pavement SY 534.73 $ 9.00 $ 4,812.57 8 Removal of Concrete Pavement SY 170.73 $ 9.00 $ 1,536.57 Subtotal Existing Items: $211,011.80 Change Order Items Item No. Description Unit Qty. Unit Price Amount N/A Subtotal Change Order Items: $0.00 SUBTOTAL CHANGE ORDER AMOUNT: $211,011.80 WSST (%): $0.00 TOTAL CHANGE ORDER AMOUNT: $211,011.80 ORIGINATING DOCUMENTS MARSHBANK CCD FR.UCTICDN REQUEST FOR INFORMATION #014 TO: CITY OF TUKWILA DATE: MARCH 8, 2021 REFERENCE: Communication Line Facility Locate PROJECT: E. Marginal Way Outfall Stormwater Retrofit Project REQUES I'ED BY: Marshbank Construction QUESTION: Based on the 811 locates marks onsite, it appears that a communication duct bank is present between STA 2+00 to STA 16+00 running south to north. Washington Dig Law, RCW 19.122.020 (23), "Reasonable accuracy" means location within twenty-four inches of the outside dimensions of both sides of an underground facility. The onsite marks as measured appear to be 36", with respect to RCW 19.122.020 (23), The facility is determined to be up to 84" O.D for the in this area. Marshbank will be removing hardscapes per the lookahead and baseline schedule beginning Tuesday 3/9/2021. Please advise how Marshbank is to proceed. RESPONSE: "Per the discussion during the 3/9/21 progress meeting, KPG Design and inspection staff located five (5) additional pothole locations after the meeting. Direction to proceed with potholing has been provided to Marshbank for the added Zayo duct bank potholes. Please provide pothole data as it becomes available to facilitate design efforts. As indicated, KPG will track the additional potholes T&M, will continue to work with Marshbank to determine the full impact of the differing site conditions discovered by the 811 locates performed on 3/8/21, and come to a fair and equitable agreement. Sawcutting for the storm work will be on hold until further notice." 9. nate 7/4ne% 03/10/2021 MARSHBANK E EI) TI- u(1=T1CD NJ REQUEST FOR INFORMATION #017.1 TO: CITY OF TUKWILA DATE: MARCH 12, 2021 TO: CITY OF TUKWILA DATE: MARCH 2021 REFERENCE: Road Base Excavation for Permeable Pavement Area PROJECT: E. Marginal Way Outfall Stormwater Retrofit Project REQUES 1'E D BY: Marshbank Construction QUESTION: The excavation for the approximately 5" of road base excavation required for the permeable pavement section (see below) is not included as an incidental for the permeable ballast per special provisions division 10 measurements and payments: `Measurement and payment for `Permeable Ballast" shall be per ton. Items to be included in the bid price, but shall not necessarily be limited to: all necessary materials, labor, and equipment, including staking, constructing form work, finishing, removal of form work, and complete installation of cement cont: sidewalk as shown on the plans or directed by the City." FASTING PAVEMENT, I;! DEPTH VARIES PERMEABLE PAVEMENT SECTION ' 4" PERt(ABLE HMA, PG 70-22 7" PERMEABLE ASPHALT TREATED EIASE 12" PERLEADLE BALLAST ASRha+t a«?d.':a' A(x+ux mately g• IE.7 It_ -r 111111111111111111111.117 Cuncrel _• i..l .I el Appr.,n»tray �.` ;Bid tlrm cl NTS Road Rase Removal t•{Qromratel)' Marshbank is not in agreement with RFI response 017 that this road base excavation is captured in bid item 18 as there is no contract language to support this. Marshbank Construction recommends the creation of a road -excavation bid item; please advise. RESPONDED BY: DALE: Payment to be incorporated in Minor Change Bid Item #1 for the amount requested in email from Marshbank received 4-30-21. CY price is in line with industry standard. Processing will be 129cy paid at $42/cy = lump sum price of $5410.00. 9 Nate Ilanta 05/04/2021 MARSHBANK CONSTRUCTION REQUEST FOR INFORMATION #021 TO: CITY OF TUKWILA DATE: MARCH 17, 2021 REFERENCE: 4" Steel conduit in conflict with CB 25 PROJECT: E. Marginal Way Outfall Stormwater Retrofit Project REQUES I'ED BY: Marshbank Construction QUESTION: There is a 4" steel conduit 2.75' below top of asphalt in conflict with the revised instillation plans for CB25 (see attached photo) please provide direction for the instillation of CB 25. RESPONSE: See FWD# 001.1 for new storm pipe alignments. CB #25 has been eliminated. 'Nat 'it'% 03/31/2021 RESPONDED BY: DAIL: Center otructure 25 GENERAL NOTES E 8 g V,6 11 e E o 1i- tp i K B g ga °/Kt4 E 2 g $ i g a28P E0 N r3 ♦ v{ d n d a 913314S 00+ZI V10 314f1 14311441 Rr gm il4s Get, tolig 4154 6§ tAg 9 133HS 00+9 V1S 3Nf1 H31VY1 4 e 0 E MARGINAL WAY OUTFALL U w O a Hh • Z LO- W I— W U W Q Q O cccc O H O CO W W OM w� Z O O O U O 1 ar 0 0 0 iu 94x izoz/9z/r 6 p Iuiso 9o.ausswn\3mn o\* 9. oX,esrc\wnro A1113-51011\n+9m\Si3rnm\ 0 J Lu w CONSTRUCTION NOTES SIGNAL GENERAL NOTES SIGNAL CONSTRUCTION NOTES req @Ail If h WIP-1�0 06 dig � �gaN ;41Lgt�C E! ggig 8 0 ::: �� g �W 6 133115 06+91 910 3Nfl 101.Yel 1 . 1 13311S 06+01 VIS 3NI1 1101911 11 5 2 e of E MARGINAL WAY OUTFALL 0 W 0 r z • z O a W 0 W Z W m Q 0 2 0 H 0(/) W C W O 18. 0 0 00 21 mlai ulff s 5 u .sy.op\waw\uojIro rrti-sia�i\+�.�m\suroxe\�H CONTRACTOR'S PROPOSAL / COST ESTIMAI'E MARSHBANK March 17. 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental Information Serial Letter No. 7.1 Mr. North, Marshbank Construction Inc. (Marshbank) is providing the following Change Order Proposal for your consideration. This proposal is associated with the revised design change (EMWO Design Issue) received via email from KPG on 3/11/2021. Design Change EMWO-Proposal Includes: • Removal and reinstallation of survey monument adjacent to Structure #I9. o Crew dependent task after restoration activities, includes coring sub, purchase of monument related construction materials, crew, trucking, minimum dump fees. ..1......aA ,.1� er rote 441(") SET n S MCAT) A Q nD n CT`rn n T C Th fJ v..cedaJ .ltlatt.0 ..n..1.1 J.t .actorvactor truck:: fcr .erif ize -sl-ra hate .ln,J can Et as 40... �.......0 ...u... u.Cu. 1....., v..Cu .,d .l i.t:A. .....r...r �. v...v,� ...v..w.:va. .. .aav .va. ...v v........v .L.. crk. ^. ;,,.....ed 12; :1 t' .:o • Alignment shift into other wise unaffected striping removals and replacement which is a hump sum item in the proposal based on the original proposal price. o Includes quantity increase price dictated by our striping subcontractor, preliminary layout by Marshbank which is excluded by the striping subcontractor. • Survey subcontractor responsible for paperwork onsite time collecting datum information, revisit after install monument. o All DNR related paperwork, data collecting, and setting final monument coordinates. • Delta of removal of hardscapes not quantified in original per unit bid item, truck time, labor, dump fees. o Includes labor, equipment, hauling, dump, and saw -cutting (perimeter) • Unaccounted compensable tracking efforts, coordination, multiple rescheduling, resequencing, review office time, and schedule extension as a result of this change. o (4) Added working days needed to facilitate these changes. Total above with Markup = $27,899.72. Bid Item #2 ESC (Lump Sum Item) - $1000 (Daily Lump Sum rate multiplied by 4) Bid Item #5 PTTC (Lump Sum Item) -$5000 (Daily Lump Sum rate multiplied by 4) Total Affected LS items - $6,000 It is understood that KPG/Tukwila are electing to use bid item #4 "resolution of utility conflicts" to track and reimburse under the language of 1-09.6 "Force Account" which will "reimburse the Contractor for all costs associated with the Work, including costs of labor, small tools, supplies, equipment, specialized services, materials, applicable taxes and overhead and to include a profit commensurate with those costs." (WSDOT SS 1-09.6) Marshbank will leave the management costs in this pricing related as we did not get an opportunity to price these affected days of overhead and information gathering for MARSHBANK KPG in this activity and consider this "costs for unique force account Work that is different from typical Work and which could not have been anticipated at time of Bid." (WSDOT SS 1-09.6, 1-131) Revised amount for lump sum change is $27,899.72. If the lump sum items will be paid via the same change order the total will be $33.899.72. This price is assuming bid item #4 compensates utility potholing efforts portal to portal and affected staff including tracking efforts of breaking out of sequence for potholing the hardscapes. Below is a list of assumptions • Marshbank has approval to continually take the three middle lanes day and night as this work has pushed edges and cuts towards to outside of lane lines. If permissions are revoked for any reason, current traffic control pricing will no longer be valid. Repricing and any stoppage as a result of this could become costly. • As the hatches and lids have moved, any alignment or wheel path issues is accepted and City of Tukwila has ownership of the design. • Marshbank makes no warranty that the note "SET MODULAR WETLAND AS NEAR AS PRACTICAL" to field fit works with current design changes and any issue arising from structure #100 will be tracked daily including any work stoppages as well as City of Tukwila accepts risk of pipe alignment/angles with this note, • Encountered utility sand encroaching as a result of proximity of Zayo comm line will be tracked via force account and any loss production. • Encountered sand undermining adjacent roadway and additional "T -Cut" or restoration will be directed by KPG/Tukwila and tracked via force account. • Marshbank is not liable for any design that increased the max tolerance of allowed deflection for the approved piping. • Any supporting of the comm line will be tracked via force account. Marshbank requests a change order be written in the amount of $33,899.72. Marshbank requires an additional (4) working days to complete this change. This pricing does not include the loss production starting on Tuesday 3/9/21 with the delay work correspondence received by KPG. As KPG has requests a narrative for their redesign and how it relates to the added costs. It is our understanding that the striping costs may be the only question at this time for more information. Please review highlighted original bid set of plans showing affected striping in yellow followed by the revised plan illustrating the shift in alignment added quantities and thus time for installation, agreement, and authorization for restriping. Also attached is the updated quote received from Apply -A -Line and note their exclusions including survey/layout which was captured in our pricing above. Should you have any questions regarding this serial letter please contact me at (425) 209-8225 Regards, Rob Gammen Marshbank Construction Inc. Ei PROJECT: EMWO DATE: ITEM: PCO # TOTAL 52,600.00 I 52, 500.00 07,728.00 57.587.00 8.88488 5816.00 50.00 527,899.72 527,899.72 S-TA 5295.00 I 3832,is8888s w 888881 MATR'L S.T. TOTAL DIRECT 0051 LABOR MARKUP I MAT. MARKUP EQUIP. MARKUP SUB. MARKUP SERVICES MARKUP SUB TOTAL GRAND TOTAL N 0 m w w^ w w w Z Marshbank Construction, Inc. 3304 Old Hartford Road Lake Stevens. WA 98258-0097 N jw www w w 2ws n � w w w w N w w w w w w w SUB/SUPPLR. UNIT .74 52,600.00 52,500.00 J 17, W S ^ 88O w N Z J Qw w w LAB HRS LABOR UNIT Z Q J O (DESCRIPTION `3/15/2021 REPLACING MON INTERNAL POTHOLE MOD STRUCTURE ADDTNL STRIPING LAYOUT REPLACE CHANNELIZATION SURVEY DNR CHARGES MOD STRUCTURE AREA HARDSCAPE ADDITIONAL OFFICE OVERHEAD Ei Marshbank Construction, Inc. EMARGWAY-1 BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Page 1 03/17/2021 14:01 Cost for Item 450 Quantity Unit Perm Constr Equip Sub- Pcs Unit Cost Labor Material MatUExp Ment Contract Total BID ITEM = 450 CLIENT# = 45 Description = PCO -DESIGN CHANGE 3-11-21 REVISED Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 20462 REPLACING MONUMENT AND MATERIALS -TAS Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed PIADJ Adjust to grade crew 4.00 CH Prod: 4.0000 CH Lab Pcs: 2.00 Eqp Pcs: 3.00 2SA008 Monument@110% 1.00 1.00 EA 350.000 385 385 4SAW Sawing sub 1.00 1,00 EA 500.000 500 500 8BA416B Backhoe -420 - 3017 1.00 4.00 HR 40.140 161 161 8C0160 Air Compressor 160 cfm 1.00 4.00 HR 16.200 65 65 8TRFRMN Foremans Truck w/tools 1.00 4.00 HR 17.520 70 70 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MH 40.770 249 249 OPF Operator -(Foreman) 1.00 4.00 MH 54.520 352 352 $1,781.69 8.0000 MH/LS 8.00 MH [ 381.16 ] 601 385 295 500 1,782 21004 ADDITIONAL LAYOUT FOR STRIPING PREP Quan: 1.00 DAY Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed EAEX02 200 Exc, Grade Chkr 4.00 CH Prod: 0.5000 S Lab Pcs: 2.00 Eqp Pcs: 0.00 3GY76 Small Tools@110% 1.00 1.00 LS 75.000 83 83 LABGEN Laborer -(Group 3) 1.00 4.00 MH 39.810 244 244 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MH 40.770 249 249 $575.65 8.0000 MH/DAY 8.00 MH [ 322.32 ] 493 83 576 63501 REPLACE CHANNELIZATION & TRAFFIC LOOP Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed 4STP Striping sub 1.00 1.00 LS 2,600.000 2,600 2,600 11300 SURVEY CHARGES DNR MONUMENT Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed 4SURVY Survey sub 1.00 1.00 LS 2,500.000 2,500 2,500 21761 MOD STRUCTURE AREA HARDSCAPE REMOVA Quan: 80.00 CY Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed 940 SQFT ADDED PI2000 Pipe Crew <12", <8' Deep 8.00 CH Prod: 10.0000 UH Lab Pcs: 5.00 Eqp Pcs: 3.00 3HAUL Hauling Sub@110% 1.00 8.00 HR 175.000 1,540 1,540 4SAW Sawing sub 1.00 60.00 LF 20.000 1,200 1,200 8BA416B Backhoe -420 - 3017 1.00 8.00 HR 40.140 321 321 8EX200 Excavator-EX228 - 1022 1.00 8.00 HR 105.230 842 842 8TRFRMN Foremans Truck w/tools 1.00 8.00 HR 17.520 140 140 9ASPHALT Asphalt Dump Fees 1.00 40.00 CY 8.000 320 320 9CONCRETE Concrete Dump Fees 1.00 40.00 CY 8.000 320 320 LABPL PipeLayer-Gr Checker (Gro 2.00 16.00 MH 40.770 995 995 OP2 Operator -(Group 1) 2.00 16.00 MH 51.020 1,344 1,344 OPF Operator -(Foreman) 1.00 8.00 MH 54.520 705 705 $7,727.68 0.5000 MH/CY 40.00 MH [ 23.81 ] 3,045 2,180 1,303 1,200 7,728 10001 ADDITIONAL MANAGEMENT -TRACKING CHAN Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed SUPOI Superintendent 32.00 CH Prod: 4.0000 S Lab Pcs: 2.50 Eqp Pcs: 5.00 8GE040 Gen Set 40 KW 1.00 32.00 HR 14.000 448 448 80F ****OFFICE TRAILERS** 1.00 32.00 HR 5.000 160 160 8TRPU Pick up 2.00 64.00 HR 15.330 981 981 8TRSUPT Truck-Supt.-PM-Est.(No 1.00 32.00 HR 17.520 561 561 SUG Superintendent -(General) 0.50 16.00 MH 66.520 1,607 1,607 SUPENG Project Engineer 1.00 32.00 MH 37.000 1,647 1,647 SUPM Project Manager 1.00 32.00 MH 50.500 2,184 2,184 $7,587.11 80.0000 MH/LS 80.00 MH [ 3864.32 ] 5,437 2,150 7,587 __> Item Totals: 450 - PCO -DESIGN CHANGE 3-11-21 REVISED Marshbank Construction, Inc. EMARGWAY-1 BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Page 2 03/17/2021 14:01 Cost for Item 450 Quantity Unit Perm Constr Equip Sub- Pcs Unit Cost Labor Material MatUExp Ment Contract Total BID ITEM = 450 CLIENT# = 45 Description = PCO—DESIGN CHANGE 3-11-21 REVISED Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 $22,772.13 136.0000 MH/LS 136.00 MH [ 6472.6 ] 9,576 385 2,263 3,748 6,800 22,772 22,772.130 1 LS 9,576.31 385.00 2,262.50 3,748.32 6,800.00 22,772.13 $22,772.13 *** Report Totals *** 136.00 MH 9,576 385 2,263 3,748 6,800 22,772 Rob Gammell To: Matt North Cc: Kenton Wilde; Alexa Henry; Ed Wagner; Ernie Hinds; Jacob Williams; Jeff Heglund; Patrick; Ryan Larson; Chris Rarnmage; Ray Edralin; Daniel Clark; Nelson Davis; Kelly Clark Subject: RE: EMWO: Design Issue - Forward Pricing - Review Comments Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Matt North <matt@kpg.com> Sent: Monday, March 15, 2021 6:18 PM To: Rob Gammell <rob@marshbankconst.com> Cc: Kenton Wilde <Kenton@marshbankconst.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Ramrnage <Chris.Rammage@marshbankconst.com>; Ray Edralin <ray@kpg.com>; Daniel Clark <daniel@kpg.com>; Nelson Davis <Nelson@kpg.com>; Kelly Clark <kellyc@kpg.com> Subject: RE: EMWO: Design Issue - Forward Pricing - Review Comments Hello Rob, Thank you for your detailed design change forward pricing, as in response to the issued FWD #001. As discussed on the phone on Friday, KPG had request that Marshbank add a narrative to the pricing received. The narrative received will help to jointly explain to the City, how & what has changed to the existing bid items per the original contract, to aid in the explanation of Marshbank's forward pricing in the amount of $53,937, to the City. Noted in your forward pricing letter, the pricing also includes the concerns to the sand in the Zayo duct line to continue to be problematic, and will need to be also tracked as force account, above this pricing. As we have discussed, the need to somewhat "field fit" the setting of structure #100, the field fit will allow the project team to maintain adequate distance for the sand, allowing for it to stay stable. As discussed regarding the re -design, the sawcut limits and the paving removal areas have been maximized to allow for sufficient space to do so. It is understood that a couple more potholes to determine this offset distance, would likely benefit all parties involved, in hopes to allow for your efficient construction production rates. With this said, Marshbank does have authorization to pothole "the modular structure verification (multiple pothole trucks)", as requested in your email below. However this is to be tracked as force account under bid item #4, "resolution of utility conflicts". KPG elects to utilize the existing bid item #4 "resolution of utility conflicts" , no objections from Marshbank. This will be full i The timeline to acceptance in this received forward pricing, will be based on a KPG independent pricing analysis. I ask that Marshbank helps to clearly identifying added cost to the contract value that are not already included in the original bid prices, for which have been detailed out in Division 10 of the contract. Marshbank has done this by including your "Heavy Job" pricing pages as backup, showing expected crew & equipment time and any needed materials. Since the materials and products and method of installations have riot changed significantly, due to the re -design primarily just shifting the alignment of the storm and forcemain to the east a few feet; We will need to understand clearly how this add is justifiable to the City, for ultimately getting it accepted by the City. Once we can explain completely any perceived added costs to the contract, we can move it forward to the notion of a lump sum fee to the force account bid items as described in the measurement and payment section of the FWD. A change order likely will not be issued, since the FWD #1 had stated the use of bid items #1 and/or bid item #4 to be the method of processing the added costs associated to the issued design changes. We are looking to proceed with the work in joint understanding of the measurement and payment to the items listed below. In initial response to the presented items included in your forward pricing of $53,937, the bulleted list included, with our KPG's comments and/or concerns in each lower bullet: ■ Replacement of monument #1403 o Forward pricing looks acceptable $2500 for Survey to Register Monument, and $1781 for Marshbank related crew work. ■ No further information required as our interpretation. ■ The use of vactor truck potholing at 2 days o City preference to paid on receipt of invoice per BI#4 as T&M once completed, 40hrs of vactor time and dump is within the estimate. ■ Marshbank has removed the forward price on Serial Letter 7.1 and noted assumptions to be captured in these costs. ■ Added striping (LS Bid item) o Please Provide updated quote on LS Material Installation by the subcontractor. The anticipated limits and estimated added quantities are a bit unclear? More information will be needed to evaluate this cost estimate for pre -approvals. ■ Narrative provided on 7.1 in addition to the pre and post design change highlighting affected striping and additional work quotation. ■ Added survey o City preference to paid on receipt of invoice per BI#4 as T&M once re -alignment invoice is completed. The monument noted above, not included. Re -alignment to be separately shown with both cut sheets and invoice for re -work provided for the storm forcemain system allignments. ■ Marshbank will provide this invoice and expect this to be paid promptly. Marshbank previously sent survey rates ahead of this work. ■ Removals at unit pricing — o Additional sawcut above and beyond the incidental original work to be City preference to paid on receipt of invoice per BI#4 as T&M once re -alignment invoice is completed ■ This includes any minimum mobilization, slurry collection, stand by time for added potholes. ■ 4 days of re -scheduling efforts o No working days to be charged, the overhead fee breakdown submitted per the "heavy job" pricing details at 32 hrs acceptable as a 1 LS fee to BI #4 in the amount of $7587 for the field office, PM, PE and Superintendent as overhead costs. ■ No further information required as our interpretation. 2 • The Lump Sum Bid item #2, TSEC o Original bid price of $15000 for 60 WD's is $250 a day. At 4 days this is acceptable to add under BI #1 as a lump sum cost for adding $1000. ■ No further information required as our interpretation. • The Lump Sum Bid item #5, Traffic Control o Original bid price of $75000 for 60 WD's is $1250 a day. At 4 days this is acceptable to add under BI #1 as a lump sum cost for adding $5000. ■ No further information required as our interpretation. The use of the existing measurement and payment as written in FWD#1 will remain the intended payment mechanisms. Please comment or respond to the bulleted list KPG notes, and we can work to moving forward the added costs as indicated above. I am sure the City will have questions or concerns, so a meeting to discuss may be needed to process the added costs in full. Please proceed with potholing for the modular structure verification as requested Call me with any questions or comments to KPG's response to Marshbanks' forward pricing. Thanks! Matt North Resident Engineer KPG . 0 Interdisciplinary Design 0. 0 _v Cl 7 . From: Rob Gammell <robPmarshbankconst.com> Sent: Monday, March 15, 2021 11:46 AM To: Matt North <rnatt@kpg.c.orn> Cc: Kenton Wilde <Kenton@marshbankconst.com>; Alexa Henry <alexa@kog.conr>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh(amarshbankconst.com>; Jacob Williams <iacobwPkne.com>; Jeff Heglund <Jeff.HeglundPTukwilaWA.gov>; Patrick <PatrickPmarshbankconst.com>; Ryan Larson <Rvan.Larson(aTukwilaWA.gov>; Chris Rammage <Chris.Rammage(E marshbankconst.com>; Ray Edralin <rordikpg.com>; Daniel Clark <daniel@kpg.com>; Nelson Davis <NelsonPkpg.com>; Kelly Clark <kellyc�a)kpg.com> Subject: RE: EMWO: Design Issue Importance: High Matt, Good morning, 3 APPLY -A -LINE, LLC 175 Roy Rd SW Bldg C Pacific WA 98047 Tel: 253-299-1200 Fax: 253-299-1250 mail, applyaiine.com LIC. = APPLYLLS34OJ PROPOSAL ATTENTION: ROB- MARSHBANK CONSTRUCTION PROJECT: EAST MARGINAL WAY OUTFALL STORMWATER BID DATE: 3112/2021 o15W65CD 3 Itt ITEM DESCRIPTION PLAN UNIT TOTAL # QTY BID BID CHANGE ORDER PAVEMENT MARKINGS 1.00 LS 2309.00 $ 2.309.00 RAISED PAVEMENT MARKER TYPE 1 RAISED PAVEMENT MARKER TYPE 2 PLASTIC CROSSWALK BARS TOTAL $ 2,309.00 STIPULATIONS: 1. GENERAL CONTRACTOR TO PROVIDE TRAFFIC CONTROL 2. GENERAL CONTRACTOR TO PROVIDE PRELIMINARY MARKING FOR STRIPING LAYOUT 3. THIS PROPOSAL TO BE INCLUDED WITH CONTRACT DOCUMENTS 4. STANBY TIME $100.00 PER HOUR PER PERSON X 3 R(Stc- = 3o0 " 5. WHEN PROJECTS ARE LESS THAN $ 10,000.00 APPLY -A -LINE REQUESTS A PURCHASE ORDER IN LIEU OFA FORMAL SUBCONTRACT. BOND NOT INCLUDED THANK YOU FOR THE OPPORTUNITY TO QUOTE THIS PROJECT WITH YOUR COMPANY SINCERELY, MIKE "SUS" SUSNER ESTIMATOR PRICES INCLUDE MATERIAL; INSTALLATION & INSURANCE PRICES GOOD IF CONTRACT IS RECEIVED WITHIN 30 DAYS OF AWARD. AFTER 30 DAYS PRICES MUST BE RENEGOTIATED. GENERAL NOTES w•maiwria iqi otic _, ,. cL _ ! al .,,, . I 2 q8 4 ion pia p l'i' R v F' ��� as DI;$#aF s s� a ` o f :W E LY�B 4 f co g a� SWg�W8 F W zA �Y _.f� wK tiN 0! :d ° 1 s,1 a 1a =z` B :»� sz �f� =4 6BB�e>: - 3'� Jz b 51 i it C 1 R Gda 9 S339S 04+f VIS 3911 +. 991 eai PIPE STATION PROFILE E MARGINAL WAY OUTFALL F- 0 W 0 a F • Z O a W Q I1— cc Q 0 OC 0 F 0 cn W H W 0D zc� 00 0 0 RI' h-01 CZOI%SZ/OI !.i'I[nusi'O11`,: ,:, `- ^: , poi-miNrie U tV,70.4: GENERAL NOTES 1 g D ip,a F� s q■ 2tio fqU ) ig barn EgES j 14L 1-336 St §P Aig ;in En GEE CONSTRUCTION NOTES WO E tl z Ag 8 8 G us( esi 8 L1Yti 8 LCL 8 t 'dl Be guzJ 1 S 133HS OS+f Y1S 3N11 1-131Y11 8 o n o 8 PIPE STATION PROFILE c Z W 0� LL Z 00 0 ❑ m ever 0000/0/01 4iw down am....\ C,vsn\aro *0- w,r\r.Srl\y GENERAL --� Vi► n: N I9 mh .moo n uirn: B s o s W aux Cgs zit, 1. 5g z1 goE 108 hfi 8 13316 0;+Z1 V15 3Nr1 CONSTRUCTION NOTES LL a g g 51 q' Og8 gx wZ i" g la ti 56 g Re ig 01 OO®Oil so al r 9 '3315 00+8 615 3Nn N]1VM STI S it A PIPE STATION PROF! E MARGINAL WAY OUTFALL w W O 0 a 0Z X n. X z X w Q= < 0 2 X 0 0) W F- Z W O2 Z O O O 0 N o 0 mai o!m,/s./n•.LA.x,'vnai+c uv GENERAL NOTES ttl� CONSTRUCTION NOTES - b i E4 X; gM 10 ! Pg; 4 Ig _ s.- E,..5 9 "A s V 61 i r g§ g 5i!: 4 lig i 4 i i! lx Ogg gi wlqi t07 bl�IR _OR Li 6 133OS 06+91 610 316! K116i1 SIGNAL CONSTRUCTION NOTES „.„ ..,. 8 4 04 X6 :g; 5gili 5 !hip S glENX riN_ 4 4 4 1d 1 76, Ya .9 o vi In■.. 1 _ 4011 104. Eggs d 3 ;4I tld i SW h I L 13305 06+01 YIS 3NI1 031Y11 9 el o �n A9'. PIPE STATION PROFILE P. E 77 E MARGINAL WAY OUTFALL 1- 0 W 0 a F • z 0 a ce • a w m ao 2 0 1- 0 10 U./ 1— Z 0 D Z U 00 s E m 91001 0 0019UOl bo,OnYlsilorl01 (lr'+]\,b'n o\wsna\uo;,ro rni- IGrI\rwW\u;JDY/jY GENERAL NOTES liiPliiifiliMPRIAND ri i:D E! s �< ey ??= N a m SQA E $ g € yyre aK * gay rh-; iE O- NE ig g Vis g< 11 Z� hse§ sea1.4 Un AY 66ft nh rl 4 _ 4 n is 1 �r. CONSTRUCTION NOTES 1 1 0 z 0 w a E MARGINAL WAY OUTFALL 1- U W O a O X 0- u.1 w W U' a K W Q 0 0 2 0 cn ❑ v7 WF CC w CC 0 = Z O O U O g ❑o:/Wr ev lonuusmrt\i�.03\ nsse\i=nv rns-s.mi\sioroo-\, GENERAL NOTES .15 310 Ofirt_ L 13115 0I3+9 J o_ t tp S 1331-15 OS -1 Y1S 31,111 H)IY1 .s4 6 a ti R osst 8 cat A ISSI 8 11.1 t umn eo em wra 711:1 it Ot Ia g12,A• 42 .Yalrz� rwee< OS 51, r VrmeTya4olc'81 a rrnlrzlxo:e:r 8 OM: 8 /'al A 0 W O a_ a 0 W L.1.1 3 0 F /n ❑LU F- Z X W 0 D Z 00 0 ❑ AY [19 IML/II/[ k.l`I]Ittttu tto..:lue(\nut, \'°Im Yhliiat1\Y1MFL\azrozG\ Y GENERAL NOTES IiiimildbM11911 NISI 9 13395 09+ZI V1S 3911 9019M . 13995 OC.+B 61 3911 991Yri CONSTRUCTION NOTES 8 G NIn C..olm JS zasl � 2 ) 3111030 em m .933691 1 vanrmt....eI . on 1u n*mlwn Nasi, 000.ml 82 71n 103!6319 ,r 5 40 11:0IM0 9,1Y03Y,11 6Oti:40 OS -sl 8 os`sl 8 %'PI o Iron a 30/01.15 99500 iris _n1 00 NL 000 101u00 MIVX0 701). 09'31 1§1 ,9d :I :J N 3.05 57305 11 n4 un ogoityyzi ) 061 8 'Cin 1 PIPE STATION PROFILE 0 Z CC I-110 2 0 000 *1115 1:.2/11/0 \01MY._\51:3300*\ GENERAL NOTES CONSTRUCTION NOTES 5 CPP) a 2 is2� a 6z -A a -s (-5b z_ II t AA g - Olgi9 5 ?! S z is ) SIGNAL GENERAL NOTES 4 § Wg 4 T Ii i t 2.: 0SA 1,-300-1'' i11 t OPP < " 8 X 1; is ip d : e a z� 1 6w reiF '� A4s z5 4 3 e gd Ai 8» gg g� 6 133)5 09+91 616 3N11 1016M SIGNAL CONSTRUCTION NOTES &use WAP rin VAH 4X gg NOS= 8 go n�6 9 10gz2 :t �s aim g iow as �Id g ;'� jMw z;P i gig ;g! R Y P hg ED; 0131 OD F 0201 R 61 =8I �•••••-` AMP, ;0 401 0; 30 1 7.130 Loi ! 3 i 00 1,4 b01310.202 % fi 8 0,81 eat 03'. } 8 L 133)9 OS+ZI V16 326 63/06 20';1 041 8 PIPE STATION PROFILE E MARGINAL WAY OUTFALL 0 0 w 0 3- a Z ff W z W < QCC CC 0 H 0 0 W Z 01 W 0 Z 00 C. m H. v ILW/.UC dM'1333&Ss19H\Ib-0wDJ\Wv+'+A\MMl00llrO •m-rn:\t9FV\s+o3 oxn\ v Rob Gammell From: Matt North <matt@kpg.com> Sent: Thursday, March 11, 2021 10:36 AM To: Rob Gammell Cc: Kenton Wilde; Alexa Henry; Ed Wagner; Ernie Hinds; Jacob Williams; Jeff Heglund; Patrick; Ryan Larson; Chris Rammage; Ray Edralin; Daniel Clark; Nelson Davis; Kelly Clark Subject: RE: EMWO: Design Issue Attachments: FWD #001 - Tukwila EMWS Outfall - Plan Pages 5,6,7,8 revised.pdf; 14015STRM01_ 03112021.dwg Follow Up Flag: Follow up Flag Status: Flagged Rob, Thank you for your email and added items list for considerations. As anticipated here are the following files for your review and distributions to your staff, structure suppliers, the surveyor (including the .dwg file), and your saw cutter. Please begin your review, and the scheduling of the surveyor and saw cutters for these design changes. An official Field Work Directive with measure and payment language will follow. However, this will include factors, as discussed & indicated in the email below, to be finalized at a later date. This is due to Marshbank's crew being able to proceed with scheduled work, the days and impacts that will need to be assessed and incorporated to the costs of the issuing of these design changes. Due to this, the Field Work Directive measure and payment language will indicate that costs will be finalized once the full impacts are fully recognized, shown to the City with appropriate backup, and as agreed upon with the City. Attachments: • FWD #001 -Tukwila EMWS Outfall - Plan Pages 5,6,7,8 revised.pdf • 14015STRM01_03112021.dwg Contact me with any questions or concerns to the plan design changes, and this direction to proceed with the scheduling of this work within FWD #001 plan pages. Thanks! Matt North Resident Engineer KPG 1 SEATTLE • BELLEVUE ® TACOMA ® WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 vvww., 74J KPG 1 From: Rob Gammell <rob@marshbankconst.com> Sent: Thursday, March 11, 2021 10:10 AM To: Matt North <matt@kpg.com> Cc: Kenton Wilde <Kenton@marshbankconst.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com>; Ray Edralin <ray@kpg.com>; Daniel Clark <daniel@kpg.com>; Nelson Davis <Nelson@kpg.com>; Kelly Clark <kellyc@kpg.com> Subject: RE: EMWO: Design Issue Importance: High Matt, I don't mean to press but it was our understanding you would have revised plans for us by 9:00 am. We understand this is no small undertaking. As it currently stands, my surveyor (Northline) is confirming he can get back to the site Monday to re -stake any changes. This is assuming he has office time to review today and tomorrow and confirm any questions. See attached T&M rates sent by the surveyor. A few more considerations: -Need to review each structure adjusted with our structure supplier designers. - Make sure Strt #100 as built is feasible with any changes. -Understand the impact of the sand (backfill over zayo line) adjacent and through the storm regarding specialty shoring or productions. - Can you confirm or send detail for typical ductbank utility installation in City of Tukwila specific to backfill, clearances, restoration if undermined. -Sawcutting is scheduled for Tuesday 7-30 to 8:00 am. (Assuming all information is in hand and ready) - We have missed the original delivery dates of the large structure (100), 4" pipe package, and related items and need to confirm any changes and dates we will be onsite and ready to install. -Is there major changes to the east to consider a new traffic control plan before we sawcut? We are trying our best to schedule the unknown at the moment to get back to work. Anything helps. Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax 2 From: Matt North <matt@kpg.com> Sent: Wednesday, March 10, 2021 6:28 PM To: Rob Gammell <rob@marshbankconst.com> Cc: Kenton Wilde <Kenton@marshbankconst.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund(wTukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com>; Ray Edralin <ray@kpg.com>; Daniel Clark <daniel@kpg.com>; Nelson Davis <Nelson@kpg.com>; Kelly Clark <kellyc@kpg.com> Subject: RE: EMWO: Design Issue Rob, As discussed on the phone earlier with you and Kenton Wilde, KPG will have a design to you by tomorrow. The need for Marshbank to re -stake and survey is understood. As the rescheduling of sawcutting and this survey request is needed prior to Marshbank's crew being able to proceed with scheduled work, the days and impacts will need to be assessed and incorporated to the costs of the issued design changes. KPG will not charge for additional contract days used until the sawcutting is able to begin. At which point the work stoppage will be considered over. Also discussed on the call, the crew time assessments will need to be approved by the City as part of the review of the cost impacts to the issued design changes. Until the full scope and schedule impacts are assets, KPG will continue to track time as force account for work performed on site. Crew time not on site and not preforming work, will need to be discussed further and approved with the City prior to KPG being able to agree to at home costs. The discussions channels to potential standby time will need to, and will remain open. All indications to receiving plans for Marshbank to proceed with scheduling survey and sawcutting, allowing Marshbank to resume planned storm installations, are confirmed, and will be sent by tomorrow. Please plan accordingly, as time will be of the essence. Contact me with any further questions or concerns. Thanks! Matt North Resident Engineer KPG 1 SEATTLE ® BELLEVUE o TACOMA o WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 115%., KPG 36 ?EARS RENE, From: Rob Gammell <rob@marshbankconst.com> Sent: Wednesday, March 10, 2021 5:28 PM 3 To: Matt North <matt@kpg.com> Cc: Kenton Wilde <Kenton@marshbankconst.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com>; Ray Edralin <ray@kpg.com>; Daniel Clark <daniel@kpg.com>; Nelson Davis <Nelson@kpg.com>; Kelly Clark <kellyc@kpg.com> Subject: Re: EMWO: Design Issue Marshbank is completed with potholes today and will not be onsite tomorrow as discussed earlier on the phone. We will contact survey to let them know incoming design changes are expectes soon and get on their scheduling books for restaking and office time. Oldcastle will review and alignment or core changes, and we will shoot for Monday likely as a start unless we can line things up faster. To reiterate, We are currently in a work stoppage regarding how we bid this project and sequence to commence. My understanding is KPG is proficiently working on design changes to facilitate a design that is constructible. After our phone discussion earlier KPG asked the question if Marshbank could sawcut the permeable area. Unfortunately as there are no structures present in this area STA —11+00 TO 4+50. Laying pipe starting the middle of the trench is not feasible as well as we do not have the required trench box equipment to pivot to the 72" pump station structure, along with running the same risk of alignment changes could result in costly removals, and resetting. Either way Marshbank did not bid this project for sequencing work in this manner and any deviation not only changes the means and methods but greatly increases the costs. Additionally, Marshbank has no other projects to pivot the crew to at the moment. Marshbank is diligently working to find another project during this period but run the risk of losing our productive crew to another contractor in the interim. It is our position that Marshbank shouldn't be penalized for design issues out of our control. A reasonable approach to resolve this issue, assuming this will be a swift design change, would be to compensate the onsite crew per day until production and sequence work can begin while not working. This crew will be at home for the foreseeable future until we can find another project or begin work to be clear. The measurement can be in the form of a daily force account sheet for 8 hours per each individual. We consider this all part of this change since end of shift Monday. I will be providing supplemental information regarding costs. Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax Sent from my T -Mobile 4G LTE device Original message From: Rob Gammell Date: Wed, Mar 10, 2021 7:45 AM To: Matt North; 4 Cc: Kenton Wilde;Alexa Henry;Ed Wagner;Ernie Hinds;Jacob Williams;Jeff Heglund;Patrick;Ryan Larson;Chris Rammage;Ray Edralin;Daniel Clark;Nelson Davis;Kelly Clark; Subject:RE: EMWO: RFI 014 - Comm Line Locate Present - Response Matt, Thank you for the prompt response. Can you confirm if KPG is meeting Marshbank reps onsite today to layout the bioretention area today? We can then decide if the area marked for investigation are sufficient for KPG. We can brainstorm onsite other ideas as well. Let me know your thoughts. Thanks Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax From: Matt North <matt@kpg.com> Sent: Wednesday, March 10, 2021 7:40 AM To: Rob Gammell <rob@marshbankconst.com> Cc: Kenton Wilde <Kenton@marshbankconst.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com>; Ray Edralin <ray@kpg.com>; Daniel Clark <daniel@kpg.com>; Nelson Davis <Nelson@kpg.com>; Kelly Clark <kellyc@kpg.com> Subject: RE: EMWO: RFI 014 - Comm Line Locate Present - Response Hello Rob, Please find the response to RFI #14 for the "Comm Line Locate Present" information request. Attachments: • RFI 014 - Comm Line Locate Present - Response.pdf I have change the subject line of this incoming email for tracking purposes to reference this RFI #14. Contact me with follow up questions, and or updates to the onsite pothole report progress. Thanks! Matt North Resident Engineer KPG I SEATTLE • BELLEVUE ® TACOMA • WENATCHEE Interdisciplinary Design 5 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 aso KPG 3a'rfAESTP.OV From: Rob Gammell <rob@marshbankconst.com> Sent: Monday, March 8, 2021 3:07 PM To: Matt North <matt@kpg.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <iacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com> Cc: Kenton Wilde <Kenton@marshbankconst.com> Subject: RE: EMWO: Weekly Progress Meeting - Link to MS Teams meetings. Importance: High Please see attached RFI 014. This is time sensitive by tomorrow a.m. Photos attached for reference. Thank you Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax 6 GENERAL NOTES liI'1iNIhi WO iiia IIRWi El i e 1 d �� E b 0 Q n R a hg 1 S� K.s; s s 8 g K r' hb �� Ft R q 0 Py P 211101 1 li N b i ; asp �$� Z 8 V pg 6 1 33 z a 3 �II% � z a B= HA €�o 12 S S 2121 5i HI ii l3img; 8 0 0 0 0 0 0 0 e ei ONSTF ld Ul O 0. 0 P N a a 0 CO WI W o2 U_ 0 00 0 0 2 8-1 2 a m civ ieoz/iyc imnwo\S,w#rromc\aero xiv-sial\rxWu\v3nwi\�r GENERAL NOTES iiiif9:Mr1Nli WO ouli:M z S g g ;3b i65 '4911 Ng 4 Hi R R g 1; h E 5 e W 1M 118 RE Eq 211ill g la h !; k ilg b a 2R.P62 ox FY grab g egg 1g 5g 1 '645 S 133HS OS+f VIS 3N11 HOIVIY 98 CONSTRUCTION NOTES 'S1 Rj 2 —777 OSSI: CBI PIPE STATION PROFILE r e a 3 8 0 I W� W 0? Z 00 aM5 op�=9 M CI B 1202/II/[ S•p' I0.5.01 \I.-0.0VSu,•np\p530\WIIN MP2- IWl\VIMWLL\513,QUd\;M ( GENERAL NOTES E MARGINAL WAY OUTFALL e a a 0 O W O a H 0 z 0 fi CI- LLI W 0 � z wCe 2 0 H 0 (/) W F— Z w OD Z 0 00 0 0 1 w 5 a IOI •I2 Roz/w[ .010 siD,I\I) e�\.5 ..e,s\w¢x\wnro .6-ao,i\vw.xu\sero d\:x GENERAL NOTES opi R $ice g NI sw CONSTRUCTION NOTES d g1F 5a =x a Rw gW Xp g a8 282 0 SIGNAL GENERAL NOTES ig g Age xa o2 gg �� Q t uu °1144 QdQ pFpF,S5 a �g a1� F� � W oa g !id iN e b 40 ;5:4 a 2Nag. ige 6 133165 0S+91 V1S 3Nn KIVA 4 ui SIGNAL CONSTRUCTION NOTES OL 22 2 qww bx ge wwg Eags 9 i>�It iApE 16160S; R t .=iczbBsiOPIN ssE (i 'aSUHuh:: ltyorOdrd: 5 tOgX _:gab L 133NS 05+51 V1S 368 NOl911 PIPE STATION PROFILE 3 s A e a�3 u 0 N W Z C W CL0 Z 0 2 1 E 1 6 m ric ¢oz/n/r a•c ionwssiaiU��iwo\rs +a\ c ]o\Ipnro x.ra-simgvw>Ev\9030tld\;M MARSHBANK March 22, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental Information Serial Letter No. 8 Mr. North, The purpose of this letter is for Marshbank Construction, Incorporated (Marshbank Construction) to provide the City of Tukwila and its representatives with supporting documentation to supplement the notice of differing site conditions and our interpretation of direction given by KPG to postpone saw -cutting and tracking efforts during redesign for consequential delays. 1. The date and nature of the protested order, direction, instruction, interpretation or determination vlarshbank Construction Inc. (Marshbank) is providing this supplemental information related to serial letter No.005 (Differing Site Conditions). The purpose of this information is to provide all known direct costs associated with this delay arising from March 9, 2021 through March 17, 2021. These costs have been compiled with the expectation for prompt payment related to the issue. The two issues are the bio retention sidewalk area and the storm activity both in redesign and on hold until further notice at the current expense of Marshbank. 2.A full discussion of the circumstances which caused the protest, including mantes of persons involved, time, duration and nature of Work involved, and a review of the Plans and Contract Provisions referenced to support the protest. Persons Involved: • Marshbank Construction o Rob Gammell (Project Manager) o Ernest Hinds (Superintendent) o Patrick Gleason (Project Engineer) o Chris Rammage. (Foreman) • City of Tukwila and its representatives o Matt North (KPG-Resident Engineer) o Alexa Henry (Construction Services) o Ed Wagner (Lead Inspector) o Ray Larson (City of Tukwila -Project Manager) • KPG Design o William R. Edralin (Design Engineer/Final Stamp) MARSHBANK Relevant Timeline of Events: On March 3, 2021, Marshbank visited the site for initial locate boundary markings. Once onsite it appeared that a potential scaling issue was present for the sidewalk area regarding the bioretention zone after a cursory site walk. Marshbank requested a meeting for an onsite visit with KPG/City of Tukwila to discuss existing conditions in contrast to the plans. This meeting was held on March 4, 2021 and present for this meeting was Rob Gammell (MCI PM), Ernie Hinds (MCI Superintendent), Ed Wagner (KPG Lead Inspector), Matt North (KPG, RE), Ryan Larson (Tukwila PM). Marshbank brought to attention questions about the design vs actual field conditions before mobilization occurred. Marshbank agreed to follow up immediately with an RFI illustrating the issues combined with site photos. The same day as March 4, 2021, Marshbank sent an immediate RFI (#011) identifying both differing site conditions along with photos for easy interpretation of the issue. Specifically showing how the as -bid detail showed an existing 6" concrete area for doweling into a planned vertical wall appeared to be a thin questionable condition asphalt present. This was in addition to a horizontal issue for existing sidewalk area in regards to tree pits not able to retain a permanent 6' walkway. No immediate answer or timeline for redesigning the section of work "bioretention sidewalk area" was given. Marshbank was not notified to delay mobilization in any manner at this time and mobilizes for work on March 8, 2021. As Marshbank is in the process of mobilizing equipment and laying out sawcut behind the survey pins per plan. It appeared onsite that another vault lid was in the center turn lane absent of definitive markings where future storm is to be installed. This did not have sufficient informative locate marks to Marshbank's acceptance and another locate specific call via 811 is generated by Marshbank to clarify the identifiers. Marshbank brought to KPG's attention the locate paint indicating a communication line roughly 3' wide in the future storm alignment which is not shown on the plan documents. In expedited fashion and on the same day Marshbank immediately sent an RFI (#014) requesting direction and alerting KPG of the "time sensitive issue". KPG responds at 4:44 pm with a direction of a work stoppage order and consider this a response to RFT #014. This resulted in added potholes directed by KPG for further design investigation. Both the issue of the sidewalk bioretention area needing to be redesigned and the gravity/force main activity resulted in work stopping design issues which kept Marshbank from being in any manner productive. This displaced the crew, and focused on potholing both overstaffed and inefficient while sacrificing concurrent work as bid. The first weekly meeting is attended virtually by the project team and Marshbank transmitted serial letter #05 on the same day March 9, 2021 which formally notified KPG and the City of Tukwila of the communication line differing site condition present. The intent of this notification in conjunction with the discussion in the weekly meeting was to alert KPG/Tukwila of the various design issues brought forward and how Marshbank intends to track these issue(s) via force account until production work as bid can be realized. Marshbank made sure to state in serial letter No. 5 the issue of bid item potholing due to the changed conditions for critical stoppage. As detailed in said serial letter for the crew being dedicated for potholing materially changed the way we priced and the quantity of each pothole. 3/9/2021 — Complete loss of production. After the work stopping direction, crew exclusively worked on all potholes including added quantities never quantified in the per each proposal price. Marshbank bid the project to concurrently sawcut with slurry collection laborers (MCI crew members) while hardscape was being stripped and hauled off to waste site. This would allow clear and unobstructed access for (1) vactor truck to pothole the proposal quantity (6). Marshbank thus had to pivot from this means and methods to a focused (5) man crew exclusively on —13 potholes and a minimum sawcut charge. The following remaining timeline dates have been itemized for ease of reading. 3/10/2021 — Complete loss of production. KPG responds to RFI (#014) stating that KPG understands they have added potholes and will agree to track for fair and equitable agreement. By 2:56 pm Marshbank provides all data from potholing as directed via email. MARSHBANK 3/11/2021 — Complete loss of production and displaced crew. 3/11/2021 (10:08am) -Marshbank provides surveyor rates for T&M for KPG's records. 3/11/2021 (10:36atn) — KPG send redesign plan requesting rapid scheduling of survey and saw -cutting. 3/12/2021 — Complete loss of production and displaced crew. 3115/2021 — Small crew supporting survey with traffic control and assisting layout for saw -cutting the next day. Complete loss of any critical path work. 3/16/2021 — Complete loss of production. Crew beginning to assist saw -cutting out of sequence, no work completed in the manner bid. 3/17/2021 — Complete loss of production and working on track force account as accepted forward price still outstanding. Crew began hardscape stripping and excavation for structure 425. Encountered a 4" potentially known (KPG Plan Set show FO) in the area of excavation in direct conflict with the structure/shoring box. Seemingly from the redesign shifting from a clear separation to overlap of said conduit. 3/17/2021 — Related to RFI and initial pricing sent for the redesign Marshbank encounters sand encroaching into preliminary excavation. No inspector onsite at this time. Email notification with time and pictures sent to KPG (8:46 am) 3/17/2021 — (9:37 am) Marshbank immediately notifies KPG onsite as well as RFI (4021) 3/17/2021 - (6:21 pm) KPG send email restating onsite discussions for tracking the entire clay as lost production and reimbursement via force account. "The storm work on East Marginal Way is on hold until further notice." 3/18/2021 - No production. Equipment on standby. 3/19/2021 - No production. Equipment on standby. 3/19/2021 — Marshbank's baseline schedule approved "NET" 3/22/2021 — Stand by until further notice. 3. The estimated dollar cost, if any, of the protested Work and a detailed breakdown showing how that estimate was determined. In an effort to expedite this cost issue Marshbank has detailed the immediate impacts to only Project Manager, Project Engineer, and halftime Superintendent. See attached daily breakdown showing $2,194.25 (1,675 with markup). These rates should match the presented office rates priced for comparison purposes to the first redesign Priced Change Order. If this cannot be agreed upon Marshbank reserves its rights to realize the full impacts i.e., Superintendent salary, office manager, office rental, ownership costs, clerical/timekeeping, vehicles, liability insurance, supplies, utilities etc. and continue the protest. Marshbank requests $86,640.17 to cover direct costs beginning March 9, 2021 through March 17, 2021. Additionally, Marshbank is providing a charged rate effective March 18, 2021 of a daily rate of $1,112.35 for equipment per day and $2,194.25 for office overhead per day for unrealized non -working equipment staged on this project and overhead costs being incurred by Marshbank Construction. The daily cost including both equipment standby and management is $3,306.60. These costs will be incurred daily until work is able to be performed per production and schedule. Marshbank will be billing MARSHBANK each of the calendar days affected this daily rate. As of this letter March 22, 2021, (3) workable calendar days have elapsed totaling $3,337.05. This cost is ongoing and is not captured in the above sum until resolution and agreement for work to begin. As this is design delay is ongoing and the schedule impacts cannot be fully realized until production work begins including any added long lead supplier items such as structures the resulting schedule impacts are not known. BioClean charges $2,982.00 storage fees per month beginning April 1''. These costs will be bore by KPG/City of Tukwila along with the two cancellation charges outlined in the daily sheets. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. In that these costs are occurring daily Marshbank requests a response by end of day tomorrow. If you have any questions or wish to discuss further please give me a call at your earliest convenience. Sincerely, Rob Gammen Marshbank Construction MARSHBANK CONSTRUCTION Cont. Lic. MARSHCl-05706 / DBE/MBE No. D1M0017507 March 9, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Differing Site Conditions Serial Letter No. 5 Mr. North, The purpose of this letter is for Marshbank Construction, Inc. (Marshbank Construction) to provide the City of Tukwila with formal notice pursuant to specification 1-04.7 — Differing Site Conditions. The changed condition is preventing Marshbank Construction from proceeding with scheduled Contract Work. On March 8, 2021 Marshbank alerted onsite representatives from KPG and sent an immediate RFI, (RFI 014) regarding the discovery via locate paint, of an assumed communication duct bank running north and south potentially resulting in conflicts for the first order of work activities. Marshbank Construction's schedule shows potholing and excavation in the first week. The three-week look ahead provided Friday (March 5, 2021) before any known issues illustrated a more detailed breakdown of work including saw -cutting beginning March 9, 2021 and related prep work for the storm activity. Based on the email direction received from KPG yesterday at 4:44 pm, Marshbank was instructed to postpone saw -cutting the trench in its entirety in direct contrast to how Marshbank bid the project. Marshbank had to adjust the saw -cutting activity entirely to focus on potholing per direction for furnishing information to KPG designers. (March 8, 2021 email 4:44 pm) Marshbank did not price each pothole (6) per proposal quantity for specialty sawcut minimum footages, opposed to economy of scale in slurry and dump daily charges, and should have been able to remove hardscapes directly behind the saw -cutting activity. Marshbank has missed the opportunity to utilize the crew with concurrent work including to tandem walk behind saws and a Marshbank employee behind each for slurry collection, as the hardscape employees remove the top layers to subgrade ahead, during, and beyond the vactor truck potholing. Marshbank under direction and approval by KPG has identified (13-14) potholes at the time of writing this letter or 233% of the bid proposal that are desired for information at this time. Marshbank did not realize this in their bid price. This change affects items including but not limited vactor time, distance, dump quantity, crew size, inefficiency, equipment standby, and all associated lump sum or fixed costs related to a working day. Marshbank Construction continues to await direction from the City of Tukwila as it relates to this issue. Marshbank understands the City of Tukwila and its representatives are working to provide direction. Once direction is received, Marshbank Construction will provide pricing for this change in a timely manner related to any design changes. As this work is changing daily, Marshbank Construction will track its direct costs associated with this change, on daily force account sheets and will submit to the City of Tukwila for reimbursement. Please let us know immediately if there are any objections to this. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. An Equal Opportunity Employer Ph. (425) 377-9708 / Fax (425) 377-0709 PO Box 97. Lake Stevens WA 98258 MARSHBANK CONSTRUCTION Cont Lic. MARSHC/-05106 / DBE/MBE No. 011140011507 Should you have any questions, I can be reached by phone at (425) 209-8225 Sincerely, Digitally signed by Robert Gammell Date: 2021.03.09 11:07:19-08'00' Marshbank Construction Inc. An Equal Opportunity Employer Ph. (425) 377-9708 / Fax (425) 377-0709 PO Box 97, Lake Stevens WA 98258 Rob Gammell From: Matt North <matt@kpg.com> Sent: Monday, March 8, 2021 4:44 PM To: Rob Gammell; Alexa Henry; Ed Wagner; Ernie Hinds; Jacob Williams; Jeff Heglund; Patrick; Ryan Larson; Chris Rammage; Jason Tesdal; Daniel Clark; Nelson Davis; Ray Edralin Cc: Kenton Wilde Subject: RE: EMWO: RFI 014 Attachments: RFI 014 - Comm Line Locate Present.pdf; IMG_5114.jpg; IMG_5117.jpg; IMG_5118.jpg Importance: High Hello Rob, Please postpone your saw -cutting as planned for tomorrow, keep the camera install on track at the intersection of S 81St PI with Service Electric as planned. The unknown Zayo lines in the center lane raise caution as indicated in the RFI as potential conflicts to the modular wetland structure #100. Pothole the Zayo lines to be tracked as per each Bl#42 to determine width and depth, report data to KPG so that KPG Design has information. Additional potholing for this unknown Zayo line is acceptable and needed for determining additional actions for the issued RFI #14. Once pothole data is received, KPG can advise and respond to the RFI. I have change the subject line of this incoming email for tracking purposes to reference RFI #14. Contact me with any questions or concerns on this direction. Thanks! Matt North Resident Engineer KPG I SEATTLE ® BELLEVUE TACOMA 0 WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 www.kpg.com 3D KPG 30}rpBSiIEM From: Rob Gammell <rob@marshbankconst.com> Sent: Monday, March 8, 2021 3:07 PM To: Matt North <matt@kpg.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com> 1 Rob Gammell From: Matt North <matt@kpg.com> Sent: Wednesday, March 17, 2021 6:21 PM To: Patrick; Rob Gammell Cc: Ernie Hinds; Ed Wagner; Alexa Henry; Ray Edralin; Jeff Heglund; Ryan Larson Subject: RE: EMWO RFI 021 - 4 Inch Steel Conduit in Conflict with CB 25 - initial RFI response Follow Up Flag: Follow up Flag Status: Flagged Patrick & Rob, As you are aware from onsite discussions, and following emergency locate of the 4 Inch Steel Conduit, is in Conflict with CB 25 and structure #100. KPG will be reviewing the design, and Marshbank will need to go on standby for the storm work revisions until further notice. Today as discussed will all be tracked as force account. Design is feverishly working on a solution to the newly found line. The pothole of the structure #100 for tomorrow has been canceled. The 4" line does continue on to parallel the Structure #100 to the east, and the Zayo line on the west side only looks to have 9ft of separation. The shoring box to fix the structure #100 is needed as 12 to 13ft by 20 feet long. With the newly found unmarked & unknown line, KPG does not see the structure #100 fitting in the window of space per the current design. The storm work on East Marginal Way is on hold until further notice. Contact me with any questions or concerns to this initial RFI #21 response. Thanks! Matt North Resident Engineer KPG 1 SEATTLE • BELLEVUE ® TACOMA a WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 www.I<pg.cor KPG 30 ?EMS STEM From: Patrick <Patrick@marshbankconst.com> Sent: Wednesday, March 17, 2021 9:40 AM To: Matt North <matt@kpg.com>; Ed Wagner <edw@kpg.com>; Alexa Henry <alexa@kpg.com>; Ray Edralin <ray@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Ryan Larson <Ryan.Larson@TukwilaWA.gov> 1 Cc: Rob Gammell <rob@marshbankconst.com>; Ernie Hinds <ernieh@marshbankconst.com> Subject: EMWO RFI 021- 4 Inch Steel Conduit in Conflict with CB 25 See attached RFI 021, this is urgent as we have core drillers scheduled for the connection into CB 34 at 11:00 AM. Please provide direction as soon as possible. Thank you, Patrick Gleason Project Engineer Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 754-3085 Cell (425) 377-9708 Office (425) 377-0709 Fax 2 DAYS DIRECTLY IMPACTED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED ESC LUMP SUM ITEM NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED PROJECT TTC NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU 3/9/2021 $ 12,310.06 3/10/2021 $ 10,972.37 3/11/2021 $ 5,565.51 3/12/2021 $ 5,565.51 3/15/2021 $ 7,700.23 3/16/2021 $ 6,185.05 3/17/2021 $ 12,481.69 TOTAL $ 60,780.42 3/9/2021 $ 250.00 3/10/2021 $ 250.00 3/11/2021 $ 250.00 3/12/2021 $ 250.00 3/15/2021 $ 250.00 3/16/2021 $ 250.00 3/17/2021 $ 250.00 TOTAL 3/9/2021 3/10/2021 3/11/2021 3/12/2021 3/15/2021 3/16/2021 3/17/2021 TOTAL 3/9/2021 3/10/2021 3/11/2021 3/12/2021 3/15/2021 3/16/2021 3/17/2021 TOTAL $ 1,750.00 1250 1250 1250 1250 1250 1250 1250 $ 8,750.00 $ 2,194.25 $ 2,194.25 $ 2,194.25 $ 2,194.25 $ 2,194.25 $ 2,194.25 $ 2,194.25 $ 15,359.75 Grand Total 3/9 thru 3/17 $ 86,640.17 MARSHBANK SHEET N0: 20118-01 CONSTRUCTION Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LI LT U RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840,56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 JUSTIN TRUMAN DUMP 1.5 $ 83.50 $ 112.37 $ 125.26 CAMERON HILL VACT 6.5 $ 84.94 $ 114.50 $ 552.09 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL -LABOR: & PROFIT @ 29.00% ADDITION 2.00%_$ LABOR TOTAL $ 3,549.80 $ 1,029.44 71.00 $ 4,650.24 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC13BUSLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 4 $ 115.22 $ 26.26 $ 460.88 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench S 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench SF 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0061 6X4 18YD 70KGVW 1.5 $ 73.36 $ 12.76 $ 110.04 MCI -0061.5 14.5-13 1.5 $ 15.63 $ 4.42 $ 23.45 MCI -0080* 320VactorTruck 6.5 $ 141.53 $ 58.53 $ 919.95 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION SUBTOTAL -EQUIPMENT OVERHEAD & PROFIT@ 21% EQUIPMENT TOTAL / SERVICE QUANTITY UNIT PRICE $ 3,340.64 $ 701.53 $ 4,042.17 DOLLAR AMOUNT Vactor Dump VPC 1 EA 110.00 $ 110.00 RCSTC for Pothole Backfill 29.58 TON 8.50 $ 251.43 Sawcut for potholes 1 LS 2,628.36 $ 2,628.36 The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ 2,989.79 $ 627.86 $ 3,617.65 $ 12,310.06 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - 1 SHEET TOTAL: $ 12,310.06 MARSHBANK SHEET NO: 20118-01 CONSTRUCTION C., [... .1,,,, -..[.57th; CBE. 111E .1, Oa., IA, Project Name: Item No.: EMWOSTOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA L LT LRT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 CAMERON HILL VACT 8 $ 84.94 1.5 $ 114.50 $ 851.25 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL -LABOR: 8 PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 4,413.04 $ 1,279.78 $ 88.26 $ 5,781.08 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0080* 320VactorTruck 8 $ 141.53 $ 58.53 $ 1,132.24 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 SUBTOTAL EQUIPMENT OVERHEAD & PROFIT @ EQUIPMENT -EQUIPMENT 21 % TOTAL $ 3,880.32 $ 814.87 $ 4,695.19 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT Vactor Dump VPC 1 EA 110.00 $ 110.00 Cancellation Fee Mid Structure 1 LS 300.00 $ 300.00 LS $ - L5 $ - LS $ - L5 $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL- MATERIALS MATERIALS MU © 21 % MATERIALS/SERVICE TOTAL TOTAL: $ 410.00 $ 86.10 $ 496.10 $ 10,972.37 TAX PERCENTAGE MTRL I 0.00% $ - TAX ONLY 0.00% $ - SHEET TOTAL: $ 10,972.37 MARSHBANK SHEET NO: C O N S'I' 12 1.1 C'f 1 O N 20118-01 Project Name: Item No.: EMWOSTOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LI LT LI RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBTOTAL - LABOR: LABOR OVERHEAD 8 PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 3,561.79 $ 1,032.92 $ 71.24 $ 4,665.94 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 24.08 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box' 0 8 $ 4.11 $ 3.11 $ 24.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'920' Steel Trench Sh l 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' -12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'"STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI -0061 6X4 18YD 70KGVW $ 73.36 $ 12.76 $ - MCI -0061.5 14.5-13 $ 15.63 $ 4.42 $ - MCI -0080" 320VactorTruck $ 141.53 $ 58.53 $ - MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 EQUIPMENT OVERHEAD SUBTOTAL 8 PROFIT Q EQUIPMENT -EQUIPMENT 21% TOTAL $ 743.44 $ 156.12 $ 899.56 MATERIALS / SERVICE DESCRIPTION MATERIALS 1 SERVICE QUANTITY UNIT PRICE DOLLAR AMOUNT LS $ _ LS $ _ LS $ - LS $ - LS $ _ LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this Contract. SUBTOTAL -MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL $- $ $ $ - - 5,565.51 TAX PERCENTAGE MTRL 0.00% $ TAX ONLY 0.00% $ - - I SHEET TOTAL: $ 5,565.51 MARSH BAN K SHEET NO: CONSTRUCTION 20118-01 Project Name: Item No.: EMWOSTOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inetficent LOCATION: STA LI LT U RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBTOTAL -LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 3,561.79 $ 1,032.92 $ 71.24 $ 4,665.94 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 24.08 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'08' Manhole Box• 0 8 $ 4.11 $ 3.11 $ 24.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Shi 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Shi 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI -0061 6X4 18YD 70KGVW $ 73.36 $ 12.76 $ - MCI -0061.5 14.5-13 $ 15.63 $ 4.42 $ - MCI -0080' 320 Vector Truck $ 141.53 $ 58.53 $ - MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 SUBTOTAL EQUIPMENT OVERHEAD F. PROFIT c EQUIPMENT -EQUIPMENT 21% TOTAL $ 743.44 $ 156.12 $ 899.56 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT LS $ - LS $ - L5 $ - L5 $ - LS $ - LS $ - Ls $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU / 21% MATERIALS/SERVICE TOTAL TOTAL: $ - $ $ $ - - 5,565.51 TAX PERCENTAGE MTRL I 0.00% $ TAX ONLY 0.00% $ - - SHEET TOTAL: $ 5,565.51 MARSHBANK SHEET NO: 20118-01 CONSTRUCT]ON Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA Li LT Li RT Prime Contractor: NAME MCI OCCUPATION Sub -Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT © 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 1,839.28 $ 533.39 $ 36.79 $ 2,409.46 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS Subcontractors SUBTOTAL - EQUIPMENT OVERHEAD & PROFIT © 21% EQUIPMENT TOTAL / SERVICE QUANTITY UNIT PRICE $ 2,748.08 $ 577.10 $ 3,325.18 DOLLAR AMOUNT Northline Survey CO#1 1 LS 1,755.00 $ 1,755.00 The compensation as indicated in this price does not include any amounts for changes in the sequence of Work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS MATERIALS MU @ 12% MATERIALS/SERVICE TOTAL TOTAL: $ 1,755.00 $ 210.60 $ 1,965.60 $ 7,700.23 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - I SHEET TOTAL: $ 7,700.23 MARSHBANK SHEET N0: 20118-01 CONSTRUCTION c:,,u. u. nan_o,C,.osiao , C,E,/ RE rto osysJ/au; Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LJ LT Li RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL - LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 2,183.11 $ 633.10 $ 43.66 $ 2,859.87 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X41195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30,62 $ 8.18 $ 244.96 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION SUBTOTAL OVERHEAD & PROFIT @ EQUIPMENT - EQUIPMENT 21% TOTAL $ 2,748.08 $ 577.10 $ 3,325.18 / SERVICE QUANTITY UNIT DOLLAR AMOUNT LS $ - LS $ - LS $ - L5 $ - L5 $ - L5 - $- The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS MATERIALS MU © 21% MATERIALS/SERVICE TOTAL TOTAL: $ $ - $ - $ 6,185.05 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - I SHEET TOTAL: $ 6,185.05 MARSHBANK SHEET NO: 20118-01 C O N S R U C I O N Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LI LT LJ RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 PAM ERICSON DUMP 6.5 $ 83.50 $ 112.37 $ 542.78 JSUTIN TRUMAN DUMP 6.5 $ 83.50 $ 112.37 $ 542.78 SUBTOTAL -LABOR: LABOR OVERHEAD 8 PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 4,647.35 $ 1,347.73 $ 92.95 $ 6,088.03 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 g $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1,51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0075 DROP 4 80 6.5 $ 30.32 $ 8.54 $ 197.08 MCI -0076 4X2 25KGVW DSL 6.5 $ 29.75 $ 5.04 $ 193.38 MCI -0061 6X4 18YD 70KGVW 6.5 $ 73.36 $ 12.76 $ 476.84 MCI -0061.5 14.5-13 6.5 $ 15.63 $ 4.42 $ 101.60 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT SUBTOTAL OVERHEAD 8 PROFIT el EQUIPMENT - EQUIPMENT 21% TOTAL $ 3,716.98 $ 780.57 $ 4,497.55 MATERIALS 1 SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT CSBC for Directed Backfill of Trench 90.74 TON 8.50 $ 771.29 Short Load Dirt Dump 13.05 TON 15.00 $ 195.75 Asphalt & Concrete Dump 20 CY 15.00 $ 300.00 CANCELLATION FEE MOD STRUCTURE 1 LS 300.00 $ 300.00 LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU @ 21% MATERIALSISERVICE TOTAL TOTAL: $ 1,567.04 $ 329.08 $ 1,896.12 $ 12,481.69 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - 1 SHEET TOTAL: $ 12,481.69 MARSHBANK SHEET NO: 20118-01 CONSTRIICTION Project Name: EMWO STOPPAGE Project No: 20118 Item No.: Date: Description of Work: DAILY EQUIPMENT STAND BY LOCATION: STA U LT Li RT Prime Contractor: MCI Sub-Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE $ 89.76 $ 122.51 $ - ROYCEJOHANNES OPER $ 86.17 $ 112.35 $ - WILLIAM LINDSTROM PIP $ 63.01 $ 86.63 $ - WILLIAM WATKINS GEN $ 61.83 $ 84.90 $ - TAYLOR KILLIAN LAB60 $ 42.98 $ 56.82 $ - TIMOTHY PELTIER OPER $ 86.17 $ 112.35 $ - PAM ERICSON DUMP $ 83.50 $ 112.37 $ - JSUTIN TRUMAN DUMP $ 83.50 $ 112.37 $ - LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL- LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ - $ - $ - $ - EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI-0120 4X4 1 195 CREW DSL $ 15.36 $ 3.01 $ - MCI-3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI-1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI-1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box` 0 8 $ 4.11 $ 3.11 $ 24.88 MCI-6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI-6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI-0075 DROP 4 80 6.5 $ 30.32 $ 8.54 $ 55.51 MCI-0076 4X2 25KGVW DSL 6.5 $ 29.75 $ 5.04 $ 32.76 MCI-0061 6X4 18YD 70KGVW 6.5 $ 73.36 $ 12.76 $ 82.94 MCI-0061.5 14.5-13 6.5 $ 15.63 $ 4.42 $ 28.73 MCI-0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION SUBTOTAL-EQUIPMENT OVERHEAD& PROFIT@ 21% EQUIPMENT TOTAL / SERVICE QUANTITY UNIT PRICE $ 919.30 $ 193.05 $ 1,112.35 DOLLAR AMOUNT TON $ - TON $ - CY - $- The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS $ MATERIALS MU @ 21% $ - MATERIALS/SERVICE TOTAL $ - TOTAL: $ 1412.35 TAX PERCENTAGE 0.00% $ MTRL TAX ONLY 0.00% $ - I SHEET TOTAL: $ 1,112.35 Marshbank Construction, Inc. EMARGWAY-1 BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Pcs Page 1 03/22/2021 14:05 Cost for Item 460 Quantity Unit Perm Constr Equip Sub - Unit Cost Labor Material Matl/Exp Ment Contract Total BID ITEM = 460 CLIENT# = 46 Description = DAILY MANG COST Unit = DAY Takeoff Quan: 1.000 Engr Quan: 1.000 10001 ADDITIONAL MANAGEMENT -TRACKING CHAN Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed SUPOI Superintendent 8.00 CH Prod: 1.0000 S Lab Pcs: 2.50 Eqp Pcs: 2.50 8TRPU Pick up 2.00 16.00 HR 15.330 245 245 8TRSUPT Truck-Supt.-PM-Est.(No 0.50 4.00 HR 17.520 70 70 SUG Superintendent -(General) 0.50 4.00 MH 66.520 402 402 SUPENG Project Engineer 1.00 8.00 MH 37.000 412 412 SUPM Project Manager 1.00 8.00 MH 50.500 546 546 $1,674.70 20.0000 MH/LS 20.00 MH [ 966.08 ] 1,359 315 1,675 > Item Totals: 460 - DAILY MANG COST $1,674.70 20.0000 MH/DAY 20,00 MH [ 966.08 ] 1,359 315 1,675 1,674.700 1 DAY 1,359.34 315.36 1,674.70 $1,674.70 *** Report Totals *** 20.00 MH 1,359 315 1,675 NorthLine Surveying Surveying and Construction Technologies 2025 Riverside Drive, Suite D Mount Vernon, WA 98273 Bill To Marshbank Construction Po Box 97 Lake Stevens, WA 98258 Invoice Date 3/17/2021 Invoice # 21.09-01 Project Name 21.09 East Marginal Way Outfall Storm... GC Proj. # NLS Proj. # 21-09 Contract # Bid Item Scope LS Value Prev. % Prev. Amt Total % Current Co... Construction Surveying Control Establish Survey Control 918.00 100.00% 918.00 Project Network Site Preparation Staking Site Preparation Staking 432.00 100.00% 432.00 Storm Staking Storm Staking 1,782.00 50.00% 891.00 Bid Item: 5,400.00 41.50% 2,241.00 Change Order #01 Storm Revisions 1,755.00 100.00% 1,755.00 ------ CHANGE ORDER March 17, 2021 > Added 1 Change Order #01. (+$1,755.00) > Added 1 Change Order #02. (+$1,200.00) Total change to estimate +$2,717.50 3,996.00 Retention (5%) -199.80 Total $3,796.20 Payments/Credits 50.00 Balance Due $3,796.20 Salinas Sawing & Sealing, Inc. 7804 40th Ave W. Mukilteo, WA 98275 Bill To MARSHBANI( CONSTRUCTION P.O, BOX 97 LAKE STEVENS, WA 98258-0097 Invoice Date Invoice # 3/9/2021 33689 Ship To E. MARGINAL WAY OUTFALL STORMWATER RETROFIT PROJECT CITY OF TUKWILA MCI PROJECT 20118 PR -1729 P.O. No. Terms Due Date Project Our Job No. Net 30 4/8/2021 21-9415 E. Marginal Way... 21-9415 Item Description Quantity Rate Amount 300 Asphalt Demo- 9" 228 2.34 533.52 600 Concrete Demo- 7" (16" TD) 228 4.90 l,1 17.20 825 Standby Time Per Hour 1.5 120.00 180.00 300 Asphalt Demo- 9" 86 2.34 201.24 600 Concrete Demo- 7" (16" TD) 86 4,90 421.40 750 Slurry Vacuum Equip & Disposal 175.00 175.00 Work Completed 03/09/2021 (W.O. 53197) Office:(425) 745-0706 Fax:(425) 745-0628 Total 52,628.36 Bid Item Description Quantity Unit Amount 2 Temporary Water Pollution/Erosion Control 1 LS $15,000.00 Initial TESC setup 1 LS $5,000.00 TESC Daily Rate 60 Day $166.67 5 Project Temporary Traffic Control 1 LS $75,000.00 Initial traffic control set up 1 LS $15,000.00 Traffic control daily rate 60 Day $1,000.00 6 Removal of Structures & Obstructions 1 LS $20,000.00 Saw cutting 2+25 - 15+30 1 LS $8,000.00 Removal of hardscapes 2+25 - 15+30 1 LS $4,000.00 Saw cutting 16+80 - 21+10 1 LS $4,000.00 Removal of hardscapes16+80 - 21+10 1 LS $4,000.00 39 Pump Station Complete 1 LS $80,000.00 Excavation, grading, and installing structure 19 1 LS $45,000.00 Procurement of electrical components 1 LS $22,500.00 Instillation of conduit boxes and wiring 1 LS $7,500.00 Training for pump station 1 LS $5,000.00 40 Stormwater Media Filer 1 LS $65,000.00 Excavation, grading, and installing structure 100 1 LS $60,000.00 Instillation of modular wetland media 1 LS $5,000.00 43 Traffic Signal Modifications 1 LS $21,200.00 Procurement of materials 1 LS $2,120.00 Instillation of materials 1 LS $20,000.00 MEI Submittal Approval Codes NET- No Exceptions Taken RAR - Revise and Resubmit X CA - Conditionally Approved, See Comments CA - Conditionally Approved, Make Corrediorts REJ - Rejected See Comments p. neat Zona 03/04/2021 Reviewer Comments: Lump Sum Breakdown is approved for items included within. Additionally, bid item #3 for "mobilization" will be processed per WSDOT Spec 1-09.7 Cc: Kenton Wilde <Kenton@marshbankconst.com> Subject: RE: EMWO: Weekly Progress Meeting - Link to MS Teams meetings. Importance: High Please see attached RFI 014. This is time sensitive by tomorrow a.m. Photos attached for reference. Thank you Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax Rob Gammell Subject: FW: BIO CLEAN STORAGE From: Daryl.Clark@Ferguson.com <Daryl.Clark@Ferguson.com> Sent: Thursday, March 18, 2021 4:18 PM To: Patrick <Patrick@marshbankconst.com> Cc: Rob Gammell <rob@marshbankconst.com>; PANDORA_6@MSN.COM Subject: BIO CLEAN STORAGE Patrick, I guess there serious about storage. I thought a few hundred bucks. See below Bio Clean comments. Also a $300 double cancellation fee to the owner. Please advise on PO or cost code to use for billing. Thank you. Daryl Clark Hope you are doing well. The East Marginal Way Outfall shipment has been cancelled a couple times this month. We do not have room to store this unit after 30 days from completion, which would be March 24th. Will the contractor be able to take this unit by March 31St? We will need to begin charging storage fees of $2982 per month on April 15t. Hopefully the fees can be avoided by the contractor taking the unit before March 31St. Thanks for your help. Bio Clear i A torte.,, Co.v awy Jeff Pierce Regional Sales Manager Pacific Northwest 1 MARSHBANK March 30, 2021 Matt North, R.E. KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental Information Serial Letter No. 8.1 Additional Info Request 3-30-21 Mr. North, The purpose of this letter is for Marshbank Construction, Incorporated (Marshbank Construction) to provide the City of Tukwila and its representatives with supporting documentation to supplement the notice of differing site conditions and our interpretation of direction given by KPG to postpone saw -cutting and tracking efforts during redesign for consequential delays. 1. The date and nature of the protested order, direction, instruction, interpretation or determination Marshbank Construction Inc. (Marshbank) is providing this supplemental information related to serial letter No.005 (Differing Site Conditions). The purpose of this information is to provide all known direct costs associated with this delay arising from March 9, 2021 through March 17, 2021. These costs have been compiled with the expectation for prompt payment related to the issue. The two issues are the bio retention sidewalk area and the storm activity both in redesign and on hold until further notice at the current expense of ivMarshbank, 2.A full discussion of the circumstances which caused the protest, including names of persons involved tune, duration and nature of Work involved, and a review of the Plans and Contract Provisions referenced to support the protest. Persons Involved: • Marshbank Construction o Rob Gammen (Project Manager) o Ernest Hinds (Superintendent) o Patrick Gleason (Project Engineer) o Chris Rammage. (Foreman) • City of Tukwila and its representatives o Matt North (KPG-Resident Engineer) o Alexa Henry (Construction Services) o Ed Wagner (Lead Inspector) o Ray Larson (City of Tukwila -Project Manager) • KPG Design o William R. Edralin (Design Engineer/Final Stamp) MARSHBANK Relevant Timeline of Events: On March 3, 2021, Marshbank visited the site for initial locate boundary markings. Once onsite it appeared that a potential scaling issue was present for the sidewalk area regarding the bioretention zone after a cursory site walk. Marshbank requested a meeting for an onsite visit with KPG/City of Tukwila to discuss existing conditions in contrast to the plans. This meeting was held on March 4, 2021 and present for this meeting was Rob Gammen (MCI PM), Ernie Hinds (MCI Superintendent), Ed Wagner (KPG Lead Inspector), Matt North (KPG, RE), Ryan Larson (Tukwila PM). Marshbank brought to attention questions about the design vs actual field conditions before mobilization occurred. Marshbank agreed to follow up immediately with an RFI illustrating the issues combined with site photos. The same day as March 4, 2021, Marshbank sent an immediate RFI (4011) identifying both differing site conditions along with photos for easy interpretation of the issue. Specifically showing how the as -bid detail showed an existing 6" concrete area for doweling into a planned vertical wall appeared to be a thin questionable condition asphalt present. This was in addition to a horizontal issue for existing sidewalk area in regards to tree pits not able to retain a permanent 6' walkway. No immediate answer or timeline for redesigning the section of work "bioretention sidewalk area" was given. Marshbank was not notified to delay mobilization in any manner at this time and mobilizes for work on March 8, 202I. As Marshbank is in the process of mobilizing equipment and laying out sawcut behind the survey pins per plan. It appeared onsite that another vault lid was in the center turn lane absent of definitive markings where future storm is to be installed. This did not have sufficient informative locate marks to Marshbank's acceptance and another locate specific call via 811 is generated by Marshbank to clarify the identifiers. Marshbank brought to KPG's attention the locate paint indicating a communication line roughly 3' wide in the future storm alignment which is not shown on the plan documents. In expedited fashion and on the same day Marshbank immediately sent an RFI (4014) requesting direction and alerting KPG of the "time sensitive issue". KPG responds at 4:44 pm with a direction of a work stoppage order and consider this a response to RF1 4014. This resulted in added potholes directed by KPG for further design investigation. Both the issue of the sidewalk bioretention area needing to be redesigned and the gravity/force main activity resulted in work stopping design issues which kept Marshbank from being in any manner productive. This displaced the crew, and focused on potholing both overstaffed and inefficient while sacrificing concurrent work as bid. The first weekly meeting is attended virtually by the project team and Marshbank transmitted serial letter 405 on the same day March 9, 2021 which formally notified KPG and the City of Tukwila of the communication line differing site condition present. The intent of this notification in conjunction with the discussion in the weekly meeting was to alert KPG/Tukwila of the various design issues brought forward and how Marshbank intends to track these issue(s) via force account until production work as bid can be realized. Marshbank made sure to state in serial letter No. 5 the issue of bid item potholing due to the changed conditions for critical stoppage. As detailed in said serial letter for the crew being dedicated for potholing materially changed the way we priced and the quantity of each pothole. 3/9/2021 — Complete loss of production. After the work stopping direction, crew exclusively worked on all potholes including added quantities never quantified in the per each proposal price. Marshbank bid the project to concurrently sawcut with slurry collection laborers (MCI crew members) while hardscape was being stripped and hauled off to waste site. This would allow clear and unobstructed access for (1) vactor truck to pothole the proposal quantity (6). Marshbank thus had to pivot from this means and methods to a focused (5) man crew exclusively on —13 potholes and a minimum sawcut charge. The following remaining timeline dates have been itemized for ease of reading. 3/10/2021 — Complete loss of production. KPG responds to RFI (4014) stating that KPG understands they have added potholes and will agree to track for fair and equitable agreement. By 2:56 pm Marshbank provides all data from potholing as directed via email. MARS HBANK 3/11/2021 — Complete loss of production and displaced crew. 3/11/2021 (10:08am) -Marshbank provides surveyor rates for T&M for KPG's records. 3/11/2021 (10:36am) — KPG send redesign plan requesting rapid scheduling of survey and saw -cutting. 3/12/2021 — Complete loss of production and displaced crew. 3/15/2021 — Small crew supporting survey with traffic control and assisting layout for saw -cutting the next day. Complete loss of any critical path work. 3/16/2021 — Complete loss of production. Crew beginning to assist saw -cutting out of sequence, no work completed in the manner bid. 3/17/2021 — Complete loss of production and working on track force account as accepted forward price still outstanding. Crew began hardscape stripping and excavation for structure #25. Encountered a 4" potentially known (KPG Plan Set show FO) in the area of excavation in direct conflict with the structure/shoring box. Seemingly from the redesign shifting from a clear separation to overlap of said conduit. 3/17/2021 — Related to RFI and initial pricing sent for the redesign Marshbank encounters sand encroaching into preliminary excavation. No inspector onsite at this time. Email notification with time and pictures sent to KPG (8:46 am) 3/17/2021 — (9:37 am) Marshbank immediately notifies KPG onsite as well as RFI 0021) 3/17/2021 - (6:21 pm) KPG send email restating onsite discussions for tracking the entire day as Lost production and reimbursement via force account. "The storm work on East Marginal Way is on hold until further notice." 3/18/2021 - No production. Equipment on standby. 3/19/2021 - No production. Equipment on standby. 3/19/2021 — Marshbank's baseline schedule approved "NET" 3/22/2021 — Stand by until further notice. 3. The estimated dollar cost, if any, of the protested Work and a detailed breakdown showing how that estimate was determined. In an effort to expedite this cost issue Marshbank has detailed the immediate impacts to only Project Manager, Project Engineer, and halftime Superintendent. See attached daily breakdown showing $2,194.25 (1,675 with markup). These rates should match the presented office rates priced for comparison purposes to the first redesign Priced Change Order. If this cannot be agreed upon Marshbank reserves its rights to realize the full impacts i.e., Superintendent salary, office manager, office rental, ownership costs, clerical/timekeeping, vehicles, liability insurance, supplies, utilities etc. and continue the protest. Marshbank requests $86,640.17 to cover direct costs beginning March 9, 2021 through March 17, 2021. Additionally, Marshbank is providing a charged rate effective March 18, 2021 of a daily rate of $1,112.35 for equipment per day and 52,194.25 for office overhead per day for unrealized non -working equipment staged on this project and overhead costs being incurred by Marshbank Construction. The daily cost including both equipment standby and management is $3,306.60. These costs will be incurred daily until work is able to be performed per production and schedule. Marshbank will be billing MARSHBANK each of the calendar days affected this daily rate. As of our goal of resuming changed work April 3, 2021, yields (12) workable calendar days have elapsed totaling S39,679.20. This cost is ongoing and is not captured in the above sum until resolution and agreement for work to begin. As this is design delay is ongoing and the schedule impacts cannot be fully realized until production work begins including any added long lead supplier items such as structures the resulting schedule impacts are not known. BioClean charges S2,982.00 storage fees per month beginning April 1'`. These costs will be bore by KPG/City of Tukwila along with the two cancellation charges outlined in the daily sheets. As of April 5, 2021 City responsibility of costs: 3/09/2021 to 3/17/2021 - Impacts 3/18/2021 to 4/02/2021 - Daily Standby BioClean Storage — April 1" Charge 586,640.17 S39,769.20 $2,194.25. Total Direct Impacts Assumed thru April 2, 2021 $128,513.62. Please note potholing extra work performed on 3/27/21 is not include in this suumnary as it was separate design informational work with still a loss production day. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. In that these costs are occurring daily Marshbank requests a response by end of day tomorrow. If you have any questions or wish to discuss further please give me a call at your earliest convenience. Sincerely. Rob Ganunell Marshbank Construction MARSHBANK March 22, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supp lementa 1 In formation Serial Letter No. 8 Mr. North, The purpose of this letter is for Marshbank Construction, Incorporated (Marshbank Construction) to provide the City of Tukwila and its representatives with supporting documentation to supplement the notice of differing site conditions and our interpretation of direction given by KPG to postpone saw -cutting and tracking efforts during redesign for consequential delays. 1. The date and nature of the protested order, direction, instruction, interpretation or determination Marshbank Construction Inc. (Marshbank) is providing this supplemental information related to serial letter No.005 (Differing Site Conditions). The purpose of this information is to provide all known direct costs associated with this delay arising from March 9, 2021 through March 17, 2021, These costs have been compiled with the expectation for prompt payment related to the issue. The two issues are the bio retention sidewalk area and the storm activity both in redesign and on hold until further notice at the current expense of Marshbank. 2.A full discussion of the circumstances which caused the protest, including names of persons involved, time, duration and nature of Work involved, and a review of the Plans and Contract Provisions referenced to support the protest. Persons Involved: • Marshbank Construction o Rob Ganunell (Project Manager) o Ernest Hinds (Superintendent) o Patrick Gleason (Project Engineer) o Chris Rammage. (Foreman) • City of Tukwila and its representatives o Matt North (KPG-Resident Engineer) o Alexa Henry (Construction Services) o Ed Wagner (Lead Inspector) o Ray Larson (City of Tukwila -Project Manager) • KPG Design o William R. Edralin (Design Engineer/Final Stamp) MARSHBANK Relevant Timeline of Events: On March 3, 2021, Marshbank visited the site for initial locate boundary markings. Once onsite it appeared that a potential scaling issue was present for the sidewalk area regarding the bioretention zone after a cursory site walk. Marshbank requested a meeting for an onsite visit with KPG/City of Tukwila to discuss existing conditions in contrast to the plans. This meeting was held on March 4, 2021 and present for this meeting was Rob Gammell (MCI PM), Ernie Hinds (MCI Superintendent), Ed Wagner (KPG Lead Inspector), Matt North (KPG, RE), Ryan Larson (Tukwila PM). Marshbank brought to attention questions about the design vs actual field conditions before mobilization occurred. Marshbank agreed to follow up immediately with an RFI illustrating the issues combined with site photos. The same day as March 4, 2021, Marshbank sent an immediate RFi (#011) identifying both differing site conditions along with photos for easy interpretation of the issue. Specifically showing how the as -bid detail showed an existing 6" concrete area for doweling into a planned vertical wall appeared to be a thin questionable condition asphalt present. This was in addition to a horizontal issue for existing sidewalk area in regards to tree pits not able to retain a permanent 6' walkway. No immediate answer or timeline for redesigning the section of work `-bioretention sidewalk area" was given. Marshbank was not notified to delay mobilization in any manner at this time arid mobilizes for work on March 8, 2021. As Marshbank is in the process of mobilizing equipment and laying out sawcut behind the survey pins per plan. It appeared onsite that another vault lid was in the center turn lane absent of definitive markings where future storrn is to be installed. This did not have sufficient informative locate marks to Marshbank's acceptance and another locate specific call via 811 is generated by Marshbank to clarify the identifiers. Marshbank brought to KPG's attention the locate paint indicating a communication line roughly 3' wide in the future storm alignment which is not shown on the plan documents. In expedited fashion and on the same day Marshbank immediately sent an RFI (#014) requesting direction and alerting KPG of the "time sensitive issue". KPG responds at 4:44 pm with a direction of a work stoppage order and consider this a response to RFI #014. This resulted in added potholes directed by KPG for further design investigation. Both the issue of the sidewalk bioretention area needing to be redesigned and the gravity`force amain activity resulted in work stopping design issues which kept Marshbank from being in any manner productive. This displaced the crew, and focused on potholing both overstaffed and inefficient while sacrificing concurrent work as bid. The first weekly meeting is attended virtually by the project team and Marshbank transmitted serial letter #05 on the same day March 9, 2021 which formally notified KPG and the City of Tukwila of the communication line differing site condition present. The intent of this notification in conjunction with the discussion in the weekly meeting was to alert KPG/Tukwila of the various design issues brought forward and how Marshbank intends to track these issue(s) via force account until production work as bid can be realized. Marshbank made sure to state in serial letter No. 5 the issue of hid item potholing due to the changed conditions for critical stoppage. As detailed in said serial letter for the crew being dedicated for potholing materially changed the way we priced and the quantity of each pothole. 3/9/2021 — Complete loss of production. After the work stopping direction. crew exclusively worked on all potholes including added quantities never quantified in the per each proposal price. Marshbank bid the project to concurrently sawcut with slurry collection laborers (MCI crew members) while hardscape was being stripped and hauled off to waste site. This would allow clear and unobstructed access for (1) vactor truck to pothole the proposal quantity (6). Marshbank thus had to pivot from this means and methods to a focused (5) man crew exclusively on —13 potholes and a minimum sawcut charge. The following remaining timeline dates have been itemized for ease of reading. 3/10/2021 — Complete loss of production. KPG responds to RF[ (#014) stating that KPG understands they have added potholes and will agree to track for fair and equitable agreement. By 2:56 pan Marshbank provides all data from potholing as directed via email. MARSHBANK 3/11/2021 — Complete loss of production and displaced crew. 3/11/2021 (10:08am) -Marshbank provides surveyor rates for T&M for KPG's records. 3/11/2021 (10:36am) — KPG send redesign plan requesting rapid scheduling of survey and saw -cutting. 3/12/2021 — Complete loss of production and displaced crew. 3/15/2021 — Small crew supporting survey with traffic control and assisting layout for saw -cutting the next day. Complete loss of any critical path work. 3/16/2021 — Complete loss of production. Crew beginning to assist saw -cutting out of sequence, no work completed in the manner bid. 3/17/2021 — Complete loss of production and working on track force account as accepted forward price still outstanding. Crew began hardscape stripping and excavation for structure #25. Encountered a 4" potentially known (KPG Plan Set show FO) in the area of excavation in direct conflict with the structure/shoring box. Seemingly from the redesign shifting from a clear separation to overlap of said conduit. 3/17/2021 — Related to RFI and initial pricing sent for the redesign Marshbank encounters sand encroaching into preliminary excavation. No inspector onsite at this time. Email notification with time and pictures sent to KPG (8:46 ant) 3/17/2021 — (9:37 am) Marshbank immediately notifies KPG onsite as well as RFI (#021) 3/17/2021 - (6:21 pm) KPG send email restating onsite discussions for tracking the entire day as lost production and reimbursement via force account. "The storm work on East Marginal Way is on hold until further notice." 3/18/2021 - No production. Equipment on standby. 3/19/2021 - No production. Equipment on standby. 3/19/2021 — Marshbank's baseline schedule approved "NET" 3/22/2021 — Stand by until further notice. 3. The estimated dollar cost, if any, of the protested Work and a detailed breakdown showing how that estimate was determined. In an effort to expedite this cost issue Marshbank has detailed the immediate impacts to only Project Manager, Project Engineer, and halftime Superintendent. See attached daily breakdown showing $2,194.25 (1,675 with markup). These rates should match the presented office rates priced for comparison purposes to the first redesign Priced Change Order. [f this cannot be agreed upon Marshbank reserves its rights to realize the full impacts i.e., Superintendent salary, office manager, office rental, ownership costs, clerical/timekeeping, vehicles, liability insurance, supplies, utilities etc. and continue the protest. Marshbank requests $86,640.17 to cover direct costs beginning March 9, 2021 through March 17, 2021. Additionally, Marshbank is providing a charged rate effective March 18, 2021 of a daily rate of $1,112.35 for equipment per day and $2,194.25 for office overhead per day for unrealized non -working equipment staged on this project and overhead costs being incurred by Marshbank Construction. The daily cost including both equipment standby and management is $3,306.60. These costs will be incurred daily until work is able to be performed per production and schedule. Marshbank will be billing MARSHBANK each of the calendar days affected this daily rate. As of this letter March 22, 2021, (3) workable calendar days have elapsed totaling $3,337.05. This cost is ongoing and is not captured in the above sum until resolution and agreement for work to begin. As this is design delay is ongoing and the schedule impacts cannot be fully realized until production work begins including any added long lead supplier items such as structures the resulting schedule impacts are not known. BioClean charges $2,982.00 storage fees per month beginning April I. These costs will be bore by KPG/City of Tukwila along with the two cancellation charges outlined in the daily sheets. At this time, N'Iarshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. In that these costs are occurring daily Marshbank requests a response by end of day tomorrow. If you have any questions or wish to discuss further please give me a call at your earliest convenience. Sincerely. Rob Gammell Marshbank Construction MARSHBANK CONSTRUCTION Cont. L ic. MARSHCI, 05106 / DBE/MBE No. D 1M0011507 March 9, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Differing Site Conditions Serial Letter No. 5 Mr. North, The purpose of this letter is for Marshbank Construction, Inc. (Marshbank Construction) to provide the City of Tukwila with formal notice pursuant to specification 1-04.7 — Differing Site Conditions. The changed condition is preventing Marshbank Construction from proceeding with scheduled Contract Work. On March 8, 2021 Marshbank alerted onsite representatives from KPG and sent an immediate RFI, (RFI 014) regarding the discovery via locate paint, of an assumed communication duct bank running north and south potentially resulting in conflicts for the first order of work activities. Marshbank Construction's schedule shows potholing and excavation in the first week. The three-week look ahead provided Friday (March 5, 2021) before any known issues illustrated a more detailed breakdown of work including saw -cutting beginning March 9, 2021 and related prep work for the storm activity. Based on the email direction received from KPG yesterday at 4:44 pm, Marshbank was instructed to postpone saw -cutting the trench in its entirety in direct contrast to how Marshbank bid the project. Marshbank had to adjust the saw -cutting activity entirely to focus on potholing per direction for furnishing information to KPG designers. (March 8, 2021 email 4:44 pm) Marshbank did not price each pothole (6) per proposal quantity for specialty sawcut minimum footages, opposed to economy of scale in slurry and dump daily charges, and should have been able to remove hardscapes directly behind the saw -cutting activity. Marshbank has missed the opportunity to utilize the crew with concurrent work including to tandem walk behind saws and a Marshbank employee behind each for slurry collection, as the hardscape employees remove the top layers to subgrade ahead, during, and beyond the vactor truck potholing. Marshbank under direction and approval by KPG has identified (13-14) potholes at the time of writing this letter or 233% of the bid proposal that are desired for information at this time. Marshbank did not realize this in their bid price. This change affects items including but not limited vactor time, distance, dump quantity, crew size, inefficiency, equipment standby, and all associated lump sum or fixed costs related to a working day. Marshbank Construction continues to await direction from the City of Tukwila as it relates to this issue. Marshbank understands the City of Tukwila and its representatives are working to provide direction. Once direction is received, Marshbank Construction will provide pricing for this change in a timely manner related to any design changes. As this work is changing daily, Marshbank Construction will track its direct costs associated with this change, on daily force account sheets and will submit to the City of Tukwila for reimbursement. Please let us know immediately if there are any objections to this. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. An Equal Opportunity Employer Ph. (425) 377-9708 / Fax (425) 377-0709 PO Box 97. Lake Stevens WA 98258 MARSHBANK CONSTRUCTION Cont. Lic. MARSHCI-05106 / DBE/418E No. D1410011507 Should you have any questions, I can be reached by phone at (425) 209-8225 Sincerely, Digitally signed by Robert Gammell Date: 2021.03.09 11:07:19-08'00' Marshbank Construction Inc. An Equal Opportunity Employer Ph. (425) 377-9708 / Fax (425) 377-0709 PO Box 97. Lake Stevens WA 98258 Rob Gammell From: Matt North <matt@kpg.com> Sent: Monday, March 8, 2021 4:44 PM To: Rob Gammell; Alexa Henry; Ed Wagner; Ernie Hinds; Jacob Williams; Jeff Heglund; Patrick; Ryan Larson; Chris Rammage; Jason Tesdal; Daniel Clark; Nelson Davis; Ray Edralin Cc: Kenton Wilde Subject: RE: EMWO: RFI 014 Attachments: RFI 014 - Comm Line Locate Present.pdf; IMG_5114 jpg; IMG_5117.jpg; IMG_5118.jpg Importance: High Hello Rob, Please postpone your saw -cutting as planned for tomorrow, keep the camera install on track at the intersection of S 81St PI with Service Electric as planned. The unknown Zayo lines in the center lane raise caution as indicated in the RFI as potential conflicts to the modular wetland structure #100. Pothole the Zayo lines to be tracked as per each Bl#42 to determine width and depth, report data to KPG so that KPG Design has information. Additional potholing for this unknown Zayo line is acceptable and needed for determining additional actions for the issued RFI #14. Once pothole data is received, KPG can advise and respond to the RFI. I have change the subject line of this incoming email for tracking purposes to reference RFI #14. Contact me with any questions or concerns on this direction. Thanks! Matt North Resident Engineer KPG I SEATTLE ® BELLEVUE ® TACOMA o WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 KPG 30h'AHSSTE0.Y6 From: Rob Gammell <rob@marshbankconst.com> Sent: Monday, March 8, 2021 3:07 PM To: Matt North <matt@kpg.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com> 1 Rob Gammell From: Matt North <matt@kpg.com> Sent: Wednesday, March 17, 2021 6:21 PM To: Patrick; Rob Gammell Cc: Ernie Hinds; Ed Wagner; Alexa Henry; Ray Edralin; Jeff Heglund; Ryan Larson Subject: RE: EMWO RFI 021 - 4 Inch Steel Conduit in Conflict with CB 25 - initial RFI response Follow Up Flag: Follow up Flag Status: Flagged Patrick & Rob, As you are aware from onsite discussions, and following emergency locate of the 4 Inch Steel Conduit, is in Conflict with CB 25 and structure #100. KPG will be reviewing the design, and Marshbank will need to go on standby for the storm work revisions until further notice. Today as discussed will all be tracked as force account. Design is feverishly working on a solution to the newly found line. The pothole of the structure #100 for tomorrow has been canceled. The 4" line does continue on to parallel the Structure #100 to the east, and the Zayo line on the west side only looks to have 9ft of separation. The shoring box to fix the structure #100 is needed as 12 to 13ft by 20 feet long. With the newly found unmarked & unknown line, KPG does not see the structure #100 fitting in the window of space per the current design. The storm work on East Marginal Way is on hold until further notice. Contact me with any questions or concerns to this initial RFI #21 response. Thanks! Matt North Resident Engineer KPG 1 SEATTLE • BELLEVUE ® TACOMA ® WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 www.kpg.com 7 KPG 3DIARSSTEDN. From: Patrick <Patrick@marshbankconst.com> Sent: Wednesday, March 17, 2021 9:40 AM To: Matt North <matt@kpg.com>; Ed Wagner <edw@kpg.com>; Alexa Henry <alexa@kpg.com>; Ray Edralin <ray@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Ryan Larson <Ryan.Larson@TukwilaWA.gov> 1 Cc: Rob Gammell <rob@marshbankconst.com>; Ernie Hinds <ernieh@marshbankconst.com> Subject: EMWO RFI 021 - 4 Inch Steel Conduit in Conflict with CB 25 See attached RFI 021, this is urgent as we have core drillers scheduled for the connection into CB 34 at 11:00 AM. Please provide direction as soon as possible. Thank you, Patrick Gleason Project Engineer Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 754-3085 Cell (425) 377-9708 Office (425) 377-0709 Fax 2 DAYS DIRECTLY IMPACTED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED 3/9/2021 $ 12,310.06 3/10/2021 $ 10,972.37 3/11/2021 $ 5,565.51 3/12/2021 $ 5,565.51 3/15/2021 $ 7,700.23 3/16/2021 $ 6,185.05 3/17/2021 $ 12,481.69 TOTAL $ 60,780.42 ESC LUMP SUM ITEM NO PRODUCTION WORK REALIZED 3/9/2021 $ 250.00 NO PRODUCTION WORK REALIZED 3/10/2021 $ 250.00 NO PRODUCTION WORK REALIZED 3/11/2021 $ 250.00 NO PRODUCTION WORK REALIZED 3/12/2021 $ 250.00 NO PRODUCTION WORK REALIZED 3/15/2021 $ 250.00 NO PRODUCTION WORK REALIZED 3/16/2021 $ 250.00 NO PRODUCTION WORK REALIZED 3/17/2021 $ 250.00 TOTAL $ 1,750.00 PROJECT TTC NO PRODUCTION WORK REALIZED 3/9/2021 1250 NO PRODUCTION WORK REALIZED 3/10/2021 1250 NO PRODUCTION WORK REALIZED 3/11/2021 1250 NO PRODUCTION WORK REALIZED 3/12/2021 1250 NO PRODUCTION WORK REALIZED 3/15/2021 1250 NO PRODUCTION WORK REALIZED 3/16/2021 1250 NO PRODUCTION WORK REALIZED 3/17/2021 1250 TOTAL $ 8,750.00 DAILY OVERHEAD COST W/O MU 3/9/2021 $ 2,194.25 DAILY OVERHEAD COST W/O MU 3/10/2021 $ 2,194.25 DAILY OVERHEAD COST W/O MU 3/11/2021 $ 2,194.25 DAILY OVERHEAD COST W/O MU 3/12/2021 $ 2,194.25 DAILY OVERHEAD COST W/O MU 3/15/2021 $ 2,194.25 DAILY OVERHEAD COST W/O MU 3/16/2021 $ 2,194.25 DAILY OVERHEAD COST W/O MU 3/17/2021 $ 2,194.25 TOTAL $ 15,359.75 Grand Total 3/9 thru 3/17 $ 86,640.17 MARS H BA N K SHEET NO: 20118-01 CONSTRUCTION Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA Ll LT 11 RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 JUSTIN TRUMAN DUMP 1.5 $ 83.50 $ 112.37 $ 125.26 CAMERON HILL VACT 6.5 $ 84.94 $ 114.50 $ 552.09 SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 3,549.80 $ 1,029.44 $ 71.00 $ 4,650.24 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 4 $ 115.22 $ 26.26 $ 460.88 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench SF 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench St 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8'-12 STEEL PLATE 8 $ 1,51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0061 6X4 18YD 70KGVW 1.5 $ 73.36 $ 12.76 $ 110.04 MCI -0061.5 14.5-13 1.5 $ 15.63 $ 4.42 $ 23.45 MCI -0080* 320 Vactor Truck 6.5 $ 141.53 $ 58.53 $ 919.95 MCI -0522 8X16 8 $ 1.86 $ 0,42 $ 14.88 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION SUBTOTAL -EQUIPMENT OVERHEAD 8 PROFIT @ 21% EQUIPMENT TOTAL / SERVICE QUANTITY UNIT PRICE $ 3,340.64 $ 701.53 $ 4,042.17 DOLLAR AMOUNT Vactor Dump VPC 1 EA 110.00 $ 110.00 RCSTC for Pothole Backfill 29.58 TON 8.50 $ 251.43 Sawcut for potholes 1 LS 2,628.36 $ 2,628.36 The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ 2,989.79 $ 627.86 $ 3,617.65 $ 12,310.06 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - ( SHEET TOTAL: $ 12,310.06 MARSHBANK SHEET NO: CONSTRUCTION 20118-01 Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: I and adjusted potholing Focused crew on inefficent LOCATION: STA LI LT 11 RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 CAMERON HILL VACT 8 $ 84.94 1.5 $ 114.50 $ 851.25 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL -LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 4,413.04 $ 1,279.78 $ 88.26 $ 5,781.08 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0080* 320 Vector Truck 8 $ 141.53 $ 58.53 $ 1,132.24 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION OVERHEAD / SERVICE QUANTITY SUBTOTAL & PROFIT @ EQUIPMENT UNIT -EQUIPMENT 21% TOTAL PRICE $ 3,880.32 $ 814.87 $ 4,695.19 DOLLAR AMOUNT Vactor Dump VPC 1 EA 110.00 $ 110.00 Cancellation Fee Mid Structure 1 LS 300.00 $ 300.00 LS $ - LS $ - LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ 410.00 $ $ $ 86.10 496.10 10,972.37 TAX PERCENTAGE MTRL 0.00% $ TAX ONLY 0.00% $ - - I SHEET TOTAL: $ 10,972.37 MARSH BANK SHEET NO: CONS'I'RIJCTI ON 20118-01 Project Name: Item No.: EMWOSTOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA 11 LT U RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCE JOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 3,561.79 $ 1,032.92 $ 71.24 $ 4,665.94 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 24.08 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box' 0 8 $ 4.11 $ 3.11 $ 24.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Shi 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12'/STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'/STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 11130 8 $ 30.62 $ 8.18 $ 65.44 MCI -0061 6X4 18YD 7OKGVW $ 73.36 $ 12.76 $ - MCI -0061.5 14.5-13 $ 15.63 $ 4.42 $ - MCI -0080' 320 Vactor Truck $ 141.53 $ 58.53 $ - MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 SUBTOTAL EQUIPMENT OVERHEAD & PROFIT (fp EQUIPMENT - EQUIPMENT 21% TOTAL $ 743.44 $ 156.12 $ 899.56 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT LS $ - LS $ - LS $ LS $ L5 $ - LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL- MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $- $ $ $ - - 5,565.51 TAX PERCENTAGE MTRL 0.00% $ TAX ONLY 0.00% $ - - I SHEET TOTAL: $ 5,565.51 MARS H BAN K SHEET NO: CONS'I'I:lJCII ON 20118-01 Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LJ LT U RT Prime Contractor: MCI Sub -Contractor. LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86,17 $ 112.35 $ 689.34 $ - $ - $ - $ - $ - $ - $ - $ - $ - LABOR OVERHEAD 2% 1.09.6 (1) 2020 SUBTOTAL -LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 3,561.79 $ 1,032.92 $ 71.24 $ 4,665.94 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 24.08 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box' 0 8 $ 4.11 $ 3.11 $ 24.88 MCI -6048 5 B $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Sh i 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' - 12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12'4STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI -0061 6X4 18YD 70KGVW $ 73.36 $ 12.76 $ - MCI -0061.5 14.5-13 $ 15.63 $ 4.42 $ - MCI -0080' 320Vactor Truck $ 141.53 $ 58.53 $ - MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 SUBTOTAL- EQUIPMENT OVERHEAD B PROFIT @ EQUIPMENT EQUIPMENT 21% TOTAL $ 743.44 $ 156.12 $ 899.56 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT L5 $ - L5 $ - L5 $ - LS $ - L5 $ - LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL- MATERIALS MATERIALS MU 21% MATERIALS/SERVICE TOTAL TOTAL: $ $ $ $ - - 5,565.51 TAX PERCENTAGE MTRL 0.00% $ TAX ONLY 0.00% $ - - I SHEET TOTAL: $ 5,565.51 MARSHBANK CONSTRUCTION Co, Lt.,,f<rstic.as; ; OBE'JOE m,, uayrr;-o> SHEET NO: 20118-01 Project Name: EMWO STOPPAGE Item No.: Project No: Date: Description of Work: Focused crew on inefficent and adjusted potholing 20119 3/9/2001 LOCATION: LPrime Contractor: STA LLT (JRT MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 DOLLAR AMOUNT $ 840.56 $ 504.05 $ 494.67 1,839.28 SUBTOTAL -LABOR: $ LABOR OVERHEAD & PROFIT @ 29.00% $ 2% 1-09.6 (1) 2020 ADDITION 2.00% $ LABOR TOTAL $ 533.39 36.79 2,409.46 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS ADJUSTED STANDBY STANDBY RATE RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 Subcontractors SUBTOTAL -EQUIPMENT $ EQUIPMENT OVERHEAD & PROFIT @ 21 % $ EQUIPMENT TOTAL $ QUANTITY UNIT PRICE 2,748.08 577.10 3,325.18 DOLLAR AMOUNT Northline Survey CO#1 1 LS 1,755.00 $ 1,755.00 The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS $ MATERIALS MU © 12% $ MATERIALS/SERVICE TOTAL $ TOTAL: $ 1,755.00 210.60 1,965.60 7,700.23 TAX PERCENTAGE MTRL TAX ONLY 0.00% $ 0.00% $ SHEET TOTAL: $ 7,700.23 MARSH BANK SHEET NO: 20118-01 CONSTRUCTION a'�r„ .,.: nr.:asra.osuM rae.are nr, o�rea nsu; Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA Li LT U RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL -LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 2,183.11 $ 633.10 $ 43.66 $ 2,859.87 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box' 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1,51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT SUBTOTAL OVERHEAD & PROFIT @ EQUIPMENT - EQUIPMENT 21% TOTAL $ 2,748.08 $ 577.10 $ 3,325.18 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT DOLLAR AMOUNT LS $ - LS $ - LS $ - LS $ - LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ $ $ - $ 6,185.05 TAX PERCENTAGE MTRL I 0.00% $ TAX ONLY 0.00% $ - SHEET TOTAL: $ 6,185.05 MA RSHBANK SHEET NO: 20118-01 C0 NS'I'R0CT'I0N Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LJ LT 11 RT Prime Contractor: MCI Sub-Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 PAM ERICSON DUMP 6.5 $ 83.50 $ 112.37 $ 542.78 JSUTIN TRUMAN DUMP 6.5 $ 83.50 $ 112.37 $ 542.78 SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT LID 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 4,647.35 $ 1,347.73 $ 92.95 $ 6,088.03 EQUIPMENT I EQUIPMENT AND ATTACHMENTS I HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI-0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI-3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI-1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI-1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box' 0 8 $ 4.11 $ 3.11 $ 32.88 MCI-6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI-6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI-0075 DROP 4 80 6.5 $ 30.32 $ 8.54 $ 197.08 MCI-0076 4X2 25KGVW DSL 6.5 $ 29.75 $ 5.04 $ 193.38 MCI-0061 6X4 18YD 70KGVW 6.5 $ 73.36 $ 12.76 $ 476.84 MCI-0061.5 14.5-13 6.5 $ 15.63 $ 4.42 $ 101.60 MCI-0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION OVERHEAD / SERVICE QUANTITY SUBTOTAL 8 PROFIT Ig EQUIPMENT UNIT - EQUIPMENT 21% TOTAL PRICE $ 3,716.98 $ 780.57 $ 4,497.55 DOLLAR AMOUNT CSBC for Directed Backfill of Trench 90.74 TON 8.50 $ 771.29 Short Load Dirt Dump 13.05 TON 15.00 $ 195.75 Asphalt & Concrete Dump 20 CY 15.00 $ 300.00 CANCELLATION FEE MOD STRUCTURE 1 LS 300.00 $ 300.00 LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS MATERIALS MU (g 21% MATERIALS/SERVICE TOTAL TOTAL: $ 1,567.04 $ 329.08 $ 1,896.12 $ 12,481.69 TAX PERCENTAGE MTRL 0.00% $ TAX ONLY 0.00% $ - 1 SHEET TOTAL: $ 12,481.69 MARSH BANK SHEET NO: 20118-01 CONSTRUCTION Project Name: Item No.: EMWO STOPPAGE Project No: 20118 Date: Description of Work: BY DAILY EQUIPMENT STAND LOCATION: STA LJ LT Lj RT Prime Contractor. MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE $ 89.76 $ 122.51 $ - ROYCEJOHANNES OPER $ 86.17 $ 112.35 $ - WILLIAM LINDSTROM PIP $ 63.01 $ 86.63 $ - WILLIAM WATKINS GEN $ 61.83 $ 84.90 $ - TAYLOR KILLIAN LAB60 $ 42.98 $ 56.82 $ - TIMOTHY PELTIER OPER $ 86.17 $ 112.35 $ - PAM ERICSON DUMP $ 83.50 $ 112.37 $ - JSUTIN TRUMAN DUMP $ 83.50 $ 112.37 $ - LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL - LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ - $ - $ $ - EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL $ 15.36 $ 3.01 $ - MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box' 0 8 $ 4.11 $ 3.11 $ 24.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI -0075 DROP 4 80 6.5 $ 30.32 $ 8.54 $ 55.51 MCI -0076 4X2 25KGVW DSL 6.5 $ 29.75 $ 5.04 $ 32.76 MCI -0061 6X4 18YD 70KGVW 6.5 $ 73.36 $ 12.76 $ 82.94 MCI -0061.5 14.5-13 6.5 $ 15.63 $ 4.42 $ 28.73 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION SUBTOTAL -EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL / SERVICE QUANTITY UNIT PRICE $ 919.30 $ 193.05 $ 1,112.35 DOLLAR AMOUNT TON $ - TON $ - CY - $- The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ $ - $ - $ 1,112.35 TAX PERCENTAGE MTRL I 0.00% $ - TAX ONLY 0.00% $ - SHEET TOTAL: $ 1,112.35 Marshbank Construction, Inc. EMARGWAY-1 BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Page 1 03/22/2021 14:05 Cost for Item 460 Quantity Unit Perm Constr Equip Sub- Pcs Unit Cost Labor Material Matl/Exp Ment Contract Total BID ITEM = 460 CLIENT# = 46 Description = DAILY MANG COST Unit = DAY Takeoff Quan: 1.000 Engr Quan: 1.000 10001 ADDITIONAL MANAGEMENT -TRACKING CHAN Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE "Unreviewed SUPOI Superintendent 8.00 CH Prod: 1.0000 S Lab Pcs: 2.50 Eqp Pcs: 2.50 BTRPU Pickup 2.00 16.00 HR 15.330 245 245 8TRSUPT Truck-Supt.-PM-Est.(No 0.50 4.00 HR 17.520 70 70 SUG Superintendent -(General) 0.50 4.00 MH 66.520 402 402 SUPENG Project Engineer 1.00 8.00 MH 37.000 412 412 SUPM Project Manager 1.00 8.00 MH 50.500 546 546 $1,674.70 20.0000 MH/LS 20.00 MH [ 966.08 ] 1,359 315 1,675 > Item Totals: 460 - DAILY MANG COST $1,674.70 20.0000 MH/DAY 20.00 MH 1,674.700 1 DAY [ 966.08 ] 1,359 1,359.34 315 1,675 315.36 1,674.70 $1,674.70 *** Report Totals *** 20.00 MH 1,359 315 1,675 NNorth L i ne Surveying 1 Surveying and Construction Technologies 2025 Riverside Drive, Suite D Mount Vernon, WA 98273 Bill To Marshbank Construction Po Box 97 Lake Stevens, WA 98258 Invoice Date 3/17/2021 Invoice # 21.09-01 Project Name 21.09 East Marginal Way Outfall Storm... GC Proj. # NLS Proj. # 21-09 Contract # Bid Item Scope LS Value Prev. % Prev. Amt Total % Current Co... Construction Surveying Control Establish Survey Control 918.00 100.00% 918.00 Project Network Site Preparation Staking Site Preparation Staking 432.00 100.00% 432.00 Storm Staking Storm Staking 1,782.00 50.00% 891.00 Bid Item: 5,400.00 41.50% 2,241.00 Change Order #01 Storm Revisions 1,755.00 100.00% 1,755.00 --- CHANGE ORDER March 17, 2021 > Added 1 Change Order #01. (+$1,755.00) > Added 1 Change Order #02. (+$1,200.00) Total change to estimate +$2,717.50 3,996.00 Retention (5%) -199.80 Total $3,796.20 Payments/Credits $o.00 Balance Due $3,796.20 Salinas Sawing & Sealing, Inc. 7804 40th Ave W. Mulcilteo, WA 98275 Bill To MARSHBANK CONSTRUCTION P.O. BOX 97 LAKE STEVENS, WA 98258-0097 Invoice Date Invoice # 3/9/2021 33689 Ship To E. MARGINAL WAY OUTFALL STORMWATER RETROFIT PROJECT CITY OF TUKWILA MCI PROJECT 20118 PR -1729 P.O. No. Terms Due Date Project Our Job No. Net 30 4/8/2021 21-9415 E. Marginal Way... 21-9415 Item Description Quantity Rate Amount 300 Asphalt Demo- 9" 228 2.34 533.52 600 Concrete Demo- 7" (16" TD) 228 4.90 1,1 17.20 825 Standby Time Per Hour 1.5 120.00 180.00 300 Asphalt Demo- 9" 86 2.34 201.24 600 Concrete Demo- 7" (16" TD) 86 4,90 421.40 750 Slurry Vacuum Equip & Disposal 175.00 175.00 Work Completed 03/09/2021 (W.O. 53197) Office:(425) 745-0706 Fax:(425) 745-0628 Total $2,628.36 Bid Item Description Quantity Unit Amount 2 Temporary Water Pollution/Erosion Control 1 LS $15,000.00 Initial TESC setup 1 LS $5,000.00 TESC Daily Rate 60 Day $166.67 5 Project Temporary Traffic Control 1 LS $75,000.00 Initial traffic control set up 1 LS $15,000.00 Traffic control daily rate 60 Day $1,000.00 6 Removal of Structures & Obstructions 1 LS $20,000.00 Saw cutting 2+25 - 15+30 1 LS $8,000.00 Removal of hardscapes 2+25 - 15+30 1 LS $4,000.00 Saw cutting 16+80 - 21+10 1 LS $4,000.00 Removal of hardscapes16+80 - 21+10 1 LS $4,000.00 39 Pump Station Complete 1 LS $80,000.00 Excavation, grading, and installing structure 19 1 LS $45,000.00 Procurement of electrical components 1 LS $22,500.00 Instillation of conduit boxes and wiring 1 LS $7,500.00 Training for pump station 1 LS $5,000.00 40 Stormwater Media Filer 1 LS $65,000.00 Excavation, grading, and installing structure 100 1 LS $60,000.00 Instillation of modular wetland media 1 LS $5,000.00 43 Traffic Signal Modifications 1 LS $21,200.00 Procurement of materials 1 LS $2,120.00 Instillation of materials 1 LS $20,000.00 NET - No Exceptions Taken RAR - Revise and Resrimit X CA - Conditionally Approved, See Comments CA - Conditionally Approved, Make Corrections REJ - Rejected See Comments P. nate Zola 03/04/2021 Reviewer Comments: Lump Sum Breakdown is approved for items included within. Additionally, bid item #3 for "mobilization" will be processed per WSDOT Spec 1-09.7 Cc: Kenton Wilde <Kenton@marshbankconst.com> Subject: RE: EMWO: Weekly Progress Meeting - Link to MS Teams meetings. Importance: High Please see attached RFI 014. This is time sensitive by tomorrow a.m. Photos attached for reference. Thank you Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax Rob Gammell Subject: FW: BIO CLEAN STORAGE From: Daryl.Clark@Ferguson.com <Daryl.Clark@Ferguson.com> Sent: Thursday, March 18, 2021 4:18 PM To: Patrick <Patrick@marshbankconst.com> Cc: Rob Gammell <rob@marshbankconst.com>; PANDORA_6@MSN.COM Subject: BIO CLEAN STORAGE Patrick, I guess there serious about storage. I thought a few hundred bucks. See below Bio Clean comments. Also a $300 double cancellation fee to the owner. Please advise on PO or cost code to use for billing. Thank you. Daryl Clark Hope you are doing well. The East Marginal Way Outfall shipment has been cancelled a couple times this month. We do not have room to store this unit after 30 days from completion, which would be March 24th. Will the contractor be able to take this unit by March 31St? We will need to begin charging storage fees of $2982 per month on April 1st. Hopefully the fees can be avoided by the contractor taking the unit before March 31ST. Thanks for your help. B• io Clean Jeff Pierce Regional Sales Manager Pacific Northwest 1 MARSHBANK April 2, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental information Serial Letter No. 7.1 Mr. North, Marshbank Construction Inc. (Marshbank) is providing the following Change Order Proposal for your consideration. This proposal is associated with the revised design change (EMWO Design Issue, FWD 001.1) received via email from KPG on 3/29/2021. Design Change EMWO - Proposal Breakdown: • Replacing Monument o Removal and reinstallation of survey monument adjacent to Structure 419. This is an activity taking place post paving, includes coring sub, purchase of monument related construction materials, labor, trucking, applicable dump fees. • $4,282.00 • Added Striping Install/Removals and Subsequent Layout o The FWD design alignment shifted work activities into previously unaffected chamnelization requiring new RPM'S, removal for saw -cutting, and added layout for striping otherwise not contemplated in our original bid proposal. Includes labor, subcontractor's added costs, small tools, and applicable dump fees. • $ 3176.00 • Modular Structure Relocation/Added Saw-cutting/Safety Shoulder o This incorporates added saw -cutting and additional hardscape removals for the modular structure restricted to actual affected area by pipe or structure/shoring 0100). if any hardscapes outside of the area are determined not suitable to remain, this work is expected to be measured and paid per bid item at the same time Marshbank is onsite concurrently working. Additionally, this change has the potential to construct a safety shoulder of rock (20 tons) assumed, sacrificial material, as the proximity of the live lane with traffic is closure to the trench than originally designed. • $26,050 • Additional Days/Overhead o (6) Added working days needed to facilitate these changes. This covers additional management overhead for the added days, project oversight, schedule updates, supplier coordination, etc. • $10,708.00 • Structures 21, 24, 25 and added 4' of trench width and Incidentals o From the STA 11+21 to 12+57, this design change added —4' width to a trench excavation bid at —2.5 for the 4" force main. This price compensates —136 LF of increased incidentals to the trench section. Specifically, pipe zone bedding, excavation of hardscapes, haul, and backfill. Original structures #25, 424, and #21 have been either deleted or adjusted resulting in (2) new structures being ordered and dump fees calculated for the original structures. The pricing accounts for the additional hardscapes removal in this area not quantified in our original bid price. • $10981.00 MARSHBANK • Structures #25 - #34 Restoration o This pricing replaces the temporary filling of CSBC previously paid on SL 8.1 to prep and remove for bid item hardscape restoration. • $2,036.00 Bid Item #2 ESC (Lump Sum Item) - $1,500 (Daily Lump Sum rate multiplied by 6) Bid Item #6 PTTC (Lump Sum item) -$7,500 (Daily Lump Sum rate multiplied by 6) FWD 001.1 Total 564,668.41 Additional LS items - 59,000 Marshbank offers a price of 571,075.00 related to FWD 001.1. This price includes all itemized pricing breakdowns above to capture all changes based on the design change presented on 3/29/21. At this time Marshbank is excluding both pothole restoration outside of affected areas within the old alignment and the sealing of existing sawcut until a time where direction and procedure can be evaluated and agreed upon for both feasibility and longevity. Please note the pipe removal item (below) is a unit -based item to be used as encountered and within the language specified. KPG is to use this unit price to create an additional unit price bid item for pipe removal if encountered. • Pipe Removal Per Foot o Marshbank is using 100' feet as a quantity guideline as this amount cannot be quantified with this change accurately. This pricing includes excavation of 12" PVC/Concrete conflicting nonactive pipe within the neat line of proposed storm excavation. The pricing reflects our assumption that the entire pipe does require CDF filling. Marshbank will grout any open ends. if a full pipe fill is required this would be a change to this pricing. The minimum footage for payment if pipe is encountered will be 20' for this pricing to be acceptable. ■ $66.80 Per LF Below is a list of assumptions • Marshbank has approval to continually take the three middle lanes day and night as this work has pushed edges and cuts towards to outside of lane lines. If pennissions are revoked for any reason, current traffic control pricing will no longer be valid. Repricing and any stoppage as a result of this could become costly. • As the hatches and lids have moved, any alignment or wheel path issues is accepted and City of Tukwila has ownership of the design. • Marshbank makes no warranty that the note "SET MODULAR WETLAND AS NEAR AS PRACTICAL" to field fit works with current design changes and any issue arising from structure #100 will be tracked daily including any work stoppages as well as City of Tukwila accepts risk of pipe alignment/angles with this note, • Encountered utility sand encroaching as a result of proximity of Zayo comm line will be tracked via force account and any loss production. • Encountered sand undermining adjacent roadway and additional "T -Cut" or restoration will be directed by KPG/Tukwila and tracked via force account. • Marshbank is not liable for any design that increased the max tolerance of allowed deflection for the approved piping. • Any supporting of the comm line will be tracked via force account. • All Concrete Panel replacement is per bid item • All HMA replacement is per bid item • Backfilling structure 4100 area with CSBC paid per ton except safety buffer. MARSHBANK • Pipe removal is paid per newly created bid item with a minimum of 20' if encountered for payment. • If unsuitable is encountered in this area any unsuitable is replaced via CSBC per ton related to 7-08.3(1)A. Marshbank requests a change order be written in the amount of S74,818.00 and a unit price bid item created for pipe removal to be used if and when encountered. Marshbank requires an additional (6) working days to complete this change. Should you have any questions regarding this serial letter please contact me at (425) 209-8225 Regards, Rob Gatnmell Marshbank Construction Inc. Marshbank Construction. Inc. EMARGWAY-1 BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Pcs Paae 1 0.1/02/2021 14:45 Cost for Item 450 Quantity Unit Perm Constr Equip Sub - Unit Cost Labor Material Matl/Exp Ment Contract Total BID ITEM = 450 CLIENTI = 45 Description = PCO --DESIGN CHANGE 3-30-21 REVISED Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 20462 REPLACING MONUMENT AND MATERLALS/SUR Quan: 1.00 LS Hrs/Shit: 8.00 Cal: 508 WC: NONE ''' inreviewed PIADI Adjust to grade crew 4.00 CH Prod: 4.0000 CH Lab Pcs: 2.00 Eqp Pcs: 3.00 2SA008 Monumentl 10% 1.00 1.00 EA 350.000 385 385 4SAW Sawing sub 1.00 L00 EA 500.000 500 500 4SURVY Survey sub 1.00 1.00 LS 2.500.000 2,500 2,500 8BA416B Backhoe -420 - 3017 1.00 4.00 IIR 40.140 161 161 8C0160 Air Compressor 160 elm 1.00 4.00 IIR 16.200 65 65 8TRFRMN Foremans Truck w/tools 1.00 4.00 HR 17.520 70 70 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MIL 40.770 249 249 OPF Operator -(Foreman) 1.00 4.00 MII 54.520 352 352 84,281.69 8.0000 MII/LS 8.00 MH [ 381.16 1 601 385 295 3.000 4,282 10010 STRIPING CHANGES Quan: 1.00 DAY Hrs/Stift: 8.00 Cal: 508 WC: NONE ''Unreviewed EAEX02 200 Exc. Grade Chkr 4.00 CII Prod: 0.5000 S Lab Pcs: 2.00 Eqp Pcs: 0.00 3GY76 Small TootslS l 10% 1.00 1.00 LS 75.000 83 83 4STP Striping sub 1.00 1.00 I.S 2.600.000 2,600 2,600 L.ABGEN Laborer -(Group 3) 1.00 4.00 MH 39.810 244 244 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MI -1 40,770 249 249 83,-175.65 8.0000 MIIIDAY 8.00 MH [ 322.321 493 83 2.600 3,176 21761 MOD STRUCTURE AREA HARDSCAPE REMOVA Quan: 80.00 CY Hrs/Stift: 8.00 Cal: 598 WC: NONE "Unreviewed 940 SQFT ADDED- LANE LOADING DIFFICULITIES WITH FWD 1.1 P12000 Pipe Crew <12",<8' Deep 10.00 CH Prod: 8.0000 U11 I.ab Pcs: 5.00 Eqp Pcs: 3.00 2AGQBC CSBC Crushed Surf@n:;l 10 1.00 20.00 1N 9.000 198 198 3HAUI. Hauling Sub(a)110% 1.00 23.00 HR 175.000 4,428 4,428 4SAW Sawing sub 1.00 670.00 LF 20,000 13,400 13,400 4SURVY Survey sub 1.00 1,00 LS 1,550.000 1.550 1,550 8BA41613 Backhoe -420 - 3017 1.00 10.00 HR 40.140 401 401 8EX200 Excavator-EX228 - 1022 1.00 10.00 HR 105.230 1,052 1,052 8TRFRMN Foremans Truck w/tools 1.00 10.00 HR 17.520 175 175 9ASPILALT Asphalt Dump Fees 1.00 65.00 CY 8.000 520 520 9CONCRETE Concrete Dump Fees 1.00 65.00 CY 8.000 520 520 LABPI, PipeLayer-Gr Checker (Gro 2.00 20.00 M1 -I 40.770 1.244 1.244 OP2 Operator -(Group 1) 2.00 20.00 MH 51.020 1,681 1,681 OPE Operator -(Foreman) 1.00 10.00 MIL 54.520 881 881 826.050.10 0.6250 MH/CY 50.00 MII [ 29.7631 3,806 198 5,468 1,629 14,950 26,050 10001 ADDITIONAL MANAGEMENT -TRACKING CHAN Quan: 6.00 DAY Hrs/Shft: 8.00 Cal: 508 WC: NONE "Unreviewed SI1P0I Superintendent 48.00 CII Prod: 8.0000 HU Lab Pcs: 2.50 Eqp Pcs: 2.50 3GY11 Utilities, Field (a).110% 1.00 6.00 DAY 100.000 660 660 8TRPU Pick up 2.00 96.00 IIR 15.330 1,472 1,472 8TRSLIPT Truck-Supt.-PM-Est.(No 0.50 24.00 HR 17 520 420 420 SUG Superintendent -(General) 0.50 24.00 MH 66.520 2,410 2,410 SUPENG Project Engineer 1.00 48.00 MIL 37.000 2,471 2,471 SUPM Project Manager 1.00 48.00 MH 50.500 3,275 3.275 810,708.19 20.0000 MI l DAY 120.00 MH [ 966.081 8,156 660 1,892 10,708 20472 REMOVE PIPE PER FOOT -MINIMUM 20' Quan: 100.00 LF Hrs/Stift: 8.00 Cal: 508 WC: NONE "Unreviewed EAEXOI 200 Exc,D5, Grade chkr 8.00 CH Prod: 12.5000 1311 Lab Pcs: 5.50 Eqp Pcs. 2.00 2C002A 3000PSI@.110% 1.00 0.50 CY 100.000 55 55 41-IAUL Hauling Subcontractor 1.00 8.00 HR 175.000 1,400 1,400 8EX200 Excavator-EX228 - 1022 1.00 8 00 HR 105.230 842 842 Marshbattk Construction, Inc. EMARGWAY-1 BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Pcs Page 2 04/02/2021 14'.45 Cost for Item 450 Quantity Unit Perm Constr Equip Sub - Unit Cost Labor Material Matl/f1xp Ment Contract Total BID ITEM = 450 CL[I NT8 = 45 Description = PCO --DESIGN CHANGE 3-30-21 REVISED Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 8TRFRMN Foremans "Truck w/tools 1.00 8.00 HR 17.520 140 140 9STORNI Storm Dump Fee 1.00 15.00 CY 8.000 120 120 LAI3GEN Laborer -(Group 3) 1.00 8.00 MII 39.810 489 489 LABPL PipeLayer-Gr Checker (Gro 1.00 8.00 MH 40.770 498 498 0P2 Operator -(Group 1) 2,00 16,00 MH 51.020 1,344 1,344 OPF Operator -(Foreman) 1.00 8.00 MII 54.520 705 705 SUPENG Project Engineer 0.50 4.00 MH 37.000 206 206 S5,798.48 0.4400 M14/1.1: 44.00 MI1 [ 20.451 1 3.241 55 120 982 1,400 5,798 70005 STRUCT RESTORE 34/25 -PREP FOR IIARDSCAPF. Quan: 1.00 LS Elrs/Shft: 8.00 Cal: 508 WC: NONE "Unreviewed EAEX04 320 Exc. and Grade chkr 4.00 CI -I Prod: 4.0000 HU Lab Pcs: 2.00 Eqp Pcs: 1.00 4ILAUL Hauling Subcontractor 1.00 4.00 HR 175.000 700 700 8EX233 Excavator -CAT 328 - 10 1.00 4.00 FIR 127.880 512 512 9DIRT Din Dump Pees 1.00 30.00 CY 8,000 240 240 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MH 40.770 249 249 OP2 Operator -(Group 1) 1.00 4.00 MH 51.020 336 336 $2,036.45 8.0000 MH/LS 8.00 MH [ 367.16 1 585 240 512 700 2.036 41480-03 M1l-21, MB -24, ADDITONAL WIDTH 4" RE.MOVA Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE "Unrevicwed RESTOCKING/DEIM'O RELOADING OFFSITE HAULING TO DUMP AND RETURN TO HONE BASE P14000 Pipe crew 400 8.00 CFI Prod: 8.0000 IIU Lab Pcs: 5.00 Eqp Pcs: 4.00 2AGQBC CSBC Crushed SurCa>110 1.00 90.00 TN 9.000 891 891 2PCS026 'Type 242 48"(9110% 1.00 2.00 EA 457.000 1,005 1.005 4HAU1. Hauling Subcontractor 1.00 14,00 LIR 175.000 2,450 2,450 SEX070 Excavator -CAT 308 - 10 1.00 8.00 I -IR 50.330 403 403 SEX200 Excavator-EX228 - 1022 1,00 8.00 HR 105.230 842 842 8L0924 Loader- 3016 1.00 8.00 FIR 51.360 411 411 8TOOLJ,1 Jumping Jack 1.00 8.00 HR 8.000 64 64 9ASPHALT Asphalt Dump Fees 1.00 30.00 CY 8.000 240 240 9CONCRETE Concrete Dump Fees 1.00 30,00 CY 8.000 240 240 9DIRT Din Dump Fees 1.00 75,00 CY 8,000 600 600 9STORM Storm Dump Fee 1.00 1.00 LS 800.000 800 800 LABGEN Laborer -(Group 3) 1.00 8.00 MIT 39,810 489 489 LABPL PipeLayer-Gr Checker (Gro 1.00 8.00 MH 40.770 498 498 OP2 Operator -(Group 11 2.00 16 00 MH 51.020 1,344 1,344 OPF Operator -(Foreman) 1.00 8.00 MIL 54,520 705 705 $10.981,32 40.0000 MH/LS 40.00 MH [ 1897.12 1 3,036 1,896 1,880 1,719 2,450 10.981 > Item Totals: 450 - PCO --DESIGN CHANGE 3-30-21 REVISED $63,031.88 278,0000 MH/LS 278.00 MII [ 13190.36 ] 19,918 2.534 8,450 7,029 25,100 63,032 63,031.880 1 LS 19,918.10 2,534,40 8,450.00 7.029.38 25.100 00 63,031.88 863.031.88 Report Totals "r 278-00 MH »> indicates Non Additive Activity 19.918 2.534 8,450 7,029 25.100 63,032 Holding account totals will not be added to the report totals because the distribution is instead added to the various hid items. Report Notes: The estimate was prepared with TAKEOFF Quantities. This report shows TAKEOFF Quantities with the resources. 'Unreviewcd' Activities are narked. GENERAL NOTES M19111 dilhAR 2 € 5,o6 E6 1 q qgOR B S R 41 R 8 IP sw 0 N 0! S H 44 2$ 8 Rk 4 v, ggE N n n u n d kj12 4 qgq SW 10*1066 qPih WT� 5 e S E MARGINAL WAY OUTFALL 1- U w O a H 2 0 w EX 2 cr DRAINAGE PLANS 0 co w 1— W OD Z 00 U 0 pgn A A$ 1 2 8 m n:a itoz/u/c a.c aomussimi\I) I )\0wab\roma\innro ora-aimgvw,wi\ma02A2 GENERAL NOTES z 3 14 S �� g 0 _i 1 J L- h Rod o g tZ 85q; 0 2 h Mi51g i dim .J n Y 14 m n d S 133NS OS+C VIS 3NIl H01VYl w w 0 z F 0 1- 0 U PIPE STATION PROFILE 5 E MARGINAL WAY OUTFALL H O W O a a 0 z 5 a w F w w U' z w ce Q 0 2 K O H �N UJ H- z cew OD Z O O 0 O 5 =NA s.o iomussimiU�n��\�s��Mwis3o\iw�ro xn]-sion\rw.wu\suroiw\�� GENERAL NOTES iiiiiil:mN19111 w Lg ,- s x 1 36 E iaa og N } hI. gIR �a gig L4' it 1 8 @a aB,s g55iR € 1 a � s $g 1E 1 Xil ` �� egd a ° s l rg - PPo"X OR ? b o " 3 W , b2 r 1,, z = sagF�� � g 4m z gi§ $N 4 F .- n • n u n d a 00+01 010 3,47 H31011 E.8 z d 9 13390 00+9 910 3NI1 93109 0 0 W F Z C D Z 00 0 0 0 11 ARE a IId 91C v0,/,/, 6.P IZ(ICO IDNLLSSIMI\P )I 3\16u,.vp\p6Hl\IPII�9 MCI -5101\ M GENERAL NO 004 • ggfg a 6a gWI 1 Rh CONSTRUCTION NOTES Lk' ff s gQ s 6s 6 Pg ER 000 R 6 TW 8 IM E is 0 SIGNAL GENERAL NOTES pgm 51 HE 551 a3 hi 6 F�ka� as Nff 4 g4 Meg T 01 q8 6 133111 01+91 V1S 3Nf1 601VM SIGNAL CONSTRUCTION NOTES 13 Ei'R n§ °- !WI04 mi 0 1518 2tP A z ���222 -05g 6 ggX °3 �Rg6 6 d .1 © d 1, L 133145 06+11 615 3NI1 101611 PIPE STATION PROFILE CO 3 e G 0 i Q 0 E MARGINAL WAY OUTFALL W I-- W O D Z 0 00 0 0 6 CJ J w qv s m/w/c bwiuico io�eussimi\,�mn\�6W^a wsnUPnro .�a��o�i\nxwm\n�roaa\ � Change Order 3 Page 3 of 3 Measurement: Measurement for New Item #CO3-01 will be per . Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark- up, overhead and profit required to furnish, install, and successfully complete all work for the above- described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Subtotal Existing Items: $192,822.66 Change Order Items Item No. Description Unit Qty. Unit Price Amount N/A Subtotal Change Order Items: $0.00 SUBTOTAL CHANGE ORDER AMOUNT: $192,822.66 WSST (%): $0.00 TOTAL CHANGE ORDER AMOUNT: $192,822.66 TIME IMPACT ANALYSIS CPM Time Impact Analysis Contract: CITY OF TUKWILA - East Marginal Way Outfall Stormwate Contract #: 91041204 Contractor: Marshbank Construction, Inc. Change Order: CO3 CM Reviewer: Matt North Date: 07/21/21 Requestor of Change: Marshbank Construction, Inc. Initiator of Change: Marshbank Construction, Inc. Detailed Description of Change: This design change request was developed in relation to resolution of utility conflicts relating to the unlocated Zayo fiber line. RFI #014 was issued regarding the discovery of an assumed communication duct bank, Zayo Fiber line, running north and south resulted in multiple utility conflicts. Therefore, Field Work Directive (FWD), 1 and FWD #001.1, were issued resulting in the storm and forcemain redesign. Reference Drawings: N/A Reason for Change: KPG the COT and Marshbank, determined that design changes were due to the multiple utility conflicts including the unlocated Zayo fiber line being in direct conflict with the storm and forcemain. Marshbank installed the storm and forcemain and all related restoration work in accordance to the FWD #001 to #001.1 which edits plan pages 7 & 8 Attached Supporting Documentation: Impacts of this Change on Related Work: No additional days are added to the contract as a result of this work. Other Information: INDEPENDENT COST ESTLti1AT'E Compiled - Review ESC LUMP SUM ITEM Rate Units Total 88888888888888888888 .................... 2.888888888882.2.22.2.2.82 :7—r-- N...... 0 0 0 0 0 122 aMMOMPiiiill H 21 u L � ao 888888.8.8888.888888888 . . . . . . . . . . . . . . . . . 0 0 0 0 0 0 0 RMR N N N N N N N N H w H h N N N N N H N N ti ..... H ti ti ti ti ti ti, .... . o 0 o a o WAH r ti § z, Force Account Days - Per Rate Sheets Rate Units Total 3/9/2021- Sheet attached - Need Invoices 10552.05 1 $ 10,552.05 3/10/2021- Sheet attached • Need Invoices 7899.28 1 $ 7,899.28 3/15/2021- Sheet attached • Need Invoices 3758.93 1 $ 3,758.93 3/17/2021 - Patrick to Send - Need Invoices 12000 1 $ 12,000.00 3/26/2021- Sheet attached- Need invoices 8000 1 $ 8,000.00 $ 42,210.26 Overhead Rate - Onsite Equipment & Management if no FA Overhead Rate Rate Units Total 3/9/1021 2197 1 $ 2,197.00 3/10/2021 2197 1 $ 2,197.00 3/11/2021 3306.6 1 $ 3,306.60 3/12/2021 3306.6 1 $ 3,306.60 3/15/2021 2197 1 $ 2,197.00 3/16/2021 3306.6 1 $ 3,306.60 3/17/2021 2197 1 $ 2,197.00 3/18/2021 3306.6 1 $ 3,306.60 3/19/2021 3306.6 1 $ 3,306.60 3/22/2021 3306.6 1 $ 3,306.60 3/23/2021 3306.6 1 $ 3,306.60 3/24/2021 3306.6 1 $ 3,306.60 3/25/2021 3306.6 1 $ 3,306.60 3/26/2021 2197 1 $ 2,197.00 3/29/2021 3306.6 1 $ 3,306.60 3/30/2021 3306.6 1 $ 3,306.60 3/31/2021 3306.6 1 $ 3,306.60 4/1/2021 3306.6 1 $ 3,306.60 4/2/2021 3306.6 1 $ 3,306.60 38569.6 5 57,277.40 mo R r 0 0 0 0 m Additional Costs to g e Proposed CO Pricing: WSDOT LAG MANUAL CHANGE ORDER CHECKLIST Local Administered Projects Change Order Chapter 52 Appendix 52.106 Checklist Question Yes No N/A 1. Does the change order alter the termini, character, or scope of the work? X If yes, you must have H & LP approval to be eligible for federal funds. X If yes, you must submit a revised page 1 of the prospectus. X 2. Is the Change Order over $7,500.00 and outside the scope of work? X If yes, the change cannot be a change order and must be an independent work. X 3. Does the Change Order detail all items involved in the change? X 4. Does the Change Order include an adjustment to working days? X If yes, the time extension must be stated in the Change Order. X If yes, an independent engineer's estimate of time must be included to document the extension. X If no, that must be stated in the Change Order. X 5. Does the Change Order alter the DBE Condition of Award? X If yes, you must obtain concurrence from H & LP. X If yes, you must obtain the DBE's signature on the Change Order X 6. Does the Change Order involve a material subsitution? X If yes, you must determine if a material credit is appropriate. X 7. If Change Order work started prior to it's execution, prior verbal approval by the Approving Authority must be granted and documented. X 8. Has the Change Order been signed by the contractor? X 9. Has the Change Order been executed by the Approving Authority? X If you are a "non CA Agency", you must have the acting C Authority's approval. X 10. Has an independent engineer's estimate justifying the costs and time extensions been completed and documented? X 11. Has a detailed memo outlining the chronology of events, basis of need, cost and working days been prepared and placed in the file accompanying the Change Order? X Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 ADDITIONAL BACKUP Project Name: East Marginal Way Outfall Stormwater Retrofit Project SUMMARY FIELD NOTE RECORD KPG Project Number: 14015 City Project Number: 91041204 Bid Item: 1 Minor Change Schedule A Pay Est.: 2 Pay Estimate Period: From: 4/1/2021 To: 4/30/2021 Inspector: Ed Wagner Calculated by: Ed Wagner Quantity Calculation (Attach supporting information as needed) Date Work Performed Location of Work Performed Calculations FA Quantity 04/01-04/30 RFI #17.1 129 CY x $42 = $5,140 0.21 04/29/2021 Force Account #02 See FA sheet for backup - Pay $573.48 0.02 04/21/2021 FA #05 Labor and Equipment Paid Pay to $2198.18 (Invoices to be paid on PE 03) 0.09 04/22/2021 Force Account #06 Pay to $2,321.70 0.09 Total 0.41 Material Acceptance Material Brand Name / Manufacturer Model / Type RAM or Sub. # Basis of Acceptance Pay Summary Item # Bid Item Unit Qty Unit Price Contract Total 1 Minor Change FA 1 $ 25,000.00 $ 25,000.00 Quantity due this pay Estimate 0.41 40.93% $ 10,233.36 Total paid on previous Estimate(s) 0.00 0.00% Total Paid to Date 0.41 40.93% $ 10,233.36 Amount left in Bid Item 0.59 59.07% $ 14, 766.64 Posted By: Alexa Henry, Documentation Date: 05/11/2021 Signature: 4 za- 7'47 c7 7/2aa71,01 a 05/11/2021 Verified/Checked By: Matt North, Resident Engineer Date: Signature: Project Name: Project No.: Bid Item No.: Start Date of Work: Invoice #: 3506 1110141114k, WA -41 0 -•. w Field Construction Record 9104 I2-64— 1 Item Description: M w40r2._ C B End Date of Work: 4 --30 z/ MG( RFI 1 -. 1 AtT 4teD) PrND Cl/NM-IL II i -!-2I F/to,M RO5 e /27 e y d r d°Ater @PAUGM t-Nrr : -To t`3 J --&Mo t/G--r0 14M -s ,ccvdnrr 619 u 71!E n n16— .1317) /760/S, 71t-4µ `m 73C i 6� Z- c (;5-i t a. oa f31 ; 9 _ . 2-5, o©o �St 'o..21(021. How was quantity measured? j &e IC -Ft - 1 : l t w 0 T i I Ni F6-1_1> Bid Item Bid Item Description Qty. Units Initials Posted by Checked by Plan Sheet Pay Estimate # Mat'Is App'd (YIN) 3, 61- 2_ �► k-rr 146a n-% Inspector Title Date Contractor Title Date Calculations Verified/Checked by: Date: 5.-' i -2-i From: Matt North To: Alexa Henry Cc: )acob Williams.; Ed Waoner Subject: FW: EMWO- Pay Request - FWD 001.1 payment on PE#2 - SL #7.1 spreadsheet Date: Tuesday, May 4, 2021 11:25:12 AM Attachments: jmaae001 onq Hi Alexa See the email below for backup to FWD 001.1 payment on PE#2 as just discussed. Goes with SL #7.1 spreadsheet. Thanks! Resident Engineer o: 253 627 0720 // d: 206 595 1733 From: Rob Gammell <rob@marshbankconst.com> Sent: Friday, April 30, 2021 9:13 AM To: Matt North <matt@kpg.com> Cc: Patrick Gleason <Patrick@marshbankconst.com>; Kenton Wilde <Kenton@marshbankconst.com> Subject: EMWO- Pay Request Matt, Here are some relevant numbers to include in the estimate. BI #15 (Conc Base Pave = 450, Ed got 446. 446 is acceptable RFI #17. We come up with 129 CY's Average bid for us for road ex is 42. This would yield $5410.00. Review and let me know if this would be agreed and close out this issue. FWD 001.1. We would expect payment in the amount of $68,703.45. (Serial Letter 7.1 less work not performed) Remaining work includes the other half of "Replace Monument" $2,462.15, Striping additional $3,652.40, Also, per Serial Letter 7.1. We encountered pipe removal less than 20' at structure #34. Resulting in one payment of $1,336.00 Can you send the totals for FA sheets expected through 3/31 for our reconcile? Send your estimate when you get a chance and we will match up pipe, removals, and any sub work. MARSHBANK r`C= h JT2UET1()1'-J REQUEST FOR INFORMATION #017.1 TO: CITY OF TUKWILA DATE: MARCH 12, 2021 REFERENCE: Road Base Excavation for Permeable Pavement Area PROJECT: E. Marginal Way Outfall Stormwater Retrofit Project REQUES 1'ED BY: Marshbank Construction QUESTION: The excavation for the approximately 5" of road base excavation required for the permeable pavement section (see below) is not included as an incidental for the permeable ballast per special provisions division 10 measurements and payments: `Measurement and payment for `Permeable Ballast" shall be per ton. Items to be included in the bid price, but shall not necessarily be limited to: all necessary materials, labor, and equipment, including staking, constructing form work, finishing, removal of form work, and complete installation of cement conc. sidewalk as shown on the plans or directed by the City." EASTIHG PAWE">,LENT. j,4 DEPTH VARIES / �� Aspl,W: _ r : a Apuo: n-alely 3" 1M Item. PERMEABLE PAVEMENT SECTION a" PERMEABLE HMA, PG 70-22 1" PERMEABLE ASPHALT TREATED BA 12" PERI€ABLE BALLAST NTS Cuncrele Rernuval V-' Apprazimylnly 3' 19id llnm 9l Road Base Reoloval Aaproximalely S' Marshbank is not in agreement with RFI response 017 that this road base excavation is captured in bid item 18 as there is no contract language to support this. Marshbank Construction recommends the creation of a road -excavation bid item; please advise. RESPONDED BY: DAIL: Payment to be incorporated in Minor Change Bid Item #1 for the amount requested in email from Marshbank received 4-30-21. CY price is in line with industry standard. Processing will be 129cy paid at $42/cy = lump sum price of $5410.00. 52, 2a2att 1 vt% 05/04/2021 KPG SEATITe • 1ACOMt,1 DAILY REPORT OF FORCE ACCOUNT WORKED FA No.: 2 Project Name: Bid Item: Description of Work: Prime Contractor: EMWO Project No: 14015 Date: 4/29/2021 01 - Minor Change Pay Est: 2 Grout Structure 18 due to structure leaking per Eric from the City of Tukwila. Marshbank Sub -Contractor: N/A PRIME LABOR NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION William Watkins GENERAL LABORER - ZONE 1/GROUP 3 (MCI TRADE 1) 1.5 $ 61.83 $ 84.03 $ 92.74 Chris Rammage 11S) 1.5 $ 89.76 5 121.90 $ 134.64 Timothy Peltier BACKHOE, EXC.-15 TO 30 MT, LOADER - ZONE 1/GROUP 2 + 52.00 (MCI TRADE 9A) 1.5 $ 86.54 $ 115.75 $ 129.81 - $ - $ - $ - - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - - $ - $ - $ - PRIME LABOR SUBTOTAL PRIME LABOR TOTAL INCLUDING 31 / MARKUP $ 357.19 $ 467.92 PRIME EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION MCI -3016 1.5 $ 58.16 $ 9.76 $ 87.24 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - PRIME EQUIPMENT SUBTOTAL $ 87.24 MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - $ - PRIME MATERIALS SUBTOTAL PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ 105.56 PRIME SUBTOTAL $ 573.48 SUBCONTRACTOR LAE NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - SUBCONTRACTOR LABOR SUBTOTAL SUBCONTRACTOR LABOR TOTAL INCLUDING 29/ MARKUP $ - $ - SUB EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ - $ - 5 - $ - $ - $ - $ - SUBCONTRACTOR EQUIPMENT SUBTOTAL $ - MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ SUBCONTRACTOR MATERIALS SUBTOTAL SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ - SUBISERVICE SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR INVOICE TOTAL $ - SUBCONTRACTOR SUBTOTAL $ - PRIME CONTACTOR MARKUP AT 12% $ - SUBCONTRACTOR TOTAL INCLUDING 12% PRIME MARKUP 1 $ - Force Account Sheet By: Approval of Force Account Worked: AME HERE, KPG Office Engineer D¢ NAME HERE. KPG Resident Engineer Date SHEET TOTAL: $ 573.48 r-+ • DAILY REPORT OF FORCE ACCOUNT WORKED vv iECE. ' SEATTLE • TACOMA Project Name: E r%1 i A J -C, Project No: / /O/5 -- Bid Item No.: Date: - 5_- 7 / Description of Work:t _,f ■ ) - ... oh `� >^ • 1 ,cE c E'P / L �iY.2;,-t-r r. ` O fu I, i of /c4_, Work by Subcontractor?: Prime Contractor: Yin r5 �t �9 I Sub -Contractor: It-- LABOR STRAIGHT TIME OVERTIME COMMENTS NAME OCCUPATION HOURS HOURS (4)////4 0') ()il kids i -A 67 1/,C -- ' 14 (c mn•taG,C 1-t-14 A- PPR , /, .5 - Tim Pe/ f//�r op 1, 5 EQUIPMENT STRAIGHT STANDBY COMMENTS EQUIPMENT OR ATTACHMENTS HOURS HOURS foc7 (i)Qr c.>l < c --- MATERIALS MATERIALS QUANTITY UNIT COMMENTS Quantities as measured in the field INVOICES N\JOICES QUANTITY UNIT DOLLAR AMOUNT Verification of Hours Worked: COMMENTS: �>i"(G p _ 0/4 X C, /VC(5 51 ft' f-tirs j) Con - .- -epresen Date /• Ow -r's Represe ive Date oyu, pmmi- p� Marshbank Construction Inc. Foreman's Report of Force Account Worked 9.1 5 Date IJob # Weather 1 IAuth. By Describe Work Performed (Attach Additional Sheets if Necessary) f , ✓ v.� y}. v �.� Labor Equipment Hours Name Hours Machine/Machine Number Below This Line Attach Invoices or Truck Slips/Tickets If Available Materials (Includes Dump Fees) Subcontractors (Includes Rental Trucks) Quantity Description Invoice No. Subcontractor Sinature: 9 Date Completed: KPG StAITLE IACOMA DAILY REPORT OF FORCE ACCOUNT WORKED FA No.: 5 Project Name: Bid Item: Description of Work: Prime Contractor: EMWO Project No: 14015 Date: 4/21/2021 01 - Minor Change Pay Est: 2 Saw cut and remove asphalt edge where exisiting panels joints are causing edge to fall out. Also where existing pavement is failing. Plus removal of asphalt and concrete. Marshbank Sub -Contractor: NIA PRIME LABOR NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION William Lindstrom PIPELAYER 8 CAULKER - ZONE 1/GROUP 4 (MCI TRADE 4) 3 $ 63.01 $ 85.75 $ 189.04 William Watkins GENERAL LABORER - ZONE 1/GROUP 3 (MCI TRADE 1) 3 $ 61.83 $ 84.03 $ 185.49 Chris Rammage 11S) 3 $ 89.76 $ 121.90 $ 269.28 Darren McIntosh LABORER 70% OF GENERAL LABORER (1001-2000 HOURS) (MCI TRADE 16B) 3 $ 47.69 $ 63.53 $ 143.06 Timothy Peltier BACKHOE, EXC.-15 TO 30 MT, LOADER - ZONE 1/GROUP 2 + $2.00 (MCI TRADE eA) 3 $ 86.54 $ 115.75 $ 259.62 $ - $ - $ - - $ - $ - $ - $ - $ - $ - - $ - $ - $ - PRIME LABOR SUBTOTAL PRIME LABOR TOTAL INCLUDING 31 / MARKUP $ 1,046.49 $ 1,370.90 PRIME EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION MCI -1020 3 $ 145.27 $ 16.80 $ 435.81 MCI -3014 3 $ 67.27 $ 14.40 $ 201.81 MCI -0120 3 $ 15.36 $ 3.16 $ 46.08 $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - PRIME EQUIPMENT SUBTOTAL $ 683.70 MATERIALS (add tax to unit price 4 applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - $ - PRIME MATERIALS SUBTOTAL PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ _ - $ 827.28 PRIME SUBTOTAL $ 2,198.18 SUBCONTRACTOR LAE NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - SUBCONTRACTOR LABOR SUBTOTAL SUBCONTRACTOR LABOR TOTAL INCLUDING 29/ MARKUP $ - $ - SUB EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ - $ - $ - $ - $ - $ - $ SUBCONTRACTOR EQUIPMENT SUBTOTAL $ - MATERIALS (add tax to unit price it applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR MATERIALS SUBTOTAL SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ - SUB/SERVICE SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR INVOICE TOTAL $ - SUBCONTRACTOR SUBTOTAL $ - PRIME CONTACTOR MARKUP AT 12% $ - SUBCONTRACTOR TOTAL INCLUDING 12% PRIME MARKUP 1 $ - Force Account Sheet By: Approval of Force Account Worked: I\ ME HERE, KPG Office Engineer De NAME HERE, KPG Resident Engineer Dale SHEET TOTAL: $ 2,198.18 Marshbank Construction Inc. Foreman's Report of Force Account Worked 5113 Date Job # Weather IAuth. By I Describe Work Performed (Attach Additional Sheets if Necessary): Labor Equipment Hours Name Hours Machine/Machine Number Below This Line Attach Invoices or Truck Slips/Tickets If Available Materials (Includes Dump Fees) Quantity Description Subcontractors (Includes Rental Trucks) Invoice No. Subcontractor Signature: Date Completed: KPG SEAL FI0 • TACOMA DAILY REPORT OF FORCE ACCOUNT WORKED FA No.: 6 Project Name: Bid Item: Description of Work: Prime Contractor: EMWO Project No: 14015 Date: 4/22/2021 01 - Minor Change Pay Est: 2 At existing structure tie (STA 2+77.26) we dug up to tie in 12" PVC pipe and water started leaking out of structure at seam between base and first barrel section. It flooded out trench. Due to this we had to work 2 hours overtime. Marshbank Sub -Contractor: N/A PRIME LABOR NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Chris Rammage SUVLKIN1 NUtN1 1 U1H11IUK-LUNt1Il.KUUY1+(MUI IKAUt rtci 3 $ 89.76 $ 121.90 $ 269.28 William Lindstrom PIPELAYER & CAULKER - ZONE 1/GROUP 4 (MCI TRADE 4) 3 $ 63.01 $ 85.75 $ 189.04 William Watkins GENERAL LABORER - ZONE 1/GROUP 3 (MCI TRADE 1) 3 $ 61.83 $ 84.03 $ 185.49 Darren Mcintosh LABORER 70% OF GENERAL LABORER (1001-2000 HOURS) (MCI TRADE 16B) 3 $ 47.69 $ 63.53 $ 143.06 Timothy Peltier BACKHOE, EXC.-15 TO 30 MT, LOADER - ZONE 1/GROUP 2 + $2.00 (MCI TRADE 8A) 3 $ 86.54 $ 115.75 $ 259.62 Arron Elton 7F) 3 $ 86.71 $ 116.01 $ 260.14 $ - $ - $ - - 5 - $ - $ - - S - $ - $ - PRIME LABOR SUBTOTAL PRIME LABOR TOTAL INCLUDING 31 / MARKUP $ 1,306.63 $ 1,711.69 PRIME EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION MCI -1028 2 $ 24.17 $ 31.71 $ 48.34 MCI -3014 2 $ 67.27 $ 14.40 $ 134.54 MCI -0120 2 $ 15.36 $ 3.16 $ 30.72 MCI -1020 2 $ 145.27 $ 16.80 $ 290.54 $ - $ - $ - $ - $ - $ - S - $ - $ - PRIME EQUIPMENT SUBTOTAL $ 504.14 MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/Tax if appl. EXTENSION $ - $ - $ - PRIME MATERIALS SUBTOTAL PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ 610.01 PRIME SUBTOTAL $ 2,321.70 SUBCONTRACTOR LAE NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - SUBCONTRACTOR LABOR SUBTOTAL SUBCONTRACTOR LABOR TOTAL INCLUDING 29/ MARKUP $ - $ - SUB EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBCONTRACTOR EQUIPMENT SUBTOTAL $ - MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR MATERIALS SUBTOTAL SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP S _ - $ - SUBISERVICE SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ SUBCONTRACTOR INVOICE TOTAL $ - SUBCONTRACTOR SUBTOTAL $ - PRIME CONTACTOR MARKUP AT 12% $ - SUBCONTRACTOR TOTAL INCLUDING 12% PRIME MARKUP 1 $ - Force Account Sheet By: Approval of Force Account Worked: ,ME HERE, KPG Office Engineer Da NAME HERE. KPG Resident Engineer Date SHEET TOTAL: $ 2,321.70 Marshbank Construction Inc. Foreman's Report of Force Account Worked Date Job # Weather IAuth. By Describe Work Performed (Attach Additional Sheets if Necessary): Labor Equipment Hours Name Hours Machine/Machine Number Below This Line Attach Invoices or Truck Slips/Tickets If Available Materials (Includes Dump Fees) Quantity Description Subcontractors (Includes Rental Trucks) Invoice No. Subcontractor Signature: Date Completed: Project Name: East Marginal Way Outfall Stormwater Retrofit Project SUMMARY FIELD NOTE RECORD KPG Project Number: 14015 City Project Number: 91041204 Bid Item: 4 Resolution of Utility Conflicts Schedule A Pay Est.: 2 Pay Estimate Period: From: 4/1/2021 To:' 4/30/2021 Inspector: Ed Wagner Calculated by: Ed Wagner Quantity Calculation (Attach supporting information as needed) Date Work Performed Location of Work Performed Calculations FA Quantity 04/01-04/30 Serial Letter #9.0 Pay to $50,200.04 2.01 04/19/2021 FA #01 Labor and Equipment Paid Pay to $1,749.83 (Invoices to be paid on PE 03) 0.07 04/29/2021 Force Account #03 Pay to $1140.42 0.05 04/13/2021 Force Account #04 Pay to $181.08 0.01 Total 2.13 Material Acceptance Material Brand Name / Manufacturer Model / Type RAM or Sub. # Basis of Acceptance Pay Summary Item # Bid Item Unit Qty Unit Price Contract Total 4 Resolution of Utility Conflicts FA 1 $ 25,000.00 $ 25,000.00 Quantity due this pay Estimate 2.13 213.09% $ 53,271.37 Total paid on previous Estimate(s) 5.50 549.93% $ 137,482.62 Total Paid to Date 7.63 763.02% $ 190,753.99 Amount left in Bid Item -6.63 -663.02% $ (165,753.99) Posted By: Alexa Henry, Documentation Date: 05/11/2021 Signature: 46_7.a.-57/447 9.vet05/11/2021 Verified/Checked By: Matt North, Resident Engineer Date: Signature: MARSHBANK April 2, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental information Serial Letter No. 7.1 Mr. North, Marshbank Construction Inc. (Marshbank) is providing the following Change Order Proposal for your consideration. This proposal is associated with the revised design change (EMWO Design Issue, FWD 001.1) received via email from KPG on 3/29/2021. Design Change EMWO - Proposal Breakdown: • Replacing Monument o Removal and reinstallation of survey monument adjacent to Structure 419. This is an activity taking place post paving, includes coring sub, purchase of monument related construction materials, labor, trucking, applicable dump fees. Pay half on PE#2 and the rest once complete. $4282/2= $2,141. • $4282.00 • Added Striping Install/Removals and Subsequent Layout o The FWD design alignment shifted work activities into previously unaffected chamnelization requiring new RPM'S, removal for saw -cutting, and added layout for striping otherwise not contemplated in our original. bid proposal. Includes labor, subcontractor's added costs, small tools, and applicable dump fees. • $ 3176.00 Pay once complete. Minus striping at $3176.00 • Modular Structure Relocation/Added Saw-cutting/Safety Shoulder o This incorporates added saw -cutting and additional hardscape removals for the modular structure restricted to actual affected area by pipe or structure/shoring (# l00). if any hardscapes outside of the area are determined not suitable to remain, this work is expected to be measured and paid per bid item at the same time Marshbank is onsite concurrently working. Additionally, this change has the potential to construct a safety shoulder of rock (20 tons) assumed, sacrificial material, as the proximity of the live lane with traffic is closure to the trench than originally designed. • $26,050 -630.20 per email from Rob @ MB on 5/6/21 = $25,419.80 • Additional Days/Overhead o (6) Added working days needed to facilitate these changes. This covers additional management overhead for the added days. project oversight, schedule updates, supplier coordination, etc. • $10,708.00 1 day at confirmed rate established in SL 8 = $3306.60 • Structures 21, 24, 25 and added 4' of trench width and Incidentals o From the STA 11+21 to 12+57, this design change added —4' width to a trench excavation bid at —2.5 for the 4" force main. This price compensates —136 LF of increased incidentals to the trench section. Specifically, pipe zone bedding, excavation of hardscapes, haul, and backfill. Original structures #25, #24, and #21 have been either deleted or adjusted resulting in (2) new structures being ordered and dump fees calculated for the original structures. The pricing accounts for the additional hardscapes removal in this area not quantified in our original bid price. • $10981.00 No payment to BI #37. Agreed to pay $10,981.00 per letter & pricing. MARSHBANK • Structures #25 - #34 Restoration o This pricing replaces the temporary filling of CSBC previously paid on SL 8.1 to prep and remove for bid item hardscape restoration. • $2,036.0o Agreed to pay $2036 per letter & pricing attached Bid Item #2 ESC (Lump Sum Item) - $1,500 (Daily Lump Sum rate multiplied by i add lea on BI 2 & 5. Bid Item #5 PTTC (Lump Sum Item) -$7,500 (Daily Lump Simi rate multiplied bye BI #2 LSBD = $166.67/day; BI #5 = $1000.00/day Adding 1 day = $1166.67 paid on SL #9 to PE#2. FWD 001.1 Total 564,668.41 Additional LS itemsx'19,000 Pay SL #9 on PE#2 total of bulleted items = $50,200.04 JMN. Future payment on Striping and Completion of Monument = $5317. Marshbank offers a price of $7-1,075,00•related to FWD 001.1. This price includes all itemized pricing breakdowns above to capture all changes based on the design change presented on 3/29/21. At this time Marshbank is excluding both pothole restoration outside of affected areas within the old alignment and the sealing of existing sawcut until a time where direction and procedure can be evaluated and agreed upon for both feasibility and longevity. Please note the pipe removal item (below) is a unit -based item to be used as encountered and within the language specified. KPG is to use this unit price to create an additional unit price bid item for pipe removal if encountered. • Pipe Removal Per Foot o Marshbank is using 100' feet as a quantity guideline as this amount cannot be quantified with this change accurately. This pricing includes excavation of 12" PVC/Concrete conflicting nonactive pipe within the neat line of proposed storm excavation. The pricing reflects our assumption that the entire pipe does require CDF filling, Marshbank will grout any open ends. If a full pipe till is required this would be a change to this pricing. The minimum footage for payment if pipe is encountered will be 20' for this pricing to be acceptable. Per email 4/30/21 Rob requested 20' "Resulting in one payment of ■ $66.80 Per LF $1,336.00." Below is a list of assumptions • Marshbank has approval to continually take the three middle lanes day and night as this work has pushed edges and cuts towards to outside of lane lines. If permissions are revoked for any reason, current traffic control pricing will no longer be valid. Repricing and any stoppage as a result of this could become costly. • As the hatches and lids have moved, any alignment or wheel path issues is accepted and City of Tukwila has ownership of the design. • Marshbank makes no warranty that the note "SET MODULAR WETLAND AS NEAR AS PRACTICAL" to field fit works with current design changes and any issue arising from structure #100 will be tracked daily including any work stoppages as well as City of Tukwila accepts risk of pipe alignment/angles with this note. • Encountered utility sand encroaching as a result of proximity of Zayo conun line will be tracked via force account and any loss production. • Encountered sand undermining adjacent roadway and additional "T -Cut" or restoration will be directed by KPG/Tukwila and tracked via force account. • Marshbank is not liable for any design that increased the max tolerance of allowed deflection for the approved piping. • Any supporting of the comm line will be tracked via force account. • All Concrete Panel replacement is per bid item • All HMA replacement is per bid item • Backfilling structure #100 area with CSBC paid per ton except safety buffer. MARSHBANK • Pipe removal is paid per newly created bid item with a minimum of 20' if encountered for payment. • If unsuitable is encountered in this area any unsuitable is replaced via CSBC per ton related to 7-08.3(1)A. Marshbank requests a change order be written in the amount of 574,818.00 and a unit price bid item created for pipe removal to be used if and when encountered. Marshbank requires an additional (6) working days to complete this change. Should you have any questions regarding this serial letter please contact me at (425) 209-8225 Regards, Rob Gammell Marshbank Construction Inc. r Marshbank Construction. Inc. EMARGWAY-I BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Page 1 04/02/2021 14:45 Cost for Item 450 Quantity Unit Perm Constr Equip Sub- Pcs Unit Cost I.abor Material Matl/Exp Ment Contract Total BID ITEM = 450 CLIENT# = 45 Description = PCO --DESIGN CHANGE 3-30-21 REVISED Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 20462 REPLACING MONUMENT AND MATERIALS/SUR Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 %VC: NONE ".Unreviewed PIADJ Adjust to grade crew 4.00 CH Prod: 4.0000 CH Lab Pcs: 2.00 Eqp Pcs: 3.00 2SA008 Monumentri l l0% 1.00 1.00 EA 350.000 385 385 4SAW Sawing sub 1.00 1.00 EA 500.000 500 500 4SURVY Survey sub 1.00 1.00 LS 2.500.000 2,500 2,500 8BA416B 13ackhoe-420 - 3017 1.00 4.00 IIR 40.140161 161 SCO160 Air Compressor 160 dm 1.00 4.00 IIR 16.200 65 65 STRFR,MN Foremans Truck w/tools 1.00 4.00 HR 17.520 70 70 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MII 40.770 249 249 OPF Operator -(Foreman) 1.00 4.00 MFI 54.520 352 352 54,281.69 8.0000 MII/LS 8.00 MH [ 381.16 1 601 385 295 3.000 4,282 10010 STRIPING CHANGESQuan: 1.00 DAY Hrs/Shft: 8.00 Cal: 508 W(': NONE "Unreviewed EAEX02 200 Exc, Grade Chkr 4.00 CFI Prod: 0.5000 S Lab Pcs: 2.00 Eqp Pcs: 0.00 3GY76 Sinai' Tools(A110% 1.00 1.00 LS 75.000 83 83 4STP Striping sub 1.00 1.00 LS 2,600000 2,600 2,600 LABGEN Laborer -(Group 3) 1.00 4.00 MH 39.810 244 244 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MH 40.770 249 249 53,175.65 8.0000 Mil/DAY 8.00 MH [ 322.32 ] 493 83 2.600 3.176 21761 MOD STRUCTURE AREA HARDSCAPE REMOVA Ouan: 80.00 CY Hrs/Shft: 8.00 Cal: 508 W(,: NONE "Unreviewed 940 SQFT ADDED- LAN LOADING DIFFICULITIES 64TH FWD 1.1 P12000 I'ipe Crew <12". <8' Deep 10.00 CH Prod: 8.0000 Lill Lab Pcs: 5.00 Eqp Pcs: 3.00 2AGQBC CSBC Crushed Surfrq,,I 10 1.00 20.00 TN9.00(1 198 198 3HAU1. hauling Sub a�1 l0%a 1.00 23.00 HR 175.000 4,428 4.428 4SAW Sawing sub 1.00 670.00 LF 20.000 13,400 13,400 4SURVY Survey sub 1,00 1.00 LS 1,550.000 1,550 1.550 813A416B Backhoe -420 - 3017 1.00 10.00 HR 40.140 401 401 SEX200 Excavator-EX228 - 1022 1.00 10.00 HR 105.230 1,052 1,052 8TRFR1v1N Foremans Truck w!tools 1.00 10.00 HR 17.520 175 175 9ASPIIALT Asphalt Dump Fees 1.00 65.00 CY 8.000 520 520 9CONCRETE Concrete Dump Fees 1.00 65.00 CY 8.000 520 520 LABPL PipeLayer-Gr Checker (Gro 2.00 20.00 MI -I 40.770 1,244 1,244 OP2 Operator -(Group I) 2.00 20.00 MH 51.020 1,681 1.681 OPF Operator -(Foreman) 1.00 10.00 MII 54.520 881 881 526,050.10 0.6250 MH/CY 50.00 MLI [ 29.763 1 3,806 198 5,468 1,629 14,950 26,050 10001 ADDITIONAL MANAGEMENT -TRACKING CHAN Quan: 6.00 DAY Hrs/Shft: 8.00 Cal: 508 WC: NONE "Unreviewed S[JPOI Superintendent 48.00 CII Prod: 8.0000 HU Lab Pcs: 2.50 Eqp Pcs: 2.50 3GY11 Utilities, Field (ri-6110%n 1.00 6.00 DAY 100.000 660 660 8TRPU Pick up 2.00 96.00 OR 15.330 1,472 1.472 8TRSUPT Truck -Supt: PM-Est.(No 0.50 24.00 HR 17 520 420 420 SUG Superintendent -(General) 0.50 24.00 MH 66.520 2,410 2.410 SUPENG Project Engineer 1.00 48,00 MH 37.000 2,471 2.471 SUPIvt Project Manager 1.00 48.00 MH 50.500 3;275 3.275 510,708,19 20.0000 MIDDAY 120.00 MH [966.08] 8,156 660 1.892 10,708 20472 REMOVE PIPE PER FOOT -MINIMUM 20' Ouan: 100.00 LF Hrs/Shft: 8.00 Cal: 508 WC: NONE "Unreviewed LA.EX01 200 Exc,D5, Oracle chkr 8.00 CH Prud: 12.5000 UH Lab Pcs: 5.50 Eqp Pcs. 2.00 2C002A 30000S1(2110% 1.00 0.50 CY 100.000 55 55 4IIAUL Hauling Subcontractor 1.00 8.00 HR 175.000 1,400 1,400 80X200 Excavator -0X228 - 1022 1.00 8.00 IIR 105.230 842 842 Marshbank Construction. Inc. Page 2 EMARGWAY-1 BUDGET East Marginal Way 04/02/2021 14:45 ROB (AMNIELL Cost for Item 450 Activity Resource Desc Pcs Quantity Unit Perin Constr Equip Sub - Unit Cost Labor Material Matl/Exp Ment Contract Total BID ITEM = 450 CL[ENTi: = 45 Description = PCO --DESIGN CHANGE 3-30-21 REVISED Unit = LS Takeoff Quan: 1.000 Engr Quan: 1.000 STRFRMN Forenians Truck w/tools 1.00 S.00 HR 17.520 140 140 9STORM Storm Dump Fee 1.00 15.00 CY 8.000 120 120 LAI3GEN Laborcr-(Group 3) 1.00 8.00 Nlll 39.810 489 489 LABPL PipeLayer-Gr Checker (Gro 1.00 8.00 MH 40.770 498 498 OP2 Operator -(Group 1) 2.00 16.00 MH 51.020 1,344 1.344 OPF Operator -(Foreman) 1.00 8.00 MII 54.520 705 705 SUPENG Project Engineer 0.50 4.00 MH 37 000 206 206 85.798.48 0,4400 MH/I.F 44.00 MII [ 20.451 1 3.241 55 120 982 1,400 5.798 70005 STRUCT RESTORE 3425 -PREP FOR HARDSCAPE Quan: 1.00 LS IIrs/Shit: 8.00 Cal: 508 WC: NONE "U`ueviewed EAEX04 320 Exc. and Grade chkr 4.00 CII Prod: 4.0000 111,1 Lab Pcs: 2.00 Eqp Pcs: 1.00 4IIAUL Hauling Subcontractor 1,00 4.00 HR 175.000 700 700 SEX233 Excavator -CAT 328 - 10 1.00 4.00 LIR 127.880 512 512 9DIRT Dirt Dump Fees 1,00 30.00 CY 8.000 240 240 LABPL PipeLayer-Gr Checker (Gro 1.00 4.00 MH 40.770 249 249 OP2 Operator -(Group 1) 1.00 4.00 MH 51.020 336 336 82.036.45 8.0000 MH/LS 8.00 MH [ 367.16 1 585 240 512 700 2,036 41480-03 )411-21, M11-24, ADDITONAL WIDTH 4" REMOVA Quan: 1.00 LS IIrs/Shit: 8.00 Cal: 508 WC: NONE `' Unrewewed RESTOCKING/DEMO RELOADING OFFSITE HAULING TO DUMP AND RETJRN TO HOME EASE P14000 Pipe crew 400 8.00 CH Prod: 8.0000 IIU 1.ab Pcs; 5.00 Eqp Pcs: 4 00 _AGQBC CSBC Crushed Surf(kl 10 1.00 90.00 TN 9.000 891 891 2PCS026 Type 242 48".11)1.10% 1.00 2.00 EA 457.000 1,005 1,005 4HAUL Hauling Subcontractor 1.00 14,00 IIR 175.000 2,450 2,450 SEX070 Excavator -CAT 308 - 10 1.00 8.00 IIR 50.330 403 403 SEX200 Excavator-EX228 - 1022 1.00 8.00 HR 105.230 842 842 8L0924 Loader- 3016 1.00 8 00 HR 51.360 411 41 1 STOOLJJ humping Jack 1.00 8.00 HR 8.000 64 64 9ASPHAI.T Asphalt Dump Fees 1.00 30.00 CY 8.000 240 240 9CONCRETE Concrete Dunip Fees 1.00 30,00 CY 8.000 240 240 9DIRT Dirt Dump Fees 1.00 75.00 CY 8,000 600 600 9STORNI Storm Dump Fee 1.00 1,00 LS 800.000 800 800 LAI3GEN Laborcr-(Group 3) 1.00 8,00 MII 39.810 489 489 LABPL PipeLayer-Gr Checker (Gro 1.00 8.00 MB 40.770 498 498 OP2 Operator -(Group 1) 2.00 16(10 MH 51.020 1,344 1,344 OPF Operator -(Foreman) 1.00 8.00 MFI 54,520 705 705 810,981,32 40.0000 MH/LS 40.00 MH [ 1897.121 3.036 1,896 1,880 1,719 2,450 10.981 - > Item Totals: 450 - PCO --DESIGN CHANGE 3-30-21 REVISED 863,031.88 278.0000 MH/LS 278.00 MII [ 13190.36 ] 19,918 2,534 8,450 7,029 25,100 63.032 63.031.880 1 LS 19,918.10 2,534,40 8,450.00 7,029.38 225.10000 63,031.88 563.031.88 *** Report Totals *** »> indicates Nou Additive Activity 278.00 MH 19.918 2,534 8,450 7,029 25.100 63,032 Holding account totals will not be added to the report totals because the distribution is instead added to the Various bid items, Report Notes: --- The estimate was prepared with TAKEOFF Quantities. This report shows TAKEOFF Quantities with the resources. 'Unrevicwed' Activities are marked. 1 GENERAL NOTES d Cll k NO g5 a id P 5 is oa - 6•1Rgk5 i §fi Ng ii 46 14 is � 8 gg iE 1 G �� bi�k a �F Id !Ilgl egg 1e Lxh DIA a hhhalln gob a n 4 u• n n m m ld 1.0 ti 8 a s E MARGINAL WAY OUTFALL 0) W H w O Z 0 0 0 dal Z 8 J re n. ¢ox/u/c \rossaUvuro am-suntbwam\s<mda\�� GENERAL NOTES g 9'1 1 a � 5J1 a - 8i A g g wp ee Rd LICIR5 u .1X XEs gg§ a�'o� gsS a §§ flanZ S 13314S OS+C VIS 3M1 H31tlN CONSTRUCTION NOTES we! niliia g 1§h s v IN R E 1g Q IC! 2 a CI PIPE STATION PROFILE 5 a e a 3a E MARGINAL WAY OUTFALL H U W Z3 cc a h z O K 0- W W U' W IX Q 2 0 H 0) 0 WCC CC W O D Z 0 0 0 0 m az tg 1 N 8 E • MV [I9 I2O2/II/[ b•V'IO IMI\P0I03\�bu,0*A 0830\0iI8 »8 IO$I\flYWO\SI33'OtlA\:M N f O z w 2 Z Aa 46, gs eg a` g as 9i � !; po fg .k, gg 1ST x$ RE a ash LH RR N n Y Fri m - d n 8 133HS OS +(I 810 3Ml H31Y wigr ogp 110 5 6A mA 9 13314S 00+8 Y1S 3Nn H01Y11 z a e 3 9 E MARGINAL WAY OUTFALL 0 W 0 a F- z Z 05 a w W 0 w W F— cccc O F- 00 (0 z CCz a 0 0 0 (/) W F- W O Z O 00 0 0 M11 E 9 8 9 na SST izoz/9z/caw IUIf ionmsgIO,N3n3D\• ,4,8sx\u'iim xA-s�a�i\nxwu\u�3nae\ � GENERAL NOTES gSgi 5 @N F E E 8i ig CONSTRUCTION NOTES � � d 8 g 3a W �s sg > g 3 s zE 3 33 V1 3 1W Pg iP i is 0 0 0 0 0 SIGNAL GENERAL NOTES 6 13365 05+91 615 3611 F101611 N n n 3 SIGNAL CONSTRUCTION NOTES m Sha An S B a 9 4 g � gad 2��4 sEEP bbat5 gt 5530 L=§ 3* g -mg 3 5 o 3 uta P80 §fle S� 60,6 F � a Pe ggng 40 !_va afia a 1fi 4 4 4 4 3 r ® N .., N !8 3 ® - 0 0 3 STRUCTURE 21 TO STRUCTURE 24 L 13315 06+01 610 3611 101YY1 LL PIPE STATION P 3 1 a 6 6 6 0 a 8 L] (1) W Z � W 0 2 O U 0 0 00 0 3 3 na n c icoc/sc/ fiw ic<ica Io 0S1Io,i\0 0o u=nro .xr3-s0i N .G 0 IX 4282 LD h. m 260501 1 10708 oo o o LD m 0 o ,—I—I 0 o LD ts 0 0 L.f) r- LD 1.11- Remaining $5,317.00 Mon & Striping $5,317.00 Serial Letter 09 Pricing Breakdown Item: Total (Total Paying on PE 02 0 O r -I ct r -I N V)- I $0.00 N t\ N m N Ql N 0 WOO lD o CO M t/} 0 ,--i co al O r -I 0 tD m 0 N t!1 N- LO tD tD 0 O O O 0 r -I t/} 0 O tD m m r -I VI- Cr 0 O 0 N O til $4,282.00 0 O lD n ri M i/1- 0 CO Dl r -I d' Lr) N 0 tD I D 0 M co t/)• 0 O .-I 00 Ol O (-I 0 O LD M 0 N t/1- N t0 lD tD r-1 th 0 O O 0 0 .--I i/1- 0 O tD M m --1 i/). Replacing Monument Added Striping Install/Removals and Subsequent Layout Modular Stucture Relocation/Added Saw-cutting/Safety Shoulder Additional Days/Overhead Structures 21, 24, 25 and Added 4' of trench width and incidentals Structure #25 - #34 Restoration Bid Item #2 Bid Item #5 Pipe Removal Per Foot KPG sFJrrrLli • TACOMA DAILY REPORT OF FORCE ACCOUNT WORKED FA No.: 1 Project Name: Bid Item: Description of Work: Prime Contractor: EMWO Project No: 14015 Date: 4/19/2021 04 - Resolution of Utility Conflicts Pay Est: 2 Remediation of unsuitable base material at structure #19. No Bid item for unsuitable soils. Found unsuitable base material for setting pump station mit. - Matt North. Marshbank Sub -Contractor: N/A PRIME LABOR NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Chris Rammage 9 tKIUK-LUNt I/UKUUI' 10 (MLA IKAUt buY.KINItNL) NI /UYA u al 2 $ 89.76 $ 121.90 $ 179.52 William Lindstrom PIPELAYER 8 CAULKER - ZONE 1/GROUP 4 (MCI TRADE 4) 2 $ 63.01 $ 85.75 $ 126.02 William Watkins GENERAL LABORER - ZONE 1/GROUP 3 (MCI TRADE 1) 2 $ 61.83 $ 84.03 $ 123.66 - 2 $ - $ - $ - Darren Mcintosh LABORER 70% OF GENERAL LABORER (1001-2000 HOURS) (MCI TRADE 166) 2 $ 47.69 $ 63.53 $ 95.37 James Healey TCS FOREMAN- ZONE 1/GROUP 2c (MCI TRADE 3A) 2 $ 59.37 $ 80.42 $ 118.74 Timothy Peltier (MCI TRADE 6A) 2 $ 86.54 $ 115.75 $ 173.08 - $ - $ - $ - - $ - $ - $ - PRIME LABOR SUBTOTAL PRIME LABOR TOTAL INCLUDING 31 / MARKUP $ 816.39 $ 1,069.47 PRIME EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION MCI -1029 2 $ 115.22 $ 6.62 $ 230.44 MCI -3016 2 $ 58.16 $ 9.76 $ 116.32 MCI -0120 2 $ 15.36 $ 3.16 $ 30.72 MCI -0112 2 $ 14.48 $ 2.27 $ 28.96 MCI -1023 2 $ 77.92 $ 30.10 $ 155.84 $ - $ - $ - $ - $ - $ - PRIME EQUIPMENT SUBTOTAL $ 562.28 MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION Invoice for 2x4 quarry spats needed $ - $ - $ - PRIME MATERIALS SUBTOTAL PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ 680.36 PRIME SUBTOTAL $ 1,749.83 SUBCONTRACTOR LAI NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - SUBCONTRACTOR LABOR SUBTOTAL SUBCONTRACTOR LABOR TOTAL INCLUDING 29 / MARKUP $ - $ - SUB EQUIPMENT 1 MATERIALS EQUIPMENTORATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBCONTRACTOR EQUIPMENT SUBTOTAL $ - MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION Invoice from Silver Streak Needed $ - $ - SUBCONTRACTOR MATERIALS SUBTOTAL SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ - SUBISERVICE SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR INVOICE TOTAL $ - SUBCONTRACTOR SUBTOTAL $ - PRIME CONTACTOR MARKUP AT 12% $ - SUBCONTRACTOR TOTAL INCLUDING 12% PRIME MARKUP 1 $ - Force Account Sheet By: Approval of Force Account Worked: HE HERE, KPG Office Engineer D• NAME HERE, KPG Resident Engineer Date SHEET TOTAL: $ 1,749.83 Invoice #: 971 FA No.: DAILY REPORT OF FORCE ACCOUNT WORKED X,.X:11/r- SEATTLE - TACOMA Project Name: L 0 Project No: Bid Item No.: Date: Tr (!tl,400, I Description of Work: i1 e_u.,Q, ia.r, c; It .t..4- r,t it e i.4 -1-,-i cro .7(1 z,E, LAA 6/{.-.Q v-:61 Zi -t-- -keA-u {e it (cc , / Work by Subcontractor?: Prime Contractor: UV4 y�,42L{�G raft 4-, Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME COMMENTS HOURS HOURS t7 LI L;Lte.l -r,, .-t Opeir4,1--c-fr -2 L'ti W.A-V:1,1y L-/ 1.1)f•E?i G_ .Lvti,?=y i,.rr[ry-C Z. -77 I t) 'iv, F. (a,-; ,,,,0,1-_-, i� /-4, d -c: -z EQUIPMENT EQUIPMENT OR ATTACHMENTS STRAIGHT STANDBY COMMENTS HOURS HOURS ,- f, v--0,,„c4-41x. 3.10 Lac -eev- z I zv "i `Te -Ft rat4„.4,7 ig ( ?�G 2_. 4-I iZ I; - ism -Tr_4 F4t. 2.- _ J. l o -; 17 ono -:4.t- 13i(cz) tf K' -2— MATERIALS MATERIALS MATERIALS QUANTITY UNIT COMMENTS 2 YK ,i,'"i p,e,, ,,_ 164 0:41 n- C 1, Os L ' 1.2) -7-0 (4 7 ) Quantities as measured in the field INVOICES INVOICES QUANTITY UNIT DOLLAR AMOUNT Verification at- ! Worked: COMMENTS: _ AlaPID �r y"OJ N I) D + "S U I I _ '3 JAL L i3 '`}-se. it .1. `T E-!‘, /� F,`,L 5 (JG �'P ail .P ✓� j 'o Jt? 111-L x Contractor's Representative Date �% x)./ f 'r Uy • t'_t , 2— Owner's Representative Date Marshbank Construction Inc. Foreman's Report of Force Account Worked 5110 Date y//v/Z ( Job # Za/( Weather , SkIn 7/ ° By _Auth. Describe Work Performed (Attach Additional Sheet�srif Necessary). 0 A 5u'1' 6/C etiO±L4.�./a mvlt...E (( ;4ro C.-44uI-'t "f . 4 13. --sr,. p /a«.4 2x y ' � r.c-J -- ALD 4,. K W I.,4-:. on 2Y -`r "1"c- 17C `/ 1 -Labor Labor Equipment Hours Name Hours Machine/Machine Number Z -i�.> K 7. 2.3K (-- t /029 Z C.). it L 2 2,04..kke 1 2P) 91` 3o/4 2 w. it 1....) Z 'P oeo wn ig,i(y •• *4 l rrl ICS '4%,%14- 2 Adi-rOn 2 7 (^^)..,,,r....n co...4- 3e, zu 44 /o27 2 ✓►-,Rrft Below This Line Attach Invoices or Truck Slips/Tickets If Available Materials (Includes Dump Fees) Subcontractors (Includes Rental Trucks) Quantity Description Invoice No. Subcontractor / 4zt, •,,,i_ L( r,, z f ,,( A� . 04� " !t+sf- has 5 ;-1+.,_...Jf 3- Signature: Date Completed: 01(• AMOUNT KANGLEY ROCK & RECYCLING ACCOUNTING: 9125 TENTH AVENUE SOUTH SEATTLE, WA 98108 • (206) 768-1000 A DIVISION OF GARY MERLINO CONSTRUCTION COMPANY, INC Kangley Rock & Recycling Locations KANGLEY PIT (Plant # 21) 32500 SE Kent-Kangley Rd , Ravensdale, WA 98051 BLACK RIVER (Plant # 22) - (206) 658-0912 510 Monster Rd, Renton, WA 98055 LAKE FRANCIS (Plant # 23) - (206) 658-0872 22501 SE Lake Francis Rd Maple Valley, WA 98038 Cedar Mountain Reclamation 17877 Cedar Grove Rd SE. Mepla Vailay, WA 98038 Plant #20 - (206) 658-0913 DELIVERY TICKET ACCOUNTING FAX SALES & 1 ORDER DESK (206) 768-1000 (206) 763-2730 (206) 768-1000 MAP LOCATE LEAVE PLANT DATE CUSTOMER NO ORDER NO. ARRIVE JOB LEAVE JOB ARRIVE PLANT PROJECT CUSTOMER NAME JOB ADDRESS CUSTOMER P.O. JOB NO. SPECIAL INSTRUCTIONS PLANT # DELIVERY TICKET NO. COLLECT ON DELIVERY (C.O.D.) ❑ CASH ❑ CHECK t CARD # ❑ VISA ❑ Iv1ASTERCARD D DISCOVER ❑ CHARGE EXP. / QUANTITY U.M. PRODUCT O'E DESCRIPTION TONS TOTAL UNIT PRICE DRIVER TRUCK NO. ORDERED BY DISPATCHER TAX CODE TIME DUE REMIT PAYMENT TO 9125 10th AVE. S. SEATTLE, WA 98108 TERMS ON REVERSE RELEASE — CUSTOMER RELEASES AND AGREES TO HOLD HARMLESS KANGLEY ROCK & RECYCLING, A DIVISION OF GARY MERLINO CONSTRUCTION COMPANY, INC FOR ANY DAMAGE TO HIS REAL OR PERSONAL PROPERTY CAUSED BY DELIVERY OF MATERIALS LISTED ABOVE. DETAILS ON REVERSE. CUSTOMER SIGNATURE PRINT NAME DATE SUB -TOTAL SALES TAX BALANCE FORWARD TOTAL AMOUNT REV 04-2009 CUSTOMER COPY KPG 4i\TR.0 • TAC(I\1A DAILY REPORT OF FORCE ACCOUNT WORKED FA No.: 3 05/11/2021 Project Name: Bid Item: Description of Work: Prime Contractor: EMWO Project No: 14015 Date: 4/29/2021 04 - Resolution of Utility Conflicts Pay Est: 2 Pothole gas line from STA 17+00 RT to 18+00 RT to locate existing gas line. Marshbank Sub -Contractor: N/A PRIME LABOR NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION William Watkins GENERAL LABORER - ZONE 1/GROUP 3 (MCI TRADE 1) 2.5 $ 61.83 $ 84.03 $ 154.57 Chris Rammage 11S) 2.5 $ 89.76 $ 121.90 $ 224.40 Darren Mcintosh LABORER 70% OF GENERAL LABORER (1001-2000 HOURS) (MCI TRADE 168) 2.5 $ 47.69 $ 63.53 $ 119.22 - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - PRIME LABOR SUBTOTAL PRIME LABOR TOTAL INCLUDING 31 / MARKUP $ 498.19 $ 652.63 PRIME EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION MCI -0080' 2.5 $ 141.53 $ 48.60 $ 353.83 MCI -0109 2.5 $ 19.72 $ 2.02 $ 49.30 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ $ - $ - $ - PRIME EQUIPMENT SUBTOTAL $ 403.13 MATERIALS (add tax to unit price If applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - $ - PRIME MATERIALS SUBTOTAL PRIME MATERIALS 8 EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ 487.79 PRIME SUBTOTAL $ 1,140.42 SUBCONTRACTOR LAE NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ SUBCONTRACTOR LABOR SUBTOTAL SUBCONTRACTOR LABOR TOTAL INCLUDING 29 /, MARKUP $ - $ - SUB EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBCONTRACTOR EQUIPMENT SUBTOTAL $ - MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR MATERIALS SUBTOTAL SUBCONTRACTOR MATERIALS 8 EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ - SUBISERVICE SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR INVOICE TOTAL $ - SUBCONTRACTOR SUBTOTAL $ - PRIME CONTACTOR MARKUP AT 12% $ - SUBCONTRACTOR TOTAL INCLUDING 12% PRIME MARKUP 1$ - Force Account Sheet By: Approval of Force Account Worked: ME HERE, KPG Office Engineer...................................................._....D`...................,.NAME HERE, KPG Resident Engineer'......,.......,........................_..........................................................Dale................. SHEET TOTAL: $ 1,140.42 05/11/2021 Marshbank Construction Inc. Foreman's Report of Force Account Worked Date I IJob # Weather Auth. By Describe Work Performed (Attach Additional Sheets if Necessary): Labor Equipment Hours Name Hours Machine/Machine Number Below This Line Attach Invoices or Truck Slips/Tickets If Available Materials (Includes Dump Fees) Subcontractors (Includes Rental Trucks) Quantity Description Invoice No. Subcontractor Signature: Date Completed: KPG SEATITE • TACOMA DAILY REPORT OF FORCE ACCOUNT WORKED FA No.: 4 Project Name: Bid Item: Description of Work: Prime Contractor: EMWO Project No: 14015 Date: 4/13/2021 04 - Resolution of Utility Conflicts Pay Est: 2 Delay in laying 4" pipe due to unkown DI pipe crossing at 9-80. Resolved on RFI. Marshbank Sub -Contractor: N/A PRIME LABOR NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION Chris Rammaa 9 JUYCKINICNUtNI /UYCKARJR -LUNt1/L,KUUY I+ (MU IKAUt um 0.5 $ 89.76 $ 121.90 $ 44.88 William Watkins GENERAL LABORER - ZONE 1/GROUP 3 (MCI TRADE 1) 0.5 $ 61.83 $ 84.03 $ 30.91 William Lindstrom PIPELAYER a CAULKER - ZONE 1/GROUP 4 (MCI TRADE 4) 0.5 $ 63.01 $ 85.75 $ 31.51 Darren McIntosh LABORER 70% OF GENERAL LABORER (1001-2000 HOURS) (MCI TRADE 16B) 0.5 $ 47.69 $ 63.53 $ 23.84 - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - $ - $ - $ - - $ - $ - $ - PRIME LABOR SUBTOTAL PRIME LABOR TOTAL INCLUDING 31 / MARKUP $ 131.14 $ 171.79 PRIME EQUIPMENT I MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION MCI -0120 0.5 $ 15.36 $ 3.16 $ 7.68 $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - PRIME EQUIPMENT SUBTOTAL $ 7.68 MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ $ - PRIME MATERIALS SUBTOTAL PRIME MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ 9.29 PRIME SUBTOTAL $ 181.08 SUBCONTRACTOR LAE NAME OCCUPATION ST HOURS WWR OT HOURS WWR EXTENSION - $ - $ - $ - - $ - $ - $ - - $ - $ - $ - - $ - $ - $ SUBCONTRACTOR LABOR SUBTOTAL SUBCONTRACTORLABOR TOTAL INCLUDING 29 /0 MARKUP $ - $ - SUB EQUIPMENT 1 MATERIALS EQUIPMENT OR ATTACHMENTS WORKING RATE STANDBY RATE EXTENSION $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBCONTRACTOR EQUIPMENT SUBTOTAL $ - MATERIALS (add tax to unit price if applicable) INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ - SUBCONTRACTOR MATERIALS SUBTOTAL SUBCONTRACTOR MATERIALS & EQUIPMENT TOTAL INCLUDING 21% MARKUP $ - $ - SUB/SERVICE SUBCONTRACTOR / SERVICE INVOICE UNIT QUANTITY PRICE w/ Tax if appl. EXTENSION $ - $ SUBCONTRACTOR INVOICE TOTAL $ - SUBCONTRACTOR SUBTOTAL $ - PRIME CONTACTOR MARKUP AT 12% $ - SUBCONTRACTOR TOTAL INCLUDING 12% PRIME MARKUP 1 $ Force Account Sheet By: Approval of Force Account Worked: ME HERE, KPG Office Engin..,....._.................................................................................................................................................................................................................................................................................................................. eer 01 NAME HERE. KPG Resident Engineer Dale SHEET TOTAL: $ 181.08 Signature: Date Completed: Marshbank Foreman's Report of Construction Inc. Force Account Worked 5109 Date IJob # Weather IAuth. By I Describe Work Performed (Attach Additional Sheets if DE kJ '` --) f f�5J �� �• .{ Necessary): Labor Equipment Hours Name Hours Machine/Machine Number Below This Line Attach Invoices or Truck Slips/Tickets If Available Materials (Includes Dump Fees) Suocontractors (Includes Rental Trucks) Quantity Description Invoice No. Subcontractor Signature: Date Completed: Project Name: East Marginal Way Outfall Stormwater Retrofit Project SUMMARY FIELD NOTE RECORD KPG Project Number: 14015 City Project Number: 91041204 Bid Item: 4 Resolution of Utility Conflicts Schedule A Pay Est.: 1 Pay Estimate Period: From: 3/8/2021 To: 3/31/2021 Inspector: Ed Wagner / Matt North Calculated by: Ed Wagner / Matt North Quantity Calculation (Attach supporting information as needed) Date Work Performed Location of Work Performed Calculations FA Quantity 03/08-03/31 Supplemental Costs Compiled See attached Serial Letter 8.1 for Backup 5.14 03/08-03/31 Additional Pricing for Exploratory Vactoring See attached Serial Letter 8.2 for Backup 0.36 Total 5.50 Material Acceptance Material Brand Name / Manufacturer Model Type RAM or RAM Sub. # Basis of Acceptance Pay Summary Item # Bid Item Unit Qty Unit Price Contract Total 4 Resolution of Utility Conflicts FA 1 $ 25,000.00 $ 25,000.00 Quantity due this pay Estimate 5.50 549.93% $ 137,482.62 Total paid on previous Estimate(s) 0.00 0.00% $ - Total Paid to Date 5.50 549.93% $ 137,482.62 Amount left in Bid Item -4.50 -449.93% $ (112,482.62) Posted By: Alexa Henry, Documentation Date: 04/01/2021 9 net 1t e% 04/01/2021 Verified/Checked By: Date: Signature: / /47_ Signature: MARSHBANK March 30, 2021 Matt North, R.E. KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental Information Serial Letter No. 8.1 Additional Info Request 3-30-21 Mr. North, The purpose of this letter is for Marshbank Construction, Incorporated (Marshbank Construction) to provide the City of Tukwila and its representatives with supporting documentation to supplement the notice of differing site conditions and our interpretation of direction given by KPG to postpone saw -cutting and tracking efforts during redesign for consequential delays. 1. The date and nature of the protested order, direction, instruction, interpretation or determination Marshbank Construction Inc. (Marshbank) is providing this supplemental information related to serial letter No.005 (Differing Site Conditions). The purpose of this information is to provide all known direct costs associated with this delay arising from March 9, 2021 through March 17, 2021. These costs have been compiled with the expectation for prompt payment related to the issue. The two issues are the bio retention sidewalk area and the storm activity both in redesign and on hold until further notice at the current expense of Marshbank. 2..4 full discussion of the circumstances which caused the protest, including names of persons involved, time, duration and nature of 6Vork involved, and a review of the Plans and Contract Provisions referenced to support the protest. Persons Involved: • Marshbank Construction o Rob Gammell (Project Manager) o Ernest Hinds (Superintendent) o Patrick Gleason (Project Engineer) o Chris Rammage. (Foreman) • City of Tukwila and its representatives o Matt North (KPG-Resident Engineer) o Alexa Henry (Construction Services) o Ed Wagner (Lead Inspector) o Ray Larson (City of Tukwila -Project Manager) • KPG Design o William R. Edralin (Design Engineer/Final Stamp) MARSHBANK Relevant Timeline of Events: On March 3, 2021, Marshbank visited the site for initial locate boundary markings. Once onsite it appeared that a potential scaling issue was present for the sidewalk area regarding the bioretention zone after a cursory site walk. Marshbank requested a meeting for an onsite visit with KPG/City of Tukwila to discuss existing conditions in contrast to the plans. This meeting was held on March 4, 2021 and present for this meeting was Rob Ganunell (MCI PM), Ernie Hinds (MCI Superintendent), Ed Wagner (KPG Lead inspector), Matt North (KPG, RE), Ryan Larson (Tukwila PM). Marshbank brought to attention questions about the design vs actual field conditions before mobilization occurred. Marshbank agreed to follow up immediately with an RFI illustrating the issues combined with site photos. The same day as March 4, 2021, Marshbank sent an inunediate RFI (#011) identifying both differing site conditions along with photos for easy interpretation of the issue. Specifically showing how the as -bid detail showed an existing 6" concrete area for doweling into a planned vertical wall appeared to be a thin questionable condition asphalt present. This was in addition to a horizontal issue for existing sidewalk area in regards to tree pits not able to retain a permanent 6' walkway. No immediate answer or timeline for redesigning the section of work "bioretention sidewalk area" was given. Marshbank was not notified to delay mobilization in any manner at this time and mobilizes for work on March 8, 2021. As Marshbank is in the process of mobilizing equipment and laying out sawcut behind the survey pins per plan. It appeared onsite that another vault lid was in the center turn lane absent of definitive markings where future storm is to be installed. This did not have sufficient informative locate marks to Marshbank's acceptance and another locate specific call via 811 is generated by Marshbank to clarify the identifiers. Marshbank brought to KPG's attention the locate paint indicating a communication line roughly 3' wide in the future storm alignment which is not shown on the plan documents. In expedited fashion and on the same day Marshbank immediately sent an RFI (#014) requesting direction and alerting KPG of the `time sensitive issue". KPG responds at 4:44 pm with a direction of a work stoppage order and consider this a response to RF1 #014. This resulted in added potholes directed by KPG for further design investigation. Both the issue of the sidewalk bioretention area needing to be redesigned and the gravity/force main activity resulted in work stopping design issues which kept Marshbank from being in any manner productive. This displaced the crew, and focused on potholing both overstaffed and inefficient while sacrificing concurrent work as bid. The first weekly meeting is attended virtually by the project team and Marshbank transmitted serial letter 405 on the same day March 9, 2021 which formally notified KPG and the City of Tukwila of the communication line differing site condition present. The intent of this notification in conjunction with the discussion in the weekly meeting was to alert KPG/Tukwila of the various design issues brought forward and how Marshbank intends to track these issue(s) via force account until production work as bid can be realized. Marshbank made sure to state in serial letter No. 5 the issue of bid item potholing due to the changed conditions for critical stoppage. As detailed in said serial letter for the crew being dedicated for potholing materially changed the way we priced and the quantity of each pothole. 3/9/2021 — Complete loss of production. After the work stopping direction, crew exclusively worked on all potholes including added quantities never quantified in the per each proposal price. Marshbank bid the project to concurrently sawcut with slurry collection laborers (MCI crew members) while hardscape was being stripped and hauled off to waste site. This would allow clear and unobstructed access for (1) vactor truck to pothole the proposal quantity (6). Marshbank thus had to pivot from this means and methods to a focused (5) man crew exclusively on —13 potholes and a minimum sawcut charge. The following remaining timeline dates have been itemized for ease of reading. 3/10/2021 — Complete loss of production. KPG responds to RFI (#014) stating that KPG understands they have added potholes and will agree to track for fair and equitable agreement. By 2:56 pm Marshbank provides all data from potholing as directed via email. MARSHBANK 3/11/2021 — Complete loss of production and displaced crew. 3/11/2021 (10:08am) -Marshbank provides surveyor rates for T&M for KPG's records. 3/11/2021 (10:36am) — KPG send redesign plan requesting rapid scheduling of survey and saw -cutting. 3/12/202 1 — Complete loss of production and displaced crew. 3/15/2021 — Small crew supporting survey with traffic control and assisting layout for saw -cutting the next day. Complete loss of any critical path work. 3/16/2021 — Complete loss of production. Crew beginning to assist saw -cutting out of sequence. no work completed in the manner bid. 3/17/2021 — Complete loss of production and working on track force account as accepted forward price still outstanding. Crew began hardscape stripping and excavation for structure #25. Encountered a 4" potentially known (KPG Plan Set show FO) in the area of excavation in direct conflict with the structure/shorin, box. Seemingly from the redesign shifting from a clear separation to overlap of said conduit. 3/17/2021 — Related to RFI and initial pricing sent for the redesign Marshbank encounters sand encroaching into preliminary excavation. No inspector onsite at this time. Email notification with time and pictures sent to KPG (8:46 ani) 3/17/2021 — (9:37 am) Marshbank immediately notifies KPG onsite as well as RFT (#021) 3/17/2021 - (6:21 pun) KPG send email restating onsite discussions for tracking the entire day as lost production and reimbursement via force account. "The storm work on East Marginal Way is on hold until further notice." 3/18/2021 - No production. Equipment on standby. 3/19/2021 - No production. Equipment on standby. 3/19/2021 — Marshbank's baseline schedule approved "NET" 3/22/2021 — Stand by until further notice. 3. The estimated dollar cost, if any, of the protested Work and a detailed breakdown showing how that estimate was determined. In an effort to expedite this cost issue Marshbank has detailed the immediate impacts to only Project Manager, Project Engineer, and halftime Superintendent. See attached daily breakdown showing $2,194.25 (1,675 with markup). These rates should match the presented office rates priced for comparison purposes to the first redesign Priced Change Order. If this cannot he agreed upon Marshbank reserves its rights to realize the full impacts i.e., Superintendent salary, office manager, office rental, ownership costs, clerical/timekeeping, vehicles, liability insurance, supplies, utilities etc. and continue the protest. Marshbank requests S86,640.17 to cover direct costs beginning March 9, 2021 through March 17, 2021. Additionally, Marshbank is providing a charged rate effective March 18, 2021 of a daily rate of $1,112.35 for equipment per day and $2,194.25 for office overhead per day for unrealized non -working equipment staged on this project and overhead costs being incurred by Marshbank Construction. The daily cost including both equipment standby and management is S3,306.60. These costs will be incurred daily until work is able to be performed per production and schedule. Marshbank will be billing MARSHBANK each of the calendar days affected this daily rate. As of our goal of resuming changed work April 5, 2021, yields (12) workable calendar days have elapsed totaling S39,679.20. This cost is ongoing and is not captured in the above sum until resolution and agreement for work to begin. As this is design delay is ongoing and the schedule impacts cannot be fully realized until production work begins including any added long lead supplier items such as structures the resulting schedule impacts are not known. BioClean charges 52,982.00 storage fees per month beginning April 1'1. These costs will be bore by KPG/City of Tukwila along with the two cancellation charges outlined in the daily sheets. As of April 5, 2021 City responsibility of costs: 3/09/2021 to 3/17/2021 - Impacts 3/18/2021 to 4/02/2021 - Daily Standby BioClean Storage — April 1'` Charge $86,640.17 S39,769.20 $2,194.25. Total Direct Impacts Assumed thni April 2, 2021 S128,513.62. Please note potholing extra work performed on 3/27/21 is not include in this sunun.ary as it was separate design informational work with still a loss production day. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. In that these costs are occurring daily Marshbank requests a response by end of day tomorrow. If you have any questions or wish to discuss further please give me a call at your earliest convenience. Sincerely, Rob Gammell Marshbank Construction MARSHBANK March 22, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental Information Serial Letter No. 8 Mr. North, The purpose of this letter is for Marshbank Construction, Incorporated (Marshbank Construction) to provide the City of Tukwila and its representatives with supporting documentation to supplement the notice of differing site conditions and our interpretation of direction given by KPG to postpone saw -cutting and tracking efforts during redesign for consequential delays. 1. The date and nature of the protested order, direction, instruction, interpretation or determination Marshbank Construction Inc. (Marshbank) is providing this supplemental information related to serial letter No.005 (Differing Site Conditions). The purpose of this information is to provide all known direct costs associated with this delay arising from March 9, 2021 through March 17, 2021. These costs have been compiled with the expectation for prompt payment related to the issue. The two issues are the bio retention sidewalk area and the storm activity both in redesign and on hold until further notice at the current expense of Marshbank. 2.A full discussion of the circumstances which caused the protest, including names of persons involved, time, duration and nature of friork involved, and a review of the Plans and Contract Provisions referenced to support the protest. Persons Involved: • Marshbank Construction o Rob Gamunell (Project Manager) o Ernest Hinds (Superintendent) o Patrick Gleason (Project Engineer) o Chris Rammage. (Foreman) • City of Tukwila and its representatives o Matt North (KPG-Resident Engineer) o Alexa Henry (Construction Services) o Ed Wagner (Lead Inspector) o Ray Larson (City of Tukwila -Project Manager) • KPG Design o William R. Edralin (Design Engineer/Final Stamp) MARSHBANK Relevant Timeline of Events: On March 3, 2021, Marshbank visited the site for initial locate boundary markings. Once onsite it appeared that a potential scaling issue was present for the sidewalk area regarding the bioretention zone after a cursory site walk. Marshbank requested a meeting for an onsite visit with KPG/City of Tukwila to discuss existing conditions in contrast to the plans. This meeting was held on March 4. 2021 and present for this meeting was Rob Gammen (MCI PM), Ernie Hinds (MCI Superintendent), Ed Wagner (KPG Lead Inspector), Matt North (KPG, RE), Ryan Larson (Tukwila PM). Marshbank brought to attention questions about the design vs actual field conditions before mobilization occurred. Marshbank agreed to follow up immediately with an RFI illustrating the issues combined with site photos. The same day as March 4, 2021, Marshbank sent an immediate RFI (401 1) identifying both differing site conditions along with photos for easy interpretation of the issue. Specifically showing how the as -bid detail showed an existing 6" concrete area for doweling into a planned vertical wall appeared to be a thin questionable condition asphalt present. This was in addition to a horizontal issue for existing sidewalk area in regards to tree pits not able to retain a permanent 6' walkway. No immediate answer or timeline for redesigning the section of work "bioretention sidewalk area" was given. Marshbank was not notified to delay mobilization in any manner at this time and mobilizes for work on March 8, 2021. As Marshbank is in the process of mobilizing equipment and laying out sawcut behind the survey pins per plan. It appeared onsite that another vault lid was in the center turn lane absent of definitive markings where future stomp is to be installed. This did not have sufficient informative locate marks to Marshbank's acceptance and another locate specific call via 811 is generated by Marshbank to clarify the identifiers. Marshbank brought to KPG's attention the locate paint indicating a communication line roughly 3' wide in the future stornn alignment which is not shown on the plan documents. In expedited fashion and on the same day Marshbank immediately sent an RFI (4014) requesting direction and alerting KPG of the "time sensitive issue". KPG responds at 4:44 pm with a direction of a work stoppage order and consider this a response to RFI 4014. This resulted in added potholes directed by KPG for further design investigation. Both the issue of the sidewalk bioretention area needing to be redesigned and the gravity/force main activity resulted in work stopping design issues which kept Marshbank from being in any manner productive. This displaced the crew, and focused on potholing both overstaffed and inefficient while sacrificing concurrent work as bid. The first weekly meeting is attended virtually by the project team and Marshbank transmitted serial letter #05 on the same day March 9, 2021 which formally notified KPG and the City of Tukwila of the communication line differing site condition present. The intent of this notification in conjunction with the discussion in the weekly meeting was to alert KPG/Tukwila of the various design issues brought forward and how Marshbank intends to track these issue(s) via force account until production work as bid can be realized. Marshbank made sure to state in serial letter No. 5 the issue of bid item potholing due to the changed conditions for critical stoppage. As detailed in said serial letter for the crew being dedicated for potholing materially changed the way we priced and the quantity of each pothole. 3/9/2021 — Complete loss of production. After the work stopping direction, crew exclusively worked on all potholes including added quantities never quantified in the per each proposal price. Marshbank bid the project to concurrently sawcut with slurry collection laborers (MCI crew members) while hardscape was being stripped and hauled off to waste site. This would allow clear and unobstructed access for (1) vactor truck to pothole the proposal quantity (6). Marshbank thus had to pivot from this means and methods to a focused (5) man crew exclusively on —13 potholes and a minimum sawcut charge. The following remaining timeline dates have been itemized for ease of reading. 3/10/2021 — Complete loss of production. KPG responds to RFI (#014) stating that KPG understands they have added potholes and will agree to track for fair and equitable agreement. By 2:56 pm Marshbank provides all data from potholing as directed via email. MARSHBANK 3/11/2021 — Complete loss of production and displaced crew. 3/11/2021 (10:08atn) -Marshbank provides surveyor rates for T&M for KPG's records. 3/11/2021 (10:36am) — KPG send redesign plan requesting rapid scheduling of survey and saw -cutting. 3/12/2021 — Complete loss of production and displaced crew. 3/15/2021 — Small crew supporting survey with traffic control and assisting layout for saw -cutting the next day. Complete loss of any critical path work. 3/16/2021 — Complete loss of production. Crew beginning to assist saw -cutting out of sequence, no work completed in the manner bid. 3/17/2021 — Complete loss of production and working on track force account as accepted forward price still outstanding. Crew began hardscape stripping and excavation for structure #25. Encountered a 4" potentially known (KPG Plan Set show FO) in the area of excavation in direct conflict with the structure/shoring box. Seemingly from the redesign shifting from a clear separation to overlap of said conduit. 3/17/2021 — Related to RFI and initial pricing sent for the redesign Marshbank encounters sand encroaching into preliminary excavation. No inspector onsite at this time, Email notification with time and pictures sent to KPG (8:46 am) 3/17/2021 — (9:37 am) Marshbank immediately notifies KPG onsite as well as RFI (#021) 3/17/2021 - (6:21 pm) KPG send email restating onsite discussions for tracking, the entire day as lost production and reimbursement via force account. "The storm work on East Marginal Way is on hold until further notice." 3/18/2021 - No production. Equipment on standby. 3/19/2021 - No production. Equipment on standby. 3/19/2021 — Marshbank's baseline schedule approved "NET" 3/22/2021 — Stand by until further notice. 3. The estimated dollar cost, if any, of the protested Work and a detailed breakdown showing how that estimate was determined. In an effort to expedite this cost issue Marshbank has detailed the immediate impacts to only Project Manager, Project Engineer, and halftime Superintendent. See attached daily breakdown showing $2,194.25 (1,675 with markup). These rates should match the presented office rates priced for comparison purposes to the first redesign Priced Change Order. If this cannot be agreed upon Marshbank reserves its rights to realize the full impacts i.e., Superintendent salary, office manager, office rental, ownership costs, clerical/timekeeping, vehicles, liability insurance, supplies, utilities etc. and continue the protest. Marshbank requests $86,640.17 to cover direct costs beginning March 9, 2021 through March 17, 2021. Additionally, Marshbank is providing a charged rate effective March 18, 2021 of a daily rate of 51,112.35 for equipment per day and $2,194.25 for office overhead per day for unrealized non -working equipment staged on this project and overhead costs being incurred by Marshbank Construction. The daily cost including both equipment standby and management is $3,306.60. These costs will be incurred daily until work is able to be performed per production and schedule. Marshbank will be billing MARSHBANK each of the calendar days affected this daily rate. As of this letter March 22, 2021, (3) workable calendar days have elapsed totaling S3,337.05. This cost is ongoing and is not captured in the above sum until resolution and agreement for work to begin. As this is design delay is ongoing and the schedule impacts cannot be fully realized until production work begins including any added long lead supplier items such as structures the resulting schedule impacts are not known. BioClean charges 52,982.00 storage fees per month beginning April I". These costs will be bore by KPG/City of Tukwila along with the two cancellation charges outlined in the daily sheets. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. In that these costs are occurring daily Marshbank requests a response by end of day tomorrow. If you have any questions or wish to discuss further please give me a call at your earliest convenience. Sincerely. Rob Ganunell Marshbank Construction MARSHBANK CONSTRUCTION Cont. Lic. 114ARSHCI. 05/06 / DBE/MBE No. Di M0011507 March 9, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Differing Site Conditions Serial Letter No. 5 Mr. North, The purpose of this letter is for Marshbank Construction, Inc. (Marshbank Construction) to provide the City of Tukwila with formal notice pursuant to specification 1-04.7 — Differing Site Conditions. The changed condition is preventing Marshbank Construction from proceeding with scheduled Contract Work. On March 8, 2021 Marshbank alerted onsite representatives from KPG and sent an immediate RFI, (RFI 014) regarding the discovery via locate paint, of an assumed communication duct bank running north and south potentially resulting in conflicts for the first order of work activities. Marshbank Construction's schedule shows potholing and excavation in the first week. The three-week look ahead provided Friday (March 5, 2021) before any known issues illustrated a more detailed breakdown of work including saw -cutting beginning March 9, 2021 and related prep work for the storm activity. Based on the email direction received from KPG yesterday at 4:44 pm, Marshbank was instructed to postpone saw -cutting the trench in its entirety in direct contrast to how Marshbank bid the project. Marshbank had to adjust the saw -cutting activity entirely to focus on potholing per direction for furnishing information to KPG designers. (March 8, 2021 email 4:44 pm) Marshbank did not price each pothole (6) per proposal quantity for specialty sawcut minimum footages, opposed to economy of scale in slurry and dump daily charges, and should have been able to remove hardscapes directly behind the saw -cutting activity. Marshbank has missed the opportunity to utilize the crew with concurrent work including to tandem walk behind saws and a Marshbank employee behind each for slurry collection, as the hardscape employees remove the top layers to subgrade ahead, during, and beyond the vactor truck potholing. Marshbank under direction and approval by KPG has identified (13-14) potholes at the time of writing this letter or 233% of the bid proposal that are desired for information at this time. Marshbank did not realize this in their bid price. This change affects items including but not limited vactor time, distance, dump quantity, crew size, inefficiency, equipment standby, and all associated lump sum or fixed costs related to a working day. Marshbank Construction continues to await direction from the City of Tukwila as it relates to this issue. Marshbank understands the City of Tukwila and its representatives are working to provide direction. Once direction is received, Marshbank Construction will provide pricing for this change in a timely manner related to any design changes. As this work is changing daily, Marshbank Construction will track its direct costs associated with this change, on daily force account sheets and will submit to the City of Tukwila for reimbursement. Please let us know immediately if there are any objections to this. At this time, Marshbank Construction, Inc. must hereby reserve its right to claim any and all direct and indirect, consequential, delay and or impact costs which result directly and or indirectly from this issue. An Equal Opportunity Employer Ph. (425) 377-9708 / Fax (425) 377-0709 PO Box 97. Lake Stevens WA 98258 MARSHBANK CONSTRUCTION Cont. Lic. MARSHCI.05106 / DBE/MBE No. D /M00 / 1507 Should you have any questions, I can be reached by phone at (425) 209-8225 Sincerely, Digitally signed by Robert Gammell Date: 2021.03.09 11:07:19-08'00' Marshbank Construction Inc. An Equal Opportunity Employer Ph. (425) 377-9708 / Fax (425) 377-0709 PO Box 97. Lake Stevens WA 98258 Rob Gammell From: Matt North <matt@kpg.com> Sent: Monday, March 8, 2021 4:44 PM To: Rob Gammell; Alexa Henry; Ed Wagner; Ernie Hinds; Jacob Williams; Jeff Heglund; Patrick; Ryan Larson; Chris Rammage; Jason Tesdal; Daniel Clark; Nelson Davis; Ray Edralin Cc: Kenton Wilde Subject: RE: EMWO: RFI 014 Attachments: RFI 014 - Comm Line Locate Present.pdf; IMG_5114.jpg; IMG_5117jpg; IMG_5118 jpg Importance: High Hello Rob, Please postpone your saw -cutting as planned for tomorrow, keep the camera install on track at the intersection of S 815t PI with Service Electric as planned. The unknown Zayo lines in the center lane raise caution as indicated in the RFI as potential conflicts to the modular wetland structure #100. Pothole the Zayo lines to be tracked as per each Bl#42 to determine width and depth, report data to KPG so that KPG Design has information. Additional potholing for this unknown Zayo line is acceptable and needed for determining additional actions for the issued RFI #14. Once pothole data is received, KPG can advise and respond to the RFI. I have change the subject line of this incoming email for tracking purposes to reference RFI #14. Contact me with any questions or concerns on this direction. Thanks! Matt North Resident Engineer KPG I SEATTLE • BELLEVUE ® TACOMA WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 Zxdo KPG 307LAFSSTEDNS From: Rob Gammell <rob@marshbankconst.com> Sent: Monday, March 8, 2021 3:07 PM To: Matt North <matt@kpg.com>; Alexa Henry <alexa@kpg.com>; Ed Wagner <edw@kpg.com>; Ernie Hinds <ernieh@marshbankconst.com>; Jacob Williams <jacobw@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Patrick <Patrick@marshbankconst.com>; Ryan Larson <Ryan.Larson@TukwilaWA.gov>; Chris Rammage <Chris.Rammage@marshbankconst.com> 1 Rob Gammell From: Matt North <matt@kpg.com> Sent: Wednesday, March 17, 2021 6:21 PM To: Patrick; Rob Gammell Cc: Ernie Hinds; Ed Wagner; Alexa Henry; Ray Edralin; Jeff Heglund; Ryan Larson Subject: RE: EMWO RFI 021 - 4 Inch Steel Conduit in Conflict with CB 25 - initial RFI response Follow Up Flag: Follow up Flag Status: Flagged Patrick & Rob, As you are aware from onsite discussions, and following emergency locate of the 4 Inch Steel Conduit, is in Conflict with CB 25 and structure #100. KPG will be reviewing the design, and Marshbank will need to go on standby for the storm work revisions until further notice. Today as discussed will all be tracked as force account. Design is feverishly working on a solution to the newly found line. The pothole of the structure #100 for tomorrow has been canceled. The 4" line does continue on to parallel the Structure #100 to the east, and the Zayo line on the west side only looks to have 9ft of separation. The shoring box to fix the structure #100 is needed as 12 to 13ft by 20 feet long. With the newly found unmarked & unknown line, KPG does not see the structure #100 fitting in the window of space per the current design. The storm work on East Marginal Way is on hold until further notice. Contact me with any questions or concerns to this initial RFI #21 response. Thanks! Matt North Resident Engineer KPG SEATTLE • BELLEVUE ® TACOMA a WENATCHEE Interdisciplinary Design 2502 Jefferson Ave Tacoma WA 98402 0: 253 627 0720 C: 206 595 1733 ,;V'vw.kpg.core-, KPG 3C t£ARS STEM From: Patrick <Patrick@marshbankconst.com> Sent: Wednesday, March 17, 2021 9:40 AM To: Matt North <matt@kpg.com>; Ed Wagner <edw@kpg.com>; Alexa Henry <alexa@kpg.com>; Ray Edralin <ray@kpg.com>; Jeff Heglund <Jeff.Heglund@TukwilaWA.gov>; Ryan Larson <Ryan.Larson@TukwilaWA.gov> 1 Cc: Rob Gammell <rob@marshbankconst.com>; Ernie Hinds <ernieh@marshbankconst.com> Subject: EMWO RFI 021- 4 Inch Steel Conduit in Conflict with CB 25 See attached RFI 021, this is urgent as we have core drillers scheduled for the connection into CB 34 at 11:00 AM. Please provide direction as soon as possible. Thank you, Patrick Gleason Project Engineer Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 754-3085 Cell (425) 377-9708 Office (425) 377-0709 Fax 2 DAYS DIRECTLY IMPACTED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED ESC LUMP SUM ITEM NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED NO PRODUCTION WORK REALIZED PROJECT TTC NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION NO PRODUCTION WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED WORK REALIZED DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU DAILY OVERHEAD COST W/O MU 3/9/2021 $ 12,310.06 3/10/2021 $ 10,972.37 3/11/2021 $ 5,565.51 3/12/2021 $ 5,565.51 3/15/2021 $ 7,700.23 3/16/2021 $ 6,185.05 3/17/2021 $ 12,481.69 TOTAL $ 60,780.42 3/9/2021 $ 250.00 3/10/2021 $ 250.00 3/11/2021 $ 250.00 3/12/2021 $ 250.00 3/15/2021 $ 250.00 3/16/2021 $ 250.00 3/17/2021 $ 250.00 TOTAL 3/9/2021 3/10/2021 3/11/2021 3/12/2021 3/15/2021 3/16/2021 3/17/2021 TOTAL 3/9/2021 3/10/2021 3/11/2021 3/12/2021 3/15/2021 3/16/2021 3/17/2021 TOTAL $ 1,750.00 1250 1250 1250 1250 1250 1250 1250 $ 8,750.00 2,194.25 2,194.25 2,194.25 2,194.25 2,194.25 2,194.25 2,194.25 $ 15,359.75 Grand Total 3/9 thru 3/17 $ 86,640.17 MARS H BAN K SHEET NO: 20118-01 CONSTRUCTION Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA Li LT L] RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCE JOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 JUSTIN TRUMAN DUMP 1.5 $ 83.50 $ 112.37 $ 125.26 CAMERON HILL VACT 6.5 $ 84.94 $ 114.50 $ 552.09 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL -LABOR: 8 PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 3,549.80 $ 1,029.44 $ 71.00 $ 4,650.24 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 4 $ 115.22 $ 26.26 $ 460.88 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench St 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0061 6X4 18YD 70KGVW 1.5 $ 73.36 $ 12.76 $ 110.04 MCI -0061.5 14.5-13 1.5 $ 15.63 $ 4.42 $ 23.45 MCI -0080* 320 Vactor Truck 6.5 $ 141.53 $ 58.53 $ 919.95 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT SUBTOTAL - EQUIPMENT OVERHEAD 8 PROFIT @ 21% EQUIPMENT TOTAL $ 3,340.64 $ 701.53 $ 4,042.17 MATERIALS 1 SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT Vactor Dump VPC 1 EA 110.00 $ 110.00 RCSTC for Pothole Backfill 29.58 TON 8.50 $ 251.43 Sawcut for potholes 1 LS 2,628.36 $ 2,628.36 The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS MATERIALS MU @ 21 % MATERIALS/SERVICE TOTAL TOTAL: $ 2,989.79 $ 627.86 $ 3,617.65 $ 12,310.06 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - - r SHEET TOTAL: $ 12,310.06 MARSHBANK SHEET NO: 20118-01 CONSTRUCTION Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: Focused crew on inefficent and adjusted potholing LOCATION: STA L LT L RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR HOURS RATE HOURS RATE AMOUNT CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCE JOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 CAMERON HILL VACT 8 $ 84.94 1.5 $ 114.50 $ 851.25 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL - LABOR: 8 PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 4,413.04 $ 1,279.78 $ 88.26 $ 5,781.08 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0080* 320VactorTruck 8 $ 141.53 $ 58.53 $ 1,132.24 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION OVERHEADS / SERVICE QUANTITY SUBTOTAL PROFIT @ EQUIPMENT UNIT -EQUIPMENT 21% TOTAL PRICE $ 3,880.32 $ 814.87 $ 4,695.19 DOLLAR AMOUNT Vactor Dump VPC 1 EA 110.00 $ 110.00 Cancellation Fee Mid Structure 1 LS 300.00 $ 300.00 LS $ - LS $ - LS $ - LS $ - The compensation as indicated in this price does include any amounts for changes in the sequence work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, right is expressly reserved to make claim for of these items of cost prior to any final settlement contract. not of and the SUBTOTAL - MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ 410.00 $ 86.10 $ 496.10 $ 10,972.37 any and all of this TAX PERCENTAGE 0.00% $ - MTRL TAX ONLY 0.00% $ - 1 SHEET TOTAL: $ 10,972.37 MARSHBANK SHEET NO: 20118-01 C O N S T I1 U C T I O N Project Name: Item No.: EMWOSTOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work:J and adjusted potholing Focused crew on inefficent LOCATION: STA U LT LJ RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCE JOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 $ - $ - $ - $ - $ - $ - $ - $ - $ - LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL -LABOR: 8 PROFIT (BJ 29.00% ADDITION 2.00% LABOR TOTAL $ 3,561.79 $ 1,032.92 $ 71.24 $ 4,665.94 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 24.08 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 24.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh i 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' - 12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI -0061 6X4 18YD 70KGVW $ 73.36 $ 12.76 $ - MCI -0061.5 14.5-13 $ 15.63 $ 4.42 $ - MCI -0080' 320 Vactor Truck $ 141.53 $ 58.53 $ - MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 SUBTOTAL EQUIPMENT OVERHEAD 8 PROFIT c EQUIPMENT -EQUIPMENT 21% TOTAL $ 743.44 $ 156.12 $ 899.56 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT LS $ - LS $ - LS $ - LS $ - LS $ - LS $ - LS - $- The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU (D 21 % MATERIALS/SERVICE TOTAL TOTAL: $ $ - $ - $ 5,565.51 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - I SHEET TOTAL: $ 5,565.51 MARSH BANK SHEET NO: 20118-01 CONST 12 IlCTION Project Name: EMWO STOPPAGE Project No: 20119 Item No.: Date: 3/9/2001 Description of Work: Focused crew on inefficent and adjusted potholing LOCATION: STA L LT L] RT Prime Contractor: MCI Sub -Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR NAME OCCUPATION HOURS RATE HOURS RATE AMOUNT CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCEJOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 $ - $ - $ - $ - $ - $ - $ - $ - $ - SUBTOTAL -LABOR: $ 3,561.79 LABOR OVERHEAD F. PROFIT @ 29.00% $ 1,032.92 2% 1-09.6 (1) 2020 ADDITION 2.00% $ 71.24 LABOR TOTAL $ 4,665.94 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 24.08 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box` 0 8 $ 4.11 $ 3.11 $ 24.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Shi 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' - 12'. STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12" STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8'-12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12'i STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI -0061 6X4 18YD 7OKGVW $ 73.36 $ 12.76 $ - MCI -0061.5 14.5-13 $ 15.63 $ 4.42 $ - MCI -0080' 320 Vactor Truck $ 141.53 $ 58.53 $ - MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 SUBTOTAL- EQUIPMENT $ 743.44 EQUIPMENT OVERHEAD & PROFIT @ 21% $ 156.12 EQUIPMENT TOTAL $ 899.56 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT L5 $ _ LS $ - LS $ - LS $ - LS $ _ L5 $ - LS $ The compensation as indicated in this price does not SUBTOTAL- MATERIALS $ - include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the MATERIALS MU Ld 21% $ - MATERIALS/SERVICE TOTAL $ - TOTAL: $ 5,565.51 right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this TAX PERCENTAGE 0.00% $ - MTRL TAX ONLY 0.00% $ - contract. I SHEET TOTAL: $ 5,565.51 MARSHBANK SHEET NO: CONSTRUCTION 20118-01 Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA Li LT LJ RT Prime Contractor: NAME MCI OCCUPATION Sub -Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 1,839.28 $ 533.39 $ 36.79 $ 2,409.46 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS Subcontractors SUBTOTAL OVERHEAD & PROFIT @ EQUIPMENT / SERVICE QUANTITY UNIT - EQUIPMENT 21 % TOTAL PRICE $ 2,748.08 $ 577.10 $ 3,325.18 DOLLAR AMOUNT Northline Survey CO#1 1 LS 1,755.00 $ 1,755.00 The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU @ 12% MATERIALS/SERVICE TOTAL TOTAL: $ 1,755.00 $ $ $ 210.60 1,965.60 7,700.23 TAX PERCENTAGE MTRL 0.00% $ TAX ONLY 0.00% $ - - I SHEET TOTAL: $ 7,700.23 MARSH BANK SHEET N0: 20118-01 CONSTRUCTION Project Name: Item No.: EMWO STOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LJ LT U RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL - LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ 2,183.11 $ 633,10 $ 43.66 $ 2,859.87 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8.18 $ 244.96 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION OVERHEAD / SERVICE QUANTITY SUBTOTAL & PROFIT @ EQUIPMENT UNIT - EQUIPMENT 21% TOTAL $ 2,748.08 $ 577.10 $ 3,325.18 DOLLAR AMOUNT LS $ - LS $ - LS $ - LS $ - LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ - $- $ - $ 6,185.05 TAX PERCENTAGE MTRL I 0.00% $ - TAX ONLY 0.00% $ - SHEET TOTAL: $ 6,185.05 MA RSHBANK SHEET NO. 20118-01 CONSTRUCTION Project Name: Item No.: EMWOSTOPPAGE Project No: 20119 Date: 3/9/2001 Description of Work: and adjusted potholing Focused crew on inefficent LOCATION: STA LJ LT LI RT Prime Contractor: MCI Sub -Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 ROYCE JOHANNES OPER 8 $ 86.17 $ 112.35 $ 689.34 WILLIAM LINDSTROM PIP 8 $ 63.01 $ 86.63 $ 504.05 WILLIAM WATKINS GEN 8 $ 61.83 $ 84.90 $ 494.67 TAYLOR KILLIAN LAB60 8 $ 42.98 $ 56.82 $ 343.83 TIMOTHY PELTIER OPER 8 $ 86.17 $ 112.35 $ 689.34 PAM ERICSON DUMP 6.5 $ 83.50 $ 112.37 $ 542.78 JSUTIN TRUMAN DUMP 6.5 $ 83.50 $ 112.37 $ 542.78 SUBTOTAL -LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 4,647.35 $ 1,347.73 $ 92.95 $ 6,088.03 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 921.76 8'x8' Manhole Box* 0 8 $ 4.11 $ 3.11 $ 32.88 MCI -6048 5 8 $ 24.09 $ 7.24 $ 192.72 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 39.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 29.04 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' -12 STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI -6022 H130 8 $ 30.62 $ 8,18 $ 244.96 MCI -0075 DROP 4 80 6.5 $ 30.32 $ 8.54 $ 197.08 MCI -0076 4X2 25KGVW DSL 6.5 $ 29.75 $ 5.04 $ 193.38 MCI -0061 6X4 18YD 7OKGVW 6.5 $ 73.36 $ 12.76 $ 476.84 MCI -0061.5 14.5-13 6.5 $ 15.63 $ 4.42 $ 101.60 MCI -0522 8X16 8 $ 1.86 $ 0.42 $ 14.88 SUBTOTAL EQUIPMENT OVERHEAD & PROFIT @ EQUIPMENT - EQUIPMENT 21% TOTAL $ 3,716.98 $ 780.57 $ 4,497.55 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT CSBC for Directed Backfill of Trench 90.74 TON 8.50 $ 771.29 Short Load Dirt Dump 13.05 TON 15.00 $ 195.75 Asphalt & Concrete Dump 20 CY 15.00 $ 300.00 CANCELLATION FEE MOD STRUCTURE 1 LS 300.00 $ 300.00 LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this Contract. SUBTOTAL - MATERIALS MATERIALS MU (d} 21% MATERIALS/SERVICE TOTAL TOTAL: $ 1,567.04 $ 329.08 $ 1,896.12 $ 12,481.69 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - I SHEET TOTAL: $ 12,481.69 MARSHBANK SHEET NO: 20118-01 C O NSTRUCTION Project Name: Item No.: EMWO STOPPAGE Project No: 20118 Date: Description of Work: BY DAILY EQUIPMENT STAND LOCATION: STA 0 LT 0 RT Prime Contractor: MCI Sub-Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE $ 89.76 $ 122.51 $ - ROYCE JOHANNES OPER $ 86.17 $ 112.35 $ - WILLIAM LINDSTROM PIP $ 63.01 $ 86.63 $ - WILLIAM WATKINS GEN $ 61.83 $ 84.90 $ - TAYLOR KILLIAN LAB60 $ 42.98 $ 56.82 $ - TIMOTHY PELTIER OPER $ 86.17 $ 112.35 $ - PAM ERICSON DUMP $ 83.50 $ 112.37 $ - JSUTINTRUMAN DUMP $ 83.50 $ 112.37 $ - LABOR OVERHEAD 2% 1-09.6 (1) 2020 SUBTOTAL-LABOR: & PROFIT @ 29.00% ADDITION 2.00% LABOR TOTAL $ - $ - $ - $ - EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI-0120 4X4 1 195 CREW DSL $ 15.36 $ 3.01 $ - MCI-3016 WA320-7 8 $ 58.16 $ 13.35 $ 106.80 MCI-1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 137.52 MCI-1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 8'x8' Manhole Box" 0 8 $ 4.11 $ 3.11 $ 24.88 MCI-6048 5 8 $ 24.09 $ 7.24 $ 57.92 4" 8'x20' Steel Trench Sh 0 8 $ 4.99 $ 3.99 $ 31.92 4" 4'x20' Steel Trench Sh 0 8 $ 3.63 $ 2.63 $ 21.04 Steel Road Plates 8' -12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 Steel Road Plates 8' - 12' STEEL PLATE 8 $ 1.51 $ 1.51 $ 12.08 MCI-6022 H130 8 $ 30.62 $ 8.18 $ 65.44 MCI-0075 DROP 4 80 6.5 $ 30.32 $ 8.54 $ 55.51 MCI-0076 4X2 25KGVW DSL 6.5 $ 29.75 $ 5.04 $ 32.76 MCI-0061 6X4 18YD 70KGVW 6.5 $ 73.36 $ 12.76 $ 82.94 MCI-0061.5 14.5-13 6.5 $ 15.63 $ 4.42 $ 28.73 MCI-0522 8X16 8 $ 1.86 $ 0.42 $ 3.36 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION SUBTOTAL-EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL / SERVICE QUANTITY UNIT PRICE $ 919.30 $ 193.05 $ 1,112.35 DOLLAR AMOUNT TON $ - TON $ - CY $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL-MATERIALS MATERIALS MU @ 21% MATERIALS/SERVICE TOTAL TOTAL: $ $ - $ - $ 1,112.35 TAX PERCENTAGE MTRL 1 0.00% $ - TAX ONLY 0.00% $ - SHEET TOTAL: $ 1,112.35 Marshbank Construction, Inc. EMARGWAY-1 BUDGET East Marginal Way ROB GAMMELL Activity Resource Desc Page 1 03/22/2021 14:05 Cost for Item 460 Quantity Unit Perm Constr Equip Sub- Pcs Unit Cost Labor Material MatlIExp Ment Contract Total BID ITEM = 460 CLIENT# = 46 Description = DAILY MANG COST Unit = DAY Takeoff Quan: 1.000 Engr Quan: 1.000 10001 ADDITIONAL MANAGEMENT -TRACKING CHAN Quan: 1.00 LS Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed SUPOI Superintendent 8.00 CH Prod: 1.0000 S Lab Pcs: 2.50 Eqp Pcs: 2.50 8TRPU Pick up 2.00 16.00 HR 15.330 245 245 8TRSUPT Truck-Supt.-PM-Est.(No 0.50 4.00 HR 17.520 70 70 SUG Superintendent -(General) 0.50 4.00 MH 66.520 402 402 SUPENG Project Engineer 1.00 8.00 MH 37.000 412 412 SUPM Project Manager 1.00 8.00 MH 50.500 546 546 $1,674.70 20.0000 MH/LS 20.00 MH [ 966.08 ] 1,359 315 1,675 --> Item Totals: 460 - DAILY MANG COST $1,674.70 20.0000 MH/DAY 20.00 MH 1,674.700 1 DAY [ 966.08 ] 1,359 1,359.34 315 1,675 315.36 1,674.70 $1,674.70 *** Report Totals *** 20.00 MH 1,359 315 1,675 North L i ne Surveying Surveying and Construction Technologies 2025 Riverside Drive, Suite D Mount Vernon, WA 98273 Bill To Marshbank Construction Po Box 97 Lake Stevens, WA 98258 Invoice Date 3/17/2021 Invoice # 21.09-01 Project Name 21.09 East Marginal Way Outfall Storm... GC Proj. # NLS Proj. # 21-09 Contract # Bid Item Scope LS Value Prev. % Prev. Amt Total % Current Co... Construction Surveying Control Establish Survey Control 918.00 100.00% 918.00 Project Network Site Preparation Staking Site Preparation Staking 432.00 100.00% 432.00 Storm Staking Storm Staking 1,782.00 50.00% 891.00 Bid Item: 5,400.00 41.50% 2,241.00 Change Order #01 Storm Revisions 1,755.00 100.00% 1,755.00 CHANGE ORDER March 17, 2021 > Added 1 Change Order #01. (+$1,755.00) > Added 1 Change Order #02. (+$1,200.00) Total change to estimate +$2,717.50 3,996.00 Retention (5%) -199.80 Total $3,796.20 Payments/Credits $0.00 Balance Due $3,796.20 Salinas Sawing & Sealing, Inc. 7804 40tH Ave W. Mukilteo, WA 98275 Bill To MARSHBANK CONSTRUCTION P.O. BOX 97 LAKE STEVENS, WA 98258-0097 Invoice Date Invoice # 3/9/2021 33689 Ship To E. MARGINAL WAY OUTFALL STORMWATER RETROFIT PROJECT CITY OF TUKWILA MCI PROJECT 20118 PR -1729 P.O. No. Terms Due Date Project Our Job No. Net 30 4/8/2021 21-9415 E. Marginal Way... 21-9415 Item Description Quantity Rate Amount 300 Asphalt Demo- 9" 228 2.34 533.52 600 Concrete Demo- 7" (16" TD) 228 4.90 1,1 17.20 825 Standby Time Per Hour 1.5 120,00 180.00 300 Asphalt Demo- 9" 86 2.34 201.24 600 Concrete Demo- 7" (16" TD) 86 4.90 421.40 750 Slurry Vacuum Equip & Disposal 175.00 175.00 Work Completed 03/09/2021 (W.O. 53197) Office:(425) 745-0706 Fax:(425) 745-0628 Total $2,628.36 Bid Item Description Quantity Unit Amount 2 Temporary Water Pollution/Erosion Control 1 LS $15,000.00 REJ - Rejected See Comments Initial TESC setup 1 LS $5,000.00 TESC Daily Rate 60 Day $166.67 5 Project Temporary Traffic Control 1 LS $75,000.00 Initial traffic control set up 1 LS $15,000.00 Traffic control daily rate 60 Day $1,000.00 6 Removal of Structures & Obstructions 1 LS $20,000.00 Saw cutting 2+25 - 15+30 1 LS $8,000.00 Removal of hardscapes 2+25 - 15+30 1 LS $4,000.00 Saw cutting 16+80 - 21+10 1 LS $4,000.00 Removal of hardscapes16+80 - 21+10 1 LS $4,000.00 39 Pump Station Complete 1 LS $80,000.00 Excavation, grading, and installing structure 19 1 LS $45,000.00 Procurement of electrical components 1 LS $22,500.00 Instillation of conduit boxes and wiring 1 LS $7,500.00 Training for pump station 1 LS $5,000.00 40 Stormwater Media Filer 1 LS $65,000.00 Excavation, grading, and installing structure 100 1 LS $60,000.00 Instillation of modular wetland media 1 LS $5,000.00 43 Traffic Signal Modifications 1 L5 $21,200.00 Procurement of materials 1 LS $2,120.00 Instillation of materials 1 LS $20,000.00 .9. ate 7tc i 03/04/2021 Reviewer Comments: Lump Sum Breakdown is approved for items included within. Additionally, bid item #3 for "mobilization" will be processed per WSDOT Spec 1-09.7 NET - No Exceptions Taken RAR - Revise and Reaiimit X CA - Conditionally Approved, See Comments CA - Conditionally Approved, Make Corrections REJ - Rejected See Comments .9. ate 7tc i 03/04/2021 Reviewer Comments: Lump Sum Breakdown is approved for items included within. Additionally, bid item #3 for "mobilization" will be processed per WSDOT Spec 1-09.7 Cc: Kenton Wilde <Kenton@marshbankconst.com> Subject: RE: EMWO: Weekly Progress Meeting - Link to MS Teams meetings. Importance: High Please see attached RFI 014. This is time sensitive by tomorrow a.m. Photos attached for reference. Thank you Rob Gammell Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road Lake Stevens, WA 98258-0097 (425) 209-8225 Cell (425) 377-9708 Office (425) 377-0709 Fax Rob Gammell Subject: FW: BIO CLEAN STORAGE From: Daryl.Clark@Ferguson.com <Daryl.Clark@Ferguson.com> Sent: Thursday, March 18, 2021 4:18 PM To: Patrick <Patrick@marshbankconst.com> Cc: Rob Gammell <rob@marshbankconst.com>; PANDORA_6@MSN.COM Subject: BIO CLEAN STORAGE Patrick, I guess there serious about storage. I thought a few hundred bucks. See below Bio Clean comments. Also a $300 double cancellation fee to the owner. Please advise on PO or cost code to use for billing. Thank you. Daryl Clark Hope you are doing well. The East Marginal Way Outfall shipment has been cancelled a couple times this month. We do not have room to store this unit after 30 days from completion, which would be March 24th. Will the contractor be able to take this unit by March 31St? We will need to begin charging storage fees of $2982 per month on April 1St. Hopefully the fees can be avoided by the contractor taking the unit before March 31St. Thanks for your help. BiowClean Jeff Pierce Regional Sales Manager Pacific Northwest 1 MARSHBANK CONSTRUCTION Cont. Lic. MARSHC1-05106 / DBE/MBE No. D1M0011507 March 31, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental Information Serial Letter No. 8.2 Additional Pricing for Exploratory Vactoring to Confirm the Placement of Structure #100 Mr. North, The purpose of this letter is for Marshbank Construction, Incorporated (Marshbank Construction) to provide the City of Tukwila and its representatives with supporting documentation to supplement the notices of serial letters 008 and 008.1. This additional supplementation is force account pricing for directed potholing per the attached email totaling $8969.00. Please let me know if there are any questions. Sincerely, Patrick Gleason Marshbank Construction An Equal Opportunity Employer Ph. (425) 377-9708 / Fax (425) 377-0709 PO Box 97, Lake Stevens WA 98258 MARSHBANK SHEET NO: 1 CONSTRUCTION Project Name: Item No.: East Marginal Way Outfall Project No: 20118 Date: 3/26/2021 Description of Work: for vactor trucks to expose the footprint of structure 100. Sawcut and remove asphalt/concrete to allow LOCATION: East Marginal Way STA 11 LT 11 RT Prime Contractor: NAME MCI OCCUPATION Sub-Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE Dustin Jones FORE 8 $ 67.30 1 $ 93.05 $ 631.45 Glenn Minkel PIP 8 $ 63.01 $ 86.63 $ 504.05 Jeremy Dickey GEN 8 $ 61.83 $ 84.90 $ 494.67 James Healy TCS 8 $ 56.02 $ 76.25 $ 448.16 SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% 2% 1-09.6 (1) 2020 ADDITION 2% LABOR TOTAL $ 2,078.33 $ 602.72 $ 41.57 $ 2,722.61 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI-0132 4X2 1 3/4 310 CUNV DIESEL 9 $ 20.19 $ 3.33 $ 181.71 MCI-0112 4X4 1/2 191 CREW GAS 8 $ 14.48 $ 1.96 $ 115.84 MCI-1023 PC138USLC-2 1 7 $ 77.92 $ 17.19 $ 198.25 MCI-3016 WA320-7 5.5 2.5 $ 58.16 $ 13.35 $ 353.26 MCI-1026 308E2 CR 58 5.5 2.5 $ 62.11 $ 15.16 $ 379.51 MCI-1029 PC238USLC-11 8 $ 115.22 $ 26.26 $ 210.08 4" 4'x20' Steel Trench Sh Trench Shield 8 $ 3.63 $ 2.63 $ 21.04 4" 8'x20' Steel Trench Sh Trench Shield 8 $ 4.99 $ 3.99 $ 31.92 Steel Road Plates 8' - 12' Steel Plate 8 $ 1.51 $ - $ 12.08 Steel Road Plates 8' - 12' Ste& Plate 8 $ 1.51 $ - $ 12.08 Steel Road Plates 8' - 12' Steel Plate 8 $ 1.51 $ - $ 12.08 Steel Road Plates 8' - 12' Steel Plate 8 $ 1.51 $ - $ 12.08 Steel Road Plates 8' - 12' Steel Plate 8 $ 1.51 $ - $ 12.08 MCI-6061 Breaker 1 7 $ 17.40 $ 8.18 $ 74.66 EQUIPMENT MATERIALS MATERIALS / SERVICE DESCRIPTION SUBTOTAL - EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL / SERVICE QUANTITY UNIT PRICE $ 1,626.67 $ 341.60 $ 1,968.27 DOLLAR AMOUNT Salinas Sawcutting & Applicable fees 1 LS 999.88 $ 999.88 VPC Vactor & Applicable fees 1 LS 2,535.75 $ 2,535.75 The compensation as indicated in this price does include any amounts for changes in the sequence work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, right is expressly reserved to make claim for of these items of cost prior to any final settlement contract. not of and the SUBTOTAL-MATERIALS MATERIALS MU @ MATERIALS/SERVICE $ 3,535.63 21% $ 742.48 TOTAL $ 4,278.11 TOTAL: $ 8,969.00 any and all of this TAX PERCENTAGE 0.00% $ - MTRL TAX ONLY 0.00% $ - 1 SHEET TOTAL: $ 8,969.00 Salinas Sawing & Sealing, Inc. 7804 40th Ave W. Mukilteo, WA 98275 Bill To MARSHBANK CONSTRUCTION P.O. BOX 97 LAKE STEVENS, WA 98258-0097 Invoice Date Invoice # 3/26/2021 33736 Ship To E. MARGINAL WAY OUTFALL STORMWATER RETROFIT PROJECT CITY OF TUKWILA MCI PROJECT 20118 PR -1729 P.O. No. Terms Due Date Project Our Job No. Net 30 4/25/2021 21-9415 E. Marginal Way... 21-9415 Item Description Quantity Rate Amount 300 Asphalt Demo- 12" 315 3.12 982.80 300 Asphalt Demo- 13" 192 3.90 748.80 300 Asphalt Demo- 9" 655 2.34 1,532.70 600 Concrete Demo- 9" (18" TD) 655 6.30 4,126.50 600 Concrete Curb & Gutter Cuts- 12" 2 25.00 50.00 750 Slurry Vacuum Equip & Disposal- 2 Systems 2 175.00 350.00 Work Completed 03/17/2021 (W.O. 50716) 300 Asphalt Demo- 9" _ 56 2.34 131.04 600 Concrete Demo- 9" (18" TD) 56 6.30 352.80 300 Asphalt Demo- 7" 42 1.82 76.44 600 Concrete Demo- 9" (16" TD) 42 6.30 264.60 750 Slurry Vacuum Equip & Disposal 175.00 175.00 Work Completed 03/26/2021 (W.O. 53280) Office:(425) 745-0706 Fax:(425) 745-0628 Total $8,790.68 Ventilation Power Cleaning, Inc. 3914 Leary Way NW Seattle, WA 98107 Voice: 206-634-2750 Fax: 206-634-2753 12/31/21 RP QUOTATION Quote Number. 2103156 Quote Date: Mar 26, 2021 Page: 1 USM VPC Disposal Tickets - SEE FILE AP@MarshbankConst.com; Serg@MarshbankConst.com MARSHBANK CONSTRUCTION PO BOX 97 LAKE STEVENS, WA 98258 n Pc 5 EMWO II30•5V 81ST & E MARGINAL WAY S TUKWILA, WA W9., a .„9-, = ' 4,,p1+_x , i MAR001 20118 09 -Will Palmer W9., a .„9-, = ' 4,,p1+_x , i `' _ lt� j400 POTHOLE AS DIRECTED. USED TWO TRUCKS. � / 6.25 4 COr0 VAC TRK W/OPERAJR (PER HOUR) 1ST TRUCK 245.00 V1,531.25 3.25 HOURS, 2ND TRUCK 3 HOURS /2.00 W LOAD OF WATER FOR FLUSHING OR POTHOLING 40.00 V. "10.66 DISP DISPOSAL FEE ATI OCAL RECYCLING FACJLITY (PER 75.00 ,/80.00 `" 799.50 1.00 SPW TON) 1ST TRUCK 5.51 TONS, 2ND TRUCK 5-15 TONS STATE PAPERWORK ADMINISTRATIVE FEE 125.00 �/ " 125.00 1,- OrL.,IY( Subtotal Sales Tax Rob Gammell Pending Response Rob Gammell -C) 2 @ // co $CO ƒ Lrj& x LU ° \ / ƒ ® cs4 y- U A e m a u� $� \ t \ e CL % \ fll CD 6q °�'§ C e 0 0 \ . o / .... - 0 d 2 E I / co \ - 0 A ro / \ e s_ 2 c E 0$ »® E c e o 0 0 v 0 m# 0 $ 0 04" C z • 0 2 c z2 /§U-2 E c 2 \ _ a) o m = % o /ce ° _= z k t \ R ° 0 s CU > _ c 2 CO a m _ . � % ± 0 E 3 % t S \ \ 2 % >. Lu � / §.c cc 2 A k \ k / E 0 o ° 4 s° 0 2 z = = / v 2 CL) / E c k 7 c 3 c/\ S V E CO - c c _ v f § Q 2 7 / � c m _ k i d 0 4-, 0- k / CU 2 ° = R 7 m •- , a) m e o 7 § j / coo=a ^%7w « \ o / o E\ m s 5 u 0 2 . / 0 ( 0.1 " o u % 2 \ I c n u 0-- dECO ^-Y - g C o$$ 0 v\ E \ 0 w o e\ 2 E §\ 2 -16 -Y g m S k cu k� C R � = c ? k = k ob 2 / • \ % / 2 ] ] S \ ( S = E G@ v e e� f/ @ co o c$- 2 x - ^ 0± 3 U - ) t - EE± CD» 2 ��\\\ //EgS�\ °d/2 cri z »» ®= 2\ k E I f< o \ 2 E f co #_ m a [ § f/\\\ f S? g jus } f \ 3 2 \ G \ § / / IL d m / &%5±±± u 1-dvvvs 1 <e4 Construction" Attachments: Structure 100 & 25 - Proposed Plan - Not for Construction.pdf • U CO 0 E (0 0 0 >- su 00 C L 7 U O C O 0 0 - VI C CO t 1. (0 2 c O vl _T a) s (0 0. > CO 0 O a) a J CO 0) N C (0 2 O C O 00 fa 0 U O 'Q E a) a) s — L 0 cu 1r) L •C 0) -0 N C 7 > ., O 1 a) V) 0 0. 0 00 Y V 0 00 C_ C L O E (0 LL as C 0 a) as CU 6 a) ra C 0 0 V a) > L) 0 N (0 7 O E CU 0 4- > (0 LL 00 C 0 t 0 0 0) 0) U O 0 a) (0 0) a a) a) a) Q E O V1 0 U (0 a C 0) E a) 0 0 7 N CO O O 1 C CO t (o 2 as V L aa: 0 0) 0 0 0 00 C U (0 L O (0 E as 00 C E O U .S tn :.c 4- 0 a) U a) 7 0) t 00 C (o t 0 as cot a) O Contact me with any questions or concerns to this direction. Matt North Resident Engineer w w 2 • z w Q N O O oo W (6 E > c 0 w 00 u J (6 LIJ a) 07 Q • >. Q W CO J C O Q w w- Cr) '^ 0) — c7 W No C1 un 0: 253 627 0720 206 595 1733 0 marshbankconst.com> From: Rob Gammell <rob in c a) ( L. C _0 L as i A> 7 (0 0 6 x >. > f0 Q t A (0 ...-- E +E 33 O Y U (0 F- E a) 0 C 0 i =ro v) J 0 CU Z = 0 V (o a) (6 > V +' (0 vl 0 0 s C i O C O !n 0 C 41 C0 Z -0 (o nO= vi EI • as , N O a ri N 0 N n ,.. 3 (0 r1 V Y 0 C m L t CO 7 L i In I— LLI O c E c 1 E cocu cc v U ri c O 0 . E as v) 0 0 o C u u V - 0 v 0 v) la C d' as 0 7 v) 7 -O 0 d > (D 6c co (C0 = CO *k _ �„ a) c (0 L -' tU E (6 A 0 _Y L E E v uo O O U t c Y V U c a) (0 N Y O O C a - CL v V in 0A 0) C Q. (�0 .v > on 0 t0 d V to NN 0 dfl CO L. ri O .cu E v 0 }' NO u —> O a) N N > }; — csi -0 in c as ns L. O C ' N L fU0 Y JCU i.j vi L Ca1 0 ro . E' ', ) V in 0 C (0 > t 0 m 0 O -c Z Y co'O O +.1 O co X '� O a) C v o (`no v cel h0 V V V)) 2 a 0 U1 fo c0 L -0 0 c co 0 as as u L U 4-,0 C � Y t O 0 N v C co m 0 CL d) E O 4- O MC C N 'Y 7 CU c +4 E c 0 N V -0 O -c LL CU -0 v N L ^ o V L1 1173 Wa N H 3 ~ ,G N L to O 3 3 O c L O 4-, U C 'L 0) S L {- � T c C G1 L L U � C to o 4/ C c0 m Q Q H Rob Gammell U 0 rn 4-1 L O H -o 1-0 Q N 4) Q cc W V O C0 w N Q U O u_ O > N ca O O L N N N. N -0 oo C o Q1 > dl N N i x- a) O N n V) m 0 ' N m m Cco 111 Lr1 a O O- N N N m 2 �t v CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT: East Marginal Wy S Stormwater Outfalls Project No. 91041204 DESCRIPTION: Establish legal drainage connections from East Marginal Way South to the Duwamish River. JUSTIFICATION: Drainage from E Marginal Wy S is discharged through outfalls owned and operated by the Boeing Co., Jorgensen Forge, and two King County Airport storm systems without easements. STATUS: Design completed and approved by the Department of Ecology. Construction is anticipated to begin in September 2020. MAINT. IMPACT: Clarifies maintenance responsibility and will ensure reliability of system. City adopted the Z Line in 2015. Construction includes pipe lining, installation of water quality and connecting COMMENT: the Jorgenson drainage area to Boeing's Z Line. DOE design and construction grant awarded in 2018 for $1.1m. FINANCIAL Through Estimated (in $000's) 2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Project Location S 86 P! S87 PI S 94 PI �fr- a a 'J 1y � S r �^ Design 265 45 310 Monitoring 31 11 11 53 Const. Mgmt. 50 265 315 Construction 300 1,000 1,300 TOTAL EXPENSES 296 406 1,276 0 0 0 0 0 0 1,978 FUND SOURCES Awarded Grant RCO 164 100 842 1,106 KCFCD 50 50 Proposed Grant 0 Mitigation Expected 0 Utility Revenue 132 256 434 0 0 0 0 0 0 822 TOTAL SOURCES 296 406 1,276 0 0 0 0 0 0 1,978 2021 - 2026 Capital Improvement Program 84 19 Project Location S 86 P! S87 PI S 94 PI �fr- a a 'J 1y � S r �^ '1�� 2021 - 2026 Capital Improvement Program 84 19 20-118(b) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. DATE: 5-27221 BUDGET NO.: 1 ,`"st 94-.31 5 ;if PROJECT NO.: 9104120,4 CONTRACT NO.: 2.0-118 PROJECT NAME: East q��, ,,,t� ]icdl , x7 .,,:+ <�l rte fr:ai�E.nk�. i i�,,1„of 1 a" r,�t ;,. TO: 180 Box 97 Lake Stevens, VV/8„ 98258 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 & City agree that all Field Overhead and Home Office Overhead expenses have been included in this change order 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. ACCEPcarED: Date By Original ntract (without tax) Contractor Title $ 1,135,201.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 9,700.00 This Change Order (without tax) $ 88,066,23 By REV. CONTRACT AMOUNT $ 1,132,96°723 Date __ 06/17/2021 C7/(la, e S,( !wick Original Contract Time: Additional Contract Time for this Change Order: Updated Contract Time: ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File City Engineer Mayor C QiGG�O,kr.-"ceeezvLtG cc:Finance Department (w/encumbrance) Project Management File Change Order 2 Project Number: 91041I04 Project Owner: CITY OF TUKWILA Project Name: East Marginal Way OutfaH Stormwater Retrofit Project Change Order Number: 002 Prime Contractor: Marshbank Construction, Inc. Subcoot,actoc Wilson Concrete Ordered hythe Engineer under the terms ofsection 1-O4.4of the Standard Specification Change proposed by Contractor Page 1 of 3 Surety Cansent (if required) Attorney in Fact Dat Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change Original Contract Duration Current Contract Duration Additionai Days This Order Proposed Contract Duration $1'035'201.00 $1,044901.00 $8o'O5e.zu $1,132'96723 60 Working Days 60 Working Days 0 Working Days 60 Working Days „,0 ApprovaHleg6m ended P tliec; En eer Matt North, mPG � r7-��/ -��/ ELaV Approved 1,__L Approved Contractor '' Rob Gommen'ma,,hbanxConstruction, Inc. Date Approval Recommended _II Approved Other Approval When Required Ryan D. Lamonp. P Date Signature Representing Date Change Order 2 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of this change order: Background: This design change request was developed in relation to the RFP 001 email sent to Marshbank on 4/20/21 regarding "Subject: EMW Outfall Plan Sheet 4 - 5' Sidewalk -RFP 001" and the corresponding response though Marshbank's Serial Letter #011. Due to existing conditions the detail on plan sheet #4 would not work. Through discussions with the City, and an onsite meeting between KPG & Marshbank, a new sidewalk to meet ADA requirements and COT standard details was developed and agreed upon. Reason/Justification for Change: KPG the COT and Marshbank, determined that the HMA sidewalk removal, and installation of a 5' concrete sidewalk, with a thickened edge allowing for a rebar dowel to tie into the bioretention wall, to provide structural support to the wall, as originally shown on plan sheets #4, 9 & 10, would be the best plan for the City's final configuration along the bioretention cells. For the bioretention cells themselves, the original plan remains the same as the bid documentations plan set. The rebar doweling is now planned to be tied into the new concrete sidewalk as indicated within the attachments. Marshbank provided within the attached SL #011 the following cost breakdown: Cost Breakdown •Demo Labor, Trucking, & Disposal Fees 12,756.72 •Prep, From Back of Walk, Additional Demo 10,252.02 •Grading, Over Ex for thickened edge, Final 19,866.00 Equal to Marshbank's total of: $42,874.74 rounded to $42,875 The (5) days of additional management, bidding, and coordination efforts to be captured per the prior agreed overhead rate including markup, is $2457.56 per day = Sea x $2457.56 = $12,287.80 Additional scope by the subcontractor Wilson Concrete to be per SY 113.90 at 288.88sy = $32,903.43 The total for Marshbank & Wilson Concrete is $42,875 + $12,287.80 + $32,903.43 = $88,066.23 Description of Change: Contract Items Added/Deducted: N/A New Items Added: Add new item: CO2 -01- RFP Sidewalk Marshbank Scope: Add 1 LS Add new item: CO2 -02 - Marshbank Daily Overhead: Add 5 EA Add new item: CO2 -03 - Thickend Edge Sidewalk: Add 288.88 SY Zero (0) additional working days are added to the contract time. Change Order 2 Page 3 of 3 Measurement: Measurement for New Item #CO2 -01 will be per LS. Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark- up, overhead and profit required to furnish, install, and successfully complete all work for the above- described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount CO2 -01 RFP Sidewalk Marshbank Scope LS 1 $ 42,875.00 $ 42,875.00 CO2 -02 Marshbank Daily Overhead EA 5 $ 2,457.56 $ 12,287.80 CO2 -03 Thickend Edge Sidewalk SY 288.88 $ 113.90 $ 32,903.43 Subtotal Change Order Items: $88,066.23 SUBTOTAL CHANGE ORDER AMOUNT: $88,066.23 WSST (%): $0.00 TOTAL CHANGE ORDER AMOUNT: $88,066.23 0 1°\ ID IGINATING G Matt North Matt North U 'a aJ C a) (0 > +' L LL Q- O UO vi viO aJ Q Q N O Wcoo E aJ o aJ - O V) 4-,+., C • j vi L Q- 'a-) co (0 -,-"7 E +' o W C W(�0 C > Wa4-' Q - O O OO (o L N +' > O z L L 3 O o v C OA v > +-' 0 C N _ co E aJ co c O N vi L Q +., LJ Wf0 C C aJ E v t O Y aJ .– U > LOcc LJ O V1 ( Y w vi p vi vi t Co V ° +' co +' U OA C= -0 O VI co 3 _a J +' C o O C n3 O C +' (6 U > O cc (A f0 C 7 7 Ovi .0 O L V1 WU f0 O L L s w ° O -a > c E WE v v v 1 c0 f0 Q N c0 aJO 7 (0 +V vi N Q c E _C OA C Q d cn a' C p vi V > aJ a, N •LaJ O a' w N O -0 Wi +'4- O E N N aJ _c O O 0 r\J= L V c. ai Ao •E ' o 7 o N •L — — vi — vi 1 = w — Tu C Tu vi aJ — O ° < — OO c6) +�-, C UO opCD Q - (o E aJmv) EE 0 7 m O +' o aJ c6 ce c 7 L _a C l7 V G O a) Q vi aL w — ro vi ili d' co U d' +' 7 (0 D C 7 — (0 (0 p +' 2� L (o L vi C a 4-.„, �_ C O 'O L vi L Q + O Z i waJ OAL > -0 C (0 0 Q E Q O O p V >' ?i (iii co (CO N Y wL C vi +i O C — O •5 wO O u_vi Nf H U Vf 2 H Q E .(^ it suit their needs. aJ X on aJ CO '}-0 o� -D E N (0 W +' v L CO U -a _0 C O N .° ro C C C _ p C o E E ro +' aJ C QO v N LJ 2 D QO 4 Q o C L L W (0 C X 'a +' N (0 C aJ N N +�., +�' ++'., i (0 +, § O W coC CO WCO -C C C — E aJ (o d +' (0 LJ Q — aL-, ,l C '17 aJ L v �_ +t' aJ aJ o v (o aJ (0 (0 0 j W O C O aJ ._ U 7 t aJ L CO (0 C O ° O aJ aJ vi _C -0 -0 -0 C t'/1 U aj U aJ C co p (0 U — C O C vi +' C aJ f0 > >. N •O ,- 4:0 0 E o v O i +, Vl V, Vi (0 U,, N vi • C O CO iJ vi L X 7 WLJ CO C aJ -0 O Q co N f0 C O° t C° +' aJ Cvi U O U (0 >- U t O N ai > OA V, o ° +� C n3 ; 4-, V, W L v + o N cu (CU To—�0 +.,_c O (0 -a vi _ C C (o ,_ ro OA o W +' Q -a V1 V1 = >. Wa E ro C (B vi C C •- aJ L Q ,� +' +' - '(B CO W 5. U i 4O X 0 L > a•., (D N 0 vi V1vi Y a� Q ° O aJ U -0 C C vi (0 .� ut 7 t ?5 L aJ -a C aJ OA LJ N vi +' aJ +U' -c f0 O aJ .� 7 (0 �i OOiD f0 CO�~ O O 4 O -aa ro vi L a-. 4_ Y Q- ° E O 7 U ° cu O +' ro W +' �Q aJ L 0 c ((0 ate.-, > aJ l0 cNi C aro vi te' ° OU N C s_ C p +' vi L (0 t >' in W t aJro aJ C 7 aJ vi • +., +' t +-, +�., aJ Q O (LO aJ — 7 (0 C } L O a L OA + L x (0 vl an CO W W aJ V, >. tLD V, C C (0 Cco 0 aJ aJ > 0° L v°+ 0J v 3 w>. �+ o W CO LEm vi CO '(o a X o v vOi C COOv 4-)(13< (o V+ O ro 7 N U O (>0 O Wt N t (0 > CO N -a a-, .vi N W (0 ut N t >, CO CO O WOA = ate-., +' t C aJCO a) _, O D L +�•, ut ut Y p aJa) a) N +' C f0 aJ vi t C O C — t E a, L °J (.-)4 H -2, O O OA CO U U ° a..,— vi vi ro C W aJ V1 C aJ O C O aJ Q O aJ C° " C C a.i W %__- CO aJ C OA L +' C Cvi ai v v +., t C— O O L L ro E n3 O a-' > C Q cr C O 2i CO co cJ '� t°o ° C O 2 Q N O O U CO aJ U s_ N +-, 0 L C aJ E t 3Q E *zL m a' ° aJ O OU 7 aJ C N N 1 Q t vi aJ iJ vi •71 tLD t t t t U > co 2 ' o aJ (0 a X aJ 0 H H H H co 2> L t H W ut c I N M O -0 a)`� c- aJ aJ c •- a a aJ aJ E aJ C cD v U a) O aJ aJ� E aJ '47, -c +J (o O 4-. 4-, - t U C 2 (0 a (.1 0- a) a) v, aJ•C vaJi vi C p aJ +' Q op %- a-, +' C Q L 7 WO (7.) CLD. 4-, (0 (0 00 vi O vi 2 2 aj C iJ (0 L vi ro p O v aa) c O v 3 +' c C O 0 o on 0,0 C LO (0 Zvi 4-) X aJ 'n t vi +, avi te-, = aJ vi > Wc O V L E ._ v O (o +' aJ C aJ O CO O U aJ LE 1- U f0 Cro N '} C cW(0 dA D a o0 W W VI O n3 4- N CLD (>0 > aJ t a) -c N - +J 5' -0 f0 t > L 4- (0 4-, V1 U o vi wvi U vi c o o vi Cr) Cr) N Ln 0 N a O N C N 01 W N ar � a)c "O In N CZ 0 c t c aJ w§ v, >,CU CU f0 ° L -a cu cu Y c ri To L5 013C o E an -a o (0 o t cu vi c > _ vi +J p Tu vi. N 'E vivi+., z O ut C ° vi H o ani v H A E O +. ate-., vi -a O +CO.� E cu 2 p (0 • C vi •c N ° +U Y O C cu +' C p L dA aJ U dWs C U C O i 0 X C 7 O ° aJ L aJ O -a ,- +., v LU p C1 ut CU V > VI CO C f0 CU +J -0 > -C i • u O LJ L A +J CU E �, cu +' cu U= p O dA v, C C C U >..0 >' >, L X a > O + dA U O C 0 Q %- C VI > .L Q° O p (D a ,X vi O Lu `� T) CU CU CU A C ° Y C 7ro %� ro %..7. Q O ro vi cu O p v m LE u vi U • vi 7 aJ +' O t a✓ 013 L v, L p Y c (o N 0 O O @1 c 0 o c E c ° v, cu op o N U' o L o- 0 (00 O E _a 0(0 c -U- > -a ia3 cu vi cu E To cu° i V O U on — aJ `� aJ (0 vi (0 C c -a C Y •>, o t ° �' ,13 •i cu C . U vi vi N> U C_c vi OL lfl C t O H N c aJ Q N z H v L O D 3 co V U E t _C C C N CU -- vi f0 7. E Ur - +O aJ +J c aJ vi c C n CO > l0 C vi p Q vi _> cc c L O vi O N Y E cu on .L 0 N �O U LJ WD — C Q -C d C Q VI VI L w- U LL Q o VI co aJ O +� %� %C�vi Y °\L.rj O o i �Cvi oO +'C Y UU i f0E L Ln o O co N N O LO Q LO a��E U 7 U aJ O +, Qj O_ In o C 0 +., H CLD aJ `� +., (o O O > ^ p 0 c �_ L c -I C C iJ E Q vi p C Cn aJk U (0 c Q — f0 C vi > (0 OA aJ o a�J a�j N o O Y .L an U C , U C LT u O aJ N n3 n3 N Zvi (Oo �V aJ c 2 O C n3 °C'D O Q a1 vi (o C COC=tesL t `~ •o f0 ani 2 cu L C C V (0 Cn O aJ v, 013 Q 0 •X L= a, E c -I p@) C u 2 vi Y aJ vi aJ LO O ob V O .O L cu a-.�vi C C N + O 1/421 ron3 vi -(D O U O O O p (o } ro vi cu p O L +� O- cu O V N d C j — a CVD o (0 > OL +", t a -J V > w L p +J cal U VI aJ aJ `^ N 'L E C cc n 0 p vi vi. -a C C cu +' 7 Q O >> t aJ L vi aJ p •O Y .� C U aJ E Q V vi ri p013 o_ (0 C 4-, CU O dA W= O U 'a-.) ]C cu ut (0 0 U v Q aJ N WD aJ 0 WD Q Q- CU CU Q N z u WD cc U p v C> CO t C O Q t t CC O +, C Y C +, (6 U v v, Q v, Q Q H Q H H Q H (0 +' O u 07 @J v, a, p _c E cu -r].) o N m In �o ca, +' v vi LL (n H U V z (n - 2 Q o H O w These factors drive the root lowering which we do not see as a viable or feasible option and impossible to predict if any root adjustment can even occur. 4 0 Q 0 N 0 ro c(D G ai 0 Q U L ro .> 0 L O Q 0 ro 0 ro4- N t 4-. ro 0 0 Please see approx. cross slopes we measured today in an effort to be helpful in design. E E (- O Marshbank Construction, Inc. P.O. Box 97 3304 Old Hartford Road 98258-0097 Lake Stevens 425) 209-8225 Cell 425) 377-9708 Office 425) 377-0709 Fax From: Rob Gammell Cc: Patrick Gleason <P E ro 00 ro 0 0 V ro u 0 v, a) ro J ro c >. A cc E: X' 8 E 0r Subject: RE: EMW Outfall Plan Sheet 4 - 5' Sidewalk -RFP 001 4-. ro 2 inspector discuss onsite with Chris. E E 0 Marshbank Construction, Inc. P.O.Box 97 3304 Old Hartford Road 98258-0097 Lake Stevens, 4Z5)ZO98ZZ5Cell 425) 377-9708 Office 425) 377-0709 Fax A 0 w 0. ro 2 2 LL 2 L.r) L.r) O L U ro O a-, (o t E t t U -a O ro T1) t _a O v a a LL U tu3 t C The COT standard is the dimension C > 0 +J U O N L O 4J m w C (o a -J _C a-, (o a-, (o (o -c N a-, L1 L.L N (D - a-, OA C C } 'a(o (D w 3 7 w a vi OaJ an vi NC -0 4L, N 4 -a UU d N fo LL C N CC C -0 a-, O C C L > U W N LJ C -a N (o r t a-, (oro Qvi c M •7, >• ca O ro aJ Ll N ro -0 O N fo a-, ate-, VI VI X 0 N a-, a - C 0 (o OC t a., (o a-, (o L a O -0 E C ., 0 1 C 0 -aO < C U p fB 0 < csi C N rJ '— > u Y t (o CC O 2 vi +' vi vi' COC � O L ro vi Ca)vi = C roL ro c vi G LL Y_ O CC ro V1 c a) -0 a., O 0 '71 a C H v1 ' v on u L O - aj O a c Q W La .vi O a) C W OD C .vl OJ a) CO (o Let me know if you have any other current questions or concerns, and we will work together to make a good final product for the City. t.0 Resident Engineer <[1: Ii„0„J <[1: 11„„0„1 00(000: if:00: 00100000 0,c)11el) 001,, ,..000;,, • 0,0 „0000'010 .0001,0 lin „000c, 0„0: ••1 0:00,, 0 000,0»'1:00:°) °0001 '1•00. 0c00. 00000f000 000,0» CD U.0;01 A 0 0 0 From: Rob Gammell < Cc: Patrick Gleason Subject: RE: EMW Outfall Plan Sheet 4 - 5' Sidewalk -RFP 001 'a 0) 0 (o 2 0) .(.71 0) _C 8 a_ (o I don't want to over assume the aesthetic desired... E E Marshbank Construction, Inc. P.O.Box 97 3304 Old Hartford Road 98258-0097 Lake Stevens, 425) 209-8225 Cell 425) 377-9708 Office 425) 377-0709 Fax A 0 U b.P 0. From: Matt North <_matt c v -0 c a) O U _ f0 a�-J aJ W a''ro vi f0 V1 f0 C •a% wU 4.7 f0 `1 aJ O >Z a) > a-, C v, /� �i a 0 N c0 0 , 73 w cu f0 Q b.P; t vi aJ 0 LJ Y U .0_ U cu ...... U f0 f0 L Q C TuO a -,O Z U WC aJ +' N S• 0 ........ ri Ln 7 oJ a- a- O + L 7.. 0 O O N N y.. O a)U O N CU wu....d 4 , U aJ >• _cC f0 aJ t c a-, aJ _c +, O L t 0 xro a-, 0 4-, I.ai...V ..�.Y vi C C v LL 0 C O a - V ata O > (D VI • C V • dA aJ ( L C •C C f0 U C N ,'i Y C an Z' U f0 Q L E C aJ JD L n3 0 v > v CL x E aw 4- >o • X O •U W O C O C aJ -a j a L " f0 ro -a a) CU ic Q- LJ N f0 C O n3 fo >' U CI G,'.� 7 v, a-, L Q u c Ts U-0 fo O Tu —u rq� Q H-0 vi C O C cu _ L .4-,U cu OD .�'... ...0 CU f0 N dA a -, C a- 2i c -I C •C O aJ O U a., O E •— >i ap V U O O O a'0 v, -C., ., CttO C a, te- C y C L ro6 .� aJ 0 O O an E E cu 4 (0• r° 0 o L O -CD CV a c V OU O C LE C O ro aJ v, f0 O f0 O o_ aJ aJ U > c V, -0 VI C ( v a) aJVI w(0 4- = 0 O L 0 > a a aJ bA; cu C O 0J c t7[ c l s f0 aJ O }' O c p w 7:3 _C vi aJ o 0 a, +� c0 +� 4 , a 0ro LL vi. 4-,aJ W, v, W � vi cu c CCO -0 cu cum _ U c _cf0 a•J d N CO D cu 0 aJ > dA U ]C �i•- O N 111 C -0O aJ V O O tr.)L 4- O O U dA a) v, +J a-, cu m cu V c0 v vQ v v O v -C C U t dA cu CrE N O cn ttO Vim, O a -J i .O C C f0 aJ LJ U c vi f0 J C f0 a -J aJ L U d f0 a) C a) 0 O C ate-' ate-' O +' C io CC k.:::. j 7 U v, C •C W •f0 E O A o 0 O w( f° c O E E t 0 VI C)•C L O Q a�-J U LJ a1 -J c.. c2 W 4 - VI f0 cum w O vi C c Y� 0 O0_ -6 O v, Q `n ? i 0 cu C •C U • • V1 _ U — vi H CU O Q- CO dA ate-' a�j v •— V V V) 2 Q U > v, to - 0 § Q 0 ^ 0 U 2 8 d 111 111 -1 N 0 N O N L V Q — VI (0 v L7 7 � ~ O cc N Cc: Patrick Gleason COT - Standard RS -09 Sidewalk.pdf Please regard this email as providing direction to Marshbank to proceed with the bioretention cell systems per the attached plans. Call me with any questions or concerns to the plan additions. Resident Engineer rca,ji „tat ILD cc,y, 0.4) O• (:) CL rf k„„) CONT le ALTO w\ COST EST P O]POSA]L / ATE 1 ARSHBANK LI May 14, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Supplemental Information Serial Letter No. 011 Mr. North, Marshbank Construction Inc. (Marshbank) is providing the following Change Order Proposal for your consideration. This proposal is associated with the revised design change (RFI 029) received via email from KPG on 4/29/2021. Demo. Grade. and Re i lace with Thickened Ed • e Concrete: • Lump Sum Price — Marshbank Scope o Marshbank has included saw cutting, demo, layout, haul, dump fees, excavation, grading, CSTC (Delivered Price), labor, and equipment to complete the removal of approximately 2,005 sqft of existing sidewalk and grading for new. This price • Unit Price per SY for Wilson. (Expected to be measured for actual) o Wilson Concrete price will be $113.90. This price includes necessary solving the active pressure from pouring a thickened sidewalk which will consist lumber bracing to shore the vertical during pouring operations which will brace off the back of the roadside curb. The price per sy includes all labor, equipment, bracing materials, labor materials, concrete, etc to complete the thickened edge concrete sidewalk. Bid Item #2 ESC (Lump Sum Item) - $1,250 Daily Lump Sum, (5 Days multiplied by $250) Bid Item #5 PTTC (Lump Sum Item) -$6,250 Daily Lump Sum, (5 Days multiplied by $1,250) Marshbank daily overhead costs - $12,287.80. (5 days multiplied by $2,194.25 or $2,457.56 with markup) RFP Sidewalk Marshbank Total $42,875.00 Additional LS items $7,500 Marshbank daily overhead $12,287.80. Thickened Edge Sidewalk $113.90 per SY. Marshbank offers a price of $62,662.80 related to RFP for thickened edge sidewalk as a lump sum change. In addition to this pricing Marshbank offers a price 5113.90 per sy of installed thickened edge sidewalk. For clarity, if 200 sy's of thickened edge sidewalk is installed. The total would be $85,442.80 (Marshbank price plus 200 units at $113.90 per unit of installed sidewalk) Below is a list of assumptions • Marshbank will perform the HMA portion around pole #1 as needed per bid item concurrently with roadside paving. • CSTC used as discussed for grading ease. • Targeting 2% max cross slope • Field fitting tapers and transitions and make no warranty as this is best efforts based on existing conditions. • Marshbank is waived of any responsibility of the trees in this area including any survivability. • Any added or altered wall cut outs for water is not carried in this price and will be considered a change. AN K Marshbank requests a change order be written in the amount of $62,662.80 and a unit price bid item created for thickened edge sidewalk at $113.90 per square yard. Marshbank requires an additional (5) working days to complete this change. If KPG does not agree with this pricing by end of day 5/17/21 please immediately notify Marshbank. Should you have any questions regarding this serial letter please contact me at (425) 209-8225 Regards, Rob Gammell Marshbank Construction Inc. Cost Breakdown Demo Labor, Trucking, & Disposal Fees Prep, From Back of Walk, Additional Demo Grading, Over Ex for thickened edge, Final Marshbank WILSON PER SY $ 12,756.72 $ 10,252.02 $ 19,866.00 $ 42,874.74 LS $ 113.90 SY Grand Total $ 42,874.74 MARSHBANK CONSTRUCTION ( vll Lir,. MAR5N67,.05?06 / DBE/MBE Ma. D M0©11507 SHEET NO: 20118 Project Name: EMWO BIO Sidewalk Item No.: Project No: 20119 Date: One Working Day Description of Work: Demo for Sidewalk, Sawcut for sidewalk, Haul, Disposal LOCATION: STA ❑ LT ❑ RT Prime Contractor: MCI Sub -Contractor: NAME LABOR STRAIGHT TIME OVERTIME DOLLAR OCCUPATION HOURS RATE HOURS RATE AMOUNT CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 William Lindstrom OPER 8 $ 86.17 $ 112.35 $ 689.34 William Watkins GEN 8 $ 61.83 $ 84.90 $ 494.67 Timothy Peltier OPER 8 $ 86.17 $ 112.35 $ 689.34 Darren McIntosh LAB80 8 $ 52.41 $ 70.86 $ 419.25 Titan Rammage LAB60 8 $ 42.98 $ 56.82 $ 343.83 EQUIPMENT AND ATTACHMENTS SUBTOTAL -LABOR: $ LABOR OVERHEAD & PROFIT @ 29.00% $ 2% 1-09.6 (1) 2020 ADDITION 2.00% $ LABOR TOTAL $ EQUIPMENT 3,476.99 1,008.33 69.54 4,554.86 HOURS HOURS ADJUSTED STANDBY DOLLAR WORKING STANDBY RATE RATE AMOUNT MCI -0120 4X4 1 195 CREW DSL 8 $ 15.36 3.01 $ 122.88 MCI -1027 308E2 CR SB 8 $ 62.11 $ 15.16 $ 496.88 MCI -1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI -3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 MATERIALS / SERVICE DESCRIPTION SUBTOTAL -EQUIPMENT $ EQUIPMENT OVERHEAD & PROFIT @ 21% $ EQUIPMENT TOTAL $ MATERIALS / SERVICE 1,708.40 358.76 2,067.16 QUANTITY UNIT PRICE DOLLAR AMOUNT Sawcut for Sidewalk Area 1 EA 110.00 $ 110.00 Haul for Sidewalk Demo 16 HR 175.00 $ 2,800.00 Dump fees for Asphalt & Dirt Mixed Load 144 CY 15.00 $ 2,160.00 The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL - MATERIALS $ MATERIALS MU @ 21% $ MATERIALS/SERVICE TOTAL $ TOTAL: $ 5,070.00 1,064.70 6,134.70 12,756.72 TAX PERCENTAGE MTRL TAX ONLY 0.00% $ 0.00% $ SHEET TOTAL: $ 12,756.72 MARSH ANK SHEET NO: 20118 CONSTRUCTION Cord Lir,. MARSJ10.05705 / DB&MBE Nr D1M007?507 Project Name: Item No.: EMWO BIO Sidewalk Project No: 20119 Date: One Working Day Description of Work: Additional Demo, Add CSTC to back of sidewalk. Prep, Form Back of Walk, LOCATION: STA ❑ LT ❑ RT Prime Contractor: MCI Sub-Contractor: LABOR NAME OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 8 $ 89.76 1 $ 122.51 $ 840.56 William Lindstrom OPER 8 $ 86.17 $ 112.35 $ 689.34 William Watkins GEN 8 $ 61.83 $ 84.90 $ 494.67 Timothy Peltier OPER 8 $ 86.17 $ 112.35 $ 689.34 Darren McIntosh LAB80 8 $ 52.41 $ 70.86 $ 419.25 Titan Rammage LAB60 8 $ 42.98 $ 56.82 $ 343.83 SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 3,476.99 $ 1,008.33 $ 69.54 $ 4,554.86 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI-0120 4X4 1 195 CREW DSL 8 $ 15.36 $ 3.01 $ 122.88 MCI-1027 308E2 CR SB 8 $ 62.11 $ 15.16 $ 496.88 MCI-1023 PC138USLC-2 8 $ 77.92 $ 17.19 $ 623.36 MCI-3016 WA320-7 8 $ 58.16 $ 13.35 $ 465.28 SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21 % EQUIPMENT TOTAL $ 1,708.40 $ 358.76 $ 2,067.16 MATERIALS / SERVICE MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT CSTC DELIVERED PRICE WITH TRUCKING INCLUDED 75 TON 40.00 $ 3,000.00 LS $ - LS $ - LS $ - LS $ - LS $ - LS $ - The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL -MATERIALS MATERIALS MU @ 21 % MATERIALS/SERVICE TOTAL TOTAL: $ 3,000.00 $ 630.00 $ 3,630.00 $ 10,252.02 TAX PERCENTAGE MTRL 0.00% $ TAX ONLY 0.00% $ - I SHEET TOTAL: $ 10,252.02 MARSHBANK SHEET NO: 20118 CONSTRUCTION c., Lir,. liTARSMCt 5Md6 / DBE/ML E Ma. 07M0011507 Project Name: Item No.: EMWO BIO Sidewalk Project No: 20119 Date: One Working Day Description of Work: Pour. Fine Grade, Compact, LOCATION: STA ❑ LT ❑ RT Prime Contractor: NAME MCI OCCUPATION Sub-Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE 24 $ 89.76 3 $ 122.51 $ 2,521.68 William Lindstrom OPER 24 $ 86.17 $ 112.35 $ 2,068.01 William Watkins GEN 24 $ 61.83 $ 84.90 $ 1,484.00 Timothy Peltier OPER 24 $ 86.17 $ 112.35 $ 2,068.01 Darren McIntosh LAB80 24 $ 52.41 $ 70.86 $ 1,257.74 Titan Rammage LAB60 24 $ 42.98 $ 56.82 $ 1,031.48 SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ 10,430.92 $ 3,024.97 $ 208.62 $ 13,664.51 EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI-0120 4X4 1 195 CREW DSL 24 $ 15.36 $ 3.01 $ 368.64 MCI-1027 308E2 CR SB 24 $ 62.11 $ 15.16 $ 1,490.64 MCI-1023 PC138USLC-2 24 $ 77.92 $ 17.19 $ 1,870.08 MCI-3016 WA320-7 24 $ 58.16 $ 13.35 $ 1,395.84 SUBTOTAL - EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL $ 5,125.20 $ 1,076.29 $ 6,201.49 Subcontractor MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT Wilson Concrete - Concrete Sidewalk - $- The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL-MATERIALS MATERIALS MU @ 12% MATERIALS/SERVICE TOTAL TOTAL: $ $- $ - $ 19,866.00 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - I SHEET TOTAL: $ 19,866.00 MARSHBANK SHEET NO: 20118 CONSTRUCTION c., L,.. WIR5 Ct 5?06 / DBE/MBE No 01,140011507 Project Name: Item No.: EMWO BIO Sidewalk Project No: 20119 Date: One Working Day Description of Work: Pour Fine Grade, Compact, LOCATION: STA ❑ LT ❑ RT Prime Contractor: NAME MCI OCCUPATION Sub-Contractor: LABOR STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS RATE HOURS RATE CHRIS RAMMAGE FORE $ 89.76 $ 122.51 $ - William Lindstrom OPER $ 86.17 $ 112.35 $ - William Watkins GEN $ 61.83 $ 84.90 $ - Timothy Peltier OPER $ 86.17 $ 112.35 $ - Darren McIntosh LAB80 $ 52.41 $ 70.86 $ - Titan Rammage LAB60 $ 42.98 $ 56.82 $ - SUBTOTAL-LABOR: LABOR OVERHEAD & PROFIT @ 29.00% 2% 1-09.6 (1) 2020 ADDITION 2.00% LABOR TOTAL $ - $ - $ - $ - EQUIPMENT EQUIPMENT AND ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT MCI-0120 4X4 1 195 CREW DSL $ 15.36 $ 3.01 $ - MCI-1027 308E2 CR SB $ 62.11 $ 15.16 $ - MCI-1023 PC138USLC-2 $ 77.92 $ 17.19 $ - MCI-3016 WA320-7 $ 58.16 $ 13.35 $ - SUBTOTAL-EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL $ - $ - $ - Subcontractor MATERIALS / SERVICE DESCRIPTION QUANTITY UNIT PRICE DOLLAR AMOUNT Wilson Concrete - Concrete Sidewalk 1 SY 101.70 $ 101.70 The compensation as indicated in this price does not include any amounts for changes in the sequence of work, delays, disruptions, rescheduling, extended overheads, acceleration, and/or impact costs, and the right is expressly reserved to make claim for any and all of these items of cost prior to any final settlement of this contract. SUBTOTAL-MATERIALS MATERIALS MU @ 12% MATERIALS/SERVICE TOTAL TOTAL: $ 101.70 $ 12.20 $ 113.90 $ 113.90 TAX PERCENTAGE MTRL 0.00% $ - TAX ONLY 0.00% $ - I SHEET TOTAL: $ 113.90 1 NRMCA CERTIFIED PERVIOUS INSTALLER Wilson Concrete Construction, Inc Curb 83 Gutter 1 Sidewalk 1 Paving 1 Custom Stamp 1 Pervious P.O. Box 275 Enumclaw, WA 98022 - Phone 253-863-8888 - Fax 253-826-0389 - Email Jeremy@WCClconcrete.com Date: April 26, 2021 Project: EAST MARGINAL WAY QUOTE Item No. Description Est'd Qty Unit Unit Price 4" THICK SIDEWALK 220 SY $55.00 ADD THICKENED EDGE TO SIDEWALK 220 SY $46.70 ASSUMPTIONS AND CLARIFICATIONS (to be included in contract): • PER CONTRACT EXCLUSIONS (to be included in contract): • PER CONTRACT Respectfully, Jeremy Wilson T ANALYSIS CPM Time Impact Analysis Contract: CITY OF TUKWILA - East Marginal Way Outfall Stormwati Contract #: 91041204 Change Order: CO2 Contractor: Marshbank Construction, Inc. CM Reviewer: Matt North Date: 05/27/21 Requestor of Change: Marshbank Construction, Inc. Initiator of Change: Marshbank Construction, Inc. Detailed Description of Change: This design change request was developed in relation to the RFP 001 email sent to Marshbank on 4/20/21 regarding "Subject: EMW Outfall Plan Sheet 4 - 5' Sidewalk -RFP 001" and the corresponding response though Marshbank's Serial Letter #011. The existing conditions did not reflect the pain page #4 detail of an existing concrete sidewalk for the bioretention wall to dowel into. Instead there was HMA sidewalk in failing condition. Through discussions with the City, and an onsite meeting between KPG & Marshbank, a new sidewalk to meet ADA requirements and COT standard details Reference Drawings: N/A Reason for Change: KPG the COT and Marshbank, determined that the HMA sidewalk removal, and installation of a 5' concrete sidewalk, with a thickened edge allowing for a rebar dowel to tie into the bioretention wall, to provide structural support to the wall, as originally shown on plan sheets #4, 9 & 10, would be the best plan for the City's final configuration along the bioretention cells. For the bioretention cells themselves, the original plan remains the same as the bid documentations plan set. The rebar doweling is now planned to be tied into the new concrete sidewalk as indicated within the attachments. Marshbank provided within the attached SL #011 the following cost breakdown: Cost Breakdown •Demo Labor, Trucking, & Disposal Fees 12,756.72 •Prep, From Back of Walk, Additional Demo 10,252.02 •Grading, Over Ex for thickened edge, Final 19,866.00 Equal to Marshbank's total of: $42,874.74 rounded to $42,875 The (5) days of additional management, bidding, and coordination efforts to be captured per the prior agreed overhead rate including markup, is $2457.56 per day = 5ea x $2457.56 = $12,287.80 Additional scope by the subcontractor Wilson Concrete to be per SY 113.90 at 288.88sy = $32,903.43 The total for Marshbank & Wilson Concrete is $42,875 + $12,287.80 + $32,903.43 = $88,066.23 Attached Supporting Documentation: RFP 001 & Marshbank's Serial Letter #011 Impacts of this Change on Related Work: No additional days are added to the contract as a result of this work. Other Information: Overhead for management and bidding of added work for 5 days at the agree rate. ADDITIONAL ACKUP I� 1t i11V/oic Project Name: Project No.: Bid Item No.: Date of Work: na,;truc`'tac r Record k';: rod V:',1nrGrr a:',A' Work „04,0J 0111111111,,01 uI111111111iiiiiiiili P,. wwwJuw 0,10000000000000000 11111,11111111111111111110' IIIII0 10101 „ IIIc 11111111111111111111111111 01111111111111111111111 11 I y I m �� w'�' .R. ..,. s�ulnllllllI���.wl,Il�lxllulliN6wNIryryNIII&„���I,X�1�1���UIV����W�oumqq �NVG1d11 �l6i^w` ifwm III ��p110�N1Nl��PW�na IlllllllV"alo IIIIIIIIIIImom n "000 '0 g 11 li 11.11110111111111111111111111110Inllii11011 IIIII.11111 I11Ik1�11 Dv 0 �Ia 111111110.01110.1 MI�u uu11 nMnMB IIII Ill00 �1 dI Ia0tIldmIII�I�I�m lj�uViw{ u11uw, n i Iw u...„01111000111101111111110°{ w����1,111111111141,1111111 11�I t 111 VIIIIIII1110l 11 II11 1,11,1,g11 111111uu1141111II II 11u�l 111111111,11,11,11,11,111111111110001110 N11111111111111111000001.101.111111111111111111111111001111 '11NI�d 11.111111111111111111111 11111111114 .111,11,1„10,0 � �uIplV 1 muuu l '' 1.1.01.10, 11, ru11111 111,111111 �11111111111 1IIYti%Iilu91 4VWm000000n 111 000,10,1011 1111,11110,11,0,000,10 1.101111 0li0l 01'�„PVI1,0j0l11 H lIIII 1 ' 1 ,„'„,00:0,101 Ii 0,10,"111.111,1„,,,,, 8 133HS OO+91. V1S 3NIl H0101 "ti f) • cd N N • ,, N DO 4 4 Z ? O Z Lice W W W 111 LF 12° DIP S=0.50% W 3 Z N v N O rn Ki f) 13 LF 12 SD S=0.50% VVv L1:01 IZOZ/LZ/b dM P'lovUllSSIObt\V1 6 133HS OS+OZ V1S 3NI1 H31VW LL7 + VW L1:01 1Z0Z/LZ/17 BM P101181SStobt\Vi IND IFTEND INNT COST EST I \ ATE CHANGE ORDER INDEPENDENT COST ESTIMATE I� � Inti riciplii nary Design Project Name: East Marginal Way Outfall Stormwater Retrofit P Project No: Date: 91041204 Change Order Number: 2 5/27/2021 Description of Work: SL#011 - Design Change - Added Sidewalk Prime Contractor: Marshbank Construction, Inc. Sub -Contractor: Scope of work - Comparative Unit Pricing Asphalt Conc. Pavement Removal 260.00 SY $ 18.00 $ 4,680.00 Roadway Ex 36.00 CY $ 40.00 $ 1,440.00 CSTC 100.00 Ton $ 40.00 $ 4,000.00 Cement Conc. Sidewalk 260.00 SY $ 155.00 $ 40,300.00 Sawcutting 1.00 LS $ 1,500.00 $ 1,500.00 Dump Fees 1.00 LS $ 4,000.00 $ 4,000.00 Overhead Rate 5.00 Day $ 2,500.00 $ 12,500.00 $ - $ SUBTOTAL - LABOR: LABOR OVERHEAD & PROFIT @ 29% LABOR TOTAL $ 68,420.00 $ 19,841.80 $ 88,261.80 TOTAL ENGINEER'S ESTIMATE FOR 2: $ 88,261.80 Summary of Negotiation: Contractor's Proposal: $ 88,066.23 Engineer's Estimate: $ 88,261.80 Accepted Cost: Prepared By: Matt North Date: 5/27/2021 Title: Resident Engineer Approved By: Date: Title: c WSDOT LAG MANUAL 1) Local Administered Projects Change Order Chapter 52 Appendix 52.106 Checklist Question Yes No N/A 1. Does the change order alter the termini, character, or scope of the work? X If yes, you must have H & LP approval to be eligible for federal funds. X If yes, you must submit a revised page 1 of the prospectus. X 2. Is the Change Order over $7,500.00 and outside the scope of work? X If yes, the change cannot be a change order and must be an independent work. X 3. Does the Change Order detail all items involved in the change? X 4. Does the Change Order include an adjustment to working days? X If yes, the time extension must be stated in the Change Order. X If yes, an independent engineer's estimate of time must be included to document the extension. X If no, that must be stated in the Change Order. X 5. Does the Change Order alter the DBE Condition of Award? X If yes, you must obtain concurrence from H & LP. X If yes, you must obtain the DBE's signature on the Change Order X 6. Does the Change Order involve a material subsitution? X If yes, you must determine if a material credit is appropriate. X 7. If Change Order work started prior to it's execution, prior verbal approval by the Approving Authority must be granted and documented. X 8. Has the Change Order been signed by the contractor? X 9. Has the Change Order been executed by the Approving Authority? X If you are a "non CA Agency", you must have the acting C Authority's approval. X 10. Has an independent engineer's estimate justifying the costs and time extensions been completed and documented? X 11. Has a detailed memo outlining the chronology of events, basis of need, cost and working days been prepared and placed in the file accompanying the Change Order? X Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 20-118(a) Council Approval N/A DATE: 1-27-21 BUDGET NO.: 412.98.594.382.65.00 PROJECT NO.: 91041204 CONTRACT NO.: 20-118 PROJECT NAME: East Marginal Way Outfall Stormwater Retrofit Project Dave Marshbank, President TO: PO Box 97 Lake Stevens. WA 98258 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 & City agree that all Field Overhead and Home Office Overhead expenses have been included in this change order 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 '2/ t j ! ZI Contractor r..14412-St-trokICt'i 1C'V - By Rig 6 ' Title PM Original Contract (without tax) $ 1,035,201.00 V APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0 Date 2/25/2021 This Change Order (without tax) $ 9,700.00 By f� / , , Mayor REV. CONTRACT AMOUNT $ 1,044,901.00 V' Original Contract Time: 'Additional Contract Time for this Change Order: 3"dated Contract Time: City Engineer V1"' IGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc:Finance Department (w/encumbrance) Project Management File CITY Of 111 CHAT\ GF 01 WILA �F;'� #1 Change Order 1 Page 1 of 3 Project Number: 91041204 Project Owner: Project Name: CITY OF TUKWILA East Marginal Way Outfall Stormwater Retrofit Project Change Order Number: 001 Prime Contractor: Marshbank Construction, Inc. Subcontractor: N/A Q Ordered by the Engineer under the terms of section 1-04.4 of the Standard Specification Change proposed by Contractor Surety Consent (if required) Attorney in Fact Date Original Contract Amount Current Contract Amount Estimated Net Change this Order Estimated Contract Total After Change $1,035,201.00 $1,035,201.00 $9,700.00 $1,044,901.00 Original Contract Duration Current Contract Duration Additional Days This Order Proposed Contract Duration 60 Working Days 60 Working Days 0 Working Days 60 Working Days 0 Approvpl'' commendedApproved l, / /ices-_ `—�_-_______,_. Approval come ended Approved �><oject Eq iineer - Matt North, KPG Contractor 1-- Rob Gammeell,, Marshbank Construction, Inc. a) /-2.-7 --2-4 Date LI Approval Recommended Q Approved Er, Other Approval When Required Project Owner - Ryan Larson, CITY OF TUK\HILA Signature Date Date Representing Change Order 1 Page 2 of 3 You are ordered to perform the following described work upon receipt of an approved copy of this change order: Background: This design change request was developed through the submittal process and incorporation of materials discussed for use to allow proper maintenance crew access to the pump within the specialty manhole hatch as described in Marshbank's Serial letter #001 dated Jan 8th 2021. Due to the inability to source the Heavy Duty Hinged Style Ductile Iron Frame and Cover called out in SP 9-05.15(4); Marshbank submitted an alternative design for a 48" square casting. The revised casting was approved by the City of Tukwila. In order to accommodate the larger casting, the 72" manhole required a redesign. The redesign was sent to the City of Tukwila and subsequently approved. The pricing broken down below reflects the cost increases due to material redesign as well as the added labor and equipment costs required to install the revised 72" manhole #19." Reason/Justification for Change: The new layout was at the request of the City Maintenance Department for ease of access for the City crew. For this reason, KPG and the City, are in agreeance to the Marshbank Construction Inc provided cost breakdown for the modifications to manhole #19. KPG, and City are in agreeance to Marshbank's rationale for the increased labor and equipment costs is that by combining the casting and the structure lid into one conjoined piece it prevents Marshbank from doing any elevation adjustments to the casting with risers, bricks, or grout. Preventing any small elevation adjustments on the casting from being conducted requires Marshbank to spend additional time surveying and grading for the structure essentially forcing the structure to be built "top down," Description of Change: Contract Items Added/Deducted: N/A New Items Added: Add new item: C01-01 - Delta between original cost of Manhole #19 and revised Add 1 LS Add new item: C01-02 - Extra management hours for design Add 1 LS Add new item: C01-03 - Crew and eauioment time for Add 1 LS Add new item: C01-04 - Contractor markup of costs at 16%: Add 1 LS Zero (0) additional working days are added to the contract time. Change Order 1 Page 3 of 3 Measurement: Measurement for New Item #C01-01 will be per LS. Payment: Payment for all work associated with the tasks described above shall be made under new items at unit prices as detailed in the summary of quantities below, and will be full compensation for all costs associated with labor, equipment, incidental material, haul, tools, incidentals, subcontractor and service provider mark-up, overhead and profit required to furnish, install, and successfully complete all work for the above-described tasks SUMMARY OF QUANTITIES Existing Bid Item Adjustments Item No. Description Unit Qty. Unit Price Amount 1 1 r I 1 Subtotal Existing Items: $0.00 Change Order Items Item No. Description Unit Qty. Unit Price Amount C01-01 Delta between original cost of Manhole #19 and revised design for Manhole #19 plus applicable sales tax LS 1 $ 6,070.00 $ 6,070.00 C01-02 Extra management hours for design changes, RAM resubmittals, pricing, and all other management expenses LS 1 $ 550.00 $ 550.00 C01-03 Crew and equipment time for increased effort installing the revised Manhole #19 LS 1 $ 1,740.00 $ 1,740.00 C01-04 Contractor markup of costs at 16% LS 1 $ 1,340.00 $ 1,340.00 Subtotal Change Order Items: $9,700.00 SUBTOTAL CHANGE ORDER AMOUNT: $9,700.00 WSST (%): $0.00 TOTAL CHANGE ORDER AMOUNT: $9,700.00 ORIGINATING DOCUMENTS MARSHBANK January 8, 2021 Matt North, R.E KPG 2502 Jefferson Ave Tacoma, WA 98402 RE: East Marginal Way Outfall Stormwater Retrofit Project Agreement No. WQC-2016-Tukwil-00132 Redesign of Lid/Casting for Manhole #19 Serial Letter No. 1 Mr. North, Marshbank Construction Inc. (Marshbank) is proposing the lump sum cost of $9,700.00 for changing the casting as well as the structure design for the 72" manhole #19. Due to the inability to source the Heavy Duty Hinged Style Ductile Iron Frame and Cover called out in SP 9-05.15(4) (see attached emails); Marshbank submitted an alternative design for a 48" square casting on RAM015 (see attached). The revised casting submitted on RAM015 was approved by the City of Tukwila. In order to accommodate the larger casting, the 72" manhole required a redesign, the redesign was sent to the City of Tukwila on RAM017 (see attached) and subsequently approved. The pricing broken down below reflects the cost increases due to material redesign as well as the added labor and equipment costs required to install the revised 72" manhole #19. Breakdown of Costs • Delta between original cost of Manhole #19 and revised design for Manhole #19 plus applicable sales tax — $6,070.00 • Extra management hours for design changes, RAM resubmittals, pricing, and all other management expenses -- $550.00 • Crew and equipment time for increased effort installing the revised Manhole #19 -- $1740.00 • Contractor markup of costs listed above at 16% -- $1340.00 The rationale for the increased labor and equipment costs is that by combining the casting and the structure lid into one conjoined piece it prevents Marshbank from doing any elevation adjustments to the casting with risers, bricks, or grout. Preventing any small elevation adjustments on the casting from being conducted requires Marshbank to spend additional time surveying and grading for the structure essentially forcing the structure to be built "top down." Below is a list of assumptions for the redesien for the Manhole #19 lid and castine • City of Tukwila representative to be onsite and provide instruction for which direction the hatch will face and open when installing the lid/casting piece of Manhole #19. • Once the lid/casting is placed the City of Tukwila accepts ownership of the design. • No other unforeseen issues with installing Manhole #19 arise. Should you have any questions regarding this serial letter please contact me at (425) 754-3085 Regards, Patrick Gleason Marshbank Construction Inc. Marshbanic Construction, Inc Marshbank's Revised Installation T&M Breakdown for MH #19 PATRICK GLEASON Cost for Item 280 Activity Resource Desc Quantity Pcs Unit Page 1 01/11/2021 15 06 Unit Perm Constr Equip Sub - Cost Labor Material Matl/Exp Ment Contract Total BID ITEM = 280 CLIENT# = 28 Description = RFP - 20118 MH 19 LID CONVERSION Unit= LS Takeoff Quan 1 000 Engr Quan 1 000 41720 MH 19 CASTING AND STRUCTURE REDESIGN Quan: 1.00 EA Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed 2PCS40 72" Manhole, 11@110,1% 1.00 1.00 EA 5,506 000 6,062 6,062 41009 EXTRA EFFORT INSTALLING & ROTATING VAU Qnaa: 1.00 EA Hrs/Shft: 8.00 Cal: iO8 WC: NONE **Unreviewed PIADJ Adjust to grade crew 1 00 CH Prod: 1.0000 HU Lab Pcs21.00 Eqp Pcs 6,00 8EX200 Excavator-EX228 - 1022 3 00 3.00 HR 105.230 316 316 ITRFRMN Foremans Truck w/tools 3.00 3 00 HR 17 520 53 53 LABFLAG Laborer -(Group 2A- Flaggcr 6 00 6 00 MH 31 820 311 311 LABGEN Laborer -(Group 3) 6.00 6 00 Iv1FI 39 810 366 366 LABTCS Traffic Control Supervisor 3.00 3.00 MH 37,730 176 176 OP2 Operator -(Group 1) 3 00 3 00 MH 48 770 250 250 OPF Operator -(Foreman) 3.00 3.00 MH 52270 263 263 $1,734 43 21 0000 MH/EA 21.00 MI -I [ 846 09 ] 1,366 368 1,734 0 0476 Unit/MH 1,366 18 368.25 1,734.43 10601 FIELD ENGINEER Quan: 1.00 HR Hrs/Shft: 8.00 Cid: 508 WC: NONE **Unreviewed SUP05 Project Engineer 100 CH Prod: 1.0000 UH Lab Pcs; 8,00 Eqp Pcs 0 00 SUPENG Project Engineer 8.00 8.00 MH 37 000 412 412 541 1,83 8.0000 MIUHR 8 00 MH [ 296 ] 412 412 0,1250 Unit/MH 411.83 411 83 10002 PROJECT MANAGER Quan: 1.00 HR Hrs/Shft: 8.00 Cal: 508 WC: NONE **Unreviewed SUP02 Project Manager 1 00 CH Prod: 1.0000 UH Lab Pcs 2.00 Eqp Pcs 0 00 SUPM Project Manager 2,00 200 MI -I 50 500 136 136 $136.47 2,0000 M1-1/1-112 2 00 MH [ 101 ] 136 136 0,5000 Unit/MH 136 47 136 47 ===> Item Totals: 280 - RFP - 20118 MB 19 LID CONVERSION $8,344 84 31 0000 MH/LS 31.00 MH [ 1243 09 ] 1,914 6,062 368 8,345 8,344.840 1 LS 1,914.48 6,062,11 368.25 8,344.84 $8,344.84 *** Report Totals *** 31,00 MH »> indicates Non Additive Activity Report Notes ----- The estimate was prepared with TAKEOFF Quantities, This report shows TAKEOFF Quantities with the resources. 'Unreviewed' Activities are marked Bid Date Owner Engineering Firm. Estimator -In -Charge: DAVE 1,914 6,062 368 8,345 Oldcastle Infrastructure` CFM CC'Y^ANY Revised Quoted Price - MH #19 Oldcastle 4010 Bakerview Spur Bellingham, WA 98226 Phone: (360) 671-2251 Fax: (360) 671-0780 Job Number: 15968 Order Date: 9/4/2020 Modification Date: Customer Copy Bill to: MARSHBANK CONSTRUCTION PO BOX 97 LAKE STEVENS, WA 98258 0097 Contact: Phone : (425) 377-9708 Customer ID: 000637 Terms: Net30 Tax Rate: 0.00% PO: Fax: 425-377-0709 Qty Item Description ShipVia: GPC Project: East Marginal Way Outfall Stormwater Retrofit E Marginal Way S & S 86th PI Tukwila, WA 98108 Project Manager: Phone : Fax: Sales Rep: Dirk Bennyhoff Bid Date: 9/9/2020 Estimator: derekc Unit Price TX Extension Structure: ❑ MH -19 1 072TS CUS 1 072VR 1 072X06RWC 1 072X03R 1 0728312 4 G.072RG 1 999GHCust Storm 72" Type 2 Pump Station 72" FLATTOP/ CUSTOM 72" RISER x 22" 72" X 6' RISER W/ HOLE 72" X 3' RISER 72" X 12" THICK STD BOTTOM SLAB 72" GASKET EJ - 00821846801 $8,467.58 Wednesday, December 16, 2020 04:45 Page 1 of 4 IL1 i icastle InfrastructLe-e.. Original Quoted Price - MH #19 Bill to: Contact: Phone : Customer ID: Terms: Tax Rate: Oldcastle 4010 Bakerview Spur Bellingham, WA 98226 Phone: (360) 671-2251 Fax: (360) 671-0780 QUOTE 1 ESTIMATOR ESTIMATOR QUOTE 1 NET 30 0,00% PO: Fax: Quote Number: 15968 Quote Date: 9/4/2020 Modification Date: Of' ShipVia: GPC Project: East Marginal Way Outfall Stormwater Retrofit E Marginal Way S & S 86th PI Tukwila, WA 98108 Project Manager: Phone: Fax: Sales Rep: Bid Date: 9/9/2020 Estimator: Derek Clifford Product ID NOTES: Description 1. Contractor to offload. 2. No castings are included. 3. No channels are included. Structure Weight Qty Price/Average Amount 48" Type 2 Catch Basin 048TSR 48" FLATTOP W/ 24" ROUND HOLE 048X01 R 48" X 1' RISER 048X02R 48" X 2' RISER 048X05BHKO 48" X 5' BASE HIGH K.O. 7016540 4 STEP POLY MH LADDER G.048RG 48" GASKET GCR-04X24 4" X 24" GRADE RING GCR-06X24 6" X 24" GRADE RING 48" Type 2 Force Main Discharge Structure 048TSR 048X04BWC 7016530 G.048RG GCR-06X24 17,553 2 $1,019.47 $2,038.93 3,336 2 929 1 1,854 1 10,601 2 33 2 0 4 320 2 480 2 48" FLATTOP W/ 24" ROUND HOLE 48" X 4' BASE W/ HOLE 3 STEP POLY MH LADDER 48" GASKET 6" X 24" GRADE RING 6,650 1 $717.92 $717.92 1,668 1 4,725 1 17 1 0 1 240 1 72" Type 2 Pump Station 072BS12 72" X 12" THICK STD BOTTOM SLAB 072TS CUS 072X03RWC 072X06RWC G.072RG GCR-04X42 72" FLATTOP/ CUSTOM 72" X 3' RISER W/ HOLE 72" X 6' RISER W/ HOLE 72" GASKET 4" X 42" GRADE RING 23,174 1 $2,962.10 $2,962.10 5,429 1 3,634 1 4,646 1 9,065 1 0 3 400 2 Concrete Inlet CB -21 TYPE 21 CATCH BASIN 1,265 1 $137.00 $137.00 1,265 1 Type I Catch Basins 7010882 7011140 7011160 7011175 7011195 TYPE I CATCH BASIN 2" CB RISER 4" CB RISER 6" CB RISER 12" CB RISER 17,525 9 $204.51 $1,840.56 14,907 9 90 1 370 2 238 1 1,919 4 Page 1 of 4 .V) $ / - £ 0 \ / \ ƒ R u v) E a/ ƒ o c c n .— E £ k -c t c k \ / 0 / / 0 '4= c cD CL / f cu Ca § < = S ) UC \ > § ] co -0 I— es4 \ 7 k / L _— = 5 \ k,-) CI) s. / ¥ @ § o / E % 2 \ \ cu > @ 01'41 % % u _ / \ Q # � \ \ » } 0 } E 0 > C•r) 3 g fa C E> c%» m• ƒ\ / 77§z f2 �§7ma7k \ I = % k — 2 Ca 0 2 % \ \ \ \ \ cu \ k ms \ co � � ® R \ � § / § cc « - o \ \ 1-r) `z) $. \ �c �� Q/\/\\ �/ \ 1-V) 1 -2 "")w\c) F• -•Ga _ t// DeprrSties rmpertatlos Request for Approval of Material Contract Number WQC-2016-Tukwil-00132 FA Number SR Date 12/8/2020 Section / Title of Project East Marginal Way Outfall Storrnwater Retrofit Project County King Contractor MARSHBANK CONSTRUCTION Subcontractor For WSDOT Use Only RAM # 015 Bid Item No. w Material or Product/Type Name and Location of Fabricator, Manufacturer or Pit Number Specification Reference PE/Q PL Cod Hdqtr./QPL Code 39 Ductile Iron Manhole Cover EJIW, 13127 State Ave, Marysville WA 98271 SP -9-05.15(4) 3, 11 Project Engineer 2. Vat 726 Date 12/10/2020 State Materials Engineer Date Acceptance Action Codes for use by Project Engineer and State Materials Laboratory 1. Acceptance Criteria: Acceptance based upon 'Satisfactory' Test Report for samples of materials to be incorporated into project. 2. Acceptance Criteria: Mfg. Cert. of Compliance for 'Acceptance' prior to use of material. 3. Acceptance Criteria: Catalog Cuts for 'Acceptance' prior to use of material. Catalog Cut Approved 4. Acceptance Criteria: Submit Shop Drawings for 'Approval' to fabrication of material. X Yes No prior 5. Acceptance Criteria: Only 'Approved for Shipment', 'WSDOT Inspected' or 'Fabrication Approved Decal' material shall be used. i 6. Acceptance Criteria: Submit Certificate of Materials Origin to Project Engineer Office. 7. Acceptance Criteria: Request Transmitted to State Materials Laboratory for Approval Action. 8. Source Approved: 9. Approval Withheld: Submit samples for preliminary evaluation. 10. Approval Withheld: 11. Miscellaneous Acceptance Criteria. Remarks: RAM Code #3: EJIW product #00821846B01 catalog cut sheet attached and approved. RAM Code #11: The redesign of the "72" diameter manhole, to show the flat top slab as modified for this 48" opening and meeting the H-20 loading, is required and related to RFI #3. Project Engineer Distribution ❑ Contractor ❑ Region Operations Engineer ❑ Fabrication Inspection DOT Form 350-071 EF Revised 12/2012 ❑ Region Materials ❑ State Materials Lab M/S 47365 State Materials Engineer Distribution 0 Signing Inspection 0 General File 0 Other COVER IN 105° RESTING POSITION .40 E E 9- 2 c " -Tr — SECTION A -A Washington State '% Department of Transportation Request for Approval of Material Contract Number WQC-2016-Tukwil-00132 FA Number SR Date 12/23/2020 Section / Title of Project East Marginal Way Outfall Stormwater Retrofit Project County King Contractor MARSHBANK CONSTRUCTION Subcontractor For WSDOT Use Only RAM # 017 Bid Item No. Material or Product/Type Name and Location of Fabricator, Manufacturer or Pit Number Specification Reference PE/QPL Code Hdqtr./QPL Code A-39 72" CB with Custom Top Slab and 48" Casting Granite Precast, Bellingham WA 7-05 3,11 Project Engineer 9 neat Zanta I Date 01/08/2021 State Materials Engineer Date Acceptance Action Codes for use by Project Engineer and 1. Acceptance Criteria: Acceptance based upon 'Satisfactory' Test Report for samples 2. Acceptance Criteria: Mfg. Cert. of Compliance for 'Acceptance' prior to use of material, 3. Acceptance Criteria: Catalog Cuts for 'Acceptance' prior to use of material. Catalog 4. Acceptance Criteria; Submit Shop Drawings for 'Approval' prior to fabrication of material. 5. Acceptance Criteria: Only 'Approved for Shipment, 'WSDOT Inspected' or 'Fabrication 6. Acceptance Criteria: Submit Certificate of Materials Origin to Project Engineer Office, 7. Acceptance Criteria: Request Transmitted to State Materials Laboratory for Approval 8. Source Approved: State Materials of materials to Cut Approved Approved Action. be incorporated X Decal' Laboratory into project. Yes No material shall be used, 9. Approval Withheld: Submit samples for preliminary evaluation. 10, Approval Withheld: 11. Miscellaneous Acceptance Criteria. 712" Type 3 Manhole Remarks:i — RAM Code #3: Catalog cuts are included and approved. RAM Code #11: Contractor to confirm fit with pump submitted in RAM #12, and MH pipe alignment orientations & penetrations are not to conflict with the pump & guide bar. The hatch is to be oriented over MH Steps as shown in i' 1 &+ as -.,,..- ls �' 4 r _-=, `�`: _� rrr / image to the right, to allow maintenance crew access and - x ease reaching the steps. The hatch hinge can be either edges from steps, as depicted. :�t- ,._,-.. :;n ,,,,111:11,,:: ,, ., , :,•.,.' _ - " _r ,F, ., 1:;111, , :,_ 1'L AN Project Engineer Distribution ❑ Contractor ❑ Region Operations Engineer ❑ Fabrication Inspection DOT Form 350-071 EF Revised 12/2012 ❑ Region Materials 0 State Materials Lab M/S 47365 State Materials Engineer Distribution ❑ General File ❑ Signing Inspection ❑ Other 72" Type 3 Manhole 12" PLAN 24"0 Access 2", 4", 6", or 12" Grade Ring A 1' to 8' Riser 1' to 8' Riser 72"0 84"0 ISO SECTION VIEW © 2013 Granite Precasting & Concrete, Inc. 6" 12" Base Slab 2 3/4' Meets or Exceeds WSDOT Std Plan 8-15.60-01 Manholes Constructed in Accordance With ASTM C-478 Rubber Gasket Conforms to ASTM C-443 Polypropylene MH Steps Conform to ASTM C-478 Rubber Gasket JOINT DETAIL A SCALE 1/12 WEIGHTS: TOP SLAB: 8" - 3,620 lbs RISER: 1' - 1,500 Ibs 2' - 3,000 lbs 3' - 4,500 lbs 4' - 6,000 lbs 5' - 7,500 lbs 6' - 9,000 lbs 7' - 10,500 lbs 8' - 12,000 lbs BASE SLAB: 12" - 5,300 lbs CONCRETE: Fc= 4,000 psi @ 28 Days REINFORCING STEEL: Welded Wire Fabric: ASTM A497 Rebar: ASTM A615 Grade 60 Top Slab: 0.62 Sq in./ft. e.w. min. Riser: 0.18 Sq in./ft. e.w. min. Base Slab: 0.35 Sq in./ft. e.w. min. PIPE PENETRATIONS: Maximum Hole Size: 60" Minimum Distance Hole to Hole: 12" Holes Cored to Plan Specifications Kor-N-Seal Connections Available Standard Knockouts Available SITE PENETRATIONS: Contractor to Estabish Level Grade Prior to Setting Base Piece at a Tolaranra of 114" to 1/R" Ga GI's TM Riser 'TE PIECA9T 41 16 BAKERVIEW SPUR, BELLINGHAM, WA 962:6 - (360) 671-6251-14100-11011-6651 - FAX: (360) 671-0760 Cr) o2 - 0 Z22, C:75; 0 :3 o W � o L;a Baa REBAR TOTALS a —7747 =k� Ci r (1) - REQUIRED A'L A 1) CB 12-23-2020 PLAN VIEW 2 O 6 2 SIDE VIEW /MfZ00 es LLLLS- Z LO\Sr3O JZLO-Nr.roeHSTJVV1 OL -6111 HBLLLLS\dopp.clalpgno,rpnyw.snvo F.. F U K 0 LL cc rc tt 2 a rn cO S aE i W 8 PLAN VIEW - BOTTOM MAT PLAN VIEW - TOP MAT CB 12-23-2020 7 U c A 3 SIDE VIEW mPrZ00 - SBLuLS - Z LO\Sfl9SL L0 -Y.Nd9HSAVW OZ-fi VI -6 BBLLLLS\d`gsaOLalllgnoq'vany,,Wasnl:0 -0 1 'FF i Li_ ,r .I:,i� I I I ,r ,I ,r I I I I ,r• I I I , Tl' 49\ I I I I / iii — — 8 PLAN VIEW - BOTTOM MAT PLAN VIEW - TOP MAT CB 12-23-2020 7 U c A 3 SIDE VIEW mPrZ00 - SBLuLS - Z LO\Sfl9SL L0 -Y.Nd9HSAVW OZ-fi VI -6 BBLLLLS\d`gsaOLalllgnoq'vany,,Wasnl:0 BILL OF MATERIALS CITY' DESCRIPTION 0.69 7T'X22°RISER 2 ]MANHOLE STEP 4 1 Step Pin Inserts Ln 3 w CB 12-23-2020 5 a4 0 w LU - REQUIRED M!'E00- 98 tLLLS- E L01Sf1]S12LO- NNVEIHS JV(2 OL -61, -Ll 98LLL1.514otrysomelo npq Mpny2\5iesftl'.3 Date Printed: 0 O N 1 1 r I r 1 r" i-6 in{-- 72 in 16 iH 1 1 1 1 1 1 1 1 1 1 1 1 I I " 1, 1, 72" X 3' RISER u3 V U F. 0 MM 00 00 W MM m 00 00 Nm vww o O O z == 0 Step Degree: 0 M O 0) 0 0 c " m °DNoco 0 0 0 0 0 D - v E— p aw 'c N t 7,3 � 0 0 v E0E1' Z0Z15 g n � n ? v � m 93 O �f4 0( 0 L a 0 E E E E v c � `v ri 1,1 rg CD 35 `14 K s 4 DUCTILE / C900PVC 4 DUCTILE / C900PVC 0 .N. ti Lti Fri TIME IMPACT AV LILA ll SIS CPM Time Impact Analysis Contract: CITY OF TUKWILA - East Marginal Way Outfall Stormwati Contract #: 91041204 Change Order: C01 Contractor: Marshbank Construction, Inc. CM Reviewer: Matt North Date: 01/18/21 Requestor of Change: Marshbank Construction, Inc. Initiator of Change: Marshbank Construction, Inc. Detailed Description of Change: This desing change and change order request from Marshbank was developed through the submittal process and incorperation of materials discussed for use to allow proper maintinance crew access to the pump within the specialty manhole hatch as desribed in Marshbanks Serial letter #001 dated Jan 8th 2021. See Attached. Within the serial letter states, "Marshbank Construction Inc. (Marshbank) is proposing the lump sum cost of $9,700.00 for changing the casting as well as the structure design for the 72" manhole #19. Due to the inability to source the Heavy Duty Hinged Style Ductile Iron Frame and Cover called out in SP 9-05.15(4) (see attached emails); Marshbank submitted an alternative design for a 48" square casting on RAM015 (see attached). The revised casting submitted on RAM015 was approved by the City of Tukwila. In order to accommodate the larger casting, the 72" manhole required a redesign, the redesign was sent to the City of Tukwila on RAM017 (see attached) and subsequently approved. The pricing broken down below reflects the cost increases due to material redesign as well as the added labor and equipment costs required to install the revised 72" manhole #19." Reference Drawings: N/A Reason for Change: KPG, the City are in agreeance to the Marshbank Construction Inc. provided the Breakdown of Costs of the Modifications to Manhole #019 as the following: • Delta between original cost of Manhole #19 and revised design for Manhole #19 plus applicable sales tax – $6,070.00 • Extra management hours for design changes, RAM resubmittals, pricing, and all other management expenses --$550.00 • Crew and equipment time for increased effort installing the revised Manhole #19 – $1740.00 • Contractor markup of costs listed above at 16% -- $1340.00 KPG, the City are in agreeance to Marshbank's rationale for the increased labor and equipment costs is that by combining the casting and the structure lid into one conjoined piece it prevents Marshbank from doing any elevation adjustments to the casting with risers, bricks, or grout. Preventing any small elevation adjustments on the casting from being conducted requires Marshbank to spend additional time surveying and grading for the structure essentially forcing the structure to be built "top down." Attached Supporting Documentation: SLOO1 - Redesign of Lid -Casting for Manhole #19.pdf Impacts of this Change on Related Work: No additional days are added to the contract as a result of this work. -- — ------ Other Information: RAM #015 & RAM #017 INDEPF,NDENT COST I-44STIMAT IFH', CHANGE ORDER K F14(74 INDEPENDENT COST ESTIMATE Interdisciplinary Design Project Name: East Marginal Way Outfall Stormwater Retrofit P Project No: 91041204 Change Order Number: 1 Date: 1/18/2021 Description of Work: SL#001 - Design Change - Manhole #19 Cost Increases Prime Contractor: Marshbank Construction, Inc. Sub -Contractor: LABOR OCCUPATION STRAIGHT TIME OVERTIME DOLLAR AMOUNT HOURS WWR HOURS WWR Foreman 3 $ 64.47 S 94,99 $ 19341 Operator Foreman 3 $ 64.25 $ - $ 192,75 Operator2 3 $ 63.90 $ 94.13 $ 191.70 Operator 2 3 $ 63.90 0 94,13 ,5 191.70 Traffic Control Supervisor 3 3 46,00 $ - $ 138,00 Flagger 3 S 43,75 $ 63,91 $ 131.25 Field Engineer 8 9 40.00 S - 5 320.00 Project Manager 2 6 60.00 5 - $ 120.00 Project Engineer 2 $ 50.00 $ - $ 100.00 SUBTOTAL - LABOR LABOR OVERHEAD & PROFIT@ 2995 LABOR TOTAL $ 1,578.81 9 457.85 9 2,036.66 EQUIPMENT , EQUIPMENT OR ATTACHMENTS HOURS WORKING HOURS STANDBY ADJUSTED RATE STANDBY RATE DOLLAR AMOUNT STK 14 Ford F-550 Crew Truck w/ Inverter & Comp.3 0 29.74 S - S 89.22 Hitarchi 135 Excavator3 $ 80,31 $ - $ 240,93 SUBTOTAL- EQUIPMENT EQUIPMENT OVERHEAD & PROFIT @ 21% EQUIPMENT TOTAL 9 330,15 9 69.33 $ 399.48 MATERIALS MATERIALS 1 QUANTITY I UNIT 1 PRICE I DOLLAR AMOUNT MH #19 Modified Structure Costs 1 11 LS 1 $ 8,467,58 ($ 8,467,58 MH #19 Original Structure Costs T -11 LS 1 $ 2,962.10 (9 (2,962.10) I 1 1 Is - Quantiiies as measured in the field SUBTOTAL - MATERIALS Price per invoice MATERIALS OVERHEAD & PROFIT @ 21% MATERIALS TOTAL $ 5,505.48 $ 1,156.15 $ 6,661.63 SUBCONTRACTOR TOTAL SUBCONTRACTOR WORK 1 QUANTITY UNIT I PRICE 1 DOLLAR AMOUNT I 1 T$ - i 1 1 1s - SUBTOTAL -SUBCONTRACTOR $ - SUBCONTRACTOR MARKUP @ 12% $ SUBCONTRACTOR TOTAL $ - TOTAL ENGINEERS ESTIMATE FOR 1: S 9,097.77 Summary of Neaotiation: Date Notes Contractor's Proposal: $ 9,700.00 Engineer's Estimate: $ 9,097,77 Accepted Cost: Prepared By: Matt North Date: 1/18/20211 Title: Resident Engineer Approved By: Date: Title: WSDOT LAG MANUAL, CHANGE ORDER CHE CKLIS J' Local Administered Projects Change Order Chapter 52 Appendix 52.106 Checklist Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 Question 1 Yes 1 No N/A 1. Does the change order alter the termini, character, or scope of the work? 1 X If yes, you must have H & LP approval to be eligible for federal funds. 1 1 X If yes, you must submit a revised page 1 of the prospectus. 1 1 1 x 2. Is the Change Order over $7,500.00 and outside the scope of work? X If yes, the change cannot be a change order and must be an independent work. 1 1 1 x 3. Does the Change Order detail all items involved in the change? 1 X 1 4. Does the Change Order include an adjustment to working days? X If yes, the time extension must be stated in the Change Order. 1 X If yes, an independent engineer's estimate of time must be included to document the extension. ( X If no, that must be stated in the Change Order. 1 x T 1 5. Does the Change Order alter the DBE Condition of Award? X If yes, you must obtain concurrence from H & LP. 1 X If yes, you must obtain the DBE's signature on the Change Order 1 1 1 X 6. Does the Change Order involve a material subsitution? 1 X If yes, you must determine if a material credit is appropriate. 1 1 1 X 7. If Change Order work started prior to it's execution, prior verbal approval by the ] Approving Authority must be granted and documented. I X 8. Has the Change Order been signed by the contractor? X 9. Has the Change Order been executed by the Approving Authority? X If you are a "non CA Agency", you must have the acting C Authority's approval. r 1 1 x 10. Has an independent engineer's estimate justifying the costs and time extensions been completed and documented? X I f 11. Has a detailed memo outlining the chronology of events, basis of need, cost and working days been prepared and placed in the file accompanying the Change Order? X Page 52-18 WSDOT Local Agency Guidelines M 36-63.18 October 2012 20-118 Council Approval 10/19/20 AGREEMENT FORM CONTRACT NO. 20-118 THIS AGREEMENT is made and entered into on this 16th day of November . 2020_ by and between the City of Tukwila, Washington ("Owner) and K8nrqhhnnk Cnns1n/cƒion` Inn ("Contractor). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, too|o, materio|s, and equipment for the project �ecentitled East Marginal Way OutfallOutfall Stormwater Retrofit Project, Project No. 91041204. 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 phces, 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, too|n, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owners 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 spac|fied, 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. Third Party Beneficiary: AH parties agree that the State of Washington shall be, and is hereby named as an express third -party beneficiary of this contract, with full rights as such. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its coutn, 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. G. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) By: ~°ned via~~~~._~_ Olaeu Mayor 11/16/2020 Attest: This 16th day of November , 2020 4.9nel via ,eaml~°ocs.com eitme.-4.cy City Clerk Approved as to Form: ~ign~via ^_~sDe.~~��_ City Attorney Address for giving notices: �" (/ ����7- -` {� �~*/(� ,)/./&,,V�C/ �/w} �'/` East Marginal WaOutfall Stormwater Retrofit Project MARSHBANK CONSTRUCTION, INC. (Contractor) By: Title: PRESIDENT This Contractors nse No. Address for giving notices: PQBOX O7(MAUNE)/33O4OLD HARTFORD RD(PHYS|CAL LAKE STEVENS, WA 98258 1st of 2 Originals C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 023214093 yye. Marshbank Construction, Inc. . and Liberty MutuaInsurance 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 ("[)vvne["), in the penal sum of One Million Thirty Five Thousand Two Hundred One and uo/1OO Dollars ($ 1.035.281.00 ), the payment of which sum, on demand, we bind ourselves and our succeoaona, heirs, adnniniatnatore, exeouton;, 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 November 16 , 2020 . between Principal and Owner for a project entitled East Marginal Way Outfall Stormwater Retrofit Project , Contract No, I0-118 ("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 alt 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 |gbon*no, nneohmnioa, eubcontnectoro, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds (}vvner, its offioern, and agents harmless from and against all doinns. liabilities, causes of ooMon, donnaQem, and costs for such payments for |abor, equipment, and materials by satisfying all claims and demands incurred under the Contraot, 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, |iabi|idoa, causes of ocdnn, damages and coat3, including property damages and personal ijudes, 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 dlonge, 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 ohango, extension of time, a|terodon, or addition to the terms of the Contract or the VVnrk, 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 Contrect. 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. East Marginal Way Outfall Stormwater Retrofit Project Payment & Performance 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 (6 day of i l'OVq-rn , 20 2- . Marshbank Construction, Inc. Name and address of local office of agent and/or Surety Company: Liberty Mutual Insurance Company Surety .-Signature of Authorized Official By Jim S. Kuich Attorney in Fact (Attach Power of Attorney) 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. East Marginal Way Outfall Stormwater Retrofit Project ui m O _ 0 Dm N C m 0 0 oco N > N � _ c (i oL. 05 O O a) cu 0) N 0 v L oc E cu- iI Liberty Mutual SURETY 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. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200884-969315 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, Julie M. Glover, Jaqueline Hansen, Amanda Ivey, Jim S. Kuich, Theresa A. Lamb, Carol Lowell, Clayton McCaul, Tami Miller, Nicole Moore, Kristin Muir, Michael A. Murphy, Andy D. Prill, S. M. Scott, Annette Troseth, Steve Wagner, Patti White all of the city of Bothell state of Washington 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 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 8th day of March , 2019 . By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MONTGOMERY ss On this 8th day of March , 2019 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 MerionTwp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries By: 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 Chairrnan or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of 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 attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairrnan, 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 chairrnan or the president, and subject to such limitations as the chairrnan 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 attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this i (- day of j\J lC . LMS -12873 LMIC OCIC WAIC Multi Co 082018 By: Renee C. Llewellyn, Assistant Secretary >, cB CD 0) a) 0) > c c 0 —1— Ta W T E 0 c `00 Q� Oc C (v O(B L- O W O 0a 00 ca >0 E c c� 00 0 N- o (9 - o, CON -02 GKUMAR --1-� AtCORL�/r/' Imo„-,,.,- CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 10/21/2020 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Hub International Northwest LLC PO Box 3018 Bothell, WA 98041 CONTACT NAME; (A/C, No, Ext): (425) 4894500 FAX No):(425) 485-8489 Aii°DREss: now.info@hubinternational.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Valley Forge Insurance Company 20508 INSURED Marshbank Construction, Inc. P.O. Box 97 Lake Stevens, WA 98258-0097 INSURER B : Continental Casualty Company 20443 INSURER C:The Continental Insurance Company 35289 INSURER D :Axis Surplus Insurance Company 26620 INSURER E : $ 500,000 INSURER F : • NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF IMM/DD/YYYYI POLICY EXP IMM/D0/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X X 6043534645 1/1/2020 1/1/2021 EACH OCCURRENCE $ 1,000,000 PREM SE$ ( a occurrence) $ 500,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 15,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES JECT PER. LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ B AUTOMOBILE X LIABILITY ANY AUTO OWNED AUTOSEONLY HIRED ONLY SCHEDULED AUTOS NO -Q ONES X X 6043534659 1/1/2020 1/1/2021 COMBINED SINGLE LIMIT (Ea accident) 1,000,000 $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY AMAGE (Per accident) $ $ C X UMBRELLA LIAR EXCESSLIAB X OCCUR CLAIMS -MADE X x 6043534662 1/1/2020 1/1/2021 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ DED X RETENTION $ 10,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYIPRR/MEMBEOPRIETOR PARTNER E ECUTIVE (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N NIA 6043534645 1/1/2020 1 /1 /2021 PERT UTE STA1,000,000 X OTH H- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ D Pollution CP003772022020 1/1/2020 1/1/2021 Occurrence/Aggregate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Re: Project #91041204, East Marginal Way Outfa I Stormwater Retrofit Project, East Marginal Way, Tukwila WA City of Tukwila, the Contracting Agency and its officers, elected officials, employees, agents and volunters are included as additional insureds, Coverage is Primary and non-contributory and Waiver of Subrogation applies per the attached forms/endorsements. Per Project Aggregate applies to General Liability policy, per attached forms/endorsements. CERTIFICATE HOLDER CANCELLATION City of Tukwila 6200 Southcenter Blvd Tukwila, WA 98188 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 50020001760427845170746 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non -Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1-15) Page 1 o f 1 7 Valley Forge Insurance Co. Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy No: 6043534645 Endorsement No: 2 Effective Date: 01/01/2020 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co-owners liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX (1-15) Policy No: 6043534645 Page 2 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 50020001760427845170747 1.1111.1111111111111. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Ipsured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults, street banners, or decorations and similar exposures; or b. the construction, erection, or removal of elevators; or c. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products -completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705XX (1-15) Policy No: 6043534645 Page 3 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved, Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products -completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or CNA74705XX (1-15) Policy No: 6043534645 Page 4 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 50020001760427845170748 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing -business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and I. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products -completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705XX (1-15) Policy No: 6043534645 Page 5 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product -completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY CNA74705XX (1-15) Policy No: 6043534645 Page 6 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 500200017604278 5170749 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data -related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX (1-15) Policy No: 6043534645 Page 7 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products -completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products -completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products -completed operations hazard will reduce the Products -Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX (1-15) Policy No: 6043534645 Page 8 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 50020001760427845170750 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation, Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare/Medicaid Fraud CNA74705XX (1-15) Policy No: 6043534645 Page 9 o f 1 7 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co -employee while in the course of the co -employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1-15) Policy No: 6043534645 Page 10 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc„ with its permission. 50020001760427845170751 11111111111111111 111111111111111111 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co -volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: CNA74705XX (1-15) Policy No: 6043534645 Page 11 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 001/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement J• Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products -completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. CNA74705XX (1-15) Policy No: 6043634645 Page 12 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved, Includes copyrighted material of Insurance Services Office, Inc., with its permission. 50020001760427845170752 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705XX (1-15) Policy No: 6043534645 Page 13 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: CNA74705XX (1-15) Policy No: 6043534645 Page 14 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 50020001760427845170753 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from Provision 1. ADDITIONAL INSURED of this endorsement; or attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX (1-15) Policy No: 6043534645 Page 15 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. . Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products -completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above -referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX (1-15) Policy No: 6043534645 Page 16 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. 50020001760427845170754 CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products -completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amended to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program, C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general [ability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1-15) Policy No: 6043534645 Page 17 of 17 Endorsement No: 2 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. in the performance of your ongoing operations subject to such written contract; or B. in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products -completed operations hazard, and only if: 1. the written contract requires you to provide the additional insured such coverage; and 2. this coverage part provides such coverage. II. But if the written contract requires: A. additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10-01 edition of CG2037; or B. additional insured coverage with "arising out of' language; or C. additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16) Page 1 of 2 Policy No: 6043534645 Endorsement No: 3 Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products -Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. primary and non-contributing with other insurance available to the additional insured; or 2. primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3. make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self -insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16) Page 2 of 2 Policy No: 6043534645 Endorsement No: 3 Effective Date: 01/01/2020 Insured Name: MARSHBANK CONSTRUCTION, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Business Auto Policy Policy Endorsement It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Person Or Organization ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADD(TIONAL INSURED 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section U - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the policy remain unchanged This endnmemont, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said poticy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: owA71oo7xx(10-2o1o) Endorsement EffectivDate: Endorsement Expiration Date: Endorsement No: 10; Page: 1 of 1 Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 60606 Copyright CNA All Rights Reserved, Policy No: BUA 6043534659 Policy Effective Date: 01/01/2020 Policy Page: 70 of 241 .14 irk l tarn& Business Auto Policy Policy Endorsement THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MARSHBANK CONSTRUCTION, INC. Endorsement Effective Date: 01/01/2020 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. Form No: CA 04 44 10 13 Endorsement Effective Date: Endorsement No: 2; Page: 1 of 1 Underwriting Company: Transportation Insurance Company, 151 N Franklin St, Chicago, IL 60606 Endorsement Expiration Date: © Copyright Insurance Services Office, Inc., 2011 Policy No: BUA 6043534659 Policy Effective Date: 01/01/2020 Policy Page: 54 of 241 P-1 PROPOSAL (unit price) Contractor's Name MARSHBANK CONSTRUCTION, INC Contractor's State License No, MARSHCI*05106 City of Tukwila Project No. 91041204 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 East Marginal Way Outfall Storrnwater Retrofit Protect, which project includes but is not limited to Construction of approximately 1600 linear feet of drainage improvements within the right-of-way of East Marginal Way, including but not limited to pump stormwater pump station installation, gravity and force main storm sewer, stormwater treatment vaults, bioretention planters, permeable sidewalk and paving, roadway, curb and gutter restoration, 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) t 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 sixty [60] 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 calendar 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. East Marginal Way Outfall Stormwater Retrofit Project Proposal P-2 This page is intentionally left blank. East Marginal Way Outfall Stormwater Retrofit Project Proposal P-3 East Marginal Way Outfall Stormwater Retrofit Project Project No. 91041204 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. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAG 458-20-171. Item No. Item Description Qty Unit Unit Price Amount ROADWAY 1 Minor Change 1 FA $ 25,000.00 $ 25,000.00 2 Temporary Water Pollution/Erosion Control 1 LS 1 t 0.5D 560.00 3 Mobilization 1 LS 594,coAt5141.00,(j 4 Resolution of Utility Conflicts 1 FA $ 25,000.00 $ 25,000.00 5 Project Temporary Traffic Control 1 LS 6 Removal of Structure and Obstruction 1 LS 7 Removing Asphalt Concrete Pavement 1,550 SY 8 Removal of Concrete Pavement 1,370 SY q DCS ,0`00 9 Removal of Concrete Sidewalk 500 SY 9.0 4p0.00 10 Removal of Curb and Gutter 410 LF 11 Crushed Surfacing Base Course 60 TN 3,q.b (OD.0 12 HMA CI. 1/2"PG 64-22 130 TN t 1 ` 13 Pervious HMA, PG 70-22 250 TN 102:2, , 0 .. 14 Permeable Asphalt Treated Base 440 TN 1 ex2, . op 53 40,50 oo 15 Cement Concrete Pavement 100 SY (� -.® 0 • D 16 Cement Conc. Curb and Gutter 410 LF „+e�yy . y�q MrN'' 0 p YJ t 17 Vertical Curb, 24" High 415 LF g 5" 00 18 Permeable Ballast 1,000 TN 9,` hq8 Proposal P-4 East Marginal Way Outfall Stormwater Retrofit Project Project No. 91041204 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. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. Item No. Item Description Qty Unit Unit Price Amount TRAFFIC CONTROL DEVICES 19 Replace Channelization 1 LS (vgib.Do 66ia, 01 ROADSIDE DEVELOPMENT 20 Bioretention Planter 230 SY 21 PS Cornus stolonifera 'Kelseyi'/ Dwarf Red - Twig Dogwood; 2 Gal. Cont. 103 EA 440 . 06 035. 00 22 PS Carex davalliana/ Davall's Sedge; 1 Gal. Cont. 245 EA it too, 5-14: 00 23 PS Carex glauca/ Blue Sedge; 1 Gal. Cont. 245 EA i to. . 60 sq7.00. 00 24 PS Juncus ensifolius/ Dagger -Leaf Rush; 1 Gal. Cont. 116 EA itp, . 0-0 ile29,00 25 PS Juncus tenuis 'Blue Dart'/ Blue Dart Rush; 1 Gal. Cont. 116 EA 26 PS Iris tenax/ Tough -Leaf Iris; 1 Gal. Cont. 58 EA /162.0r) 92-5, 04$ 27 PS Sisyrinchium idahoense/ Blue -Eyed Grass; 1 Gal. Cont. 58 EA STORM DRAINAGE 28 Shoring or Extra Excavation Class B 1 LS 29 PVC Force Main Pipe, 4 -Inch Diam. 930 LF 30 Solid Wall PVC Storm Sewer Pipe, 8 -Inch Diam. 20 LF 31 Solid Wall PVC Storm Sewer Pipe, 12 -Inch Diam. 500 LF 15-. 32 Ductile Iron Storm Sewer Pipe, 8 -Inch Diam. 60 LF 33 Ductile Iron Storm Sewer Pipe, 12 -Inch Diam. 115 LF 34 Connect to Existing Drainage Structure 3 EA 9D - 4200* '242 35 Concrete Inlet 1 EA 0... I/4-0. '-'a Proposal P-5 East Marginal Way Outfall Stormwater Retrofit Project Project No. 91041204 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. Include applicable sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. Item No. Item Description Qty Unit Unit Price Amount 36 Catch Basin Type 1 9 EA 1300030 Uloo.�.� 37 Catch Basin Type 2, 48 -Inch 2 EA 41DO, gana,00 38 Force Main Discharge Structure, Manhole, 48- Inch Diam. 1 EA 5'0 .a 39 Pump Station, Complete 1 LS 40 Stormwater Media Filter 1 LS 600()°, 41 Furnish and Install, 36" Diam. CIPP 450 LF '118 ,00 195100,00 42 Potholing 6 EA TRAFFIC SIGNALS 43 Traffic Signal Modifications (EMW S and S 81st PI.), Complete 1 LS L��1 � 7.-00212C O Total Bid $ l 0367 2-CDl . 00 * Sales tax shall be included in the various unit and lump sum prices, per section 1-07.2(1) and WAC 458-20-171. Note: Determination of low bidder will be based solely on the 'Total Bid'. P-6 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: MARSHBANK CONSTRUCTION, INC. (VO1JR rlr?M'o NAIVE) 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 Bid 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 amo` tk'Sryw,11 ', a).,be read as its total bid and further agrees that the official total Bid amount will be determinedb�l ip(ying's,,'Init Bid prices shown in this print-out by the respective estimated quantities shown on the px then tota(i -;all of the extended amounts. Signed: DAVE MARSHBANK , Title: PRESIDENT Date: SEPTEMBER 9, 2020 East Marginal Way Outfall Stormwater Retrofit Project Proposal P-7 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 Date of Receipt 8/27/2020 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 Bid 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 HUB INTERNATIONAL NORTHWEST, LLC of PO BOX 3018, BOTHELL WA 98041-3018 (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: DAVE MARSHBANKSIDENT PO BOX 97, LAKE STEL/ % 44/1AILING) State of Incorporation: WASHINGTON Circle One: Individual / Partnership / Joint Venture / Phone No.: Corporation 425-377-9708 Date: 09/09/2020 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. East Marginal Way Outfall Stormwater Retrofit Project P-8 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 less than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for East Marginal Way Outfall Stormwater Retrofit Project, Project No. 91041204, 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 9th day of September Marshbank Construction, Inc. Princip ` \`���11111111, ,- Signature of Authorized c. vial = �-j /7��''/'�� �--,-/\�' ''gyp Kic Title '/,,`ISE -J G\\,‘\• Name and address of local oftee'b'0 agent and/or Surety Company: ,20 20 Liberty Mutual Insurance Company Surety 17) terry in Fact (Attach Power of Attorney) im S. Kuich 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. East Marginal Way Outfall Stormwater Retrofit Project erty Mutual° SURETY This Power of Attorney limits the acts of thoae named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8200884-969315 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, Julie M. Glover, Jaqueline Hansen, Amanda Ivey, Jim S. Kuich, Theresa A. Lamb, Carol Lowell, Clayton McCaul, Tami Miller, Nicole Moore, Kristin Muir, Michael A. Murphy, Andy D. Prill, S. M. Scott, Annette Troseth, Steve Wagner, Patti White all of the city of Bothell state of Washington 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 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 8th day of March , 2019 . By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA ss County of MONTGOMERY On this 8th day of March , 2019 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 MerionTwp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries By: 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 Attomey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of 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 attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this q day of 5]/- i kj u Z' c r LMS -12873 LMIC OCIC WAIC Multi Co 062018 By: Renee C. Llewellyn, Assistant Secretary T 0 to rn 0 .o c Ts m 0 U) c) W >. E m� C O Q 0 c C ) O(0 0- O w O LO) 4— o0) 730 as > O t co CO C c9 00 U o9 P.9 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 East Marginal Way Outfall Stormwater Retrofit Project, Project No. 91041204. Signed and sworn to before MARSHBANK CONSTF3, Name of Firm ,� .�<` Signature of Authorizgd day of SEPTEMBER ''111111100\\`\ 20 20 Signature of Notary Public in and fob - State of Washington, residing at 2231 RUSSELL RD, SNOHOMISH WA 98290 My appointment expires: _ ora Oa ?ora -3 SEAL To report bid rigging activities calf: NOTICE TO ALL BIDDERS 1-800-424-9071 ��utiniii�►��, N.•• ,ggion S' .•'W,;". co ed()TARj. r. Puaoc :?:9�<c s�!vumb?! .. ��;, /,,,'OPWAS 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. East Marginal Way Outfall Stormwater Retrofit Project P-10 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. MARSHCI*05106 WA State UBI No, 601-649-423 License Bond Registration No. 6450704 Dept. of L&I Worker's Comp. Acct. No, 855,648-01 Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture Z Incorporated in the state of WA List business names used by Bidder during the past 10 years if different than above: Bidder has been in business continuously from Bank Reference 1993 Year BANNER BANK JEFFREY MITCHELL 425-252-2781 Bank Account Officer Officer's Phone No. No. of regular full-time employees: 60 Number of projects in the past 10 years completed: 13 ahead of schedule _5. on schedule 0 behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 27 years. Asa subcontractor for 27 years. 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 Lonq With Bidder SEE ATTACHED East Marginal Way Outfall Stormwater Retrofit Project 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 Area of Expertise Dave Marshbank Kenton Wilde Natale Marshbank Rob Gammell Serg Khandzhayan David Marshbank Jr. Daniel Marshbank Jim Billings Ernie Hinds Martin Goonan Marshall Dillon Shawn Gooch Brian Davis President Vice President/Project Manager Sec. Treasurer / Safety Project Manager Project Manager Project Manager Project Engineer General Superintendent Superintendent Superintendent Foreman Foreman Foreman 27 5 26 5 3 3 3 3 19 10 4 1 1 42 Business Management 21 Project Management 34 Safety 7 Project Management 9 Project Management 4 Project Management 4 Project Engineer 26 Field Management / Street Const. / Utilities 21 Street Const. / Utilities 27 Street Const. / Utilities 6 Street Const. / Utilities 30 Street Const. / Utilities 16 Street Const. / Utilities P-11 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)? es No Surveyor's Name: Na ,' L4 ikjV '5 ....0C1,01,03€1 List 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 SEE ATTACHED HISTORICAL PROJECT LIST Owner/Reference Name and Phone 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 failed to complete a contract? a No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount East Marginal Way Outfall Stonnwater Retrofit Project Marsh" --'k Construction Historical Project List Job No. Name 1034 SR522; Imp. At 96th Ave NE 1035 15th Ave Bridge Rehab 1036 Alaska Way Viaduct - Holgate 1037 Manette Bridge 303/4A 1138 Juanita Beach Project 1139 South Park Bridge 1140 South Granite Ave - Phase 2 1141 City of Sultan -On Call 1242 NE 85th ST 1/C & SR5221523 1/S Ped. Access 1243 SR 520 Evergreen Point Floating Bridge 1244 First Hill Street Car 1245 Redmond Way Overlay 1246 Dumas Road Channelization 1247 Eastside Corridor 1248 SR 99 Tunnel 1249 SR 527 @ 164th Intersection 1250 180th ST SE & Interurban Blvd Intersection 1351 67th Ave Phase 3 1352 SR92/190 Roundabouts 1353 Seawall -Early Work 1354 Seawall -Temp Road 1455 Aurora Ave (192nd to 205th) 1456 Stilliguamish River Bridge 1457 Five Corners Roundabout & Intersection Impr. 1458 South 200th Parking Garage 1459 Boeing 777x 1460 Brigeport Way 1461 Elliot Bay Seawall - Dewatering Convenance 1462 Park Lane Pedestrian Corridor Improvements 1563 SR522 West A (61st to 65th) 1564 Henderson CSO 1565 23rd Ave - S Jackson to E John St. 1566 UW Denny Hall 1567 Broadway Shoulder Improvements 1568 Central Ave S 1569 SR99 NB Gibson Rd 1670 SPU North Transfer Station 1671 Grade Road Emergency Repair 1672 41st St West Marine View Drive Freight Corridor 1673 Seattle Hill Road Watermain 1674 Pilchuck River CED 1675 Inglewood Hill Stormwater 1676 STP Restoration / Waterline 1677 NE 195th Gabion 1678 STP Stomt & Sewer 1779 CB Repair 1780 Green Creek Remove Fish Barrier 1781 S 144th 1782 76th Ave W & 212th St SW Intersection 1783 ACC 3rd Ave 1784 Cedarhome Elementry SRTS 1785 Shangri-La Way 1786 E360 Utilities 1787 City Center Utilities 1788 E130 East Link 1789 15 Cable Barrier Upgrades 1892 Sammamish River Bridge 1893 2018 Taxiway Improvements 1894 SE 4th St 1895 35th Ave SE - Ph 1 1896 Hoffman -Coleman Dock 1897 Keiwit-Seallte Marine Yard 1898 Kiewit-Woodinville Yard Improvements 1999 Sound Tranist - N160 19100 SR9; SR204 Intersection Improvements 19101 GCC West Seatttle Storage Yard 19102 NE 51st Street 19104 Cosco - E130 19105 Totem Lake Gateway Project 19106 Seattle Waterfront Improvements Owner City of Bothell Seattle DOT WSDOT WSDOT City of Kirkland King County City of Granite Falls City of Sultan WSDOT WSDOT City of Seattle City of Redmond WSDOT WSDOT WSDOT City of Mill Creek Snohomish County City of Arlington WSDOT Seattle DOT Seattle DOT City of Shoreline WSDOT City of Edmonds Sound Transit Boeing City of Lakewood Seattle DOT City of Kirkland City of Kenmore City of Seattle City of Seattle University of Washington Snohomish County City of Kent WSDOT SPU City of Lake Stevens In City of Everett Silver Lake Water District WSDOT City of Sammamish WSDOT WSDOT WSDOT City of Kenmore WSDOT City of Tukwila City of Edmonds City of Seattle City of Stanwood City of Issaquah Sound Transit City of Seattle Sound Transit WSDOT City of Woodinville Port of Seattle City of Sammamish Snohomish County City of Seattle General Const & Kiewit Kiewit Sound Transit WSDOT Kiewit Infrastructure City of Redmond Sound Transit City of Kirkland City of Seattle Reference Name Rosalie Wu Kit Loo Tim Oniel Brock Lindsay Dave Snider Matt Dozois Kevin Brown N/A Hien Trinh Eza Agoes Tim Welborne Rick Schroder Mark Sawyer Jeff Piet Russell Streadbeck Scott Smith Dennis Lubchuk Eric Scott Maryanne Reddell Brian Dague Brian Dague James Newhouse Joe Corvolth Jaime Hawkins John Welch Mark O'Leary Eric Swanstrom Chris Augustine Frank Reinhart Kent Vaughan Wayne Williamson Brian Gabelein Brian Dague Gary Harris Cameron Bloomer Kyle Smith Mick Munkin Tom Fuchas Rick Gilmore Dave Linnberg Tawni Dalziel Russell Streadbeck Russell Streadbeck Kent Vaughan Mike Askarian Peter Lau Jaime Hawkins Brian Gabelein Shawn Smith Doug Schlepp Geoff Owen Brian Gabelein Geoff Owen Kim Knox Shane Webley Charlie Oliver Tawni Dalziel Gary Harris Andrew Powell Kathy Henrickson Jim Gilbert Toto Anuraga Mark Sawyer Andrew Powell Eric Dawson George Minassian Jessica Murphy Reference Ph. No. (425)214-5065 (206) 684-3669 (206) 459-7784 (206) 947-0840 (425) 587-3832 (206) 786-9888 (360) 454-5490 Prime Contractor Mowat Skanska Mowat $ 600,000.00 $ 646,086.00 $ 646,086.00 $ 5,928,279.95 (206) 768-5600 (425) 207-6129 Kiewit/General/Mason JV (425) 202-3600 MidMountain (425) 868-4377 Watson Aphalt (425) 225-8789 (425) 998-5109 ECC JV (206)971-8214 STP (425)754-1891 (425) 754-4596 $ 2,198,097.49 (360) 403-3512 (425) 225-8725 Graham-Marshabnk JV (206) 778-9108 Mortenson/Manson JV (206) 778-9108 Mortenson/Manson JV (206) 719-9113 Gary Merlins Construction (623) 687-7447 Mowat (425) 754-4106 (425) 488-7131 Harbor Pacific - Graham JV (425) 202-3606 MidMountain - HOS Bros JV (253) 983-7751 (206) 730-2501 Clearwater Compliance (425) 587-3826 (425) 398-8900 (206) 510-0407 Elcon (206) 391-4910 Gary Merino Construction (206) 382-3443 BN Builders (425) 388-6429 (425) 455-9720 (425) 551-3134 Granite NW Const. MidMountain (425) 212-3313 (425) 257-8895 (425) 337-3647 (425) 225-8725 (425) 295-0567 (206)971-8214 (206)971-8214 (425) 398-8900 (206) 768-5633 (206) 431-2454 (425) 754-4106 (206) 391-4910 (360) 629-9781 (425) 837-3432 (360) 609-6548 (206) 391-4910 (360) 609-6548 (253) 863-8136 (360) 829-5189 (206)762-9125 (425) 295-0567 (425) 388-6429 (206) 286-6697 (360) 713-5835 (402) 319-0532 (206) 510-4756 (425) 255-8773 (206) 286-6697 (425) 556-2867 (425) 828-1100 (206)684-0178 Final Contract PM Foreman"! Amount Todd Chase Steve Wold $ 8,382,346.28 Luke Anderson Joe Paduano Jr. $ 206,001.00 Luke Anderson John Moff $ 6,706,711.00 Luke Anderson Rich Cantu $ 1,857,000.00 Mark Fuglevand Aaron Boevers $ 600,000.00 Mark Fuglevand John Moff $ 4,055,995.00 Mark Fuglevand Aaron Boevers $ 646,086.00 Dave Marshbank TBD TBD Mark Fuglevand Aaron Boevers $ 195,359.00 Dave Marshbank Martin Goonan $ 1,518,113.00 Mark Fuglevand John Moff $ 411,075.00 Mark Fuglevand Aaron Boevers $ 115,009.00 Mark Fuglevand Aaron Boevers $ 297,788.50 Mark Fuglevand Martin Goonan $ 48,514.30 Mark Fuglevand John Moff $ 487,760.00 Mark Fuglevand Aaron Boevers $ 260,703.00 Mark Fuglevand John Moff $ 2,198,097.49 Jason Heide John Moff $ 5,928,279.95 Mark Fuglevand Donnie Kauffman $ 2,239,564.03 Jason Heide Martin Goonan $ 510,571.99 Jason Heide Martin Goonan $ 2,239,564.03 Mark Fuglevand John Moff $ 3,300,464.96 Mark Fuglevand Donnie Kauffman $ 306,525.00 Mark Fuglevand Martin Goonan $ 2,934,597.40 Jason Heide Mike Sawyer $ 710,033.99 Mark Fuglevand John Moff $ 959,570.35 Jason Heide Martin Goonan $ 4,078,028.64 $ 1,364,249.98 Jason Heide Ernie Hinds $ 2,284,446.92 Mark Fuglevand Emie Hinds $ 10,029,965.85 $ 306,480.00 Martin Goonan $ 2,008,348.32 $ 60,000.00 Mark Fuglevand Emie Hinds $ 5,680,180.50 Martin Goonan $ 5,616,379.48 $ 118,231.50 $ 40,000.00 $ 300,000.00 Mark Fuglevand Ernie Hinds $ 2,758,753.00 Kip Twaddle $ 1,206,331.43 Mark Fuglevand Emie Hinds $ 1,594,933.98 Martin Goonan $ 4,329,065.95 Emie Hinds $ 1,152,000.00 STP Rob Gammell Granite NW Const. STP Rob Gammell Ernie Hinds Josh Clark Martin Goonan Martin Goonan Kip Twaddle Gary Merlino Construction Martin Goonan Rob Gammell Emie Hinds Daniel Marshbank Martin Goonan Kewit-Hoffman Serg Khandzhayan Marshall Dillion Gary Merlino Construction Serg Khandzhayan Martin Goonan Kewit-Hoffman David Marshbank Peterson Brothers Const. Rob Gammell Shawn Flores Highmark Concrete Const. Serg Khandzhayan Josh Clark Gary Merlino Construction Daniel Marshbank Marshall Dillion David Marshbank Martin Goonan Rob Gammell Ernie Hinds Hoffman Construction Kenton Wilde Shawn Flores Kenton Wilde Josh Clark Kenton Wilde Josh Clark Elcon David Marshbank Rob Gammell Emie Hinds Kenton Wilde Rob Gammell David Marshbank Serg Khandzhayan Chris Rammage Gary Merlino Construction Serq Khandzhayan Martin Goonan $ 80,000.00 $ 451,500.00 $ 212,634.00 $ 1,883,895.00 $ 893,661.00 $ 4,035,058.00 $ 289,912.00 $ 485,554.00 $ 1,299,535.00 $ 352,808.00 $ 4,834,642.50 $ 115,916.00 $ 119,900.00 $ 383,279.50 $ 874, 527.92 $ 12,479,244.90 $ 8,659,907.44 $ 154,177.00 $ 170,000.00 $ 189,316.00 $ 50,000.00 $ 1,201,059.80 $ 33,700.00 $ 4,044,743.38 $ 42,500.00 $ 5,320,000.00 $ 4,676,604.20 Completion Date 6/1/2012 9/1/2011 6/1/2013 1/31/2012 10/1/2011 8/31/2014 11/15/2011 12/31/2012 11/1/2012 6/1/2017 1/1/2013 9/30/2012 12/31/2012 1/1/2013 8/31/2014 4/1/2013 2/5/2014 7/31/2014 11/30/2013 5/1/2013 5/1/2017 7/1/2015 2/1/2015 3/1/2015 11/1/2016 2/1/2015 5/1/2015 10/31/2016 8/31/2015 9/30/2016 3/1/2017 8/1/2016 9/1/2015 8/30/2016 9/30/2016 9/15/2015 3/31/2016 10/20/2016 12/31/2017 10/15/2016 9/30/2016 4/1/2018 12/31/2018 1/30/2017 12/31/2017 5/30/2017 1/1/2018 3/31/2018 1/30/2019 12/31/2017 11/1/2017 12/31/2018 12/31/2018 10/31/2018 12/31/2019 12/31/2018 6/30/2019 11/30/2018 10/31/2018 9/30/2019 9/30/2019 11/1/2019 9/30/2019 10/31/2019 Type of Work/Similarity of Scope Road & Utilities Bridge, Road & Utilities Utilities Bridge, Road & Utilities Site Work & Utilities Utilities Road & Utilities Road & Utilities Road & Utilities Site Work & Utilities Utilities Utilities Road & Utilities Utilities Utilities Road & Utilities Road & Utilities Road & Utilities Roundabout Road & Utilities Road & Utilities Utilities Road & Utilities Road & Roundabout & Utilities Site Work & Utilities Utilities Road & Utilities Utilities Road & Utilities Road & Utilities Utilities Waterline Utilities Road & Utilities Road & Utilities Utilities Utilities Road Repair Road & Utilities Waterline River CED Road & Utilities. Utilities Stream Diversion Utilities Utilities Culvert Road & Utilities Road & Utilities Waterline Road & Utilities Road & Utilities Utilities Utilities Utilities / Grading Utilities / Grading Utilities / Grading Utilities Road & Utilities Road & Utilities Utilities / Grading Utilities / Grading Utilities Utilities / Grading Road & Utilities Utilities / Grading Road & Utilities Utilties / Trucking Road & Utilities Utilities MarshbP-k Construction Historical Project List Final Contract Completion Type of WorldSimilarity of Job No. Name Owner Reference Name Reference Ph. No. Prime Contractor PM Foremanl Amount Date Scope 19107 NUD Early Work City of Kirkland Scott Gonsar (425) 587-3830 Forma Serg Khandzhayan Chris Rammage $ 7,125.00 12/31/2019 Utilities 19108 Trench Pothole City of Redmond Bassam Al -Ali (425) 556-2743 Rob Gammell Ernie Hinds $ 97,702.00 1/31/2020 Utilities 19109 NUD Sewer Connection City of Kirkland Scott Gonsar (425) 587-3830 Forma Serg Khandzhayan Chris Rammage $ 386,536.00 2/15/2020 Utilities 20110 Westminster Way & NE 155th St City of Shoreline Leif Johanson (206) 801-2700 Rob Gammell Jim Billings $ 3,063,201.66 Road & Utilities 20111 108th Ave NE Sewer City of Kirkland Patrick Herbiq (425) 587-3841 Serg Khandzhayan Chris Rammage $ 5,426,676.32 Road & Utilities Responsible Bidder Determination Form P-12 Has Bidder ever been found guilty of violating any State or Federal employment laws? No 0 Yes If yes, give details: Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? 54 No 0 Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? 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 Injury Agency Receiving Claim The undersigned warrants under penalty of Peaur644,4tkttlp foregoing information is true and accurate to the best of his/her knowledge. The 404.acsigried'prizes the City of Tukwila to verify all information contained herein. • • Signature of of Bidder Title: PRESIDENT East Marginal Way Outfall Stormwater Retrofit Project 9s- tf,v1p9tozo 1„48HING't \-\ P-13 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT PLEASE SEE ATTACHED - ALL EQUIPMENT IS N GOOD WORKING CONDITIO N AND OWNED Labor to be used: MARSHBANK CONSTRUCTION IS SIGNATORY TO BOTH THE OPERATING ENGINEERS AND THE NW LABORERS LOCAL 292/242 UNIONS. ALL LABOR WILL BE PROVIDED ON AN AS -NEEDED BASIS. East Marginal Way Outfall Stormwater Retrofit Project • 611z5 I4BANK CONSTRUCTION, INC. Q.%, Name of Bidder sgi, /99$,,„,/ %, 'lSIltrl' '',l11r 11111110° ure of Authorized Official PRESIDENT Title 9/8/2020 Marshbank Master Equipment List 9 VAI 1'4011 2008 FORD F250 -;DUSTIN 2005 FORD F250 - . uc C037488 B63716U ifr m If ,411 FTSX2159.8EB08808, 1FTSX21P45EA10455 100 2010 FORD F150 B94547U FTFX1EVXAKE77122 104 2013 FORD F150 - TCS TRUCK B54794X 1FTEX1E M 9DFB76647 109 997 ISUZU FLAT BED P/U C15618A JALC4B1KV7000368 112 2009 FORD F150 - B48332K 1FTRF12W19KA75272 113 2010 FORD F250 B85638N 1FTSX2B59AEA46746 115 2012 FORD F150 - MANDY B62753W 1FTFW1ET7CFB55955 116 2008 FORD F350 XL 846441H 1DWF36R08EC67004' 117 2015 FORD F350 - ERNIE C17168C 1FT8X3BT5FEA53260 119 2006 FORD F-550 ERVICE TRUCK - ETHAN C03882B 1FDAF56P76EC46247 120 2013 FORD F-350 PU - C89702C 1FT8W3BT6DEA71125 2015 FORD F-350 PU - MARTIN C90101C FT8W3BT3FEA82280' 122 2013 FORD F-350 P/U - MARSHALL C89701C 1FT8W3BT9DEA71118 123 2015 FORD F-550 SERVICE TRUCK - BRYAN C61859D FDUF5HTOFEA64588 124 2015 FORD F-150 P/U - DAVID C80048D 1FTEW1EP7FFA72660 5 2015 FORD F-150 P/U ROB C18049F FTEX1E82FKE77810 127 2017 FORD F150 P/U - SHOP C24706J 1FTMF1C84HKDO0289 128 2017 FORD EXPLORER 1FM5K8GT4HGD56853 129 2017 LAND ROVER DISCOVERY B1X9118 SALRHBBV5HA040769 130 2018 FPRD F-350 P/U - JIM C48535M 1FT8W3BT1JEB21179 131 2018 FORD F150 P/U - DAN C48536M 1FTEX1EB6JKD82168 32 2016 FORD F550 FLATBED BRIAN 034518 M 1FDOX5GT5GEB05943 133 2018 FORD F150 P/U - DAVE C35948P 1FTEW1EG4JKE93722 134 2008 FORD F450 FLATBED DUSTIN C78077N FDXF46RX8EE59198 135 2013 FORD F150 - TCS TRUCK C01826T 1FTNF1CT3DKG12123 136 137 138 11100141110,,g 241, NMIOlihmu gm ,111111, A 1,4 2008 KENWORTH DUMP TRUCK -JOHN HENRY C67714G 1N KDX4TX78R206189 37 2007 TRAILMASTER TILT BED 5750YU 5UCPU212X7A000624 44 2002 WYLIE WATER TRAILER 4213VI 8478 45 2000 FORD 2000GAL WATER TRUCK B85945L 3FDWF6569YMA04268 46 1989 3AXLE ASPEN LOWBOY 2159PX 2AOLB6037KS037072 17 2003 BLACK UTILITY TRAILER 4295VI 490US142135001567 2007 SPECTRA FLATBED TRAILER 5845YU 4W8UT202771006426 52 1999 FORD F800XL TMA B47601P 3FEWF8012XMA08809 9/8/2020 5 2013 OLYMPIC TRIAXLE TILT BED TRAILER 1563ZD 1C9TF363ODT997515 1 2012 KENWORTH T800 DUMP TRK—JUSTIN T' C51238A 1NKDXPTX$CJ335647 61.5 2014 CBM PUP TRAILER 6125YT 1B9AD1735ECO03052 64 2015 MAXEY DUMP TRAILER 0414ZK 5R81)81429FMQ37447' 65 2015 MAXEY DUMP TRAILER 0412ZK 5R8D8142XFMO36901 66 2015 OLYMPIC'UTILTY TRAILER 2946ZC 1C9UF1227FT99735,7 67 2015 OLYMPIC UTILTY TRAILER 0411ZK 1C9UF1225FT997342 68 2015 MQ—MT5 WATER TRAILER 2900ZC 4GNBM1225F6039641' 69 2016 MAXEY DUMP TRAILER 7451YW 5R8D81421GM038277 70.5 2008'STURDY WELD PC7NY TRAILER < 2933ZC 5RETE038581S086265 71 2015 TYMCO 600 BA4 SWEEPER C64370E 1HTMMAAN5FHO18884 °72 2018 KENWORTH FUEL TRUCK C35594K 2NKHHJ7X2JM203818 73 2016 KENWORTH T800 TRACTOR — JUSTIN P C65551E 3WKDP4TX2GF121025 74 ''2016 CROSS COUNTRY 3 AXLE SIDE DUMP 7836ZR 2C9SBU35XHM183326 75 2016 CROSS COUNTRY 3 AXLE SIDE DUMP 2041ZW 2C9SBU3S1HM183716 76 '2017 KENWORTH T880 TRACTOR — PAM C03972J 1XKZP4EX8HJ174781 77 2018 KENWORTH T800 DUMP TRUCK — DAVE C34665K 1NKDXPEXXJJ199337 77.5 2017 COLUMBIA 3 AXLE PUP TRAILER,- 10916AA 1B9AD1635HC003168 , 79 1978 KENWORTH WATER TRUCK C34569M 159023S 80 2009 PET ERBUILT VACTRON C48066M 36PZLU0XX9F719127 1997 CHEV GMT -400 TANK C48065M 1GBKC34J2VJ110252 82 2009 INTL 7000 VACTRON C81078N '1HTWDAAR39J115204 83 2020 ASPHALT ZIPPER TRAILER 109FS0821LU021447 84 85 500 '1987',EVERGREEN'COMBO TRAILER a 687115 501 1984 8X24EVERGREEN COMBO TRLR 1184114 511 2004 8 X8 CONTAINER SAC -15226 512 2004 8 X 8 CONTAINER SAC -15234 513 MCKINNEY 8x10 STEEL CONTAINER 517 2010 20 X 8 CONTAINER CT -06879 519 $ X 20 OFFICE CONTAINER 520 8 X 20 OFFICE CONTAINER 521 8 X,10,CONTAINER 522 2016 MIRAGE MXL ENCLOSED TRAILER 3416ZR 51V13BE142G1069256 523 1989 EVERGREEN 8,X 24 OFFICE TRAILER 524 1987 COMET VAN TRAILER 75637AB 1COV28616HS034475 525 1006 2013 KOMATSU PC138USLC-10 1013 17 1020 1021 1023 2014 KOMATSU PC 138 USLC EXCAVATOR 2005 CAT 325CR CLU EXCAVATOR 2007 CAT 314C LCR EXCAVATOR 2007 CAT 328D EXCAVATOR 2013 308E CR CAT EXCAVATOR 9/8/2020 1024 2015 KOMATSU PC 228 USLC EXCAVATOR 1025 2015 CAT 304E2CR EXCAVATOR 1026 2015 CAT 308E2 CRSB EXCAVATOR 1027 2015 CAT 308 EXCAVATOR 1028 1029 2018 KOMATSU PC2385394 2017 CAT 304E2 CR EXCAVATOR 1030 2017 CATERPILLAR 304E2 EXCAVATOR 1031 KOMATSU PC238 ECAVATOR 1032 1033 40196 BKW00272 PCA01589 GTN00215 0G BJ01691 40545 1632 TTN02896 0FJX02540 0FJX03279 OME403344 5394 OME403227 5620 0,000, 2007 2008 2009 3005 3012 3016 3017 3018 3019 3020 3021 3022 3023 3024 1 00,1 00000000 0.04 2008 D5GLGP DOZER 2007 CAT D4GXL DOZER 0,0 2001 CAT 416C BACKHOE LOADER 2006 CAT 930G WHEEL LOADER ,Q 2015'KOMATSU WA 320-7 LOADER 2014 CAT 420F BACKHOE 2014 CAT 420F BACKHOE 2017 KOMATSU WA 320-8 LOADER 2017 KOMATSU WA 320-8 LOADER d 4ZN22943 TWG01635 80792 OSKR0287 OSKR00844 85227 2018 KOMATSU 380-8 WHEEL LOADER 2018 KOMATSU 270-8 WHEEL LOADER 2020 ASPHALT ZIPPER 85323 2020 KOMATSU WA270-8 WHEEL LOADER 83792 AZ -0415 84576 0000 0010 001 ,041 10, ■ DVW, TIMMY04,1004 ti,itw SII �pl 2006 LEE BOY MOD -685B PO IPA 00.0,00 111000,0 0,0000,0 5004 1999 CB224C DOUBLE DRUM ROLLER 011 � 000060 00 3AL01264 r"16 2006 INGERSOLL RAND SD7OD 66" DRUM 188355 S.J.1 2012 VIBROMAX W605D DRUM ROLLER JKC9403509 5012 2015 CAT CB24B DOUBLE DRUM ROLLER 42000495 9/8/2020 5013 2014 VOLVO DD25B ROLLER 5014 Ariguai� 6003 6004 amprepaggr 2000 ADDCO DFI100() MESSAGE BOARD 2003 WANCO MESSAGE BOARD 4556XZ � 5F1251514 000462 6009 6011 2000 LAY -MOR SWEEPER 2002 ALLMA ARROW BOARD 7457PX 1162ZT O3024802 6012 6014 2001 ALLMAND LIGHT PLANT 2005 WANCO MESSAGE BOARD 5F13S161552002223 6016�� 6017 2005 VVANCO MESSAGE BOARD 2005 25KW GENERATOR 8100392 nae18m 125937 6020 2005 SU AIR AIR COMPRESSOR 9569YM 4133212 6021 6022 2002 SULLAIR AIR COMPRESSOR CAT HYDRAULIC HAMMER H130 4138937 7CM04305 6023 LAYM()R SWEEPER 2007 B10781Z 8HC31916 6024 2008 ALLMAND ARROW BOARD 0278A808 6029 2010 POLE HOLDER 6030 2001 CEMENT MIXER 5710YU JC750106 KENCO BARRIER PICKER 6032 2007 ALLMOND SOLOR ARROW BOARD 2855ZC 6033 6034 2010 WANCO SOLAR ARROW BOARD 2002 DOTSI DH1000 SOLAR VMS 2854ZC 2853ZC '~~~ 6035 2002 DOTS! DH1000 SOLAR VMS 2856ZC 1A9H12109 M1 7083 6036 1997 SULLIVAN 210 COMPRESSOR 0987YX 56lIA 6037 2000 SULLIVAN 210-D210QH COMPRESSOR 0989YX 20129A 6038 2011 ALLMAND LIGHT TOWER 0990YX OZOlPROZll 6039 1996 NITE LITE 0986YX 9605BN4C13 6040 2009 AIRSTAR BALLOON LIGHT 0988YX 4FVLSBDA2AU4 10933 6041�BREAKER ORV 1000 OKODA—.-_' (FITS 416 BACKHOE) 72V890 6042 2015 LAYMOR SWEEPER 300 36345 6043� 2006 GENERATOR MULTI QUIP DCA -25551U 7401ZJ 4GNFU10186B019041 6044 2015 LAYMORE SWEEPER 300 36346 6045 OKODA TOP BREAKER 60B (FITS 420 BACKHOE) 4429 6046 2UI6T5URUM|4"SUB PUMP 6048 2016 5 YARD GRAVEL SKIFF 52810010 6049 2O1G7YARD GRAVEL SKIFF 52830014 YARD GRAVEL IF 308- HOE PAC 6052� ��` 14- 2016 STANLEY HOE PAC -HSX11 (FITS PC138 9/8/2020 6053 6054 308- CAT HOE PAC 416 NPK HOE PAC MOD -C -4C MRN48125 .i5 420- HOE PAC 6056 320- NPK HOE PAC EXT-MODC6C-C6100 (FITS PC 228/238) N 6057 320- HOE PAC / CAT 314 MOD C -6C 6058 138- NPK HOE PAC. 6059 2015 ALMD LIGHT TOWER 1105ZT 0107PR02V15 6060 2015 SULL AIR COMPRESSOR 04ZT 201505270084 6061 OKADA TOP 100A BREAKER MOD100A (FITS PC138/314) 3820R 6062 2016 SLUGGER ROTO BROSCH HM -USA 5 (SN 7 272 57) 6063 PORTABLE MILLER WELDER BOBCAT 250 LH310113H 6064 CAT HOE -PAC (304) MOD-CVP40 A1E03555; 6065 CAT HOE -PAC (416/308) MOD-CVP40 CRT00753 6066 GRAVEL SKIFF - 10 YARD 6067 54" DIG BUCKET CAT 325 53157-03 6068 2012 MAGT I IGHT VVR 13997AC 5AJLS1416CB221420 6069 2012 MAGT LIGHTTWR 13999AC 5AJLS1411CB221423 6070 2012 MAGT LIGHTTWR 3998AC 5AJLS1415CB221425 6071 36" DIG BUCKET PC138/CAT 314 6072 2019 HILSM MESSAGE SIGN 45383AD 7L31H8217KG001787 6073 2019 HILSM MESSAGE SIGN 45382AD 7L31H8219KG000785 r' "4 6075 6076 6078 6079 7001 PAINT STRIPER 7002 PIPELASER (ERNIE) SPECTRA MOD DG613 4131ATK42RF 7003 MIKASA M JUMPING JACK MOD/MXT60 Z-1620 7004 MIKASA MQ PLATE COMPACTOR (DIESEL) MOD/MVH-408DZ A-1787 7005 HONDA GENERATOR ER2200I EMT -1003004 7006 MIKASA JUMPING JACK MXT-60HD A3049 7007 MIKASA MQ PLATE COMPACTOR (DIESEL) MOD/MC82VHW D- 7008 MIKASA JUMPING JACK MXT-60 D-7262 7009 7010 MIKASA JUMPIN JACK MXT-60 MOD/MTX-60 Z1636 7011 CAT GENERATOR RP3600 MOD/RP3600E R210-VC1712110990 7012 CAT SUITECASE GENERATOR INV2000 MOD/INV2000 R80 -1C1809000085 7013 CAT GENERATOR -ON TRUCK #1. MOD/RP3600E R210-VC1810000527 7^1.4 CAT GENERATOR -ON TRUCK #132 MOD/RP3600E HYDROSTATIC TEST PUMP - RICE MOD/APS41 COMET S/N 44254078 7016 MQ MIKASA JUMPING JACK- JIM MOD - MTX6OHD E-5917 9/8/2020 7017 M MIKASA JUMPING JACK BRIAN MOD - MTX6OHD E-6001' v 7018 8001 8002 8003 8004 8005 8006 8007 8008 8009 8010 8011 8012,, 8013 8014 8015 P-14 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 2.5% Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Vi 01.3ELlle East Marginal Way Outfall Stormwater Retrofit Project ADDENDUM NO. 1 City of Tukwila, Washington East Marginal Way Outfall Stormwater Retrofit Project Agreement No: WQC-2016-Tukwil-00132 DATE OF ADDENDUM ISSUE: August 27, 2020 DATE OF BID OPENING: September 9, 2020 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 written acknowledge may result in disqualification of the Bidder's submittal. CONTRACT PROVISIONS 1. SPECIAL PROVISIONS: ADD Special Provision Sections 8-20 and 9-29 per the attached language. 2. SPECIAL PROVISIONS: REMOVE Special Provision Division 10 Schedule A - Base Bid Item No. 19 - "Replace Channelization and Traffic Loop, "and REPLACE with the attached Division 10 Schedule A - Base Bid No. 19 - "Replace Channelization" language. 3. SPECIAL PROVISIONS: ADD Special Provision Division 10 Schedule A - Base Bid Item No. 43 - "Traffic Signal Modifications (EMW S and S 8is1 Pl.) Complete"per the attached language. 4. PROPOSAL: REMOVE Proposal Bid Schedule Sheets P-3 through P-5 and REPLACE with the attached Proposal Bid Schedule Sheets P3 through P5. PLAN SHEETS 1. PLAN SHEETS: REMOVE Drainage Plan Sheet 8 and REPLACE with the attached Drainage Plan Sheet 8. East Marginal Way Outfall Stormwater Retrofit Project Addendum No,1 Page 1 of 2 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 acknowledge may result in disqualification of the Bidder's submittal. Sincerely„ ' ) Hari Porinekanti, P.E. City Engineer City of Tukwila Receipt acknowledged, and conditions Bidder Signature ow‘11(10 \ \800S TL/"f/,, agr,e to,this of SEPTEMBER, 2020 z.• trai ' 0 - .-:. 11".4 eint4GA 11,0No° East Marginal Way Outfall Stormwater Retrofit Project Addendum No.1 Page 2 of 2