Loading...
HomeMy WebLinkAbout11-001 - Atkinson Construction - Tukwila Urban Center Access / Klickitat (Change Orders A-T)11- 001(t) Council Approval NIA Sheet 1 of 33 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 20 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 R2, R3, R4, R6, R8, PPO.rv1, PP1.rv1, PP3, PP4, PP5, PP6, PP10, PP11, PP12, RD2, I1-6, I1-7, BR1, BR2, BR3, BR4, BR7, BR9, W8, W10, W15, W16, W22, W23, W29, W30. Insert revised plan sheets R2.rv1, R3.rv1, R4.rv1, R6.rv1, R8.rv1, PPO.rv2, PP1.rv2, PP3.rv1, PP4.rv1, PP5.rv1, PP6.rv1, PP10.rv1, PP11.rv1, PP12.rv1, RD2.rv1, IL6.rv1, IL7.rv1, BR1.rv1, BR2.rv2, BR3.rv1, BR4.rv1, BR7.rv1, BR9.rv1, W8.rv1, W10.rv2, W15.rv1, W16.rv1, W22.rv1, W23.rv1, W29.rv1, W30.rv1. Payment: Payment for this work shall be under the bid item as follows: CO #20 Design Modifications Lump Sum $17,254.92 There is no change to the number of working days in this contract as this work is not on the projects critical path. �,2 09<61/U�S 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: Sheet 2 of 33 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 a& 7. 11 Contractor By &J 6 "vim A i mw c Title 1�vts Original Contract 10,880,180.00 0,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 804,358.79 Date This Change Order 17.254.92 By a� A EV. CONTRACT AMOUNT 11,701,793.71 1�� 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 x x x x x x x x x x x x x x x x x x x x x x x x 11- 001(s) Council Approval N/A o rW1 s i 0 `1908 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 19 Sheet 1 of 7 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: In RFI #27, the Contractor requested clarifications regarding sawcut stations and offsets. In response, the Designer of Record hand annotated plan sheets SP1, SP2, SP3, SP4, SP5 and SPo7 with revised stations and offsets to various sawcuts throughout the project. The Contractor shall refer to these attached hand annotated sheets for all work related to sawcutting. Payment: Payment for these changes shall be under the bid item as follows: c0 #19 Sawcut Modifications Lump Sum $1,822.50 There is no change to the number of working days in this contract. This work is not on the project's 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 show b ve an low. ACCEPTED: Date I! Contractor By r�' c Title Original Contract 10,880,180.00✓ APPROVED BY THE CITY OF TUKWILA Previous Change Orders 802,536.29 Date '073• This Change Order 1.822.50 By REV. CONTRACT AMOUNT 11,684,538.79 RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: f sk o L OU61A -e- 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: x x x x x x 11- 001(r) 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 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 material requirement for the specified 74 EA Plastic Traffic Arrows, 8 EA Plastic Traffic Letters, 25 SF of Plastic Yield Line and 455 LF of Plastic Stop Bar from Type A Liquid Hot Applied Thermoplastic (per Specification 9- 34.3(1)) to Type D Liquid Cold Applied Methyl Methacrylate (per Specificaiton 9- 34.3(4)). Payment: Payment for this work shall be under the bid item as follows: CO #18 Pavement Marking Modification Lump Sum $13,685.87 There is no change to the number of working days in this contract. This work is not on the project's 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 full payment therefore the prices shown o y b and b PIA. ACCEPTED: Date TtJL- /1,70// Contractor s By c Title 11 1 h" r� s Original Contract 10,880,180.00+� APPROVED BY THE CITY OF TUKWILA Previous Change Orders 788,850.42 v Date This Change Order 13.685.87 By A REV. CONTRACT AMOUNT 11,682,716.29 V/ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file ,FY11". Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 18 11- 001(q) Council Approval N/A ti 800 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 17 Sheet 1 of 1 1E (Klickitat) Rreull; AM 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 deletes the removal of the existing drainage pipe outfall and deletes the subsequent installation of 32 feet of new 18" diameter HDPE, shown on Sheets D -6 (Drainage Note 29) and D -13. Payment: A credit for this reduced work shall be taken under the bid item as follows: CO #17 Pipe Outfall, deletion Lump Sum ($1,280.00) There is no change to the number of working days in this contract as a result of this change. 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 an b I ACCEPTED: Date GJ Contractor GfiuL By 411 acts Title VA. Original Contract Previous Change Orders This Change Order -OREV. CONTRACT AMOUNT ORIGINAL: 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 790,130.42 Date (1.280.00) By 11, 669, 030.42 City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file. 5 P a 6 16 /A/ -CS 11- 001(p) 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: This Change Order deletes plan sheets SP4, W4, D4.rvl IL4, and W13.rv1 and replaces them with attached plan sheets SP4.rvl, W4.rvl, D4.rv2, IL4.rv3, and W13.rv2. The Westfield Southcenter sign will not be relocated. There is a change to the underdrain system connection between Wall 6 and Wall 7. The luminaires on the south end of Wall 7 are moved from on the barrier foundations to in grade foundations. The south end of Wall 7 is shortened by 30 feet. Payment: Credits for the reduction in work associated with this change order shall be taken under the bid items as follows: CO #16 Al Wall 7 Changes Westfield Monument Sign Lump Sum ($609.17) CO #16 A4 Wall 7 Changes Westfield Monument Sign Lump Sum ($833.31) There is no change to the number of working days in this contract. This work is not on the project's critical path. s L O�i 0 2 69 l G,ti 14-6- Sheet 2 of 7 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 fof the work above specified, and will accept as full payment therefore the prices shown above a d b I ACCEPTED: Date t/ Contractor By c� t Title t `rl Original Contract 10,880,180.00 APPRO�V BY THE CITY OF TUKWILA Previous Change Orders 791,572.90) Date 160?9I c This Change Order ($1.442.48)vBy REV. CONTRACT AMOUNT 11,670,310.42 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: V r-tlAAL l� L AJLlJ L40 A Y 1 P rc 8j!9 aa< I I FIY�O�� a a 9 O �w�SN �v F° K K 6 F Z 2¢ g LZ S >d g w w R d d d Z Z8o I J a O S O �JJ 0 S O' E O OW O� 3 3 S o Yi OS F U U p m n SdS 1 33S 00 +£Z V..S 3NIl HOP I V— '1 11 d i l k I ii u N LINE MALL ENTRANCE x W Cdi v 2,% k i F Q cr Flan ao.R2 a• \,Hr;, £dS 1HS 33S OO +gt iS 3NIl HOldW (l H •o� o a N C`I�t r Q Ill N N I it -41 i CNTRL -BOX i rr unvr n r o j o N O W o o, o o� ZZ a I— Q 14 K LU D m O O Y N a w H w Z U W F- 0 C0 1 i at i` Z W ff WwlV3 M1 +NIp�.}vgebv/ngllmF\W>+ICltltl: I it -41 i CNTRL -BOX i rr unvr n r o j o N O W o o, o o� ZZ a I— Q 14 K LU D m O O Y N a w H w Z U W F- 0 C0 1 i at i` Z W ff WwlV3 M1 +NIp�.}vgebv/ngllmF\W>+ICltltl: R­ V9 1AAL3131 30 AJLlJ I I I I I I cry�II I�'� 'o I•\ •�I \.7 S_ I 1 111•• FFF o N I �n a E I /I I N ells mll� in I m III I I I k I I I A!ail I aNm ZNm 1 I I O IWNQ II 4 U I n u�i 7 W I £M 133ES 33S 3NI1 HO1VW 3A08V 33S -Nil HO1VW umn sonwrsm o aM mN 3 s Z I w� 0 aN n o I a i I J 1 2 9 2ggZ 9 n. N Q w O a w Lu a- H .1 IL I a LU U W Q 2 i W U 0 U F° 2c gg a AA aae Irsagti3 Fed A O U a m a I I r s M1,WIO�M'It4�N'�'A10■dYD�'tIIIWI m F m G J Z �jW SIC W UU 0 I I n N Q N' N J O� W a IJ+ G m O NN o U OW Q OW Z� �J Z f a O r Q6 F pN cs FN �1- WOZ /i e o rc f= w N j O I I v T ON z ci ri d �n Q n W w 3 M0138 33S 3N11 HO1VW o 0 3 3 I i I I III OA i' 0 IQ Sri 3 I nF W F 4 I III I I I I I I I cry�II I�'� 'o I•\ •�I \.7 S_ I 1 111•• FFF o N I �n a E I /I I N ells mll� in I m III I I I k I I I A!ail I aNm ZNm 1 I I O IWNQ II 4 U I n u�i 7 W I £M 133ES 33S 3NI1 HO1VW 3A08V 33S -Nil HO1VW umn sonwrsm o aM mN 3 s Z I w� 0 aN n o I a i I J 1 2 9 2ggZ 9 n. N Q w O a w Lu a- H .1 IL I a LU U W Q 2 i W U 0 U F° 2c gg a AA aae Irsagti3 Fed A O U a m a I I r s M1,WIO�M'It4�N'�'A10■dYD�'tIIIWI Z W y it Z g D U W J d D la N o a o Ak K U' p WZJ ay p 0. �8 z r g D N 61 j't W.' 4 /L I N W w s° R fin 14010 tl1 3N11 Q a 00+ 'Z S0 LH�3� dw N 6 d A d yo °o Z W Za Ro Q Q rr" t 'j 60 }00 /tj MA1- a K P o Y r Z 6 4 LIZ ti 4 s m Q N r... 7 p 4 17 F°oa� j3bz°oa i T azo� =m4�pp0� Qo V' Pn U J ja �1> g I�t 4ao ap "z oQ° w 0 00 ...,Z ce N S 3N11 H01d'N diS qp 1HS 33S 00x81 /w N U ba U w w ¢Z zm CA U 0 w i Sll 1HS 3 00 +CZ V1S 3 NIl HOlVN 0 1 I I I I I I' I 1 Ell 1HS 33S OO +gL V1S 3NIl HOIVN L L ENT m 0 W R_' K 0 Q J= U U X W N W K uW v Z LL, O O Z F �mKUd cN 70 J o c� N 0 0 w �w 3> a z U a Q z 0 z az 0 RANCE g r O +I �il I U O as ep� W U N N O xxx 'rmil wa o au zOQ r N Zy NNN as o z ar; aci m� U 3 1 K O O O a a n mo 1^ 5= a W F ,W no i aN�o O NapCi O° Z tea g 0 z 2 E. z F U nK F�U WE a w� N W O ro ux Sa O WZ.rz W W O U W 0u w Z fy o wmm ow °rcz a_mo os8as� m�ooCW Z 1.1 NO vt� vI�? am u, rn NU Z aat -uovt w a v O a Sll 1HS 3 00 +CZ V1S 3 NIl HOlVN 0 1 I I I I I I' I 1 Ell 1HS 33S OO +gL V1S 3NIl HOIVN L L ENT m 0 W R_' K 0 Q J= U U X W N W K uW v Z LL, O O Z F �mKUd cN 70 J o c� N 0 0 w �w 3> a z U a Q z 0 z az 0 RANCE g r O +I �il I U O as ep� W U N N O xxx 'rmil 5 zOQ r N Zy NNN as o 00 a� a -NMv U O O O a a n I d Y Y 7 w w wwl www w v g ¢aa rc¢lercam Z m m GGm mmmmmm m Z Z Z 0 0 0 6 Z z Z Z Z Z z 4 z 0 0000oo'ro F Z..Zh'ZzZ zzzzzz'¢'z 1 d OOU] U»7 O O 0 0 0 .0000 O Z Z Z? f? tJ IJ W Li 1J I.i I3 IJ W W W W W IJ IJ O K C K K K K K K K K K K K K K K K aa¢aa¢aa zzzzzzzzzzzzzzzzz 3333333333333333 fY !j rrrrr rrrr z �J H pp l-- '1�f gy37 n M M M i'1 M.M-in U]i(I iN inN iH 9 w Ipl!1 4i Z N '11 I M K W S S x x x S S S S x x x 2 x 2 x x w szz¢zmzm a 0 0 0 0 0 1 1 1 O O O pp O O O O O a �I mm m M m m 40mm mmm .a, MM M V �f- N 1MMMt M oC gOOOO O m N tp Odp pO z j M M p I N L 6 Zm ^N Ym N m Q N N 0 I 1 NUU N N N N Z N N H N Z N U I (/UI U f N U U y U U N VIN m�uuuo uu uoouuoououu 2 m o M b= NMt�1M hi' YIMn NNfA I UINH VrIMMfIJL 30 AJLIJ 3o Xt.1� p f 6'. 3 4r �N�j e W N W O p2Wy� Qui t9 p4 Op� Sm Or V Oly ry O NU��Z Qy'.t O �i °tea w z obi z xi Qa�a°zq u W�+1 1 a V N a- CJ 1 z p N V •NIS N M 1 m 5Lk 3Ni1N�1tl, N O O N 0 1 U 1 1 1 1 1 1 1 1 1 1 I I 1 1 1 1 Q i Z 1 1 fJ X11 jsJ r 8 I t 1 al IIl I' N N 1 1 u l G7+zL 1 3N1IHo LtlW o N l L I�tl M p r 1 y 1 1 1 t 1 n 1✓ a 1 1 a 1 1 f 1 1 1 v r N O a Q cn 4 Y J LL1 U 6 3 o H a a o w 11- 001(0) Council Approval NIA w�LA w s 1906 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 15 Sheet 1 of 3 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: Delete plan sheets W13 and W22. Replace them with attached sheets W13.rv1 and W22.rv3. Payment: Payment for these changes shall be under the bid item as follows: CO #15 Westfield Sign Wall 7 Conflict Lump Sum $5,751.00 There is no change to the number of working days in this contract. This work is not on the project's 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 4~q 10, to ti Contractor n By Lc� �i: v l� e� a JU c Title a 1 V lCL Original Contract 10,880,180.00 Previous Change Orders 785,821.90 This Change Order 5.751.00 REV. CONTRACT AMOUNT 11,671,752.90 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) APPROVED BY THE CITY OF TUKWILA Date f �fl By °Y�'J� 6 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file 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: 0 .�l o �F� aJ o �w� v N V oz za oaF p' Z- w oa a� OVA pp omz pU Z1. UJ o po 1�rc)e W Z p Q N¢ w oo Z o I I i n i w j3 J N I m z o z o Mz o w�owi o p0 J oz Z z a z 3Z w I V,z F Z m w Q2 U p�?w UpQ w UN wN O a3 I ou 3 J J Q c� Z Z Q w w w H w U Z O U IJ_I U Q Z W �w a I bl i F O �J Q I' I 1 W J W h a J J Q III 1 a v I d +z4 1- I I •I n I P I II I .I w I 1. 1 ,f8 B9 1 d OO- Ol o �nnv a rvl; ae I I Q o a n o I I I I I I 9L +bL 'Vls w L IIVM 3NM )iVW z O U I I I I I I I I I I TI y .iLL 1_. ,z I I I J I J a -y t -'z Z I I I _m �Q LLJ I II w (I U o LLJ t z o 1 n Z i Q3 W V aT I W W I I z a U II F Z p �x o Q «x w o I J I J I J iNQ T I wJm I o I "t Jp3 I �?w I °rcu I I I I I I I I 1 I I_ I j i w I I I I sZ++ZL "(is L IIVM 3NIIHDIVW I I I e 0 M R uo tD s 9 t A 4 U w LL Z K W O a h �i 0 W J W co 7 r U) w S U Z 1 sks�f3e I t t m IL 1 UI r O W d U� az M Z z 1p Y1 1 w ww+wlroAnwanuM o I I SZ +ZL r I I 'Vis L IIVM 3 Jil gDiwn II I O 2 'I o F I I a o O I' n� p I a LJ)J II I a I I wN3 z 6rcw I II o _mdlu -_LI. 1 z, O I i I 0 n I V I E /I I z O v V I io p 3 v Zw QN� J� 0 O I' I 1 W J W h a J J Q III 1 a v I d +z4 1- I I •I n I P I II I .I w I 1. 1 ,f8 B9 1 d OO- Ol o �nnv a rvl; ae I I Q o a n o I I I I I I 9L +bL 'Vls w L IIVM 3NM )iVW z O U I I I I I I I I I I TI y .iLL 1_. ,z I I I J I J a -y t -'z Z I I I _m �Q LLJ I II w (I U o LLJ t z o 1 n Z i Q3 W V aT I W W I I z a U II F Z p �x o Q «x w o I J I J I J iNQ T I wJm I o I "t Jp3 I �?w I °rcu I I I I I I I I 1 I I_ I j i w I I I I sZ++ZL "(is L IIVM 3NIIHDIVW I I I e 0 M R uo tD s 9 t A 4 U w LL Z K W O a h �i 0 W J W co 7 r U) w S U Z 1 sks�f3e I t t m IL 1 UI r O W d U� az M Z z 1p Y1 1 w ww+wlroAnwanuM Lij b VIIAKRAIL 101 ppyl Q r 3 44 I w °ow 1 Y- iw 5 a I 9_ 3 V r� Y qw �zd zFy ¢m O .II• p w JOIO C UZ� O OL FWa -iz2 <F of a Z p ^OW O 4 M1 l J Nrj N svi o =NOm �i IAN oW 0 5 Q a za uar-� a �o -N ®k' x Q J+ a W y J R p i 7 w Wyf LLJ 0 O U ow a zN G r1 N m /�I�\., w 'n Sc a i m pFJ -ImIJW NWW m3 m w3 33 u' U�3N m:rm mG laa sz J Q z w L a �j max c�i 55 s aV9 N R�J Vivi .0 •f 99 '99 Save 1N3Wtl3B 3` 1N3W039W d 1 9 -Z H'1H013H NOIS30 Zi a NU h 0 -yl ow a °m .c Wo J U Ln W °gW Ln p V e Jaw Z J rZ� F- J o�� WI F` f q y W U O Q O a OZ F uj °V°1K mN (n Ln .f l R N MIS OO AVaO SN313H '1S '1W 1 H9lNl3 lvaRl031tH7av NOV15Aa0 iy,f „0 7 i 'r h im e Y to F I iN3W039W3 J 4 -.4 Q F m -6 1 n A ui a L13 z_-- '6B`S8VEI ,S _Z I S31HVA 1 039W3 3a m 333 b _A_tl219 SN313H '15 F N z N 1 Z. Ld w V 5. p3 m "N p x Z _�OI •Z -.Z s yl I two oo z w N I m w K G I 1 al m °z d� Como 'N1W Paz +�HH I Q p NNVIN y 'a z m z J 3 0� W 7 AQ W L '7 0 9 IIYM ,0tl f H 'LHO13H NOMM tlrtu ml+�.cuwau 11- 001(n) Council Approval N/A Sheet 1 of 1 O `Jr qs CITY OF TUKWILA r Z CONTRACT CHANGE ORDER NO. 14 1908 DATE: 07118/11 BUDGET NO, PROJECT NO.': 84RW19 CONTRACT NO.: 11 -001 �fl� PROJECT NAME: Tukwila Urban Access Improvement,Project (Klickitat) TO: Guyf. 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 Contractor to design and implement a dewatering system between stations 4 +90 and 6 +80, 18 feet to 43 feet Right, to stabilize the subgrade to enable the installation of the drainage system shown on plan sheet CR -DR1. Payment: All costs associated with the design and implementation of this system shall be included in the following item: CO #14 Dewatering near McDonald's Lump Sum $33,894.24 There is no change to the number of working days in this contract as part of this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown ve nd bKtAo ACCEPTED: Date 7 /Zs5/Zo!/ Contractor By Pvber';* Ac6ft Title N cr- Original Contract Previous Change Orders This Change Order 10,880,180.00 APPROVED BY THE CITY OF TUKWILA 751,927.66VDate� 33.894.24 V By REV. CONTRACT AMOUNT 11,666,001.90 v RIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file. 11- 001(m) Council Approval N/A �w w Sheet 1 of 35 qs CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 13 79 DATE: 06/27/11 BUDGET NO s PROJECT NO 84 RW19 CONTRACT ,PROJECT NAME Tukwila Urban Access Improvement Project (Kl ckitat) son'Construction Attn J TO: kih n 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: Remove Plan Sheets D2.rv1, D3.rv1, D5.rv1, D7.rv1, D9.rv1, D12.rvl, D14.rvl, D15.rv1. Delete that portion of plan sheets D1.rv1, D4.rv2, and D8.rvl that are outside the bold clouded area as shown on sheets 3 through 5 of this change order. Incorporate the changes made to the storm drain system as shown on sheets 4 through 29 of this change order (which includes CR -DR1, CR- DP1, CR -DD1A, CR -DD113, CR -DD2, CR -DD3, CR -DD4, CR -DD5, CR -DR2, CR -DP2, CR -DD7, CR -DR3, CR -DR4, CR -DR5, CR -DP3, CR -DP4, CR -DP5, CR -DD8, CR -DD9, CR -DD10, CR -DD11, CR -DR6, CR -DP6, and CR- DD12). Incorporate the changes made to the domestic waterline shown as shown on sheets 30 through 35 of this change order (which includes plan sheets CR -UT1, CR- UT2, CR -UT3, CR -UT4, CR -UP1 and CR -UP2). Payment: Credits for this change shall be taken under the bid item as follows: CO #13 Storm Drainage and Water System Redesign Lump Sum ($30,000.00) Contract Time: There is no change to the number of working days in this contract as part of this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 9() Ado r By >2�� d y Original Contract 10,880,180.00 V Previous Change Orders 781,927.66 V This Change Order (30.000.00)y REV. CONTRACT AMOUNT 11,632,107.66 A ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Contractor i.t.tl� Title APPROVED BY THE CITY OF TUKWILA Date By or cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: LAXI 40 AJLIJ a a I o Z z C r z= vin m m o o z° o rc I m O m and i o e Z o z o, z a° z L a� i z° o r o o o o o o irl in w o 0 o_ o a o_ No w� w o iz 0 0 0 0 0 0 0 0 9 i 9 i3r �a w C o a ft �w w ZO ura 3a o°3 O O N p ♦1� o 0 IHS 33S 00 +8 HIS 3NIl HOIVW m 1 m l till —1 $p a I u uj L Lu I o I ql I I w it z I i! V c 4 Q i o I w W S :f Z I n I E a d fn o I t I' i I I -1 i...'._ i i I ry m 1 z I z i i 1' 0 Mall gik 9 1 I 5 1 A tl so�oo M ONALDSi o z. +oo� z EN ANC f- 9 I uN h I s too �'j I I I il k 1 DOUBLE TREE ENTRANCE `Z T oV 2 o N i I 1 I 4 3 N z Z zm 1 o o ✓I a m a Q o W z o z a ml 1 :.r w z a uxi F a W:.. w a a c>' a o g z N° n z= "•!:;:.�eiv a i p°' o z o o� w w eW F N a o x._ W o F a z c> w o IU. G oa o �o Z 't C s i oa o cz m i� a a s" w w i z i° W f a o 0° s o °o a� a N z o o' a m v u� J o a o_ a x N m NIL w w N -'a 'O wln w 4 r w ..'a o w 5 5 Z z i 2 i Na 3� o zo z o z a z¢ z z� s j z a m. Q OU U ?0 3a I a v w °Z U Z z zm a" °a U f i °U o �aaooa o 0 00000 ooaoo 00 0� aoa000a IIIL2 u�:V -w3 M1N'IW�WSU;xr,Tlfl,FJCvSIItM� a N lit o on y m R O Z y 9 n n v ci r+ P Z Y Y O m C to O r4 N Ci N t➢ m G y CV A� O y nl .P m -o 9 O (J! a O 0 sTA 1s +oa SEE SNT 03 J r o o v v o ,all ibel�+S a V A p r 0 mg oN �N N F G� 3 C G Z mr�+ c a o n J rtl p m w A m p O as a oZ NLWL O 0 a mZ N o a nn !Q- z z m y y� 0 Z O °p yp� n 01 C O °Ago o Z pp P O� o g� tt '�i D r N ZCmi 9� D pL y r o N z A Y Z t a 0 Y� oa e 1 Am m D myyg l pQ C N C z m N Z .�11 N O� p O yn M� Z Ul ,c O �m MN �r o o� n s �I NII 10 ML SO'9£ "A313 H18 e -Z 3dA1 NISVB H71V7 1 Zl X3 OS'LZ '13 OU 69 69+9 3NIl 7S (N) OS'LZ '13 ic iN a n, w w 0 U u F U K pa Ow 'J (3) d t 'X3 09'9Z 'l3 ONIISIX3 O1 103NN (S) O9'9Z '13 aWr aj w O O O U Nw z LLm ow o p RL O oa �a w U7 Fri �>nrw- m w O O �U p C u '9£ 'A313 MIN a -3 g LU O O LLI yNa9 J NI 313871400 e O Q '18 ,£f'! +L 3NIl OS a n do v Y d Z VJ cn (Pal t a9 0 l) I 1 m (M) S6'S£ 'l U "SM O 1 U F1 h� 0 x3 I� LLLYYY"' (3) SS 5£'l3 L'9£ '30 Wl .Z ,i (M) 09'Zf '13 O 1 99 Z 3d.11 NIStlB 7 11 ,L4 9Y "99 +L 3 (n l $f .I) (S'9£ '31) so0 „4 "x3 N U (i7 0) m Co o 640 133HS NO b 11V130 3S O31NOO A9 NOI1VeWd3S 831VM�110 'O 803 W315AS Al11Vn0; 831VM Q) O r OZ'04 A313 1118 O (n Q ..09 Z 3dA1 NISV9 H71V7 (3) 00'Z£ 'l3 s_ 11 ,O6'4Z 99+L 3NI 1 75 1 (5) 00'Z£ '13 vt (D O) j1 Q In U a u O O Lo 'n o (S) SL'Z4 'l3 m (66 6Z -31) a —V^0 3Sd 'x3 C< y m o fL'9f 'A313' W18 I I ..94 -Z V9 H71V0 (S'N) 00'6Z "l3 1 I OP 96 bL +9 31 05 u (N) 06'9Z 'l3 I F a 09'££ 'A313 WIN a w 1 3dAl NISVB H71 V7 1- a 18 ,85'09 f£'ZL +S 3P711 75 (S'N) 04'lf '13 Pew II F N v r Z a aP!h\ „Z£ m —1 -0 3Sd 'x3 as '4f 'A313 W18 1 O t° o i .94 -Z 3 V9 H71VO' N n,mN 11 ,O4iSZ 9 3NI1 ;)S 1 (S'N) '13 U D. K 0 a Y n Sf'Z£ 'A313 WRl 6'f£ W18 1 94 -Z 3dA1. NISVfl H'11.V7 (N) SZ'6Z 'l! ..94 -Z 3 A IStl V7 s 4 99 YL j 4 Il U (M) OL'9Z 'l- '1 I ,L 9'4C 'OS 99 +5 i (S'N) _SZ'SZ 13 (Z' Z '3 aupad!d o!dui(10 ,Zl 'x3 o H 005:C 'A313 M?J 099Z '13 0 3dA1 NISVB H71tl7 1 l£ 9 S V 31411 VO Q tl/ Ei F, N W N 4Y m a 96'Zf n313 W18 Vfl HO1VO S6'SZ l3 i I ,Ol'9L '96+4 3NI1 75 I' M'N) 96'4Z 'l3 NISV9 HOl VS (3) I£9'4z '13 o 0 0 W ONIISIX3 01 103NN07 0 O O In 7 M urtrt �nw wa caioeu¢w =s�:n�m:wmcue >aui>\1 0 o 0 7 o z Z, -:,o 0 0 chi z U3 to .11 i -13 r n O USLE TRES 0 ul a zo o)mo 7 0 c) z -Z C) U m ul 'os `imm 1'i j. fit° 1 1 o KI O--1X I 1 1 1 �1 U �R it tfi ID uo I CD 0 0 M 0 1 o :_94­Z NISVS 44OLVO m 6654 u 3Nn os 6 6 a- a OW a Q) r _j w 1q rvqz 3Nn os 31 Z w _j a 5acl 133HS IrVI30 33S _L3) CQ'�Z 'IA cc w j F- 0 V 2 z LZ D9'LC 'A313 WIN 3: w Lj (D 3WHO 03NVA R�2 w z o' 113 Lt'99 Z; Os iA (M) OT*c U., 6 w OL'ZC *A313 NIN _o m (3) 04'4£ U an: anos o X (M) tros: u :_94­Z NISVS 44OLVO m 6654 u 3Nn os 2: a a- 5 a Q) YL _j w 1q rvqz 3Nn os 31 9 LJ _j a 5acl 133HS IrVI30 33S _L3) CQ'�Z 'IA cc :L q sjQ,Q4zAQQ_MQZNQ3 .09 (3) L4 '0£ '7d (MoNvHoNn) FI). HI'DC. DW 38rU3n111S tM) Ovqr -.U.. r A BOW 'A373 NIU �1 z 31WO 03NVA 0 -Z 2 1_�Vo 0 Sil cLkl NISVO 0 D W9Z 'tg 3Nn os 9 z grac u !)G'GC 'ATU Villd W. 7J R_ 0 900 -i19 lj3HS IlViBC 33S ZSj. 9 L Ovz az. MOANM 43II13 HOMNOO _ZL 01 li b 8 0 11 99'*Z 'V.1'99+9 3Nn OS 1 M 09'/Z _U� 9 z m 0 z SZ 'A373 H18 04 09 i-4 b a d w M 0 3) a!sz W *00-�13 IMHS IrV130 33S (s) 09 u._ i 310HWA dM H33ING3 ZL 48FUMM 3YYVS z 17 ,99'4Z 'I�BTG+9 3Nn OS S) 0c ij S3.LPN NISV8 +131VO K Z 34.0 W33.S 33S q r r w STSO 'A313 NRJ mwwm +z aw an anus'' m '-09-Z IdLL NISVS 1-401VO 11 LOW 'L0 -"+9 3Nn os SMON NISVG: HOIV3 Orqz u Z 3dU _M33dS 33 S Sj wo W 31OHNVA jZ ONV (in ar 09-Z 3aU NISVS HOiVO 11 .ZQ'ZO+9 3Nn OS q 90'9V 'AT13 RN JOS ....:w. O S316N NIM i401VO .rul ZI 1110A IZ 0 V3 IIUIV-OOMI Z, po ad m _da NOIrO I SS333V TIOHNVA tz oNv an anos TaC I33HS TYL40 33S w M OZ 6Z M (g) gow 14 mp 35 2 p ojj 8, 7 O rz 2: a a- w a Q) YL _j w 1q rvqz 3Nn os 31 LL LJ _j a 0 C)-: 0 LO _L3) CQ'�Z 'IA cc 17 89'04 '06'96+4 3Nn 3s j F- 0 z E: LZ Z C'4 Lj (D -c R�2 w z iA o _o 8 R 6 z z o X c): S T w o a z LO L Z 0 o z Z 0 lo IL Ii i ?Lj z R R H lo i j z z :L q sjQ,Q4zAQQ_MQZNQ3 .09 (3) L4 '0£ '7d (MoNvHoNn) FI). HI'DC. DW 38rU3n111S tM) Ovqr -.U.. r A BOW 'A373 NIU �1 z 31WO 03NVA 0 -Z 2 1_�Vo 0 Sil cLkl NISVO 0 D W9Z 'tg 3Nn os 9 z grac u !)G'GC 'ATU Villd W. 7J R_ 0 900 -i19 lj3HS IlViBC 33S ZSj. 9 L Ovz az. MOANM 43II13 HOMNOO _ZL 01 li b 8 0 11 99'*Z 'V.1'99+9 3Nn OS 1 M 09'/Z _U� 9 z m 0 z SZ 'A373 H18 04 09 i-4 b a d w M 0 3) a!sz W *00-�13 IMHS IrV130 33S (s) 09 u._ i 310HWA dM H33ING3 ZL 48FUMM 3YYVS z 17 ,99'4Z 'I�BTG+9 3Nn OS S) 0c ij S3.LPN NISV8 +131VO K Z 34.0 W33.S 33S q r r w STSO 'A313 NRJ mwwm +z aw an anus'' m '-09-Z IdLL NISVS 1-401VO 11 LOW 'L0 -"+9 3Nn os SMON NISVG: HOIV3 Orqz u Z 3dU _M33dS 33 S Sj wo W 31OHNVA jZ ONV (in ar 09-Z 3aU NISVS HOiVO 11 .ZQ'ZO+9 3Nn OS q 90'9V 'AT13 RN JOS ....:w. O S316N NIM i401VO .rul ZI 1110A IZ 0 V3 IIUIV-OOMI Z, po ad m _da NOIrO I SS333V TIOHNVA tz oNv an anos TaC I33HS TYL40 33S w M OZ 6Z M (g) gow 14 mp 35 2 p ojj 8, 7 O rz A R w w RI=nWS 3VIVS I (A3IN3A 01313) !FTSE 'ATU AW 31VU0 a3NVA ZO+.9)3Nn Os (.UIUA TGU) 4:Z'99 A313 AfN alYdO IBWA il 6VO '9 cfL+ o s a (N) OTGE U 2: w a- 31Yd0 MNVA -94 -Z 3aU NISV9 :HXV3 _j Lj 1q rvqz 3Nn os zz !A LL LJ _j wni�n 'X3 _L3) CQ'�Z 'IA tq 17 89'04 '06'96+4 3Nn 3s A R w w RI=nWS 3VIVS I (A3IN3A 01313) !FTSE 'ATU AW 31VU0 a3NVA ZO+.9)3Nn Os (.UIUA TGU) 4:Z'99 A313 AfN alYdO IBWA il 6VO '9 cfL+ o s a (N) OTGE U 2: a- _j Lj LL LJ _j Z O Z 0: :LC F- 0 LLJ (n LZ Z C'4 Lj (D cr of Y 0 2: a- Lj L T _j LIJ F- -J: LLJ (n 0 C'4 Pa S JIDJ W6E:6 LLOZ 9Z Id, SOUTHCENTER 6" CGLIGRETE COLLAR PARKWAY MIN. 12" OVERHANG 12' TRAVEL LANE PROVI CDF BETWEEN DETENTION PIPE AND BOTTOM OF COLLAR 24" RISERS TO GRADE 24" LOCKING MANHOLE COVER POWER CONDUITS VAR8S 5_ o TO 2 -8" 0 1 i 2'x36" O RISER PIPE 8" WATER CONTRACTOR TO COORDINATE THE REMOVAL AND REPLACEMENT OF 4" QWEST 10' APPROX. CONDUIT I LADDER 48 CPEP PIPE SECTION-DETENTION TANK 2 CR W N.T.S. l v fV m j j /J f s Change Order #13 Page 8 of 35 ONAL r a ,fir DeaWn Mz s3 W, Civil Engineering Project Management TUKWILA URBAN ACCESIS CR -®DU o Drawn Planning 78 OF 1W N• Date— 10024 Moin Streel, Suite 2A; Bothell, Woshington 98011 Sheet Affected c Office: 425.486.6533 Eaz: 425.486.6593 vm'a.sdoergineers.com DESIGN CHANCE 1 Project N ,i: \Projects \266 (Atkinson) \001 -11 (Tukwila Urban Access) \Dwg \sheets \Crip Sheets \DC01 \TU— DD1.drrg SOUTHCENTER PARKWAY 12' TRAVEL LANE FRAME AND 24" LOCKING MANHOLE ACCESS OWER uj w P CONDUITS mil VARIES 1 1 -8 O,Q TO 2 -8" I SEE CR —DP1 FOR 8" STORM PROFILE CONTRACTOR TO COORDINATE THE REMOVAL AND REPLACEMENT OF 4" QWEST CONDUIT LADDER CB 102A 60 "0 TYPE 2 CB 8 WATER 7.5' APPROX. I I X48 "O CPEP PIPE 2 SECTION- DETENTION TANK 2 CR N.T.S. 3 IJ m 'O b J C, G a 0 0 N Change Order #13 Page 9 of 35 Wr D88iQI1 Civil cngineeEngineering ILA URBAN ACCESS m1 Project Project Management Drawn r.� Planning Da 10024 moin Street. Suite ?.A; Bothell Woshinglon 98011 p�t/� sfei_eefefl_N Ot8ce: 425.486.6533 Fax. 425.486.6593 v 5doengineem.com DESIGN CII�PY'"tl E I ProJect Na t: \Projects \266 (Atkinson) \001 -11 (Tukwila Urban Access) \0wg \sheets \Grip Sheebs\0001 \TU DD18.dwg U FRAME AND VANED GRATE r CR -001R Page 7 OF Sheet Affected �a N =1.0 w w wUy� rJ r�J�O �Ni W Q� =pU4 -Z [Om� 4 in U 3 p J o� Z c P Wn_ QU 1 0 o a A w d a. N U 1�7 m 1 m �4 1 M O co co U N C N Z �I 1- ol� 1 f o o' 0 tf7 �Oa N t, p 4 W 0 J J sa L, L.1 o�wo 3z o w W N Nn t 7� mG i N 11 0 1 r 1 W D G 1 Cl- Oil' �OyN ci tQO t ry W r7 c1 o 1 .r n N i III L1 w I 4 t W Z� O n m .0 'V 1 1 dl s�ozo a O Z�pCD 6 t9 �a v C W W to N C N Z �I 1- ol� 1 f o o' 0 tf7 �Oa N t, p 4 W 0 J J sa L, L.1 o�wo 3z o w W N Nn t 7� mG i N 11 0 1 r 1 W D G 1 Cl- Oil' �OyN ci tQO t ry W SOLID LID ELEVATION 33.30 MANHOLE FRAME AND LOCKING COVER BOTTOM LID ELEVATION 31.1± PROVIDE 48" I CLEARANCE MIN. OVERFLOW RISER ELEVATION 29.00 SECONDARY ORIFICE ELBOW RESTRICTOR ELEVATION 27.60 x 0.90 GAUGE SUPPORT BRACKETS 3' -0" CTRS. MIN. SHEAR GATE W/ CONTROL ROD FOR CLEANOUT/ DRAIN (BEND ROD AS REQ. FOR VERTICAL ALIGNMENT W/ COVER)y 12" OUTLET ELEVATION 25.30 z N REMOVABLr WATERTIGF- COUPLING OR FLANG z r Lm 12" CMP CROSS FLOW RESTRICTOR STAND PIPE. r 36" PIPE FROM DETENTION TANK ELEVATION 25.30 PRIMARY ORIFICE ELEVATION 23.30 z N 6" MAX ELBOW RESTRICTOR DETAIL ELEV. DIAMETER PRIMARY 23.30 1 1-1/8" I SECONDARY 27.60 1 2" (RISER 29.00 1 12" UM. RESTRICTOR PLATE WITH ROUND CLEAN, SHOP— DRILLED ORIFICE CUT IN 12 GA. .PLATE TO ALUM. CMP CROSS W/ BASKET. s 101 CR -DR1 CO NTR OL ST'RUCT'URE TYPE 2 -72" CATCH BASIN J N.T.S. �`�BIpNAL X61 E f Change Order #13 Page 11 of 35 m p n 0 ar eDee�� Civil Engineering TUKWILA URBAN ACCESS Page Project Management o D�8Wt1 Planning 78 OF N 10024 Main Street, Suite 2P,; Bothell, Washington 98011 stleet Affected Date DESIGN CH N 2 011ice: 425!86.6533 Fax: 425.486.6573 vM w.sdoengineers.com a Pr oject No. .2: \Projects \266 (Atkinson) \J01 -11 (Tukwila Urban Access) \Dwg \sheets \Grip 5heets \DC01 \TU- 0D3.dwg h iE a N, Zia 1HoOH TTSN II x a a NFU Om__. =x� 3 3 w J ogX a r 4N 7 w�U �w ZN (n WNz Lu =wr O 0 w 7 QO v, Z O ,U Lli o NON uj rah a U 00 1 K m O z ZS F- g� U) Z�aw 4� a Z J U w_? N N N N w CJs l 500.N l N�U71 a cn w J O O T O z w� 0 w L a> �Q Q--- r J J f. O S( r l of G W N J O g E a nd of J Q —i E o rn 6 N al a N, 1HoOH TTSN II w U m C) Y o a 7 5 r n 1 Q LL LL 4 LL a s w> z Z N r W w Z U W Ul w w to V N W 10 6 Y O d O O Z Q W N 0 M y s �a o ww o ww W Y7 OK O d R) 5 w a W a Z? 0 0 a a.0 N 3 2 O K 0 o r 0 zi �3 J 3 A 0 W LL 7 r r 0 w K U U K N U w 7 M r o w D o U S 0 h1 r O a U Q Z 4 ziZ 4 z 4 r Z Z Z O K O S W N U U K U O N W N 3 2 W V 7J p 05 Op Z z a ao�F Q U S g .�r j U U N U OKZW I6. w 0 W OO�4 O Z Q N J W 4 N W d Y m U Z Zp p �v,. ri J i�Z�C 4 0 t W— qor tL O W 0. 0 0 0 0 on YW Z Q0. JN (all a 20.0 D O w w N p LL Z/ j f0 0.w a S O W w q O W p J E a U N� 00 g_ 2 ZW N W a w p r4� z J 00 o5 0uz 0 N O Z OS4 Z O"W_ U 3 O 0 10 o O Jr a'wr O N—F -wWr Sow Nl.i N gw 4 r j. m 60.. O b Z z N W r Q O w a Df woo lil ti U Z -OJZF- A 5� 1 W �JEw USp Opa um 6z 6- 0 0 r N 3oz o� A- z U>.a4 u_ °u Z a w WW JKJ zw:Z 4a Na'p or NJ °w c UU Sj w'O =0. 6. q- 7CL 0 CL a'Qr 3: O° �LL.J °oOw?Z ZZ Z02' F,_„�'tN yw w a o w20' a �....z 4 J JWwp�JOp Z W QI w SZN YCob YOo' 3 p0m NIF <wa0? dj m4 t i? WUt w /iW J W mmOw000 V,4� O a LL0. 6 4 0 a m.W r �r r m 0. tnla ML, Wq �JOJ Zo OWOO�Np4 WOZ Nr a'ZZQ =LL z IN(,U 7Q4�+40rK cl CSOr ULLZr�o X51= rla/I Ua,W 'WJZ z wZlnO _U a Wo�00005o N �oc0.0K�KFJtJ�iONw aQmUNUUU20 ®F- zUpLL 0.N° :l z L N M i!1 fD h 41 VJ I LLLL Cl) LU O0 J 14 J, L cc a m 1HoOH TTSN II w U m C) q 01 'nNi ON (H) dO8C3 7 5 r onnvaoxH �¢LL Z 4 ziZ 4 z 4 r Z Z Z O K O S W N U U K U O N W N 3 2 W V 7J p 05 Op Z z a ao�F Q U S g .�r j U U N U OKZW I6. w 0 W OO�4 O Z Q N J W 4 N W d Y m U Z Zp p �v,. ri J i�Z�C 4 0 t W— qor tL O W 0. 0 0 0 0 on YW Z Q0. JN (all a 20.0 D O w w N p LL Z/ j f0 0.w a S O W w q O W p J E a U N� 00 g_ 2 ZW N W a w p r4� z J 00 o5 0uz 0 N O Z OS4 Z O"W_ U 3 O 0 10 o O Jr a'wr O N—F -wWr Sow Nl.i N gw 4 r j. m 60.. O b Z z N W r Q O w a Df woo lil ti U Z -OJZF- A 5� 1 W �JEw USp Opa um 6z 6- 0 0 r N 3oz o� A- z U>.a4 u_ °u Z a w WW JKJ zw:Z 4a Na'p or NJ °w c UU Sj w'O =0. 6. q- 7CL 0 CL a'Qr 3: O° �LL.J °oOw?Z ZZ Z02' F,_„�'tN yw w a o w20' a �....z 4 J JWwp�JOp Z W QI w SZN YCob YOo' 3 p0m NIF <wa0? dj m4 t i? WUt w /iW J W mmOw000 V,4� O a LL0. 6 4 0 a m.W r �r r m 0. tnla ML, Wq �JOJ Zo OWOO�Np4 WOZ Nr a'ZZQ =LL z IN(,U 7Q4�+40rK cl CSOr ULLZr�o X51= rla/I Ua,W 'WJZ z wZlnO _U a Wo�00005o N �oc0.0K�KFJtJ�iONw aQmUNUUU20 ®F- zUpLL 0.N° :l z L N M i!1 fD h 41 VJ I LLLL Cl) LU O0 J 14 J, L cc uj 0 Z Q x U C3 ul 0 Ir WD S c 5A0 •'p10� cJa LO C7 0 ti Cl) O N co 7i U LU O LLI V T- N i ,..E!ZP .(g P", I" ","ill I IOZ '8s ;CY ovold)d) .9 I 1HoOH TTSN II a .nN+ 13nlno q 01 'nNi ON (H) dO8C3 7 5 r onnvaoxH �¢LL VI i 02 10 uj 0 Z Q x U C3 ul 0 Ir WD S c 5A0 •'p10� cJa LO C7 0 ti Cl) O N co 7i U LU O LLI V T- N i ,..E!ZP .(g P", I" ","ill I IOZ '8s ;CY .r za, zat} 1as9ud Losl saved 0r: gj,-d i R �m zw� N A 1 �p O ICA CA in 3 0 C� w e) CJ) W 4' i h? r Il� W D 4 G m rt �o o v Z G 1 y a r` VA FLOW. rn Z 0 �v vi m c v z n Y Z b C -t O m fT i+u N s� O MO Cp7A�° 0--11 wYiz t z, �y (C7 0Z yN, r^ 5 c N $0 �7 7 y V1wp 1� p r�cnm� pnt*cp� o Au'i 8 A R•1 00 op y Z p O T m s ?z. GZ'!l` g �y� m el e� N vtnc C N.✓� A O Z g 00 n y8 v p• v �N�om n o o z BE, v m7$ f n i M o. m �ncr�c�iznA �Z_ z,°`� o n cnm Q sv z z r n a n q u 'o eda o m g 9 N t ms 1 EXISTING CATCH BASIN TO REMAIN ADJUST RIM TO GRADE D2 63 rDi)i D2' 4 70 O 77 ss I ONAL Cs 1 -LT L D 2^ I All 0+60 !4+QC SOUTHCENTER PKYM 10+00 11+0C 7 NJ P L UG Ak LL jD A t� 11A N D 0 —d EXISTING 12" C PNIC 62 TO EAST 40� bQ32' 69 POT140AA —TO- CQN)RR-Mt§ HJFT 4 20t. IRE�,A, --c QWA6 ml LEGEND (S 9 —SD— C.R.I.P. DESIGN CHANGES CONTRACT DESIGN ELEMENTS ELIMINATED CONTRACT DESIGN ELEMENTS —SD— TO BE BUILT PER ORIGINAL DESIGN PLANS W 1 CONTRACT DESIGN STRUCTURE NOTE. THIS FIGURE AND ASSOCIATED STAMP AND SIGNATURE ONLY ADDRESSES CHANGES ASSOCIATED WITH THE APPROVED C.R.I.P. SEE APPROVED PLANS FOR ALL OTHER DESIGN INFORMATION 0 40 NUMBER rowsm%xmmiml Chanqe Order #13 Page 14of35 Scale Design Civi! Engineering TUKWILA URBAN ACCESS Project Management o Drawn Planning Date 10024 Main Street. Suite 2A: Bothell, WashingWashington 98011 2ftgi,�- Mice: 425.486.6533 Fa 425.486.6593 ­sdoengbieers.com DESIGN CHANGE 2 Project No. R:\Projects\2(56 (Atkinson) \001 -11 (Tukwila Urban :.1—A.\DCO2\T1.1—DR2.dw9 CR-JDM Page IN Sheet Affected F� O 0 C O O a n. N S m S a h Z' n "t C �Fw �j G yy m a a� O I) ;F CJ I° g -I £9'L9:'A313 Ala 3LVa0 (13NVA '.ifJIS�H HOltl'J a I (la ,Lvv9 9Z404t L)3NII US LM) V999 Ls :o c' OL'Z9: A313 AN �ZZU a o s ry j o 31ya0 03NVh (3) Ll'BS "Li e`6 4N 99' '9Z'90 +ZL 3Nf1 OS (S) LS'99 "li o Iz tt N m�.. �i O DID plp 8 N: F5. O CD W i. Oz O' ()O:� °duo Q d O U N U O ....95'SS- A313. YU21......... 31Va0 03NVA 3d)1 HISVS HODO (N) Z6'09 '1d -W 119 W 91 +OL 3NIl OS (M) Z6 09 u O :O II I; x r AIR a zzcwi: 9 L'+S:'A313 AI21 U �U. L00 -80 133HS 7M130 33S SAL0.F.L6L.SOa.�lO31N00 ..09 ll £9'SZ b6'6 +01 Nll OS m (3) 09'96 (S) OS'Bb '1) 6Z'99:'A313 YCH .o g 31Va0 03NVA MHI:313anMOa :-W ,LL'99'9Z L+ +L:L 3NI1 OS (S) 61 SS N Za a. �6z o n n co:o �N 31 036IVA L3aONOO (N) SL'ZS u aa ,LL 89 +Z LL +QL 3NL1 OS i N 3aVi19 01 ma lsnray. N U V ....:.HLaON 01 1O3NNOO....... NLLSIX3 tll ,ZS'9Z 66Z 1 +6 Nll OS ...(N) 0S'£b. 14 ......(3} 3anLOna1S 3WVS n p1 :As P.-S ml WVZ0:11 t10Z 'BZ ld� Apr 28. 2011 10:38AM Lost Saved BY: JZi9neid a' m $i 0 N 0 X 0 �o m n� r o� M0 O tl- LI ;m 2' -0" I 4' -Q 4' -6" 5' -8 3/8" N Z M p N �o N N 0 �I i 0 Z� r m <o M� D Z l yy Ye�LI� O r z m n Z m 0 D O C ;o co m (nu M �z �D n r O s a yl ;1 3 w to (D n'� Q w w C3 o �N T n _L7n f NO ��Z� 200 n316sCM m i -zz S HI ZE om m�� rnl> NO �M;UM .��D Ccm; Iw 0% 3K, 0000�007 {{�//l1 A p Cr O C 3. 0 x Pm o 8U Z lip D n�y 4 OZ' e ZfTI E NvD �-0 A C mm i a m� 0 tn 00 mf g_?.Om_ ro �A S �'a -��rr111 N m m r,- OZ+ -nQ RR :-10 Ma G QO -0 '0 MTF m g r on�p c mo m i ozu o z Z•$ l to r °g m no ego �tnm a ov a t10 a Zoo C• �N V Z S z o R o Z Lz =rq g t O O n F N N�zzN N vm ovX m z Vic yN o=ff m w n n o m °Z n 71 b i o Z O g g m 1 4 n Z u, m n �o o ;Q z Z c r= �O n O Z D c7 cz D O Z O O B N O 1 n N m° N p N p A y A rn C <7 n T O z M N z V w z Z z m o PL vs y A z o o y 0 z o 0 0 0 a m 0 ,'D A A A r ymqq1 Q f C f�1 F Zr A m f0 0 C+ 0o n0 00 t d1S 3NI�NO1dW 33S 1 ns 39 +00 EfO LVJIm �N p �W;pa:J a.o�aQ o� .cC�y z LA C) 4 o �Z N C, L �1 FNtC3d i s i Z W V) Z Q U Z WZ 7 U� U O 0 W fan �xr oxe Q' `o a 0 131 u i e c 5�� 1 mad kip s m r ivoO rn 0 -Q'U Z0 tA o V) rr, V) C 0 U 5 1 SEE SHEET Gg—DR3 A B+00 mwr o 20 0 ca CA 7 Y SEE SOEET I 1 0 N O �I Z W a j y N 1 =4- U I W W I Vt N Z I I I 3 N I 4 O a' �.i� 00 �£Z d1S SNI" -I o $a m l �s oL w n I 5 a qi,r P ud gts r ca CY-1 11 O 1 WCJ4 Z y z c N Z 00 5 N n rooz �Q�U1 N U Q O Ll1 rzQw U owe o z I a t Z 7 W O Z N Wd Z c7 OJg r r a az�mNz C( 06 O0 O V 1 O uJ i J' pa ya wl t v f— ppw6�Zf '49 k .1...... z� C ox O: O N :B N n' O FL 43.22 (S) �C IINE 20 +86.89. 51.90' RT r-r N Fl._ 43:22 (Nf CATCH BASIN TYPE 1; Ll VANED GRATE :O n o O s FL 42:95 (S) RIM ELEV. 46.95 tt. 42:95.(N �7t +02:00 '51-30' T S R CATCH BASIN TYP E 1 CD VANED GRATE RIM ELEV. 46.25 43 w ui i FL 36:90 SC LINE 22 +17.09. 32.17' RT Q FL 38:90 N) CATCH BASIN TYPE 1. VANED GRATE P. z. g FIIM ELEV. 43.00 OR is ol N O a MATCHtJNE SEA SHEEP GR -DP4 N.. w O rtit o bNZg lea ...-,3 :S, ...S l., mol=u n', 11, a a Ci a W O a Wit /,:n3 k8 a L WO UO JMHS 11V130 33S o z 0 9 a a 31OHNVW �M H3aMO3 Z Z C? (N) 99VE -U U� (s).9 Wif KM k8 IWO 193HS 11Y230 33S (N) ST U 310H;;;il HWU H03INDO Z/. (S) 92la u !g ec+cz 7m 6VIi 'A313 AW (N) WLC u 3.LVU2 S�?��A (S) WIL2 'U �3Nn A L ZE a LO co CD CO a LLI (D to z 0) ca o m cr-I a a o. (C3DNVHONn) S�. Wi6W. HO-LY3 cu P, Gi o Z q O s310N Nisve qOlvo Do c5 a c Z 3d�d M03dS� 33S W QV 31OHNVY4 .*Z ONY 3LY115 QWA OiC]O-UO JMHS lIV13C 33S a app a animus maiNoo (M) 86 -u z 6 id .4LUi7 OU65+9Z 3MP DS (S) 99'6Z -u a z Wc a u .c wo o Z a .o a o m z: —..zm H o o a SMON MSV9 '1431VU Z 3dILL 7IA33dS. 33S 99W 'A313 a HJU SS303V 31OHNVY4 .*Z CINY INUO 03WA FO1V3 (N) sqtZ U IA JS 1p N 0: a a a a 06 'AM RIV m KV8,9 G3WA L 3a)d:t4lSVFI HOIVO (N) 00!9C U r 18 I.L ua og+vz 3Nn os (S) Owgc u ...-,3 :S, ...S l., mol=u n', 11, a a Ci a W O Wit /,:n3 k8 a L WO UO JMHS 11V130 33S o z 0 9 a a 31OHNVW �M H3aMO3 Z Z (N) 99VE -U U� (s).9 Wif KM k8 IWO 193HS 11Y230 33S (N) ST U 310H;;;il HWU H03INDO Z/. (S) 92la u !g ec+cz 7m 6VIi 'A313 AW (N) WLC u 3.LVU2 S�?��A (S) WIL2 'U �3Nn A L ZE a MATCHLINE -SEE SHEET CR-D� a a ...-,3 :S, ...S l., mol=u n', 11, Apr 28. 2011 10:4MM Last Saved By: J2ig -id i i O OR N s FL 500 (S) Rc IiN (18 +37.88.)38.48' Rf .Fl.. 56.t0 .(N)...:...... ..I.... N•IT.m.cRn..... RIM ELEV. 59.25 V O V 5 CII m m N O r n 7 FL 50.30 (S) cf IIyF 19j-Z 33.87' RT r-r FL 50.30 (N) CATCH BASIN TYPE 1 (j) VANED GRATE w :O n o RIM ELEV. 55.Op V.).. ...:..........y........:....... n (D 4m 1 oaSg O X 1 0 A; m O- N mZ B s N o� diggs c SC UNE 20 +86.75, 28.90' RT 7 FL 43.81 (S) R[SIN TYPF GRAiE 43.61 (W) i.. M•ELEV47 43.85 (E) 8 J 24t 3 i ce FL. 43.65 (W) CATCH VANED GRATE N RIM ELEV. 47.78 n n 1 a C. �BASIN5.OIJ.L 1. a.... EXISTING CATCH LQ RIM ELEV. 46.64 m Fry N C (D 3K S O O O o NM W r r ON no: n .CD... .:.mY .cZ7 m L ..SAM TURE E STRUC s MAC MAC 0 m ca O r Z Z C TI �1 k0 RA /l l �I INF 17 +57 20 55.2 I RT CATCH BASIN :TYPE 7 A p c P VANED GRATE: RIM: ELEV. 63:00 L.... .......o G co C o x y SOUTHCENTER PARKWAY 12' TRAVEL LANE 1 24" RISERS TO GRADE 2'X36 "O RISER PIPE 6" C RETE COLLAR MIN. 12" OVERHANG PROVI CDF BETWEEN DETENTION PIPE AND BOTTOM OF COLLAR LADDER 48 "0 CPEP PIPE SECTION TANK 1 CR-DD9 1' =1p' 7. S IOA]AL Change Order #13 Page 23 of 35 i 6 J. 1 Design Civil Engineering TUKWILA URBAN ,ACCESS z mz :�Ti Project Management D p;; l Planning 78 OF IN 41 L.A` Date 10024 Main Sheet, Suite 2A, Bolhell. Washington 98011 Sheet Affected oa Otfce:425.486.6533 Far.; 425.486.6593 wwresdr.:ngineers.com DE CHAN ti Project No. 2: \Projects \266 (Atkinson) \001 -11 (Tukwila Urban Access) \Dwg \sheets \Crip 5heets \DCO3 \TU— DD8.dvrg 1 n CO N W 0� 0- 4� 1 1 ro N N U II L J Q Q d Fff1 �Y ao°- �D�SNO� °co I O 7 i� `r N z 1 1 QW�, C, C.I w J to W NON' >NNNS a N Nw O N U�� 0 O U Q Q ui O m a 1 O H N Z W W W II C, 1�w y =1 W W4 Go o o xw N °Ow �i O tY Z Z� N LL, O N ��r WQ u l a C) c) ,n I I I 1 U Y w g a w CL. U s co J O 1 W Cl- LO O EL N J L'i e CC C', L CL- M U d 00 'k Z SZ Z na UQOQ Nw PM7 6°.. °NQ�i1WWIV- N QMC ()N 1 4 ,r 0 Z Z U 16� 1 1 n CO N W 0� 0- 4� N U I Fff1 �Y l S 1 0 1_s '�w"Imo 0 0 i i i i Y pi Dar p" lsol ylygS'Ot IIOZ '6Z "cl VANED GRATE RIM ELEVATION 36.90 f SHEAR GATE W/ CONTROL ROD FOR CLEANOUT/ DRAIN (BEND ROD AS REQ. FOR VERTICAL ALIGNMENT W/ COVER) 12" OUTLET ELEVATION 29.88 REMOVABLE WATERTIGHT COUPLING OR FLANGE. z 6 0 z N 36" PIPE FROM DETENTION TANK ELEVATION 29.88 PRIMARY ORIFICE ELEVATION 27.88 ELEV. DIAMETER (PRIMARY 27.88 1 1-1/8" I (SECONDARY 32.18 1 2-1/4 1 IRISER 33.08 1 12" I ORIFICE TABLE t _"'—ALUM. RESTRICTOR PLATE WITH ROUND CLEAN, SMOOTH 6" MAX SHOP— DRILLED ORIFICE CUT IN 12 GA. PLATE WELDED ELBOW RESTRICTOR DETAIL TO ALUM. CMP CROSS W/ BASKET. 0 r 3 130/CR- DR5 CONTROL STRUCTURE WSDOT TYPE 2 -72° CATCH BASIN N.T.S. Change Order #13 Page 25 of 35 MANHOLE FRAME AND LOCKING COVER I I BOTTOM LID ELEVATION 34.7± 1` OVERFLOW RISER ELEVATION 33.08 SECONDARY ORIFICE ELBOW RESTRICTOR ELEVATION 32.18 3" x 0.90 GAUGE SUPPORT BRACKETS 3' -0" CTRS. MIN. r MI••'I 12" CMP CROSS FLOW RESTRICTOR STAND PIPE. z I N M D88ig1't Civil Engineering TUKWILA URBAN ACCESS .A 19 Project management Pam Drawn Planning 78 O '3L6(dJl 10024 Main Street, Suite 2A: Bothell. Washington 9 8011 Sheet A ffected D ate N 2001 Office: 425.4 86.6533 fax: 425.4156.6593 w— sdoenglneers.com DESIGN CHANGE S a Project No. \Project5\266 (Atkinson) \JO1 -11 (Tukwila Urban Access) \0wg \sheets \Crip 5heets \0CO3\TU- 0D10.dwg MANHOLE FRAME AND LOCKING COVER I I BOTTOM LID ELEVATION 34.7± 1` OVERFLOW RISER ELEVATION 33.08 SECONDARY ORIFICE ELBOW RESTRICTOR ELEVATION 32.18 3" x 0.90 GAUGE SUPPORT BRACKETS 3' -0" CTRS. MIN. r MI••'I 12" CMP CROSS FLOW RESTRICTOR STAND PIPE. z I N 0 z o v 1 UJ N U N I q, p OrU 1 OU LL- W N pp S 5 1 1 oy Y F7iilo la 1 Z'f4W �wUNUV V =pU 4 W j z�4 10, is ?'Iw 2 4Y YyLLLL 64 1 y ,J Z� NJ �pU oo U'tv c 6 7777 Lyfp m 3 t 6 U �N V 2 6� rJey N wZOw �'f. y�W O W W W sf Ci lL• N aad pa I w o a p4'yC� 6 z z• r 1 @r �Qo�l azzop I�ff o� 0 z o v 1 UJ N U N I q, p OrU 1 OU LL- W N pp S O oy Y F7iilo Z'f4W �wUNUV V =pU 4 W j f4 N LL N� pN 4 r O2K W,n a o rc W a �N V 2 6� rJey N wZOw aO��d N6 7 U U KIN U a I 4 o Z p 1 m r U UQ Z Q UI r ..OU U 24 U U N Q o Z ri rZ U 13 4pr /7 f I g >U D 3Uy W 4 NWf p 6K �I t VOZU Uf 0. p O CP y U U7 U. t yZ UOr U in U �4 ilf w6Z J o gl ZUj a Uw O QI-'J K S pmt�U f F. m o� aa� z Q U W w�,g, �c g`•'= p 8 d, p a �3V sY m Q WW J, pp 'E..iC7 4- d szN Uzac�K QO W6' 6� W Yfppri°Oo4r �y UxG.�Q Is U W} oK�� q Dpr� �9p y, a Nr a ��ti N�yN 0.pflUNLL 1 w ��UU o i{ a �d������r UIw rU Nr -0 `ff 7 44 �0.w �wUNUV V =pU z os3 �W 00 0.�JJ W0. f4 N �I d (�d�ld1.1•� ,9 cr 1NJ13H 3415NI �(N)d0 N fag U. F Q 09 LJ cc r LO G n 0 6'' co l d. O LSi U plq d W l Y a ly LL�Z r y j P p.6�lf DawS iSO'1 yNl£�OL r yy G I I I I CONFIRM ...,,.I GAS LINE D7 LOCA71ON PRIOR 89 TO INSTALLING 3 01115 MANHOLE a i I D a '.D7.... 1. J� 1^31 CONNECT CONTRACTOR CH DITM OF Y" l 3 OVER DUCT K D7 PIPE UNDER —C ®I. THE CITY OF...... na OF THE I AT THE 'I t LEGEND ®n —SD— C.R.I.P. DESIGN CHANGES FOR THIS C.R.I.P. ONLY THOSE CONTRACT DESIGN ELEMENTS DESIGN CHANGES SHOWN IN COLOR SEE APPROVED PLANS FOR ALL ELIMINATED OTHER DESIGN INFORMATION CONTRACT DESIGN ELEMENTS N —SD— TO BE BUILT PER ORIGINAL DESIGN PLANS 0 40 s CONTRACT DESIGN STRUCTURE NUMBER 3 Change Order #13 Page 27 of 35 Scale A 0 JJT DeeW1 x Civil Engineering TUKWILA URBAN ACCESS Mz* f Project Management Page o Drawn y r Planning 70 OF IN N 10024 Main Streef, Suite 2A; Bothell, Washington 98011 Shoot Affected m Date N Office:425.486.6533 Fox: 425.486.6593 ww d..ngineer,com DESIGN CH GE 4 Project No. ,i: \Projects \266 (A(kinson) \J01 -11 (Tukwila Urban Access) \Dwg \shoals \(,rip Sheets \DC04 \T1J- 0N0.dwg a a a a a m a 9L 'o a a co �3 w a co a 0) a r 0 ez 0 6 a wo (D Ivot 'ATU Vild OIS '-Ub'o 83d 90-ta cu uno a (S) 4V9C a: ,cu (M) LLW IA Mdruonius 3MS 'E a U SET F D a L 0 Use S r ou p a a 12 icy z 0 as (P..YZ. 50- a i 'z �2 Z 09*�C :A3'13 MU: go=so Cis *1'0'3 0d: L-nm u (S) LG Lc L N (N) Mez a -u NISVG HaWa ONLLSIX3. (N zt u Ti ,46 1¢ cc cu -IRri b: (M) UTZ u p 0: K.... O a a X O M.oz a a 'o N. a a 60'0* NIH: Z LbO-NO 13;3HS NO IPV130 33S ¢MO GICZ. SCID H031NO3 (3) 66'W U 1 S£'04 'A3-13 Y-, f It a MWO MI 3dA1 NISV8 H31 (N) 01'Lr IA fi) UU Ub u r Li a 0 m Z o X 2: a 0 -J: 0 F7- a- 60: 0 m 0 p o x 0 a of: V) a O Z a a w Z: L 1 0 a LLJ Lu w 0 Cj Pi--bizr:Aa P.-S 11.1 vMS:OL 11oz 'sz idv 1p:36NA laet Swed 8Y; gp55 I w' i X11-- V Z 7 2 1 ta tai) 4 _g N fn ww �i os �U) �J w n5�C 1 NpW nN1'� f c fir� o I A4Q�� °Om zNm 4m"oo G7�W� �Z St G�Z Q�8 f y =per° m Alt A o xm-t t N >f'SZ zoW R `L).��ClA Z 2 4•om z G �NC a A3 a ads y m�!S v `.fix zm p� �2 y N O S rn C� N A 9 Z cN r m 9 1 g A IYZZ N m AO c N y r z z a i "4n9 D p{ -Gq A N_ f'S AV7 O Z M Ln Ct9 w m l 0 FLOW o o I m z 013 N0 I m �,nmm a�yo m N Z� m Z P �y 1 0 SO PFL�VY.. 2" POLY WATER SERVICE 3 B PLAN D7+ WS -03 1 —BALL MARKER 33� --LOCATED AT MJD POINT 2" WATER r. •r. .'r. .'r r, rrr, rrrrrrri ✓rrrrrrrri�ri- rrirrri, ✓rr rrr rr rrrrrrrrrrrrir- �rr•rrr >%1rr�� }ir rYili I Z 4 2" GV AND `VB r RELOCATE EXISTING 2"' WATER SERVICE METER i x CONNECT EXISTING SERVICE )PE "TO METER f LOCf�TION. m I 4 T A'.•. W EXISTING- 2" DOMESTIC I; APPROXIMATE I J UTILITY NOTES. 3 13 INSTALL 3M MODEL 1423 —XR —ID At 4 BLUE MARKER BALL. b t i� H —W— C.R.I.P. DESIGN CHANGES fW CONTRACT DESIGN ELEMENTS N ELIMINATED NOTE. FOR THIS C.R.I.P. ONLY THOSE DESIGN CHANGES SHOWN IN COLOR SEE APPROVED PLANS FOR ALL OTHER DESIGN INFORMATION 2" GATE VALVE (GV) WITH CONTRACT DESIGN ELEMENTS ul VALVE BOX (VB), TYPE TO BE BUILT PER ORIGINAL 0 40 1 —BALL MARKER 13 DESIGN PLANS j F Change Order #13 Page 30 of 35 Scale W N] S tee D88�QI1 1 Civil Engineering TU ILA URBAN ACCESS R Pa C ge PROVIDE 2' MIN. SEPARATION ?*lam„!, Project Management Planning ti N 10024 Main Street, Suite 2A.; Bothell. Washington 98011 3heei Affected D a t e SO PFL�VY.. 2" POLY WATER SERVICE 3 B PLAN D7+ WS -03 1 —BALL MARKER 33� --LOCATED AT MJD POINT 2" WATER r. •r. .'r. .'r r, rrr, rrrrrrri ✓rrrrrrrri�ri- rrirrri, ✓rr rrr rr rrrrrrrrrrrrir- �rr•rrr >%1rr�� }ir rYili I Z 4 2" GV AND `VB r RELOCATE EXISTING 2"' WATER SERVICE METER i x CONNECT EXISTING SERVICE )PE "TO METER f LOCf�TION. m I 4 T A'.•. W EXISTING- 2" DOMESTIC I; APPROXIMATE I J UTILITY NOTES. 3 13 INSTALL 3M MODEL 1423 —XR —ID At 4 BLUE MARKER BALL. b t i� H —W— C.R.I.P. DESIGN CHANGES fW CONTRACT DESIGN ELEMENTS N ELIMINATED NOTE. FOR THIS C.R.I.P. ONLY THOSE DESIGN CHANGES SHOWN IN COLOR SEE APPROVED PLANS FOR ALL OTHER DESIGN INFORMATION m CONTRACT DESIGN ELEMENTS s g N —W— TO BE BUILT PER ORIGINAL 0 40 DESIGN PLANS F Change Order #13 Page 30 of 35 Scale W N] S tee D88�QI1 1 Civil Engineering TU ILA URBAN ACCESS R Pa C ge "&t ?*lam„!, Project Management o Drawn Planning $4 6F 1as N 10024 Main Street, Suite 2A.; Bothell. Washington 98011 3heei Affected D a t e gg s tv Office: 425.486.6533 Fax: 425.486.6593 w— saaengineen.corn II� DESIGN iA CH Project No. \Projects \266 (Atkinson) \001 -11 (Tukwila Urban Access) \Dwg \sheets \Crip Sheets \DCO5 \TU— UTl.dwg o �l n I £lfl -b0 13_ K M x HS 33S 00 l ViS 3NI I I I I I i c. It�` N j 1 7) I N 00 1 ivN i c Z tb }m= =W C W Cn W' KaN' i i J C Ln W ON L6 x W Y J OW(n J�� 1 �j J i NwjMYOCO dt to J V) -Do =Z p M o0 mF M Z 'I J W p��/ (n (n0 to h J Y QF a wM j ,j _a1 o Q o 00 Q <0 J I Of o. aD m I CN CN m W w F. o LIJ W ,e- w 31 -Du J J Q i I i TRANDER BLVD z I X f x� wow wQ z I >J� z LLJ J W Q Q =m ACC 043 I O w CY L J a v :�0 r- w Z I NON n o m I I I C c I 1 Z o w N a w tin En 00 W Z CY L J :2 :�0 r- w Z J NON I w w0 W �[o 4 >-LDo O d U U) Z p _j 0 1 9 p J d Qu O ii z a: N_� -.�Q O U m Q 1 N U I 0 LL M O Q Z F- W 0 O p C'! 0 co d N a C L U w LU w H Si ol `is ciE4 ;I& uds° m s a Y o ,tiv 1 1 7 G E rz U 3 0 i aeclk Of 0 �OQ 0z O:fz 0 �Zo J0 (nom o go W w Qfz (nUof Lli h ~CD¢w p Q_(nW2 z °o no a! :Re p —S tsoi W6e :tt ttoz 'ez Idv Z zQ N W W Z w :2 :�0 Z J J Q w w0 Z N U) Z Ld J d O U U m <Z Q Z C` Z Q Z F- W Z5 OJ Z Opal U UW UHF Z Y I W w S a! :Re p —S tsoi W6e :tt ttoz 'ez Idv Apr 28. 2011 11:50AM Last Saved By: JZfg,,Id 00momm0 Z =m(AJu o -U (no 6 jz� zoc�_ m z ;u Z D O Z zz�z0 r r 0 0 m tC� Z 0 0 2 z x p}�q Ill 7 w N z c o W n Z. m m w 0 w ol� I O x (n I v o-{o moo mo r-o 0 r w N z z 4 z m g k! 3 7\ O oWO ri 0 U) r x Zrl0 00 N Eg I (n -D N N Z 5� x z z n MATCHLINE Om m 2 D ;10m G7 m G) K Dz K z m 00momm0 Z =m(AJu o -U (no 6 jz� zoc�_ m z ;u Z D O Z zz�z0 r r 0 0 m 0 D N D r D .'T om "D 0 Z m O Lo C O m CO W m rn Kcm W 0 N I O QJ N A Mr M D m O O m D cz0 �n� D 0 1 o �x O zz= o m N 20 zm? m o m m 9 N a v 0 D O r rn Tl. w z� U)Ka: LA -i m cnU) h r r ro:. �D, T Z +T Mi 1 mm T I N 1 1 n zmm-i M M Z m DS a "C0 x cn r x Z D ONIOP ZAoC: c0 MATCHLINE STA 13 +00 SEE SHEET CR -UT2 I LA 7 00 w: I it �l t r1 I F C I i:• ._x it L,+ C4 w r- r i r i i r 00 +6£ 0 Z 0 0 D m F r z 7 w N z c o W n Z. r C m D N 0 w 0 w ol� I O x (n I K m I 0 O "e• i m co o._ f r w g aq 1 a'.2 m I O 4 0 o k! 3 7\ O .Z W Z1 3 U) r x 0 D N D r D .'T om "D 0 Z m O Lo C O m CO W m rn Kcm W 0 N I O QJ N A Mr M D m O O m D cz0 �n� D 0 1 o �x O zz= o m N 20 zm? m o m m 9 N a v 0 D O r rn Tl. w z� U)Ka: LA -i m cnU) h r r ro:. �D, T Z +T Mi 1 mm T I N 1 1 n zmm-i M M Z m DS a "C0 x cn r x Z D ONIOP ZAoC: c0 MATCHLINE STA 13 +00 SEE SHEET CR -UT2 I LA 7 00 w: I it �l t r1 I F C I i:• ._x it L,+ C4 w r- r i r i i r 00 +6£ 0 3 m co CD O F CL 7 z c W n Z CD m N w 0 o 0 w rri Ul o ff3 I; m 0 o Q w 0 0 D N D r D .'T om "D 0 Z m O Lo C O m CO W m rn Kcm W 0 N I O QJ N A Mr M D m O O m D cz0 �n� D 0 1 o �x O zz= o m N 20 zm? m o m m 9 N a v 0 D O r rn Tl. w z� U)Ka: LA -i m cnU) h r r ro:. �D, T Z +T Mi 1 mm T I N 1 1 n zmm-i M M Z m DS a "C0 x cn r x Z D ONIOP ZAoC: c0 MATCHLINE STA 13 +00 SEE SHEET CR -UT2 I LA 7 00 w: I it �l t r1 I F C I i:• ._x it L,+ C4 w r- r i r i i r 00 +6£ r, "I O' F r rq M mDs >m= w .1 y ou rn U, I; i i Eg I 5� I 3: MATCHLINE STA 18 +00 SEE SHEET CR -UT4 501 F IN �1 F- I U !R j.1i 'A �r 1 Dd ti I Q 00 r� w z J v a 'I ST' ONAL CNB STA 19 +94, 25' LT 1 1.2 "x8" TEE, FLxFL '1 8" GV, FLxMJ 12" GV, FLxMJ -12" GV, FLxFL Il r l l t x As o "-3 i+00 GV 62 LF 8 DI 1 -BALL _MARK R 13 j; 29:+00 `N 94:1 LF B 2.._. Y WATER �dGATION SCNB STA.29 +22, 5_' F SCNB STA SERVICE 1 8" 90 BEND, ,MJ.xMJ 28 +28, 5" RT °'2 "''IRRIGATION— 1 THRUST, BLOCK 1 -8 "x6" TEE, FLxMJ METER SEE' 1 =BALL MARKER r GV, FLXMJ SHEET 87 1- THRUST BLOCK (USE DIRECT ROUTE 1 -BALL 'MARKER` W /WALL PENETRATION) 22 LF 6 "DI t FIRE HYDF�ANT A.�LY NOTE: SEE'- SHEET 87 FOR THIS: C.R.I.P. ONLY. DESIGN CHANGES SHOWN 'IN COLOR SEE APPROVED PLANS FOR ALL LEGEND OTHER DESIGN INFORMATION N —W— C.R.I.P. DESIGN CHANGES a 3 m v s I N N a CONTRACT DESIGN ELEMENTS ELIMINATED CONTRACT DESIGN ELEMENTS ill —W— TO BE BUILT PER ORIGINAL DESIGN PLANS UTILITY NOTES: 13 INSTALL 3M MODEL 1423 -XR -ID 4" BLUE MARKER BALL. 0 40 Change Order #13 Page 33 of 35 Scale mr Desi Civil Engineering TUK ILA URBAN ACCESS Page R m I if Project Management Drawn Planning 87 o f .p�,� .taf! 10024 Main Street, Suite 2A; Bothell, Washington 98011 Sheek Affected Rate DESIGN CHANGE 6 fice: 425.486.8533 Fox: 425.488.8593 Nww.sdconyineers.com Prof @Cf �O. Ol 2: \Projects \266 (Atkinson) \001 (lulesila Urban Access) \Owg \sheets \Crip Sheets \0006 \TU— UT4.dwg Zd 133HS 33S 3NIlH�lt/W o LO m m i y LO c7 O 0 S c'7 C RS L U E E 3 t s fr l 3 F o] Cd�d) r Gem' Z m� N :N O v O 9 :3 3 w o a �N p �.O IJ L O: Y.. z to O II II z O O �t r F- m m d L uocX..r3 :ZB P..s p.1 'N' G: lloz '8Z �atl v b Scl. 5 0: cn o: IRRIGATION SERVICE J....... N' A p :0 Q 0 CD Z 0 V I/1 m $O� Q �r'J��R m m 9Ig v HYDRaur A39EMBLY Wio r, 9 I........................ m c 7 3 W ID La 7 IRRirw j�SERVICESERVICE 6 7 d Q CD Q r CD I rT C.) co o ID (,n 8 -8 0 0 p J O 11- 0010) Council Approval NIA Sheet 1 of 19 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 12 11 X 11 001 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 D1, D2, D3, D4, D5, D6, D7, D8, D9, D10.rv1, D11, D12, D13, D14, D15, D16, D19. Insert Plan Sheets D1.rv1, D2.rv1, D3.rv1, D4.rv2, D5.rv1, D6.rv1, D7.rv1, D8.rv1, D9.rv1, D10.rv2, D11.rv1, D12.rv1, D13.rv1, D14.rv1, D15.rv1, D16.rv1, and D19.rv1, as attached on sheets 3 through 19 of this change order. Payment: The cost of these revisions is being incorporated into the total cost for Change Order 13. Change Order 13 incorporates many of these changes, and further revises several of them. This change order is being processed in advance of Change Order 13 to clarify the scope of all changes. Therefore, no payment provisions are incorporated herein. Contract Time: There is no change to the number of working days in this contract as part of this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Contractor e� By r, 62d+ A Title V'r Original Contract 10,880,180.00 Previous Change Orders 781,927.66/ This Change Order 0.00 REV. CONTRACT AMOUNT 11,662,107.66 V APPROVED BY THE CITY OF TUKWILA Date, By. ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: VrIlAALNfIJL 30 AJLIJ r az N N z z z z ai z �I i Q m n¢ w w o a o 0 a v d a o V 9 O Q VI Za a FZJ a W W N N N N I ?i 0 )m r O NpF °a z a a u a a 6 a a a a a LL O lZ 0 0 0 0 0 0 0 0 0 z =O I.B a d ry (Y o� zz w r I a oa z I c 3 z I I a O O u a 3a u u n o n -I �Q co aria 11� o ZO IHS 33S 00 +9 HIS 3NIl HOIHW II ;I T II 71 C �i I Of w w w e C G a gp z LU m IL p) to i w w O U U N 11,z 1 j Q z CL o z ui z N i t O gqq p �`i O w I .I N i o z L I I I I �oz C j I II i I u' N 4 i I �T�"� I I I el j w.: I an i ilk I .30 00 NIcDONALDSj o 31+0o ENTRANC 'I P" LINE f w e) oo E Ilf I DOUBLETREE ENTRANCE Q I :.i Chi I o r B i n o ET Q, zp o0 1 °I 1 FN W Z z' z ❑m Z a O I t• �I a o w U z J 7I S I o o a N J W a a Id I a a m o H Ul J R z a y o a z a a N a w o o c� it �I u l a v v- o m.; a 5 o u a a a N Q z o o a Z J N J a z z a z o° u o m o in O p 2 O h w 0 z w a w u m u o wm m o f W W a z a a w< �s Z f U o ♦ro z z i u m z o w z N a u N a a z W .•..�:,.;1 N 5"0 0 o k a o< o a o o z a iwt{ �w m y> Z i w a w it w 1n a i i o a a p• az z rc W z W p I Z o i io oo R? F o ou N 7 °o a u Y u p 0� 0 I a v°i u ou u Q z z v�aia Nz z u W z z N F Fa Z N N Z O o Z o ao o w w o o 0 0 o N I m o 0 0 0 o w w o o Q 3 u 3a Nf a a N vi o2 u E u 3 ?m a ua u u o u m o: a o p'v_ uTrt wv� �O'taisxti:WSbuxun��goyposiliM F IIlr�amrymlw.M-- oes,,°gm.eg i pso vrn s n m -�i ul"iy v� ar n D i;c• II L� 9 n o l.a v I' Im ,II c n m� n N yi Z O O O OX n O �i Z n O z 00 a z t9 P;. :w 7 N z> o z v a n CD b n m Z W r Z O A z m 0 z m p 0 l n n Z D a 0 yo z M m z it oII Z o 000000000 00 000 J mz i m o n n o r; c n zOZ o b o o� °z N M C cna z it D mZ] or N ci z z n A a A� -z- A Z y n s i o Z n o y -ni y QW y TTjj 'Z oz K A p _°ti 0 oQ D Tl D roai o I rn m n m C prl to O` m D m z c z z o n m r n z 1€ MAT LINE STA 13 +00 SEE SHT U3 e 0 rs w e W x a A o o o v,. m o n In a! c O O n r�Z i� amn V7 as d i W z� o z o A� G�I yD i Z O O r A Z Z a D a a 0 a 0 a r m DA O (A o 0 0 0 0$ o o z o ITl i r o o 0 0 0 a 0° N a n a n =yZj 1/1nN O A p I all n n �n a c z O n N czio ism Z a z p z c0 g j ri C 47 M A D D n tR TN yy ZD sf id R /�,•1. C? -1 f n O Z Z Z n a Z D Z m O 2 aC �f i o fyy W O °a ti D j 1 �.1 a W Z m O ZA nn _o CITY OF TUKWILA V][MMfjj 30 AJLIJ aw ECII z ¢z Q wmo z z z z 3 m a w Y' z ii i Ij m m a o¢ O I O I o Z Pp a o¢ Q w w¢ u i OZ 9 W v ur o a ti v w o O mi J z C'7 a o o o a o o a o o °s o 0 I Q W ho a it r a al i n I Q O Q O W 3 JZ r Qz w s I i. O o O tip 1HS 33S 00 +9t V1S 3NIl HOlVW i o a N o ry W I f U o i g I� i V1 Q Q El o ❑I G7 W 1 p N r p 0 0 Q Q 0 0° w o a oo Z Z a Y J o o Z C C, Z Lu 1 0L,. JLI 1 I. z a F F 0.5 05 a w as as P 1 z o U U O a Q Q Z Z 1 El o a o 4 J z o 9 a^ m ri d a m.° LL z o w Z; a 3 4 r z a J a o w o N a z a z u o 0 h z J J q w o a U K Q w 6 r¢ W w W o z Q r o 3 o Q o z 4 IO V N mo Z V U U V b F J Jy o r F F O N N m o. o 0 0 U Z Z o00 00 000 j i U N r l Q a a z o Q O Z mZ O U m iO Y r F p Z w o K K Q O IY �!w z F z w a Y 1 w. t. mO F i o o� a d O OU w Q� U N Z W N U U W VW z o 26 z o U 0 W a 3 o o N J Q U a 2 mQ a az ZQ o Qz o oa o a as W Z a WW z Q aJ z W F U r Z z o z W t 0 U Q Z OZ U J w OQ J J� Q z Q F Fm Fa z Z o O o OBEl ❑D '•+.vrv3 batvri�+mwas'n•.rniomammarinf ECII ii i Ij iii Vi Pp a Y I Q z -C o o 4 s 3 9,00, a vFi °o s, d m W 3 o o a N o ry W I f U o i g I� i V1 Q Q El o ❑I G7 W 1 p N r p 0 0 Q Q 0 0° w o a oo Z Z a Y J o o Z C C, Z Lu 1 0L,. JLI 1 I. z a F F a w w P z o U U O a Q Q Z Z 1 El o a o :I D, j Y K a y ZO 1HS 33S OO+Ct V1S 3NIl HOlVN III 4 J z o 9 a^ m ri d a m.° LL z o w Z; a 3 4 r z a J a o w o N a z a z u o 0 h z J J q w o a U K Q w 6 r¢ W w W o z Q r o 3 o Q o z 4 IO V N mo Z V U U V b F J Jy o r F F O N N m o. o 0 0 U Z Z o00 00 000 j i U N r l Q a a z o Q O Z mZ O U m iO Y r F p Z w o K K Q O IY �!w z F z w a Y 1 w. t. mO F i o o� a d O OU w Q� U N Z W N U U W VW z o 26 z o U 0 W a 3 o o N J Q U a 2 mQ a az ZQ o Qz o oa o a as W Z a WW z Q aJ z W F U r Z z o z W t 0 U Q Z OZ U J w OQ J J� Q z Q F Fm Fa z Z o O o OBEl ❑D '•+.vrv3 batvri�+mwas'n•.rniomammarinf O 3 3, z -C m 3 a vFi °o d m W 3 o o a rn a a Z W (LS z w a a w Q U Q V1 Q Q G7 W 1 p N r p 0 0 Q Q 0 0° w o a oo Z Z a Y Y o o Z C C, z o Lu d W W z a F F a w w P z o U U O a Q Q Z Z I N�� 91 p NO mA Q Z F 9 Z f N w ;1 0, 9 IN Tc tog m N n 47 s Z m TO F TJ S z� tp D N z C m �g b D pp ppp I n A g Z Z 'Q9 Apop� O m 9 r d I� Z o oa Tl- mb O r ®o Noo O z v n 05 NE STA 23 +00 SEE p�AT�OH LI y y Am ,n a GYio C'rOp mZ r O O A Z d Y m A 9 A r 00 A Z7J Cf g ?W og N N m O N m A Y i N A' y F J Oo A O Z d I� Z o oa Tl- mb O r ®o Noo O z v n 05 NE STA 23 +00 SEE p�AT�OH LI y y Am ,n a GYio C'rOp mZ f jjL J a 9d 1HS 33S 00+6Z `diS R I J w Z O_ r QI Z U w N 3 N K 4. K z a' •i L a BAHAMA BREEZE ENTRANCE Ul cck Z W 0 o a a o a o; O a a Q a f I. N i ry •3 z 6 If Q <F: J ml I 1 d a S r y a •II 1 N Yi w p I t r N 4 w m CO p Q z A Yr 82 Z N� IL W W N a° o o :1 s`• o w u z Z vi o 0 p °a 'v a a a o r z n o a 4 'I J vt O is W 1 1 1 N 00� CSC` -]C�� I�� II I� F i O I. It z o O 0 Vill 1 I n 1 1 1.: I N a OF r O i ji i a o o W h n❑ C mz� ez w 3 Yl fZ Z o d Z V Z Nz QK r 3u Q i o z ?e vaz (j 1HS 33S 00 +£Z H1S 3Nil HC1VW w�» �u II I.Tt�ERq�OgIY n.:ng[nP.myf06 T Z m I YI a O �I N f i m N 01 G V z 4�Q i 1�tj O Z7 a z m m 0 0 3 z m W c cn �0 ID n 0 z 0 0— a me co C Z W N v z (n D O (D N m 4 OD O O w (p 0 a I/ G i s G '>"g Ek Mlm YYtI D a 12 ao o_000a aa000 0 0 00000 zm m2 o n a A A o 0 0 o a o m z o L �n m m D �N ag oZ n n n D z o 0 0 0o m m v o➢ A o 0 0 OK m 'L O 3 2 Z N DZ D woN y O i Oz C F i� Dy Z Z N Z O 0P Z O O O z y ZN Z Dm Z y C C D O Qr r A n n 2 m y ny Orr GyIF y f7 r ON OZ O Z O K O A Q n l -n l A 0 l O nl m a O O y OD 00 OO Z n Z O f'l 0 N D D m n yy n a y O D= A CO A O O Z O ZZ �p o Z O y O z y yz. X➢ 0 D +x11 D y m D m p rl m< N ID y; O O m 2 A O D I CCml i F m i a A a Z A n p A A 0 O O C Z ZC y Z A f�l m y 0 to pj a m a a O O Z O A A A N a m m y VI C m n O a a Z OZ n 2 A➢ A z o o n n a x r g z n Fn m F a Z U O A N O IDn 0 0 o a O A n a D r to i a I f n a 0 Z m D y Z O O 1 a A 0 Z Z N QJ y A r N i O A y cn •1 U N U N z n "'OOO m y 0 0 z MATCH LINE STA 29 +00 SEE SHT D5 z f .i o- w m 7 n G1 -e 9 S O Z Z z O A 2 m Z m A O O Z D q m N I Zy D --11 Or u Fn of a mm O Z o y+nan 9 0 P o o ;J co o' C y '0 a iA mn C7 a 0 �A DO a s a a a a a 0 O Z A y 0 0 0 0 0 0 0 0 0 O m O A D? !n O D Z� W a.% yy cln G1 -e 9 S O Z Z z O A 2 m Z m A O O Z D q m N I Zy D --11 Or y+nan 9 0 L N 0 Z Z Z z A DA 00 A Z� A y D W a.% CITY OF TUKWILA G1 -e 9 S VrIlAAL31flJL 10 AJLIJ OQ W Z t U 2 Z 3 z O i z I Q Q K K U 7 O Q Z Z mp°r• Z U LL m m a _Z o o o tr K o ^a aj a B ZO u'a° zwE ci u G R z Qaa o° a 11 x I-� wro ti W in w vt vl in in vl In v in w OA Z�Z d d d d J m °O o� �aQ wo zo W 1 2 z¢ o o o o 0 0 u (n w ow �VI� z z a z ui p 3 �a G Q j a 0 0 0 n U ri ri a v I I I' a z ��1�� 0 z a r u w a 3 I o U N a a z p W F a W M Z Z F O O O rc Q Y U w K K N 2 U (n co z W N Z O O Z W m FN S rC m n O o o O o r O y g> W EL rn u a U) w Z O O U d Lu o O n �i 1• z I N a e n I z n z a T o zi J N a F z °z 1 a w O .n O t r- w Z N Q o U a O• Si zw Q c 0 O o K a u o w s w i Ei W o z a n z,6 z a I I Z m o z zm m o 0 J a El El 00 0 O z I I Z. a ^oo S a� z 1 N°z w a m z z a x .i I_ a v2i r U A3 HS: 33S S NNId VU(I 30 NO11tlnW1NOO 2103 z z o 3 'i oZ o t r o i OZY Q F o Or, d 1 it Q Q oi Y w x c�i� b I I 11 z z k 3 U 3 w w z° il. a to y /4 ❑o G'. o o a W 3NIl „BNOS oO +OZ.' I z o 7-1 i I II J v 1 Z o a w 0o I 3 oo+oe,, 3NIl..3S. oo +H o °F z I; li O v a z J w A S. W V Ld J NQ I Z o o Nw �o oaaoa o e'T :i �!�owroy 6+n'eoR 's•as�:�w,ImrAocrr.Fllinl tNni�mnwor., ante.0 z z Z �r A m 1 A m q O y a �a N C Q �y ERIMm 7ti1� u 7 S O O O O N CN CONNECT TO EXISTING O O O N FL. 24.83 (E) m FL 3200 (E) e SAME CATCH BASIN FL. 25.95 FL. 24.96 (N,W) SC LWE 4 +98 26.10' LT. (E) CATCH BA E 2 -48" RIM ELEV. 32,96 j' D N U I y 4' Gas (IE. 36.5) SC IINF 4a,,g8 31.67' PT I o y ....I o CATCH BASIN TYP E 2 -48" FL. 26.60 (WE) RIM ELEV. 33.00 Ex. 12" mpic Pipeline f (IE. 29.2) Oly 7 FL. 25.25 (N, S) SC, LINE 5 +68 50 34.67' IT FL. 26.70 (W 1 SC LINE 4+9775, 667.�j' RT �i CATCH BASIN TYPE 2 -48' CATCH BAST Y E,2 -48" l RIM ELEV. 33.9 FL. 29.25 (N) RIM ELEV. 32.35 p 0 v m TS D o FL. 25.40 (N,S) SC IINF 6104 25140' LT. a I- -CATCH BA' E 2 -48" 'RIM ELEV. }4,47 0m Ex. PSE Duct- 32" Wide D. o° o° i i (IE. 28.76 3 =i �n i FL 31.40 (N,S SC LINE ii +72.33. 60.58' RT. RIM ELEV: 33.60 o a c r CATCH BASIN TYPE 2 -48' I /RIM ELEV. 39.20 r v D 1 FL. 28.90 (N) FL. 32.60 (W) I SC I INE f +79, 25.40' LT m V o N t FL. 29.00 (N,S) CATCH 9A E 2 -48 RIM £IEV. 36.73 1 FL. 35.55 (E) �I Ez. Owest Duct I D V E PSE Duct- 32 Wide: u (IE 29.99) I FL. 32.75 (S) v J G •P C1 n an O' t O O m CITYOFTUKWILA Of u S E7 o o N FL, 32.00 (5), S(: LINE 7 +66 74 QW IT m FL 3200 (E) BASIN TYPE 2 -60 j' CATCH (D S EY DET AIL DETAIL TAIL S r O O E C o o 1 E i i E 4" G 3 3 7 +66 c CD r CATCH BASIN TYPE 2 -48' I /RIM ELEV. 39.20 F O D 1 1 F FL. 32.60 (W) I I I Ex. 2" Conduit (IE. 36.7 1 FL. 35.55 (E) �I Ez. Owest Duct cco F FL. 35.95 (W)m, I EITM c O N m° r, °i SC LINE 7 +66, 57.33' :RT. m C O m a N O D D v v� CONCRETE INLET m _a a O Z Z I a0 -1 F N N O O O O m r Nro d FL. 28.50 (S) o n n N o C m m 0. m pz Z F FL. 28.80 EX. 12" (E), s m m u m j N FL 27 50 EX) SG IN i' CITYOFTUKWILA Of m3lf ljL go AJLIJ R w °w� cb� 0 vNU) j" ow N Z 'l< z P, owl 5R. -,o I- 2o s 0 '15 Le OZ Iz 06 14 L w cL 0 ir Lij 0 Q4'Z9 'A313 m8 -z 3dA1 NlSVG H31v3 (s 00*95 '1A Z I os zz Li:+iZ 3NI I 8N3S o u, M uj a r s co U -r U i 5695 A313 NPA 09 3d).1 41S Ve H:) V3 C) it .09'ZZ 'OL Z 3Nn BNOS' (S'3'N) 9Z 4g lJ 0 a ui gs 1-i Q.- 313 I21 St 16 00+OZ 3NII HNDS 6t0 133HS NO V 1IV130 335 '9 :H331NO3 Ag NoL", /l10' 8oj r4 31 5 All 03- 1I",� -09 o (3'N) 9C 0 i il oo 0 4 I 3N 0 0 6t0 133HS NO i, IlVil(l 33S 31NO H Z) A,8 NIOnILV3-1 IS III M 2104 G8VGNV M lio lvm R1119 313 W18 d&� R HO I W) il 0*g Z G+ I 3NII DS (S'3) OS 84 'Id I (3) 00 'IJ r c� n oa w N ¢o SllViM,�I� H 31S; S Z1� 3 N21= jjoHN ,ZL M 'e— (M) 9@'£11 14 N l '18 00 OCLi+6 3NII OS (S) 0g It Ij SlItl1301JJ4tA�173H5 3'391 (M'N) 09'Lt IJ 3 vlG ..ZL 'lJ3 210FINVYI '18 ,OZ'S '09 3N;l DS 1 (M'3'N) Cll 1313 WIB oc III '1A ZtO 133Hn 1- iVi3O 335 380130815 iouit, oo moij Z' -Z 1,1XI NISVa H01VO (IN) 00�iV 'IJ 'il l o"Z oc+6 3NII Ds (s 00 "Z4 (M'3'N) �t'llll W18 „@4 -Z jd"krTmve H:).Lvo '11 .00 'CI+6 3NII Z)S O 0 Ln DNUSIX3 01 103NNOO (3) OR OP 'IJ ry j WM Pro W 0 0 0 K) C) Z o�m�n 0 5000 (12 PDOLT SC LINE 13+ ASK C AT H RIM ELEV. SAME CATCH BASIN IL );JE� 0 L Cn SC LINE 15+56, LT. RIM 21 B FL. 48:65 RIM ELEV--b140- OD FL, 48.4:5 CATCH BASIN TYPE I MOD FL. 41i50 FL. 48.45 FL. 48.50 ATCH BASIN TYPE 1 MOD. FL. 47.7k5 CATCH BASIN TYPE 2-48" CATCH; SASA 2-48" cn 2 0 DO CD cn CATCH BASIN TYPE 1 Al JOIN/CONNECT TO EXI"NG FL. 46.95 RIM ILEV, 52,23 CITY OF TUKWILA VrIlAAL31flJL L40 AJLlJ r v 00'£4 'A313 Wla �a J L 3dA1 NISVa H71VO (S'N) 'la ,OZ'Zf t +ZZ 31411 35 w L N w R m p' °y aw 0- cvKK 2V1 9Z'94 'A313 Wla m L 3dA1 NISV9 H71VO (S) l9'rY 'l3 O 'la ,Or "r5 ZO +IZ 31411 7�5 (M'N) 99 CV l�.i a' T l 3dAI"I�SVB HO1VO t'lZ '9L+Or 31411 9NOS I d\ N W w O i (M'S'3'N) Cn d nb' 'A7 13'}'q(N W51. 'lJ 13dA1 NISV9 HO1V0 N Ca z O e (N) 9011 'l3 'll S9'L '9l +Of 31411 BNOS a- 2 41 H CC N m c In o x n n7 w 9 i ONIISIX3.01 133NNOO F (3'N) 0Z'fY 'ld- W w a w A313 N OM Wla Ll0 133HS NO 1IV130 335 3df1170a1S 1081NOO M0_U d bS -Z ldAL NISVP HDI.VO (N) S4'l4 'l3 0 'id 99 2Z 'L6 +OZ 3Nn OS be (M"S) Sb (S 'N) Of'44 "l3 'gb -Z 3dA1 NISV6 HO1V0 r• `c S SL` 'A313 Y418 11 00T 'OZ+6Z 3NIl 9NO a I 3 NISV9 HO1V0 11 ,Or' 4l 91+0£ 31411 91475 1 (3) S9 "£b '13 a I a O O O I -I- C a b (N) 56'94 'ld 04 -Z 3cLk l (M'S'3) S6'O9 'ld '11 ,00'£ bS +9Z 314" ONO5 I m i 0S "b5 'A313 Wla' U l 3dAL NISV9 H01V0 c e q 18 ,OZ lZ 'bS +9Z 31111 9NDS (M) S4'OS 0c 09 "l1 a z p 0 N "5 1 (N) 99'4S 'ld 13dA1 NISV9 HO1VO, (S) OZ 'SS '13 1l ,S9 '.I 'L9 +CZ 3NIl 9NOS' m m F U H �o 96'O1 '13 m r, ij W SSFS_A l3 Y'I I. 3dA1 1JISV9 HO1VO (3) OL'LS 'li 1 '11 91 61 'bS +BZ 31411 9NOS i let w W t 3a 8b' A l I (N'3) U-9 '13 Z dA SV9 HO1 W '11 ,S2 '0S 31111 914OS ry co' 42'�313JJSL (M) 00'£9 'l+ 1, 3dA1 NISV9 HO1V0 'la ,S I'lZ '09'16 +9Z 3NIl 9NOS n O p R °l CO r Lo O Aga iirtrt wvvvwa Wro+.:�ewFS- *wr+TioxAVV�n�in'I nil TIM MATCH LINE SEE SHT D11 0 0 SC LINF 22+17 32.2 o' RT, FL. 38.90 (N.S) i CAICH BA SIN IYPE I ftIM ELEV. 4300 I� N 1 11+40, 32.20' RT. 5 (N.S) FL. 36.2 TL. TYPE I A RIM ELEV (-41.25) Ex. 2-4" PSE CONDUITS (IE. 37.55)1 I Gj P Ln S2 SC LINE 23+70, 36.00' RT. CD 0 0 CATCH BASIN TYPE 2-60'. FLOW! CONTROL STRUCTURE FL. 36.00 (s) SEE DETAIL I ON SHEET )I SC LINE 23+70, 27=' RT FL' 35.30 TWj RIM ELEV. 4 45 MANH OLE HOLE STORM FILTER. FL. 35.40,.(N) 12, UIAM. RIM ELEV. 0.0 5 �Fl 36.25 1) SEE SHEET 018 FOR DETAILS F.L. 33:95 mi" SC Ll F.L. 33.95 (N S) NE 23+78, 27.00' RT v IMANHOLE STORM FILTE FL. 33- (S) R 72 01AM. RIM ELEV. 40.95 N SEE SHEET D18 FOR DETPILS p FL. 33.75(1S) v y z p SAME VAULT _FL. 30.6E (N) SC LINE 24+80, 31'.00' RT. FL. 30.60 IN S) CATCH EI�%PE 2-45 RIM ELE V to I q SC LINE 26+00, 31.00' RT. FL. 30.DG 1. �CA TCH BASI�,IYPE 2-48 _2 RIM ILIV, J 9 CITY OF TUKWILA of m C/) =5 CAI (o ID c� 4 ;v C) 0 2 n a G) 0 m a m T (D z j� F co m 0 SC LINE 26+92 32.50' RT, FL. 29.55 CATCH BASIN TYPE 2-48' RIM 36.60 (N S ELEV. 0 V. TA c Z 22 ;u j• CZ c- rm- N FL. 29 SC LINE 213+92, 35.20' LT. M P "'Z CAT H BASIN TYPE 2-48" :z RIM ELEV. 36.90 0 mo r zo o CITY OF TUKWILA of Vrl[IAALMfIJL L40 AJLIJ w• O P e FU 2 Z LL OV O< t1I)OW N m$+ K oow IA 92'9f 'A313 WRl 94 Z 3d A1 NISV9 HOltl3 'll ,OZ "S£ 'Z6 +9Z 3NIl OS L) r�'� J U z 4� ow o rnN a ¢I.i Z Q QQ K4 r a 3NI1 M014 ONIl,$1 %3 HO)VW 3 W n '031VO01 01313 39 01 o d a I Z a d M� T v N OS'£f 'A313 Wla j 94 -Z 3dA1 NISV9 H31VO '(S) 00 9Z '13 a g (W9 'll ,OZ'S£ '£B+6Z 3NI1 OS O CD Z N w U v a 94 -Z 3di NIStl9 H31 f ts 'N) 0 f£ 'l3 3 'll ,00'S£ 'Zb +SZ 3 OS NIl 3S m Q d 1 o I U i I C.� N Q itl OS'S4.'A313. V418 9b -Z 3d A1 NISV9 ;HO1V3 (S'N) 09 9Z 'l3 tom® t 1 '11 ,OZ'S£ 'Sf+9Z 3NIl OS _P I gg e OB'Ob 'A373 W121 J� BA° 1 NISVS HO1tlO (S'N) SZ'bf 'l3 a 'll ,00'S£ 6 +£Z 3NI1 OS I -I �B g I i (SS'Lf 31) 51100NOO 3Sd „4 'x3�- IV i I!p I I f 1 01'Zb "A313 -Wla (3'N) OZ 6Z "13 L 3d).1 NISV9 HO1VO (S'N) Ot'Lf '13 a '17 ,LV9£ '99 +ZZ 3NIl OS O rl O N ul I z SC" 'A313 WI?) t :3dA1 NISV9 HO1VO (N) Of'OY '11 ,01;9£ 'OL +IZ 3NIl OS O O V Ll urn �zw� svmtauo.�wuumlm:goc�cillrl m m 20 M m m c m o m 0 C/) cc 33 —4 (D ;>z 0— m A F, FIT 0 z co Fn O CD W 0 -4 ert:mx� anal %k 0 GJ 5 LINi 31+96, 5.65' RT. FL. 38.60 LN CONCRETE INI ET RIM ELEV, 40.35 q S LINE 31+96, 36.35' RT, CONCRETE INLET FL. 38.10 MNE) RI ELEV. —939 11 .85 FL. 37.65 f5W) LINE 32.01, 41,12' LT, [:ATOM FL. 31.55 (E) HAbIN IYI 2 -60 RIM ELEV 39.85� it WATER!QUALITY SYSTEM FOR S2 --t 1 0 P FOR OIL/WATER SEPARATION BY CONTECH SEE DETAIL 4 ON SHEET D FL. 31.30 (W) z 0 .0 'A x z mo NmD F FL. 29.30 (E) S 53�03:50, 42.4Z �T. CATCt- BASIN TYPE 2-48 RIM ELEV. 33.70 !2 Vt tN) 7 FL. 31.20 (N) FL. 25.33 (S) EX. 8" S LINE 33+03. 36.33'. LT. FL. 28.23 (E) EX. 12" CONCRETE INLET -i i --RIM- ELEV.- 33.10 0; O o O A r4 CITY OF TUKWILA e F t7 00000000 O O p v1 M O M O c0 O M m m m� r7 n Z M �M N N�MMNN M N p oaomm m a�a Z m m N t0 lV IA N Oi N Y m O ry M NON. -MN NN N Q °P O NON I!]V1M O N n m b O O m p� m 1O N Z O m m m M N O m h N O O n p m OZ 1 n- -M�nMM P z Ld I— 4 W Ld �Jw mow >"�I,iap �wZw� w Z w o w- »m w o v' wwK_o F U Z Z zzg a m N i L6,6 0) o n n I S o I a IiUn 3�m E_ F y t z ONN�n m i L J CO .43 ?om F 1 4 W IM z O ~OO 'n a�n� N u W o J to O� U U U U U f/1 VI Vl (/1 N Z Q 0) 1 Q w i U T d U p f o H In W a z w o 1:,..::` 1 a z l m m W I U Z \U I- i Ld x d$NQO N i Z p J U cw mZ �w 1 zy<a a U Iw- w w aJ J x U H r Oi-�w mo rva3� l o a oa w sa t7 00000000 O O p v1 M O M O c0 O M m m m� r7 n Z M �M N N�MMNN M N p oaomm m a�a Z m m N t0 lV IA N Oi N Y m O ry M NON. -MN NN N Q °P O NON I!]V1M O N n m b O O m p� m 1O N Z O m m m M N O m h N O O n p m OZ 1 n- -M�nMM P z Ld I— 4 W Ld �Jw mow >"�I,iap �wZw� w Z w o w- »m w o v' wwK_o a O a n r c z r�oododl m�nnnn Y Ir D W W s F__ QL Nr� QL, W-- --I' J W o J m m U HO +m +i� ~OI`oinvi Q J QNNNN N,JJ� W Q+ O U U U U N J F M M h M Lo m to N N Q Q �rvNNNN3 aNa N N N f k ow nwma w U OUZO o¢ r I io z w p��OO z o z o z u zLLmrw az �w o z m �w= Fvo w �Iw- m o g j pad xw �w u a u'^ 9 z'' u am p a jw Z `-'VI4 UK Oa 4c w Q WOOF wKOO Yxd i �a dillmz Kc °O p� aiJ U U Z �-o o c ap Ow 0 30 0N¢ zvl ~u~wi a0 ,Oo N O�z x0 Fxl -uloo 0 a aMn z oa o z �a any I� oa m oa� I U V K w Z IJ N� 1$ TIT-_ tl wa�o L aN i .3Y� �r moo O a u c a <n u _=4 o�000N000 En J �iw_ 3 3 a Q U o U O N p z J Z w0 Jr z m O 1 w z Ltj a W 0 0 ZEIT A l 1 w 1. °1 U rn z zm 'U 0 Zp .'ZO am u Faa .£8'0 o¢ ¢aim. ¢off °a z �sa ox wg ?a¢ uz z ¢w wow. a�rn zx. N ¢a zo 3a aa w0 w 3 F iYxu dw z°ow z Jw¢ ew m NKr a� o w >o �aa ¢zNF odm zooms rr�w Q�f-O a Ul0 U� J¢ OOa ¢OCR a U O O Q I. w w mw 3 -m o ol l m wLL zzg a m 3 N i L6,6 0) 4 3 n n I I A S o I aw I :D w r y Q������ ONN�n m i L J CO .43 ?om F w ?aa �Q wUIY zoa QI ~OO 'n a�n� N W Qe... -2 j J to O� O U U U U U f/1 VI Vl (/1 N Z Q 0) 1 5 N N N N N U F w a O a n r c z r�oododl m�nnnn Y Ir D W W s F__ QL Nr� QL, W-- --I' J W o J m m U HO +m +i� ~OI`oinvi Q J QNNNN N,JJ� W Q+ O U U U U N J F M M h M Lo m to N N Q Q �rvNNNN3 aNa N N N f k ow nwma w U OUZO o¢ r I io z w p��OO z o z o z u zLLmrw az �w o z m �w= Fvo w �Iw- m o g j pad xw �w u a u'^ 9 z'' u am p a jw Z `-'VI4 UK Oa 4c w Q WOOF wKOO Yxd i �a dillmz Kc °O p� aiJ U U Z �-o o c ap Ow 0 30 0N¢ zvl ~u~wi a0 ,Oo N O�z x0 Fxl -uloo 0 a aMn z oa o z �a any I� oa m oa� I U V K w Z IJ N� 1$ TIT-_ tl wa�o L aN i .3Y� �r moo O a u c a <n u _=4 o�000N000 En J �iw_ 3 3 a Q U o U O N p z J Z w0 Jr z m O 1 w z Ltj a W 0 0 ZEIT A l 1 w 1. °1 U rn z zm 'U 0 Zp .'ZO am u Faa .£8'0 o¢ ¢aim. ¢off °a z �sa ox wg ?a¢ uz z ¢w wow. a�rn zx. N ¢a zo 3a aa w0 w 3 F iYxu dw z°ow z Jw¢ ew m NKr a� o w >o �aa ¢zNF odm zooms rr�w Q�f-O a Ul0 U� J¢ OOa ¢OCR a U O O Q I. w w mw 3 -m o ol l m wLL zzg a m 3 ao I ow I ^N I I A S o I aw I I J 30 ow I( a0 r aa ?om F w ?aa �Q wUIY zoa QI IIIGt vapy�V3 J A I- W p O C Z �I Q t- W J Q gz U Z H N d J z T Z LLJ z W 3 �'Y4eN'Fec I I h1 f 3 S E [it I J Q t- W J Q gz U Z H N d J z T Z LLJ z W 3 �'Y4eN'Fec I I h1 ,an.N i� mw g�u °°a tin t i lam. I e� c� t 9 u 1 0 4 I r 0 (R Z -n n N F ln, A d OD O W z g z m S �nA A0 Z i 9 n Oyu M 1 s 7J v� p N m z m� d r 7 Z N N ifN Q n 3? 1 W ms's ,r vx O Op O 4Ob 99m Zq z 1tn i rn OV rn 7 N 1 NL N mN• On a/ L Z Z n M W �a F r d AO 2 F X C z Z 2� N ➢A=my i,o °mmA� m N 3v :0 N c=+, NO A NO j ➢r N; �a X m Z mil �m T ➢7.10 N x aa➢ N z ➢r�P�9f=^ ZY p'A O 9b ;v Z ��11p�.r U1GA 9 Q) C'T f�r,2 N➢ 9G DDD.,�o� �r1 ➢N {'h I QO -1 �O r O m N O yn Zm 2 A MmA� Nm �"m �D r mOpzr O� �o �G��m MO O�M O A�, NNn p m iD `5 m� �f a S nn 2S m N O B S NSW n� ny2ZCZ -�mnxmA S V,m tp°, N D �p A C� y m m C O m� Y'nq ��m r S x g a y u 0 (7 +t p O m 9 �(/'4 WO�At�l1�x� D O p d p� Z.y 1 D Nn m �n O"�m�`R 2N n Z Z i� O m_rrO Z n +j.Z�C f S m N -R b a D N Z O ,n O C�1 p LD i y O r ]l C• y A A- O y ,n O Z m n 2 T `�i N� Z� O n F O q m N S� mpr0 V'o�� W i s A O D R, rt p N p lmt r• nR'r r f W 00 -i m �gA} �2 n tt !nZ DVN p p J r°'+ b n o ZS F1N A� tip N D 4:''�,' o� p N Z Z M b y m f tr O o Z Z A O CV Y I QO -1 �O r O m N O yn 1�° �1 R Q Z C Z Y !7 i'11 ,C tT1 7 J x fit` Z> A p C1 A n y. m m O �po y1 O G➢ S AA f*1 �O WG V Z Z w t! qN m W �n ��i N t" X r N y O K N d q G N N m Z O m0 n mA m W t --1 p� Z 2 N Z r O S N N Z I QO -1 �O r O m N O yn ynzr �v q i m r m p 3� M v fir e O-V �1 R ynzr �v q i m r m p 3� M v fir e O-V VIRAVE11 30 AJL13 4p 'o ry U 6 U U W K p^ a J a s x F Q a a S F J 3 J W D 0 0 v 3 d p\ I S+ Z W O a x x S W O a S f N U U M N J a x o r aw K a N J A a O G z M m O g= tt N o O wa�3aa r a a ir�3aa r a a a as w a w co a- F r r w J iF a J wwwr 's F Q w cmi Z z oo rc N 3_¢ W O o W I •p Ro Ntio;p���.a. NNE r a 22 O a Lo o a o w o o N i o w w r o w aJ !r V T 6f J w °I sNZN w o U a g Nw� o g a o u a W N\ a ZI o p o z w o F a o m ��t o o r a °o z O a K W N d j dpa a l a s j j �a4 t' W a g a r j J z W o a F r J w U W K p U r W j W a w w awwF� r Q¢� tt aww 3n �v a3 z o_ rr a in'a¢v a?z z I v. N a M Z Q a Or J W a o2 of b m w Q¢ N Oa Z mp0 aV)z o ou Sy °a< o pow p as F �r m w r a o ma oNf .gwaa z a w iz�oz rv omWJ <N a 3oaw pu �o F, pJ m p FLLi„Za NN O�.I]N� U jFZ r aprZi �zz <wvl w c a Z- aFNUaptt ONxF w~ ¢r JK JQ wQ� ZmZJZ Q W- zo rm�aa aJwcri wM 3 o¢w Jr ar U pz ��°i° -moo pw Fpw YZZ z°' w3 a om wr pNJ maa Na a z w o 0 000 v I I o N� ao w z z zo TXowo o"H JF c mNw_p'— c ooa ¢ro a lp _a zap °m�FO V1� U3 z pZ�Z02t'W WOZO. -OSOa¢ Z Uop1n U?NhK N aOU aUN UNU3a l 2 Nro Z N e1 a N Q O cD O elf Q W W W F- UI O Z V) O U H W Ir z O U I- V) U W K d O 0 U Q) w O O rn _Z a. d 1- Q LU T 2 O LU Uj -a: =:5 o¢ O Y W Z a. 0 F t Q Lli U U_ d N N z Z wZQ r` nx N a p s� oo aJ a oF' a a �zo z oo 1 I oN rci I.� J u orc �i I w I a Zi T o� v z 1 1 I 1 1 w Nz I I zz O mNU iQ arai W 1 ,m-1 oW ja 0. 4� °N 1. W W O N a l K a p d Z a mwz W�ao LL uaWi �W 0 jN ao a a z o V a tt 0 C� zJ as m< o x< d w r u o F- d a m Jz n y- o a� a J a w J x W oo P U W a 1 Op 1 o J U Q o E UU� jr O �Q I J Z a o D pz d o w >oz F- w w OZ J D U Q ~UW O W p�m WZ W Z ::J ZmW U I- Q W J J K J O U w W °N i o O u u H z W Lj Lj m u°- O a J o d Z z 0o O W a Z Qa Q zz p LLJ o 6 oa °¢w w D zmZ wUO O wa UUa aZ i t zo W oWd aoo z J z z J O Z m�3 a}o J c 3, llRlt aAW�u3 N y J Z J camnuv!w�.• +Irwnml�u�cullln:i I I� Q O cD O elf Q W W W F- UI O Z V) O U H W Ir z O U I- V) U W K d O 0 U Q) w O O rn _Z a. d 1- Q LU T 2 O LU Uj -a: =:5 o¢ O Y W Z a. 0 F t Q Lli U U_ d N N z Z wZQ r` nx N a p s� oo aJ a oF' a a �zo z oo 1 I oN rci I.� J u orc �i I w I a Zi T o� v z 1 1 I 1 1 w Nz I I zz O mNU iQ arai W 1 ,m-1 oW ja 0. 4� °N 1. W W O N a l K a p d Z a mwz W�ao LL uaWi �W 0 jN ao a a z o V a tt 0 C� zJ as m< o x< d w r u o F- d a m Jz n y- o a� a J a w J x W oo P U W a 1 Op 1 o J U Q o E UU� jr O �Q I J Z a o D pz d o w >oz F- w w OZ J D U Q ~UW O W p�m WZ W Z ::J ZmW U I- Q W J J K J O U w W °N i o O u u H z W Lj Lj m u°- O a J o d Z z 0o O W a Z Qa Q zz p LLJ o 6 oa °¢w w D zmZ wUO O wa UUa aZ i t zo W oWd aoo z J z z J O Z m�3 a}o J c 3, llRlt aAW�u3 N y J Z J camnuv!w�.• +Irwnml�u�cullln:i 11-00188 Council Approval 11/22/2O1O Sheet 1 of 16 CITY �pU�~�r l�U U�����UU J� ��n o��x���nu~�� CONTR o������� Contract contingency ACT n����* n ~*oo��n�=�u~ ~~n��,^~n� n��r. Being used for this C[) Ji DAT G Ty em RK You are hereby directed tomake the herein described changes to the plans and specifications ordo the following described work not included in the plans and specifications on this contract: NOTE: This change order isnot effective until approved by the ^Ow/nar and a notice to proceed ia issued. Cnndbio�ns: A. The following change, and work affected thereby, are subject toall contract stipulations and covenants; B. The rights of the ^Ow/nar" are not prejudiced; and C. All claims against the ^C}m/ner which are incidental tooraso consequence ofthis change are waived. D. The Contractor Must Submit all Field Overhead and Home Off Overhead rates for approval in advance of all Change Orders. �*on�no���u�. Description: This Change Order modifies the design of the Doub|etree entrance bx adding seven landscaped curbed islands. The type of curb tobe replaced ia modified from the original plan. The irrigation system io modified to address the added landscaped areas. The revised plan includes additional removal and replacement ofasphalt. |t also provides five decorative double headed light posts in the landscaped islands and installs the associated conduit. Construction Requirements: Remove plan sheets R1. PP0, PP6, CH4, EC1, EC7, 8P1. 8P6. 11-1. 11-6. LA1. LA6. |R1 and |R8. Insert attached new plan ohasto F|1.rv1. PPO.rv3, PP8.rv2, CH4.rv1, EC1.rv1, EC7.rv1, GP1.rv1. 8P0.rv1. |L1.rv1. |L6.rv1. LA1.rv2. L/\8.rv2. |R1.rv2. and |P|6.rv1. K8eoaunannont: "C[)#11 [}nub|etnae LiQhdng paid by Force Account, shall be full pay for all for materials, tools, labor and equipment necessary to provide, install, connect, and make functional the five parking lot lights and associated conduit and wiring as shown and clouded on Sheets 11 and 12 of this Change Order. All other work covered bvthis Change Order shall be paid under the new bid item ^CO#11 C>oub|etnao Parking Lot Roviaionn paid by Lump Gunn. Payment: Payment for the added work in this Change Order shall be made under the following bid items: CC)#11 C>oub|etmae Parking Lot Revisions Lump Sum D[>L $68.981.99 CC>#11Ooub|otpaaLighting Force Account EST $80.000.00 There is no change to the number of working days in this contract as part of this change order. Sheet 2 of 16 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 i�� l 7.®� Contractor It By e) z S Title l Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 652,945.67 Date OntkM 12k, }0 tl J J/ This Change Order 128,981.99`f By Mayor REV. CONTRACT AMOUNT 11,662,107.66 RIGINAL: 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 x x x x x x x 11—OO1(U Council Approval 11/22/2O1O Contract Contingency Being used for this Change Order Sheet 1of5 ��U��� �U U���UU CITY .~°v�°°"�.�^ d�������� ��d� NNE M You are hereby directed to make the herein described changes tothe plans and specifications orUo the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject toall contract stipulations and covenants; B. The rights of the ''Ovvner'' 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. �^�����d��^ Remove sheets W1 0, W1 1, and W1 2 of the Contract, and replace them with attached sheets VV1O.n/3.VV11.n/1.VV13.n/1. This change modifies the elevation of the leveling pad which affects the quantities of structural excavation, over excavation and boukfi||. and yW8Evvo|| bachfi||. Payment: Payment for this work oho|| be under the bid item as fn||ovva: Item A5 CO #10 Wall G Revisions Lump Sum a1G1.46O.5O There is no change to the number of working days in this contract as this work is not on the project's critical path. Sheet 2 of 5 We the undersigned Contractor, have given caref ul consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date Contractor B pit Ti tle c Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 491,485.17 91 9011 This Change Order 161.460.50 B EV. CONTRACT AMOUNT 11,533,125.67 or ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: x x x 11- 0010) Council Approval N/A Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 9 7908 DATE: 05/17/11 BUDGET NO.: PROJECT-NO.: 84 7,_RW19 CONTRACT NO.: 11 -001 PROJECT NAME' Tukwila Urban Access Improvement Project (Klickitat) TO: Guy F. Atkinson Construction Attn: Jason Streuli,,f 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: Replace all 200 Watt roadway luminaires (specified in the plans as GE Lighting M400A Series MDCA- 20- S- 0- M- 2- 1 -F -MC3 or approved equal) with Leotek GC1- 80C- MV- NW -3M -GY -700, or approved equal. Replace all 50 Watt sidewalk luminaires (specified in the plans as K204 Viscount luminaire) with King K204 -FASH- III- 40(SSL) 8000 -MT. Replace both 100 Watt underdeck luminaires(specified in the plans as Holophane Lighting Wallpack IV Series W4- 100HP- MC -U -W -B or approved equal) with 40 Watt Maxlite Model MLLWP40LED50 units or approved equal. This change order does not replace the fixtures inside the Doubletree Parking Lot. Payment: Payment for this work shall be made under the bid items as follows: Item Al CO #9 LED Lighting Lump Sum $51,802.89 There is no change to the number of working days in this contract as part of this change order. 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 shown above and below. ACCEPTED: Date VIC/ Contractor l7� 1� Title tK s��c�.i� B Y Original Contract 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders 439,682.28' Date �-htM �s 7,6 1 011 This Change Order 51,802.89 By y"l REV. CONTRACT AMOUNT 11,371,665.17 4� /I ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001(h) Council Approval N/A A. w Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 8 ,908 DATE: 5/17/2011 BUDGET NO' PROJECT N.O.. 84 RW19 CONTRA CT NO 11 001 h ;PROJECT NAME: TukwilaUrban Access mprovement Protect (Klckitat) x '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: Replace the first bulleted item of Section 1 -04.13 of the Special Provisions with the following: The Contractor shall find a site adjacent to the project to locate the City's field trailer. The City shall have rights to access, park and utilize the field trailer at the site until November 1, 2011. The Contractor shall haul the City's field trailer to this site prior to the City's issuance of a Notice to Proceed for the project, and shall haul it to another City designated location within the City of Tukwila upon notice from the City of Project Completion, or on November 1, 2011, whichever comes sooner. The Contractor shall comply with all requirements of any agreements they obtain, and shall restore the site to its original condition, or to a better condition if required by their agreements. Delete the following requirement from Section 1 -04.13 of the Special Provisions: One 100 amp 240 volt pull behind Cummings generator, or equal. Payment: All costs associated with this work shall be the responsibility of the Contractor. A credit in the amount of $14,428.62 shall be taken under the new lump sum credit bid item, "CO #8 Credit for Field Office Revisions There is no change to the number of working days in this contract as a result of this change order. 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 shown above and b ow. ACCEPTED: Date W Contracto d)- J t` By Title Original Contract (with tax) 10,880,180.00 ✓APPROVED BY THE CITY OF TUKWILA Previous Change Orders 454,110.90- Date This Change Order (without tax) 14,428.62 VBy Q^' 1CIfa r REV. CONTRACT AMOUNT 11,319,862.28'` A ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001(g) Council Approval N/A �wILA, Sheet 1 of 2 CITY OF TUKWILA W. CONTRACT CHANGE ORDER NO. #7 1908 DATE: 05X09/11 BUDGET NO PROJECT NO. 84 -RW19 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 modifies requirements for Disputes Review Board Membership. Construction Requirements: Replace the third item of the last paragraph of the Special Provision 1- 09.11(1)A, "Disputes Review Board Membership" with the following: "The Contracting Agency and Contractor shall share equally in the third member's wages and travel expense, and all of the operating expenses of the Board. These equally shared expenses shall be billed to and paid by the Contractor. The Contracting Agency's share will be added to monies due or coming due to the Contractor. Payment shall be made under the new bid item "D -14 CO #7 DRB Expenses Payment under this item will be for one half of the actual amounts invoiced by the third party member. There is no change to the number of working days in this contract as part of 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 pa ment therefore the prices shown above and below. ACCEPTE D to �11 I Contractor By Title Original Contract (with tax) 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders M Date This Change Order (without tax) $3.000.00 By REV. CONTRACT AMOUNT 11, 34 19- C i0,iU 10GINAL City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001 Council Approval N/A LA Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 6 1908 4, D ATE E, 0 k BUDGET NO PROJECT N0.'1;: 84 RW19"` C ONT RACT w i T 11 001 PROJ NA ME Urban Access Irn p,roveME TO Ci 4 i �:,,uv.F,:Atkihsdn:-. Attn Jason u L 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 revises the method for finishing Walls 1 through 4, and Abutments 1 and 2. Construction Requirements: The Contractor shall construct the fascia for Walls 1 through 4 and Abutments 1 and 2 with hand- carved shotcrete to resemble a non-uniform Washington Dry Stack Pattern 1581. The construction of the shotcrete facing shall comply with all requirements of Specification 6-18. Plan Sheets 181 and 182 shall be revised as follows: All references to "CIP Concrete Fascia Panel" shall be replaced with "Hand-carved Shotcrete to Resemble a Non-uniform Washington Dry Stack Pattern 1581". Payment: Credits for this change shall be taken under the bid items as follows: Item A6 CO #6 Walls 1, 2, 3, and 4, Complete Lump Sum ($27,913.48) Item A2 CO #6 Bridge, Complete Lump Sum 5,505.62) TOTAL ($33,419.10) There is no change to the number of working days in this contract as a result of this change order. 1-5/- 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 a full jmen� t herefore the prices shown above and below. ACCEP D: ate 1 Contractor -AR r, By G Title Vl u Pre 5tA1,Y-t Original ontract (wit tax) 10,880,180.00 ✓APPROVED BY THE CITY OF TUKWILA Previous Change Order 484,530.00/Date 0 4 0 'olO /l This Change Order (without tax) 33.419.10) J Byif?fJ REV. CONTRACT AMOUNT 11,331,290.90 h!' ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001(e) Council Approval N/A 4J�W`LA Sheet 1 of 2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 5 DATE: 04125111 BUDGET NO.­. PROJECT NO.: 84- R1JI119 CONTRACT NQ.: 11 `001 PROJECT NAME: Tukwila Urban Access Improvement Project (Kliickitat) 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 allows the Contractor to substitute different sized piles in Walls 1 through 4 and Abutments 1 and 2. Construction Requirements: The Contractor shall provide HP 16x162 and HP 18x181 steel piles in lieu of W 14x159 and W 14x193 steel piles respectively. Plan Sheet 154, BR 4 Footing Layout and Sheet 156, BR6 Wall Abutment Elevation, shall be modified as follows: Replace all references to W 14x193 with HP 18x181. Plan Sheet 170, W5 Wall V Elevation, Sheet 171, W6 Wall 2 Elevation, Sheet 172, W7 Wall 3 Elevation, and Sheet 173, W8 Wall 4 Elevation, shall be modified as follows: Replace all references to W 14x159 with HP 16x162. Payment: This substitution shall be done at no additional cost to the City. There is no change to the number of working days in this contract as a result of 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, i-4) a o r4 6 ,1 P,A-R-S, 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. ACCEPT ate Contractor Ak n rcrnsTmc By Title ViCe. Prftu�.e.r-c Original Intract (wit o tax) 10,880,180.00 APPROVED BY THE CITY OF TUKWILA revious Change Order $484,530.00 Date This Change Order (without tax) 0.00 J By W or REV. CONTRACT AMOUNT 11,364,710.00 d ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001(d) Council Approval N/A 0 o Z Sheet 1 of 2 a r CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 4 908 DATA fl4/25a BUDGET INO PROJECT NOS 84 U1119 C ON T R%AC' NQ 1�1 101 PRO JECT NAIE T k ila U bin A�.� �s3�lrnpr ©vem nt�P. �ectlK[ itat) TO,: Guy Ftk�nson ConstructionAttn -Jason Streufi, PIV1 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 deletes requirements for certain Contractor supplied quality control testing. Construction Requirements: The following sentences shall be deleted from Special Provision 4- 04.3(5), Shaping and Compaction: "The Contractor shall further be required to provide the services of an approved soils testing firm to conduct "in place" density tests of the gravel materials to verify if the compaction requirements are in compliance with these Specifications. One gradation and one compaction test shall be performed per day and per every 50 tons of material placed. Test results shall be given directly to the Engineer by the testing lab and not via the Contractor." The following sentences shall be deleted from Special Provision 7- 08.3(1), Trenches: "For the purposes of this project, the Contractor shall provide an Engineer approved testing laboratory to test Contractor's compliance with minimum compaction requirements for trench restoration. For estimating (bidding) purposes, the Contractor shall assume a compaction test shall be required for every 200 lineal feet of pipe installed." and, "Test results shall be given directly to the Engineer by the testing lab." The following sentences shall be deleted from Special Provision 7- 09.3(10), Backfilling Trenches: "For the purposes of this project, the Contractor shall provide an Engineer- approved testing laboratory to test Contractor's compliance with minimum compaction requirements for trench restoration. As a minimum, the Contractor shall assume a compaction test shall be required for 1 yC �P o9e i G ,,,,V,4?- (-s every 100 linear feet of pipe installed." and, "Test results shall be given directly to the Engineer by the testing lab." These modifications do not relieve the Contractor of the responsibility to meet or exceed the quality control requirements for this project. Payment: Credits for the deleted work shall be taken under the bid items as follows: Item Al CO #4 Roadway Improvements, Complete Lump Sum ($5,420.80) Item B1 CO #4 City of Tukwila Water Line And System Complete Lump Sum ($3,049.20) There is no change to the number of working days in this contract as part of this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPT at Contractor �k�h�r Cor��io� By Title alt tp P'reS�- Original ontract (wi het* tax) 10,880,180.00 /APPROVED BY THE CITY OF TUKWILA Previous Change Orders 493,000.00 /Date L ei 1, ,901/ This Change Order (without tax) ($8.470.00) By./'A 9 02-- REV. CONTRACT AMOUNT 11,364,710.00 K ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001(c) Council Approval 4/4/2011 Sheet 1 of 3 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 3 T908 DATE: 03/26/11 BUDGET NO.: PROJECT NO.: 84 -RW1.9 CONTRACT NO.: 11 -001 4 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 compensates the Contractor for costs associated with an Owner requested forty -three calendar day project acceleration. This is based on accelerating the early project completion date from October 13, 2011 to up to September 1, 2011. Construction Requirements: The Contractor shall provide a revised critical path schedule identifying how the work will be accelerated. The basis of the schedule is the approved baseline schedule. The Contractor shall accelerate the early completion date identified in the baseline schedule from October 13, 2011 to September 1, 2011, or as early as materials procurements allow. 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. 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 5�ta 9 0g /(S 1IV -1 c-S 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." Measurement Measurement for "Development of Accelerated CPM Schedule" shall be by the Lump Sum. Measurement for "Project Acceleration" shall be by the day for each calendar day that all lanes on Southcenter Parkway from Station SC 10 +50.00 to Station SC 20 +50.00 are drivable before, but not including, October 14, 2011, up to a maximum of 43 days or $473,000. All lanes on Southcenter Parkway must be open before 7:00 AM for that day to count. All lanes being drivable shall be based on completion of the following elements: 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. Payment The lump sum price of $20,000 for "Development of Accelerated CPM Schedule" at the agreed price of $20,000 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 $11,000 per day, up to a maximum of $473,000, for "Project 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. Extensions of contract time provided by subsequent Change Orders and /or owner delays will adjust the dates identified in this change order by an equal amount of time. ayment Item All. 1 Development of Accelerated CPM Schedule Lump Sum $20,000.00 Item D14 Project Acceleration $11,000 per Day 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 the work above specified, and will accept as full payment therefore the prices sho b ve d beI ACCEPTED: Date Agar. 11.2011 Contractor Gt,l.Gt,L� By ,��-pi S Title c N Original Contract (without tax) 10,880,180.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order 0.00 Date Ap This Change Order (without tax) 493.000.00 By Z M REV. CONTRACT AMOUNT 11,373,180.00 MaeV ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 11- 001(B) Council Approval N/A Sheet 1 of 6 CITY OF TUKWILA I 11-3 CONTRACT CHANGE ORDER NO. 2 Ii1►. 1908 DATE: 03/15/11 BUDGET NO.: PROJECT NO.: 84 -RW19 CONTRACT NO.: 11 -001 b 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: The Prime Contractor, Atkinson Construction, has changed their subcontract with Garrison Creek and KODO Construction and has added a subcontract with John Wayne Construction. All of these subcontractors are Disadvantaged Business Enterprise subcontractors. The subcontract amounts have been revised by mutual agreement with each of the subcontractors. A letter from Atkinson Construction along with a breakdown of the proposed work is attached to this change order as Exhibit A. Letters from Garrison Creek and KODO Construction accepting the decreased contract amounts is attached as Exhibit B. The Condition of Award is hereby changed to reflect the following Disadvantaged Business Enterprise Utilization Certification information: Name of DBE, Original Contract Goal Revised Contract Goal Certificate Number Description of Work (Condition of Award) (Condition of Award) per this Change Order DBE Electric, Electrical $1,028,328.00 $1,028,328.00 D2F1021272 Garrison Creek, Landscaping $245,269.00 $204,500.00 D3 M8719019 KODO Construction, Concrete Flatwork $438,583.00 $418,002.65 D4M8019188 John Wayne Pedestrian Traffic Construction, Barrier $0.00 $180,481.00 D5M0107037 I Total 1 1 $1,715,180.00 I $1,831,311.65 UDC /G iN9-e—S Sheet 2 of 6 The firms listed above will be performing the dollar value of work indicated. This change will be completed at no additional cost. No additional compensation or working days are added to this contract as part of this change order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPT D: Dat- 4 3I1C0d11 Contractor M W\Sor\ Cons Arutc ovl By Title \11Le__ P Original contract (with ut tax) 10,824,700.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order 0.00 Date 3 -a-°I =1 This Change Order (without tax) 0.00 By i•T✓ Mayo REV. CONTRACT AMOUNT 10,824,700.00 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: C O N S T R U C T I O TIC N March 2, 2011 SL# Tuk007 Craig Jackson City of Tukwila Department of Public Works 600 Southcenter Boulevard, Suite #100 Tukwila, WA 98188 Tukwila Urban Access Improvement Project City Project No. 98410419, Contract No. 11 -001 Budget Nos. 104.98.595.800.65.00 PA 98410419.3000.153 Subject: Submittal 001 DBE Allocation Dear Mr. Jackson, At time of bid submittal, the amount allocated to Garrison Creek included a plug price from our estimating system for procuring tree grates of approximately $40,000.00. After reviewing the quote from Garrison Creek, Garrison did not include the tree grates on their quote and is not in their scope of work to install the line item. Garrison Creek and Atkinson has agreed that line item will not be performed by Garrison Creek, and agreed that the total of their contract amount is $204,500.00. The difference between KODO Construction dollars allocated at time of bid and the submitted amount, was due to difference in Atkinson's estimated quantities and KODO's estimated quantities. This difference was approximately $20,600.00. We reviewed the quantities with KODO and agreed that Atkinson had too much quantity plugged for a few of the line items. After discussion KODO and Atkinson agreed to KODO's contract price of $418,002.65. John Wayne was added to the D131E allocation to ensure meeting the original commitment and to obtaining the highest percentage of DBE participation for this project. Please do not hesitate to contact me with any questions or concerns at 425 -508 -2787. Thank you. Sincerely, Jason Streuli Project Manager cc: Enclosures: A Company of The Clark Construction Group, Inc. 707 South Grady Way Renton, WA 98057 Phone 425/255 -7551 Fax 425/255 -7325 www.atkn.com An Equal Opportunity Employer Page 3 of 6 EXHIBIT A Additional DBE Utilization Certificate information Business Name Bid Descrlption Approx Qty U/M Unit Price Extensions Difference Total Contract Item Bid /Actual Amount DBE Electric Federal Tax ID: 27- 0866206 Mailing Address: PO Box 9169, Covington, WA 98042 A6 Mobilization 1 L5 594,309.00 594,309.00 A6 Electrical Base Bid 1 LS 5934,019.00 5934,019.00 028,328.00 Original submitted amount at time of Bld 51,028,328.00 Revised submitted amount 51,028,328.00 Difference from bid to submitted amount 50.00 Garrison Creek rvi1 Federal Tax ID: 43-2070842 Mailing Address PO Box 1521 Kent, WA 98035 -1511 Al Irrigation System and Landscaping 1 IS 5204,500.00 5204,500.00 Garrison TOTAL::...,;- .5.. .5 Original submitted amount at time of Bid 5245,269.00 Revised submitted amount 5204,500.00 Difference from bid to submitted amount 540,769.00 K000 Construction, Inc Federal Tax ID: 91 -0819431 Mailing Address: PO Box 1018, Auburn, WA 98071 Al Cement Concrete Curb and Gutter per COT 5606 LF $20.82 5116,758.56 Al Cement Concrete Traffic Curb per WSDOT spec 508 LF 524.78 512,588.24 Al Dual-faced Cement Conc. Curb and Gutter per WSDOT R1 40 LF 533.14 51,325.60 Al low Profile Cem Conc Barrier (18 per RD01 -R004 1.364 LF 534.56 547,139.84 Al Mountable Cern Conc Traffic Curb WSDOT F -40 41 IF 529.66 51,216.06 Al Dual -Faced Cem Conc Traffic Curb 118 1F $32.24 53,804.32 Al Roundabout Truck Apron Curb Gutter 396 LF 536.22 514,343.12 Al Cem Conc Sidewalk per COT, R5-11 2884 SY $43.83 5126,405.72 Al Commercial Driveway per COT, RS-09 75 SY 552.07 53,905.25 Al Conc Crosswalks, per COTRD5 721 5Y $67.58 548,725.18 Al Concrete Truck Apron 389 SY 568.84 526,778.76 Al Cem Cant Curb Ramp, COT, R5 -12 4 EA 5622.00 52,488.00 Al Cem Conc Curb Ramp, Type 2, W500T 10 EA 5817.00 58,170.00 Al Cem Conc Curb Ramp, Type 4c, WSDOT 4 EA 5622.00 52,488.00 Al Cern Conc Curb Ramp, Type 4A, WSDOT 2 EA 5622.00 51,244.00 Al Cem Canc Curb Ramp, Type 48, WSDOT 1 EA 5622.00 5622.00 Original submitted amount at time of Bid $438,583.00 Revised submitted amount 5418,002.65 Difference from bld to submitted amount 520,580.35 John Wayne Construction, Inc Federal Tax ID:92 -0027945 Mailing Address: 12610 NE 178th St Woodinville, WA 98072-8702 AS Mobilization 1 F 515,500.00 515,500.00 A5 Ped Barrier on Msiab Wall 6 1251 LF 571.00 588,821.00 A6 Traffic Barrier on Msiab wall 1 -4 )barrier only) 1088 tF 570.00 576,160.00 John Wayne Construction[ IncTOTAI Original submitted amount at time of Bid 50.00 Revised submitted amount 5180,481.00 Difference from bid to submitted amount 5180,481.00 Original Submitted Amount 51,712,180.00 51,712,180.00 Revised Increase 5119,131.65 $119,131.65 Total Revised Amount $1,831,311.65 Page 4 of 6 EXHIBIT A Exhibit B (Sheet 1 of 2) Change Order 2 (Sheet 5 of 6) GARRISON CREEK LANDSCAPING, INC. PO Box 1511, Kent, WA 98035 -1511 MBE DBE #D3M8719019 I am Brett Fashaw, president of Garrison Creek Landscaping, Inc. I'm agreeing to the contract amount of $204,500.00 for the said project Tukwila Urban Access Improvement. Scope of work: Irrigation and landscaping Brett Fashaw President, Garrison Creek Landscaping, Inc. 253.373 -9438 office 253-813-3811 fax brett@garrisoncrk.com Exhibit B (Sheet 2 of 2) (,$hoot. 6. of 6,, 01)0 ONSTRUCTION INC K i February 21, 2011 -1 i i i AtkinsOn .Constitiction Company 707.S 'Grady Way 500 Renton, WA 98057=3224 i RE: Tukwila Urban Access Project EiP of Contract Am4unt Dear Molly Villain, This letter is to confirmthat Kodo Construction, Inc is in a geeincflt With! Atkinson Constpictiori Company regarding the subcontract anioUnt. During the Wading proceSs.1Codo ConStruetion, Inc ..stibniitted a bid, based on a unit price and our own quant ty take-offs linabh,-,Orisiticton i takff Atkinson Ct Company also had their Oft quantities and for this reason he Subcontraet does not match Kodp Construction's bid total. As a result, the subcontract Is Written to lAtlrinson's anticipated q1141itit.ies•With KOdc's Unit prices. Sincerely, 1, Shn Osada, PM KodO COnstruction,. Inc i cc: filels0525tukwilaurbanaccess i PO BOX 1018 AUBURN, WA 98071 (253) 833-0911 FA( (253) 833-0855 KODOC**333JP MBE/DBE# D4M0700891 11- 001(a) Council Approval N/A LA, Z Sheet 1 of 1 CITY OF TUKWILA y CONTRACT CHANGE ORDER NO. 1 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: Federal Aid Numbers on all contract documents are replaced with the following numbers: STPD 1037(003) HPP 9999 (474) HPP 9999 (475) This change will be completed at no additional cost. No additional working days are added to this contract as part of 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 t work above specified, and will accept as full payment therefore the prices sh n ov an W. ACCEPTED: Date 3/ c u t l Contractor By �°�r AAAr^S Title Fvr Sv Original Contract (without tax) 10,824,700.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order 0.00 Date This Change Order (without tax) 0.00 By— a REV. CONTRACT AMOUNT 10,824,700.00 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 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: 11-001 Council Approval 11/22/10 Agreement Form C -1 AGREEMENT FORM CONTRACT NO. //•00/ THIS AGREEMENT is made and entered into on this 3J day of i Otn■v4, 20 )I by and between the City of Tukwila, Washington "Owner and _Gov F. Ai-KivL Crxstry �ti.r "Contractor"). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled Tukwila Urban Access Improvement Project Project No. 84 -RW19, Federal Aid Nos. STP 1037 (003), HPP 999 (474), and HPP 999 (475),including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1- 04.2 of the Supplemental General Requirements. 2. Payments. The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of'Teei rrtil6 etc k4 Am collars which includes the price bid for the Owner- Directed Work, which may onry'le performed if authorized, and all of which is subject to additions and deductions as provided in the Contract Documents. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed date. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Work under this Agreement is not completed within the time specified, as detailed in the Contract Documents, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. in CITY OF TUKWILA, WASHINGTON —/l�`1 1171<sh SOO S L 0)1 LLB (Owner) (Contractor) AA ot-- 7i Title: Attest: Attest: This r(, day of _)GinJ1/4/t0 0 This day of J 20 /0 (o Cit Cl erk Approved as to Form: Contractor's License No. 6 FAQ >,00 3 a- Ci'y Attu Address for giving notices: Address for giving notices: 6,3 M d SAC— /Cd 703- So 1-k G 2A• b. Gv A--/ k 5 0 cr7 k wn `tki Rerapv. A lceos3 l Sid oz �/6ir✓f/�—�S Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 -15 -09 Payment and Performance Bond C-2 PAYMENT AND PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. 105501825/82204534/09004048 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA/ FEDERAL INSURANCE COMPANY/ We, GUY F. ATKINSON CONSTRUCTION, LLC and FIDELITY AND DEPOSIT COMPANY OF MARYLAND (Principal) (Surety) a CT /IN /MD corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are Jointly and severally bound to the City of Tukwila, Washington "Owner in the penal sum of Ten Million Eight Hundred Eighty Thousand One Hundred Eighty and 00/100 Dollars 10,880,180.00 the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Payment and Performance Bond is provided to secure the performance of Principal in connection with a contract dated 20_ between Principal and Owner for a project entitled Tukwila Urban Access Improvement Project, Contract No. "Contract The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Payment and Performance Bond shall be satisfied and released only upon the condition that Principal: Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may Incur in making good any default by Principal; and Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. This bond shall remain in effect for one (1) year after Final Acceptance of the Contract at ten percent (10 of the Total Bid Price, including sales tax, to insure against all defects and corrections needed in the material provided or workmanship performed. The liability of Surety shall be limited to the penal sum of this Payment and Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Payment and Performance Bond. Surety hereby waives notice of any change, extension of time alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20 Tukwila Urban Acme Improvement Project— Sr/ander Blvd to Bahama Breeze VI, Rev. 4 If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Payment and Performance Bond shall automatically increase in a like amount, Any such increase shall not exceed twenty -five percent (25 of the original amount of the Payment and Performance Bond without the prior written consent of Surety, This Payment and Performance Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this 6th day of December 2010 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA/ FEDERAL INSURANCE COMPANY/ GUY F. ATKINSON CONSTR CTION, LLC FIDELITY AND DEPOSIT COMPANY OF MARYLAND Princi al Surety Sfgn e 61 A "uthOrized Official Signature utharized icial lC r p S 0-1 l B y Title _..Attorney in Fact" (Attach Power of Attorney) Diana L. Parker TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Name and address of local office of 1501 Fourth Avenue, Suite 1650, Seattle, WA 98101 Company: INSURANCE COMPANY agent andfor Surety Company: 701 Fifth Avenue, Suite 3700, Seattle, WA 98104 -7011 FIDELITY AND DEPOSIT COMPANY OF MARYLAND 999 Third Avenue, Suite 800, Seattle, WA 98104 Surety companies executing bonds must appear on the current Authorized Insurance List in the Slate of Washington per Section 1.02.7 of the Standard Specifications. Tukwila Urban Access Improvement Project Sirander Blvd to Bahama Bonze Vie Rev. 4 -15 -09 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELER Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 219657 Certificate No. 003784206 KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Diana L. Parker, and Karen C. Bowling of the City of Columbia State of Nlarylarid their true and lawful Attorney(s) -in -Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of March 2010 I Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Com an Travelers Casualty and Surety Company Y Y P Y,,, Y Y P Fidelity a nd Guaray Irance Und erwriter s, Inc. Tra vele r s Cs and Surety Company of America St. Paul Fire an d Marine Insur C ompan y Uni ted ity and Guarant Company St. Paul Gua Insurance Compan c HSU. l W`••� fl l r pE 6 N N3�� SYp Y Y On. <T J nsu b O 9 C5i ,LIMO Ai �OF 'W r p �yl L e r 'f Q.i .'t�" y �•t p W .W__. 6 9 VORq,-. Y ,M1. t 'T 7' �UlFgtgtQ) Fm PRF I p� y N nt N m �f 1982 0 1977 iv 51 n19 t /ll SEAL o? b na a State of Connecticut By: City of Hartford ss. G eorgeJV Thompson, enior ice President On this the 1St day of March 2010 before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. t o.Terk W w" C TAR t My Commission expires the 30th day of June, 2011. pO L iR' Marie C. Tetreault. Notary Public 58440 -4 -09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity. and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. t, .s IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of 20 Kori M. Johans I ao.{Assistant Secretary O G I.SU 4 N� 1'll J! M,r(� e P t t L g 7 1. O S 'b' n Q 4)F�'y �PORA a WCORPoRAtf :4 1982 7 tf Y i E 1951 J`•. SE ALA': 1 b SBAL. 1 y HARTFORD r V J j }y b` N BSI v 6 C O �L' a V:•. b E tO gg it CL VI y a 1, ti 0 SL G y r 't`( y P ,df• 'tis r• "V AtN To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER IC Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 C114us® Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation do each hereby constitute and appoint Karen C. Bowling and Diana L. Parker of Columbia, Maryland and Richard Garth Avery of Berwyn, Pennsylvani? each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behaU as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the Course of business. and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 13th day at October, 2008. )0ee.---t•/ s ---?-7 40" anneal C. Wendel, Assi nt Secretary D Norris, Jr., Vice Pres STATE OF NEW JERSEY ss. County of Somerset On this 13th day of October, 2008 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly swam, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attomey as Assistant Secretary of said Companies by like authority; and that he Is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr.. subscribed to said Power of Attomey is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By- Laws and In deponents presence. Notarial Seal 4 �E KALg KATHERINE OF NEW JERSEY max`' �OSAR Y NOTARY PUBLIC y OF ME JERSEY No. 2316685 UB t a Commission Expires Juiy 8, 2009 Notary Public 'Y EINJEP• CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "AIL powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointty with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shalt be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." 1, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (1) the foregoing extract of the By- Laws of the Companies is true and correct, (t) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa. Guam, and each of the Provinces of Canada except Prince Edward Island; and (iii) the foregoing Power of Attorney is true, correct and in full force and effect. n Given under my hand and seals of said Companies at Warren, NJ this AU Q,�L tl j�� "*maa� t 4.0 f Kenneth C. We Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY U5 OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 3493 Fax (908) 903- 3656 e -mail: surety @chubb.com Form 15 -10- 0225B- U (Ed. 5- 03) CONSENT Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, corporations of the Stata aryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, As `i ursuance of authority granted by Article VI, Section 2, of the By -Laws of said Companies, vyhi9lr r s ftVo t s{ side hereof and are hereby certified to be in full force and effect on the date her ly�no'mu�at G pstit� r ppoint Richard G. AVERY, Karen C. BOWLING, Diana L. PARK i ,e,�E te io 11 keg 6ia, Maryland, EACH its true and lawful agent and Attorney -in -Fact @,ailte, eal a{td i. yaiid on its behalf as surety, and as its act and deed: any and all bonds a n g s, nd 11 a t ij'ofsU bonds or undertakings in pursuance of these m presents, shall be a t osaicGpd and amply, to all intents and purposes, as if they had been duly executed and ackno i re I o by thy" gi 1 c(leeted officers of the Company at its office in Baltimore, Md., in their own proper persons. Thi v A... tt y revokes that issued on behalf of Richard G. AVERY, Karen C. BOWLING, Diana L. PARKER, Peter F. J 'dat_ed May 18, 2007. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, this 17th day of June, A.D. 2010. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY 'gy DfPp "aft 4. �+0 1 CZ) Nnw SEAL AlO Y f 44 .ni By: Gregory E. Murray Assistant Secretary Theodore G. Martinez State of Maryland ss: City of Baltimore f On this 17th day of June, A.D. 2010, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Companies aforesaid, and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies, and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fast above written. l•. Maria D. Adamski Notary Public My Commission Expires: July 8, 2011 POA -F 025 -0041A EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice President, or any of the Senior Vice Presidents or Vice Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice Presidents, Assistant Vice Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice President, or any of the Senior Vice Presidents or Vice Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice Presidents, Assistant Vice Presidents and Attorneys -in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice President who executed the said Power of Attorney was one of the additional Vice Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the respective By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day of 0 id a Dm Assistant Secretary A• CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DD/VYYY) 12/08/2010 PRODUCER 1- 908 -566 -1010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Construction Risk Partners, LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3322 Route 22 West ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1003 Branchburg, NJ 08876 INSURERS AFFORDING COVERAGE NAIL INSURED INSURER A: ZURICH AMERICAN INS CO 116535 Guy F. Atkinson Construction, LLC INSURER B: AMERICAN GUAR LIAB INS 1 26247 707 South Grady Way, Suite 500 1 INSURER C: 1 Renton, WA 98057 IINSURERD: I I INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION FILL =I TYPE OF INSURANCE POLICY NUMBER DATE (MM /pf/YVVYj DATE !MM /DO/WW1 LIMITS A GENERAL LIABILITY GL09265780 -00 06/01/10 06/01/11 EACH OCCURRENCE 1 2,000,000 DAMAGE TO NTE X COMMERCIAL GENERAL LIABILITY I PREMISES (Ea RE occun encel I IS 300,000 1 1 1 CLAIMS MADE X OCCUR 1 MED EXP (Any one person) 10 000 X Contractual Liability 1 PERSONAL ADV INJURY 2,000,000 X X,C,U Cov Included 1 GENERAL AGGREGATE 1$ 4,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: 1 PRODUCTS COMP /OP AGG 1 4, 000 000 POLICY I X I .PF I X I LOC I A AUTOMOBILE LIABILITY BAP9265781 06/01/10 06/01/11 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) 2,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY 1 AUTO ONLY -EA ACCIDENT ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG B EXCESS /UMBRELLA LIABILITY AEC6542683 -01 06/01/10 06/01/11 1 EACH OCCURRENCE 8,000,000 X OCCUR CLAIMS MADE I AGGREGATE 8,000,000 1 DEDUCTIBLE 1 RETENTION 1 1$ A WORKERS COMPENSATION WC9265782 -00 06/01/10 06/01/11 XITnavirAt I 17.4 1-1 AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER /EXECUTIVE Y N I E.L. EACH ACCIDENT I 2,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE EA EMPLOYEE' 2,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE POLICY LIMIT 1 2,000,000 OTHER A Excess WC WA EWS4895538 05 06/01/10 06/01/11 Coverage A Statutory DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS Re: Job No.: 150111 /Tukwila Urban Access Improvements Washington State Department of Transportation, City of Tukwila and CH2M Hill its officers, elected officials, employees, agents volunteers, as well as Puget, Sound Energy, Comcast their employees, agents subconsultants required to provide materials, relocations, adjustments upgrades of their facilities during the course of the contract, McDonald's Corporation, CHA Southcenter, LLC, Legacy Partners I Tukwila, LLC and WEA Southcenter, LLC are included as Additional Insureds as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Tukwila DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 6300 Southcenter Blvd., Suite 100 REPRESENTATIVES. Tukwila, WA 98188 AUTHORIZED REPRESENTATIVE USA .ti'^.y ACORD 25 (2009/01) Jkrutz 1988-2009 ACORD CORPORATION. All rights reserved. 18620579 The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) TO q DATE SUPPLEMENT TO CERTIFICATE OF INSURANCE 12/08/2010 NAME OF INSURED: Guy F. Atkinson Construction, LLC POLLUTION LIABILITY: STEADFAST INSURANCE COMPANY POLICY NUMBER: CPL 6542704 -01 POLICY TERM: 06/01/2010 TO 06/01/2011 POLICY LIMITS: $10,000,000 /OCCURRENCE $10,000,000 /AGGREGATE PROFESSIONAL LIABILITY: STEADFAST INSURANCE COMPANY POLICY NUMBER: EOC 6542681 -01 POLICY TERM: 06/01/2010 TO 06/01/2011 POLICY LIMITS: $10,000,000 /OCCURRENCE $10,000,000 /AGGREGATE SUPP (10 /00) P -1 PROPOSAL Contractor's Name Guy F. Atkinson Construction, LLC Contractor's State License No. GUYFACL003R8 City of Tukwila Project No. 84 -RW19 Federal Aid Nos: STP 1037 (003), HPP 999 (474) HPP 999 (475) To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled Tukwila Urban Access Improvement Project which project includes but is not limited to: Bid Schedule A Public Roadway Improvements Construction of approximately approximately 2,500 linear feet of street improvements within the right -of -way of Southcenter Parkway Strander Blvd. Vic. To Bahama Breeze Vic., Including but not limited to clearing and grubbing, grading, drainage, surfacing, paving with HMA, constructing concrete traffic barrier and concrete pedestrian barrier, erosion/water pollution control, private utility relocation coordination, irrigation, landscaping, fencing, cast -in -place reinforced concrete flat slab bridge, soldier pile and structural earth retaining walls, reinforced concrete stairways, signing, traffic signals, illumination, traffic control, and channelization. Bid Schedule B City of Tukwila Water Line Improvements Construction of new water lines and fire hydrants and modifications to Metro Sanitary Sewer Manholes on Southcenter Parkway and Strander Blvd. as shown in the Contract Documents. Bid Schedule C Metro Sanitary Sewer Improvements Modifications to Metro Sanitary Sewer Manhole on Southcenter Parkway and Klickitat Drive as shown in the Contract Documents. Bid Schedule D Owner Directed Bid Items Contingent work on items that may be required for completion of Contract Requirements as determined and directed by Engineer. And Other items necessary to complete the Work as shown on the Contract Documents: and has read and thoroughly understands these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that this proposal is a firm fixed price covering all Work indicated in the Contract Documents. The Bidder further agrees that there shall be no change in scope, schedule, Total Base Bid, or Bid Unit Prices for the Project, unless and until the Owner's change order procedure has been correctly and fully followed by all parties, and a change to the contract is authorized by the Owner. Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 -15-09 age 13 Proposal rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P-2 As evidence of good faith, (check one) 1 "bid band or cash, cashier's check, certified check, or postal money order made payable to the City of Tukwila equal to five percent (5 of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within 315 calendar days from the date stated in the written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1 -08.9 of the Standard Specifications for every calendar day work is not Physically Complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Tukwila Urban Access Improvement Project Strender Blvd to Bahama Breeze Vic Rev. 4 -15-09 'age 14 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvwv.bxwa.com Always Verify Scale Proposal P -3 Tukwila Urban Access Improvement Project Project No. 84 -RW19 Bidders must provide a cost for each and every bid item whether lump sum or unit price, and whether Base Bid or Additives or Altemates, or Unit Prices, for the bid to be considered responsive. The work of the various items is described throughout the Contract Documents, with specific listing in Division 10 of the Special Provisions. BASE BID: The Bidder agrees to accept as full payment for the Work, as specified in the Contract Documents, and based upon the undersigned's own estimate of quantities and costs, the following stipulated sums: Bid Schedule A Public Roadway Improvements The Bidder agrees to accept as full pavement for the Work, as specified in Contract Documents, and based on the undersigned's own estimate of quantities and costs, the following stipulated sums: Item Unit No. Item Description Unit Quantity Price Amount Al Roadway Improvements, Complete LS 1 vv- :(1 i and /100 dollars A2 Bridge, Complete LS 1 3y Ct`. ^e ts.,R,N: z and /100 dollars 11 2_35, ct .t A3 Walls 5A, and 9, Complete LS 1 LA CIC.0 0 r•. 2.- and /100 dollars :ur e i ma c l c Z t C'f'G' C 0) A4 Walls 5B,5C and 7, Complete LS 1 51'6', 000. 00 e. nd /100 dollars c' A5 Wall 6 i c,{ 7 LS 1 C- &i,c`O ()Q cr: r Akto ti 5`x and /100 dollars t-4 A :x I 650, 7.'C CO A6 Walls 1,2,3 pnd 4, Complete LS 1 7., 6 a ':).c)Cs filA and /100 dollars 7 T ;r c_v V5 tk. Aet t j L• tbTv E G_ CC C' C A7 Temporary Erosion and Sedimer(t Control LS 1 (TESC) Sovo.i/y 44 S* wiand /100 dollars 75000.0o 7,5�. co A8 Training HR 1,000 andfi00 dollars (&:c C (F° re t, CC A9 Shoring or Extra Exc vation Class B LS 1 Ae tivrd' d /100 dollars i .509.00 5 Al 0 Potholing for U iiities as Marked EA 7 on, ,s,» and dollars excl. ao 7oao, 00 Al 1 Type B Project Schedule (Min. Bid $70,000) LS 1 Swenl<y //twang/ an&ff100 dollars 70 000.00 70 Al 2 Trench Safety Syst m i LS 1 F_ ,„/><Yekme.t'fd /100 dollars Sg00.0o S i 00. 0a Tukwila Urban Access Improvement Project Slrender Blvd to Bahama Breeze Vic Rev. 4 15 09 age 15 Bid Schedule rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vwwi.bxwa.com Always Verify Scale Proposal P -4 Ala Spill Control, Prevention and LS 1 Countermeasures (SPCC) Plan iw„l1,,ur Jjvthuoknd" /1 00dollars °2 ,,yak00 �5O3'QO A14 Project T Tr ffic Control LS 1 404g C/ A'u a d /100 dollars 15 n.co /5Q aztoo Total Bid Schedule A `t Z- Y 5 C: All applicable sales tax shall be included in the bid price per APWA GSP 1 -07.2, Rule 171 and WAC 458 -20 -171. Bid Schedule B City of Tukwila Water Line and System Improvements The Bidder agrees to accept as full pavement for the Work, as specified in Contract Documents, and based on the undersigned's own estimate of quantities and costs, the following stipulated sums: Item Unit No. Item Description Unit Quantity Price Amount B1 City of Tukwila Water Line an System, LS 1 Complete pe. vsaHq� 57ur Fv (4 4 and /100 dollars 575;099 .00 .00 B2 Trench Safety LS 1 i)„e /Roost,' and /1 dollars 1,030, 0o /00a. o0 Subtotal 576 00 Sales Tax 9.5% S4 710 Total Schedule B 6 30. 7d.O. OD The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule B contract price per APWA GSP 1 -07.2, Rule 171 and WAC 458 -20 -171. Bid Schedule C Metro Sanitary Sewer Improvements The Bidder agrees to accept as full pavement for the Work, as specified in Contract Documents, and based on the undersigned's own estimate of quantities and costs, the following stipulated sums: Item Unit No. Item Description Unit Quantity Price Amount C1 Metro Sanitary ewer Manhole Modification LS 1 and /100 dollars S Do Subtotal e009. 00 Sales Tax 9.5% 74D. 00 Total Schedule C 8 7�, 0. 00 The Contractor shall collect from the Contracting Agency retail sales tax on the Schedule B contract price per APWA GSP 1 -07.2, Rule 171 and WAC 458 -20 -171. Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 -15-09 Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P -5 Bid Schedule D Owner Directed Work OWNER- DIRECTED WORK: See Special Provisions Division 10 for when and how Owner Directed Work will be authorized and paid. Bidder shall include the pre entered Extension amounts for "Estimate" items in the total. Items with an Owner estimated quantity and Contractor's unit price shall be performed for the Bid unit price, regardless of actual final quantities used. Item No. Item Description Unit Quantity Unit Price Amount D1 Minor Changes EST 60,000 $1.00 $60,000.00 D2 Resolution of Utility Conflicts EST 100,000 $1.00 $100,000.00 D3 Property Restoration EST 80,000 $1.00 $80,000.00 D4 Unsuitable Excavation and Backfill Incl. Haul CY 2,000 .y3&.00 76,oco. oo D5 Explorative Excavation As Directed EST 25,000 $1.00 $25,000.00 D6 Gravel Borrow TON 1,000 oo 1 3 ,000. co D7 Potholing As Directed EST 20,000 $1.00 $20,000.00 D8 Asphalt Cost Price Adjustment CALC 1 $63,200.00 $63,200.00 D9 Monument Sign Relocation EST 30,000 $1.00 $30,000.00 D10 Quarry Spalls TON 2,000 1 15.00 #50,ocb. CO D11 Southcenter Parkway Sign Bridge EST 140,000 $1.00 $140,000.00 D12 Preparation and Approval of Traffic Control EST 50,000 $1.00 $50,000.00 Plans D13 Removing Shaft Obstructions EST 250,000 $1.00 $250,000.00 Total Bid Schedule D 954 100. d� All applicable sales tax shall be included in the bid price per APWA GSP 1 -07.2, Rule 171 and WAC 458 -20 -171. Total Schedules A, B,C D Schedule A brought forward Schedule B brought forward 6 30. lam 00 Schedule C brought forward IF 7 <oO (30 Schedule D brought forward 9 S 9, aOO. Q0 Total Base Bid Price 0,6 3 CIO Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 -15-09 age 17 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P COMPLETE BID: Contractor shall include all costs of doing the work shown, described, and intended by the Contract Documents, within the unit and lump sum bid prices in the Proposal. If the intended scope of the Project, in place and complete, requires work that has no unit or lump sum bid item in the Proposal, costs shall be incidental to and included within the stipulated sum amount in the Contract. LOW BIDDER DETERMINATION: The determination of who is low bidder will be determined on the basis of the grand total of the Total Base Bid Price one Option from each Alternate Item (if any) selected Additive Items (if any). The Owner reserves the right to select any Option of an Alternate; that is, the low bidder for the package of Base Bid Options selected may not necessarily be the low bidder on one or more particular Options. The Owner reserves the right to accept any, all, or no Additive items at time of Award, or at any time thereafter. Bids Submitted on Computer Printouts Bidders, at their option, in lieu of hand writing in the unit prices in figures in ink on the Bid forms above, may submit an original computer printout sheet with their bid, as long as the following requirements are m et: 1. Each sheet of the computer printout must contain the exact same information as shown on the hard -copy bid form Project Name, Schedule Name, column headings in the order shown, totals, etc. 2. The computer printout of the Bid Proposal must have the exact certification language shown below, signed by the appropriate officer of the firm. 3. If a computer printout is used, the bidder must still execute that portion of the Bid form which acknowledges the Bid Guaranty, Time of Completion, all addenda that may have been issued, etc. If any of these things are missing or out of order, the bid may be rejected by the Owner. The unit and lump sum prices shown on acceptable printouts will be the unit prices used to tabulate the Bid and used in the Contract if awarded by the City. In the event of conflict between the two. unit Bid prices will prevail over the extended fTotall prices. If the Bid submitted by the bidder contains both the form on these Bid Proposal sheets, and also a computer printout, completed according to the instructions, the unit bid prices shown on the computer printout will be used to determine the bid. Put this certification on the last sheet of the Bid computer printout, and sign: (YOUR FIRM'S NAME) certifies that the unit prices shown on this complete computer print -out for all of the bid items contained in this Proposal are the unit and lump sum prices intended and that its Bid will be tabulated using these unit prices and no other information from this print -out. (YOUR FIRM'S NAME) acknowledges and agrees that the total bid amount shown will be read as its total bid and further agrees that the official total Bid amount will be determined by multiplying the unit Bid prices shown in this print- out by the respective estimated quantities shown on the Bid form then totaling all of the extended amounts. Signed: N/A Title: Date: By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum Addendum No. Date of Receipt No. Date of Receipt Tukwila Urban Access Improvement Project Slrander Blvd to Bahama Breeze vic Rev. 4 -15-09 'age 18 Drovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposal P Addendum No. Date of Receipt Addendum No. Date of Receipt 01 10 -11 -2010 06 10 -22 -2010 02 10 -12 -2010 07 10 -26 -2010 03 10 -20 -2010 08 11 -01 -2010 04 10 -20 -2010 09 11 -02 -2010 05 10 -21 -2010 NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that Bidder has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Payment and Performance Bond is Travelers Surety Company of America of 1501 Fourth Ave. Suite 1650 Seattle, WA 98101 (Name) (Address) Bidder: Guy F. Atkinson Construction, t C Signature of Authorized Official: 17 k. Printed Name and Title: Rob rt Adams Vice President Address: 707 South Grady Way Suite 500 Renton, WA 98057 Circle One: Individual Partnership State of Incorporation: Maryland Joint Venture 4orporatioro Phone No.: 425- 255 -7551 Date: 11 -04 -2010 This address and phone number is the one to which all communications regarding this proposal should be sent. NOTES: 1. If the Bidder is a co- partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If either a unit price or an extension is left blank (but not both) for a bid item, the Owner will multiply or divide the available entry by the quantity, as applicable, and enter it on the bid form. If there is no unit price or extension for one or more bid item(s), the proposal will be rejected. Tukwila Urban Access Improvement Project Sbender Blvd to Bahama Breeze Vic Rev. 4 -15 -09 'age 19 Proposal Signature Page Tovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wvvw.bxwa.com Always Verify Scale P -8 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars OR Bid Bond: The undersigned, GUY F. ATKINSON CONSTRUCTION, LLC (Principal), and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of FIVE PERCENT OF THE TOTAL BID dollars 5 which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not less than five percent (5 of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for TtJkwlla Urban Access Improvement Project Project No. 84 -RW19, Federal Aid Nos. STP 1037 (003), HPP 999 (474), and HPP 999 (475) according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terrns of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed N B, Si ned and dated this l i ti day of �JV 20 fJ GUY F. ATKINSON CONSTRUCTION, LLC TRAVELERS CASUALTY AND SURETY OMPA Y OF AMERICA Prin ipal Surety {C) By Si. aturlif Authorized Official Attorney in Fact (Alta h Power of Att9rneV KAREN C. BOWLING, ATTORN 'Y -IN- CT 'ie L Title Name and address of local office of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA agent and /or Surety Company: 1501 FOURTH AVENUE, SUITE 1650 SEATTLE, WA 98101 Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1 -02.7 of the Standard Specifications. TukwC urban Access Improvement Project slander Blvd lo Bahama Breeze Vic Rev. 4 -15-09 Page 20 Bid Security Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER AiM_ POWER OF ATTORNEY TRAVELERS Farmington Casualty Company St. Paul Mercury Insurance Company 4 Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company 4 Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Llsurance Company t Attorney -In Fact No. 219657 Certificate No. 00378408 4 I t 1 r KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies and that the Companies do hereby make, constitute and appoint Diana L. Parker, and Karen C. Bowling 1 1 1 1 s I of the City of Colombia State of Maryland their true and lawful Attorney(s) -in -Fact, 1 each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or: proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed their corporate seals to be hereto affixed, this 1 St da of March 2010 Y Farmington Casualty Company xy t St. Paul Mercury Insurance Company Fidelity and Guaranty', Insurance Company,:" Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company MIX ASU 1Y tY(.'. 1'l l I,. F \0. 6 0. tH .4 ,,,,AY A N,. a Y C P∎ 4 j yp /17 Sn v J� y e„,:,7,7-74 J P N y y r''' M a, �ly �tT '�r�(1 pr V- I L V `Y' oY et.. 9 ,i Pte YOR4 :C t UP c9 Li' V 1982 0 I 1977 J s a Id z H FrrFCRO, RTFORD, e E _,.a 1951 `•,SE1LL:'aJ CCNN. 0 CONN in 1896 :z. br ti 4'' l,VS .i................ 'may a e 1 44 r s� State of Connecticut By: City of Hartford ss. GeorgeJThompson, entor ice President 1st March 2010 On this the day of before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 1 In Witness Whereof, I hereunto set my hand and official seal. `IAA C v 1 My Commission expires the 30th day of June, 2011. PU Marie C. Tetreault, Notary Public 4/ arf 58440 4 09 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY Farmington This Power of Attorney and b the authority of the following resolutions adopted by the Boards of Directors of Far ton C y is g ranted under an ATT IS INVALID WITHOUT THE RED BORDER Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance 1 Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: k RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf t of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the I 1 Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is i 1 FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may 1 d all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking 1 shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice 11 President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power 7 prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies: which is in full force and effect and has not been revoked. z IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Conpanies this day of iv 4 20 t4` A ,i.,,' Kori M. JohansclaAssistant Secretary GASV,4� 1896 �W�w, "�I,� p10.E M �M INSV P tN O Y p 1 1 i' i 4Itti-rt Q O r q V A a, i 9 J s C b YrQ 0. 'w0 5 S n C w z JI 00.>O R. 4 I m ir e P 0 R Al 16\ 4 6 k. �s C OAFONATEp G E t I...,,,, 1 9 8 2 i 19 y r i! a HARTFORD s J' HARTFORD 1 q�� 1 95 S s S EALi cji I o 1 CONN. n >3t CONN. /e a L ti oo`, .vd SBJLL :`s I1 's 'e'ECt' 1 k 0 '3 0 y s t, .Z` .:�.J t f +e a 8. his f /�y! e To verify the authenticity of this Power of Attorney, call 1- 800 421 -3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above -named individuals and the details of the bond to which the power is attached. 1 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Non Collusion Declaration P -9 NON COLLUSION DECLARATION STATE OF WASHINGTON ss. COUNTY OF KING The undersigned, being first duly sworn, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the City of Tukwila project named Tukwila Urban Access Improvement Project Project No. 84 -RW19, Federal Aid Nos. STP 1037 (003), HPP 999 (474), and HPP 999 (475). Guy F. Atkinson Construction, LLC Nara.- of Frm r X14 Sig (ature of Auth ized Official Vice President Title Signed and sw to before on this 4th day of November 20 10 Signature f Niter Mt and fo t e State of Washington, residing at /1 NfS i My appo�KFt• 0 i I to NOTARY N SEAL PUBLIC :er'• 2� i i� 1 a Vb -AO i O F WASH 4 O NOTICE TO ALL BIDDERS To report bid rigging activities call: 1- 800 424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. Tukwila Urban Access Improvement Protect Strander Blvd to Bahama Breeze Vic Rev. 4 -15-09 age 21 Non Collusion Declaration rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Certification of Federal -Aid Contracts P -10 Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction,imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $100,000 for each failure. to nrosnective participant also aarees by subroping his or her id or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOT Form 272 -040 EF Revised 112000 Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 15 09 'age 22 Certification of Federal -Aid Contracts 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Disclosure of Lobbying Activities N/A P -11 DISCLOSURE OF LOBBYING ACTlVITiES APprry ?e1 hJ()MH 0348 ,774E Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 Do (10,38; (See reverse for public burden disclosure.} Type of Federal Action: 2. Status of Federal Action: 3. Report Type a. Contract I I a. Bit /offer /application I I a. Initial Filing b. Gr ant b. Initial Award b. Material Change c. Cooperative Agreement c Post award For Material Change Only: d. Loan \e. Loan Guarantee Year Quarter fi Loan Insurance Date of last report 4. Name and A&(ress of Reporting Entity: 5. If Reporting Entity in No. 4 is Subawardee, Enter Name Prime Subawardee and Address of Prime: Tier ifknown: Congressional District. ifknown: Congressional District, ifknown: 6. Federal Department Agency: 7. Federal Program Name /Description: CFDA Number, if applicable: 8. Federal Action Number, ifknown: 9. Award Amount, ifknown: 10. a. Name and Address of Lobbying Entity b. Individual Performing Services (including address if (if individual fast name first name, MI): different from No. 1Qa) (last name, first name. Mt). (attach Continuation Sheet(s) S LL -A 1 necessary) 11. Amount of Payment (check all that apply): 13. T e of Payment check all that apply) D Actual D Planned 'a. Retainer b. ne -time Fee 12. Form of Payment (check all that apply): a. Cash o C fission d. Con ngent Fee E b. In -kind: specify: nautre El e. Defer( d value f. Other; specify: 14. Brief Description of Services Performed or to be Performed and Date(s) of Service, incl Ing officer(s), employee(s), or Member(s) contacted, for Payment Indicated in item 11: (attach Continuation Sheets) S. -LLL -A 1 necessary) 15. Continuation Sheet(s) SF -LLL -A attached: Yes No r, 6 rm 16. Infoation required through this tom, is authorized by T &le 3.1 U.S.C. 4 T section 1362. This dsclosure of lobbying activities is a material Signature: i ..i—,. AE. representation of fact.upon which reliance was placed by the tier above when r 1 Z this transaction was made or entered into. This dsclosure is required Print Name: 1 �re�r`4C 44 pursuant to 31 U.S.C. 1352. The information will be reported to the /1 Congress semi-annually and will be. available for public inspection. Any 'f 4 e_.tv? ,r person who fails to file the required disclosure shall be subject to a civil Title. penalty of not less than $10.000 and not more than 5100,000 for each such failure. Telephone No.: :Z s ?SI'? Date: i F b •r] Federal Use Only_: I Authorized for Local Reproduction\ Standard Fonn LLL N Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 -15-09 age 23 Disclosure of Lobbying Activities rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Responsible Bidder Determination Form P 2 Disadvantaged Business Washington State Tr4 Department of Transportation Enterprise Utilization Certification To be eligible for award of this contract the bidder must fill out and submit, as pad of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall consider as non responsive and shall reject any bid proposal that does not contain a DBE Certification which properly demonstrates that the bidder will meet the DBE participation requirements in one of the manners provided for in the proposed contract. If the bidder is relying on the good faith effort method to meet the DBE assigned contract goal, documentation in addition to the certificate must be submitted with the bid proposal as support for such efforts. The successful bidder's DBE Certification shall be deemed a part of the resulting contract. Information on certified firms is available from OMWBE, telephone 360 -753 -9693. Guy F. Atkinson Construction, LLC certifies that the Disadvantaged Business Enterprise Name of Bldaer (DBE) Firms listed below have been contacted regarding participation on this project. If this bidder is successful on this project and is awarded the contract, it shall assure that subcontracts or supply agreements are executed with those firms where an "Amount to be Applied Towards Goal" is listed. (If necessary, use additional sheet.) Project Role Amount to Name of DBE (Prime, Subcontractor, Description of Work be Applied Certificate Number Manufacturer, Regular Dealer) Towards Goal 1 V1 1 GSY1'r ✓lr S+a 1� TPur_�in J JKbeav"fraCh Sid .u.d ve,/ 3).3m 0 1 (4214/1 2. 6a,riSe4 Creek L4.716-eaplet n Sc,i7['on 4c*' 1—co dSca .Ser•✓ices )3MP719019 5 .1 3 AliVitricGo WI AP (Y., "1.1,14.�7 J47Cor tme.-io 1 /Leek/Al 1) LI MRoi67 93( 336, y(3 4. T) RE El 54J9eerr ra l ec�►'r T2F1021 21.2_ i tag 'G;.f�Ci 5- !/NOD, p y,,,, Jl z c- c r`d:.i GcC. Di-iiAc4r1 c40:4;54 6. 7. 8. 9. 10. Disadvantaged Business Enterprise Subcontracting Goal 15% DBE Total 7 1 Z 1 go 0fw) Regular Dealer status must be approved prior to bid submittal by the Office of Equal Opportunity, Wash State Dept. of Transportation, on each contract. See the section °Counting DBE Participation Toward Meeting the Goal` in the Contract Document. The Contracting Agency will utilize this amount to determine whether or not the bidder has met the goal. In the event of an arithmetic difference between this total and the sum of the individual amounts listed above, then the sum of the amounts listed shall prevail and the total will be revised DOT Form 272 -056 EF Revised 7/07 Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 -15-09 page 24 Disadvantaged Business Enterprise Utilization Certification rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Responsible Bidder Determination Form P -13 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Guy F. Atkinson Construction, LLC Address of Bidder: 707 South Grady Way Suite 500 Renton Wa 98057 City State Zip Code Contractor's License No. GUYFACL003R8 WA State UBI No. 602 085 504 228796 Dept. of L &I 706166 License Bond Registration No. Worker's Comp. Acct. No. Bidder is a(n): Individual Partnership Joint Venture E( Incorporated in the state of MD List business names used by Bidder during the past 10 years if different than above: N/A 2000 Bidder has been in business continuously from Year Bank Reference Harris Bank Cynthia Castal 312- 416 -7664 Bank Account Number 2938827 Account Officer Officer's Phone No. 60 salaried (NW Region Only) Craft Workers No. of regular full-time employees: Number of projects in the past 10 years completed: 16 ahead of schedule on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 1 0 years. As a subcontractor for 1 years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Title How Long With Bidder Jason Streuli Project Manager 5 Years Tukwila Urban Access Improvement Praiect Shander Blvd to Bahama freeze Vic Rev. 4 -15-09 'age 25 Responsible Bidder Determination Form 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Responsible Bidder Determination Form P-14 Name the Scheduler to be used on this Project, who has developed, created, and maintained at least 2 computerized schedules of similar size and complexity of this contract. Attach a resume outlining the experience and qualifications of the Scheduler. Scheduler's Name: Rhonda Lee Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qua jfications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? Yes No Surveyor's Name: American Engineering Inc. List all those projects, of similar nature and size, completed by Bidder within the past 10 years. Include a reference for each. Any attached preprinted project listing must include all this information. Bidder must have at least 10 years experience working on projects of similar nature and size. Year Contract Proiect Name Completed Amount Owner /Reference Name and Phone See Attached List all projects undertaken in the last 10 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Total Claims Amount of Contract Arbitrated Settlement Name of Client and Proiect Amount or Litigated of Claims None Hps Bidder, or any representative or partner thereof, ever failed to complete a contract? No Yes If yes, give details: N/A Has Bidder ever had any Payment /Performance Bonds called as a result of its work? No Yes If yes, please state: N/A Tukwila Urban Access Improvement Project Seamier Blvd to Bahama Breeze Vic Rev. 4 -15 -09 Page 26 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Responsible Bidder Determination Form P -15 Proiect Name Contractina Party Bond Amount N/A H I s Bidder ever been found guilty of violating any State or Federal employment laws? No Yes If yes, give details: N/A Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? No Yes If yes, give details: N/A Has any adverse legal judgment been rendered against Bidder in the past 5 years? 'I?J No Yes If yes, give details: N/A Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? -i No Yes If yes, please state: Date Type of In'u�r r Aaencv Receiving Claim N/A The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contain herein. Signature of Bidder 4 't j r Title: Vice President Date: 11/04/2010 Tukwila Urban Access Imp nl Project S rander Blvd to Babarna Breeze Vic Rev. 4 -15-09 'age 27 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Disclosure of Lobbying Activities P -16 PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: DESCRIPTION /TYPE I YEAR I CONDITION I OWN /RENT See attachment A for regional equipment list. Atkinson will also engage the services of local rental companies for additional .equipment that may be required. Labor to be used: Atkinson is signatory to the AGC Master Labor Agreement with Laborer, Carpenters, Operators and Cement Masons Guy F. Atkinson Construction, LLC Nime i 7f i flidder AW/ Signatuii of�!fuithorized Official Vice President Title Tukwila urban Access Improvement Protect— Sirander Blvd to Bahama Breeze Vic Rev. 4 -15-09 Page 28 Proposed Equipment and Labor Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Proposed Subcontractors P -17 PROPOSED SUBCONTRACTORS Narne of Bidder Guy F. Atkinson Construction, LLC In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Schedule /Bid Item Numbers of Total Name Subcontractor will perform Bid DBF Ieo:t 1 9.5% Tukwila Urban Access Improvement Project Strander Blvd to Bahama Breeze Vic Rev. 4 -15-09 'age 29 Proposed Subcontractors 'rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Tukwila Urban Access Improvement Project Strantler Bye to Bahama Breeze Vic R ev. 4 -15-09 Page 30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale GUY F. ATKINSON CONSTRUCTION, LLC Work In Progress and Completed Projects (10 years) Transportation CONTRACT DURATION PROJECT LOCATION OWNER 1 CLIENT DESCRIPTION VALUE TYPE From To SR16 Eastbound Nalley Valley Tacoma, WA WSDOT Jon Deffenbacher P.E.: 253.589.6100 The construction of 10 new structures over the Nallevy Valley connecting 1- 120,000,000 Fixed Unit Price October 08 April 11 5 with SR 16. Successfully value engineered a re- desing of the SW overpass to a precast segmental method, a first for WSDOT Rt. 710 Pavement Los Angeles, CA CalTrans Rehabilitation of existing 9 miles of freeway. Construction includes: $144,000,000 Fixed Unit Price July 07 November Rehabilitation Removal and replacement of existing structural sections, widening of 2 bridges, and 9 miles of concrete barriers. SR405 So. Bellevue Bellevue, WA WSDOT Seema Javeri; Ph: 425.889.0140 Continuation of the 405 freeway widening from downtown Bellevue to 1 -90. $125,000,000 Design Build March 07 December 09 Improvemensts lncluedes Wilberton Tunnel removal. Apparent Best Value form of solicitation. Sunset Ave. Grade City of CA. Alameda Corridor East (ACE) Grade separation project. Construct a shoe -fly to elevate UPR tracks over $41,938,421 Fixed Unit Price January 07 November 09 Separation Industry, Sunset Ave. Includes 2 bridges, numerous retaining walls, and street improvements. 1 -215 5th Street Overcrossing San CA. SANBAG Construction of a new bridge for 5th Street over the existing 1 -215 freeway $16,700,000 Fixed Unit Price February July 09 Bernardino, BNSF railroad tracks, as well as, adjacent roadway work on 5th Street from approximately H street to J Street S. Everett Freeway Station Everett, WA Washington State Dept. of Transportation, Removal and Repalcment of the 112th Street Bridge crossing both NB $24,155,000 Unit Price August 06 May 08 112th Street SE Contact: Amir Ahmadi, P.E.; 425- 225 -8700; SB of 1 -5 and the construction of a new access and parking for Sound email: ahmadia @wsdot.wa.gov Transit Buses and riders. Project has just been awarded. 1 -5 Everett HOV Everett, WA Washington State Dept. of Transportation, 6 miles of freeway widening, 20 bridges and 19 walls, along the 1 -5 corridor. $220,000,000 Design Build May 05 May 08 Contact: Mike Cotton; 425 405 -1800; email: The project also includes the construction of an HOV lane in both the cottonm @wsdot.wa.gov northbound and southbound directions. The project also includes of a Single -Point Urban Interchange (SPUI) added by Change Order. Joint venture with CH2M Hill. Maroon Creek Bridge Aspen, CO Colorado Dept of Transportation; Contact: Tom Replacement of a bridge over Maroon Creek near Aspen, CO. Joint $15,000,000 Fixed Unit Price June 05 December 07 Replacement Methany; Ph: (970) 544 -3359; email: Venture with 30% participation. New structure is a Cast -In -Place Concrete tom.methany @c -b.com Segmental Bridge Interstate 10 Median Lane Redlands, CA. San Bernidino Associated Governments 2.5 mile median lane addition. Widening of 11 bridges, PCCP and $41,698,558 Unit Price November 05 November 07 Addition SANBAG); Contact: Ben Quintana; Ph: (909) soundwall construction. 795 -1003; email: benq @cm4.sanbag.com RT210 Segments 9, 10 11 San CA. San Bernidino Associated Governments Construction of 7 miles of new freeway with 3 mixed flow lanes and 1 HOV $99,383.665 Unit Price February June 07 Mainline Bernardino, (SANBAG); Contact: Carole Sanders; Ph: (909) lane in each direction. Construction widening of 10 bridges 3.5 million 875 -6029; email: caroled @cm4.sanbag.com CY of mass excavation SR18 Maple Valley to Maple Valley WA. Washington State Dept. of Transportation; The construction of a four lane highway which includes 15 bridges. Work $72,000,000 Fixed Unit Price September 03 October 06 Issaquah Hobart Road Contact: Derek Case; Ph: 425- 433 -2002; email: includes extensive wetland mitigation and working within environmentally cased @wsdot.wa.gov sensitive areas. RT210 Segment 11 Early San CA. San Bernidino Associated Governments Construction /wideing of RT210 freeway including 6 bridges, tie back walls, $31,921,138 Unit Price March 05 September 06 Bernardino, (SANBAG); Contact: Carole Sanders; Ph: (909) 5,0001f of 10' stromdrain and reconstruction of city streets. 875 -6029; email: caroled @cm4.sanbag.com 4:33 PM 1111/2010 1 of 2 Project List 10 -05 -09 GUY F. ATKINSON CONSTRUCTION, LLC Work In Progress and Completed Projects (10 years) Transportation CONTRACT DURATION PROJECT 8 LOCATION OWNER CLIENT DESCRIPTION VALUE TYPE From To Bellevue Direct Access Bellevue WA. Washington State Dept of Transportation; A Fast Track project on 1 -405 to remove existing overpass At NE 4 and $48,791,000 Fixed Unit Price June -03 January-05 NE 4th /NE 6th St Under- Contact: David Becher, P.E.; Ph: (206) replace with new Pre -cast Girder bridge with center median HOV accesses crossing 254.7602 email: becherd @wsdot.wa.gov for Public Transportation. Construct New Access to center median at NE 6 with Fabricated steel girder bridge. AWARD Winning Mission Valley East Extension San Diego, CA. Metro Transit Development Board 4,000 ft. cut and cover tunnel and underground station (1,0851ft. NATM), $82,706,000 Fixed Unit Price May -01 May -04 installation of mechanical, electrical, communications, and utilities. Potomac River Bridge Arlingtion, VA. Maryland DOT Massive concrete for the bridge foundations as well as site grading and $125,396,000 Fixed Unit Price May -00 January -04 bulk head improvements. Installing steel piles ranging from a diameter of 48 -72 installing pre- stressed 24" square concrete piles, and the construction of concrete pile caps, 20% participation. Bellevue Direct Access NE Bellevue WA. Washington State Dept of Transportation; Remove existing overpass and replace, under traffic with new 100 -meter $12,779,599 Fixed Unit Price May -02 November -03 8th St Under crossing Contact: David Becher, P.E.; Ph: (206) steel girder bridge. Construction sequencing involves building a section of 254.7602 email: becherd @wsdotwa.gov new bridge in a temporary location then sliding completed structure into permanent position. Cedar Mountain Bridge Renton, WA. King County Dept of Road Services; Contact: Removing Existing Bridge and trestle and replacing with new pre -cast $4,130,230 Fixed Unit Price May -02 April -03 Bob Lee; Ph: (206) 205 -5231; email: Robert- girder bridge K.lee@metrokc.gov Military Road to SR 900 Seattle, WA. Washington State DOT Ingo Golfer, P.E. Seismic retrofitting of an existing existing elevated roadways including the $642,000 Fixed Unit Price November -01 June -02 Seismic Retrofit (Retired) installation of steel column jackets. Pacific Avenue Overcrossing Everett, WA City of Everett; Contact: Dave Davis, director Construct new 750 ft, 8 span, precast tub concrete Bridge structure over $10,189,899 Unit Price October -00 May -02 3200 Cedar St. Railroad tracks to include a 250 ft concrete ramp structure. Everett, WA 98201 T: 425-257-8810 E: everettepsna-ci.everett.wa.us Stewart St Ramp to SR 520, Seattle, WA. Washington State Dept of Transportation; Seismic retrofitting of an existing elevated roadways including the $1,744,469 Fixed Unit Price September -01 March -02 Montlake Ramp SR 5 OC Contact: Brian Nelson, P.E.; Ph: (425) 456- installation of steel column jackets. Seismic Retrofits 8502; email: nielseb @wsdot.wa.gov West Galer Street Flyover Seattle, WA City of Seattle; Contact Duane Narruhn, Construct New direct access to piers 90/91 from Elliot Ave using a 6 -span, $8,548,600 Unit Price October -00 February-02 Resident Engineer; Ph: (206) 684 -5068; Email: 815 ft structural steel and concrete bridge. Structure spans over BNSF duane.narruhn @ci.seattle.wa.us Railroad 4:33 PM 11/1/2010 2 of 2 Project List 10-05-09 Atkinson Northwest Equipment Master Page 1 Northwest Area By Rate Group Date 11/02/10 Co Equip Description Mdl Serial Location Description Mfg Eq Fin Date Class Number Yr Number St Meth Acquired Rate Group 10B Crawler Cr 100 -149 Ton 06000 010 10 -100 Crane Crawler LS218 100T 09 N6J9 -1198 150093 SR 16 WB NALLEY VALL LIN L 08/01/09 Rate Group 10C Crawler Cr 150 -199 Ton 06000 010 10 -300 Crane Crawler LS238 150T 05 N2J5 -7819 150096 BELLEVUE BRAIDS LIN 09/12/07 06000 097 10 -301 Crane Crawler LS238 150T 09 N2J9 -1548 150093 SR 16 WB NALLEY VALL LIN 22 P 06/08/09 Rate Group 13B RT Hydro Cr 25 -49 Ton 06000 013 12 -202 Crane Grove RT740 40T 80 46908 8060571 ATK EQUIPT SEATTLE GRV 21 11/06/98 Rate Group 13C RT Hydro Cr 50 75 Ton 06000 013 12 -300 Crane, Linkbelt RTC8065 09 J9J9 -1246 150093 SR 16 WB NALLEY VALL LIN P 10/19/09 06000 013 12 -301 Crane Linkbelt RTC -8060 00 E1J0 -2774 150093 SR 16 WB NALLEY VALL LIN 01/29/04 06000 013 12 -302 Crane Terex RT 665 03 13277 150096 BELLEVUE BRAIDS 02/24/05 06000 013 12 -305 Crane LINKBELT RTC -8060 00 E150 -4275 150093 SR 16 WB NALLEY VALL LIN 11/14/07 06000 013 12 -306 Crane, Linkbelt RTC8065 J9J9 -1149 150096 BELLEVUE BRAIDS LIN P 03/09/10 Rate Group 13E Trk Mtd Hydro Cr <25 Ton 06000 013 07 -101 BOOM TRUCK 22 -101' 98 1.NPALA0X9WD455938 150093 SR 16 WB NALLEY VALL PET 02/04/04 06000 013 07 -102 BOOM TRUCK 28T -92' 03 2NPNLD0X83M802572 150096 BELLEVUE BRAIDS PET 06/21/06 06000 013 07 -105 BOOM TRUCK 22T -84' 99 1NPALA0X8XD471596 150096 BELLEVUE BRAIDS PET 09/08/03 Rate Group 15B Forklifts 3000# 6000# 06000 015 18 -201 Forklift GEHL 553, 6K 02 JS034748 150093 SR 16 WB NALLEY VALL GEH 03/15/05 Rate Group 15H Forklifts, Telescoping 10000# 06000 015 18 -208 FORKLIFT VR 10042 Skytrack 01 14367 150093 SR 16 WB NALLEY VALL SKY 02/07/05 06000 015 18 -210 FORKLIFT VR 10042 Skytrack 07 0160032321 150093 SR 16 WB NALLEY VALL SKY 10/01/07 06000 015 18 -212 FORKLIFT VR 10042 Skytrack 02 16766 150096 BELLEVUE BRAIDS SKY 07/08/08 Rate Group 20A Excavators 06000 020 15 -103 Takeuchi TB145R Mini -Ex 07 14516484 150096 BELLEVUE BRAIDS 02/08/07 06000 020 15 -108 Takeuchi TB145R Mini -Ex 07 14517924 150098 NE 45TH STREET VIADU 10/29/07 Rate Group 31A Skidsteer,Bobcat Attachments 06000 021 21 -101 Skidsteer Takeuchi TL130 07 21308394 150098 NE 45TH STREET VIADU 02/08/07 06000 021 21 -103 SKID STEER TRK LDR 07 21309493 150096 BELLEVUE BRAIDS 09/25/07 Rate Group 31C Cat 950 or Equal Loader R/T 06000 021 22 -102 LOADER VOLVO L110E 2004 04 60251 8060571 ATK EQUIPT SEATTLE VLV 30 04/08/05 Rate Group 32A Cat 416 or Equal Backhoe 06000 032 15 -503 BH /Loader JD 410 extend 07 T0410JX138474 150096 BELLEVUE BRAIDS MDR 08/10/07 Rate Group 49E Hydraulic Auger Drills 06000 098 62 -900 LODRIL LLM -40 /CAT 320 EXCAV 06 23024 150096 BELLEVUE BRAIDS 11/01/06 Rate Group 50E A/C Diesel 151 -210 CFM 06000 050 75 -205 03 Air Comp 185 CFM 03 4FVCABAAX3U335120 150093 SR 16 WB NALLEY VALL ING 09/24/03 06000 050 75 -206 06 Air Comp 185 CFM 06 372606 150093 SR 16 WB NALLEY VALL ING 02/09/07 06000 050 75 -207 93 Air Comp IR P185WJD 93 222198UAD328 150093 SR 16 WB NALLEY VALL ING 03/18/99 06000 050 75 -208 A/C Eng. IR P185WJD98 -211 98 98211 150096 BELLEVUE BRAIDS ING 03/04/00 Atkinson Northwest Equipment Master Page 2 Northwest Area By Rate Group Date 11/02/10 Co Equip Description Mdl Serial Location Description Mfg Eq Fin Date Class Number Yr Number St Meth Acquired 06000 050 75 -212 IR 185 CFM AIR COMPRESSOR 03 4FVCABAA63U336202 150093 SR 16 WE NALLEY VALL ING 09/24/03 06000 050 75 -213 IR 185 CFM Air Compressor 08 150093 SR 16 WB NALLEY VALL ING 08/09/07 Rate Group 55B Finishers 06000 055 62 -102 Bidwell BR201 BR- 92764 -1 150096 BELLEVUE BRAIDS BID 03/18/99 06000 055 62 -103 Bidwell Paver Model 4800 48- 20091194 -2 -HD 150093 SR 16 WB NALLEY VALL BID 11/30/09 Rate Group 59N Water Treatment Plant 06000 059 96 -100 Water Treatment /Filteration 07 1WC200J2274064629 150093 SR 16 WB NALLEY VALL J 05/20/09 06000 059 96 -101 Water Treatment /Filteration 07 1WC200J2474064633 150093 SR 16 WB NALLEY VALL J 05/20/09 06000 059 96 -102 Water Treatment /Filteration 07 1WC200J2874064635 150093 SR 16 WB NALLEY VALL J 05/20/09 Rate Group 60A Automobiles Grade 1 06000 060 50 -004 04 TAURUS Woods 04 1FAFP55254G182245 8061320 Estimating Seattle FRD 06/29/05 06000 060 50 -006 05 FORD 500 647149 Pitzer 04 1FAFP261X5G119034 150093 SR 16 WB NALLEY VALL FRD 12/09/04 06000 060 50 -014 06 FORD 500 SENTA 06 1FAFP23126G105604 8061320 Estimating Seattle FRD 09/30/05 06000 060 50 -016 08 TAURUS Shook, Geoff 08 1FAHP24W48G173490 8061320 Estimating Seattle FRD 12/02/08 Rate Group 60C Pick Up Truck 1/2 Ton 06000 060 51 -001 08 F150 PICKUP MILLER 08 1FTRF12228KB39122 150093 SR 16 WB NALLEY VALL FRD 10/16/07 06000 060 51 -015 03 F150 PICKUP -T /C Chambers 03 2FTRX17W03CA62191 150093 SR 16 WB NALLEY VALL FRD 06/12/03 06000 060 51 -016 03 F150 PICKUP 03 2FTRF17293CB13431 150093 SR 16 WB NALLEY VALL FRD 09/17/03 06000 060 51 -019 04 F150 PICKUP Totaled 04 2FTRX172X4CA42027 150080 BELLEVUE DESIGN -BUIL FRD 27 02/20/04 06000 060 51 -020 04 F150 PICKUP Vosler, Bil 04 1FTRX12W44FA01696 150096 BELLEVUE BRAIDS FRD 07/09/04 06000 060 51 -021 05 F150 PICKUP Degasparis 05 1FTRF12WX5NB76612 8061320 Estimating Seattle FRD 06/27/05 06000 060 51 -022 05 F150 PICKUP 05 1FTRF12W6SKE70834 8061320 Estimating Seattle FRD 06/27/05 06000 060 51 -023 06 F150 PICKUP Chandlee 06 1FTRF12236NA54057 150093 SR 16 WB NALLEY VALL FRD 02/14/06 06000 060 51 -024 06 F150 PICKUP FIELD 45th 06 1FTRF12236NB27783 150096 BELLEVUE BRAIDS FRD 04/27/06 06000 060 51 -025 07 F150 PICKUP VanMaarth 07 1FTRF122X7NA38634 150096 BELLEVUE BRAIDS FRD 02/07/07 06000 060 51 -031 06 F150 PICKUP TERHAR, J 06 1FTRF12206NB30592 150093 SR 16 WB NALLEY VALL FRD 04/27/06 06000 060 51 -032 07 F150 PICKUP Lee 07 1FTRF12237NA74732 150098 NE 45TH STREET VIADU FRD 06/18/07 06000 060 51 -047 05 F150 PICKUP Rugh, Matt 05 1FTRF12W15NA36707 150096 BELLEVUE BRAIDS FRD 07/07/05 06000 060 51 -048 05 F150 PICKUP Zusy 05 1FTPX12505FB39512 806132D Estimating Seattle FRD 07/08/05 06000 060 51 -049 06 F150 PICKUP Allington 06 1FTRF12226NA56740 150093 SR 16 WB NALLEY VALL FRD 02/14/06 06000 060 51 -050 06 F150 PICKUP Dinh 06 1FTRF12226NB33994 150096 BELLEVUE BRAIDS FRD 04/27/06 06000 060 51 -051 06 F150 PICKUP Skaggs 06 1FTRF12266NB17359 150093 SR 16 MB NALLEY VALL FRD 05/22/06 06000 060 51 -052 06 F150 Pickup Fortin 06 1FTRF12256NB72627 150093 SR 16 WB NALLEY VALL FRD 08/10/06 06000 060 51 -053 07 F150 Pickup Lee, Jeff 07 1FTRF12287KC22150 150096 BELLEVUE BRAIDS FRD 03/19/07 06000 060 51 -054 07 F150 Pickup McKeon 07 1FTRF12257KC22056 150096 BELLEVUE BRAIDS FRD 03/19/07 06000 060 51 -056 07 F150 Pickup Reddell, El 07 1FTRF12247NA71533 150096 BELLEVUE BRAIDS FRD D5/25/07 06000 060 51 -057 07 F150 Pickup Field 07 1FTRF12277NA69078 150096 BELLEVUE BRAIDS FRD 05/25/07 06000 060 51 -058 07 F150 PICKUP Hamilton,Cu 07 1FTRF12217NA74776 150093 SR 16 WB NALLEY VALL FRD 06/18/07 06000 060 51 -059 07 F150 Pickup Villani 07 1FTRF12217NA74695 8061320 Estimating Seattle FRD 06/18/07 06000 060 51 -060 07 F150 PICKUP TARTER 07 1FTRF12217KD35471 150093 SR 16 WB NALLEY VALL FRD 08/01/07 06000 060 51 -061 07 F150 PICKUP Kurkov 07 1FTRF12207NA87888 150096 BELLEVUE BRAIDS FRD 09/04/07 06000 060 51 -075 06 F150 Pickup Mitchell B: 06 1FTRF12296NB59007 150093 SR 16 WB NALLEY VALL FRD 06/22/06 06000 060 51 -076 07 F150 PICKUP Couture 07 1FTRF12287NA76802 8061320 Estimating Seattle FRD 06/18/07 06000 060 51 -082 03 F150 PICKUP Tis, Jason 03 2FTRX17273CA65988 150093 SR 16 WB NALLEY VALL FRD 06/12/03 06000 060 51 -083 06 F150 PICKUP- Wade Hampton 06 1FTRF12226NB34014 150096 BELLEVUE BRAIDS FRD 04/27/06 06000 060 51 -109 08 F150 PICKUP Van Kirk 08 1FTRF12258KB31578 150096 BELLEVUE BRAIDS FRD 10/16/07 06000 060 51 -123 08 F150 PICKUP BING MA 08 1FTRF12228KE97935 150093 SR 16 WB NALLEY VALL FRD 11/03/08 06000 060 51 -124 08 F150 PICKUP Larson 08 1FTRF12248KF00110 150096 BELLEVUE BRAIDS FRD 11/03/08 06000 060 51 -125 08 F150 PICKUP Holescher, 08 1FTRF12298KE97981 8061320 Estimating Seattle FRD 11/03/08 Atkinson Northwest Equipment Master Page 3 Northwest Area By Rate Group Date 11/02/10 Co Equip Description Mdl Serial Location Description Mfg Eq Fin Date Class Number Yr Number St Meth Acquired 06000 060 51 -126 08 F150 PICKUP EMERSON 08 1FTRF12278KE84856 150093 SR 16 WB NALLEY VALL FRD 11/03/08 06000 060 51 -128 08 F150 PICKUP HOFFMAN 08 1FTRF12258KE84869 8061320 Estimating Seattle FRD 11/12/08 06000 060 51 -129 08 F150 PICKUP Streuli, S 08 1FTRF122X8KE85791 150096 BELLEVUE BRAIDS FRD 11/12/08 06000 060 51 -133 08 F150SC Teskey 08 1FTPX12538FB49939 150093 SR 16 WB NALLEY VALL FRD 12/15/08 06000 060 51 -142 10 F150 PICKUP TAYLOR, M. 10 1FTMF1CWXAKB33196 150103 SEISMIC RETROFIT 90- FRD 02/01/10 06000 060 51 -143 10 F150SC STREULI, JASON 10 1FTEX1C84AKB70585 8061320 Estimating Seattle FRD 02/09/10 06000 060 51 -144 10 F150SC SHOVLIN 10 1FTEX1C83AFA50947 8061320 Estimating Seattle FRD 02/09/10 06000 060 51 -145 10 F150SC GONZALES 10 1FTEX1C84AKB69906 150096 BELLEVUE BRAIDS FRD 03/01/10 06000 060 51 -146 10 F150 PICKUP- BARNES, MANNI 10 1FTMF1C83AKB57521 150096 BELLEVUE BRAIDS FRD 03/01/10 06000 060 51 -147 10 F150SC DULLY, BRANDON 10 1FTEX1C82AFB47363 150096 BELLEVUE BRAIDS FRD 03/01/10 06000 060 51 -148 10 F150SC -Van 10 1FTEX1CW5AFB11195 8061320 Estimating Seattle FRD 03/09/10 06000 060 51 -149 10 F150SC Wilcox 10 1FTEX1CB2AFB87667 150093 SR 16 WB NALLEY VALL FRD 04/01/10 06000 060 51 -150 10 F150 Pickup Helvey 10 1FTMF1C8XAKB57225 150093 SR 16 WB NALLEY VALL FRD 04/01/10 06000 060 51 -151 10 F150 PICKUP RON MITZEL 10 1FTMF1CW8AKB47033 150093 SR 16 WB NALLEY VALL FRD 06/01/10 06000 060 51 -152 10 F150 PICKUP DELP 10 1FTMF1CW5AKB47006 150096 BELLEVUE BRAIDS FRD 06/01/10 Rate Group 60H SUV EXEC PIPS 06000 060 51 -731 03 EXPLORER- For Sale 03 1FMZU73K73ZB24666 8061320 Estimating Seattle FRD 21 09/22/03 06000 060 51 -738 08 EXPLORER Adams 08 1FMEU73E08UB36171 8061320 Estimating Seattle FRD 12/03/08 06000 060 51 -739 09 EXPLORER Doles 09 1FMEU73E29UA02408 8061320 Estimating Seattle FRD 12/15/08 06000 060 51 -741 09 EXPLORER MAYO 09 1FMEU73E99UA20811 8061320 Estimating Seattle FRD 02/13/09 06000 060 51 -744 10 EXPLORER Spears 10 1FMEU7DEXAUA32727 150096 BELLEVUE BRAIDS FRD 01 /01 /10 Rate Group 60J Small Pickups (Rangers) 06000 060 51 -006 04 RANGER PU -Pool Truck 04 1FTYR14U94PA11877 150096 BELLEVUE BRAIDS FRD 04/16/04 Rate Group 63A Mechanic Truck w /Utility Body 06000 060 54 -503 99 F550 SERVICE TRUCK 99 1FDAF56FOXEB61033 150096 BELLEVUE BRAIDS FRD 11/04/98 06000 060 54 -504 F550 MECH TRK- Tim McCarthy 06 1FDAF56P76ED88534 150093 SR 16 WB NALLEY VALL FRD 05/01/08 Rate Group 63B Flatracks Liftgate Trucks 06000 060 53 -005 07 F350 FLATBED- 07 1FDWF36P77EA28112 150096 BELLEVUE BRAIDS FRO 02/07/07 06000 060 53 -012 06 F450 FLATBED w /liftgate 06 1FDXF46P46ED69685 150096 BELLEVUE BRAIDS FRD 05/18/06 06000 060 53 -013 06 F450 FLATBED Pena 06 1FDXF46P86EC85272 150093 SR 16 WB NALLEY VALL FRD 05/18/06 06000 060 53 -014 06 F450 Flatbed Willoughby 06 1FDXF46P16ED00128 150093 SR 16 WB NALLEY VALL FRD 06/22/06 06000 060 53 -015 06 F450 Flatbed TESC 06 1FDXF46P46E1393575 150093 SR 16 WB NALLEY VALL FRD 06/22/06 06000 060 53 -016 06 F350 FLATBED- Browning, Ma 06 1FDWF36P96ED95298 150093 SR 16 WB NALLEY VALL FRD 09/22/06 06000 060 53 -017 06 F350 FLATBED- Griffins 06 1FDWF36P16ED95327 150093 SR 16 WB NALLEY VALL FRD 09/22/06 06000 060 53 -018 07 F450 FLATBED Nate J 07 1FDXF46P27EA52747 150093 SR 16 WB NALLEY VALL FRD 09/22/06 06000 060 53 019 07 FORD F450 4x4 Drill Doc 07 1FDXF47P37EA52707 150093 SR 16 MB NALLEY VALL FRD 03/14/07 06000 060 53 -023 00 F450 Flatbed Jumper 00 1FDXF46F5YED33577 150093 SR 16 WB NALLEY VALL FRD 08/04/03 06000 060 53 -042 09 F450 FLATBED Marler 09 1FDAF46R69EA80299 150093 SR 16 WB NALLEY VALL FRD 01/01/10 06000 060 53 -043 09 F450 FLATBED- Cummings 09 1FDAF46R19EA08796 150093 SR 16 WB NALLEY VALL FRD 01 /01 /10 06000 060 53 -044 2010 F F 450 (FLATBED) 10 1FDAF4GR8AEA33035 150096 BELLEVUE BRAIDS FRD 02/09/10 06000 060 53 -045 2010 F F 450 (FLATBED) 10 1FDAF46R99EA39228 150096 BELLEVUE BRAIDS FRD 02/09/10 06000 060 53 -046 2010 F F 450 (FLATBED) 10 1FDXF46R89EA54071 150096 BELLEVUE BRAIDS FRD 02/09/10 06000 060 53 -047 09 F450 FLATBED 09 1FDAF46R79EA06521 150098 NE 45TH STREET VIADU FRD 04/12/10 Rate Group 63L Water Trucks, Highway 06000 060 56 -103 1995 -WATER TRUCK, 4000 Gal 95 1FTYY95U8SVA49948 150096 BELLEVUE BRAIDS FRD 09/11/08 Rate Group 63M Semi Tractors, Hi -Way 06000 063 55 -501 TRACTOR 1989 FREIGHTLINER 89 1FUP2CYBOKH340262 150093 SR 16 WB NALLEY VALL FRE 11/01/03 Atkinson Northwest Equipment Master Page 4 Northwest Area By Rate Group Date 11/02/10 Co Equip Description Mdl Serial Location Description Mfg Eq Fin Date Class Number Yr Number St Meth Acquired Rate Group 63N Trucks, Special 06000 060 53 -501 2002 PETERBILT 5 YARD DUMP T 02 2NPNHD6XX2M584223 150098 NE 45TH STREET VIADU PET 02/07/07 06000 060 53 -502 Dump Truck SYD Cl B 02 2NPNHD6X82M584219 150096 BELLEVUE BRAIDS PET 08/20/07 Rate Group 64A Trailers, Flatbed 06000 063 57 -100 TRAILER 1971 BROWN 71 WA78108833 150093 SR 16 WB NALLEY VALL BWN 11/01/03 06000 063 57 -101 94 TRAILER, 48' TRANSCRAFT 94 1TTF4820XR1042116 150093 SR 16 WB NALLEY VALL 11/03/06 06000 063 57 -801 06 TRAILER 10T TAG -A -LONG 07 5L8PH252471006778 150098 NE 45TH STREET VIADU 08/23/06 06000 063 57 -802 07 TRAILER 10T Tag -A -Long 07 5L8PH252081012126 150096 BELLEVUE BRAIDS 10/01/07 Rate Group 64C Trailers, Utility 06000 063 57 -811 2009 Wells Cargo Road Force 09 1W4200J2094071528 150098 NE 45TH STREET VIADU J 05/05/10 Rate Group 64F Trailers, Water (Special) 06000 063 56 -503 WATER WAGON, 500 GAL 03 020558 150093 SR 16 WB NALLEY VALL WYL 10/22/03 06000 098 56 -506 SLURRY TANK, 20,000 GAL 150093 SR 16 WB NALLEY VALL 12/06/06 06000 063 56 -507 WATER WAGON, 500 GAL 07 5VUTW13287L000382 150093 SR 16 WB NALLEY VALL WYL 08/30/07 06000 063 56 -509 WATER WAGON, 500 GAL WYLIE 10 5VUTW13257L000744 150096 BELLEVUE BRAIDS WYL J 04/21/10 Rate Group 71A Light Tower, 6 -8 KW 06000 072 83 -901 647080 Light Tower IR 339710UHN789 150093 SR 16 WB NALLEY VALL ING 09/26/03 06000 072 83 -902 647081 Light Tower IR 339709UHN789 150093 SR 16 WB NALLEY VALL ING 09/26/03 06000 072 83 -903 647720 LT TOWER Amida AL4000 E0F08853 150093 SR 16 WB NALLEY VALL AMI 08/09/07 06000 072 83 -904 647721 LT TOWER Amida AL4000 ETF08054 150093 SR 16 WB NALLEY VALL AMI 08/09/07 06000 072 83 -905 671002 Light Tower IR L64MH 295343UJ1822 150093 SR 16 WB NALLEY VALL ING 11/10/98 06000 072 83 -907 671006 Light Tower IR L64MH 295414UJ1822 150093 SR 16 WB NALLEY VALL ING 12/07/98 06000 072 83 -908 671008 Light Tower IR L64MH 295416UJ1822 150093 SR 16 WB NALLEY VALL ING 11/10/98 06000 072 83 -933 LIGHT TOWER Magnum MLT3060 06 067917 150096 BELLEVUE BRAIDS 08/01/10 06000 072 83 -934 LIGHT TOWER Magnum MLT3060 06 067916 150096 BELLEVUE BRAIDS 08 /01 /10 Rate Group 84C Welder, Die 100 400 A 8000 01000 084 19153 WELDER DIESEL 250AMP U1981004778 150093 SR 16 WB NALLEY VALL LNC 23 11/15/98 Rate Group 88F Office Trailer 10x40 06000 064 58 -100 OFFICE CONEX 40' QC LAB 150096 BELLEVUE BRAIDS 07/12/07 Rate Group 95B Miscellaneous Material 06000 999902 Unkown Equip Numb Seattle 8060571 ATK EQUIPT SEATTLE 01/01/09 Rate Group 98A Miscellaneous Equipment 06000 060 62 -500 CURB MACHINE 07 J -13580 150093 SR 16 WB NALLEY VALL MIL 09/24/07 06000 098 98 -702 647573 0/H STRIPPING BUGGY 06 150093 SR 16 WB NALLEY VALL 04/06/06 Rate Group 98G Arrow Board /VMB 06000 071 98 -666 MESSAGE BOARD 08 5E128161881005721 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -667 MESSAGE BOARD 08 5F12S161X81005722 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -668 MESSAGE BOARD 08 5F12S161181005723 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -669 MESSAGE BOARD 08 5F12S161381005724 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -670 MESSAGE BOARD 08 5F12S161581005725 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -671 MESSAGE BOARD 08 5F12S161781005726 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -672 MESSAGE BOARD 08 5F125161981005727 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -673 MESSAGE BOARD 08 5F12S161081005728 150093 SR 16 WB NALLEY VALL 12/23/08 06000 071 98 -685 Arrow board 08 5F11S101291000455 150093 SR 16 WB NALLEY VALL J 04/06/09 Atkinson Northwest Equipment Master Page 5 Northwest Area By Rate Group Date 11/02/10 Co Equip Description Mdl Serial Location Description Mfg Eq Fin Date Class Number Yr Number St Meth Acquired 06000 071 98 -686 Arrow board 08 5F11S101491000456 150093 SR 16 WB NALLEY VALL J 04/06/09 06000 071 98 -687 Arrow board 08 5F11S101691000457 150093 SR 16 WB NALLEY VALL J 04/06/09 06000 071 98 -688 Arrow board 08 5F11S101891000458 150093 SR 16 WB NALLEY VALL J 04/06/09 Rate Group 999 Child Asset -No Billing 06000 610 -300 CRAWLER CRANE LS238 150T 05 150096 BELLEVUE BRAIDS LIN 09/12/07 01000 013 6132591 Recap Major Repairs 78 8060571 ATK EQUIPT SEATTLE MAN 21 06/14/99 ATKINSON Rhonda Lee CONSTRUCTION Project Engineer Years of Experience Atkinson Construction: 4 years Total Experience in Heavy Civil Construction: 6 years Education B.S., Civil and Environmental Engineering University of Washington Responsibilities Monitors progress on self perform work and generates productivity reports; Negotiates monthly progress payment with Owner, and manages all subcontractor requisitions; Estimates price changes; Reviews and submits submittals, RFI's; Manages subcontractor on site; controls project schedule. Background Ms. Lee has extensive experience in cost control and scheduling for large scale public projects. She also has project management and cost negotiation experience. Project Experience 2006 -2008 —112`" South Everett Freeway Station Office Engineer This $32 million facility project included 400 parking spots and direct access ramps for transit and HOV to the NB and SB lanes of 1 -5. Her responsibilities included scheduling, maintenance of traffic, coordinating and directing subcontractors, and working with Sound Transit and WSDOT in building the park -n -ride. In addition, she worked with the local tenants that lived in the nearby residences to address their concerns around the construction and especially the construction of the noisewall. She closed out the project single handedly for the last several months working with WSDOT on all remaining issues. 2008 -2010 SR 18 Westbound Nalley Valley Traffic Control Manager /Office Engineer This project improves the westbound connection between 1 -5 and SR 16 by constructing new westbound bridges over Nalley Valley. This project will eliminate the traffic weave with a new direct connection from southbound 1 -5 to Sprague Avenue and westbound SR 16. Project elements include a Sprague Avenue on -ramp to westbound SR 16, a new eastbound SR 16 off -ramp to Sprague Avenue and a new flyover ramp from northbound 1 -5 to westbound SR 16 and Sprague Avenue. As part of the Nalley Valley project team, Rhonda served as the Traffic Control Manager (TCM). She is a certified flagger and traffic control supervisor. Her responsibility was to coordinate the traffic control necessary to complete the work activities for Atkinson and subcontractors and schedule accordingly. Part of the role was to generate and submit traffic control plans for review and approval. As the TCM she was responsible for all major traffic shifts for each work sequence. She also spent time as office engineer which included scheduling. 2010 Curent NE 45th Street Viaduct West Approach Replacement Project Engineer She is currently project engineer on a very aggressive project which required demolition of a 1000 ft timber trestle and replacement with a three -sided MSE wall grade separation. The project involved intense time constraints with an allowable closure from June 14, 2010 to September 10, 2010 and heavy liquidated damages beyond the end date. Rhonda performed as the full time Project Engineer managing self performed work, schedule, submittals, invoices, subcontractors and owner negotiations. Her team's effort led to a new roadway open to traffic 7 days ahead of schedule. AMERICAN ENGINEERING SUR VEY PROJECTS City of Buckley Waste Water Treatment Plant Site: Mapping of treatment plant site for design and expansion. Determination of property boundary, setting of lot corners and preparation and filing of record of survey. City of Buckley, Pierce County, WA. Topographic mapping of the existing sanitary sewer treatment plant site for design and expansion. Determination and survey of property boundary and creation of record drawings. City of Enumclaw Waste Water Treatment Plant Site: Mapping of treatment plant site for design and expansion. Determination of property boundary, setting of lot corners and preparation and filing of record of survey. Construction staking. City of Buckley Site Mapping for Design of Sewer System: Roadway mapping and manhole locations for expansion of sewer system within the City of Buckley Puyallup Sand and Gravel Pit, Corliss Resources, Puyallup, WA: Research, control survey and mapping of site for preparation of engineering plans and reclamation. Treatment Plant, Belfair, Mason County, WA. Approx Project Costs Contracted by CH2M HILL for mapping multiple roads, state highway and properties for the design of a new Wastewater and Water Reclamation Facility (treatment plant) in Belfair, Mason County. Final design gathers wastewater from homes and businesses in the main sewer line and transports sewage to a force main, which is used to move wastewater up hill to the wastewater reclamation facility for treatment. At the time of the field survey, the State DOT was also mapping roads in the Belfair area for design of a bypass highway and AEC and WSDOT worked side by side to obtain and share field data for all the common roads being mapped. Using GPS to establish control AEC provided topographic mapping for 3 proposed lift stations, state highways, multiple roads and streets where the conveyance lines were being designed and the proposed treatment plant site. For the preparation of easement documents and property boundary work AEC located Section and Quarter corners and prepared Section breakdowns of multiple sections. Boundary surveys were provided for the wastewater reclamation facility and records of surveys prepared and recorded at Mason County. Legal descriptions were prepared for various land purchases and easements. The proposed force main crossed the US Navy railroad which meant the surveyors had to obtain permission to work in the railroad right of way, map the crossing, prepare legal descriptions for the crossing and provide the navy with a record of survey showing the crossing. C: \WINDOWS \temp\notesEI EF34\AMERICAN ENGINEERING SURVEY PROJECTS.doc Records research of many deeds, plats, records of surveys, right of way maps and GLO records was included in the tasks for the preparation of base maps for the project. Coordination between CH2M HILL, Mason County, WSDOT, The US Navy and the various property owners in the area was critical towards completion of a successful project. Bonney Lake Town Center Site Development, Bonney Lake, WA Development of 50 acres into multi- family and a business park. County research to gather site information for surveying and civil design. Ongoing work with aerial photography, control and section breakdown for boundary, boundary line adjustments, title research, legal descriptions and construction staking. River Road Project, T S Properties, Puyallup, WA: Research, control and mapping of site for preparation of development plans of the property. Seattle Neighborhood Streets Seattle, WA: Provided layout for sidewalk and walkway improvements for streets in various neighborhoods within Seattle. Worked closely with contractor to maintain tight construction schedule. Jensen Sand Gravel, Enumclaw, WA: Site mapping to determine pervious and impervious surfaces to complete drainage analysis of the entire pit area. Brooks Village Subdivision 48 lot, low income housing subdivision. Confirmed the boundary of the subdivision, section breakdown. Staked boundary of plat, and worked closely with King County DDES to get the plat approved and recorded Olhava Development Master Planned Mixed Use Community, Poulsbo,WA. 215 acres. Responsible for aerial survey and ground control, boundary and supplemental site topography. Preparation of exhibits and base maps for design.. Project scheduled for 380 multifamily and 92 single- family middle income units, 800,000 sf of commercial building and a 310,000 sf business park. Nicholson Machine TechnoIogv Lot Boundary Adjustment Research and computing for determination of property boundary, preparation and submittal of lot boundary adjustment documents to the City of Seattle for 8 acre site in downtown Seattle. Field survey of adjacent roadways, location of railroad next to property and Iocation of all buildings on site. Beninger Residence, Carlton Beach Tracts: Research and computing for staking boundary and topographic mapping of waterfront property for construction of single family house. Preparation of lot boundary adjustment documents, construction staking of foundation of house and driveway area. C:\ WINDOWS \temp\notesEIEF34\AMERICAN ENGINEERING SURVEY PROJECTS.doc Ballard Blocks, Ballard, WA: Research and computing of boundary, control survey to Seattle standards, topographic mapping of entire block, including full road mapping, determination of right of way, mapping of underground and overhead utilities, staking of property boundary and construction staking of building foundation for commercial development and ALTA survey for financing. Issaquah Complete Streets Proiect: Construction staking of storm drain and sidewalks for the tight scheduled street improvement project using GPS and conventional survey methods. Buckley Sewer Expansion, Buckley, WA: Mapping of existing sanitary sewer manholes and sewer line for design of new gravity sewer lines and construction. Northlake Shipyard, Seattle, WA: Street mapping and utility locations for design of new water system for fire system to commercial shops. Determination of streets right of way along the proposed water line route. Home Depot Survey, Bonney Lake, WA: Research, computing, control and boundary survey of property for proposed Home Depot store. Site mapping included adjacent state Highway county roads and entire site. Staked boundary, prepared, and filed record of survey. Ratolo Ditch Survey, Kent, WA: Site mapping of existing ditches, wetland areas and areas of flooding for court case involving adjacent developments changing waterways, and causing flooding. Koltchack BLA, Vashon Island, WA: Property research, County records research, computing of section breakdown and property boundaries involved in complex Boundary Line Adjustment. Project required working closely with client, client's neighbors and King County DDES staff to complete BLA. King County staff was very satisfied with the results of the BLA findings and documents. Trendwest MountainStar Resort, Cle Elum, WA. Aerial survey, mapping and staking of 7,400 -acre resort property. City of Cle Elum, Kittitas County, WA. Property survey of existing cemetery and mapping of individual grave sites and creation of an index book to assist city in record keeping and owners names of grave sites. Paine Field Airport, Snohomish County, WA. Provided office and field support for 3 construction projects of runway and taxiway grinding and pavement overlays and new taxiway and storm drainage construction at various locations on airport property. City of Enumclaw, King County, WA. Topographic mapping of the existing sanitary sewer treatment plant site for design and expansion. Determination and survey of property boundary and creation of record drawings. C:\ WINDOWS \temp\notesElEF34\AMERICAN ENGINEERING SURVEY PROJECTS.doc Smokey Point Subdivision project for Corliss et al, 60 -acre property and topographic survey. Homestead Pit Valley, North Bend, WA. Survey ground control for aerial photography, and construction staking for reclaim operations of pit. Olhava Mixed Use Development, Poulsbo, WA. Ground control and site mapping for 215 -acre mixed -use development. Garden of Eden, Bellevue, WA. Property and topographic survey, subdivision platting and construction staking of utility systems. Lucky Peak Hydro, Boise, Idaho. Performed soundings of the river below dam for use by designers in preparation of engineering plans for power house. Ongoing mapping and construction staking of power plant during construction. Greensprings Highway, Medford, Oregon.. Performed area topography and location survey on approx. 3 miles of state highway and compiled topographic maps of area for use by designers. Kuna Road, Boise, Idaho. Performed horizontal and vertical location survey on 11 miles of road for location of drainage and culverts, canals, bridges, guard rails, power poles, and underground utilities, buildings, fence lines and streets. Jackson Lake Dam, Jackson Hole, Wyoming. Performed topography on area below Jackson Lake Dam and river soundings. Compiled topographic map of the area. Oakley Dam, Oakley, Idaho. Performed soundings of the reservoir bottom near the outlet tower while other members of survey crew mapped inside of outlet tunnel at tower location to determine the thickness of material between reservoir bottom and top of outlet tunnel. Hells Canyon River Soundings, Hells Canyon Dam, Idaho. Performed soundings survey and compiled topographic map of approx. 1500 feet of river channel below dam in order for Idaho Power Company to determine the silt buildup along the dam tailrace. Paine Field Airport 2009 American Engineering Corporation provided construction staking and As Built mapping services for repaving operations on approximately 9,000 lineal feet of main runway as well as various associated taxiways. The work was divided into two separate projects. Construction staking was provided for underground electrical systems including layout of conduits and runway lighting. Both projects included high- accuracy vertical topographic grid surveys of runway surfaces before and after asphalt grinding and repaving. Surveying services were provided around the clock at times in accordance with a critical schedule of runway closures. Excel spread sheets were provided to the client for data analyzation and billing quantities. Color mapping was prepared to display and highlight C:\ WINDOWS \temp\notesEIEF34\AMERICAN ENGINEERING SURVEY PROJECTS.doc portions of the work with significant deviations from project tolerances. The projects also included new pavement and storm drain improvements at various locations on the airport property. Total contract amount $150,000. C:\ WINDOWS \temp\notesElEF34\AMERICAN ENGINEERING SURVEY PROJECTS.doc PERFORMANCE City of Buckley Waste Water Treatment Plant Within budget of $29,000 and on time performance. Reference: Alan Wolfe, 360- 829 -1734 City of Enumclaw Waste Water Treatment Plant Within budget of $35,000 and on time performance. Reference: Chris Searcy, 360- 615 -5721 Puyallup Sand and Gravel Pit Within budget of $28,300 and on- going. Reference: Scott Corliss, 253 405 -0166 C:\ WINDOWS \temp\notesElEF34\AMERICAN ENGINEERING SURVEY PROJECTS.doc AMERICAN ENGINEERING CORPORATION PROJECTS Paine Field Airport 2009 Owner: Snohomish County The Paine Field Airport Project consisted of resurfacing of the main runway, 16R -34L and various taxiway pavement overlays and was broken out into two separate projects. American Engineering Corporation provided construction staking and as built mapping services for repaving operations on approximately 9,000 lineal feet of main runway as well as various associated taxiways. Resurfacing included reconstruction the north 1000' of the runway with concrete. Staking of storm under drains was provided along the taxiways and an as built was done after construction. Construction staking was provided for underground electrical systems including layout of electrical conduits, touch down zone lights, runway and taxiway lights. Both projects included layout and high- accuracy vertical topographic grid surveys of runway surfaces before and after asphalt grinding and repaving. Surveying services were provided around the clock at times in accordance with a critical schedule of runway closures. Excel spread sheets showing pavement grades mapped on grids were provided to the client to analyze data and for billing quantities. Color mapping was prepared using ACAD Civil 3D to display and highlight portions of the work with significant deviations from project tolerances. 244 Ave NE Roadway and Bridge 2009 Owner: City of Sammamish Construction and staking for roadway extension improvement project. Project consisted of new bridge layout, Pile and structural earth walls, roadway staking for alignment and sub grade /finish grades, storm, water and sewer, sidewalk staking and curbs, lights and channelization. Paine Field, Taxiway Kilo Construction 2009 Owner: Snohomish County AEC provided construction surveying and as builts for the 900' section of a group -five taxilane (747 size aircraft) called Taxilane Kilo North which extends from taxiway Kilo 1 and the Future of Flight south into the Northwest Aviation Center. This project included extensive grading of the area and storm water conveyance for three distinct detention ponds and preparation for aircraft parking ramp adjacent to the taxilane. Two stub connectors extend the ramp area west of the taxiway for usage of parking of aircraft on a short term basis. Survey included staking for clearing and pond grading, storm drain system, staking for excavation to get to sub grade and staking the concrete panels that make up taxilane Kilo, as builts after construction and calculations of quantities of excavation for the contractor. 196 Braided Ramps, Lynnwood 2010 Owner: WSDOT AEC is currently providing surveying and construction staking for the WSDOT 196 Street Braided Ramps project in Lynnwood. Project consists of construction staking for pile and structural earth walls, soil nail walls, new roadway layout, bridge layout, storm drain and ponds, and as builts for entire project. Project is ongoing. 20 Street Non Motorized Trails 2009 2010 Owner: City of Sammamish Surveying and construction staking for roadway and sidewalk improvements for 20 Street in Sammamish. Work included road staking, water, sewer, and storm drain improvements, sidewalk layout, ands as builts.