Loading...
HomeMy WebLinkAbout16-093 - SB Structures - Tukwila Urban Center Pedestrian Bicycle Bridge16-093 (j) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 10 DATE: February 19, 2019 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACTNO.: 16-093 L - i PROJECTNAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project s1 TO: SB Structures, LLC 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: By Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV.CONTRACT AMOUNT Contractor: SB Structures, LLC Title $ 6,285,520.60 v f APPROVED BY THE CITY OF TUKWILA $ (30,445.73) 1 Date j H $ 1,858.35 By — - ayor $ 6,256,933.22 Previous Contract Time: 552 Working Days Additional Contract Time for this Change Order: 0 Working Day Updated Contract Time: 552 Working Days City Engineer 4 ,tJRIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/ encumbrance) Project Management File 2014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 10 Exhibit A As Project Staff is trying to close out this construction project, the Contractor brought to the City's attention that sales taxes were not included in the executed Change Orders #2, #3 and #6. Therefore, this Change Order is to compensate the Contractor of these outstanding sales tax payments. The total of these sales tax payments is $1,858.35, as shown in the below table: Executed Amount Outstanding 10% Sales Tax Change Order #2 — Bridge Structure Changes $11,893.93 $1,189.40 Change Order #3 — Pedestrian Hand Rail Revisions $2,500.00 $250.00 Change Order #6 — Bridge Structure Changes 2 $4,189.51 $418.95 Total: $1,858.35 There is no Contract Time change associated with this Change Order. 16-093(i) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 9 DATE: February 13, 2019 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACTNO.: 16-093 PROJECTNAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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: D By Contractor: SB Structures, LLC Title Original Contract (without tax) $ 6,285,520.60 V APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 71,332.63 Date This Change Order (without tax) $ (101,778.36) I By/.//./ e Ma °l REV.CONTRACT AMOUNT $ 6,255,074.87 \ Previous Contract Time: 255 Working Days Additional Contract Time for this Change Order: 297 Working Days , Updated Contract Time: 552 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File City Engineer cc: Finance Department (w/ encumbrance) Project Management File c") 6'1<.1.-Y ,,/,Ab7-/ i'.. (11/2014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 9 Exhibit A Resolution of Liquidated Damages and Additional Engineering Costs due to the Contractor's Delay During the course of this construction project, there were several delays occurred. The City and the Contractor has been disputing on which party was solely responsible for the delays, or who owned a bigger share of the delay responsibilities. The original Contract time of the construction project expired on August 15, 2017. Through Change Orders #1 to #8, 8 more working days were added to the Contract time. Also, 2 inclement weather days on February 6 and 7, 2017 were granted by the City to the Contractor. Thus, by adding a total of 10 working days to the Contract, the Contract Physical Completion date was changed to August 29, 2017. By agreeing to this Change Order #9, the Contractor would finally document their agreement on the 40 working days of Contract time suspension offered and detailed in the City's Serial Letter #8 dated April 19, 2017. This Contract time suspension was due to the Contractor waiting for the top and bottom chords of the bridge structure to be completed with the fabrication (the critical path work at the time), prior to the bridge structure assembly at the project site. Therefore, from December 1, 2016 to April 14, 2017, the Contractor ran out of non -critical path work to do at the project site for a total of 40 working days. By adding these 40 working days of Contract time suspension, the Contract Physical Completion date would push out to October 25, 2017. The construction project was substantially completed on December 1, 2017, and was physically completed on January 16, 2019. As part of settling the Contract delay dispute with the Contractor, this Change Order will grant the Contractor 297 working days, so the Contract time would expire on the same day as the Physical Completion date. Per the Project Specifications, a total of $496,190.97 liquidated damages was assessed to the Contractor due to the Contract time delay, through the Pay Estimates #16 to #20. As the City Project Staff and the Contractor agreed on the Contract time extensions through Change Orders #7 and #8, and the 2 inclement weather days; and the 40 working days of Contract time suspension, $190,855.89 of liquidated damages was refunded back to the Contractor through Pay Estimate #19. Thus, a total of $305,335.08 liquidated damages remained for the City and the Contractor to continue negotiating for a settlement. Upon much negotiations between the City and the Contractor, the Contractor agreed to furnish a change order credit to the City in the amount of $101,778.36. In return, the City will return the remaining $305,335.08 back to the Contractor; and no liquidated damage will be assessed as part of this Contract in the end. Besides providing the $101,778.36 change order credit to the City, there are 3 other elements that are part of this Contract delay settlement/Change Order #9: Element #1: The City understands that some contractual disputes between the Contractor and its subcontractors for this construction project may persist, regardless of the City's process to close out this construction project. Specifically, these contractual disputes might center on the delivery of the bridge structure after fabrication, and the pedestrian handrail design and delivery. As part of this Contract delay settlement, the Contractor agrees that it will not file any claims against the City arising from any action or claim asserted by its suppliers or subcontractors, including but not limited to claims regarding deliveries of the top and bottom chords of the bridge structure; the pedestrian handrail design & delivery; all other project design deficiencies; and any other disputes between the Contractor and it's sub -contractors for this project. The Contractor will be the only party, without the City's participation, to address all the claims, issues and disputes with its subcontractors, with one exception. The only exception is that the City or the City's project representatives may be requested or required by the subcontractors to supply information or attend meetings for the claims, issues and disputes between the Contractor and its subcontractors, as these items would be beyond the Contractor's control on the City's involvement. Element #2: As part of this Contract delay settlement, the Contractor also agrees to continue fulfilling the Plant Establishment requirement per the Contract, including the Contract clause stated in the Project Specifications, Special Provisions, Section 8-02.3(13). Element #3: During the project construction, the Contractor did not adequately protect the existing trees adjacent to the temporary haul route west of the project site. However, the Project Plans stated that the existing trees needed to be protected, as listed in these Contract clauses: • Project Plan Sheet TE103, drawing note "Contractor to locate haul route to minimize impact to existing tree root zone". • Site Preparation Plan Sheets SP101 to SP105, General Note #6 "All Trees shall be protected from damage". • Project Plan Sheet L502, Tree Protection Detail and Tree Protection Notes. Therefore, as part of this Contract delay settlement, the Contractor also agrees to furnish a Tree Replacement Bond to the City, in order to replace these inadequately -protected trees in the future if it becomes necessary. This Tree Replacement Bond shall consist of the following details: • A total of 16 impacted trees adjacent to the temporary haul route were evaluated in an Arborist Report produced by Tree Solutions, Inc., dated August 2, 2018. This Arborist Report was written by Tree Solutions, Inc. to SB Structures, LLC. All these 16 impacted trees described in this Arborist Report are subject for replacements, if the applicable conditions of this Tree Replacement Bond are met. All applicable contexts in this subject Arborist Report, including the baseline assessment of these 16 trees, can be used by the City's authorized Public Works Department representative(s) to make the tree replacement decisions. • The value of this Tree Replacement Bond is $359,800.00, as provided by Tree Solutions, Inc.'s Arborist Report. • The duration of this Tree Replacement Bond is 8 years at the maximum, but can be shortened to just 5 years depending on the trees' health. This Tree Replacement Bond shall begin on August 2, 2018, since the baseline assessments of these 16 impacted trees were established in this Arborist Report. • At the end of the first, third and fifth years starting from August 2, 2018, an independent licensed Arborist that would be approved by the City's authorized Public Works Department representative(s) prior to conducting the tree evaluations, will need to provide a written assessment of all the 16 impacted trees. The written assessment shall be about the health of these 16 trees comparing with the 2018 baseline assessments, and the recommendations if any of these 16 impacted trees should be replaced. The determination to replace any of these 16 trees shall first be recommended by the independent licensed Arborist, and then be detei mined solely by the City of Tukwila. If all of the 16 impacted trees remain healthy when comparing with the 2018 baseline assessments per the independent licensed Arborist, then at the end of the fifth year, this Tree Replacement Bond expires. • However, if any of these 16 impacted trees ends up needing replacement (per the recommendation of the licensed Arborist and as determined by the City of Tukwila) in the midst of the five-year duration or at the end of the fifth year, then the new tree(s) will need to be planted at the designated locations by the City at or near the original tree location(s), and be guaranteed by the Contractor for survival and healthy growth for 3 years. Then, if the replaced tree(s) is/are need(s) to be replaced again (per the recommendation of the licensed Arborist and as determined by the City of Tukwila) at the end of the 3 years, then the tree replacement(s) will need to take place again. However, this Tree Replacement Bond will not be extended beyond the 2nd tree replacement(s), thus will stay at 8 years in the maximum duration. • Below is a Tree Replacement Requirements table that was provided by the City's Department of Community Development, for the tree replacement requirements in this Tree Replacement Bond. Tree Replacement Requirements Diameter of Tree Removed, measured at height of 4.5 feet from the ground Number of Replacement Trees Required 4 — 6 inches (single trunk), or 2 inches (any trunk of a multi -trunk tree) 3 Over 6 — 8 inches 4 Over 8 — 20 inches 6 Over 20 inches 8 • All costs required by and associated with this Tree Replacement Bond, including the tree replacement costs, shall be solely borne by the Contractor. " 16-093(h) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 8 DATE: August 16, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACTNO.: 16-093 ) PROJECTNAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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: Dat,/,',/ '42 By Origin Contract (without tax) Previous Change Orders Contractor: SB Structures, LLC Title /6:21e/?-2,412s,C,Z„ $ 6,285,520.60 APPROVED BY THE CITY OF TUKWILA 66,785.43 v/ This Change Order (without tax) $ 4,547.20 REV.CONTRACT AMOUNT $ 6,356,853.23 1 Previous Contract Time: 251 Working Days Additional Contract Time for this Change Order: 4 Working Days Updated Contract Time: 255 Working Days _ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File City Engineer cc: Finance Department (w/ encumbrance) Project Management File (1112014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 8 Exhibit A Southeast Plaza Grading Issues The Contractor has submitted a request for additional compensation due to some grading challenges at the Southeast (SE) Plaza of this bridge project. On November 13, 2017, when the Contractor was laying out grades at the SE Plaza of this bridge project, they found a conflict among the planned cross slopes, profile grades and the point elevations provided in the Project Plans. This error delayed the Contractor's work progress. The Contractor could not continue with layout out the grades for eventual concrete placement, without first getting some new directions from the City's construction management (CM) team. As a result, the CM team, the Design Consultant and the Contractor exchanged information to try to resolve this grading issue. Eventually, the Design Consultant and the CM team provided some new directions to the Contractor on the maximum longitudinal grade, the seat wall and the decorative wall heights. The Design Consultant and the CM team also pointed out that the Contractor made some errors along the way on laying out the grades. On November 17, 2017, an Engineer of the City's CM team was on site to provide guidance when the Contractor came back to lay out the SE Plaza grades again. This grading issue was eventually resolved. The concrete work at the SE Plaza was completed on November 20, 2017. Subsequently, the Contractor requested a change order for the modifications made at the SE Plaza. This request includes the additional labor and equipment costs to resolve the grading issue, and the added concrete material cost due to the change in grades. Since the grading issue was actually a shared responsibility between the City and the Contractor, the change order net cost was eventually settled at $4,060.00. This net additional cost was deemed acceptable by the City's CM team. Per the WSDOT Standard Specifications, 2016 version, Section 1-09.6, Item #6, the Contractor is entitled to 12% mark-up on this net cost increase of $4,060.00 by a sub -contractor. The total cost increase becomes $4,547.20, after adding $487.20 mark-up. Additional Contract time of 4 working days is warranted, due to this grading issue delayed this critical path item. Granting these 4 working days of Contract time to the Contractor is also part of the settlement between the Contractor and the CM team. 16-093(g) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 7 DATE: August 27, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACTNO.: 16-093 " PROJECTNAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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:SeeAttached 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 spe ed, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date By Original Contract (without tax) Previous Change Orders This Change Order (without tax) REV.CONTRACT AMOUNT $ 6,352,306.03 Previous Contract Time: 247 Working Days Additional Contract Time for this Change Order: 4 Working Days pdated Contract Time: 251 Working Days Contractor: SB Structures, LLC Title /22e $ 6,285,520.60 \,/ APPROVED BY THE CITY OF TUKWILA 57,946.50 \,/ Date $ 8,838.93 4 likri El(bLe, Mayor (S' (2-011 City Engineer RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (17/2014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 7 Exhibit A Waterline Service Connection at West Valley Highway The Contractor has submitted a request for additional compensation due to the unanticipated additional cost to locate the existing water main on West Valley Highway (WVH), in order to establish a new water service connection for the irrigation system serving this bridge project. Per the Project Plans, the expected depth of the existing water line on WVH was 3.5 feet deep. However, after excavating for over 8 feet deep with a vacuum truck and additional shoring boxes, the Contractor notified the City's construction management (CM) team on November 21, 2017 that the existing water main could not be found per the Project Plan information. As a result, the City's CM team sought for suggestions to resolve this onsite issue. In the same day, Mike Cusick of the City suggested to the Contractor that they could expose and connect to a nearby existing water service line that served the demolished house for this bridge project. This approach would allow the Contractor to sweep this existing water service line up near finish grade without kinking it, thus able to connect with the new irrigation line. As a result, the Contractor was instructed to abandon the locate and connection with the water main on WVH. The Contractor was directed to make this change, except the water meter was installed by the City's maintenance staff. Subsequently, the Contractor requested a change order of $8,838.93 for the changes made on this water service connection. These additional works include the deeper excavation with a vacuum truck, adding shoring boxes to support the deeper trench, added labor and equipment costs for trying to locate the existing water line at WVH, changing the irrigation system connection, and additional trench backfill materials. This additional cost was deemed reasonable by the City's CM team. Additional Contract time of 4 working days is warranted, due to the additional works delayed this critical path item for 4 working days. 16-093 (f) Contract Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 6 DATE: November 26, 2017 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACTNO.: 16-093 PROJECTNAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project l TO: SB Structures, LLC 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 It. 2.7. 20/'- Contractor: SB Structures, LLC 1. Title p Original Contract (without tax) $ 6,285,520.60 V APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 53,756.99 / Date De CZmh-e/ a2 / , 2-0 /% This Change Order (without tax) $ 4,189.51 I y REV.CONTRACT AMOUNT $ 6,343,467.10 'I a t lan EK.12e-9 • Previous Contract Time: 247 Working Days Additional Contract Time for this Change Order: 0 Working Day )ko Updated Contract Time: 247 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File City Engineer Mayor cc: Finance Department (w/ encumbrance) Project Management File (11/2014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 6 Exhibit A Revised Welds at Floor Beams and Gusset Plates The Contractor has submitted a request for additional compensation due to the modifications to the floor beams and gusset plates. This request was B & B Fabricators' Change Order Request #2. The shop drawings of floor beams and gusset plates were approved by the Design Engineer on September 9, 2016. However, after further considerations by the Design Engineer, they provided two sketches on November 2, 2016 revising the welding at the floor beams and gusset plates. As a result, B & B Fabricators (the steel bridge fabricator) had to revise 37 shop drawing sheets to add 58 revised slots, to provide additional backing bars, to update bottom chord gather sheets, and to update chord drawings. The shop drawings for the floor beam and gusset plate were resubmitted for the Design Engineer's approval. - Subsequently, the Contractor requested a change order of $3,740.63 for the modifications made in these floor beams and gusset plates. This request includes labor hours for the shop drawing revisions and material re -fabrications. This additional cost was deemed reasonable by the Contractor and the City's construction management team. Per the WSDOT Standard Specifications, 2016 version, Section 1-09.6, Item #6, the Contractor is entitled to 12% mark-up on this net cost increase of $3,740.63 by a material supplier. The total. cost increase becomes $4,189.51, after adding $448.88 mark-up. 16-093(e) Contract Appoval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 DATE: August 25, 2017 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACT NO.: 16-093 ( 6--) PROJECT NAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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- (3. 2CI-- Contractor: SB Structures, LLC Title -)14 Original Contract (without tax) $ 6,285,520.60 I APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 15,965.43 ✓ Date SLO 461.4 This Change Order (without tax) $ 37,791.56 By ,� (l n � ,3 - Mayor REV. CONTRACT AMOUNT $ 6,339,277.59 Previous Contract Time: 247 Working Days Additional Contract Time for this Change Order: 0 Working Day Updated Contract Time: 247 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File City Engineer 2i7 cc: Finance Department (w/encumbrance) Project Management File 'Sid/ a2. O/ J67y'S (11/2014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 5 Exhibit A Procedure Qualification Record (PQR) required for Bridge Steel Welding This Change Order is to pay for the PQR as required by the bridge welding code from AASHTO (American Association of State Highway and Transportation Officials) / AWS (American Welding Society) D1.5M / D1.5, page 86, paragraphs 5.4.3 and 5.4.3.2 (please see the enclosure). This bridge welding code reference is listed in the Project Plans, Plan Sheet S001, General Structural Note #2, the 5th Bullet. In this AASHTO / AWS D1.5M / D1.5 bridge welding code, when a steel material other than those listed in Section 1.2.2 (attached) of this bridge welding code was specified, and welding is required for such steel material under this code, WPS (Welding Procedure Specification) shall be established by qualification in accordance to Section 5.13 of this same bridge welding code. Also, the party who specified the steel material not listed in Section 1.2.2, shall be responsible for the testing cost in establishing the WPS — PQR. Since neither the City's specified steel material (ASTM A500, Grade 42, per the Project Plans, Plan Sheet S001, General Structural Note #9) nor the substitute A500 Grade C steel was listed in Section 1.2.2 of the AASHTO / AWS D1.5M / D1.5 bridge welding code, the City is responsible for the PQR cost. Due to the need of having fabrication shop and field weldings for this project, two passed PQR tests were ultimately required. For the fabrication shop welding prior to transporting the steel structure to the project site, Gas Metal Arc Welding was the chosen welding method due to clean and ease welding when the gas would not be affected by outdoor wind. This PQR test was passed in its first try. For the field welding, it was performed at the project site under various outdoor conditions that were very different than the indoor fabrication shop environment. Due to the perceived challenges on passing a PQR test outdoor, and based on the welding sub -contractor's past experience, the sub -contractor started off with conducting two concurrent PQR tests using Flux Cored Arc Welding (FCAW) method. The welding sub- contractor's past experience was that at least one of the field PQR tests passed using this welding method. However, the A500 Grade C steel was proven to be problematic with FCAW welding method; and both PQR tests were failed. Thereafter, the welding sub-contracror used Shielded Metal Arc Welding (SMAW) in the root pass and the FCAW process in the remainder of the groove. This process passed the PQR test; and the final development of the WPS was completed. The total cost to perform the PQR at the fabrication shop was $12,657.11. Please see the enclosed B&B Fabricators's March 1, 2017 letter for the break -down of this cost. The total cost to perform the PQR at the field is $25,134.45. Please see the enclosed Adams & Smith, Inc.'s Cost Proposal Detail for the break -down of this cost. Therefore, the total cost of this Change Order is $37,791.56, in a lump sum amount. No Contract time change will be made with this Change Order, as this change did not cause any impact to the project schedule critical path. CLAUSE S. C$IALIFICATIQN 5.4 Base Metal The following provisions cover the hese metal to be used far WPS qualification. pretest, and verification tests. 5.4.1 Base -Metal Qualification Requirements. 'fhe production base metals qualified by the PQR base metal shall conform to the following: PQR Test Plate Specification and Grade (See Note) Qualified Production [lase Metal Specification and Grade M270M1M2701 (A 70941 IA 709)} Gr, 250 (Gr. 361 M270M 1M270j (A 709M 1A 709j) Gr. 250 (0r. 361 M270M 1M'270) (A 709M IA 7091) Gr. 345 (Gr. 50) M27064 i M2701 (A 709M 1A 7091) G. 250, 345 (Gr. 36, 50) M270t1 (M270) (A 709M iA 7091) Gr. 345W )Gr. 50W1 (meeting mquimments or 5.4.2) M270M )M2701 (A 709,M (A 7091) Gr. 250, 345.345W_ IRIS 345W )fir. 36, 50, 50W. I IPS 50W) M270M JM2701 (A709M [A 7091) Gr. t1PS 345W (Gr. HPS 50W( Any steel with minimum specified yield strength>345 MPa (50 ksij M270M JM2701 (A 709MJA 7091) HPS 345W 1Gr. LIPS 50W1 PQR Test Plate Specification and Grade Note! AI. test plate muteriul should 1uiv 27 7 [20 n•tb( ar 4"C (40'F). a minimum CVN lest valueur 5.4.2 M270M [M2701 Grade 345W Test Plate Chem- istry Requirements. When M270M [M270) Grade 345W (50W) (A 709M lA 7091 Grade 345W [50W1) test plate and hacking steel is used to qualify all AASHTO steels having a specified minimum yield strength of 345 MPu 150 ksij, or less, the M270M 1M270j Grade 345W [50W7 (A 709M [A 7091 Grade 345W (50W)) steel shall have the following chemical composition: Element Carbon Manganese Silicon Chromium Vanadium Composition. min. 9 0.15 1.(0 0.25 0.50 0.93 Test plate and backing steel that does not have a chemi- cal composition that conforms to the above limits may be used, provided the steel has equivalent hardenability determined by one of the following; PARTA AASHTD/AWS Di 5M'D1.5 2008 86 (1) The Carbon Equivalent shall be 0.45% minimum as determined by the formula CE=C+ (Mn +Si)+(Cr +Mo+V)+i+Cu) G 5 15 Carhon shall he 0.12% minimum. or (2) The hardenability shalt be equivalent to steel meeting the requirements of 5.4.2(1) when computed based upon an idea( critical diameter. whether calculated or experimental. G`rl}Ilse of Unlisted Base Metals_ When a steel other than one of those described in 1.2.2 is approved under the previsions of the general specification, and such steel is proposed for welded construction under this code, WPSs shall be established by qualification in conformance with the requirements of 5.13. The fabricator shall have the responsibility for establishing the WPS by qualification. fg-t.3.1t The Engineer shall require evidence of ade- quate weldability of the steel, which as n minimum shall require the following: (1) Acceptance by other national codes such as ASME, AWS (Offshore Applications), and ABS (Ships) of the steel for similar or stricter requirements for strength and toughness at equivalent loading rates, (2) A minimum history of five-year use under similar conditions of loading. (3) Records of past weld testing that would verify adequate resistance of the steel to hydrogen cracking nt medium restraint levels. These tests should also establish the maximum and minimum heat input range for each welding process to he used in construction. j5:4 3.2 "I'he responsibility for determining wcidabil- ity, including the assumption of additional testing costs involved, shall be assigned to the party who either speci- fies a material not described in 1.2.2 or who proposes the use of a substitute material not described in 1.2.2. The party proposing the use .9f a substitute material not described in 1,2.24all a3su'itie the additional costs 1 In"viilvtrtl'in esiehlishing the WPS"as rai)uired in 5.4.3. 5.4.3.3 When base metals not described in 1.2.2 are approved for welding to base metals of the same specifi- cation and grade or to steels described in 1.2.2, die weld- ing procedure shall he qualified by test under the provisions of 5.13. (1) in addition, when specified in the contract docu- ments or ordered by the Engineer, CVN tests shall be made to measure the toughness of the coarse -grained area of the 1•IAZ (see 5.4.3.5). AASHTO/AWS D1.5M/D1.5:2002 Bridge Welding Code 1. General Provisions 1.1 Application 1.1.1 This code covers welding fabrication requirements applicable to welded highway bridges. It is to be used in conjunction with the AASHTO Standard Specification for Highway Bridges or the AASHTO LRFD Bridge Design Specifications. The code is not intended to be used for the following: (1) Steels with a minimum specified yield strength greater than 690 MPa [100 ksil (2) Pressure vessels or pressure piping (3) Base metals other than carbon or low alloy steels (4) Structures composed of structural tubing Fabrication of structures or components not specifi- cally addressed by this code shall be performed in con- formance with the special provisions of the contract or in conformance with the written directives of the Engineer who may choose to reference an alternate applicable welding standard. 1.1.2 The fundamental premise of the code is to provide general stipulations applicable to any routine bridge situa- tion. Acceptance criteria for production welds different from those described in the code may be used for a partic- ular application, provided they are suitably documented by the proposer and approved by the Engineer. Such alternate acceptance criteria may be based upon evaluation of suitability for service using past experi- ence, experimental evidence, or engineering analysis considering material type, service load effects, and envi- ronmental factors. 1.1.3 The term Engineer as used in this code shall mean the State Bridge Engineer, or the Bridge Engineer's des- ignated representative. The Engineer acts on behalf of the State or Owner and unless otherwise specified, shall be the Owner's official representative. All references to 1 acceptance or approval shall mean acceptance or ap- proval by the Engineer. 1.1.4 The term Contractor as used in this code indicates the party responsible for performing the work as required by the contract documents. The term Contractor is used collectively to mean contractor, manufacturer, fabricator, erector, or other party performing the work. 1.2 Base Metal 1.2.1 Specified Base Metal. The contract documents shall designate the specification and classification of base metals to be used. 1.2.2 Approved Base Metals. Unless otherwise specified, base metals to be welded under this code shall meet the requirements of the latest edition of AASHTO M270M (M270) (ASTM A 709M [A 709]) for the grade of steel shown on the plans or described in the specifications. All Grade 345 (50) steel that is to be welded shall be Type 1, 2, or 3. Other steels may be approved by the Engineer. Thick- ness limitations shall not apply to bearing components. M270M (M270) steels of a designated grade are es- sentially the same as ASTM A 709M (A 709) steels of the same grade. A 709M (A 709) may be used as a refer- ence and a guide to other ASTM "referenced docu- ments," however, when there is a difference, the provisions of M270M (M270), including the documents referenced in M270M (M270), shall govcm. The provi- sions of this code are not intended for use with steels having a minimum specified yield strength over 690 MPa [100 ksi]. 1.2.3 Thickness Limitations. The provisions of this code do not apply to welding base metals less than 3 mm [1/8 in.] thick. Where base metals thinner than 3 mm PA►BRICATORS 3/01/17 SB Structures/Scarsella Bros. Inc PO Box 68847 Seattle, Washington 98168-0847 Attention: Joel Garcia Re: Tukwila Ped/ Bike Bridge Tukwila, WA Subject: PQR for B-U2a-GF and TC-U4c-GF CJP B & B Fabricators C.O. #1614-008 Rev.1 Joel, Please find below the cost impact for the above referenced project. Additional: 1. Labor, materials and testing costs for the PQR requested by KPFF of B-U2a-GF and TC-U4c-GF CJP (see attached). For the additional sum of $11,300.b0M Accepted by: Date: C.O.# The above information is required to be filled out and accepted completely within three (3) working days of being issued, or it will be assumed by B & B Fabricators that the supply / fabrication will be performed by others and B & B Fabricators will be specifically excluded from all financial responsibility. Respectfully, Joshua Hill Estimator c,bythiathvy Iwo/A)? osi? c, 4.\,-)DcDtp.kea, A la) 61-1, 1 I 7301 197th PL NE Arlington, WA 98223 Phone #360-474-0156 Fax #360-474-0196 FABRICATORS RE: Tukwila Ped/ Bike Bridge Tukwila, WA Issue: PQR Material / Buyout Costs Change Order Date: 03/01/17 Change Order#: 1614-008 rev.1 P.O.#: B & B Job#: 1694 Cost Breakdown Additive Qty. I Description 1 Weight Cost I Cost/Ea. Amount 1 DR Testing @ Dwight $6,5i8.00 $ 6,518.00 2 Radiographic inspection $ 300.00 $ 600.00 1 HSS 18x.500 A500 GRCx2'-4 218 $ 0.65 $ 141.87 Shop Weld (56' 0") 11 $ 7.00 $ 75.21 Material Sub -Total $ 7,335.08 15% mark-up on material $ 1,100.26 Material Total $ 8,435.34 abor Detailing 0 Hours @ $ 75.00 $ - Shop labor 10 Hours @ $ 70.00 $ 700.00 Shop Supervision 10 Hours @ $ 80.00 $ 800.00 Engineering 0 Hours @ $ 100.00 $ - Field measuring 0 Hours @ $ 75.00 $ - Premium cost (Detailing) 0 Hours @ $ 95.00 $ - Premium cost (Shop) 0 Hours @ $ 86.00 $ - Labor Total $ 1,500.00 rreignt costs Frei;ht; 3 hr. min. (B & B Fabricators) Freight (Contract comer) 2 0 Loads $ 255.00 Per load $ 600.00 $ 510.00 Summary Freight Sub Total 15% mark-up on Freight Freight Total 510.00 76.50 586.50 Material /Buyout costs $ 8,435.34 Labor/Detailing costs $ 1,500.00 Freight Costs $ 586.50 Bond / Insurance (5% of Materials / Labor/ Freight) $ 526.09 Small Tools / Equipment (3% of Materials) $ 253.06 Other cost (see attached if required) *Total cost this change* $ 11,300.99 `See B & B Fabricators cover letter #1614-008 rev.1 Date: 3/1/2017 6 JSTOMER Order No. DWIGHT COMPANY Inc. WELDING LABORATORY SERVICE 414 HEWITT ROAD CHEHAUS. WA 98532-8601 B & B Fabricators 7301 197th Place N. E. Arlington WA, 98223 170532 06Jan-17 F7AV. (C Ohl MSFASPOr-11L 4 6 FOR TESTS AT 20F for CHARPY with TENSILE$, BENDS AWT, MACROS & Rb HARDNESS SPEOIA TEST SETior ir DIAMETER X 1/I WALLA-500 PIPE, 25 TEST COUPON SET WITH WITNESS. ATTEN: Mr. Mike Virglllo, QA Manager DATE SHIPPED 06Jan-17 CAW (5,S) ON P88 FAB POP 1.614O Ship VIA. UPS/FAX TERMS NET30 ENGINEER & WELD INST. JMD / MtD, LAB OVEF-414 E -g ANTIT UNITS { DESCRIPTION a SERVICE i OVRTI4E LABOR UNIT PRICE Std TIME SUPERV2SORI APPROVAL?. SUB - . TOTAL MILEAGE LABOR 6.5 HR CUT, LAYOUT CHARMS NOTCH LOCATIONS PER SPECIAL INSTRUCTIONS for -20F. $150.00 $975.00 "I 1 EA COLBALT TOOTH SAW BLADE FOR HIGH SHRINK WELD DEPOSIT, I $95.00 $95.00 I 15 EA MACHINE CHARPY BARS TO CONFIG_ WITH NOTCH LOCATION PER CODE INST $130.00 V.950.00 .? 15 EA BREAK CHARPY BARS IN NIST TRACE IMPACT MACHINE $55.00 $825.00 ' a . 3 EA MACHINE MACRO SPECIMENS WITH WET GRIND SURFACE $110.00 $330.00 -i 3 EA FINE POUSH, WET LAB, ETCH AND PHOTOGRAPH $75.00 $225.00 2 EA MACHINE RECTANGUALR TENSILE BARS $95.00 $190.00 J. 2 EA BREAK TENSILE BARS IN NIST TRACE TENSILE MACHINE $75.00 $150.00 - , `I 4 EA MACHINE SIDE BEND BARS $95.00 $390.00 4 EA BEND IN FOLLOWER MACHINE TO AWS D1.5 REQUIREMENTS 550.00 $200.00 1 EA MACHINE ALL WELD .505 TENSILE BAR $175.00 $175.00 9 1 EA BREAK TENSILE BARS IN NIST TRACE TENSILE MACHINE $175.00 $175.00 4.2 HR ASSEMBLE DATA AND MAKE ORIGINAL CERTS FOR D15 ON EXCEL FORMAT with PDF to QA $150.00 $630.00 .`I, 1 SET FINISHED TEST COUPONS RETURNED BY UPS $28.00 $28.00 1 SET HARDNESS SURVEY OF MACROS FOR TOP AND ROOT - ENGINEERS REFERENCE ONLY $190.00 $190.00 M S & MISYRAS C-USIOMER wartesS, POR-TESTS FOR 1 PIPE OVERTIME ON CUTTING &: MACHINING OPERATIONS, $0.00 $6,518.00 BILE: IN2018-POR FCC 5-052T'h•221t+-Tenslea-Bende-Macron -HARDNESS & -charpys ® -20F DI-6 FRACTURE CRITICAL Lab 0113-16.xd TOTAL $8 51$.00 (AB NO. 113-2016 J. M. DWIGHT, WELDING ENGINEER DWIGHT COMPANY. 1-360-262-9844 I The times end tasks submitted on Mistime sheet are accurate end in accordance with the task assignment. Adams & Smith, Inc. Cost Proposal Detail PQR Testing Costs Rev. 0 5/19/2017 Project: Tukwila Pedestrian Bridge A&S Job#: 1611 A&S WO #. 002 RFI#: Total Direct Dwg Detail Description Qty Unit Rate Unit Labor Rate Total Cost Direct Labor - West Coast Welding 1 PQR Weld Coupon Labor- Straight Time 64.0 Hra Mh/Ea Mh 96.67 6,186.88 2 3 PQR Weld Coupon Labor - Double Time 16.0 Hrs Mh Mh 160.99 2,575.84 Lbs Lbs/Mh Mh - 4 Ea Mh Mh - Subtotal Direct Labor - - - 8,762.72 5 Ironworker Foreman Delta - Working 0.0 Mh - 5.32 - 6 Ironworker Hotel Costs (4 Man Crew) 0.0 Man/Days 100.00 - 7 Ironworker Subsistence 0.0 Man/Days 40.00 - 8 Smal toots / safety Mh 250 - Total Direct Labor - Mh 8,762.72 Permanent Material Qty Unit Rate Total Cost 9 Weld Wire & Other Materials 1 LS 318.48 318.48 10 Shipping Costs - FEDEX (B&B Cost) 1 LS 715.86 715.86 11 LS - 12 Material Tax 1 LS 9.50% 30.26 Total Permanent Material 1,064.60 Equipment (Using 2016 Blue Book Rates) Qty Unit Rate Total Cost 13 307 RT Hr 80.34 - 14 Forklift - Diesel 100000 Hr 67.42 - 16 Welding Machine 300 Amp Gas Hr 14.27 - 18 Pick-up Trk - Gas Crew 4x4 3/4 ton (Standby Rate) Hr 10.00 - 19 ,, Scissors Lift - to 20' Hr 7.21 - 20 Scissors Lift - 21-30' Hr 8.85 - 21 Boom Lift - 45' Hr 28.02 - 22 Scissor Lift - 40' RT Hr 44,44 - Total Equipment - Sevices Qty Unit Rate Total Cost 23 Weld Testing & Inspection - PQR 1.0 LS 8,140.00 8,140.00 Total Subcontracts 8,140.00 Supervision & Engineering Oty Unit Rate Total Cost 26 Field General Foreman Mh 96.72 - 27 Project Manager/Cost Engineer Mh 90.00 - Total Supervision & Engineering - Total Coat 17,967.32 Total Labor Labor Markup Total Materials Materials Markup Total Equipment V 8,762.72 v 29% 2,541.1t4i ✓ 1,064.60 21% 223.57 Equipment Markup 21% Services Costs 8,140.00 Services Markup 21% 1,709.40 ✓ Subtotal 22,441.47 Subcontractor Costs 22,441.47 p�� Subcontractor Markup (Up to 25K) 12% `3,B4g.0e 20 Z. Subcontractor Markup (25K to 100K) 10% Subtotal 25 141747.4iond.Gesla i"4-----214.50 Total Amount: 24,A55,8.7 134.115 Page 1 of 1 WCW, Inc. ■ P.O. Box 974 wit+ 'wawa SUN CITY, CA 92586 WWW.u-c\\inc.bz Office 951-977-4707 Vas 951-977-4706 Bill To Adams & Smith, Inc. 1380 West Center Street Lindon, Utah 84042-1648 US Date Invoice # P.O. No. Terms Due Date Project Invoice U-16-1141 AR-M55... Description Qty UJM Rate Amount For subcontract 1611-01, the following service fee have been accrued: UT Inspections Destructive Testing Procedure Qualifications Purchase and provide specified material for job. Steel used during testing procedures. Thank you for your business! 1 1 i 8,140.34 8,140.34 318.483 318.48 _ . Total $8,458.82 -14 ,ovo 1768438 Billing Address: B & B FABRICATORS 7301 197TH PL NE ARLINGTON WA 98223-4601 Invoice Summary Mar 03, 2017 Invoice Number 5-726-53499 Invoice Date \ Mar 03, 2017 Sbippina Address: B & B FABRICATORS 7301 197TH PL NE ARLINGTON WA 98223-4601 Account Number 1746-7967-3 FedEx Tax ID: 71.0427007 Invoice Questions? Contact FadEx Revenue Services Phone: 1800) 622-1147 M-F 7 AM to 8 PM CST Sa 7 AM to 6 PM CST Fax: (800) 548-3020 Internet www.fedex.com Page 1 of 4 FedEx Express Services Transportation Charges Special Handling Charges Total Charges USD TOTAL THIS INVOICE USD Other discounts may apply. 691.65 24.21 $715.86 $715.56 Detailed descriptions of surcharges can belocated atfedex.com TOensum pow aedit, please me m this portion with pm payment to Fed Es. Please donot stlpbaFsb.Flwmmote theckpayabletoFedac 0 Fader oofaddres.chekFlemaldcompleteboncoammo oda Remittance Advice Your payment is due by Mar 18, 2017 Invoice Number 174679675726534992300007158625 004 7 23 5 a 1 AB 0.400 --MU10 1901061 98223.460101 .0014'4728241 IIII11illlnlilllilllllri1lUhl;"IIIllailflillilll'Ililiili11I1 B & B I ABHICATURS 7301 197TH PLNE ARLINGTON WA 98223-4601 5-726-53499 Account Number \ 1746-7967-3 Amount Due USD $715.86 IhIIII111111IIIIIIIill1Iar"IIIIIIIIIIIIII"IIII" Il1lll'IIIIIII FedEx P.O. Box 94515 PALATINE IL 60094.4515 1061-01.00-00472354002.012341 6 Invoice Number 5-726-53499 Invoice Date Mar 03, 2017 Account Number Page 1746-7967-3 13 ot 4 FedEx Express Shipment Summary By Payor Type FedEx Express Muftlwaight Shipntents I Original) 1-- _,..Ifricl.,. - sp7ciii— - 1 aveignal TranamortatIon 110d111'6, Riakfitax •i "Priyollyire,_ _ _____ _Pitekagas_ _ _ Iii*_ Warm Clign*I ..trit*OthirViipatiritt TOW Clialifms Shipper I 265.0 691.65 24.21 715.86 OiitFicgOes11:_ - 1 MO 6 $01.65 _ 42421yei-',1 4 -5:4-i-x_T-42.hR : _ illikki TOTAL THIS INVOICE USD $715.86 106 I .0 I 01004/ 23S-0001412) 4f 16-093 (d) Council Approval N/A Original ' ontract (without tax) $ 6,285,520.60 Previous Change Order $ 15,965.431 Date This Change Order (without tax) $ 0.00" By CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 DATE: June 16, 2017 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACT NO.: 16-093 el) PROJECT NAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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 Contractor: SB Structures, LLC By / 1 .i�Al1/ Title iz tlde� APPROVED BY THE CITY OF TUKWILA (o-Z431-I A tt., e Kbe -Mayor REV. CONTRACT AMOUNT $ 6,301,486.03 J jrz.4„ je.2A4c/A., Previous Contract Time: 247 Working Days City Engineer -Wo- if--) I Additional Contract Time for this Change Order: 0 Working Day Updated Contract Time: 247 Working Days ORIGINAL: CityClerk (1of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File ) do a cie/6// -s (11/2014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 4 Exhibit A Mobilization Payment Revision This Change Order formalizes a revision to Project Specifications, Special Provisions, Division 10, Bid Items No. 1 on pages SP-219 to SP-220 and No. Al, Mobilization, lump sum. In this Project Specification, it states that "1. When 10 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 60 percent of the amount bid for mobilization, or 10 percent of the total original contract amount, whichever is the least, will be paid." This Change Order will amend this Project Specification term from "60 percent" to read "95 percent". This Contract change is essential as the City is trying to comply with WSDOT Regional Mobility Grant requirement, by submitting the maximum amount of reimbursement request for work to be completed on or before June 30, 2017. The total amount of the Mobilization cost from Bid Items No. 1 and No. Al is $625,500.00. Through the latest payment issued to the Contractor, roughly 60% (or $375,000.00) of the mobilization cost has been paid. After the execution of this Change Order, an additional $219,225.00 at the maximum can also be issued to the Contractor. This Change Order does not change the Contract amount, but only in changing the timing of issuing the mobilization payment. This Change Order also does not change the Contract time. 16-093(c) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 DATE: June 12, 2017 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACT NO.: 16-093 (C) PROJECT NAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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: Dat By Original Contract (without tax) $ 6,285,520.60 $ 13,465.43 $ 2,500.00 $ 6,301,486.03' Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Previous Contract Time: 247 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 247 Working Days Contractor: SB Structures, LLC Title "7z-f-t9e'eecco APPROVED BY THE CITY OF TUKWILA (o_2S--/ 7 Date By 11,1 fit ie - Mayo City EngineerRd-2: • ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File / 5i Cg. f 6 ,AM-6 S (11/2014) Tukwila Urban Center Pedestrian / Bridge Bridge Project Contract Change Order No, 3 Exhibit A Pedestrian Hand Rail Revisions: This Change Order formalizes the revisions to the pedestrian top rail extrusion design. Back in December 2016, the Contractor notified the City through RFI (Request For Information) #s 43, 43.1 and 43.2 that the pedestrian rail's custom extruded section (as shown on the Project Plan Sheet A501, Detail 4) could not be constructed as shown, due to the section's unique geometry combined with the tight curves of the handrail alignment. The Designer on Record responded to the RFIs by providing a revised detail as an option (see the enclosed Project Plan Sheets A500, A501 and A502). This revised detail involved utilizing a standard tube section to allow for rolling to a tight radius, and removal of a portion of the section after rolling to achieve the same look as the original section. The Contractor submitted a change order request (SB Structures, LLC, Request for Change Order #4) due to this revised handrail detail. This Change Order (CO #3 — Pedestrian Hand Rail Revisions) covers all additional labor and material costs to construct the pedestrian handrail per the revised detail. The cost of this Change Order is in a lump sum amount of $2,500.00. No Contract time change will be made with this Change Order, as there was no impact to the project schedule critical path. Exhibit B 1/. NOTES. 1. SEE SHEET A201 FOR GENERAL NOTES 2. SEE DETAIL 4/A502 FOR TYP PICKET DIMENSIONS 1/2" AL PLATE PICKETS, WELDED TO AL PLATE AT BASE HSS, FINISH TO MATCH BAR GRATING — SEE STRUCTURAL METAL BAR GRATING, SEE STRUCT NOTCH PICKET AROUND AL MOUNTING PLATE, TYP WELD AND GRIND SMOOTH SEPARATOR SHEET BETWEEN AL MOUNTING PLATE AND ADJACENT SURFACE, TYP Al PEDESTRIAN RAILING ASSEMBLY BOLTED TO HSS PER STRUCTURAL SPAN 2 PED RAILING AT BRIDGE GRATING SCALE: 1 1/2" = 1'-0" DIM POINT POSITION ELECTRICAL CONDUIT WITHIN EXTRUSION _ _ TO AVOID INTERFERENCE 1/4_ —'1"� WITH LIGHT FIXTURE 1/e INTEGRATED LED LIGHT FIXTURE AND MOUNTING BRACKET, SEE ELEC 3/16" TRANSLUCENT RESIN PANEL, SECURE W/ TAMPER PR00F STAINLESS STEE SC:EWS AL TABS AT INTERIOR FACE OF TUBE TO SECURE LENS AL PLATE P PEDESTRIAN RAILING CAP TYPICAL SCALE: 6" = 1'-0" PIJLLIC WORKS DEPT_ .ENGINEERING•STREETS"WATER• SE WER• BUILDING' 4" TYP I UN01 f STRUCTURE 1/4 li,j_,_ /A AL GNMENT S EEV — WE 0 T J SECTION ONLY AT EACH JOINT ilLi 11 E0 `1 EC) i I REF I STRUCT EO / - ---- '-i -I' I -'- { 1/2'. �_�_ 1 t ONE PEDESTRIAN RAILING FINISH TO MATCH RAILING NOTF• 1. SEE DETAIL 1 /A501 FOR LOCATIONS REQUIRING POWER FEED TO PEDESTRIAN RAILING CAP Al PICKET. TYP AL MOUNTING PLATE BAR GRATING BEYOND, REF STRUCTURAL NUTS, WASHERS, AND THREADED STUDS, TYP, SEE STRUCT FOR SIZE COPE PEDESTRIAN RAILING PICKETS AND MOUNTING PL AT PRIMARY STRUCTURE, MAINTAIN 1/2" CLEAR PEDESTRIAN RAILING ELEVATION AT SPAN 2 SCALE: 1 1/2" = 1'-0" 7' — 4" (FIELD VERIFY) EJOINT TOP PEDESTRIAN RAILING SECTION 4" TYP UNO QJOINT DIM PT J 1 DIM PT NI I I Ef ST EO I�EOI_ '1 UC l 1 I T—JT — r E0 PEDESTRIAN RAILING MOCKUP. 4'-0" MIN LENGTH. MOCKUP TO INCLUDE ELEC CONDUIT RUN AT JOINT AND LIGHT FIXTURE E0 PEDESTRIAN RAILING ELEVATION — TYP by daze mgnod I NE 03/30/16 drawn EP 0306116 dreckN KS 6340t16 en 1 00T34'16 fiiddd di, no SCALE: 1" = 1'-0" Lmn eglirS ;aa1ww, Architecture woo. Design Interiors NUTS, WASHERS, AND THREADED STUDS NOTES; 1. NO GRATING & TROUGH AT SIM 2. SEE DETAIL 4/A502 FOR TYP PICKET DIMENSIONS 1/2' 4L PLATE PICKETS, WELDED TO Al PLATE AT BASE • CONC CURB. ALIGN WITH HSS EDGE BEAM BEYOND METAL BAR GRATING SEE STRUCT DRAINAGE TROUGH I♦ AL MOUNTING PL, SEE STRUCT EMBED PL, SEE STRUCT ROUTE ELEC CONDUIT PER ELEC SEPARATOR SHEET BETWEEN MOUNTING PLATE AND ADJACENT SURFACE. TYP PEDESTRIAN RAILING AT EAST APPROACH PEDESTRIAN RAILING SLOPE AND RADIUS TO MATCH BRIDGE AND APPROACH SPAN PROFILE FABRICATE PEDESTRIAN RAILING WITH PICKETS PLUMB, TYP STRUCTURE BEYOND SCALE: 1 1/2" = 1'-0" NOTES: 1. NO GRATING & TROUGH AT SIM 2. FOR NOTES IN COMMON SEE DETAIL 3/A500 PEDESTRIAN AND CYCLIST SENSOR WHERE OCCURS, SEE ELEC METAL BAR GRATING DRAINAGE TROUGH ROUTE ELEC CONDUIT IN CONC PEDESTRIAN RAILING AT WEST APPROACH SCALE: 1 1/2" = 1'-0" TUKWILA URBAN CENTER PEDESTRIAN / BICYCLE BRIDGE PEDESTRIAN RAILING DETAILS fif BID DOCUMENTS A500 J 47 file no of 135 no (dale mid doh Ym2016 NOTES' 1. SEE DETAIL 2/A500 FOR NOTES IN COMMON 2. SEE ELEC FOR LOCATIONS OF CONDUIT RUNS 3. PEDESTRIAN RAILING NOT COPED AT AREAS WITHOUT BEAM PEDESTRIAN AND CYCLIST SENSOR WHERE OCCURS. SEE ELEC BRIDGE DECK EL VARIES COPE PEDESTRIAN RAILING SECTIONS AT STRUCTURAL BEAM ( STRUCTURE PEDESTRIAN RAILING EL W/ POWER CONN TYP SCALE: 1 1/2" = 1'-0" Q JOINT PICKET NOTE' 1. SEE DETAIL 4/A500 FOR NOTES IN COMMON PEDESTRIAN RAILING CAP ABOVE 1/4" AL COVER PLATE, WELD TO PICKET PRIOR TO FINISHING AT SENSOR DRILL TWO 0.6" HOLES IN AL COVER PLATE TO ALIGN WITH SENSOR CELLS PEDESTRIAN RAILING PICKET I/e SENSOR ENCLOSURE. SECURE TO PICKET WITH COUNTERSUNK MACHINE SCREWS. SECURE SENSOR TO ENCLOSURE 'F ELEC CONDUIT, PNT TO MATCH PEDESTRIAN TEPICKET RAILING. SEE ELECTRICAL ry PEDESTRIAN AND CYCLIST SENSOR WHERE OCCURS. SEE ELEC PEDESTRIAN RAILING JOINT W/ CONDUIT 4 PIER 3 " MAX 0 EXPANSION JOINT r I I I I SLIDING SIT PL ASSEMBLY SCALE: 6" = 1'-0" DIM POINT LAST PICKET TO REMAIN PARALLEL WITH RAILING SECTION ON OPP SIDE OF EXP JT WELD CLOSURE AT END OF HSS, SEE STRUCT STOP PEDESTRIAN RAILING MOUNTING PL AT LAST PICKET AT EXP JT AL PEDESTRIAN RAILING PICKETS, TYP EXP JT BELOW, SEE STRUCT AL COVER PL, WELD TO PICKET TYP EA SIDE ELEC CONDUIT, ROUTE BELOW EXP JT SEE ELEC HSS, SEE STRUCT PEDESTRIAN RAILING CAP ABOVE. TYP CONC DECK AT APPROACH SPAN, METAL BAR GRATING AT SIM PICKETS FORM END CLOSURE OF TOP CAP AT EXP JOINT METAL BAR GRATING, SEE STRUCT PEDESTRIAN RAILING AT EXPANSION JT SCALE: 3" = I'-0" PUBLIC WORDS DEPT. 'ENGINEERING"STREETS• WATER'SEWER•BUB.DING• prci dir fiddhk no 4 1/4" -DIM PT ELEC CONDUIT 90 DEG FITTING, PNT TO MATCH PICKET TYP, SEE ELEC POSITION ELECTRICAL WIRING WITHIN EXTRUSION TO AVOID INTERFERENCE WITH LIGHT FIXTURE. SECURE IN PLACE 1/4" AL COVER PLATE, WELD TO PICKET AL PEDESTRIAN RAILING PICKET ELECTRICAL CONDUIT, LOCATE TIGHT TO COVER PL, PNT TO MATCH PICKET, TYP SENSOR ENCLOSURE - I I/2"X3"XI/8" AL RECTANGLE TUBE W/ I/8" PL WELDED TO END PRIOR TO FINISHING, FINISH TO MATCH PICKET. SEE ELEC FOR LOCATION ROUTE SENSOR WIRE THROUGH CONDUIT. TYP PED STRIAN RAILING CAP AT CONDUIT OBTJM `m n Um4neDNealOn Interiors WDWI6 034006 MOO 16 B1 Second iau Wau BAAI .9S 04 me Mi oeiee SCALE: 6" = 1'-0" REGISTERE0 ARCHITECT ROBERT WIDMLNER STATE OF WASHINGTON REMOVE DAHSED AREA I / OF TUBE TO CREATE PROFILE, FINISH CUT EDGES TO MATCH ADJACENT SURFACE TACK WELD AL TABS TO PROFILE TO ALLOW ATTACHMENT OF LENS, (1) EACH SIDE AT 12" OC MAX PEDESTRIAN RAILING CAP PROFILE SCALE: 12" = 1'-0" PEDESTRIAN RAILING DIM POINT ABOVE ALIGN CURB WITH HSS EDGE BEAM BEYOND TAMPER PROOF HARDWARE WELD LUG PER GRATING MFR TOP OF CONC DECK METAL BAR GRATING WITH BANDED EDGES INTERNALLY THREADED SELF -TAPPING SCREW ANCHOR AL PEDESTRIAN RAILING MOUNTING PL SEPARATOR SHEET EMBED PL, SEE STRUCT NOTE- FABRICATE GRATING IN SECTIONS AS NOTED ON PLANS. W/ (1) ANCHOR EA CORNER OF EACH SECTION. PLACE WELD LUGS IN SPACE BETWEEN 2ND AND 3RD BAR FROM GRATING EDGE. DRAINAGE TROUGH DETAIL SCALE: 6" = 1'-0" TUKWILA URBAN CENTER PEDESTRIAN / BICYCLE BRIDGE PEDESTRIAN RAILING DETAILS no idah 00 010 3 N. BID r DOCUMENTS A501 [ of 135 161e no dad Y302016 48 TURN TOP CAP DOWN TO FORM END PICKET BRIDGE PEDESTRIAN RAILING BEYOND JOINT, SEE STRUCT STAIR PEDESTRIAN RAILING TOP CAP ALIGN PEDESTRIAN RAIL NG AT STAIR LANDING TO SPAN 3 SCALE: 1 1/2" = 1'-0" TYP PEDESTRIAN RAILING PICKET SCALE: 1 1/2" = 1'-0" PEDESTRIAN RAILING CAP ABOVE, TYP PEDESTRIAN RAILING PICKETS PEDESTRIAN RAILING TOP CAP, - RETURN Al END '=-DIM POINT EMBED PLATE BELOW, SEE STRUCT PEDESTRIAN RAILING INSIDE CORNER SCALE: 3" = 1'-0" BRIDGE CABLE MOUNTING PL, SEE STRUCTURAL LIGHT FIXTURE, MOUNT TO STRUCTURAL SUPPORT BEAM PER MFR REQUIREMENTS, SEE (EEC ROUTE CONDUIT ALONG WEB OF BRIDGE DECK SUPPORT BEAM TO MINIMIZE VISIBLE LENGTH, POT TO MATCH BEAM BRIDGE DECK SUPPORT BEAM. SEE STRUCTURAL BRIDGE BOTTOM CHORD, SEE STRUCTURAL BRIDGE LIGHT MOUNTING — SECTION SCALE: 1 1/2" = 1'-0" BID DOCUMENTS A502 PTTBL,IC WORKS DEPT. "ENGINEERING"SIREETS• WATER'SEWER•BUILUNG" by date deg I HF OOANt6 dnttR EP 03130It6 cheekcd 1 KS 03OWt6 pecjeng 1 oYJO16 pia dir • fieldbkno Lmn 801 Second Avon, WA*Nrgmn0! p50t T ROO Op NlO Architecture Urban Design Waders STEREO AgOHITECi R02ERT WIOAfEVER STATE OF WASHINGTON TUKWILA URBAN CENTER PEDESTRIAN / BICYCLE BRIDGE PEDESTRIAN RAILING AND BRIDGE DETAILS 'pared men° 3 N. . Q j lof 135j fileno n0 da¢ revisions date 3008016 16-093(b) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 DATE: June 2, 2017 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACT NO.: 16-093 C b) PROJECT NAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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: �/7i�/ By Original Contract (without tax) $ 6,285,520.60 / APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 1,571.50 ✓ Date (o - 2 ! 11 Contractor jf ueiv/4S, LL.G Title /t7Gfilvt-r e This Change Order (without tax) $ 11,893.93 / B . //j - REV. CONTRACT AMOUNT $ 6,298,986.03 / Original Contract Time: 247 Working Days City Engineer 1j--7744:443 Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 247 Calendar Days j !tan EK,be . Mayor RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 2 Exhibit A 1. M-150 Plate Modification The Contractor has submitted a request for additional compensation due to the modification of the M- 150 plate. This request was B & B Fabricators' Change Order Request #3. Detail #2 of the Drawing Number S707 of the Project Plans showed that a small gap was left in the M- 150 Plate, where it was anticipated that smooth alignment of the steel would be. During review of the Contractor's shop drawing, the Design Engineer required that this gap be filled with a filler plate, and the shop drawing be resubmitted for review. As a result, B & B Fabricators (the steel bridge fabricator) prepared a revised shop drawing showing revisions to the 18 M-150 Plates. In the revised shop drawing, the 18 M- 150 tie plates were changed from its original dimensions; and a total of 36 additional plates (in different dimensions from the M-150 tie plate) were added. On top, a total of 72 A449 bolts were added to fill the gaps due to the 36 additional plates. Subsequently, the Contractor requested a change order of $4,347.50 for the modifications made in these M-150 Plates. This request includes the labor hours for the fabrication shop to revise the M-150 Plate shop drawing, to manufacture and install the additional 36 plates with seventy-two 1-inch hole countersunk, and to supply 72 A449 bolts. In return, the City's construction management (CM) team pointed out that the modification to the M-150 tie plates left some steel materials not to be used. The credit of these unused materials was calculated at $601.03. Thus, the net cost increase to B & B Fabricators is $3,746.47, and it was deemed reasonable by the Contractor and the City's CM team. Per the WSDOT Standard Specifications, 2016 version, Section 1-09.6, Item #6, the Contractor is entitled to 12% mark-up on this net cost increase of $3,746.47 by a material supplier. The total cost increase becomes $4,196.05, after adding $449.58 mark-up. 2. Revise 7/8-inch plate to 1-inch plate for the W12-40 Stringer The Contractor has submitted a request for additional compensation due to the revision of the 7/8-inch plate for the W12-40 stringer. This request was B & B Fabricators' Change Order Request #4. After the shop drawing of the 7/8-inch plate for the W12-40 stringer was approved on September 9, 2016, the steel fabricator went to purchase the material, and discovered that such material was actually not available for purchase. Thus, the Contractor submitted Request for Information (RFI) #22 indicating that the 7/8-inch plate material was actually not available for purchase. The Design Engineer's response to this RFI was that 1-inch plate material should be used instead. As a result, the Contractor needed to resubmit a shop drawing for re -approval. The Contractor has requested a change order of $15,595.28 for the extra labor hours and material cost to perform this material revision. This request includes the 15 labor hours for the fabrication shop to come up with 14 additional shop drawings, and the material cost change. In return, the City's CM team pointed out that this revision left some steel materials not to be used. The credit of these unused Page 1of2 materials was calculated at $12,670.29. Thus, the net cost increase to B & B Fabricators is $2,924.99, and it was deemed reasonable by the Contractor and the City's CM team. Per the WSDOT Standard Specifications, 2016 version, Section 1-09.6, Item #6, the Contractor is entitled to 12% mark-up on this net cost increase of $2,924.99 by a material supplier. The total cost increase becomes $3,275.99, after adding $351.00 mark-up. 3. Grating supports The Contractor has submitted a request for additional compensation due to the additional supports to the grating. This request was B & B Fabricators' Change Order Request #5. During a review of the Project Plans Drawing Number S708, the Contractor identified that no support was shown for the grating. Supplemental details were subsequently provided by the Design Engineer to add 2-inch x 1.25-inch shim block (A36) at full length of inside angle, with 0.25-inch fillet welded full length of the shim block. Please see the enclosed drawing "HSS Edge Beam Connection" showing the grating support details. The Contractor has requested a change order of $3,948.12 for the extra labor hours and material cost to perform this additional work. This request includes the 30 labor hours for the fabrication shop to re - detail the HSS edge beam connection and provide 20 reference shop drawings. The fabricator also needed 18.15 hours of shop time to manufacture and install the 40 new shim blocks and welds. This additional cost was deemed reasonable by the Contractor and the City's CM team. Per the WSDOT Standard Specifications, 2016 version, Section 1-09.6, Item #6, the Contractor is entitled to 12% mark-up on this net cost increase of $3,948.12 by a material supplier. The total cost increase becomes $4,421.89, after adding $473.77 mark-up. Total The summation of the above cost increases — $4,196.05 + $3,275.99 + $4,421.89, is $11,893.93 on a lump sum basis. These cost increases were all brought forth by the steel bridge fabricator, caused by design changes during the construction phase. Page 2 of 2 2" x 1.25" Shim block (A36) full length of inside angle, TYP 1/4" fillet full length of shim block, TYP HSS EDGE BEAM, SEE NOTE 1 METAL BAR GRATING 1 1 /2" j /<p,=, 1 P41 /A 7,A'L ; -41c L 4-a Co STANCHION 1/2" AL MOUNTING PL t/16" THICK BUM RUBBER SHEET (GALVANIC SEPARATION) BETWEEN MOUNTING PLATE AND MSS EDGE BEAM, FULL LENGTH 3/4"CONDUIT FOR BRIDGE UPLIGHTING, TYP TRIMMED L6x6x1, TYP FLOOR BEAM 3/4" 4 HS BOLT, TYP 1• HSS EDGE BEAM CONNECTION SCALE: 3"= 1'-O" 16-093 (a) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: April 18, 2017 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 90510403 CONTRACT NO.: 16-093 (' �) PROJECT NAME: Tukwila Urban Center Pedestrian / Bicycle Bridge Project TO: SB Structures, LLC 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 blow. ACCEPTED: D By Origina ontract (without tax) $ 6,285,520.60/ APPROVED BY THE CITY OF TUKWILA //7 Contractor 7rGoc22e i Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Title t 7e iuvoz, $ 0.00 $ 1,571.50x✓ By $ 6,287,092.10 Original Contract Time: 247 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 247 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Date rv1 023 C-�Kbe-, Mayor City Engineer R,41 ,,u1A-&,..ot • 4) cc: Finance Department (w/encumbrance) Project Management File 15j-d d" i /6/AV4-c.S (11/2014) ' Tukwila Urban Center Pedestrian / Bicycle Bridge Project Contract Change Order No. 1 Exhibit A During the preparation of Pay Estimate #1 for the Tukwila Urban Center Pedestrian/Bicycle Bridge Project, the Contractor protested the City's contract requirement to withhold 5% retainage on all pay estimates. The Contractor requested relief from this requirement, since they believed that the construction project was shown as a federally -funded project during the construction bidding process. However, the City project staff disagreed that the construction project was presented as a federally - funded project. In fact, no Federal fund was scheduled to finance this construction project. Therefore, the City has the right to withhold 5% retainage per the Contract. Subsequently, the Contractor filed a written claim to the City for the cost to supply a retainage bond, in order to process the pay estimates of the project. It is worth noting that Federal funding was used to finance the design phase of the project; and a federal aid number was listed on the front page of the Project Specifications. In the same time, the Contractor and all other bidders were notified at the pre -bid meeting that no Federal fund was used to finance this construction project. The Project Specifications also consists of contract clauses that supports the City's determination to withhold retainage. In the end, City project staff and the Contractor believe that the best solution to resolve this issue is to equally split the cost of the retainage bond, as an equitable adjustment to both parties. The Contractor, in lieu of having retainage withheld from the pay estimates, purchased a retainage bond so the pay estimates could be processed. The cost of the retainage bond was $3,143.00. By splitting the cost equally, each party will be responsible for $1,571.50. The City will pay for its share of the retainage bond cost through a new bid item from this Change Order. The details of this new bid item is listed in the table below: Bid Item No. Description Quantity Unit Unit Price Cost CO #1 Equitable Share of Retainage Bond Cost 1 LS $1,571.50 $1,571.50 No Sales Tax Rule 171 $0.00 Total Change Order Cost $1,571.50 C-1 AGREEMENT FORM 16-093 CONTRACT NO. Council Approval 6/20/16 THIS AGREEMENT is made and entered into on this' day of , 204 by and between the City of Tukwila, Washington ("Owner") and SB Structures, LLC ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE PROJECT, Project No. 90510403, including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF (Owner) By: SHINGTON Mayor ay of 3�k City Attor ey Address for giving notices: Address for giving notices: 63O0 au'}koder "1Ja 5iC 100 PO Box 68847 SB Structures (Contractor) By: Bob Scarselia Title: Member Attest: This d 3 day of JLh U , 20 Ile Contractor's License No. SBSTRSL947LW �v kW�V., u A c e I KE City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 33 of 36 Seattle, WA 98168 1,7 oi'76nv,4e_,S Rev. 6-15-10 April 2016 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 023036217 We, SB Structures LLC , and Liberty Mutual Insurance Company (Principal) (Surety) a Massachusetts corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner"), in the penal sum of Six Million Two Hundred Eighty Five Thousand Eight Hundred Seventy & 35/100 ----- - Dollars ($ 6,285,870.35 ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated 07'v' j , 20A, between Principal and Owner for a project entitled TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE PROJECT, Contract No � tia-�3' ("Contract"). The initial penal sum shall equal 100°I° of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10%) of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount. City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 34 of 36 Rev. 6-15-10 April 2016 Performance & Payment Bond C-3 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. 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 7th day of July , 20 1s . SB Structures LLC Si ature of Authorized Official Bob Scars ella, Member Title Liberty Mutual Insurance Company Sur Signature of Authorized Official By Karen C. Swanson Name and address of local office of Propel Insurance agent and/or Surety Company: Attorney in Fact (Attach Power of Attorney) 1201 Pacific Avenue, Suite 1000 Tacoma, WA 98402 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: City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 35 of 36 Rev. 6-15-10 March 2016 THIS POWER OF ATTORNEY IS NOT VALID UNLESS 1T IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7387062 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations 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, Aliceon A. Keltner; Annelies M. Richie; Barbara A. Johnson; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kristine A. Lawrence; Kyle J. Howat; Mitchell R. Smee; Peter J. Comfort all of the city of Tacoma , state of WA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 6th day of June 2016 STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY ss By: American Fire and Casualty Company The Ohio Casualty insurance Company Liberty Mutual insurance Company West merican Insurance Company David M. Care , Assistant Secretary On this 6th day of June 2016 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance 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 Plymouth Meeting, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Plymouth Twp., Montgomery County My Commission Expires March 28, 2017 Member. Pennsylvania Association of Notaries U QzeBy: �/�) Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to anntc by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other 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 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 attomeys-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 attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall 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 attomeys-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, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and ec copy of the Power of Attomey 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 7 day of , 20 1 i . By: Gregory W. Davenport, Assistant Secretary LMS_12873_122013 372 of 800 P-1 PROPOSAL (unit price) Contractor's Name SB Structures, LLC Contractor's State License No. SBSTRSL947LW City of Tukwila Project No. 90510403 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 TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE PROJECT, which project includes but is not limited to Construction of an approximately 350 foot -long pedestrian bridge over the Green River, all within the City of Tukwila, including but not limited to: walls, landscaping, colored and scored concrete pavement; construction of a steel, twin -tied arch pedestrian bridge and associated concrete approach structures; removing and replacing concrete curbs, sidewalks and ramps; providing all necessary traffic control labor and devices; providing temporary erosion/water pollution control; relocation and adjustment of existing utilities; installation of junction boxes, trail lighting, bridge lighting; 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) El 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 247 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. City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 15 of 36 Rev. 6-15-10 April 2016 SB Structures, LLC P-9 Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are met: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard - copy bid form — Project Name, Schedule Name, column headings — in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the unit price Bid form which acknowledges the Bid Guaranty, Time of Completion, and all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two, unit Bid prices will prevail over the extended (Total) prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print-out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its 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 amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print-out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: Title: Date: By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt 5/13/16 5/18/16 Addendum No. 3 4 Date of Receipt 5/20/16 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. City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 23 of 36 Rev. 6-15-10 April 2016 SB Structures, LLC Proposal P-10 The Surety Company which will furnish the required Payment and Performance Bond is Liberty Mutual Insurance Company (Name) Bidder: Signature of Authorized Official: Printed Name and Title: Address: of 1001 4t(1 Ave., Ste. 1300, Seattle, WA 98154 (,Ad ess) SB Structures Bob Scarsella, Member P.O. Box 68847, Seattle, WA 98168-0847 Circle One: Individual / Partnership / State of Incorporation: Joint Venture / Corporation Phone No.: 253-872-6750 Date: May 24, 2016 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. City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 24 of 36 Rev. 6-15-10 April 2016 P-11 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ). -OR- Bid Bond: The undersigned, SB Structures LLC (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 Bid Amount dollars ($ 5% of Bid Amount ), 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 TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE, Project No. 90510403, 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 24 SB Structures LL ,.--/ Princ' day of May Signature of Authorized Official gor3 Scr-�rzSeL�A f —t•-_1 Title Name and address of local office of agent and/or Surety Company: City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No, 90510403 Page 25 of 36 , 20 16 Liberty Mutual Insurance Company Surety n r B y in Fact (Attach Power oney) Cy�_�ia L. Jay Propel Insurance 925 Fourth Avenue, Suite 3200 Seattle, WA 98104 Rev. 6-15-10 April 2016 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scale Proposal (continued) P-12 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. City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 26 of 36 Rev 6-15-10 April 2016 Provided Co Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale • THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. • This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7328474 ss American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations 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, Aliceon A. Keltner; Annelies M. Richie; Barbara A. Johnson; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; James B. Binder; Jamie Diemer; Jennifer L. Snyder; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kristine A. Lawrence; Mitchell R. Smee; Peter J. Comfort all of the city of Tacoma , state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this lath day of April 2016 STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY On this lath day of April 2016 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance 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 Plymouth Meeting, Pennsylvania, on the day and year first above written. t� By: ,��-464(-) Ltatt) Teresa Pastelta, Notary Public COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastelta, Notary Public Plymouth Twp., Montgomery County My Commission Expires March 28, 2017 Member, Pennsylvania Association of Notaries American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican insurance Company By: ,0v7C.w David M. Care , Assistant Secretary This Power of Attomey is made and executed pursuant to anby authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and 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 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. 1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, 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 day of 1912 3 By: Gregory W. Davenport, Assistant Secretary LMS_12873_122013 104 of 800 SB Structures, LLC P-13 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 TUKWILA URBAN CENTER PEDESTRIAN/BICYCLE BRIDGE, Project No. 90510403. SB Structur 's. LLC Name o Sipxrrature of Authorized Official Member Bob Scarsella Title Signed nd sworn to before me on this 24th day of air.; . - A . 8,A..u,01, Signature of Notary Public in and for the State of Washington, residing at Kent, WA My a :� Tres: 9/8/18 trig Uhl' ' .►.r. �*= ‘Coitilb•�O : NOTICE TO ALL BIDDERS , To re gill , •'�a� tt activities call: May , 20 16 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 27 of 36 Rev. 6-15-10 April 2016 SB Structures, LLC P-14 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: SB Structures, LLC Address of Bidder: P.O. Box 68847 Seattle City Contractor's License No. SBSTRSL947LW WA 98168-0847 State Zip Code WA State UBI No. 602-615-583 Dept. of L&I License Bond Registration No. 69S004780 Worker's Comp. Acct. No. 132,332-01 Bidder is a(n): 0 Individual ❑ Partnership 0 Joint Venture 0 Incorporated in the state of List business names used by Bidder during the past 10 years if different than above: N/A Bidder has been in business continuously from Bank Reference Banner Bank Bank No. of regular full-time employees: 20 2006 Year Eric Scroggins Account Officer 425-739-1069 Officer's Phone No. Number of projects in the past 10 years completed: ahead of schedule 20 on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 10 years. Asa subcontractor for 10 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 Lona With Bidder John Smith Loch Louman General Superintendent 10 Years Office Eng./Proj. Man. Todd Walker Superintendent Josh Land 7 Years 10 Years Superintendent 4 Years City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 28 of 36 n....dd.+d �.. In..;I.J..... c...+4......... ..i 1A A 1 r r. .J Y.' A L.............« I I•.._...... \r...{f.. Q...+I Rev. 6-15-10 April 2016 SB Structures, LLC P-15 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)? Yes ❑ No Surveyor's Name: L -±J KT t Ivy F lA I e 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 Owner/Reference Name and Phone See attached 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 Proiect N/A 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? ® No 0 Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? ID No 0 Yes If yes, please state: Proiect Name N/A Contracting Party Bond Amount City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 29 of 36 Rev. 6-15-10 April 2016 SB Structures, LLC Responsible Bidder Determination Form P-16 Has Bidder ever been found guilty of violating any State or Federal employment laws? ® No ❑ Yes If yes, give details: N/A Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? ® No ❑ Yes If yes, give details: N/A Has any adverse legal judgment been rendered against Bidder in the past 5 years? IN No ❑ Yes If yes, give details: N/A 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 ❑ Yes If yes, please state: Date N/A Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury t accurate to the best of his/her knowledge. Th unde all information contained herein. Signature of Bidder Bob Scarsel Title: Member City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Date: Page 30 of 36 foregoing information is true and es the City of Tukwila to verify May 24, 2016 Rev. 6-15-10 March 2016 SB Structures, LLC P-17 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Link Belt 218 HSL Crane 110T 2009 Good Own Link Belt RTC 8060 Crane 60T 2000 Good Own 1 HC 7400 Boom Truck 23T 2005 Good Own Ingersoll UR 1056C Forklift 10K 2006 Good Own Sterling Tractor 3 Axle 2003 Good Own Sullair Air Compressor 185 2006 Good Own Ford F-450 Flatbed 2004 Good Own Genie Manlift 560 1999 Good Own Labor to be used: Operators, Laborers, Teamsters, Carpenters & Cement Finishers SB Struct, LL Signature of Authorized Of Member Title City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 31 of 36 Rev. 6-15-10 April 2016 SB Structures, LLC P-18 PROPOSED SUBCONTRACTORS Name of Bidder SB Structures, LIC 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 Schedule/Bid Item Numbers % of Name Subcontractor will perform Total Bid Totem Electric of Tacoma, Inc. Base: 1 (Partial), 127 - 131 10% City of Tukwila Tukwila Urban Center Pedestrian/Bicycle Bridge Project No. 90510403 Page 32 of 36 Rev. 6-15-10 April 2016 APWA-WA Division 1 Committee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: 5 percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: Signature of Authorized Official: Date: SB Structures, LLC May 24, 2016 Page 3 of 4 Provided to Builders Fvchanne of WA. Inc. For usacie Conditions Agreement see www bxwa.com - Always Verify Scale B TRUCTURES List of Projects Similar in Nature and Size COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE Coal Creek Culvert Replacement $1,284,633.00 09/14 04/08/13 Contract No. 13016 Owner: City of Bellevue Utilities, P.O. Box 90012, Bellevue, WA 98009-9012 Chris Brookes (425) 452-6825, CBrookes@beilevuewa.gov Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173, bob@scarsellabros.com Type of Work: CIP Concrete Culvert & Walls NE Novelty Hill Rd., Phase I $2,257,593.00 03/13 03/28/11 Contract No. 52510 Owner: King County, 401 Fifth Ave. 3ra Floor, Chinook Bldg., Seattle, WA 98104 Jeff McCarthy, 206-423-1086, jeff.mccarthy@kingcounty.gov Subcontractor to Scarsella Bros. Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173, bob@scarsellabros.com Type of Work: 3 Precast Bridges, Concrete Fascia Walls Sail River Bridge Replacement $2,852,990.00 04/12 04/25/11 Contract No. P16101 Owner: Makah Indian Tribe, P.O. Box 115, Neah Bay, WA 98357 Contact: Greg Stidham (Parametrix, Consultant), 253-863-5128, gstidham@parametrix.com Type of Work: Bridge Replacement, Temporary. Bridge, Bridge Demo., (Prime) Estimated Cost of Prime Work 60% Wa'atch River Bridge Replacement $5,479,597.43 09/11 09/10 Contract No. P16102 Owner: Makah Indian Tribe, P.O. Box 115, Neah Bay, WA 98357 Contact: Greg Stidham (Parametrix, Consultant), 253-863-5128 Type of Work: Bridge Replacement, Tempo. Bridge, Bridge Demo., (Prime) Percent Complete 0%, Estimated Cost of Prime Work 60% Tacoma Narrows Airport Runway Safety Area Improvements $5,674,842.63 06/09 08/08 Contract No. 4600043 Owner: City of Tacoma, 747 Market St., Tacoma, WA 98402, Mike Manley, 253-798-2261 Subcontractor to Scarsella Bros., Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173 Type of Work: CIP Roadway Tunnel, Percent Complete 98% Tieton River Crossings $1,896,854.00 06/10 08/09 Contract No. 7743 Owner: WSDOT, P.O. Box 12560, Yakima, WA 98909-2560, Paul Gonseth, P.E., 509-577-1810 Subcontractor to Scarsella Bros., Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173 Type of Work: 2 Precast Girder Bridges & Retaining Walls, Sheet Pile Cofferdams With Seals P.O. Box 68847 • Seattle, WA 98168-0697 • Tel: (253) 872-6750 • Fax: (253) 872-7171 WA Lic. #SBSTRSL947LW COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DATE SR 16 — Burley Olalla I/C $1,463,325.81 07/09 01/09 Contract No. 7550 Owner: WSDOT, 5720 Capitol Blvd., Tumwater, WA 98501 Subcontractor to Ceccanti, Inc., 4116 Brookdale Rd. E., Tacoma, WA 98446 Contact: Jon Vandergriend, 253-537-2990, Ext. 37 Type of Work: 2 Precast Slab Bridge SR 9, Schloman Rd. to 256th St. NE & 268th St. I/C $1,730,353.20 09/08 11/07 Contract No. 7267 Owner: WSDOT, 9021 El Capitan Way, Everett, WA 98208-3637, Marlin Lenssen, 425-225-8796 Subcontractor to Scarsella Bros., Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173 Type of Work: Construct New Concrete Girder Bridge and Retaining Wall with Fascia Renton Bridges Replacement Project $1,940,963.55 08/08 Contract No. 46381 Owner: Burlington Northern & Santa Fe Railway Co., 2454 Occidental Ave. So., Bldg. 1A, Seattle, WA 98134 Edward Allard, (206) 625-6179 Subcontractor to Scarsella Bros., Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173 Type of Work: 2 Steel Girder Railroad Bridges 08/07 NE 10th St. Extension, Stage 1 $1,722,063.53 07/08 01/07 Contract No. 630 Owner: City of Bellevue, P.O. Box 90012, Bellevue, WA 98009-9012, Maher Welaye, (425) 452-4879 Subcontractor to Scarsella Bros., Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173 Type of Work: Bridge Abutment, Precast Wall Construction, Concrete Barrier with Moment Slabs and Pedestrian Tunnel Construction Wagner's Bridge No. 364B Replacement $1,746,625.52 05/08 06/07 Contract No. 19607 Owner: King County DOT, 201 S. Jackson, MS-KSC-TR-0224, Seattle, WA 98104-3856, Victor Daggs, (206) 423-1063 Subcontractor to Scarsella Bros., Inc., P.O. Box 68697, Seattle, WA 98168-0697 Contact: Bob Scarsella, VP, 253-872-7173 Type of Work: Demo Bridge & Construct Segmented Precast Girder Post Tensioned Bridge 2