HomeMy WebLinkAboutTIC 2020-03-16 COMPLETE AGENDA PACKETCity of Tukwila
Transportation and
Infrastructure Committee
❖ Cynthia Delostrinos Johnson, Chair
•'• Verna Seal
❖ Kate Kruller
AGENDA
Distribution:
City Attorney
C. Delostrinos
A. Youn
Johnson
Clerk File Copy
V. Seal
2 Extra
K. Kruller
K. Hougardy
Place pkt pdf on SharePoint:
D. Quinn
Z Trans & Infra Agendas
L. Humphrey
H. Hash
e-mail cover to: F. Ayala,
H. Ponnekanti
A. Le, C. O'Flaherty, A.
H. Kirkland
Youn, B. Saxton, S. Norris,
G. Labanara
L. Humphrey
B. Still
MONDAY, MARCH 16, 2020 - 5:30 PM
FOSTER CONFERENCE ROOM
(6300 BUILDING, SUITE 100)
Item
Recommended Action
Page
1. PRESENTATIONS
2. BUSINESS AGENDA
a) S 1961" - 2001" Street Bridge Repair Project (Adam Cox)
a) Forward to 03/23/2020 Special
Pg. 1
Project Completion and Acceptance
Meeting Consent Agenda
b) PW Fleet & Facilities Update (Hari Ponnekanti)
b) Forward to 03/23/2020 Special
Pg. 5
Approval of four contracts
Meeting Consent Agenda
3. MISCELLANEOUS
Future Agendas:
• BAR Bridge over Airport
Way CM Contract
• Concurrency Fees
• S 196t" - 200t" Street
Bridge Repair Project ILA
Next Scheduled Meeting: Monday, April 6, 2020
SThe City of Tukwila strives to accommodate individuals with disabilities.
Please contact the Public Works Department at 206-433-0179 for assistance.
TO:
FROM
BY:
CC:
DATE:
City of Tukwila Allan Ekberg, Mayor
Public Works Department - Henry Nash, Director
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Committee
Henry Hash, Public Works Director
Adam Cox, Transportation Project Manager
Mayor Ekberg
March 13, 2020
SUBJECT: South 196t"- 2001h Street Bridge Repair Project
Project No. 91710406, Contract No. 19-139
Project Completion and Acceptance
ISSUE
Accept the contract as complete and authorize release of the retainage bond.
BACKGROUND
The Notice to Proceed for Contract No. 19-139 with Nordvind Company, LLC was issued on September
30, 2019 for the South 196th- 200' Street Bridge Repair Project. This project included repair of
approximately 100 linear feet of street/bridge improvements within the right-of-way of South 2001h
Street, that included the removal and replacement of the concrete approach slab on the west side of
the bridge over the Green River.
ANALYSIS
Construction was physically completed on December 19, 2019. The bridge was open to vehicle traffic
on time, before the holiday season, and under budget. The budget for South 1961h/200th Street Bridge
Repair Project was $384,480, which included a 20% contingency of $64,080.00. Retainage of
$16,545.84 is being held until final release.
Construction Contract Amount $ 320,400.00
Additions/Overruns 10,516.72
Total Amount Paid $ 330,916.72
RECOMMENDATION
Council is being asked to formally accept and authorize the release of the retainage for the South 196th-
200th Street Bridge Repair Project contract with Nordvind Company, LLC for the final amount of
$330,916.72, and to consider this item on the Consent Agenda at the March 23, 2020 Special Meeting.
Attachments: Notice of Completion Contract No. 19-139
Before and after photos
W1PW EngTROJECTSIA- RW & RS Projects\S 196th-200th St Bridge Repair (91710406)11nfo memo S 196th-200th Street Bridge Closeout.dou
NOTICE OF COMPLETION OF
4
� p
... PUBLIC WORKS CONTRACT
Department Use Only
Assigned to: Date Assigned:
Date 01/30/2020 Form Version Original Revision Reason
Awarding Agency Information
Prime Contractor Information
Name TUKWILA, CITY OF
UBI 916001519
Name Nordvind Sewer Service LLC
UBI 603478768
Address 6300 SOUTH CENTER BLVD #100 TUKWILA,WA-
98188
Address 25129 SE Green Valley Rd AUBURN,WA-98092
Email Address adam.cox@tukwilawa.gov
Email Address nordvindsewer@outlook.com
Contact Name Adam Cox
Phone 206-431-2446
x
Contact Name Nordvind
Sewer Service LLC
Phone 360-825-5704
Project Information
Project Name 196th-200th Bridge Repair
Contract # Tuk26
Affidavit ID 911739
Jobsite Address
Date Awarded
Date Work Commenced
Date Work Completed
Date Work Accepted
09/16/2019
10/07/2019
12/18/2019
12/19/2019
Federally Funded Transportation Project If yes, attach Contract Bond Statement. ❑
Bond Waived?
Retainage Waived?
Subcontractors Used? If yes, complete Addendum A.
Detailed Description of Work Completed Construction of approximately 100 linear feet of street improvements within the right-
of-way of S
200th Street, including but not limited to removal and replacement of the concrete approach and
other associated structures at the 196th/200th Street Bridge on the west side of the Green River
between the City of Tukwila and the City of Kent.
DOR Tax Information
*Right -click on the total field and select Update Field to auto -calculate.
Contract Amount
$320,000.00
Liquidated Damages
$ 0.00
Additions (+)
$10,916.72
Amount Disbursed
$314,370.88
Reductions (-)
$ 0.00
Amount Retained
$16,545.84
Sub -Total*
$330,916.72
Other
$ 0.00
Sales Tax Amount
$ 0.00
Sales Tax Rate If multiple rates, attach a list. 0.00%
TOTAL*
$330,916.72
TOTAL*
$330,916.72
These two totals must be equal.
Apprentice Utilization Information
Was Apprentice Utilization Required? Ifyes, complete this entire section. ❑ Engineer's Estimate $ 0.00
Utilization % 0.00% Was a Good Faith Effort approved?
Comments
The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract.
NO PAYMENT SHALL BE MADE FROM THE RETAINED FUNDS until receipt of all release certificates and affidavits.
Submitting Form: Submit the completed form by email to all three agencies below.
Department of Revenue Washington State Department of tA& Employment SecuRty Department
Public Works Section Labor & Industries 'A� Registration, Inquiry, Standards &
(360) 704-5650 MW Coordination Unit
PWC6bdor-wa-aov (360) 890 3499
Contract Release
(855) 545-8163, option # 4
ContractRelease@LN I. WA. GOV
Addendum A: Please List all Subcontractors and Sub -tiers Below
This addendum can be submitted in other formats.
Provide known affidavits at this time. No L&I release will be granted until all affidavits are listed.
Subcontractor's Name:
UBI Number: Required
Affidavit ID*
BIG MOUNTAIN ELECTRIC INC
602936459
911963
INFORMED LAND SURVEY LLC
602487061
915997
MILES SAND & GRAVEL COMPANY
171004760
912900
TONY LIND PAVING LLC
602813830
1 905554
72
City of Tukwila Allan Ekberg, Mayor
Pubic Works Department — Henry Hash, Director
IZ1;[41 7►yi/_110[*]Z/_10LyiI:IJiIs]:7_1ZIpillLyil
TO: Transportation and Infrastructure Committee
FROM: Henry Hash, Public Works Director
BY: Hari Ponnekanti, Deputy PW Director
CC: Mayor Allan Ekberg
DATE: March 13, 2020
SUBJECT: Public Works Fleet & Facilities Buildina & Minkler Improvements
Project Nos. 91630601 and 91930606
Project Update and Contracts for Miscellaneous Items
ISSUE
Provide an update on the PW Fleet and Facilities tenant improvements and Minkler Shop Improvements and approve four
miscellaneous contract amounts.
BACKGROUND
On 12/02/19, Council approved the PW Fleet and Facilities tenant improvements project budget in the amount of $9.5 million
dollars and the Minkler Interim Improvements budget in the amount of $500,000. The total budget for PW Fleet and Facilities
Building is $35,700,000.00 with funding split 50/50 with the General Fund and Water/Sewer/Surface Water Utilities.
DISCUSSION
Public Works' staff reviewed the list of miscellaneous projects and compiled a list of four projects for construction in 2020. The
following contracts will allow the tenant improvements to be completed per the plan prepared by SHKS Architects. Our JOC
contractor, Saybr, has provided the scope and fee estimate for four contracts and additional contractors may be asked to do the
same in the future, with the lowest bidders to be selected. The total costs shown are based on the rough order magnitude of the
construction costs and 40% soft costs, that include contingency and tax. The approval of the four contracts with a not -to -exceed
amount will allow staff to meet deadlines for critical tasks and work with the contractors on additional scoping. This will minimize the
delay to obtain Council approval before entering into individual contracts.
PW Fleet and Facilities Tenant Improvement — Three Contracts
1. Removal of paint booths from the Fleet and Facilities Bldg — Not to exceed construction costs plus soft costs up to $168,000,
2. Install security fence and access gates - Not to exceed construction costs plus soft costs up to $300,000,
3. Outside envelope structural repair and painting - Not to exceed construction costs plus soft costs up to $280,000.
Total of three contracts for PW Fleet and Facilities is $748,000.
Minkler Shops Interim Improvements
4. Provide Modular building to provide additional locker rooms and shower - Not to exceed construction costs plus soft costs up
to $308,000.
PHASE 1 FINANCIAL IMPACT
See attached spreadsheet for overview of PW Fleet and Facilities Phase 1 Budget, expenditures through 2019, and cost estimates.
The three contracts for the Public Works Fleet and Facilities Building are highlighted.
RECOMMENDATION
Council is being asked to approve the three contracts for the Public Works Fleet and Facilities in the not -to -exceed amount of
$748,000 and one contract for the Minkler Shops modular building in the not -to -exceed amount of $308,000 and to consider these
items on the Consent Agenda at the March 23, 2020 Special Meeting.
Attachments: PW Fleet and Facilities Building Phase 1 Cost Estimates
Four Project Scope and Cost Estimates
\\PWStore\PW Common$\PW Eng\PROJECTS\A- BG Projects\01 Public Safety Plan\PW Shops First Phase (91630601)\Info Memo for PW F & F Update 03162020.docx
Public Works Fleet and Facilities Building - Phase 1
Cost Estimates
Land Purchases
SHKS Master Plan
Design
SHKS Design Fee
Geo-Tech Design Fee
Hazard Study Fee
Soft Costs
Demolition of Out Buildings
Construction
Phase 1 Building Renovation
Remoal of Paint Booths
Fence and Security Gates
Outside Structural Repair and Paint
Covered Storage - Outside
Civil Site Work
Trench Drains (Alternate)
Emergency Generator (Alternate)
Budget
Expenditures to Estimates at 30%
date 12/31/19 Design
$ 24,706,348.00
1,398,437.09
$ 26,120,000.00 $ 26,104,785.09
$ 17,547.68 $ 553,220.32
80,000.00
3,450.00
$ 2,880,000.00 $ 636,670.32
$ 81,077.70
$ 4,524,329.00
168,000.00
300,000.00
280,000.00
750,000.00
750,000.00
35,885.00
382,852.00
$ 6,700,000.00 I $ 17,547.68 $ 7,272,143.70
Grand Total $ 35,700,000.00 I $ 26,122,332.77 $ 7,908,814.02
$ 34, 031,146.79
6
Job Order Authorization Job Order Contract
Date:
February 18, 2020
Job Order #:
IAA-TUK19-002B
Project
Job Order Title:
PW Fleet & Facilities Building - Paint Booth Demo
Information
Contract:
1850237, dated 09/19/2019
Contract
Contractor:
Saybr Contractors, Inc.
Information
3852 S. 66th St.
Tacoma WA 98409
Gordian Fee
Construction
$96,923.22
Breakdown
Gordian Licensing 1.95%
$1,890.00
Licensing Tax 10%
$189.00
Consulting 3.05%
$2,956.16
Total
$5, 035.16
Director (Up to $20,000) Date
Mayor (Up to $40,000) Date
Council Approval (Over $40,000) Date
Cover Sheet Page 1 of 1
Job Order Authorization Job Order Contract
Date:
February 21, 2020
Job Order #:
IAA-TUK19-002A
Project
Job Order Title:
PW Fleet and Facilities Building - Fence
Information
Contract:
1850237, dated 09/19/2019
Contract
Contractor:
Saybr Contractors, Inc.
Information
3852 S. 66th St.
Tacoma WA 98409
Gordian Fee
Construction
$193,237.02
Breakdown
Gordian Licensing 1.95%
$3 768.12
Licensing Tax 10%
$376.81
Consulting 3.05%
$5,893.73
Total
$10,038.66
Director (Up to $20,000)
Mayor (Up to $40,000)
Council Approval (Over $40,000)
Date
Date
Date
E
Cover Sheet Page 1 of 1
CONTRACTORS, INC.
Building Relationships
SCOPE OF WORK
Date: December 20, 2019
Contract Name and No.: City of Bellevue JOC# 1850237
Project Name: Heiser Building Exterior Improvements
Bid No.: 03
Work Location: Heiser Building
11210 Tukwila International Blvd
Tukwila, WA 98188
Saybr Project Manager: Cynthia Brantley, 253-753-3312
Work Hours: Day shift Monday through Friday, including overtime hours if required
Estimated Duration: 100 Days following NTP
Long Lead Items: Metal wall panels
Project Summary: Paint exterior of building and repair damage to metal wall panels
GENERAL INFORMATION:
• This Scope of Work is based on the information received from the City of Tukwila representative Hari
Ponnekanti at the Joint Scoping Meeting held on November 13, 2019.
• Performance of all work will be in accordance with all OSHA and Washington DOSH requirements.
• Dailyjob site cleanup is required before the work crew leaves the site each day and final clean-up is required
prior to final inspection and acceptance.
• Contractors will be responsible for their own waste disposal.
• Project requires State of Washington prevailing wages to be paid, including filing intents to pay, certified
payroll, and affidavits of wages paid.
• Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager
TECHNICAL SCOPE OF WORK:
1. General Construction
All work performance shall be completed in accordance with the all local, city, and state AHJ requirements
and regulations.
Provide all labor, materials, and equipment to complete the following work package to the extent necessary
to complete the intended scope of work including all parts, pieces, and components:
1. Wall panel repair
1.1. Preparation for work
1.1.1.Prior to work commencing, owner's representative to meet onsite to confirm exact repair locations
and quantities.
1.1.2.New metal color will be white or primed for future painting.
1.2. Awning roof at hazardous waste accumulation area.
1.2.1.Tear off and dispose of existing metal panels over awning roof.
1.2.2.Furnish and install new corrugated metal panels over existing awning structure. (approx. 200sgft
total)
1.2.3.Furnish and install new corrugated metal panel fascia onto exiting awning structure. (approx.
100sgft total)
Page 1 Saybr Contractors? Inc.
CONTRACTORS, INC.
Building Relationships
1.3. Siding Repair
1.3.1.Replace existing metal panel siding with new corrugated metal panel siding in various location
around building. No single panel shall be longer than 10'. (approx. 300sgft total)
1.3.2.Replace existing corner trim pieces at noted damaged areas along garage doors and building
corners. (approx. 250LF total)
1.3.3.Replace damaged/Broken downspouts with new metal downspouts. (approx. 30LF total)
1.3.4.Replace bottom panel trim piece as necessary. (approx. 25LF total)
2. Painting
2.1. Cleaning
2.1.1. Pressure wash all walls
2.1.2. Scrub rear area at old steam cleaning awning.
2.2. Prime
2.2.1. Spot prime rusted and raw substrates
2.3. Paint
2.3.1. Areas to be painted include: Exterior Steel siding, Painted Metal OH roll -up door, man doors and
frames, Open Structure at steam covered area, CMU and Concrete Walls, and painted steel
bollards.
2.3.2. Assumes one metal body color, one masonry color. one trim color.
2.3.3. Deep and ultra -deep color(s) may be an additional cost if an extra coat of paint is required for full
coverage.
2.4. Sealer
2.4.1. Upper ASW Concrete walls will have a clear sealer applied.
ROUGH ORDER OF MAGNITUDE PRICING:
The ROM proposal for this work is: $182,000.00 (amount excludes sales tax).
ASSUMPTIONS:
• This proposal excludes hazardous material removal. Owner to provide Good Faith Hazardous
Materials Report.
• The existing building requires no additional upgrades to execute all work associated with this work
order, including all walls, ceilings and floors. All existing configurations and components meet all
of the current local, city, and state AHJ codes and requirements.
EXCLUSIONS:
• No repairs to building structural elements are included.
• No concrete slab demolition or repairs are anticipated.
• Painted signage
PERMITS:
• No permits not required for this work.
SUBMITTALS:
• Construction Schedule
• Metal wall panels
• Paint
Page 2 Saybr Contractorl? Inc.
& Y
W
CONTRACTORS, INC.
Building Relationships
SCOPE OF WORK
Date:
February 27, 2020
Contract Name and No.: City of Tukwila
Project Name: Minkler Building Restroom Remodel — MODULAR
Bid No.: 01
Work Location: Public Works Fleet and Facilities Building
600 Minkler Blvd
Tukwila, WA 98188
Saybr Project Manager: Cynthia Brantley, 253-753-3312
Work Hours: Day shift Monday through Friday
Estimated Duration: 200 Days following NTP
Project Summary: Provide new modular restroom at location shown in the attached. Refresh existing
restrooms.
GENERAL INFORMATION:
• This Scope of Work is based on the information received from the City of Tukwila representative
Hari Ponnekanti at the Joint Scoping Meeting held on November 13, 2019 and further meetings
December 30, 2020 and February 28, 2020.
• Performance of all work will be in accordance with all OSHA and Washington DOSH requirements.
• Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is
required prior to final inspection and acceptance.
• Contractors will be responsible for their own waste disposal.
• Project requires State of Washington prevailing wages to be paid, and Certified Payroll, including filing
intents to pay and affidavits of wages paid.
• Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager
TECHNICAL SCOPE OF WORK:
A. GENERAL CONSTRUCTION
1.1. All work performance shall be completed in accordance with the "Project Drawings," and all local, city,
and state AHJ requirements and regulations.
1.2. Provide all labor, materials, and equipment to complete the following work package to the extent
necessary to complete the intended scope of work including all parts, pieces, and components:
B. MODULAR
1. Design
1.1. Verification of Existing Conditions
1.1.1.Perform limited site survey to provide background for drawings required for permit.
1.1.2.Prepare CAD as -built drawings as backgrounds for design of new layout.
1.2. Construction Document Phase
1.2.1.Provide documents for permitting and construction.
1.3. Facilitate Obtaining Building Permit
1.3.1.Building Permit Fees are not included in this proposal. These receipts will be provided to the City
for direct reimbursement.
Page 1 Saylor Contractors' Inc.
9
OCONTRACTORS
Building Relationships
2. Temporary Facilities
2.1. No temporary facilities are included for staff use. Interior construction will not occur until new modular
unit is in -place.
3. Modular unit
3.1. New modular unit
3.1.1. Custom design to include men's restroom and locker room.
3.1.2. Exterior to be manufacture's standard materials. No windows are required. Single exterior door will
be provided.
3.1.3. Ramp and stairs to be provided for access.
3.1.4. Plumbing fixtures to include: two toilets, sink, shower, urinal.
3.1.5. Manufacture's standard toilet partitions and toilet accessories will be provided.
3.1.6. Manufacture's standard lighting and HVAC will be provided.
3.1.7. Trailer will be outfitted with 24 one -foot wide lockers. Alternate widths of lockers will reduce
number of lockers.
3.2. Water and sewer connections:
3.2.1. City of Tukwila to provide trenching and piping from trailer location to existing water and sewer
lines. Backfill and pavement patching also by the City of Tukwila.
3.2.2. Saybr to provide final connection to sewer and water lines provided by City.
3.3. Electrical connections:
3.3.1. City of Tukwila to provide trenching from trailer location to existing building. Backfill and pavement
patching also by the City of Tukwila.
3.3.2. Saybr to provide final connection from existing building to trailer, including:
3.3.2.1. Reconfigure circuits to allow space for a new 100A, 2 pole breaker. Provide and install (1)
100A, 2 pole breaker.
3.3.2.2. Provide and install a 1 V EMT raceway and a 100A, 120/240V, single phase circuit from
panel to location of modular restroom building.
3.3.2.3. Provide and install a 100A, NEMA 3R, 120/240V, fused disconnect near the new building.
3.3.2.4. Provide an install a 1 %" PVC raceway and a 100A circuit underground from the new
disconnect to the connection point on the modular trailer and make electrical terminations at
the modular building existing panel.
3.3.2.5. Provide and install grounding per NEC article 250.
3.3.3. Fire alarm and Fire suppression
3.3.3.1. Stand alone smoke detectors and alarm to be provided.
3.3.3.2. No sprinklers are included.
Page 2 Saybr Contractors 12Inc.
VAIMO
CONTRACTORS, INC.
Building Relationships
3.4. Concept modular floor plan:
30'-b°
C. INTERIOR REFRESH
1. Demolition
1.1. Abatement
1.1.1.13ased on Good Faith Survey performed by PBS Engineering dated January 20, 2010, asbestos
containing materials, including the vinyl floor tile, are present. Flooring will be encapsulated.
Asbestos flooring will remain in place.
1.2. Demolition - Restrooms
1.2.1.lnterior finishes and fixtures will be removed in the restrooms to accommodate work items
below.
2. Carpentry
2.1. No repairs or upgrades to existing building structural elements are included.
3. Roofing
3.1. Roof will be patched and repaired at exhaust fan penetration.
3.2. No other repairs or upgrades are included.
4. Openings
4.1. Restroom and Locker Room doors.
4.1.1.New door hardware will be provided at Men's and Women's restrooms.
4.1.2.Door hardware will include lever handles and a thumb turn lock for the Women's Restroom.
4.1.3.Powered ADA openers are not included.
Page 3 Saylor Contractors 31nc.
& Y
W
CONTRACTORS, INC.
Building Relationships
5. New Architectural Finishes —all finishes will be selected from manufacturer's standard colors.
5.1. No new GWB is included in scope. GWB will be patched and repaired following demolition.
5.2. Ceilings will remain existing suspended acoustical ceiling tiles and grid. Tiles and grid will be
painted with manufacture's recommended coating.
5.3. The floor finish will be homogenous sheet vinyl (Medintone by Armstrong is basis of design.)
6. Specialties and Furnishings
6.1. Toilet partitions to be HDPE (Hiny Hiders by Scranton is basis of design.)
6.2. Existing toilet accessories to be reused.
6.3. Existing Lockers to remain.
7. Plumbing
7.1. Plumbing piping will be reconfigured to accommodate new room layout.
7.2. Shower stalls will have fiberglass surrounds.
8. HVAC.
8.1. Bathroom Exhaust fan will be replaced: 735 cfm @ 0.5" SP, % HP Direct Drive, 115v/1ph. With
speed control and roof curb adaptor.
9. Electrical
9.1. Connections will be provided for exhaust fan.
9.2. No revisions to lighting, outlets, panels, transformers, etc. are included in this proposal.
10. Fire Alarm/Fire Suppression
10.1. No fire alarm or fire suppression changes to the existing system are not included in this
proposal.
10.2.
ASSUMPTIONS:
• Owner provided Good Faith Hazardous Materials Report.
• The existing building requires no additional structural, electrical, HVAC, fire alarm, firm suppression
upgrades to execute all work associated with this work order. All existing configurations and
components meet all of the current local, city, and state AHJ codes and requirements.
EXCLUSIONS:
• The following are assumed not needed, and are not included:
o Design Review Board Materials & Process
o Health Department Coordination & Submittals
o CUP (Conditional Use Permit)
o Change of Use and other Land Use Actions
o SEPA Checklist
o Arborist Report, Tree Inventory and Tree Retention Plans
• Interior Design Presentation board of all interior selections and furnishings. Finishes will be
discussed in an informal sit-down meeting.
• Sustainable Acquisition
• Audio/Visual Communications/Low Voltage system modifications.
• City of Tukwila Building Permit.
• Trade permits.
Page 4 Saybr Contractors 41nc.
VAIMO
CONTRACTORS, INC.
Building Relationships
BMITT
• Design documents for permitting.
• Product Data Sheets:
• Construction Schedule
• O&M Manuals
• Warranty
ROUGH ORDER OF MAGNITUDE PRICING:
The ROM proposal for this work is: $ (amount excludes sales tax).
A simplified breakdown of these costs:
Description
ROM
B. Modular
Survey and Permit Drawings
$ 31,504.41
Electrical Connections
$ 13,026.83
Plumbing connections
$ 3,179.21
Modular restroom, set up, delivery,
ramps and stairs
$ 165,406.50
Lockers
$ 6,358.43
Subtotal Modular Only
$ 219,475.38
Page 5 Saybr Contractors 51nc.