Purchasing and Contracting Emergency Contracting Emergency Contract “Red Package” INSTRUCTIONS: *The City is unable to process payment without an executed contract. 1. 2. 3. 4. Do not alter this package. You may provide additional sheets if instructed to do so. All sections of this package will become the terms of your Contract. Emergency Work is considered public works. Review all Contract requirements and provide the Owner with a Quote to complete the Work and all incidentals provided herein. 5. Once notified you are the selected Contractor, Complete Section 4 Declaration and the Agreement Form and send original to: Address to: Purchasing and Contracting Department of Finance and Administrative Services Physical Address: Seattle Municipal Tower 700 Fifth Avenue, Suite 4112 Seattle, WA 98104-5042 Mailing Address: P.O. Box 94687 Seattle, WA 98124-4687 6. Provide the applicable evidence of Insurance and Payment and Performance Bond, if applicable. 7. Counter signature by FAS-Purchasing and Contracting (PC) is notification of Award; payment is contingent on an executed contract. Responsible Contractor requirements Before awarding any public works contract a Firm providing a quote must meet the following mandatory responsibility criteria: 1. At the time of quote submittal, have a certificate of registration in compliance with Chapter 18.27 RCW; 2. Have a current State unified business identifier number and City of Seattle business license, if applicable; etc. 3. If required by business type, have industrial insurance coverage for the Contractor’s employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW. If the Contractor has no employees, the Contractor must comply with the alternative election process and provide documentation under Title 50 and 51; and 4. Have received training on requirements related to public works and prevailing wage by Labor and Industries or approved training provider under RCW 39.04.350, and chapter 39.12 or are exempted by Labor and Industries. https://secure.lni.wa.gov/verify. 5. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 and not listed on the US Government’s System of Award Management database (http://www.sam.gov/); and 6. Meet any supplemental criteria requirements, if applicable. Emergency Public Works – “Red Package” Instructions Page 1 of 2 Revised: 5/2020 The Contractor, additionally must demonstrate compliance with the following City requirements: 1. The Contractor must show substantial compliance with social equity Contract requirements on past projects or evidence to responsibly perform, including but not limited to, compliance with the Inclusion Plan, Social Equity Plan, or Community Workforce. 2. The Contractor must have a current Seattle Business License and must be current on all Business and Occupancy Taxes pursuant to SMC 5.555.030 A, before Award when the Work is in the City of Seattle. The Contractor conducts business in the City of Seattle, or the Contractor owes Taxes to the City of Seattle. 3. The Contractor must be registered on the City’s Online Business Directory (OBD) website before Award. 4. Equal Benefits (SMC 20.45): Except as may be provided in the Equal Benefits Program rules. 5. Labor Standards (SMC 14.16, 14.17, 14.19, 14.20): Except as may be provided in the Office of Labor Standards rules, the Contractor must demonstrate compliance with the City’s fair labor standards. 6. Campaign Contributions (SMC 2.04): The Contractor must not be found in violation of earning more than $250,0000 in City contracts in the last fiscal year and contributed to a City elected official’s campaign. If the Owner determines a Firm to be not responsible, the Owner will not award to that Firm. Additionally, the selected Firm must verify responsibility criteria, as applicable, for each first-tier subcontractor, and a subcontractor of any tier that hires other subcontractors must verify responsibility criteria for each of its subcontractors. Verification must include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in items (1) through (4) above, and possess an electrical or plumbing Contractor license, if required by Chapter 19.28 RCW, or an elevator Contractor license, if required by Chapter 70.87 RCW. This verification requirement, as well as the responsibility criteria, must be included in every public works contract and subcontract of every tier. END OF INSTRUCTIONS PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 2 of 2 Revised: 7/2020 Purchasing and Contracting Emergency Contracting Emergency Public Works Contract Public Works #: 2020-082E Contract Title: Pier 58 Emergency Demolition and Removal SECTION 1: SCOPE OF EMERGENCY WORK On August 6th, it was found that the vertical support at the Pier 58 concrete pavilion and water fountain is failing and causing the entire structure to rotate, severing existing water service and fire mains; placing significant straining on the timber framing and remaining pier piles. Collapse of Pier 58 could result in damage to Pier 57 (Miner’s Landing), an SCL vault (services the aquarium at Pier 59), impact adjacent structures and cause environmental damage. The intent of this emergency contract is to render the site safe by demolishing the entire structure, reinstating or capping utilities as applicable, install new guardrails to close any gaps on the interface with Pier 59, Pier 57 and the seawall/walkway along Alaskan Way. Work shall be performed in accordance with the City of Seattle Standard Specifications for Construction and applicable Permits and includes but is not limited to: • Demolish and dispose of 48,230 sf pier including all decking, stringers, pile caps, sub-caps, bridging, concrete elements, surface improvements and architectural treatments, and all piles necessary for access or required to render the site and environment safe. • Salvage items as identified on plan sheet. • Install pedestrian railing at Pier 57, 59 and seawall interface to close off water’s edge • Provide gangway pedestrian access to SCL vault from Pier 59 apron • Cap Pier 58 utilities Required Submittals: • Site specific health & safety plan 1-07.1 • Waste management Plan 1-07.3 • Construction Stormwater Pollution Prevention Plan 8-01 • CPM Schedule 1-08.3 • Subcontractor Approvals1-08.1 • Demolition Plan 2-03 • Labor and Equipment Rates 1-07.9 • Lump Sum Breakdowns 1-09.3 • Railing shop drawing/details (design to be provided, pricing sheet has an allowance for this item) • SCL vault gangway shop drawings (design to be provided, pricing sheet has an allowance for this item) Exclusions/Assumptions • It is anticipated that this work will receive emergency permits including the following permits and that typical Best Management Practices and conditions for work within Puget Sound will apply. Copies of the permits will be provided when they are available. o Section 404/10 o WDFW Biological Option and Hydraulic Project Approval o Washington Department of Ecology Section 401 o Marine Mammal Protection Act Incidental Harassment Authorization o SDCI Shoreline Substantial Development o SDCI Demolition Permit • Permit conditions are anticipated to include typical requirements for marine work in Puget Sound including: o Use of turbidity curtain and debris curtain during all in-water and over-water work o Use of BMPs for demo and pile removal including priority for vibratory extraction of piles PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 1 of 22 Turbidity monitoring Sound attenuation (bubble curtain) Marine Mammal Monitoring – to be provided by City of Seattle Minimizing barge movement Documenting disposal of creosote timber Movement monitoring of adjacent structures Owner obtained permits (listed above) – will be provided to the contractor when they become available. Orion’s Contractor pricing & proposal clarifications as follows: is based on the following qualifications assumptions and exclusions: o Submitted pricing includes Payment & Performance bond, but does NOT include Contractor provided Builder’s Risk insurance policy o Creosote material disposal and handling is included. Hazardous materials such as lead and asbestos are NOT included. o Environmental controls such as slurry control, silt curtain and turbidity barriers are included. On-site testing for turbidity is assumed to be minimal and handled by contractor staff; special testing and lab consultation is not included. o Submitted pricing is based on the preliminary documents provided with the Emergency Pricing Request. C o Proposal excludes site paving, site storm water improvements, cost for handling, treatment and disposal of contaminated or hazardous materials, repair, upgrades, and maintenance of the existing structure during design and construction of the new facility. o Includes creosote material disposal and handling is included. Hazardous material such as lead and asbestos are not included o Any work, regardless of the nature, not specifically included in the proposal, is considered to be excluded. o Proposal is based on the timely receipt of necessary information from the City of Seattle. o Proposal is based on being provided full access to the project site at all times necessary to perform the work. o Proposal does not include Builders Risk insurance. o Pricing includes one complete mobilization and demobilization of required equipment and personnel. If additional mobilization or demobilizations are required due to conditions outside of the Contractor’s control, they will be considered extra cost. o Proposal includes environmental controls such as slurry control and disposal; secondary containment for slurry storage, POL, and chemicals brought on site by the Contractor; silt curtain; turbidity barriers; and standard demolition-related BMPs including those identified on the plans. o Contractor is not responsible for environmental permitting, dewatering or soil remediation. o Working schedule for this project is 10 hours per day, six days per week with the option to work Sundays as needed and pre-approved by the Owner. o Proposal excludes third party inspections or quality control. QA/QC will be performed with inhouse personnel and no third parties. o Proposal excludes any work and / or fees associated with any mitigation design or implementation as well as any additional specialized scientific studies or permit applications (beyond those mentioned in this proposal) that may be required from the agencies governing the project site. These additional studies may include, but are not limited to, an Essential Fish Habitat Analysis, Alternatives Analysis, or marine mammal data collection. o The Permitting durations provided are considered to be an estimate and outside of the control of the Contractor’s team. The proposal does not account for any excessive project delays or additional construction requirements caused by permitting or design approval agencies. o o o o o o o • PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 2 of 232 Attachments: • • • • • Request for Emergency Pricing & Attachments (A, B, & C) Emergency Pricing Request, signed 8/21/20 Contractor Proposal, dated 8/21/20 Owner obtained permits (see Exclusions/Assumptions) Department Construction Management forms: o Request for Information (RFI) o Subcontractor Approval Application o Submittal Transmittal & Response PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 3 of 232 SECTION 2: GENERAL TERMS AND CONDITIONS By providing a quote for the Work listed in Section 1 above you are agreeing to the following: 1. EMERGENCY WORK BY CONTRACTOR The Contractor must perform the emergency Work as instructed and described in the Contract which may include the Contractor’s Quote, Plans, Specifications and any other related Contract documents which is attached hereto and incorporated herein. Emergency Work is to repair or replace facilities, utilities or infrastructure damaged under unforeseen conditions, which have caused a real and imminent threat to person, property or environment. Emergency Work will be repair-in-kind or replacement to current standards. Unless otherwise directed in the contract, all reference, definitions, processes, etc. will follow the City of Seattle Standard Plans and Specifications for Road, Bridge, and Municipal Construction (current edition). 2. CONTRACT MANAGEMENT Seattle Department of Transportation (Department) must have primary responsibility for the Owner under this Contract and must oversee and approve all emergency Work to be performed, coordinate communications, and review and approve all invoices under this Contract. 2.1 COORDINATION OF THE CONTRACT All parts of this Contract, including attachments, are essential and complementary. A requirement occurring in one part is binding as though occurring in all. Work or materials that have been omitted from the description or scope, but clearly implied, must be furnished by the Contractor as though it had been specifically stated. The Contractor must immediately notify, in writing, the Owner if the Contractor finds a discrepancy in different parts or attachments of the Contract. The Contractor must not proceed with any Work affected by such discrepancy until directed, in writing, by the Owner. 3. NOTICE TO PROCEED/TIME OF COMPLETION A. No emergency Work is to be performed prior to issuance of Notice to Proceed by the Owner. B. All emergency Work under this Contract is to be Substantially Complete: By this date: 12/31/20 . 4. PAYMENT A. The Owner must pay the Contractor for the emergency Work performed under this Contract as follows: SELECT CONTRACT TYPE: Lump Sum set forth in the Emergency Pricing Request. The Contractor must do all emergency Work and furnish all labor, tools, materials, equipment, in accordance with and as described in the Quote Form and the City of Seattle Standard Plans and Specifications, current edition (standards, codes, etc. which should be followed) which are incorporated herein. The Contractor must provide and bear the expense of all equipment, emergency Work and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the emergency Work provided for in this Contract and every part thereof; except as mentioned in the Quote Form to be furnished by the Owner. B. Payments must be in accordance with Section 1-09.9 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). The payment process can be negotiated at the discretion of the Owner. PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 4 of 232 C. The Contractor must maintain time and expense records, which may be requested by the Owner. The Contractor must submit invoices to the Owner for payment for emergency Work performed. All invoices must reference the public works number (PW#2020-082E) and must be in a format acceptable to the Owner. D. The Owner must pay all Contractor invoices within thirty (30) days of receipt of an approved invoice. Payment for emergency Work performed must not be evidence of acceptable performance or an admission by the Owner that any emergency Work has been satisfactorily completed. E. All records and accounts pertaining to this Contract must be available for inspection upon request by the Owner for a period of six (6) years after final payment. F. If during the course of the Contract, the emergency Work rendered does not meet the requirements set forth in the Contract, the Contractor must correct or modify the emergency Work to comply with the requirements of this Contract at the Contractor’s sole expense, and without delaying the time of completion. The Owner must have the right to withhold payment for such emergency Work until it meets the requirements of the Contract documents. 5. RESPONSIBILITY OF THE CONTRACTOR A. Examination of the project site: The Contractor must carefully examine the project site and existing damage. Submittal of a quote must be conclusive evidence that the Contractor has made the necessary examinations and understands the requirements for completion of the Emergency Work. The Contractor further warrants, agrees and acknowledges by submitting a quote that: i. The Contractor has taken all necessary steps to ascertain the scope and need of the repair/replacement, the nature and location of the Emergency Work. ii. The Contractor has investigated and is satisfied as to the general and location conditions which can affect the Emergency Work and its cost, including, but not limited to: a. Conditions bearing upon acquisition, transportation, disposal, handling and storage of materials; b. The availability of labor, materials, water, electricity and roads; c. Uncertainties of weather, river stages, tides, or similar physical conditions at the project site; d. The conformation and condition of the ground; e. The character of equipment and facilities needed preliminarily and during Emergency Work performance; f. Site and environmental conditions which by statute, law or regulations require specific training and certifications for employees. iii. Is satisfied as to the character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the Project Site. B. Project Cleanliness and Final Cleanup. The Contractor must keep the Project Site clean and remove debris, refuse and discard materials of any kind resulting from Work in accordance with Section 1-04.10 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). C. Management and Disposal of Waste. All waste generated or encountered under this Contract must be managed in accordance with all applicable local, State and federal regulations and law. Unless otherwise specified in the Contract, the Contractor is responsible for arranging and implementing the proper handling, management, segregation, storage, transport and disposal of all wastes that are not Dangerous Wastes, including processing and maintaining required documentation in accordance with Section 1-07.3 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 5 of 232 D. Water Quality and Temporary Construction Stormwater Pollution Prevention. The Contractor must comply with City ordinances, State and federal laws and other regulations or rules applicable to water pollution occurring in waters of the State and in interstate waters. See Section 1-07.5 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). The Contactor must incorporate practices that prevent erosion, or control erosion when erosion is unavoidable, and must make every effort to maintain effective erosion and sediment controls throughout the Work in accordance with Section 1-07.15 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). E. Protection and Restoration of Property. The Contractor must protect from damage or destruction, Real Property within or adjacent to the Project Site including improvements thereto and fixtures found under or upon, and all personal property located within or adjacent to the Project Site that is not designated for repair, replacement or removal. Refer to Section 1-07.16 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). F. Safety. The Contractor must take all necessary precautions for the safety of all persons on the emergency Work site and must comply with all applicable provisions of federal, state and local regulations, ordinances and codes. The Contractor must erect and properly maintain at all time, as required by the conditions and progress of the emergency Work, all necessary safeguards for the protection of emergency Workers and the public and must post danger signs warning against known or unusual hazards. The Contractor is responsible for complying with Section 1.07.1(2) SAFETY RULES AND STANDARDS and Section 1-07.23 PUBLIC CONVENIENCE AND SAFETY of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). G. Temporary Traffic Control. The Contractor, must plan, manage, supervise and perform all temporary traffic control activities needed to support the Work of the Contract in compliance with Section 1-10 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). H. Defective and Unauthorized Work. Work and Materials that do not conform to the requirements of the Contract, Work done beyond the lines and grades shown on the Drawings or established by the Engineer, or extra Work and Materials furnished without prior written approval will be considered defective Work or unauthorized Work as applicable. Work Performed and Materials furnished will be subject to inspection by the Engineer in accordance with Section 1-05.6 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). Contractor must be responsible for correcting all defects in emergency workmanship or materials discovered within one (1) year after acceptance of this emergency Work. If corrections are required, Contractor is responsible for defects in emergency workmanship and materials for one year after acceptance of those corrections. Within seven (7) days of receiving notice, the Contractor must start emergency Work to remedy such defects and complete emergency Work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, the Owner may choose to complete such corrections by Contract or any other means. The costs associated with completing this emergency Work and any damages resulting from the defects must be borne by the Contractor. I. Warranty. The Contractor must furnish any guaranty or warranty furnished as a normal trade practice with the purchase, by the Contractor or a Subcontractor, of any equipment, Materials, or items incorporated in the Work, in accordance with Section 1-05.10 of the City of Seattle Standard Specifications (current edition). The Contractor must be liable for any costs, losses, expenses, additional damages including consequential damages suffered by the Owner resulting from defects in the Contractor’s emergency Work including, but not limited to, cost of materials and labor expended by the Owner in making additional emergency repairs and cost of engineering, inspection and supervision by the Owner. J. Nondiscrimination and Affirmative Efforts. The Contractor agrees not to discriminate against any employee or applicant or any other persons in the performance of this Contract because of race, religion, sex, creed, color, national origin, ancestry, marital status, gender identity, sexual orientation, age, the presence of any PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 6 of 232 sensory, mental, or physical handicap, or other circumstances as may be defined by federal, state or local law or ordinance. The Owner will not enter into contracts with Contractors that do not agree to use Affirmative Efforts to employ women and minority group members as required under SMC 20.42, who do not agree to ensure an Acceptable Worksite, or who violate any provisions of that chapter. The Contractor must comply with the provisions of RCW 35.22.650. The Contractor must comply with the City’s Fair Contacting Practices Ordinances law (SMC Ch. 14.10 as amended), which prohibits discrimination in contracting practices. K. Acceptable Worksite: An Acceptable Worksite is defined as a Worksite that is appropriate, productive, safe, free from bullying, hazing or harassment. An Acceptable Worksite is free from behaviors that may impair production, and/or undermine the integrity of the work conditions including but not limited to job performance, safety, productivity, or efficiency of workers. A Worksite is defined as The Project Site and any field or company offices used for the Project, or other locations used in conjunction with the Project where Work is performed. The Contractor must ensure an Acceptable Worksite and will include this Section in all subcontracts. The intent of the person that appears to violate the Acceptable Worksite is not a measure of whether such behaviors are appropriate; rather the standard is whether a reasonable person should have known that such behavior would cause a worker to be humiliated, intimidated, or otherwise treated in an inappropriate, discriminatory, or differential manner. Behaviors that violate an Acceptable Worksite include but are not limited to: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Persistent conduct that to the reasonable person would be perceived as offensive and unwelcome; Conduct that a reasonable person would perceive to be harassing or bullying in nature; Conduct that a reasonable person would perceive to be hazing; Verbal references that a reasonable person would perceive to be offensive stereotypes or racial/gender slurs; Jokes about race, gender, or sexuality that a reasonable person would perceive to be offensive; Assigning undesirable tasks, unskilled work to trained apprentices and journey-level workers, manual work in lieu of work with appropriate equipment, unsupervised work, or dangerous work in disproportionate degrees to apprentices, women, or workers of color; Language that a reasonable person would perceive to be offensive based on race, gender or oriented towards sexuality; Name-calling, cursing or unnecessary yelling, including from a supervisor, foreman or other more senior person that a reasonable person would perceive as offensive; Repeating rumors about individuals in the Worksite that a reasonable person would perceive as harassing or harmful to the individual’s reputation; Refusal to hire someone based on race, gender, sexuality, or any other protected class; References to or requests for immigration status (other than required by law), religious affiliation, gender affiliation, criminal background, or other related aspects of a worker unless mandated by federal law. An Acceptable Worksite must assign work in a manner that respects training objectives for apprentices, and ensures an equitable distribution of meaningful work, training, and assignments among all workers, including women, people of color, or other defining characteristics. Maintaining and managing an Acceptable Worksite is the Contractor responsibility, although each subcontractor must also have accountability for performance in sustaining and managing their worksites. PC will monitor Worksites to ascertain whether a risk or circumstance exists that may merit a remedy. Monitoring may include proactive observations of the Worksite, interviews of individuals familiar with the PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 7 of 232 Worksite, data that may evidence disparities, investigation of complaints by an individual familiar with the Worksite, or other evidence. Except for unusual circumstances that require confidentiality, should situations arise that may require attention, PC will notify and collaborate with the prime contractor to discuss appropriate remedies, and may likewise notify subcontractors and appropriate unions when necessary for the resolution of the situation. This does not prevent PC from requiring other remedies such as those found in Section 1-08(3) of the City of Seattle Standard Specifications (current edition), if PC regards the situation as urgent, of particular potential harm, or without timely resolution. K. Employment. The Contractor, while engaged in the performance of any emergency Work or services required under this Contract, must not be considered an employee of the Owner. Any and all claims that may arise under the Workers Compensation Act and any and all claims made by a third party as a consequence of any act or omission on the part of the Contractor while so engaged in any of the emergency Work or services provided for or rendered herein, must not be the obligation of the Owner. 6. COMPLIANCE WITH LAWS A. The Contractor must comply with all federal, state and local laws and regulations applicable to the emergency Work to be completed under this Contract. B. Any violation of the provisions of this section must be considered a violation of a material provision of this Contract and must be grounds for termination, or suspension of the Contract by the Owner, in whole or in part, and may result in ineligibility for further emergency Work for the Owner. C. Equal Benefits. The Contractor must comply with Chapter 20.45 SMC, under which the Contractor is obligated to provide the same or equivalent benefits (equal benefits) to its employees with domestic partners as the Contractor provides to its employees with spouses. At the Owner’s request, the Contractor must provide complete information and verification of compliance with Chapter 20.45 SMC. Evaluation of the Contractor’s compliance is based on the criteria listed in Chapter 1-07.11 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). D. Equal Employment Opportunity. The Contractor, by executing this Contract, is affirming that the Contractor complies with all applicable federal, state, and local non-discrimination laws, including but not limited to Chapter 14.04 SMC, Chapter 14.10 SMC, and Chapter 20.42 SMC. E. Women and Minority Business Enterprises Non-Discrimination Requirements. The Owner intends to provide the maximum practicable opportunity for increased participation by minority and women owned businesses, as long as such businesses are underrepresented, and to ensure that the Owner’s contracting practices do not support discrimination in employment when the Owner procures public works, goods, and services from the private sector. The Owner will not enter into contracts with Contractors that do not agree to use Affirmative Efforts to employ or contract with women and minority group members as required under SMC 20.42, who do not agree to ensure an Acceptable Worksite, or who violate any provisions of that chapter, or those requirements set forth below. The Contractor must comply with the provisions of RCW 35.22.650 as follows: “Contractor agrees that the Contractor must actively solicit the employment of minority group members. Contractor further agrees that he must actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contractor must furnish evidence of his compliance with these requirements of minority employment and solicitation. Contractor further agrees to consider the grant of subcontracts to said minority Contractors on the basis of substantially equal proposals in the light most favorable to said minority businesses. The Contractor must be required to submit evidence of compliance with this section as part of the bid.” “As used in this section, the term ‘minority business’ means a business at least 51% of which is owned by minority group members. Minority group members include but are not limited to blacks, women, Native Americans, Asians, Eskimos, Aleuts, and Hispanics.” PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 8 of 232 7. CHANGES A. As the Work proceeds, the Owner may, at any time without notice to the Surety, or sureties, change the Emergency Work within the general scope of this Contract to successfully complete the repair. Change may include, but not limited to: 1. Deleting Work that is not necessary, 2. Increasing or decreasing quantities, 3. Revising the way the Work is to be done, 4. Adding additional Work necessary to successfully complete the repair, 5. Ordering the Contractor to speed up or delay the Work. B. The Contractor must obtain written consent of the Surety, or sureties, if changed Work increases the Awarded Contract Price by more than 25%, or the Owner specifically requests the Surety’s consent. C. Changes to the Emergency Work will be incorporated into the Contract by Change Order. The Contractor accepts all terms and requirements of the Change Order by signature of the Change Order. D. Other changes may be made, if necessary, in accordance to the provisions of Section 1-04.3 of the City’s Standard Specifications (most recent addition). 7.1 DIFFERING SITE CONDITIONS or CHANGED CONDITIONS A. If the Contractor encounters: 1. Pre-existing subsurface or latent physical conditions at the Project Site differing materially from those indicated in the Contract and information available to Contractors; or 2. Pre-existing unknown physical conditions at the Project Site of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract and information available to Contractors, the Contractor must provide written notice to the Owner before the conditions are disturbed on the date of discovery or promptly the next Working Day. The Contractor must not proceed with that portion of the Work until ordered to do so. B. Upon notification by the Contractor, or when the Owner suspects a differing site condition, the Owner will promptly investigate the alleged changed condition, and: 1. If the Owner determines that differing site conditions do not exist, the Contractor will be so notified by written notice. Should the Contractor disagree with such determination, the Contractor may file a written claim pursuant to the requirements of Section 10; or 2. If the Owner finds that conditions are materially different and cause an increase or decrease in the Contractor’s cost of, or the time required for, performing all or any part of the Work, the Owner will make an equitable adjustment in the payment for the performance of the Work or the time for performance. No equitable adjustment will be allowed unless the Contractor has given the written notice required in subsection “A” above; provided, however, the time for giving the written notice may be extended by the Owner for good cause. The time for giving written notice will not be extended beyond the time the Contractor knew, or should have known, of the existence of the differing site condition. If there is a decrease in the cost or time required to perform the Work, failure of the Contractor to notify the Owner of the differing site condition must not affect the Owner’s right to make an adjustment in cost or time. PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 9 of 232 7.2 DISCOVERIES OF CONTAMINATED MATERIAL(S), DANGEROUS WASTES(S) AND TSCA WASTE(S) During the performance of the Work, the Contractor must respond to each discovery of potential Contaminated Material(s), potential Dangerous Waste(s), or potential TSCA Waste(s) on the Project Site using due diligence, in accordance with Section 1-07.29 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). 8. TERMINATION OF CONTRACT A. The Owner may terminate the Contract for default and take possession of the premises and all materials thereon and finish the emergency Work by whatever methods it may choose, by giving ten (10) days written notice to the Contractor, upon the occurrence of any one or more of the events hereafter specified: 1. The Contractor makes a general assignment for the benefit of its creditors, or a receiver is appointed as a result of the insolvency of the Contractor. 2. The Contractor refuses or fails to complete the emergency Work required herein. 3. The Contractor fails to make prompt payment to subcontractors for material or labor. 4. The Contractor fails to comply with any applicable federal, state, or local law or regulation. 5. The Contractor fails to comply with instructions of the Project Manager or breaches a material provision of this Contract. B. In the event this Contract is terminated by the Owner for default, the Contractor must not be entitled to receive any further amounts under this Contract for emergency Work that has not been accepted as of the date of termination. The Contractor must bear all costs and liabilities incurred by the Owner and caused by, or relating to, the Contractor’s breach, including, but not limited to, increased costs in completing the emergency Work. C. Termination for Public Convenience. The Owner may terminate the Contract in whole or in part if the Owner determines that termination is in the best interests of the public. 9. OWNERSHIP OF DOCUMENTS A. Upon completion or termination of this Contract, all finished or unfinished documents or other materials prepared by the Contractor pursuant to this Contract must become the sole physical and intellectual property of the Owner, and must be promptly forwarded to the Owner. B. Any records, reports, information, data, or other documents or materials provided to or prepared or assembled by the Contractor under this Contract will be kept confidential and must not be made available to any individual or organization by the Contractor without prior written approval of the Owner or by court order. 10. DISPUTES AND CLAIMS The dispute resolution process must follow the procedures set forth in Section 1-04.4 of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). Any claim against the Owner for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the Owner within thirty (30) days after the discovery of such damage, expense, cost, or extra, and in no event later than the time of making application to the Owner for final payment. The Contractor, upon making application for final payment, must be deemed to have waived its right to claim for any other damages for which PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 10 of 232 a claim has not been made, unless such application for final payment includes notice of additional claim and fully describes such claim. 11. INDEMNIFICATION The Contractor must defend, indemnify and save harmless the Owner and its officers, employees and agents from every claim, risk, loss, damage, demand, suit, judgment and attorney's fee, and any other kind of expense on account of injury to or death of any and all persons, or on account of property damage of any kind, whether tangible or intangible, or loss of use resulting there from arising out of or in any manner connected with the Emergency Work performed under this Contract, or caused or occasioned by reason of the presence of the property, or an officer, employee or agent of either the Contractor or a Subcontractor upon or in proximity to the property of the Owner, at any time before the Completion Date. If the claim, suit, or action for injuries, death, or damage is caused by or results from the concurrent negligence of (a) the Contractor or its officer, agent, or employee and (b) the Owner or its officer, agent or employee, these indemnity provisions must be valid and enforceable only to the extent of the Contractor’s negligence. The Contractor must also indemnify, defend, and save harmless any county, city or district and the officers and employees of said county, city or district connected with the Emergency Work within the limits of which county, city or district the Emergency Work is being performed hereunder all in the same manner and to the same extent as provided above for the protection of the Owner and the Owner's officers, employees and agents provided that no retention of money due the Contractor will be made by the Owner except as provided in RCW 60.28, pending disposition of suits or claims for damages brought against the county, city or district. Contractor hereby assumes all risk of damage to its property, or injury to its officers, directors, agents, Contractors, or invitees, in or about the Project from any cause, and hereby waives all claims against the Owner. The Contractor further waives, with respect to the Owner only, its immunity under RCW Title 51, Industrial Insurance, or any other worker’s compensation law. Neither the requirement that the Contractor maintain insurance, nor the type of insurance maintained by the Contractor, are construed as waiving or limiting the Contractors lability under this Indemnification section. 12. INSURANCE The Contractor must (1) not begin Work until the Owner is named as additionally insured, and (2) keep required insurance in force at all times during the term of the Contract. The term “insurance” herein must include but not be limited to self-insurance, alternative risk transfer techniques, capital market solutions or any other form of risk financing. The limits of liability specified herein are minimum limits only. Such minimum limits of liability requirements must not be construed to limit the liability of the Contractor, that of any subcontractor of any tier or of any of their respective insurers. Any provision in any Contractor or subcontractor insurance policy that limits available limits of liability to those specified in a written agreement or contract must not apply and all insurance policies, with the exception of Professional Liability and Workers Compensation, must include the City of Seattle as an additional insured for primary and non-contributory limits of liability for the full valid and collectible limits of liability maintained by the Contractor or subcontractor, whether such limits are primary, excess, contingent or otherwise. This provision must apply regardless of whether limits maintained by the Contractor are greater than those required by this Contract, and regardless of whether the certification of insurance provided by a subcontractor of any tier lower minimum limits than those specified for or maintained by the Contractor. The insurance must provide the minimum coverages and limits of liability and meet all other requirements as set forth herein. Providing evidence of coverage for these stated minimum limits of liability must not relieve the Contractor, any subcontractor of any tier or any of their respective insurers from liability for claims in excess of such stated minimum limits of liability should higher limits of liability be placed. If Work is subcontracted, PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 11 of 232 applicable minimum coverages and limits of liability may be evidenced by any subcontractor provided that such insurance fully meets the applicable requirements set forth herein. A. Commercial General Liability (CGL) insurance CGL insurance must include coverage for: 1. Premises/Operations 2. Products/Completed Operations 3. Personal/Advertising Injury 4. Contractual 5. Independent Contractors 6. Stop Gap (unless insured as Employers Liability under Part B. of a Workers Compensation Insurance Policy) 7. Per project aggregate per ISO CG 25 03 (Aggregate Limits of Insurance per Project) or Equivalent 8. Blasting (if explosives are used in the performance of the Work) Such insurance must provide a minimum limit of liability of $1,000,000 each Occurrence Combined Single Limit Bodily Injury and Property Damage (CSL) except $1,000,000 each Offense Personal/Advertising Injury and $1,000,000 each Accident/ Disease - Policy Limit/ Disease - each Employee Stop Gap or Employers Liability. $1,000,000 Products/Completed Operations and $1,000,000 General Aggregate and includes the following: a. Products and Completed Operations Additional Insured The Contractor’s CGL insurance must include the Owner as an additional insured for Products and Completed Operations by providing additional insured status on the ISO CG 20 10 11 85 or CG 20 37 endorsement, or by an equivalent policy or endorsement provision. The Products and Completed Operations additional insured status for the Owner must remain in effect for not less than three (3) years following the Physical Completion Date or Final Acceptance of the Work (as applicable) by the Owner. b. XCU and Subsidence Perils Not Excluded The Contractor’s CGL insurance shall not exclude perils generally known as XCU (Explosion, Collapse and Underground Property Damage), Subsidence, Absolute Earth Movement (except as respects earthquake peril only) or any equivalent peril. B. Automobile Liability Insurance Automobile Liability for owned, non-owned, hired, and leased vehicles, as applicable, with a minimum limit of liability of $1,000,000 CSL. In-transit pollution liability is required if pollutants are to be transported, MCS 90 and CA 99 48 endorsements are required on the Automobile Liability insurance policy. C. State of Washington Statutory Workers’ Compensation Insurance The Contractor must comply with Workers’ Compensation coverage as required by Title 51 RCW (Industrial Insurance). D. Contractor’s Pollution Liability Insurance The Contractor shall provide a Pollution Liability policy for pollutants that are or may be remediated on or off site covering claims, including investigation, defense, or settlement costs and expenses that involve bodily injury and property damage (including natural resources damages and loss of use of tangible property that has not been physically injured) covering: 1. Pollution conditions caused or made worse by the Contractor, including clean-up costs for a newly caused condition or a historical condition that is made worse. PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 12 of 232 2. The vicarious liability of subcontractors of any tier. Such Pollution Liability insurance shall provide a minimum limit of liability of $5,000,000 each claim with a minimum aggregate limit of 200% of each claim limit. There shall be no requirement for a dedicated project aggregate limit provided that the Contractor shall (1) cause to be submitted to the City prior to the Notice to Proceed date with its insurance certification a written statement from its authorized insurance representative that the full minimum aggregate limit is available and has not been impaired by any claims reserved on another project, and (2) thereafter, until the completion of the Work, the Contractor shall provide notice in writing to the City within ten (10) days of Contractor’s constructive knowledge of any pending or actual impairment of the aggregate limit. E. Umbrella or Excess Liability Insurance The Contractor shall provide minimum Excess or Umbrella Liability coverage limits of $4,000,000 each occurrence in excess of the primary CGL and Automobile liability insurance limits specified in Paragraph 12. The minimum total limits requirement of $5,000,000 may also be satisfied with primary CSL and/or Automobile liability insurance limits or any combination of primary and excess/umbrella limits. F. Contractor’s Professional Liability The Contractor must provide evidence of Professional Liability insurance covering professional errors and omissions for construction management, value engineering, or any other non-construction professional services. Such insurance must provide a minimum limit of liability of $1,000,000 each claim and may be evidenced as an extension of a CGL policy or by a separate Professional Liability policy. If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, must be no later than the Notice to Proceed Date. G. RESERVED H. RESERVED If the Contractor’s means and methods include the use of any watercraft or in-water work, the Contractor must maintain the following coverages, when or if applicable: I. United States Longshore and Harborworkers (U.S.L.&H.) Act Workers Compensation Insurance The Contractor must maintain insurance coverage in compliance with the statutory requirements of the U.S. Longshore and Harbor Workers' Compensation Act administered by the U.S. Department of Labor with a minimum limit of liability of $5,000,000. J. Jones Act Insurance If Contractor’s means and methods, or the Contract requirements, include use of any divers or crews on watercraft (e.g., boat, barge, vessel) of any size, the Contractor must maintain, or cause to be maintained, evidence of insurance in compliance with the statutory requirements of the Merchant Marine Act of 1920 (the "Jones Act") with a minimum limit of liability of $5,000,000. K. Marine General Liability Marine General Liability covering bodily injury including wrongful death, third party property damage including loss of use thereof, premises/operations liability, products/completed operations, personal/advertising injury, contractual liability, stop gap or employer’s liability (for monopolistic state projects), fire damage legal liability, action over indemnity, sudden and accidental pollution, amended exclusions for care, custody and control and watercraft liability to cover work related to this project. Coverage also to extend to cover stevedores legal liability, wharfinger’s legal liability, terminal operator’s liability and charterer’s legal liability, when applicable. Coverage shall be on an occurrence basis and limits of liability shall not be less than $5,000,000 per occurrence and in the aggregate. The General Aggregate limit is to apply separately to each project. PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 13 of 232 With the following coverages: 1. Hull and Machinery (H&M) Insurance: Covering all watercraft used in performing work. Such coverage shall be written on the American Institute Hull Clauses (6/2/1977) form and shall include collision and tower’s liability (if not provided under the P&I) coverage. Amount of coverage shall be equal to the fair market value of the vessel. Navigation warranties shall be sufficient to cover the work performed under this contract. 2. Protection & Indemnity Insurance: Covering all watercraft used in performing work. Such coverage shall be written on the American Institute Hull Clauses (6/2/1977) form and shall include collision and tower’s liability (if not provided under the P&I) coverage. Amount of coverage shall be equal to the fair market value of the vessel. Navigation warranties shall be sufficient to cover the work performed under this contract. 3. Vessel Pollution Insurance: Covering all owned or operated watercraft used in performing work and/or services related to this project. Such coverage shall be written on the Water Quality Insurance Syndicate policy form, or equivalent, and shall include bodily injury. Limits of liability shall be in accordance with OPA90, but not less than $5,000,000 each occurrence. Vessel owner or operator shall also have Certificate of Financial Responsibility pursuant to OPA90, Coast Guard Regulations and State of California, as required. Any “as owner” or “other than owner” limitations of liability are to be deleted or amended not to apply to project owner. Navigation warranties shall be sufficient to cover the work performed under this contract. 4. RESERVED 5. Charterer’s Legal Liability --Required if contractor is borrowing (time or voyage chartering) boats/vessels (and if not included in Marine General Liability above): for any chartered, leased or borrowed watercraft used in performing work and/or services related to this project. Such coverage shall include but not be limited to third party bodily injury and property damage, including damage to the chartered, leased or borrowed watercraft and including damage to cargoes carried on said watercraft. Coverage to also include pollution liability. 12.1 INSURANCE – GENERAL REQUIREMENTS 1. City of Seattle as Additional Insured: The CGL/MGL insurance shall include “the City of Seattle” as an additional insured for primary and non-contributory limits of liability. 2. No Limitation of Liability: Insurance coverage and limits of liability as specified herein are minimum coverage and limit of liability requirements only; they shall not be construed to limit the liability of Vendor or any insurer for any claim required to be covered hereunder. Moreover, the City shall be an additional insured, where additional insured status is required, for the full available limits of liability maintained by vendor, whether those limits are primary, excess, contingent or otherwise. Vendor expressly understands and agrees that this provision shall override any limitation of liability or similar provision in any agreement or statement of work between the City and Vendor. 3. Required Separation of Insured Provision; Cross-Liability Exclusion and other Endorsements Prohibited: Vendor’s insurance policy shall include a “separation of insureds” or “severability” clause that applies coverage separately to each insured and additional insured, except with respect to the limits of the insurer’s liability. Vendor’s insurance policy shall not contain any provision, exclusion or endorsement that limits, bars, or effectively precludes the City of Seattle from coverage or asserting a claim under the Vendor’s insurance policy on the basis that the coverage or claim is brought by an insured or additional insured against an insured or additional insured under the policy. Vendor’s CGL policy shall NOT include any of the following Endorsements (or their equivalent endorsement or exclusions): (a) Contractual Liability Limitation, (CGL Form 21 39 or equivalent), b) Amendment Of Insured Contract Definition, (CGL Form 24 26 or equivalent), (c) Limitation of Coverage to Designated Premises or Project, (CGL Form 21 PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 14 of 232 44 or equivalent), (d) any endorsement modifying or deleting the exception to the Employer’s Liability exclusion, (e) any “Insured vs. Insured” or “cross-liability” exclusion, and (f) any type of punitive, exemplary or multiplied damages exclusion. Vendor’s failure to comply with any of the requisite insurance provisions shall be a material breach of, and grounds for, the immediate termination of the Contract with the City of Seattle; or if applicable, and at the discretion of the City of Seattle, shall serve as grounds for the City to procure or renew insurance coverage with any related costs of premiums to be repaid by Vendor or reduced and/or offset against the Contract. 12.2 EVIDENCE OF INSURANCE (DOES NOT APPLY TO STATE OF WASHINGTON STATUTORY WORKERS’ COMPENSATION) The Contractor must deliver to the Owner, as soon as practicable, certification of insurance meeting the requirements set forth herein. The certification of insurance must include the following: 1. An ACORD certificate or equivalent form fully disclosing all coverages and limits of liability maintained. 2. A copy of the additional insured endorsement or blanket additional insured language to the Commercial General Liability and (if required) Pollution Liability insurance documenting that the City of Seattle is an additional insured for primary and non-contributory limits of liability and (if required) Products and Completed Operations Additional Insured; A statement of additional insured status on an ACORD or other form of certificate of insurance will not satisfy this requirement. 3. A copy of each policy’s declarations page and schedule of forms and endorsements. 4. Any other policy language or endorsements that documents compliance with the requirements herein, including CA 99 48 and MCS-90 endorsements. 5. Should any insurance policy neither be issued nor delivered to the named insured Contractor at the time it delivers the signed Contract for the Work, the Contractor must deliver and maintain on file with the City binders of insurance evidencing compliance with the requirements herein. As soon as practicable after delivery of the policy(ies), the Contractor must deliver the certification specified in paragraphs 2., 3. and 4. above. At any time upon the Owner’s request, the Contractor must forward to the Owner a true and certified copy of any insurance policy(s). 12.3 CHANGES IN INSURANCE REQUIREMENTS The City shall have the right to periodically review the adequacy of coverages and/or limits of liability in view of inflation and/or a change in loss exposures and shall have the right to require an increase in such coverages and/or limits upon ninety (90) days prior written notice to the Contractor. Should the Contractor, despite its best efforts, be unable to maintain any required insurance coverage or limit of liability due to deteriorating insurance market conditions, it may upon thirty (30) days prior written notice request a waiver of any insurance requirement, which request shall not be unreasonably denied. This paragraph 12 must survive the expiration or earlier termination of this Contract. 13. PREVAILING WAGES This Contract is subject to the prevailing wage requirements of Chapter 39.12 RCW (as amended). NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT MUST BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for the Contract is made a part of this Contract for King County and as set forth by the Department of Labor and Industries and the effect date must be the date the Agreement Form is fully executed. Prior to making any payment under PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 15 of 232 this Contract, the Owner must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor & Industries. It is the Contractor’s responsibility to obtain and file the "Statement of Intent to Pay Prevailing Wage". The Contractor must be responsible for all filing fees. Each invoice must include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, the Contractor must submit an "Affidavit of Wages Paid" to PC. 13.1 PAYROLL REPORTS Payroll reports for the Contractor, every Subcontractor, and all other individuals or firms required to pay prevailing wages for Work performed must be submitted weekly via an on-line reporting portal http://www.LCPtracker.net. The Contractor must be responsible for approving electronically the payrolls submitted by all Subcontractors. Payroll reports must be in accordance with Section 1-07.9(1) of the City of Seattle Standard Specifications for Road, Bridge and Municipal Construction (current edition). 14. CONTRACT DOCUMENTS AND MODIFICATION This Contract, together with the Attachments and the City of Seattle Standard Plans and Specifications for Road, Bridge and Municipal Construction (current edition), applicable standards and codes represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may be amended only by written instrument properly signed by both parties hereto. 15. LIQUIDATED DAMAGES Liquidated Damages does not apply to Emergency Work. 16. PAYMENT AND PERFORMANCE BOND The successful Firm must provide an original, executed Payment & Performance Bond for the awarded Contract Price. If a Payment and Performance bond applies, it must: 1. Be on a form provided by the Owner; 2. Be signed by an approved Surety (or Sureties) that: a. Is registered with the Washington State Insurance Commissioner, b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; c. Has a current rating of at least A-VII in A.M. Best’s Key Rating Guide or is included in the U.S. Department of the Treasury’s Listing of Approved Sureties (Circular 570). 3. The Owner may require the Surety (or Sureties) named on the Payment and Performance Bond to appear and qualify itself whenever the Owner deems the Surety (or Sureties) to be inadequate. In such case, the Owner may require upon written demand that the Contractor furnish additional Surety to cover any remaining emergency Work. Until the added Surety is furnished, payment on the Contract will stop. 17. RETAINAGE A. Pursuant to Chapter 60.28 RCW there will be reserved and retained from monies earned by the Contractor on progress estimates during the progress of the Work, a sum equal to five percent (5%) of the monies earned by the Contractor. Such retainage must be used as a trust fund for the protection and payment of: 1. Claims by the State with respect to taxes imposed pursuant to Title 82 RCW that may be due from such Contractor; and PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 16 of 232 2. The claims of any person or persons, mechanic, Subcontractor or Materialperson who must perform any labor under such Contract or the doing of said Work, and all persons who must supply such person or persons or Subcontractors with provisions or Supplies for carrying on such Work. B. Monies reserved under provisions of Chapter 60.28 RCW must, at the option of the Contractor, be: 1. Retained in a non-interest bearing fund by the Owner; or 2. Deposited by the Owner in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the Owner under the provisions of a public improvement contract must be paid to the Contractor; or 3. Placed in escrow with a bank or trust company by the Owner. When the monies reserved are to be placed in escrow the Owner will issue a check representing the sum of the monies reserved payable to the bank or trust company and the Contractor jointly. Such check must be converted into bonds and securities chosen by the Contractor and approved by the Owner and the bonds and securities held in escrow. Interest on the bonds and securities may be paid to the Contractor as the interest accrues. 4. Contractor may opt to submit a bond in lieu of retained funds. C. Retainage will not be reduced for any reason below the minimum limit provided by law. D. The Contractor must designate the option desired on the Agreement Form at the time the Contractor executes the Contract with the Owner. The option selected must be considered part of the Contract. If the Contractor chooses option 2 or 3 in Section A of the Agreement form or the 10% retainage option in Section B, the Contractor must assume full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further assumes all risks in connection with the investment of the retained percentages in securities. E. Release of retained percentage will be made 60 days following the Completion Date pursuant to the provisions of Chapters 39.12 RCW, 39.76 RCW, and 60.28 RCW provided the following conditions are met: 1. On Contracts totaling more than $35,000.00 (excluding tax), a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage (RCW 60.28.021). 3. Affidavit of Wages Paid is on file with PC for the Contractor, each Subcontractor regardless of tier, and for any other individual or firm covered under Chapter 39.12 RCW. 4. In the event one or more claims are filed, the Contractor will be paid such retained percentage less an amount sufficient to pay such claims together with a sum determined by the Engineer sufficient to pay the cost of foreclosing on claims and to cover attorney’s fees. 18. SUBCONTRACTOR 18.1 SUBCONTRACTOR RESPONSIBILITY Work must not be subcontracted, regardless of tier, without written consent of the Engineer. Each first-tier subcontractor, and a subcontractor of any tier that hires other subcontractors must verify responsibility criteria for each of its subcontractors. Verification must include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in items (1) through (4) above on Page 1 and possess an electrical Contractor license, if required by Chapter 19.28 RCW, or an elevator Contractor license, if required by Chapter 70.87 RCW. 18.2 SUBCONTRACTOR INSURANCE Contractor must contractually require that each subcontractor of every tier maintain at a minimum the insurance coverages specified in paragraph 12 above, as applicable to their scope of Work for a value commensurate with their subcontract value, and include the City of Seattle as an additional insured for primary and non-contributory limits of liability. PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 17 of 232 18.3 SUBCONTRACTOR PAYMENT REPORTING REQUIREMENTS The Contractor must submit Subcontractor Payment Reports electronically through B2Gnow at: https://seattle.diversitycompliance.com/ a. The first Subcontractor Payment Report must be submitted no later than the 15th of the first month after the date specified in the Notice to Proceed. b. Subsequent monthly Subcontractor Payment Reports must be submitted by the 15th day of every month thereafter. When no work is performed during a reporting period, the Contractor must submit monthly report(s) indicating that no work was performed. c. The last Subcontractor Payment Report must be marked as “Final” and must be submitted no later than 30 Days after the Physical Completion Date. The final report must list the name of and dollar amount paid to each Subcontractor and Supplier utilized by the Contractor. The Owner will not establish the Completion Date until the completed final Subcontractor Payment Report Form has been received. d. A sample of the form may be included in the Appendix section of the Project Manual but this form is submitted through an online reporting website listed above. e. The Contractor must require each Subcontractor and Supplier to register on the City’s Business Registration website, if not currently registered (this is a one-time registration process for each Subcontractor and Supplier): http://www2.ci.seattle.wa.us/VendorRegistration/ . Contractors may use this website to look up whether the Subcontractors or Suppliers are registered or not. The Subcontractors and Suppliers must register themselves. 19. COMPLETION The Contractor must perform all the obligations under the Contract before the Completion Date can be established. A Certificate of Completion for the Emergency Work issued by the Owner will establish the Completion Date and certify the Emergency Work as complete. The following must occur before the Completion Date can be established, and the final Contract price calculated: 1. The physical Emergency Work on the Project site must be complete; and 2. The Contractor must furnish all documentation required by the Contract or required by law, necessary to allow the Owner to certify the Contract as complete. 3. The Contractor must submit the final Subcontractor Payment Report Form online in accordance with section 18. The issuance of a Certificate of Completion will not constitute acceptance of unauthorized Emergency Work or defective Emergency Work or Material. The Contractor agrees that establishment of the Completion Date must not relieve the Contractor of the responsibility to indemnify, defend, and protect the Owner against any claim of loss resulting from the failure of the Contractor, a Subcontractor of any tier, or any other person who provides labor, Supplies, or provisions for carrying out the Emergency Work or for any payments required for unemployment compensation under Title 50 RCW or for industrial insurance and medical aid required under Title 51 RCW. Failure of the Contractor to perform any or all of the Contractor’s obligations under the Contract must not bar the Owner from unilaterally certifying the Contract complete so the Engineer may calculate a Final Contract Price. 20. GENERAL PROVISIONS A. Governing Law; Forum. The Agreement will be governed by the laws of Washington. The Contractor irrevocably consents to the exclusive personal jurisdiction and venue of the Superior Court of King County, Washington, with respect to any dispute arising out of or in connection with the Agreement, and agrees not PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 18 of 232 B. C. D. E. to commence or prosecute any action or proceeding arising out of or in connection with the Agreement other than in the aforementioned court. Severability. If any provision of the Agreement is held to be invalid or unenforceable for any reason, the remaining provisions will continue in full force without being impaired or invalidated in any way. The Owner and the Contractor agree to replace any invalid or unenforceable provision with a valid and enforceable provision that most closely approximates the intent and effect of the invalid or unenforceable provision. Non-waiver. Any failure by the Owner to enforce strict performance of any provision of the Agreement will not constitute a waiver of the Owner's right to subsequently enforce such provision or any other provision of the Agreement. No Assignment. Neither the Agreement nor any of the rights or obligations of the Contractor arising under the Agreement may be assigned without the Owner's prior written consent. Subject to the foregoing, the Agreement will be binding upon, enforceable by, and inure to the benefit of, the parties and their successors and assigns. Notices. All notices and other communications under the Agreement must be in writing, and must be given by registered or certified mail, postage prepaid, or delivered by hand to the party to whom the communication is to be given, at its address set forth in the Quote Form. PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 19 of 232 SECTION 3: SUBCONTRACTING It is the City of Seattle’s position that utilization of Women and Minority Owned Businesses (WMBEs) for subcontracting opportunities on public works projects does not yet fully reflect equitable participation by all available firms. It is the City’s desire to increase WMBE utilization and diversity on public works projects, including emergency Work. It is the City’s expectation, that a Contractor extends subcontracting opportunities to underutilized subcontractors, including WMBEs. The Owner reserves the right to make suggestions to enhance utilization of subcontractors on any public works project. As the preferred Contractor for this Emergency Work please list all subcontracting scopes, firms, with the respective values and percentage of this Quote, and ethnicities in the table below: Scope/ Labor Category Firm Name Dollar Value % of Quote Ethnicities Total Dollars Total Contract Percentage By signing this statement I acknowledge that this commitment to subcontracting and that I will comply with payment and payroll reporting requirements as specified in this contract. If any subcontractor listed above is not approved, unable, or fails to the perform Work, I will notify the Owner and work out a plan to replace any WMBE firm. ______________________________________ Signed ___________________________ Dated ______________________________________ Title PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 20 of 232 SECTION 4: AGREEMENT This agreement by and between the Director of Finance and Administrative Services, acting on behalf of The City of Seattle, a municipal corporation of the State of Washington, hereinafter referred to as the Owner, and , hereinafter referred to as the Contractor, witnessed that in accordance with the terms and conditions of Contract PW# 2020-082E awarded the _____ day of , 2020 the parties agree as follows: SECTION 1. That the Contractor shall do or cause to be done all Work and shall furnish or cause to be furnished all tools, Materials, Equipment, Supplies and labor necessary to perform the emergency work described in this contract, in accordance with, and as described in the Contract now on file in the office of the Engineer Based on the request from the Department, the Scope of Work listed in Section 1 and the Terms and Conditions listed in Section 2 is summarized as follows: Est. Qty. Item Item Description Units Unit Price Extension Unit Price 3,597,200.00 $3,597,200.00 1 Demolition – Pier 58 1 LS 2 Movement Monitoring 40,000 FA 1.00 $40,000.00 3 Salvage Items as Directed 40,000 FA 1.00 $40,000.00 4 Install Railing on Pier 59, Pier 57 and Seawall 50,000 FA 1.00 $40,000.00 5 Install gangway to SCL vault on Pier 59 50,000 FA 1.00 $50,000.00 6 Cap and abandon Pier 58 Utilities 25,000 FA 1.00 $25,000.00 7 Demolition and disposal of additional piles 100,000 FA 1.00 $100,000.00 check if additional pages attached Summary: Base Quote (Items 1 through 7, inclusive) $3,902,200.00 INCLUDE TRENCH SAFETY SYSTEMS IF REQUIRED BY RCW 39.04.180, OTHERWISE MARK NA Trench Safety Systems Applicable State Sales Tax (10.1%) Total Amount Including Tax N/A 394,122.20 4,296,322.20 The Contractor shall provide and bear the expense of all Equipment, Material, Supplies, work, and labor of any sort whatsoever that may be required for the transfer of Materials and for constructing and completing the Work provided for in this Contract and every part thereof, except such as are mentioned in the Contract furnished by the Owner. SECTION 2. The parties shall be bound by the Constitution and Laws of the State of Washington and the Charter, Ordinances, Rules and Regulations of the City of Seattle and by all applicable federal laws and government regulations, which provisions are incorporated by reference herein. For the convenience of the parties of this Contract it is mutually agreed that any claims or causes of action which the Contractor has against the Owner arising from this Contract shall be brought within 180 calendar days from the Completion Date of the Contract. It is further agreed by the parties that any such claims, disputes, or causes of action which cannot be resolved pursuant to the procedures set forth in the Contract Documents shall be brought only in the Superior Court of King County. The parties understand and agree that the Contractor's PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 21 of 232 failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. SECTION 3. The Contractor shall begin the Work of the Contract on the Notice to Proceed Date stated in the Notice to Proceed issued to said Contractor by the Engineer, and to carry said Work on regularly and without interruption thereafter (unless the Engineer shall otherwise, in writing, specifically direct) with such forces as to complete said Work in a manner acceptable to the Engineer in Section 2, Paragraph 3 of the Contract, after such notice to begin Work; the time of beginning, rate of progress, and time of completion being essential and material provisions of the Contract. SECTION 4. RESERVED SECTION 5. The Owner agrees to employ the Contractor to complete the Work in accordance with the Contract and agrees to pay for the same according to the schedule of Bid item prices listed in the Bid Form, at the time and in the manner and upon the conditions provided for in the Contract. The Contractor shall inform all Subcontractors who work on the Improvement named in Section 1 of this Agreement of the manner and method of payment and the manner and method of measuring or computing the quantities of subcontracted work. SECTION 6. In accordance with Chapter 39.12 RCW, the City Charter, and this contract, the Contractor shall pay, or cause to be paid to persons employed on or in connection with this Work, not less than the prevailing rate of wage for an hour's work specified for the labor performed. SECTION 7. The Contractor on behalf of his or her heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the covenants to which the Contractor is obligated under the terms of the Contract. SECTION 8. It is further provided that no liability shall attach to the Owner by reason of entering into this Contract except as expressly provided herein. SECTION 9. If the Contractor violates any material covenant or provision of this Contract the Owner may: withhold payment due on any work done under the Contract until the Contractor complies with the Contract; order that the Work be stopped, terminate the Contract, debar the Contractor in accordance with SMC 20.70. In witness whereof, the parties have executed this Agreement and it must become effective upon execution by the Owner. Contractor must declare option for management of statutory retained percentage of this Contract by checking applicable boxes below. Contractor elects to submit a bond in lieu of retained funds. Contractor hereby elects to have the retained percentage (5%) of this Contract held in a non-interest bearing fund by The City of Seattle until sixty (60) days following the Completion Date. Contractor hereby elects to have The City of Seattle invest the retained percentage of the Contract from time to time as such retained percentage accrues and in accordance with RCW 60.28.011, .021 and .051. CONTRACTOR hereby designates: Name of Financial Institution Address including City, State and Zip Code PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 22 of 232 as the repository for the escrow of said funds. Contractor hereby further agrees to be fully responsible for payment of all costs or fees incurred as a result of placing said retained percentage in escrow and investing it as authorized by statute. The City of Seattle must not be liable in any way for any cost or fees in connection therewith. CONTRACTOR: Orion Marine Contractors, Inc. Signature _______________________ Date Printed Name: ____________________________ Title: ______________________________ CITY OF SEATTLE: Signature _______________________ Date Printed Name: Liz Alzeer Title: Director, Purchasing and Contracting PW#2020-082E: Pier 58 Emergency Demolition and Removal Page 23 of 232 See Section 1, Scope of Work of the Red Package for final exclusions, assumptions and clarifications Please see attached proposal package. From: To: Subject: Date: Brian Masten McPherson, Cale Clarifications - phone call - Pier 58 Monday, August 24, 2020 9:06:47 AM CAUTION: External Email Cale,   Per our conversation this morning:   Our price submitted includes an estimated cost for Performance and Payment bond.  We did not included Builders risk in our price Creosote material disposal and handling is included.  Hazardous material such as Lead and asbestos are not included Environmental controls such as slurry control, silt curtain and turbidity barriers are included.  Onsite testing for turbidity is assumed to be minimal and handled by our staff, special testing and lab consultation is not included.    Please call if you have any further questions.  Thanks   Brian Masten Vice President Orion Marine Group 1112 E ALEXANDER AVE      TACOMA, WA 98421 PHONE: (253) 552-1159      CELL: (206) 786-9532 Email: BMasten@orionmarinegroup.com   ......CONFIDENTIAL, PROPRIETARY AND/OR PRIVILEGED INFORMATION…… This email (including any attachments) may contain confidential and/or proprietary information of Orion Group Holdings, Inc. (and/or information that is privileged) and, in any case, is covered by the Electronic Communications Privacy Act, 18 U.S.C. §§ 2510-2521. This email (including any attachments) is for the sole and exclusive use of the intended recipient(s) and any unauthorized review, use, copying, downloading, disclosure, dissemination or distribution is strictly prohibited. If you receive this transmission in error, please notify the sender by reply e-mail and delete the message and any and all attachments from your system. Cale McPherson City of Seattle Office of the Waterfront and Civic Projects Seattle, WA 98124 August 21, 2020 RE: Request for Pricing – Pier 58 Emergency Demolition and Removal Project Dear: Mr. McPherson: Orion Marine Contractors, Inc. (Orion) is pleased to provide the enclosed proposal to demolish and remove Pier 58. Orion understands and shares the City of Seattle’s concerns regarding the risks that arise from the evolving situation with Pier 58. Given the gravity of the situation, Orion has reserved the necessary personnel and equipment to successfully and safely deconstruct and dispose of Pier 58 in a timely manner. Orion feels that we are uniquely qualified to apply our capabilities, equipment and resources in a costeffective manner. The enclosed proposal outlines, Orion’s financial status, experience, safety record, technical approach for demolition and removal of the pier and pricing. Orion has attempted to satisfy your request with the most complete response possible. Orion has considered the qualitative and quantitative aspects of this project and believes the following proposal represents the best value to the City of Seattle and its citizens. Should you need additional information or clarification regarding the details provided, please feel free to contact me. Sincerely, Brian Masten Vice President Orion Marine Contractors, Inc. City of Seattle Office of the Waterfront and Civic Projects Seattle, Washington PROPOSAL FOR THE EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 August 21, 2020 PROJECT NUMBER: 00912468 ORION MARINE GROUP Orion Marine Contractors, Inc. 1112 East Alexander Avenue, Tacoma, WA PHONE: 253-552-1140 www.orionmarinegroup.com - PRIVATE AND CONFIDENTIAL - EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL Table of Contents 1. ORION MARINE CONTRACTORS ............................................................................................................ 3 2. CONTACT ............................................................................................................................................... 3 3. AVAILABILITY ......................................................................................................................................... 4 4. FINANCIAL STABILITY ............................................................................................................................ 5 5. EXPERIENCE ........................................................................................................................................... 6 5.1. Fairview Avenue North Bridge Replacement ................................................................................ 6 5.2. Terminal 5 Modernization ............................................................................................................ 6 5.3. Port Gamble Pier Removal ............................................................................................................ 7 5.4. Port of Tacoma Pier 3 Upgrade ..................................................................................................... 7 5.5. Berth 8 Replacement .................................................................................................................... 8 5.6. NAVFAC Nuclear Power Training Facilities Wharf Replacement .................................................. 8 5.7. E7H56 Pinellas Bayway Bridge Replacement ................................................................................ 8 6. TECHNICAL APPROACH TO PIER 58 ....................................................................................................... 9 6.1. Execution Planning ........................................................................................................................ 9 6.2. HSE Planning ................................................................................................................................. 9 6.3. Primary Structure Removal ......................................................................................................... 10 6.3.1. North Terrace ...................................................................................................................... 10 6.3.2. South Terrace ...................................................................................................................... 11 6.3.3. Timber Pier and Super Structure Removal ......................................................................... 12 6.4. Material Disposal ........................................................................................................................ 12 6.5. Proposed Schedule...................................................................................................................... 12 7. ORION PROJECT EXECUTION TEAM AND RESOURCES ........................................................................ 13 7.1. Proposed Major Equipment and Subcontractors ....................................................................... 13 7.2. Proposed Subcontractors............................................................................................................ 13 8. COMMITMENT TO SAFETY .................................................................................................................. 14 9. PRICING ............................................................................................................................................... 15 10. QUALIFICATIONS, CLARIFICATIONS AND EXCLUSIONS ................................................................... 16 APPENDIX A - RESUMES .............................................................................................................................. 17 August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 2 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 1. ORION MARINE CONTRACTORS Following receipt of the Invitation for Proposal (IFP) provided by the City of Seattle, Orion Marine Contractors, Inc. (Orion) is pleased to provide the enclosed proposal to safely and efficiently demolish and dispose of Pier 58. Orion operates its activities from its west coast regional office and marine facility in Tacoma, where it can mobilize all equipment necessary to deconstruct all overwater and in-water elements of Pier 58 with minimal impact on the surrounding area or environment. This fleet of equipment is all owned, operated and maintained by Orion to assure their ability to be used to perform this work. For the execution of this project, Orion will combine its local and regional knowledge and capability with its proven track record as a market leader in the demolition of technically challenging offshore infrastructure. Throughout our years of service, Orion has successfully deconstructed a wide variety of marine structures including container, break bulk and liquid transfer wharfs, military piers, bridges and causeways, and ferry terminals. Orion also offers an extensive range of specialty services knowledge and capabilities, including diving, inspections, encapsulation, repair, salvage, and surveying, among others. Orion St. Helens Derrick Barge Orion consistently works with our customers on challenging projects, such as this, in order to find safe-cost-effective, environmentally responsible solutions. As such, we have an outstanding record of completing projects on schedule and within budget, while building an excellent safety record. Orion is committed to providing the most practical and effective services to meet the City of Seattle’s needs for this project. Our team will endeavor to work collaboratively with your team to determine the right solutions for this emergency and put those solutions into action on behalf of the City and its citizens. 2. CONTACT Orion has attempted to satisfy the invitation for proposal with the most complete response possible. However, should you need additional information or clarification regarding the details provided, please feel free to contact our representative below: Brian Masten Vice President Orion Marine Contractors, Inc. 1112 East Alexander Avenue, Tacoma, WA 98421 Tel: (253) 552-1159 Mobile: (206) 786-9532 E-mail: bmasten@orionmarinegroup.com August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 3 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 3. AVAILABILITY Orion understands and shares the City of Seattle’s concerns regarding the risks to safety, personal property and environment that arise from the evolving situation with Pier 58. Given the gravity of the situation, Orion has reserved the necessary personnel and equipment to successfully and safely deconstruct and dispose of Pier 58 in a timely manner. Upon receiving Notice to Proceed Orion is prepared to finalize and submit all the required preconstruction documents to the City for review and subsequent approval. Concurrent with these administrative proceedings, Orion will begin mobilizing equipment assets and personnel to the project site. Furthermore, Orion will draw upon the local labor force that has been engaged on previously completed Orion-led demolition projects to plan, supervise and perform the work. Orion does have ongoing operations just across Elliott Bay from the Pier 58 at the Port of Seattle Terminal 5 location. By having an established operational base in close proximity to the project site, as well as a regional headquarters and equipment yard just to the south in Tacoma, Orion can quickly mobilize the necessary resources to the location and commence demolition activities. Orion Terminal 5 Modernization Project, Port of Seattle August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 4 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 4. FINANCIAL STABILITY Orion Marine Contractors, Inc., is a wholly-owned subsidiary of Orion Group Holdings, Inc., a publiclytraded company on the New York Stock Exchange (NYSE: ORN). Orion Group Holdings, Inc. publishes an annual report (10-K) providing details into the financial stability of the company. These reports are available at the following address: http://www.oriongroupholdingsinc.com/Financial-Reports.html or can be provided directly upon request. If required, Orion Group Holdings, Inc. will provide any necessary parent guarantees supporting the work of Orion Marine Contractors, Inc. In addition, Orion is fully capable of providing bonding to ensure its work. As evidenced below, the company is supported by its surety, Liberty Mutual Insurance Company, which has bonding access of up to $100,000,000 on single contracts with an aggregate capacity of $750,000,000. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 5 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 5. EXPERIENCE Orion feels that we are uniquely-qualified to apply our capabilities, equipment and resources in a costeffective manner to aid in the achievement of the City’s goals to safely and efficiently deconstruct and dispose of Pier 58. The following demolition projects were completed in the past 10 years and highlight Orion’s experience and ability as a prime contractor on marine construction projects of similar size, scope and complexity. 5.1. Fairview Avenue North Bridge Replacement • • • • Location: Seattle, Washington Contract Value: $16,000,000 Completion Date: April 2021 (Ongoing) Scope: The City of Seattle contracted Orion to replace the last remaining timber bridge within the City limits. Orion successfully demolished the existing bridge, which was deemed structurally deficient, seismically vulnerable, and immediately adjacent to buildings of historic importance. As part of the demolition Orion removed 25,000 SF of concrete bridge deck, 4,000 tons of concrete and 200 concrete and creosote treated piles. Orion is currently constructing the concrete replacement bridge which is tentatively scheduled to reopen to the public in April 2020. Fairview Avenue North Bridge Demolitions 5.2. Terminal 5 Modernization • • • • Location: Port of Seattle, Seattle, Washington Contract Value: $160,000,000 Completion Date: 2023 (Ongoing) Scope: The Port of Seattle contracted Orion to refurbish both berths at Terminal 5. In order to accommodate larger container gantry cranes and vessels, Orion initially had to demolish large portions of the existing wharf to accommodate the terminal improvements. During Phase I demolition activities, Orion removed 45,000 SF of overwater cast-in-place and pre-cast decking, 191 piles and disposed of 17,000 tons of concrete debris. Orion is currently in the process of rebuilding the wharf on the north end of Terminal 5 and will commence with August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 6 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL the second phase of demolition this fall when operations advance to the southern berth. Terminal 5 Demolition Work 5.3. Port Gamble Pier Removal • • • • Location: Port Gamble, Washington Contract Value: $11,000,000 Completion Date: January 2017 Scope: Orion was contracted by Pope Resources to remove 5,500 timber piling, the majority of which were creosotetreated, and over 50,000 SF of dilapidated overwater structure including an old chip conveyor making it the largest pile removal project in Washington State History. Orion subsequently dredged and disposed of contaminated sediments and performed large-scale habitat preservation and restoration activities. Port Gamble Pile Removal 5.4. Port of Tacoma Pier 3 Upgrade • • • • Location: Port of Tacoma, Tacoma, Washington Contract Value: $16,000,000 Completion Date: August 2013 Scope: The Port of Tacoma contracted Orion to realign Pier 4 and Pier 3. In support of the realignment and prior to reconstruction activities, Orion’s scope of work included the demolition of approximately 13,500 SF of overwater cast-in-place and pre-cast decking, castin-place crane rail beams, cast-in-place bent caps, removal of timber fender system, and strategic demolition of select elements of the land side crane rail and bulkhead. Orion completed the Pier 3 improvements with no lost time incidents with over 53,000 hours of craft Port of Tacoma Pier 3 Upgrade labor on the project site. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 7 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 5.5. Berth 8 Replacement • • • • Location: Wilmington, North Carolina Contract Value: $28,000,000 Completion Date: April 2018 Scope: For the Berth 8 Phase II replacement project, Orion performed the removal of the existing berth, inclusive of over 1100 concrete piles, concrete deck slab, crane beams, bent cap, water and electrical services. Orion, who served as the prime contract, cut over 100 existing piles to a new elevation and installed 800 24in and 20in concrete piles for the berth upgrade. All activities were performed in between berths 7 and 9, which were fully operational the entire duration of the project. Berth 8 Berth Demo and Replacement 5.6. NAVFAC Nuclear Power Training Facilities Wharf Replacement • • • • Location: Goose Creek, South Carolina Contract Value: $16,000,000 Completion Date: September 2017 Scope: Orion was contracted to demolish and replace Pier X-Ray North. Orion removed 300 LF of pile-support pier and concrete decking prior to constructing a new pier. In addition to replacing the pier, Orion also dredged sediments to accommodate deeper draft vessels and installed new survival mooring systems. NAVFAC Nuclear Training Facility 5.7. E7H56 Pinellas Bayway Bridge Replacement • • • • Location: St. Petersburg, Florida Contract Value: $41,000,000 Completion Date: September 2014 Scope: Orion was contracted by the Florida Department of Transportation to construct a new 65 ft clearance High Level Structure replacing a bascule bridge. Upon completion of the new bridge structure Orion completely removed the bascule bridge and deep foundations. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – Pinellas Bayway Bridge 8 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 6. TECHNICAL APPROACH TO PIER 58 Based on Orion’s extensive experience in the demolition and construction of marine infrastructure, our team has developed an initial technical approach to the removal of the primary Pier 58 structural components. This technical approach is based on the information received to date from the City of Seattle, including the following documents, as well as the site visit held on August 14, 2020: • • • • Pier 58 Demolition Pricing Request.doc Attachment A – Demo Site Plan.pdf Attachment B – Pier 58 1973 As-Builts.pdf Attachment C – Pier 58 2016 Inspection Report.pdf Orion does understand that regulatory authorizations for the proposed removal of Pier 58 are pending at this time. Therefore, our team is prepared to modify our approach to implement and comply with the Best Management Practices, Special Provisions and or Conditions that result from the City of Seattle’s consultation with the environmental resource agencies. 6.1. Execution Planning Upon Notice to Proceed, Orion will establish a detailed execution plan for the performance of the work that will further define the specific activities to be undertaken. This will include the development of the required submittals, including: • • • • • • • • Site-Specific Health & Safety Plan Waste Management Plan Construction Stormwater Pollution Prevention Plan CPM Schedule Subcontractor Approvals Demolition Plan Railing Shop Drawing/Details SCL Vault Gangway Shop Drawings 6.2. HSE Planning The safe execution of the project is of paramount importance to Orion, therefore, the first step in any project is to ensure the work is performed safely and in a manner that safeguards the environment. Therefore, prior to mobilization, Orion will develop a site-specific health, safety and environment (HSE) plan tailored exclusively for the project which will govern all activities – including those performed by any subcontractors. As previously stated, this plan will be provided to the City of Seattle for review prior to construction activities. Furthermore, Orion will ensure all employees and subcontractors on the project site have undergone a full safety orientation and training. Subsequently, all projects are audited by the Orion HSE department or their designated representatives to ensure that all HSE criteria and policies are followed. This safety focus will be further reinforced at the project site with Job Safety Analysis (JSA) and Job Hazard Analysis (JHA) reviews, wearing of routine personal protective equipment (PPE), August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 9 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL weekly Tool Box meetings, and being vigilant for the safety of fellow employees, subcontractors and owners. Orion conducts weekly Hazard Hunts, utilize Work Safe observation cards and reinforces this behavior through positive recognition by a member of the Safety Department or senior management team. 6.3. Primary Structure Removal The execution of the Pier 58 demolition will focus on the removal of three distinct primary structures: 1) North Terrace 2) South Terrace 3) Timber Pier Due to the unique design and characteristic of each structure, Orion has developed a specific work plan with work activities and sequencing for each of the three structures, as follows. 6.3.1. North Terrace The most technically-challenging structure of Pier 58 is the North Terrace. The North Terrace is a cast-in-place concrete structure founded on original monotube pile. This area also includes a section of precast Tee beams on the landward side and adjacent to the bulkhead. Based on the information provided to Orion, it appears the pile supporting the North Terrace are listing waterward with some degree of rotational movement of the structure. North Terrace The forces created by this movement has created a transfer of energy into the surrounding timber pier, this will result in Orion having to leave the timber pier in place during demolition of the North Terrace structure. Orion believes removing the timber pier prior to removal of the North Terrace will render the terrace unsupported and unstable with a high likelihood of structural failure. To remove the North Terrace, Orion’s general sequence of operations would be as follows: 1. Remove trees, landscaping, artwork, elevated miscellaneous structures, and specific planter deck slabs to promote removal of soil and brick pavers 2. Remove precast Tee beams (i.e. sawcut and hoist with derrick barge) 3. Remove elevated slab sections between pile caps (i.e. saw cut and hoist with derrick barge) 4. Remove fountain slab sections between pile caps (i.e. saw cut and hoist with derrick barge) August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 10 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 5. Partially remove stair slabs around planter structure (i.e. saw cut and hoist with derrick barge); leaving a zone of stair slabs in place (near the center of the circular area) in order to leave the upper and lower sections connected (temporarily) 6. Partially remove the radius-shaped planter structure, including associated pile caps, planter bottom deck, and planter walls. This area will be removed in sections of five (5) to six (6) pieces, leaving a few sections attached to the remaining stair slabs for structure support. 7. Remove all concrete and remaining concrete caps (i.e. working from the landside to waterside) 8. Remove remaining stair slab sections 9. Remove upper horseshoe shaped section including cap and narrow slab between the caps 10. Remove final planter structure area * NOTE: As slab sections between the cap beam are removed from the North Terrace, Orion will install blocking and strapping between the caps as needed to keep the structure stable. Orion’s intent will be to reduce the structural weight prior to removal of caps. If needed, as a last resort Orion may install some temporary pile to support areas of concern, but the added risk of ground disturbance during installation is unknown and will need to be evaluated prior to installation of additional pile. 11. Following removal of the North Terrace, Orion will remove the concrete stairs, beams and walls located to the south of the North Terrace. 6.3.2. South Terrace Much like the North Terrace, the South Terrace is founded on original monotube pile. Orion understands this structure is also compromised and leaning away from the seawall. The timber pier surrounding the South Terrace will remain in place during terrace demolition in order to provide access and structural support of the terrace. Based on the information provided to Orion, it appears the pile supporting the North Terrace are listing waterward with some degree of rotational movement of the structure. South Terrace The demolition approach on this structure will be similar to the North Terrace in that Orion will reduce the weight of the structure prior to removing slab sections between the pile caps. Blocking and strapping will also be utilized as needed. Th final operation at the South Terrace will be the removal of the underlying pile caps. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 11 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 6.3.3. Timber Pier and Super Structure Removal Following the removal of the North and South terraces, Orion will remove the timber pier and super structure. Orion does not anticipate the need to remove many piles; however, if piles need to be removed, Orion will implement appropriate Best Management Practices during pile extraction. The remaining timber pier will be sectioned into manageable sections and transferred to a barge with a derrick crane. 6.4. Material Disposal All demolition debris will be loaded onto flat deck material barges using our derrick crane. The barges will be lined with plastic to prevent leakage of material. Material loaded onto the barges will be secured with minimal onsite processing to limit noise on the waterfront area. Once a barge is full, it will be towed to our yard in Tacoma and processed for disposal at an approved facility. Concrete debris will be sourced for re-use at an approved local facility. Creosote material will be cut to meet regulatory requirements and disposed of according to best management practices and at an approved disposal facility. 6.5. Proposed Schedule Orion intends to perform the work on a 5 to 6 day per week schedule, 10 hours per day, and expects the following durations for the primary activities of the work: • • • • • • Pre work submittals, Planning, Mobilization – 2 weeks Secure site and Salvage – 1 ± week North Terrace Removal – 6 ± weeks South Terrace Removal – 3 ± weeks Timber Deck Removal – 4 ± weeks Processing offsite (extends beyond onsite work by 2 weeks) Orion project completion goal is to substantially remove all required structures at the project site before December 31st, 2020. A detailed Critical Path (CPM) schedule will be developed for the work as part of the planning and submittal process. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 12 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 7. ORION PROJECT EXECUTION TEAM AND RESOURCES As stated, Orion intends to execute this project from the company’s Tacoma, Washington, operational office which oversees all US West Coast activities. This operation has been in place for over a decade has led the construction of a number of projects in the Puget Sound area. Specifically, the activities will be led by a proven and highly experienced management team with an established track record of safely delivering projects and managing the logistical challenges inherent with work in the Seattle area. A dedicated Project Manager will be assigned to the project to oversee and lead all activities and develop the overall Project Management and Execution Plan for the job. This Project Manager will in turn report directly to Orion’s Vice President for the region, Mr. Brian Masten. A Project Engineer will support the Project Manager to ensure that the schedule is maintained, and all necessary logistics are organized and kept within the overall execution plan. Day-to-day, on site activities will be directed by the Project Superintendent who will manage the construction crews and their respective foreman. As the safe performance of the work is critical to its success, Orion will provide onsite safety leadership through reporting to the regional HS&E Manager, Mr. Doug Rosenthal. Resumes of the key personnel are provided in Appendix A. 7.1. Proposed Major Equipment and Subcontractors In turn, this team will execute this work using equipment wholly owned, operated and maintained from the company’s fleet mobilized from our Tacoma marine yard. The key pieces of equipment to be utilized for this work will include: • 140t to 150t Derrick Barge (DB St Helens or Rainer) • Three (3) flat deck barges (180 ft x 50 ft approximately) • Excavator (100,000#) with breaker to process concrete debris • Excavator with bucket and thumb to load debris • Forklift and or cranes to load and unload containers DB Rainer 7.2. Proposed Subcontractors Orion will engage a saw cutting subcontractor (e.g. track saw, wall saw or wire saw) to support its efforts during the terrace removal stages. This team will provide one (1) to three (3) crews per day. Orion has extensive experience with several qualified saw cutting subcontractors and will provide details of the selected company to the City of Seattle for review and approval. In any event, this subcontractor will be required to comply with the provisions of the project’s Site HSE plan in its entirety. Furthermore, on the project site, the subcontractor will be required to participate in Job Safety Analysis (JSA) and Job Hazard Analysis (JHA) reviews, wearing of routine personal protective equipment (PPE), weekly Toolbox meetings, and being vigilant for the safety of fellow employees and other stakeholders in the area. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 13 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 8. COMMITMENT TO SAFETY While the cost-effective and efficient deconstruction and disposal of Pier 58 is the aim of the Orion team, the goal of the group is to perform this work in a safe and environmentally responsible manner. For Orion, a focus on safety is paramount in all activities. Orion understands the hazards of working on compromised structures and how conditions can influence operations without warning. Orion operates under the company’s corporate “Target Zero” philosophy that seeks to ensure that every job and every activity we perform has “Zero” injuries and “Zero” incidents. This initiative has resulted in a company-wide 57% decrease in Total Recordable Cases over the past five years. Orion prides itself on its exemplary safety performance. Details regarding the safety statistics of the Orion Marine Group over the past five years is provided below: Year 2020 (YTD) 2019 2018 2017 2016 2015 EMR 0.46 0.46 0.43 0.51 0.57 0.50 TRIR 0.54 1.07 1.75 0.97 1.47 1.71 DART 0.27 0.18 0.53 0.45 0.26 0.70 LTIR 0.27 0.18 0.15 0.07 0.20 0.41 As part of the guiding beliefs and core values of the Orion Group of companies, Orion, is committed to providing a safe, healthy, and injury-free environment for ALL personnel affected by our work activities. This commitment is based on the company’s corporate “Target ZERO” initiative where we ensure that every job and every activity we perform has “Zero” injuries and “Zero” incidents. As Employees of Orion: • • • We are responsible and accountable for our own personal safety; We are equally responsible and accountable for the safety of all our co-workers and any others we come in contact with; and We are authorized and obligated to stop work whenever an unsafe condition or situation is anticipated or is observed by us. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 14 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL 9. PRICING OPTION 1 Item Item Description Est. Qty. Units Unit Price Unit Price Extension 1 DEMOLITION PIER 58 1 LS $3,597,200.00 $3,597,200.00 2 MOVEMENT MONITORING 40000 FA $1.00 $40,000.00 3 SALVAGE ITEMS AS DIRECTED 40000 FA $1.00 $40,000.00 4 INSTALL RAILING ON PIER 59, PIER 57, AND SEAWALL 50000 FA $1.00 $50,000.00 5 INSTALL GANGWAY TO SCL VAULT ON PIER 59 50000 FA $1.00 $50,000.00 6 CAP AND ABANDON PIER 58 UTILITIES 25000 FA $1.00 $25,000.00 7 DEMOLITION AND DISPOSAL OF ADDITIONAL PILES 100000 FA $1.00 $100,000.00 check if additional pages attached OPTION 1 Unit Price Summary: Base Quote (Items 1 through 7, inclusive) $3,902,200.00 INCLUDE TRENCH SAFETY SYSTEMS IF REQUIRED BY RCW 39.04.180, OTHERWISE MARK NA Trench Safety Systems N/A Applicable State Sales Tax (10.1%) $394,122.00 Total Amount Including Tax $4,296,322.00 OFFICIAL AUTHORIZED TO SIGN FOR PROPOSER: I certify (or declare) under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct: 8/21/2020 Signature Date Brian Masten Vice President, Orion Marine Contractors, Inc. Printed Name Title Thank you. CC: FAS-PC – Gina Owens August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 15 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL See Red Package for final clarifications, assumptions and exclusions 10.QUALIFICATIONS, CLARIFICATIONS AND EXCLUSIONS Orion’s proposal is based on the following qualifications, assumptions and exclusions. • • • • • • • • • • • • • • • Orion’s proposal is based on the mutual agreement of contractual terms and conditions governing the execution of the work that will include a mutual waiver of consequential damages. Orion’s proposal is based on the documents provided by the City of Seattle: • Pier 58 Demolition Pricing Request.doc • Attachment A – Demo Site Plan.pdf • Attachment B – Pier 58 1973 As-Builts.pdf • Attachment C – Pier 58 2016 Inspection Report.pdf Orion’s proposal should be considered valid for a period of 60 days from the date of this proposal. Orion’s proposal excludes site paving, site storm water improvements, cost for handling, treatment and disposal of contaminated or hazardous materials, repair, upgrades, and maintenance of the existing structure during design and construction of the new facility. Any work, regardless of the nature, not specifically included in this proposal, is considered to be excluded from our Proposal. Orion’s proposal is based on the timely receipt of necessary information from the City of Seattle. Orion’s proposal is based on being provided full access to the project site at all times necessary to perform the work. Orion’s proposal does not include a Builders Risk insurance policy or a Payment or Performance Bond. Orion’s pricing includes one complete mobilization and demobilization of required equipment and personnel. If additional mobilization or demobilizations are required due to conditions outside of Orion’s control, they will be considered extra cost. Orion’s proposal does not include environmental control, permitting, dewatering or soil remediation. Orion is not installing, maintaining or inspecting any environmental control, performing any permitting, dewatering or soil remediation. Orion’s working schedule for this project is 10 hours per day, six days per week with the option to work Sundays as needed. Orion’s proposal does not account for unknown obstructions or underground interferences. Unforeseen conditions such as obstructions, reduced pile capacity, pile refusal is to be considered a differing site condition and will be negotiated should they occur. Orion’s proposal excludes third party inspections or quality control. QA/QC will be performed with in-house personnel and no third parties. Orion’s proposal excludes any work and / or fees associated with any mitigation design or implementation as well as any additional specialized scientific studies or permit applications (beyond those mentioned in this proposal) that may be required from the agencies governing the project site. These additional studies may include, but are not limited to, an Essential Fish Habitat Analysis, Alternatives Analysis, or marine mammal data collection. The Permitting durations provided are considered to be an estimate and outside of the control of the Orion team. Orion’s proposal does not account for any excessive project delays or additional construction requirements caused by permitting or design approval agencies. August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 16 EMERGENCY DEMOLITION AND DISPOSAL OF PIER 58 PROPOSAL APPENDIX A - RESUMES August 21, 2020 ORION MARINE CONTRACTORS, INC. - PRIVATE & CONFIDENTIAL – 17 Elizabeth Cottrell Project Manager CONSTRUCTION EXPERIENCE: August 2019 Sr. Project Engineer Nov.2017 to Aug 2019 Quality Control Manager March 2016 to Nov. 2017 Quality Control Manager October 2013 –March 2016 Quality Control Manager/ Acting Design-Build Manager Orion Marine Contractors, Inc., Tacoma, WA •Port of Seattle Terminal % Modernization, Seattle, WA $160 million Terminal 5 Berth Modernization. Engineer in charge of $2.5 million CIP 5400SF Main Substation building with trusses roof and metal siding Contrack Watts Inc. (formerly Watts Constructors LLC) Gig Harbor, WA •Dry Dock 2-Replace Steam, Repair Rail, Power, PSNS, Bremerton, WA. $28million installation of 15KV electrical service loop, including: duct banks, MHs and 4 new electrical substations, CIP utilidor with new steam system, reconnect existing utilities, new storm drainage, commissioning. •Dry Dock 4 -Groundwater Intrusion Relief Wells, Crack Repair & Pump Well Drainage Pumps, PSNS, Bremerton, WA, $6.5 million drill and develop 14 wells at bottom of dry dock, repair concrete walls &floors, install four 200HP/7000gpm drainage pumps inside pumpwells, commissioned equipment. •Pier 6 –Replace Fender Pile System, PSNS, Bremerton, WA, $ 10.2 million, Design-Build managed designers & consultants through all phases of design, geotechnical exploration & test pile program. Determined all pile lengths for ordering. Inspection of precast piles at plant. On site QC Manager. Subcontractor management, shop drawing review, demolition of wood timber fender system and replacement with 301 pre-stressed concrete fender piles, pier repairs. Outstanding evaluation. APRIL 2012 - OCTOBER 2013 Quality Control Manager Quality Control Manager OCT. 2011- JUNE 2013 Alt. & Assist. QC Manager For Mechanical & Electrical 2009-2012 Quality Control Manager & Alternate •Oily Waste Treatment System No.1, PSNS Bremerton, WA, $2 million, Design-Build Pile driving, wharf structural addition& new utilities to support new OWTS system • Quay Wall & Dry Dock Wall Entrance Repairs, Puget Sound Naval Shipyard, $7 million •FY11 Satellite Earth Terminal Facility, Camp Roberts, CA.$36 million in buildings, utilities, and site development for Army Corps of Engineers•P977 Waterfront Security Enclave, Kitsap Naval Base, Bangor, WA. $60 million in security fencing & lighting, site development Navy projects varying from $1.7 to 10 million at PSNS & Kitsap Naval Base, Bremerton, WA • P424 Dry Dock 5 Integrated Water Treatment System&P402Saltwater Ship Cooling and Fire Protections, Design-Build• B513Demo &Renovate Various Building 2008-2009, JULY-DEC. 2010 Quality Control Manager Watts Constructors LLC, Gig Harbor, WA in a Joint Venture of Watts-Delhur •Elwha Water Facilities, Olympic National Park, National Park Service, Port Angeles, WA $71 million Elwha River restoration and water treatment plant including temporary diversion of the Elwha River, building new Intake structure and pump station behind cofferdams, maintaining a pump system to deliver river water to down-stream industrial users, repairing an existing tunnel, building a new fish screen structure, roadwork, placing precast retaining wall along river, levee worker an Army Corps design, improvements to existing hatchery facilities of the WDFW. Project included a de-sedimentation treatment plant with various pump stations, chemical and sedimentation tanks, office/laboratory, chemical storage buildings and pipeline work. Coordinated the work of 3 Alternate QC Managers/Assistants for submittal review and processing, writing daily QC reports, conducting prep & initial meetings, inspections of rebar, www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma WA PHONE 253-552-1140 ● FAX 253-552-1141 Elizabeth Cottrell Project Manager forms, concrete and repairs, coordination of special inspectors, documenting for as-built information, equipment rotation, O&M, review. trained college interns. Project received NPS Outstanding evaluation & AGC Washington Grand Award. 2006-2008 Sr. Construction Engineer/ Design Change Coordinator Parsons Construction Group- a Joint Venture of Parsons, RCI & Herzog, Sumner, WA 2005 to 2006 Quality Control Manager Healy Tibbitts Builders, Inc. - Division of Weeks Marine, Honolulu, HI 2003-2004 Coordinator/Inspector Port of Tacoma, Engineering Department, Tacoma, WA 2000-2003 2nd Shift Superintendent General Construction Company, Division of Peter Kiewit& Sons, Poulsbo, WA Cost Engineer/ Asst. Scheduler •Pier D Replacement, United States Navy, Bremerton, WA. $50 million design/ build contractor for demolition and replacement of aircraft carrier pier plus utility upgrades, electrical substation and recreation building. Analyzed and coded all costs, track weekly material qualities and manpower, prepared monthly forecasted cost report. Assisted with change pricing, produced preliminary project CPM schedule in Sure Trak. Office Engineer •Bremerton Naval Station Dredging. Approx. $10millionSuperfund site. Dredging for future Pier D expansion was subcontractor to Foster Wheeler. •Sound Transit, Rainier Valley Light-Rail Link, Seattle, WA. $250million on grade light rail track way, stations, utilities and widening of 5 miles of existing arterial. Capturing cost due to change. Responding to foreman on incomplete design, documenting and contacting ST or designer of record for resolution. Advanced planning to mitigate incomplete design and produce annotated checklist to revised design documents in advance of roadwork in a given area. Produced drawing work packages with extra work notation for field use in restoration of nearly 600 public and private properties adjacent to main line paving. •Repair Submarine Wharf S-21, United States Navy, Pearl Harbor, HI. $5.6 million demolition & replacement of timber fender pile system with 126 pre-stressed piles. Bull rail, piling, and under-wharf repairs. Partial demo & replacement of deck slab. New containment booms. Submittal review, prepared layout drawings, finalized qualities. Inspected all underwharf repairs and manufacture of piles. Coordinated special inspections. •Pierce Co. Terminal Expansion: Wharf and Dredging & Slip 5 Mitigation, Phase II for Evergreen Steamship Line. The Port’s field representative assisted Project Manager and coordinated inspection for the $38 million marine portion of $100 million terminal expansion. Project included partial demolition seismic up-grade with sheet pile and steel batter-pile bulkhead, 814 feet precast pile support extension to the existing1440 foot wharf. New utilities, dolphins, fender system, capstans and paving. Wapato Creek outfall relocation. Dredging 1.4 million CY of material for Blair Waterway widening. Fish habitat mitigation. •Pierce County Terminal Dredging and Slip 5 Habitat, Phase I, Port of Tacoma, Tacoma, WA. $10 million demolition and excavation of existing parking lot followed by dredging and deepwater disposal of 300,000 CY to increase size of turning basin in the Blair Waterway. Underwater placement of 93,000 CY of rock and select fill to create a fish habitat, 24-hour continuous dredging operation, 2 floating cranes, 2 tugboats and 4 dump scows. Coordination with shipping at an active freight terminal. www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma WA PHONE 253-552-1140 ● FAX 253-552-1141 Elizabeth Cottrell Project Manager 1999-2000 Engineer General Construction Company- Industrial Division, Poulsbo/Seattle, WA Acting Superintendent •Boeing Field Flight Line, Boeing Commercial Airplane Group, Seattle, WA. Repaving and high voltage power replacement/upgrade at the Boeing Field Commercial Airplane Flight Line. •7-244 Building, Boeing Capital Corporation, Renton, WA. $1.9 million fast-track demolition and renovation of 3rd floor to 22,250 SF of corporate executive offices for relocation of a Boeing subsidiary from California. Custom millwork. DLR Group, Seattle, Architect. Engineer •Wastewater Treatment Plant Upgrade, Boeing Commercial Airplane Group, Renton, WA. Installation of new valves and electronic actuators. 1999 Estimating/Buyout Contract Position BFC Frontier, Inc., (Now Aecon) Lynnwood, WA 1998 Quality Control Manager/ Interim Project Manager Contract Position Wade Perrow Construction, Inc., Gig Harbor, WA 1996-1998 Construction Manager Contract Position The Boeing Company, Boeing Commercial Airplane Group, Facilities, Renton, WA. 1995-1996 Project Engineer Lease Crutcher Lewis, Contractors, Seattle, WA 1994-1995 Project Manager Wade Perrow Construction, Inc., Gig Harbor, WA 1991-1994 Owner’s Representative The Boeing Company, BE&C Engineers, Everett, WA. •Relocation of MDL Laboratory, Boeing Developmental Center, Seattle, WA. Demolition and remodel to relocate existing classified laboratory. Mechanical and electrical coordination with lab equipment and casework. Structural upgrade to accommodate HVAC rooftop units. •Quinault Beach Resort, Quinault Indian Nation, Ocean Shores, WA. 159 room, $39 million oceanfront hotel and casino. Final estimate for buyout, subcontractor negotiation and award, preliminary engineering for building enclosure. • Fort Knox Sports Complex, United States Army, Fort Knox, KY. Hired in mid project on a $4.6 million contract for the Army Corps of Engineers to develop 60-acres into an 8 field lighted sports complex with parking and two control/concession buildings. Second Shift Construction Manager in charge of multiple simultaneous projects varying from $5,000 to $5 million, including large auger-cast pile foundations, overhead crane bridge cranes, hazard abatement, post-tensioned parking garage repair and office improvements. •Kent Senior High School #4, Black Diamond, WA. Mechanical and Electrical Coordinator and lead Engineer on a $35 million facility on a 40-acre site. Trained engineer and intern. •Washington State Correction Center for Women, Purdy, WA. Hired in mid-project this $5.5 million was facing negative profit margin. Made the job profitable by focusing on claim settlement, change order and subcontractor management. This multi-phase project included new electrical duct-banks, steam piping, control room, visitor lobby, gym and warehouse. •40-37 Clean Paint and Seal Building. $89 million industrial facility: site work &tooling. •40-87/88 Office Complex and Cafeteria. Fast-track, $180 million cost-plus, 2.1million sq. Ft. office complex and 49-acre site development for the 777-airplane program. Managed daily field activities for: wetland mitigation, $40 million worth of site-work, utilities and paving; www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma WA PHONE 253-552-1140 ● FAX 253-552-1141 Elizabeth Cottrell Project Manager cafeteria finishes and equipment; office-build-out; second shift work including surplus and salvage operations. Coordinated inspectors. Subcontractor selection, change order negotiation, developed and monitored budgets and schedules. Led construction team on four major relocations of the access road to Boeing’s Everett plant, used by over 10,000 cars daily. 1987-1991 Assistant Superintendent Project Engineer Cost Engineer Field Engineer Turner Construction Company, Boston and Los Angeles Offices 1986-1987 Timekeeper/ Field Office Manager Urban Construction Company, Inc., Seattle, WA (no longer in business) •I-90, Third Lake Washington Floating Bridge Approaches. Rebar& post tensioning Subcontractor to Guy F Atkinson. Estimated for production targets, expedited rebar deliveries, assisted in preparation of claims. Timekeeper for 60 ironworkers. Wrote corporate safety manual. Progressive assignments starting as a field engineer doing line, grade and layout, plumbing structural steel, site safety, coordinating custom millwork from Quebec, subcontractor management, cost engineer and internal auditing for project varying from $5 to 80million. Field supervision on mid-rise, high-rise, office, industrial and medical facilities including: Children’s Hospital, One Bowdoin Square, 125 Summer St., Boston; and, American Honda and St. Joseph’s Medical Center, Los Angeles EDUCATION: University of Washington, BS in Building Construction, 1987 Seattle Central Community College, Assoc. Applied Science- Architectural Drafting, 1984 Attended Humboldt State University, Arcata, CA. TRAINING &CERTIFICATES: University of Washington Extension, Certificate in Commercial Real Estate Development 1994 Quality Control Certificate, Army Corps of Engineers, Tacoma, WA-March 7, 2016 Previous Quality Control certificates issued: Army Corp of Engineers, Louisville, KY & NAVFAC Pacific Pearl Harbor, HI 30hour OSHA Construction Safety -December 2009 and August 2012 EM385-1-1, 8 hour, 2005 40-hour HAZWOPER training, 2000 and First Aid-CPR Professional Organizations: The Propeller Club of the United States, Port of Tacoma Chapter, Member, 2004 to Present Lelli Memorial Scholarship Committee, Judge, 2007 to present www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma WA PHONE 253-552-1140 ● FAX 253-552-1141 Chad Middling Project Superintendent Summary of Qualifications From 1997 to current day Chad Middling has had years of learning different aspects of marine heavy civil construction and field operations. As Chad’s level of experience has grown, his roles have matured with increasing responsibility, and his experience have become effective tools in planning, coordination and oversight for marine project management. Chad’s projects include an assortment of clientele, from the private sector to government agencies. Most recently Chad’s project management focus has included demolition and retrofit upgrades to existing facilities, concrete, steel, wood pile driving, structural welding, sheet cells/walls, and new pier construction. He effectively managed large multidiscipline crews, subcontractors, equipment operations, and movements on a variety of highway/bridge, wharf, pier, and other marine, maintenance, improvement and demolition projects. Academic Degrees and/or credentials 1994 Peninsula High School Graduate 1997 to 2001 Local 196 Pile Drivers Apprenticeship (Kent, WA.) 2015 to 2017 UBC Superintendent Career Training First Aid/CPR Osha 30 WABO Certified Welder Washington Boater Certified Rigging Certified Employment History Project Superintendent ~ Orion Marine Contractors Inc.~ Tacoma WA. (August 2015 to Current) General Forman (key Foreman) ~ Orion Marine Contractors Inc.~ Tacoma WA. (February 2010 to 2015) Forman ~ ACC Construction ~ Seattle WA. (2008 to 2010) Forman ~ Mason Construction ~ Seattle WA. (2006 to 2008) Journeyman/ Forman ~ General Construction Seattle WA. (1999 to 2006) Journeyman ~ Hurlen Construction Seattle WA. (1997 to 1999) Work Experience Project Superintendent – Orion Marine Contractors, Inc. Tacoma WA 8/15 – Current Responsible for planning, coordinating, and managing marine and bridge projects in Washington and Alaska region. Project profile includes demolition and disposal of environmentally sensitive creosoted members, pile and pre-cast procurement, staging multi crane picks of large pre-cast elements, tide dependent scheduling, installation of pre-cast concrete pile caps, management of electrical, mechanical, and fire system sub-contractors, and management of multiple structural welded steel members. Maxum/Alaska Marine Lines Dolphin Replacement Seattle WA. - Orion Marine Contractors Inc. Project Superintendent responsible for project planning and construction of four double sided steel dolphins. Project profile includes pile procurement, the precise installation of 16” and 36” pile, installation of prefabricated steel head frames, welding, installation of two 100’ moveable steel catwalks, removal of two creosote contaminated wood pile Dolphins, and acting the primary liaison between both parties. The above work was executed while both facilities stayed active. NAVFAC- Ammo Pier Indian Island WA. – Orion Marine Contractors Inc. Project Superintendent responsible for project planning means and methods of impacting 21 EA. Of 24” octagonal concrete pile 148’ in length thru the NAVFAC Ammo Pier. The project profile includes the procurement of pile, towing of equipment into NAVFAC’s Ammo Pier, pile extraction of 24” octagonal pile with a six-man dive team, disposal of old Pre-cast pile. Jetting and impacting of new piles thru both CVA and the DLG sides of the ammo Pier. One of many roles that Chad acted as a Superintendent was to coordinate scheduling between the main contractor (Triton Marine) and the U.S. Navy, and the managing and scheduling of our subcontracted dive team (Global Diving). www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma WA PHONE 253-552-1140 ● FAX 253-552-1141 Chad Middling Project Superintendent Port of Everett Mooring dolphins Everett WA. – Orion Marine Contractors Inc. Project foreman responsible for management of equipment and crew, work sequencing, and overall quality of work performed. Project profile was placement of two concrete mooring dolphins, crane pick of 100-ton cast in place concrete member, concrete disposal, dock face retrofit for loading zone, and extended fendering system of the north face of the Port of Everett’s dock. Chad was responsible for managing the welding crew for spliced steel pipe, the scheduling of all concrete pours, and the derrick barge moves, anchor activities, and ship traffic impacting 11 EA. 120’ long 24” concrete pile. WSDOT I – 90 Floating bridge anchor cable replacement Seattle WA. – Orion Marine Contractors Inc. Project foreman responsible for management of equipment and crew, sub diver coordination, and cable installation. Project profile consists of removing and replacing xx EA. 2-3/4” diameter cables from 75’ to 200’ deep under water and installing them through the hawse into the bridge to be tensioned, measured, cut, and socketed, reattached and re-tensioned. NAVFAC Pier Bravo Naval Ship Yard Bremerton WA. – ACC Construction Project foreman responsible for management of equipment and pile driving crew for large structural concrete pile, barge loadouts, anchor moves and locations, and overall safety of equipment property and personnel. Project profile sub-contractor for Nova construction group to place 800 24” octagonal concrete pile of various lengths ranging from 90’ to 135’ in plumb and batter skews. Demolition of the old pier and replacement of a new 1300’ long pier for a new class aircraft carrier. Port of Tacoma East Blair Wharf Tacoma WA. – Manson Construction Project foreman responsible for management of the equipment and pile driving crew for large structural concrete pile, anchor moves, ship traffic, pre-cast deck panels project. Project profile is 1300’ concrete loading dock for the Port of Tacoma, Chad was responsible for the 1200 EA. 24” octagonal concrete pile, concrete dolphin, pre-cast deck panels, embeds, the forming and poring of the bull rail. Port of Seattle Terminal – 18 Seattle WA. – Manson Construction Project foreman responsible for management of the equipment and pile driving crew for large spliced concrete pile, anchor moves, ship traffic, and pile placement. Project profile is 1100’ of inshore and off shore crane rail for T -18’s new container cranes. Chad’s responsibilities consisted of the controlled demolition of the off-shore bull rail and large pre-cast members, disposal of concrete debris, installation of 130 EA. 230’ long spliced 24” octagonal concrete pile. WSDOT Hood Canal Bridge Replacement, WA. Kiewit – General, a J. V. Marine Foreman responsible for first cycle replacement of existing anchor cables on old Hood Canal Floating Bridge. During the second cycle, Chad managed the anchor setting program, removing underwater debris to clear a path for the new anchor cables and setting of the new bridge anchors. During the 3rd cycle of the program, the existing bridge pontoons were disconnected and towed away to make room for the float in and attachment of the new pontoon segments to the anchors. Accomplishing the tight time schedule associated with this work required close coordination of marine derrick barges, tug boats, and dive team activities. Follow on operations including planning and managing the tensioning program. NAVFAC Pier D Naval Ship Yard Bremerton WA. – General Construction company Marine Journeyman responsible as a lead man on 1300’ old pier demolition and concrete removal, a pile driving crew of 800 EA. 24” octagonal concrete bearing pile installation. Chad was responsible for tug assistance of all anchor moves thru both seasons. Once the bearing pile was finished in the first phase chad help set all the pre-cast deck panels and utility vaults that were casted at T-105 in Seattle then towed to Bremerton naval yard where they were picked and set in place. During the 2nd phase Chad had helped install 200 EA. 24” and 18” Square concrete fender pile with a UHMW face in various locations around the pier. www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma WA PHONE 253-552-1140 ● FAX 253-552-1141 Matt Cottingham, PE Sr. Project Engineer Summary of Qualifications Matt began his career as a project engineer with Orion Marine Contractors, Inc. (OMCI) in February 2015. Since that time, he has completed several projects with a wide variety of construction activities. Matt has experience with anchor cable replacement, demolition over water and upland, environmental dredging, rock placement for slope stabilization in water and above water, timber pile driving and creosote timber pile removal and disposal, steel pile driving, drainage and utility pipe installation, rebar installation, structural steel assembly, street improvement and sidewalk concrete repairs, a wide variety of formwork and falsework including associated concrete pours for pile caps, pier deck, dolphin headframes, retaining walls and stairs. He has written and implemented plans for environmentally focused projects such as site safety, stormwater pollution prevention, temporary erosion and sediment control, demolition plants, water quality monitoring and spill prevention control and countermeasures. As the onsite project engineer, Matt’s responsibilities include managing onsite crews and subcontractors, writing and submitting RFI’s, change orders, submittals, payment applications, schedules, status updates and all correspondence with clients. Matt has worked on projects with multiple clients such as WSDOT, SDOT, SPU, SCL, WA State Ferries, City of Everett, Snohomish County, Port of Everett, Puget Sound Energy and Seattle Parks and Recreation. Academic Degrees and/or credentials University of Washington, Civil and Environmental Engineering - 2014 Graduate Professional Engineer – October 2019 (License #20100311) OSHA 40 Hour HAZWOPER OSHA 8 Hour HAZWOPER Supervisor OSHA 30 Certified Erosion & Sediment Control Lead (CESCL) TWIC, WA State Boaters License, Passport Employment History Project Engineer/Sr. Project Engineer ~ Orion Marine Contractors Inc.~ Tacoma WA. (Feb 2015 to Current) Work Experience WSDOT I–90 Floating bridge anchor cable replacement, Seattle, WA. – OMCI Project Engineer – Project consisted of the replacement of 29 EA 2-3/4” diameter anchor cables at varying depths up to 205’. Cables anchors the Lacey V Murrow and Homer M. Hadley floating bridges on I-90. Matt was responsible for recording cable tensions throughout duration of each cable replacement and calculating cable cutoff lengths to meet design tensions. Coordinated with subcontractor divers, tug boats, traffic control, equipment, and WSDOT inspectors. Scheduling and managing day/night crews for Orion. Participated in weekly meetings with WSDOT project team. WA State Ferries - Anacortes Ferry Terminal Dolphin and Wingwall Replacement, Anacortes, WA – OMCI Project Engineer – Project consisted of removal and disposal of existing creosote timber dolphins and wingwalls, driving 22 EA - 30” diameter and 27 EA - 36” diameter steel piling, assembling, pouring, and setting 8 EA - steel framed reinforced concrete dolphin and wingwall caps and installing UHMW fender systems at each new structure. Matt produced concrete pour plans, construction sequencing, scheduling and coordination around Ferry schedule. Developed site safety and spill prevention, control and countermeasures plan (SPCC Plan), for job near public. Other responsibilities included writing RFI’s, change orders, submittals and monthly invoices to client. Scheduled and coordinated with subcontract divers, marine mammal monitors, steel fabricator and WSDOT inspectors and project team. www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma, WA 98421 PHONE 253-552-1140 ● FAX 253-552-1141 Matt Cottingham, PE Sr. Project Engineer UniSea Seafood Waste Remediation, Dutch Harbor, AK - OMCI Project Engineer – Project profile included environmental dredging and offshore disposal of contaminated seafood waste to satisfy EPA mandated remediation. Hydrographic surveying was performed to provide timely pre, intermediate and post dredge surveys to the client to confirm extends of contaminated material was effectively removed. Project duration was two consecutive months in Dutch Harbor, Alaska. Matt worked closely with UniSea Seafood management and Floyd-Snyder Environmental Engineering to satisfy client needs and successfully execute this difficult project. Matt developed strategic and environmentally focused dredging, dewatering, and disposal plans while managing OMCI’s 24-hour day and night crews. In addition, Matt submitted effective site safety and pollution prevention plans, RFI’s, submittals, change orders, schedule updates and payment applications to the client. Port of Everett – Mill A Cleanup Site Interim Action Dredging, Everett, WA - OMCI Project Engineer – Project scope included dredging, upland export and disposal of 21000 CY of contaminated materials and dredging and offshore disposal of 16000 CY of clean material at the Port of Everett. Dredged area was surveyed for complete removal then capped with 11700 TN of bedding rock, armor rock and habitat mix to stabilize the underwater slope. Matt was responsible for writing and implementing the Health and Safety Plan, the Dredging, Offloading, Transporting and Disposal Work Plan and the Marine Environmental Quality Control Plan among others. Matt performed and processed data from multiple hydrographic surveys to ensure the success of dredging operations. Participated in weekly meetings with the Port of Everett project team and their environmental engineering consultant to provide status and schedule updates. Puget Sound Energy - PSE LNG Dock, Tacoma, WA - OMCI Sr. Project Engineer – Project included demolition of existing timber structure, installation and splicing of 47 EA – 30”, 36” and 24” steel piling used as foundation for cast in place concrete dock, breasting dolphin and 2 EA aluminum catwalks. The project included precise placement of anchor bolts to be cast in place that later support LNG pipe racks and pump housing. Matt submitted and implemented the temporary erosion and sediment control plan for this job to ensure the stringent environmental regulations were met. This project required a heavy focus on preventing disturbance or any contamination from construction debris in the water. Snohomish County - Smith Island Estuary Restoration Phase II, Everett, WA - OMCI Sr. Project Engineer – A two season project in which 440 acres of land was prepared to be restored as an estuary. 19 new starter channels were excavated, and the surrounding area cleared and grubbed to allow for strategic placement of excavation material. Timber piling were driven as future habitats for spawning salmon, and old roads were removed by excavating and filling the adjacent ditches. Season 2 involved breaching the perimeter dike at each starter channel location and allowing water from Union Slough to flood the entire site. Matt managed this project and scheduled crews around tide schedules and environmental restrictions. As the onsite manager, Matt wrote RFI’s, submittals, safety and environmental plans, change orders and scheduled and managed subcontractors and deliveries. As part of this projects scope, Matt took water quality samples multiple times a week and made adjustments to the SWPPP in order to remain in compliance with applicable permits. Seattle Parks and Recreation - Portage Bay Park, Seattle, WA - OMCI Sr. Project Engineer – A future public park designed with heavy architectural elements that was to take the place of the old University of Washington Police Station on Lake Union. This project involved significant abatement and building demolition work, concrete and asphalt demolition and removal, clearing and grubbing, soil stabilization, installation of a permeable reactive barrier along the shoreline, import and placement of 13,500 TN fill dirt and 5000 TN shoreline aggregate, crushed rock base course and drain rock and the installation of a pier with ornamental cable handrailing, IPE decking and top rail, and fiber grate decking panels. Matt was heavily involved with managing the subcontractors and their schedules for installation of architectural concrete walkways, curbs, retaining walls, concrete roadway panels, architectural light poles and light bollards, landscaping, irrigation system, water treatment plant and more. For this two-year project, Matt wrote multiple RFI’s, submittals, change orders, schedules, pay application and correspondence to SP&R and their architect representative. This project was under the City of Seattle Community Workforce Agreement which made planning for specific crews a critical aspect of the job. www.orionmarinegroup.com 1112 E Alexander Avenue, Tacoma, WA 98421 PHONE 253-552-1140 ● FAX 253-552-1141 *790-54460% INTAKE SUBMITTAL----* 60% INTAKE SUBMITTAL City of Seattle *790-54460% INTAKE SUBMITTAL----* “ ” 60% INTAKE SUBMITTAL City of Seattle *----60% INTAKE SUBMITTAL----* 60% INTAKE SUBMITTAL City of Seattle LEGEND N SEE NOTE 3 TIMBER SEE NOTE 2, SEE NOTE 7 CONCRETE AND BRICK 100'-0" SEE NOTE 1 DEMO SITE PLAN - AREA A NOTES: 1. REMOVE EXTISTING TIMBER PIER INCLUDING RAILINGS, SURFACE IMPROVEMENTS, DECKING, FRAMING, STRINGERS, PILE CAPS, BRACING, AND PILES REQUIRED FOR ACCESS 2. REMOVE CONCRETE AND BRICK ELEMENTS INCLUDING NORTH PAVILION, STAIRS, WALKWAYS, SOUTH PAVILION, FRAMING, STRINGERS, PILE CAPS, BRACING AND PILES REQUIRED FOR ACCESS 3 SCL VAULT TO REMAIN, GANGWAY TO BE REINSTATED FROM PIER 59 SIDE. 4. SEE 1974 AS-BUILTS FOR REFERENCE ON EXTENT OF CONCRETE ELEMENTS 5. SEE SALVAGE PHOTOS FOR ITEMS TO BE SALVAGED 6. TOTAL AREA TO BE REMOVED IS 48,230 sf 7. DEMO PIER 58 UTILITIES TO SEAWALL. q DEMO SITE PLAN – KEY DEMO SITE PLAN - AREA B SEE NOTE 7 Install salvaged fenced to close out water's edge Salvage Donor Recognition Plate, typ of 1, see photo J Salvage cleat, typ of 2, see photo F SEE NOTE 3 Salvage Fitzgerald Fountain bronze elements only. Care and protection required, typ of 1, see photo I N 50'-0" SEE NOTE 2, NOTE 4 Salvage bike rack, typ of 1, see photo G Salvage Aquarium Sign, typ of 3, see photo D NOTES: 1. REMOVE EXTISTING TIMBER PIER INCLUDING RAILINGS, SURFACE IMPROVEMENTS, DECKING, FRAMING, STRINGERS, PILE CAPS, BRACING, AND PILES REQUIRED FOR ACCESS 2. REMOVE CONCRETE AND BRICK ELEMENTS INCLUDING NORTH PAVILION, STAIRS, WALKWAYS, SOUTH PAVILION, FRAMING, STRINGERS, PILE CAPS, BRACING AND PILES REQUIRED FOR ACCESS 3 SCL VAULT TO REMAIN, GANGWAY TO BE REINSTATED FROM PIER 59 SIDE. 4. SEE 1974 AS-BUILTS FOR REFERENCE ON EXTENT OF CONCRETE ELEMENTS 5. SEE SALVAGE PHOTOS FOR ITEMS TO BE SALVAGED LEGEND TIMBER DEMO SITE PLAN – AREA A CONCRETE AND BRICK Salvage Art, typ of 1, see photo L Salvage Historic Anchors, typ of 3, see photo A Salvage surface mounted picnic table, typ of 5, see photo H Salvage surface mounted railing, typ of 600 feet, see photo R. Reinstall to close gaps adjacent to water Salvage Telescope and Pedestal, typ of , see photo D Salvage Telescope Pedestal, typ of 3, see photo C SEE NOTE 1 Salvage planters, typ of 20, see photo K Salvage Ladder, see photo B LEGEND Salvage misc. chairs and tables, see photo Q and photo O TIMBER Salvage blue picnic tables, typ of 7, see photo M CONCRETE AND BRICK Salvage surface mounted railing, typ of 600 feet, see photo R. Reinstall to close gaps adjacent to water N Salvage large scaffold structure, typ of 1, see photo V Install fence to close off new water's edge 50'-0" Salvage Movement Joint Plate, typ of 450 feet, see photo T Salvage small scaffold structure, typ of 1, see photo U SEE NOTE 1q SEE NOTE 2, NOTE 4 Salvage cleat, typ of 2, see photo F Install salvaged fence to close off new water's edge DEMO SITE PLAN – AREA B NOTES: 1. REMOVE EXTISTING TIMBER PIER INCLUDING RAILINGS, SURFACE IMPROVEMENTS, DECKING, FRAMING, STRINGERS, PILE CAPS, BRACING, AND PILES REQUIRED FOR ACCESS 2. REMOVE CONCRETE AND BRICK ELEMENTS INCLUDING NORTH PAVILION, STAIRS, WALKWAYS, SOUTH PAVILION, FRAMING, STRINGERS, PILE CAPS, BRACING AND PILES REQUIRED FOR ACCESS 3 SCL VAULT TO REMAIN, GANGWAY TO BE REINSTATED FROM PIER 59 SIDE. 4. SEE 1974 AS-BUILTS FOR REFERENCE ON EXTENT OF CONCRETE ELEMENTS 5. SEE SALVAGE PHOTOS FOR ITEMS TO BE SALVAGED A – Historic Anchor, typ of 3 B – Ladder, typ of 1 C – Telescope Pedestal, typ of 3 D – Telescope & Pedestal Combo – Typ of 4 E – Aquarium Signage, typ of 3 F – Cleat, typ of 2 G – Bike Rack, typ of 1 H – Surface Mounted Picnic Table, typ o f 5 Demo Plan – Salvage Items (1 of 3) I – Fitzgerald Fountain, typ of 1. Bronze elements only, comprised of 4 separate bronze pieces. Care and protection required J – Donor Recognition Plate, typ of 1 K – Planter, typ of 20 L – Art “Waterfront Whimsea”, typ of 1 M – Blue Picnic Table, typ of 7 N – Garbage/Recycle Can – typ of 5 O – Misc. Tables, typ of approx. 20 P – Handrail – Typ of approx. 14 Demo Plan – Salvage Items (2 of 3) Q – Misc. Chairs, typ of approx 100 U – Scaffold Structure, small, typ of 1 Demo Plan – Salvage Items (3 of 3) R – Surface mounted railing, typ of approx. 600 feet S = Drinking Fountain, typ of 1 V – Scaffold Structure, large, typ f 1 T – Movement Joint Plate, type of approximately 450 feet LEGEND NOTES: >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 1. EXCERPT OF PILE PLAN FROM 2016 INSPECTION REPORT. NUMBER, TYPE, CONDITION AND LOCATION TO BE FIELD VERIFIED. 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA LL STEEL H-PILE MM NN OO PP QQ 18 MONOTUBE PILE STEEL PIPE PILE 17 J BATTER PILE 16.1 16 16 15.5 See Photo A1, B1, C1 for photos of this area 15 14.5 14 See Photo G1, H1, I1 for photos of this area 13.5 13 12.5 BB DD EE GG JJ 15 KK 14.5 14 HH RR 13 SS FF TT 12 12 CC II X Y Z AA 12 UU VV WW 11 11 Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 11 XX 10 10 9 10 9 8 9 8 7 YY 9 8 6 8 7.9 7.5 See Photo D1, E1 for photos of this area 7 7 6 7 6 6 6A F-6 5 5 5 4.5 F-5 F-7 4.5 4.3 4 3.5 F-4 3.5 4.7 4.9 4.4 4 4A 5.5 5 5A 2A 1 3 3 3A 5 2 10 15 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 2:58 P 10 9.5 1 29 39 27 14 18 5 10 13 30 35 2 19 1 A B C D E F G H I J K L M N O P Q R S T U V W X Y Z AA BB PIER 58 CC 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) 24 X 36 SHEET SCALE: 1" = 20' 0 0 10 20 30 20 40 60 11 X 17 SHEET SCALE: 1" = 40' 40 80 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1 LEGEND NOTES: >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 1. EXCERPT OF PILE PLAN FROM 2016 INSPECTION REPORT. NUMBER, TYPE, CONDITION AND LOCATION TO BE FIELD VERIFIED. 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA STEEL H-PILE MONOTUBE PILE STEEL PIPE PILE BATTER PILE 8 Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 8 7 7 6 See Photo D1, E1 for photos of this area 6 5 5 5 4.5 4.5 4 3.5 3.5 3 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 2:59 P 2 29 39 27 14 18 30 35 5 10 13 PIER 58 1 A B C D E F G H I J K L M N O P Q R S 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) T 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.1 LEGEND NOTES: >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 1. EXCERPT OF PILE PLAN FROM 2016 INSPECTION REPORT. NUMBER, TYPE, CONDITION AND LOCATION TO BE FIELD VERIFIED. 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA STEEL H-PILE (NOTE 1) MONOTUBE PILE (NOTE 2) See Photo A1, B1, C1 for photos of this area See Photo G1, H1, I1 for photos of this area STEEL PIPE COL STEEL PIPE COL 8 Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 8 7.9 7.5 7 7 6 6 6A 5.5 5 5A F-6 5 F-5 F-7 4.5 4.3 F-4 3.5 4.7 4.9 4.4 4 4A 2A 1 3 3A 5 10 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 3:05 P 15 2 19 1 5 PIER 58 S T U V W X Y Z AA BB 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) CC 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.2 LEGEND NOTES: >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 1. EXCERPT OF PILE PLAN FROM 2016 INSPECTION REPORT. NUMBER, TYPE, CONDITION AND LOCATION TO BE FIELD VERIFIED. 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA LL MM NN OO PP QQ 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA 18 STEEL H-PILE (NOTE 1) MONOTUBE PILE (NOTE 2) STEEL PIPE COL 17 STEEL PIPE COL 16.1 16 See Photo G1, H1, I1 for photos of this area II GG BB CC DD EE JJ 15 KK 14.5 14 HH RR 13 SS FF TT X Y Z Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax AA 12 UU VV WW 11 XX P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 2:59 P 10 10 YY 9.5 9 9 PIER 58 8 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) 8 7.9 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.3 LEGEND NOTES: >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 1. EXCERPT OF PILE PLAN FROM 2016 INSPECTION REPORT. NUMBER, TYPE, CONDITION AND LOCATION TO BE FIELD VERIFIED. 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA STEEL H-PILE (NOTE 1) MONOTUBE PILE (NOTE 2) STEEL PIPE COL J STEEL PIPE COL Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 16 15.5 15 14.5 14 13.5 13 12.5 12 12 11 11 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 3:00 P 10 10 9 9 PIER 58 8 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) 8 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.4 Concrete filled steel monotube pile 127 Concrete filled steel monotube pile 126 B1 - Monotube Pile 127 – Looking East towards seawall Concrete filled steel monotube pile 127 Concrete filled steel monotube pile 127 Steel H-Pile, typ A1 - Monotube 126 – Looking East towards seawall Demo Plan – Reference Photos (1 of 2) C1 - Monotube Pile 127 and 126 – Looking East towards seawall D1 – Underside of South Terrace (2011 photo) E1 – Underside of South Terrace (2011 photo) F1 – Monotube Steel Pile (2011 photo) G1 – Monotube North Terrace (2011 photo) H1 – Horseshoe Beam North Terrace (2011 photo) I11 – Monotube Piles North Terrace (20110 photo) Demo Plan – Reference Photos (2 of 2) 1973 AS-BUILTS PROVIDED FOR REFERENCE. EXISTING CONDITIONS TO BE FIELD VERIFIED THE NORTH TOWER AND BRIDGE WAS DEMOED IN 2006 THE SOUTH TOWER AND BRIDGE WAS DEMOED IN 2012 SEAWALL INTERFACE WAS RECONSTRUCTED IN 2017 SEE DEMO SITE PLAN FOR UP REFERENCE AERIAL IMAGE NORTH BRIDGE AND TOWER DEMOED IN 2006 SOUTH BRIDGE AND TOWER DEMOED IN 2012 NORTH BRIDGE AND TOWER DEMOED IN 2006 PIERS 58, 59 AND 60 TIMBER PILING INSPECTION (WC1741) December 2016 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) PIERS 58, 59 AND 60 TIMBER PILING INSPECTION (WC1741) December 2016 Prepared For: City of Seattle Department of Parks and Recreation Planning and Development Division 800 Maynard Avenue S, 3rd Floor Seattle, WA 98134-1336 David Graves Project Manager (206) 684-7048 david.graves@seattle.gov Prepared By: Seattle Structural PS Inc. 3131 Elliott Avenue, Suite 600A Seattle, WA 98121 Howard Burton, P.E., S.E., President (206)343-3000 HBurton@SeattleStructural.com Mike Braun, P.E., S.E., Project Manager (206) 343-3000 MBraun@SeattleStructural.com This condition assessment of Piers 58, 59 and 60 summarized within this report was authorized on July 20, 2016 under Seattle Parks & Recreation Department, Planning & Development Division, Consultant Roster Program Agreement No. PR16-020: “Piers 58, 59 and 60 Timber Piling Inspection (WC1741)”. December 2016 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) TABLE OF CONTENTS EXECUTIVE SUMMARY ........................................................................................................................... 1 PHOTOGRAPHS ........................................................................................................................................ 4 INTRODUCTION ......................................................................................................................................... 8 STRUCTURAL DESCRIPTIONS ................................................................................................................. 8 PRIOR INVESTIGATIONS ......................................................................................................................... 10 SCOPE OF OBSERVATIONS.................................................................................................................... 11 OBSERVATION METHODS ....................................................................................................................... 11 OBSERVATIONS ....................................................................................................................................... 11 Pier 58 ........................................................................................................................................... 11 Pier 59 ........................................................................................................................................... 13 Pier 60 ........................................................................................................................................... 13 CONCLUSIONS AND RECOMMENDATIONS .......................................................................................... 14 APPENDICES A. Pier 58 & 60 Timber Pile Rating Plans.................................................................................. A-1 B. Pier 58 Timber Pile Rating Data ........................................................................................... B-1 C. Pier 60 Timber Pile Rating Data ........................................................................................... C-1 D. Pier 58 Load Test Displacements ......................................................................................... D-1 E. Piers 59 Projection of Steel “Can” of Replacement Piles Above Mudline ............................ E-1 F. Piers 58 & 60 Global Diving Timber Pile Inspection Logs .................................................... F-1 December 2016 EXECUTIVE SUMMARY This 2016 report reviews timber piles that support concrete and timber portions of Piers 58, 59 and 60. The Seattle Department of Construction and Inspections (SDCI) requires an ongoing maintenance program of all timber piers in the Central Waterfront in accordance with Director’s Rule 7-90. This rule requires that, as a minimum, an updated comprehensive investigation of the pier’s timber structure every five years. The last report was completed in 2011 by Seattle Structural PS Inc. The 2006 Tinnea Report outlined recommendations that, if followed, would have returned the structure to a “near-design” level of safety. The 2006 report also allowed for the alternate imposition of load limits (without repairs) that provided “reasonably safe” conditions. Due to changes in the Central Waterfront area and seawall upgrades, as well as financial considerations, the city opted to forego repairs and imposed load restrictions, with the recognition that there was an increased risk of partial collapse in the event of an earthquake or large wind event. Recently there has been planning for the replacement of Waterfront Park with new public walks and water access. We expect that this new facility will be in place within the next ten years. With this in mind, we understand that the city intends to continue with the policy of maintenance deferral of the existing structure if possible without upgrades. Pier 58 The 341 timber piles supporting the main timber-deck portions of Pier 58 provide the vertical load-carrying capacity for Pier 58 as well as lateral resistance to earthquake, wind and wave actions. Over time the creosote treatment has washed out of the timber and the piles have lost effectiveness in limiting marine borer attack. Once a pile develops a large number of worm-holes the rate of decay accelerates and the pile will eventually fail. December 2016 1 The standard manner of rating timber piles is to assign a “percentage capacity remaining”. A new pile will have a 100% rating. Once damage starts to accumulate the piles’ ratings diminish. The Pier 58 pile ratings over the past ten years and projected forward 5 years are shown here: Approximate Average Pile Ratings Year Observed 100% 90% 75% 50% 25% 0% 2000 84 (25%) 204 (60%) 37 (11%) 10 (3%) 4 (1%) 2 (1%) 2006 13 (4%) 179 (52%) 112 (33%) 28 (8%) 7 (2%) 2 (1%) 2011 0 (0%) 52 (15%) 161 (47%) 109 (32%) 17 (5%) 2 (1%) 2016 0 (0%) 0 (0%) 3 (1%) 160 (47%) 160 (47%) 18 (5%) 2021 (projected) 0 (0%) 0 (0%) 0 (0%) 68 (20%) 239 (70%) 34 (10%) Percentages that do not add up to 100% are due to rounding. The quantity of piles at each rating is extrapolated for easier comparison when only a representative sample of piles were inspected that year. Refer to the table in the body of the report for actual quantities. The original piles had a rated live load capacity of around 20 tons and were capable of supporting 200 psf on the deck area. Even when deteriorated to a 25% rating they retain significant axial capacity (although less than the code-required 100 psf). In order to maintain the load carrying integrity of the pier, piles should be replaced when they reach a rating of 25%. The original design of Waterfront Park would not meet today’s seismic code requirements. As both the timber and non-timber piles decay, the risk of collapse as a result of a seismic or high wind/wave event increases. Since most of Pier 58’s lateral capacity comes from the Monotube and steel piles, though, the incremental loss of lateral capacity in the timber piles is unlikely to significantly increase the likelihood of a general sway-type collapse (the expected failure is a localized vertical collapse). In 2006 there were a total of 9 piles (3%) that had a rating at or below 25%. In 2011 there are approximately 19 piles (6%). In 2016 there are 178 piles (52%). Within the next five years (by 2021) it is reasonable to expect that one or more of these piles will fail. We have studied the consequence of a failed single pile and have determined that the most likely outcome of this is a degree of sagging and reduced live-load capacity. As long as there are no large concentrated loads (from a vehicle, for instance) we do not expect that a collapse will occur as a result of a single pile failure. Our calculations suggest that the actual live load capacity is on the order of 20 psf when a single pile is removed; although this is less than the code-prescribed 100-psf this reduced capacity does not mean that a collapse will occur. In our reports from 2006 and 2011 we cautioned the city that an eventual failure was likely to occur that would force the closing of the park to public access. Based on the recent successful load (despite the poor pile ratings), we are encouraged that the city can continue to use the park while the full replacement is planned. In order to continue to utilize the pier as park public space we recommend the following actions: 1. Maintain a ban on all vehicular traffic. Install steel bollards at the access points. If access is needed require a review by a structural engineer prior to accessing. The bollard design has been completed and is attached to this report. December 2016 2 2. Do not permit large gatherings of people for events. 3. Perform periodic load tests (preferably on an annual basis) of piles testing to 6,000# (approx 30 psf) to identify any failed piles. A base-line load test was successfully completed this year (results are attached to this report.) 4. Perform periodic row-throughs (preferably on an annual basis) to look for pile damage. If a failed pile is identified (as a result of the load tests or row-throughs) then access to that portion of the pier will need to be restricted. Given the current condition of the pier it is possible that the piling will pass this test for the next five years although the city must be prepared to take action if a pile failure occurs. In the event of a high wind/wave event or an earthquake the pier could experience a partial collapse. The likely mode of failure will be a localized collapse and/or leaning. Many of the structural components continue to perform well despite deferred maintenance. The timber deck and framed sub-structure condition of Pier 58 has not appreciably degraded since 2006. Pier 59 Timber piles at Pier 59 are not a major concern. All timber piles needed for vertical support of the timber building were replaced (posted) with steel pipe piles in 2005. Some timber piles were retained as extra piles and are not required for vertical or lateral support. Lateral support for Pier 59 is provided by 140 of the 146 large-diameter steel pipe piles installed in 2005. A portion of the stub piles were inspected and, although some evidence of soil erosion was found, no stubs were exposed. We expect the Pier 59 pile system to continue to perform as designed. We reviewed a 2015 report by BergerABAM for the Seattle Aquarium. There were no significant areas for immediate concern. Pier 60 Some modifications have been performed at Pier 60 as part of the seawall construction which reduced the timber deck area and the number of timber piles. We inspected the 20 remaining timber piles and found these piles are in fair to poor condition. Replacement of piles will be needed within 10-20 year. Conclusions and Recommendations It is reasonable to allow continued public access to Pier 58 Waterfront Park but with no vehicle access. Load testing and row-through observation should be performed annually. The city should anticipate within five years that portions of the park may need to be closed due to a failed load test, in response to an earthquake or high wind/wave event, or because of the spontaneous loss of a pile due to deterioration. By continuing to defer maintenance, the practicality of repairing the timber pier to a usable state is diminishing. The estimated cost of restoring the pier structure to near-code condition in 2006 was $0.7M-$1.5M. Today the cost of restoration is much higher due to escalation and continued decay, and is likely not practical. Full replacement is the best long term solution. December 2016 3 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Photo 1: Pier 58 general condition of timber structure Photo 2: Pier 58 general condition of timber structure December 2016 4 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Photo 3: Pier 59 crushed timber beam at pile N2-28 (looking north) Photo 4: December 2016 Pier 59 crushed timber beam at pile N2-29 (looking north) 5 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Photo 5: East side of Pier 60 at the Triangle Photo 6: December 2016 East side of Pier 60 at the Triangle 6 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Photo 7: East side of Pier 60 recent modifications (looking south) Photo 8: East side of Pier 60 recent modifications (looking north) December 2016 7 INTRODUCTION Seattle Department of Construction and Inspections (SDCI) Director’s Rule 7-90 calls for a maintenance program for timber piers based on a comprehensive investigation that includes observation and evaluation of a representative sample of caps, stringers, and piles, although the number of piles need not exceed 20% of the total. Seattle Structural was contracted by the Seattle Parks and Recreation Department (PRD) to inspect all timber piling of Pier 58 (Waterfront Park), Pier 59 (Aquarium), and Pier 60 (along Alaskan Way and the Triangle). An inspection of the timber stringers and pile caps at Piers 58 and 60, an inspection of pile stub protection at Pier 59, and a gravity load test of Pier 58 also were performed. Seattle Structural engineers performed a “row-by” inspection of the timber sub-structures and of timber piles above the waterline. Global Salvage & Diving (Global Diving) was sub-contracted to observe timber piles below the waterline. The following personnel performed the inspections. • • • • • Howard Burton, PE, SE: 35 years of structural engineering experience and 15 years of marine structures experience Michael Braun, PE, SE: 36 years of structural engineering experience and 11 years of marine structures experience Simon Cleasby, Global Diving & Salvage: licensed commercial diver for 26 years Bradley Peterson, Global Diving & Salvage: licensed commercial diver for 10 years Christopher Hume, Global Diving & Salvage: licensed commercial diver for 6 years STRUCTURE DESCRIPTIONS Pier 58 Pier 58 was built in 1974 using several different construction types. The timber portion is supported by 341 timber piles and accounts for 70% of the area. North and south terraces are cast-in-place (CIP) concrete supported by concrete-filled steel Monotube piles. The concrete apron adjacent to the north terrace is supported by steel H-piles along the seawall and timber piles elsewhere. The concrete promenade along the seawall also is supported by steel H-piles along the seawall and timber piles at the transition to timber portions of Pier 58. The original construction included bridges from the north and south terraces to respective observation towers. The bridges and towers were steel structures supported by timber piles. The north bridge and tower were removed in 2006 when Pier 59 was renovated. The south bridge and tower were removed around 2012. The timber piles and pile caps which had supported the towers remain. Pier 59 Pier 59 underwent a major structural renovation in 2005. The eastern (landward) one-third of the old timber building was demolished and replaced with concrete construction at the first level, timber at level 2 and the roof, and steel pipe pile supports. The new level 1 concrete construction consists of precast concrete panels supported by CIP concrete pile caps and topping slab. The old timber aprons on the north, south and west sides of the pier also were demolished and replaced with the same type of steel pile supported concrete construction. A pump house and an electric transformer vault at the south apron are CIP concrete slabs supported by steel pipe piles. December 2016 8 Pier 59 has a total of 146 steel pipe piles in the following sizes. • • • • (39) HSS 30x0.750 (46) HSS 24x0.625 (55) HSS 18x0.500 (6) HSS 12x0.500 Pre-existing concrete and steel piles plus replacement steel piles support the timber structure at the western two-thirds of the building. All timber piles required to help support the existing timber structure were replaced (posted) with 10-inch steel pipe piles. The replacement pipe pile thicknesses are 3/8” or ½” depending on the load and pile length. The bottom of the steel replacement piles have an inverted steel “can” which fits over and bears on top of the timber pile stub. The stub was cut off at a depth below mudline where the Bankia destruction ended due to lack of oxygen. Some creosote and Cheminite treated timber piles in relatively good condition were kept as extra piles. Their condition is not critical because they are not needed to support the timber structure. Other timber piles were cut off 4 to 6-feet above mudline and retained as stubs for future replacement piles. The pile types and quantities are shown in the following table. Table 1: Pile Types and Quantities Supporting the Pre-existing Timber Building Action Pile Type N New replacement (posted) steel piles K Kept pre-existing piles No. of Piles 124 Concrete or Colby piles 47 Steel piles 31 Sub-Total 78 SUB-TOTAL (new and kept piles) E Extra piles Creosote treated timber piles 35 Cheminite timber piles 15 PVC clad creosote piles 7 Concrete piles 1 Sub-Total TOTAL (new, kept and extra piles) S 202 Stub Piles 58 260 53 The timber stringers, beams and building perimeter cap beams are supported by 12” deep steel channels both sides of the pre-existing timber pile caps. The steel channels are supported by the steel replacement piles and pre-existing concrete and steel piles mentioned previously. Similar to the extra timber piles, the condition of the pre-existing timber pile caps is not critical because they are not being used to support load. The bolts through the steel channels and the pre-existing timber pile caps are not transferring load to the channels. Timber stringers and beams transfer their load directly to the steel channels in bearing. December 2016 9 The lateral force resisting system at level 1 consists of steel pipe pile and concrete pile cap moment frames. Steel replacement piles and pre-existing piles at the western two-thirds of the timber building support gravity loads only. Pier 60 Along Alaskan Way and the Triangle Pier 60 was built in 1974. It is predominantly a concrete structure consisting of CIP concrete pile caps, precast concrete slabs, and CIP concrete topping slabs all supported by prestressed concrete piles . Walls and water tank exhibits are CIP concrete. The roof is framed with timber trusses and decking. A timber walkway around the west (waterward) side was replaced by a steel pipe pile supported concrete walkway in 2012. Only two small areas of timber piling and timber sub-structure remain: the promenade on the northeast side between the concrete structure and the Alaskan Way seawall and the promenade on the east side which forms one side of the open water “Triangle” with Pier 59 and Alaskan Way. PRIOR INVESTIGATIONS Pier 58 prior condition studies and the repair history known to us are listed below. • • • • • • • • • 1989 – Arnold, Arnold & Associates condition assessment report 1992 – CH2M Hill condition assessment report 1996 – Sprinkler system replacement in accordance with drawings by Buffalo Design (architect) and Berona/Langebartel (sprinkler engineer) 1998-1999 – Tinnea, Echelon, and Tetra Tech condition assessment report 2000 – Echelon and Reid Middleton condition assessment report 2004 – Repairs to North Terrace in accordance with 1998-1999 report by Tinnea, et al. 2006 – Tinnea and Seattle Structural condition assessment report 2011 – Seattle Structural condition assessment report 2014 – Echelon underdeck inspection along seawall Pier 59 prior condition investigations and the repair history known to us are listed below. • • • 2000 – Echelon and Reid Middleton condition assessment report 2005 – Demo and reconstruction of east end and perimeter aprons, and pile replacement under west end timber structure 2015 – Tinnea and BergerABAM condition assessment report Pier 60 prior condition investigations and the repair history known to us are listed below. • • 2006 – Tinnea and Seattle Structural condition assessment report 2015 – Tinnea and BergerABAM condition assessment report The 2014 report by Echelon was prepared for the Mortenson Manson Joint Venture (MMJV). Echelon inspected all piles at Pier 58 within 20 feet of the seawall construction which was ongoing at the time of the inspection. Seventy-six (76) of the inspected piles were timber, which is 22% of all timber piles supporting Pier 58. This inspection was a baseline for monitoring purposes and the piles inspected were not intended to be representative of all piles. December 2016 10 The purpose of the investigation by Tinnea & Associates/BergerABAM in 2015 was to assess the general condition of the piles, pile caps, and level 1 structure of Piers 59 and 60 for the Seattle Aquarium. The scope involved all construction types including reinforced concrete, steel, and timber. BergerABAM inspected a representative sample in most areas plus all of the timber sub-structure of Pier 59. SCOPE OF OBSERVATIONS Global Diving inspected 341 timber piles at Pier 58 and 20 timber piles at Pier 60 and the Triangle on August 30-31 and September 15, 2016. On September 9, 2016 Seattle Structural observed all of the same piles above the waterline and the pile caps except the portion between Pier 60 and Alaskan Way which was blocked by floating debris. Pier 59 is supported predominantly by steel and concrete piles and steel channel pile caps. No timber piles or pile caps were inspected except for two timber beams at the west end. OBSERVATION METHODS Seattle Structural engineers performed a visual observation of timber piles and sub-structure from a small boat. The Global Diving divers performed a Level 1 inspection in accordance with “Underwater Inspection Criteria” by the Naval Facilities Engineering Service Center. This consisted of a top-to-mudline visual inspection on all sides and sounding with a hammer especially at suspect areas. The divers rated the capacity remaining for each pile in increments of 5 percentage points. The reported pile ratings are rounded off in increments of 25 percentage points in accordance with standard procedure. The diver’s helmet camera and microphone were recorded on DVD and were monitored in real time onboard the dive boat by a Seattle Structural engineer. The pile labeling system for Pier 58 in this report conforms to Seattle Parks & Recreation records as reported by Echelon in 2000 and 2014. The pile label system used in 2011 is also shown for reference. The pile labeling system for Pier 59 is the same as used on the 2005 piling replacement drawings. The pile labeling system for Pier 60 is the same as the 2011 report. The Seattle Parks & Recreation Department records were not available. The system used by BergerABAM for Pier 60 is also shown for reference. OBSERVATIONS Pier 58 Timber Piles Seattle Structural and Global Diving inspected all 341 timber piles at Pier 58 in 2016. The pile ratings are shown graphically on plans in Appendix A and in tables in Appendix B. Prior year’s ratings are shown as well as this year’s. In a pile-by-pile comparison, there are piles with better ratings this year compared to prior years, which can be attributed to the subjective method of rating timber piles. The piles are rated based on an inspection of the exterior while damage is often internal from the inter tidal zone down to a foot below the mudline. The video equipment failed during the first of three days of diving and was repaired before the third day. Audio was always available and the diver’s verbal description of his observations were recorded manually on dive inspection logs whether video was available or not. December 2016 11 Seventy seven (77) piles along the seawall that Global Diving inspected during the first two days without video had also been inspected by Echelon in 2014. Significant discrepancies were found with a few pile ratings when compared to Echelon’s. Global Diving re-inspected these piles to document their condition with video on the DVD recording. Although we were not able to resolve the discrepancies, we gained confidence with the consistency of the ratings we had obtained. Global Diving rated pile capacity in increments of 5 percentage points. Over 80% of the paired ratings differed from each other by 10 percentage points or less. The reported pile rating for each of these piles is the average of the pair of ratings rounded to the nearest 25th percentile. A summary of the pile ratings for this year and prior years are shown in Table 2. All or nearly all timber piles were inspected except in 2011, when a representative sample was inspected, and in 2014, when piles were monitored along the seawall construction zone and were not intended to be representative. The quantity of piles for each rating are the actual values. The table of values in the executive summary are extrapolated for all 341 piles based on the percentages for easier comparison of year-to-year results. Overall, the pile ratings are worse for each successive inspection. This trend is projected out to year 2021 to show how many piles will be in jeopardy in 5 years. Table 2: Summary of Timber Pile Ratings for Pier 58 Year Observed Pile Ratings 100% 90% 75% 50% 25% 0% Pile Qty 2000 84 (25%) 204 (60%) 37 (11%) 10 (3%) 4 (1%) 2 (1%) 341 2006 12 (3%) 170 (52%) 106 (33%) 27 (8%) 7 (2%) 2 (1%) 324 2011* 0 (0%) 21 (15%) 65 (47%) 44 (32%) 7 (5%) 1 (1%) 138* 2014* 11 (14%) 30 (39%) 23 (30%) 1 (1%) 3 (4%) 8 (11%) 76* 2016 0 (0%) 0 (0%) 3 (1%) 160 (47%) 160 (47%) 18 (5%) 341 2021 (projected) 0 (0%) 0 (0%) 0 (0%) 20 (68%) 239 (70%) 10 (34%) 341 *2011 and 2014 were partial investigations Note: Inspections of timber piles were performed by the following firms: 2000 – Echelon 2006 – Seattle Structural/Global Diving 2011 – Seattle Structural/Global Diving 2014 – Echelon (limited inspection for Mortenson-Manson Joint Venture) 2016 – Seattle Structural/Global Diving Seattle Structural performed a load test of Pier 58 on December 8, 2016. The test was conducted by positioning a 6,000 lb vehicle at each pile and measuring the vertical displacement of the deck surface directly over the pile. The timber deck elevation was determined with a tripod-mounted construction laser and a rod-eye receiver. The accuracy of the equipment is +0.08 inch (+2 mm) within a 100 foot (30 m) radius. If the pile provides no support, the expected displacement is ½” (13 mm) or more. The measured displacements are shown in Appendix D. No piles at accessible areas of the pier failed the load test. Although at least one pile has a rating of 0%, we did not observe significant deflection at December 2016 12 that pile. Most stringers and pile caps are continuous over 2 spans and distribute load to more than one pile. The load tests were successful, that is, no pile failures were encountered. The measured deflection at all piles was 0.08 inch (2 mm) or less, which is within the accuracy of the equipment. Timber Pile Caps The timber pile caps are above the splash zone and have no significant surface rot and no observable marine borer activity. The ends of some caps at the edge of the pier look “weathered” but they have no significant loss of capacity as the damage that exists is in a region of low stress. A pile cap near Grids 3/U has an inclined crack that has not changed significantly since 2006. The timber pile caps generally are in satisfactory condition. Typical conditions are shown in photos 1 and 2. Timber Superstructure No significant deterioration of the deck or stringers was observed. Pier 59 The timber piles of Pier 59 were not inspected in this contract. None of the existing timber piles at Pier 59 are required to support gravity or seismic loading. The western two-thirds of the timber building is supported by concrete and steel piles and steel channel pile caps. The eastern one-third and the perimeter aprons are concrete construction supported by steel pipe piles. Global Diving inspected a representative sample of the 124 pile stubs that support steel replacement piles. The purpose was to determine if there has been any soil erosion around the inverted steel “can” protecting each stub. The pile stubs that were inspected and the maximum projection of each above the mudline are shown on sheets S2.0.2 and S2.0.3 from the 2005 record drawing set. The details of the steel “can” are shown on sheet S5.32. These sheets are included in Appendix A. It is acceptable for the steel “can” to project as much as 12-inches above the mudline. Two (2) of the 38 inspected pile stubs were inspected have inadequate coverage. It is important for all pile stubs to have adequate protection from Bankia (marine borer) damage to ensure the structural adequacy of the western two-thirds of the timber building. Piles N2-28 and N2-29 support timber beams that are partially rotted and crushed, see photos 3 and 4. This damage was reported by BergerABAM in 2015. These beams and piles support the tall west wall of the Aquarium building. No significant signs of movement were observed above the decking inside the building and none were reported by Aquarium staff. This condition does not appear to be a source of imminent failure. Pier 60 The timber walkways and promenade around Pier 60 have been modified in the past 5 years. The timber walkway on the west side was replaced with a concrete walkway supported by steel pipe piles. The promenade on the east side forming one side of the Triangle has been reduced in width and one row of creosote-treated timber piles has been removed, see photos 5 through 8. At the time of our inspection a temporary sheet pile bulkhead was installed on the northeast side along Alaska Way and seawall construction was in progress. Three severely damaged creosote-treated timber piles had been removed beneath the concrete sidewalk in the SDOT right-of-way. Seattle Structural and Global Diving inspected the 20 timber piles that remain on the east and northeast sides of Pier 60. Video and audio from the diver were recorded on DVD. The pile ratings are shown December 2016 13 graphically on a plan in Appendix A and in a table in Appendix C. Prior year ratings are shown as well as this year’s. The pile ratings area summarized in the following table. Table 3: Summary of Timber Pile Ratings for Pier 60 Year Observed Pile Ratings 100% 90% 75% 50% 25% 0% Pile Qty 2006 0 (0%) 9 (45%) 2 (10%) 4 (20%) 0 (1%) 5 (25%) 20 2015 0 (0%) 1 (17%) 0 (0%) 4 (67%) 0 (0%) 1 (17%) 6 2016 0 (0%) 0 (0%) 0 (0%) 10 (50%) 9 (45%) 1 (5%) 20 Note: Inspections of timber piles were performed by the following firms: 2006 – Seattle Structural/Global Diving 2015 – BergerABAM 2016 – Seattle Structural/Global Diving The inspection by BergerABAM was prior to modifications to the timber promenade on the northeast and east sides of Pier 60 and the commencement of seawall construction in this area. It appears that one timber pile was repositioned slightly to support the reduced timber promenade on the east side adjacent to the Triangle. Timber piles 28/5 through 28/9 (BergerABAM piles Q/5 through Q/9) had 0% ratings in 2006. BergerABAM rated the 3 piles they inspected in 2015 as major to severe damage (0% to 25% ratings). All of these piles have 50% ratings in 2016. These piles support an 8-inch temporary waterline for the Aquarium and are immediately adjacent to the temporary sheet piling for the seawall construction. They may have been replaced (posted) by the seawall contractor. Timber piles along the Triangle were rated mostly 75% in 2006 and mostly 25% in 2016. These piles support the temporary waterline, a temporary dry system fire line, and a temporary pressurized 4-inch sewer line during the seawall construction. CONCLUSIONS AND RECOMMENDATIONS In consideration of tight budgetary constraints, the least-cost actions that we recommend for Pier 58 are as follows: 1. Continue to ban vehicular traffic to all areas of Pier 58. Maintain the posted notice of the vehicle ban. Enforce the ban by installing bollards at access points. If a vehicle needs access, a structural engineer should evaluate the proposed vehicle loading prior to approval and access. 2. Do not encourage large groups of people to congregate in any area of Pier 58. 3. Repair timber beams at the west end of Pier 59 supported by steel replacement piles N2-28 and N2-29. 4. Conduct annual row-throughs under the pier to identify apparent deficient piles and/or sub-structure. A row-through was conducted this year for this report so the first annual rowthrough should begin in 2017. December 2016 14 5. Conduct annual load tests of timber piles and areas suspected of having deficient capacity. We recommend using a 6,000 lb vehicle (30 psf) to load the test areas. Measure the deflection of the deck to determine if there is any unusual or excessive movement. This test should be conducted or supervised by a structural engineer. The tests conducted in 2011 and 2016 will serve as a baseline of deflection data for future reference. The measured deflection of all tested piles was 0.08 inch (2 mm) or less. No failed piles were encountered and the load tests were successful. 6. The concrete superstructures of the north and south terraces, the north terrace apron, and the promenade will eventually need to be repaired, replaced, or demolished. The north terrace in particular has serious reinforcing steel corrosion that may not be accelerating at this time but is on-going. All of these areas are supported by Monotube piles and steel H-piles that have serious corrosion. The cost of repairs or replacement would be high. December 2016 15 APPENDIX A Piers 58 & 60 Timber Pile Rating Plans December 2016 LEGEND >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA LL STEEL H-PILE MM NN OO PP QQ 18 MONOTUBE PILE STEEL PIPE PILE 17 J BATTER PILE 16.1 16 16 15.5 15 II JJ 15 KK 14.5 14.5 14 14 GG 13.5 13 BB 12.5 DD EE HH RR 13 SS FF TT 12 12 CC X Y Z AA 12 UU VV WW 11 11 Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 11 XX 10 10 9 10 9 8 YY 9 8 10 9.5 9 8 8 7.9 7.5 7 7 7 6 6 7 6 6 6A F-6 5 5 5 4.5 F-7 4.5 4.3 4 3.5 F-5 F-4 3.5 2A 1 3 3 3A 5 2 10 2 15 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 2:58 P 4.7 4.9 4.4 4 4A 5.5 5 5A 19 1 29 39 27 18 14 5 10 13 30 35 1 A B C D E F G H I J K L M N O P Q R S T U V W X Y Z AA BB PIER 58 CC 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) 24 X 36 SHEET SCALE: 1" = 20' 0 0 10 20 30 20 40 60 11 X 17 SHEET SCALE: 1" = 40' 40 80 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1 LEGEND >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA STEEL H-PILE MONOTUBE PILE STEEL PIPE PILE BATTER PILE 8 Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 8 7 7 6 6 5 5 5 4.5 4.5 4 3.5 3.5 3 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 2:59 P 2 29 39 27 18 14 30 35 5 10 13 PIER 58 1 A B C D E F G H I J K L M N O P Q R S 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) T 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.1 LEGEND >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA 90% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA STEEL H-PILE (NOTE 1) MONOTUBE PILE (NOTE 2) STEEL PIPE COL STEEL PIPE COL 8 Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 8 7.9 7.5 7 7 6 6 6A 5.5 5 5A F-6 5 F-5 F-7 4.5 4.3 F-4 3.5 2A 1 4.7 4.9 4.4 4 4A 3 3A 5 10 2 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 3:05 P 15 19 1 5 PIER 58 S T U V W X Y Z AA BB 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) CC 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.2 LEGEND >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA 90% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA LL MM NN OO PP QQ 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA 18 STEEL H-PILE (NOTE 1) MONOTUBE PILE (NOTE 2) STEEL PIPE COL 17 STEEL PIPE COL 16.1 16 II GG BB CC DD EE JJ 15 KK 14.5 14 HH RR 13 SS FF TT X Y Z Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax AA 12 UU VV WW 11 XX P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 2:59 P 10 10 YY 9.5 9 9 PIER 58 8 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) 8 7.9 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.3 LEGEND >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOTES TIMBER BEARING PILE (NO DATA) 1. H PILES #1 THRU #65 ARE HP10x42, #66 THRU #78 ARE HP10x157 SOURCE: 1973 RECORD DWGS 100% REMAINING CROSS SECTIONAL AREA NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) 2. MONOTUBE PILES ARE 12"DIA x 7GA (0.179") SOURCE: 1973 RECORD DWGS 90% REMAINING CROSS SECTIONAL AREA 75% REMAINING CROSS SECTIONAL AREA >>800 424 5555<< 50% REMAINING CROSS SECTIONAL AREA 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA STEEL H-PILE (NOTE 1) MONOTUBE PILE (NOTE 2) STEEL PIPE COL J STEEL PIPE COL Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax 16 15.5 15 14.5 14 13.5 13 12.5 12 12 11 11 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S1.dwg 15/12/16 - 3:00 P 10 10 9 9 PIER 58 8 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) 8 24 X 36 SHEET SCALE: 1" = 10' 0 0 5 10 15 10 20 30 11 X 17 SHEET SCALE: 1" = 20' 20 40 MOB BDS 9-12-2016 OF N P16028.00 PLAN DATE SHEET 3 AS NOTED S1.4 >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) >>800 424 5555<< J K 12 L 5 11 M E F 9 5 8 C Seattle Structural PS Inc. Civil and Structural Engineering 1420 Fifth Avenue, Suite 425 Seattle, WA 98101-4019 206-343-3000 phone 206-343-3013 fax R 7 A 29 6 10 6 9 8 10 7 7 6 8 H 11 12 G 5 SEAWALL 9 13 10 10 ALL (2006, 2009, 2015) 10 TINNEA / SEATTLE STRUCTURAL (2006) 10 BERGER ABAM (2009, 2015) 15 12 3 GRID SYMBOLS 14 11 4 13 14 15 LEGEND 1 TIMBER BEARING PILE (NO DATA) 2 PIER 60 2 16 1 17 2 18 3 19 4 20 5 100% REMAINING CROSS SECTIONAL AREA 28 90% REMAINING CROSS SECTIONAL AREA Q 30 31 P N 75% REMAINING CROSS SECTIONAL AREA 50% REMAINING CROSS SECTIONAL AREA TRIANGLE 25% REMAINING CROSS SECTIONAL AREA 0% REMAINING CROSS SECTIONAL AREA 21 P:\SEATTLE PARKS\Pier 58 Waterfront Park Study 2016\CAD\S2.dwg 15/12/16 - 3:13 P 6 22 1 BATTER PILE 7 UNDAMAGED FENDER PILE DAMAGED FENDER PILE PIER 59 STEEL PIPE PILE B D 33 K PIER 60 32 L 2016 TIMBER PILING CONDITION ASSESSMENT (WC1741) 24 X 36 SHEET SCALE: 1" = 20' 0 0 10 20 30 20 40 60 11 X 17 SHEET SCALE: 1" = 40' 40 N MOB BDS 80 P16028.00 PLAN DATE SHEET 3 AS NOTED 9-12-2016 OF S2 2016 LOAD TEST LOCATIONS OF DISPLACEMENT MEASUREMENTS >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) >>800 424 5555<< 7" 21" 9" 0" 0" 6" 0" 0" 9" The Miller Hull Partnership, LLP Architecture and Planning Polson Building 71 Columbia Sixth Floor Seattle, WA 98104 Phone 206.682.6837 Fax 206.682.5692 0" 4" 1" 0" 22" 2" 13" 6" 10" 6" 0" 0" 7" 0" LEGEND: X" MAXIMUM PROJECTION OF STEEL "CAN" OF REPLACEMENT PILE ABOVE MUDLINE MEASURED IN 2016 (INCHES) >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) >>800 424 5555<< 12" 8" 0" 1" 9" The Miller Hull Partnership, LLP Architecture and Planning Polson Building 71 Columbia Sixth Floor Seattle, WA 98104 Phone 206.682.6837 Fax 206.682.5692 9" TIMBER BEAM DAMAGE 11" 8" 0" 11" 6" 6" 11" 9" 4" LEGEND: X" MAXIMUM PROJECTION OF STEEL "CAN" OF REPLACEMENT PILE ABOVE MUDLINE MEASURED IN 2016 (INCHES) 7" >>>>CAUTION<<<< CALL BEFORE YOU DIG! NOT LESS THAN TWO OR MORE THAN TEN BUSINESS DAYS PRIOR TO COMMENCING EXCAVATION OR DEMOLITION, SECURE THE SERVICES OF A COMMERCIAL UNDERGROUND UTILITIES LOCATOR SERVICE TO IDENTIFY BELOW-GROUND IMPROVEMENTS THAT MAY NOT BE INDICATED ON THE DRAWINGS. FOR IRRIGATION SYSTEMS, CALL SEATTLE PARKS PLUMBING SHOP (206 684 7070) >>800 424 5555<< The Miller Hull Partnership, LLP Architecture and Planning Polson Building 71 Columbia Sixth Floor Seattle, WA 98104 Phone 206.682.6837 Fax 206.682.5692 PROJECTION OF STEEL "CAN" OF REPLACEMENT PILE ABOVE MUDLINE APPENDIX B Pier 58 Timber Pile Rating Data December 2016 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Bent 1 2 3A 3 2011 Pile Bent Pile Rating Pile Remarks 2000 2006 2011 2014 2016 14 100% NR 25% 75% 25% 15 16 17 18 19 20 21 3 4 5 6 7 8 9 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1 1.1 2 3 4 5 6E 1 100% 100% 100% 100% 100% 90% 90% 90% 100% 90% 90% 90% 75% 100% 50% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 100% 90% 75% 100% 90% 90% 90% 100% 100% NR NR NR NR NR NR NR 75% 25% 50% 90% 90% 75% 90% 25% 75% 75% 90% 75% 50% 75% 90% 90% 75% 50% 75% 75% 75% 50% 75% 90% NR 90% 75% 90% 90% 90% 90% 90% 75% 75% 50% 90% 75% 75% 75% 90% 50% 90% 90% 25% 0% 75% 25% 75% 75% 75% 75% 50% 90% 90% 90% 75% 25% 75% 50% 75% 25% 75% 90% 50% 50% 75% 50% 50% 75% 50% 75% 90% 100% 75% 90% 90% 90% 25% 90% 100% 100% 90% 0% 0% 100% 0% 90% 100% 100% 75% 0% 75% 90% 90% 75% 75% 75% 75% 75% 0% 75% 100% 90% 90% 90% 100% 75% 90% 90% 100% 50% 50% 25% 50% 25% 2014 Label: 1-27 25% 2014 Label: 1-28 0% 2014 Label: 1-29 25% 25% 50% 50% 0% 0% 25% 0% 25% 25% 50% 25% 25% 50% 50% 50% 25% 25% 25% 25% 25% 25% 25% 25% 0% 25% 25% 25% 25% 50% 50% 25% 3A 1 2 3 4 5 6 7 NR = not rated December 2016 B-1 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label 2011 Label 3 2 90% 90% NR 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19 1 2 3 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16E 1 2 3 100% 100% 90% 90% 90% 90% 100% 100% 90% 90% 90% 90% 90% 90% 75% 90% 100% 100% 90% 100% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 100% 90% 90% 100% 90% 90% 100% 100% 100% 90% 90% 90% 90% 90% 75% 90% 100% 75% 75% 90% 75% 90% 50% 90% 90% 90% 90% 90% 75% 90% 90% 90% NR 75% 25% 90% 90% 90% 75% 90% 90% 75% 75% 75% 25% 90% 90% 90% NR 90% 50% NR 25% 0% NR 100% 25% NR 75% 25% NR 90% 50% NR 90% 25% NR 90% 50% NR 0% 0% NR 75% 25% NR 90% 25% NR 75% 25% NR 75% 25% NR 75% 25% NR 25% 25% NR 90% 25% NR 75% 25% NR NR 50% NR NR 50% NR NR 0% NR NR 50% 50% 90% 50% 75% 90% 50% 50% 100% 50% 50% 75% 25% 50% 75% 25% 75% 0% 0% 50% 90% 50% 50% 90% 25% 75% 75% 25% 75% 90% 0% 75% 90% 25% 50% 75% 25% 50% 0% 0% 50% 90% 25% 75% 50% 25% 50% 75% 0% 75% NR 25% NR NR 50% NR NR 50% 4A 4 Pile Remarks Pile 3.5 Bent Pile Rating Bent 2000 2006 2011 2014 2016 75% 50% NR = not rated December 2016 B-2 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label Bent Pile 4 4 F 4.5 5A 5 2011 Label Bent 5 6 7 8 9 10 11 12 13 14 15 16 4 5 6 7 1 2 1 2 3 4 5 6E 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 4.3 4.9 5.5 4.7 Pile 1 1 1 1 Pile Rating Remarks 2000 2006 2011 2014 2016 100% 90% NR NR 50% 100% 90% 100% 90% 90% 90% 100% 90% 90% 100% 90% 100% 90% 90% 90% 90% 100% 90% 90% 100% 100% 90% 90% 90% 90% 100% 90% 100% 100% 90% 100% 90% 100% 90% 90% 90% 90% 90% 100% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 50% 75% 75% 75% 75% 75% 75% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 90% 90% NR 90% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 50% 50% 50% 25% 25% 25% 50% 25% 25% 25% 25% 25% 25% 25% 25% 25% 25% 50% 25% 25% 25% 25% 25% 25% 50% 50% 50% 50% 50% 50% 25% 25% 25% 25% 50% 50% 25% 25% 25% 90% 90% 90% 90% 75% 75% 90% 75% 75% 90% 75% 75% NR NR NR NR 90% 90% 90% 75% 90% 75% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 90% 75% 90% 75% 90% NR = not rated December 2016 B-3 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label 2011 Label 5 16 90% 75% NR NR 25% 17 1 2 3 4 5E 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1 2 1 1 50% 90% 90% 90% 90% 100% 25% 90% 75% 90% 50% 100% 90% 100% 90% 100% 100% 90% 75% 90% 100% 90% 90% 90% 100% 50% 100% 100% 100% 100% 100% 100% 100% 90% 90% 90% 90% NR 90% 0% 90% 90% 75% 75% 90% 50% 75% 75% 90% 90% 90% 90% 90% 90% 90% 90% 75% 25% 75% 100% 75% 75% 90% 90% 90% 90% 75% 90% 90% 90% 90% 75% 90% 75% 75% 75% 75% 90% NR 50% 50% 50% 75% 75% 75% 50% 50% 50% 75% 75% 75% 75% 75% 50% 50% 50% 25% 50% 75% 75% 75% 50% 50% 50% 50% 75% 75% 75% 75% 75% 75% 75% 50% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 0% 25% 50% 50% 25% 25% 25% 25% 25% 25% 50% 50% 50% 50% 50% 25% 50% 25% 0% 25% 75% 25% 25% 25% 25% 50% 50% 50% 50% 50% 50% 50% 50% 50% 25% 25% 50% 0% 50% 6 7 7.5 7.9 8 Pile Remarks Pile 6A Bent Pile Rating Bent 2000 2006 2011 2014 2016 NR = not rated December 2016 B-4 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label 2011 Label 8 2 90% 90% NR NR 25% 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 3 4 1 1.1 2 3 4 5 90% 90% 90% 90% 90% 90% 100% 90% 100% 90% 90% 90% 90% 90% 90% 75% 100% 75% 75% 90% 90% 100% 100% 90% 90% 90% 90% 100% 90% 100% 90% 90% 90% 75% 90% 75% 75% 100% 75% 50% 75% 75% 90% 50% 50% 90% 90% 100% 90% 75% 90% 90% 90% 75% 75% 100% 75% 75% 90% 75% 90% 90% 90% 90% 90% 90% 90% 100% 90% 90% 90% 75% 90% 90% 90% 90% 75% 90% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 50% 50% 50% 25% 50% 25% 50% 50% 50% 25% 50% 25% 50% 25% 25% 50% 50% 25% 25% 25% 50% 25% 50% 50% 50% 25% 50% 50% 50% 25% 25% 25% 25% 50% 50% 50% 50% 50% 0% 9.5 10 Pile Remarks Pile 9 Bent Pile Rating Bent 2000 2006 2011 2014 2016 NR = not rated December 2016 B-5 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label 2011 Label 10 6 25% 90% NR NR 25% 7 8 9 10 11 12 13 14 15 16 17 18 19 1 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1 1 2 1 1 2 3 100% 100% 50% 90% 100% 100% 100% 90% 90% 90% 90% 90% 90% 75% 75% 90% 90% 75% 90% 75% 90% 50% 100% 100% 90% 100% 90% 100% 90% 90% 90% 100% 75% 90% 100% 90% 90% 100% 75% 0% 75% 100% 75% 75% 90% 90% 75% 75% 90% 90% 75% 90% 75% 75% 90% 90% 90% 75% 50% 75% 90% 90% 50% 75% 90% 90% 100% 75% 75% 90% 100% 90% 75% 100% 75% 90% 90% 75% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 50% 50% 25% 50% 50% 50% 50% 25% 50% 50% 25% 25% 25% 25% 25% 50% 25% 50% 50% 25% 25% 50% 25% 25% 25% 50% 50% 50% 25% 50% 50% 50% 25% 25% 50% 50% 50% 50% 50% 11 11.5 11.6 11.8 12 Pile Remarks Pile 10.5 Bent Pile Rating Bent YY YY 1 2 XX XX XX VV 1 2 3 1 2000 2006 2011 2014 2016 NR = not rated December 2016 B-6 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label Bent Pile 12 12.5 12.6 12.7 12.8 12.9 13 13.5 13.6 13.7 13.8 14 2011 Label Bent Pile Pile Rating Remarks 2000 2006 2011 2014 2016 4 75% 90% NR NR 25% 5 6 7 8 9 10 11 12 13 14 15 1N 1S 2S 3S 4S 1 1W 1.1E 1 1 1 2 3 4 5 6 7 8 9 1N 1S 2S 1 1 1 1 2 3 75% 100% 90% 100% 90% 90% 0% 90% 90% 90% 90% 90% 75% 100% 90% 100% 75% 75% 90% 100% 90% 90% 90% 90% 90% 100% 90% 50% 90% 90% 90% 90% 90% 75% 90% 90% 90% 90% 90% 90% 90% 90% 90% 75% 90% 90% 90% 75% 75% 90% 75% 90% 90% 90% 90% 75% 90% 75% 90% 90% 90% 90% 90% 75% 90% 90% 90% 75% NR 75% 90% 90% 50% 90% 90% 75% 75% 90% NR NR NR NR NR NR NR NR NR NR NR NR 90% 90% 90% 90% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 90% 90% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 50% 25% 50% 50% 50% 50% 50% 50% 25% 50% 25% 50% 50% 50% 25% 25% 25% 50% 25% 50% 50% 25% 25% 50% 50% 50% 50% 25% 50% 25% 25% 25% 25% 25% 50% 50% 25% 25% 25% VV 2 UU VV WW TT TT 1 3 1 1 2 SS 13.2 13.2 RR SS RR 1 1 2 1 2 2 NR = not rated December 2016 B-7 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label 2011 Label 14 4 90% 75% NR NR 50% 5 6 7 8 9 1N 1S 2S 1 2 3 4E 5E 6 7 7E 7.1N 7.1S 7.3N 7.3S 8 9N 9.2 9.3 9S 10E 11E 12 1S 1E 1 2E 2 2.1E 3 3.1W 3.2W 3.5E 4 100% 90% 90% 90% 75% 90% 90% 90% 75% 90% 90% 90% 100% 90% 75% 0% 90% 90% 90% 75% 75% 25% 100% 90% 90% 90% 100% 90% 90% 90% 90% 75% 90% 90% 90% 90% 75% 75% 90% 90% 90% 75% 90% 50% 75% 75% 90% 75% 50% 75% 90% 75% 75% 25% 75% 50% NR NR 90% 75% 75% 90% 75% 90% 100% 100% 100% 90% 50% 75% 90% 50% 50% 90% 75% 50% 90% 50% NR NR NR NR NR NR 90% 90% 50% 75% 50% NR NR 75% 90% NR NR NR NR NR 25% 75% NR NR 90% 90% 90% 90% NR 75% 75% NR 75% NR 75% NR NR NR 75% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 50% 50% 50% 25% 50% 0% loose, not bearing under pile cap 25% 50% 25% 25% 25% 25% 50% 50% 25% 50% 25% 25% 25% 50% 25% 50% 25% 25% 50% 50% 25% 50% 25% 50% 50% 25% 25% 50% 50% 50% 50% 0% 50% 15 15.5 16 Pile Remarks Pile 14.5 Bent Pile Rating Bent 14.2 14.2 1 2 14.7 14.7 1 2 14.7 15.1 15.3 15.3 15.5 3 1 2 1 3 15.5 14.7 4 4 14.8 14.8 1 2 15.8 15.9 1 1 15.9 2 15.9 3 16.5 16.5 15.5 1 2 1 2000 2006 2011 2014 2016 NR = not rated December 2016 B-8 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix B: Pier 58 Timber Pile Ratings Pile Label 2011 Label Pile Rating Remarks Bent Pile Bent Pile 2000 2006 2011 2014 2016 16 4E 15.5 2 75% 90% NR NR 25% 90% 75% 75% 90% 75% 90% 90% 90% 90% 90% 90% 90% 100% 25% 50% 90% 75% 90% 50% 50% NR 75% 90% 75% 90% 25% 50% 75% 50% 75% 50% 50% 75% 90% 50% 75% 75% 50% 50% 75% 90% NR 50% 50% NR NR 50% 75% 75% 50% NR NR 50% 75% 75% 50% 75% 75% 75% 50% 75% 75% NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR NR 50% 25% 25% 25% 50% 50% 50% 50% 50% 50% 50% 50% 50% 50% 50% 50% 50% 50% 75% 75% NR not on prior plans, broken at cap, not rated 16.1 17 18 N/A 5 6 7S 1 1 2 3 4 4E 4.1E 5 6 7 1 2 3 4 5 6 7 N/A 17.3 17.3 1 2 4.4 1 NR = not rated December 2016 B-9 APPENDIX C Pier 60 Timber Pile Rating Data December 2016 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix C: Pier 60 Timber Pile Ratings Pile Label Bent 28 31 33 BergerABAM Pile Ratings Pile Bent Pile 2000 5 Q 5 0% 6 7 8 9 10 11 12 13 14 15 1 2 16 17 18 19 20 21 22 0% 0% 0% 0% 50% 90% 90% 90% 50% 90% 90% 50% 90% 75% 90% 75% 90% 90% 50% 6 7 8 9 10 11 12 13 14 15 1 2 1 2 3 4 5 6 7 N K 2015 SV MJ MJ MD MD NO Remarks 2016 0% 50% NR NR NR 50% NR NR NR NR 50% NR NR NR NR NR NR NR 50% 50% 90% 50% 50% 50% 50% 50% 50% 50% 50% 0% 25% 25% 25% 25% 50% 25% 25% 25% 25% 25% NR = not rated Berger ABAM Rating Descriptions: Rating Description % Cross Section Remaining NO No Damage 90%-100% MN Minor Damage 75%-90% MD Medium Damage 50%-75% MJ Major Damage 25%-50% SV Severe Damage 0%-25% December 2016 C-1 APPENDIX D Pier 58 Load Test Displacements December 2016 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Load Test Displacements Pile Label Bent 1 2 3A 3 Pile 2011 Label Bent Pile Displacement (mm) 2011 2016 Remarks 14 15 16 17 18 19 20 21 3 4 5 6 7 8 9 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1 1.1 2 3 4 5 6E 1 2014 Label: 1-27 2014 Label: 1-28 2014 Label: 1-29 0 3A 1 2 3 4 5 6 7 0 Positive displacements are down, negative displacements are up. December 2016 D-1 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label 2011 Label Bent Pile 3 2 1 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19 1 2 3 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16E 1 2 3 1 2 1 0 0 1 1 1 1 1 3.5 4A 4 Bent Pile Displacement (mm) 2011 2016 Remarks 0 0 0 2 0 0 0 0 1 1 0 0 0 0 1 0 0 0 1 2 0 0 Positive displacements are down, negative displacements are up. December 2016 D-2 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label 2011 Label Bent Pile 4 4 0 0 5 6 7 8 9 10 11 12 13 14 15 16 4 5 6 7 1 2 1 2 3 4 5 6E 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 0 1 0 0 0 0 0 0 0 0 0 0 F 4.5 5A 5 Bent Pile Displacement (mm) 2011 2016 Remarks 0 0 4.3 4.9 5.5 4.7 1 1 1 1 0 0 0 2 0 0 1 1 2 1 1 1 0 0 0 0 0 0 1 0 1 Positive displacements are down, negative displacements are up. December 2016 D-3 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label Bent Pile 5 16 6A 6 7 7.5 7.9 8 2011 Label Bent 17 1 2 3 4 5E 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1 2 1 1 Pile Displacement (mm) 2011 2016 0 0 0 0 0 1 1 0 0 1 1 0 0 1 1 1 0 0 0 0 0 1 0 0 0 0 1 1 0 1 0 0 0 1 0 1 0 0 0 0 1 0 0 0 0 0 0 0 0 0 0 0 0 Remarks Positive displacements are down, negative displacements are up. December 2016 D-4 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label Bent Pile 8 2 9 9.5 10 2011 Label Bent 3 4 5 6 7 8 9 10 11 12 13 14 15 16 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 3 4 1 1.1 2 3 4 5 Pile Displacement (mm) 2011 2016 0 2 0 2 0 1 2 2 1 1 1 0 0 0 0 0 0 1 0 1 1 0 0 1 1 1 1 0 Remarks 0 1 1 0 0 0 1 0 0 0 0 0 1 1 0 0 0 0 0 0 0 0 1 1 1 0 0 1 0 1 0 Positive displacements are down, negative displacements are up. December 2016 D-5 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label 2011 Label Bent Pile 10 6 1 7 8 9 10 11 12 13 14 15 16 17 18 19 1 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1 1 2 1 1 2 3 0 0 0 1 1 1 1 1 1 2 2 1 1 10.5 11 11.5 11.6 11.8 12 Bent YY YY Pile Displacement (mm) 2011 2016 0 1 1 1 0 1 0 1 0 1 2 1 0 1 1 1 1 0 0 1 0 2 1 0 1 1 1 1 XX XX XX VV Remarks 1 1 1 1 0 1 2 1 0 0 0 1 1 0 1 2 3 1 0 2 0 1 1 1 Positive displacements are down, negative displacements are up. December 2016 D-6 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label 2011 Label Bent Pile 12 4 2 1 5 6 7 8 9 10 11 12 13 14 15 1N 1S 2S 3S 4S 1 1W 1.1E 1 1 1 2 3 4 5 6 7 8 9 1N 1S 2S 1 1 1 1 2 3 2 0 2 0 0 0 12.5 12.6 12.7 12.8 12.9 13 13.5 13.6 13.7 13.8 14 Bent Pile Displacement (mm) 2011 2016 0 1 2 2 1 VV 2 UU VV WW TT TT 1 3 1 1 2 1 0 0 0 0 0 SS 13.2 13.2 RR SS RR Remarks 1 1 1 1 0 1 1 1 1 2 1 2 2 0 0 0 Positive displacements are down, negative displacements are up. December 2016 D-7 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label 2011 Label Bent Pile 14 4 1 1 5 6 7 8 9 1N 1S 2S 1 2 3 4E 5E 6 7 7E 7.1N 7.1S 7.3N 7.3S 8 9N 9.2 9.3 9S 10E 11E 12 1S 1E 1 2E 2 2.1E 3 3.1W 3.2W 3.5E 4 0 0 1 0 14.5 15 15.5 16 Bent Pile Displacement (mm) 2011 2016 Remarks loose, not bearing under pile cap 14.2 14.2 1 2 1 1 1 14.7 14.7 0 0 1 2 0 0 14.7 15.1 15.3 15.3 15.5 3 1 2 1 3 0 15.5 14.7 4 4 14.8 14.8 1 2 15.8 15.9 1 1 15.9 2 15.9 3 0 0 16.5 16.5 15.5 1 2 1 1 Positive displacements are down, negative displacements are up. December 2016 D-8 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix D: Pier 58 Timber Pile Ratings Pile Label 2011 Label Bent Pile Bent Pile 16 4E 15.5 2 16.1 17 18 N/A 5 6 7S 1 1 2 3 4 4E 4.1E 5 6 7 1 2 3 4 5 6 7 N/A 17.3 17.3 Displacement (mm) 2011 2016 1 0 1 1 1 0 0 1 1 0 1 1 0 1 2 0 1 1 0 -2 1 Remarks 1 1 0 0 4.4 1 not on prior plans, broken at cap, not rated Positive displacements are down, negative displacements are up. December 2016 D-9 APPENDIX E Pier 59 Projection of Steel “Can” of Replacement Piles Above Mudline December 2016 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix E: Pier 59 Projection of Steel “Can” of Replacement Piles Above Mudline Pile Label Maximum Projection (in) 2016 P10-7 NM P11-7 P11-7.5 P11-9 P12-5 P12-6 P12-7 P12-8 P12-10 P12-11 P13-6 P13-8 P13-9 P13-11 P13-12 P13-13 P14-6.1 P14-8 P14-9 P14-10 P14-12 P14-13 P15-6 P15-7 P15-8 P15-10 P15-14 P16-7 P16-9 P16-11 P16-13 P17-6 P17-7 P17-10 P17-13 P17-14 P17-16 P18-8 P18-9 P18-14 NM NM NM NM NM NM NM NM NM 21" 0" 0" 22" 2" 0" 0" 0" 0" 0" 0" 0" NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM Remarks NM indicates “not measured” December 2016 E-1 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix E: Pier 59 Projection of Replacement Pile Steel “Can” Above Mudline Pile Label Maximum Projection (in) 2016 P18-16 NM P19-7 P19-8 P19-9 P19-12 P19-14 P19-16 P20-8 P20-10 P20-12 P20-13 P20-14 P21-13 P21-15 P22-8 P22-13 P22-16 P23-12 P23-13 P23-16 P24-6 P24-8 P24-10 P24-12 P24-13 P24-15 P25-7 P25-9 P25-10 P25-13 P26-8 P28-9 P28-10 P28-14 P28-16 P28-20 P29-6 P29-9 P29-10 P29-12 7" 9" 9" 4" 13" 6" 6" 1" 6" 10" 7" NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM NM Remarks NM indicates “not measured” December 2016 E-2 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix E: Pier 59 Projection of Replacement Pile Steel “Can” Above Mudline Pile Label Maximum Projection (in) 2016 P29-13 NM P29-18 P30-8 P30-11 P30-12 P30-15 P30-16 P30-19 P31-7 P31-10 P31-11 P31-14 P31-16 P32-8 P32-9 P32-12 P32-14 P32-16 P32-18 P32-19 P33-9 P33-12 P33-14 P33-17 N2-13 N2-14 N2-17 N2-19 N2-21 N2-22 N2-24 N2-25 N2-27 N2-28 N2-29 S1-2 S1-4 S1-5 S1-6 S1-7 NM NM NM NM NM NM NM NM NM NM NM NM 12" 1" 11" 0" 6" 9" 7" 8" 8" 11" 4" NM NM NM NM NM NM NM NM 9" 0" 9" NM NM NM NM NM Remarks NM indicates “not measured” December 2016 E-3 Piers 58, 59 and 60 Timber Piling Inspection – (WC1741) Appendix E: Pier 59 Projection of Replacement Pile Steel “Can” Above Mudline Pile Label Maximum Projection (in) 2016 S1-10 NM S1-12 S1-13 S1-15 NM 11" NM Remarks NM indicates “not measured” December 2016 E-4 APPENDIX F Piers 58 & 60 Global Diving Timber Pile Inspection Logs December 2016 September 19, 2016 Seattle Structural PS, Inc. 1420 5th Ave. Suite 425 Seattle, WA 98106 Attn: Re: Mr. Michael Braun Seattle Parks Pier 58 Waterfront Park Condition Assessment On August 30, 31 and September 15, 2016 Global Diving & Salvage Inc. performed an underwater inspection of selected piles on Pier 58 and 60, Waterfront Park, Seattle, WA. Inspecting Divers were Christopher Hume and Bradley Peterson. The purpose of the inspection was to ascertain the condition of the piles as compared to a previous survey conducted by Global Diving & Salvage in June of 2011. The divers inspected the piles as directed by the attending representative from Seattle Structural PS, Inc. The diving operations were conducted from the dive support vessel “Titan” utilizing surface supplied diving gear with two-way communications and video/audio recording. Visibility at the time of the dive averaged approximately 6-10 feet. The divers performed a Level 1 inspection, relying primarily on visual and/or tactile observations to make condition assessments. Individual observations on each pile inspected are included in the wood pile inspection logs attached. Bent and pile designation were determined using drawings supplied by Seattle Structural. Records of the dive are also provided in this report. Submitted without prejudice Global Diving & Salvage, Inc. Dave Partlow Diving Supervisor Chris Hume Bradley Peterson Simon Cleasby Inspecting Divers 3840 W Marginal Way SW • Seattle, WA 98106 • www.gdiving.com • 24hr: (206) 623-0621 • Fax: (206) 932-9036 Association of Diving Contractors International The Associated General Contractors of America American Salvage Association Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 18N 1 2 3 4 5 6 7 17N 1 2 3 4W 4E 5W 5E 6 7 16N 1 2 3 4 4W 5W 6 6NE 6NW 7 8 15.5N 1 Global Diving Salvage, Inc. Date Time Diver Remarks 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 829 CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 75% 75% 50% 60% 60% 50% wear showing on West face 60% 40% 50% 50% 40% slight surface cracking 40% Boring on East Face 40% 50% 45% 40% minor boring 30% cracking near mudline 50% 45% 50% minor surface cracking 40% minor surface cracking 45% moderate cracking 30% severe cracking with boring 25% cracking and boring 45% 45% 40% 10% Severe cracking, major boring 841 857 915 1 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 15.5N 2 3W 3E 3N 3S 4 15N 1 2 1E 3E 3W 4E 4W 5W 5E 6 7 8 14.5N 1 14N 1 2 3 4 5 6 7 14.5 1SW 1SE Date Time 8/30/2016 919 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 933 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 957 8/30/2016 1003 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 1017 8/30/2016 1018 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 30% Moderate boring 45% 15% Severe cracking near mudline 35% Boring and Cracking 35% Moderate cracking 25% Moderate-Severe Boring 40% 20% 35% 40% 30% 45% 40% boring and cracking 45% Boring and minor surface cracking 25% moderate-severe boring and cracking 15% Severe boring 35% moderate boring 25% moderate-severe boring 20% rot near mudline moderate boring/pitting 45% 40% 40% 40% 35% 35% 20% 40% 40% 2 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Global Diving Salvage, Inc. Bent Pile Date Time Diver Remarks 14.5 2NW 2NE 13N 1 2 3 4 5 6 7 8 12N 1 2 3 4 5 6 7 8 9 10 11 12 13 12.5 1N 2E 2W 3W 3E 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 1019 1020 1023 CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 15% severe delamination/rotting 20% moderate-severe cracking 40% 40% 35% 35% 40% 40% 40% 40% 40% 40% Moderate boring 40% Moderate Boring 40% Light Cracking 35% light boring and cracking 40% 35% moderate cracking 40% Light Borning 40% moderate boring on South and East Face 40% minor cracking at mudline 40% 35% minor cracking at mud line 35% 40% Light cracking 40% Minor Boring 15% Severe boring and Cracking 40% Minor boring 35% minor-moderate boring 1101 1122 3 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 11N 10N 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1 2 3 4 5 6W 6E 7 8 9E 9W 11 12 13 Date Time 8/30/2016 1128 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 1138 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 1149 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 35% Minor boring and Cracking 35% minor delamination 40% minor Cracking 35% Minor Cracking 40% minor cracking and boring 40% minor boring 30% moderate rot at mudline 35% 40% 35% minor-moderate cracking and boring 25% moderate cracking 35% moderate boring 40% 50% 50% 45% minor boring 45% minor surface cracking 40% 15% Pitting, boring, cracking and delamination 50% 30% boring and cracking 40% minor boring and surface cracking 35% minor cracking 30% moderate cracking and pitting 10% severe cracking 45% Stubbed pile 45% minor cracking 45% minor surface cracks 4 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 10N 9N 14 1 2 3 4 5 8N 1SW 2NE 1SE 8.5N 1 9N 1 2 3 4 5 6 8N 1 2 3 4 5 6 7N 1 2 3 4 5 6 Date Time 8/30/2016 8/30/2016 1250 8/30/2016 8/30/2016 1256 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP 40% pile rot at mudline 30% surface cracking 40% minor pile rot at mudline 45% Stubbed Pile 30% minor cracking and boring 30% minor cracking with moderate boring 35% light surface cracking 40% minor delamination 40% light surface cracking 35% minor scaring 45% 45% 40% minor cracking 25% minor boring delamination and moderate cracking 40% light surface cracking 35% minor boring, minor cracking 45% minor boring at mudline 45% 40% minor surface cracking 35% minor boring at mudline, slight hollow sound when struck 45% 35% minor surface cracking at mudline, slight delamination 40% minor boring 45% 35% minor cracking at mudline 35% minor boring 30% severe vertical cracking moderate boring at mudline 25% minor surface crack, moderate cracking at mudline, moderate boring 5 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 6N 1 2 3 4 5E 5W 6 7 8 9 5N 1 2 3 4 5W 5E 16S 1 15.5 1 15 1W 1E 2E 2W 14.5 1 2 3W 3E 13.5 2SW 1 Date 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/30/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 Time 812 Global Diving Salvage, Inc. Diver Remarks BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP CH CH CH CH CH CH CH CH CH CH CH CH 15% minor delamination, surface cracking, major boring at mudline 45% 40% minor boring 35% minor surface cracking, minor boring with slight delamination 30% minor boring, significant surface cracking 30% minor surfce cracking, moderate boring to 2" deep 35% minor boring, slight surface cracking 30% slight boring, minor surface cracking, moderate delamination slight surface cracking, minor boring, moderate cracking at mudline 40% 40% slight surface cracking minor boring 45% 45% 40% minor delamination and surface cracking 40% 30% moderate boring and surface cracking 30% moderate boring, pile rot at mudline 35% moderate boring at mudline 40% minor vertical cracking 40% minor vertical cracking 35% minor vertical cracking 40% minor wear to pile face 35% 35% minor boring at mudline 40% minor boring and surface cracking 40% minor gouging to pile face 35% minor boring and surface cracking 35% minor boring and surface cracking 6 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 12.5S 1 2 13.5S 2E 2NW 3 12.5S 4 3 12S 1 2 3 4 5 11S 1 2 3 4 5 10S 1 2 3 4 5 6 9S 1 2 3 4 5 Global Diving Salvage, Inc. Date Time Diver Remarks 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 841 CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 35% minor boring and surface cracking 35% minor boring and surface cracking 40% minor boring and surface cracking 35% minor boring and surface cracking 35% minor boring and surface cracking 40% minor boring 40% minor boring and surface cracking 40% minor boring 40% minor surface cracking 35% 1" separation, minor boring and surface cracking 40% 35% minor surface cracking, moderate boring 45% minor boring 40% minor vertical surface cracking, minor boring 40% minor boring, light surface cracking 35% minor gouging, vertical surface cracking 40% minor boring 35% vertical surface cracking 40% vertical surface cracking 45% minor delamination and surface cracking 35% minor vertical surface cracking 35% minor boring 35% minor vertical surface cracking 35% minor vertical surface cracking 35% minor vertical surface cracking and light boring 40% minor surface cracking 40% minor vertical cracking 45% light surface damage to face of pile 916 7 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 9S 8S 7S 1S 2S 6 1 2 3 4 5 6 7 8 1 2 3 4 5 6 7 8 3 2 1 1 2 3 4 5 6 7 8 Date Time 8/31/2016 935 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1022 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 35% minor vertical surface cracking and boring 40% minor surface cracking and boring 45% minor boring 40% minor boring 35% minor vertical surface cracking 40% minor vertical surface cracking 35% minor boring minor vertical surface cracking 40% minor surface cracking and boring 35% light boring and minor vertical surface cracking 35% minor boring, ribbed appearance to pile 40% minor boring 40% minor vertical surface cracking 40% minor vertical surface cracking 45% 40% minor boring 40% 40% minor vertical surface cracking 30% minor boring, hollow sound when struck 35% minor boring 0% Split and hollow 30% minor boring, minor rot near mudline 25% major cracking and boring 30% moderate cracking and light boring 30% moderate cracking 30% moderate cracking and boring 30% moderate boring 30% moderate boring 35% 8 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 3S 4S 5S 6S 1 2 3 4 5 6 6 5 4 3 2 1 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 Date Time 8/31/2016 1030 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1036 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1044 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 35% moderate cracking 25% moderate boring and cracking with ribbed appearance 40% light boring, light cracking 40% ribbed appearance, light boring and minor cracking 35% ribbed appearance minor boring light cracking 35% ribbed appearance minor boring light cracking 40% minor delamination, minor cracking 35% ribbed appearance minor boring light cracking 25% moderate cracking, light boring 35% moderate boring and cracking 25% delamination with moderate boring and pile rot at mudline 30% minor cracking, boring and delamination 0% 30% moderate delamination, minor cracking 35% minor delamination, ribbed appearance 20% heavy cracking 35% minor delamination, ribbed appearance 40% 40% minor delamination, minor cracking 35% ribbed appearance minor boring light cracking 35% ribbed appearance minor boring light cracking 35% ribbed appearance minor boring light cracking 35% moderate boring and cracking 40% minor delamination, minor boring 40% minor delamination, minor boring 40% light boring, light cracking 40% ribbed appearance, light boring and minor cracking 40% ribbed appearance, light boring and minor cracking 9 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 6S 1M 2M 3M 5 6 7 8 9 10 1 2 3 4 5 1 2 3 4 5 6 7 8 9 10 11 12 1 2 3 4 5 Date Time 8/31/2016 1104 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1200 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1215 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH CH CH BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP 35% minor cracking, delamination with ribbed appearance 40% ribbed appearance, minor delamination with minor boring 25%Heavy boring, minor cracking and delamination 0% Hollow 20% moderate cracking and boring 65% Stubbed Pile, concrete around stub slightly soft 40% minor delamination at mudline 25% heavy boring light delamination and cracking 35% cracking at mudline 35% minor surface cracking 35% Stubbed pile with minor delamination 40% light surface cracking at mudline 35% light delamination 40% 25% significant boring at waterline to mudline 30% moderate surface cracking and light boring 40% 20% Significant boring 30% minor delamination and surface cracking 0% Hollow 20% moderate boring and surface cracking 0% Hollow 0% Hollow 0% Hollow 20% Heavy delamination and surface cracking 25% Heavy Boring 35% light surface cracking 30% minor delamination and boring 10 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 3M 6 7 8 9 4S 1 2 3 4 5 4.5S 1 4S 6 3.5M 1 2 3 4 2M 13 14 15 16 3M 10 11 12W 12E 13 14 15 16 17 Date Time 8/31/2016 1230 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1240 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1300 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 Global Diving Salvage, Inc. Diver Remarks BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP 35% light surface cracking and minor boring 0% Hollow 30% minor boring and cracking 20% minor surface cracking and delaminating, hollow sound when struck 25% surface cracking with delamination and moderate boring 30% Boring to 3" delamination and vertical surface cracking 25% surface cracking with delamination, hollow sound when struck 40% 40% 40% 40% 40% 10% major boring 40% 40% 40% 40% 30% significant cracking and delamination 35% minor delamination near waterline 30% moderate surface cracking and boring 40% 35% minor boring and surface cracking 35% 40% 30% moderate surface cracking and boring at mudline 30% moderate boring at mudline 25%minor boring and surface cracking, hollow sound when struck 25% minor delamination and surface cracking 11 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 3M 4N 5N 4.5N 8N 18 1 2 3 4W 4E 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 10 9 8 7 6 1 3 Date Time 8/31/2016 1326 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1343 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 8/31/2016 Global Diving Salvage, Inc. Diver Remarks BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP BP 0% Hollow 40% 40% 40% 25% Significant surface cracking and boring 10% Major Splits 25% mjaor split near cap, minor delamination, minor surface cracking at mudline 20% severe splitting near mudline 0% Hollow 20% moderate boring 20% hollow sound when struck, no visible damage 0% Hollow 35% minor boring 35% minor surface cracking at mudline 35% minor surface cracking 0% Hollow 30% surface cracking and minor delamination 10% significant surface cracking, Hollow below water line 35% 35% 35% 35% Minor Boring 30% minor surface cracking 30% minor surface cracking 35% moderate boring 35% Light delamination 30% Cracking at Cap, minor surface cracking 10% Heavy Boring, 1/2 hollow 12 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile Date Time 5N 1 2 3N 3S 4 8/31/2016 1441 8/31/2016 8/31/2016 8/31/2016 8/31/2016 1 3 2 1 1 2 3 4 5 6 7 8 1 2 3 4 5 6 1 2 3 4 5 9/15/2016 1044 9/15/2016 9/15/2016 9/15/2016 1049 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 1056 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 2 3 1 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 35% slight delamination near mudline 25% slight delamination and minor boring 20% broken away from cap, delamination with cracking and boring 25% surface cracking and delamination 30% minor surface cracking 0% Light Cracking and boring, Split in middle 10% Split boring and cracking 35% Light cracking and boring 35% minor boring and surface cracking 35% Boring around surface and mudline 10% heavy boring and cracking 20% boring and cradking, heavy splitting light boring and delaminating vertical surface cracking 25% light boring and cracking 15% heavy splitting 30% boring and splitting 30% Splitting and boring 30% Light Boring and splitting 15% Cracking and heavy boring 25% Moderate cracking and surface loss 35% Moderate cracking and minor boring 30% minor cracking and boring 40% minor boring and cracking 25% heavy boring at mudline minor cracking 40% cracking and boring 40% minor boring and surface cracking 35% Stubbed pile, large void in repaired area 13 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers 2 33 28 2 1 2 3 4 5 6 1 2 3 4 5 6 7 8 9 1 2 3 4 5 6 7 8 9 10 11 7 8 9 9/15/2016 1134 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 920 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 841 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 1141 9/15/2016 9/15/2016 CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH Global Diving Salvage, Inc. 15% voids and cracking 35%Heavy boring 20% Large bore at waterline, cracking and boring 45% Light cracking and minor surface loss 35% minor cracking and surface loss 15% Heavy cracking 15% Minor boring and severe cracking 35% minor boring and surface cracking 35% Minor boring and delamination, moderate cracking at mudline 25% Minor boring and surface loss 35% Minor boring and cracking 40% minor boring and cracking 35% Minor boring and cracking 25% Splitting and vertical cracking 35% Minor boring and cracking 60% minor boring 50% minor boring and light surface cracking 40% minor boring and light surface cracking 40% minor boring, cracking and light delamination 40% minor boring and cracking 40% light surface delamination, boring and cracking 40% light cracking and minor boring 40% light cracking and minor boring 40% light cracking and minor boring 0% severe cracking 35% Minor boring and cracking 35% Light cracking and boring 40% Light boring and surface loss 40% light boring and cracking 14 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 3 2N 3N 4N 1 2 3 4 5 6 7 1 2 3 4 5 6 7 1 2 3 4 5 6 7 8 9 10 11 1 2 3 Global Diving Salvage, Inc. Date Time Diver Remarks 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 1145 CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH 40% light boring and cracking 40% light boring and cracking 10% Very large holes in pile 45% Light cracking and minor surface loss 40% light cracking and minor boring 40% light cracking and minor boring 35% Light boring and minor cracking 30% Light/moderate cracking 0% Hollow 0% Hollow 45% Light vertical cracking 40% light surface delamination, boring and cracking 35% Light surface delamination, large crack 25% Hollow sound when struck 40% Cracking and boring 10% Cracking and boring 45% Minor surface loss 40% light cracking and boring 40% light cracking and boring 45% Light Surface loss 15% Large holes, minor cracking 40% Light cracking and boring 40% minor boring and light surface cracking 30% minor cracking and delamination 0% Hollow 40% Minor vertical cracking 40% light vertical cracking and minor boring 45% Light boring 1211 1220 1234 15 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile 4N 33 2N 32 N2 32 32 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 17 14 12 9 28 29 8 9 27 12 14 Date 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 Time 1252 1333 1345 1349 1354 1356 Global Diving Salvage, Inc. Diver Remarks CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH CH SC SC SC SC SC SC SC SC SC SC SC 25% Boring 40% Light boring and surface loss 10% light boring and large void 40% Light boring and cracking 35% Delamination and light vertical cracking 35% Vertical cracking and light boring 15% Large void light cracking 45% Light Surface loss 35% Boring at base and knot holes 0% Hollow 30% Split on NE Face 35% Light boring, minor surface loss and vertical cracking 10% Rotten inside 25% Rotten at mudline 50% No noted damage 40% Minor surface loss, minor delamination 45% Minor cracking 4" west side 11" West 3" East SW 8 1/2" NE 1" SE 1" SW 8" Buried NW 9" SE 1" 12" all around NW 6-8" SW 9" NE 1" NW 11" SW 9" Buried 16 Port of Seattle - Piers 58 60 Pile Inspection Records Seattle Structural Engineers Bent Pile S1 32 32 32 19 19 19 19 19 19 20 20 20 S1 20 13 16 18 19 16 14 12 9 8 7 8 10 12 4 13 Date 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 9/15/2016 Time 1409 1428 1436 1437 Global Diving Salvage, Inc. Diver Remarks SC SC SC SC SC SC SC SC SC SC SC SC SC SC SC SW 11 1/2" NE 1 1/2" West 6" West 9 1/2" At mudline on East West 7 1/2" at mudline on East South 6" North at mudline SW 13" NE 6" South 4" West 9 1/2" East 7" 9" all around 7" all around 7 1/2" all around SW 1 1/2" SW 6 1/2" NE 2 1/2" South 10" N 2 1/2" North 1 1/2" South 7" 17 Request for Information Date Submitted: Contract Name: Contractor: Reply Due Date: Pier 58 Emergency Demolition and Removal RESPONSE REQUESTED BY CONTRACTOR: Signature (on hard copy transmitted to RE): RFI #: PW #: 2020-082E (name & title) Type of Request: (select one) 1. 2. 3. Request information and/or clarification related to the Drawings, Specifications, or Contract requirements Request approval for minor deviations from Contract requirements that do not involve any time or cost adjustment 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 Seattle Office of the Waterfront and Civic Projects to identify what document(s) or information is needed) Backup Information Reference Drawing(s) Reference Specification Reference Bid Item(s) Attachments RESIDENT ENGINEER’S RESPONSE Attachments (as applicable) RESIDENT ENGINEER’S RESPONSE APPROVED BY: Signature: (on hard copy to be filed) (name & title) Date 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. 2/15) 1 of 1 Revision: 05/08/2013 SUBCONTRACTOR APPROVAL APPLICATION Prior to a subcontractor beginning work, this form shall be completed and signed by Prime Contractor and submitted to and approved by the owner’s authorized representative. SECTION A Project Name P.W. Project No. Pier 58 Emergency Demolition and Removal 202-082E Spec. No (if applicable) Contractor Business Name (Prime) Telephone Number Address City State Zip Approval is requested to Sublet the Following Described Work to: Name (Select one: Subcontractor or Supplier) Telephone Number Address City Federal Tax ID # State UBI # State Seattle Business License # Exp. Zip Contractor’s License # (Subcontractor only) Exp. Has this Company ever been disbarred by L&I? No Yes, Reason: Subcontractor’s Estimated Start Date Subcontractor’s Estimated Number of Working Days Cumulative Percentage of all Work Subcontracted Is this a FHWA project? Yes, complete and attach WSDOT Form 420-004 with this application. No, no additional form requires. Contract Item # Bid Quantity Total Amount of this Request (less Specialty items) A Bid Item Amount Bid Item Description Total Contract Amount (less Specialty items) B Split Bid Item Amount (sub) Total Amount (sub) A Percentage of Total Contract (A/B) SECTION B Is the company listed in the City of Seattle Online Business Directory (OBD)? (see http://web6.seattle.gov/fas/registration/ Yes No Is the company listed in the WA State Office of Minority and Women’s Business Enterprises directory? (see http://www.omwbe.wa.gov/certification/certification_directory.shtml) Yes No Is the company listed in the WMBE Contract Commitment Log section of the inclusion plan? Yes (Go to Section C) No, Is subcontracting to this company going to negatively affect the Total estimated percentage of the base bid to all MWBE subcontractors and suppliers in the inclusion plan or does it affect the work that is committed to the WMBE business’ listed on the commitment log in the inclusion plan? No, Proceed to Section D. Yes, Provide a detailed explanation below for review by the owner’s representative (Note: Every attempt should be made to meet the percentage and to use the WMBE subcontractors/suppliers listed in the commitment log or substitute their work with another approved WMBE company.) SECTION C Does the dollar amount of the work match the dollar amount listed in the WMBE Contract Commitment Log? Yes, the form is complete and you do not need to go any further. No, please provide an explanation below for review by the owner’s representative: SECTION D Is LNI Approved Intent to Pay Prevailing Wages for Subcontractor attached? Yes No By signing this form I certify that the subcontractor listed above is in compliance with all of the responsible bidder requirements under RCW 39.04.350, including: If required by the business and scope type, certificate of registration in compliance with Chapter 18.27 RCW (https://secure.lni.wa.gov/verify/); If required by the business type, industrial insurance coverage for the firm’s employees working in Washington as required by Title 51 RCW. (http://www.lni.wa.gov/IPUB/101-002-000.pdf); Employment security number as appropriate under Title 50 RCW (supplied by the subcontractor); State excise tax registration number as provided under Title 82 RCW (https://secure.dor.wa.gov/gteunauth); Not disqualified from bidding on any public works contracts provided in RCW 39.06.010, 39.12.065, 49.46.005, 49.52 (https://secure.lni.wa.gov/debarandstrike/ContractorDebarList.aspx); A current Seattle Business License with current Business and Occupancy Taxes pursuant to SMC 5.55.030 (http://www.seattle.gov/licenses/find-a-business); Registered in the City’s Online Business Directory (https://web6.seattle.gov/FAS/OBD/Logon/Logon.aspx?ReturnUrl=%2ffas%2fobd); Have received training on requirements related to public works and prevailing wage by Labor and Industries or approved training provider under RCW 39.04.350, and chapter 39.12 or are exempted by Labor and Industries (https://secure.lni.wa.gov/verify); If this is a federally funded project, the company is registered with the federal System of Award Management with no active exclusion. (https://www.SAM.gov/SAM/) I understand and will require that the subcontractor comply fully with the Contract under which this work is being performed. Prime Contractor's Signature Date For City of Seattle Administering Department Only Authorized CITY OF SEATTLE Signature Date: Printed Name of Signature Title: Approved 1. 2. 3. 4. 5. 6. 7. 8. Rejected, Reason: Instructions to the Contractor Subcontractor or Lower Tier Contractor name and address must be the same as shown on the State License. Regardless of the agreement between the prime and subcontractor; the Bid Item Amount (or split item amount) will be used in determining the % of total Contract. Fill in all columns using Contract Item Numbers and Bid Items as shown in the Contract. Use column headed “Split Bid Item Amount” for the Subcontractor’s unit cost. Contact the Engineer for information concerning determination of “Split Bid Item Amount.” When splitting item work, including a specialty item, a description of item work being performed must appear in the column headed “Bid Item Description.”; for example: “Handhole Type 2 less saw-cutting” or “Handhole Type 2 saw-cutting only”. If no work is split out, then use Item Description only “Handhole Type 2”. Carry percentages to two decimal places. Be sure your figures are accurate before submitting request. If the Prime Contractor is requesting to subcontract, check the box next to “Subcontractor.” If the Subcontractor is requesting to Subcontract, check the box next to “Lower Tier Subcontractor.” Original “Subcontractor Approval Applications” must be signed and submitted by the Prime Contractor to the authorized owner’s representative (Engineer or Project Manager, as directed). For FHWA project only: complete WSDOT Form 420-004 EF and attach with this request. Submittal Transmittal & Response Shaded areas are for internal use only Submittal Number: 00X Date: (Contractor: 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: Contractor: PW# Pier 58 Emergency Demolition and Removal 2020-082E . The Contractor submits the following noted attachments to Engineer for review and response: Sub Bid Item # item (or Spec Sec #, # if no bid #) 1 2 3 4 5 6 DESCRIPTION Submitted by: Printed Name Resubmittal Title Response Supplemental Submittal Phone # The Engineer has reviewed the above noted documents and responded as noted above, under “Response”. Key: NE MC SI RR RJ = NO EXCEPTIONS TAKEN = MAKE CORRECTIONS NOTED: No resubmittal required, but corrections noted are required = SUBMIT SPECIFIED ITEM: Resubmittal required – rejected, see comments below = REVISE AND RESUBMIT: Resubmittal required – rejected, see comments below = 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 and the submittal rejected. Engineer’s Comments and Sign-off: # (key to above) Comment 1 Signature See Attached Engineer’s Comments Printed Name & Title See Mark-Up of Submittal Documents Date See Other Attachments 1 of 1