Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
11-001 - Atkinson Construction - Tukwila Urban Center Access / Klickitat (Change Orders U-BS)
11- 001(bs) Council Approval N/A Sheet 1 of 6 CITY OF TUKWILA Or �Z CONTRACT CHANGE ORDER NO. 71 DATE:- 9/4/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 (b 5 A_, PROJECT NAME: %Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order authorizes the repair and reconnection of irrigation water supply to two locations on the existing Legacy irrigation system. The Contractor shall first investigate and accurately locate the pipe ends of the existing Legacy irrigation system at two existing planter boxes, at SC Station 8 +30, 123.5 feet Right and SC Station 8 +90, 107.9 feet Right. The Contractor shall then connect the existing Legacy irrigation system with 3/4" PVC water supply lines, by tapping into the new roadside irrigation lines located along the western edge of the Legacy property. This work includes pavement removal, trenching, connection to existing irrigation supply, installation of 3/4" irrigation conduits, bedding material, trench backfill and compaction, restoration of crushed surfacing top course (CSTC), and finally hot mixed asphalt (HMA) surfacing restoration. In addition, this construction work shall include installing the additional irrigation line along the south side of Wall 5C, which was previously authorized and described by RFI #71. This work is shown in the attached Plan Sheets IR1.rv3, IR2.rv2, LA2.rv3, LA7.rv3 and PP2.rv2. The field work includes pavement removal, trenching, connection to an existing irrigation supply line, installation of 98 lineal feet of 3/4 irrigation conduit and bedding material, installation of four 15 -foot strip spray nozzles, trench backfill and compaction, restoration of CSTC, and finally HMA surfacing restoration. Payment: CO #71 Legacy Irrigation Repairs Lump Sum $24,419.61 This change order modifies the contracts critical path. Twenty-eight (28) calendar days are added to the contract with this change order, because of the extensive investigation to locate the pipe ends of the existing Legacy We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will 9cce pt a f payment therefore the prices shown above anZLI_ ACCEPTED: Date Contractor Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Incentive Pay 250,000.00✓ Date Previous Change Orders 1,209,707.29✓ BY l�V l6f- Mkt, CMahy�or .0 �1 SOYA This Change Order 24,419.61' "J REV. CONTRACT AMOUNT 12,364,306.90 _2 &X I611V4_,A J ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Sheet 2 of 6 ZI� I GRAPHIC SCALE EXISITNC 1" DEDUCT WATER METER AND 1 -1/2" BACKFLOW PREVENTER- 1 RELOCATE AND AOJUST HEIGHT AS NEEDED TO MEET FINISH GRADE, AND CONNECT NEW VALVES TO EXISTING CONTROLLER "X." RELOCATE EXISTING CONTROLLER "X" IN PLANTING AREA AS DIRECTED BY THE ENGINEER. T -J 770 I i 20.4 GPM I I fA 1 I SOUTHCENTER PKWY. I js 1� 0 /IRRIGATION MAINLINE AND WIRES 5 4 •J SHALL BE RECONNCTEO TO EXISTING i N CAPPED IRRIGATIO MAINLINE AND WIRES OWNED BY DOUBL TREE INN, 13.9 CPM UTILITY w CABINET I Z A CAP EXISITNC IRRIGATION. SEE SPECIAL PROVISION IN. J L. �J a'.. 3 4 f /4 J 'IRRIGATION POTHOUNG.' L t' SIGN- I 1 L�1 EXISTING IRRIGATION VALVE WIRES 1 t SHALL RE MAINT OR FUTURE 3/4 °o ftECONNECT10N TO O CO NTROL THOL VALVES 0 I I DBI AND 082 WHERE S40WN ON TME_DOUBLE TREE INN PROPER 1 1 II 1 m 11 1 m II ii II n NOTES: MATCH LINE STA 51 +50 SEE SHT IR6 1. IRRIGATION CONTROL VALVES EAST OF SOUTHCENTER PKWY THIS SHEET: CITY OF TIIKWILA: 61, 82, 83 DOUBLE TREE INN: OB1 LEGACY: L1 2. CONTRACTOR SHALL VERIFY WORKING ORDER AND LOCATION OF EXISTING IRRIGATION MAIUNES AND DOEMESTIC WATER LINES, AND AVAILABILITY OF ELECTRICAL WIRES/POWER, INCLUDING IRRIGATION CONTROLLERS, FOR EACH CUNTROLLER� NEW CONTROL VALVE. GALLONS PER MINUTE NOTES: %GPM 1. FOR IRRIGATION DETAILS, SEE SHEET IR7 AND IR8. X IN 2. FOR IRRIGATION LEGEND AND NOTES, SEE SHEET IRS. 3. FOR PLANTING PLAN, SEE SHEETS LA1 LA6. VALVE NUMBER VALVE SFLE M PUBLIC WORKS DEPT l HNTB ENGINEERING- sTREIMS- WATER -SLWM- PARKS -BUILDING. 0 15.7 CPM 131/2" 16.2 GPM I IN. No supply lines A 1 1 27.2 GPM i identified feeding WATER LINEESTIC 1 -1 2 IN. existing irrigation 3/4' 1170 M DEDUCT METER AND BACKFLOW y I s stem PREVENTION FOR LEGACY IRRIGATON SYSTEM TO BE COORDINATED WITH 'LEGACY' PROPERTY MANAGEMENT AND INSTALLED PER OF TUKWILA REDUIREMEN TS r 15.J GPM L -'STING ELECTRICAL WIRE FOR 1 IN VALVE LT LOCATED IN STEEL VAULT ON SOUTH SIDE OF BURRING. CONTRACTOR SHALL COORDINATE W}TH 'LEGACY' PROPERTY MANAGEMENT FOR THE WORK REOUIRED TO ROUT ELECTRICAL WIRE TO VALVE. Z TUKWILA URBAN ACCE IMPROVEMENT PROJECT 196) IR1 aP., Is -knutTme WT wwao •Aram IRRIGATION SOUTHCENTER PARKWAY STA. 3+00 TO 8+00 Sheet 3 of 6 19.8 GPM [Q,_33.3 GPM 3/4' t? 3/4_ 1" t' I GRAPHIC SCALE 3/4" 3/4 NOT OR IRRIGATION DETAILS. SEE SHEET IR7 b I I AND IRB. N 2' WATER METER 2. FOR IRRIGATION LEGEND AND NOTES, SEE 3/ I SHEET IR9. W I M S. FOR PUNTIN PLAN, SEE SHEETS U1 U6. N T BACKROW PREV£NTOR I SOUTHCENTER PKWY. 00 W a I sr4...... U) 3/4 3/4- Q\ �.T.3/4 r p i W 12 STARON AUT(MAATC B z CONTROLLER I 3/4 1.(�IN� 3/ 1 H U I 1 X N -t /2 y /4[ I 1- 1/27/2" =I No supply lines z n/� 3/.' z p CAP AND ABANDON EXIST. m identified feedin IRRIGATION SYSTEM. 'n 2" SEE SPECIAL PROVISION J/4• �3/4' �2G NM 'IRRIGATION POTHOLING.' 40 GPM existing irrig.atio 3/4- 21N I T 40 CPN 1 -1/2 IN system TCH LINE -STA 31 +50 THIS SHEE 32.1 GPM 1 -1/2 IN r w W 3 n 3/4' CONTROLLER GALLONS PER MINUTE h W STRANDER BLVD. IN z VALw NUMBER VALVE SIZE i TUKWI LAURBAN 102 PUBLIC WORKS DEPT, p�NTB ACCESSIMPRO V E MENiPROJECT L m IR2 __iwlwr.MOavYm.r roc y M EN0INEERIN0- STREETS- WATER SEWER PARKS- 6UILOINO- IRRIGATION SOUTHCENTER PARKWAY STA. 8+00 T013+00 Sheet 4 of 6 10'60 EROSION CONTROL SEEDING GRAPHIC SCALE NOTES: O 1. FOR PLANTING DETAILS. SEE SHEET LA8. O 2. FOR PLANT SCHEDULE AND NOTES, SEE SHEET LA7. 3. ALL AREAS TO RECIEVE SOIL AMENDMENTS UNLESS OTHERWSC NOTED. SEE DETAIL F, SHEET LA8. SOUTHCENTER PKWY. 20i00 21t00 22 00 IN 1 PLANT QUANTITIES THIS SHEET ONLY: BOTA NICAL NAME COM MON NAME QUANTITY SIZE SPACING TREES ACER GRISEUM PAPERBARK MAPLE 16 2" CAL B&B AS SHOWN MAGNOLIA 10 13 US KOBUS MAGNOLIA 4 2" CAL B &B AS SHOWN -THUJA PL CA 1 WESTERN RED CEDAR 3 6 -8' HT B&B AS SHOWN \I CF.DRUS DEDDARA DEODAR CEDAR 2 5 -8' HT B&B AS SHOWN `X 1 -ACER PLATANOIUES NORWAY MAPLE 1 6 -8' HT B&8 AS SHOWN .J CORNUS KOUSA KOUSA DOGWOOD 2" CAL B&B AS SHOWN -THUJA OCCIDENTALIS AMERICAN ARBORVITAE 13 2" CAL AS SHOWN CT N 1 32+00 33 +00 Lj o0 Z z STRANDER BLVD. U f VINES ter• -QH— JASMINUM POLYANTHUM WINTER JASMINE 14 1 GAT_ CON T. 5" O.C. ^-2 -PARTHENOCISSUS TRICUSPIDATA BOSTON IVY 10 L 1 GAL. CON1. 5' O.0 iv. PARTHENOCISSUS QUINOUIFOLIA VIRGINIA CREEPER 10 1 GAL. CONT. 5' O.C, Lr) CORNUS ALBA 'SIBIRICA' TATARIAN DOGWOOD 6 1 GAL CONT. AS SHOWN CORNUS STOLONIFERA FIAMRAMEA' YELLOW TWIG DOGWOOD S 1 GAL. CONT, AS SHOWN 0 CORNUS STOLONIFERA'KELYSEYI' KELSEYI DOGWOOD 48 1 GAL. CON f. AS SHOWN Q CISTUS PURPUREUS ORCHID ROCKROSE 122 2 GAL. CONT. AS SHOWN 0 MAHONIA NERVOSA DWARF OREGON GRAPE 18 1 GAL. CONT. AS SHOWN SYMPHORICARPOS ALBA SNOWBERRY 15 2 GAL. CONT. AS SHOWN S ROSA NUTKANA NOOTKA ROSE 36 2 GAL, CONT. AS SHOWN GAULTHERIA SHALLON SALAL 79 1 CAL. CONT. AS SHOWN L VIBURNUM TINUS LAURESTINUS 3 1 GAL, CONT. AS SHOWN Q CEANOTHUS CONCHA CONCHA CEANOTHUS 99 1 GAL. CONT. AS SHOWN RU BUS PVIFLORUS TIiIMBLEBERRY 97 1 CAL CON T. AS SHOWN GROUN C D COVER COTONEAS'fER DAMMERI BEARBERRY COTONEASTER 60 2 CAL. CONT. 36" O.C. e=_ ARCTOSTAPHYLOS UVA -URSI KINNIKINNICK 694 1 GAL, CONT. 24" O.C. EROSION CONTROL SEED MIN EROSION CONTROL SEED MIX 970 SF 80Lbs /AC, HELIOCTOTRICHON SEMPERVIRENS BLUE OAT GRASS 256 1 GAL. CUNT. 18" O.C. PUBLIC WORKS DEPT. ENGINEERING- STREETS- WATER SEWER- PARKS BUILDING- TUKWILA URBAN ACCESS IMPROVEMENT PROJECT LA2 LANDSCAPING SOUTHCENTER PARKWAY STA. 8+00 TO 13 +00 111 F1 avHOearmel; wec.w rxua II.,. uua v A G ADD TOPSOIL 1WE AJ e �I ZLI D Q n I eTREE GRATE IYP. (7)- TREES PLANTED WITHIN Z L SIDEWALK SI r Z7 z 0 yA A DO I V Y r u W 2 On TCH LINE STA 31+50 THIS SHEET GRAPHIC SCALE Li I1�00 12.00 13�N I IM rlm I Im.e. eaL w Q NOTES: O 1. FOR PLANTING DETAILS. SEE SHEET LA8. O 2. FOR PLANT SCHEDULE AND NOTES, SEE SHEET LA7. 3. ALL AREAS TO RECIEVE SOIL AMENDMENTS UNLESS OTHERWSC NOTED. SEE DETAIL F, SHEET LA8. SOUTHCENTER PKWY. 20i00 21t00 22 00 IN 1 PLANT QUANTITIES THIS SHEET ONLY: BOTA NICAL NAME COM MON NAME QUANTITY SIZE SPACING TREES ACER GRISEUM PAPERBARK MAPLE 16 2" CAL B&B AS SHOWN MAGNOLIA 10 13 US KOBUS MAGNOLIA 4 2" CAL B &B AS SHOWN -THUJA PL CA 1 WESTERN RED CEDAR 3 6 -8' HT B&B AS SHOWN \I CF.DRUS DEDDARA DEODAR CEDAR 2 5 -8' HT B&B AS SHOWN `X 1 -ACER PLATANOIUES NORWAY MAPLE 1 6 -8' HT B&8 AS SHOWN .J CORNUS KOUSA KOUSA DOGWOOD 2" CAL B&B AS SHOWN -THUJA OCCIDENTALIS AMERICAN ARBORVITAE 13 2" CAL AS SHOWN CT N 1 32+00 33 +00 Lj o0 Z z STRANDER BLVD. U f VINES ter• -QH— JASMINUM POLYANTHUM WINTER JASMINE 14 1 GAT_ CON T. 5" O.C. ^-2 -PARTHENOCISSUS TRICUSPIDATA BOSTON IVY 10 L 1 GAL. CON1. 5' O.0 iv. PARTHENOCISSUS QUINOUIFOLIA VIRGINIA CREEPER 10 1 GAL. CONT. 5' O.C, Lr) CORNUS ALBA 'SIBIRICA' TATARIAN DOGWOOD 6 1 GAL CONT. AS SHOWN CORNUS STOLONIFERA FIAMRAMEA' YELLOW TWIG DOGWOOD S 1 GAL. CONT, AS SHOWN 0 CORNUS STOLONIFERA'KELYSEYI' KELSEYI DOGWOOD 48 1 GAL. CON f. AS SHOWN Q CISTUS PURPUREUS ORCHID ROCKROSE 122 2 GAL. CONT. AS SHOWN 0 MAHONIA NERVOSA DWARF OREGON GRAPE 18 1 GAL. CONT. AS SHOWN SYMPHORICARPOS ALBA SNOWBERRY 15 2 GAL. CONT. AS SHOWN S ROSA NUTKANA NOOTKA ROSE 36 2 GAL, CONT. AS SHOWN GAULTHERIA SHALLON SALAL 79 1 CAL. CONT. AS SHOWN L VIBURNUM TINUS LAURESTINUS 3 1 GAL, CONT. AS SHOWN Q CEANOTHUS CONCHA CONCHA CEANOTHUS 99 1 GAL. CONT. AS SHOWN RU BUS PVIFLORUS TIiIMBLEBERRY 97 1 CAL CON T. AS SHOWN GROUN C D COVER COTONEAS'fER DAMMERI BEARBERRY COTONEASTER 60 2 CAL. CONT. 36" O.C. e=_ ARCTOSTAPHYLOS UVA -URSI KINNIKINNICK 694 1 GAL, CONT. 24" O.C. EROSION CONTROL SEED MIN EROSION CONTROL SEED MIX 970 SF 80Lbs /AC, HELIOCTOTRICHON SEMPERVIRENS BLUE OAT GRASS 256 1 GAL. CUNT. 18" O.C. PUBLIC WORKS DEPT. ENGINEERING- STREETS- WATER SEWER- PARKS BUILDING- TUKWILA URBAN ACCESS IMPROVEMENT PROJECT LA2 LANDSCAPING SOUTHCENTER PARKWAY STA. 8+00 TO 13 +00 111 F1 avHOearmel; wec.w rxua II.,. uua Sheet 5 of 6 PLANT SCHEDULE TOTAL QUANTITIES• BOULDER SCHEDULE /TOTAL QUANTITIES: SYMBOL LENGTH WIDTH HEIGHT TOT QUANTITY BOTANICAL NAM TREES COMMON NA ME WAN SIZE SPACING NOTES 2' -4' 2' -4' I 2' -4' 11 14 1 ACER GRISEUM PAPERBARK MAPLE 73 2" CAL B&B AS SHOWN i 0( NOTE: S MAGNOLIA KOBUS KOBUS MAGNOLIA 17 2" CAL B&B AS SHOWN 1. ALL BOULDERS SHALL BE CASCADE GRANITE, AL Y (7)-11.IA PLICATA WESTERN RED CEDAR LBOULDER SCHEDULE 23 6 -8' HT B&B AS SHOWN SEE BOULDER SCHEDULE CEDRUS DEODARA DEODAR CEDAR 8 6 -8' HT B&B AS SHOWN BURY 30 -507 OF BOULDER *%am-0 1� FINISH CRAVE BELOW FINISH CRAVE PSEUDOTSUGA MENZIESII DOUGLAS FIR 12 6 -8' HT B&B AS SHOWN X ACER PLATANOIDES NORWAY MAPLE 6 6 -8' HT B&8 AS SHOWN 1 =n III III 1 I I 1 1 1 1 T I 1 1 I =n_r —I I 1= 1Ti CARPINUS 'FASTIGIATA' EUROPEAN HORNBEAM 14 2" CAL B8i3 AS SHOWN 1 111 L1 I� I 111 C j CORNUS 11.11A ER OUSA KOUSA DOGWOOD 18 2" CAL B&B AS SHOWN LANDSCAPE BOULD NR I Q THUJA OCCIDEN TAUS AMERICAN ARBORVITAE �5 [j 2 CAL AS SHOWN SHRUBS eo—CORNUS ACER CIRCINATUM VINE MAPLE 75 6' -8' HT, 88d3 AS SHOWN ALBA 'SIBIRICA' TATARIAN DOGWOOD 21 1 GAL. CONT AS SHOWN CORNUS SE CIA 'FLAVIRAMEA' YELLOW TWIG DOGWOOD 21 1 GAL. CONT. AS SHOWN STRUCTURAL SOIL B CORNUS STOLONIFERA 'KELYSEYI' KELSEYI DOGWOOD 316 1 GAL. CON T. 3 UNDER SIDEWALK CISTUS PURPUREUS AS SHOWN O' ORCHID ROCKROSE 290 2 GAL CONT AS SHOWN Q- MAHONIA NERVOSA DWARF OREGON GRAPE 124 1 GAL. CONT. AS SHOWN SYMPHORICARPOS ALBA SNOWBERRY 90 2 GAL. CONT. AS SHOWN A ROSA NUTKANA NOOTKA ROSE 216 2 GAL. CONT. AS SHOWN CURB (ll GAULTHERIA SHALLON SAAAL 390 1 GAL. CONT. AS SHOWN TREE GRATE VIBURNUM TINOS LAURESTINUS 47 1 GAL. CONT. q5 SHOWN TREE CENTER O POINT CEANOTHUS 'CONCHA• CONCHA CEANOTHUS 318 1 GAL. CONT. AS SHOWN Qx RUBUS PARVIFLORUS 1HIMSLEBERRY 262 1 GAL. CONT. AS SHOWN STRUCTURAL SOIL DETAI� 0 ROSA RUGOSA 'DWARF PAVEMENT' DWARF PAVEMENT ROSE 19 1 GAL. CON T. AS SHOWN N GROUND COV ER/VINES GENERAL NOTES: T E 1. NO PLANT SUBSTITUTIONS WILL BE ACCEPTED UNLESS APPROVED BY COTONEASTER DAMMERI BEARBERRY COTONEASTER 39U 2 GAL. CONT. 36" O.C. RESIDENT ENGINEER. f =Fr ARCTOSIAPHYLOS UVA -URSI KINNIKINNICK 1833 1 GAL. CONT. 24" O.C. 2, PREPARE ALL PLANT BEDS PER DETAILS AND SPECIFICATIONS. EROSION CONTROL SEED MIX EROSION CONTROL SEED MIX APPLY AT 80 POUNDS PER ACRE 3. SEE SPECIFICATIONS FOR PLANT QUALITY ASSURANCE REQUIREMENTS. 1 !6 G i =so,� HELIOCTOTRICHON SEMPERVIRENS BLUE OAT GRASS 820 1 CAL. CONT. 18" O.0 ill JA POLYANTHUM WINTER JASMINE 37 1 GAL. CONT. 5" C. 4. SEE SHEET LAB FOR PLANTING DETAILS, --41- I ""."PARTHEN RTHENOCISSUS TRICUSPIDAIA BOSTON IVY 40 L11 I O. GAL. CON T. 8' O.0 5. SEE SHEETS R1 THROUGH IR9 FOR IRRIGATION PLANS AND DETAILS. --AD PARTHENOCISSUS OUINOUIFOLIA VIRGINIA CREEPER 39 1 GAL. CONT, 5' O.C. 6. SEE SPECIFICATIONS FOR MAINTENANCE ANU WARRAN T'Y REOUIREMEN TS. 7. VINES ARE SHOWN OUTSIDE OF PI -AN TING AREA FOR VISUAL CLARITY. 55S ALL PLANTS SHALL BE PLANTED WITHIN PLANTING BEDS. o I. TUKWILAURBAN PUBLIC WORKS DEPT. NTB H!R o,I E ACCESS I PROJECT p a ENGINEERING- STREETS- WATER SEW R ER PAKS- BUILDING- m PLANTING DETAILS AND SCHEDULE tukwila urban access improvement project pp2 plan and profile southcenter parkway 11- 001(br) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA Q i-1 CONTRACT CHANGE ORDER NO. 70 1808 DATE 7/11112 BUDGET,NO 3 CONTRACT 10 r 1 01 b PROJECT.fNO X84 RW1 NO.:, y j e PROJECT NAME: Tukwila Urban Access'lmprovement (Klickitat) h TO: Guy.`F. Atkinson Construction Attn.FJason Streuli, PM,a You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order extends Wall 5A northward and Wall 10 southward to luminaire S6. The Contractor shall locate and raise the existing CB located in front of Wall 5A extension; this may require the relocation of previously placed junction boxes. The Contractor shall extend Wall 5A north to tie into the south side the concrete foundation for luminaire S6. This wall is approximately 15 feet long. The Contractor shall extend Wall 10 southward to the north side of the concrete foundation for luminaire S6. This wall is approximately 28 feet long. The Contractor shall remove and reset the curved south end of Wall 10, as needed to blend the new work. The Contractor shall extend the original landscaping planting pattern across the new area formed by wall extensions 5A and 10. The Contractor shall extend the irrigation, as needed, to water these new plants. The area below the wall between the new wall and the sidewalk shall be crushed rock. All work not covered by the lump sum payment shall be measured and paid via a minor change order. Payment: CO #70 Connecting Wall 5A Extension with Wall 10 Lump Sum $29,060.49 This change order modifies the contracts critical path; twenty -one (21) calendar days are added to the contract with this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will ccept as full payment therefore the prices shown above and below. ACCEPTED: Date Contractor �dllffi By 'f' aU 1 t Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Incentive Pay Previous Change Orders This Change Order CONTRACT AMOUNT *J ORIGINAL 250,000.00 Date 1,180,646.80v EST By Mayor 29,060.49 12,339,887.29 City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(bq) Council Approval N/A w Sheet 1 of 4 �qs CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 69 1908 DATE: z� 7111/12 BUDGET NO.: PROJECT NO 'S 84 -RW19 CONTRACT NO.: 1 -001 Cb�� PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) Guy F. Atkinson Construction Attn: Jason Streuli,'PM TO: kW, You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for additional survey work and layout time, in order to construct ADA ramps meeting the more updated 2010 ADA standards. The Change Order removes Plan Sheets CH1 and CH4.rv1, and replaces them with Plan Sheets CH1.rv1 and CH4.rv2. All references for 2007 ADA standards in the Project Plans, Specifications and other contract documents are replaced with 2010 ADA standards. Specifically, the reference of WSDOT Standard Plan F- 40.12 -00 in Construction Note #9 of Plan Sheet PPO (#40), is replaced with WSDOT Standard Plan F- 40.12 -01. Payment for this work shall be under the bid item as follows: CO #69 Adoption of 2010 ADA Standards Lump Sum $15,162.14 This contract modification impacts the Contractors critical path, therefore seven (7) calendar days are added to the contract with this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above s ecified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 14 1 a— Contractor By a/ C Title 1A r Original Contract 10,880,180.00 APPROVED ��B�Y�THE CITY OF TUKWILA Incentive Pay 250,000.00V Date uM-0A Y2 Previous Change Orders 1,165,484.66 V By y This Change Order 15,162.14 Mayo Y EV. CONTRACT AMOUNT 12,310,826.80 !ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file jo $TA. M J0 +72.67 (J1.44'RT STA. SC 3 +BO aintR Or UruS]ira� C 4 +00 'CYR STA T€1f sc a +91.sD {7.7.39.1- MATCH LINE STA 30 +65 'SF�nusswAL SEE SHEET CH4 SC LINE I I STA. 3 +J0, -L 1&R,T MATCH EXIST. t2 ST 80. A. SC 4 +50, 11d, ©STA SC 4 +50 I z L 9. 11' I2 STA C S C. 3 +80 5(1 9 1 1 J I2 SOUTHCENTER PKWY, z I S TA. SC 3 +49.50 STA. SC 4 +79,50 (3.34' L EEbIR'F ER6"PKLUaSI UVSL- FACE6 FACED SLOPED MOUNTABLE SLOPED MOUNTABLE CURB. YELLOW CURB, YELLOW (3.3717.) FF,�11STA. SC 4 +80.50 LI 44.34 RI) STA SC 4 +91.50 (47.84'R ZERTE CKuyy SC LINE STA. 9 +36.64 (29.39'LT) STA D 50 +61.32 (24.79'RT L'ERTER�CR045WALrc M1O I (`KOti�wn�K L_�.- ..1- ....1...- 1,�.. -..3 L I v e. u tW S SC LINE gip• o �8 u Iw Sheet 2 of 4 167 31.44'1 STA SC 7 +7 5 +91.10 27,53' END PRECAST DUAL -FACED A SLOPED MOUNTABLE CURB 20 10 0 20 40 SC fi +03.63 50'RT STA. SC 6+616 YELLOW PRECAST DUAL -FACED STA, SC 7 +35.73 SCALE IN FEET :0 MOUNTABLE CURB, YELLOW (2.39" LT) PT 12 STA. SC 6 +31 r1 $TA. S=++611. LT 17 I 123 ti• STA. SC 6 +76.36 (9.50" RT) PC 1p fl>a40' A I LINE STA 30 +7f STA. SC 6 +01.10 SEE SHEET CH4 STA. SC 5 +90.10 (27'39' LT 9.50" RT) T (55,56"RT) STA, SC 7 +51. CENTER OF CROSSWALK SLOPED MOUN T STA. SC 10 +85 I STA D 50 +61.32 (1567'17) YELLOW (0.00- RT, 27.00" RT) ST A CENTER OF CROSSWALK ST (1. SC 10+60 d STA SC 10+80© t6 7.1 LT) J 3 (000;` T. 0.0 �5 1 '(26,92' LT, EGIN LT)\ is 3 LT) BEGIN L 20UTHCENTER PKWY. 6 STA. SC +66. m 47 27.00' R r p� 17 SLOPED MOUNTABLE CURB, p pp YELLOW (27.OQ NN) tt +00 O 10' SC LINE •S r..... LJ N f6 it P J rs'?s'. R 75' 13 4 Ll (A Z 11' r ���_R_50_t_ N 1 LINE PT J I Y STA. 10 +25, 13 58'�T I I w 71' -A.= L -F.� �W_��S R.�40 F? to SCNB LINE i _STA. SC 9 +24.17 (18.80" RT 62.74' RT) 4 STA. SC 9 +35.09 67.68'R I Z`ERTEq br cnusaCvA/ TCH LINE TA. 3 1 STA. sr. 1D +65. STA. S 30 +76.86 46.96'R 1, SEE SYr T A "W� U l t 4 14 j i� +`98 1,.6y' RT BEGIN PC L;1 ____��AI S TA. S 30 +74.86 53,40'LT) STA. SC 9 +76 (62.62, PUBLIC WORKS DEPT. Fm ENGINERRING- 81 REETS- WATUR- SCWER- PARKS BUILDING- I p k10 I 4C PAVEMENT MARKING LFGFN STA. SC 7 +26.48 17 L �12 LI) PC O DO UBLE VEMENT O M AR YEL L PER C.O.T. S. s 123 _STA SC 7 +50 I DETAIL RS -13, 7 +oD (5.00' RT) F s1 W MARKER S OLID PER C.O.T. STD. DETAIL 2 13. S OLID SINGLE STA SC 6 +85.59 t Lu N MARKER PER C.O.T. SIDS PA DETAIL RS-13. (8.40' RT) PT J F- ❑4 SINGLE BROKEN WHITE RAISED PAVEM W MARKER PER C.O.T. STD. DETAIL R$ -13. iT U N 5 SINGLE BROKEN YELLOW RAISED MARKER J PAVEMENT MARKER PER C.O.T. STD. t1' Q DETAI RS -13. J� L• I W HIT E PAVEMENT ARROW PER C.O.T. STD. DETAIL R$ -18. WHITE 24 O C.O.T. STD DETAL RS-I.. PER ❑s WHITE 12 PLASTIC CROSSWALK LINES, 4 12.35' R FOR SIGNALIZED CROSSWALKS PER C.O.T. STA. SC 7 +71.40 12.93'R STD. DETAIL RS -19. TABLE CURB, SLOPED MOUNTABLE CURB, FOR UNPROTECTED CROSSWALKS PER YELLOW C.O.T. STD. DETAIL RS -19. STA. SC 11 +70©I� STA SC 12 +70. RT LL�1 l0 REMOVE EXISTING PAVEMENT MARKING 13 WHITE 4 SKIP LANE LINE. PER WSDOT 9L?) STD. PLAN M- 20.10 -01 ,y WHITE DOTTED EXTENSION LINE, PER -1 WSDOT STD. PLAN M- 20.50 -01 7T C� 1 z t 3 WHITE 4 EDGE LINE, PER WSDOT STD. 1 PLAN M- 20.10 -01 1 12+00 11' 13 O 1L WHI TE 01 PER WSDOT QU 16 WSDOT SM.'LAN Mr20.10 01 163 t t I N W is PLAN 4- EDG 01 LINE. PER WSDOT STD. A 1 I 1 J W PLAN M YI u02' P ER WSDOT STD. 7Q 22+ I N is TYPE 6SR TRAFIC ARROW, PER WSDOT tOS STD. PLAN M- 24.40 -01 r 0 TYPE 2SR TRAFFIC ARROW, PER WSDOT f0.8 D. PLAN M- 24.40 -01 TYPE 3SL TRAFFIC ARROW. PER WSDOT STD. PLAN M- 24.40 -01 L PI STA. SCN821 +03. LT,� STA. SCNB 22 +03. LT rJ TUKWILA URBAN 58 ACCESS IMPROVEMENT PROJECT I 196 CH1 I PAVEMENT MARKING PLAN SOUTHCENTER PARKWAY rm scavlot STA. 3+30 TO 13+00 A n a.eo s'o4nP.0 y y�pyp le Sheet 3 of 4 GENERAL NOTES: r 1. McDONALDS PARKING PAVEMENT MARKING LEGEND LOT PAVEMENT 0_ 20 10 0 20 40 MARKING IMPROVEMENTS ❑t DOUBLE SOLID YELLOW RAISED TO BE COMPLETED BY OTHERS. 'JI 1 SCALE IN FEET PAVEMENT MARKER PER C.O.T. STD. Z y DETAIL RS -13. U 7 E 2 Ij SINGLE SOLID YELLOW RAISED PAVEMENT 2. CONTRACTOR TO II-- B.S TYP. y2 5 925 0 Bs MARKER PER C.O.T. STD. DETAIL RS -13. COORDINATE WITH SINGLE SOLID WHITE RAISED PAVEMENT PROPERTY OWNER I p REGARDING SCHEDULE N Typ �r MARKER PER C.O.T. STD. DETAIL RS -13. FOR PLACING PERMANENT TRAFFIC 1 SINGLE BROKEN WHITE RAISED PAVEMENT ARROWS, TO COINCIDE C.O.T. MARKER PER O.T. STD. DETAIL RS -13. WITH LDS PARKING NG LOT V SINGLE BROKEN YELLOW RAISED LOT 12 1 t2 �AR6 11' 11' 11• I -J PAVEMENT MARKING PAVEMENT MARKER PER C.O.T. STD. IMPROVEMENTS. I I I I I DETAIL RS -13. STA M }0 +55'LT/RT_ (0.00 D +72 Q DETAIL RS-18. ARROW PER C.O.T. STD. ©(SEE NOTE 2) 24.53 RT) 1J BTYP. (COMPACT) WHITE 24' PLASTIC STOP BAR PER L J C.O.T. STD. DETAIL RS-19. 0 WHITE 12" PLASTIC CROSSWALK LINES, FOR SIGNALIZED CROSSWALKS PER C.O.T. 0 5 STA. D 52 +45. LT STD. DETAIL RS -19. Q WHITE IY PLASTIC CROSSWALK BARS, 16.5 FOR UNPROTECTED CROSSWALKS PER ti I I 11' C.O.T. STD. DETAIL RS -19. SO LINE l i I. J1+�II "D' LINE 5t 5 2 1Q y3 9 1 0 REMOVE EXISTING PAVEMENT MARKING 17.� 1 w I L L O WHI 4' S M-20.10-DI ILANE NE, PER WSDOT LT N 'd T 24, r O WHITE DOTTED EXTENSION LINE, PER WSDOT STD. PLAN M- 20.50 -01 I3 1 STA. D 57 +02, LT E,3 1B STA. D 51 +75, LT t tl WHITE 4' EDGE LINE. PER WSDOT STD, rs 8 PLAN M- 20.10 -01 1 r WHITE 8" WIDE LINE W /RPM PER WSDOT 1 TYP 's.. iT' STA. /U 52 +67 STD. PLAN M- 20.50 -01 STA fA 30 +67 11 12 1z /2 ;p 15 CBEGIN I 1 I 1 I is DOUBLE YELLOW CENTER LINE, PER WSDOT STD. PLAN M- 20.10 -01 ST A. M }0 +61.67 END n YELLOW 4' EDGE LINE, PER WSDOT STD. r7 (0.00' RT, 19.8' RT) 72 12 12 12 72 12 a PLAN M- 20.10 -01 TYPE 1 YIELD LINE, PER WSDOT STD. PLAN M- 24,60 -02 TYPE 6SR TRAFIC ARROW, PER WSDOT i sce. I w sloe. I Pr R I xu.> I c STD. PLAN M- 24.40 -01 FL SIUP >J% OiO.SSwaLK51(iiWASCESG1LDm6E2x tg TYPE 2SR TRAFFIC ARROW, PER WS00T LF055p>E ]O POM AT 6M, OF CRp66 r 1 :'ttswFnGE. CROIS SLroEa] STD. PLAN M- 24.40 Lw1 R]un =t wx irvAVE AnartEp sa�T u um.Mww'sum v1] 4Y% ]nAF Vntrrtp FLEVA1qus 20 TYPE 35L TRAFFIC ARROW, PER WSDOT I N i I 1 3sw i STD. PLAN M- 24.40 -01 um.�we. x,wun =1 =1 3=t 1145% I J6.SJ I tr_I_I_ I I cHArwfs urn ncaawrurep PEp Fpc.3 �R �w5gN�30u SNJ �I L/ uz s Al 1 1 C OE AT OF ftO55 WALK PER CROS'>SLOPE J C WVM=133 %1 plx]FACE ���EIEVATONS PE?lNE fw5HE0 [ESMiI SURFACE iv1 plat VRL HELP t 361a I2A<4 LSJ LIX LJS 4]p1< 3fL .1104 Y31 AE J] 35M u I IM TUKWILAURBAN PUBLIC WORKS DEPT. 1 ACCESS IMPROVEMENT PROJECT j 96 ropy, yp CH4 /PAVEMENT MARKING PLAN MCDONALD'S &DOUBLETREE R °P a °41piY L1 9:6j Lal ENBINEERINB- STREETS- WATER- SEWE R R- PAKS- BUILDING IN ENTRANCE wv. SEE CONTRACT PLANS SEE CONTRACT PLANS -4' -0 "MIN. 3I8" EXPANSION JOINT (TYP.) PEDESTRIAN CURB 318" EXPANSION JOINT (TYP.) 4'- 0"MIN. SEE STD. PLAN F -30.10 LANDING I SEE NOTE 4 SEE STANDARD PLAN F•30.10 LANDING SIDEWALK T B CURB AND GUTTER SIDEWALK CURB 8 SEE CONTRACT PLANS GUTTER 4' 0" MIN. (TYP.) r CURB RAMP CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE SEE CONTRACT PLANS FACE OF CURB -SEE STANDARD PLAN F -48.10 4- 0" MIN. FACE OF CURB DEPRESSED CURB 8 GUTTER break between the two adjacent surface planes shall be flush. W CROSSWALK 3. Do not place gratings, junction boxes, access covers, or other appurta- nances in front of thre curb ramp or on any part of the curb ramp or lending. :3 Specifications 8-14. w PLAN VIEW DETECTABLE WARNING SURFACE GRADE TYPE PARALLEL A SEE STANDARD PLAN F 48.10 BREAK m COUNTER SLOPE SEE CONTRACT PLANS 5.0% MAX. -4-(rMIN GRADE VARIES I BREAK 2.0% MAX: ROADWAY CEMENT CONCRETE L DEPRESSED PEDESTRIAN CURB DING CURB 8 GUTTER SEE STANDARD PLAN F -10.12 SEE NOTE 8 8 4 SECTION O 15'- MAX. iSEE CONTRACT PLANS 15' 0" MAX. SEE NOTE 7 N MIN SEE NOTE 7 SIDEWALK G BREAK r GRADE BREAK !C 8.3%MMAAX. 2 _0 %MA 8.3_ %MA X. f GRADE BREAK r f CURB RAMP CURB RAMP 3I8° EXPANSION JOINT (TYP.) LANDING SEE STANDARD PLAN F30.10 SECTION O "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A" PAY LIMIT SEE NOTE 6 I r- DEPRESSED CURB 8 GUTTER NOTES Sheet 4 of 4 CROSSWALK 1. Provide a separate curb ramp for each marked or unmarked crosswalk. PEDESTRIAN CURB Curb ramp location shall be placed within the width of the associated SEE NOTE 4 Crosswalk, or as shown in the Contract Plans. PLAN VIEW 2. Where "GRADE BREAK' is called out, the entire length of the grade TYPE PARALLEL B break between the two adjacent surface planes shall be flush. 3. Do not place gratings, junction boxes, access covers, or other appurta- nances in front of thre curb ramp or on any part of the curb ramp or lending. Specifications 8-14. 4. See Contract Plans for the curb design specified. See Standard Plan F -10.12 for Curb, Curb and Gutter, and Pedestrian Curb Details. DETECTABLE WARNING SURFACE SEE STANDARD PLAN F48.10 5. See Standard Plan F -30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. r- DEPRESSED CURB 8 GUTTER 16 W MAX. iSEE CONTRACT PLANS CROSSWALK B. The Bid Item "Cement Concrete Curb Ramp Type does not Include -4' -('MIN the adacent Curb, Curb and Gutter, Pedestrian Curb or Sidewalks. GRADE BREAK 7. The curb ramp maximum running slope shall not require the ramp length PLAN VIEW to exceed 15 feet to avoid chasing the slope indefinitely when connecting TYPE PARALLEL B to steep grades. When applying the 15 foot max. length, the running slope of the curb ramp shall be as flat as leasable. 8. Curb ramp, landing, flares shall receive broom finish. See Standard Specifications 8-14. LEGEND SLOPE IN EITHER DIRECTION 1 16 W MAX. iSEE CONTRACT PLANS SEE NOTE -4' -('MIN SIDEWALK GRADE BREAK f Ira 8.3% MAX QIX V V 4444 CURS RAMP -I —J 2.0% MAX. PEDESTRIAN CURB LANDING SEE STANDARD PLAN F -10.12 EXPANSION JOINT (TYP.) SEE STANDARD PLAN F30.10 SECTION O "CEMENT CONCRETE CURB RAMP TYPE PARALLEL G� FEN�r a y y�rg WASy Q, d ,a 38298 D Q'� 3 A6( STCA� ONAL M L IIA PARALLEL CURB RAMP ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT STANDARD PLAN F- 40.12 -01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakodch Ill 0 6-03 -10 W-eEWI F1101N Ww T wmhingwn Sam 0 dl ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT 11- 001(bP) Council Approval N/A „A, K Sheet 1 of 8 qs CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 68 1908 DATE: 47/11%12 4 BUDGET NO.: PROJECTiNO 84 RW19 4 CONTRACT NO.: 11 -001 b P� PROJECTAAME: `Tukwila Urban Access rnprovement Project (Klickitat) TO. Guy Atkinson Construction Aftn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for additional hot mix asphalt (HMA) placed in the following locations during the project construction: 1. McDonalds' north driveway for 9.39 tons of asphalt, as shown in the enclosed Plan Sheet PP1.rv1; 2. Curb patch in front of AT &T for 1.85 tons of asphalt, as shown in the enclosed Plan Sheet PP2.rv2; 3. An asphalt patch on Southcenter Parkway south of the Klickitat Drive overpass, for 16.2 tons, as shown in the enclosed Plan Sheet PP3.rv1; 4. Additional asphalt paving on Southcenter Parkway from Station SC 19 +80 to 21 +03, for 204.44 tons, as shown in the enclosed Plan Sheet PP4.rv1; 5. Southcenter Mall Nordstrom entrance for 59.1 tons, as shown in the enclosed Plan Sheet PP4.rv1; 6. East of Wall 7 and north of Southcenter Mall sign, from Station 25 +30 to 26 +70 RT, for 12.2 tons, as shown in the enclosed Plan Sheet PP5.rv1; 7. North end and west side of Wall 7, from Station 26 +70 to 27 +20 RT, for 23.29 tons, as shown in the enclosed Plan Sheet PP5.rv1; 8. South Bahama Breeze restaurant entrance for 27.09 tons, as shown in the enclosed Plan Sheet PP5.rv1; 9. Additional asphalt work, mobilization and wedge costs at the Legacy Building parking lot, for 13.04 tons total, as shown in the enclosed Plan Sheet PP6.rv2; 10. Asphalt paving addition at the soft patch of the Doubletree Hotel entrance, for 53.90 tons; and 11. Additional pre leveling asphalt work beyond the Project Plan quantities at various project locations, for 57.01 tons total. Payment: CO #68 Additional Asphalt Quantities Lump Sum $70,188.10 This contract modification impacts the Contractors critical path, therefore twenty (20) calendar days are added to the contract with this change order. Sheet 2 of 8 7/11/12 Change Order #68 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above pecified, and will accept as full payment therefo therprices shown above and below. ACCEPTED: Date Contractor By Ko r Title 1 -P Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Incentive Pay 250,000.00 /EST c Previous Change Orders 1,095,296.56 E Bye C fjA�ay6 This Change Order 70,188.10, r REV. CONTRACT AMOUNT 12,295,664.66 v RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Sheet 3 of 8 7+ 91 0 Sr I+W_Qp .3-3.34' I T 7 RnAA 3+gl.O :Lo MA EXIST. SEC. 26, T. 23 N. R 4 E., W. M. N BEGIN aff.t. MCDONAUDS SEE NOTE 6 7�77R' Ill MATCH EXIST. Do, BEGIN I �A �72 57- 3.0 STA M 3, 7(i SO 28 T SJA. SC 7+04-84. 2i-.39' LT A SEE NOT 5,c !NO STA, 27 IP SHEET PP11 FOR CO NTINUATION 5 a'F." BEGIN .1 OF MCDONAUDS -T, MATCH EXIS T IT 20 10 0 20 40 4 V l T Sc 3.21D.� bi4t HORIZONTAL SCALE IN FEET 2.89'LT B EG IN MATCH -f* _'y t7j C) C) SC .1 30M TA '.I-k 1 04 GENERAL NOTES .4 no 4 II� BEGIN OIL 1. SEE SHT. PPO FOR CONSTRUCTION MATCi4jXIST. 27.3� i4� PKWY. NOTES In W L'j 2. S CURB RETURN Z D FOR STA. Sc 3.30. ST4.\'SC',5*A2:1& B EGIN OVERLA L'IN &G T& "5 0 'S4 '64i 3. SEE SHT. G3 FOR SURFACING 45.� Q ul LEGEND MATCH EXIST. i PRE�l 4. SEE SHT ROS FOR CONCRETE CROSSWALK DETAIL SEE SHT PPll FOR McDONALDS 5. FRONTAGE IMPROVEMENTS NOT 4 DETAILED ON THIS SHEET 6. SEE SHT RDI FOR TRAFFIC ISLAND STA DETAILS AND GEOMETRY ..t T or, R04 T)i BE IN AT. E 7 SEE ROADWAY SECTIONS FOR 50 7 MATCH EXIST. GRINDING PLANING DETAIL MATCH EXIST. PRE-LEVEL A DIRECTED BY TH STA_ SC 3 +62.00 :9)UA- SC 4+91.49� 47.114' FIT FLOW LINE AP ENGINEER D no. 2416' SEE SHEET PP6 FOR III.1101 S�511 Rl-@ SO ":RT' END EN I ��D 50�62,130. 2416' CON TINUATION OF DOUBLETREE 'TA_ SC 5+69.56. 63.98' FIT 2) CURB AP A �r.fia7361. 67-96' FIT, D DOUBLETRE5 HOTEL 50 MATCH EXIST. ROADWAY SECTION A ENTRANCE 0OADWAY SECTION B 1 50 i I RO kDWAY SECTI ON 0 I SOU CENTER P�VY STA. 45 45 "S 00 HOTEL STA. "D' $0100 d (N 1 E 1286857.05) PROPOSED I 40 40 01; H.A OVERI Al 3 a 5 35 PROPOSED LEFT FLOW LINE 30 30 25' ELEVATION (Ty?.) I EXISTING CENTERUNE GRADE ELEVAT kjW.) OLA UYIT SEE NOTE' 7 1 25 25 RA. 1 4 %1 nl ,Yin nn nln "II 1 66 A. NAVD 88 A, j p '5 ELEV I, I'l 'I 3+00 3+50 4+00 4+50 5 +60 5+50 6+00 6+50 7+00 7+50 8+00 SIC LINE PROFILE mo" 7 I WtA U N MA 7 ACCESS IMPROVEMENT PROJECT PUBLIC WORKS DEPT* TUK I a, scappm ppi PLAN AND PROnLE -SOUTHCENTER PARKWAY -MIN1011111119WAINCII-81 IERTS-WAMR-SKVJEP-PAEtICB-13UNLI STA 3+30 j"I I I i im Sheet 4 of 8 J4 TW SEC. 26. T. 23 N, R 4 E., W. M. sc 1 1— A :.A STA, B+ MATCH E1111 BE. no' LT 8412,52,33,31F LLO r TA SC 12,5Qfifi M93*IT Sm Sc SR. P rA, SC 12+aS-07- 43,611 CC. 200' R-92R !OIN 11 TRANSITION 11111110101, 20 10 0 20 40 'Wrior UK 'I'Ha PLANS lay TAL SCALE IN FEET "OR11ON 0 F AP,�, 0 F -0 IT 7 4 (L GENERAL NOTES Q. V, W I- CONTRACTOR SHALL PROVIDE V' DURABLE TEMPORARY REFERENCE uj POINTS DURING CONSTRUCTION AND NOTE tt z LITHCENTER EINSTALL MONUMENT CASE. COVER In lv.i 1. THE PKWY. •:629„ o t a' 1 3Z I L AND BRASS MONUMENT. PER CITY OF HUT CH11 -07. WITH ZW .STAB SC 9+95.50— Diff S TUKWLA SID. PLAN RS SURVEYED 'W AT THE INTERSECTION 7 76 MI.44. E I OF SOUTHCENTER PKWY. AND (A, N Cnj'IY E STOANDER BLVD. PKWY m+u%OO 2Z 2. SEE SHY. PPO FOR CONSTRUCTION 1ITA. 'SC' 10{71.28. 47.W FIT, NOTES PPO FOR CURB RETURN 3' SE E S DATA L 3 .6 A P6 T -44 0.3.T HMA CL )J-PG64- 3. SEE SHT. ROOI-RD04 FOR 0 TRAFFIC ISLAND DETAILS AND 0 p CST", 1Z 71 1 GEOMETRY 5TA, SC 9+32AL 66jul' PED STAI 4, SEE SH T. PPO FOR CURB RETURN t9 'ivy DATA H AND ALL RO S 17 7 S 21 RT 5Z �77 47 -A S 1 30+80, 43 SQ A I L;N LINE STA. 31+08 SEE SHEET PP 40AIA' lj�@ 5. SEE SHT. G3 FOR SURFACING LEGEND ROADWAY SECTION D I ROADWAY FI I ROADWAY SECTION F I ROADWAY SECTION H 6, SEE SHT. PP9 FOR SCNB LINE 70 70 PROFILE HI ER PXW� STA. "SC' �_+95.50 IL_--SEF_-SHT, -ROS OR -CONCRETE Lw SSWALX DETAJL 8622.8) 5. SEE SHT. PP9 AND PPIO FOR 'SCNB IZIR ._44, E: 4T 65 8 CRO 65 LINE AND WTW LINE PROFILES 9. SEE SHT RDI FOR TRAFFIC ISLAND T DETAILS AND GEOMETRY 60 60 1 10. SEE SHT R04 FOR COMMETE PROP 70 CENTFRUI GRADE— A PAVEMENT UNDER IMPACT A17ENUATOR DETAIL 55 -L -TIS TA 1+..,85 55 1, SEE 'WTW LINE PROFILE SHEET _�_�p PPIG FOR LT GUTTER FLOW LINE DATA Pk TA 11+ 19.41 NOT SHOWN. Ay PiA ELEV 6 I LL I X 29.84 9 FOR RT CL FLOW LINE DATA r 50 50 pp SEE 'SCNB" NE PROFILE SHEET NOT SHOWN. SEE NOT! 11 12. PRE-LEVEL AS DIRECTED By THE E):ISTIN� CENTERLINE GRADE 45 ENGINEER 45 a N'� g �d ELEV n m, mu m,� n m� 8 +00 8+50 9+00 I 9+50 10+00 10+50 N 11+00 11+50 12+00 12+50 13+00 aCj&LPROFILE TUKWILA LIROM ACCESS IMPROVEMENT PROJECT 196 PUBLIC WORKS DEPT. PP2 PLAN AND PROFILE SOUTHCENTER PARKWAY -ENGINEERING -STRKWrS-WATER-SKVjlffR-PARKS -BUILDING- STA. 8+00 tD 13+00 Sheet 5 of 8 M AT 37 t` 7 SEC. 26, T. 23 N, R 4 E., W. M. ST cy STA. 'SC' U +21.70, 28.00' LT crA K w +ssla aan• S Rr M SFF Sy a 41NF (N 169907.78, E 1286835.96) q A jC 23 FF l j A �c 11t 89 2 Q R Sf� C STa. K 39 +53.84. f `F.�9 +35 3H LINE STA c .g +m n 23 T BEGIN, MATCH EXIST. 53.53' RT �SFIEEI• FLOWUNE AP 5.rp Sr ,5 +2 J r ••i„..p pg SLAB SC.1Zt59.0.D, 35 m•I T OWLINE AP t FLOWUNE AP 1 10 0 y 2 �i Mv5 e.A�f "'Y C Y' f� 5 HORIZONTAL SCALE IN FEET IT 22M 20 0 40 "WW UNE`__ .fe+ T� 42 i n +oo GFNFRAI NOTES +a I t7 o SOUTH CENTER PKWY "SC' LINE 13 N 0'177 3 O 1. SEE SHT, PPO FOR CONSTRUCTION 13 P /Be" 7f T \STA Sc 16-5.88 a NOTES M N j BEGIN BRIDGE n }13' 576.63 0_ 4 I ij r 1 ,I a 2. SEE SHT. PPO FOR CURB RETURN d 12 Q D' DATA (D !n w W S. SEE SHT. NO DETAILS AND W w x .32 S TA. 73 -37 w 2 GEOMETRY z !n n 3 SF. F. SHEET' CH2 KUCKITAT OR.. 01- RD04 FOR J R]•.66 -1- a J w 4. SEE SHT. G3 FOR LEGEND w�_-- '4CRB"'T3NC' x W 25tm miimss7r, T7286EE52'L) V V v w i U to I 5. SEE SHT. PP9 FOR "SCN8' LINE N ST�� SG�� 15 2T+ Q 27 23,2660 STA. SGNB 3 SFF SHFFT MH2/ Ll' Q PROFILE AP PC +84.95 1 22' 'u 7. SEE SHT. L ROS FOR CONCRETE CROSSWA K DETAL ,I t 8. SEE SHT. PP9 AND PP70 FOR "SCN8" F- LINE AND 'WTW' LINE PROFILES 21 3 7 9. SEE 'WTW LINE PROFILE SHEET r PP7 FOR T GUTTER W 24+ 9.5, 0 0 L GU TE FLOW LINE DATA STA N OT T STA. SGNB 13,'26.fi0� 22.00' RT' STA. SCNR 23 +94.45 22.00• FtT BEGIN- aZ nn n5n'• t6' 0 SHOWN. FLOW UNE AP FLOW LINE AP STA. SCN8 ]4+75 ,00..00' 2� BEGIN SEE "SGNB" LINE PROFILE SHEET I t, 75 I ROADWAY SECTION H 75 PPD FOR Ri GUTTER FLOW LINE DATA r Boa }�cnoN XISTING CENTERINE GRADE �PLA -i END STRUCTURE, NOT SHOWN. E 70 SEE BRIDGE PLAN� 70 65 360.00' VC 'COW'POINT'ELEV"�'S1.35 n LOW POIN7 STA 15456.40 PM STA 15+35 m v li PM ELEV 48.18 60 m A.O. 7.15 m m 60 m K 50.35 Y -4.00Z w w m 55 315R....... PROPOSE CENTERLINE GRADE 50 x3� SEE NOTE 9 50 J x x I dLL j i i i SIC m mn o� �o mo m �nr n a a mn a T ELEV 6 �A n ^"vI n n n n n n n n '`°uni n mn n "umi i 13 +00 13 +50 14 +00 14 +50 15+00 15 +50 16 +00 16 +50 17+00 17+50 18 +00 SC LINE PROFILE o3_PN_1 r M j TUKWILAURBAN P m i Fm ACCESS IMPROVEMENT PROJECT PUBLIC WORKS DEPT. 96 ENGINEERING- STREETS WATER- SEWER PARKS BUILDING- i wR F+Id11evMIO, t1a PP3 /PLAN AND PROFILE SOUTHCENTER PARKWAY I ,M., sccPPPO, I STA. 13 +00 TO 18 +00 of It STA ;?n +14 82 -11 5V I I SEC. 26, T. 23 N, R 4 E., W. M. END CURB TRANSITION STA. je 9 ,721K1 19 nn' LT FLOWLINE AP �qTA. SC 20+04.92. 31,8 IT MATCH LINE qTA R END sr. 9, no .19 no- �2 STA. 51+60 I nS AP BEGIN CURB TRANSITION FLOWILINE 23 BEGIN 36.5D' LT SEE SHEET PP1 2 :-SEE NOTE 9 I T Sheet 6 of 8 AMINW-- 20 10 0 20 40 HORIZONTAL SCALE IN FEET iK 4� 00- r .w LINE 0 GENERAL NOTES 13• tz SOUTHC PKWY 4 0 1. SEE SHT. PPO FOR CONSTRUCTION NOTES 7 "SC7 LINE 12 5 6-63' Z, 2? F- I A, A- GTA, -,SG\2jySO-.D0. SEE SHT. PPO FOR CURB RETURN (L 7, V) ix DATA (q_ F- I V) 3. SEE SHT. RD01-RD04 FOR TRAFFIC ti I Uj Li ISLAND DETAILS AND GEOMETRY -S�Nfr LINE 29.. lz Z 0 L, m C.) ,�2S,1 U) lz ",0- qQ T�A -,2' o 4. SEE SH G3 FOR LEGEND 2Z �Mv L'i 5. SEE SHT. PPO FOR "SCNB" LINE 7.04 2 RT 2! I U PROFILE PRC 6. SEE SHT. RD5 FOR CONCRETE CROSSWALK DETAIL 7. SEE SHT. L PPS AND PPIO PROF FOR 'SCNB' LINE AND LINE ILES B. S E SHT. PPO FOR CURB RETURN E DATA T�D 9. SEE SHT. RD 4 FOR CEMENT TH CONCRETE PAVEMENT UNDER E I w An— 11 SHOPPING MALL IMPACT ATTENUATOR DETAIL 70 POE STA. SCN9 30.! 2.28 1 3-22.52LII0, STA. SC 20+9.103. 3030 RT. DEGI, MATCH EXISTING 10. E .4 •S EE 'WTW' LINE PROFILE SHE 1 240.00' VC I RT. HIGH POINT ELEV 56A3 C STA. W 60+63.62. 32.16' PI FOR LT GUTTER FLOW LINE DATA 0 I NOT SHOWN. HIGH POINT STA 18+33.35 aTA 60 BEGIN 65 pVI -S IA A.61.1 W ±88,40, 27.26' RT. M 0. MATCH EXISTING MATCH EXISTING SEE *SCNB" LINE PROFILE SHEET PA ELEv 58.45 STA. PP9 FOR RT GUTTER FLOW LINE DATA qTA. W 60+88.80 2176' RT. W' So 8801 WE TFIELD SOUTHCENTER NOT SHOWN. 0 A. 0, -8.20 MD. MATCH EXISTING END CONSTRUCTION S K 29.27 MATCH EXISTING SHOPPING MALL 60 Il. PRE-LEVEL AS DIRECTED BY THE 60 ENGINEER 55 55 EXISTINd t PROPOSED CENTERLINE GRADE I 5 50 0 &17' H T�O I 45 KIx ROADWAY SECTION I I i ROROADWAY SECTION; J k >e SEE NOTE 10 ROADWAY SECTION K 45 -wo- rk V -o 1 2 ELE o i -,4 j 18+00 18+50 19+00 19+50 20+00 20+50 21+00 21+50 22+00 22+50 23+00 5C 1 INF PROFIE PUBLIC WORKS DEPT TIJKWILA UR13AN F44_� ACCESS IMPROVEMENT PROJECT MIER-PARKS-BUILDING- HDR EnOvs� br- PP4 PLAN AND PROFILE SOUTHCENTER PARKWAY -ENGINEERING-STREETS-WATER-SE IA\ V4 1 STA. 18+00 TO 23+00 1-1 f Sheet 7 of 8 SEC. 23, T. 23 N, R 4 E., W. M. '�T& SC 2A,5qQffl 37 17 11 1 FLPWLINE FLCWU�E AP' r; CONSTRUCT.PAVEMENT SECTION UT114Tt OVER PROPOSED -TRENCH. SEE UTILITY PLANS FOR ADDITIONAL DETAILS c �lw N ""I a- 74' \1\ PK WY s U) 'Y Z U) .y r \41 sB,� \I\ YKr���ca ._`sA r4) 'V '0 28+" W L w STA. "SC" 27+77.00 mss, ti END OVERLAY 1w, Lu MATCH EXISTING 2 Ld 39.7 ft T "T- .141.9 ft 184 TO RE WESTF ELD MALL FREEWAY SIGN A 'SC" 9711� 47 MAIN, PROTECT IN PLACE M 2 sf 20 40 29. 82.19 R 10 HORIZONTAL SCALE IN FEET WESTFIELD SOUTHCENTER SHOPPING MALL 50 50 GFNFRAI NInTF., 1. SEE SHT. PPO FOR CONSTRUCTION ROADWAY SECTION K ROADWAY SECTION L I NOTES ROAdWAY SECTION K 1 ROADWAY SECTION N 45 45 2, SEE SHT_ PPO FOR CURB RETURN DATA 3. SEE SHT. RDOI-RO04 FOR 40 TRAFFIC ISLAND DETAILS AND Y�j 40 CEOMEMY D.17' HIAA OVERLA Q_q __-2.40X 4. SEE SHT. G3 FOR LEGEND (SEE NOTE 6) 4 DATA 35 5� SEE SHT. PPO FOR CURB RETURN F 35 v 0. PRE-LEVEL AS DIREC BY THE PLANI LIMIT' E NOTE 7 NEER 30 i I 30 S T 7 SEE ROADWAY SECTION FOR /p, ING �L GRINDING /PLANING DETAIL "SC q 0 q;7 ELEV 6 23+00 23+50 24+00 24+50 25+00 25+50 26+00 26+50 27+00 27+50 28+00 ;C I INF PROFII F TLIKWILAURBAN ACCESS IMPROVEMENT PROJECT PUBLIC WORKS DEPT. lay"IR I HDR EVkmwft kr_ PP5 PLAN AND PROFILE SOUTHCENTER PARKWAY LE ENGINEERING- STREETS- WATER SEWER- PARKS BUILDING- STA. 2340 TO 28+50 Sheet 8 of 8 10 SEC. 23, T. 23 N, R 4 E., W. M. STA, 0 50 +66.77MATCH P%2t PT n STA. 50 +97.73 STA. 51.32.51 SEC 2 T. 23 N, R 4 E.. W. M. GENERAL NOTES ofi.H7.L e .e` t 'I 107.0 34.b yy ll 06.x+ "i STA. 52 +70.49 Ns a STA. 9.z4 52 +84.58 tt Dg.u3 Lr a u 1 T 1. SEE SHT. PPO FOR CONSTRUCTION 777��J 34.7 j NOTES 't w 7 2. SEE SHEET PPO FOR PARKING ISLAND 2 a LAYOUT DATA n m Pp Fa °TA. 52 +84.58 %X EXISTING ELEV 61.15 LT X.X PROPOSED ELEV. Y SIi. 52 +73.09 4. SEE SHT. C3 FOR LEGEND 20 10 0 20 40 °CIRegraded Area to t 'SZ +73,42 5. EXISTING DOUBLETREE ENTRANCE TO 2 c w BE4TN, x; drainage LT REMAIN OPEN TO TRAFFIC DURING HORIZONTAL SCALE IN FEET t6 =A SSA. 52 +84.85 CONSTRUCTION OF NEW OCUSLETREE t S S Pl ,s6 Lr ENTRANCE 6, SEE SHT. PPO FOR PARKING ISLAND 5 .Np L 78 04. 17 50' LT DATA STA. 'S TA 2+ Ste, I 1 ..STA. Ili 1 TA D 52 +81. 2 LT n 7. GRADE PROPOSED PARKING LOT (N 169 3 q... STA. D 52+73.87. •J PAVEMENT TO ORARI TO EXISTING LOW EN A D J 1286 OUBLETREE ENTRANCE 2t• t P 1 RT, I7.U0 RT DINT AT CATCH BASIN I 1 i .r`b74ao 5'887807' E Ss+oO STA D 52 +3085 30 +0(1. .75.35 LT �I 1-t 'rµ�, �0 UNE Z 74.00 Rft( BEGIN SS�q -4.ND, MATCH EXiSNNC "p" 52 +75.00 I J 14 f ST A- C 1` i�� 11' D CONSTRUCTION 7 I �.."o (ttf. .1.: XIS G �I 7 .o 0 RT C NSTRVCT PAVEMENT SEC SECTION N t 7 ��f �+�±K r ,g`+ 70.0" RT OVER PROPOSED UTILITY TRENCH. I 1 STA 0 52 +R46S t4.O0' RTI'1 STA. SC 30 +00 LT END SEE UTILITY PLANS FpR END CONSTRUCTION 1 Y/.•R STA. D S2 +69.75 AOOITIONAL DETAILS MATCH EXISTING r'rX' x� io. sA D 52 +69.73 42.5 ,(p7+ e. •s 42.5p Ri MATCH EXISTING 25' (TYP) 'E 1 I PECw 1 5 ENO p 52+00.55. 17.00' R E NOTE 7 J ENO 11.5 (Tyf LOW POINT ELEV 32.80 LOW POINT STA S 50 +72.48 O 50 PV STA T SO 50 .7 r. PVI ELEV 32.56 A.D. 4.07 K 12.29 g 40 C4 40 w IT 35 a Q 1 30 ROADWAY SECTION C 30 °a'+ 11.5 (TYPI MATCH LIN, S_, ELEV n n g n n n n n n N g SEf S NEET PPSe +5p 50 +00 50 +50 51 +00 51 +50 52 +00 52 +50 53 +00 Q LINE PROFILE I I TUKWILA URBAN 4 1 q ACCESS IMPROVEMENT PROJECT PUBLIC W01MS DEPT I 196 w� wrtm 7c ENGINEERING- STREETS- WATER SEWER PARKS BUILDING PP6I PLAN AND PROFILE DOUBLETREE ENTRANCE° b tin H A F IIG STA. 50 +00 TO 52 +75 1-1a 11- 001(bo) Council Approval NIA wgsy Sheet 1 of 1 CITY OF TUKWILA �t y c CONTRACT CHANGE ORDER NO. 67 7908 DATE: 7J11/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 b PROJECT NAME: Tukwila Urban Access Improvement Project (Ki ckitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM N You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for additional traffic control performed during the project ribbon cutting ceremony held on October 13, 2011. Payment: Payment for this work shall be under the bid item as follows: CO #67 Additional Traffic Control Lump Sum $2,354.83 This contract modification impacts the Contractors critical path, therefore one (1) calendar day is added to the contract with this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment,. furnish all materials, except as may otherwise be noted above, and perform all services necessary for he work above ecified, and will accept as full payment theref re t ie prices shown above and below. ACCEPT LZ .111L Contractor By S d- Title 1- lip Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Incentive Pay 250,000.00 Date P. Previous Change Orders 1,092,941.73 V By 4� �`'471� May This Change Order 2,354.83 REV. CONTRACT AMOUNT 12,225,476.56 RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) �G11V c: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(bn) Council Approval N/A 1LA,h, Sheet 1 of 4 CITY OF TUKWILA 4 CONTRACT CHANGE ORDER NO. 66 1908 DATE r� 7/11112 BUDGET NQ. PROJECT NO 84 =RW19 CONTRACT NO.': 11 001 n> RROJECT NAME Tukwi Urban Access Improvement Project (Kllckitat) X TO Gu F Atkinson Construction Attn Jason Sfreull, FM r You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: The concrete stairs located at the southeast corner of the Strander Boulevard and S outhcenter Parkway intersection were built in accordance to the Project Plans and Specifications. However, the project design resulted in a tripping hazard at the joint between the top stair landing and the adjacent sidewalk. This change order provides compensation to the Contractor for construction work to correct this tripping hazard. The push button extension work is not part of this change order. Payment: CO #66 Strander Stairway Landing Rebuild Lump Sum $26,054.11 This contract modification impacts the Contractors critical path, therefore twenty one (21) calendar days are added to the contract with this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment th�e�refo�re the prices shown above and below. ACCEPTED: Date �/3 Contractor By Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Incentive Pay 250,000.00 Date V-WA+— e r )v /a_ Previous Change Orders 1,066,887.62 EST By e Mayor This Change Order 26,054.11 REV. CONTRACT AMOUNT 12,223,121.73 6y i a f ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Sheet a of 4 Final distance between Fire Landing New landing to be hydrant edge and railing Remove Top installed flush along edge 3 feet. to dimensions shown edge of sidewalk Existing pedestrian push button pole. 17' -10 3/4" New landing to be Install an extension for the push button r� installed flush alon F g (This work is not art of this chan e order.) P p edge of remaining 0 landing. R -Yr Fire Hydrant 1 3 %4 C MEg Pb ED STRIAN CAST-114- ACE �JVSID REp q BA RIER STAIR AB E FgCE LONG EST OF WALL o w9(< Paint Expose't Vertical Edges Q�ri sOL..a Yellow, same color as C -curb TOP SEE R 43' .OQtN ,SHEET PP2 11; x. ca and 6 of ST WALL WA r I horizontal ed FOOTING: OUTUI' tM e r` IER R= 34' -6" o Install (5) #6 Install Railing 5' -0" 9' -0" M epoxy coated across this side NG 13' -7 1/4 D UREA -1 rebar 12 in of the landing Q P ao q total length ea. and along edge PS�RE GE WAS 7� #4 about wq as dowels of sidewalk �t`ES\ pE FP 1 -0 oc and 7 #6 about V -0" oc BARRIER 10 —SW29 #5 8" OC STAIR-PLAN Sheet 3 of 4 Exhibit B Existing Wall w a A C) W I p Existing Fire. I I Hydrant I Sloping downward Railing to block tripping hazard 7 0' Field Verify Length LZA New reveal, Paint yellow, same color as C -curb. Sheet 4 of 4 Exhibit C Top of Existing Barrier Extend Ped Push button 12 (This work is not part of this change order.) Existing Proposed top of Railing rail on barrier 'Y7/• I� _I y u�E1101E 1 PVBN lUf70N 3' 0" Pus BV P a 1 Back of o lansding b N o N i o 6' Of' 6' 0f' Install along front edge of landing (Typ) Existing reveal, Front of landing Paint yellow, same color Back Edge of Sidewalk as C -curb. 11- 001(bm) Council Approval N/A %LA w Sheet 1 of 1 CITY OF TUKWILA o. ,z CONTRACT CHANGE ORDER NO. 65 DATE: 5/2/12, BUDGET. NO: PROJECT NO.: 84 -RW19 CONTRACT NO.' 11- 001(bn PROJECT NAME: Tukwila Urban Access Improvement Project (Wickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM_ You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for Engineering Services to address excessive groundwater questions asked by the City during the storm drainage system construction. This new drainage system was designed by the Contractor's Engineer SDA Engineering, and was accepted by the City in Change Order #13. Payment: Compensation for this work shall be under the bid item as follows: CO #65 Compensation for Engineering Services Lump Sum $4,334.40 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date rp Contractor ,AL9A A-- By oAt Title Original Contract Previous Change Orders This Change Order REV. CONTRACT AMOUNT A RIGINAL: City Clerk (1 of 2) cc: Finance Department (w /ens 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 1,062,553.22 4,334.40%/ 11,947,067.62 J Contractor (2 of 2) ;umbrance); Construction In Date 4u-x'.--A 13 �3/ By Spector; Construction Engineer; file 11- 001(bl) Council Approval N/A VLA w Sheet 1 of 1 0 1 qs CITY OF TUKWILA s �z CONTRACT CHANGE ORDER NO. 64 1906 DATE: 1, 5/10/12 BUDGET NO.: PROJECT NO.: 84- RW19' CONTRACT NO.: 11 -001 Cj t) PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy,,F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order is the result of a negotiated settlement which allows the Contractor to leave in place a portion of C -curb installed, using non specified grout adhesive between the C -curb and the asphalt pavement. The negotiated settlement includes a rebate which provides compensation to the City to allow the epoxy to remain in place even though WSDOT reported a failed epoxy test. Payment: Payment for this work shall be under the bid item as follows: CO #64 Rebate for C Curb Grout Lump Sum ($5,000.00) There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date S ����Z Contractor By 46 evi AJ uus Title 7 1/. p. Original Contract V 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Tncerr6VP_ P0. J x m�- ,000, Previous Cha ge Orders 1,067,553.22 Date This Change Order (5,000.00) By i 1. Iq2 X33, zz ytV M REV. CONTRACT AMOUNT ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(bk) Council Approval NIA w Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 63 ,908 DATE:. 4/30/12 BUDGET NO.: u. ta: PROJECT�NO.. CONTRACT NO.: 11 -001b PROJECT ;NAME: Tukvda Urban Access Improvement Project (Klickitat) TO. Guy F. Atkinson Construction Attn: Jason Streuli, GPM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for the restocking fee incurred when 46 standard Paperbark Maple trees brought to the project were rejected. It was determined that trees of wrong tree grade were brought to the project site due to conflicting Project Plan information. Payment: Payment for this work shall be under the bid item as follows: CO #63 Paperbark Maple Restocking Fee Lump Sum $4,347.50 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above s cified, and will accept as full payment therefore t e pri es shown above and below. ACCEPTED: 'D�ate��,�/ Z Contractor By Y d Wk Title Original Contract 10,880,180.00 APPROVEIS BY THE CITY OF TUKWILA _T ce4rti v2 (L y- 2S 000, 0 Previous Change Orders 1,063,205.72 Date 0 1 5 /D., This Change Order 4,347 0 EST By /Y G I 2 M 73ZZ Mayor REV. CONTRACT AMOUNT ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(bj) Council Approval N/A Sheet 1 of 2 9s CITY OF TUKWILA 67 CONTRACT CHANGE ORDER NO. 62 1908 DATE: 4/30/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 N PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order adds three 3 -inch spare conduits between the junction box located at Station SC 16 +25, 67 feet left and a new junction box located at Station SC 15 +95, 73 feet right. (See the attached drawing I1-3 for details). Payment: Payment for this work shall be under the bid item as follows: CO #62 Spare Conduits Klickitat Lump Sum $5,455.70 Three calendar days are added to this Contract. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment there ore t e prices shown above and below. ACCEPTED: D a 7 te r 0 Z Contractor By �tY 7U/(�d Title 1� Original Contract 10,880,180.00 ,,GG APPROVED BY THE CITY OF TUKWILA Lc e-h� i ve. piq �a 0'00, 00YV Previous Change /Orders 1,057750.02 Date 5/l i t This Change Order V/ 5,455.70 By h e 7 REV. CONTRACT AMOUNT 1? 0.1z M A RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: Sheet 2 of 2 SI `a 11 i TYP. FOR BACK -TO -BACK v.. _.ROAD.WXY.. LUMINAIRES..' J (2 PLACES THIS SHEET) IL6 1 A K, 1.. i 74+ 0 Lai 0 0 V) f..r 6 O 00 14 +00 "SC' UNE M N TYP. FOR UNDERDECK -._ROADWAY -LUMINAIRES-I r, 0 PLACES THIS SHEET) W 2 +oo --a SCNB' LINE H POLE NO. 17 18 19 20 21 22 23 24 25 26 27 28 S18 S19 S20 S21 S22 S23 S24 S25 POLE LUMINAIRE SCHEDULE SOUTHCENTER PKWY. CONDUIT WIRE SCHEDULE (THIS SHEET) i LUMI I M AST I COMMENTS I DESCRIPTION TYPE STATI N CA710 OFFSET RM HEIGHT PVC M -C -III I SCNB 22 +52.50 1 32.70 RT 1 200 HPS 1 15" 1 30' 1 ROADWAY LUMINAIRE, MOUNTED ON BARRIER M -C -111 I SC 14 +20.80 1 14.30 LT 1 (2) 200 HPS 1 8' 1 30' 1 ROADWAY LUMINAIRE, MOUNTED ON BARRIER M -C -III I SCNB 23+81.80 1 32.80 RT 1 200 HPS 1 15' 1 30' 1 ROADWAY LUMINAIRE, MOUNTED ON BARRIER M -C -III I SC 15 +16.60 1 44.50 LT 1 200 HPS 1 15' 1 30' 1 ROADWAY LUMINAIRE, IN GRADE N -C -II I SC 15 +23.80 1 13.50 LT 1 100 HPS I 1 11' 1 UNDERDECK LUMINAIRE N -C -II I SC 15 +77.00 1 13.50 LT 1 100 HPS I 1 11' 1 UNDERDECK LUMINAIRE M -C -III I SCNB 25+06.50 1 32.70 RT 1 200 HPS 1 15' 1 30' 1 ROADWAY LUMINAIRE. MOUNTED ON BARRIER M -C -III I I 1 200 HPS 1 12' 1 35' 1 ROADWAY LUMINAIRE, MOUNTED ON SIGNAL POLE M -C -III I SC 16 +23.00 1 20.40 LT 1 200 HPS 1 8' 1 30' 1 ROADWAY LUMINAIRE, IN GRADE M -C -III I SC 16 +41.60 1 14.20 RT 1 200 HPS 1 8' 1 30' I ROADWAY LUMINAIRE, MOUNTED ON BARRIER I M -C -III I SCNB 26 +32.90 1 32.80 RT 1 200 HPS 1 15' 1 30' 1 ROADWAY LUMINAIRE, MOUNTED ON BARRIER M -C -III I SC 17 +75.70 1 14.20 LT 1 (2) 200 HPS 1 8' 1 30' 1 ROADWAY LUMINAIRE. MOUNTED ON BARRIER S -C -III I SCNB 22+84.10 1 32.80 RT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE, MOUNTED ON BARRIER I S -C -III I SCNB 23 +59.60 1 32.80 RT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE, MOUNTED ON BARRIER S -C -III I SCNB 24+12.00 1 32.80 RT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE, MOUNTED ON BARRIER S -C -III I SCNB 24 +75.20 1 32.80 RT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE, MOUNTED ON BARRIER S -C -III I SC 15 +38.60 1 62.70 LT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE, IN GRADE S -C -111,1 SCNB 25+38.40 1 32.80 RT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE, MOUNTED ON BARRIER I S -C -III I SCNB 26 +01.80 1 32.80 RT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE. MOUNTED ON BARRIER I S -C -III I SCNB 26 +65.40 1 32.80 RT 1 50 HPS 1 39.5" 1 15' 1 SIDEWALK LUMINAIRE, MOUNTED ON BARRIER SOUTHCENTER PKWY. CONDUIT WIRE SCHEDULE (THIS SHEET) J 1 1B4 W .nu-.. V) ,j °o LLI 27 +OO Z 2 Q GRAPHIC SCALE 20 0 10 20 40 I IN pm 1 hwh a 20 feet GENERAL NOTES: 1. SEE SHEET IL6 IL7 FOR ILLUMINATION DETAILS. 2. SEE SHEET W27 FOR BARRIER MOUNTED LIGHT POLE FOUNDATIONS. 3. SEE SHEETS W19 W21 FOR J -BOX AND CONDUIT INSTALLATION IN BARRIERS. 4. POLE TO LUMINAIRE WIRING TO BE #10. CONSTRUCTION NOTES: 0 PROVIDE 120/240V, 1PH, t00A SERVICE FROM PSE. CONTRACTOR TO COORDINATE WITH PSE FOR CONNECTION TO SERVICE. SEE DETAIL 5 ON SHEET IL6 FOR SERVICE CABINET DIAGRAM. LEGEND 9 x r L rT L ROADWAY LUMINAIRE CONDUIT CONDUIT CONDUCTORS COMMENTS X X SIZE TYPE PULL BOX 1 1 2" 1 PVC 1 XHHW 2#8, 1 #8 GND I 2 1 2" 1 PVC I XHHW 2#6, 2 #8, 1#6 GND 12#8 FOR IRRIGATION 3 1 2" 1 RGS i XHHW 2 4 1 48 GND 1 4 1 1" 1 RGS I XHHW 2 #8, 1 #B GND I J 1 1B4 W .nu-.. V) ,j °o LLI 27 +OO Z 2 Q GRAPHIC SCALE 20 0 10 20 40 I IN pm 1 hwh a 20 feet GENERAL NOTES: 1. SEE SHEET IL6 IL7 FOR ILLUMINATION DETAILS. 2. SEE SHEET W27 FOR BARRIER MOUNTED LIGHT POLE FOUNDATIONS. 3. SEE SHEETS W19 W21 FOR J -BOX AND CONDUIT INSTALLATION IN BARRIERS. 4. POLE TO LUMINAIRE WIRING TO BE #10. CONSTRUCTION NOTES: 0 PROVIDE 120/240V, 1PH, t00A SERVICE FROM PSE. CONTRACTOR TO COORDINATE WITH PSE FOR CONNECTION TO SERVICE. SEE DETAIL 5 ON SHEET IL6 FOR SERVICE CABINET DIAGRAM. LEGEND 9 x r L rT L ROADWAY LUMINAIRE SIDEWALK LUMINAIRE 4 UNDERDECK LUMINAIRE F�( STD. JUNCTION -BOX (TYPE 1) 8 PULL BOX IN BARRIER (18 "x8 "x8 0 OR IN CONCRETE (APPROX. 22 "x16 SIGNAL SERVICE CABINET BURIED OR EMBEDDED CONDUIT 1 J J 17IM110 a• ��raN� v�' /r I vv ti i i i TUKWILA URBAN i i 120 PUBLI WORKS DEPT i i �TB ACCESS IMPROVEMENT PROJECT i i ETS- WATER SEWER PARKS- BUILDING- I I 1L3 1 I LLUMINATION SOUTHGENTER PARKWAY STA. T018 +00 I mod- �,�,o ENGINEERING STRE 11- 001(bi) Council Approval N/A ILA k Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 61 soe DATE: 4/30/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11-001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klckitat) TO: Guy F,. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order directs the Contractor to increase the length of Solider Pile W4 -3, installed in Wall 4, by splicing on an 18 inch section of HP18X181 to the previously installed HP18X181 pile. Compensation is provided for the work to complete the spliced connection. Payment: Payment for this work shall be under the bid item as follows: CO #61 Splice Signal Piles Lump Sum $2,913.29 Five calendar days are added to this Contract. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for tW>:: d, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 5 0 Contractor By 0 C Title r Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA loce4Tb v'e, Fo f 2 Dom', 00 I-- 5// Previous Chande Orders J 1,054836.73 Date This Change Order 2,913.29 By W— REV. CONTRACT AMOUNT �c: RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Sto��GiN.9t S Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(bh) Council Approval N/A w Sheet 1 of 1 gsti CITY OF TUKWILA o: rz Jr i� CONTRACT CHANGE ORDER NO. 60 ,sos DATE: 4/30/12 7, 11 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 CL) PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: f., Guy F Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for additional work related to modifications made to the rebars in the barrier to low profile barrier transitions. Payment: CO #60 Barrier Transitions Lump Sum $1,113.75 Seven calendar days are added to this Contract. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work ab a specified, and will accept as full payment therefore_ the prices shown above and below. ACCEPTED: Date t I I. Z Contractor By I zo RL S Title Original Contract 10,880,180.00 APPROVE BY THE CITY OF TUKWILA In ce ►t Pa. y JJ 25 0 Cy'iIl Previous Change/Orders I/ 1,053;722.98 Date This Change Order 1,113.75 By �'f' J 1 i L/ M ,REV. CONTRACT AMOUNT 9-464 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) v` ��d 7 2 M, cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(bg) Council Approval N/A ILA Sheet Sheet 1 of 1 qs CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 59 k 7808 DATE: 4/27/2012 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11-001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Strew, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for additional work performed to install dowel bars into Schedule 80 PVC sleeves at Walls 1, 2, 3, 4, as well as Abutment Walls East and West. This modification was necessary as the original Project Plans did not provide accurate information. Payment: Payment for this work shall be under the bid item as follows: CO #59 Fascia Dowel Bars Lump Sum $8,659.59 Five calendar days are added to this Contract. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefo the prices shown above and belo ACCEPTED: Date r b t 12- Contractor w. 41. 4 By C.. I� t�U� Title 1 Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Incentive. Fad 25- co n2� Previous Change Orders 1,045,063.39 Date This Change Order J 8,659.59 By f IZ,I83 Ma v REV. CONTRACT AMOUNT 4+,9•: ORIGINAL: City lerk 1 of 2 Contractor 2 of 2 Ud T /G /N S t cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11 -001 M Council Approval N/A O J �.(JI �a. K Contract Contingency i� CITY OF TUKWILA U sed for this Change Order CONTRACT CHANGE ORDER NO. 58 r9o8 Sheet 1 of 5 DATE:, 4/26/12 3A° BUDGET NO.: PROJECT:.NO I84 -RW19 CONTRACT NO.: 11 001 (bf,) PROJECT NAME m 7ukwila Urban Access Improvement Project (Klickitat) TO:" fi Guy F. Atkinson Construction ",Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order incorporates Plan Sheets D2.rv2, D3.rv4 D4.rv3 and D14.rv2 for the purposes of designing and building a drainage system between Stations 10 +90 and 20 +10, along the west side of West Tunnel Wall, (WTW) alignment. All other drainage remains as depicted in Change Order #13. This change order deletes the original work of adjusting five catch basins to grade at stations WTW 11 +94, 11.9 Ft Lt; WTW 12 +78, 11.9 Ft Lt; WTW 13 +65, 12.8 Lt; WTW 17+94,18.7 Ft Lt; and WTW 20 +03, 14.9 Ft Lt. These existing catch basins were to capture then release storm water from the roadway onto WSDOT right of way, between Southcenter Parkway and 1 -5. The new work captures the storm water via new catch basins located at SC 11 +94, 25.4 Ft Lt; SC 12 +78, 26.4 Ft Lt; SC 13 +65, 26.4 Lt; SC 17 +94, 33.3 Ft Lt; and SC 20 +05, 29.5 Ft Lt, interconnected by a 12 -inch storm drain line. The storm water flows into a new Type I catch basin, then into an existing 18 -inch storm drain line, and eventually to new stormwater treatment facilities. Payment: Payment for this work shall be under the bid item as follows: CO #58 WTW Line Drainage Revision Lump Sum $88,971.43 Twenty calendar days are added to this Contract. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices s� P46 7- and below. ACCEPTED: Date �I Z Contractor id� z.c-L— By 1' A d1y�AS Title U P, O TT riginal Contr 10 880 180 00 APPROVED BY THE CITY OF TUKWILA Jf1C0A1Vt', Previous Change Orders This Change Order /REV. CONTRACT AMOUNT t/ 956;091.96 Date 88,971.43 By v RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Sheet 2 of 5 31 Cz GRAPHIC SCALE 23 0 lo 20 40 IN Fm I L�0 I inch 213feet CONSTRUCTION NOTES: 1. CLEAN-OUT STUBS TO BE INSTALLED THROUGH V) THE WALLS CONNECTING THE UNDERDRAIN, AND PER TYP. DETAILS. 4-- _-D U) u SD 20 I.j LLJ 10+60 Ui F_ 41c 0 U) UD U'D 0 1 1A IE OUT 54.3' 0 Y. 9+00 '19�+oo 13- 0 0 SOUTHCENTER PKW 12+00 o SEE NOTE 2 0 LINE DO 2. WALL UNDERDRAINS. To BE CONSTRUCTED PER PLAN AND MAINTAINING POSITIVE DRAINAGE. 3. CONNECT UNDER DRAINS WITH STANDARD 4. CLEAN OUT PLUGGED CULVERT AND DITCH. LEGEND IE OUT ej— PROPOSED STORM FILTER I 55.3 UD uo 0 PROPOSED CATCH BASIN TYPE 1 V) UD UD—/ CONCRETE INLET V) C' PROPOSED CATCH BASIN TYPE 2 W 7 SD SD PROPOSED STORM DRAIN Ir Lo Z Z 7: -4- UD PROPOSED UNDER DRAIN _j 0 21+00 00 2'2+00 "SCNB" LINE a: PD PROPOSED PERFORATED DRAIN r 6 PROPOSED RETAINING- WALL L -7: 25 -L -PROPOSED CLEAN-OUT J UD UD UD UD ur UD UD A SEE NOTE 2 ;D xx 7 SEt;;4OTE 1 DRAINAGE- NOTES: n INSTALL FLOW SPUTTER PER DRAINAGE DETAIL ON PLAN D17. E2] CONNECT UNDER DRAIN TO DRAINAGE STRUCTURE. CONSTRUCT VANED GRATE PER COT STD. PLAN DS-06- ADJUST MANHOLE. [5] INSTALL CONTROL STRUCTURE FOR OIL/WATER SEPARATION. SEE DRAINAGE DETAIL 4 ON PLAN D19. INSTALL SOLID LOCKING LID MH RING AND COVER PER COT STD. PLAN DS-09. R7 SAWCUT AND REMOVE EXISTING DRAINAGE PIPE AS NECESSARY TO MAKE CONNECTION. ADJUST CATCH BASIN. PLUG EXISTING STRUCTURE. to SEE DETENTION VAULT DETAIL ON PLAN D15. tt SEE MH STORM FILTER DETAIL A ON PLAN D18. tz CONNECT FOOTING UNDER DRAIN TO SHALLOW CS TYPE 1 ON MOD. STRUCTURE. R13 CONNECT PERFORATED DRAIN TO CATCH BASIN STRUCTURE. V41 MODIFY CB TYPE 1 PER DETAIL 1 ON PLAN D16. PROPOSED CLEAN-OUT STUB PROPOSED YARD DRAIN. PROFILE STRUCTURE NUMBER R CONSTRUCT SHALLOW TRENCH PER DETAIL 2 ON PLAN D16. Eo INSTALL SOLID METAL COVER PER COT STD. PLAN DS-04. Fl INSTALL BI-DIRECTIONAL VANED GRATE PER WSDOT STD. PLAN B-30.40-00. to ABANDON :DRAINAGE STRUCTURE. to CONSTRUCT PERFORATED DRAIN CONNECTION PER DETAIL 4 ON PLAN D16. CONSTRUCT CLEAN OUT PER DETAIL 2 ON PLAN D19. zt CONSTRUCT YARD DRAIN PER COT STD. PLAN DS-03. CONSTRUCT CLEAN OUT PER DETAIL 3 ON PLAN D19. CONNECT TO,EXISTING PIPE. REMOVING DRAINAGE STRUCTURE. REMOVING DRAINAGE PIPE. I26 1 PLUGGING EXISTING PIPE. I2_71 CONNECTION TO DRAINAGE STRUCTURE. RN TYPE 2 MANHOLE PER WSDOT STD. PLAN B-15.40-00 M29 TO BE FIELD LOCATED, MATCH EXISTING FLOW-UNE. Al N INSTALL CONCRETE INLET PER WSDOT STD. PLAN B-25.60-00- O IN i gov i 1 ;l 1 IE OUT 41.0' zo i U ACCESS IMPROVEMENT PROJECT 196J I HNTB li< t -7— p me ms DRAINAGE PLAN SOUTHCENTER PARKWAY STA. TO 13+00 4, I i ,,ft I db OWIMO FOR CONTINUATION OF DRAINAGE PLANS SEE SHEET D7 7 3 I x S 1 F 92 32T 1 Sheet 2 of 5 31 Cz GRAPHIC SCALE 23 0 lo 20 40 IN Fm I L�0 I inch 213feet CONSTRUCTION NOTES: 1. CLEAN-OUT STUBS TO BE INSTALLED THROUGH V) THE WALLS CONNECTING THE UNDERDRAIN, AND PER TYP. DETAILS. 4-- _-D U) u SD 20 I.j LLJ 10+60 Ui F_ 41c 0 U) UD U'D 0 1 1A IE OUT 54.3' 0 Y. 9+00 '19�+oo 13- 0 0 SOUTHCENTER PKW 12+00 o SEE NOTE 2 0 LINE DO 2. WALL UNDERDRAINS. To BE CONSTRUCTED PER PLAN AND MAINTAINING POSITIVE DRAINAGE. 3. CONNECT UNDER DRAINS WITH STANDARD 4. CLEAN OUT PLUGGED CULVERT AND DITCH. LEGEND IE OUT ej— PROPOSED STORM FILTER I 55.3 UD uo 0 PROPOSED CATCH BASIN TYPE 1 V) UD UD—/ CONCRETE INLET V) C' PROPOSED CATCH BASIN TYPE 2 W 7 SD SD PROPOSED STORM DRAIN Ir Lo Z Z 7: -4- UD PROPOSED UNDER DRAIN _j 0 21+00 00 2'2+00 "SCNB" LINE a: PD PROPOSED PERFORATED DRAIN r 6 PROPOSED RETAINING- WALL L -7: 25 -L -PROPOSED CLEAN-OUT J UD UD UD UD ur UD UD A SEE NOTE 2 ;D xx 7 SEt;;4OTE 1 DRAINAGE- NOTES: n INSTALL FLOW SPUTTER PER DRAINAGE DETAIL ON PLAN D17. E2] CONNECT UNDER DRAIN TO DRAINAGE STRUCTURE. CONSTRUCT VANED GRATE PER COT STD. PLAN DS-06- ADJUST MANHOLE. [5] INSTALL CONTROL STRUCTURE FOR OIL/WATER SEPARATION. SEE DRAINAGE DETAIL 4 ON PLAN D19. INSTALL SOLID LOCKING LID MH RING AND COVER PER COT STD. PLAN DS-09. R7 SAWCUT AND REMOVE EXISTING DRAINAGE PIPE AS NECESSARY TO MAKE CONNECTION. ADJUST CATCH BASIN. PLUG EXISTING STRUCTURE. to SEE DETENTION VAULT DETAIL ON PLAN D15. tt SEE MH STORM FILTER DETAIL A ON PLAN D18. tz CONNECT FOOTING UNDER DRAIN TO SHALLOW CS TYPE 1 ON MOD. STRUCTURE. R13 CONNECT PERFORATED DRAIN TO CATCH BASIN STRUCTURE. V41 MODIFY CB TYPE 1 PER DETAIL 1 ON PLAN D16. PROPOSED CLEAN-OUT STUB PROPOSED YARD DRAIN. PROFILE STRUCTURE NUMBER R CONSTRUCT SHALLOW TRENCH PER DETAIL 2 ON PLAN D16. Eo INSTALL SOLID METAL COVER PER COT STD. PLAN DS-04. Fl INSTALL BI-DIRECTIONAL VANED GRATE PER WSDOT STD. PLAN B-30.40-00. to ABANDON :DRAINAGE STRUCTURE. to CONSTRUCT PERFORATED DRAIN CONNECTION PER DETAIL 4 ON PLAN D16. CONSTRUCT CLEAN OUT PER DETAIL 2 ON PLAN D19. zt CONSTRUCT YARD DRAIN PER COT STD. PLAN DS-03. CONSTRUCT CLEAN OUT PER DETAIL 3 ON PLAN D19. CONNECT TO,EXISTING PIPE. REMOVING DRAINAGE STRUCTURE. REMOVING DRAINAGE PIPE. I26 1 PLUGGING EXISTING PIPE. I2_71 CONNECTION TO DRAINAGE STRUCTURE. RN TYPE 2 MANHOLE PER WSDOT STD. PLAN B-15.40-00 M29 TO BE FIELD LOCATED, MATCH EXISTING FLOW-UNE. Al N INSTALL CONCRETE INLET PER WSDOT STD. PLAN B-25.60-00- O IN i gov i 1 ;l 1 1 IE OUT 41.0' zo i U ACCESS IMPROVEMENT PROJECT 196J I HNTB li< ZW MWJGECRDZR1:MlSCWM0N5 flaw Scsrpm p me ms DRAINAGE PLAN SOUTHCENTER PARKWAY STA. TO 13+00 I d.. I m". I i ,,ft I db OWIMO FOR CONTINUATION OF DRAINAGE PLANS SEE SHEET D7 PUBLIC WORKS DEPT* -ENGINEERING-STREETS-WATER-SEUVER-PAJFIKS-BUILDING- I -^y TUKWILA URBAN 651 d.*W I mm ACCESS IMPROVEMENT PROJECT 196J I HNTB D2 ZW MWJGECRDZR1:MlSCWM0N5 flaw Scsrpm p me ms DRAINAGE PLAN SOUTHCENTER PARKWAY STA. TO 13+00 I d.. I m". I i ,,ft I db OWIMO Sheet 3 of 5 �I R GRAPHIC SCALE (IN 10181' 1 1neL 20 sect r4' CONSTRUCTION NOTES: 1. CLEAN -OUT STUBS TO BE INSTALLED THROUGH n t Fi. THE WALLS CONNECTING THE UNDERDRAIN, AND y r Y F' +3l N PER TYP. DETAILS. 2. WALL UNDERDRAINS TO BE CONSTRUCTED PER I' PLAN AND MAINTAINING POSITIVE DRAINAGE. 3. CONNECT UNDER DRAINS WITH STANDARD 1 w r 1 is 4. CLEAN OUT PLUGGED CULVERT AND DITCH. t s 30 2, 1d N IE IN 50.00' t L o r p 2s ON NECI lON SQ 2 a IE IN 50.00' z r_- 20 SD 1 SD 15 17 15 fri I LLJ LtJ WTW-" LINE Q 0 l 0 1i G G Pc 7 V r is O u0 L� w —DU SC" LINE pp 'C7O �,6 +�i I �c u0 uo uo D o LEGEND 100 z ❑3 73 uu� fl' 2,�3 z to ps a 15 I i SOUTHCENTER PKWY. �7 +0o I 11B O PROPOSED STORM FILTER I'7 aE 53 a3: �o t .3- SD-' t- 14 is v UUU -5 16 17a 25 PROPOSED CATCH BASIN TYPE 1 13o Is tx to i5 i6 i iK' INLET Q UD UD UD UO �1_D I I I ;T 16 2 14 45 nr\ __.UD._ "D I UD D i CONCRETE T PROPOSED CATCH BASIN TYPE 2 T DD 1 r IE IN 50.00'- IE IN 50.00 p -4- 5D PROPOSED STORM DRAIN Lt1 r. tT 1 i i 2 on I pD s -s- W .4- uD PROPOSED UNDER DRAIN Z PD PROPOSED PERFORATED DRAIN Y 23 +00 _`_26+00 so PROPOSED RETAINING WALL su 1 U.� 24+00 "SCNB" LINE 25 +00 cD PROPOSED CLEAN -OUT Q to 6 b Q I 1 PROPOSED CLEAN -OUT STUB DRAIN O PROFILE STRUCTURE NUMBER UD 119 UD UD, U0 UD UP UD -UD UD UD L SEE NOTE 22 J DRAINAGE NOTES:-- j Q SAWCUT AND REMOVE EXISTING DRAINAGE PIPE AS Q INSTALL FLOW SPUTTER PER DRAINAGE DETAIL ON PLAN D17. NECESSARY TO MAKE CONNECTION. ❑2 CONNECT UNDER DRAIN TO DRAINAGE STRUCTURE. ADJUST CATCH BASIN. n3 CONSTRUCT VANED GRATE PER COT STD. PLAN DS -06. D9 PLUG EXISTING STRUCTURE. ADJUST MANHOLE. 10 SEE DETENTION VAULT DETAIL ON PLAN D15. F5 INSTALL CONTROL STRUCTURE FOR OIL /WATER SEPARATION. FB SEE MH STORM FILTER DETAIL A ON PLAN D18. SEE DRAINAGE DETAIL 4 ON PLAN D19. t2 CONNECT FOOTING UNDER DRAIN TO SHALLOW CB TYPE 1 ON INSTALL SOLID LOCKING UD MH RING AND COVER PER COT MOD. STRUCTURE STD. PLAN DS -09. t3 CONNECT PERFORATED DRAIN TO CATCH BASIN STRUCTURE. F141 MODIFY CB TYPE 1 PER DETAIL ON PLAN D16. I PUBLIC WORKS DEPT. p.m; I ENGINEERING- STREETS WATER- SEWER- PARKS BUILDING- wQ I ,m wk. I ?s CONSTRUCT SHALLOW TRENCH PER DETAIL 2 ON PLAN D16. 23 CONNECT TO EXISTING PIPE. 16 INSTALL SOLID METAL COVER PER COT STD. PLAN DS -04. 2a REMOVING DRAINAGE STRUCTURE. t7 INSTALL BI- DIRECTIONAL VANED GRATE PER WSDOT STN. PLAN REMOVING DRAINAGE PIPE. B- 30.40 -00. 26 PLUGGING EXISTING PIPE. 1 is ABANDON DRAINAGE STRUCTURE. 27 CONNECTION TO DRAINAGE STRUCTURE. t9 CONSTRUCT PERFORATED DRAIN CONNECTION PER DETAIL 4 ON PLAN 6 28 TYPE 2 MANHOLE PER WSDOT STD. PLAN 8- 15.40 -00. zo CONSTRUCT CLEAN OUT PER DETAIL 2 ON PLAN D19. 2s TO BE FIELD LOCATED, MATCH EXISTING FLOW LINE. w CONSTRUCT YARD DRAIN PER COT STD. PLAN DS -03.. 030 INSTAL 25. 60C ONCRETE INLET PER WSDOT STD. PLAN ��aNA1 CONSTRUCT CLEAN OUT PER DETAIL 3 ON PLAN D19. TUKWILA URBAN 66 ACCESS IMPROVEMENT PROJECT AMEW'"IED AKAGE 96 J D3 �Isnnl�losssnmc�ona ,rumcautECtlo 9ero SCS,RAf \Iwn, plttet9easoat,.wsclt aas I DRAINAGE PLAN SOUTHCENTER PARKWAY STA.13 +00 TO 18 +00 I d.1 I aam osnano Sheet 4 of 5 �I 00 27 27 ro ❑3 24 98 rn it AAA" 1. IE OUT 51. 20 f mas lIyj 100 1 FfW NNE t 14'.00 19 75 20+00 p (30 V V 19 +00 SOUTFMINTER PKWY: co Q L 110 IE OUT 52.0' 2° 20 N ❑O 19 °W SAW UD U 0 LLI Z I s 6 26 +00 6 t9 to L 5D IRy +oo ,D "SCNB” LINE cD uD NOTE 1 (lE DRAINAGE NOTES: Q INSTALL FLOW SPUTTER PER DRAINAGE DETAIL ON PLAN D17 Q CONNECT UNDER DRAIN TO DRAINAGE STRUCTURE. ❑3 CONSTRUCT VANED GRATE PER COT STD. PLAN DS -06. Q ADJUST MANHOLE- INSTALL CONTROL STRUCTURE FOR OIL /WATER SEPARATION. SEE DRAINAGE DETAIL 4 ON PLAN D19. �]s INSTALL SOLID .LOCKING LID MH RING AND COVER PER COT STD. PLAN DS -09. ❑7 SAWCUT AND REMOVE EXISTING DRAINAGE PIPE AS NECESSARY TO MAKE CONNECTION. ADJUST CATCH BASIN. Q PLUG EXISTING STRUCTURE. to SEE DETENTION VAULT DETAIL ON PLAN D15. tt SEE MH STORM FILTER DETAIL A ON PLAN D18. GRAPHIC SCALE 20 0 10 20 40 i 1 1 inch 20 feet ul i L e p I �31n3 (n d 42 ;CONSTRUCTION NOTES N 1. CLEAN -OUT STUBS TO BE INSTALLED THROUGH O THE WALLS CONNECTING THE UNDERORAIN, AND ymbs U O PER TYP. DETAILS. "SC" LINE mbs o mas SAW t j 2. WALL UNDERDRAINS TO BE CONSTRUCTED PER _SAW o ;AW- C14 PLAN AND MAINTAINING POSITIVE DRAINAGE. ALIGNMENT DATA Q 3. CONNECT UNDER DRAINS WITH STANDARD W_ ON DWG AL2 2 00 WYE"- "SC" LINE 231 1 4. CLEAN OUT PLUGGED CULVERT AND DITCH. ALIGNMENT DATA W 1 Z ON DWG AL2 24 8 J SAW -Z SAY' �A� I I'*i ZAW U so D I j UD UD uD' 3 2 �wtttttttt�rt:' IE OUT 36.5' Q I T 37.5' 01 D i r r D n m 72 CONNECT FOOTING UNDER DRAIN TO SHALLOW CB. TYPE 1 ON MOD. STRUCTURE. 73 CONNECT PERFORATED DRAIN TO CATCH BASIN STRUCTURE. 14 MODIFY CB TYPE 1 PER DETAIL 7 ON PLAN D16. 75 CONSTRUCT SHALLOW TRENCH PER DETAIL 2 ON PLAN D16. 16 INSTALL SOLID METAL COVER PER COT STD. PLAN DS -04. 77 INSTALL BI- DIRECTIONAL VANED GRATE PER WSDOT STD. PLAN B- 30.40 -00. 78 ABANDON DRAINAGE STRUCTURE. E]9 CONSTRUCT PERFORATED DRAIN CONNECTION PER DETAIL 4 ON PLAN D16. 20 CONSTRUCT CLEAN OUT PER DETAIL 2 ON PLAN D19. 2t CONSTRUCT YARD DRAIN PER COT STD. PLAN DS -03. 2z CONSTRUCT CLEAN OUT PER DETAIL 3 ON PLAN D19. 23 CONNECT TO EXISTING PIPE. I PUBLIC WORKS DEPT. va 1qm I ENGINEERING- STREETS WATER- SEWER PARKS BUILDING- p I me fwbk- I 24 REMOVING DRAINAGE STRUCTURE. 25 REMOVING DRAINAGE PIPE. z6 PLUGGING EXISTING PIPE. 27 CONNECTION TO DRAINAGE STRUCTURE. 28 TYPE 2 MANHOLE PER WSDOT STD. PLAN B- 15.40 -00. -R TO BE FIELD LOCATED, MATCH EXISTING FLOW LINE. QQ INSTALL CONCRETE INLET PER WSDOT STD. PLAN B- 25.60 -00. .O -4-- SD UD PD 1 LEGEND PROPOSED STORM FILTER PROPOSED CATCH BASIN TYPE 1 Q CONCRETE INLET PROPOSED CATCH BASIN TYPE 2 PROPOSED STORM DRAIN PROPOSED UNDER DRAIN PROPOSED PERFORATED DRAIN PROPOSED RETAINING WALL PROPOSED CLEAN -OUT PROPOSED CLEAN -OUT STUB PROPOSED YARD DRAIN. PROFILE STRUCTURE NUMBER L a 1 II TUKWILA URBAN 67 H NIB ACCESS IMPROVEMENT PROJECT /3\Il0Y111A00Wt7W4A% 1196) D4 /2\I4W1j940K1B7@WAU7 kbw scsnLx �1f DRAINAGE PLAN SOUTHCENTER PARKWAY STA.18 +00 TO 23+00 >,�I Sheet 5 of 5 1. CATCH !BASIN (Yf't !I ANU CONCRETE INLET OFFSETS ARE'MEASURED TO CENTER OF GRATE. AND 72" OFFSETS ARE MEA�UR86 TO CENTER OF STRUCTURE. Uj 3. ALL STORM DRAIN PIPES 10 BE SCHEDULE 4. RIM ELEVATIONS ARE MEASURED FROM CD FLOW LINE. CONCRETE INLET to RIM ELEY. 69.05 D7 +mn In Duct Bank I D7 z Li Duct Bank 17,P7 LID L01 PIPE AND REPL�CE NTH 16" CONCRETE INLET C3 f NEW PIPE AT SAME GRADE 12" z AND SLOPE AND CLEARANCE DIA. RIM ELEV. 60.80 1 ai o In no co cc L, PIPE AND REPLACFEI WITH NEW CHIP 0& To EX PIPE PENTETRATION FOR RECIE\ANG NEW PIP 1 OW �UliE. In p TUKWILA URBAN 771 ACCESS IMPROVEMENT PROJECT A— PUBLIC WORKS DEPT* I d..hd I W (196) -STREF-TS-WATER-SEWF-R-PARKS-BUILDING- A, sco 1 X S DRAINAGE PROFILE des OW13MG Q 11- 001(bc) Council Approval N/A You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all CHANGE: contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. This change order compensates the Contractor for design work performed to produce previously- signed Change Order (CO) #23. Through CO #23, two 72 -inch Contech Storm Filter Manholes were replaced with two 96 -inch Contech Storm Filter Manholes. CO #23 also modified the invert elevations of this filtration system. This design work compensation was omitted in the Contractor's request for compensation of CO #23. The Contractor's Design Engineer provided these design services, rather than the Design Engineer of Record, due to the revisions made in CO #13. Payment: CO 57: Compensation for Design of 96 -inch Storm Filters Lump Sum $6,146.89 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if'this proposal is approved, that we will provide all equipment, furnish al aterials, except as may otherwise be noted above, and perform all services necessary aYTHOE bove specified, and will accept as full payment there ore fie prices shown above and below ACCEPTED: Date Z Contractor By Titl e Original Contract 10,880,180.00 /APPROVTY OF TUKWILA Previous Change Orders This Change Order REV. CONTRACT AMOUNT 1 1 RIGINAL: .�C�4 Date 6 146.89 By I 1 1 ,R,R ,271, May 19 1- City Clerk (1 of 2) Contractor (2 of 2) 0 CZ16 /A// L S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Sheet 1 of 1 C. CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 57 DATE: 4/2/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11-001 (be PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction. Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all CHANGE: contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. This change order compensates the Contractor for design work performed to produce previously- signed Change Order (CO) #23. Through CO #23, two 72 -inch Contech Storm Filter Manholes were replaced with two 96 -inch Contech Storm Filter Manholes. CO #23 also modified the invert elevations of this filtration system. This design work compensation was omitted in the Contractor's request for compensation of CO #23. The Contractor's Design Engineer provided these design services, rather than the Design Engineer of Record, due to the revisions made in CO #13. Payment: CO 57: Compensation for Design of 96 -inch Storm Filters Lump Sum $6,146.89 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if'this proposal is approved, that we will provide all equipment, furnish al aterials, except as may otherwise be noted above, and perform all services necessary aYTHOE bove specified, and will accept as full payment there ore fie prices shown above and below ACCEPTED: Date Z Contractor By Titl e Original Contract 10,880,180.00 /APPROVTY OF TUKWILA Previous Change Orders This Change Order REV. CONTRACT AMOUNT 1 1 RIGINAL: .�C�4 Date 6 146.89 By I 1 1 ,R,R ,271, May 19 1- City Clerk (1 of 2) Contractor (2 of 2) 0 CZ16 /A// L S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(bd) Council Approval N/A ILA. w9sy Sheet 1 of 7 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 56 DATE 3/22/12 PROJECT =NO 84 RW19_ PROJECTNAME Tukwila Urban Access Improv T {Guy F Atkinson Construction �eme 1 PI BUDGET NO CONTRACT NO 1-001 t -1,, olect Klickitat) Attn: Jason= Streull, PM °fit You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets EC3, D3.rv2, and D10.rv3 and replaces them with Plan Sheets EC3.rv1, D3.rv3, and D10.rv4. This change order deletes the Type I Catch Basin D3/31. It also modifies the outfall water route to leave from Structure D3/30, in order to flow into a new 8" diameter storm sewer pipe and out falling into a new rock energy dissipater. Payment: Payment for this work shall be under the bid item as follows: CO #56 Outfall Modification by Klickitat Lump Sum $0.00 C XA S We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the woo above specified, and will accept as full payment therefore the prices shown v and el ACCEPTED: Date 3�z��lL Contractor By JTitle Original Contract 10,880,180.00 �PPROVED BY THE CITY OF TUKWILA (W, q 4°I q 4 S. 01 Previous Change Orders Date This Change Order $0.00 By 0i li g 30 11Z51-0-7 r CONTRACT AMOUNT ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x Erosion and Sediment Control Drainage Plan Drainage Profile 11- 001(bc) Council Approval N/A �f sGS i h N•., j2 1908 DATE' PROJECT NO. PROJECT NAME i.< CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 55 3/22/12 a j BUDGET NO 4 N CONTRACT 1� G f84 RW19 r f, NO 11 001 1 Tukwila Urban Access Improvement Project (Kllckitat) u M.N. Guy F_ Atkinson Construction t Attn: Jason�Streuli, FM Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order modifies the original Notice to Proceed (NTP) completion date from January 22, 2012 to March 2, 2012. Payment: CO #55 Revised Notice to Proceed Lump Sum $0.00 There is no change to the number of working days in this contract. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown ov an b ACCEPTED: Date 3 (Z3 f l Z Contractor By Rv �e, A d &A S Title 1Z v Original Contract 10,880,180.00 BY THE CITY OF TUKWILA Ro, gyq J Previous Change Orders 963;1389- Date 4111 //a'� This Change Order 0.00 By RAC i t 260 0- 1 Ma REV. CONTRACT AMOUNT 4- y �RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(ba) Council Approval N/A Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 53 Igoe DATE: 3/22/12�� BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 ,o-. I PROJECT NAME: Tukwila Urban Access mprovement Project (Klickitat) TO: Guy F. Atkinsor�Construction k'; Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order modifies the dimensions of the "Z" rebars used in the construction of the traffic barriers above Walls 1 -4. The Contractor ordered the "Z" rebars based on the original plan dimensions. The "Z" rebars had to be cut, shortened, and then re- epoxied, in order to achieve minimum concrete cover over the bars (see Attachment A.) Payment: Payment for this work shall be under the bid item as follows: CO #53 Barrier Z Bars Lump Sum $2,956.50 s work Is not on he pmjec:ts. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown a v an b I ACCEPTED: Date Contractor By I ZO `i li k±t Title Original Contract 10,880,180.00 /APPROVED BY THE CITY OF TUKWILA Previous Change Orders 946,988.57 Date 5, )Wc'. This Change Order 2,956.50 /By r �f REV. CONTRACT AMOUNT 11,830,125.07 l ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) /5�d .2- 1 i gt i S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x 11- 001(az) Council Approval NIA Sheet 1 of 1 CITY OF TUKWILA 4 CONTRACT CHANGE ORDER NO. 52 us N.l• 1908 DATE: 3/22/12 F BUDGET NO.: PROJECT NO.: 84 -RW19 1; w CONTRACT NO.: 11 -001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F Atkinson Constructlon Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order addresses the specific slope conflicts between Wall 6 moment slab and the ADA ramp at Southcenter Parkway and Klickitat Drive crosswalk (SCNB Station 24 +75, 22 Ft. Rt.). This change order is the result of the project adopting the current 2010 ADA standards and inherenting conflicts between the wall moment slab, sidewalk and ADA ramp. Payment: Payment for this work shall be under the bid item as follows: CO #52 Klickitat ADA Revision Lump Sum $3,436.33 -sr tic�l -path I'i v� C&l e o d ar da,y.5 are- a (UeA c C en�> i We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above s cified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date vs Contractor pp By I�Okral� I��tiuut Title v Original Contract Previous Change Orders This Change Order \REV. CONTRACT AMOUNT RIGINAL: City lerk 1 of 2 tY cc: Finance Department (w /ens 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 943,552.24 Date -A VV-Z- 5 )D/J 3,436.33 By `ice"" /a-.� 11,827,168.57 Contractor (2 of 2) Sfi oZ C/7Z t IA4-(-S ;umbrance); Construction Inspector; Construction Engineer; file 11- 001(ay) Council Approval N/A Sheet 1 of 13 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 51 1908 DATE:,. 3/22/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) Y U TO Guy F. Atkinson Construction. Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets D3.rv1, D10.rv2, BR4.rv1, BR7.rv1, BR8 and BR12 and replaces them with Plan Sheets D3.rv2, D10.rv3, BR4.rv2, BR7.rv2, BR8.rv1 and BR12.rv1. This change order: 1) Modifies the outfall pipe to each bridge planter box, from an easterly outfall to a westerly outfall; 2) Adds details to install Type I catch basins for Structures D3/30 and D3/31; 3) Modifies the locations of catcher blockouts on both abutment caps (the number of blockouts remains the same), and 4) Adds the detail showing installation of PVC sleeves in the bridge deck. Payment for this work shall be under the bid item as follows: CO #51 Bridge Planter Island Drainage Details Lump Sum $3,044.72 Five calendar days are added to this Contract. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 3 7-3 1 2 Contractor By IZ.c A J AU.15 Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 940,507.52 Date Aov4X 5. This Change Order 3,044.72 By 7/ Ma y� REV. CONTRACT AMOUNT 11,823,732.24 v Gj 6RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) s �a� 6�e% 6 iNAt--S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Southcenter Parkway Drainage Plan Drainage Profile Footing layout wall abutment section and details slab bridge plan and section planter irrigation and drainage southcenter parkway drainage plan drainage profile footing layout wall abutment section and details slab bridge plan and section planter irrigation and drainage 11- 001(ax) Council Approval N/A Sheet 1 of 3 ,Z CITY OF TUKWILA f G1 CONTRACT CHANGE ORDER NO. 50 ,9oa DATE: 3/1112 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 6 6) PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order adds Attachment A, detailing additional work to each of the eight catcher block -out locations. This change order installs 7" X 4 heavy angle irons to the top of the pile cap and side of the bridge using 4" expansion anchors. This work is added to prevent embankment sub soils from eroding /spilling out from under the HMA into the area of the bearing plates under the bridge. Payment: Payment for this work shall be under the bid item as follows: CO #50 Catcher Block Out Revision Lump Sum $5,914.92 clitical P C cj�Ys a- a Lee 66 th S C We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above sp ified, and will accept as full payment therefore the prices shown above and below. 1"J9 ACCEPTED: Date U Z Contractor By S Title U� Original Contract Previous Change Orders This Change Order ,REV. CONTRACT AMOUNT 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 934,592.60 y Date 5,914.92 By ay 11,820,687.52 �RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) :5 `d P 2 it 6/ A/,, LS cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: x x 11- 001(aw) Council Approval NIA J�" "qs Sheet 1 of 3 CITY OF TUKWILA 2 CONTRACT CHANGE ORDER NO. 49 1908 DATE: 3/1/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 W) PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order adds Attachment A and Attachment B, Trench Barrier Conflict details, to the plans. These details rectify a conflict between the moment slabs atop Walls 1 -4 and the trench barrier, through a shift in barrier alignment. Payment: Payment for this work shall be under the bid item as follows: CO #49 Trench Barrier Conflict Lump Sum $4,630.00 F; ye- cjerldox days a udled f0 ->I;. rjyac We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 'r, tz4z- Contractor Gtcu, By Zo b r Title 3 z r 2 Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 929,962.60^' Date This Change Order 4,630.00 By r REV. CONTRACT AMOUNT 11,814,772.60 4" ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) e cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: x x 11- 001(av) Council Approval N/A o w gSy Sheet 1 of 1 •I- CITY OF TUKWILA F'= CONTRACT CHANGE ORDER NO. 48 1908 DATE: J 2/23/12 BUDGET NO.: PROJECT NO 84 -RW19 CONTRACT NO.: 11 -001 PROJECT;NAME: Tukwila Urban Access;lmprovement Project (Klickitat) TO: J,, Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order compensates the Contractor for overtime work performed on October 5th and 8 of 2011 for HMA paving and permanent sign installations. This additional payment was authorized by the City to take advantage of good paving weather windows to ensure the sub base was paved as it was finished to avoid being left exposed and subject to moisture damage by rain. Payment: Payment for this work shall be under the bid item as follows: CO #48 Overtime Payment Lump Sum $12,500.00 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below� .A�/IY ��4 ACCEPTED: Date 7-1241 Contractor F.r, A_L_ By Mc7 tAd 5 Title V Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 917,462.60 v Date 0 This Change Order 12,500.00/ By REV. CONTRACT AMOUNT 11,810,142.60 v ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) SyJ (142(6 //l/j cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(au) Council Approval N/A o�W„" w,sy Sheet 1 of 3 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 47 ;908 DATE X2123112 BUDGETNO.` y W E NO 84 -RW19 t g CONTRACT NO 11 -001 PROJECT f PROJECT�NAME: ITuhWa Urban (K Acc r ess,lmpr6venent Project lickitat) y T Attn: Jason Streuli; PM O_ Guy -F. Atkinson C6nstruction You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheet PP11.rv1 and replaces it with PP11.rv2. The change order adds a flat resting area mid slope on the McDonalds sidewalk ramp, as well as modifying the handrail design. The mid slope resting area is required to comply with 2010 ADA standards. Payment: Payment for this work shall be under the bid item as follows: CO #47 McDonalds Upper Sidewalk Handrail Lump Sum $3,432.01 o I P u Coje, P) ow 0. YS' a- (7 ac��e. a rh is ron ►rctc W�� We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 2/Z5/� /2- Contractor c c By a0 ti-e'. f- 4J u I Title 7 a P Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 914,030.59 Date r 1.1 This Change Order 3,432.01 By• 71`!""'Gy��f a✓ Ma� REV. CONTRACT AMOUNT 11,797,642.60 r ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x 11- 001(at) Council Approval N/A o wgsti Sheet 1 of 7 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 46 1908 DATE: 2/23/12` BUDGET NO. PROJECT NO 84 -RW19 CONTRACT NO ;11 -001 PROJECT�NAME: Tukwila Urban Accesswlmprovement Project (Klickitat) TO: "'Guy F. Atkinson Construction F Attn: Jason Streuli PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets SG3.rv1, SG7, and SG13 and adds revised Plan Sheets SG3.rv2, SG7.rv1 and SG13.rvl This change order installs a Type I Signal Standard, per WSDOT Standard Plans at Station SC 15 +55.16, 4.0 Ft left with B1 signal head. It also adds Circuit 12 to power the new signal. It replaces Signal Head B1 with Signal Head 42 on Signal Pole Type III Station 16 +19.2. It adds "No Turn on Red Ball" sign to mast arm as well. Payment: Payment for this work shall be under the bid item as follows: CO #46 Modifications to Klickitat Signal Lump Sum $9,150.57 QQ sts- a F«c. caien c do s are- age t fti; Co t, (44 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Z Contractor Q,GuL a By lZo c✓ f I�eJ Title �p Original Contract Previous Change Orders This Change Order REV. CONTRACT AMOUNT ORIGINAL: 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 904,880.02 Date L/ M&A-CA— 91 1)P/d- 9,150.57v By izi May 11,794,210.59 City Clerk (1 of 2) Contractor (2 of 2) 2 OP-1 ,11 VA{.S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x x x 11- 001(as) Council Approval N/A J ,yJ%LA. yy Sheet 1 of 7 CITY OF TUKWILA a; W`.. CONTRACT CHANGE ORDER NO. 45 ;tea DATE: 1 X2/6%1'2 BUDGET A PROJECT ='NO =�84 -R1N19 CONTRACT fU0 11 -U01 PROJECT',NAME: Tukwila Urban:Accem rnproveinent Project (Klickitat)$ uy_ Atkin on Constuct�on Attn:,Jason TO Streult;PM' G F. A You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order replaces revised Plan Sheets IL2.rv1 and SG2.rv1 and deletes original Plan Sheet SG12; it replaces them with revised Plan Sheets IL2.rv2, SG2.rv2, SG12.rv1. This change order corrects the illumination sheet to match the signal sheet with regard to the proposed location of the service cabinet to be on the west side. It also provides for fiber optic routing and phasing change at the Strander signal per direction from the City. Payment: Payment for this work shall be under the bid item as follows: CO #45 Service Cabinets and Interconnect Extension Lump Sum $15,381.35 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Z Contractor I.LA�t By /7o keVf 94wS Title t r l Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 889,498.67 Datmb� This Change Order 15,381.35 By Ma REV. CONTRACT AMOUNT 11,785,060.02 J U X 16I /4?-� ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x x x 11- 001(ar) Council Approval N/A LA. w9s Sheet 1 of 7 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 44 1906 DATE: 2/3/12 BUDGET NO. PROJECT NO 84 =RW19 CONTRACT NO.:' 11 -001 -0 PROJECT NAME Tukwila Urban AccessImproVement Protect (Klickitat) TO: 4 w Guy F..Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets IL- 3.rv4, IL -4.rv4 and IL -5.rv2 and replaces them with Plan Sheets IL- 3.rv5, IL -4.rv5 and IL- 5.rv3. The City directs the Contractor to bring the secondary power line from the north, to both the Klickitat load center at SC 15 +10 and the mall entrance load center at SC 21 +35. The secondary feeder lines to each of the service cabinets, at the mail entrance and at Klickitat, will need to be 3 #3/0 conductors with 1 #1 ground. The Contractor will need to install 2'/ inch diameter conduits minimum. The Contractor will also install a 2 -1/2" interconnect conduit from station SC 24 +10 Lt to an existing junction box at SC 27 +90 Rt. Payment: Payment for this work shall be under the bid item as follows: CO #44 Power Connection Lump Sum $59,235.54 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above s ecified, and will accept as full payment ther fore the prices shown above and below. ACCEPTED: Date Z 0 L Contractor By /,ZO S Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 830,263.13 ate I &A Zi This Change Order 59,235.54 By�' REV. CONTRACT AMOUNT 11,769,678.67 ORIGINAL: City lerk 1 of 2 Contractor 2 of 2 S �C l c; Oe 1 Gj tY cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x x x 11- 001(aq) Council Approval N/A k W+ iO j DATE:. PROJECT NO. r PROJ ECT TO CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 43 2/3/12 84 RW19 fit' Tukwila Urban Accewlmprm a Guy, Atkinson Construction ement Pr Sheet 1 of 5 BUDGET NO2 CONTRACT-NO 11 001,1 oject (Klickitat) Attn.Jason Streuli'PM I You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner” which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets W4.rv1 and W12.rv1 and replaces them with Plan Sheets W4.rv2 and W12.rv2. This revision shortens the north end of Wall 6 by three panel widths. Payment: Payment for this work shall be under the bid item as follows: CO #4f- Shorten North End Wall 6 H3 Lump Sum ($2,115.52) There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Z /v? 11 L Contractor ,tA.�� By TZ ti� f kJ a L,., S 2T' I e 4, Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 832,378.65 Date e CAk- ZI I �i This Change Order ($2,115.52) REV. CONTRACT AMOUNT 11,710,443.13 J May ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x 11- 001(ap) Council Approval N/A A Sheet 1 of 3 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 42 soa DATE: 2/3/12 BUDGET NO.: PROJECT NO.: 84-RW1 9 CONTRACT NO.: 11 -001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson'. Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheet I1-4 and replaces it with Plan Sheet IL4.rv2. This change order removes the double headed luminaire #30 from Wall 3 Station 19 +25. It adds a new circuit along the west side of the WTW line and adds two roadway luminaires at Stations 18 +74, (36 ft It) and 19 +57, (34 ft It). The revision to the illumination was made due to the conflict of existing illumination and the installation of the sign bridge. It also provides the conduit and conductors to run power to the sign bridge. Payment: Payment for this work shall be under the bid item as follows: CO #42 Illumination Revisions Lump Sum $14,024.69 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and belo ACCEPTED: Date Z. /6 '7 //Z- Contractor L By Title sr Original Contract 10,880,180.00 ✓APPROVED BY THE CITY OF TUKWILA Previous Change Orders 818,353.96 JDate 2i 70 This Change Order 14,024.69 REV. CONTRACT AMOUNT 11,712,558.65✓ O�IGINAL: City Clerk (1 of 2) Contractor (2 of 2) s �o o Z COfl G cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x 11- 001(ao) Council Approval N/A w Sheet 1 of 11 �J'f -`Asti CITY OF TUKWILA of i� CONTRACT CHANGE ORDER NO. 41 908 DATE BUDGET NO.: 3 PROJECT NO.: 84 =RW19 CONTRACT NO.: 11- 001:}(�;�' PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F` "Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets CR- DR3.rv2, CR- DR4.rv2, CR- DP3.rv2, CR- DP5.rv2, CR -UP2 Change 6 and replaces them with Plan Sheets CR -DR3 Change 3, CR -DR4 Change 3, CR -DP3 Change 3, CR -DP5 Change 3 and CR -UP2 Change 6. The City has revisited the need and reasoning behind the installation of the c -curb between stations 24 +85 and 30 +25 Rt, SCNB -Line, which provides separation of north bound lanes north of Klickitat Bridge on Southcenter Parkway. This change order removes the c -curb in this location. It also modifies the drainage due to the curb removal. Payment: Payment for this work shall be under the bid item as follows: CO #41 C -Curb Revision Drainage and Utilities Lump Sum $26,286.19 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Z- 7 Contractor By 1 p Title di ce yL- Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 792,067.77 Date a, 1i This Change Order 26,286.19 B REV. CONTRACT AMOUNT 11,698,533.96 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) d i �l G/ cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x x x x x x x 11- 001(an) Council Approval N/A Sheet 1 of 11 ,2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 40 1908 DATE 2/2112 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 �GLh) PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO. Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets R1.rv1, UT1, IR1.rv3, LA1.rv2 and W1 and replaces them with Plan Sheets R1.rv2, UT1.rv1, IR1.rv4, LA1.rv3 and W1.rv1. These sheets modify the location of the fire hydrant at McDonalds from Station 4 +78 +36 Lt to 4 +73, 36 LT; modify irrigation layout around McDonalds approach; modify the landscaping layout around McDonalds approach; and modify the alignment, extending Wall 8 south to provide flat area around the hydrant. Payment: Payment for this work shall be under the bid item as follows: CO #40 Extend Limits of Wall 8 Lump Sum $12,015.65 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Aq" Z. ZU! Z Contractor By lZ f-- 4 Title Original Contract Previous Change Orders This Change Order REV. CONTRACT AMOUNT A ORIGINAL 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 780,052.12 Date P1AA C- D, DO/ ,Z 12,015.65 By 11,672,247.77 City Clerk (1 of 2) Contractor (2 of 2) d Cla1 Gi iu ACS cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x x x x x x x 11- 001(am) Council Approval N/A Sheet 1 of 6 `x CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 39 Igoe DATF 2/2/12 EUDGET NO; PROJECT NO 84 —RW19 CONTRACT NO.: 11 -001 0^> s� PROJECT NAME Tukwila Urban Access Improvement R ect lickitat)' TO Guy F. Atkinson Construction Attu Jason,, Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes the enclosed Plan Sheets W1 and W9, and replaces them with the enclosed Plan Sheets W1.rv1 and W9.rv1. This change order extends the west end of Wall 5A to the north and west directions for approximately 35 feet. This change order also increases the height of Walls 8 and 9 by one full sized block, in order to blend in with the McDonald parking lot curbs. On top, this change order instructs the Contractor to construct a new block wall Wall 10 4 blocks in height and approximately 6 feet in length, to the east of the Puget Sound Energy (PSE) vault located at Station 6 +34. Wall 10 and the adjacent Wall 5A are consistent in appearance and construction method. Please see the attached PSE UG Relocation Plan Sheet 2 5 for details. `t /lo Payment: Payment for this work shall be under the bid item as follows: CO #39 Extend Limits of Wall 5A, 8, 9, New Wall 10 Lump Sum $23,579.34 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above pecified, and will accept as full payment therefore the prices shown above and below904.1y ACCEPTED: Date �g 2, 2.0 12. Contractor Gt u vl By o�it.r`� y Title I -L. Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 756,472.78 Date This Change Order 23,579.34 /'By- C4 REV. CONTRACT AMOUNT 11,660,232.12 v May VRIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x 11- 001(al) Council Approval N/A Sheet 1 of 1 J, CITY OF TUKWILA �N CONTRACT CHANGE ORDER NO. 38 1909 DATE:' 2/2/12 BUDGET NO: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 �G.Q PROJ NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, ;RM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order directs the Contractor to install end caps on all the pedestrian railing throughout the project. The original plans did not show an end cap on the end of the pedestrian railings. Pedestrian railings are to be installed on Walls 5B, 5C, 6 and 7. The sections are 10 feet 1" long. There are a total of 404 railing ends which require a cap. Payment: Payment for this work shall be under the bid item as follows: CO #38 Pedestrian Railing End Caps Lump Sum $9,945.06 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Fe=s 7 2v (Z Contractor A By 1Z- d �a.cv'� A j a Lut Title i 7 Original Contract Previous Change Orders This Change Order REV. CONTRACT AMOUNT 10,880,180.00 V 746,527.72 9,945.06 11,636,652.78 J APPROVED jjBIlY,,THE CITY OF TUKWILA Date ,0 By A May r ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) ,j J a M fG /AJA�e—S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(ak) Council Approval N/A Sheet 1 of 2 �J' qss CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 37 1908 DATE: 12/19/11 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Corstruction` Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order modifies Detail C on Plan Sheet LA8.rv2. This detail is replaced with approved Submittal 206. The change order modifies the approved method to stake and secure the deciduous street trees planted within 4X4 tree grates. Payment: Payment for this work shall be under the bid item as follows: CO #37 Alternative Tree Staking Lump Sum $2,918.70 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above spe ified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date rt Z Contractor Z24J. By V IL 44M C Title 5 Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 743,609.02 Date c This Change Order 2,918.70 By':�.. M )REV. CONTRACT AMOUNT 11,626,707.72 n/ :5r ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Si d 0 6i/✓� -S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x 11- 001(aj) Council Approval NIA y y9sy Sheet 1 of 1 O k i CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 36 1908 DATE 5; 1117/12 BUDGET PROJECT NO X84 RW19 w CONTRACT NO 11 -001 PROJECT�NAME:�TukWlla Urbar Access�lrnprovernent Protect (Klickitat) TOGuyF. x. Atkinson Construction`: H w' Attn ;;,Jason Streuli „PM v You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner” which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order provides a refund for structural soil not placed per plan in the tree wells in front of Wall 7. Payment: Payment for this work shall be under the bid item as follows: CO #36 Structural Soil Lump Sum ($1,500.00) There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above sp cified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Z. ?�LZ Contractor uailr By S Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 745,109.02 J Date This Change Order (1,500.00) By M �,REV. CONTRACT AMOUNT 11,623,789.02 v ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) S "d� 0, 61AI*�- S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001(ai) Council Approval N/A Sheet 1 of 1 �z CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 35 ,9oa DATE: 1/17/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 CA�� PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order directs the Contractor to purchase and install wire mesh in the sidewalk along Wall 6. This work was directed to prevent cracking and differential settlement of the sidewalk due to part of the sidewalk resting on the moment slab and part resting on the structural topsoil. Payment: Payment for this work shall be under the bid item as follows: CO #35 Wire Mesh for Sidewalk at Wall 6 Lump Sum $4,553.42 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefor the prices shown above and belo� ACCEPTED: Date 1 Contractor c�ac.c By �7c�✓�d t Title ,r s e Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 740,555.60 Da t e This Change Order $4,553.42/13y ti Ma REV. CONTRACT AMOUNT 11,625,289.02 7// �q v ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Si d f -2 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(ah) Council Approval N/A Sheet 1 of 5 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 34 soa DATE: 2/7/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 C Cti 1 1� PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson; Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order directs the Contractor to remove Plan Sheet SG1.rv1 and replace it with SG1.rv2; it also adds Plan Sheets 1 and 2 of IS -1 and WSDOT Standard Plan J- 20.26 -00. This change order modifies the location of the Doubletree signal pole from SC Parkway 5 +01, 60.6 Ft Rt to SC Parkway 5 +01.1, 75.6 Ft Rt; modifies planned Type PPB pole, (Pedestrian Push Button), located at SC Parkway 4 +89.3, 51,3 Rt, to a Type PS pole (Pedestrian Head Standard), at SC Parkway 4 +88.7, 54.8 Ft Rt; removes one pedestrian push button from the relocated signal pole, and adds one Type PS pedestrian head standard push button post at SC Parkway 5 +06.7, 66.7 Rt. Payment: Payment for this work shall be under the bid item as follows: CO #34 Doubletree Signal and Added Pedestrian Pole Lump Sum $8,472.58 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work abo a specified, and will accept as full payment therefore the prices shown above and below.n ACCEPTED: Date 2107 I /Z. Contractor By Z.O b'-Cv+ ki a ru S Title ry VSre Original Contract Previous Change Orders This Change Order EV. CONTRACT AMOUNT RIGINAL: City Clerk (1 of 2) cc: Finance Department (w/en( 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 732,083.02 V Date 8,472.58 By-420 11,620,735.60 Gj Contractor (2 of 2) :umbrance); Construction Inspector; Construction Engineer; file x x x 11- 001(ag) Council Approval N/A Sheet 1 of 1 �sy CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 33 1908 DATE: 11/16/12 BUDGET NO.: PROJECT NO: 84-RW19 CONTRACT NO.: 11 -001 PROJECT NAME:: Tukwila Urban Access Improvement Project (Klickitat) V TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order directs the Contractor to connect the existing preemption equipment to the new signal controller at Klickitat. The work involves removing the wire from the existing conduit, installing new wire and 20 feet of new conduit, and connecting the equipment at both ends to the new wire. Payment: Payment for this work shall be under the bid item as follows: CO #33 Advance Preemption Detector at Klickitat Lump Sum $4,457.58 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above spe ified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Z t 1 2 Contractor it By �s Title r sd if- Original Contract 10,880,180.00 V APPROVED BY THE CITY OF TUKWILA Previous Change Orders This Change Order R EV. CONTRACT AMOUNT 727,625.44 v Date 4,457.58 By 11,612,263.02 Gt..i Mayo ,,RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) (5 /61A1 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11 -001(a fl Council Approval N/A Sheet 1 of 3 qsy CITY OF TUKWILA W 1908 CONTRACT CHANGE ORDER NO. 32 DATE: 12/23/12 BUDGET NO.: l PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 PROJECT NAME:'" Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason`Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheet IL3.rv3 and replaces it with Plan Sheet IL3.rv4. The Contractor wrote RFI #51 requesting modifications to the lighting conduit layout at station SC 15 +50 in and around the Klickitat bridge. The City responded by rerouting various lighting conduits and adding a Type IV junction box at Station SC 15 +42 Lt. The City also clarified the need to use metal conduit under the roadway. Payment: Payment for this work shall be under the bid item as follows: CO #32 Heavy Duty Junction Box Type IV Lump Sum $5,026.61 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above ecified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 1'Z`f Z Contractor By V—o t.✓� Ja Uc ,J Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 722,598.83 Date J This Change Order 5,026.61 By REV. CONTRACT AMOUNT 11,607,805.44 Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x 11- 001(ae) Council Approval N/A Hof �i;.w Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 31 ,mss ~1/16/12 BUDGET NO..:> [)ATE." Jr PROJECT "NO... ",84 RW19 CONTRACT NO 11 -001 PROJECT NAME "Tukwila Urbari�Ac ssam rovement Pro'ect Klickitat P 1 TO Guy >F. Atkinson Construction Attn: Jason Streull, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order directs the Contractor to accelerate the work at McDonalds by six days and provides associated overtime compensation. This acceleration was ordered to proactively capture time lost due to unforeseen dewatering activities required to install the drainage system in front of McDonalds. This lost time was on the project critical path. Payment: Payment for this work shall be under the bid item as follows: CO #31 Accelerate Work at McDonalds Lump Sum $8,920.41 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown o and b r il. AC CEPTED: Date 7. ZO t Z Contractor ,�,c c� By /emu s Title Vr�s ve Original Contract 10,880,180.00' APPROVED BY THE CITY OF TUKWILA Previous Change Orders 713,678.42` Date i This Change Order 8,920.41 V By M REV. CONTRACT AMOUNT 11,602,778.83' ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(ad) Council Approval NIA 11LA w Sheet 1 of 1 CITY OF TUKWILA 1908 CONTRACT CHANGE ORDER NO. 30 DATE: 1/16/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 (al l PROJECT Tukwila Urban Access improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order clarifies a plan discrepancy and compensates the Contractor for an additional 1" of HMA to be placed over all moment slabs shown in roadway Section H on Sheet R4, as well as roadway Section I on Sheet R5. Payment: Payment for this work shall be under the bid item as follows: CO #30 Added Asphalt over Moment Slab Lump Sum $4,175.78 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the w above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 17, z 0 1 Z- Contractor By V Q Y/ C Title V1 Original Contract Previous Change Orders This Change Order REV. CONTRACT AMOUNT ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w /ens 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 709,502.64 Date f 4,175.78 By /'Y"" M 11,593,858.42' �/J Contractor (2 of 2) i 0 2 0 91611014t-S ;umbrance); Construction Inspector; Construction Engineer; file 11- 001(ac) Council Approval N/A Sheet 1 of 7 CITY OF TUKWILA y CONTRACT CHANGE ORDER NO. 29 r�8 DATE: 1/16/12 BUDGET NO.:" PROJECT NO.: 84 -RW19 CONTRACT NO.: 11- 0Q1(Ac-) PROJECT NAME:. Tukwila Urban Access 'Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order removes Plan Sheets IL3.rv2, IL4.rv3 and IL5.rv1 and replaces them with Plan Sheets IL3.rv3, IL4.rv4 and IL5.rv2. This change order removes existing conduit and wires which had been identified to remain in place to supply power to the unaffected six luminaires north of the project along Southcenter Parkway. The following work is included: Intercept existing conduit at SC 27 +75, 41 Ft Lt. Connect existing street lighting circuit to new street lighting circuit using new conductors to accommodate the increased load of the existing 6 -light circuit. In addition, connect the existing light near the Klickitat bridge to the new circuit. Payment: Payment for this work shall be under the bid item as follows: CO #29 Electrical Revisions Lump Sum $3,383.86 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above pecified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date J a-, 12 Z Contractor I By Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 706,118.78/Date This Change Order 3,383.86 y By+- M REV. CONTRACT AMOUNT 11,589,682.64v V O RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) �Vr d4� eQ 1611V#tA cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x 11- 001(ab) Council Approval N/A Sheet 1 of 1 .....qs CITY OF TUKWILA U1 1 2 CONTRACT CHANGE ORDER NO. 28 1908 DATE: 1/13/12 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 (db PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This change order provides a design solution, detailed on attached Exhibit A, and compensation to remedy the installation of a short pile, Pile #37, at Wall 2. Payment: Payment for this work shall be under the bid item as follows: CO #28 Pile Obstruction Lump Sum $9,919.88 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full p yment therefore the prices show b ea d ACCEPTED: Date /Z. Contractor By Title Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 696,198.90VDate This Change Order 9,919.88 f By M REV. CONTRACT AMOUNT 11,586,298.78" 1 6X /Girl/✓-& S ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) f st cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Made by Date 3.7 At l Checked by gVv1 Date /I Backchecked by Date N's I -IBI Al- 0 re- a, n e I M5E Exq a 11 s -4. K i i 0 I TZ f Dot- C+ J- Ja 21 r —f e, t �3 I fAl S,37 A fit rip, cDI (0 C) CY) L P/ C7 S*j 7-S; For 60 Job no. 4-111 S Sheet no. HNTI Made by Yom- Checked by Backchecked by Date Date Date Qab EXHIBITA 3'7 '3 Nat ar ice. v f T� r 5 s t1�,F E nt L�r s it r 4 a Made by Date I th.-O Checked by Date I m Sam Backchecked by Date EXHIBIT A qNa 'j I 1 j 1 r 1 I I 4 1. i I f r h j f i J 1" 4- FA p, C oil I t ni- lp 7 t 4 1 X-1 DA 6— 91 f6 Ko4 vo-e+, i Zia 11- 001(aa) Council Approval N/A Sheet 1 of 3 CITY OF TUKWILA `2 CONTRACT CHANGE ORDER NO. 27 DATE: 11/28/11 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner' which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This Change Order replaces original Plan Sheets S6 and S8.rv1 with revised Plan Sheets S6.rv1 and S8.rv2. This change order modifies the sign and letter size of signs No. 91 and 92, per WSDOT request in February 2011. Payment: Payment for this work shall be under the bid item as follows: CO #27 Sign Modifications Lump Sum $1,758.83 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will acce t as full payment therefore the prices show bo e a b I ACCEPTED: Dateec- 7 o Contractor By be-y ��Y,e Title ry. C Original Contract 10,880,180.00 ✓APPROVED BY THE CITY OF TUKWILA Previous Change Orders 694,440.07/Date47 a �Ul This Change Order 1.758.83v --PA c— REV. CONTRACT AMOUNT 11,576,378.90 J RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) st v� G /UALS cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Tukwila Urban Access Improvement Project Signing Details Southcenter Parkway Tukwila Urban Access Improvement Project Sign Specifications Southcenter Parkway 11- 001(2) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 26 1808 DATE: 12/27/11 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner' are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This Change Order modifies the contract plan specified sidewalk luminaire poles from KM90RF -16 Canterbury pole to City requested sidewalk luminaire pole KM90 -RE -16 Canterbury pole. In addition, the bolt circle, shown on Sheet IL7 detail "Sidewalk Luminaire and Pole" 1/IL1, shall be modified from a 12- diameter to an 11 '/2 diameter. The pole color shall be WJW Dark Green PGS4- 10036 -4337. CO #9 replaced all 40 of the HPS King pedestrian lighting fixtures with King K204 -FASH- III- 40(SSL) 8000 -MT. The lighting fixtures remain LED type, per CO #9. Payment: Payment for this work shall be under the bid item as follows: CO #26 Luminaire Pole Substitution Lump Sum $0.00 There is no change to the number of working days in this contract as this work is not on the projects critical path. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date J 12, 3.7) ('Z Contractor AL u By TZA- 11Nl Title V. 1). U Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 694,440.07 Date This Change Order 0.00 By� J REV. CONTRACT AMOUNT 11,574,620.07 Mayo��/ RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) S �d 6E c /G/IV�-S Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(y) Council Approval N/A Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 25 Igoe DATE: October 17, 2011 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 PROJECT NAME: Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner' and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Drilled shafts for Wall 1, Wall 2, Wall 3 and Wall 4 shall be increased from 24" diameter to 30" diameter. Measurement No specific unit of measurement shall apply to the lump sum of "CO 25 Increased Drilled Shaft Diameter." Payment Payment for this work shall be under the new item "CO 25 Increased Drilled Shaft Diameter' in the lump sum amount of $33,871.80. This shall be full payment for all labor, equipment, tools and material, including CDF; and Concrete Class 4000P, as necessary to accomplish this work. There is no change to the number of working days in this contract since this work is not on the project's critical path. Change Order 25 Sheet 2 of 2 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices show ab a an b I ACCEPTED: Z��ka-�t Z Contractor r By /�v Title vt� a Jul' Original Contract Previous Change Orders This Change Order l�EV. CONTRACT AMOUNT 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 660,568.27✓ Date 1��_ 33,871.80 By M 11,574,620.07 -4 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001(x) Council Approval NIA CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 24 1908. NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: This Change Order compensates the Contractor for costs associated with an Owner requested project acceleration, and compensates the Contractor for alleged and actual owner caused delays. Construction Requirements Change Order No. 3 is hereby deleted from this contract, with the exception of the work and payment for "Item A11.1 Development of Accelerated CPM Schedule, Lump Sum $20,000.00." The Contractor shall provide a revised critical path schedule identifying how the work will be accelerated. The basis of the schedule is the approved March baseline schedule, which indicated Southcenter Parkway would be reopened to traffic on October 14, 2011. The Contractor shall accelerate the date for reopening of Southcenter Parkway identified in the March baseline schedule, from October 14, 2011 to October 6, 2011. The Contractor shall accelerate the reopening of the southern Northbound 1 -5 off -ramp to Southcenter Parkway from October 14, 2011 to September 22, 2011. Standard Specification 1 -05.3, Plans and Working Drawings, shall be modified as follows: The sentence that states, "Unless otherwise stated in the contract, the Engineer will require up to 30- calendar days from the date the submittals or resubmittals are received until they are sent to the Contractor." is deleted and replaced with "Unless otherwise stated in the contract, the Engineer will require up to 15- calendar days from the date the submittals or resubmittals are received until they are sent to the Contractor." This modification does not apply to any submittals or resubmittals that require WSDOT approval or King County METRO approval; including, but not limited to: the King County Discharge Permit; all materials submittals and other submittals related to King County METRO's sewer system; and all materials submittals and other submittals for items and work that will be done on the two Northbound 1 -5 off -ramps (up to their border with Southcenter Parkway), as well as any permanent work done to WSDOT's stormwater system. You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: Delete the following from Special Provision 1- 08.3(1): "The Contracting Agency allocates its resources to a contract based on the total time allowed in the contract. The Contracting Agency may accept a Progress Schedule indicating an early physical completion date but cannot guarantee the Contracting Agency's resources will be available to meet an accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to unavailability of Contracting Agency's resources or for other reasons beyond the Contracting Agency's control." Special Provision 1- 08.0(2) Hours of Work shall be deleted in its entirety and replaced with: "1- 08.0(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal working hours for the contract shall be any consecutive 10 -hour period between 7:00 a.m. and 7:00 p.m. of a working day with a maximum 1 -hour lunch break and a 6 -day work week. The normal straight time 10 -hour working period for the contract shall be established prior to the Contractor commencing the work. If a Contractor desires to perform work on holidays, Sundays, or before 7:00 a.m. or after 7:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work such times. Permission to work longer than a 10 -hour period between 7:00 a.m. and 7:00 p.m. is not required. Requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on Sundays or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Sundays, holidays or other than the agreed upon normal working hours Monday through Saturday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer." The early opening of the southern Northbound 1 -5 off -ramp and Southcenter Parkway will require additional traffic control measures beyond those required if the roadway remained closed for the allowed duration of 210 days. The Contractor shall provide a Traffic Control Plan and the associated traffic control measures identified in the plan to safely open the road to traffic and complete the remaining work per their revised schedule. The Owner and the Contractor agree to abandon all claims and potential claims associated with alleged and actual Owner caused delays associated with the design and construction of Wall 6, the design and construction of utilities and walls adjacent to McDonald's, and the design and construction of storm drainage modifications on the West Trench Wall (WTW) alignment. Measurement Measurement for this Change Order (CO) #24 Acceleration and Delay Settlement will be accomplished using the following metrics: No specific unit of measurement will be applied to the lump sum "CO 24 Update of Accelerated CPM Schedule." Measurement for "CO 24 Southcenter Parkway Acceleration" shall be counted by the day for each calendar day all lanes on Southcenter Parkway from Station SC 10 +50.00 to, Station SC 30 +00.00, and on Klickitat Drive from Station K 37 +50.00 to Station K 39 +40.00, are drivable before, but not including, October 14, 2011, up to a maximum of 8 days or $80,000. All lanes on Southcenter Parkway shall be reopened before 7:00 AM for that day to be counted. All lanes within the specified Stations being drivable shall be based on completion of the following elements: permanent signing, temporary striping, temporary or permanent traffic signals at the intersections of Southcenter Parkway /Strander Boulevard, Southcenter Parkway /Klickitat Drive and Southcenter Parkway /Interstate 5 off -ramp, and asphalt paving, excluding the final lift. Measurement for "CO 24 Southern NB 1 -5 Off -Ramp Acceleration" shall be counted by the day for each calendar day the southern Northbound 1 -5 Off -Ramp is drivable to Southcenter Parkway southbound before, but not including, October 14, 2011, up to a maximum of 22 days or $72,600. The ramp shall be reopened before 7:00 AM for that day to be counted. The ramp being drivable to Southcenter Parkway southbound shall be based on completion of the following elements: temporary or final striping, final asphalt paving on the ramp and West Trench Wall (WTW) roadway south of the J -hook, construction of the mountable curb and cement concrete truck apron, and implementing an approved temporary traffic control plan at the intersection of Strander Boulevard and Southcenter Parkway. No specific unit of measurement will be applied to the lump sum "CO 24 Delay Settlement." No specific unit of measurement will be applied to the lump sum "CO 24 Traffic Control Plan." No specific unit of measurement will be applied to the lump sum "CO 24 Traffic Control." The City acknowledges that construction work may still occur on Southcenter Parkway and Strander Boulevard south of station SC 10 +50.00 after the reopening of Southcenter Parkway on October 6, 2011. The completion of all construction work may still require temporary lane closures, but not the closure of all travel lanes in one or both directions. Payment The lump sum price of $5,000.00 for "CO 24 Update of Accelerated CPM Schedule" shall be full pay for all work necessary to develop and obtain approval of a revised schedule and shall include all labor, materials, tools, equipment, overtime, profit, and all other incidentals required to complete this work. The unit price of $10,000 per calendar day, up to a maximum of $80,000, for "CO 24 Southcenter Parkway Acceleration" shall be full pay for all work necessary to accelerate the project schedule, and shall include all labor, materials, tools, equipment, overtime, profit, additional forming materials, and other incidentals required to complete this work. The unit price of $3,300 per calendar day, up to a maximum of $72,600, for "CO 24 Southern NB 1 -5 Off -Ramp Acceleration" shall be full pay for all work necessary to accelerate the project schedule, and shall include all labor, materials, tools, equipment, overtime, profit, additional forming materials and other incidentals required to complete this work. The Contractor, Guy F. Atkinson Construction, LLC, by the signing of this change order agrees and certifies that: upon payment for "CO 24 Delay Settlement" in the amount of $55,000, any and all delay claims associated with: the design and construction of Wall 6; the design and construction of utilities and walls adjacent to McDonald's; and the design and construction of storm drainage modifications on the West Trench Wall (WTW) alignment, have been satisfied in full, and that the City of Tukwila is released and discharged from any such claims or extra compensation. The lump sum price of $2,400.00 for "CO 24 Traffic Control Plan" shall be full pay for all work necessary to develop and obtain approval of traffic control plans necessary to accomplish this accelerated schedule and associated construction work, and shall include all labor, materials, tools, equipment, overtime, profit, and all other incidentals required to prepare the plan. The lump sum price of $5,000.00 for "CO 24 —Traffic Control" shall be full pay for all work necessary to provide additional traffic control necessary to accomplish this accelerated schedule and associated construction work, and shall include all labor, materials, tools, equipment, overtime, profit, and all other incidentals required to provide the traffic control per the approved plans. Extensions of contract time provided by subsequent change orders and /or owner delays, other than those addressed herein, will adjust the dates identified in this change order by an equal amount of time. Item Unit Qty Price /Unit Total CO 24 Update of Accelerated CPM Schedule LS 1 $5,000.00 $5,000.00 CO 24 Southcenter Parkway Acceleration Day 8 $10,000.00 $80,000.00 CO 24 Southern NB 1 -5 Off -Ramp Acceleration Day 22 $3,300.00 $72,600.00 CO 24 Delay Settlement LS 1 $55,000.00 $55,000.00 CO 24 Traffic Control Plan LS 1 $2,400.00 $2,400.00 CO 24 —Traffic Control LS 1 $5,000.00 $5,000.00 The following item is hereby deleted (as part of the deletion of Change Order No. 3): Item D14 Project Acceleration Day 1 $11,000.00 ($473,000.00) No additional calendar days are added to this contract as part of this change order. All other existing incentive payment and liquidated damages contract language remains unchanged. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for th ork above specified, and will accept as full payment therefore the prices show b e a 1 Z ACCEPTED: Date L Contractor By�, I Title s� Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 913,568.27 Date 00V A !a d This Change Order (253.000.00) By V-e ayor REV. CONTRACT AMOUNT 11,540,748.27 V 45� ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 11- 001'(w) Council Approval N/A o ►%n: i ygs y Sheet 1 of 9 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 23 ;906 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Remove and replace Plan Sheets CR -DR1, CR -DP1, CR -DD1A, CR -DD2, CR -DD3, CR -DD4 and CR -DD5 with attached Sheets 3 through 9 of this Change Order. This Change Order deletes two 72" Contech StormFilter Manholes and replaces them with two 96" Contech StormFilter Manholes, and' modifies the invert elevations of this filtration system. Payment: Payment for this work shall be under the bid item as follows: CO #23 Increased StormFilter Size Lump Sum $24,376.75 There is no change to the number of working days in this contract as this work is not on the projects critical path. .f --7 69l 6-IAA-4-S Sheet 2 of 9 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown ove ganelow. ACCEPTED: Date 9'l6Of Contractor rci— By /z p �.C�af Title 1/r� �ircS; d Original Contract Previous Change Orders This Change Order 4 k REV.CONTRAC T AMOUNT 10,880,180.00 V/ APPROVED BY THE CITY OF TUKWILA 889,191.52/Dat 24.376.75 j By 11,793,748.27 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) e -OM94 i la., 2U11 r cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x x x x 11- 001(v) Council Approval NIA You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Remove plan sheets SG -1, SG -3, SG -4, SG -5, SG -6, SG -7 and SG -8. Replace these sheets with the attached Sheets 3 through 9 of this change order. Theses revisions modify the lengths and orientations of the mast arms and change three of the signal poles from Type II to Type III. Payment: Payment for this work shall be under the bid item as follows: CO #22 Signal Plan Revision Lump Sum $6,821.55 There is no change to the number of working days in this contract. Sheet 1 of 9 CITY OF TUKWILA o: CONTRACT CHANGE ORDER NO. 22 `1808 Sheet 2 of 9 We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shownyaIbov a b I ACCEPTED: Date "7 Contractor By 4 Title Original Contract Previous Change Orders This Change Order 4gEV. CONTRACT AMOUNT 10,880,180.00VAPPROVED BY THE CITY OF TUKWILA 882,369.97' Date QPkg"&t l<a, )VI l 6.821.55 y By,�,�J� ice" or 11, 769, 371.52 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file x x x x x x x 11- 001(u) Council Approval N/A Sheet 1 of 13 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 21 1908 PATE A69ust'18,`2011 BUDGET NCO.; PROJECT NO 84-RW19 CONTRACT NO.: 11 -001�� f'ROJEGT kw E. Tuila lJrban Access Improvement Project (Klick tat) TO M Guy F Atkinson Construction. Attn: Jason Streuli, PM You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: The Contract's Traffic Control Plan Detour Route, as shown on Sheet TC8 of the contract plans, and the Contractor's Traffic Control Plan (approved on March 25, 2011), are revised per the direction provided in attached Field Directives 7A and 7B (Sheets 3 through 8 of this change order), as well as per subsequent direction provided to temporarily modify the traffic control near the Bahama Breeze vicinity (Sheet 9 of this change order), to move a Variable Message sign to West Valley Highway and to eliminate right turns from 61' Avenue South onto Tukwila Parkway (Sheets 10 and 11 of this change order). The Contractor shall furnish and install the sign detailed on Sheets 12 and 13 of this change order. The Contractor shall provide all traffic control on SR 518 necessary to install and remove this sign. Payment: Payment for this work shall be under the bid item as follows: CO #21 Detour Modification Lump Sum $60,756.26 There is no change to the number of working days in this contract. This work is not on the project's critical path. 1 7 6/4/4' C We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shownlove an b I ACCEPTED: Date k 7 Z 7,(')1) Conti /V.'JQ �1,c,r-- By LZo #d ttt�liS Title Aii ZA-� Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders This Change Order EV. CONTRACT AMOUNT 821,613.71 Date �3 j� 60.756.26 �/Byak 11,762,549.97 1 j ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file Sheet 2 of 13 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 7A To: Atkinson Construction Inc Date: 4/6/11 Project Name: Tukwila Urban Access Project No.: 84 -RW19 Attn: Jason Streuli Contract No.: 11 -001 Work to be performed: Modify Detour signage as follows: 1. On all "Southcenter" and "Mall" detour signs below, increase letter size by one size. 2. Limit right -turn onto Southcenter Parkway at 61 The roadway shall have existing stripes removed, be restriped and barrels placed to channel all traffic into the two left turn lanes beginning at Southcenter Blvd. Create a small right turn bay at the bottom of the hill. Cover all "Mall Traffic only" right turn signsX�t #h�n�ietst See attached sketch. 3. Refresh all taper stripes on Southcenter Parkway where they have worn away. Remove rpm stripe that crosses lanes in transition area (both as per original approved plan). 5. Install "Additional Mall Entrances" with straight arrow in center island east of intersection of 61 and Southcenter Parkway. 6. Relocate existing "Southcenter Parkway Detour' with straight arrow sign on eastbound Southcenter Blvd (the one just west of 61 st) to be further west (and out from behind trees). 7. Install two signs west of Macadam on Southcenter Blvd in the left turn pocket to direct traffic to go straight past 61 st for Southcenter Parkway Mall Signs will say "Southcenter Pkwy Use Left Lane" with straight arrow. If possible, attach a post to existing signs and place these signs above the existing signs in left turn pocket. 8. Install one additional sign on eastbound Southcenter Blvd before 66th for "Southcenter Pkwy 14Aa)� Next Right Sheet 3 of 13 Create PDF with G02PDF for free, if you wish to remove this line, click here to buy Virtual PDF Printer 11. Relocate VMS on Klickitat to the intersection with 53 Change message to read "Flash 1: Road Closed" Flash 2: "SB 1 -5 Traffic Only Plan on maintaining this VMS for life of project. 12. Move VMS on 518 closer to the Klickitat off -ramp (not too close but a bit beyond the WSDOT overhead so traffic doesn't have to read both). Plan on maintaining VMS for life of project. 13. Eliminate detour from Northbound 405 to Mall via Southcenter Blvd. Use Strander detour instead. Add "Mall" placard to existing Southcenter Parkway Detour signs one at Northbound 405 off ramp to West Valley Road, and one on Southbound West Valley near Strander. Cover "Mall Detour" Signs at the Northbound 405 off ramp and on West Valley pointing to Southcenter Blvd. 14. Place VMS (or hard sign pending decision from WSDOT) on Southbound 405 before the West Valley Exit to say, "Southcenter Traffic Use Next 2 Exits (pending approval from WSDOT). 15. Provide and install "Southcenter Pkwy" signs with arrows p frttrtg rtgf# across from South Mall entrances. Also add this sign at the south side of the Andover West/Strander intersection. J J a detour sign for northbound Andover Park West but place it across intersection on Tukwila Parkway for vehicles sitting at the intersection. TiSStotltfI.t�,t 17. Cover the words West and North on all freeway detour signs. 18. Cover the second "via" on all signs. 19. Cover (or remove pending decision) all signs for the Klickitat detour. 20. Cover (or remove pending decision) all pedestrian detour signs. 21. Relocate a handful of signs which are generally difficult to see because of obstructions or because they are too close to decision points. Sheet 4 of 13 Create PDF with GO2PDF for free, if you wish to remove this line, click here to buy Virtual PDF Printer 10. Install "Southcenter Pkwy DETOUR" sign with right arrow on Southbound Andover Parkway West. Place sign well in advance of Strander. At Strander, place an additional sign on far side of intersection if possible, or near side if necessary for traffic sitting at intersection. 23.Add a white letter on blue background large sign to be located on the west side of Strander /Southcenter Parkway intersection (in front of AT needs to be visible from Cheesecake intersection). Provide dimensions for a sign with 12" letters and a sign with 18" letters to Trevor Rose or Maiya Andrews prior to fabrication. They will make a decision on which size to fabricate. Sign to say "Businesses Open" with arrow on second line pointing to the left. 24. Remove the VMS sign at Outback. one siqn at the intersection of 66 and Southcenter Blvd Reason for modification: The City of Tukwila is requesting these modifications to the detour signage based on observations of traffic backups and congestion which occurred during the first week of detour operation. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price and /or completion date to be negotiated. Negotiations to be complete by April 13, 2011. With no change in contract completion date. This field directive will be followed by a change order. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep Name Approved by: Verified by: I Date r f 4.6.11 City Construction Engineer Date City Construction Inspector Date Sheet 5 of 13 Create PDF with GO2PDF for free, if you wish to remove this line, click here to buy Virtual PDF Printer CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 713 To: Atkinson Construction Inc I Date: 4/19111 Project Name: Tukwila Urban Access I I Project No.: 84 -RW19 I Attn: Jason Streuli I Contract No.: 11 -001 Work to be performed: Modify Detour signage as follows: 1. At the top of the Klickitat, across from the off -ramp from SR 518, install an additional Southcenter Detour sign with left arrow (similar to the one on the ramp already, but at a location that is easily seen from the top of the ramp). 2. At the bottom of 52 Avenue where it meets Southcenter Blvd, install an additional Southcenter Detour sign with left arrow (similar to the others but on the south side of Southcenter Blvd so that you see it while stopped on 52 Avenue). This sign may need to be mounted on skids in front of wall. 3. On Southcenter Blvd, move the signs (2) that are in left turn lane from tripods to posts or skids (so that they are up higher). These signs are instructing traffic to go straight past 61 to get to Southcenter Pkwy. 4. Remove sign that says "Mall Detour' on northbound West Valley near the Hampton Inn. 5. Add sign (or modify sign that says "Mall Detour" on Northbound 405 off -ramp to West Valley to say "Southcenter Pkwy detour' with right arrow). 6. Add sign for Southcenter Pkwy detour with straight arrow on Southbound West Valley just south of the Northbound 405 off -ramp. 7. Add a sign to Southbound 405 off -ramp near the bottom for Southcenter Parkway Detour (with right arrow). 8. Change variable message sign on Klickitat to permanent sign. Sign should say "Road Closed Ahead Southbound 1 -5 Access Only It should be placed on corner of Klickitat and 53` (at location VMS is currently sitting). Send over sign design prior to fabrication. Try using minimum of 6" letters. 9. Check with George/WSDOT on when we can remove the VMS on West Valley Highway. WSDOT has now installed a permanent sign so it can probably be removed. Sheet 6 of 13 10. Leave the modified (shortened), right turn bay open along the southwest side of 61 st for the weekend. IE no closure of this turn lane. 11. Refresh the traffic control at the Nordstrom entrance. Review to ensure all signs are up per plan. 12. Add sign at 52 and Southcenter Blvd, (Southcenter Parkway /Mall with arrow); This sign to be placed on the south side of Southcenter Blvd facing stopped 52 traffic. 13. Add sign on wood post on Southcenter Parkway, east of Bank of America entrance "Additional Mall Entrances" with straight arrow Complete remaining items on Directive 7A including but not limited to: Relocate existing Southcenter Pkwy Detour sign that is on south side of Southcenter Blvd west of 61 to a more visible location possibly west of Macadam. There are still some West/North/Via/Via signs that need correcting (one is near Zoopas). REMOVE Pedestrian detour signs on Tukwila Pkwy and Andover West (leave any pedestrian signs adjacent to your closure i.e. those that are necessary to keep pedestrians from wandering through). REMOVE Klickitat detour signs in the Mall Parking lot only. We will leave the others for now. Reason for modification: The City of Tukwila is requesting these modifications to the detour signage based on observations of traffic backups and congestion. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price and /or completion date to be negotiated. Negotiations to be complete by April 26, 2011. With no change in contract completion date. This field directive will be followed by a change order. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep Name Title Date i 4.6.11 Sheet 7 of 13 Approved by: Verified by: City Construction Engineer Date City Construction Inspector Date Sheet 8 of 13 x x CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE 9 To: Atkinson Construction Inc I Date: 4/7/11 Project Name: Tukwila Urban Access Project No.: 84 -RW19 Attn: Jason Streuli Contract No.: 11 -001 Work to be performed: Please provide the following sign to be located on EB SR 518 west of the Klickitat Ramp: BORDER R06" 15 °-tM THm2" x iNW015 18.85 142.x" a 18.85 I WE cm SOUTHOENTER TRAFFIC 35.8- FOLLOW f NORTH z- 21,5" 6.5 WE USE EXIT 1 Ir� 12.7 BORDER 14.25' 751,5" 14,25' T'Ha2 IVE 42.2" 42.2" Reason for modification: The City of Tukwila is requesting this additional detour signage based on observations of traffic backups and congestion which occurred during the first week of detour operation. Sheet 12 of 13 Create PDF with G02PDF for free, if you wish to remove this line, click here to buy Virtual PDF Printer Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price to be negotiated. Negotiations to be complete by April 14, 2011. With no change in contract completion date. This field directive will be followed by a change order. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep Name l Date 4.6.11 City Construction Engineer Date City Construction Inspector Date Sheet 13 of 13 Create PDF with GO2PDF for free, if you wish to remove this line, click here to buy Virtual PDF Printer