Loading...
HomeMy WebLinkAbout17-108 - PCL Construction - Boeing Access Road Bridge Rehab Construction17-108(v) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 22 DATE: 21 February, 2019 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Add new Contract Bid Item No. 97 — Crushed Recycled Concrete Base to supply, place and compact crushed recycled concrete surfacing for site restoration as directed in non -roadway areas. Measurement and payment shall be per ticket ton delivered to site. Negotiated Unit Price is $36.00 / ton for and estimated quantity of 300 tons. No working days are added to the Contract by this Change Order. 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. te February22, 2019 Contractor PCL Construction Services, Inc. By -rite Vice President and District Manager Aaron F. Wie e / Original Contract (without tax) $ 6,189,244.00 I APPROVED BY THE CITY OF TUKWILA $ 592,831.00 ✓ Date 3 - - Previous Change Order This Change Order (withouttax) 10,800.00 By REV. CONTRACT AMOUNT $ 6,792,875.00 Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day %Updated Contract Time: 311 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Allan Ekberg - Mayor City Engineer Hari Ponnekanti cc: Finance Department (w,/encumbrance) Project Management File 17-108() Council Approval N/A Sheet 1 of 1 CITY��Ul��� K�� 7FU U����U � ��. " u��*�mnm_�� CONTRACT CHANGE ORDER NO 21 DATE: 32January, 2O1H BUDGET NO.: 104.90.595.500,05.00 PROJECT NO.: 994104OO CONTRACT 17-1O8 � L~ �PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. YVuomhnmbvd irectedtomakothe hemindesohbed ohaOgeoto Ifiep|ansand specificatio [is ordnthe fe|lowing denrhbed wmrknot included inthe plans and specifications onthis 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 ofthe "Ownnr'are not prejudiced; C.AUc|aimsagainsttho^0«ner"whichominnidonta|toorasaconooquenneofthischangeamwaivnd;and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: 4nallowed under sections 1'O7.1 ond1'O7.9U\ofthe201GVVSDDT8tondard8pecificat|nnsmakepaymnnttothe Contractor for additional labor overhead cost toprovide paid sick leave to all hourly employees as required under Washington State Initiative 1438. Payment is based on certified payrolls for verified total project hours worked subsequent to January 1, 2018, (attached), and includes a negotiated additional implementation cost as allowed under 1'07.8(l). No working days are added tothe Contract by this Change Order. We the undersigned Contractor,havegiven canfii|mnsideration to the change proposed and hereby agree, if this proposal isapproved, that wmwill 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 &roo F. Wieb Original Contrac(without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Original Contract Time: 2G5Working Days Additional Contact Time for this Change Order: G|NAL: [ih/ Clerk (I of 2) [oKtFacto( (7Of2) PW Project Finance File Contractor PCL Construction Services, Inc. Title Vice President and District Manager $O'189,244D0V APPROVED BYTHE CITY 0F0KWILA � 579,481.00 / D a ta_ *l' � $ 13.350.00v^ By Al//, y / Allan Ekberg May2!�� City Engineer Hari Ponnekanti [[: Finance Department (w/CO[umbran[e) P[ je[t Management File / �--� /-/) /�/ �� � 7—` �� ur—/ u/~v'/�_ (11non) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 21 Exhibit A Description: The passage of Initiative 1433 required that starting 01 January 2018 employers provide paid sick leave to all hourly employees at a rate of 1 -lour for every 40 lours work. This change in statute law could not have been anticipated by the Contractor at time of bid. Per the requirements of 1- 07.1 tnis C-iange Order reflects the change in Contract cost due to the change in statute law. As allowed under 1-07.9(1) an addition fee is al lowed for the implementation costs of this change but does not include profit as allowed for additional labor costs under 1-09.6. This is a one time adjustment. No adjustments will be made for wages paid in 2019. Those additional costs wi I be absorbed by the Contractor. No additional days of Contract time are allowed for work and impacts included under this Change Order, Measurement and Payment: Measurement and Payment for all work included under this Change Order will be paid as a negotiated Lump Sum amount under new Contract Bid Item 096. . Cost Analysis: See attached spread sheet for labor -lour totals anc costs included uncer this Change Order. SHARING YOUR VISION. BUILDING SUCCESS' CONSTRUCTION City ofTukwila Project No.:gs4nmou Contract mo.:z7'zoy Project Accounting mo.: 9e410408.3000.17 City Budget Line Item wo.: 104.9e.595.500a5.00 Mr. Steve Carstens, P.E. City ofTukwila 63OOSouthcenterBlvd. Suite1U0 Tukwila, Washington 9Q188 Re: Boeing Access Road Bridge Rehabilitation CRXOOO4—Initiative 1433'Hourly Employee Paid Sick Leave 2O18 Dear Mr. Carstens: As of January 1, 2018, Washington State Initiative 1433 (under Chapter 49.46 R[VV Minimum Wage Requirements and Labor Standards) went into effect making it mandatory to provide paid sick leave to all hourly employees. Pursuant to Section 1-07.I of the VVSDOT Standard Specifications, we are providing notice of additional cost and time as a direct result of Initiative 1433 as well as a summary of those costs and time impacts for the 20l8calendar year. We hereby submit for your review and acceptance change request CRX 0004 Rev 01 — Initiative 1433 — Hourly Employee Paid Sick Leave 2018 in the lump sum amount of $13,351.03 for costs associated with the implementation of Initiative 1433. We also request an extension to the Contract Time of working days. This quotation is valid for thirty calendar days and issubject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely nnthe usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0004 Detail Report Rev 01 — Initiative 1433 — Hourly Employee Paid Sick Leave 2018 Z01OPaid Sick Leave Summary DC: ]an 9CLConstruction Services, Inc. Washington License #PcLCOs|o99Nvv 36sn13z^Avenue SE, Suite 65o'Bellevue, Washington 98006^Telephone (4Z5}4s4'8O2o^Fax: (4zS)4s4-59z4 pLzoxwApnxmmnmAcnoN,EQUAL orpnn/uNIn'ewp/osnmINon/ne/Fow*LaIDuAm//r»VsTEn ^s Project #: 5740007 PCL Construction Services, Inc. Page: 1 Project: Boeing Access Road Rehabilitation Project Seattle Date: 1/17/2019 Location: South Boeing Access Road, Tukwila, WA CRX Detail Report - CRX #: 0004 Time: 09:44:19 CRX Description: Initiative 1433 - Hourly Employee Paid Sick Leave Rev #: 01 Status: Quoted FD #: Approved CO #: CCN #: Approved CO Date: RFI #: Approved CO Amount: CRX Date: 1/9/2018 Schedule Activity ID: Quote Date: 1/17/2019 Time Extension: 7 Remarks: Initiative 1433 Paid Sick Leave - Effective January1, 2018 Cost Code: Serial Letter #: 950004 14, 14.1 Cost Code Description 950004 OUR FORCES WORK Quantity UoM Hourly Sick Leave - 2018 1.00 LS Based on 1 hour paid sick I ave per 40 hou Cost Summary Labor: 12,137.30 Material: 0.00 Equipment: 0.00 Subtrade: 0.00 Overhead: Fee: 1,213.73 0.00 Total Quote: $ 13,351.03 Labor Manhours Prod Total 1. s worked Labor Cost Rate Total 12,137.30 12,137.30 Subtrade Sent Due Date Received Quote $ Material Cost Rate Total Equipment Cost Subtrade Cost Total Cost Rate Total Rate Total Rate Total 12,137.30 TOTAL OUR FORCES WORK TOTAL MARKUP ON OUR FORCES Fee MARKUP ON OUR FORCES 10.00% TOTAL CRX #: 0004 1 12,137.30 12,137.30 1,213,73 1,213.73 13,351.03 .. -...... 1,213.73 1,213.73 - - - 13,351.03 Address Number Alpha Name JOB Job Typ Job Typ Description 1 HRS WRKD GROSS PAY Base Rate Business Unit 20773 ALVAREZ-MART 0131 1102T CARPENTER - JRYM - BRIDGE 57.00 2,389.44 41.920 5740007 22966 ALVAREZ, MIC 0131 1118T CARPENTER - 1ST PER - BRIDGE 111.50 2,804.24 25.150 5740007 23036 CHING, DAVIN 0131 1118T CARPENTER - 1ST PER - BRIDGE 0.00 270.30 0 5740007 23036 CHING, DAVIN 0131 1118T CARPENTER - 1ST PER - BRIDGE 650.50 16,605.32 25.150 5740007 23036 CHING, DAVIN 0131 1118T CARPENTER - 1ST PER - BRIDGE 78.00 2,160.71 26.350 5740007 22947 HA'O, MOANAL 0131 1102T CARPENTER - JRYM - BRIDGE 448.00 20,587.50 43.920 5740007 13902 MARTINSON, D 0131 1102T CARPENTER - JRYM - BRIDGE 0.00 416.50 0 5740007 13902 MARTINSON, D 0131 1102T CARPENTER - JRYM - BRIDGE 632.50 26,881.20 41.920 5740007 13902 MARTINSON, D 0131 1102T CARPENTER - JRYM - BRIDGE 952.00 44,249.40 43.920 5740007 22946 MATA JR, JES 0131 1101T CARPENTER - FOREMAN- BRIDGE 0.00 515.35 0 5740007 22946 MATA JR, JES 0131 1101T CARPENTER - FOREMAN- BRIDGE 1,110.50 52,208.19 46.110 5740007 22946 MATA JR, JES 0131 1101T CARPENTER - FOREMAN- BRIDGE 1,088.00 56,547.00 48.310 5740007 23233 MOE, TERRY M 0131 1102T CARPENTER - JRYM - BRIDGE 726.50 33,818.40 43.920 5740007 22947 NEWELL, CHAR 0131 1102T CARPENTER - JRYM - BRIDGE 0.00 468.50 0 5740007 22947 NEWELL, CHAR 0131 1102T CARPENTER - JRYM - BRIDGE 1,110.50 47,463.92 41.920 5740007 22947 NEWELL, CHAR 0131 1102T CARPENTER - JRYM - BRIDGE 599.50 28,515.06 43.920 5740007 23170 SCHOPPE, MAT 0131 1102T CARPENTER - JRYM - BRIDGE 0.00 425.50 0 5740007 23170 SCHOPPE, MAT 0131 1102T CARPENTER - JRYM - BRIDGE 268.50 11,433.68 41.920 5740007 23170 SCHOPPE, MAT 0131 1102T CARPENTER - JRYM - BRIDGE 202.00 9,223.20 43.920 5740007 7015 TINGELSTAD, 0131 1100T CARPENTER - GEN FR - BRIDGE 68.00 3,203.48 47.110 5740007 22943 COLE, JEFFRE 0242 1053T LABORER III - GENERAL -BRIDGE 73.50 2,612.19 35.540 5740007 22967 FREEMIRE, CO 0242 1053T LABORER III - GENERAL -BRIDGE 600.50 21,368.43 35.540 5740007 22967 FREEMIRE, CO 0242 1053T LABORER III - GENERAL -BRIDGE 1,148.00 45,227.24 37.270 5740007 22490 JACOBS, RAYM 0242 1026T LABORER III - APPR 95% -BRIDGE 140.00 4,726.40 33.760 5740007 22490 JACOBS, RAYM 0242 1026T LABORER III - APPR 95% -BRIDGE 1,020.00 37,950.79 35.410 5740007 23046 SOELTER, WIL 0242 1053T LABORER III - GENERAL -BRIDGE 250.00 8,885.00 35.540 5740007 22948 STEELE, DERR 0242 1053T LABORER III - GENERAL -BRIDGE 116.50 4,540.24 35.540 5740007 .2s)(6 tos4oT U (I) Wev-4 tb‘c, oc.rer /-0-4. (rc-r Rc4.) tao) I-ots( • Total Hours Worked 11,451.50 $485,497.18 Total Gross Pay Average Base Wage $42.40 Total Sick Time Pay $12,137.43 adjustment for wage ir adjustment for wage ir adjustment for wage ir adjustment for wage ir adjustment for wage ir 17-1[8(t) Council Approval N/A Sheet 1 of 1 CITY�~U�-»� ��U� ��UU����XUU �� ��n o��.�mmnu—�n CONTR��o������~��~������/���������� �� ACT ��xx��.=��u— ��nx�°u—x^ u"��. °.~^ DATE: 04Dnoemb8r 2018 BUDGET NO.: 104.98.595�500.85.00 PROJECT NO.: 90410408 CONTRACT NO.: 17-108 ^r�� PROJECT NAME: Boeing Access Road Bridge Rehabilitation 8-5 Off -Ramp to Airport Way S. TO: P-CL Construction Sorvices, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included inthe plans and specifications 0nthis contract: NOTE: This change order is riot effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A, The following change, and work affected thereby, are subject toall contract stipulations and covenants; B. The rights nfthe ^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: Transfer unused funds of $60,000 from Contract Bid Item 89 — "Impact Labor Costs" and assiqn those funds to established Bid Item 01 — "Unexpected Site Changes". Payment is by FORCE ACCOUNT porVVSOOT SS 1' U9.8yorwmrhdinectodasBid|b»m01.NowmrkinOdaysarnaddodtotheContnautbythisChangeOn]or. 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: 'Datp � &<roo F. Wiehe Original Contract (without tax) December 7, 2018 Previous Change Order This Change Order (without tax) $ 0,00 REV. CONTRACT AMOUNT $O'7OO.725.OU Original Contract Time: 285Working Days ,Additional Contract Time for this Change Order: 0Day 14,J'Updated Contract Time: 311 Working Days Contractor PCL Construction Services, Ioc, T0e Vice President and District Manager / ~/ APPROVED BY THE CITY OF TUKWILA $ 579481.001' "' Date , � w/ ' Allan Ekberg - Mayor.., City Engineer Hari Ponnekanti 11 ' [)FQG|NAL: City Clerk (1 of2) Contractor (2of2) PW Project Finance File uz Finance Department (x/enoumbranoe) Project Management File 51 / ^/x2 / � � (11xm`4) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 20 Exhibit A Description: The full amount of funds transferred to Bid Item No, 089 by Change Order No. 011 were not required to offset impact abor costs due to days rencerec unworkable by BNSF. A portion of these unused remaining funds are transferred to Bid Item No. 01 for additional work required by minor clanged conditions including minor misalignment of sidewalk structural steel due to existing concrete gircer mialignment. Original budgeted allowance for work included under Bid Item 01 as revised by Change Order 05 was $75,000. It is anticipated that acditional wor< under this Bic Item wi be required through the fall months until Project comPletion. No additional days of Contract time are allowed for work and impacts included under this Change Order, Measurement and Payment: Measurement and Payment for a I work included under Bid Item 01 " Unexpected Site Changes" shall remain unchanged ifrom the Contract. Cost Analysis: Transfer of funds from unused Bid Item 89 to on going Bid Item 01 will allow necessary additional work to continue without negative y impacting the project budget. 17-108hA Council Approval N/A Sheet 1 of 1 CITY��U-�`� ���� ��UU&���yUU �� ��o n��x��mxu�x� ��o�������� �������� o�������� ��o� �� v���o�oo^v���o =~u"��.����~ ��x^��u~o^ n���. n=, DATE: 04O8oemb8r 2018 BUDGET NO.: 104.98.595,500.85.00 � PROJECT NO.: 09410408 CONTRACT NO.: 17-108 ~~ '� '� � ~� PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5Off-Ramp to Airport Way S. TO: PCLConstruction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications onthis contract: NOTE: This change order is not effective until approved by the "Owner" and o notice to p0oond is issued. Conditions: A. The following ohange, and work affected thonahv, are subject to all contract stipulations and covenants; B. The rights ofthe ^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 Ofall change orders. CHANGE: Per RFI's 037, and Field Directive 015, (attached) and approved revised submittal Nos. 088.5, construct the SEW rataininU wall shown on Plan Sheets 854thoough 858 as an ong|noarud gravity wall. Per the vendor submitted shop drawings construction on the netoininO wall an an SEW wall would have required additional excavation into traffic lanes. 8ubstituinn of gravih/wmU allowed construction within the Plan construction footprint. Payment is by negotiated LUMP SUM of$O4'85O to be paid as 0d Item No. 95. Five (5)wmrkinq days are added tothe Contract bythis Change Order. VVethe undersigned Contractor, have given careful consideration tnthe change proposed and hereby agree, ifthis proposal is appmwnd. that mmwill provide all nquipmont, furnish all mateha|s, except as may otherwise be noted abome, and perform all services necessary for the work above speoified, and will accept as full payment therefore the prices shown above and below. December 7, 2018 Original Contract (without tax) Previous Change Order This Change Order (without tax) Contractor PCL ("onstruction Services, Inc. Title Vice President and District Manager $ 6,189,244,00 APPROVED BY THE CITY OF TUKVVILA � �� Date 1-2 Z G,_I eJ ' $ 84'850.00`// / Byxky1Allan Ekberg.--Aayor REV. CONTRACT AMOUNT 80.76O.725.00�u Original Contract Time: 205VVOrking Days Additional Contract Time for this Change Order: 5Day odatedC0ntract Time:311 Working Days K City Engineer � ' [ Hari 0onne'an >R|G|NAL: City Clerk (1 of2) Contractor (2nf2) PVVProject Finance File cc: Finance Department (w/encumbranma) Project Management File o/oow/ Boeing Access Road Bridge Rehabilitation Change Order No.19/PCLCRXNo. UOO9'SEW Retaining Wall Design Revisions Description Quantity UnM Unit Price UoK4 Subtotal Additional Excavation /VVSDOT SSG-13.4&.5\ Additional CST[leveling pad Additiona|BackfiU [DFBackfiUatSign Bridge (mateha|s) Shoring orExtra Excavation Cl B per VVSDOTSS2'O9.5 Additional Ultrab|nckWall Costs Additional Engineering Costs Additional Reharfor Thicken Edge Additional Work Paid byBid Item 131#13 Full Depth Asphalt Removal B|#l7 CST[ B1#18 HMA[L]/2 131#26 Structural Earth Wall 290 8[Y / 4'*8'*245')/27 96TN /5.5cfw2451f*142pcfV2000 290 B[F 196O5F /O'*24S'\ 184Z6F 1 LS I LS 78.00 CY $ 22,520.00 58.00 TN(B|#17) $ 5,568.00 $ 1I,310.00 $ 1,060.00 � 3.00 SF $ 5,880.00 � 15.00 SF �1,450.00 LS $l,62I.U0 L5 Total 1O96Mark UponSubcontractors per 1-09.6(5)d 145B' 54TN Q6TN 447 SF Change Order Total $ 27.00 SY $ 58.00 TN $ 160.00 TN $ 50.00 SF $ 27,630.00 $ 1,450.00 $ 1,621.00 $ 77,139.00 $ 7,713.90 $ 84,852.90 $ 3,915.00 $ 3,712.00 � 13,760.00 � 22,350.00 Total Additional Payment for Wall Revision $ 128,589.90 Note Prices shown for Additional Excavation, Additional 8ackfiU, and Shoring of Extra Excavation are taken from the 2017 City of Seattle Bid Item Data Base and represent competitive market rates. REQUEST FOR INFORMATION Date Submitted: 04/06/2018 I Reply Due Date: 04/13/2018 I RFI #: 037 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) Reference Plan Sheets S54-S56 and Submittal 088.1. The SEW shops submitted by the SEW designer requires geogrid straps 8'0" long to support the currently proposed block wall. The inclusion of the required geogrid wili increase the excavation limits necessary to constntct the block wall and will require most of the southernmost lane width to he removed to provide a legal slope into the excavation. Furthermore, the required excavation for the block.wall adjacent to the existing sign foundation at roadway station 16+99.20 will result in the sign foundation being exposed and undermined as the necessary cut to bottom of the leveling pad is below the bottom of the sign foundation. Per the previous owner's meeting on 04/05/18, PCL is currently in discussion with both Design and the blockwall installer on possible alternative designs that can still involve the DBE subcontractor. A possible solution would be to revise the wall material to a larger ecology block (Ultrablock) in lieu of the smaller Keystone blocks. An ecology block wall would likely not require geogrid reinforcement for the specified wall height which would create excavation limits in accordance with the limits assumed at bid time (the SEW wall shown in the original contract documents did not specify straps). Please advise if this change in wall type is acceptable. If acceptable please provide preferred ecology block. suppliers if any (suggest Ultrablock) and provide necessary details for integration of the ecology block wall with the sidewalk thickened edge above. A thicker sidewalk section will be required at vertical steps at the top of the wall due to the larger blocks being used. Backuo Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S54-S56 26 RESPONSE Changing the wall type to a larger ecology block is acceptable. Ultrablock is an acceptable block supplier. Reduce vertical step sizes by incorporating half height blocks. Maintain 11-4" min. thickened edge sidewalk and increase thickness as needed due to larger vertical step size. 07/23/1 8: See attached supplemental sketch for rebar for the thickened edge of sidewalk per approved revised design (Submittal #88,04SEW Shop Drawing Design Cafes Rev04). Attachments (as applicable) Form C-30 (rev. 9/08) 1 of 2 WASHER & SELF LOCKING NUT, TYP. BENT PL 343 x 3 POST STRAPS Vertica bars shcitil have. a 12'' rr6ri. splice at face et thickened sidewalk PL 1) x 6 BOTTOM STRAP, CENTERED ON POST 2" DIA, PIPE POST as needed witt„..71 eahylfic, thickness 1/4- DETAIL S 5 Space #4 bars along vertical face at '12" max 4 @ 15" CONCRETE SIDEWALK - #4 (TYP.) #4 0 10" 0,C. 4 © 15" 0.C. N / Rc„, 1 8 7 Submittal Transmittal & Response Shaded areas are for Engineer use only Submittal Number: 088.5 Date: 07/26/2018 (Contrac(or: give each submittal transmittal a consecutive number beginning with "1". Resubmittals will be identified alphabetically, e.g., 1.A ) Note: One form shall be filled out for each submittal item. The only exception will be if multiple items from the same supplier are submitted as a package for the same scheduled work. Contract Name: Boeing Access Road over BNRR Bridge Rehabilitation PW# 99410408 Contractor: PCL Construction Services, Inc. Fed Aid # BHM-1380(003) The Contractor submits the following noted attachments to Engineer for review and response: Sub item 1 2 3 4 5 Bid Item # (or Spec Sec #, if no bid #) 6-13.3(2) DESCRIPTION Structural Earth Wall Shop Drawings and Design Calcs. Rev. 5 Resubmittal 0 Supplemental Submittal Submitted by: Signature Derek Compton — Project Manager (360) 927-1529 Printed Name & Title Engineer Response NE Phone # The Engineer has reviewed the above noted documents and responded as noted above, under "Engineer Response". Key: NE = NO CXCEPTIONS TAKEN MC = MAKE CORRECTIONS NOTED: No resubmittal required, but corrections noted are required SI = SUBMIT SPECIFIED ITEM: Resubmittal required — rejected, see comments below RR = REVISE AND RESUBMIT: Resubmittal required — rejected, see comments below RJ = REJECTED — see comments below Note: Review is only for conformance with the general design concept of the Project and does not extend to consideration of structural integrity, safety, detailed compliance with Contract requirements and any other obligation of the Contractor. Any action shown is subject to the requirements of the construction Contract. Contractor is responsible for confirming and correlating all dimensions; fabricating and construction techniques; coordinating its work with that of all other trades; and the satisfactory performance of its entire work in strict accordance with the., construction Contract. The review is undertaken solely to satisfy Engineer's obligations and does not relieve Contractor from its obligation fully to perform all Contract requirements, nor shall such review give rise to any right of action or suit in favor of Contractor or third persons, against the Owner. Comments or actions may not be complete, once non-compliance is documented, the review may be discontinued snd the, submittal rejected, Engineer's Comments and Sign -off: # (key to above) 1 Comment Hana D'Acci, Bridge Engineer 8/2/18 Signature Printed Name & Title Date Lil See Attached Engineer's Comments See Mark -Up of Submittal Documents El See Other Attachments 10.0t7180 (355()' .l"; l'03:IN 6h'14.L.L. te: 2018.05.21 Dwg#: 18024 D signed bv:.IP, Drawn by: .113 4 ,vt'd;Ci'�S'I B AK.I<.fj'. P1_.'f'.NS) SITE PLAN PROVIDED BY TUK Ev I. 201 8.06.15 ( verity elevations 2. 2018.07.13 sidewalk elevations 3. 2018.07.17 add cap block SITE PLAN SCALE 1" — 10 01' 0 LA PUBLIC WORKS DEPARTMENT AAA CONTRACTORS Ultra Block wall Boeing Access Road Tukwila WA 10 20 VICINITY MAP (NTS) SITE PO Box 181 Auburn WA 98071 " (206) 788.8643 • °ficeNJJAinc.biz Gcotechnical Engineering Spacial Inspections Materials Testing Construction inspections 6 El A 1O31251.68 1C)P OP cI['�IiWfll.,l 11OL1'18.4.4 t IOW 5044 15,918 t (35.50' LEI BOW 45_46 KL( IN 481Al_L I 13461.80 (1 • 53' L1) 53.12 I'(71LE'.7:1\°>tL( 1.1:17"� fi1 I'.\I'KI'.(.RUU\> NI (WOc1.1) i('SP Calt CD It WA 1.1R 10 8 ITL 21.) 30 Dista314C', (Fcot) TOP Oi clDPWALK El 31.96 TO W 50.44 11(t111711i 1c,41 00(45.00 LT) L[tH'USL I) IUi' BREAK 1"OIK1 ( `ID1(1) 3114 150 160 >2 x.7.--15— x7 ...3 PXJ ,I' C.ROL; AID SURI ACES 170 13)(31 50.11 It( W 45 + (1 46,. 0 (15 57' LT 60 COP OP ;IDi-1) 3 K LI..5277 I 0141 30.44 I1O11' .75.18 16 60.DO (45.43' LID I;RFAK POIN FT s 1 1 OW 50:11 19 )W }5,48 16+99 20 (15.31 1: f) SKIN I NDN 50A4 Pfi)l1 45.48 )6.01 (15 33' I_"1) TN1)0 80 DO a0(1 L10 120 13i1 b1(1 150 PROPOSED TOP OF SIDEWALK i XII5 CIRO j f 180 ;00 21D 210 2211 230 Distance, (flee!) NO WALL I'L\I?TRA"LIONS ARE'; RLQLIIRI,D FOR DRAINAGE; Date: 201 8.05,21 DwgiI: 18024 Designed by:.1L3 Drawn by: 1E3 R!' 2018.06.15 ve ifyrlcv,Itions 2 2018.07.1 3 sidcwelk elevations 3. 2018.07.17 I a 1(1 cap block L:LI:VATION SCALE: I" 10 FT 250 "TOP OF SIDEWALK EL_ 50."13 I 'I(1W 49.20 s(W 43 on 16 4L1 00 (4.5.00' LT) END WALL _.._ 260 OCK COUNT 2 CADS (i2 '- 21 GAPS G9+ 1.288ANCIL1S 36 'CC TAL 79 F'ULL I(L(X'K' 23 (_AP,S 1:-!ALP 01_OC.1 TWO FL L1. I;I_OCKS p ) FULL &LO< K T1;RNED I101 17ONI'AL t0 SLOPI'', 901)R; 10 SL,UI'E LEGEND AAA CONTRACTORS Ultra Block wall Boeing Access Road Tukwila WA .5TA124, 1A111 fiRN 8 h'T 110111 5C lIe PO I3o> I81 Auburn WA 98071 (206) 786-8647 t)hcl Auer hi, C nterluricallingeleering 191864a1 In+)>cetinns Materials Testing Con, huction In, t cttivns 11L I RA BLOCK STANDARD V1R I IC'AL; 0 DEGREES DETAIL, 6 NOTE: LSE OPTIONAL, LAR.CIT'_R ('OL, JMN STACK IF SINGLE STACK 01 HALF BLOCKS DOES NOT FILL V011) 0.5 ULTRA BLOCK S LANDARD 9"X 29"X59" VERTICAL; t) DEGREES DETAIL 8I'1 \ 1511CAL ('OI:NI'R S LACK\ \` ATTLRI3 TYPICAI DF`I'AIL 90° CORNER (N.I.S) Dale: ,05.21 [')wg:=: 18 024 Designed by:.10 Drawn hy: J13 RI( LLY I.7,0188.06.I5 verifyelevations 2 2018.07.13 I stdnyalk cicvatiena 3. 2018.07.17 I add ozp block SELECT BACK' WSI)U'I' 9-03° '1, FINES (- ('200): 5 o MAX FRACTURE: 75 MIN 15 INCHES MIN LND1S"PRU131r;C) NATIV1i S011, PVC PI,RFORA 1'I:D UNDE 11)RAIN I'll'13, 6" DIAM. TIGIIILINIiAWAY 11(0M SLOPE AND WAIL, TO API'ROVI'I) ORAINAGI. SYSTEM--_ GRAVEL 13ACKPILL, II012 FOUNDATION 1 I'P('OMPAOI I:O DI'I'TII, CPTS111:D ROCK ULTRA 111 ((1 K STANDARD 79' X2 J X59' VE.R I I(AL; (I DEGREES 1(EES NOTES TYPICAL FOR ALL 11E101015 15 1(' DF`I'AIL 4 FT NO WALL PENETRATIONS REQUIRED I'OR DRAINAGE[ ULTRA `1'RA T31 O('K STANDARD '9 X29"X59 VERTICAL; 0DEGREES N011.5TYPICAL FOR ALI, HEIGHTS SELECT BACKFILL, WSDOT 9-03 ob FINES 0 #200):5"k, MAX FRACTURE: 75 MIN IS 'INCHES MIN I;NDIS IRUBED NA'I'IVL son, - PVC P1RFOR.V 11?D LNOLRDI(A1N PIPE., la' DIAM. T1GH 1'LINI3'. AWAY FROM SLOPE, AND WALL 10AP1'R01511)1)RAINAGI SYSTEM-- 1)1',I'A1LS-1 SC'AI.1; 1" 4.1,1 GRAVEL BAOKFIL1. FOR FOUNDATION'S 0.5' ('OMPACJ 1,D 1)I.I''111, CRUSHED ROCK AAA C ON'[ I:AC'1'ORS 1,7Itrra Block wall Boeing Acct',', Road Tukwila WA (i.01't 015 LI'AIL 10 FT MIN (1LIR1' 0 ' MIN BURY 0.5 ' 1'O Box 181 5u 11n WA 08071 "(205)-,1 m(t sticc JJ C;t„to hnica1 I ngineering SPrcial Inspection, Mate111l, Festin,, C one, tructioln Inspactions Boeing Access Road Bridge Rehabilitation Contract Change Order No. 19 Exhibit A Description: Per RFI's 037, Fielc [Directive 015, and revised Submittal 088.4 anc ,5, construct tne SEW retaining wall shown on Plan Sheet S54 tnrougi S56 as an engineered gravity wal . WSDOT SS 6-13.3(2) require a "Type 2E Wor<ing Drawing" for SEW wal s, final design is Dy vendor based on geotechnical parameters given in tie Contract documents, Per vendor submitted slop drawing No.88,01, construction of the retaining wal as an SEW wall woulc have required excavation into traffic anes. This would nave reduced tie avai abletravel lane directly west of -the bridge to one lane in the east bounc c recti on. Substitution of a vendor gravity wal allowed construction witnin tie P an construction footprint, This substitution saved an estimated additional excavation and bac<fi I I quantity of, (245'x8'x6'), 436 CY, 163 SY of pavement removal, anc 70 TN of asphalt paving. Five additional days of Contract time are allowed for wor< and impacts included under this Change Order, Materia s were pre-orcerec by tne Contractor after approved revised shop drawings to avoid delays to tne Project. Measurement and Payment: Measurement and Payment for all wor< included under Cnange Order No. 19 snal I be by LUMP SUM per approved nrea<down Cost Analysis: In Serial Letter No. 047 -tie Contractor requested S 135,291 for additional wor< inc udec under tnis Cnange Order including mark. ups allowed under 1-09,6. ( Contractor's estimate attacied.) Negotiated fina agreed price oasec Engineer's estimate of revised quantities and current mar <et unit prices per tne City of Seatt e Bid Item data base is 584,852 dollars, Area of wal is greater than that estimated py the Engineer in the Bic Documents. This increased area was snown in both tne final design for the gravity wal ( SuPmittal No.088,04) and tne final cesign for tne SEW wa I ( Submittal No.088.01). Note tnat if the SEW wal I had been constructed the increased cuantities of excavation, bac<fi I I, and asphalt paving would nave also been required plus an additional 436 CY of bac<fi I and excavation, ( 16,130) and 70 TN aspnalt paving, (. 11,200) for an additiona increase in cost of $27,330. Final negotiated price for this wor< therefore represents fair market value for this ciange and a net saving from the original design alternative. Contractor agreed to absorb additional costs for survey and layout recuired by tnis change. SHARING YOUR VISION' BUILDING SUCCESS' CmmSTwocT|mN August 2l2D18 Mr. Steve Carstens, P£. City ofTukwila 63OOSou1hcenterBlvd. Suite 10O Tukwila, Washington 9Q1OO Re: Boeing Access Road Bridge Rehabilitation [RXOOO9—Southwest Retaining Wall Re -Design Dear Mr. Carstens: City ofTukwila Project mn.: 99410408 Contract mo.:n-mo Project Accounting mo.: e9410408s000.17 City Budget Line tern wo.: 104.98o95.500a5.00 In response to RR #037 and subsequent submittals 488,2+¥88.5, we hereby submit for your review and acceptance chanXerequestCRXU009-5out6xxetRetainingVVaURe'Dedgninthe|umpsumamountof$l35,29O.77foraUcosts relating to the revised retaining wall design and construction. As was made aware to the City of Tukwila and Jacobs, the original wall design shown in the Contract Documents didn't account for a strap reinforcement zone and as a result did not accurately reflect the limits of the required excavation. The new vvaU design reduces the excavation limits and reduces oonstmctabi|ity issues related towork access, traffic control, and safe slope practices. In addition tnthe costs, we also request an additional five (S)working days be added tothe Contract schedule to account for the additional excavation and back5Uquantities. This quotation is valid for thirty calendar days and issubjectto revision beyond that period. Please indicate itsacceptance by signing below and returning a copyfor record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, mschedu|ing, extended overhead, acceleration, uti|ityconf|icts/potho|in[, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items ofcost, prior toany final settlement ofthis contract. Should you have any questions or comments please feel free to contact me at (360)92/'I529. Kind regards, PCL Construction Services, Inc. City of Tukwila �) x Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0009 Detail Report —Southwest Retaining Wall Re -Design DC: Ian cc: Jason Goetz, Rich FemeneUa,Garrett DeR P[LConstruction Services, Inc. Bryan Nicholson, Cathy Braswell- Jacobs Engineering PCLConstruction Services, Inc. Washington License #pc|cns099NVv ye5ozsz*Avenue SE, Suite asu'Bellevue, Washington s000n^Telephone (4zs)4s4-nozn^Fax: (425}454-5924 p[L/SxwAvmwmnvsAcnnmEQUAL ornz rvwnsMrmmxMlNox/nsS4EMALyDI.5Ayv//vVrox ^S Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, vu* PCLConstruction Services, Inc. Seattle CRXOeschodon: SouthvveutRebainingVVaU-OesignChanga Rev� Fo#: CCN#: Status: Approved Co#: Approved CODate: oar Approved oOAmount: CRXDam 1/11/2018 Schedule Activity ID: Quote Date: 8/23/2010 Time Extension: 5 Remarks: Contract wall design minot account for strap zone and effective excavation limits Cost Code: Serial Letter* Description _ MARKUP OmOUR Fowosa Fee Quantity uoM MARKUP omOUR FORCES Cost Summary Luuuc 0.00 Material: 0.08 Equipment: 0.00 Overhead: paa: 17,646.62 Total Quote: $1oo,2soJr Labor Manhours Labor Cost P rod Total Rate Total Subtrade oalardeCompo CPM Development 1 Land Survey, LLC Rebar Superior Earthworks Superior Earthworks Superior Earthworks Superior Earthworks Superior Earthworks Superior Earthworks Material Cost Rate Total Equipment cost Rate Tota� Page: I Date: em3/201e Time: 09:34:42 Received Qwote$ &no/2n18 om/2o1a 0a1/2o1n mz1/2o10 80/2o1O ao1/2o18 mnmzo1e mz1/zo1a m1o/2o1e 01m2o1n 8/1m2o1e am/2o10 Subtrade Cost Rate O/8/2O18 naouo18 o/140010 8/1w2o1a 7/3O/2U18 014/2O18 &m3/2O18 n/14/oo1e 80/2n10 e0/zO1a 80/2O18 7/30/2018 2,174.40 16,228.25 2,182.50 1,450.00 20,925.00 1,621.00 o�0.00 5,400.00 11,655.00 11,448.00 25,09510 14,065.00 Total Cost Total Rate 601244 601244 601244 601244 601244 601244 601110 601048 601005 601005 601120 601170 SUBTRADEvvOnK Additional excavation Additional gravel bockfi||for wall Additional full depth asphalt removal Additional C3TCfor full depth roadway section Additional CGTCfor levelling pad xuuitiuna|uackfiU Additional Hmmfor full depth roadway section Additional sidewalk concrete volume(assumed ao%more Additional ultraulocxwall cost Additional engineering for uuramock Wall Additional surveying and calculations Additional rouo,for thickened sidewalk edge TOTAL SUoTnAoEVVORK 210.00 BCY 60.00 CY 970.00 SF 25.00 rr 53.00 CY 210.00 oCY 2.335.00 SF 12.00 CY 1.3e5.00 SF 1.00 ua 1.00 LS 1.00 us 25,095.00 5,400.00 14,065.00 5,400.00 11,448.00 11,655.00 16,228.25 2,174.40 20.925�0o 1,450.00 2,182.50 1,621,00 117,644.15 � Project #: 5740007 PCL Construction Services, Inc. Project: Boeing Access Road Rehabilitation Project Seattle Location: South Boeing Access Road, Tukwila, WA CRX Detail Report - CRX #: 0009 CRX Description: Southwest Retaining Wall - Design Change Cost Code 990100 Description Quantity UoM SUBTRADE MARKUP Fee TOTAL SUBTRADE MARKUP Labor Manhours Prod Total Labor Cost Rate Total Material Cost Rate Total _.-------- TOTAL CRX #: 0009 Equipment Cost Subtrade Cost Rate Total Rate 15.00% Page: 2 Date: 8/23/2018 Time: 09:34:42 Total 17,647 Total Cost Rate Total 17,646.62 17,646.62 17,646.62 5,290.77 135,290.77 17-108(r) ' Council Approval N/4 Sheet of CITY��U���� ���� �7U U�����UK �� ��" " ��,��nou~�� CONTR��o�������� ���������� o������ ��o� �� ACT n^���� u ��nx��n�~��� ��u^����u^ x���. x"� DATE: O8October, 2O1D BUDGET NO.: 104.98.595500O0 PROJECT NO.: 99410408 CONTRACT NO.: 17-100 PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCLConstructinn Services, Inc. You are hereby directed tomake the herein described changes tothe plans and specificationsnrdothe following described work notimduded inthe plans and specifications onNisoontraot 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 k/all contract stipulations and covenants; B. The rights ofthe "Owne/'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:Oeletowmrkino|udedunderContractBid|tam60-"|nsidmGuan]Rai|''andaesignthosefundsofastimaed$3U.0OOto established Bid Item 01 - "Unexpected Site Changes". Payment is by FORCE ACCOUNT per WSDOT SS 1-09.6 for work directed es Bid ItnmO1. Noworking days are added tothe Contract bythis ChongeOrder. VVethe undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved,tha 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 � ate October 10, 2018 Original Contact (without tax Previous Change Order This Change Order (withouttax) REV. CONTRACT AMOUNT Original Contract Time: 285 Working Days I Additional Contact Time for this Change Order: ODay ",,Updated ContractTime: 306 Working Days $O'1O3.244.O0 Contractor Aaron F. Wiohe Title Vice President & District Manager APPROVED BY THE CITY OF TUKWILA ' 0.00 By y� ---- ' - - - - Allan Ekberg w m 4 o , -� \-1 [ - ^ City Engineer I' Hari Ponnelkanti 6R City Clerk(1 of2) Contractor (2of 2)PW Project Finance File cc: Finance Department (voncu Project Management File � *' v//2ow/ ~ Boeing Access Road Bridge Rehabilitation Contract Change Order No. 1.8 Exhibit /k Dcyc,iDGooc lkuns of work included ondcr Bid [kxn hU "Inside Guard Kui[` were to be directed by the Union Pacific Railroad but are not required hwBNS[ Original budgeted allowance for Bidltesn 60 vvax$30,0(X). ()cijnul budgeted ol|ovvuoccfhr work included under Bid Item 01 as revised by Change Order 05 was $75`000. It is anticipated that additional work uodor this Bid boon v/iUbc required through the fall Months until PrQject cornpletiOn. No additional days of Contract time are allowed for work and impacts included under Udo Change Order. Mouxorcnien1 and Puviumut: Measurement and Payment for all work- include(] under Bid 1kcm Ui — Unexpected Site Changes" shall rernain unchanged froni the Contract. Cost Analysis: Transfer of funds from onuacd Bid lbzon hO to on going 8idkcon U] will allow 1 7-1 08(q) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 17 DATE: 12 September, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 rG PROJECT NAME: Boeing Access Road Bridge Rehabilitation /I-5 Off Ramp to Airport Way S. l• TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Per RFI's 038, 046, and 046.1 (attached) and approved submittals Nos. 117 and 117.1 , increase the depth of steel SIP decking from 2" to 3", increase the depth of concrete sidewalk decking from 4" to 5", increase the span on the SIP decking to include the full width of the sidewalk structure, and install additional welded support brackets as shown, including all labor, materials, equipment and mark ups. Payment is by negotiated LUMP SUM of $70,714 to be paid as Bid Item No. 94. No working days are added to the Contract by this Change Order. 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: at September 17, By 2018 ContractorAaron F. Wiehe Original Contract (without lax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day $6 dated Contract Time: 306 Working Days $ 6,189,244.00 $ 423,917.00 $ 70,714.00 $ 6,683,875.00 TitieVice President & District Manager APPROVED BY THE CITY OF TUKWILA Date By47J Dc+oer 5,c o/s Allan Ekberg raj City Engineer I Hari Ponnekanti ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File /61-di xi6//th96.f (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 17 Exhibit A Description: Per RFI's 039, 046, and 046.1 increase the depth of steel SIP decking from 2" to 3", increase the depth of concrete sidewalk decking from 4" to 5", increase the span of SIP decking to include the full width of the sidewalk structure, and install additional welded decking support brackets to lower the thicker decking while maintaining Plan finish elevations. The 2" deep metal form shown spanning the outriggers on Plan Sheet S12 did not meet the deflection requirements of Specification Section 6-02.2(17)K2 necessitating the increase to a 3" pan deck. The 4" concrete deck shown on S12 did not allow the required clearance between the specified reinforcement and the steel deck necessitating the increase to 5" of concrete. Plan sheet S12 shows a 2 foot wide full depth formed placement on the inboard and outboard segments of the sidewalk deck cross section. Increasing the span of the SIP decking to the full width of the side walk structure will allow the sidewalk deck to be constructed in one operation without separate operations to form the full depth deck, allow time for the concrete to reach design strength, and remove the full depth forms. These forms would need to be removed from the work access form below which would extend critical path project work into the railroad 4th Quarter moratorium which could potentially delay project completion into spring of 2019. No additional days of Contract time are allowed for work and impacts included under this Change Order. Materials were pre -ordered by the Contractor after approved revised shop drawings to avoid delays to the Project. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 17 shall be by LUMP SUM . Cost Analysis: Contractor requested $70,714 for additional work included under this Change Order including mark ups allowed under 1-09.6 and a credit of $9,550 for the deleted form work. Net change is a decrease in self performed work by the prime contractor. All cost increases are due to additional charges by subcontractors and fabricators and applicable mark ups as allowed under 1-09.6.. Work added under this Change Order can be completed concurrently with previously scheduled Project tasks and will allow completion of critical path work necessary to reopen the south bridge lanes prior to the railroad 4th Quarter moratorium. Additional costs of this work should be balanced against costs to extend the project work past the current expected substantial completion date of late January 2019. REQUEST FOR INFORMATION Date Submitted: 04/13/2018 Reply Due Date: 04/20/2018 RFI #: 038 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) ❑ 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) Reference Plan Sheet S12 for the sidewalk widening details. The plans show a 2" deep metal form spanning the sidewalk steel outriggers. It was assumed at bid time the metal decking specified was sufficient to self-support the plastic weight of the concrete and construction live loading. Our permanent metal deck form supplier has notified us that in order to meet the deflection requirements in Specification Section 6-02.3(17) K2, the deck form will need to be 3" thick to be self-supporting. The plans call for a 4" concrete deck at this location which would not allow for the required clearance between the deck reinforcing and the metal deck per section 6-02.3(17) K3. PCL proposes to increase the deck thickness to 5" to allow for proper clearance. Our supplier has confirmed that the 3" deck form will be able to meet specification requirements with the 5" deck. See attached deck design calculations for verification. If acceptable, please provide a revised sidewalk cross section to confirm if any changes are needed to the fencing curb concrete dimensions due to the deck thickness increase. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S29 6-09.3(3)B B41 Permanent Metal Deck Form Sizing Calcs RESPONSE It is acceptable to increase the deck thickness to 5" using a 3" thick 16 gage deck form. Fencing curb height will remain 1'-0" above top of sidewalk and south side protective fence height will remain at 8'-0" above top of sidewalk as shown on plan sheet S18. Please provide cost proposal for this change, including supplier quote for specified and revised pan decking. Attachments (as applicable) RESPONSE APPROVED BY Signature: (on hard copy to be file (name & title) Hana D'Acci, Bridge Engineer Date5/10/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS LBFoster Fabricated Bridge Products Mike Benson Phone: 304-281-8874 Date: 4/9/2018 PROJECT: Boeing Access Road Bridge PRODUCT: 3 x 8 Bridge Deck Structure: 18 Gage Location: Tukwila, Washington SECTIONAL PROPERTIES: Sp= 0.810 inA3 Beam Spacing 11'- 4 1/2" Ip= 1,483 in^4 Flange 5 3/4" W= 3.67 ib/ft^2 Clear Span 10'- 10 3/4" ALLOWABLE STRESS 36000 psi (80 KSI) Design Span: 10.8958 ft Form Loads: Wt. of Slab= 26.67 psf Conc. In Flutes= 11.47 psf Slab Thickness: 2 in Wt. of Deck= 3.67 psf Dead Load(defl.)= 41.81 psf 2 Span Condition - Uniform Loading Const. Load= 60 psf Total Load(stress)= 101.81 psf Stress: Resisting Moment, Mr = f x Sp = 29160 in-Ib Design Moment M, = W x L ^2 x 12 = 8 w= 120 lb/ft2 min 18129 in-Ib(requlred) < 29160 in-Ib(allowable) Deflection: Allowable Deflection = L / 360 0,363 Deflection= .0054x W x L ^4 x 1728 = 0.361 in (provided) < E x I <= .500 max. Whichever is less controls, Support Reaction: R=PxL/2= 554.63Ib/ft M = P x a = 554.63 in-Ib actual a= 1 in Support Angle: thickness = 0.1345 in = 10 gage Fa = 29000 psi S= b x t^2 / 6(b = 12 in(per foot width)) = 2 x t ^ 2 = 0.03618 in^3 / ft M = S x Fa = 1049.23 in -lb / ft 1049.23 > 554.63 OK Weld Calculation: WELD SIZE 0.125 in LENGTH 1.5 in SPACING 12 in Pn = 0.75 x Tw x L x Fxx = 5965.31 Tw = 0.088375 L= 1.5 Fxx = 60 Ib =ultimate Allowable Weld Strength = 0.363 in (allowable) AISI S1002007 Pa= Pn/Safety Factor 5965.31 / 2.55 2339.34 Ib Distibuted Load: = R x Support Spacing / 12 in = 554.63 Ib 554.63 2339.34 OK LBFoster Fabricated Bridge Products Mike Benson Phone: 304-281-8874 Date: 4/9/2018 PROJECT: Boeing Access Road Bridge PRODUCT: 3 x 8 Bridge Deck Structure: 16 Gage Location: Tukwila, Washington SECTIONAL PROPERTIES: Sp= 1.013 inA3 Beam Spacing 11'- 5 1/4" Ip= 1.855 in^4 Flange 5 3/4" W= 4.54 Ib/ft^2 Clear Span 10'-11 1/2" ALLOWABLE STRESS 29000 psi (80 KSI) Design Span: 10.9583 ft Form Loads: Wt. of Slab= 26.67 psf Conc. In Flutes= 11.47 psf Slab Thickness: 2 in Wt. of Deck= 4.54 psf Dead Load(defl.)= 42.68 psf 2 Span Condition - Uniform Loading Const. Load= 60 psf Total Load(stress)= 102.68 psf Stress: Resisting Moment, Mr = f x Sp = 29377 in-Ib w= 120 lb/ft2 min Design Moment M, = W x LA2 x 12 = 18495 in-lb(required) < 29377 in-lb(allowable) 8 Deflection: Allowable Deflection = L / 360 =. 0.365 Deflection= .0054x W x L ^4 x 1728 = 0.295 in (provided) < E x I < = 3/4 inch max, whichever governs Support Reaction: R=PxL/2= 562.58 lb/ft M = P x a = 562.58 in-Ib actual a= 1 in Support Angle: thickness = 0.1345 in = 10 gage Fa = 29000 psi S= b x tA2 / 6(b = 12 in(per foot width)) = 2 x t ^ 2 = 0.03618 in^3 / ft M = S x Fa = 1049.23 in -lb / ft 1049.23 > 562.58 OK Weld Calculation: WELD SIZE 0.125 in LENGTH 1.5 in SPACING 12 in Pn=0.75xTwxLxFxx= 5965.31 Tw = 0.088375 L= 1.5 Fxx = 60 Ib =ultimate Allowable Weld Strength = 0.365 in (allowable) AISI S100 2007 Pa= Pn/Safety Factor 5965.31 / 2.55 2339.34 Ib Distibuted Load: = R x Support Spacing / 12 in = 562.58 Ib 562.58 < 2339.34 OK REQUEST FOR INFORMATION Date Submitted: 07/20/2018 I Reply Due Date: 07/27/2018 I RFI #: 046 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #:1 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy hansmMted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) ❑ 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) As discussed at the 07/17/2018 owner's meeting, PCL is proposing to revise the sidewalk widening stay -in -place (SIP) panel details to delete the closure pour between the sidewalk and traffic barrier. As discussed, this would help expedite the project schedule especially the work over the railroad tracks. See attached details for visual reference of the proposed sidewalk soffit details. The SIP deck will be lowered 2" and will be supported by angle supports and tension bars welded to the cross braces. Bend plates are proposed at the north and south limits of the sidewalk to support the sidewalk pour. All proposed steel shown will be painted along with the structural steel. Please advise if these changes are acceptable. Please note that the concrete barrier cross section will need to be revised in the concrete spans due to avoid a conflict at the cross -brace locations. The SIP deck will be temporarily supported by a 2x8 ledger anchored to the exterior concrete girder for the concrete placement. If acceptable, we will submit shop drawings of the SIP decking detailing the changes and provide calculations confirming the loading is in conformance with the SIP deck section. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S12, S20, S21 B35 Sidewalk Soffit Details RESPONSE These changes are acceptable. Foam in SIP decking is not required. Please provide construction sequence and construction joint locations at sidewalk/barrier/bridge deck interface. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be fled) a `,, (name & title) Hana D'Acci, Bridge Engineer Date 8/2/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS' REQUEST FOR INFORMATION Date Submitted: 08/14/2018 I Reply Due Date: 08/16/2018 I RFI #: 046.1 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #:1 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copyfransmdted to RE): //... 6/ -- (name & title) Derek Compton — Project Manager Type of Request: (select one) ❑ 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) PCL is confirming the attachment details for the proposed bent plates from RFI 046 at the sidewalk widening. The dimensions of the bent plate at the fence curb will be 4" x 9" x'Y2". This bent plate will be welded to the MC10x28.5 with 5/16" fillet welds 1" long at 12" spacing. The dimensions of the bent plate at the existing girder will be 5 '/2" x 1'-1" x %2". This bent plate will need to be bolt connected to the underside of the existing top flange due to the amount of steel/rebar above the existing girder flange. Please confirm the minimum bolt size and spacing at this location. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S12, S20, S21 B35 RFI 046.1 Sidewalk Soffit Detailing RESPONSE It's acceptable to bolt the bent plate to the underside of the existing top flange. Because this is contractor designed formwork, bolt size and spacing is to be designed by the contractor. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hand copy to be tiled) 4444, (name & title) Hana D'Acci, Bridge Engineer Date 8/20/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS EDGE OF DECK SL TC 5 1/2::'•_* 1 4127 ENT PLATE ,CON NEGTEP-:Wf BOLTS'170 EXISTING QIRPEI;LICONFIRM MINIMUM SIZE. AND: SPACING:: fk1V-1:112"' $ENT PLATE: NOTCH SUPPORT ANGLE WELDED TO CHANNEL.IF REVD, WELDS ARE .$/16" FILLET WELD 1. "- tbiqa, . • @ 12" SPACING SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION August 28, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0010 — Sidewalk SIP Decking Changes 5740007, File No.: 2A.2, SL #: 048 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to RFIs #039, 046, and 046.1, and submittals #117 and #117.1, we hereby submit for your review and acceptance change request CRX 0010 — Sidewalk SIP Decking Changes in the lump sum amount of $70,714.10 for all costs relating to the revised sidewalk stay -in -place (SIP) forms. This change request includes allowances for deeper SIP forms (including support angles) to self-support the plastic load of the concrete and wider SIP forms (including ledger and closure angles) to eliminate the closure pour. We don't anticipate the need for additional contract time to perform this work, however, we reserve the right to claim for additional time should we encounter unforeseen conditions during the work. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0010 Detail Report —Sidewalk SIP Decking Changes DC: Ian cc: Jason Goetz, Rich Femenella, Garrett DeRooy, Shamus Mukai - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell - Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL 15ANAFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Project* 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Sidewalk SIP Decking Depth Change PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0010 Rev #: Status: FD #: Approved CO #: CCN #: Approved CO Date: RFI #: 39 & 46 Approved CO Amount: CRX Date: 1/11/2018 Schedule Activity ID: Quote Date: 8/28/2018 Time Extension: Quoted Remarks: SIP decking specified does not support plastic concrete load Cost Code: Serial Letter #: 950010 Cost Summary Labor: 1,650.00 Material: -1,750.00 Equipment: 0.00 Subtrade: 60,780.00 Overhead: 0.00 Fee: 10,034.10 Total Quote: $ 70,714.10 Page: 1 Date: 8/28/2018 Time: 16:07:15 Subtrade Sent Due Date Received Quote $ Belarde Company, 4/16/2018 4/23/2018 4/16/2018 2,730.00 L.B. Foster Company 4/16/2018 4/23/2018 4/16/2018 16,200.00 Purcell P & C, LLC 8/23/2018 8/30/2018 8/23/2018 5,000.00 Rainier Welding, 8/24/2018 8/31/2018 8/24/2018 4,650.00 Rainier Welding, 8/9/2018 8/16/2018 8/9/2018 23,800.00 Schaefer's Mobile 8/9/2018 8/16/2018 8/9/2018 8,400.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total OUR FORCES WORK Install Additional SIP Deck Pans 16.00 EA 4. 64. 75.00 4,800.00 - - - - - - - - - - - - - - - - 4,800.00 New design is single span condition compared to dou le span in original design 4 WH/span Install Support Angles 124.00 EA 0.5 62. 75.00 4,650.00 --- -- --- --- --- --- --- 4,650.00 Erect, prep grind, and tack weld support angles for fin I welding 124ea x 0.5 WH/EA CREDIT - F/P/S Closure Pour 1.00 LS 1. 1. -7,800.00 -7,800.00 -1,750.00 -1,750.00 - - - - - - - - - - - -9,550.00 TOTAL OUR FORCES WORK 127. 1,650.00 -1,750.00 - - - - - - -100.00 MARKUP ON OUR FORCES 990100 Fee - -- --- --- 29.00% 2,740.50 21.00% --- 21.00% --- --- --- --- 2,740.50 TOTAL MARKUP ON OUR FORCES - - - 2,740.50 - - - - - - - - - 2,740.50 SUBTRADE WORK 701050 Additional cost to supply 4,5" decking and support angles 1.00 LS - - - - - - - - - - - - - - - - - - - - - - 16,200.00 16,200 - - - 16,200.00 950010 Strip lead paint on girder for support angle welding (plug) 1.00 EST - - - - - - - - - - - - - - - 5,000.00 5,000 - - - 5,000.00 950010 Supply bent plate and hardware for SIP support 1.00 LS --- --- --- - - - 23,800.00 23,800 --- 23,800.00 950010 Weld SIP angle supports 80.00 WH - --- --- --- --- --- --- - - - 105.00 8,400 --- 8,400.00 601054 Supply, place, and finish 1 b.UU COY Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Sidewalk SIP Decking Depth Change PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0010 Page: 2 Date: 8/28/2018 Time: 16:07:15 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 950010 Additional shop drawings revisions 1.00 LS - - - - - - - - - - - - - - - - - - - - - - - - 4,650.00 4,650 - - - 4,650.00 TOTAL SUBTRADE WORK - - - - - - - - - - - - 60,780.00 60,780.00 990100 SUBTRADE MARKUP FEE - - - - - - - - - - - - - - - - - - - - - - - - 12.00% 7,294 - - - 7,293.60 TOTAL SUBTRADE MARKUP - - - - - - - - - - - - 7,293.60 7,293.60 TOTAL CRX #: 0010 127 4,390.50 -1,750.00 68,073.60 70,714.10 17-108(P) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 16 DATE: 04 September, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Per Design Change No.5, ( attached), and Field Directive No.13, (attached), complete added roadway drainage package including all labor, materials, equipment and mark ups. Payment is by negotiated LUMP SUM of $50,186 to be paid as Bid Item No. 93. Ten working days are added to the Contract by this Chanqe Order. 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: September 11, 2018 By Original Contract (without tax) Previous Change Order This Change Order (without tax) $ 6,189,244.00 $ 373,731.00 T $ 50,186.00 T REV. CONTRACT AMOUNT $ 6,613,161.00 Original Contract Time: 285 Working Days City Engineer Additional Contract Time for this Change Order: 10 Day pdated Contract Time: 306 Working Days Contractor Aaron F. Wiehe Title Vice President & District Manager APPROVED BY THE CITY OF TUKWILA Date ��� ....� T�� �,. CS. By1'/� IGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Allan Ekberg - Mayor Hari Ponnekanti cc: Finance Department (w/encumbrance) Project Management File (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 16 Exhibit A Description: Per Design Change No.5 replace the existing CMP downspout drainage system for existing bridge deck catch basins with a new PVC conveyance system suspended under the bridge deck. Existing pipe had failed due to corrosion and was full of sand and gravel. Downspouts were routed to drain to BNSF property at the base of each bridge pier. As requested by BNSF the new system will collect deck run off from the deck catch basins and convey it to existing infiltration ponds at the west end of the bridge. As approved by BNSF engineering pipe material is 6 inch schedule 80 PVC with SS hangers and brackets. Ten additional days of Contract time are allowed for work and impacts included under this Change Order. Materials were pre -ordered per Field Directive 13 to avoid delay to overall project completion. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 16 shall be by LUMP SUM . Cost Analysis: Contractor requested $64,029 for additional work included under this Change Order including mark ups allowed under 1-09.6. This quote included installation with schedule 40 PVC pipe and galvanized brackets and hangers. After negotiation agreed requested price was reduced to $50,186 including an upgrade to schedule 80 PVC pipe and SS brackets and hangers and all applicable mark ups. Because of the unique overhead installation and work over railroad tracks comparisons to existing bid item data bases are not applicable. Much of the work added under this Change Order can be completed concurrently with previously scheduled Project tasks but the installation of the west end outfalls cannot start until the established critical path activities of installation of the SW corner retaining wall are complete. Therefore additional Contract days were allowed. SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION August 15, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0029 — Bridge Drainage System REV 002 5740007, File No.: 2A.2, SL #: 042.2 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to Request for Proposal #04 — Bridge Drainage sent to PCL May 31, 2018 and following receipt of BNSF requirements via email on July 19, 2018, we hereby submit for your review and acceptance change request CRX 0029 — Bridge Drainage System REV 002 in the lump sum amount of $50,186.23 for all costs relating to the addition of bridge drainage on the bridge superstructure as shown In RFP drawings C4 and S24A. We understand the outfalls at the West end of the drainage system will be field directed and costs will be paid under force account. In addition to the costs, we also request an additional 10 working days be added to the Contract schedule to account for the additional work. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Mr. Steve Carstens, P.E. Project Manager Senior Program Manager Attachments: CRX 0029 Detail Report — Bridge Drainage System REV 002 RFP 04 — Bridge Drainage System BNSF Bridge Drainage Email DC: Ian cc: Jason Goetz, Rich Femenella, Garrett DeRooy - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell -Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: RFP - Bridge Drainage System PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0029 Rev #: 02 Status: FD #: Approved CO #: CCN #: Approved CO Date: RFI #: Approved CO Amount: CRX Date: 4/24/2018 Schedule Activity ID: Quote Date: 8/15/2018 Remarks: Cost Code: Serial Letter #: Quoted Time Extension: 10 Add bridge drainage under superstructure Cost Code 950029 950029 950029 950029 Description 950029 42 & 42.1 Quantity UoM OUR FORCES WORK Charlene Newell - Carpenter Cut riser material Jesus Mata - Carpenter Foreman Cut riser material PCL Labor Support Work Access - Rent Access for Spans 1-3 TOTAL OUR FORCES WORK 990100 MARKUP ON OUR FORCES Fee TOTAL MARKUP ON OUR FORCES 601264 950029 950029 SUBTRADE WORK Superior - Supply and install bridge drainage Rainier Welding - Riser Material Schaefer's Mobile - Cut and Wel Risers TOTAL SUBTRADE WORK 4.00 WH 4.00 WH 40.00 WH 5,000.00 SF Labor Manhours Prod Total 1.00 LS 1.00 LS 1.00 LS 4. 4. 40. 48. Cost Summary Labor: 3,578.32 Material: 7,500.00 Equipment: 0.00 Subtrade: Overhead: Fee: 32,585.00 0.00 6,522.91 Total Quote: $ 50,186.23 Labor Cost Rate Total 69.77 74.81 75.00 279.08 299.24 3,000.00 3,578.32 Subtrade Rainier Welding, Schaefer's Mobile Superior Earthworks Sent 5/23/2018 5/23/2018 6/15/2018 Due Date 5/30/2018 5/30/2018 6/22/2018 Page: Date: Time: 1 8/15/2018 10:32:07 Received Quote $ 5/23/2018 5/23/2018 6/15/2018 Material Cost Rate Total 1.50 7,500.00 Equipment Cost Rate Total 7,500.00 29.00°/0 1,037.71 1,037.71 1,575.00 21.00% 275.00 380.00 31,930.00 Subtrade Cost Rate Total Total Cost Rate Total 31,930.00 275.00 380.00 279.08 299.24 3,000.00 7,500.00 11,078.32 31,930 275 380 32,585.00 2,612.71 2,612.71 31,930.00 275.00 380.00 32,585.00 Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: RFP - Bridge Drainage System PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0029 Page: 2 Date: 8/15/2018 Time: 10:32:07 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 990100 SUBTRADE MARKUP Fee - - - 12.00% 3,910 3,910.20 TOTAL SUBTRADE MARKUP - - - - - - - - - ...... 3,910.20 3,910.20 TOTAL CRX#: 0029 48 4,616.03 9,075.00 - - - 36,495.20 50, 86.23 _ CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 83O0Smuthm»nterBoulevard, Suite #20O Tukwila, Washington 981O0 Phone: (2O8)433-017A FIELD ��y�����lF0��� f6 �� " "^-"-^° DIRECTIVE ^ ~ "- ", "= To: PCL Construction Services Date: 06/20/18 3H50131oAve. SESuite S5U Bellevue WA 98006 Attn: Derek Compton Project Nome: Boeing Access Road Bridge Rehabilitation Project No.: 99410408 Contract No.: 17-108 Work to be performed: As directed during hmdav`s meeting, proceed to order materials for the added bridge drainage per the attached RFPdrawings C4and S24A. Payment will beincluded aapart qfnegotiated Change Order No.12and will include all applicable mark ups asallowed under Section 1'O9.Oofthe Cotnact. Work under this Field Directive modification will be accomplished: o With no change to the contract price. Paid as per Bid Item No.1 o For alump sum increase/decrease of tothe contract price. o With no change in contract completion date. =/ With work to start immediately and determination of any change to the contract price to be paid per 1'09.6. With contract completion date extended byten working days. Performance of this Field Directive is authorized by all aig atones bm|on� Approved by: Verified by: � Contractor's �Z;P;_Ml.rne ~,­ / oocumentcontm Date ~ I I x pec Revision Date: 05/31/18 REV#: 005 To: PCL Construction Contractor From: Bryan Nicholson, Resident Engineer Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation Subject: Request for Proposal — Drainage Revision Reference Drawings: 04, S24A Reference Specification: N/A PW#: 99410408 FA# BHM-1380(003) Description: Preliminary plans for bridge drainage revisions are attached for estimating purposes. Direction: Please assign a Cost Issue Number and provide a cost proposal. Incorporate this direction into your contract documents. Proceed with above described work. Work is incidental/in scope; no additional payment or Change Order will be issued A No -Cost Change Order will follow. A Change Order will follow if proposed cost proposal is accepted. Other: Contractor to provide cost proposal This Plan/Spec Revision is issued in accordance with Specification Section 1-04.2. In the event of a disagreement with this notice the Contractor's timely response is required as per Specification Section 1-04.5. cc: Resident Engineer: Bryan Nicholson (Jacobs) Project Engineer: Steve Carstens (City of Tukwila) Desgin Engineer(s): Kevin Kim, Hana D'Acci (Jacobs) Revised 11/21/2013 M 0 0 001 _ FL LT PROP CL EXIST CL 783A8AtA, `t BEGIN BRIDGE BARBER AND Cl END CURB AND GUTTER A '2+59.41, 33.53' LT )84+040 WM111. EDGE LINE A t 2,80.21, 31.53 L1� ANGLE POINT �^1�PFOfiIC` 1 STA Id+d4.63. 20.G2 L I L10 12+73 8569.i) 2012 31 ,RADE._...-�I 54.19 54.06 BRIDGE 0 is 2+i>5z, SD aT �� ©row SINGLE BROKEN WHITE LINE AND END WHITE EDGE NE 2 1 12+Olga 2250 , AN'NTv" `0 hi 2+88 09 3J 00' Ri - �5 3 11 BR D E BARB ER 5 T 2+dI 49 25 Rl� , 54.13 54.00 13+00 SEE STRUCTURAL PLANS FOR BRIDGE CONSTRUCTION ITEMS ST BRIDGE DRAB 111E PROC BOEING ACCESS ROAD N H / PROPOSED GRAD SOVM PIPE GRADE `' ( 000 00O ABVE - a BOPiOMNtK GRQEA)---. 54.08 54.03 53.97 53.91 53.96 53.91 53.85 53.79 5,3,85 5374 14+00 NO H PPE PRCI LEJ 53.83 'DOE DRAIN PLAN PR4EA BRIDGE DRUB (400 004D 40 (PIPE M OF GIRD ABODE • POTTUM1T"1}F GIRDER) P oc� sG, (PIPE ANCNOREQ ABOVE BOTTOM OF GIRQER) 5.3.78 53.72 53.66 53.61 rR(END BROGE BARBER 5 949� J35D I. STA 16+00 2520 66- LT ( 5)VA' POff IA 6 0 .37 10.3 L t IIUF PUCF P-BE ON [II GRUNII SURFACE OL FALL AF WXISTNG RIP (N4 0 \re .-� cl UFRAt �� U 47S A i013 } 153' F E 0 'INGLE 9RO 4 TF. TINE 1 x EEr m�UrYrEO € d€ • �6X 9 DO5 f AI 'DE D BRIDGE BARRI FP l'T 6 1651 3699Rl 'E ON GROUND SURF. G H P RAP. 6' Sp PVC (PIPET ANCHORED BELOW B0T1VM OF ORDE (E6} , SLID 00 +0. (PIPE', ANCVIOREO BELGW N 65'332- E PN STA 16+49.09I ELO - 52.92 52.94 52.84 52.73 53.53 53.44 53.36 53.29 53.23 53.14 52.99 53.65 53.59 53.54 53.49 53.40 53.31 53.24 53.17 5311 53.02 52.95 LEVATION 16+00 En w En Z C) C) - H 60 H 16+50 Lt9ADWAv AND S700M .N91E�: EJ INSTALL NEW STORm DRAINAGE PIPE WIN TYPE, SIZE. LENGTH, $LOPE, AND LOCATION SPECIFIED. LJi INS,. } 6 SINGLE -SLOPE CONCRETE BARBER (PRECAST) PER WSOOT STD. PLAN C-70.10-01. 5E SEE BRIDGE PLANS FOR BARBER ON BRIDGE. [6] INSTALL BLOCK FILL WALL. SEE r1P1CAL SECTIONS ON SHEET C2 AND " DETAL ON SHEET S54 S55. uREMOVE AND REPLACE 12PRECAST OVAL FACED SLOPED MOUNTABLE CEMENT CONCRETE TRAFFIC CURB PER WSDOT STO PLAN F-10.64 03. u REMOVE 005050TE TRAFFIC BARBER [2� NSLaTAN LL- CEMD12NT ECONCREIE TRAFFIC CURB 10 Uu1TER PER WSDOT 5T0 PF03. /// [4' INSTAL. PERMANENT 801..I ARo TYPE 2 PER WSDOT STD PLAN Ei� 2 THCK 3 DEEv 5 DE COL TE BLOC L 5 OIND PIPE. D'1 CONNECT STORM PPE NTO EXISTING BRIDGE GRAIN. INSTALL FERNCO/ COYNECION TO EXISTING EBRUGEA' 6' OR'CD ADJACENT f0 /„J 11:N1 INSTALL EXPANSION FITTING WEST DP PIER 4 BRIDGE DRAIN. E INSTALL CLEANOUT. J 9�HANNELIZALQN NOTES: ,TALL SINGLE BROKEN WHITE LINE PER "TT OF 1,./.1LA'SSTD DWG /�� 13 L/ INSTALL WHITE EDGE LINE PER WSCO1' SID PLAN M 20.10-02. C RELOCATE EXISTYNG SIGN ON NEW POST PER CDT OF 1UKWLA S1D Owt us-1a. 0 INSTALL WIDE DOTTED 1ANE LINE PER WSDO' 9T0 PLAN 1 ,20.10-02 Ff FN0.: L.._.__....J CO BETE TDEWALK/OR VEwav PER (. iT OF TUvw IAS STD DWG R� t 1 1,40SCAPE AREA (6" TOPSOIL) FU1..1.. DEPTH HMA (MATCH E%ISITNG DEPTH) ORND AN0 2' MIN_ HMA OVERLAY ,RUCTURAL EARTH RETNNwG WALL (SEE WALL DETNL.S') CONCRETL 'MAU, BARRIER PEDESTRIAN NAND NA9. (SEE wALL DEl'A1LS) QUARRY SVAL15 CRUSHED SuRFACINO TOP COURSE oRNEwAr E O E 0 'Fs CE MFFC i5. D (4 CIvF;R caul nED Sr1RFAC NG TDw COURSE) RIGHT OF WAr N0(1 D 0 4 0)!1M. 2EH11496SAyM. NAvo 66 PUBLIC WORKS DEPT. -ENGIN EERING-STREETS-WATER-SEWER-PARKS-BU ILDING- JACOBS 800 108th Avenue N.E., Ste 700 Bellevue, WA 98004 3 18 BOEING ACCESS ROAD BRIDGE REHABILITATION PLAN AND ELEVATION C4 , 6.., PAW3X66401\20000NST\De,Ign Chcalge\Sr.ge Dro.a9e\CAD FVec\66401_S2 RESIN BOND 4X" DIA. ANCHOR ROD 'Al 4' MIN. EMBED. 6" DIA. SCH 40 PVC STORM PIPE 4—LINE 63100 CLEVIS HANGER OR APPROVED EQUAL HANGER UTILITY SUPPORT - STEEL GIRDER SPANS SOUTH SIDE SHOWN, NORTH SIDE SIMILAR. RESIN BOND X" DIA. ANCHOR ROD W/ 40" MIN. EMBED. 6" 014. SCH 40 PVC STORM PIPE B—LINE 43100 CLEVIS HANGER OR APPROVED EQUAL HANGER UTILITY SUPPORT - CONCRETE GIRDER SPANS SOUTH SIDE SHOWN, NORTH SIDE SIMILAR, NOTES: 1. STORM PIPE VERTICAL HANGERS SPACED AT 6'-6" MAX. 2. ALL MATERIALS SHALL BE GALVANIZED AFTER FABRICATION PER AASLITO 4111 OR AASHTO M 232 EXCEPT PIPE ROLLERS, r L. PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEVVER-PARKS-BUILDING- JACOILS 800 108th Avenue N.E., Ste 700 Bellevue, WA 98004 itt(t*i. BOEING ACCESS ROAD BRIDGE REHABILITATION UTILITY HANGER DETAILS 4 17-108(0) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 15 DATE: 13 August , 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 Oi) PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Delete remaining work included under Contract Bid Item 56 — "Overhead and Vertical Spall Repair" and assign remaining funds of $9,600.00 to established Contract Bid Item 65 — "Erosion/Water Pollution Control". Payment is by FORCE ACCOUNT per WSDOT SS 1-09.6 for directed work as Bid Item No. 65. No working days are added to the Contract by this Change Order. 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: to August 15, 2018 Contractor Aaron F. Wiehe By/ 7 . TitleVice President & District Manager Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,189,244.00 $ 373,731.00 $ 000.00 T, By //1/ APPROVED BY THE CITY OF TUKWILA Date $ 6,562,975.00 \,. Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day jJpdated Contract Time: 296 Working Days lla.n City Engineer ayes..._ bRIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File ( (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 15 Exhibit A Description: Items of work included under Bid Item 56 Overhead and Vertical Spall repair were not required by actual field conditions. Per RFI 11 spall repairs to vertical surfaces of Pier 4 & 5 columns were combined with grout jackets at no additional costs. Additional inspection of the underside of the bridge deck verified that no areas required overhead spall repair. Original budgeted allowance for work included under Bid Item 65 Erosion/Water Pollution Control was $12,000. Current cost of all work complete under this Bid Item is $13,858 as of Pay Estimate 7. It is anticipated that additional work under this Bid Item will be required through the fall months until Project completion. No additional days of Contract time are allowed for work and impacts included under this Change Order. Measurement and Payment: Measurement and Payment for all work included under Bid Item 65 — Erosion/Water Pollution Control shall remain unchanged from the Contract. Cost Analysis: Transfer of funds from unused Bid Item 56 to on going Bid Item 65 will allow necessary erosion and water pollution control work to continue without negatively impacting the project budget. REQUEST FOR INFORMATION Date Submitted: 11/30/2017 Reply Due Date: 12/7/2017 RFI #: 011 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 BHM-1380(003)1 Contractor: PCL Construction Services, Inc. Fed Aid #: RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) ® 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) As discussed in the 11/02/2017 Owner's Meeting, PCL would like to propose a modification to the spall repair areas within the column jacket limits at Piers 4 and 5. In these areas, PCL proposes prepping the spalls per the Standard Specification, but substituting patch material with the column jacket grout. Essentially, PCL, would prep the spalls and then fill these areas during the column jacket grouting procedure. Please confirm this is acceptable. Backus Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S51 N/A RESPONSE Prepping the column spalls and then filling these areas during the column jacket grouting is acceptable. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be filed) (name & title) Nana D'Acci, Bridge Engineer Date12/4/17 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS `17-108hA COUnCl Approval N/A Sheet 1 of 1 CITY��U�����1�Uk���U � ��n n��n��mn�.x-x CONTRACT ������ ��� �� ����n� n n�x-v~�n �*nn��n����� �*u��°��"� o���. n_n DATE: 12JUk/�U18 BUDGET 1O4�08�595�5UO `. ,ffi PROJECT NO.: 99410408 CONTRACT NO.: 17'108 ���' � PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. ��V.� TO: PCLConstruction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications ordUthe following described work not included iOthe plans and specifications OOthis 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 0Jall contract stipulations and covenants; B. The rights Ofthe "{}wn0r"are not prejudiced; CAll claims against the ^OwO8r" which are incidental tO0[8S8consequence Ufthis change are waived; and D.The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval iOadvance 0fall change orders. CHANGE: Per Desiqn Chan qe No.4, ( attached), and Field Directive No.12, (attached), complete added roadway i lumination pockageino|udingall labor, materials, equipment and mark ups. Payment isbynegotiated LUMP SUM of $98.422tobe paid as Bid Item No. 92. No workinq days are added to the Contract by this Chanqe Order. VVSthe undersigned Contractor, have given careful consideration t0the change proposed and hereby agree, ifthis proposal iS approved, that wgwill provide all equipment, furnish all materials, except 8Smay otherwise benoted above, and perform all services necessary for the work above specified, and will accept 3Sfull payment therefore the prices shown above and below. ACCEPTED:]Q8t8 July 30, 2018 CmnL[8Ct0[ Aaron F. Wiahe Original Contract (without tax) By Previous Change Order This Change Order (without tax) Title Vice President & District Manager / APPROVED BY THE CITY OF TUKWILA � � [� ^/ �� -^�-� � 275'309�0O ~ �a� �\ ` ' � SO. ' -'.,,/�%2Bv/// � _�00 Z/�, REV. CONTRACT AMOUNT $O'5O2.S75.00 Original ContracTime: 285Working Days Additional Contract Time for this Change Order: 0Day Updated Contract Time: 295Working Days RiGiNAL: City Clerk (1 of2} Cuntractor(2 of 2) PW Project Finance File pq|(^.,I ' ` City Engineer \ |`= | ' ~J /-°15 ^ .`^�� M,,0 cc: Finance Department kw/annumbrance\ Project Management File - n,omw Boeing Access Road Bridge Rehabilitation Contract Change Order No. 14 Exhibit A Description: Per Design Change No.4 add two light poles with mast aims and luminaires mounted to south traffic barrier and conductors for connection to existing lighting circuits on south side. Add new replacement conductors on north side to restore permanent power connection to existing sign bridge and roadway lighting. Add nine new Type 1 junction boxes and approximately 700 LF of buried 2" RGS with #6 AWG conductors on south side for new lighting circuits and future use. ew beam at Piers 1, 2 ,3, and 4. No additional days of Contract time are allowed for work and impacts included under this Change Order. Poles and mast aims were pre -ordered per Field Directive 12 to avoid delay to overall project completion. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 14 shall be by LUMP SUM . Cost Analysis: Contractor requested $101,743 for additional work included under this Change Order including mark up in excess of those allowed under 1-09.6. After negotiation agreed requested price was $98,422 including all Subcontractor and applicable mark ups. Work added under this Change Order can be completed concurrently with previously scheduled Project tasks. Costs for items of work added under this Change Order were compared to prices listed in the City of Seattle Bid Item Data Base for similar quantities and appears to represent a reasonable market costs for this additional work. CITY OFTUKWIiA PUBLIC WORKS DEPARTMENT S3U0SouUhoenterBoulevard, Suite #20O Tukwila, Washington A8188 Phone: (208)433-0178 FIELD DIRECTIVE # 12 To: PCLConstruction Services DaVa:00/2018 3650 131m Ave. SESuite S50 Project Name: Boeing Rehabilitation Access Road Bridge Bellevue VVA880U6 Project No.: 90410408 Attn: Derek Compton Contract No.: 17-108 Work to be performed: As directed during boday's meeting, proceed to order long lead materials for the added bridge illumination per the attached materials quote. Payment will be included as part of negotiated Change Order No.14 and will include all applicable mark ups as allowed under Section 1-09.6 of the Cotract. Work under this Field Directive modification will be accomplished: o With nochange 1nthe contract price. Paid asper Bid Item No. 1 o For olump sum increase/decrease of Vzthe contract price. o With nochange incontract completion date. E/ With work to start immediately and determination of any change to the contract price to be paid per1'OS.6 o�With contract completion date extended byfive working days. Performance of this Field Directive is authorized by all signatures below: Accepted by: f7 Approved by: ^' Verified by: ��«��m� ` Title Resident Engineer �J Document Control � Date 2OJune 2U18 Quote # BH18-0530B BOEING ACCESS ROAD BRIDGE REHABILITATION Date: 5/31/2018 Page I TACOMA G U P p L Y 1311South Tacoma Way, Tacoma, WA 98409 (253)475-O54O-phone /253\4y5-OTO7-fax (8OO)422-O540-toll free To: JAY SUNDANCERELECTR/C 198O3G8THAVE SOUTH STE3RiO5 KENT.VVA98O32 PH: 253-398-2S98Fax 253'398-2887L Job/ProjemtNamo: BOBNGACCESS ROAD BRIDGE REHABILITATION TUKVVLAWA Bid Date: W30/2018 Remarks. CONTRACTOR TO VERIFY COUNTS,VOLTAGE,WATTAGE,FINISH/COLOR & DIMENSIONS ' {lty Type Description So|| Extd.Se|| 2 40'J| (VVSDOT) |tg po|e, bridge ell mt w/anohonageaoay &8'(|)LA (HDG) 2 LeutekLED cobnaheed 1 LOT PRICE $28.850.00 $28.050.00 NOTE POLES QUOTED T02OO9AASHTOSTANDARDS NOTE ALLOW 3-4WEEKS FOR MATERIALS TOSHIP ONCE APPROVED/RELEASED NOTE ALLOW 14-1OWEEKS FOR MATERIALS TDSHIP ONCE APPROVED/RELEASED NOTE - FACTORY WVFFATO(1) DESTINATION ONLY .FOB TOTAL: | $23'850.00 Prices firm for entry by: 30DAYS I Shipment by: |Lead Time: SEE BID NOTES mn�u��w/m�a"�m�n�m������ Subject sale. Pricing quoted valid for drop shipment of BOM to site. Quotation is void if changed. Complete quote must be used, Printed: 85131118 15:05:01 Per H4RB Email: MAELECTF0CIX3K0 Page I of 1 SHARING YOUR VISION. BUILDING SUCCESS' CONSTRUCTION June 19,2018 Mr. Steve Carstens, P.E. City ofTukwila 630USouthcenterBlvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRXOO83—Bridge Illumination Dear Mr. Carstens: City ofTukwila Project mo.: 99410408 Contract mo.:zrzoa Project Accounting No.: 99410408.3000.17 City Budget Line Item mo.: 10*.98s95a00.65.00 In response to Request for Proposal #03 — Bridge Illumination sent to PCIL May 31, 2018, we hereby submit for your review and acceptance change request CRX0033—Bridge Illumination in the lump sum amount of $98,422.24 for all costs relating to the addition of bridge lighting components on the north and south sides of the bridge asshown in RFPdravvin@s |LN1, |LI, |LZ, U3, and the included standard lighting plans. The following clarifications and assumptions are incorporated into this change request: ° Price assumes light pols delivery will be in time to install during the south traffic switch phase (mid -July through October 2018) — lead time is 16 weeks following approval of shop drawings o Break-out price for light poles is $28620.00 in the event the City wants tu expedite this hem due tothe long lead time associated with the material ° Price includes cost for Schedule OO PVC conduit (rather than RG5) in barrier except at expansion joints and transitions where RGSfittings/cmup|ings are required —Schedu|e 80 PVC conduit was originally specified in the Contract drawings and is significantly more efficient in terms of cost and time to install thanKGS m Price does not account for any third party (WSDOT/Tukwila Storage Yard Project) inspections, delays, or requirements associated with tie-ins to existing systems or additional work which may be required w Price does not include any special plans or engineering for BNSF or railroad in general In addition to the costs, we also request an additional five (5) working days be added to the Contract schedule to account for the additional work and the potential material delivery dates. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cos elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. P[lConstruction Services, Inc. Washington License opcLcos|oyymvv aesozaz"Avenue SE, Suite eso'Bellevue, Washington sonos^Telephone (4zs)4s4-oozo°Fax: <4u5>4*4-se24 Mr. Steve Carstens, P.E. June l9.2Ol8 Page 2 Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, P[LConstrucLion Services, Inc. City ofTukwila Derek Compton Project Manager Mr. Steve Carstens, Pf. Senior Program Manager Attachments: [RX0033Detail Report Bridge Illumination RFPO3—Bridge Illumination Sundancer8uute D[: Ian cc: Jason Goetz, Rich FemeneUa,Garrett DeKooy P[LConstruction Services, Inc. Bryan Nicholson, Cathy Braswell- Jacobs Engineering Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Seattle Page: 1 Date: 6/26/208 � Time: 16:08:20 nov#: 01 Status: Quoted�»s Cost ---------- *��a,�_______ oob�aue Sentouem�e Received Quote po#: Approved CO#: cow#: Approved ooDate: Rp|#: Approved coAmount: rnxoate: 5/10/2018 Schedule Activity ID: Quote Date: 6oe2018 Time Extension: Remarks: Add bridge lighting msouth side ofbridge superstructure Cost Code: Serial Letter #: 043 Labor: *.znn.cm Material: 600.00 � Equipment: n�no auutraue, 85,356.00 Overhead: o»o Fee: 11.58672 __ Total Quote: $io�.71u.r2 » aundonoe,e|o�r�. Superior Earthworks 6x15m018 s/15�o10 e115/2018 6/22/2018 ezuoo1u 6m2m018 6/15/2018 e10001a e15/2018 3,200.00 e4.102.00 18.054.00 ______________ _ Cost Code Description uabu,Manxuuns Labor Cost Material Cost Equipmentoust au*t,ouroost Total Cost Quantity uom p,vo nxa| mete Total Rate Total Rate Total Roue Total naoo Total OUR FORCES WORK Form and Strip for J-unxesin sidewalk Install [Light Pole Anchor P|memeo|m 24o0 vvH 32.00 vv* 1. 1 2*. az. Toon 75o0 1.e00.00 2.400o0 omoo --- 600.00 --- -- --- -'' -'' '-' --' --- --- --- 2.400�00 2.400.00 TOTAL OUR FORCES WORK ss. 4.200o0 snozm --' ''' 4.80000 e90100 MARKUP omOUR FORCES Fee ''' ''- --- u000% 1.218.00 21.00vt 1oaou| z1.uo% --' --' ' ' 1.344.00 TOTAL MARKUP omOUR FORCES -- 1.218.00 1e6.00 -- -- 1.344.00 ouoTuAosvvonn John -Wayne p/P/S Light pole uumormocx*uts svndanor,-supplyenuinutan lighting system Superior ' Electrical trenching anu»ummn 16.00 LF 1.00 :s 340.00 Lp --- -- -- ''- -- -- --' -- -- --- -- -- '-- -- -- --- -- -- --' —' -- --- --w*.102.ou -- 200u0 oa.m 3.200 64.102 18.054 --- -- -- 3,200.00 64.102.00 18.05*o0 _ TOTAL suBTmAoevvoRn —' -- -- -- 85.356.08 us.ossnu e90100 SuBTnxoswmnKup Fee ' '-- --' -'' ''- --- '-' '' --- 12.00% 10.243 --- 10.242.72 ������������ TnTAL_SVBTTAD�MARxup --' J -'- --- 1O�4�2 1u.u���_ __ __��� Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: RFP - Bridge Illumination PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0033 Page: 2 Date: 6/26/2018 Time: 16:08:20 Cost Code Description Quantity UoM Labor Manhours Labor Rate Cost Total Material Cost Equipment Cost Total Subtrade Rate Cost Total Rate Cost Total Prod Total Rate Total Rate Total TOTAL CRX #: 0033 56 5,418.00 726.00 - - - 95,598.72 101,742.72 x x pec Revision Date: 05/30/18 REV#: 004 To: PCL Construction Contractor From: Bryan Nicholson, Resident Engineer Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation Subject: Request for Proposal — Illumination Revision PW#: 99410408 FA# BHM-1380(003) Reference Drawings: ILN1, ILA, IL2, IL3, standard lighting and steel light standard plans. Reference Specification: N/A Description: Preliminary plans for the illumination changes are attached for estimating purposes. Direction: I 1 Please assign a Cost Issue Number and provide a cost proposal. Incorporate this direction into your contract documents. Proceed with above described work. Work is incidental/in scope; no additional payment or Change Order will be issued A No -Cost Change Order will follow. A Change Order will follow if proposed cost proposal is accepted. Other: Contractor to provide cost proposal This Plan/Spec Revision is issued in accordance with Specification Section 1-04.2. In the event of a disagreement with this notice the Contractor's timely response is required as per Specification Section 1-04.5. cc: Resident Engineer: Bryan Nicholson (Jacobs) Project Engineer: Steve Carstens (City of Tukwila) Desgin Engineer(s): Kevin Kim, Hana D'Acci (Jacobs) Revised 11/21/2013 >1 X pec Revision Date: 05/30/18 REV#: 004 To: PCL Construction Contractor From: Bryan Nicholson, Resident Engineer Contract Name: Boeing Access Rd Over BNRR Bridge Pw#: 99410408 FA# BHM-1380(003) Rehabilitation Subject: Request for Proposal — Illumination Revision Reference Drawings: ILN1, ILI, IL2, IL3, standard lighting and steel light standard plans. Reference Specification: N/A Description: Preliminary plans for the illumination changes are attached for estimating purposes. Direction: Please assign a Cost Issue Number and provide a cost proposal. Incorporate this direction into your contract documents. Proceed with above described work. Work is incidental/in scope; no additional payment or Change Order will be issued A No -Cost Change Order will follow. A Change Order will follow if proposed cost proposal is accepted. Other: Contractor to provide cost proposal This Plan/Spec Revision is issued in accordance with Specification Section 1-04.2. In the event of a disagreement with this notice the Contractor's timely response is required as per Specification Section 1-04.5. cc: Resident Engineer: Bryan Nicholson (Jacobs) Project Engineer: Steve Carstens (City of Tukwila) Desgin Engineer(s): Kevin Kim, Hana D'Acci (Jacobs) Revised 11/21/2013 0 ���� ��� � �_��KuU�� �U���� � \ 8�� ��n�. A Veteran, Native American, DBE/MBE Owned Business RFP#OU4: $64,102 Addition ofLighting inSouth Barrier —Electrical LIGHTING: $28,620 Breakout of Lighting Only & Associated M/L1 (Value Inc. in line item above) ATTN: Derek Compton RE: BoeingAccessRoadRhdgeKehabi|itaton—OLyofTukwi|a 1. Electrical asindicated on Sheets ILN1, IL1U)ruIL2and associated standard plans as specified. 2. Provide and installation ofType 1-WSDOT]11Junction boxes asindicated. 3. Provide and Install 2-QtyType III Led fixtures in barrier asindicated per detail. 4. Install new Lighting Circuits on North Barrier (Relocated during North Barrier demolition). S. Install new lighting circuit extension from Existing ]unction box on south barrierSll\ # 11+50 to Existing Lighting ]unction boxes atSlA # 18+75, thru now barrier boxes and new Type I- handho|es indicated. 6. Provide and Install new LT and TS — Type I Handholes with non -slip finish in walkway from Sta#16+00 to STA # 18+75. 7. Product Data, Shop Drawings included and required prior to releasing of materials. 8. See Lead times of lighting Fixtures and shop drawings. RFP#4 EXCLUSIONS: 1. Excavation, BackfUand bedding materials. 2. Dewahehng and orwater control. 3. Concrete encasements, CDF,FTB,Asphalt orasphalt demolition &Cutting. 4. Installation ofPVC Schedule 8Oconduit inBarrier per Traffic BarherDotai|s-2—SheetS24. S. Saw cutting orConcrete cutting. 6. Steel supports, Rebarorspecial metal forms needed not indicated on plans. Please let me know if you have any other questions Jay Horton Sunclancer Electric Inc. Leeuffe.m-cu 7m Uuhiecd &/"/x/^^"�t n 2550074mAve. South Kent, WA 90832 f»b: 253.34@.299g—Fax: %53.398.%997 Bid Summary Report BOBNGACCESS RD REHAD EstimutorAdmin Job Name: 8OBNGACCESS ROREHAD Contractor: PCL Estimator Admin Notes: Bid Date: 3/15/17 Summary Description Material Extended % RFP4-ADD LIGHTING -SOUTH BARRIER Top Sheet Raw Cost Tax Raw Cost with Tax Overhead Profit Total Return Amount Total Return % Price Bond Sell Price Adjusted Sell Adjusted Sell Return Class Description Foreman Totals Materials Labor Supplier Quotes SubCbntraotom K00% Percent ofTotal 5O.00Y& 50.00% 100.00% $50,470.38 $3.637.88 $54,008.26 $10,094.08 $0.00 $1O.US4�88 15.75% $64,102.34 $0.00 $64,102.34 $0.00 $0.00 Hours Distributed Total $8,488.56 $14,371.81 $23,850.00 $2,690.00 8111 8111 162.21 Adjusted Extended Sales per Month Return per Month Price per Square Foot Hours per Square Foot Square Feet Job Months Hours per Week Workers per Day Total Hours Mark UpSales Tax Use Bond Table Hourly Burden Rate Rate Percent + 20.00% + 20.00% + 20.00% + 20,00% $77.72 $72.51 $7512 OVERHEAD $13.85 $13.02 $13.48 Amount $10,186.27 $17,246.18 $28,620.00 $3,228.00 Job#19 17.95% 17.95% 17.95% Adjusted 162�21 No No Labor Cost $7.435.12 $6,936.70 - $14.371.81 PROFIT Amount $10,186.27 $17,246.18 $28,620.00 $3,228.00 S/7%2O18211:U4PyNMcCormick Systems, Inc. Page of Direct Job Expense Equipment Rental Totals Tax Report k8ob*ho|o Labor Supplier Quotes SubContnacbom Direct Job Expense Equipment Rental Supplier Quotes Name LIGHTING SubCoDtractoys RIGGING Direct Job Expense Nome TRUCK FUEL SU8K8/TTALS/P[N Bid Summary Report Estimator: Admin o1.070.00 + 20.00% $0.00 + 2O.0096 _ _ Supplier TACOMA ELECTRIC Supplier OMEGA Supplier 31.284.00 + 0.00% $0.00 + 0.00Y4 _ o60,564.45 0.00% Taxed Amount $8,488.56 $14.371.81 $23,850.00 $2.6SO�OO $0.00 $0.00 Yes Yes Unit Cost Multiplier $23.850.00 1.00 Unit Cost Multiplier $2.690.00 1.00 Unit Cost K8ukUp|imr $300.00 2.00 $85.80 2.00 $300.00 1.00 $1,28400 $0.00 Tax Amount $857.34 $0.00 $2,408.85 $271.69 $0.00 $0.00 $3,537.88 Amount $23,850.00 $23,850.00 Amount $2,690.00 $2,690.00 Amount $600.00 $170.00 $300.00 $1,070.00 6/7/20182:11:04 PM McCormick Systems, Inc. Page 2of2 Job Name: BOEING ACCESS RD REHAD Job Number: 19 Extension Name: RFP 4- ADD LIGHTING -SOUTH BARRIER [Items and ByProducts] / Item # Item Name Quantity Book Price U Ext Book Price Label Set: Combined, Combined, Combined, Combined, Combined $8,488.56 CCode: Misc. $3,112.86 100,311 TYPE 1 JUNCTION BOX- WADOT 9.00 $312.00 E $2,808.00 2.00 100,312 INT EXIST J BOX 1.00 $0.00 E $0.00 2.00 100,313 REMOVE 1" GRC ELBOW 1.00 $0.00 E $0.00 1.00 100,314 SPLICE - #8-10 18.00 $$0.00 0.30 100,315 DEMO EXIST HH 3.00 s09:0500 QE .01.00 100,316 DEMO - DISCONECT EXIST LIGHT 1.00 $0.00 E $$00.000 2.00 100,317 PULL STRING 1,373.59 $0.08 E $103.02 6.00 M 100,318 SDK-6-2 - QUICK DISCONECT 6.00 $33.64 E 0.50 CCode: Branch Rough $201.84 $296.57 1,993 1 GRC 20.00 $1,145.93 C $229.19 2,029 1 GRC 90 ELBOW 2.00 $17.60 E $35.20 2,186 1 GRC BEND 4.00 $0.00 X $0.00 $9.86 4,486 1 LOCKNUT 8.00 $104.98 C $4.93 E 2,236 1 GRC COUPLING 2.00 $8.40 4,556 1 BUSH PLASTIC 4.00 $108.74 C $4.35 5,147 1 GRC 1H STL STP 4.00 $239.42 C CCode: Feeder Rough $1,6139:8759 8,010 2 PVC 80 406.46 5234.73 C $954.09 8.00 C 8,024 2 PVC 80 36R 90 ELBOW 8.00 $7,076.58 C $566.13 0.60 E 8,292 2 PVC BELL END 8.00 $858.08 C 0.23 E 16.00 $68.65 CCode: Hangers/Anchors $24.92 0.00 E 8,306 2 PVC COUPLING $155.78 C 5,429 1/4-20 X 3/4 RH MACH SCREW 8.00 $$101..6386 $4.78 C 2,75 C 5,793 1/4 FLAT STEEL WASHER 8.00 $125.00 C $10.00 0.70 C 5,863 1/4 MACHINE BOLT ANCH 8.00 $15.98 C $1.28 16.00 C CCode: Lighting Fixtures ($-L.f _X) 100,001 FIXTURE SL* - 40 LIGHT POLE 2.00 $0.00 Q $0.00 12.00 E 100,002 KNUCKLE BASE 2.00 CCode: Underground/Civil Work $0.00 Q 110.0,$0.00 2.00 E 28,460 12X36 TRENCH QUOTED W/STANDBY TIME 271.93 $0.00 Q $0.00 0,00 C 28,517 12X36 BACKFILL-COMPACT 271.93 $0.00 X $0.00 2.00 C CCode: Branch Wire $794.56 Courtesy of McCormick Systems Inc. NECA 1 7.00 C 0.50 E 0.00 E 0.00 E 0,13 E 0.00 E 4,00 C Material Filter: <None> Report: Book Price & NECA 1 NECA 1 Ext CCode 162.21 42.64 18.00 am 2.00 am 1.00 am 5.40 am 3.00 am 2.00 am 8.24 am 3.00 am 3.60 1.40 cb 1.00 cb 0.00 cb 0.00 cb 1.04 cb 0.00 cb 0.16 cb 39.16 32.52 cf 4.80 cf 1.84 cf 0.00 cf 1.56 0.22 ch 0.06 ch 1.28 ch 28.00 24.00 If 4.00 If 5.44 0.00 mu 5.44 mu 11.95 Page 1 6/7/2018 12:07 PM Quote # BH18-0530B BOEING ACCESS ROAD BRIDGE REHABILITATION Date: 5/31/2018 Page 1 r2 TACOMA is ELECTRIC SUPPLY 1311 South Tacoma Way, Tacoma, WA 98409 (253) 475-0540 - phone (253) 475-0707 - fax (800) 422-0540 - toll free To: JAY SUNDANCER ELECTRIC 19309 68TH AVE SOUTH STE 3R105 KENT, WA 98032 PH: 253-398-2999 Fax 253-398-2997 L Job/Project Name: BOEING ACCESS ROAD BRIDGE REHABILITATION TUKWILA, WA Bid Date: 5/30/2018 Remarks: CONTRACTOR TO VERIFY COUNTS,VOLTAGE,WATTAGE,FINISH/COLOR & DIMENSIONS Qty. Type Description Sell Extd.Sell 2 40' JI (WSDOT) Itg pole, bridge ell mt, w/anchorage assy & 8' (1) LA (HDG) 2 Leotek LED cobrahead 1 LOT PRICE $23,850.00 $23,850.00 NOTE POLES QUOTED TO 2009 AASHTO STANDARDS NOTE ALLOW 3-4 WEEKS FOR MATERIALS TO SHIP ONCE APPROVED/RELEASED NOTE ALLOW 14-18 WEEKS FOR MATERIALS TO SHIP ONCE APPROVED/RELEASED NOTE FOB - FACTORY W/FFA TO (1) DESTINATION ONLY TOTAL: $23,850.00 Prices firm for entry by: 30 DAYS Shipment by: Lead Time: SEE BID NOTES Terms and Conditions as posted on www.tacomaelectric.com Subject to manufacturer's published terms and conditions of sale. Pricing quoted valid for drop shipment of BOM to site. Quotation is void if changed. Complete quote must be used. Printed: 05/31/18 15:05:01 Per: HARB Email: BHARP@TACOMAELECTRIC.COM Page 1 of 1 OMEGA' MORGAN Sundancer Electric 19309 68th Ave S Kent, WA 98032 June 5, 2018 Quote: SF18263 Attn: Re: Light Pole Rig and Place Omega Morgan Rigging - WA, Inc., (aka Omega Rigging & Machinery Moving, Inc.), a part of the Omega Morgan Group, proposes to complete the following scope of work: SCOPE OF WORK Mobilize one man crew gear truck and trailer, 35 ton boom truck to place to be determined. Contact Jay Horton 425-970-5075 Position boom truck Rig light pole (40' tall) Place as directed by customer Locate second light pole Rig second light pole Place as directed by customer Upon completion de mobilize back to Omega yard. Lump Sum Quote $2,690.00 JOB SPECIFIC CLARIFICATIONS Price based on 6 hour port to port. If more time or less time is taken then price will be different. STANDARD CLARIFICATIONS • AM blocking and bracing of machinery and components is the customer's responsibility. Unless otherwise noted, it is the customer's responsibility to secure all moving components prior to transport. Machine preparation, rust and corrosion protection is not included in this quote. • If we have not performed accuracy tests, established baselines or witnessed this machine in operation, we cannot guarantee tolerances, functionality or accuracy after reinstallation. • Unless otherwise noted, others will provide: traffic control planning, flaggers and street permits. Parking for our equipment, which may include tractor -trailers, trucks, cargo trailers and mobile equipment, will be provided by others prior to our arrival to the job site. • Acceptance of this quotation, indicates customer's acceptance of our standard terms and conditions, found on our website at http://www.omegamorgan.com • Price is limited to the scope of work detailed above and equipment availability. Quote is valid for 30 days, unless otherwise specified. • Omega Morgan is not responsible for direct or indirect damages caused by fires, strikes, adverse weather conditions, labor disputes, material procurement difficulties, government regulations (including permitting), accidents, transportation delays or any other delay beyond our control and will be billed at standard time and material rates. • Prices are subject to customer providing access, ample room and suitable ground conditions to perform the work. Access shall include removal of any obstacles and/or utilities as required; time spent to clear the work area or gain access will constitute additional labor and material charges. • Price is limited to working straight -time hours only, based on trade labor performing the work. Weekends, holidays and overtime work will be billed at applicable time and material rates. • Price is based on the weights, dimensions and specific drawings provided by the customer. • All surfaces, over which Omega Morgan equipment must pass, either loaded or unloaded, must accommodate our equipment including load weight. Customer accepts responsibility for verifying load -bearing capacity. Any damage to surfaces, sub -surfaces or utilities due to a failure to accommodate weights of Omega Morgan equipment shall be customer's responsibility. • Others will provide any necessary civil work, security, site clearance and badging and equipment layout plan. • Unless otherwise noted, others will provide all electrical and mechanical work, process, architectural and plumbing work, handling of all fluids and/or hazardous materials, all foundation work, anchoring, leveling, alignment and associated hardware. • Others will provide job or site -specific training. Testing or badging cost and time is not included in this quote; time spent training, testing or badging will be billed at standard time and material rates. • Customer accepts all responsibility for ocean freight, water crane/barge, rail fees, vessel discharging, demurrage, and port fees or delays, and customs clearance. • Others will provide structural analysis and surveys for route clearance, lifting or removal of utility wires, and any necessary permits associated with land use. This estimate makes no guarantees of acceptance or permit approval by the necessary No- l222 46'h4vow, Easi, I i/', IV4 ,fin n rr.cnic;,rerrrx: ri/ (253) R52-7500 '(300) 3S2-5032 %Pri : (253) S52- 7600 OMEGA MYO R G A N government agencies. • Unless otherwise noted, engineering, calculations, drawings, submittals, 3rd party inspections and permits (if required) have not been included in this proposal. • All federal, state or municipal taxes or license fees are extra and chargeable to customer. • Omega Morgan will not assume liability for any damages once the cargo has been released from our care, custody and control. • Facility or site improvements to facilitate our work, including shoring or plating, both temporary and permanent, have not been included in this quote. Others will provide temporary sanitary facilities, if needed. • Unless otherwise noted, the removal of debris, packing and crating materials for the site have not been included in this quote. • Unless specifically noted, we have included a single mobilization to complete the scope of work. Additional mobilizations will be charged at our time and materials rates. • This price based on 0% retention and agreement to meet Omega Morgan payment terms. Omega Morgan does not accept "pay when paid" terms, payment retention or other modifications of our standard terms. Thank you for the opportunity to quote on your requirements. We look forward to working with you on this project. Please do not hesitate to contact us with any questions, comments or concerns. Sincerely, Todd Strobeck TERMS & CONDITIONS Payment upon any invoice shall be due within thirty (30) days of the date of the invoice. Late payments shall accrue interest at the rate of one and one-half percent (1.5%) per month. In the event collection efforts become necessary, customer shall pay contractor's costs of collection, including attorneys' fees, collection agency charges, and other similar expenses. Customer understands and agrees that this proposal is supplemented by Contractor's Standard Terms and Conditions which by this reference are incorporated herein. Customer's signature below signifies that Customer has read Contractor's Standard Terms and Conditions, agrees to be bound thereby, and acknowledges that together, this proposal and the Standard Terms and Conditions form a binding contract. Contractor's Standard Terms and Conditions can be accessed at www.omegamorgan.com. Acceptance Authorized by: (Signature) Print: Title: Date: 122 2 .10 Ai'€rmrre, East, fl 1 /u n 1'.0111Cgcinzozc°om / (253) fi52--7500I (800) 382-5032 /.Fax: (253) 852-7E00 Bridge Electrical Trenching SUPERIOR EARTHWORKS. Superior Earthworks LLC 1o6io Woodley Ave 5 Seattle WA 98178 206 - 919-3777 ryan@superearthlIc.com Item Description Unit Cost Quanity Unit Price Extension Trenching for Electrical Conduit Backfill for Electrical Conduit LF $25.80 340 LF $27.29 340 Sub Total Total $8,771.78 $9,278.78 $18,050.55 $0.00 $18,050.55 Superior Earthworks LLC Bridge Electrical Trenching Included inthis bid: This bid includes 1 mobilizations any additional mobilizations will be charged sepenatly. Excavation and trenching of34OLFfor the electrical conduit 8ackMUof34OLFoftrenching Bedding the electrical conduit with sand Backfilling with native soil any addtional marterial will be billed seperately. Excluded from this bid: Dust control and Street Sweeping, Site SecrubKDewatehng, Density and Compaction testing, All Permits, Survey and staking. Additional Soil Disposal Superior Earthworks isaDBE, MBE, and 5C6Certified Contractor Payment is due upon completion. Ryan Robinson Owner Superior Earthworks LLC r GENERAL NOTES: 1. ALL WORK SHALL BE IN ACCORDANCE WITH WASHINGTON STATE DEPARTMENT OF TRANSPORTATION (WSDOT) AND PROJECT STANDARDS AND SPECIFICATIONS. THE LOCATION OF FEATURES AND UTILITIES SHOWN ARE APPROXIMATE AND SHALL BE VERIFIED BY THE CONTRACTOR PRIOR TO CONSTRUCTION START. 3. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY DAMAGE TO EXISTING UTEJITES. THE CONTRACTOR SHALL NOTIFY THE AFFECTED UTILITY COMPANY AND THE CITY OF TUKWILA IMMEDIATELY UPON DAMAGE. 4. JUNCTION BOXES SHALL HAVE LOCKING LIDS PER WSDOT STANDARD PLANS J-40.10-04 AND J40.3044. 5. WHEN JUNCTION BOXES ARE LOCATED WITHIN SIDEWALKS AND PEDESTRIAN PATHS, THEY SHALL HAVE SKID -RESISTANT LIDS. 8. CONDUIT RUNS AND JUNCTION BOXES ARE SHOWN FOR ILLUSTRATIVE PURPOSES. ACTUAL LOCATIONS SHALL BE DETERMINED BY THE CONTRACTOR W THE FIELD AND APPROVED BY THE INSPECTOR PRIOR TO INSTALLATION. PLACE CONDUIT AND JUNCTION BOXES IN PLANTER AREAS WHERE POSSIBLE. WIRING SCHEDULE SERVICE TBD , NO. CONDUIT SITE CONDUCTORS CIRCUIT COMMENTS EXISTING NEW 1 2"SCR 80 - 2.MI NEW ILLUMINATION 2 2" RGS - 2.. NI NEW ILLUMINATION 3 2" RGS - - - SPARE 4 2" FIGS - 2-MI EX ILLUMINATION LEGEND: EXISTING LUMINAIRE AND STEEL POLE NEW LUMINAIRE AND STEEL POLE TYPE 1 JUNCTION BOX NEMA 3R JUNCTION BOX TYPE 2 JUNCTION BOX POLE NUMBER WIRE NOTE CONSTRUCTION NOTE EXISTING SERVICE CABINET EXISTING CONDUIT — — — NEW CONDUIT NOTE: 1. ALL CONDUITS SHALL HAVE AN EQUIPMENT GROUNDING CONDUCTOR SIZED IN ACCORDANCE WITH THE NEC, MINIMUM NNAWG. CONDUCTOR SITE FOR NEW CIRCUIT BASED ON ASSUMPTION THAT NEW LIGHTS WILL BE FED FROM NEW CIRCUIT FROM SUA 791. IF WIRING IS COMPLETED IN FIELD ANY DIFFERENTLY, THE PARTIES COMPLETING THE CONNECTIONS WILL BE RESPONSIBLE FOR CHECKING CALCULATIONS AND CONFIRMING CONDUCTOR SIZE IS ADEQUATE. CONSTRUCTION NOTES: O MAINTAIN AND PROTECTEXISTING LUMINAIRE O DISCONNECT AND REMOVE EXISTING LUMINAIRE AND ARM. REMOVE EXISTING STEEL POLE. SALVAGE EQUIPMENT PER PROJECT SPECIFICATIONS, MAINTAIN EXISTING ILLUMINATION CIRCUIT CONDUCTORS. OINSTALL NEW STEEL LIGHT STANDARD AND ATTACH TYPE 1 MAST ARM PER WSDOT STANDARD PLAN J-28.10-01. INSTALL LIGHT STANDARD ON BARRIER PER WSDOT STANDARD PLAN J.28A5-03 AND DETAIL SHEET IL3. SEE LUMINAIRE SCHEDULE ON THIS SHEET. OROUTE NEW CONDUIT AND NEW CONDUCTORS TO EXISTING JUNCTION BOX. COIL ILLUMINATION CONDUCTORS IN EXISTING JUNCTION BOX. POWER CONNECTION TO BE COMPLETED BY OTHERS. OREMOVE EXISTING JUNCTION BOX AND REPLACE WITH TYPE 1JUNCTION BOX. REMOVE EXISTING RCS CONDUIT STUBS FROM CONDUIT DEMOLISHED FROM BRIDGE BARRIER. © INSTALL CONDUIT AND DEFLECTION FITTING AT TRANSIDON FROM BARRIER TO GRADE PER DETAILS SHEET 324. O SPLICE NEW ILLUMINATION CONDUCTORS TO EXISTING ILLUMINATION CONDUCTORS IN REPLACED JUNCTION BOX PER WSDOT STD SPECIFICATION 9-29.12(1). O REMOVE EXISTING 1. ABANDONED RCS CONDUIT AND CONDUIT ELBOW FROM EXISTING JUNCTION BOX LUMINAIRE SCHEDULE LUMINARE NUMBER CIRCUIT LOCATION TYPE - DISTRIBUTION • WATTAGE PHOTOMETRIC FILE LIES) MAST LENGTH MOUNTING HEIGHT POLE HEIGHT BASE TYPE COMMENTS STATION OFFSET Q X 13+99.17 34.39. LT LED -TYPE 8I,242W GC2.96GMV,NW4R4CX880S 8.0' 40.G 37.0' ELBOW MOUNT ON BARRIER ® X 15+24.18 39.0G LT LED-TYPEII1,242W GC2.980-MV.NWJR-%-8003 8.0' 40.0' 37.0• • ELBOW MOUNT ON BARRIER ABBREVIATIONS: EX FT LED LT NTS PROP RT SL STA STD TYP W WSDOT EXISTING FEET LIGHT EMITTING DIODE LEFT NOT TO SCALE PROPOSED RIGHT SOUTH STREET LIGHT STATION STANDARD TYPICAL WEST WASHINGTON STATE DEPARTMENT OF TRANSPORTATION PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- Se BB bmodi JACOBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION ILLUMINATION LEGEND, NOTES, ISABBREVIATIONS AND SCHEDULES sox ILN1 I" NOTES: 1. SEE SHEET ILNt FOR LEGEND AND NOTES. )OL!,DNTAL DAM O 83 / 91 VERDCAI. PATUN NAVD 00 r i o m' w' 11.1LLSi2E 9CK. 1"-30-0" PUBLIC WORKS DEPT. -ENGI N EERI NG-STREETS-WATER-SEW ER-PARKS-BU I LD I N G- 08 88 710 JACOBS 600108th Avenue N.E., Ste 700 Bellevue, WA 98004 18 BOEING ACCESS ROAD BRIDGE REHABILITATION ILLUMINATION PLAN ra 10 NV NOTES' 1. SEE SHEET ILN1 FOR LEGEND AND NOTES. / rl AA: AA ®© 3 A ® AA co , . ..•.-.ate' p F .(nm, r� F'. W\ ... ...�Fimilim ,Eq�^_ . zz i, ., F_.Ld _ _ _ �._: .. - _. _' -: 1 .. ■.. .., �: i. -... ��. �w ..v.. -• .. -fir... LU ,• — saN9 1> I8+00 tBi + Av 1 .. S. BOEING ACCEE SS ROAD ,., �`-- ryS>32�Y OIdIJ 9 5 0� � -- i F- tom\ 1 1 \ 6 6 , , O .. N 1 )ID611,Q191911. QANµ NTI 1 / 91 YEP>1CM DATUM Air BS VO BB 0 IO' Xf i0' fUUSIZE U PUBLIC WORKS DEPT. -EN GI N EERI N G-STR EETS-WATER-SE W ER-PARKS-B U I LDI N G- .11)91 BB BB 0,01144 JACOBS 600 108th Avenge N.E., Ste 700 Bellevue. WA 98004 4 BOEING ACCESS ROAD BRIDGE REHABILITATION ILLUMINATION PLAN 9999 IL2 3 r 1.14 dalo 4/05/18 - 812 a 3 3 fi DOWEL ®® A4V ND ® BARS THAT OCCUR IN THIS AREA ARE TO BE MOVED TO THE NEAREST EDGE OF THE ANCHOR PLATE. LIGHTING BRACKET ( ANCHORAGE 3'-0" MIN. JUNCTION BOX ^-''-'-'``..! 1"0 CONDUIT PIPE •8'x8" TOP 0 1200 ANCHOR R nnwri &s En #6 2"0 CONDUIT PIPE ELEVATION ANCHOR PLATE GALVANIZE PER AASHTO M 111 1'-6" JUNCTION BOX & PULL BOX BARRIER [TOP OF BRIDGE DECK %"0 POLYETHYLENE OR COPPER DRAIN PIPE • NEMA 4X IN STATIONARY FORM BARRIER, OR NEMA 3R IN SLIP FORM BARRIER. MOUNT JUNCTION BOX SO COVER IS FLUSH WITH BARRIER, CAN DE RECESSED UP TO 75". TRAFFIC BARRIE POLE BASE PER STD. PLAN J-28.45 2"0 CONDUIT LUMINAIRE POLE PER WSDOT STD. PLAN J-28.10 01 FORM FACE OF BARRIER FLUSH UNDER SUPPORT ELBOW BASE PLATE. APPLY EPDXY BONDING AGENT TO SURFACE TO ASSURE UNIFORM BEARING SURFACE. SEE STANDARD SPECIFICATION SECTION 9-26.1. xo •8"x8"x1'-6" JUNCTION BOX PLAN LIGHTING BRACKET PER WSDOT STD. PLAN J-28.45-03 1' 0 H.S. BOLT THREADED FU LENGTH WITH HARDENED LOCK WASHER AND HEAVY HEX NUT (TYP.). SEE STANDARD SPECIFICATION SECTION 9-29.6(5). FACE OF BARRIER SECTION A STEEL GIRDERS SPANS SHOWN, - CONCRETE GIRDER SPANS SIMILAR NOTE: INSTALL ALL CONDUIT RUNS TO DRAIN TO A BRIDGE END OR PROVIDE DRAIN AT ALL LOW POINTS WITHIN CONDUIT RUN. SEE TRAFFIC BARRIER SHEETS" FOR BARRIER DIMENSIONS. LUMINAIRE POLE LOCATIONS ON BRIDGE & WALLS STATION OFFSET STA 13+99.17 34.39' LT. STA 15+24.15 34.05' I.T. ANCHORAGE BARUST MARK # SIZE LENGTH BEND TYPE 6 STRAIGHT 6 STRAIGHT 2 ® #6 TIGHTEN ANCHOR R BETWEEN BOLT HEAD AND HEX NUT/LOCK WASHER (TYP.) ANCHOR R 1x13x1'-1 (ASTM A36) 51V #4®DOWEL PUBLIC WORKS DEPT. -ENG I N EERING-STREETS-WATER-SEW ER-PARKS-BU I LDING- YoVor He .x• folOAre JACOBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION SOUTH TRAFFIC BARRIER LUMINAIRE ANCHORAGE DETAILS IL3 4� l� r .11 LUMINAIRE HEAD 0 EDGE OF TRAVELED WAY POLE MAST ARM LENGTH MAST ARM = 6.0' R. BOLT CONNECTION LUMINAIRE POLE -� VARIES IMTH HAND HOLE STEEL LIGHT STANDARD FOUNDATION - SEE STANDARD PLAN J-28.30 LIGHT STANDARD WITH TYPE 1 (DAVIT) MAST ARM (SLIP BASE SHOWN) 6.0' R..,, (TYP.) POLE LUMINAIRE HEAD BOLT CONNECTION DOUBLE TYPE 1 MAST ARM BOTTOM OF POLE BASE POLE c. MAST ARM LENGTH MAST ARM LENGTH VARIES - 1.0'TO2.0' R. (TYP.) GUSSET PLATE BOLT CONNECTION DOUBLE TYPE 2 MAST ARM EDGE OF TRAVELED WAY �6.0' R. MOUNTING HEIGHT MAST ARM LENGTH MAST ARM VARIES - 1.0'TO2.0' R. BOLT CONNECTION LUMINAIRE POLE VARIES WITH OFFSET DISTANCE SHOULDER POLE BASE / / / / / / // / / STEEL LIGHT STANDARD FOUNDATION - SEE STANDARD PLAN J-28.30 LIGHT STANDARD WITH TYPE 2 (ELBOW) MAST ARM (SLIP BASE SHOWN) HAND HOLE NOTES 1. This plan depicts the Steel Light Standard types and terms commonly referred to in the Contract. All Steel Light Standards are fabricated in accordance with the Standard Specifications and the Contract Provisions. 2. The Luminaire Pole height shall not exceed 50' (HI). 3. Slip Bases shall not be installed on 50' (HI) poles with Double Mast Arms, nor on poles weighing more than 1000lbs. 4. The optimal location of the Luminaire head is over the edge of the traveled way. Based on the place- ment of the Steel Light Standard foundation, the position of the Luminaire head may vary. See Standard Plan J-28.22. 5. Light Standard mast arrn orientation is typically perpendicular to roadway centerline. 6. See Standard Plan J-28.50 for Hand Hole details. BOTTOM OF POLE BASE STEEL LIGHT STANDARD STANDARD PLAN J-28.10-01 SHEET OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich III 05-11-11 STATE DESIGN ENGINEER DATE IRA Washington Stab D.parlm.nt of Transportation 2 o POLE g q. MAST ARM LENGTH in (12MAX. FOR SINGLE ARM 8' MAX. FOR DOUBLE ARM) g BOTTOM OF POLE BASE LIGHT STANDARD BASE MOUNTED ON BRIDGE - SEE STD. PLAN J-28.45 8.0' R. BOLT CONNECTION LUMINAIRE POLE HAND HOLE N11NG HEIGHT TOP OF BRIDGE DECK BRIDGE -MOUNTED LUMINAIRE (TYPE 1 MAST ARM SHOWN) POLE MAST ARM LENGTH UMINAIRE HEAD BOTTOM OF POLE BASE MAST ARM LENGTH LUMINAIRE HEAD (TYP.) 8.0' R. (TYP.) BOLT CONNECTION LUMINAIRE POLE 0 HAND HOLE STEEL LIGHT STANDARD BARRIER MOUNTED BASE - SEE STD. PLAN J-28.60, C-813, AND C-85.14 MEDIAN BARRIER -MOUNTED LUMINAIRE (TYPE 1 MAST ARM SHOWN) •,/ POLE BOLT CONNECTION LUMINAIRE POLE EDGE OF TRAVELED WAY VARIES WITH OFFSET DISTANCE SHOULDER POLE BASE LUMINAIRE HEAD HAND HOLE BOTTOM OF POLE BASE POST TOP -MOUNTED LUMINAIRE (SLIP BASE SHOWN) STEEL LIGHT STANDARD STANDARD PLAN J-28.10-01 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 05-11-11 eels Washington State Department of Transportation STATE DESIGN ENGINEER DATE LUMINAIRE POLE HEAW HEX NUT (TYP.) - SIZE TO MATCH CLAMPING BOLT PLATE WASHER (TYP.) - SEE DETAIL POLE BASE PLATE KEEPER PLATE HARDENED ROUND WASHER (TYP.) - SIZE TO MATCH CLAMPING BOLT ANCHOR/SLIP PLATE ASSEMBLY 1" (IN) DIAM. HEAW HEX CLAMPING BOLT (TYP.) - TORQUE CLAMPING BOLTS (SEE NOTE 6) EXPLODED ISOMETRIC VIEW 1 1/4' (IN) DIAM. HOLE WITH SMOOTH CHAMFERED EDGES 1/2" (IN) THICK 2" (IN) WIDE 2 3/4" (IN) LONG STEEL BAR 120' (TYP.) PLATE WASHER DETAIL a" 8 12" (28-GAGE SHEET METAL) TOP VIEW KEEPER PLATE TOP VIEW ANCHOR/SLIP PLATE ASSEMBLY CLAMPING BOLT TABLE LUMINAIRE HEIGHT (FT) (111) MAST ARM TYPE MAST ARM LENGTH (FT) CLAMPING BOLT DIAMETER (IN) 20' TO 50' SINGLE 6' TO 16' 1" 20' TO 45' DOUBLE 6' TO 8' 1" 46' TO 50' DOUBLE 6' TO 8' 0 20' TO 45' DOUBLE 10' TO 18' 0 46 TO 50' DOUBLE 10' TO 16' iO 1' - 3" DIAM. BOLT CIRCLE 1 1/16" (IN) DIAM. HOLE (TYP.) 6" (IN) DIAM. HOLE O SLIP BASE NOT ALLOWED 9/16" (IN) R. SUP PLATE 8" (IN) DIAM. HOLE ANCHOR PLATE P.) P) TOP VIEW SLIP PLATE NOTES 1. 50' (ft) (H1) poles with double mast arms or poles weighing in excess of 1000 lbs. shall not be installed on a slip base. 2. The Slip and Anchor Plates shall be manufactured from ASTM A572 GR.50 or ASTM A588. All Slip Plate notched surfaces shall be finished smooth. 3. The clamping bolts shall be high -strength steel, manufactured from AASHTO M 164, with heavy hex nut and hardened washer. Galvanize the Clamping Bolts according to AASHTO M 232. 4. Round and smooth all edges along wire -way to protect the conductors. See Standard Plan J-28.70 for wiring details. 5. Galvanize the Anchor/Slip Plate after fabrication according to AASHTO M 111. 6. Clamping Bolt diameters may vary on existing installations. Replace them with the same size as the originals when repairing or reusing a luminaire pole. For 1" (in) clamping bolts, tighten to 95 ft-Ibs. For 1 1/4" (in) clamping bolts, tighten to 104 ft-Ibs. DO NOT OVERTIGHTEN. After state inspection, burr threads to prevent nut rotation. 8 1/2" 1" (TYP.) 35' (TYP.) 1' - 3" DIAM. BOLT CIRCLE 120' (TYP.) 1' - 3" DIAM. BOLT CIRCLE 7" (IN) DIAM. HOLE 1 1/4" (IN) THICK ANCHOR PLATE 1 1/18" (IN) DIAM. HOLE (TYP.) TOP VIEW ANCHOR PLATE STEEL LIGHT STANDARD ANCHOR/SLIP PLATE FOR SLIP BASE STANDARD PLAN J-28.42-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION STATE 5ESIDN 50055. Wallington Sato Deportment of Tronsportalion 5" (IN) DIAM. HOLE 1 1/4" (IN) DIAM. HOLE (TYP.) 1 5/8" (IN) PLATE (ASTM A36) VIEW O O3 THE FACE SHALL BE PLANE AFTER FABRICATION, TO PROVIDE A SEAL BETWEEN THE BARRIER AND THE ELBOW. LUMINAIRE POLE 1" (IN) HEAVY HEX NUT (TYP.) PLATE WASHER (TYP.) - SEE STANDARD PLAN J-28.42 0 POLE BASE PLATE TAP FOR BOLT (TYP.) BAND (TYP.) LOCK WASHER (TYP.) 1" (IN) DIAM. HEAVY HEX BOLT (TYP.) ELBOW EXPLODED ISOMETRIC VIEW LUMINAIRE POLE O2 POLE BASE PLATE 10 3/4" (IN) O.D. x 0.365 WALL - WELDED ELBOW (ASTM A234 GR. WPB) 1/2" (IN) DIAM. WEEP HOLE O SEE CONTRACT PLAN FOR SLOPE OF PARAPET FACE. O SEE STANDARD PLAN J-28.50 FOR POLE BASE PLATE REQUIREMENTS. 5/16" (IN) x 1/2" (IN) FLAT HEAD MACHINE SCREW (TYP.) FABREEKA PAO NOTES 1. Galvanize the Elbow Assembly after fabrication according to AASHTO M 111. All bolts, rods and related hardware shall be galvanized after fabrication per ASTM F2329. 2. See Standard Plan J-28.50 for Pole Base and Hand Hole details. 3. The presence of pedestrian railing shall be verified prior to light standard fabrication. When pedestrian railing is present or to be installed, locate hand hole as detailed in the Bridge Pedestrian Barrier details. 4. See Standard Plan J-28.70 for further wiring details. 1.00 - 8 UNC x 8 1/2" (IN) LONG HEAVY HEX BOLT THREADED FULL LENGTH (ASTM A449 OR F1554 GR. 105) WITH TWO HEAVY HEX NUTS, TWO PLATE WASHERS, AND A ROUND WASHER (TYP.) 3/16" (IN) OR 1/4" (IN) THICK PREFORMED "FABREEKA" FABRIC PAD WITH 5" (IN) DIAM. HOLE - CEMENT TO FLANGE PLATE AND TRIM OUTSIDE EDGE FLUSH STEEL LIGHT STANDARD ELBOW DETAIL FOR LUMINAIRE POLES WITH SINGLE MAST ARM 12' - 0" OR LESS AND DOUBLE MAST ARMS 8' - 0" OR LESS, MOUNTED ON BRIDGE OR RETAINING WALLS. 120° (TYP.) - 4" (IN) x 3/16" (IN) x (17" (IN) MIN. LONG) THICK STEEL BAND (TYP.) - BEND TO FIT 5" (IN) DIAM. ACCESS HOLE 1' - 3" DIAM. BOLT CIRCLE 1 5/8" (IN) PLATE (ASTM A36) 5/16" (IN) x1/2" (IN) FLAT HEAD MACHINE SCREW W/ LOCK WASHER (TYP.) (STAINLESS STEEL) TAP FOR BOLT (TYP.) SECTION O STEEL LIGHT STANDARD ELBOW MOUNTING ON BRIDGE 8 RETAINING WALL STANDARD PLAN J-28.45-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION INKSTATE DESIGN ENGINEER Washington State Deportment of Transportation POLE AND BRACKET CABLE - TO LUMINAIRE HEADS FOR GROUNDING DETAILS SEE STANDARD PLAN J-75-41 - NOTE 7 LUMINAIRE POLE BANDS NOT SHOWN FOR CLARITY ELBOW - SEE DETAIL 1" (IN) CONDUIT - SEE BRIDGE PLANS AND DETAIL BELOW 1" (IN) DIAM. H. S. BOLT W/ HARDENED LOCK WASHER AND HEAVY HEX NUT (TYP.) (ASTM A449 OR F1554 GR.105) SEE BRIDGE PLANS FOR LUMINAIRE ANCHORAGE DETAIL HAND HOLE (SEE NOTE 3) POLE AND BRACKET CABLE - tt TO LUMINAIRE HEADS PEDESTRIAN RAILING O BRIDGE PEDESTRIAN BARRIER ATTACHMENT BRACKET AND CLAMP 1 LEAVE 2" (IN) OF OUTER JACKET OF POLE AND BRACKET CABLE AT BOTTOM OF CLAMP (TYP.) GROUNDING NUT STRIP OUTER SHEATH OFF POLE AND BRACKET CABLE - (TYP.) SEE NOTE 4 EQUIPMENT BONDING / \ EQUIPMENT GROUNDING JUMPER CONDUCTOR DETAI (TYPICAL FOR ALL VIEWS) FOR GROUNDING DETAILS SEE STANDARD PLAN J-75-41 - NOTE 7 LUMINAIRE POLE BANDS NOT SHOWN FOR CLARITY ELBOW - SEE DETAIL 1" (IN) CONDUIT - SEE BRIDGE PLANS AND DETAIL BELOW 1" (IN) DIAM. H. S. BOLT W/ HARDENED LOCK WASHER AND HEAVY HEX NUT (TYP.) (ASTM A449 OR F1554 GR.105) SEE BRIDGE PLANS FOR LUMINAIRE ANCHORAGE DETAIL LUMINAIRE POLE HAND HOLE (SEE NOTE 2) SINGLE QUICK DISCONNECTS (SHOWN UP FOR CLARITY) HAND HOLE F 0 U WHEN TRAFFIC BARRIER HEIGHT IS 42" (IN), MAINTAIN APPROXIMATE HEIGHT FROM TOP OF BARRIER TO HAND HOLE SHOWN. SINGLE -SLOPE BRIDGE TRAFFIC BARRIER TYPICAL SECTIONS EQUIPMENT GROUNDING CONDUCTOR EQUIPMENT BONDING JUMPER BUSHING CONDUCTORS TO LUMINAIRE 1" (IN) CONDUIT POLE AND BRACKET CABLE - TO LUMINAIRE HEADS FOR GROUNDING DETAILS SEE STANDARD PLAN J-75-41 - NOTE 7 LUMINAIRE POLE BANDS NOT SHOWN FOR CLARITY ELBOW - SEE DETAIL 1" (IN) CONDUIT - SEE BRIDGE PLANS AND DETAIL BELOW 1" (IN) DIAM. H. S. BOLT WI HARDENED LOCK WASHER AND HEAVY HEX NUT (TYP.) (ASTM A449 OR F1554 GR.105) SEE BRIDGE PLANS FOR LUMINAIRE ANCHORAGE DETAIL COUPLING STEEL BASE PLATE CONDUIT DETAIL ROUTE CONDUCTORS TO LUMINAIRES AND BONDING CONNECTION AT HAND HOLE - SEE CONTRACT FOR QUANTITY (TYPICAL FOR ALL VIEWS) HAND HOLE F-SHAPE BRIDGE TRAFFIC BARRIER STEEL LIGHT STANDARD ELBOW MOUNTING ON BRIDGE & RETAINING WALL STANDARD PLAN J-28.45-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washinglon Stott Department of Transportation z LL m 5 LUMINAIRE POLE - Z 0 CONDUCTOR ATTACHMENT BRACKET - 1/4" (IN) THICK STEEL . 2" (IN) WIDE + 4" (IN) LONG ROUND AND SMOOTH INSIDE EDGES POLE BASE PLATE GROUNDING BOLT REMOVABLE RAINTIGHT HAND ,HOLE COVER WITH GASKET- FASTEN WITH TWO STAINLESS STEEL (ASTM F 593) SCREWS HAND HOLE © 0 '''''€)3/16 V POLE BASE PLATE 1 11 11 I (COVER NOT SHOWN FOR CLARITY) ELEVATION VIEW CONFIGURATION AND LOCATION OF THE HAND HOLE VARIES AMONG MANUFACTURERS - MINIMUM SIZE OPENING SHOWN TYPICAL HAND HOLE ORIENTATION VIEW HAND HOLE 3/16 CLAMP - 1/8" (IN) THICK STEEL • 2" WIDE + 3" (IN) LONG 1O THE CONDUCTOR ATTACHMENT CON- FIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS. CONDUCTOR ATTACH- MENTS ARE REQUIRED ON ALL POLES, FIXED OR SLIP BASE. O2 T= RIM PLATE THICKNESS BY LUMINAIRE POLE FABRICATOR , LUMINAIRE POLE POLE BASE PLATE GROUNDING BOLT FOR DETAILS NOT SHOWN, SEE VIEW I / ABOVE ORIENTATION FOR INSTALLATION ON BRIDGE OR RETAINING WALL - SEE STANDARD PLAN J-28.45 VIEW 6" DIAM, HOLE POLE BASE PLATE 1/4" BACK-UP RING LUMINAIRE POLE VIEW O CONTINUOUS BACK-UP RING 1" MIN, L 0 1/4" (IN) THICK, OR NO THINNER THAN POLE WALL THICKNESS. TACK WELD IN ROOT OR CONTINUOUS SEAL WELD TO BASE PLATE OR POLE WALL. 4O t = SIZE OF FILLET WELD BY LUMINAIRE POLE FABRICATOR. NOTES 1. Pole Base Plate for a Slip Base design shall be 1 1/4" (in) steel manufactured from ASTM A572 GR.50 or ASTM A588. Pole Base Plate for a Fixed Base design shall be either 1 1/4" (in) steel manufactured from ASTM A572 GR. 50, ASTM A588, or 1 1/2" (in) manufactured from ASTM A36. All Pole Base Plate notched surfaces shall be finished smooth. 2. Round and smooth all edges along wire -way to protect conductors. See Standard Plan J-28.70 for wiring details. 3. Galvanizing shall be in accordance with AASHTO M 111. 4. See Standard Plans C-8b, C-85.14, and J-28.60 for foundation and base plate requirements when steel light standards are mounted on concrete traffic barrier. 5. See Standard Plan J-28.42 for details when Slip Base is required. FIXED BASE RADIUS = ( D/2+1/16") (TYP.) - FOR "D," SEE TABLE ON STANDARD PLAN J-28.30 _ SLIP BASE RADIUS = 9/16" (TYP.) - MATCH SLIP PLATE, STANDARD PLAN J-28.42 LUMINAIRE POLE SECTION POLE BASE PLATE ISOMETRIC VIEW 3. '-3" DIAM. 6" (IN) DIAM. HOLE BOLT CIRCLE FOR PLATE THICKNESS, REFER TO NOTE 1 TOP VIEW POLE BASE PLATE DETAIL STEEL LIGHT STANDARD POLE BASE AND HAND HOLE DETAILS STANDARD PLAN J-28.50-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Waohingtan Stat. Deportment of Transportation FERN LIDDEL LUMINAIRE HEAD LEAVE 2" (IN) (MAX.) OF OUTER JACKET OF POLE AND BRACKET — CABLE AT BOTTOM OF CLAMP (TYP.) GROUNDING NUT STRIP OUTER JACKET OFF POLE AND BRACKET CABLE - (TYP.) INSTALL SIZED REDUCING WASHER AND CONNECTOR TO SECURE CON- DUCTORS AT END OF MAST ARM (TYP.) POLE AND BRACKET CABLE - TO LUMINAIRE HEAD CONDUCTOR ATTACHMENT BRACKET HAND HOLE INATE ALL SLACK SINGLE QUICK DISCONNECTS SEE DETAIL "C" OR "D" BASE WIRING DETAIL PER CONDUIT TYPE FOR SINGLE MAST ARM (SLIP BASE SHOWN - FIXED BASE SIMILAR) TRAVELED WAY SHOULDER JUNCTION BOX - SEE JUNCTION BOX WIRING DETAIL, SHEET 2 SINGLE OR DOUBLE MAST ARM AS REQUIRED HAND HOLE LUMINAIRE POLE 5' - 0" MIN. (PREFERRED) 10' - D' MAX. POLE AND BRACKET CABLE LIGHT STANDARD BASE (SLIP BASE SHOWN - FIXED BASE SIMILAR) CONDUCTOR ATTACHMENT BRACKET GROUNDING NUT SEE DETAIL "C" OR "D" PER CONDUIT TYPE FINISHED GROUND LINE POLE AND BRACKET — CABLE - TO LUMINAIRE HEADS HAND HOLE ELIMINATE ALL SLACK BASE WIRING DETAIL FOR DOUBLE MAST ARMS (SLIP BASE SHOWN FIXED BASE SIMILAR) CONCRETE FOUNDATION - SEE STANDARD PLAN J-28.30 TYPICAL LOCATION OF JUNCTION BOX AND FOUNDATION 1O EQUIPMENT BONDING JUMPER - FROM RMC CONDUIT O2 EQUIPMENT GROUNDING CONDUCTOR NOTE: 1O AND <0> MAY BE SAME WIRE 3Q EQUIPMENT BONDING JUMPER - FROM FOUNDATION 4O DOUBLE QUICK DISCONNECTS - PULL DOWN TIGHT TO CONDUIT (SHOWN LEFT UP FOR CLARITY) TO GROUNDING NUT TO GROUNDING NUT DETAIL"C" RMC CONDUIT DETAIL"D" PVC CONDUIT CONDUCTOR DISCONNECTS CONDUCTOR DISCONNECTS STEEL LIGHT STANDARD WIRING DETAILS STANDARD PLAN J-28.70-03 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Trgnsportation FERN LIDDELL m SPLICE (TYP.) - SEE SPLICE DETAIL SEE DETAIL "A" OR "B" PER CONDUIT TYPE II tWo •I•?G ONDUIT - MC OR PVC JUNCTION BOX WIRING DETAIL FOR GROUNDING REQUIREMENTS, SEE STANDARD PLAN J-60.05 CONDUCTORS REMOVE ALL SLACK BEFORE INSTALLING CABLE TIE DETAIL"A" RMC CONDUIT GROUNDING END BUSHING 5O EQUIPMENT BONDING JUMPER - FROM RMC CONDUIT NOTE: 5O AND © MAY BE SAME WIRE © EQUIPMENT GROUNDING CONDUCTOR 7O CABLE TIE - 120 POUND TENSILE STRENGTH, BLACK END BELL BUSHING REMOVE ALL SLACK BEFORE INSTALLING CABLE TIE SINGLE WIRE 1" MIN. SEE NOTE 2 1" MIN (TYP.) CONNECTOR WIDTH VARIES (-9/16"- 11/16")I 1" MIN. (TYP.) 1" MIN. SEE NOTE 2 SINGLE WIRE LIMITS OF SPLICE ENCLOSURE - 5" MIN. CONNECTOR ASSEMBLY - SEE CONNECTOR AND INTERNAL SEALING DETAILS BELOW - CONDUCTORS DETAIL "B" PVC CONDUIT © APPLICATION FOR FIXED BASE SIMILAR, EXCEPT NO CABLE TIE IS REQUIRED AT JUNCTION BOX O9 24" (IN) MIN. SLACK REQUIRED TO ALLOW QUICK DISCONNECTS TO BE PULLED OUTSIDE HAND HOLE 6" (IN) MIN. SPLICE DETAIL STEP 1 - CRIMP CONNECTION 1/4" MIN. - SEE NOTE 1 f SINGLE WIRE SINGLE WIRE (- CRIMP SPLICE z- SINGLE WIRE STEP 2- WRAP CONNECTION 1" MIN. SEE NOTE 2 TAPE WIDTH CONNECTOR WIDTH VINYL ELECTRICAL TAPE (SEE NOTE 3) 1" MIN. SEE NOTE 2 TAPE WIDTH OVERLAP (1/2 TAPE WIDTH) TAPE OVERLAP DIAGRAM WHEN USING WRAPPED VINYL ELECTRICAL TAPE: - INSTALL TWO LAYERS OF SPIRAL WRAPPED TAPE. - EACH SPIRAL LAYER SHALL HAVE AN OVERLAP OF 1/2 OF THE TAPE WIDTH (SEE DIAGRAM ABOVE). CONNECTOR AND INTERNAL SEALING DETAILS NOTES 1. Each wire shall be physically separated by at least 1/4" (in) so that sealing material can fill in between the wires; where heat shrink tubing is used for the outer splice enclosure, it shall meet one of the following requirements: a. Have separate ports for each conductor ("WYE" or "X" shaped tubing). — or — b. Have rubber electrical mastic tape wrapped around each conductor to ensure a weather- proof seal. See Rubber Electrical Mastic Tape Installation Detail, Standard Plan J-50.05. 2. Heat shrink tubing shall extend a minimum of one inch onto the original wire insulation of each wire in the splice. Rigid splice enclosures shall be centered over the crimped connection. 3. Electrical tape used in splicing applications shall be 3/4" (in) wide, be UL listed under UL 510, and be CSA Certified under C22.2 NO. 197-M1983. 4. Crimp splices shall be installed with an approved crimping tool for the type and size of crimp splice used. Pliers and similar multi -purpose tools may not be used. STEEL LIGHT STANDARD WIRING DETAILS STANDARD PLAN J-28.70-03 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION 4111 Washington Slate Department of Transportation STATE DESIGN ENGINEER 17-108hn\ Council Approval N/A Sheet 1 of 1 ��U������FKU���U� ��x" " ��u u��x�mmnu�x� CONTR��/���������������� o������ �o� �� ACT ��u"x�u����� ��uu����u� o���. o.� DATE 12July, 2O1O BUDGET NO.: 104f8.595.500.65.00 PROJECT NO.: SB41O4O CONTRACT 17-1O8 PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. ' " .. TO: PCL Construction Services, Inc. You are hereby directed 03make the herein described changes {othe plans and specifications ordothe following described work not included |nthe plans and specifications ondhisnontract: NOTE: This change order is not effective until approved by the "Owner"and o notice to pm000d in issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights ofthe ^Owmor'are not prejudiced; C.All claims against the "Ownor" which are incidental k)orasaconsequence nfthis 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: Per Design Change No.2, ( attached), complete additional structural sidewalk purlin connections and revise sidewalk beam grout pads. Payment isbynegotiated LUMP SUM of$11.10O tobepaid as Bid Item No. B1. One working day iaadded tmthe Contract bythis Change Order. 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, fumish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept asfull payment therefore the prices shown above and below. ACCEPTED�.Qa0e July 13, 2018 Contractor Aaron F. Wiebe s", By L���°` Original Contract (without tax) Previous Change Order This Change (without � $2,18S'244.00 J $ 284209.00 v`* ' � REV. CONTRACT AMOUNT $ 6,464,553.00 Original Contract Time: 285 Working Days Additional Contract Time for this Change Order1Day Updated Contract Time: 296 Working Days R|G|NAL: City Clerk (1 of2) Contractor (2 of 2) PW Project Finance File Title Vice President & District Manager APPROVED BY THE CITY OF TUKWILA �� Date���� � B«4/��/ A//&-,, n/t City Engineer v /- � y c.-� cc: Finance Department (w/emmmbrancm) Project Management File / 5 -/- l�- ) (1`om4) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 13 Exhibit A Description: Per Design Change No.2 add eighty eight bolted structural connections between the new main sidewalk support beam and twenty two sidewalk purlins. The design change also requires a minor increase to the thickness of the bridge bearing grout pads for the new beam at Piers 1, 2 ,3, and 4. One additional day of Contract time is allowed for work and impacts included under this Change Order. Added structural bolted connections to sidewalk purlins add work to a critical path activity. ( Act.#5250 — Erect Sidewalk Widening Steel). Measurement and Payment: Measurement and Payment for all work included under Change Order No. 13 shall be by LUMP SUM . Cost Analysis: Contractor requested $12,766 for additional work included under this Change Order including mark up in excess of those allowed under 1-09.6. After negotiation agreed requested price was $1 1,100 including all Subcontractor and applicable mark ups. Time estimates to field drill four holes in each of 22 braces, 30 minutes per hole appears reasonable. This amount therefore appears to represent a reasonable market costs for this additional work. SHARING YOUR VISION. BUILDING SUCCESS' CONSTRUCTION May I7'2UlX Mr. Steve Carstens, P.E. City ofTukwila 638USouthcenterBlvd, Suitel0U Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRXOU34—RFPGrout Pad Elevation Design Change Dear Mr. Carstens: City mTukwila Project No.: yswzo*oa Contract No.: 17-108 Project Accounting wo.: 99410408.300017 City Budget Line Item No.: 104.98.595.500.65.00 In response to Request for Proposal —Grout Pad Elevation Design Change sent February 23, 2018, we hereby submit for your review and acceptance change request CRX 0034 — RFP Grout Pad Elevation Design Change in the lump sum amount of$12'766.04 for all costs relating to the sidewalk structural steel grout pad elevation design change and additional hardware. In addition to the price quoted above, we also request an additional 1 working days be added to the project schedule as the proposed work would add to the project critical path. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance hysigning below and returning copy for record. This proposal is based solely onthe usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work delays, disruptions, re'schedu|ing, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved tn make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCIL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P£ Senior Program Manager Attachments: CRXOU34Detail Report —RFPGrout Pad Elevation Design Change RFP — Grout Pad Elevation Design Change cc: Jason Goetz, Rich FemeneU4Garrett DeRooy PCiConstruction Services, inc Bryan Nicholson, Cathy Braswell- Jacobs Engineering y[IConstruction Services, Inc. Washington License #rcLCoSI099mw sssn1sz"Avenue SE, Suite sso'Bellevue, Washington yoons^Telephone (*zs)«s4'unzo~Fax: (4zs)*sx'syz4 po15AwxFFIn*mnVE^cnnN, EQUAL OPpv^mw/TY Ew,m,mmttvOR/TIESIFp��EIDI.5AmunIVETEvAN5 Project #: 574000/ Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRXOeachpdon: RFP-GmutPadBevadunDaaignChange Seattle PCLConstruction Services, Inc. paua I Date: snroo a Time: 10:25:48 L ____ �ums Quoted Cost Summary —-—` ------- ~`^^ ~~~~~~����� -�' ouote$ Rev � Fo# CO '~`--- oomw: xppm,eucome�: nR� App�veucoAmounc cnxmate: 5/17/2018 Schedule Activity m: Quote Date: 5n7m018 Time Extension: 1 Remarks: Sidewalk steel grout pad elevation and lock nut change �um ��mm � ma�no|: 0.00 �w�me,� 0.00 suutraue: 3.450.00 Overhead: non Fee: 3706.04 / Land nu LLo Rainiero�r�o�o '`Welding, sxrmo1a so4mo1x m�*ou10 e1nuo1u e��oom 1umzoo c—000n � � Cost Code: aerio/Leuer#: Total Quote: a12,76e.0* ------- ——-Launroost —�Subtrade ---fGtai Cost ------- Louvrmanxou_rs Matea�fdok sqvmment Cost Cost Cvst---- 000p moacnnuun Quantity uoM pmx Total Rate Tmm| Rate Total mate Total mate Total_ Rate Total nuoo*o OUR FORCES WORK Structural Ironworker 22 outriggers ,w 4 bolts each 2 WHAocation to drill 1 wmxvoanvnminstall/torque ssoo mm / ss. oaoo 5.610o0 --- --- --- '-- --- '-' '-' 5.610u0 TOTAL OUR FORCES WORK ss. 5.610u0 -'- --' --- 5.610.60_ eoomo MARKUP omOUR FORCES Fee --- --- ''' uy�um% 1.62e.90 17.50m -- 7.50% - ' --- --- - 1.626.90 TOTAL MARKUP omOUR FORCES '-- 1.a2aoo _____' --- __--________- --- -'' _ 1.62e.90 601120 701064 uUBrnAmevvomn Survey for grout pads Add ex^bolts with lock -nuts 1o0 LS | 1.00 Ls .-' -_ --- _- '-- —' '-- --- --' '— --- --- --- -- --- -'- 1.000.00 2.450.00 1.000 2.450 '-- --- 1.000u0 2.450o0 xorxL SuarnxDEWonm —' --' --- 3,45000 3,450.00 ee0100 ouBTnAoemxRxuP Fee '-- ''- -'- '-' '-- --- -'' --- --- 12.00% 41* '-- 414.00 ___� ____ roTxL SueTmxoemARnup - - '-- _ --- -'- 414.00 414.00 To7xL OUR FORCES uouoTnAoea 00. __- ._ Project #: 5740007 PCL Construction Services, Inc. Project: Boeing Access Road Rehabilitation Project Seattle Location: South Boeing Access Road, Tukwila, WA CRX Detail Report - CRX #: 0034 CRX Description: RFP - Grout Pad Elevation Design Change Page: 2 Date: 5/17/2018 Time: '10:25:48 Cost Code 990100 Description MARKUP ON TOTAL CRX FEE Quantity UoM abor Manhours Prod Total Labor Cost Rate Total Material Cost Equipment Cost Subtrade Cost Rate Total Rate Total 1 Total Total Rate 15.00% Cost Total 1,665.14 TOTAL MARKUP ONTOTALCRX --- --- 1,665.14 TOTAL CRX #: 0034 66 7,236.90 3,864.00 12,766.04 pec Revision Date: 2/22/18 REV#: 002 To: PCL Construction Contractor From: Bryan Nicholson, Resident Engineer Contract Name: Boeing Access Rd Over BNRR Bridge PW#: 99410408 FA# BHM-1380(003) Rehabilitation Subject: RFP — Grout Pad Elevation Design Change Reference Drawings: S15, S32, S33, S35, S42 Reference Specification: N/A Description: Revised details for sidewalk purlin attachment and beam grout pad thickness. Direction: I 1 I I Please assign a Cost Issue Number and provide a cost proposal. Incorporate this direction into your contract documents. Proceed with above described work. Work is incidental/in scope; no additional payment or Change Order will be issued A No -Cost Change Order will follow. A Change Order will follow if proposed cost proposal is accepted. Other: This Plan/Spec Revision is issued in accordance with Specification Section 1-04.2. In the event of a disagreement with this notice the Contractors timely response is required as per Specification Section 1-04.5. cc: Resident Engineer: Bryan Nicholson (Jacobs) Project Engineer: Steve Carstens (City of Tukwila) Desgin Engineer(s): Kevin Kim, Hana D'Acci (Jacobs) Revised 11/21/2013 66101_5154.1 darn 0 %NI Boa W/2 WASHERS MO SELF KING NUT, (11P. NEW GIRDER SHIM AS REQ.° FOR DECK SLOPE GUSSET PL 54 w30 0 DETAIL GUSSET PL 4 SPA. 0 D. DETAIL DE( ALL BOLTS SHALL SE Di* ()METER UNLESS NOTED OTHERWISE. COPE FLANGE OF WIO SEE DETAIL SEE DETAIL EXISTING GIRDEP " OW ROO EPDXIED 4' INTO IST. DECK (2 TOTAL) OS" WASHER AND SELF ACIONG NUT ".TLer...% DETAIL PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- DETAIL ."" RIR I JACOBS ROD 108Ih Avenue P.L E., Ste 700 Bellevue, WA 98004 4444 06004 CUP 214 0 OS, TYP. 'YP. GIRDER WEB STIFFENER DETAIL 13 VIEW © %"e THREADED ROO RESIN BONDED Pi/ 11. Mw. EMBEO. L808x41 (TYP.) SECTION 0 NEW GIRDER A' STOP SHORT AT ALL TERMINATION OF FILLET WELD TYPICAL TERMINATION OF FILLET WELD DETAIL BOEING ACCESS ROAD BRIDGE REHABILITATION SIDEWALK WIDENING DETAILS - 4 4, DESION CMWE Isis) , 36 40 z21 1 A 8! 84 co 1.-0- . SPA, 1. 0 #B l'-0' W/ l'-8 EBBED. 5 PPED Eg::). #8 DOWEL TYP miIN, I /iiiiii"till 11 41 I rw , II it .1.0"MW CLEAN AND ROUGHEN SURFACE DF EXISNNG CONCRETE SOLE PLATE -SE/ SHEET 542 FOR SPACING OF ANCHOR BOLTS AND DETAILS ...ST 05 BARS AS REOUIRED TO CLEAR ANCHOR BOLT ASSEMBLY iSBIYILI: MINIMUM. 4-19 W/0-10' MIN. ENDED. AT 3 BARS ANO 7.-0" MIN, LENGTH AT FRONT FACE NEW GIRDER WIDENWG FOR NEW SIDEWAU( COST GIRDER DUST GIRDER /EXIST MEIER PARTIAL, PLAN /EXIST GIRDER 1. EXIST GIRDER 1 EXIST GIRDER \--ems: sti w. wing i l' IT sinimuut ii 1 viihnioniii TIAISIOW: MU eimumitimem 0 S. PARTIAL ELEVATION 1ST 0140 #1 RESIN BONDED DOWEL W/ 10' MN. EMBEDMENT 05 tinx BEARING /-gO RESI0401 ;;14114 ,0NDE:. MN. EMBED. (TYR.) #1 IrrP.) 4-#9 RESIN BONDED DOWEI_ 44/1',0- MIN. EMBEDMENT EXISTING ABLIIMENT #13 RESIN BONDED DOWEL W/r-B" MIN. EMBEDMENT (740.) 09 RESIN BONDED DOWEL W/1!-I0!! EMBEDmENt #8 RESIN BONDED DOWEL Wir-O' MIN. EMBEDMENT SECTION C) SECTION 0 PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- 44,4 we. I JACOBS 800 108h Avenue N.E., Ste TOO Bellevue, WA BOOM BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 1 SIDEWALK SUPPORT AND SEAT EXTENSION DETAILS I S32] 1 53 j 113405000R OPNOL P 4 si—I SOLE PLATE - SEE SHEET S42 FOR SPACING OF ANCHOR BOLTS AND DETAILS 'E NEW BIRDER L CLEAN AND ROUGHEN SURFACE OF EXISTING CONCRETE 'E EXIST GIRDER PARTIAL PLAN INEW GIRDER TOP OF GROUT PAO ELEV. 49.84 PIER 2 ELEV.. 49.5E PIER 3 LEV. a9.7 PIER 2 EXIST GIRDER k EXIST GIRDER rialtillELPF j,rr� '�V., EXIST STEEL BEARING i.U.i li Ili TO REM. (TIP) ..HI�I �22-a,) �� _L MI \■ ■E�la.. 1111 IN III IN■■ BM 111111 0.0.1 EXIST GIRDER II 6-/10 RESIN 9ONDED DOWELS W/ NM. EMBEDMENT 4-15 RESIN BONDED CGNFIS BEW/MEN1'T MIN. EMD PARTIAL ELEVATION •FlELO VERIFY /5 (6 TOTAL) 6-/10 RESIN BONDED DOWELS SECTION O 4-r5ED DOSIN RE BONDWELS 6-#10 EO AUD' SPACED _ RESIN BONDED DOWELS W/ EMBEDMENT � 24-#5 RESIN BONDED DOWELS W/ 1I' MIN. EMBEDMENT is fl o 6" D.c yS- PUBLIC WORKS DEPT. -ENG IN EERINO-STREETS-WATER-SEW ER-PARKS-BU I LD I NG- `r ai •• Ina ,I1F.1 Ala JACOBS 60010601AvofUo D.E., .700 EIBILA, WA 96004 BOEING ACCESS ROAD BRIDGE REHABILITATION PIERS 2 AND 3 SIDEWALK SUPPORT DETAILS 1S33 . 54 1. NEW GIRDER N CROSS is 15n48 a' woc. NOTE. DOWELS DO HOT OVERLAP. SEE 535 FOR HORIZONTAL LAYOUT. EXIST EXT. GIRDER 1. EXIST INT. GIRDER (TYP.) RIMING GRDER SECTION FIELD VERIFT 'Ne— No" V' STEEL JACJ(Er (M.) BOTTOM OF BOTTOM OF COSTING CONCRETE EXISTING CONCRETE STRUT (TTP.) STRUT (TIP.) SECTION TYPICAL All PIER 4 COLUMNS • CONTRACTOR SHALL FIELD MEASURE TO VERIFY THIS DIMENSION TO ENSURE PROPER CLEARANCE TO BOTTOM OF EXISTING GIRDER. BOTTOM OF EXISTING GIRDERS SHALL REMAIN AT THE SAME EXISTING ELEVATIONS. PUBLIC WORKS DEPT. -ENOINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- I IA I 14, •••. JACOBS SOO 10.5th AMMO N.E Ste 700 Bellevue, WA 58004 BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 BEARING REPLACEMENT DETAILS - 2 fi• 44404 GNOME 1: S351 56 j 4r SOLE PLATE AT ABUT 1 SOLE PLATE AT PIER 2 AND 3 D• EDE BAR xY.'v AS OUI Eat. R1'- GUI .rBA 2". 0'. 1'-13• BAR WELD TO SOLE PLATE STEEL GIRDER BEARING PAD 6UTE SOLE PLATE AT PIER 4 SIDEWALK STEEL GIRDER HOLE FOR R BOLT ERRING PAD GUIDE BAR .LE PUTS v IDS' HOLE FOR ANCHOR BOLT X.' HOLE FOR oC ANCHOR BOLT SOLE PLATE AT PIER 4 CONCRETE GIRDERS EXCEPT AT COLUMNS C AND D •CONTRACTOR SHALL FIELD MEASURE TO VERIFY THIS 0I11ENS00 PRIOR TO ORDERING MATERWS AND FABRICATION. GIRDS i GROUT PAD PLAN SEE SHEEP S44 FOR o AND b DIMENSIONS GROUT PAD ELEVATION NOTES: 1. TOP OF GROUT PAD SHALL BE LEVEL WITH UGHT BROOM FINISH. 2. BOTTOM OF SOLE PLATE SHALL 8E LEVEL AFTER DECK AND FENCE HAVE BEEN PLACED. 3. INCREASE MINIMUM DIMENSION AT t BWiN4G AS REQUIRED TO ATTAIN SPECIFIED GROUT PAD ELEVATORS. MAXIMUM DIMENSION SHALL NOT EXCEED 3 INCHES. PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING. N. I JACOBS BOO 1011111 Avenue N.E.. SW TOO Bellevue, WA 40004 tA� BOEING ACCESS ROAD BRIDGE REHABILITATION BEARING DETAILS - 1 110 17-108N Council Approval N/A Sheet 1 of I CITY��U~��r ���� ��UU�����UU �� ��x " ��xm��"m�x-^ CONTRACT o��������� ����U����� ���� �� �*��"� u u��u~�" CHANGE �~u�����u� ,���. m�� DATE: 28June, 2O18 BUDGET NO.: 104.98.595.500 PROJECT NO.: 99410400 CONTRACT NO,: 17'108PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included iOthe plans and specifications 0nthis contract: NOTE: This change order iS not effective until approved by the "Owner" and u notice to p0C88d is issued. COOdibOOS: A. The following change, and work affected thereby, are subject 0Jall contract stipulations and covenants; B.The rights 0fthe "OwOer"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 0[d8nS. CHANGE:Cnnstructoonuretnb|onhretniningwm||dinect|yweatofPier5pnrsMocheddesiOn.Paymon1iobynegotioted LUMP SUM and shall not exceed $48,235. LUMP SUM price includes but is not limited to all associated costs for labor, matoria|s, equipment, mark ups and fees, site restoration; and remnve|, hou|ing, dioposo|, and ossociotodtesting of surplus Vrevinue|yexcovotad material and construction waste stockpiled on site. No workinAdays are added tothe Contract bythis Change Order. 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 July 2^ 2018 COOt[8CtO[ Aaron F. Wle6e By Original Contract (without tax) Previous Change Order This Change Order (without tax) Title Vice President and District Manager APPROVED BY THE CITY OF TUKWILA $ 215'974.00 V Date � $ 48.235.00 �� By � 4\to- ^1 ro ~— Mayor REV. - �0455OO u/ ' /r � .-34—_-3, O�iO8|CO���D��285V��n�O8� City '" ' Additional Contract Time for this Change O[dSrODay Updated Contract Time: 295 Working Days FU0NAL: City Clerk (1 of2) Contractor (2of2) PW Project Finance File $G'188'244.00 cc: Finance Department m Project Management File o`um/w Boeing Access Road Bridge Rehabilitation Contract Change Order No. 12 Exhibit A Description: Construct a gravity retaining wall directly west of Pier 5 using stacked "Ultra -Blocks" on a compacted crushed rock base per attached drawings. Complete wall will be approximately 125 feet long by 5 feet high for a surface area of 625 square feet. This added wall will provide protection for the painted steel column jackets installed at Pier 5 as project work. This wall configuration will help stabilize the final soil profiles under Pier 6 and the new SEW wall. It will provide sufficient fill volume to accept all the excess excavated soils on site. Project documents do not address how the area between Piers 5 & 6 should be left after construction. The preconstruction soil profile included two to three vertical feet of sluffed soil cover over the lower cross beam conning the columns of Pier 5. Excavation was required to complete the Project work. Replacing the excavated soil to the original profile would have risked accelerated corrosion of the column jackets. Replacing a portion of the soil at a steeper angle would produce a potentially unstable slope with potential ongoing safety and maintenance issues or resultant instability of Pier 6. It would also require that excess soil be remove from the site at additional cost to the project. Due to the location the soil is listed as contaminated and would require special testing and handling at additional expense. No additional days of Contract time arc allowed for work and impacts included under this Change Order. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 12 shall be by LUMP SUM . Cost Analysis: Contractor requested $59,076 for additional work included under this Change Order. After negotiation agreed requested price was $48,235 including all Subcontractor and applicable mark ups as allowed under Section 1-09.6(6). Change Order also includes all costs for testing, hauling and disposal of all excess excavated materials. RS Means lists a regionally adjusted raw cost for a comparable concrete retaining wall of approximately $366 /LF exclusive of base preparation, levelling pad, and applicable mark ups. The net Lump Sum negotiated price is equivalent to a price of $386/LF including all costs of base preparation, leveling pad including approximately 15 CY of Type 2 crushed rock, and applicable mark ups, ( 12% to 29%). This amount therefore appears to represent a reasonable market costs for this additional work. NG SEAL —EXISTING PILE (TYP.) \ :C%\\ \-A \\\IA EXISTING COLUMN (TYP.) Proposed ecology blockwall. 2 blocks „c" V ;- high. 50 blocks long. - °;), 3 S E c. ROADWAY 1C-10)i" —IAICROPILE (TYP.) Face of blockwall 2.-0" minimum from SW corner of columns \vo 1.25 APPRX EL 23.05 1'-0' 4 APPRX EL. 26:55 TOP OF P5 FOOTING RETROFIT APPRX. EL 22.05 (TOP OF EXIST. FTG) APPRX. EL 18.55 (BTM OF EXIST, FTG) 2'-0' dLPIER5 ^ - INDICATES MEASUREMENTS PROVIDED FROM PCL AS-BUILTS EXCAVATE EXISTING GROUND PRIOR TO EXCAVATION FOR BLOCK WALL Proposed ecology Temp Shoring Wall block wall current location 06^ — I = zw Us,w VARIES 9'-21' SHOWN 12'-0' PERPEN. TO COL. (TYP) VARIES: 3,0.± MIN. 1117 1— ( Proposed backfill slope 1.50 1.0 - p I 6"MIN. - (TYP) APPRX. EL. 17.01 -0' APPROX LINE OF EXCAVATION NEEDED FOR WALL INSTALLATION CRUSHED ROCK LEVEUNG PAD (TYP); COMPACT NATIVE FILL IN FRONT OF PAD ONCE CONSTRUCTED 46' 23/' (PERPENDICULAR TO WALL & CL PIER 5) PIER 5 SHORING - SECTION VIEW A SCALE: 16 =1'-0' BY 0. O'LEARY DESCRIPTION OR SUBMITTAL ROVIDE 12.0' MIN. CLR FOR EQUIP EL 43.0x PCL CONSTRUCTION SERVICES, INC. 0 131ST AVENUE SE, SUITE 650 BELLEVUE, WA 98006 DWG. NO. PCL-17-03 IL PIER BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 5 SHORING - SECTION VIEW A REV. 1 SHARING YOUR VISION' BUILDING SUCCESS. CONSTRUCTION City ofTukwila Project mo.:e941040o Contract No.: 1710e Project Accounting mn.: 9e410408s000.1/ City Budget Line Item wo.: 10*.98.595.500.65.00 Mr. Steve Carstens, P£ City ofTukwila 6]OOSouthcenterBlvd. Suite IOU Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRXOO27.1—Pier G Column Jacket Protective VVaU REVO1 Dear Mr. Carstens: Following our discussions from previous Owner's meetings and at the request of the City of Tukwila and Jacobs, we hereby submit for your review and acceptance change request CRXOO27.1—Pier 5 Column Jacket Protective Wall REV 01 in the lump sum amount of $48,235.00 for all costs relating to the installation of a protective Ultrablock wall along the West side of the Pier 5 columns to serve as protection for the new column jackets. As you are aware, the existing slope between Pier 5 and Pier 6 was backfilled up to 4' above the bottom strut of the Pier 5 columns which is where the bottom of the new column jackets is located. Our proposed wall vvnu|d retain the existing slope behind Pier 5 and protect the newly painted column jackets and provide access for future inspections and repairs. The proposed wall design is attached for reference. This is not an engineered design and our price does not account for engineering costs, but the proposed wall design is in accordance with standard U|trab|ock applications. This activity would not fall on the Project's critical path so, at this time, we do not foresee any need for additional Contract time. This quotation isvalid for thirty calendar days and bnutjecttnrevision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual costelements such aslabor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead' acceleration, uti|itycnnflicts/pmtho|ing, permits' and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement ofthis contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCLConstruction Services, Inc. City ofTukwila Derek Compton Mr. Steve Carstens, P.E. Project Manager Senior Program Manager Attachments: CRXOO27.1Detail Report REV OI—Pier 5 Column jacket Protective Wall Pier S8|ockwaUProposed Design Superior Quote — REV U1 DC: Ian cc: Jason Goetz, Rich FemeneUa,Garrett De P[LConstruction Services, Inc. BryanNicholson,CathyBmsweU-JacobsEngineehng y[LConstruction Services, Inc. Washington License #pcLcnSIosemvv 3asozs1*Avenue SE, Suite as0,Bellevue, Washington g800s^Telephone (4os)4s4-8nzO,Fax: (4ms)4s4-5sz4 Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Pier 5 Column Jacket Protective Wall PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0027 Page: 1 Date: 6/19/2018 Time: 10:27:30 Rev #: 01 StatusQuoted : Cost Summary Subtrade Sent Due Date Received Quote $ FD #: Approved CO #: CCI\J #: Approved CO Date: RFI #: Approved CO Amount: CRX Date: 4/17/2018 Schedule Activity ID: Quote Date: 6/19/2018 Time Extension: Remarks: Proposed block wall at Pier 5 to protect column jackets Labor: 2,600.00 Material: 2,500.00 Equipment: 0.00 Subtrade: 38,400.00 Overhead: 0.00 Fee: 4,735.00 Superior Earthworks 5/24/2018 5/31/2018 5/24/2018 38,400.00 Cost Code: 950027 Serial Letter #: 39 Total Quote: $ 48,235.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 950027 950027 OUR FORCES WORK PCL Labor Support Ultrablocks 40.00 WH 100.00 EA 1. 40. - - - 65.00 - - - 2,600.00 - - - - - - 25.00 - - - 2,500.00 - - - 2,600.00 2,500.00 TOTAL OUR FORCES WORK 40, 2,600.00 2,500.00 - - - - - - 5,100.00 990100 MARKUP ON OUR FORCES Fee - - - 20.00% 520.00 15.00% 375.00 15.00% - - - 895.00 TOTAL MARKUP ON OUR FORCES - - - 520.00 375.00 - - - - - - 895.00 950027 SUBTRADE WORK Superior - Install Ultrablock wall at Pier 5 Price to prep and install levelling 1.00 LS pad and install - - - 100 e3 - - - ultra bl - - - cks parallel - - - to Pier 5 - - - 38,400.00 38,400 - - - 38,400.00 TOTAL SUBTRADE WORK - - - - - - - - - - - - 38,400.00 38,400.00 990100 SUBTRADE MARKUP Fee - - - - - - 10.00% 3,840 - - - 3,840.00 TOTAL SUBTRADE MARKUP - - - - - ...... - - - 3,840.00 3,840.00 TOTAL CRX #: 0027 40 3,120.00 2,875.00 - - - 42,240.00 48,235.00 - ---- -- - SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION May 24,20l8 Mc Steve [aotens, P.E. City ofTukwila 63OUSouthcenterBlvd. SubelOO Tukwila, Washington 98188 Re: Boeing d Bridge Rehabilitation [R%0039—Pier 5Column Jacket Protective Wall Dear Mr. Carstens: City of Tukwila Project mo.:g94nw08 Contract No.: 17-108 Project Accounting No.: 99410408.300017 City Budget Line Item No.: 104.98.595.500.65.00 Following our discussions from previous Owner's meeting and at the request of the City of Tukwila and Jacobs, we hereby submit for your review and acceptance change request [RX 0027— Pier 5 Column Jacket Protective VVaU in the lump sum amount of$S9,U76S8for all cogs relating tothe installation of protective U|tmb|ock wall along the West side of the Pier 5 columns to serve as protection for the new column jackets. As you are aware, the existing slope between Pier 5 and Pier 6 was backfilled up to 4' above the bottom strut of the Pier 5 columns which is where the bottom ofthe new column jackets ixlocated. Our proposed wall would retain theexistingdopebehin6PierSand protect the newly painted column jackets and provide access for future inspections and repairs. The proposed wall design is attached for reference. This is not an engineered design and our price does not account for engineering costs, but the proposed wall design is in accordance with standard Ultrablock applications. This activity would not fall onthe Project'scritical path so, atthis time, vvedonot foresee any need for additional Contract time. This quotation is valid for thirty calendar days and is subjectto revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual costelements such aslabor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement ofthis contract. Should you have any questions or comments please feel free to contact me at (360)927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX0O27 Detail Report— Pier S Column jacket Protective Wall Pier B|ockvvaU Proposed Design DC: ]an cc: Jason Goetz, Rich FemeneUa,Garnstt De Construction Services, Inc. Bryan Nicholson, Cathy Braswell- Jacobs Engineering PCLConstruction Services, Inc. Washington License #pcLCos|Oyemvv assozan^Avenue SE, Suite ss0,Bellevue, Washington suoo6^Telephone (uzs)4s4-uozo^Fax: <4zs>4s4-s9z4 Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Pier 5 Column Jacket Protective Wall PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0027 Rev #: Status: FD #: Approved CO #: CCN #: Approved CO Date: RFI #: Approved CO Amount: CRX Date: 4/17/2018 Schedule Activity ID: Quote Date: 5/24/2018 Time Extension: Quoted Remarks: Proposed block wall at Pier 5 to protect column jackets Cost Code: Serial Letter #: 950027 Cost Summary Labor: Material: Equipment: 2,800.00 5,000.00 0.00 Subtrade: 44,120.16 Overhead: Fee: 0.00 7,156.42 Total Quote: $ 59,076.58 Page: 1 Date: 5/24/2018 Time: 14:45:47 Subtrade Sent Due Date Received Quote $ Superior Earthworks 5/24/2018 5/31/2018 5/24/2018 44,120.16 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate To al Rate Total Rate Total 950027 950027 OUR FORCES WORK PCL Labor Support Ultrablocks 40.00 WH 100.00 EA 1. 40. - - - 70.00 - - 2,800.00 - - - - - - 50.00 - - - 5,000.00 2,800.00 5,000.00 TOTAL OUR FORCES WORK 40. 2,800.00 5,000.00 - - - — - 7,800.00 990100 MARKUP ON OUR FORCES Fee - - - 29.00% 812.00 21.00% 1,050.00 21.00% - - - 1,862.00 TOTAL MARKUP ON OUR FORCES - - - 812.00 1,050.00 - - - - - - 1,862.00 950027 SUBTRADE WORK Superior - Install Ultrablock wall at Pier 5 Price to prep and install lev 1.00 LS fling pad and install - - - 100 e - - - ultra bl - - - cks parallel - - - to Pier 5 --- 44,120.16 44,120 - - - 44,120.16 TOTAL SUBTRADE1NORK - - - - - - - - - - - - 44,120,16 44,120.16 990100 SUBTRADE MARKUP Fee - - - 12.00% 5,294 5,294.42 TOTAL SUBTRADE MARKUP - - - - - - - - - - - - 5,294.42 5,294.42 TOTAL CRX #: 0027 40 3,612.00 6,050.00 49,414.58 59,076.58 Pier Block Wall SUPERIOR Superior Earthworks Lu mmvmmuu/evAve s Seattle wmvo,/u ,nay,e'3nr ryan@sup,/ear-tm/c.mm Item Description Unit Cost Ouandy Unit Price Extension Pier 5 Block Wall. LS $38.391.87 1 Sub Total $38,391.67 $0.00 Superior Earthworks LLC Pier 5Block Wall Included inthis bid: This bid includes 1 mobilizations any additional mobilizations will be charged seperatly. Excluded from this bid: Traffic Control for pedestrians and vehicles, Dust control and Street Sweeping, Site Sec/uity Dewatehng,Density and Compaction testing, All Permits, Survey and staking. Superior Earthworks isaDBE, MBE, and SC5Certified Contractor O3N1OO22853,K84K8OU22853 Payment isdue upon completion. Ryan Robinson Owner Superior Earthworks LLC 17-108A6 Council Approval N/A Sheet 1 of 1 CITY���~�»� ���� 7FU U�����UU �� ��o u��xmw�"u~x~^ CONTRACT CHANGE ORDER NO 11 DATE: 28June, 2O18 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 89410408 CONTRACT NO.: 17'1O8 _' .� � r ] PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way 8. � TO: PCLCOOStrUCUOO Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included iOthe plans and specifications ODthis 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 Ofthe "OwOer"are not prejudiced; C. All C|8i05 against the "Owner" which are incidental to or as 8 CODS8qU8OC8 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: Delete re0aiOinOwork included under Contract Bid |tR0 36- '/8tgV| Corrosion Repair' and assign ng0aiOiOq funds of $ 129,734.31 to establish a new Contract Bid Item - " Impact Labor Costs" for payment of direct labor cost for portions of days rendered unworkable by BNSF and for premium portion of overtime work as ogreedupon. No workinq day are added to the Contract duration by this Chanqe Order. Payment is by FORCE ACCOUNT asallowed under 2U18VV8UOT881-08.8(1)&(8)and shall not exceed $12S.734.8i. VVB the UOd8nSigOGd CODtmCk}r, have given C8n8fu| consideration to the change proposed and hereby 8gK)8, if this p0pOS3| is approved, that vvewill provide all equipment, furnish all materials, except 8Smay otherwise benoted 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: ~L�atS June 28^ 2018 Contractor Aaron F. Wiebe By Original Contrac(without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $O.4O5'218.0O Original Contract Time: 285Working Days Additional Contract Time for this Change OnderODay Updated Contract Time: 295VVO[kiOg Days Title Vice President & District Manager APPROVED BY THE CITY OF TUKWILA -�._ /_� _ � Date� ` .| ^ B«//�' ^/ Mayor City Engineer RIG|NAL: City Clerk (1of 2) Contractor (2of2) PW Project Finance File uz Finance Department (w/enoumbnence) Project Management File , (1,nn/4) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 11 Exhibit A Description: As part of the Contract work included under Bid Item 36 — Steel Corrosion Repair an inspection was completed of the existing condition of the top flanges of the existing steel girders on either side of the longitudinal joint . ( Note that this area could not be accessed prior to erection of the work access staging as part of this Contract.) In the report to the designers and as verified by the project inspection staff it was documented that the beam flanges showed only isolated area of minor surface corrosion and that as per Note 1 / S53 additional corrosion repair was not required. Partial payment was made under this Bid Item to the Contractor for inspection and condition report as required and for the installation of the shear studs on girder C included under this Bid Item as shown on detail A/S53. This Change Order assign remaining funds of $129,734.31 to establish a new Contract Bid Item "Impact Labor Costs" for payment of direct labor cost for portions of days rendered unworkable because BNSF removed previously scheduled required railroad flaggers from the site without prior notice and raised the elevations of the existing tracks ( M3 and M2 ) from those shown on S6. The work access platform, ( Bid Item 32), was approved and installed based on track elevations given on S6. When track elevation were raised by BNSF, additional labor paid under this new Bid Item was also required to raise the installed portions of the platform to maintain the minimum required clearance. This Bid Item also establishes a means for payment of the premium portion of overtime work on critical path activities as agreed upon as necessary to restore the critical path prior to the unscheduled BNSF removal of required railroad flaggers and subsequent change in track elevations. Because of these delays, weather critical activities including deck overlays were scheduled for the fourth quarter of 2018 where there is significant risk of delay to critical path activities that could result in overall project delay and a weather shut down with required spring remobilization to complete project work. Authorizing payment for the premium portion of Contractor overtime work responds to the Contractors claim for delay impacts included in attached PCL Serial Letters 22, 24, and 24.1 and is in accordance with the previous response in attached City of Tukwila Serial Letter 10. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 11 shall be by FORCE ACCOUNT per WSDOT 2016 Standard Specification 1-09.6 (1) & (6). Payment shall be madc for the premium portion only for overtime work on critical path activities as agreed upon as necessary to restore the critical path prior to the unscheduled BNSF removal of required railroad flaggers. No working day are added to the Contract duration by this Change Order. Contract Days impacted by BNSF were previously recorded as "Unworkable" and not included in Contract totals. Cost Analysis: Additional costs paid under the new Bid Item established under this Change Order are limited to the amount remaining under Bid Item 36 and therefore will assign no new costs to the Project. It is expected that the final additional costs under the new Bid Item will be significantly less than the money reassigned from Bid Item 36 resulting in a net direct cost savings to the project. Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0014 CRX Description: BNSF Track Work - Work Access Delays Page: 1 Date: 5/17/2018 Time: 16:55:54 Rev #: Status: Quoted Cost Summary Subtrade Sent Due Date Received Quote $ FD #: Approved CO #: CCN #: Approved CO ate: RFI #: Approved CO Amount: CRX Date: 1/22/2018 Schedule Activity ID: Quote Date: 3/13/2018 Time Extension: 17 Remarks: BNSF delays due to track work MT2 and MT3 lines Cost Code: 950014 Serial Letter #: 17 & 22 Labor: 52,955.00 Mterial: 0.00 Equipment 0.00 Subtrade: 12,889.70 Overhead: 0.00 Fee: 14,785.51 Total Quote: $ 80,630.21 Purcell P & C, LLC Superior Earthworks 3/13/2018 3/13/2018 3/20/2018 3/20/2018 3/13/2018 3/13/2018 10,389.70 2,500.00 . .._ ____ .... Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total OUR FORCES WORK PCL Daily Cost Rate Daily project overhead cost. 17.00 DAY 1. 17. 3,115.00 52,955.00 - - - - - - - - - - - - 52,955.00 TOTAL OUR FORCES WORK 17. 52,955.00 - - - - - - - - - 52,955.00 990100 MARKUP ON OUR FORCES Fee - - - - - - - - - 25.00% 13,238.75 - - - - - - - - - - - - - - - 13,238.75 TOTAL MARKUP ON OUR FORCES - - - 13,238.75 - - - - - - - - - 13,238.75 SUBTRADE WORK 200 WH's to remove/re-install deck plus 30 hours for equipmen stand-by Demob and re -mob of demolition equipment 1.00 LS 1.00 LS - - - - - - - - - - - - - - - - - - --- - - - - - - - - - - - - - - - - - _ --- - - - 10,389.70 2,500.00 10,390 2,500 - - - - - - 10,389.70 2,500.00 TOTAL SUBTRADE WORK - - - - - - - - - - - - 12,889.70 12,889.70 990100 SUBTRADE MARKUP Fee - - - - - - - - - - - - --- - - - - - - - - - - - - 12.00% 1,547 - - - 1,546.76 TOTAL SUBTRADE MARKUP - - - ...... - - - - - - 1,546.76 1,546.76 _ ._ ______.____ ______.______. TOTAL CRX #: 0014 17 66,193.75 14,436.46 80,630.21 SHARING YOUR VlS80)N' BUILDING SUCCESS' CONSTRUCTION March 1],018 Mr. Steve Carstens, P.E. City nfTukwila 630O5outhcen1erBlvd. Suite 10O Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRXOO14-0NSFTrack Work Delays Dear Mr. Carstens: City vfTukwila Project No.: 99410408 Contract No.: 17'108 Project Accounting mv.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 Following the conclusion of the BNSF track work and in conjunction with Serial Letters 017 and 022, we hereby submit for your review and acceptance change request CRXOOI4— B0SFTrack Work Delays in the lump sum amount of $80,630.21 for all costs relating to the unforeseen project delays due to the BNSF track modifications to MT2 and MT3 (east tracks) which resulted in stoppage of the Work Access installation shown on the Project Schedule at critical path act\viLyDO15. We also request an additional 17VVorking Days be added 10the total project duration due todelays inthe critical path. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement ofthis contract. Should you have any questions o/comments please feel free 10contact meat(360)927'lS29. Kind regards, P[LConstruction Services, Inc. City ofTukwila Derek Compton Project Manager Senior Program Manager Mr. Steve Carstens, P.E. Attachments: CRX 0021 Detail Report — Sawcut and Dowel N/S Curb Lines DO ]an cc: Jason Goetz, Rich Femene|la P[LConstruction Senviues Inc. Bryan Nicholson, Cathy Braswell, Chris Lyons Jacobs Engineering yClConstruction Services, Inc. Washington License #pcLcoS]oy9mvv assu1a1"Avenue SE, Suite 6s0,Bellevue, Washington 9DOos^Telephone (o2s)os4-8nz0°Fax: (*25)454-592* SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION City ofTukwila Project mn.: ee410408 Contract No.: 17-108 Project Accounting mo.: 99410*08.3000.17 City Budget Line Item No.: 104.98s95s00a5o0 Mr. Steve Carstens, P.E. City ofTukwila 63OOSouthcenterBlvd. Suite 1OO Tukwila, Washington 9O18O Re: Boeing Access Road Bridge Rehabilitation NodceofOe|ayandOiffehnDSite[onditions—BNSFTiackVVork Dear Mr. Carstens: Beginning February 7, 2018, BNSF crews began installation of ballast rock along Mainline track #3 (MT3) which raised the existing track approximately l2"from existing grade. While BNSFcrews were completing this work, we were unable to proceed with installation of the access platform between Pier 1 and Pier 4. We have been in discussions with BN5F representatives over the past week and have yet to receive definitive dates from BNSF when their track work on main line tracks 2 and 3 will be completed. Until we know what the final elevations of the tracks will be we cannot proceed with the access platform installation. Since February8, 2018, we have been unable to proceed with critical path construction activities, specifically the Work Access Installation (Schedule Activity |D 8015) and its successor activities due tothe railroad track elevation change. We are tracking potential cost and time impacts of the issue as a delay due to changed conditions. VVeare tracking the impacts under PCLCRX#U0I4. Should you have any questions urcomments please feel free tocontact me. Kind regards, PCIL Construction Services, Inc. Derek Compton Project Manager Attachments: None DC: Ian co: Jason Goetz, GarnettDeRooy RichFemeneUa P[LConstruction Services, Inc. Bryan Nicholson, Cathy Braswell, Chris Lyons Jacobs Engineering pClConstruction Services, Inc. Washington License wpcLcns|ooywvv sssozs1°Avenue SE, Suite 6so'Bellevue, Washington 9un86^Telephone (42s)4s4-unzn°Fax: (425}*54-5e24 P(zo^wAFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER M'wox'novFsm^LoIDISAmvrYIvETm^^o SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION May 1l0l8 Mr. Steve Carstens, P.E. City ofTukwila 63OOSouthcente/Blvd. Suite IO0 Tukwila, Washington 98lD8 Re: Boeing Access Road Bridge Rehabilitation CRXOO14—BNSFTrack Work Delays Dear Mr. Carstens: City ofTukwila Project mo: 99410408 Contract mo.:z7-1ou Project Accounting mo.: 99410408.3000.17 City Budget Line Item No.: 104.e8.595.500a5.00 In response to City of Tukwila Serial Letter 810, we hereby re - submit for your review and acceptance change request CRX 0014 — BNSF Track Work Delays in the lump sum amount of $80,630.21 for all costs relating to the BN5F track maintenance work which delayed the project critical path schedule for 17 working days. We understand the City has no direct control of the railroad's activities, but it must also be understood that P[L cannot control the activities of the railroad and bear significant risk which could not be reasonably anticipated at bid time. When we bid the project, the only work indicated in the Contract documents which applied to the railroad was railroad flagging and installation of an inside guardrail on the UPKK track (reference SP'59). Nowhere in the Contract documents does it imply that significant impacts to the project critical path schedule relating to railroad activities is the sole responsibility of the Contractor, nor is it reasonable to assume P[L could have anticipated or accounted for such a significant impact to the project. The track maintenance work conducted by the railroad qualifies as a differing site condition (changed condition) as defined under WSDOT Standard Specification 1-04.7 because it is not ordinarily encountered nor generally recognized as inherent in the Work provided for in the Contract. In addition, the track maintenance work created a differing site condition as the original grade/elevations of the tracks were altered from the grades/elevations shown in the Contract document at bid time which affected our approved work access plan. We acknowledge the City of Tukwila has already added 17 working days to the Contract duration forthis impact and we do not foresee needing additional days relating to this impact at this time. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning copy for record. This proposal is based solely on the usual cos elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, 9{IConstruction Services, Inc. Washington License wPcLCo5|ne9mvv assnzs1"Avenue SE, Suite s5nBellevue, Washington euno*^Telephone (42s)4s4uoun^Fax: (425)4545924 Mr. Steve Carstens, P.E. Mayl7.ZOl0 Page 2 PCLConstruction Services, Inc. Derek Compton Project Manager City of Tukwila Mr. Steve Carstens, P.E. Senior Program Manager Attachments: [RXO0l4Detail Report BNSFTrack Work Delays City of Tukwila Serial Letter 010 DC: Ian cc: Jason Goetz, Rich FemeneUa,Garrett De Construction Services, Inc. Bryan Nicholson, Cathy Braswell- Jacobs Engineering �~��u�������°y~ ° ��0��� ~�� Tukwila Allan Ekberg, Mayor Public Works Departincl7t -- Henry Hash, Director Mr. Derek Compton, Project Manager PCL[onstruction 365O131*Ave. SE, Suite 6B} Bellevue, Washington 988O6 Re: Boeing Access Road Bridge Rehabilitation NotkeofDe|ayandDiffehngSbe[onditions—BNSFTrockVVork Dear Mr. Compton: In reviewing PCL Serial Letter No. 022 of February 15, regarding potential costand time impacts due toBNSF Railroad track maintenance activities and failure to provide flaggers upon request we acknowledge that there have been impacts to the project schedule. As described in the Project Special Provisions pages SP-57 through SP'59,and\ntheContracto/oRightofEntryAgneementtheseac1k/idosandtheschedu|in#offloKgers are solely at the discretion of the railroad and not under the control nor influence of the City of Tukwila. Prior tothe March 2O,201Opay estimate dead|ine,pkosesubmharevbedpnojec schedule for evaluation uf the delay. Please also include any cost impacts due to related activities under the control of the City of Tukwila. Please contact me if you have additional concerns regarding this or other Contract issues. Steve Carstens, P.E. Senior Program Manager City ofTukwila Public Works Department Tukwila City Hall ^600Southcente/Boulevu ,Tukwila, WA98188,206-433-18OO~ Webs/te: TukwiloWA.gov m�~��'^y ~ City f Tukwila ' ° ~~_ Public Works Deportment - Henry Hosh, Director Z7March 2Ol8 Mr. Derek Compton, Project Manager P[LConstruction 365OI3I*Ave. SE,5uhe65O Bellevue, Washington 98OU6 Re: Boeing Access Road Bridge Rehabilitation CRXDO14-8NSFTrack Work Delays Dear Mr. Compton: Serial Letter 010 Allan Ekberg, Mayor In reviewing PCL Serial Letter No. 024 of March 13, and related PCL Serial Letter No. 022 of February 15, regarding potential cost and time impacts due to BNSF Railroad track maintenance activities and failure to provide flaggers upon request, weacknowledge that there have been impacts tothe project schedule. Aopreviously stated, these activities and the resultant delays are solely at the discretion of the railroad and not under the control, nor influence of the City of Tukwila. As specified under Special Provision Section 1-07 Protection of Railroad Property ... "The Railroad Company will specify what periods will be allowed the Contractor for executing any part of the work in which the Railroad Company's tracks will be obstructed or made unsafe for operation of railroad traffic." "Protective services to protect the Railroad Company's facilities.., and movement of its trains or engines, including railroad flagging.., may be required by the Railroad Company as a result of the Contractor's operations." "The nature and extent of protective services, personnel and other measure required will in all cases be determined by the Railroad Company. Nothing in these specifications will limit the Railroad Company's right to determine and assign the number of personnel, ..., nor other protective measures itdeems necessary," In accordance with Section 1-08.5 of the WSDOT Standard Specifications, the working day count was suspended for a total of seventeen working days during this delay to critical path activities by BNSF. Additional non -working days due to net resultant impacts can be assigned as they subsequently occur. Related costs due to the actions of the City of Tukwila can also beaddressed atthat time. Please contact me if you have additional concerns regarding this or other Contract issues. Steve Carstens, P£. Senior Program Manager City ofTukwila Public Works Department �j Tukwila City Ho0 ^ 62O0 South opnter8ou/evord ^ Tukwila, [IVA 98188 ^ 206-433'2800 , We6oite Tukwila WA. gov Original Contract tax) Previous Change Order This Change Order (without tax) 17-1[80 Council Approval N/A Sheet 1 of 1 CITY��K�������UK���U � ��u m��o���m���^ CONTRACT o������ �^� �� ����vmnn�x�w�n ��nm��"����� ��n���u�n� n���. ,vv DATE: 21 juOe'2018 BUDGET NO.: 104,98.595.500.65.00 � PROJECT NO.: 9�41�4O8 CONTRACT 17-1O� ' ' PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCLConstruction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject toall contract stipulations and covenants; B. The rights Ofthe "{}VVOer"are not prejudiced; C.All claims against the "Owner"vvhiChare incidental tO0[8S8consequence 0fthis 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: Due to changed condition of additional steel embeddments in deck structure, revise demolition and replacement procedure per RFI #035 (attached) to include verticle saw cut along limits of joint removal on either side of expanmioniointundaddeVoxyembedded#5dowe|aaƒ12inchepocing.NVworkinOduyareaddedtuthe Contract duration bythis Change Order. Pavment is bV negotiated LUMP SUM in the amount of $5,372.00 based on subcontractor and supplier quotes and Contractor markups on subcontractor work as allowed under 2O18VVSDOT88 1-09.8(0). We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that w8will provide all equipment, furnish all materials, except 8Smay otherwise benoted 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 June 28, 2018 Contractor Aaron F. Wiebe By 11�4� 1` 11 Title Vice President & District Manager $ 6,189,244.00 / APPROVED BY THE CITY OF TUKWILA $ 210.002.00*/ ' �GDate/ ~7 � $ 5'372.00~/ 8v////' REV. CONTRACT AMOUNT $O4O5.218.00w/ Original COnh@C Time: 285Working Days Additional Contract Time for this Change O[de[0Dnv Updated Contract Time: 295 Working Days � [ A\t &w ~ May City Engineer h ` � R|8|NAL: City Clerk (1 of2) Contractor (2of2) PVVProject Finance File cc: Finance Department kw/enoumbranca\ Project Management File (11am4) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 10 Exhibit A Description: Details for removal of the existing Pier 4 expansion joint shown of Contract Plan Sheet S26 were based on construction drawings for the 1965 bridge widening. Actual installation included an embedded facing plate on each side and heavy angle ( 5/16" thick) embedded into the deck. There was concern that chipping the existing concrete to remove additional embeddments and preserve the lateral steel as originally directed would cause undue damage to the existing deck structure. Note also that the gap between spans shown as "A = 5" +/- was actually 2 1/2" on the north curb lane and 'A" on the adjacent interior lane. Saw cutting the removal limits to full depth with added dowels allow the gap to be established at 4" between spans consistent with the design drawings. No additional days of Contract time are allowed for work and impacts included under this Change Order. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 10 shall be by LUMP SUM . Cost Analysis: Additional costs are limited to costs of additional materials including additional polymer concrete, rebar dowel, and epoxy for embedding dowels and applicable materials mark up as allowed under Section 1-09.6(2) and for additional saw cutting by Subcontractor and applicable mark ups as allowed under Section 1-09.6(6). Costs requested by the Contractor for additional direct labor were disallowed in the negotiated settlement as the original joint removal instructions on Contract Plan Shect S26 required that the concrete be removed to save the existing longitudinal steel and the net labor requirement was agreed to be equivalent. This amount therefore appears to represent a reasonable market costs for this additional work. SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION June 20, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0030.1— Pier 4 Expansion Joint Sawcut and Dowel REV 01 5740007, File No.: 2A.2, SL #: 038.1 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 Following discussions during the Change Order meeting on June 20, 2018, we hereby submit for your review and acceptance revised change request CRX 0030.1— Pier 4 Expansion Joint Sawcut and Dowel REV 01 in the lump sum amount of $5,372.15 for all material and subcontractor costs related to the sawcut and dowelling of the concrete on each side of the Pier 4 expansion joint. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila 4.1 Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0030.1 Detail Report — Pier 4 Expansion Joint Sawcut and Dowel REV 01 DC: Ian cc: Jason Goetz, Rich Femenella, Garrett DeRooy - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell- Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131s" Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Project #: 5740007 pn4eu: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA PCLConstruction Services, Inc. Seattle CRX Description: Pier 4 Expansion Joint Sawcut and Dowel Page: 1 Date: 6/20/2018 Time: 14:08:35 Rev #: 01 Status: Quoted Summary ummary oumra«e Sent Due Date Received Quvte$ po#: Approved cO#: �cw�� xppmveucOo��� nR#: ons Approved ooAmount: onxoam: 4/24m018 Schedule Activity ID: Quote Date: 6/20/2018 Time Extension: nnmumu: sawcuttinoand doweling atp*and pIexpansion joints uouoc 000 � Material: 1.s7o�oo Equipment: 0.00 eumrauc: 3,095.00 Overhead: 0.00 Foe: 702.15 neua, Superior Earthworks wz7su1u 5/24/20/8 ow�n10 5m1o018 *�7mo10 5/24/2018 �ou�oo 2,40000 Cost Code: eou000 Serial Letter #: 38u38.1 Total Quote: $e.3/215 __ Cost Code Description Quantity uoM Lauorman»oum Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost — Prod Total wuu` Total Rate Total Rate nua| Rate Total esnoao 950030 OUR FORCES WORK Additional Polymer Concrete Added polymer concrete due Epoxy for maua,Dowels 15.00 cp mwider blocks 15o0 sx --- ut --- --- --- --- -'' --' --- 75o0 30.00 1.125.00 450o0 ''- --- -'' '-- --' '-- --- --' -- 1.125o0 150.00 TOTAL OUR FORCES WORK '-' -'' 1.575.00 --' ''- 1.575.00 9e0100 MARKUP owOUR FORCES pee ''' --- --- zeoom ' ' 21.00m 330.75 21.00m --' --- '-- --- 33075 TOTAL MARKUP owOUR FORCES -- -- 330.75 -- -- 33075 601172 nonnao auBrmxoexvonn n0' supply added #5 uv=eb Superior 'oawcu Pier Joint 1.00 uS 1.00 uS -- —' -- -- -- —' -- -- -- -- -- —' -- -- -- —' 695.00 2,400o0 895 2,400 -- -- smznu 2,400.00 TOTAL ouBTnAosvvnRw —' '— —' -- 3,095.00 3.095.00 e90100 nuernAoeMAnnup pee -- —' -- -- -- -- -- —' -- 12.00% 3/1 -- 371A0 ror«L auoTnxoswmRnuP —' —' —' -- 371.40 371.40 ~���~� TOTAL cmx�uuxV —' -- 1.uus�7o -- a�ss�u o.m2�s ���� ��� ... ��� REQUEST FOR INFORMATION Date Submitted: 84/04/ O18 " Reply -- Due Date: 84/11/2018 RR#, 036 Contract Name: Boeing Access RdOver BNRRBridge Rehabilitation PW#\ 09410408 Contractor: PCLConstruction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted mma: (name &title) Derek Compton — Project Manager Type ofRequest: (select one) 1. Request information and/or clarification related to the Drawings, Specifications, or Contractrequirements DU 2. Request approval for minor deviations from Contract requirements that do not involve any time or costadjustment El 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RF| Description (Fully describe the question or type minformation required, mallow City mTukwila midentify what document(s)minformation isneeded) Reference the expansion joint removal detail ooplan sheet S26. In order to expedite the expansion joint removal and minimize the amount of deck removed at this location, PCL proposes mvertically oavcu along the limit vfthe joint removal oneither side ofthe expansion joint uoshown inthe attached detail in lieu of chipping and saving the existing longitudinal reinforcement. Kacceptable, please provide details for dowel size and mioimumembedment to replace the longitudinal rebar that will be cut off with the expansion joint removal gochuo|nfo,maUon Reference Drawing(s) Reference Snncmc=u"n Reference Bid Item(s) ' Attachments S26 33 Pier 4SawoutDetail RESPONSE Sawcutting vertically along the joint removal limits as shown in the attached details is acceptable. Dowels: #5ut 12^ spacing with 8^ minimum embedment and 3^ minimum edge distanm*, see attached. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy *befiled (name &title) Hana D'Acci Bridge Engineer 4/10/18 Date THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must bmgiven inaccordance with the construction Contract if any clarification, variation, orOwner's response causes any change to the Contract. See Specification Section 1 04.4. 1w1 JT. :R P. TOP OF MODIFIED DECK OVERLAY, TYP TOP OF EXIST. STEEL GIRDER 3—#6 TOP BARS AS SHOWN 3—#5 BARS AS SHOWN #5 dowel ALTERNATE STEEL SHAPE NO. 1 POLYMER CONCRETE, TYP. • NORMAL TO JOINT STRIP SEAL STEEL SHAPE NO. 2 Y4." DIA. AIR RELIEF HOLES © 1 '-0" 0.C., TYP. 4—#5 BARS AS SHOWN " min., typ A=5"± 8" min. VARIES AT EXIST, STEEL GIRDER FLANGE EXPANSION JOINT REP_ACEMENT %" DIA. x 6" STUDS SPA. © 1 '-0" EACH ROW, ALTERNATE Sawcut vertically at limits of concrete removal TOP OF EXIST. STEEL GIRDER REMOVE CONCRETE, PLATES AND ANGLES WITHIN BLOCKOUT. SAVE EXIGT. NAL REINF. THAT EXTENDS INTO BLOCKOUT, TYP. Drill and Dowel to replace cut reinforcement TOP 0 DECK, TYP. N. Sawcut vertically at limits of concrete removal " MIN. ,fort7.40twite Arir ArdrAreeeeelz, .97 A=5"± EXPANSION JOINT REMOVAL Dar SAWCUT, TYP. REMOVE CONCRETE, PLATES AND ANGLES WITHIN BLOCKOUT. LONGITUDINAL REIN-. TI IAT EXTENDS INTO I Drill and Dowel to replace cut reinforcement tenors Jaw* I God, X'— *cf Liu*, *rre- 4...' '' "--- ,12'''''es „,.....4.i."„"!' ,,...., a v--e--• -,„'.1-,,--- 'ae9, . -"' ,-.,----"' ......-.' ' ..e,...,.- 9)..- . - --' 0- _.- •;,t4---- 4Ai' 4 -- jj,. I' „...„.3/:- , ° ,or EXPANSION DAM AT PIER NO. I 9:rovont r.**. raw Fa- r- delow prod, pro,/ Yoh* • &V, JP' .1' r • Ai*S* la, Iv.' • .14/* 7Xr" M-4 .11F ATIii /li L1•5.7 SECTION "O-C" ...--/cm.th Rooey erode a/i*y JArw 1 r--Paralle; c.. ....... 1 ----1 '',,' .,' ^.• 11 : .--t- .;•,,, I :! &rad to deer .7jo--, /.7 < LSO , 4fri.ofinc.thrder '''• ...VW LOO -7jco 44V c a:* /* , „ „ R 4,4* :cm? • weis.) 44 • C. s- • 4- ,, Wehhho Jrucri we, head :4 V `-^-,4 re SECTION 'F-F- ....-”c*e. 07 Remy* Jim e tgra, .Saw,I • I , 1 - 11" e ,t • e EXPANSION DAM AT PIER NO. 4 t '4', V* •rn. =AZ '4.1'1‘ `;'Z' • i • 1.1,Y.4•A .4 0o, .11**. •04•Pl. 4' I Via r•uf.r I.- R 15 SECTION A-A- 31*** • •'L Oa* nen' Jhown ifi4.tp41/ Co Pp.*, Cid* E. r Dram, '1,rh'esrhtel Shots furaziA na We Ai' .0 25-0 cFCTIOA/ "II • B r • Ile,* is. ,w J11 Li I Li"J*" 451• Ours — SECTION C • C- a C 250 MS _00w, --,;invre oreae • /**, how .4 4, in Aar, /- • 44 •C Oa4 Strea 744,6, n4.- C.? "O* C' 0**,14*.lt• I LI', --r1 ilf Conc Beg-. 1,1 S" I .1' .—tinah Ron -id &ode shry akefr 1 4 4.C25 0 1.4,4,14 rJ11,14 44 vAral/t/ erivi ryp W W "D•D'' /j,..4- 14 w41,4 ph404 I her. MS., I 0.0.thIrl Curb t.o• Id 4, 74 401 CAI4,5 Lint 4" Cori PSH I (SR SLIM) BOEING ACCESS ROAD IWO COLAITT BOEING ACCESS ROAD OVERCROSSING-WIDENING 7fare Fa, Oa.* to,*.tc0P4 Will need to move awcut line to at least 9 1/2" to miss angle sirnoN below L8x4. EXPANSION DAMS 01.V441. VINLIWYNOICut MP 3 umn apriamat. -us 11 VIM' 49 C/ase ar*Coln, TOP SVOE .1 6 Arai/ Cos0 $fee/ .5eade• P-4,0" 41-4 alehe,.,/& Awe 150 4•r49,9. cloas NMI E I b9Jab. ses Atior-robt F/XEO SHOE R•qh9: r,c el Se 919 9". 1- 9- F.LAiV Pate., far •9><9, ess15. Own. 4, 4-dam. clots 9--Pn 41 if;11c-C mad .rpf-,1:9199-z et,ech9 J 0. ri. I I ; /14Phyfr/t fice"..47, p/a/e. BOTTOM EXPANS/ON SHOE' R/0,0e ewe I", 0a/".1.t., fiwwiwo/Jilel Z7 Raf,alred .5eale cLo" ,1• wit risirmt -.Warm lowdown.... J.04100,101000MMIT.Om. f...& 6-4-10is • irCZ ,4-.1C,Ars.rtraz,Ccbtr. 499i.f 4 / ,t..16"406;r9 z,,cc Av. te..ms rrorr •OtAtils 94,19999.i." 7:44- Ve oicaSsro some Ohoww 040 eepaneine C,Ive 3.c7i'an 21-A: SECTION TN/RV FIXED ,.10/NT 9999, t' • t-o- 941-Fhoo. 1.9.-.0.19‘99,1 934 h 4191990•99 ttichur coltiumei ...hiiI - 4'4 eY47/09/ BIOEWALIC Pixer3 ..10/NT- LEPT $c.k jR/140 ft If .r 4,Lis...A. 9 .the,..9 -.7.14 040 J./W*0.44f .COICC00:, 9 C9-cIns L. Jr ___:; ArcIr of ova,/ Oert0 ma I SECTION "c-e" stole z' • re.1 /9...d tar.> a :Vc99 30.94 94r"../.94.;91 te.ae,4 41...•••,,j" . SECT/O,V TYR U EXPANSION ../01N77 seal, t. ro" 0- 144" 19:150.8earo a 4. e„f*,19.9,99c4.,3 49 ennv9. eR 2.015.-9* II ow R. j'Rrele e zipvc+, 1.1.4:105.‘r e Ao-corsN $ieel I; I Jiww: —11.1/1e0 4110 .Vfj. SECTION -45-8. Scat: 1. /I-0* PLAY /Lim. Rtri/ Efose 1,-_tle it" ba-re fr,999,' nrioltZfrr.ri,Z.:, 5 cre 1.0404 .a.ti ff SII,E WAG'S Phrel„) 1./0//VT P/C2HT Seale: r. Jae c-.cb.- 94,99 3. RAtr/..s irCle.r. ZPi'«leeons /071.7 fid Will need to move sawcut line to at least 10 1/2" to avoid top plates recelm. Jdoe 130I'Cleanw ee.0.1e- 11'0' ,O-OT/01.1 Ow*: /"•,,.0" 1 1 101 es," 1.11$1111111111111111111111111M„ - 1 1 1 1 1 PL000 4,104L. el CS band A ...AI ChevArro, 510EIVALK EXFANS/ON ../0/N7- 4-. RIOCIII 30,1,00.11- ZCP1-.11.9C 01400.177r /CAMP 5cala /I-J" ACCESS ROADS SEATTLE TO RENTON BOEING AIRCRAFT PLANTS SECTION 1, OVERGROWING - ETA. 14 + sINC COUNT! SHOES AND EXPANSION DAMS avx.se. aorunvorn m.o... o4Avam ArrsenotS 2.4 SMUT 9 OI 12. 04 awwwor SHARING YOUR VISION' BUILDING SUCCESS. CONSTRUCTION City vfTukwila Project No.: 99410408 Contract Nu:zc1oa Project Accounting mn.: 99410408.3000-1/ City Budget Line Item wn.: 104.98.595.500.6588 Mr. Steve Carstens, PI. City of Tukwila 63OOSouLhcentorBlvd. Suite 10O Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation [RXOn3O.1—Pier 4Expansion Joint Semoutand Dowel REV Ol Dear Mr. Carstens: Following discussions during the Change order meeting onJune 20, 2018, wehereby submit for your review and acceptance revised change request CRX 0030.1 — Pier 4 Expansion Joint Sawcut and Dowel REV 01 in the lump sum amount of$G,372.15 for all material and subcontractor costs related to the savvout and dowelling of the concrete on each side of the Pier 4 expansion joint. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning o copy for record. This proposal is based solely on the usual coy elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, no'schedu|ing, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City ofTukwila /21 Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: [RX0O3O.1Detail Report — Pier 4Expansion Joint Sawcutand Dowel REV O1 DC: Ian cc: Jason Goetz, Rich Femene|la,Garrett DeRuoy P[LConstruction Services, Inc. Bryan Nicholson, Cathy Braswell- Jacobs Engineering pCLConstruction Services, Inc. Washington License #pCLCOS|U99mm/ 3asVza1"Avenue SE, Suite 6so'Bellevue, Washington 9Ooou^Telephone (4zs)4s4-8nz8^Fax: (425)454-5e24 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIESIFEMALEIDISABILITYIVETERANS Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0030 CRX Description: Pier 4 Expansion Joint Sawcut and Dowel Rev #: 01 Status: FD #: Approved CO #: CCN #: Approved CO Date: RFI #: 035 Approved CO Amount: CRX Date: 4/24/2018 Schedule Activity ID: Quote Date: 6/20/2018 Time Extension: Quoted Remarks: Sawcutting and doweling at P4 and P1 expansion joints Cost Code: Serial Letter #: 950030 38 & 38.1 Cost Summary Labor: 0.00 Material: 1,575.00 Equipment: 0.00 Subtrade: 3,095.00 Overhead: Fee: 0.00 702.15 Total Quote: $ 5,372.15 Page: 1 Date: 6/20/2018 Time: 14:08:35 Subtrade Sent Due Date Received Quote $ Rebar 4/27/2018 5/4/2018 4/27/2018 695.00 Superior Earthworks 5/24/2018 5/31/2018 5/24/2018 2,400.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 950030 950030 OUR FORCES WORK Additional Polymer Concrete Added polymer concrete due Epoxy for Rebar Dowels 15.00 CF to wider blockout 15.00 EA - - - - - - - - - 75.00 30.00 1,125.00 450.00 - - - - 1,125.00 450.00 TOTAL OUR FORCES WORK --- --- 1,575.00 -- - - - 1,575.00 990100 MARKUP ON OUR FORCES Fee - - - - - - - - - 29.00% - 21.00% 330.75 21.00% 330.75 TOTAL MARKUP ON OUR FORCES -- --- 330.75 --- --- 330.75 601172 950030 SUBTRADE WORK RBI -supply added #5 dowels Superior - Sawcut Pier 4 Joint 1.00 LS 1.00 LS - - - - - - - - - - - - - 695.00 2,400.00 695 2,400 - - - - - - 695.00 2,400.00 TOTAL SUBTRADE WORK --- - - - 3,095.00 3,095.00 990100 SUBTRADE MARKUP Fee --- --- --- --- -- --- --- --- --- 12.00% 371 --- 371.40 TOTAL SUBTRADE MARKUP --- --- --- 371.40 371.40 TOTAL CRX #: 0030 - - - - - - 1,905.75 - - - 3,466.40 5,372.15 REQUEST FOR INFORMATION Date Submitted: 04/04/2018 Reply Due Date: 04/11/2018 RFI #: 035 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements 121 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment [l] 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) Reference the expansion joint removal detail on plan sheet S26. In order to expedite the expansion joint removal and minimize the amount of deck removed at this location, PCL proposes to vertically sawcut along the limit of the joint removal on either side of the expansion joint as shown in the attached detail in lieu of chipping and saving the existing longitudinal reinforcement. If acceptable, please provide details for dowel size and minimum embedment to replace the longitudinal rebar that will be cut off with the expansion joint removal ..._..... ...._......._ Reference Drawing(s) . Reference Specification Reference Bid Item(s) Attachments S26 33 Pier 4 Sawcut Detail RESPONSE Sawcutting vertically along the joint removal limits as shown in the attached details is acceptable. Dowels: #5 at 12" spacing with 8" minimum embedment and 3" minimum edge distance, see attached. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be Red (name & title) Hana D'Acci Bridge Engineer Date 4/10/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS JT. :R P. 5 dowel ALTERNATE STEEL SHAPE NO. 1 POLYMER CONCRETE, TYP, TOP OF MODIFIED DECK OVERLAY, TYP —\\ TOP OF EXIST. STEEL GIRDER 3—#6 TOP BARS AS SHOWN 3—#5 BARS AS SHOWN NORMAL TO JOINT VARIES AT EXIST. STEEL GIRDER FLANGE STRIP SEAL STEEL SHAPE NO. 2 Y4." DIA. AIR RELIEF HOLES © 1'-0" O.C., TYP. 4—#5 BARS AS SHOWN 3" min., typ. EXPANSION JOINT REPLACEMENT %" DIA. x 6" STUDS SPA. 1 '-0" EACH ROW, ALTERNATE Sawcut vertically at limits of concrete removal TOP 0 DECK, TYP, TOP OF EXIST. STEEL GIRDER REMOVE CONCRETE, PLATES AND ANGLES WITHIN BLOCKOUT. SAVE -3 . GLAI3 LONGtTUDINAL REINF. THAT EXTENDS INTO BLOCKOUT, 1-Yr. Drill and Dowel to replace cut reinforcement 8,1"4" MIN. Sawcut vertically at limits of concrete removal MIN. /5":".#14;"4" .4"." ar.e.1.1:11:11;170.22 /"." /17/41: A=5"± EXPANSION JOINT REMOVAL Dccr CAWCUT, TYP. REMOVE CONCRETE, PLATES AND ANGLES WITHIN BLOCKOUT. LONGITUDINAL REM". TI IAT Drill and Dowel to replace cut reinforcement f Guar, rm.!. 4,4140, ,,,o'!---- '''.1i*/---- r • A.M.., ...... 1 i f 4 ' .....,_ fo, .P.',.Soli< ! ; , , 1, .. , • : ,..t. ....t>. ww.....„...,,e,,ek° c \„,.....'"' .•.---,--- DAM AT PIER NO.1 4•mowe r.rio? raw fa- r- derow ',it* • yew,/ 'ere • n „Vac,. ,105 gob r stri, Art:710AI 14.Jii•A 't Oa, '410' Oh*/ BroniPt V-Yere. N--)4Wortool Mont form:1A 1 ea IC Are Ir /hid 1kR 95 -R44 .P" C.1-• lett • a • 4,>:, iv, • LOT", Sihie-, Arcrzs • "7" E h•c < • „ /2 0 •43z to/ • .144! t I-5.3(229)154 14 4, r sECTION 7-F" —ifoe /1.; • 14 (denl) 'V 4.1.'• • 4- Wile4no 5rucri rm... head 14 f,f S • lir VIld) 4: r,g4, of ° . . Remo, Jo'..* r ele l. Jorvi, Coo., ' ......'"' jr,'-': -• e"..:---- ..10 ,4/14 .= ...„...„..----- ..r..0-. ,. '- -4p.. ____.---:"„, . ' ...- ' ,..,''' t I 14.f. '40.0 EXPANSION DAM AT PIER NO. 4 I 15.'4/ e artiml to 44- R erote •o"., SECTION -G-C" r. Z.f ho- 95.5' G,arle Won, <Arn. r-Aoroller TLr •ce rms• iv beet •1:0>--- SECTION -.4-A" airops • hoe, not Jim.., lit'Ars,Oolf Cant Pyfrl. Cleo, G "c- 09 'La/ w" roo -7)92 Col bark r• , 4, / • ., .,..„, toi l'4110i” id, Jir 4"liST..n1 .14 ...„ .JV • Pol•t— SECTION -C-C- .0 750 Nor J+Or/II -•- :•mtit .7.1" C...b "2.5.re of So, At. 1' 2C-412,-)Cur6 f' Grivier Y" ev.re , ono. • Fae.• /few .145por• Cirxr, Reoy Grade oh», akep. I-R II • 34.-N •C .5o, • I, f• V t..5 Sera., - 74*_. . Pifs' :4- - 64- 744"-Ge"C" Ornev.."..r 6 f co. ,ll7'4.tp40f/ Conc C."15 aeind t• .6,ar VIEW -D-0- C/4,4 lint PSH I (SR 58.181) BOEING ACCESS ROAD RING COUNT, BouNG ACCESS ROAD 44.0 P.-I-Anchor OVERCROSSING-WIDENING AnA ag heel. 7 he, M1AIIJ EXPANSION DAM.5 Norma/ Siam, filrortr. 0•1 A"Ihte4 SECTION - E" /.21.5•J•fb OP. Will need to move MUNDT. PIMA 1/131.WAT LONA.. 0/ W.Va. 1.1$1.10•1 sawcut line to at least „.„ • •— •.- 9 1/2" to miss angle below L8x4. SHIM 164 Of 2 4111114•111111 441110111.11111 -WM 11111/m4 c/8`2le; .\74.07fr TOP 5:10E iarqd apt Sfee/ ...leade • l2r.0" Lb., Ku. 4'cnam. C./o.sa dlide, 15, 1.1' Anc.,5a, BOTTOM Ahreo $HOE 9RaVil,c,t St'cel Seale +.4/.41- 1,10" rie 441- Bare 15,47:0'gren. Cbss /14Plaxtr/Jd'oliefry fie plaie, BOTTOM EXPAN$/ON SHOE Reekz, at.r1SlaZI. Pier‘e once Fihesil Fihr,SerwcArral..1f.re/. Z7 Ravuit-ed Stalos t'• 1,04*.e..”- 41- reeld !Peck t — 1/ efojrcre. ZP,rol,..r4tort EV-0"Coitt • x;.,1-.a • ,tpsw...1-11..v.g.,,e,y,‘,. v. 41-.../4114•91 eIrfc/ te darg sx t1,101'0*Cht, .pronr.S.3.ihno orK,A Aim*. 0,101/2" 4 - - 2.1.4^./..tekn. e rc riAr*.d.,, 4.ech.. .7' 4; PG 14,:n op ieser'llsc.rdS eson.w. SECT/OM THRI, EXPANSIONJOINT: Scale: g".. Cul, keno' once nein, Awrio6..Pnarrna.oloj...; 4; ir one/XI.Siek. Man, Dro'epity fon enst'erorny *et/ gird.rer .skevr, shown $5.- expen.ian Z.? Sa-lta,, SECT/ON *MPG, P/X4-0 coo*: 1'. ',D.' eat rfoo, • aCcera • ellfsrti Gs a rod/VOW 4%Er.14770N SIDEWAL.L"( Pixel) .10/N7, LEFT Scale I". 1,0- 4tirl/hl 4.......N..usrEL•eartar/ tit e...4 secricw-c-c- SCole eld.:14o Y...rotc.rwo• 1(4 Oert 'We wok/ CC& • ..nt1,50.Ziam77. I5./41 mirk/ ziPra.v. til.icdo* .19 Aoros. • 010 welt' cif SECT/ON e' Sea*, /L' Base ,ri*IZ • 21,0 doxe gi'tg or;Ter 47; 711.5 ." Cut' lo•awl.} evA770A1 SIOEWALK Axre, aollsrr A:J/61H7 P ,.144 sechim tac/...../;4./tris and CilortaLan.r, zaw-sr ,1 &own eecha-. LP.1,teEran.res.eo- Will need to move sawcut line to at leas 10 1/2" to avoid top plates MI • re‘c/n.r. .1.4<sa wt.fa'Peont., •ag-c-rioN :4-A0 Jeale,r,1=0' '1 I •.MEMIIMME11111111001 ...La*, • • S. bend A ftab' etenano,v .S/ClEWALA" eXAANS/ON,/chwr MON?' .5.104' SHWA,- Lepr...soe 0,140.7/7r AWN!) 0.^ ACCESS ROADS SEATTLE TO RENTON BOEING AIRCRAFT PLANTS SECTION 1, OVERCROSSING - STA. 14 + ICING COUNTY SHOES AND EXPANSION DAMS 11%/011 Or I eralrb.irM 01.1nOryt. loam murrwro‘.1.7 .11100.1.1. um= 9 a It 010013 oporom mow.. 17-108(i) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 9 DATE: 08 June, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 C PROJECT NAME: Boeing Access Road Bridge Rehabilitation /I-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Due to changed condition of additional thickness of existing structural deck , increase length of shear connector studs, add slotted washers, increase diamenter of drilled holes, and add requirement to prestress and grout shear studs during installation. Installation as directed by response to RFI #018 and RFI #026 ( attached) . Ten (10 ) working days are added to the project schedule for this additional critical path work. Payment is by negotiated LUMP SUM in the amount of $27,020.00 based on subcontractor and supplier quotes and Contractor markups on subcontractor work as allowed under 2016 WSDOT SS 1-09.6(6). 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: ate June 18, 2018 Contractor Aaron F. Wiehe By �l�'/., Title Vice President & District Manager Original Contract (without tax) $ 6,189,244.001 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 183,582.00 Date 1—tA'A4- °2°2 + / 3 This Change Order (without tax) $ 27,020.00 / By (fan REV. CONTRACT AMOUNT $ 6,399,846.00 / A Original Contract Time: 285 Working Days City Engineer Additional Contract Time for this Change Order:10 Day Updated Contract Time: 295 Working Days GINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File 5� d� G/./6l/t/ Z (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 9 Exhibit A Description: Details for installation of shear connectors shown of Contract Plan Sheet S 10 were based on construction drawings for the 1965 bridge widening. Design detail is based on a 6" thick deck as shown. Actual deck thickness varied from 8" to 9+" in place. Actual concrete deck thickness could not be determined until actual drilling for shear connector installation had begun. Available tools for cutting a 1-1/8" hole through the beam flange as shown required a 1-3/8" diameter hole through the overlying concrete rather than the 1-1/8" diameter holes that were originally drilled per Plan detail. Because of the unforeseen changed condition of deck thickness the 6" length shear connector studs were replaced with 11-1/2" length studs. Because of the required increased hole diameter a requirement was added to fill the resulting void space with grout and to pre -stress the shear studs to 15 kips to maintain load transfer during a seismic event. Additional labor included additional depth of concrete drilling for approximately 820 holes and re - drilling approximately 400+ holes for increase diameter, placing grout fill, and torqueing approximately 820 bolts to the specified pre -load. Additional materials include added stud length, grout, and fabricated slotted 3" plate washers. See Contractor's lump sum breakdown for this Change Order attached. Ten (10) Days of additional Contract time are allowed for work and impacts included under this Change Order. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 9 shall be by LUMP SUM . Cost Analysis: In the Contractor's approved Lump Sum breakdown for Bid Item 34d "Furnish and Install Shear Connectors" the cost for installation of the 1008 shear connectors at 6" length is listed at $100/ea for a total of $100,800. The increase in length of 820 shear connectors to 11-1/2" represents a proportional increase in length of shear connectors installed of 74.5% over the total length in the original bid item, equivalent to $75,096, excluding the added cost of grouting and torqueing to pre -load not included in the original contract. The Contractor has requested $27,020 for this added work including grouting, pre -loading, and all applicable mark-ups. This amount therefore appears to represent a reasonable market costs for this additional work. Boeing Access Road Bridge Rehabilitation Contract Change Order No. 9 Exhibit A Description: Details for installation of shear connectors shown of Contract Plan Sheet S10 were based on construction drawings for the 1965 bridge widening. Design detail is based on a 6" thick deck as shown. Actual deck thickness varied from 8" to 9+" in place. Actual concrete deck thickness could not be determined until actual drilling for shear connector installation had begun. Available tools for cutting a 1-1/8" hole through the beam flange as shown required a 1-3/8" diameter hole through the overlying concrete rather than the 1-1/8" diameter holes that were originally drilled per Plan detail. Because of the unforeseen changed condition of deck thickness the 6" length shear connector studs were replaced with 11-1/2" length studs. Because of the required increased hole diameter a requirement was added to fill the resulting void space with grout and to pre -stress the shear studs to 15 kips to maintain load transfer during a seismic event. Additional labor included additional depth of concrete drilling for approximately 820 holes and re - drilling approximately 400+ holes for increase diameter, placing grout fill, and torqueing approximately 820 bolts to the specified pre -load. Additional materials include added stud length, grout, and fabricated slotted 3" plate washers. See Contractor's lump sum breakdown for this Change Order attached. Ten (10 ) Days of additional Contract time are allowed for work and impacts included under this Change Order. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 9 shall be by LUMP SUM . Cost Analysis: In the Contractor's approved Lump Sum breakdown for Bid Item 34d "Furnish and Install Shear Connectors" the cost for installation of the 1008 shear connectors at 6" length is listed at $100/ea for a total of $100,800. The increase in length of 820 shear connectors to 11-1/2" represents a proportional increase in length of shear connectors installed of 74.5% over the total length in the original bid item, equivalent to $75,096, excluding the added cost of grouting and torqueing to pre -load not included in the original contract. The Contractor has requested $27,020 for this added work including grouting, pre -loading, and all applicable mark-ups. This amount therefore appears to represent a reasonable market costs for this additional work. SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION April 20, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0026 — Additional Shear Connector Material 5740007, File No.: 2A.2, SL #: 031 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to RFI's 018 and 026 and the request to track additional costs from Jacobs' email dated April 6, 2018, we hereby submit for your review and acceptance change request CRX 0026 — Shear Connector Additional Material in the lump sum amount of $27,019.92 for all costs relating to the additional shear connector material and associated labor due to the localized deck thickness variations discovered during the drilling of the shear connectors. In addition to the price quoted above, we also request an additional 5 working days be added to the project schedule due to the additional fabrication and coating duration required and its associated affect on critical path activities. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signingbelow and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila /94_A Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0026 Detail Report — Additional Shear Connector Material Email —Additional Shear Connector Material — Request to Track Costs DC: lan cc: Jason Goetz, Rich Femenella - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell -Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0026 CRX Description: Additional Shear Connector Material and Labor Rev #: FD #: CCN #: RFI #: 018, 026 Status: Approved CO #: Approved CO Date: Approved CO Amount: Quoted CRX Date: 4/13/2018 Schedule Activity ID: Quote Date: • 4/20/2018 Time Extension: 5 Remarks: Material Costs due to existing deck thickness being thicker than anticipated Cost Code: Serial Letter #: 950026 31 Cost Summary Labor: 3,165.25 Material: 0.00 Equipment: 0.00 Subtrade: 19,945.00 Overhead: Fee: 0.00 3,909.67 Total Quote: $ 27,019.92 Page: 1 Date: 4/20/2018 Time: 11:42:24 Subtrade Sent Due Date Received Quote $ Rainier Welding, 4/13/2018 4/20/2018 4/13/2018 1,273.00 Rainier Welding, 4/13/2018 4/20/2018 4/13/2018 6,216.00 Rainier Welding, 4/13/2018 4/20/2018 4/13/2018 12,456.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 023412 OUR FORCES WORK Drill Shear Connectors 55.00 WH 1. 55. 57.55 3,165.25 - - - - - - - - - - - - - - - - - - - - - 3,165.25 TOTAL OUR FORCES WORK 55. 3,165.25 --- --- --- 3,165.25 990100 MARKUP ON OUR FORCES Fee - - - - - - - - - v 29.00% 917.92 21.00% - - - 21.00% - - - - - - - - - - - - 917.92 TOTAL MARKUP ON OUR FORCES --- 917.92 --- --- --- 917.92 950026 950026 950026 SUBTRADE WORK Added plate washers per RFI 018. Washers revised per RFI 026 Reordered 130 threaded rods due to localized hump in deck Shear Connector bolt length increased from 6" to 11 1/2" 1.00 LS 1.00 LS 1.00 LS - -- - - - - - - - -- - - - - - - - -- - - - - - - - -- - - - --- - - - - - - - - - --- - - - - -- - -- - - - - -- - -- - - - - -- 6,216.00 1,273.00 12,456.00 6,216 1,273 12,456 - -- - - - - - - 6,216.00 1,273.00 12,456.00 TOTAL SUBTRADE WORK --- - -- --- --- 19,945.00 19,945.00 990100 SUBTRADE MARKUP Fee - - - - - - - -- - - - - - - - - - - - - - - - - - - 021 eh 15.00% 2,992 - - - 2,991.75 TOTAL SUBTRADE MARKUP - -- - - - - -- - - - 2,991.75 2,991.75 Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0026 CRX Description: Additional Shear Connector Material and Labor Page: 2 Date: 4/20/2018 Time: 11:42:24 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total TOTAL CRX #: 0026 55 4,083.17 22,936.75 27,019.92 P.\VISXbB4m\7000A00\709SM\86401_510.dwg docctm r BOLTS (TYP.) \BRO. PIER 1 PIER 1 2'-0" SPA. 1 GIRDER 1 —0" SPA. 7 STEEL SPANS ONLY CURRENTLY ORDERED SHEAR CONNECTORS 11/ILL WORK FOR EXISTING DECK THICKNESS UP TO 8' THICK IF BOTH ENDS OF 1' BOLT ARE FLUSH WITH END OF NUT. EXISTING DECK THICKNESS IN SHADED AREA IS OVER 8' THICK REQUIRING LONGER SHEAR CONNECTORS (-90 FAI 16.-0" 23'-0" 38'-0' 30.-0" \ 1'-0" SPA. 2'-0' SPA 1"-0" SPA. Pt GIRDER ORIGINAL BRIDGE. \ NO SHEAR STUDS TO BE I SIA \ _ — _ _ — SOUTH OF THIS GIRDER _ _ _ — — Q GIRDER (TYP.) IGIRDER PIER 2 VARIES VARIES / ( �"y0pASTM A325 BOLT (TYP.) SECTION O REFERENCE RFI 42018 FOR REVISED DETAIL FOR THESE 5 ROWS OF SHEAR CONNECTORS i a ♦ +J.l-A_A-L-A JJ.I._AA-J.ALIJ 16.-0" 38'-0" 1' 0" SPA. \ 2'-0" SPA. SHEAR CONNECTORS LOCATED AT SPLICE PLATES WERE FIELD ADJUSTED TO EITHER SIDE OF THE SPLICE PLATE TO AVOID CONFLICT. PLAN GIRDER NORTHERMOST ROW OF BOLTS CAST -IN -PLACE WITH NEW DECK n 11'-9" SPA. ... .�.. _ y PIER 4 m.v r U§"0 DRILLED HOLE FOR 1 "0 BOLT ADJUST BOLT SPACING BY UP TO 1" TO AVOID CONFLICT WITH EXISTING DECK REINFORCEMENT PIER 3 1. BRG. PIER 4 EXISTING ACP TO BE REMOVED AND REPLACED WITH MODIFIED CONCRETE OVERLAY 3 112' 3 12'x318' PLATE WASHER WI SLOTTED HOLE EXISTING STEEL GIRDER DETAIL _A_X-s ,1J X X a +J_A11 SLOTTED WASHER DETAIL FROM RFI 8026 PUBLIC WORKS DEPT. -ENGINEERING -STR EETS-WATER-S E W ER -PAR KS- B U I L D I N G- P-..amm9,49Ar0n.ae,awA ma Fe, bap CARlionaw .I.aa.,...1,.«ame,-xl..aw WrI4sale wan. IP B__ . 2 IKK JACOBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION STEEL GIRDER SHEAR CONNECTORS DETAILS 31 REQUEST FOR INFORMATION Date Submitted: 01/20/2018 Reply Due Date: 01/27/2018 RFI #: 018 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) ® 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements EJ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) Please reference drawings S 10 and S53. As discussed during the January 19, 2018 Owner's meeting and witnessed during the ensuing sitewalk, the depth of the existing ACP on the north section of the bridge deck is approximately 2" deeper than what the Contract Documents indicated. Due to the additional depth of the ACP, we propose to install the shear connectors in this area per the attached sketch SK- 01. We ask that Jacobs provide the washer size and torque value for the bolts in these locations. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments Si and S53 34 and 36 SK-01 — Proposed Shear Connector Detail RESPONSE Shear connectors in this area may be installed per the attached sketch SK-01. Plate washers shall be 3"x3"x3/8". Bolts shall be pretensioned to 15 kips using one of the pretensioning methods listed in Section 8.2 of RCSC Specification for Structural Joints Using High -Strength Bolts. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be bled) �- (name &tine) Hana D'Acci, Bridge Engineer Date 2/5/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. 1 of 1 Form C-30 (rev. 9/08) JACOBS SK-01 - Proposed Shear Connector Detail Typical for North Girders (3 girders total) New Overlay E Plate Washer (Size TBD) ..,--- 1" A325 Bolt Existing Concrete REQUEST FOR INFORMATION Date Submitted: 03/15/2018 Reply Due Date: 03/22/2018 RFI #: 026 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy lransmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) ❑ 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ® 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) An extension is required to drill the 1 1/16" holes through the existing steel girder flange due to the depth of the concrete deck. The only extension we have been able to find is one that requires a 1-3/8" diameter holes. Per the 03/15 meeting, it has been determined that it is acceptable to increase the hole diameter to 1-3/8" if the holes are grouted back with a slow setting grout after the bolts are installed. The only way that the oversized holes can be grouted once the bolts are installed is if the 3x3 washers are revised to include a slotted entry. See attached for the revised washer dimensions that we are proposing to use. We plan on installing the bolts wrench tight, grout, wait 2 days, and torque. Please advise if this change is acceptable. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S10 57 RESPONSE Washers with the revised dimensions and slotted hole as shown in the attached drawing are acceptable. Bolts shall be torqued to the required pretension before the grout has set. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be filed) (name & title) Nana D'Acci, Bridge Engineer Date 03/20/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS 1 -3/4" 1 -3/4" x meta Rainier Welding 19020 NE 84th Street Redmond, WA. 98053 Office : 425-868-1300 Fax : 425-868-8872 Change Proposal 2 Contractor : PCL Const Date : April 11, 2018 Attn : Derek Compton Project : Boeing Access Road Fax : Job No. : Subject : RFI #26 Description : Change Plate Washers from 3/8X3X3 w/ round hole to 3/8X3 1/2X 3 1/2 w/ slotted hole Cost Breakdown : Material & Labor $ 5,180.00 Subtotal $ 1,036.00 Mark-up @ 20% $ 6,216.00 Total $ 6,216.00 Note : Rainier Welding will not proceed without your written confirmation accepting this proposal. Accepted By : Date : Rainier Welding 19020 NE 84th Street Redmond, WA. 98053 Office : 425-868-1300 Fax : 425-868-8872 Change Proposal 4 Contractor : PCL Const Date : April 11, 2018 Attn : Derek Compton Project : Boeing Access Road Fax : Job No. : Subject : 1" beck Rods Description : Change Deck Rods from 1/2X6 to 1X11 1/2 Cost Breakdown : Material $ 10,380.00 Subtotal $ 10,380.00 Mark-up @ 20% $ 2,076.00 Total $ 12,456.00 Note : Rainier Welding will not proceed without your written confirmation accepting this proposal. Accepted By : Date : Rainier Welding 19020 NE 84th Street Redmond, WA. 98053 Office : 425-868-1300 Fax : 425-868-8872 Change Proposal 6 Contractor : PCL Const Date : April 11, 2018 Attn : Derek Compton Project : Boeing Access Road Fax : Job No. : Subject : 1" beck Rods Description : Add 130 1X13 1/2 rods Cost Breakdown : Material $ 1,061.00 Subtotal $ 1,061.00 Mark-up @ 20% $ 212.00 Total $ 1,273.00 Note : Rainier Welding will not proceed without your written confirmation accepting this proposal. Accepted By : Date : PCL CONSTRUCTION SHARING YOUR VISION. BUILDING SUCCESS. April 20, 2018 City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0026 — Additional Shear Connector Material 5740007, File No.: 2A.2, SL #: 031 Dear Mr. Carstens: In response to RFI's 018 and 026 and the request to track additional costs from Jacobs' email dated April 6, 2018, we hereby submit for your review and acceptance change request CRX 0026 — Shear Connector Additional Material in the lump sum amount of $27,019.92 for all costs relating to the additional shear connector material and associated labor due to the localized deck thickness variations discovered during the drilling of the shear connectors. In addition to the price quoted above, we also request an additional 5 working days be added to the project schedule due to the additional fabrication and coating duration required and its associated affect on critical path activities. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0026 Detail Report — Additional Shear Connector Material Email — Additional Shear Connector Material — Request to Track Costs DC: Ian cc: Jason Goetz, Rich Femenella - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell -Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0026 CRX Description: Additional Shear Connector Material and Labor Rev #: FD #: CCN #: RFI #: 018, 026 Status: Approved CO #: Approved CO Date: Approved CO Amount: Quoted CRX Date: 4/13/2018 Schedule Activity ID: Quote Date: 4/20/2018 Time Extension: 5 Remarks: Material Costs due to existing deck thickness being thicker than anticipated Cost Code: Serial Letter #: 950026 31 Cost Summary Labor: 3,165.25 Material: 0.00 Equipment: 0.00 Subtrade: 19,945.00 Overhead: 0.00 Fee: 3,909.67 Total Quote: $ 27,019.92 Page: 1 Date: 4/20/2018 Time: 11:42:24 Subtrade Sent Due Date Received Quote $ Rainier Welding, 4/13/2018 4/20/2018 4/13/2018 1,273.00 Rainier Welding, 4/13/2018 4/20/2018 4/13/2018 6,216.00 Rainier Welding, 4/13/2018 4/20/2018 4/13/2018 12,456.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 023412 OUR FORCES WORK Drill Shear Connectors 55.00 WH 1. 55. 57.55 3,165.25 - - - --- - - - - - - - - - - - - - - - 3,165.25 TOTAL OUR FORCES WORK 55. 3,165.25 --- --- --- 3,165.25 990100 MARKUP ON OUR FORCES Fee - - - - - - - - - 29.00% 917.92 21.00% - - - 21.00% - - - - - - - - - - - - 917.92 TOTAL MARKUP ON OUR FORCES --- 917.92 --- --- --- 917.92 950026 950026 950026 SUBTRADE WORK Added plate washers per RFI 018. Washers revised per RFI 026 Reordered 130 threaded rods due to localized hump in deck Shear Connector bolt length increased from 6" to 11 1 /2" 1.00 LS 1.00 LS 1.00 LS - - - - - - - - - - - - - - - - - - --- --- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - - - - 6,216.00 1,273.00 12,456.00 6,216 1,273 12,456 - - - - - - - - - 6,216.00 1,273.00 12,456.00 TOTAL SUBTRADE WORK --- - - - --- - -- 19,945.00 19,945.00 990100 SUBTRADE MARKUP Fee - - - - - - - - - - - - - - - - - - - - - - - - --- 15.00% 2,992 - - - 2,991.75 TOTAL SUBTRADE MARKUP - - - - - - - - - - - - 2,991.75 2,991.75 Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0026 CRX Description: Additional Shear Connector Material and Labor Page: 2 Date: 4/20/2018 Time: 11:42:24 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total TOTAL CRX #: 0026 55 4,083.17 - - - - - - 22,936.75 27,019.92 REQUEST FOR INFORMATION Date Submitted: 03/15/2018 Reply Due Date: 03/22/2018 RFI #: 026 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): �� (name & title) Derek Compton — Project Manager Type of Request: (select one) ❑ 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ® 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) An extension is required to drill the 1 1/16" holes through the existing steel girder flange due to the depth of the concrete deck. The only extension we have been able to find is one that requires a 1-3/8" diameter holes. Per the 03/15 meeting, it has been determined that it is acceptable to increase the hole diameter to 1-3/8" if the holes are grouted back with a slow setting grout after the bolts are installed. The only way that the oversized holes can be grouted once the bolts are installed is if the 3x3 washers are revised to include a slotted entry. See attached for the revised washer dimensions that we are proposing to use. We plan on installing the bolts wrench tight, grout, wait 2 days, and torque. Please advise if this change is acceptable. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S10 57 RESPONSE Washers with the revised dimensions and slotted hole as shown in the attached drawing are acceptable. Bolts shall be torqued to the required pretension before the grout has set. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be Red) (name & title) Hana D'Acci, Bridge Engineer Date 03/20/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS 1 -3/4" 1 -3/4" 1 -3/4" 1-3/4" REQUEST FOR INFORMATION Date Submitted: 01/20/2018 Reply Due Date: 01/27/2018 RFI #: 018 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) • 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) Please reference drawings S 10 and S53. As discussed during the January 19, 2018 Owner's meeting and witnessed during the ensuing sitewalk, the depth of the existing ACP on the north section of the bridge deck is approximately 2" deeper than what the Contract Documents indicated. Due to the additional depth of the ACP, we propose to install the shear connectors in this area per the attached sketch SK- 01. We ask that Jacobs provide the washer size and torque value for the bolts in these locations. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S10 and S53 34 and 36 SK-01 — Proposed Shear Connector Detail RESPONSE Shear connectors in this area may be installed per the attached sketch SK-01. Plate washers shall be 3"x3"x3/8". Bolts shall be pretensioned to 15 kips using one of the pretensioning methods listed in Section 8.2 of RCSC Specification for Structural Joints Using High -Strength Bolts. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be filed) (name &title) Nana D'Acci, Bridge Engineer Date 2/5/18 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS SK-01 - Proposed Shear Connector Detail Typical for North Girders (3 girders total) New Overlay I/ Plate Washer (Size TBD) 1" A325 Bolt Existing Concrete Specification for Structural Joints Using High -Strength Bolts August 1, 2014 (includes April 2015 Errata) Supersedes the December 31, 2009 Specification for Structural Joints Using High -Strength Bolts. Prepared by RCSC Committee A.1—Specifications and approved by the Research Council on Structural Connections. boltcouncil PESEAfiGi COO'CU OH STFlUCTl1NA1..CONT/ECTON9 www.boltcouncil.org RESEARCH COUNCIL ON STRUCTURAL CONNECTIONS c/o AISC, One East Wacker Drive, Suite 700, Chicago, Illinois 60601 Rainier Welding 19020 NE 84th Street Redmond, WA. 98053 Office : 425-868-1300 Fax : 425-868-8872 Change Proposal 2 Contractor : PCL Const Date : April 11, 2018 Attn : Derek Compton Project : Boeing Access Road Fax : Job No. : Subject : RFI #26 Description : Change Plate Washers from 3/8X3X3 w/ round hole to 3/8X3 1/2X 3 1/2 w/ slotted hole Cost Breakdown : Material & Labor $ 5,180.00 Subtotal $ 1,036.00 Mark-up @ 20% $ 6,216.00 Total $ 6,216.00 Note : Rainier Welding will not proceed without your written confirmation accepting this proposal. Accepted By : Date : Rainier welding 19020 NE 84th Street Redmond, WA. 98053 Office : 425-868-1300 Fax : 425-868-8872 Change Proposal 4 Contractor : PCL Const Date : April 11, 2018 Attn : Derek Compton Project : Boeing Access Road Fax : Job No. : Subject : 1" beck Rods Description : Change Deck Rods from 1/2X6 to 1X11 1/2 Cost Breakdown : Material $ 10,380.00 Subtotal $ 10,380.00 Mark-up @ 20% $ 2,076.00 Total $ 12,456.00 Note : Rainier Welding will not proceed without your written confirmation accepting this proposal. Accepted By : Date : Rainier Welding 19020 NE 84th Street Redmond, WA. 98053 Office : 425-868-1300 Fax : 425-868-8872 Change Proposal 6 Contractor : PCL Const Date : April 11, 2018 Attn : Derek Compton Project : Boeing Access Road Fax : Job No. : Subject : 1" beck Rods Description : Add 130 1X13 1/2 rods Cost Breakdown : Material $ 1,061.00 Subtotal $ 1,061.00 Mark-up @ 20% $ 212.00 Total $ 1,273.00 Note : Rainier Welding will not proceed without your written confirmation accepting this proposal. Accepted By : Date : 1\700CAbO\i015112\ee ti CURRENTLY ORDERED SHEAR CONNECTORS WILL WORK FOR EXISTING DECK THICKNESS UP TO IT THICK IF BOTH ENDS OF 9. BOLT ARE FLUSH WITH END OF NUT. EXISTING DECK THICKNESS IN SHADED AREA IS OVER 8' THICK REOUIRING LONGER SHEAR CONNECTORS (-90 EA) STEEL SPANS ONLY \\\ 2'-0" SPA. 2-1"e' ASTM A.325 BOLTS (TP.) BRG. PIER 1 k PIER 1 16'-0" 23.-0" 1'-O" SPA. 1'-0" SPA. - - .:... `.— GIRDER OL GIRDER OW.) VARIES REFERENCE RFI 6116 FOR REVISED DETAIL FOR THESE 5 ROWS OF SHEAR CONNECTORS GIRDER PIER 2 VARIES 1"6 ASTM A325 BOLT (TYP.) SECTION O I-0 38'-0" 30'-0" 16'-0" 2'-0" SPA. 1'-0" SPA. \ 1'-0" SPA. N.GIRDER ORIGINAL BRIDGE, O SHEAR STUDS TO BE INSTAL SOUTH OF THIS GIRDER 1-0 SHEAR CONNECTORS LOCATED AT SPLICE PLATES WERE FIELD ADJUSTED TO EITHER SIDE OF THE SPLICE PLATE TO AVOID CONFLICT. PLAN GIRDER L MORTHERMOST ROW OF BOLTS CASTJN.PLACE WITH NEW DECK - \ 2'-0" SPA (('-9" 1-0" SPA. „.v I\ . - - = - - \4 PIER 4 1))"e DRILLED HOLE FOR 1"e BOLT ADJUST -BOLT SPACING BY UP TO 1' TO AVOID CONFLICT WITH EXISTING DECK REINFORCEMENT PIER 3 EXISTING ACP TO BE REMOVED AND REPLACED WITH MODIFIED CONCRETE OVERLAY 31/2' 3 1/2.93/6' PLATE WASHER W/ BLOTTED HOLE EXISTING STEEL GIRDER BRG. PIER 4 SLOTTED WASHER DETAIL FROM RFI (026 PUBLIC WORKS DEPT. -ENGIN EERING-STREETS-WATER-SEWER-PARKS-BUILDING- AarAt H9l 94. we- JACOBS 800 108th Avenue N.E.. Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION STEEL GIRDER SHEAR CONNECTORS DETAILS 0/0 17-108(h) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 8 DATE: 08 May, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 (h) PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Construct additional new cast in place traffic barrier, relocate existing precast barrier sections and install added guardrail to barrier transition sections as directed by response to RFI #023 and Field Directive #08 ( attached) . Payment is by negotiated LUMP SUM in the amount of $15,500.00 based on subcontractor and supplier quotes and Contractor markups on subcontractor work as allowed under 2016 WSDOT SS 1-09.6(6). 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. to June 18, 2018 By Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 6,189,244.00 168,082.00 V 15,500.00 v $ 6,372,826.00 Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day dated Contract Time: 285 Working Days INAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Contractor Aaron F. Wiehe Title Vice President &-:District Manager APPROVED BY THE CITY OF TUKWILA Date � . aa. 02 o By 6ta-n Ec- ayor City Engineer• ' ` '' 1 cc: Finance Department (w/encumbrance) Project Management File /66)-di 04(67k S (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 8 Exhibit A Description: Contract Plans conflicting and insufficient details for termination of Bid Item 46 Traffic Barrier at bridge ends and transitions to adjacent precast concrete barriers and guard rails. Plan details on Sheets S21, S22 and S24 show non -dimensioned length of barrier continuing past the ends of the bridge without joint and reinforcement detail at expansion joint. Continuing the reinforce traffic barrier across the ends of the bridge would constrain bridge movement in a seismic event and possibly cause structural damage. This Change Order clarifies that the reinforced traffic barriers terminate at the east and west compression seals, adds connections to the adjacent guard rails and provides a contiguous transition to the precast barriers on the south west corner for enhanced pedestrian safety. See Contractor's lump sum breakdown for this Change Order attached. No additional Contract time is allowed for this work. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 8 shall be by LUMP SUM . Cost Analysis: Net price of 18 LF section of cast in place reinforced concrete transition traffic barrier is $3742 including all Contractor mark ups allowed under Section 1-09.6. This compares favorably with the Contract Bid Item 46 price for 18 LF of traffic barrier of $5400. Price for restoration of existing guardrail and connect to traffic barrier ant the northeast end and installation of new guardrail connecting the new traffic barrier to the repositioned precast barrier at the northwest end is $10,000 including mobilization. This compares as equal value to the price of Bid Item 69 Beam Guardrail Type 31 Terminal at $5,000 each which for two installations as under this Change Order equal $10,000. Based on the end of traffic barrier stationing given on Sheet C4 and the non -dimensioned extension of the traffic barrier shown in the "Elevation" on Sheet S24 it is estimated that by clarifying teuuiination of the Bid Item 46 Traffic Barrier at the bridge ends this Change Order decreases the amount paid under Bid Item 46 by (4ea x 8LF =) 32 LF @ $300/LF = $9,600. Boeing Access Road Bridge Rehabilitation Contract Change Order No. 8 Exhibit A Description: Contract Plans conflicting and insufficient details for termination of Bid Item 46 Traffic Barrier at bridge ends and transitions to adjacent precast concrete barriers and guard rails. Plan details on Sheets S21, S22 and S24 show non -dimensioned length of barrier continuing past the ends of the bridge without joint and reinforcement detail at expansion joint. Continuing the reinforce traffic barrier across the ends of the bridge would constrain bridge movement in a seismic event and possibly cause structural damage. This Change Order clarifies that the reinforced traffic barriers terminate at the east and west compression seals, adds connections to the adjacent guard rails and provides a contiguous transition to the precast barriers on the south west corner for enhanced pedestrian safety. See Contractor's lump sum breakdown for this Change Order attached. No additional Contract time is allowed for this work. Measurement and Payment: Measurement and Payment for all work included under Change Order No. 8 shall be by LUMP SUM . Cost Analysis: Net price of 18 LF section of cast in place reinforced concrete transition traffic barrier is $3742 including all Contractor mark ups allowed under Section 1-09.6. This compares favorably with the Contract Bid Item 46 price for 18 LF of traffic barrier of $5400. Price for restoration of existing guardrail and connect to traffic barrier ant the northeast end and installation of new guardrail connecting the new traffic barrier to the repositioned precast barrier at the northwest end is $10,000 including mobilization. This compares as equal value to the price of Bid Item 69 Beam Guardrail Type 31 Terminal at $5,000 each which for two installations as under this Change Order equal $10,000. Based on the end of traffic barrier stationing given on Sheet C4 and the non -dimensioned extension of the traffic barrier shown in the "Elevation" on Sheet S24 it is estimated that by clarifying termination of the Bid Item 46 Traffic Barrier at the bridge ends this Change Order decreases the amount paid under Bid Item 46 by (4ea x 8LF =) 32 LF @ $300/LF = $9,600. REQUEST FOR INFORMATION Date Submitted: 01/30/2018 Reply Due Date: 02/06/2018 RFI #: 023 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) ® 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) Barrier Termination or transition details are needed at each comer of the bridge deck. 1) SE Corner: Plan Sheets S1 and S25 appear to show the traffic barrier continuing over the Pier 1 compression seal while plan sheet C4 shows the barrier terminating at the compression seal. Please confirm that bridge barrier terminates at end of bridge and curb begins on the other side of the Pier 1 compression seal. 2) NE Corner: Plan Sheet C4 and S25 appear to show the traffic barrier continuing over the Pier 1 compression seal. No detailing is provided for the off -bridge barrier east of the Pier 1 compression seal. In addition, the civil plans do not call out how the existing guard rail is to tie in with the new barrier. Please confirm if the existing guardrail is to be salvaged during barrier demo to be reconnected to the new barrier and provide detailing. 3) NW Corner: Plan Sheet C4 shows the bridge barrier continuing past the western edge of the bridge deck. Please provide detail for section of off -bridge barrier. Please also confirm if the existing type 2 barrier west of the bridge barrier needs to be adjusted to close the gap between barriers. 4) SW Corner: Plan Sheet C4 shows bridge barrier transitioning to traffic barrier at the edge of bridge deck. Please provide detailing for barrier transition at this location as the barrier cross sections for these two types of barrier are different. A possible solution here could be to set 13 pieces of 20' barrier sections barrier from Sta. 18+73.21 heading east that would leave enough room for a +/- 17'-10" long cast -in place barrier section that could transition in cross section from the traffic barrier to the bridge barrier. See attached details for visual clarification. Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments Various 6-10 20 & 46 SW Barrier Transition Proposed Details RESPONSE —1) End barrier at compression seal. Curb begins on roadway side of compression seal. 2) End barrier at compression seal. Reuse existing guardrail with new resin bonded anchors and tie in with the new barrier using 7/8" diameter resin bonded anchors with 5" min. embedment. 3) End barrier at western edge of bridge deck. Existing type 2 barrier shall be adjusted to match the offset of the proposed bridge barrier. Create a horizontal taper of 2 sections of the existing type 2 barrier and span the resulting gap between single slope and type 2 barrier with guardrail per WSDOT standard plans C-24.10-01 and C-7a." Please see attached sketch for reference. Resin bonded anchor embedment is 5" min. 4) Transition barrier with 17'-10" long cast -in place barrier section as proposed. Barrier transition section does not need to tie in to bridge barrier. Place 3/8" premolded joint filler between bridge barrier and barrier transition section. See attached standard plans C-80.10-01 and C-80.40-01 for reinforcing details. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be filed) . (name &title) Hana D'Acci, Bridge Engineer Date 3/12/18 Form C-30 (rev. 9/08) 1 of 2 JACOBS REQUEST FOR INFORMATION, Project: Boeing Access Road Over BNRR Bridge Rehabilitation THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Page 2 of 2 D\TO2CPAL\740 PS&E SHEETS\86{ 0 6i 65 60 55 50 4 4 3 L LT 53.95 'PROP CL 54.26 !MST CL 54.18 121-50 J STA 11+54.51, 39.45' L: STA 12+57.84 34.e2' LT BEGIN D5DCE BARRIER AND END CURB AND CUTTER STA 12459.41. 33.53 LT EGix V70iL EDGE UNE 1.53 LT ANGLE PONT YI STA 12+64.63. 20.52' LI SEE STROC-eURAL PLANS FOR BRIDGE „ C ! • STRUCTION ITEMS-�N.+-..«\ ANGLE P011T ...IA ? ] 52. 11.50 R B0001 51.0(0 BROt4FA' (1 WHITE UNE AND END WARE EDGE LINE NSTn?1i 91.0B;`2\0' \ N1 STA 124 8809. 37A6 RT :lB �IN BRD E BARfiIFR 1 S. BPEING AC: ESS ROAD':‘ \a 4 • \ �"��\ ,•y , \ \ \ A I ASTA 15+14.0, 33.44 PLAN NL' BRIUGL BARID-R - - - S1A. 15+04.95. 33 5C' LT . 1- 1.CLE M1+P01!f1 I np.75. 2,50 CLE POINT .TA 10104.37. 1050' =,4N TRAFFIC 9.NRIER P�'t J 1A 1519c.04 3550' L14'3 7 ETA 0 96.08 :GIH Ra Irv+96.BB� -B-LT_ Slip Form Bridge Ranier \ CIP Transition Barrier Precast Traffic Ramer I ri-,,AN!;LE POINT STA 164 13.37. 11.53' RT 0 SINGLE DR.?, :TE-L1NE DIN WPC DOTTED LANE 16063. 22 6' R 0L BMR ER 'NST 6+26.576.98' •'' J +50 - SE SHEET C3 4x ~ 5„ f E i I i I ' IPM 1 i 1 STA �I ELEV 16+48.651 - S2.B2i U- -.y I -•=i01 In E^ 6• ,,a- Air n2 �p y \ 2 T co - Ex I a j �' SSJ 54 I 950905-`0 ORADE - 54 8" iSti E-j52 R -- -0.26X 'j .0.22R "eI i -04 X ix I5 r i -037R _0- -0 MATCHLINEj-STA16+50 SE •� - -•. :R -0.25R E_ -0.29R - .I6f- -O w5 INC GRADE' I 2 1 .]OS T. ee ! I ._. I I I i 1 MATCHLINE ----, 1 1 I I ( I 1 1 I 1 I I i I I I_ i i V 54.18 5413 54.08 54.06 54.00 53.96 13+00 54.03 55.97 5391 5186 5303 5378 5 53.66 53.61 53.53 53.91 53.85 5379 5174 t 53.70 53.65 53.59 53.54 53.49 53.40 ELEVATION 14+00 00 53.44 53.36 53.29 53,23 53.31 53.24 53.17 5311 53,4 53.02 10+00 52.99 52.95 I 16+50 65 60 55 35 5 S90Ll£-SLOPE CONCRETE BARRIER (PRECAST) PER Z SOOT STD. PLAN C-7010-01. T/ JS SEE BPoT-.E PLANS FOR BARViER ON BRIDGE. ,� , © INSTALL BLOCK FILL WALL. SEC TTP:CAL SECTIONS ON SHEET C2 AND DETAIL ON 121EET 554 E4 S55. 0 RET401* MID 11EPIACE 12" PRCCA51 DUAL -FACED 5"OPEO 1OUNTAOLE 007*57 CONCRETE 1RATIC CURB PED 1N201 5T0 PLAN F-1004-0". I® REMOVE CONCRETE TRAFFIC BA2R:ER E INSTALL CEMENT CONCRETE TRAFFIC CURB AND CUTTER PER MOOT STD PLAN F-113.12-03. LVSTALL PERMANENT ROL LARD TYPE 2 PER W5110T STD PLAN H-00.26-01. ^HAHNE 17AT10N NOTF0j INS7 IA:1 SINGLE 9ROKEN NY14 APE LINE PER CITY OF 1UKA'S STD D\1C RS3 J INSTALL WHITE EDGE UNE PER "SOOT 510 PLAN M-20.10-62. REIOC TE 0031*1NG SIGN 00 NEY POST PER CITY CF TL'KMIA 510 01Yr RS-14. INSALL WOE DOTTED LANE LINE PER WSDOT STD PLAN M-20.10-02 16GFNO' �.'.'• I INMEIrarniLl CONCRETE SIDEWALK/ONIAEWAY PER CITY OF 10+0ILA'S STO D/!G R9-11 LANDSCAPE AREA (G. TOPSOIL) FULL DEPTH RIM (MATCH E%ISTING DEPTH) GRIND AND 2" MIN. H A OVERLAY SIRUCTUZL EARTH RUNNING WALL (SEE PULL DETAILS) CONCRETE TRAFFIC OARRIER PEDESTRIAN HAND RAIL (SEE WALL 0EU1L5) 00ARRY SPALS CRUSHED SURFACING TOP COURSE DR5EWAY REMOVE ANN REPLACE TRAFFIC ISLAND (2" HMA OAR CRUSHED SURFACING TCP COURSE) RtG-IT OF WAY y+51701,1P1 DATUM N5D 63 / 91 VE,TTIAI DATUM NA0D 88 0 1D' 20' 4C' NLLSOE SCALE' 1"-30'-0' PUBLIC WORKS DEPT. -EN GI N EERING-STREETS-WATER-SEW ER-PARKS-BU ILDI NG- 14N69ui8.,. Exchan,on, No. For vu2 Contras Agreement uv col _aA _. JACOBS 600106th Avenue N.E., Ste 700 Bellevue, WA 98004 -rr BOEING ACCESS ROAD BRIDGE REHABILITATION PLAN AND ELEVATION I -. . iC4 6 Barrier Transition Detail at NW corner of Bridge Pier 6. sidewalk widening and curb sidewalk 17'-10" slip -form bridge barrier Cast -in -place transition barrier confirm if barrier needs to be connected via rebar grid or dowels I precast transition barrier pour back rebar grid pocket with cast -in -place section of barrier B B 8 (r} Yr } } TOP OF NEW SIDEWALK DECK TYPICAL SIDEWALK DECK REINFORCEMENT ( NOT SHOWN. SEE SHEET S12 } 64 0 1'-0" MAX. CONDUIT EXPANSION FITTING (TYP. AT EXPANSION JOINT) SEE TRAFFIC BARRIO/ SHEET S24 FOR DETAIL CURB LINE SEE ROADWAY PLAN END OF BRIDGE DECK VARIES — 6'-0" TO 9'-6" (SECTION ADJACENT EXP. JOINT) BRIDGE 6 PLAN TRAFFIC BARRIER BARRIER CONTINUOUS BETWEEN EXPANSION JOINTS. CONSTRUCTION JOINTS WITH SHEAR KEYS ARE PERMISSIBLE AT DUMMY JOINT LOCATIONS. FORM JOINTS BETWEEN DUMMY JOINTS SHALL NOT BE PERMITTED. 8)5" 614 CURB UNE, PERPENDICULAR TO 5 TRANSVERSE ROADWAY SLOPE CLOSURE POUR M2—#6 CONTINUOUS W/ 3'-8" MIN. SPUCE ©B4 I18—r#4 CONT. WITH 2'-0" MIN. SPLICE (TYP.) 2"0 CONDUIT PIPE ®84 ©45 W/ TERMINATOR Traffic barrier arose 3 sacbn same in relation 1 to bridge barrier 1 ///---TOP OF NEW MODIFIED / CONCRETE OVERLAY TOP OF EXIST CONCRETE DECK AFTER SCARIFICATION SEE SHEET SB CFRP STRIP 00 NOT CUT OR DAMAGE MST BARS CONSTRUCTION JOINT TYPICAL SECTION SOUTH SIDE TRAFFIC BARRIER STEEL GIRDERS SPANS 1 II CLOSURE POUR ® 2-1}6 CONTINUOUS W/ 3'-8" MIN. SPLICE ® 14 ® 8—#4 CONT. WITH 2'-0" MIN. SPLICE (TYP.) 2'0 CONDUIT PIPE SEE ROADWAY PLAN TOP OF ROADWAY LOCATE DRAINAGE SLOT TO AVOID EXISTING BARS. DBL BUNDLE R2, R6. S1, S2 BARS TO EACH SIDE OF DRAINAGE SLOT ® #4 DRAINACE SLOT I ® 6'-0" SPA MAXI 7 5 — 23 SPA. 7" ,5 0 4"= 7-8 07- MAX. 5 ID 9 MAX 4 & I$i , 4 ® 1'-6" MAX. 3" MAX. OUTSIDE ELEVATION END OF TRAFFIC BARRIER Vs" 814" CURB UNE. PERPENDICULAR TO TRANSVERSE ROADWAY SLOPE Ka" CLR. �a65 DRAINAGE SLOT TOP OF NEW SIDEWALK DECK x' TYPICAL SIDEWALK DECK REINFORCEMENT NOT SHOWN. SEE SHEET S12 g4 ® 1'-0" MAX 1'-6" MIN. ® g4 #5 W/ TERMINATOR TOP OF NEW MODIFIED CONCRETE OVERLAY TOP OF EXIST CONCRETE DECK AFTER SCARIFICATION SEE SHEET 58 DO AGE CUT S OR DAMAGE EXIST OARS Audio TYPICAL SECTION SOUTH SIDE TRAFFIC BARRIER CONCRETE GIRDERS SPANS PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- b. a Baia., earanaedwna<a-,a.a.mwwa.aa,.. ,I �al B PI - .. r a- JACOBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 68004 BOEING ACCESS ROAD BRIDGE REHABILITATION SOUTH TRAFFIC BARRIER REPLACEMENT DETAILS ma S21I ,42 J ele3S &PA s4eAAIV - TOP OF ROADWAY 2.1/2" 13" 3/4' (IN) CHAMFER (TYP.) r 9" CLR. (TYP,) 095 in (TYP.). Z H 2 2'-0" i� SECTION '3' - 8° BARRIER SHOWN LEVEL TOP OF ROADWAY 3/4" (IN) CHAMFER (TYR.) 1 Zb TDP OF ROADWAY 1 12" CLR re C 8' 9 1/8" 2'-.21/4' 3' 51 SECTION V 4'- 0' BARRIER FOR USE WITH A GREATER THAN 5-(IN) T07" (IN) MAX. GRADE SEPARATION: GRADE SEPARATION r MAX TOP OF ROADWAY �\ 3/4°(IN) CHAMFER (TYP.) 1 1/2"CLR. 3'-6" BARRIER FOR USE WITH A 0" (IN) TO 5' (IN).MAX. GRADE SEPARATION 3/4' (IN)CHAMFER (TYP.) lV TOP OF ROADWAY 3" 2'-412` 0 SECTION U 4' - 6" BARRIER FOR USE'WITH A GREATER THAN 7' (IN) TO 10" (IN) MAX. GRADE SEPARATION • STANDARD MOUNTING HEIGHT TOP OF TROADWAY GRADE SEPARATION 5" MAX. 5 EQUAL SPACES is TOP OF ROADWAY GRADE SEPARATION 10" MAX. /7 / �7 :airy; Ed. 12 VUMay1920148:25 AM l SINGLE -SLOPE CONCRETE BARRIER (PRECAST) STANDARD PLAN C40.10-01 SHEET 2 OF 3 SHEETS APPROVED FOR. PUBUCATION (4J.(J 'Jun l)SEE Y.'Ii AM An I, STATE PESKIN ENGINEER T Wa,htrpron State Department ofTran.ponieion 20' 0' 4" 2" (TYP.) 060- 3 SPACES 1 4" =1' - 0" 0- SPACES (418'=2' -0" 8' r• 1,7- T-1-1— -I— I -- I 1 11' 1'11I 1 1 1 11I 1 I I.I I I I I 1 203 #5 PLAN Ot 602 - 3 SPACES 4'=1'-0° 0 -4+SPACES @6"=2'-0° -'12 SPACES © 12' = 12'- 101/2' 4' - i 1-- i r— I— 1---T—-%%-%r' ---- _. I 1 1 I 11 1 - II- UA-I-+-1-I I -I- -- -1I- 1iTrD°E AL SPACES 1 I I 11 I I I 3'-4' 5'-0' (rYP.) (TYR) NOTE: STEEL WELDED WIRE REINFORCEMENT DEFORMED FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN ACCORDANCE WITH STANDARD SPECIFICATION 6-10.3 REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 6-07.1(2) FOR BENDING DIAMETERS F 135' HOOK SEE DIMENSION TABLE 23/4' R. 4 i--G—i 21 135'. HOOK (TYR) ELEVATION TACK W ELD (TYP.)' REBAR GRID DETAIL FOR PERMANENT INSTALLATION REBAR GRID - FOR PERMANENT INSTALLATION (SEE BARRIER CONNECTION DETAIL) dill 1 1 1 1 I 111111111 2Q (TYP.) TOP OF BARRIER 2 roam: TOP OF ROADWAY 3/8" (IN) PREMOLDED JOINT FILLER FOR PERMANENT INSTALLATION PREPARED GRADED BASE HYPOTHETICAL GRADE DIFFERENTIAL BARRIER TRANSITION DETAIL DIMENSION TABLE BARRIER HEIGHT A B D E F G HORIZONTAL BARS (QTY.) 3'-6" 2' -0' 3 2'- 8" 2' - 10' 1'-7' 8 4'-0" 9 1/8" '2'-21/4" 4 3' -2' 1'-9' 10 4'-6" 10 1/4° 2'-41/2" 6 3' - 8' 3' - 10' 1'-11" 12 NOTES 1. PERMANENT INSTALLATION requirements: Embed barrier 3" (in) minimum; install 3/8" (in) Premolded Joint Filler between segments; fill the Connection Blackout with grout, centering the Rebar Grid in the blotkout before adding grout. 2. TEMPORARY INSTALLATION requirement Place a Rebar Grld in the Connection Blockout between barrier segments. 3. Installation on a horizontal curve with a radius less than 2,000' (ft) requires a modified end design. 4. For Barrier wlth'a'2' - 10" reveal, see Sheet 2. For High -Performance Barrier with a 3' - 6"'reveal, see Sheet 3. CONNECTION BLOCKOUT FILL VOID WETH GROUT REBAR GRID - SEE DETAIL #6 BAR-(TYP.) 48 BAR (TYP.) 3/8" (IN).PREMOLDED JOINT FILLER - FOR PERMANENT INSTALLATION Install rebar grid and fill void with concrete during cast -in -place transition barrier pour ISOMETRIC VIEW BARRIER CONNECTION DETAIL FOR PERMANENT INSTALLATION Bury• Bd %Z� May 192014 A2d AM etim SINGLE -SLOPE CONCRETE TE ST) BARRIER (PRSTANDARD PLAN C-70.10-01 SHEET 1 OF 3 SHEETS ///��� APPROVED FOR .PU ,BUCCAvTION .� 13, 141.- i,in nzn149.34AM STATE DEMON MINE. Wrnhlnpron Slofe D.pommem of TTanapo4inlon JACOBS Subject 12_FI02-!— Ned e01IIft Project i dP,1n Project Number/WB5 Sheet No. Authored by 6), Lr Date2/ 2//J/checked by of Date __J__ L�� I 1 ._1__ _.J -.. .... --� __I_ _ _ i __ i� _ ..__. ___ r.._.._ _ _.__. - .. __L.. ____ I' _ _ ; /e i -� ,3 rJ..V\� I i I Y i g T ____ ____ _ 'p- _ i I -tv-iry I, . _ _,,,,,„...b, ' ..._._ _ _ ___ i 1_1_ ----,- - Z»fi ___ - - i , - ..,... 1 -Q.. I p 1 , , 151 I ---L--- ' , i ; j° I - _ __L I T f i I ih f-4-_i - —r� y I L1 '� __ t , Q I I i 4. 1% I ( I I - - ----- -".1 -----._L.-"-_..tea_ Ell - I I ;f . -,I_, -_ i -i I DRAWN BY: FERN LIDDELL UNRESTRAINED PRECAST BARRIER END SECTION DESIGN F— SEE STD. PLANS C-7 & C-7a PLAN A CONNECTION TRANSITION SECTION - PAY UMIT 6'-3" MAX I 3'-112" MAX I (SEE NOTE 1) TRANSITION SECTION — PAY LIMIT 12'-6" BRIDGE RAIL OR CONCRETE BARRIER END SECTION DESIGN F — SEE STD. PLANS C-7 & C-7a (SEE NOTES 1 & 2) PLAN CURB WIDTH — 9" (IN) OR LESS, OR CONCRETE BARRIER B CONNECTION TRANSITION SECTION — PAY UMIT FACE OF GUARDRAIL, EDGE OF SHOULDER 13'-112"MAX I j SEE NOTE 4 j 6'-3" BRIDGE RAIL OR CONCRETE BARRIER END SECTION DESIGN F — SEE STD. PLANS C-7 & C-7a FACE OF GUARDRAIL, EDGE OF SHOULDER 6'-3" NEW BRIDGE TRAFFIC BARRIER (SINGLE -SLOPE BARRIER SHOWN) END SECTION DESIGN F — SEE STD. PLANS C-7&C-Ta FACE OF GUARDRAIL, EDGE OF SHOULDER 3'-112" I MAX CURB WIDTH, GREATER THAN 9" (IN) — 18" (IN) MAX. PLAN C CONNECTION (SEE NOTE 1) TRANSITION SECTION — PAY LIMIT 13'-112"MAX. (SEE NOTE 4) (SEE NOTE 5) PLAN D CONNECTION (SEE NOTE 3) NOTES 1. Attach guardrail to bridge rail or concrete barrier with 7/8" (in) diameter bolts in accordance with Standard Spec. 9-06.5(4), with thin slab ferrule inserts or resin -bonded anchors. See Contract Plans. 2. If the last guardrail post is 3" (in) or less from the end of the bridge barrier, this attachment and blockout Is not necessary. 3. This case is also applicable for F-shape and vertical faces with no curbs. 4. When B connection is used with Type 1A Transition, the maximum spacing between bolts is 6' - 3". 5. See Bridge Plans for additional connection details. 6. Wood blocks shown. Blocks of altemate material may be used. See Standard Specification 9-16.3 (2). 7. Steel posts shown. Timber posts may be used. FACE OF GUARDRAIL, EDGE OF SHOULDER BEAM GUARDRAIL - PAY LIMIT 6'-3"MAX END SECTION DESIGN F - SEE STD. PLANS C-7 & C-7a ONE-WAY TRAFFIC PLAN F CONNECTION BRIDGE TRAFFIC BARRIER END SECTION DESIGN F — SEE STD. PLANS C-7 & C-7a INSIDE FACE OF RAIL BASE TRANSITION SECTION — PAY LIMIT 6' - 3' MAX PLAN E CONNECTION May 1 2201423) PM GUARDRAIL CONNECTION TO BRIDGE RAIL OR CONCRETE BARRIER STANDARD PLAN C-24.10.01 SHEET I OF I SHEET APPROVED FOR PUBLICATION �2 /J I' IlakoI,ch, Pasco p f5. /,L(.., Jun 1I 29I4 1:11 PM STATE DESIGN ENGINEER V751wDEnlnaron Moto o.PDnD,.mDrrroar.Mml.. DRAWN BY: FERN LIDDELL 28/32" x 1 1/8' SLOTS (TYP) 29/32" x 1 1 /8" 30'SLOTS (TYP) 812' b N 29/32" x 1 1/8" SLOTS (TYP) rI 2y, 812" "1 ` 25" MIN DESIGN C (THRIE BEAM) 0 29/32" x 1 1/8" SLOTS (TYP) 2"J 8 12" 31 1/4" 12 GAGE PLATE DESIGN 0 (THRIE BEAM) 1 25' BEND FOR USE 1MTH c CD } 3 3/8" DESIGN G (THRIE BEAM)EAM) Y `3• I I t I 812' l3" 2' l 4• 14" 1 I 7 1/4' r- n .L. m O 1 c I O fo 3/4" HOLES (FOR DESIGN G END SECTION ONLY) ° 1" HOLES SEE NOTE 1 N (TYP) 29/32' x 1 1/8" SLOTS (TYP) DESIGN F (THRIE BEAM) 3/4" x 2 1/2" SLOTS (TYP) 29/32' x 1 1/8' SLOTS (TYP) DESIGN F (THRIE BEAM) END SECTION NOTES 1. Attach guardrail to bridge rail or concrete barrier with 7/8" diameter bolts (five minimum) Standard Spec. 9-06.5(4), with thin slab ferrule inserts or resin bonded anchors. See the Contract Plans. 2. In cases where Design F End Section Is lapped on the outside of the guardrail, a galvanized 1" ID, 2" 0D, 0.134" thick, narrow Type A Plain Washer or an anchor rail washer will be placed under the splice bolt heads. DESIGN D (THRIE BEAM) END SECTION 29/32" x 1 1/8° SLOTS (TYP) DESIGN G (THRIE BEAM) THRIE BEAM END SECTIONS STANDARD PLAN C-7a SHEET 1 OF 1 SHEET c(2 APPRO 0 FOR PUBLICATION %� STATE DEW /44,-46 WE. MTE 'T' Washington Stole Depar#men1 or Transportation DRAWN BY: USA CYFORD 12'-0' MAX 12.- 0" MAX. BETWEEN DUMMY JOINTS EXPANSION JOINT DUMMY JOINT (TYP.) PLAN 12'-O'MAX. 36' - 0' MINIMUM TO 120' - 0' MAXIMUM BETWEEN EXPANSION JOINTS EXPANSION JOINT 2C)#5 06(2) 1'- 6' MAX. SPACING DUMMY JOINT (TYP.) - SEE DETAIL a--D"-EQUAL SPACES t t t EXPANSION JOINT - SEE DETAIL L_ EXPANSION JOINT (TYP.) 3/4' 12' 3/4' TYPICAL SECTION DUMMY JOINT DETAIL NOTE: STEEL WELDED WIRE REINFORCEMENT DEFORMED FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN ACCORDANCE WITH STANDARD SPECIFICATION 6-10.3 ELEVATION STEEL REINFORCEMENT SYMMETRICAL ABOUT PREMOLDED JOINT FILLER 1'-6- 1 1/4" (IN) PVC CONDUIT (TYP.) 3 #5 PVC CAP (TYP.) 1/2' (IN) MIN. EXPANSION GAP BETWEEN BARAND CAP REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 6-07.1(2) FOR BENDING DIAMETERS e'•� 314' R. r 11 L I 2 21 0 71/4' © 11' HO15" Irk ®#4 ©#4 Q7 #4 (SEE NOTE 3) 3' ! 1'-0" 20#4 111•111,1 - r _ II 11 0 0 8 #QN8®- ' ) (TYP.) #5 ENSURE NO CEMENT CONCRETE ENTERS THE PVC CONDUIT WHEN POURING ®= EPDXY COATED EXPANSION JOINT DETAIL 1 1/4' (IN) PVC CONDUIT (TYP.) (R) P.) 24#4 15' (IN) .) SECTION CONNECTION BLOCKOUT (SEE NOTE 2) DIMENSION TABLE (SEE NOTE 3) BARRIER HEIGHT A B D E F HORIZONTAL BARS (QTY.) 3'-6' 6• 2'- 0• 3 2'-6" 1'-8' 8 4' -0' 9 1/8" 2'-21/4' 4 3'-0" 1'- 10" 10 4'-6" 10 1/4' 2'-412' 3'-612" r-0' 12 - 2' - 0' MIN. LAP SPLICE - STAGGER SPLICES 8 - 36' (IN) (TYP.) TOP OF BARRIER NOTES 1. Reinforcing steel dimensions and clearances are shown for stationary form construction. When slipform construction is used, increase reinforcing steel clearances to the outside surfaces of the barrier to 2 1/2" (in) and adjust the rebar dimensions as required. 2. When connecting between cast -In -place and pre- cast single -slope barrier, provide a Blackout, Rebar Grid, and added rebar, as shown In Standard Plan C-70.10. 3. The actual dimensions will vary as the grades change and the barrier transitions In height and width. The dimensions may be Interpolated for intermediate barrier heights. 4. For barrier with a 2' -10" reveal, see Sheet 2. For High -Performance Barrier with a 3' - 6' reveal, see Sheet 3. TOP OF ROADWAY PREPARED GRADED BASE HYPOTHETICAL GRADE SEPARATION BARRIER TRANSITION DETAIL ISOMETRIC VIEW M.r 1 920148:30AM SINGLE -SLOPE CONCRETE BARRIER (CAST -IN -PLACE) DUAL -FACED STANDARD PLAN C-80.10-01 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION 4, Jw 11 x011 i:i4 rM STATE DESIGN EN01NEE11 v71 Washington slot. D.pvrlm.nl of T,mtsparlolioo DRAM BY: USA CYFORD TOP OF ROADWAY 3/4' (IN) CHAMFER (TYP.) z 3' CLR. 7-0' SECTION 3/4(IN) CHAMFER (TYP.) • 2.1 TOP OF ROADWAY re 0) 3'- 6' BARRIER SHOWN LEVEL 8' 9 1/6' 2' - 1 /2' SECTION 2 4' - 0' BARRIER FOR USE WITH A GREATER THAN 5' (IN) TO 7' (IN) MAX. GRADE SEPARATION (SEE NOTE 3) TOP OF ROADWAY TOP OF ROADWAY GRADE SEPARATION 7' MAX. 3/4' (IN) CHAMFER (TYP.) z TOP OF ROADWAY gig" g I 2,1z. tq 2' - SECTION 3' - 6" BARRIER FOR USE WITH A 0' (IN) TO 5' (IN) MAX GRADE SEPARATION (SEE NOTE 3) TOP OF ROADWAY GRADE SEPARATION 5' MAX. 3/4' (IN) CHAMFER (TYP.) z TOP OF ROADWAY fr 101/4' SECTION 4' - 6' BARRIER FOR USE WITH A GREATER THAN 7' (IN) TO 10" (IN) MAX. GRADE SEPARATION (SEE NOTE 3) STANDARD MOUNTING HEIGHT TOP OF fROADWAY GRADE SEPARATION 10' MAX. a4:2 I Pit-atzr Lira:1014 Ahi SINGLE -SLOPE CONCRETE BARRIER (CAST -IN -PLACE) DUAL -FACED STANDARD PLAN C-80.10-01 SHEET 2 OF 3 SHEETS APPROVED FOR PUBUCATION Daicrtick Pasco Jun II 2014 I:14PM Aft. STATE DESIGN ENOPIEEII v71 Washington Stat• Daparimani of Transportatian DRAWN BY: USA CYFORD 12' - O' MAX. 12' - 0' MAX BETWEEN DUMMY JOINTS 1 B" A O 1 EXPANSION JOINT DUMMY JOINT (TYP.) (SEE NOTE 2) PLAN 12' - 0' MAX. 8'( 4 36' - 0' MINIMUM TO 120' - 0' MAXIMUM BETWEEN EXPANSION JOINTS EXPANSION JOINT 1 .1 1 1 L 2Q3 #5 " EQUAL SPACES EXPANSION JOINT (TYP.) NOTE: STEEL WELDED WIRE REINFORCEMENT DEFORMED FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN ACCORDANCE 1MTN STANDARD SPECIFICATION 6-10.3 REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 9-07.1(2) FOR BENDING DIAMETERS rt�lrz" e N Z1/4'R 4 2 3/4" 21 0 & 0 -@1'-6" MAX SPACING DUMMY JOINT (TYP.) (SEE NOTE 2) 1- 1 rt EXPANSION JOINT (SEE NOTE 2) • 2' - 0" MIN. LAP SPLICE - STAGGER SPLICES ELEVATION CONC. CAP (SEE NOTE 1) B SECTION OA DIMENSION TABLE (SEENOTE4) STD. HIP BARRIER HEIGHT 3' -6" 4'-0' A 8" 9 1/8" 1'-5 1 /4" 1'-518' D 3 4 E 2'_8. 3' - 0' HORIZONTAL F BARS 1'-1 1/2" I (QTY.) 4. 1' -1 12" 8 10 Z fo TOP OF ROADWAY 1 1 1 TOP OF ROADWAY ISOMETRIC VIEW NOTES 1. The Vertical Back barrier is used only in the configurations shown In Standard Plans C-85.10 and C-85.11, and when placed against a retaining wall. 2. See Standard Plan C-80.10, Sheet 1, for EXPANSION JOINT and DUMMY JOINT details. Modify rebar as shown In EXPANSION JOINT MODIFICATION. 3. Reinforcing steel dimensions and clearances are shown for stationary form construction. When slip -form construction Is used, increase reinforcing steel clearances to the outside surfaces of the barrier to 2 1/2" (In) and adjust steel dimensions as required. 4. When High -Performance Concrete Barrier Is specified In the Contract, use the dimensions given In the H/P row In the DIMENSION TABLE, with a minimum height above roadway of 3' - 6" and a minimum embedment of 3" (In). QX 6" Q 8. Io10. ®I #,7 pY#4 Qz#4 REINFORCING STEEL BENDING DIAGRAM SECTION EXPANSION JOINT MODIFICATION (SEE NOTE 2) 90" HOOK e 4 ', _ nM.yl0y. 92re I 0ll833AM SINGLE -SLOPE CONCRETE BARRIER (CAST -IN -PLACE) VERTICAL BACK STANDARD PLAN C-80.40-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION J/4 Oat,120Pum STATE DESIGN ENGINEER Wallington 51oto o.ponm.nt ofTrvn.portolion SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION April 18, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0008 —Traffic Barrier Transition Details 5740007, File No.: 2A.2, SL #: 029 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to RFI 023 and Field Directive 08, we hereby submit for your review and acceptance change request CRX 0008 —Traffic Barrier Transition Details in the lump sum amount of $17,827.21 for all costs relating to the traffic barrier transition details provided in the response to RFI 023. Our price does not take into consideration any alterations, modifications, additions, or deletions that may affect these details in the event bridge approach slabs at the east and/or west ends of the bridge should be added to the contract. We do not anticipate impacts to the overall project schedule, however, we reserve the right to claim for additional time should unforeseen delays which affect the work occur. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0008 Detail Report —Traffic Barrier Transition Details DC: Ian cc: Jason Goetz, Rich Femenella - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell -Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL 15ANAFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE # 08 To: PCL Construction Services Date: 03/12/18 3650 131st Ave. SE Suite 650 Project Name: Boeing Rehabilitation Access Road Bridge Bellevue WA 98006 Project No.: 99410408 Attn: Derek Compton Contract No.: 17-108 Work to be performed: Construct Barrier Terminations as detailed in RFI #023 response attached. Reason for modification: Clarification of conflicting Plan details. Additional design details required. Work under this Field Directive modification will be accomplished: ❑ With no change to the contract price. Paid as per Bid Item No.1 ❑ For a lump sum increase/decrease of to the contract price. ❑ With no change in contract completion date. With work to start immediately and determination of any change to the contract price to be negotiated. Negotiations to be complete by 03 April, 2018. ❑ With no contract completion date extended/decreased calendar days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractors Rep — Name Title /t94 . oA6,-%L, P Date 12 March 2018 Resident Engineer Date Document Control Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Traffic Barrier Transition Details PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0008 Rev #: Status: FD #: 08 Approved CO #: CCN #: Approved CO Date: RFI #: 023 Approved CO Amount: Quoted CRX Date: 1/11/2018 Schedule Activity ID: Quote Date: 4/18/2018 Time Extension: 8 Remarks: Trasition details at each corner of bridge not provided in original design Cost Code: Serial Letter #: 950008 029 Cost Summary Labor: 0.00 Material: 0.00 Equipment: 0.00 Subtrade: 13,841.00 Overhead: 0.00 Fee: 3,986.21 Total Quote: $ 17,827.21 Page: 1 Date: 4/18/2018 Time: 14:17:47 Subtrade Sent Due Date Received Quote $ Dirt&Aggregate 3/27/2018 4/3/2018 3/27/2018 9,000.00 Glacier Northwest, 4/18/2018 4/25/2018 4/18/2018 960.00 John -Wayne 3/27/2018 4/3/2018 3/27/2018 2,250.00 Rebar 3/27/2018 4/3/2018 3/27/2018 1,131.00 Storie Barriers 3/27/2018 4/3/2018 3/27/2018 500.00 Cost Code Description . Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total SUBTRADE WORK 950008 Cal Portland - Supply transiiton barrier concrete 6.00 CY --- --- --- --- --- --- _ _ _ --- 160.00 960 --- 960.00 950008 Dirt & Aggregate - Supply and Install added guardrail connections at NW and NE corner of bridge (incl. additional mob) 1.00 LS - - - - - - - - - - - - - - - - - - - - - - - - 9,000.00 9,000 - - - 9,000.00 950008 John -Wayne - Form/Place/Strip/Cure Transition Barrier at SW corner of bridge 18.00 LF --- - - - - - - - - - - - - - - - 125.00 2,250 - - - 2,250.00 950008 RBI - Supply and install rebar for Transition Barrier at SW corner o ` bridge 1.00 LS --- --- --- --- --- --- --- --- 1,131.00 1,131 --- 1,131.00 950008 Storie Barriers - Shift Type 2 barrier at NW corrner of bridge 1.00 LS - - - - - - - - - - - - - - - - - - - - - - - - 500.00 500 - - - 500.00 TOTAL SUBTRADE WORK --- - -- --- 13,841.00 13,841.00 SUBTRADE MARKUP 990100 Fee - - - - - - --- - - - - - - - - - - - - ___ - - - 12.00% 1,661 - - - 1,660.92 TOTAL SUBTRADE MARKUP - - - - - - - - - - - - 1,660.92 1,660.92 TOTAL OUR FORCES & SUBTRADES Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Traffic Barrier Transition Details PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0008 Page: 2 Date: 4/18/2018 Time: 14:17:47 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 990100 MARKUP ON TOTAL CRX FEE - - - - -- - - - - - - - - - - -- - - - - - - - -- - - - - - - 15.00% 2,325.29 TOTAL MARKUP ON TOTAL CRX - - - - - - - - - - - - - - - 2,325.29 TOTAL CRX #: 0008 15,501.92 17,827.21 SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION April 18, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0008 — Traffic Barrier Transition Details 5740007, File No.: 2A.2, SL #: 029 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to RFI 023 and Field Directive 08, we hereby submit for your review and acceptance change request CRX 0008 —Traffic Barrier Transition Details in the lump sum amount of $17,827.21 for all costs relating to the traffic barrier transition details provided in the response to RFI 023. Our price does not take into consideration any alterations, modifications, additions, or deletions that may affect these details in the event bridge approach slabs at the east and/or west ends of the bridge should be added to the contract. We do not anticipate impacts to the overall project schedule, however, we reserve the right to claim for additional time should unforeseen delays which affect the work occur. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, utility conflicts/potholing, permits, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0008 Detail Report —Traffic Barrier Transition Details DC: lan cc: Jason Goetz, Rich Femenella - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell- Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 36501315t Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL 15 AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433-0179 FIELD DIRECTIVE # 08 To: PCL Construction Services Date: 03/12/18 3650 131 st Ave. SE Suite 650 Project Name: Boeing Rehabilitation Access Road Bridge Bellevue WA 98006 Project No.: 99410408 Attn: Derek Compton Contract No.: 17-108 Work to be performed: Construct Barrier Terminations as detailed in RFI #023 response attached. Reason for modification: Clarification of conflicting Plan details. Additional design details required. Work under this Field Directive modification will be accomplished: ❑ With no change to the contract price. Paid as per Bid Item No.1 ❑ For a lump sum increase/decrease of to the contract price. ❑ With no change in contract completion date. With work to start immediately and determination of any change to the contract price to be negotiated. Negotiations to be complete by 03 April, 2018. ❑ With no contract completion date extended/decreased calendar days. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name Title Date /v 2e rL, / ( 12 March 2018 Resident Engineer Date Document Control Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Traffic Barrier Transition Details PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0008 Rev #: Status: FD #: 08 Approved CO #: CCN #: Approved CO Date: RFI #: 023 Approved CO Amount: Quoted CRX Date: 1/11/2018 Schedule Activity ID: Quote Date: 4/18/2018 Time Extension: 8 Remarks: Trasition details at each corner of bridge not provided in original design Cost Code: Serial Letter #: 950008 029 Cost Summary Labor: 0.00 Material: 0.00 Equipment: 0.00 Subtrade: 13,841.00 Overhead: Fee: 0.00 3,986.21 Total Quote: $ 17,827.21 Page: 1 Date: 4/18/2018 Time: 14:17:47 Subtrade Sent Due Date Received Quote $ Dirt & Aggregate 3/27/2018 4/3/2018 3/27/2018 9,000.00 Glacier Northwest, 4/18/2018 4/25/2018 4/18/2018 960.00 John -Wayne 3/27/2018 4/3/2018 3/27/2018 2,250.00 Rebar 3/27/2018 4/3/2018 3/27/2018 1,131.00 Storie Barriers 3/27/2018 4/3/2018 3/27/2018 500.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total SUBTRADE WORK 950008 Cal Portland - Supply transiiton barrier concrete 6.00 CY - - - - - - - - - - - - - - - - - - - - - - - - 160.00 960 - - - 960.00 950008 Dirt &Aggregate - Supply and Install added guardrail connections at NW and NE corner of bridge (incl. additional mob) 1.00 LS - -- - -- - - - - -- - - - - - - - - - - -- 9,000.00 9,000 - - - 9,000.00 950008 John -Wayne - Form/Place/Strip/Cure Transition Barrier at SW corner of bridge 18.00 LF --- --- --- --- --- --- --- --- 125.00 2,250 --- 2,250.00 950008 RBI - Supply and install rebar for Transition Barrier at SW corner o bridge 1.00 LS - -- - -- --- - -- - -- - -- --- --- 1,131.00 1,131 --- 1,131.00 950008 Storie Barriers - Shift Type 2 barrier at NW corrner of bridge 1.00 LS - - - - - - - - - - - - - - - - - - - - - - - 500.00 500 - 500.00 TOTAL SUBTRADE WORK - --_ - - - - - - - - 13,841.00 13,841.00 SUBTRADE MARKUP 990100 Fee - -- --- --- --- --- --- --- - -- - -- 12.00% 1,661 - -- 1,660.92 TOTAL SUBTRADE MARKUP - - - - - - - - - - - - 1,660.92 1,660.92 TOTAL OUR FORCES & SUBTRADES Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Traffic Barrier Transition Details PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0008 Page: 2 Date: 4/18/2018 Time: 14:17:47 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 990100 MARKUP ON TOTAL CRX FEE - - - - - - --- -- - - - - - - - - - - - - - - -- - - - - - - 15.00% 2,325.29 TOTAL. MARKUP ON TOTAL CRX - - - - - - - - - - - - - - - 2,325.29 TOTAL CRX #: 0008 15,501.92 17,827.21 17-108(9) Council Approval NIA Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 7 DATE: 08 May, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 (q) PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a° notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Construct enlarged Piers 4 & 5 Foundation Extensions to accommodate approved micro -pile substitution per attached revised Plan Sheets S48 and S49. Payment is by negotiated LUMP SUM in the amount of $51,892.00 based on prior approved lump sum break down prices for original bid item work. 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: ate May 17, 2018 Contractor Aaron F. Wiehe By Title Vice President and District Manager Original Contract (without tax) $ 6,189,244.00 V APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 116,190.00J Date 3 t,' ^'e- CP a-.b i/8 This Change Order (without tax) $ 51,892.00 By/ / (I ail8=1l_.%— Mayor City Engineer ___agsa5e REV. CONTRACT AMOUNT $ 6,357,326.00 V Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 285 Working Days RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File , f 6irti 4- -5 (11/2014) 66401\7000A00\709STR EXISTING FIBER OPTICS LINE EXISTING PILE (TYP.) EXISTING COLUMN \ (TTP.) EXISTING FIBER OPTICS LINE TO BE RELOCATED 24.-0" \\2 DR LLEq SHAL (TYP.) \ \/ EXISTING 20" 0.D. STEEL GAS MAIN FOUNDATION PLAN EXISTING PILE (TYP.) EXISTING COLUMN (TYP.) —4 ROADWAY 23.-0" NOTES: 1. DIMENSIONS AND ELEVATIONS PROVIDED ARE FOR REFERENCE ONLY AND SHALL BE VERIFIED IN THE FIELD BY THE CONTRACTOR. 2. TEMPORARY SHORING PLANS AND CALCULATIONS SHALL RE SUBMITTED TO THE ENGINEER FOR APPROVAL. 3. TEMPORARY SHORING AND ALL CONSTRUCTION EQUIPMENT AND ACTIVITIES SHALL BE A MINIMUM OF 25'-0" CLEAR FROM THE CLOSEST RAILROAD TRACK. NEW 2.-0" DIA. DRILLED SHAFT (TYP.) PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- J/ COBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 98084 BOEING ACCESS ROAD BRIDGE REHABILITATION PIERS 4 AND 5 FOUNDATION RETROFIT PLAN { ' (S48�1 69 ; 17-108(f) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 6 DATE: 03 May, 2018 BUDGET NO.: 104.98.595.50.6))0 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Per "Design Revision #01" — Pier 4 Bearing Design Change due to existing deteriorated conditions of both concrete and reinforcing steel. See attached revised Plan Sheets S34 through S41 and S37A. Payment is by negotiated LUMP SUM in the amount of $62,600.00 . 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: May 17, 2018 ByG%��� Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT Contractor Aaron F. Wiehe Title Vice President and District Manager $ 6,189,244.00 ✓ APPROVED BY THE CITY OF TUKWILA $ 53,590.00 / Date `J it-e- 41 d--o 18 $ 62,600.00 J By $ 6,305,434.00 Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 285 Working Days Iq like) El&be.rj — Mayor City Engineer�� RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 6 Exhibit A Original Plan Sheets S34 through S41 showed a replacement of concrete rocker bearings at Pier 4 with seat extensions of the adjacent steel girder bearings. Field inspection of the existing concrete pedestal under the steel girder bearing revealed that the concrete and reinforcing steel were both badly deteriorated and not structurally adequate to support doweled reinforcing steel as shown. ( Due to rail entry restrictions this area was not accessible for pre -design inspection. ) A redesign and enlargement of the reinforced concrete bearing support structure was therefore required. As part of this Change Order, in order to reclaim the time lost to redesign this work and reorder additional materials without impacting the project schedule the bridge jacking system and protocols were redesigned to allow jacking the entire span in one operation rather than in three sequential operations. Labor and materials mark ups shown are as allowed under WSDOT SS 1-09.6. Fabricator's quote for additional reinforcing steel is attached. See Contractor's lump sum breakdown for this Change Order attached. No additional Contract time is allowed for this work. Net LUMP SUM cost for this change for consolidating and enlarging 12 bearing pairs is $62,600. Including the additional jacking costs. Based on the Contractor's lump sum breakdown for Bid Item 34 "Seismic Retrofit & Bridge Rehabilitation" this represents a price increase of approximately 25% of the original bid amount of $252,000 for more than a 50% increase in the quantity of concrete and reinforcing steel required therefore represents positive market value without an increase in Contract time. SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION March 28, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0007 — Pier 4 Bearing Concrete Re -design 5740007, File No.: 2A.2, SL#: 026 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to Pier 4 Bearing Concrete Plan Change received February 8, 2018 and following field inspections and verifications, we hereby submit for your review and acceptance change request CRX 0007 — Pier 4 Bearing Concrete Re -design in the lump sum amount of $62,603.57 for all costs relating to the revised Pier 4 bearing concrete design. The re -design incorporates a solid concrete structure along the entire length of Pier 4 rather than individual concrete pedestals as shown in the original design. To improve the quality of the structure and to minimize the recent delays to the project critical path, we have revised the work sequence to show replacement of all the pier 4 bearings simultaneously rather than in three (3) phases in conjunction with the traffic control plan. We have shown this revision to the work sequence in the recent March 2018 Project CPM Schedule (Submittal #093). Although we do not foresee any impacts to the Project Schedule due to this re -design, we reserve the right to request additional time should the work become delayed or further unforeseen conditions be discovered during the work. It is our responsibility to inform the City we have concerns with the current condition of the pier 4 bearings on the Span 3 side (steel girder bearings). Close inspection will be required during the execution of the work in this area to ensure the existing concrete integrity is within the design tolerances. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila /2.1.552. Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Mr. Steve Carstens, P.E. October 16, 2017 Page 2 Attachments: CRX 0007 Detail Report — Pier 4 Bearing Concrete Re -design DC: Ian cc: Jason Goetz, Rich Femenella, Garrett DeRooy - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell -Jacobs Engineering Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Pier 4 Bearing Concrete Re -Design PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0007 Rev #: Status: FD #: Approved CO #: CCN #: Approved CO Date: RFI #: Approved CO Amount: Quoted CRX Date: 1/11/2018 Schedule Activity ID: Various Quote Date: 3/28/2018 Time Extension: Remarks: Pier 4 bearing concrete re -design due to worse than anticipated existing concrete conditions Cost Code: Serial Letter #: 950007 Cost Summary Labor: 0.00 Material: 30,145.21 Equipment: 0.00 Subtrade: 18,247.00 Overhead: 0.00 Fee: 14,211.36 Total Quote: $ 62,603.57 Page: 1 ' Date: 3/28/2018 Time: 10:32:39 Subtrade Sent Due Date Received Quote $ Brundage -Bone 3/15/2018 3/22/2018 3/15/2018 1,664.00 Glacier Northwest, 3/15/2018 3/22/2018 3/15/2018 4,960.00 O-P Engineering, PC 2/26/2018 3/5/2018 2/26/2018 3,000.00 Rainier Welding, 3/15/2018 3/22/2018 3/15/2018 1,560.00 Rebar 1/26/2018 2/2/2018 2/26/2018 7,063.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total OUR FORCES WORK 801020 Additional Shoring Material Additional shoring to suppo 1.00 LS t entire bridge - - - - - - - - - - - - 7,002.00 7,002.00 - - - - - - - - - - - - - - - 7,002.00 011300 Additional Jacking Equipment 1.00 LS --- --- --- --- 23,143.21 23,143.21 --- --- --- --- --- 23,143.21 Additional jacking equipiment to jack entire bridge TOTAL OUR FORCES WORK --- --- 30,145.21 --- --- 30,145.21 MARKUP ON OUR FORCES 990100 Fee - - - - -- - - - 29.00% - - - 21.00% 6,330.49 21.00% - - - - - - - - - - - - 6,330.49 TOTAL MARKUP ON OUR FORCES - - - - - - 6,330.49 - - - - - - 6,330.49 SUBTRADE WORK 501010 Brundage Bone -Additional pump time and volume charges ($200/hr, $3/cy) 8.00 HR - -- - -- - - - - - - - - - - - - - - - - - - 208.00 1,664 - -- 1,664.00 501200 OP Engineering -Additional engineering for work platform and bridge jacking revisions 1.00 LS - - - - -- - -- - - - - - - - - - - - - - -- 3,000.00 3,000 - - - 3,000.00 601174 RBI -Additional rebar per revised design 1.00 LS - -- - -- - -- - - - - - - - -- - -- - - - 7,063.00 7,063 - - - 7,063.00 702012 CalPortland - Class 6000 concrete with charges ($137/cy + $6 env. + $2 fuel) + sales tax 31.00 CY --- --- --- --- --- --- --- --- 160.00 4,960 --- 4,960.00 801010 Rainier Welding - C-Channel for revise o woTK aecK platform ($28.36 / 50ea) + sales tax 1.00 LS --- 1,560.00 1,560 - - - 1,560.00 Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Pier 4 Bearing Concrete Re -Design PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0007 Page: 2 • Date: 3/28/2018 Time: 10:32:39 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total TOTAL SUBTRADE WORK - - - - - - - - - 18,247.00 18,247.00 990100 SUBTRADE MARKUP FEE - - - - - - - - - - - - - - - - - - 12.00% 2,190 - - - 2,189.64 TOTAL SUBTRADE MARKUP - - - --- - - - - - - 2,189.64 2,189.64 TOTAL OUR FORCES & SUBTRADES 36,475.70 990100 MARKUP ON TOTAL CRX FEE 10.00% 5,691.23 TOTAL MARKUP ON TOTAL CRX 5,691.23 TOTAL CRX #: 0007 36,475.70 20,436.64 62,603.57 pec Revision Date: 2/08/18 REV#: 001 To: PCL Construction Contractor From: Bryan Nicholson, Resident Engineer Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation Subject: Pier 4 Bearings Change PW#: 99410408 FA# BHM-1380(003) Reference Drawings: S34, S35, S36, S37, S37A, S38, S39, S40, S41 Reference Specification: N/A Description: Pier 4 Bearings Design Change due to existing conditions of both concrete and reinforcing steel. Direction: ® Please assign a Cost Issue Number and provide a cost proposal. ® Incorporate this direction into your contract documents. ® Proceed with above described work. n Work is incidental/in scope; no additional payment or Change Order will be issued n A No -Cost Change Order will follow. n A Change Order will follow if proposed cost proposal is accepted. X Other: Change Order to follow with agreed pricing. This Plan/Spec Revision is issued in accordance with Specification Section 1-04.2. In the event of a disagreement with this notice the Contractor's timely response is required as per Specification Section 1.04.5. cc: Resident Engineer: Bryan Nicholson (Jacobs) Project Engineer: Steve Carstens (City of Tukwila) Desgin Engineer(s): Kevin Kim, Hana D'Acci (Jacobs) Revised 11/21/2013 deaoNm 30/01/18 — 448 P P:\W3X66401\90OCONST\940RFl\RFl XX — Pier 4 Steel Girds Sealing Seat Eetenelom\68401 SOLE PLATE — SEE SHEET S42 FOR SPACING OF ANCHOR DOLTS AND DETAILS (TYP.) NEW GIRDER 84 e4r k EXIST EXT. GIR LINE PARTIAL PLAN ONLY EXTENDS TO COLUMN FACE EXISRNG COLUMN SECTION O ,S35, S37 PUBLIC WORKS DEPT. -ENGI N EER I N G-STREETS-WATER-SEW ER-PARKS-B U I L D I NG- : As • u• r. !BP! Nov • , _— NOTE: ALL PIER 4 BEARING REPLACEMENT DOWELS AND THROUGH BARS SHALL BE RESIN BONDED WITH THE FOLLOWING HOLE DIAMETERS AND MINIMUM EMBEDMENT. BAR NO. HOLE DIAMETER (IN.) MIN. EMBED. (IN.) THROUGH BAR DOWEL DOWEL #5 34. 3" 11" #6 11§ #7 1Ye' 116" 1'-3" EXISTING CONCRETE STRUT SECTION O JACOBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 98004 NOTES: 1. TYPICAL REINFORCING AND RESIN BONDED REINFORCING SHALL BE ADJUSTED HORIZONTALLY AS REQUIRED TO CLEAR EXISTING AND NEW ANCHOR BOLTS AND PIPE SLEEVES BY 115" MIN. 2. SHORING LOADS GIVEN FOR EXISTING SUPERSTRUCTURE CONOIRONS. UNFACTORED SHORING LOADS PER GIRDER: OL= 84 kips LL= 73 kips #4 (TYP. ABOVE CONST. JT.) g5 DOWEL (TYP.) EXISTING CONCRETE COLUMN NEW STEEL COLUMN JACKET COLUMN SECTION T SHORING/JACKING VAVAYA TYPICAL ALL PIER 4 COLUMNS EXCEPT COLUMNS C AND D AND COLUMN AT SIDEWALK BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 IR BEARING REPLACEMENT DETAILS - 1 OPTIONAL CONST. JT. . —CONTRACTOR DESIGNED SHORING (SEE NOTE 2) 1 Xs DESIGN CHANGE IS34 . 55 j P:\W3X66401\9000ONSi\940RFl\RFl 70f — Pier 4 Sted Girder Searin9 Seal Eetenelone\66401.535.dry dacalm 30/O1/16 — 4:54 P RAL NEW GIRDER E. EXIST EXT. GIRDER NEW CROSSFRAME TOP OF GROUT PAD ELEV. 49.39 ELEV. 49.27 5 A5 A7 #s LI e' MAX 5'-9y4 7•-9-4 STING GIRDER EXIST INT. GIRDER (TYP.) f5 (TYP.)--\\ 11 ME 1 ■ii i MATCH TOP OF EXISTING CONCRETE (TYP.) iV 2' 117 SECTION • FIELD VERIFY BOTTOM OF EXISTING CONCRETE STRUT (TYP.) f5�® 1'-0' MAX. SPA. STEEL JACKET (TYP.) NEW BRACKET ELEV. 49.27 4 I EXIST EXT. GIRDER As` SECTION fan A4 (TYP.) o f5 (IYP.)- • TYPICAL ALL PIER 4 COLUMNS v v v EXIST INT. GIRDER (TYP.) 2'H0' 11' BOTTOM OF EXISTING CONCRETE STRUT (TYP.) •CONTRACTOR SHALL FIELD MEASURE TO VERIFY THIS NOTE DIMENSION TO ENSURE PROPER CLEARANCE TO BOTTOM DOWELS D0 NOT OVERLAP. OF EXISTING GIRDER. BOTTOM OF EXISTING GIRDERS SEE 536 FOR HORIZONTAL LAYOUT. SHALL REMAIN AT THE SAME EXISTING ELEVATIONS. SOLE PLATE TYP. SEE 542 FOR ADDDIONAL DETAILS A5-J 1'-0' MAX. SPA. STEEL JACKET (TYP.) PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BU ILDING- w.e !IAI WI JACOBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 BEARING REPLACEMENT DETAILS - 2 S35' 56 J 1 M. DESIGN CNMIC P:\W3%BB401\90000NST\94ORn\RR XX — Pia 4 Steel Girder Bearing Seat Elitene1aae\G5401$3B.d*g docc9un 30/01/10 — 4:55 P r wwv I NEW GIRDER NEW CROSSFRAME TOP OF GROUT PAD ELEV. 49.39 as ELEV. 49.27 a5 #5[ 07 DOWEL 7-93/4 NOTE: DOWELS DO NOT OVERLAP. SEE S36 FOR HORIZONTAL LAYOUT. Q EXIST EXT. GIRDER Q EXIST INT. GIRDER (TYP.) (STING GIRDER #5 (ttP.)-3 a6 THROUGH BARS 5 DOWELS SECTION • FIELD VERIFY • `BOTTOM OF EXISTING CONCRETE STRUT (TYP.) MATCH TOP OF EXISTING CONCRETE (TYP.) TOP OF EXISTING CONCRETE STRUT (TYP.) a5 DOWELS (TYP.) EEL JACKET (TYP.) STRUCTURAL REPAIR CONCRETE NEW BRACKET 7'-93/4" I EXIST EXT. GIRDER Q EXIST INT. GIRDER (TYP.) STAGGER SPACING BY 3 INCHES WHERE REQ.() BY CONFLICT (TYP.) SECTION TYPICAL ALL PIER 4 COLUMNS •CONTRACTOR SHALL FIELD MEASURE TO VERIFY THIS DIMENSION TO ENSURE PROPER CLEARANCE TO BOTTOM OF EXISTING GIRDER. BOTTOM OF EXISTING GIRDERS SHALL REMAIN AT THE SAME EXISTING ELEVATIONS. SOLE PLATE TYP. SEE 542 FOR ADDITIONAL DETAILS iTOP OF EXI CONCRETE STRUT (TYP.) DOWELS (TYP.) a6 x 3'-6" DOWELS (TYP.) STEEL JACKET (TYP.) BOTTOM OF EXISTING CONCRETE STRUT (TYP.) v PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- , eXX:. wn AIR JACOBS 600 108th Avenue N.E., Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 if) BEARING REPLACEMENT DETAILS - 3 1 X. DESIGN CIUNGE P:\N3X86401\90000NSi\940Ri1\RFl XX — Plea 4 Steel Gtrder Seeing Seat Eatenalana\66401_S37.deg deaden 30/01/18 — 5:02 P v v v v v v vvvvv vvvv v v v v v v v v v v v v Z. #5 C /NEW GIRDER /7 DOWEL Sys C B ©(TYP.) EXIST SW GIR LINE EXISTING CONCRETE STRUT (TYP. SECTION O sx5 NEW ANCHOR BOLT EXISTING ANCHOR BOLTS (IYP.) 16 THROUGH BAR (TYP.) COST GIR UNE (TYP.) v v v v v v v v NOTES: v v v v v v v v 1. TYPICAL REINFORCING AND RESIN BONDED REINFORCING SHALL BE ADJUSTED HORIZONTALLY AS REQUIRED TO CLEAR EXISTING AND NEW ANCHOR BOLTS AND PIPE SLEEVES BY 1r MIN. A DETAIL O DETAIL O THROUGH BAR THROUGH BAR SPACING SPACING gs s ©(TYP.) /EXIST OCT. GIR UNE SECTION #6 DOWEL (TYP.) 16 DOWEL EXISTING CONCRETE STRUT (TYP.) PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- — iul DPI OfitSbItse JACOBS 600 108th Avenue N.E., Ste 700 BelIevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 BEARING REPLACEMENT DETAILS =4 3 1 L 58 1 NI, DESIGN CHANGE co e-w,. g5 DOWEL (TYP.) #5 DOWEL (1YP.) AnraimA7 im Bia niiral 1 #5 MP.) MAX. MAX. �= 10' 1'-4- MAX. MAX. 15-30 1'-0" MAX. SPA. (TYP.) SHORTEN #5 AS NEEDED TO FIT AROUND COLUMN (TYP.) SECTION Q5 (TYP.) #5 ] 0 1'-0" MAX. SPA. (TYP.) 5 DOWEL (TYP.) 4—#5 2—#5 NOTES: 1. TYPICAL REINFORCING AND RESIN BONDED REINFORCING SHALL BE ADJUSTED HORIZONTALLY AS REQUIRED TO CLEAR EXISTING AND NEW ANCHOR BOLTS AND PIPE SLEEVES BY l)" MIN. #5 BETWEEN COLUMNS NEW ANCHOR BOLT (TYP.) „IN /�/. i.. 0 T 'nr4djr r�� �I -� ---_-1 SECTION 635 / --#5-30 1'-0' MAX. SPA. (TYP.) SHORTEN #5 AS NEEDED TO FR AROUND COLUMN (TYP.) PUBLIC WORKS DEPT. -EN G I N EERRNG-STREETS-WATER-SEWER-PARKS-BUILD ING- -yr He He; e w .67 Wn JACOBS 600 1081h Avenue N.E., Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 A9 BEARING REPLACEMENT DETAILS -4 1 N. DEAGN CHANGE mblorx P:\Yl3X66401\90000NST\94ORfl\Rfl %X — Pier 4 Steal Cirde 94oring Seat Extensions\66401j3adwg clued= 30/01/19 — 4:58 P N6E. 1 COLUMN 1 STEELHG GIRDER #6 THROUGH\ 11, ' BARS 1 ]W Mall IL ° 11111 T SHORING/JACKING #4 (TYP. ABOVE CON . JT.) #5 DOWEL (TYP.) VARIES #6 DO (TYP. EXISTING CONCRETE COLUMN---- NEW STEEL COLUMN JACKET LF ICOLUMN EXISTING e7 THROUGH BAR CONCRETE #6 THROUGH BAR GIRDER Son I� OESICONTGNEDRACTOR SHORING NOTE DOWELS, REINFORCING, AND ANCHOR BOLTS D0 NOT OVERLAP. SEE 536 FOR HORIZONTAL DOWEL LAYOUT. SEE S37A FOR REINFORCING AROUND ANCHOR BOLT LAYOUT. SECTION • TYPICAL ALL PIER 4 COLUMNS EXCEPT COLUMNS C AND D AND COLUMN AT SIDEWALK. #5 DOWEL (TYP.) EXISTING CONCRETE COLUMN NEW STEEL COLUMN JACK VAVAVA 1. 'TYPICAL REINFORCING AND RESIN BONDED REINFORCING SHALL BE ADJUSTED HORIZONTALLY AS REQUIRED TO CLEAR NEW AND EXISTING ANCHOR BOLTS AND REINFORCING AND PIPE SLEEVES BY 1)4' MIN. 2. SHORING LOADS GIVEN FOR EXISTING SUPERSTRUCTURE CONDRIONS. UNFACTORED SHORING LOADS PER GIRDER: DL= 84 kips LL= 73 kips 9. SHORING/JACKING i5 (nPJ 14n OPTIONAL I CONST. JT. 7 (TYP.) rY II I I I I IICOSIGNEDNTRACTOR DE SHORING YAAAVAYA 6 DOWEL (TYP.) NOTE: DOWELS, REINFORCING, AND ANCHOR BOLTS DO NOT OVERLAP. SEE 536 FOR HORIZONTAL DOWEL LAYOUT. SEE 537A FOR REINFORCING AROUND ANCHOR BOLT LAYOUT. SECTION PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BUILDING- ! — Iles', JACOBS 6001081h Avenue N.E, Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE , REHABILITATION Tr . 'I PIER 4 �05 BEARING REPLACEMENT DETAILS - 5 1 X. DESIGN CIWIGE aro r. I 4, IS E 06 L FOR INFORMATION ONLY #5\. PIER COLUMN AT SIDEWALK REBAR UBLIC WORKS DEPT. -ENGINEERING-STREETS WATER -SEWER -PARKS -BUILDING- .- 'u .�w #4 LJ /5 DOWEL LEGEND: #4 DOWEL 6.4 DOWLI. #6 DOWEL PIER 4 COLUMN C AND D I5� #4 r 14 DOWEL — VERTICAL STIRRUPS —HORIZONTAL STIRRUPS AND ADDMONAL TEMP. AND SHRINKAGE REINF. — DOWELS AND OTHER STRAIGHT BARS —SECTION OF DOWELS TO BE DOWELED INTO EXISTING CONCRETE — ADDIDONAL VERTICAL TEMP. ARO SHRINKAGE REINF. JACOBS 600 108th Avenue N.E.. Ste 700 Bellevue, WA 98004 #510 4 DOWEL #6 DOWEL #4 PIER 4 TYPICAL C. N REBAR BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 BEARING REPLACEMENT DETAILS - 6 g5 El P:\W3%66401\90000NSF\940BF1\9F1 )IX — Pier 4 Steel Birder Bearing Seat Eetenelane\6640/S40.dwg daeeAm 30/01/18 — 4:59 P `E EXIST INT. GIR LINE (TYP.) EXISTING CONC. STRUT (TYP.) PARTIAL PLAN - COLUMNS C AND D - 11 EXIST GIRD. LINE AT LONG. BRIDGE JOINT (TYP.) SECTION O #6 THROUGH BAR (TYP.) I6 DOWEL (TYP.) EXISTING STEEL GIRDER #6 THROUGH ler DOWEL (1 .) (TYP J iCOLUMN I I BARS \ rillUil. L_ VARIES N6 DOW (TIP EXISTING CONCRETE COLUMN --- NEW STEEL COLUMN JACKET SHORING/JACKING \ I `EXISTING CONCRETE GIRDER CONTRACTOR DESIGNED I SHORING __L WON, V NZ *k • RESIN BONDED REINFORCING SHALL BE ADJUSTED HORIZONTALLY AS REQUIRED TO CLEAR EXISTING ANCHOR BOLTS BY 1)9- MIN. SECTION O EXISTING STEEL GIRDER #6 THROUGH BARS #5 (TYP.) 1 COLUMN 'nr0 11 1,-Ii' i � m L�� #5 DOWEL #6 DOWE I 1 I I (TYP.) 1(TYP. ) 0- I I EXISTING CONCRETE COLUMN SHORING/JACKING NEW STEEL COLUMN JACKET VAVATA EXISTING CONCRETE GIRDER 1 rCONTRACTOR DESIGNED SHORING I I __L VAVAVA PUBLIC WORKS DEPT. -ENGI N EER I N G-STREETS-WATER-SEW ER-PARKS-B U I LDI N G- ▪ u ▪ BP iKK; JACOBS 600108th Avenue N.E., Ste 700 Bellew°, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION Gtr�� BEARING REPLACEMENT DETAILS - 7 PIER 4 S40.' 61 J 1 N. DESIGN CHANGE - .. M.,. i MATCH TOP OF EXIST. CONC. (TYP.) TOP OF EXIST. CONCRETE STRUT (TIP.) BOTTOM OF EXISTING CONC. STRUT (TYP.) EXIST INT. GIRDER (TIP.) SECTION FIELD. VERIFY EXISTING GIRDER 0 STEEL JACKET (TIP.) MATCH TOP OF EXISTING CONCRETE (TYP.) TOP OF EXISTING CONCRETE STRUT (TYP.) \* 1'-8 IN. BOTTOM OF EXISTING CONCRETE STRUT (TYP.) • • EXISTING COLUMN D EXIST INT. GIRDER (TYP.) . EXIST INT. GIRDER (TIP.) )Ce x 6' SHEAR CONNECTOR (TYP.) EXISTING GIRDER SECTION FIELD•VERIFY • EXISTING COLUMN C STEEL /�.� JACKET (TYP.) 0 I • NOT CUT OR DAMA E EXIST. BARS (TYP.) TOP OF EXIST. CONC. STRUT (TIP.) )6 x 3'-6" DOWELS (TYP.) STEEL JACKET (1YP.}� •� SECTION 0 THROUGH BAR (TYP.) SOLE PLATE (TYP.) SEE 543 FOR ADOTDONAL DETAILS 8 DOWEL (TIP.) `BOTTOM OF EXISTING CONCRETE STRUT (TYP.) • CONTRACTOR SHALL FIELD MEASURE TO VERIFY THIS DIMENSION TO ENSURE PROPER CLEARANCE TO BOTTOM OF EXISTING GIRDER. BOTTOM OF EXISTING GIRDERS SHALL REMAIN AT THE SAME EXISTING ELEVATIONS. E-0 w n PUBLIC WORKS DEPT. -ENGINEERING-STREETS-WATER-SEWER-PARKS-BU ILDI NG- — BPI wa JACOBS 60D 108UT Avenue N.E., Ste 700 Bellevue, WA 98004 BOEING ACCESS ROAD BRIDGE REHABILITATION PIER 4 BEARING REPLACEMENT DETAILS - 8 1 K• DESIGN CHANGE S411 am 62) 17-108(e) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 DATE: 18 April, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 C -e,, PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Transfer $45,000 from force account allowance Bid Item No.53 — "RemovingShaft Obstruction" to force account allowance Bid Item No.01 — "Unexpected Site Conditions". 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: e April 20, 2018 Contractor PCL Construction Services, Inc. By — 1(4 Title Vice President and District Manager Aaron F. Wiehe Original Contract (without tax) $ 6,189,244.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 53,590.00 Date 5 - - 18 This Change Order (without tax) $ 0.00 By REV. CONTRACT AMOUNT $ 6,242,834.00 Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 285 Working Days Align City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 5 Exhibit A Work authorized under Change Order No.1, installation of micro -piles in lieu of drilled shaft foundations was completed without need to remove shaft obstructions. Removal of shaft obstructions if encountered was to be paid under force account allowance Bid Item No.53 up to an estimated amount of $45,000. This Change Order transfers the unused funds to Bid Item 01 — Unexpected Site Conditions for additional work required included under this Bid Item. Change Order Log Boeing Access Rd over BNRR Bridge Rehabilitation City of Tukwila Project No. 99410408 Contract No. 17-108 Original Contract Working Days Original Contract Amount 285 $6,189,244.00 Change Order No. Bid Item No Description Unit Price Quantity Unit Measure Change Amount ($357,000.00) ($74,550.00) Additional Working Days Current Contract Working Days Original Contract Amount Current Contract Amount Change This Order Change to Date 001 Change 48 Soil Excavation for Shaft incl Haul $ 3,400.00 -105 CY 0 285 $6,189,244.00 $6,189,244.00 0.000% 0.000% 50 Conc. Class 4000P for Shaft $ 710.00 -105 CY 51 St. Reinf Bar forSHaft $ 2.00 -57591 LB ($115,182.00) 52 CSL Access Tube $ 7.00 -1800 LF ($12,600.00) 54 CSL Test $ 875.00 -12 EA ($10,500.00) 81 Micropile - Complete Inc] Haul and Testing $ 31,657.33 18 EA $569,832.00 Subtotal ($0.00) Jrder 00( ($0.00) 002 Change 82 Pavement Patch, Temporary $ 300.00 50 CY $15,000.00 0 285 $6,189,244.00 $6,204,244.00 0.242% 0.242% Subtotal $15,000.00 rder 00i $15,000.00 003 Change 34 Seismic Retrofit and Bridge Rehabilitation (Lump Sum items with change detailed below) v"y `" " °` 1,260,000 New LS Total 81,282,225 1 LS $0.00 0' 285 $6,189,244.00 ' $6,226,469.00 0.359% 0.601% Buy Column Jackets $ 12,000.00 -24 EA ($288,000.00) Buy Column Jackets Revised Pacing $ 12,926.04 24 EA $310,225.00 Subtotal $22,225.00 8rder003- $22,225.00 004 Change 83 Additonal Sawcut, Drill and Dowel per RFI 024/FD009 $ 16,365.00 1 LS $16,365.00 0 285 $6,189,244.00 $6,242,834.00 0.264% 0.866% Subtotal $16,365.00 Order 004 $16,365.00 005 Change 53 Removing Shaft Obstruction $ 45,000.00 -1 EST ($45,000.00) 285 $6,189,244.00 $6,242,834.00 0.000% 0.866% 01 Unexpected Site Changes $ 45,000.00 1 EST $45,000.00 Subtotal $0.00 Order 005 $0.00 0 C:\Users\brasweca\Documents\Tukwila_Boeing Access Road\07_Construction\K_Change Orders\015_Change Ordersl<T@ 10tfahge Order Log Printed: 4/19/2018 17-108(d) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 DATE: 12 April, 2018 BUDGET NO.: 104.98.595.500`` 00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 (,f (0t PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Per RFI #024 and FD #009'saw cut existing deck for north and south barrier replacement and drill and dowel replacement reinforcement steel as detailed in RFI #024 response attached. Change in approved demolition method approved to decrease risk of additional cracking and spalling of bridge deck during selective demolition. 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 n aboveend below. ACCEPTED: Date 41- (-I- f Contracto truction Services, Inc. By ' t. -- Co .. $-lic . i'" L- Title Aaron F. Wiehe 7 Vice President and District Manager Original Contract (without tax) $ 6,189,244.00 APPROVED BY THE CITY OF TUKWILA i Previous Change Order $ 37,225.00 I Date r) 1 c2 5 1 aol 'Es This Change Order (without tax) $ 16,365.00 1 By p , A bee-3 Mayor REV. CONTRACT AMOUNT $ 6,242,834.00 i Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day Updated Contract Time: 285 Working Days City Engineer RIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File /S 66aa /6/CI S (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 4 Exhibit A Plan notes on Sheets S7, S21, and S22 require that existing deck reinforcement steel be preserved during selective demolition of the deck edges under the existing north and south traffic barriers. Concern was expresses that percussive demolition would cause additional damage to the existing adjacent deck to be retained and presented additional risk of small demolition debris impacting active trains below. Additional possible damage would include deck cracking requiring repair by epoxy injection, (BI#55 @ $20.00/LF), and spoiling requiring bonded mortar repair, (BI#56 @ $160/SF), both at additional expense to the Owner. Negotiated price agreed upon is for additional reinforcing steel placed including labor for drilling dowel holes, epoxy bonding agent, and additional saw cutting. Labor and materials mark ups shown are as allowed under WSDOT SS 1-09.6. Fabricator's quote for additional steel reinforcement is attached. No additional Contract time is allowed for this work however it is estimated that this change should save at least on calendar week per side to offset previous delays to project work by BNSF. Final negotiated costs for this work is $16,365, a net savings of over 22% from the Contractor's original requested price of $21,049. Savings anticipated from additional work not required under BI#55 and BI#56 are difficult to quantify but were anticipated by the Engineer at time of Bid to be as much as $26,250 and.$30,000 respectively for a net avoided anticipated cost of $56,250. MODIFIED CONCRETE OVERLAY 6'-0" 5 #4 AT 1'-6" SPA. • #6 ® 9" SPA. • EXIST. BRIDGE DECK r • NORTH BARRIER North Barrier: #6 dowels spaced at 18" max for all spans. South Barrier: #4 S1 dowels spaced at 18" max. for all spans. #5 dowels spaced at 18" max. for all spans. #6 DOWEL WITH 12" MIN. EMBED AND 180' HOOK BENDING DIAGRAM ALL DIMENSIONS ARE OUT TO OUT. 21 6'-3" #6 AT NORTH TRAFFIC BARRIER 4 27/6" 21 73/" 1.-2„ S1I #4 DOWELS AT SOUTH TRAFFIC BARRIER W/ 11" EMBED. 2.-10" #6 DOWELS AT NORTH TRAFFIC BARRIER W/ 12" EMBED. 2'-0" '1 #5 DOWELS AT SOUTH TRAFFIC BARRIER W/ 11" EMBED. REQUEST FOR INFORMATION Date Submitted: 11/30/2017 Reply Due Date: 12/7/2017 RFI #: 010 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): (name & title) Derek Compton — Project Manager Type of Request: (select one) ® 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) As discussed on -site, existing deck rebar may be damaged during the demolition of the north and south overhangs/sidewalks due to conventional demolition methods. Reasonable measures will be taken to preserve the existing deck rebar, but some damage may be unavoidable. To be proactive, it is suggested to provide a repair procedure in the event existing deck reinforcing is damaged beyond usability. PCL suggests a drill and drill repair with new rebar dowels. Please provide the size and length of these repair dowels and their required embedment. Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S7 16 N/A RESPONSE See attached for dowel size, length and required embedment of repair dowels. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be filed) QA& (name & title) Hana D'Acci, Bridge Engineer Date 12/12/17 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS 3 \G DIAGAIV ALL DIMENSIONS ARE OUT TO OUT. 4 2�/8„ 21 73/" 1,-2„ I51l Ln #4 DOWELS AT SOUTH TRAFFIC BARRIER W/ 1 1 " EMBED. 2'-10" #6 DOWELS AT NORTH TRAFFIC BARRIER W/ 12" EMBED. 0 2'-0" #5 DOWELS AT SOUTH TRAFFIC BARRIER W/ 1 1 " EMBED. North Barrier: #6 dowels spaced at 6" max. for spans 1, 2, and 3. #6 dowels spaced at 7.5" max. for spans 4 and 5. South Barrier: #4 S1 dowels spaced at 18" max for all spans. #5 dowels spaced at 18" max. for spans 1, 2, and 3. #5 dowels spaced at 7.5" max. for spans 4 and 5. SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION March 22, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0021 REV 01— Sawcut and Dowel N/S Curb Lines 5740007, File No.: 2A.2, SL #: 023.1 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 Following the change order meeting on March 20, 2018, we hereby submit for your review and acceptance revised change request CRX 0021 REV 01 — Sawcut and Dowel N/S Curb Lines in the lump sum amount of $16,365.91 for all costs relating to the revised curb demolition detail as identified in response to RFI #024 and subsequent Field Directive 09 and Owner Serial Letter 09 received March 22, 2018. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Attachments: CRX 0021 REV RBI Quote Sawcut Quote DC: Ian Mr. Steve Carstens, P.E. Senior Program Manager 01 Detail Report — Sawcut and Dowel N/S Curb Lines cc: Jason Goetz, Rich Femenella - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell, Chris Lyons - Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS CHANGE ORDER PROPOSAL February 28, 2018 PCL Construction 3650 131st Ave SE Suite 650 Bellevue, WA 98006 ATTN: Derek Compton RE: Boeing Access Road Dear Derek, Description: Initiated by: SAW CUT OPTION REQUEST OF GC BAR INTERNATIONAL RII COP # 005 REF # RFI 024 OWNER REF # UNKNOWN RII JOB# 745 This Change Proposal is based on usual cost elements such as labor, materials, equipment, and normal markups and do not include any amounts for interference, disruptions, re -scheduling, change in sequence, work delays, and/or associated acceleration. We expressly reserve the right to submit our request for any of these items should we be faced with performing our work under these conditions. All terms and Conditions of Bid Proposal apply. Please issue a change order for this work in the amount of: If you have any questions, please contact the undersigned. $7,120.00 Respectfully submitted, Jodie Yount Rebar International, Inc. REBAR INTERNATIONAL INC RII JOB #745 BOEING ACCESS ROAD COP #005 1 of 2 PRICING DETAILS REBAR INTERNATIONAL COP#005 - SAW CUT OPTION LABOR ITEM DESCRIPTION QTY UNIT PRICE EXTENSION TOTAL LABOR COST $0.00 MATERIAL ITEM DESCRIPTION QTY UNIT PRICE EXTENSION 1 REBAR GRADE A706 BLACK - NORTH SIDE 8,903 LB $ 0.55 $4,896.65 2 REBAR GRADE A706 BLACK - SOUTH SIDE 514 LB $ 0.55 $282.70 3 DETAILING 1 LS $ 75.00 $75.00 4 DELIVERY 1 EA $ 350.00 $350.00 WSST @ 10% $560.44 TOTAL COST $6,164.79 EQUIPMENT ITEM DESCRIPTION QTY UNIT PRICE EXTENSION $ TOTAL EQUIPMENT COST $0.00 TOTAL LABOR THIS CHANGE: TOTAL MATERIAL THIS CHANGE: TOTAL EQUIPMENT COSTS: SUB -TOTAL: OVERHEAD @10% SUB -TOTAL: PROFIT @5% GRAND TOTAL: NOTES: $0.00 $6,164.79 $0.00 $6,164.79 $616.48 $6,781.26 $339.06 $7,120.33 SUPPLY OF BAR ONLY DIRECT/ NDIRECT COSTS (BASED ON % OF LABOR SUBTOTAL) COST RATE DESCRIPTION PERMANENT 10.0% WELD ROD, WELD MACHINE, GRINDER, WIRE WHEELS, PAINT BRUSHES DEPRECIABLE 6.6% TORCHES, CHOP SAWS, TRAILERS, GANG BOXES, VEHICLES, ETC REBAR INTERNATIONAL INC RII JOB #745 BOEING ACCESS ROAD COP #005 2 of 2 STEEL Change Order #3 - COP# 005 2/27/2018 Date Issued Job Name Customer Name Customer Job/PO# Contact Name RFI/Change/Ref # Contract Drawing # Date Explanation Shop Drawing # Date Release # Pricing Add/Deducts North Side South Side 2/27/2018 Boeing Access Road PSS Job# 17-37 Rebar International 745 Angie Means, Kevin Stillman Saw Cut Option - RFI# 024 S21, S22 2/1/2018 The deck was saw cut along a newly proposed construction joint which cut into existing #6 rebar. This rebar was replaced by the new dowels called out in the new drawing for the north and south sides. R-104.2 2/27/2018 TBD Reinforcing Steel Pricing Grade Finish/Coating Weight (Pounds) Price/Lb Total Price A706 Black 8903 $0.55 $4,896.65 A706 Black 514 $0.55 $282.70 Delivery Pricing Delivery Location # of Loads Price/Load Total Price Renton, WA 1 $350.00 $350.00 Detailing/Engineering Pricing Detailer Name Additional Hours Price/Hr Total Price Dana Harvey 1 $75.00 $75.00 Grand Total 1 $5,604.35 Change In Scope Referenced Above Is Approved By City of Tukwila Allan Ekberg, Mayor Public Works Department - Henry Hash, Director 22 March 2018 Mr. Derek Compton, Project Manager PCL Construction 3650 131st Ave. SE, Suite 650 Bellevue, Washington 98006 Re: Boeing Access Road Bridge Rehabilitation CRX 0021— Sawcut and Dowel N/S Curb Lines / RFI #024 5740007, File No.; 2A.2, SL #: 023 Dear Mr. Compton: Serial Letter 009 In reviewing PCL Serial Letter No. 023 of March 13, 2018, regarding estimated additional costs to implement design revisions included in RFI #024, we are in agreement with the Contractor's proposal to full depth saw cut portions of the bridge deck under the existing north and south traffic barriers. As discussed, this will reduce the risk of further damage to the bridge deck caused by impact removal as originally specified. It will also reduce the potential risk to adjacent trains from inadvertent falling debris. This change also has the potential to reduce duration of critical path activities for hand demolition of north and south curbs as shown on the current schedule. These potential gains are difficult to quantify but they are to the benefit of both parties. A Field Directive and subsequent Change Order recognizing the final negotiated cost increase for this change will be prepared for your signature. Net potential labor cost saving to delete selective demolition of the north and south deck edges while preserving the existing steel reinforcement vs costs of full depth saw cutting is again difficult to estimate with any certainty. Additional labor and materials costs to drill and epoxy additional dowels and supply additional reinforcement steel can be better quantified and will be addressed in the subsequent change order. Please provide vendor quotes for materials and saw -cutting. Additional charges for mark ups will the subject of negotiations of the actual net amount and paid in accordance with the Contract. Please contact me if you have additional concerns regarding this or other Contract issues. Sincerely; Steve Carstens, P.E. Senior Program Manager City of Tukwila Public Works Department 6300 Building + 6300 Southcenter Boulevard Suite 100 + Tukwila, WA 98188 + 206-433-0179 Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA 98188 • 206-433-1800 • Website: TukwilaWA.gov SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION March 13, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0021— Sawcut and Dowel N/S Curb Lines 5740007, File No.: 2A.2, SL #: 023 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to RFI 024 and following site discussions with Jacobs, we hereby submit for your review and acceptance change request CRX 0021 — Sawcut and Dowel N/S Curb Lines in the lump sum amount of $21,048.93 for all costs relating to the revised curb demolition detail as identified in response to RFI #024. We anticipate this revised detail will greatly reduce the risk or further damage to the bridge deck as well as reduce the inspection time and costs associated with protection of the existing deck reinforcing. At this time, we do not anticipate impacts to the overall project schedule, however, we reserve the right to claim for additional time should unforeseen delays due the work occur. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0021 Detail Report — Sawcut and Dowel N/S Curb Lines DC: lan cc: Jason Goetz, Rich Femenella - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell, Chris Lyons - Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL IS AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Sawcut and Dowel N/S Curb Lines PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0021 Rev #: Status: FD #: Approved CO #: CCN #: Approved CO Date: RFI #: 024 Approved CO Amount: CRX Date: 3/13/2018 Schedule Activity ID: Quote Date: Time Extension: Pricing Remarks: Option to sawcut and D/B dowels for new barrier Cost Code: Serial Letter#: Cost Summary Labor: -7,585.00 Material: 2,060.44 Equipment: 0.00 Subtrade: 21,310.00 Overhead: Fee: 5,263.49 0.00 Total Quote: $ 21,048.93 Page: 1 Date: 3/14/2018 Time: 16:42:42 Subtrade Sent Due Date Received Quote $ Hamilton 3/14/2018 3/21/2018 3/14/2018 14,190.00 Rebar 3/14/2018 3/21/2018 3/14/2018 7,120.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 950024 950024 950024 950024 950024 OUR FORCES WORK Drill and Epoxy Dowels Labor to drill and epoxy dowels RE 500 Epoxy Epoxy material costs for dowels 3/4" Drill Bits Cost at $0 as chipping bits 5/8" Drill Bits Cost at $0 as chipping bits 7/8" Drill Bits Cost at $0 as chipping bits CREDIT - Hand Demo Curb Lines Cost in estimate for hand demo 1,400.00 LF 4.00 BOX 4.00 EA already in contract 4.00 EA already in contract 4.00 EA already in contract 1.00 LS of curb lines 0.08 - - - - - - price - - - price - - - price 1. 112. - - - - - - - - - - - - - 1. 70.00 - - - - - - - - - - - - -15,425.00 7,840.00 - - - - - - - - - - - - -15,425.00 - - - 515.11 - - - - - - - - - - -- - - - 2,060.44 - - - - - - - - - - -- - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - --- --- - -- --- --- - - - - - - - -- - - - - - - - - - - - - - - - --- - - - - - - - - - - - - - - - - - - 7,840.00 2,060.44 - - - - - - - - - -15,425.00 TOTAL OUR FORCES WORK 113.-7,585.00 2,060.44 --- --- -5,524.56 MARKUP ON OUR FORCES Fee - -- --- -- - 29.00% 2,273.60 21.00% 432.69 21.00% - -- - -- --- - - - 2,706.29 TOTAL MARKUP ON OUR FORCES - - - 2,273.60 432.69 - - - - - - 2,706.29 Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Sawcut and Dowel N/S Curb Lines PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0021 Page: 2 Date: 3/14/2018 Time: 16:42:42 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total 950024 950024 SUBTRADE WORK ACC - 846 LF of Sawcutting @ $15/LF + 2 mobs @ $750/EA RBI -Added rebar per RFI 024 Detail 1.00 LS 1.00 LS - - - - - - -- - --- - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - - - - - 14,190.00 7,120.00 14,190 7,120 - - - - - - 14,190.00 7,120.00 TOTAL SUBTRADE WORK --- - - - - - - - -- 21,310.00 21,310.00 99 SUBTRADE MARKUP Fee - - - - - - - - - - - - - - - - - - - - - - - - - - - 12.00% 2,557 - - - 2,557.20 TOTAL SUBTRADE MARKUP - - - - - - - - - - - - 2,557.20 2,557.20 :TOTAL CRX #:0021 113-5,311.40 2,493.13 --- 23,867.20 21,048.93 17-108(c) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 DATE: 15 February, 2018 - BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 (b- PROJECT NAME: Boeing Access Road Bridge Rehabilitation /I-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Per RFI #009 enlarge cross sections of twenty four grout filled steel column jackets by'/4" in each direction to accommodate column eccentricity. See Attached Exhibit "A", RFI#009, Contractor's lump sum breakdown, and fabricator's price proposal. 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 By Original Contract (without tax) $ 6,189,244.00 " APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 15,000.00 Date This Change Order (without tax) $ 22,225.00 REV. CONTRACT AMOUNT $ 6,226,469.00 Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day pdated Contract Time: 285 Working Days O GINAL: 02- as-/.. By A fIav1 — Mayor City Engineer Re, City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File s 7. Gel G /sII 9i S Construction Services, Inc. Title Aaron F. Wiehe Vice President and District Manager (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 3 Exhibit A Plan details 3/S46 and 5/S47 show a grout filled annular space of 3/4" minimum to 1" maximum between the new steel jackets and the existing concrete columns. During Contractually required field measurements for the steel jackets it was discovered that the existing columns are not straight and are out of plumb. Per RFI#009 an additional 3/4" depth of annular space was therefore required to accommodate the column eccentricity. This will increase the grout void thickness to between 1 '/z" and 1 3/4" on each side and double the amount of grout required. Additional grout placement time is required at each column due to the increased materials quantity. Labor and materials mark ups shown are as allowed under WSDOT SS 1-09.6. Fabricator's quote for enlarged column jackets is attached. No additional Contract time is allowed for this work Net cost for this change for 24 columns is $22,225 / 24 = $926 / ea... Based on the Contractor's lump sum breakdown, ( attached), for Bid Item 34 "Seismic Retrofit & Bridge Rehabilitation" this represents a price increase of less than 4% per column and therefore market value. REQUEST FOR INFORMATION Date Submitted: 11/30/2017 Reply Due Date:.; :, 12/7/2017 RFI #: 009 Contract Name: Boeing Access Rd Over BNRR Bridge Rehabilitation PW #: 99410408 Contractor: PCL Construction Services, Inc. Fed Aid #: BHM-1380(003) RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): /-2 (name & title) Derek Compton — Project Manager Type of Request: (select one) ® 1. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements ❑ 2. Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment ❑ 3. Obtain directions on how to proceed when there are conflicting Contract requirements. RFI Description (Fully describe the question or type of information required, to allow City of Tukwila to identify what document(s) or information is needed) As discussed during the Owner's Meeting of 11/2/2017, it was noticed during field observations that the columns at Piers 4 and 5 had noticeable bulging and non -uniform surfaces. Detail 5 on S47 calls for a grout gap from 3/4" to 1". Propose oversizing the column jackets by 3/4" in both directions to accommodate any column surface discrepancies. This would increase the grout void thickness to between 1.5" and 1.75". . Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments S47 6-02 34 N/A RESPONSE' Oversizing the column jackets by 3/4" in both directions is acceptable. Attachments (as applicable) RESPONSE APPROVED BY: Signature: (on hard copy to be filed) �+a.. (name & title) Hana D'Acci, Bridge Engineer Date 12/4/17 THIS IS NOT AN AUTHORIZATION TO PROCEED WITH WORK INVOLVING ADDITIONAL COST AND/OR TIME. Notification must be given in accordance with the construction Contract if any clarification, variation, or Owner's response causes any change to the Contract. See Specification Section 1.04.4. Form C-30 (rev. 9/08) 1 of 1 JACOBS SHARING YOUR VISION. BUILDING SUCCESS. CONSTRUCTION January 3, 2018 Mr. Steve Carstens, P.E. City of Tukwila 6300 Southcenter Blvd. Suite 100 Tukwila, Washington 98188 Re: Boeing Access Road Bridge Rehabilitation CRX 0002 — Column Jacket Size Increase 5740007, File No.: 2A.2, SL #: 013 Dear Mr. Carstens: City of Tukwila Project No.: 99410408 Contract No.: 17-108 Project Accounting No.: 99410408.3000.17 City Budget Line Item No.: 104.98.595.500.65.00 In response to RFI 009 and in conjunction with Serial Letter #012, we hereby submit for your review and acceptance change request CRX 0002 — Column Jacket Size Increase in the lump sum amount of $22,225.38 for all costs relating to the column jacket size increase resulting from the unforeseen site condition of the columns at Piers 4 and 5. At this time, we do not foresee any impacts to the project schedule and therefore are not requesting additional time in the Contract. This quotation is valid for thirty calendar days and is subject to revision beyond that period. Please indicate its acceptance by signing below and returning a copy for record. This proposal is based solely on the usual cost elements such as labor, material, equipment and normal markups, and does not include any amount for changes in the sequence of the work, delays, disruptions, re -scheduling, extended overhead, acceleration, and/or impact costs. The right is expressly reserved to make claim for any and all of these, and related items of cost, prior to any final settlement of this contract. Should you have any questions or comments please feel free to contact me at (360) 927-1529. Kind regards, PCL Construction Services, Inc. City of Tukwila Derek Compton Project Manager Mr. Steve Carstens, P.E. Senior Program Manager Attachments: CRX 0002 Detail Report — Column Jacket Size Increase DC: Ian cc: Jason Goetz, Rich Femenella - PCL Construction Services, Inc. Bryan Nicholson, Cathy Braswell, Chris Lyons - Jacobs Engineering PCL Construction Services, Inc. Washington License #PCLCOSI099NW 3650 131st Avenue SE, Suite 650, Bellevue, Washington 98006 • Telephone (425) 454-8020 • Fax: (425) 454-5924 PCL I5 AN AFFIRMATIVE ACTION, EQUAL OPPORTUNITY EMPLOYER MINORITIES/FEMALE/DISABILITY/VETERANS Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Column Jacket Size Increase PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0002 Rev #: Status: SI #: Approved CO #: CCN #: Approved CO Date: • RFI #: 009 Approved CO Amount: CRX Date: Quote Date: Remarks: Cost Code: Pay Type: 12/14/2017 1/3/2018 Schedule Activity ID: Time Extension: Pricing Cost Summary Labor: 5,085.18 Material: 5,190.00 Equipment: 0.00 Subtrade: 8,380.00 Overhead: Fee: 0.00 3,570.20 Total Quote: $ 22,225.38 Page: 1 Date: 1/3/2018 Time: 12:11:39 Subtrade Sent Due Date Received Quote $ Brundage -Bone 1/3/2018 1/10/2018 1/3/2018 2,670.00 Purcell P & C, LLC 1/3/2018 1/10/2018 1/3/2018 600.00 Rainier Welding, 1/3/2018 1/10/2018 1/3/2018 5,110.00 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total OUR FORCES WORK 023490 Carpenter 2.00 EA 13.5 27. 70.28 1,897.56 - - - - - - - - - - - - - - - - - - - - - 1,897.56 023490 Laborer 2.00 EA 27. 54. 59.03 3,187.62 - - - - - - - - - - - - - - - - - - - - - 3,187.62 702055 Grout 22.00 CY - - - 145.00 3,190.00 - - - - - - - - - - - - - - - 3,190.00 Double grout quantity 801030 Bracing 1.00 LS - - - 2,000.00 2,000.00 - - - - - - - -- - - - - - - 2,000.00 Change from 2x2 to 4x4 anrles to support bottom of cans TOTAL OUR FORCES WORK 81. 5,085.18 5,190.00 --- --- 10,275.18 MARKUP ON OUR FORCES 990100 Fee --- --- --- 29.00% 1,474.70 21.00% 1,089.90 21.00% - -- --- --- - -- 2,564.60 TOTAL MARKUP ON OUR FORCES --- 1,474.70 1,089.90 --- --- 2,564.60 SUBTRADE WORK 501010 Pump Truck -Additional time and yardage charges 1.00 LS - -- - -- - - - - - - --- - - - - - - - - - 2,670.00 2,670 - - - 2,670.00 20 additional pump hours @ $130/hr 20cy additional grout @ $3.50/cy 601162 Column Jackets -Additional painting 1.00 LS - - - --- - -- --- - - - - - - - - - - - - 600.00 600 --- 600.00 Roughly 3% additional surface area 701062 Column Jackets -Additional material 1.00 LS - - - - - - - - - - - - - - - - - - - - - - -- 5,110.00 5,110 - - - 5,110.00 ar co Project #: 5740007 Project: Boeing Access Road Rehabilitation Project Location: South Boeing Access Road, Tukwila, WA CRX Description: Column Jacket Size Increase PCL Construction Services, Inc. Seattle CRX Detail Report - CRX #: 0002 Page: 2 Date: 1/3/2018 Time: 12:11:39 Cost Code Description Quantity UoM Labor Manhours Labor Cost Material Cost Equipment Cost Subtrade Cost Total Cost Prod Total Rate Total Rate Total Rate Total Rate Total Rate Total TOTAL SUBTRADE WORK - - - - - - - - - - - - 8,380.00 8,380.00 990100 SUBTRADE MARKUP Fee - - - - - - - - - - - - - - - - - - - - - - -- - -- 12.00% 1,006 - - - 1,005.60 TOTAL SUBTRADE MARKUP - - - - - - - - - - - - 1,005.60 1,005.60 TOTAL CRX #: 0002 81 6,559.88 6,279.90 9,385.60 22,225.38 Rainier Welding 19020 NE 84th Street Redmond, WA. 98053 Office : 425-868-1300 Fax : 425-868-8872 Change Proposal 1 Contractor : PCL Const Date : December 21, 2017 Attn Derek Compton Project : Boeing Access Road Fax : Job No. : Subject : Increase Column Jacket Size Description : Increase column jackets to allow for larger gap Cost Breakdown : Material & Shop Drawings $ 4,258.00 Subtotal $ 4,258.00 Mark-up @ 20% $ 851.60 Total $ 5,109.60 Note : Rainier Welding will not proceed without your written confirmation accepting this proposal. Accepted By : Date : Braswell, Catherine A. From: Sent: To: Subject: Braswell, Catherine A. Wednesday, February 14, 2018 2:14 PM Nicholson, Bryan RE: Lump Sum Breakdown for BI #34 - Seismic Upgrade?? 34 Seismic Retrofit and Bridge Rehabilitation 1 LS $ 1,260,000.00 $1,260,000.00 Buy Pier 4 Bearing Assemblies 12 EA $ 2,200.00 $26,400.00 Buy Pier 4 Longitudinal Restrainer Assemblies 10 EA $ 2,000.00 $20, 000.00 Buy Column Jackets 24 EA $ 12,000.00 $288,000.00 Furnish & Install Shear Connectors 1,008 EA $ 100.00 $100,800.00 Install Pier 4 (existing) bearings 12 EA $ 21, 000.00 $252,000.00 Surface prep piers 4 & 5 Foundations 577 SF $ 30.00 $17,310.00 Drill & Bond Piers 4 & 5 Foundations 230 EA $ 85.00 $19,550.00 Rebar Piers 4 & 5 Foundations 9,100 LB $ 6.00 $54,600.00 Form/Pour/Strip Piers 4 & 5 Foundations 69 CY $ 1,000.00 $69,000.00 Pier 4 Longitudinal Restrainers 10 EA $ 3,003.20 $30,032.00 Excavate Pier 5 Column Jackets 6 EA $ 2,000.00 $12,000.00 Place Piers 4 & 5 Column Jackets 24 EA $ 4,000.00 $96,000.00 Weld Column Jackets 978 LF $ 110.00 $107,580.00 Grout Column Jackets 489 LF $ 250.00 $122,250.00 Paint Column Jackets 6,354 SF $ 7.00 $44,478.00 From: Nicholson, Bryan Sent: Wednesday, February 14, 2018 2:09 PM To: Braswell, Catherine A. Subject: Lump Sum Breakdown for BI #34 - Seismic Upgrade?? Do we have a line item for column jackets? Bryan Nicholson, P.E., CCM, dbia I Jacobs I Resident Engineer 1206.618.3204 I brvan.nicholson@jacobs.com www.jacobs.com 1 17-108(b) Contract Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 2 DATE: 29 January, 2018 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 C ‘0) PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: Establish a new Bid Item: Pavement Patch, Temporary ( </= 50 TN) A $300/TN Unit Price See Attached Exhibit "A" Original Contract (without tax) Previous Change Order Date /(P7 /6 This Change Order (without tax) (estimate) $ i 15,000.00 ✓ By E e(iL Mayor 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 n above and below. ACCEPTED: Date �J ,4_^' - /8 Contractor . - 7` • ��y/ , � PCL Construction Services, Inc. e�� By�:e--/°lf- £- . Title Aaron F Wi ehe Vice President & District Manager $ 6,189,244.00✓ APPROVED BY THE CITY OF TUKWILA $ 0.00✓ REV. CONTRACT AMOUNT $ 6,204,244.00 Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day 46. Updated Contract Time: 285 Working Days City Engineer ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File cc: Finance Department (w/encumbrance) Project Management File (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 2 Exhibit A The as -bid Contract work did not include the customary Bid Item to supply and install small quantities of temporary pavement patch as directed by the Engineer. Temporary pavement patch is required to maintain safe roadways and sidewalks at transitions and temporary opening in the work. Unit price costs for temporary pavement patch is typically higher than for HMA paving due to increased labor and transport costs per unit places. Direct materials costs is also higher for temporary asphalt pavement than for HMA. Current fair market price from the 4th Quarter City of Seattle Bid Item Date Base is $320/TN for contract quantities less than 50 TN.. The negotiated unit price of $300/TN for this Bid Item is therefore below current fair market price. This Change Order adds the following Section to the Special Provisions: 5-04.3(23) TEMPORARY PAVEMENT PATCHING Unless the Contract designates an HMA CL asphalt concrete as a temporary patch Material, the temporary asphalt patch Material shall be in accordance with Section 9-02.5. The Contractor shall furnish, place and maintain a 4 inch minimum compacted thickness of temporary pavement patch Material over open cuts. Such temporary asphalt patching will be required where vehicular or pedestrian traffic must be accommodated and permanent pavement patching cannot be placed immediately. Trench backfill shall be compacted as specified in Section 2-10. Temporary pavement patch Material shall be compacted and leveled to coincide with adjacent surfaces. In the event that the temporary surface subsides after the initial placement, additional temporary pavement patch Material shall be placed over the subsided Material as necessary to maintain a surface level with existing pavement. The Contractor shall timely maintain such temporary patching. Prior to final restoration of the pavement, the Contractor shall remove the temporary pavement patch Material and such underlying material as may exist, clean the exposed face of the existing pavement to remain, and restore the pavement. Measurement of temporary pavement patch will be made by the ton for the initial placement only. Additional temporary pavement patch required to maintain the surface of the temporary patch level with adjacent roadway surfaces will not be measured. The Bid item price for "Pavement Patch, Temporary" shall include all costs for the work required to install and remove the temporary patch. The costs for additional Material required to maintain temporary pavement patches after the initial installation shall be at the sole expense of the Contractor. Addition of missing Bid Item for as needed temporary work to maintain safe roadway. No additional Contract time shall be granted for this addition. The details of this new bid item is listed in the table below Delete the Following Bid Items: ITEM NO. DESCRIPTION ESTIMATE QUANTITY UNITS UNIT PRICE TOTAL BID AMOUNT Add the Following Bid Item: ITEM NO. DESCRIPTION ESTIMATE QUANTITY UNITS UNIT PRICE TOTAL BID AMOUNT 82 Pavement Patch, Temporary </= 50 CY $300.00 $ < 15,000.00 17-108(a) Contract Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 1 DATE: 27 December, 2017 BUDGET NO.: 104.98.595.500.65.00 PROJECT NO.: 99410408 CONTRACT NO.: 17-108 PROJECT NAME: Boeing Access Road Bridge Rehabilitation /1-5 Off -Ramp to Airport Way S. TO: PCL Construction Services, Inc. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit "A" We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED, B January 4, 2018 Contractor PCL Construction Services, Inc. Aaron F. Wiefie Original Contract (without tax) $ 6,189,244.00 Previous Change Order $ 0.00 '` Date This Change Order (without tax) $ 0.00 / �B REV. CONTRACT AMOUNT $ 6,189,244.00 Title Original Contract Time: 285 Working Days Additional Contract Time for this Change Order: 0 Day pdated Contract Time: 285 Working Days IGINAL: City Clerk (1 of 2) Contractor (2 of 2) PW Project Finance File Vice President & District Manager APPROVED BY THE CITY OF TUKWILA C<.r1^ .a-- eia l2 , 2-0 I , # Ila-n EKbe - City Engineer or cc: Finance Department (w/encumbrance) Project Management File 3d-df og.16(Ah94-s (11/2014) Boeing Access Road Bridge Rehabilitation Contract Change Order No. 1 Exhibit A The as -bid Contract work includes the installation of twelve drilled shafts, two foot diameter, to support the extensions to Pier 4 and Pier 5 foundations. During the design preparation the alternate use of micro -piles was evaluated but rejected by the design team due to projected higher cost. After Contract Award the Contractor proposed the use of micro -piles as a no cost substitution to support the extensions to Pier 4 and Pier 5 foundations. In accordance with WSDOT Specification 6-05.2 Micropiles the pile system is designed and built by the Subcontractor with design review and acceptance as an alternative by the geotechnical engineer of record. Substitution of this Contractor proposed alternative is at no additional cost to the City. No additional Contract time shall be granted for this substitution. The details of this new bid item is listed in the table below: Delete the Following Bid Items: ITEM NO. DESCRIPTION ESTIMATE QUANTITY UNITS UNIT PRICE TOTAL BID AMOUNT 48 Soil Excavation for Shaft Including Haul 105 CY $3,400.00 $357,000.00 50 Conc. Class 4000P for Shaft 105 CY $710.00 $74,550.00 51 St. Reinf. Bar for Shaft 57,591 LB $2.00 $115,182.00 52 CSL Access Tube 1,800 LF $7.00 $12,600.00 54 CSL Test 12 EA $875.00 $10,500.00 TOTAL $569,832.00 Add the Following Bid Item: ITEM NO. DESCRIPTION ESTIMATE QUANTITY UNITS UNIT PRICE TOTAL BID AMOUNT 81 Micropile - Complete Including Haul and Testing 18 EA 31,657.33 569,832.00 Micropile Quantities Pier 4 Pier 5 diameter, ft 0.75 # of piles 10 pile length, ft 65 grout volume, cy 10.6 rebar lineal ft 650 2' Drilled Shaft Cost Estimate Soil Excavation for Shaft, Including Haul 0.75 Shoring or Extra Excavation CL.A - Shaft 10 Conc. Class 4000P For Shaft 75 St. Reinf. Bar For Shaft 12.3 CSL Access Tubes 750 Remove Shaft Obstructions Temporary Casing Pier 4 Pier 5 lineal feet 350 450 Permanent Casing lineal feet 300 300 9" Micropile Cost Estimate Grout High Strength Rod Soil Excavation for Shaft, Including Haul Shoring or Extra Excavation CL.A - Shaft furnishing permanent casing placing permanent casing 91 CY $ 1,000 $ 90,757 1 EST $ 25,000 $ 25,000 91 CY $ 500 $ 45,379 25931 LBS $ 1.50 $ 38,897 1560 LF $ 7 $ 10,920 1 EST $ 21,096 $ 21,096 $ 232,048 23 CY $ 750 $ 17,181 3738 LB $ 3 $ 11,214 23 CY $ 1,000 $ 22,907 1 EST $ 25,000 $ 25,000 600 LF $ 375 $ 225,000 20 EACH $ 2,500 $ 50,000 $ 351,302 Elevation in Feet (NAVD88) A West 80 40 B-2 c: (Prat. 32 N.) x Fill x x x x South Boeing Access Road Bridge LC) V M (NI N N N N N n n n In a. G1 (.4N Cal C31 (31 Dense, Silty Sand x12 x 24 x21 Stiff to very stiff, Silt and Silt with Sand x15 x 19 ,x34 x 51 : 'x44 36 x0 Very dense, Silty Sand with Gravel, -80—Clayey-Sand,-and-- Lean Clay with Sand -120 x1 x23 lediumdens , Silty (PB-3roj. 57' S) Mediumd nse to v�y dense, Jiffy Stond with Silt and Sapdy Sib and, 2 kif (ignore) x RI I i Loosf =3 - Silty-Sa -r +n i F35-r - x 29 I x 22 ff C31I (31I Gl Gil CJI r.411 medum dense, and Sand with Silt--- 2- = 5014' x 65 x 95/10.5' = 50/6' 50/3. 50/5' 1213 13 'Very soft, S to Lein Clay 70 kif D.5 kif (ignore Sandstone and Conglomerate x Welgf'it of tods x Weiglil of rods ?-6 __! x 3 0 60 0309 14 ---=— at Clay to Lean Clay Estimated Range of ? J Tdp of Sandstone 100 Sandstone Existing G •jp• I I Sandstone Estimated Range of !0 5 Top of Sandstone 1210.13 57.5 k Pier 5 57.5 k 116 k Tension 34 k Design Loading per Pile Pier 4 109 k Tension 34 k Boeing Access Road Bridge Rehabilitation Micropile Geotechnical Section 10-5-2017 12.75" x 0.50" wall Casing x 15' depth below footing i BOF Elev. 6.625" x 0.432" wall Casing Extend to a min. depth of Elev -36 Cenuarvers 15 to o.c. max from top mvanaronom Neat Cement Grout Pc" 4,000.pai FN bona length 8 raathga al Grade 80 Tmeamor Bond length 30 mln. Top of Bona Length la Elev 38 MJCROPILE INSTALLATION PROCEOURE: 1. See DBM Contractors's construction submittal fora more detailed installation procedure 2. Install the 12,75" diameter casing 2. Advance the 6.625" casing to 51 pile depth of the pile. 3. Place reinforcing bar with centralizers. 4. Tremie casing full with neat cement grout. 5. Re -attach drill head to the top of casing and extract the casing out of the bond length. Top grout level off as casing sections are removed, and apply pressure to the grout a minimum of tee times during the extradlon (75-psi max, typical). 6. Trim top of casing to proper elevation if necessary. Place top bearing plate and nut 7. The quality of the grout shall be monitored by collecting 3-each grout cubes per day for compression testing. 8. Consistency o/ pile Installation shall be monitored end recorded on the microplle Installation log form. Monitored and recorded data shall include total pile depth, grout pressures and quantities, soils encounteredt during Installation, and any obstructions or (Regularities. PILE I OAD TESTING' Perform a verification load test on two of the production piles — one at each footing location. The verification tests shall be loaded In tension to 150% of a maximum factored design load (150%x 178-k=267-4 Testing shall be completed per the test program procedure submittal. MATERIAL SPECIFICATIONS 1. Grout — A neat mix of Portland Cement (Type 1/II) conforming to ASTM C150 with a water cement ratio of approximately 0.45 (5 gallons water per 94 lb sack of cement). The minimum 7-day compressive strength of the grout shall be 4,000 psi. Sample compressive strength test results for this grout type from a previous project 5 included in Nis submittal. 2. Reinforcing Bar - The reinforcing bars shell be 1418 grade 80 threadbar conforming to ASTM A-615. Bars shall be epoxy coated conforming to ASTM A775 or A934. 3. Casing - The steel casing saes are per the plan details. Casing material shall conform to ASTM A500 of A252 grade 3, with a minimum yield strength of 45-ksl. 4. Plate - All steel plates shall be Grade 50 (ASTM A572). 13" dia x1.5" PL 24 PILE TOP DETAIL #18 Epoxy coated threadbar w/ hex nut 12.75" upper casing x 15.5' tong 6.625" casing — extend to top of bond length (elev -38 min.) DBM Contractors, Inc. 1220 S. 356th St., Federal Way, WA 98003 P: 253.838.1402 F: 253.874.6574 10-25-2017 THESE DRAWINGS AND PERTINENT CALCULATIONS ARE PROPRIETARY TO DBM CONTRACTORS, INC. THEY MAY NOT BE COPIED, REPRODUCED. OR USED WITHOUT DBMS EXPLICIT WRITTEN PERMISSION. THE CONSTRUCTION OF THIS SYSTEM UTILIZING THESE DRAWINGS SHALL BE BY DBM CONTRACTORS. INC OR ITS DESIGNATED SUBCONTRACTORS OR SUPPLIERS. PROJECT: CITY OF TUKWILA BOEING ACCESS ROAD BRIDGE REHABILITATION SHEET TITLE: MICROPILE DETAILS DATE: 10-05-2017 SCALE: NTS DRAWN: PBG CHECKED: REVISION: REVISION 1 10-254017 MP1 EXISTING FIBER To OPTICS LINE EXISTING PILE (TYP.) EXISTING COLUMN (TYP.) EXISTING FIBER OPTICS LINE TO BE RELOCATED FOUNDATION PLAN NOTES: 1. DIMENSIONS AND ELE\ ONLY AND SHALL BE CONTRACTOR. 2. TEMPORARY SHORING SUBMITTED TO THE Et 3. TEMPORARY SHORING AND ACTIVITIES SHALL FROM THE CLOSEST F EXISTING COLUMN (TYP.) Verify micropile spacing and edge distances are as shown in "BAR_66401_S48 foundation dims.pdf' provided by Jacobs on 10-24-17. NEW 2'-0" DIA. DRILLED SHAFT (1YP.) Boeing Access Road Bridge Rehabilitation Micropile Layout 10-05-17 17-108 Council Approval 6/5/17 AGREEMENT FORM CONTRACT NO. 11— + O5 THIS AGREEMENT is made and entered into on thisday ofCaeAkk_ , 2017, by and between the City of Tukwila, Washington ("Owner") and PCL CONSTRUCTION SERVICES, INC. ("Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled BOEING ACCESS ROAD BRIDGE REHABILITATION, Project No. 99410408, 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. Attorneys 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 TUKWILA, WASHINGTON PCL CONSTRUCTION SERVICES, INC. (Owner) (Contractor By: 4t1'K L bei May Attest: 1„ This day of LL!'-e— Christ ' —1at r CI y Clerk Approved as to Form: City Attorney Address for giving notices: 6300 Southcenter Blvd, Suite 100 Tukwila, WA 98188-2544 By: Title: Aaron F. Wiehe Vice President and District Manager Attest: This t.C1— day of , 20 t1 Contractor's License No. PCLCOSI099NW Address for giving notices: 3650 131st Avenue SE, Suite 650 Bellevue, WA 98006 d i O (G /NA- -- r3i6I (4 ENTITY PCL Construction, Inc. Status:Active DUNS: 825171908 +4: CAGE Code: 53XH1 DoDAAC: Expiration Date: Jul 15, 2017 Has Active Exclusion?: No Delinquent Federal Debt?: No Address: 1711 W Greentree Dr Ste 201 City: Tempe State/Province: ARIZONA ZIP Code: 85284-2717 Country: UNITED STATES ENTITY PCL CONSTRUCTION SERVICES, INC Status:Active DUNS: 926363276 +4: CAGE Code: 4LWDO DoDAAC: Expiration Date: Nov 21, 2017 Has Active Exclusion?: No Delinquent Federal Debt?: No Address: 6675 WESTWOOD BLVD STE 200 City: ORLANDO State/Province: FLORIDA ZIP Code: 32821-6015 Country: UNITED STATES ENTITY PCL CONSTRUCTION SERVICES, INC. Status:Active DUNS: 015974629 +4: CAGE Code: 5MKR7 DoDAAC: Expiration Date: Apr 12, 2017 Has Active Exclusion?: No Delinquent Federal Debt?: No Address: 500 City: GLENDALE ZIP Code: 91203-3938 N BRAND BLVD STE 1500 State/Province: CALIFORNIA Country: UNITED STATES ENTITY PCL CONSTRUCTION SERVICES, INC. Status:Active DUNS: 618500610 +4: CAGE Code: 5L8X5 DoDAAC: Expiration Date: Apr 26, 2017 Has Active Exclusion?: No Delinquent Federal Debt?: No Address: 4350 EXECUTIVE DR STE 270 City: SAN DIEGO State/Province: CALIFORNIA I oe:91 -12 Cut : TDSAE 'ENTITY_ PCL CONSTRUCTION SERVICES, INC. Status:Active DUNS: 877512285 +4: CAGE Code: 0XY77 DoDAAC: Expiration Date: Sep 9, 2017 Has Active Exclusion?: No Delinquent Federal Debt?: No Address: 3650 131 ST AVE SE City: BELLEVUE State/Province: WASHINGTON ZIP Code: 98006-1395 Country: UNITED STATES March 15, 2017 3:34 PM Page 2 of 3 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 6348832, 106046955, 82445570 Fidelity and Deposit Company of Maryland, Travelers Casualty and Surety Company We, PCL Construction Services, Inc. , and of America, Federal Insurance Company , (Principal) (Surety) a MD, CT, IN 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, one -hundred eighty-nine thousand, two -hundred forty-four Dollars and zero cents ($6,189,244.00), 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 ('/z- / Z "7 , 2017 , between Principal and Owner for a project entitled BOEING ACCESS ROAD BRIDGE REHABILITATION , Contract No. ("Contract"). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in full force and effect for one (1) year after Final Completion of the Contract, 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. 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 8th of June , 20 17 day Payment & Performance Bond C-3 PCL Construe- ervices, Inc. Signature of Authorized Official Aaron F. Wiehe, VP and District Manager ' Title Name and address of local office of —. agent and/or Surety Company: Fidelity and Deposit Company of Maryland Travelers Casualty and Surety Company of America Federal Insurance Company By Surety ignature of Authorized Official _. (-41.14-0 Attorney in Fact Sandra M. Win sted (Attach Power of Attorney) Aon Risk Services Central, Inc. 200 E. Randolph Street Chicago, IL 60601 • 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. ACKNOWLEDGEMENT BY SURETY STATE OF ILLINOIS COUNTY OF COOK On this 8th day of June, 2017 before me, James R. O'Leary, a Notary Public, within and for said County and State, personally appeared Sandra M. Winsted to me personally known to be the Attorney -in -Fact of and for Fidelity and Deposit Company of Maryland, Travelers Casualty and Surety Company of America, Federal Insurance Company and acknowledged that she executed the said instrument as the free act and deed of said Company. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. otary Public in the State of Illinois County of Cook OFFICIAL SEAL JAMES R OLEARY NOTARY PUBLIC, STATE OF ILLINOIS COOK COUNTY MY COMMISSION EXPIRES 10/09/2020 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F. HALEY, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Sandra M. WINSTED, Susan A. WELSH, Judith A. LUCKY-EFTIMOV, James B. MCTAGGART, Debra J. DOYLE, Sandra M. NOWAK, Melissa L. FORTIER, Jessica B. DEMPSEY, Christina L. SANDOVAL and Diane M. O'LEARY, all of Chicago, Illinois, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. , The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 13th day of June, A.D. 2016. Secretary Michael McKibben ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Ah5 Vice President Gerald F. Haley State of Maryland County of Baltimore On this 13th day of June, A.D. 2016, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GERALD F. HALEY, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. i'Itto,.:47'M„ 92teueic_ D ��11111Ig1ttt Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA-F 036-0055 WARNING: THIS POWER OF ATTORNEY IS INVALID.WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS) Attorney -In Fact No. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 230983 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 007084804 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa. and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Debra J. Doyle, Diane M. O'Leary, James B. McTaggart, Jennifer L. Jakaitis, Judith A. Lucky-Eftimov, Sandra M. Winsted, Sandra M. Nowak, Susan A. Welsh, Christina L. Sandoval, Linh Eck, and Jessica B. Dempsey of the City of Chicago , State of Illinois , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their businessof guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or per��t edlina aevon�� ceedings allowed by law. 141'1 IN WITNESS WHEREOF, the Companies have caused this ins to" be s�4 .wand their orpo ate seals to be hereto affixed, this 28th day of December 2016 � (��10- �4j �� Farmington Casualty Con pant'` J,.,,. O Q� St. Paul Mercury Insurance Company Fidelity and Guaranty TInsurance'l ompany Travelers Casualty and Surety Company Fidelity and Guaranty FLtsufance�Underwrit rs, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 28th day of December 201 6 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed 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 hereunto set my hand and official seal. My Commission expires the 30th day of June, 202]. \.0.A.Aft C . Marie C. Tetreault, Notary Public 58440-5-16 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER HUBB® Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Marcia K. Cesafsky, Debra J. Doyle, Derek J. Elston, Jennifer L. Jakaitis, Judi Lucky-Eftimov, James B. McTaggart, Linda M. Napolillo, Sandra M. Nowak, Diane M. O'Leary, Christina L. Sandoval, Christopher P. Troha, Susan A. Welsh and Sandra M. Winsted of Chicago, Illinois each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 17ih day of February, 2017. c30, ..><.s'1,...)"6l. e & t d R Dawn M. Chloros. Assistant Secretary STATE OF NEW JERSEY County of Hunterdon On this 17th day of February, 2017 before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponent's presence. Stephen M. 1 laney, Vice President Notarial Seal SS. KATHERINE J. ADELAAR NOTARY PUBLIC OF NEW JERSEY No. 2318685 Commisslon Expires July 16,2019 CERTIFICATION Notary Public Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (I) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney - in -fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized. for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in the U.S. Virgin Islands, and Federal is licensed in Guam, Puerto Rico, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this cob fi? Davm M. Chloros. Assistant Secretar§_ IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: surety@chubb.com Form 15-10- 0225B- U GEN CONSENT (rev. 12-16) Payment & Performance Bond C-4 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA-1273 -- Revised May 1, 2012 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor Payment & Performance Bond C-5 performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1 Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under'this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on-the-job training." 2 EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3 Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and Payment & Performance Bond C-6 contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4 Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5 Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. Payment & Performance Bond C-7 d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6 Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7 Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. Payment & Performance Bond C-8 8 Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9 Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10 Assurance Required by 49 CFR 26 13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and nonminority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. Payment & Performance Bond C-9 The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1 Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and Payment & Performance Bond C-10 (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2 Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3 Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs Payment & Performance Bond C-11 anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required Payment & Performance Bond C-12 records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4 Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any. apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of Payment & Performance Bond C-13 fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federalaid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5 Compliance with Copeland Act requirements The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6 Subcontracts The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7 Contract termination: debarment A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8 Compliance with Davis -Bacon and Related Act requirements All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9 Disputes concerning labor standards Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10 Certification of eligibility Payment & Performance Bond C-14 a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1 Overtime requirements No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2 Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3 Withholding for unpaid wages and liquidated damages The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4 Subcontracts The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by Payment & Performance Bond C-15 subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. Payment & Performance Bond C-16 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: Payment & Performance Bond C-17 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1 Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered Payment & Performance Bond C-18 transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. Payment & Performance Bond C-19 b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it.shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Participants: Payment & Performance Bond C-20 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. Payment & Performance Bond C-21 c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (lc) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (lc) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. AMENDMENT REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) FEDERAL -AID CONSTRUCTION CONTRACTS The Federal —Aid provisions are supplemented with the following: XII. Cargo Preference Act 1. U.S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal -aid highway programs awarded after February 15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7 (a)-(b). P-1 PROPOSAL (unit price) Contractor's Name PCL Construction Services, Inc. Contractor's State License No. PCLCOSI099NW City of Tukwila Project No. 99410408 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 BOEING ACCESS ROAD BRIDGE REHABILITATION, which project includes but is not limited to Bridge Deck Overlay, Traffic Barrier Replacement, Sidewalk Widening, CFRP Strengthening, Column Steel Jacketing, Foundation Retrofit, and Compaction Grouting; 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) Il 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 285 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. Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal P-2 BOEING ACCESS ROAD BRIDGE REHABILITATION - SCHEDULE A Project No. 99410408 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. For Schedule A, include applicable Sales Tax in the various Unit and Lump Sum prices. Item 'No. Item Description Quantity Unit Unit Price Amount . .ROADWAY 1. Unexpected Site Changes 1 EST $30,000 30, pad 2. Roadway Surveying 1 LS 13 O&7 / 7/ 3. Record Drawings 1 LS /0/ co0.=g i o, o00. ` _ 4. Training 800 HR / ,ram 1252 5, SPCC Plan 1 LS f/O00 °= ,, 000 am 6. Type B Progress Schedule 1 LS l /00o = /e 'er de 7. Mobilization 1 LS 0,0 8. Project Temporary Traffic Control 1 LS Zp/pa0 ff'_0/°°o 2./ 5-0Dg9 =-Q 2 $co 9. Traffic Control Supervisor 1 LS 10. Portable Changeable Message Sign 1,280 HR 11. Clearing and Grubbing 1 •LS 7i"° " 12. Roadside Cleanup 1 EST $5,000 66; ,900 ) 13. Removal of Pavement 580 SY Z.7' /S- (off=-" 14. Removal of Traffic Island 70 SY a'" c f� /30 �J 15. Removal of Precast Concrete Barrier 320 LF 44714) A ? 'U 16. Removal of Conc. Rail, Sidewalk, and Slab 1,965. SF //,Orf /2/ 6? P 17. Crushed Surfacing Top Course 170 TON 5-.`r' 9/ g '''' 18. H MA Cl. 1/2" PG 64-22 210 TON 3 33j 19. Planing Bituminous Pavement 1,150 SY /3"A /L%952, _ 20. Single Slope Concrete Barrier 278 LF j_f oa ( J8 3�,q-a 21. Cement Conc. Traffic Curb and Gutter 202 LF two li ggee 9iNp ' 2y y 3Z�� 22. Cement Conc. Traffic Curb 172 LF 23. Dual -Faced Cement Conc. Traffic Curb 916 LF qr.. Vj `'° 24. Cement Conc. Driveway Entrance Type 3 50 SY 'la ©.� . 3(90 o p 25. Removal of Guard Rail and Posts 165 LF SIDEWALK 26. Structural Earth Wall 1,395 SF 29 g/ Z)' 27. Cement Conc. Sidewalk 510 SY /53" 030' 28. Cement Conc. Curb Ramp Type Perpendicular 1 EA Z1 300 200 Boeing Access Road Bridge Rehabilitation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Rev. 2/2/17 Proposal P-3 Item No. Item;esc Dription _ . _ Quantity. Unit Unit Price Amount 29. Pedestrian Safety Railing 273 LF 6�j `'' i 0/5 °" 30. Quarry Spells 2 TON 2-0'0 L,Ogo s 31. Bollard Type 2 2 EA %i 7-a (113Y0 BRIDGE 32. Work Access 1 LS 35-005j 33. Epansion Joints Modification and Longitudinal Joint Repair 1 LS f�jew / ax} 34. Seismic Retrofit and Bridge Rehabilitation 1 LS j(L gyp/. ODD / Z& ; 0690 35. Sidewalk Widening 1 /Vv10/ LS HMO %4 - fury o0o A / '�� 36. Steel Corrosion Repair 1 LS )$7 p y 37. Heat Shield Removal 1 LS 38. Cleaning and Painting - Steel Girders 1 LS 'iv/ gm zyg 39. Further Deck Preparation For Type 1 Deck Reair 1416 SF , ?� Z(/ 0/�a� 40. Further Deck Preparation For Type 2 Deck Repair 702 SF 413 °a f N i ‘ 41. Force Account Forms For Full Depth Deck Repair 1 EST $50,0005'0/ eics ' 42. Scarifying Concrete Surface 2;059 :SY `y �0 2df5-ge r6r 43. Removing Existing ACP on Bridge Deck 564 SY 7 -' 3,144 .` 44. Modified Concrete Overlay 3,584 CF j Z."-° it 3 DOg 45. Finishing and Curing Modified Concrete Overlay 2,622 SY Lin " /O 4 gei-1 46. Traffic Barrier 674 LF 300 20212c 47. Temporary Conc. Barrier 1,940 LFj "9 3 gse 48. Soil Excavation for Shaft Including Haul 105 CY 3 Yc 3�/ Voo 49. Shoring or Extra Excavation Cl. A 1 LS 75; -7.5--- 50. Conc. Class 4000P for Shaft 105 CY 7.10 'tt 3 53 51. St. Reinf. Bar for Shaft 57,591 LB Z =" / J5/99Z. 52. CSLAccess Tube 1,800 LF 19-' 12 53. Removing Shaft Obstructions 1 EST $45,000 -( 51: 54. CSLTest 12 EA 87-5-"' `Q5y 55. Epoxy Crack Injection 105 . LF 73 7/ 100 56. Overhead and Vertical Spell Repairs 60 SF I bri 9, 6cr, 57. Protective Fence 678 LF //06 c-R0 58. CFRP Bridge Girder and Deck Strengthening 1 LS / O coo / 2 ew Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal P-4 Item No, Item Description Quantity Unit Unit Price Amount 59. Compaction Grouting 1 LS / tie) a 1 Li� � / 60. Inside Guard Rail 1 EST $30,000 .v 070 0 0 61. Settlement Monitoring 1 LS STORM DRAINAGE 62. Solid Wall PVC Storm Sewer Pipe 12 In. Diam. 350 LF -c Zi � 63. Class 52 DI Storm Sewer Pipe 12 In. Diam. 30 LF ov 2-/Q 1 43 r 1411600 64. Catch Basin Type 1 7 EA Zioeo ROADSIDE DEVELOPMENT 65. Erosion/Water Pollution Control 1 EST $12,000 lZ`'0 WOO'''' �ii 66. Topsoil Type A. 40 CY (Dr 9 TRAFFIC CONTROL'DEVIC.ES 67. Raised Pavement Marker Type 1 3 EA 00 r3Ao `c 68. Raised Pavement Marker Type 2 2 EA 69. Beam Guardrail Type 31 Non -Flared Terminal 1 EA r rl 70. Temporary ImpactAttenuator 4 EA s/ eco ' 71. Permanent Impact Attenuator 1 EA Z 5 G:0 2-52 72. Relocate Pedestrian Signal and Push Button 1 EA 3,� , VO0 73. Permanent Signing 1 LS C7 WO 4/ 5290 74. Paint Line 1 ,1 70 LF l.3?7 4 7.53 '°' 75. Plastic Lane Line 175 LF to c,% 5/) 76. Plastic Stop Line 35 LF / 5--' 5 5 Y--° 77. Plastic Crosswalk Line 260 SF oe 1 gZ,p "" 78. Plastic Traffic Arrow 2 EA ) (5 ' ; 30 `-'-`' 79. Plastic Traffic Letter 8 EA 75-'"' no Z69 80. Temporary Pavement Marking 12,800 LF 0 8f JQ Beef-2! Schedule ATotal Boeing Access Road Bridge Rehabilitation 6, /el, 24/9 $ Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal P-6 By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. 1 2 Date of Receipt March 7, 2017 March 7, 2017 Addendum No. 3 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is . AON CSG Surety Organization Fidelity and Deposit Company of Maryland of 200 East Randolph, #1100 Chicago, IL 60601 (Name) (Address) Bidder: PCL Co . truction Sezvices, Signature of Authorized Official:--�� Printed Name and Title: Address: Circle "One: Individual / Partnership / State of Incorporation: Colorado Joint Venture / Corporation Phone No.: 425-454-8020 Date: March 15, 2017 Aaron F. Wiehe Vice President and District Manager 3650 131st Ave SE #650 Bellevue, WA 98006 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 bicl item(s), the proposal will be rejected. Boeing. Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-7 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, PCL Construction Services, Inc. (Principal), and Fidelity and Deposit Company of Maryland (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent of Amount Bid dollars ($ 5% of Amount Bid ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not Tess than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for BOEING ACCESS ROAD BRIDGE REHABILITATION Project No. 99410408, 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 7th day of March , 20 17 , PCL Construc Services, Inc. Pr ipal Signature of Authorized Official Aaron F. Wiehe Vice President and District Manager Title Name and address of local office of agent and/or Surety Company: Fidelity ar4 Deposit Company of Maryland Surety BY � � v� vvv4Vw ttorney in Fact (Attach Power of Attorney) Sandra M. Winsted 1299 Zurich Way Schaumburg, IL 60196 Boeing Access Road Bridge Rehabilitation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Rev. 2/2/17 P-9 NON -COLLUSION DECLARATION STATE OF WASHINGTON ) ) ss. COUNTY OF KING ) The undersigned, being first duly sworn,, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named BOEING ACCESS ROAD BRIDGE REHABILITATION, Project No. 99410408. PCL Construction Services, Inc. Name of Signature of Authorized Official Aaron N. wiehe Vice President and District Manager Title Signed and sworn to before me on this 14th day of March , 20 17 . Signature of Notary Public in and for the State of Washington, residing at Preston oso.ka vtiugtitgt s+c_ Jt/. M r ,prpint erk tRil es: 2/10/19 *IA.* 0 �r • N o #4,...44404?..10,1 NOTICE TO ALL BIDDERS fTo re'portbid rigging activities call: 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. Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal (continued) P-10 Failure to return this Declaration as part of the bid proposal package Will make the bid nonresponsive and ineligible for award. NON -COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true' and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken anyaction in restraint of free competitive bidding in connection with the project forwhich this proposal is submitted: 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO. ALL BIDDERS To report rigging activities call: 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, biddercollusion, 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. SR DOT 07Fairs/2011 272-0361 EF Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-14 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: PCL Construction Services, Inc. Address of Bidder: 3650 131st Ave SE #650 Bellevue WA 98006 City State Zip Code Contractor's License No. PCT,COST099NW WA State UBI No. 601 332 812 Dept. of L&l License Bond Registration No. 6304147 Worker's Comp. Acct. No. 802,199-01 Bidder is a(n): ❑ Individual 0 Partnership 0 -Joint Venture 12Incorporated in the state of CO List business names used by Bidder during the past 10 years if different than above: N/A Bidder has been in business continuously from 1984 Year Bank Reference UMB Bank 1670 Broadway Denver, CO 80202 Bank No. of regular full-tinie employees: 105 Number of projects in the past 10 years completed: 1 / ahead of schedule , )Oon schedule 6, behind schedule Bidder has had experience in work comparable'to that required for this Project: As a prime contractor for a years. As a subcontractor for N/A 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 Joe Carvolth Project Manager Derek Compton Benny Socolan How Long With Bidder 2 years Superintendent 5 years Principal Foreman 16 years N/A Engineer Boeing Access, Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 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: tVDJ't Watt is"f"row1 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 Project Name Completed I5 to l2th Ave. Seismic Retrofit 5/26/2010 SR520 W. Lake Sammamish Pkwy to SR202 3/22/2011 HOV & I/C Murray Morgan Bridge Rehabilitation 10/30/2013 SDOT Spokane Viaduct Widening 2/27/2013 24th St. East Bridge Special Repair 6/20/2012 Olympic Dr. NW Bridge Special Repair 6/21/2012 Seattle Area Bridges -Ph 2 Expansion Joints 7/13/2014 Contract Amount $5,854,029.00 $37,797,000.00 $53,066,000.00 $67,943,000.00 $658,222.00 $541,801.00 $2,053,575.00 Owner/Reference. Name and Phone WSDOT-Aleta Borschowa (206) 768-5862 WSDOT-Hien Trinh (206) 713-8272 City of Tacoma -Tom Rutherford (253) 591-5000 SDOT-Richard Andrews (206) 684-5178 WSDOT-Mary Lou Nebergall (360) 705-7292 WSDOT-Mary Lou Nebergall (360) 705-7292 WSDOT-Mike Askarian (206) 768-5861 List all projects undertaken in the .last 10 years which have resulted in partial or final •settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project None Contract Amount Total Claims Arbitrated or Litigated Amount of Settlement of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? M No 0 Yes If yes, give details: N/A Has Bidder ever had any Payment/Performance . No ❑ Yes If yes, please state: Project Name N/A Boeing Access Road. Bridge Rehabilitation Bonds called as a result of its work? Contracting Party Bond Amount Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-16 Has Bidder ever been found guilty of violating any State or Federal employment laws? EN No 0 Yes If yes, give details: N/A Has Bidder ever filed for protection under any provision of the federal bankruptcy laves or state insolvency laves? Ea No 0 Yes If yes, give details: N/A Has any adverse legal judgment, been rendered against ;Bidder in the past 5 years? EX No 0 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 disrnernberment in the past 5 years? allo 0 Yes If yes, please state: Date N/A Type of Injury Agency,Receivinq Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained her Signature of Bidder anon r. WiehePV Title: Vice President and District Manager Date: March 15,2017 Boeing Access .Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-17 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT 250 CFM Compressor TBD Good Rent 10,000 # Squirt Boom Forklift TBD Good Rent 40' Manlift TBD Good Rent 60' Manlift TBD Good Rent 500 gal Water Trailer TBD Good Rent 1 ton Flatbed Pickup TBD Good Own 3/4 ton Pickup TBD Good Own 140 ton Hydraulic Crane TBD Good Rent Labor to be used: Laborers, Carpenters, Operators, Ironworkers PCL Construction Services, Inc. Na,dder Sig r> Lure of Authorized Official Aaron F. Wiehe Vice President and. District Manager Title Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-1.8 PROPOSED SUBCONTRACTORS Name of Bidder PCL Construction Services, Inc. In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and. air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for .each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit .as part of the bid the names of .such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. v Percent of total bid to be performed by Bidder 1 '2 Schedule/Bid Item Numbers % of Total Name Subcontractor will perform Bid SUpl cIL-t / l y)c, la67 Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale P-19 Local Agency Name City of Tukwila Local Agency Address 6200 Southcenter Blvd Tukwila, WA 98168 Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name Boeing Access Road Bridge Rehabilitation Failure to list subcontractors.with whom the bidder, if awarded the contract,yvill directly subcontract for performance of the work of heating ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19:28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non -responsive and therefore void. Subcontractors) with whom the bidder will directlysubcontract that are proposed to perform the Work of heating, ventilation and air conditioning, plumbing;as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28. RCWrnust be listed below. The work to be performed is to be listed below thesubcontrector(s) name. To the extent the Proiectincludes one or more categories of work referenced in RCW 39.30.060. and no subcontractor is listed below to perform such work, the bidder certifies that the work will either ti► be performed by the bidder itself. or(ii) be performed by a lower tier subcontractor who will not contract directly with the bidder`, Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed /v2 6.4f tncccL( * Bidders are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR DOT Form 271-015A EF Revised 0812012 Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Prr ,irlerl to Ruilrlarc Pvrhanne of 1A/A Inc Fnr !icon. r'nnrlifinnc Anr..m.nf coo ,AAA/NA/ hv,A/. r enn, \/.rift, P-11 Local Agency Disadvantaged Business Enterprise Utilization Certification To be eligible for award Of this contract the bidder must fill outand submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall amide' as riun-reSpurtSive and ,;hall reject any bid prupubaf that dues nut xintailt a DBE Cet tifc:ttiun which pruperly demonstrates that the bidder will meet the DBE partc0a1bn requirements in one of the manners provided for In the proposed contract. The Bidder must submit good faith effort documentation only In rho event the bidders efforts to solicit sufficient DBE participation has been unsuccessful. The successful bidders Disadvantage Business Enterprise Uti&zation Certification shall be deemed a part cf the resulting contract Information on certified firms Is available from ONTWBE online at hitpJlomwbe_wagovldirectnry-of certrrred•firms! PCL Construction Services, Inc. candies that the Disadvantaged Business Enterprise (DBE) tam: 1) Name of Bidder Firms listed bebW have been contacted regarding participation on this project If this bidder is successful on this project and is awarded the contrail, It shall assure that subcontracts or supply agreements ere executed with those firms where an'Amount bp be Applied Towards Goat" is listed. (if necessary, use additional sheet) ,Column 1 Name of DBE Certificate NumberSubeantreittir, Column 2 " Project Role fl'tlme,;tokft venture, . Mrrnufacttiter, Regular Deafer, Ford Account) Cotumrr 3 Description of Work Cdumn 4 Amount to be Applied Towards Goal eat, -A Curpr:--- SIEW hikt.t_ 24132 D�% �D Sera S V !3 LA2YHwv2rctivlL tT�c 3-21 1 ya) ) VIM +t3 SU& F.c..eczi ic.. 13riv0O DI PAo t, RA el) ER. 8. .big _. -.,Ad_e:� i S v a(VAt<c►2�i1 �. 341900 '154f1A000 01 Sri ...5__--_ i SuII FLATtNoQk DSt ovt‘gtiZ �o. ig, /4.i Disadvantaged Business Enterprise Sutxio��jntracting Doe!: {a}-' .-14%* DBE Total S �a V✓��._...aBox Box 3 Regular Dee"er status musi be approved prior to bid submittal bythe Office of Equal Opportunity_, Wash. ate Dept. of Tratspatation, on each contract '" See the seftlon'Credrdng DBE Participation Toward Meeting the Goal' In the Contract Docurment_ '"'- The Contracting Agency will utIl a this amount to determine whether or not the bidder has rnet the goat in the event of en arithmetic difference between this Idol end ttie surn of the Individual amounts listed above, then the sum otthe amounts listed shalt prevail and the total will be revised accordingly. Participation in excess of the goal amount will be considered vduntery or race -neutral participation. DOT Fam Tr2WSaA 1012015 __.7 As have be is award eons step .s%ii { .!f -a Agen antaged F3usmes v,nt E) x� C of m t on ocu nF .r zed S'°At '3ehttitive f i:Ei d,i its i-Ise ,ry ."+71 { . rtifvlthel we' v.,onteet` : f.J kr the referencedw13r withregard to he Iti��@Cleed juCt•Jl if it�t(r i4le contra .rC. Lsi. F=t=iil''`.r into en aarr,ef"mfi'rFtwit,'the ,wIdstf to B3;,r. 'i ,.tn pr.ijt^^.€ ,xet theh ' 1O 5.t v Cled 'in the bidder's f: 3t' ;1`r„ p :.d.._ i I"AE.r 4 € A t ktei: ga•� u.o�r's e'd • ewhe z'.i'E'eiG''x. ( ait e .'rat rplse7 i'ltppii Teri Dana Almberg From: Dana Almberg Sent: Tuesday, March 21, 2017 10:10 AM To: Steve Carstens Subject: PCL Construction DBE sheet from BO 3/15/17 Attachments: PCL Construction DBE bid opening 031517.pdf; PCL DBE bid opening 31517 darkened.pdf Hi Steve, attached is the DBE Written Confirmation Document from PCL Construction from the Bid opening on 3/17/17. (Boeing Access Road Bridge Rehab project). The page was very light and not detectable - I darkened it as much as I could, but it's still hard to read. The first attachment is what they submitted, the second attachment is the copy I was able to darken. I will put a hardcopy to you as well. Hope this works. Thanks, Dana i P-12 Local Agency Qisadvan:taged: Business Enterprise (DBE) Written Confirmation Document As an authorized representative,of the Disadvantaged Business Enterprise (DBE), 1 confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement With the bidder to paiticipate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification. • •.• Contract Tale: BOEING ACCESS ROAO.,BRIDGE REHABILITATION PROJECT NO. 99410408 Bidder's Business Name: PCL CONSTRUCTION DBEs Business Name: DBEs BuslnessAddress: DEE Signature: BELARDE COMPANY INC.•: P.O. BOX.684 WOODINVILLE,WA 98072• DBE's Title:. VICE R SIC Otte.; :3/14?17 The entries must be conSistentwith what is shown on the bidder's Disadvantaged Business . Enterprise Utilization Certification. Failure to do.so will result in bid rejection. See. contract provision; Disadvantaged Business -Enterprise Condition'otA►yard Pattioipation. Description of Work: SITE CONCRETE, CURBS:SIDEWALKS Amount to be Applied Tovrards Goat: . $ 143,092.00 err COT ronh422-0t1A 10/20.:5 Boeing Access Road Bridge Rehabiiltatlon Rev. 2r7117 frov;-aed to Builders ::rch_nse ct WA, Inc. Fcr usage conditions Agreernant see ww.f.bxwa.eoin - Always Jerry !Icai P-12 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorised representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to'. participate In the pmJent consistentwith the infomiatioh provided In the bidder's Disadvantaged Business Enterprise Utilization Certification. BOEING ACCESS ROAD BRIDGE REHABILITATION Contract Title: PROJECT NO. 99410408 Bidder's Business Name: DBEs Business (,lame; Qt- c es `. c- Sundancer Electric Inc. DBEs Business Address: 25500 74th Ave. S. Kent, WA 98032 DBE•Signature: DBEs Title: Gr nelle Desjarlis, President Date: 3/15./2017 Tho entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization CerOflcatlon. Failure to do' so "will result In bid refection. See contract provision; Disadvantaged Business-Enterpds& Condition of Award Participation_ . Description ofVJork: Electrical Amount to be Applied Towards Goal:6,c c) OOT Form 422•O3IA 1Q/2Q15 Boeing Access Road Bridge Rehabilitation Rev_ 2/2117 P-12 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document A4 ar autne _ed rearesen:atrre :..` the Disadva-7;agt d Business Enlcrprise (DBE;_ confirm th=t vie hzve been contacted by the referenced b dder win regard tc the -eterenced protect and it trie bidder ;rarr.ec re ��nt•act oie will enter r,tn an ag-eernent wen :he bid-ier in partic pate t-e nrajec• consistent with the information provided in the btdie''s �.�,1_�aonged i less Enterprise L i•i(Zatinn Cptifcatron Ccntract Tile Bidder 5 Business Nano DBE s Susrress Name DBEs Sus nest Address DBE Signature D3Es Title President Crate 3/15/17 Boeing Access Road Bridge Rehabilitation, City of Tukwila CC t.3 - '. 1 `� fob ► i+ rR `^ AAA Conractors, Inc. #D4M0021009 24816 Pacific Hvgy, South Kent, WA 98032 The mist be ccnsstentt-rith w1-al is shovrn on ;5a bidder Oisay;ant.aged Business Enterp-r=_e Ltrb2otior. Cnmfr pion Fa+ute to do se vsl result in bid refection See contract orcvrs°:or- isadgint.igedEusinassEnterpriseCon,d-t r of AwardPart,cipahyn. Oe c'tptto, of Work: Earth Retention Systems / Retaining Walls (SEW) A r•=ur)' tc ::c Aisp iec Towards Gcal. $27,732.60 OCT �3 Jr ..c.3. . _:_a_vantaged B:;siress Enterprise (DBE ''ilttuen true firma:,cn Document DOT orm 422-031A r+£-:i i_ j je-5 _'747y. C` :�v c• nC 7or ,isace. Conditions AG eemenr SCP .L _i14' tiv.va ,-•.m �1.. <,r ��.., t, "... i.. P-12 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Dfsadvaritaged Business Enterpflse (DBE), I confirm that we have been contacted by the referenced bidder With regard to the reI`e'tenced project end If the bidder is awarded the contract we will enter into an agreement with the bidder to. participate In the proJect consistent with the Information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification. Contract Title; Boeing Access Road Bridge Rehabilitation Bidder's Business Nam DBEs Business Name: DBE's Business Address: OBE Signature: DBE's Title: Data: PCL Construction Services, Inc • fine oNN..t,..t _ W A- -42 P(psLeazg-S) Tho antrios must be consistent with what Is shawl on the bidders Disadvantaged Business Enterprise Utilization Certification_ Failure to do sb will result in bid rejection. See contract provision; DloatjVanteped Buslnase Enterprise" Condition olAwatd participation. G r/1C/ (e4-C r -� 4((L e V C. Amount to bo Applied Towards Goal: "/( 536?. ) Description of Work:. DOT Fam422-031A arel Boeing Access Road Bridge Rehabilitation Rev. 2/2/17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scale Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As.ah authored representative piths Disadvantaged Business Enterprise (DBE), I confirrir that we havebeen contacted by the referenced bidder With regard to the referenced project and It the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the ihtprfriation provided In the blitder's,Qisadvantaged BusjneskEnterprise Utitizatton Certlfldatfons Contract TK!o Boeing Access Road Bridge Rehabilitation Btdder's.Business Name: DBEs Business Name: OBEs Business Address: DBE Signature: DBE's Title: Date: PCL Construction Services, Inc. GE.DI O(L q Cor‘„•\--rckcizs MaL4-ian_ 3-15-1-4 The entibs'must bo consistent with what Is shown on the bidder's Dtsectyantagdd Business Enterprise Utilitzatton CertIfication. Fatlure to do so,wii result in Old rejection. See contract proVislon; DisacJvanraged Business Enterprise t or,W1 on of Matti Participation. Description of Work ti Amount to bo Applied Towards Goal:`�< `7!/v • L�- • �- 6L4tfci (e 1 (On S i an DOT i ;flu .W R. 212/17 Boeing Access Road Bridge Rehabilitation Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale I'-12 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidders Disadvantaged Business Enterprise Utilization Certification. Contract Tale: Boeing Access Rd Bridge Rehab Bidders Business Name: y C L ('� t'``C$C aL ` _Sex \ C es (, i G DBEs Business Name: Superior Earthworks LLC tBE's Business Address: 10610 Woodley Ave S Seattle WA 98178 OBE Signature: DBEs Title: Partner Date: I/15/17 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification_ Failure to do so will result in bid rejection. See contract provision; Disadvantaged Business Enterprise Condition of Award Participation. Description of Work:. Excavation and Demolition Amount to be Applied Towards Goal: sn DOT Form 422.O3fA 1OnOI Boeing Access Road Bridge Rehabilitation Rev, 212/17 P-13 Local Agency Certification for Federal -Aid Contracts The prospective bartibipaht.oettifies by signing and. a.ubmi.ttin this bid or proposal, to the bestof his or her knpwle4geprid belief, that: No Federal appropriated funds have been paid or milli be paid, by or -on NI -prof the undersigned, to any :perSon for influencing or attempting to influence an officer or ernployee of any Federal agenty, a Merriber of QongresS, an Officer or emplciyee Of Congress, or an employee of a Member of congress in connection with the awarding of any Federal Contraet,•the making of any Federal grant, the .making of any Federal loan, the entering into of any :cooperative agreement, and the extensioncontinuation, renewal,. amendment or modification of any Federal oontradt; grant. loan or cooperative agreement •(.4 If any funds other than Federal appropriated funds haire- been paid or will paid to any person for influencing or attempting to influence an officer or ettiplOyee...of atiY Federal :agenCy, a Member of Qorigreas, an Officer Cr employee of Congress, or an employee of e Member of Congress in connection with this Federal contract, grant; loan, orcooperative agreement, the undersigned shall complete and submit Standard FormILL, 'Olselosure. Porn to Report LObbying,' in -accordance -With its tructions, This .certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission ofthis certification is a. prerequisite for making or entering Thto this-Varatlielri ipased b.y Sactieh 12, Title31, U.S: abde: Any person Who fail S; to file the tedulted cetiitioation.shall be :subject to a Civil penalty of not- less than $16,006-:.and not more than $100,0110foreach failure: The orobbebtive participant alto agrees bit :.t.ibrflittiriti his.bt her bid or proposal that he Or require that the landile:de thls_Certifiaetibri be -Included in all loWer tiersubccintrattS,whtch exceed $1 00;00C) and that all such breciPients. shall certify and disclose accordingly. .DOT F6iin 272-040A EF • OMPII Boeing AccessRoad Bridge Rehabilitation Rey, 2/2/17 1A1 A •-• Co-,r ;-fr,,,n5-ric..-rf. iltAAAA/ Ivsnnt esnrr, _ Allrool/c. N/arifst Statement of Qualifications informed land survey Principals Evan M. Wahlstrom, PLS Paul H. Mabry, PLS, PSM, CFedS, 3.D Laura A. Wahlstrom, B.S. BA Professional Land Surveyor: WA, ID, OR & CA Certified Federal Surveyor Point of Contact: Laura A. Wahlstrom Managing Member Contact Information: P.O. Box 5137 Tacoma, WA 98415 Office: 253.627.2070 Cell: 253.678.2539 Fax: 253.627.9175 Iwahlstrom@i-Iandsurvey.com www.i-landsurvey.com inform . innovate . inspire Table of Contents Section I: Introduction 3 Section II: References .5 Section III: Statement of Qualifications 7 Section IV: Company Information 9 Section V: Fee Schedule 10 Section I: Introduction Informed Land Survey (ILS) was formed in 2005 in Tacoma, Washington. We are a certified SBA small business providing professional surveying safely, effectively, economically with positional accuracy. Our Professionals are licensed in Washington, Oregon, Idaho and California as well as Certified Federal Surveyor (CFedS). Our network of clients encompasses federal, state and local public agencies, architects, consulting engineers, construction companies and private clients. We believe in honesty and integrity. We are certain that the implications of what we say and the impressions we leave will be consistent with our core values. When we make a commitment to our clients, employees and vendors, we are obligating ourselves to this purpose. As active members of the community, ILS staff are members of the Land Surveyor's Association of Washington, Society of American Military Engineers, National Society of Professional Engineers and The Hydrographic Society of America and Gig Harbor Chamber of Commerce. Our Team Evan M. Wahlstrom - Professional Land Surveyor As Principal of ILS, Mr. Wahlstrom is responsible for overseeing daily operations and client relations. Mr. Wahlstrom is a licensed Professional Land Surveyor in Washington State, Paul H. Mabry — Professional Land Surveyor Mr. Mabry is founding Member and Principal of Informed Land Survey. He is a Certified Federal Surveyor (CFedS), a Professional Land Surveyor in Washington State, Oregon, California, Idaho, and a Professional Land Surveyor and Mapper in Florida. Mr. Mabry also brings with him over 15 years experience in the field of Land Surveying. Paul recently received his law degree from Golden Gate University, School of Law Doctor of Law. Paul's current role with Informed Land Survey is to provide oversight of special projects involving development on tribal lands and legal issues related to land boundaries and boundary disputes. Laura A. Wahlstrom — Project/Office Management Ms. Wahlstrom is responsible for project management, contract management and project planning and estimation. She brings 16 years of project 3 management experience to ILS. Her strong attention to detail and organizational skills make her a valuable team member. S. Blakefield - Chief of Parties and Lead Drafter Mr. Blakefield has been with ILS for 9 years. As Chief of Parties, Mr. Blakefield is responsible for supporting the field crew with boundary calculations, monument location, construction staking and other field support. He is also responsible for overseeing the drafting and delivery of AutoCad. Mr. Blakefield is efficient and accurate with Carlson Survey and AutoCad 2015. Mr. Blakefield earned his Associate of Applied Science Degree, Information Technology Specialist from Bates Technical College in Tacoma. 7. Rosell — Drafter/Field Crew Chief Mr. Rosell brings a diverse portfolio making him an asset in both the office and the field. He is a key member of the drafting team and has over 8 years combined field experience as a Field Crew Chief and Chainman. His field experience makes him proficient at establishing control, topographic and boundary surveying and construction staking. He is efficient and accurate with Robotic Total Stations and GPS instruments and Carlson Software. Shaun Warren — Project Manager Mr. Warren has over 16 years of experience managing projects. His background includes scheduling freight pickup and deliveries in the transportation industry, providing customer support and managing projects. Mr. Warren's strong organizational skills, effective communication skills and attention to detail make him a valuable resource to ILS. Section II: References Terra Dynamics PO BOX 2479 Auburn, WA 98071 Vern Orr — Project Manager 253.880.3100 Project examples: Auburn Riverside High School — Auburn, WA Project scope included construction staking for athletic fields & running track improvements including football and soccer field layouts, drainage, lighting and wall staking. Monroe High School — Monroe, WA Provided construction staking for grading, drainage, fencing and baseball and softball field layout. Shorewood High School — Shoreline, WA Provided construction staking for new athletic facility including baseball field, softball field, tennis courts, grading, curb, sewer, storm, walls and lighting. Tollgate Farm Park — North Bend, WA Construction staking including clearing limits, paths, play area, picnic shelter and storm system. Hazen HS — Renton, WA Construction staking for baseball field layout. PACLAND 606 Columbia Street NW, Suite 106 Olympia, WA 98501 Jason Munich — Project Manager 360-786-9500 Project examples: Seattle Premium Outlets — Tulalip, WA Provided Topographic and ALTA/ASCM Land Title Survey for 11-acre shopping complex in Quil Ceda Village Tulalip, WA. This complex site survey included mapping the site topography including above and below ground utilities, curbs, gutters, storm, sewer and structures. 5 Buffalo Wild Wings Restaurant— Marysville, WA Engineering design Topographic Survey. Buffalo Wild Wings Restaurant — Federal Way, WA ALTA/ACSM Land Title Survey. KPFF Consulting Engineers 1601 Fifth Avenue, Suite 1600 Seattle, Washington 98101 Scott Meum, PE 206-622-5822 Tahoma National Cemetery Expansion Project — Covington, WA Project scope included Boundary and Topographic Survey for the Tahoma National Cemetery. ILS provided boundaries, survey control and provided multiple topographic surveys within the Cemetery. BergerABAM 33301 9th Ave S Ste 300 Federal Way, WA 98003 Ruba Zumut, P.E. 206-431-2397 Preventive Medicine Facility — Joint Base Lewis McCord, WA Boundary and Design Topographic Survey. Project included establishing control, topographic surveying, tree locations and utility locations on a 36 acre site. BCE Engineers BCE Engineers 2011 6021 12th St E, Suite 200 Fife, WA 98424 McCord Airfield Project- Joint Base Lewis McCord, WA Project included topographic surveying of airfield landing strip including paint lines, lighting, structures and asphalt. Tacoma Public Schools Central Administration Building P.O. Box 1357 Tacoma, WA 98401-1357 Christy Barrie, Project Engineer 253-571-3350 6 Geiger Elementary — Tacoma, WA Boundary and Design Topographic Survey of property. Established control and set boundary corners. Provided topographic survey for 1" contours. Located and mapped existing: buildings, curbs, parking, retaining walls, walkways. Section III: Statement of Qualifications Informed Land Survey (ILS) provides professional surveying and mapping • services in the Western Washington region. ILS is located in Tacoma, Washington and is available to complete projects throughout Washington State. At present, ILS has the equipment and vehicles to field two survey crews on a full time basis. Our knowledgeable office staff is efficient at researching property deeds, plat maps, and prior surveys. We currently have two office support staff and two CAD drafters. As a professional services firm, we place an emphasis on both quality personnel and emerging technologies. Our professional personnel are required to attend at least 24 hours of continuing education each year to educate themselves and better serve our clients. Technology & Equipment The following is a list of equipment that ILS currently uses. • Leica 1203 robotic total station • Leica GS14 RTK GPS Systems • Leica 1200 robotic total station • Leica or Carlson handheld field computers • Leica Digital Level and multiple other Automatic Levels Areas of Specialization ALTA/ACSM Surveys ILS successfully completes ALTA/ACSM surveys for our clients on a regular basis. These surveys require special attention to the client's needs for items from "Table A" that may or may not be known. We frequently work with commercial brokers, insurers and financiers to complete a survey that meets everyone's needs in a cost effective and professional manner. Boundary Surveys ILS has completed hundreds of boundary surveys in the Puget Sound Region. We are able to provide Easement Descriptions, Boundary Line Adjustments, Fence Line Staking, Records of Survey and Right of Way Vacations. 7 Topographic Surveys Topographic Surveys are the foundation that an engineer or planner uses for design of new facilities. Our professionals can develop a site plan which typically includes building footprints, driveways, parking, drainage facilities, sanitary sewer lines, water lines, pathways, landscaping and property boundaries. AS -Built Surveys ILS has extensive experience providing As -Built surveys both during construction and post construction. Construction support ILS has the capabilities necessary to complete surveying services required in support of constructing new projects or renovating existing facilities. We often work as part of the design team to provide utility locations, topographic measurements and as -built locations to prepare construction plans. Accurate information at the design stage helps the design team prepare a set of plans that are actually buildable on schedule and within budget. Construction support that we provide: • Construction Staking • Building Envelopes • Site Grading • Pre -construction Earthwork • Slope Staking • Check Points for Mass Grading Equipment • Volume Calculations Bid Quantities Excavation Calculations • Site Monitoring Section IV: Company Information Identification of Firm I Land Survey, LLC dba Informed Land Survey, LLC Established: May 1, 2005 Office Address 3215 S 12th St Tacoma, WA 98405 Phone: 253-627-2070 Fax: 253-637-9175 Mailing Address P.O. Box 5137 Tacoma, WA 98415 Contact Office: 253.627.2070 Fax: 253.627.9175 Website: i-landsurvey.com Email: admin@i-Iandsurvey.com Insurance General Liability: $2,000,000 Professional Liability: $1,000,000 Workers Compensation: Statutory Limits Automobile: $1,000,000 NAICS Codes: 541360, 541370, 541340 Section V: Fee Schedule Standard (Non -Prevailing Wage) Field Crew Hourly Rates One Man Field Survey Crew (Crew Chief) $ 110.00 Two Man Field Survey Crew (Crew Chief & Instrument Tech) $ 125.00 Professional Land Surveyor $ 135.00 Office Hourly Rates Office Tech 1 (Research) $ 80.00 Office Tech 2 (Drafter) $ 80.00 Professional Land Surveyor $ 135.00 Prevailing wage rates are County specific. Please inquire about specific rates for prevailing wage projects. 10 ACKNOWLEDGEMENT BY SURETY STATE OF ILLINOIS COUNTY OF COOK On this 71h day of March, 2017 before me, James R. O'Leary, a Notary Public, within and for said County and State, personally appeared Sandra M. Winsted to me personally known to be the Attorney -in -Fact of and for Fidelity and Deposit Company of Maryland and acknowledged that she executed the said instrument as the free act and deed of said Company. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. otary Public in the State of I lin County of Cook OFFICIAL SEAL JAMES R OLEARY NOTARY PUBLIC, STATE OF ILUNOIS COOK COUNTY MY COMMISSION EXPIRES 10/09/2020 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of MOLA.f... ,20 Michael Bond, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F. HALEY, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Sandra M. WINSTED, Susan A. WELSH, Judith A. LUCKY-EFTIMOV, James B. MCTAGGART, Debra J. DOYLE, Sandra M. NOWAK, Melissa L. FORTIER, Jessica B. DEMPSEY, Christina L. SANDOVAL and Diane M. O'LEARY, all of Chicago, llllinois, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 13th day of June, A.D. 2016. Secretary Michael McKibben ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Vice President Gerald F. Haley State of Maryland County of Baltimore On this 13th day of June, A.D. 2016, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, GERALD F. HALEY, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. '4t-:1. Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA-F 036-0055