Item 5b Memo

PORT OF SEATTLE 
MEMORANDUM 
COMMISSION AGENDA             Item No.     5b 
Date of Meeting    October 6, 2009 
DATE:    September 25, 2009 
TO:      Tay Yoshitani, Chief Executive Officer 
FROM:    Ralph Graves, Managing Director, Capital Development 
SUBJECT:  Change Order No. 0105 for the Consolidated Rental Car Facility Project Contract
MC-0315405 
ACTION REQUESTED:
Request authorization for the Chief Executive Officer to issue Change Order No.0105 for the
Consolidated Rental Car Facility (RCF) in the amount of $583,570. 
SYNOPSIS: 
This Change Order for Design Change Notification (DCN) #003 addresses five different issues, 
two of which represent the majority of the costs. Of the $583,570 requested for this change
order, $163,625 is allocated to Post Tensioning and other Rebar changes at the RCF and
$426,516 is allocated to the Electrical Distribution Equipment at the Quick Turnaround Areas 
(QTA). The remaining $61,892 is split between changes to the QTA plumbing, modif ications to
roof framing and additional reflectivity requirements for the high roof coating.
CHANGE ORDER DESCRIPTION AND JUSTIFICATION: 
The following information relates to the pending change order scope and cost: 
Change Order No. 0105 
Scopes of work:  Incorporate DCN #003 into the Construction Contract. Thescopes 
of work include: 
1. Fifth floor Post Tensioning (PT) girder force callouts and beam depth modifications
and revisions to other beam PT and reinforcing for Non-Seismic Concrete Beams
and Girders Scheduled. 
2. Transfer QTA Electrical distribution equipment from owner-supplied to contractorfurnished.
3. Modify QTA drainage piping and add heat trace to chilled water piping. 
4. RCF roof framing modifications and HVAC supports and equipment pads. 
5. Revisions to roof coating for additional reflectivity requirements.

COMMISSION AGENDA 
T. Yoshitani, Chief Executive Officer 
September 25, 2009 
Page 2 of 3 

Justifications: 
1. The design for the Post Tension (PT) rebar was not provided in the table for the fifth
floor PT girders to be achieved with the PT strands. Without this information, the
layout and number of PT strands could not be identified. In addition, this change
also modifies the PT force and the rebar layout for a number of non-seismic beams
and girders. This modification is needed to conform to the load factor for buses and
fire trucks which will use the fifth floor. 
2. The initial discussion on procurement for all electrical distribution equipment was to
have the Port of Seattle (POS) supply these pieces of equipment. Subsequently, the
POS made a decision to have the contractor provide items that were more readily
available, such as lower tier switch boards, transformers and panel boards. At bid,
the electrical package had notes and references that identified that the POS was to 
procure all the equipment. Transferring procurement of this electrical equipment
from the POS to the contractor will eliminate the gap in the scope for the
procurement between the equipment purchased by the POS and the contract or bid
equipment. The contractor is now responsible for the procurement and delivery of
all electrical equipment, except for the main distribution and first tier equipment 
480v switch boards. 
3. The QTA drainage piping required coordination due to the added carwash equipment,
which resulted in higher drainage loads and the need for larger-sized pipe. Heat
tracing was not shown at the QTAs.  The QTAs will be impacted by outside
temperatures and, during periods of extreme cold, could be subject to freezing. 
4. The RCF roof framing modifications are based on design review comments from the
building department for the projected wind loading. HVAC supports and equipment
pads modifications are needed to coordinate the installation of the HVAC equipment
with the support structure. 
5. The specification for roof coating was changed to add a reflectivity coating on top of
the roof. This LEED coating will decrease the temperature load on the building
from the summer sun and, therefore, decrease the cost of cooling the building. 
Consequences of not proceeding: 
1. The structure at the fifth floor would not be able to meet the structural loading
requirements of the building or adequately support the loading from buses and fire
trucks. 
2. There is no lower tier equipment in any bid necessary for the facility to function
properly. 
3. Without the QTA drainage piping size increase, there is the potential for ponding of
water at the drains that might overload the roof. The absence of heat tracing on the
chilled water piping could result in the pipes freezing in extreme cold weather. 
4. Without the modifications to the wind loading schedule, there is the potential for the
roof and the skylight design not to perform during a wind event.  Absent the

COMMISSION AGENDA 
T. Yoshitani, Chief Executive Officer 
September 25, 2009 
Page 3 of 3 

modifications, the HVAC supports and equipment pads would result in the inability
to install the HVAC equipment within the design area. 
5. Revisions to roof coating to add additional reflectivity requirements are needed to
reduce the building cooling costs.

FINANCIAL ANALYSIS: 
Funds to pay for this change order are part of the project contingency funds that were included
in previously approved authorizations of $419,306,000.00. No additional project funds are being
requested as a result of this change order. 

CONTRACT INFORMATION: 
The following information relates to the contract and competitive award: 
Contract award date:                             May 30, 2008 
Original period of performance:           May 30, 2008 to April 1, 2011 
Previous contract extensions:                             0 Days 
Contract extension this change order:                        0 Days 
Current Contract Completion Date:                    April 1, 2011 
Original contract amount:                       $224,837,739.00 
Previous Change Order Nos. 001  104:                $4,708,720.00 
Current contract amount                         $229,546,459.00 
This request, Change Order No. 0105                   $583,570.00 
Revised contract amount:                       $230,130,029.00

Limitations of Translatable Documents

PDF files are created with text and images are placed at an exact position on a page of a fixed size.
Web pages are fluid in nature, and the exact positioning of PDF text creates presentation problems.
PDFs that are full page graphics, or scanned pages are generally unable to be made accessible, In these cases, viewing whatever plain text could be extracted is the only alternative.