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