Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
09-006 - Gary Merlino Construction - Tukwila International Boulevard Phases II and III (Change Orders A-AO)
09- 006(ao) Council' Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 041 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The'following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE. Replace existing concentric cone section at CB #111 with 5' tall barrel section and a flat top lid as detailed in Field Directive #68. Adjust casting alignment behind curb using grade rings and replace existing casting with a solid rectangular lid. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B, Phase 3, Drainage. There is no time impact for 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. ACCEPTE : Date '"�/3A I Contractor f 1-tvo Co�S 1" By // Title PA-o.3. Mv/t . Original Contract (without tax) $ 12,255,380.00/APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 517,388.11/ Date 3 -IO-1 1 This Change Order (without tax) $ 9,602.43/By REV. CONTRACT AMOUNT $ 12,782,370.54 Mays // ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / 6 I" a 04 f 6,M4 S cc• Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 68 To: Gary Merlino Construction Date:5 /25/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Remove the existing concentric cone sections and brick risers to roughly 7' below current grade at CB #111. Replace with a 5' tall barrel section and a flat top lid as shown in the attached exhibit. Adjust casting alignment behind curb using grade rings and replace existing casting with a solid rectangular lid per original design. Reason for modification: The existing structure straddles the curb line at this location. The top 7' uses a concentric cone and a brick chimney to reach grade. The tall narrow chimney and existing round 20" casting makes it challenging to enter /exit this structure. To shift the casting out of the curb line would make access /egress even more difficult. The plans call for adjustment to back of curb or use curb cover to allow placement of the lid in the curb line. A curb cover is not feasible at this location because it is in a planned curb cut for the driveway approach wing. The directed changes wil solve the access problem and allow the casting to be shifted behind the curb. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of any change to the contract price and /or completion date to be tracked by Force Account: Minor Change — Phase 3, Drainage. o With change in contract completion date evaluated using Time Impace Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep — Name 3 ?t3/ll( Approved by: Verified by: City Construction Engineer Date City Construction Inspector Date field directive exhibit barrel 09- 006(an) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 040 Sheet 1 of 1 DATE: 12/27/10 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (U.r.' PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Modify back of sidewalk tie -in between Rockery C and 124th on the west side of TIB. Install 2" of topsoil and hydroseed slopes as detailed in Field Directive #58. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Roadside Development. There is no time impact for 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: By Date Contractor P16(214../0 (o*51'. `Vle,,,�.--- Title /64-c6. M 62. Original Contract (without tax) $ 12,255,380.00 /APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 515,458.89 /Date 3- 10 - I 1 This Change Order (without tax) $ 1,929.22 / By REV. CONTRACT AMOUNT $ 12,772,768.11 ✓ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: / s }df a Ort6 0/, c..S Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 58 To: Gary Merlino Construction Date:4 /19/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify the back of sidewalk tie-in details per the attached Exhibit to allow for various uphill tie in conditions. Specifically the areas between Rockery C and the 124th intersection have both native slopes and existing paved parking areas behind the sidewalk. Using the typical details will likely cause raveling on the backfill slopes over time and undermine the sidewalk. These details will allow the backslope to key into existing features to prevent sidewalk settlement. The detail also accurately shows the specification requirement for providing 2" of topsoil on hydroseeded slopes. Reason for modification: The existing details do not account for various uphill conditions which need to be supported during restoration. Fill slope limits from the sidewalk underdrain detail do not provide a 1' flat area at back of sidewalk, fill over existing pavement is not keyed in to avoid backfill movement and drainage needs to be maintained to the underdrain system while back of sidewalk slopes are stabilized. The payment for the additional work will be offset against the per plan work. Topsoil placement is not an extra but the additional CSBC and effort to tie in to a clean asphalt edge will be tracked by FA for additional payment. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of any change to the contract price and /or completion date to be tracked by FA — Phase 2 or Phase 3, Property Restoration. ❑ With extension to the contract completion date to be evaluated using Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep — Name Approved by: Verified by: Engineer Date i`� 7(17 /o City Construction Inspector Date field directive field directive field directive asphalt cut edge grade tie-in 09- 006(am) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 039 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify Rockery Wall C backfill installation to prevent soil from moving into quarry spall drain system. Install geotextile to separate drain rock from backfill soil and smooth slope to consistent slope above the wall as detailed in Field Directive #51. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Drainage. There is no time impact for 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: Date yy 1 Contractor /►1 J t-I vo Co# 1 By C - -- -- --� Title /°ADS. MIA-, Original Contract (without tax) $ 12,255,380.00/APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 512,010.54 ✓Date 3-/O- /1 This Change Order (without tax) $ 3,448.35 By REV. CONTRACT AMOUNT $ 12,770,838.89 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / s)- o f ,72 002 /6 i/t/yi--S cc: n Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 51 To: Gary Merlino Construction Date:3 /23/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify the installation detail at the top of Rockery Wall C as shown in the Exhibit to complete backfili behind the wall and grade the slope back to cover drain rock detail. Provide geotextile for separation above and below the drain rock at the top of wall to prevent soil movement vertically into the quarry spell drain. system. Reason for modification: Extremely wet slopes- in this area increased the amount of excavation and spalls required to build the wall. The wall contractor completed the installation of the quarry spalls to just below the top of the wall but this detail modification should help prevent gradual dogging of the drain material behind the wall from soil movement above while tieing the upper slope into the wall construction. Work under this Field Directive modification will be accomplished; ❑ VVith work to start immediately and determination of modification to the contract price to be tracked by Force Account, Phase 2 -- Roadway, Minor Change. a VVith no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name efi-0.1. • .e'ne Ece,1/4,1 J Date ion Engineer Date 7 (Z7 /(0 City Construction inspector Date � '14‘44 1� t -116 vii‘tomah i1 i p -' 1)1P-f:re-.-ve `SST 3 /2-3// err- e CI -iAIN LINK FE1iC,g �usrA�,► -- z c7(plvoiLtr °0 •.rbP vim, 12" MIN. THICKNESS OF . 2 * -4" QUARRY SPALLS GRAVEL BACKFILL FOR DRAINS PERFORATED PIP 6' MIN. NON -WOVEN GEOTEXTILE FOR UNDERGROUND DRAINAGE° KEYWAY 4. -6* PAY LIMITS EXCAVATION ONLY NOTES: 1. SEE SEC. 5.01. 02 WSDOT /APWA 9 - 03.12[4] ® FACE OF ROCKERY OR RETAINING SMALL MUST BE A MIN. OF 10 FT. FROM TRAVELED WAY IF ROCKERY OR RETAINING WALL IS BEHIND ROLLED CURB OR ON A RURAL SECTION. ® CHAIN LINK FENCE, TYPE N0. 4 OR 8 (WSDOT /APWA STANDARD), REQUIRED WHEN ROCKERY HEIGHT 1S 18 1N. OR GREATER. s® WSDOT /APWA STANDARD SPECIFICATION SECTION 9--33 6. THE ROCK FACING FOUNDATION AND /OR KEYWAY IS TO BE CLEARED OF ORGANIC MATTER AND DEBRIS AND THE UNDERLYING MINERAL SOIL COMPACTED TO A MINIMUM 95% OF THE MAXIMUM DRY DENSITY. Department of iransportatfon Road Services Division 2007 Design and my Oxstr XIon Standards ROCK FACING, CUT SECTION . FIG. 5 -003 • 5-15 09- 006(aI) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 038 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Intercept an abandoned 12" concrete drain pipe and connect it with 6" flexible drain pipe to the west wall of CB #101 per Field Directive #46. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Drainage. There is no time impact for 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 /hg41.1IVo Co•vS1—• Title /%a. /14 C,2. $ 12,255,380.00/APPROVED BY THE CITY OF TUKWILA By Original Contract (without tax) Previous Change Order This Change Order (without tax) $ 1,811.67/By REV. CONTRACT AMOUNT $ 12,767,390.54 / $ 510,198.87/Date 3-/O -/ / ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) I ` v a (?-LG Ir1// -S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 46 To: Gary Merlino Construction Date:3 /17/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Excavate and intercept the abandoned 12" concrete drain pipe immediately south west of CB #101. Install a 6" flexible drain pipe in the old pipe (match inverts) and secure in place with nonshrink grout. Make every attempt to make this a water tight connection. Route the drain pipe to the back of CB #101 just south of the new access stairs and secure the new penetration in place. Reason for modification: The abandoned pipe seems to be producing water which is running through our backfill and leeching into our drainage system. It is hoped that a direct connection to our drainage system will better control drainage entering our structure and avoid potential problems with piping material from the backfill. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of any change to the contract price to be tracked by Force Account using Phase 2 - Drainage, Minor Change. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: PContractor's Rep — Name City Construction Engineer Date City Construction Inspector Date field directive exhibit 09- 006(ak) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 037 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify CB #112 to provide an emergency high flow cross connection between the existing drainage system and a new Type 1 CB directly west of CB #72 per Field Directive #40 and subsequent modifications. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Drainage. There is no time impact for 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 /176/ i-Pao Co, -. By / Title /°r2 -0. /"t,(,A. Original Contract (without tax) $ 12,255,380.00' APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 492,517.05 1 Date 3'ID -11 This Change Order (without tax) $ 17,681.82 'By REV. CONTRACT AMOUNT $ 12,765,578.871 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) May ' ° f o/ 0/1/1 St..ioc e, cc; Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 40 To: Gary Merlino Construction Date:2 /25/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Install a new Type 1 CB immediately west of CB #72 and replace the outlet pipe to existing CB #112 as shown on the attached sketch. Reduce existing high flow bypass capacity by inserting a 6" orifice sleeve into the northern outlet pipe and grouting in place. Reason for modification: We have experienced flooding in the lower stream area below Homeland Security. (To help avoid future flooding and potential property damage we would like a high flow cross connection between the existing drainage system and the new high flow storm bypass. This modification allows for the extremely high flows to be picked up by the new storm bypass system but all existing base flows to continue to the current outlet structure. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of the change to the contract price to be tracked by Force Account as Minor Change, Phase 2 - Drainage. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by:1 Contractor's Rep — Name P L)1 =, Approved by: Verified by: City Construction Engineer ,l l 9//<< Date City Construction Inspector Date pipe sd revision 09- 006(a1) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 036 Sheet 1 of 1 DATE: 12/27/10 BUDGET NO.: \ PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 Co -� ) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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 failed drainage system with a new 8" PVC pipe from the sidewalk under drain to new CB #70 and install a new CB at Sta 189 +70 LT, per Field Directive #39. Also replace proposed yard drain at Sta 191 +45 LT with a Type I CB, per Field Directive #41. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Drainage. There is no time impact for 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 ,3/.x)11 Contractor /'/16/ =Lrr c CC i By g va7v? Title f= -0.`) .l14v «. Original Contract (without tax) $ 12,255,380.001 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 481,591.24 /Date 3• IO I This Change Order (without tax) $ 10,925.81 /By REV. CONTRACT AMOUNT $ 12,747,897.05 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) /.P d Cg- (6//t/*-� ._cc: E ;+ finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 39 To: Gary Merlino Construction Date:02/25 /10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Remove existing 12" storm pipe and structures between CB #1402 at Sta 187 +35 LT and CB#70 at Sta 191 +11 LT as shown on the attached markup. Provide an additional CB at approximately 189 +70 LT to pick up the existing drain connection as shown and run a new solid wall (SCH 40, PVC) 8" storm pipe from this CB to CB #70 to replace the existing line. Provide 'additional cleanouts to the proposed sidewalk underdrain as shown to accommodate for the longer run between structures and the bend in the solid drain line. Reason for modification: Field review of existing storm pipe showed poor condition in several sections where repair /replacement would be recommended prior to covering with sidewalk and other project improvements. The cheaper alternative is to remove the old pipe and structures and route existing drainage to the new CB #70 using the proposed new underdrain and one section of new storm pipe. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of any change to the contract price to be tracked by Force Account as Minor Change, Phase 2 - Drainage. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name I° P-4 struction Engineer City Construction Inspector v5v70 Date Date 7/27/(0 Date C2 CONSIR f 4Va1E DATA PC 916 171+99.75 PT STA 189+04.15 6 - 28s5'4r 4 ^ 191050 L - 054..5 T ° 402.71 GENERAL NOTES 1. SEE SHEET 28 9' 39 (3.R tkt brr y r �! 2 ■ STORMWATER NOTES 0 SE PROM, NEXT SHEET. CONSTRUCTION NOTES QI WATCH EYDINO. ® EOM MOD AT =TOG GLUM PM. SE DETAU. 9EET 8 ® I/UIFY seem 6611+81 PER 0AUSIN0LT TABLE AND NTALLS IN APPOOIX 1 OF 11E SPEAK PRON906. 0 CONSTRUCT CEMENT LONCAETE ORSEIAT APPROACH AN0 RECLUS142CT DW49040. SEE WOW 504EWE AND MTALS• SHEET 8. 0 U101TY POE 10 ff RFADHDAEIDGIED BT OTHERS women* TO COOOI4AR MTN UTUTT FOR 410661890 lP PD£ R0ODAII003. ® 086TR)C1 CENTER IDINAN PER TYPICAL SECTION, BEET 72. MO YEW MEALS, MEET 68 ® REIO.E 10150 AND CATE (90 RENSTALL AFTER C06121WN LT MOIRE. 9005+10 NO 0584090+700451018.1190. ® FURNISH AND INSTALL BAD( CIF SO04A)N INOEOFAN FER OETAL SHEET 7. ® ROUST (4110 8U501 TO OWE. ® Af4R806+IE LOCATION CF RELOCATED P81 BT OTHERS. CONTRACTOR 10 COCROWATE 9111+ URTT F84 SEQUENCING CF POLE 4E1.00AIONS ® REINSTALL 040190 OJA40RAL 10 6+001COSTING ® 031Ss0A1 WOLK TRANSOM. PER OEM MEET R. STA 10243043 31.33' LT MOST CAM BASH TO 81718E AND REPLACE ORAN WTI SOD CORER. ® 11p4SE A140 INSTALL LN07OIWN PPE AND CRAM]. 1171.667E FOR OWNS PER LIOAN TIP S 01604 0. SHEET 72. ® C0N4ECT 6' P4C MERMAN PIPE TO 12' STOMA CRAW PPE WOE 114RTA TEE OR WROTE) EQUAL. 03015114JCT C840SIE MP Off P NEEDED. SEE MAIL, 9601 9. NRNI90 ANT 54516+. MAMA' PER Cer swam FLAN 55-03. © OR4NECT 11NEORAIN PIPE 10 CA101 BASIN. SIGN SCHEDULE NO STA110N OF0F1 0E981ATICN y¢ RE +1405 S1 195+06 374 LT R7 -1 '140 PARING 01(002 E' in 16' RUM( 02 116+10 31.Cf RT 'NORTH 96 EDT 1/4 MILE R11 M U S3 166+95 36.6' LT R7 -I 'N0 P64040 ANYTUE' 12'8 10' KNOW 54 167+02 37.0 LT 'BCC ORNL R ORY;/ ULNA 21 ZERO TOLERANCE' RELOCATE SS 1117+63 37.4' CUT '10 PARING RF3F0VE 58 106+53 60.9 LT 1331130A90 EN 128 19' 14 RENNIN 4E4075. 57 186+21 43.4 LT 'NO P461010' SO 168447 0.8 LT 'BEGIN' SUPPLEMENTAL PLAQUE (INSTATE ABM 43-06) 83-98 1110 -NAY LEFT 1LPN ONLY 'RID' SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3 -95) 43-98 160 -1VAY LEFT TOW ONLY 011-3. 1)4E 3 OBJECT 6ARWli 24'8 6' 24'9 6' 24'9 36• Co 24' NEW - TOR X811068140 TRAFFIC _ NEW-- FUR SOJRUBWND TRAFFIC • • • • 59 185+90 500 LT BILLBOARD SM TO .RAIN PUNTS •1(• MSC 5TA1KN OFFSET RAMIS T0C EL I PC 186490.66 2800 RT 1473.0+ (0707 2 AP 157 +61.63 25.81 RT TOP OF CURD EIEVARNNS 00 4011 ACCOUNT FOR 880WA7 APPROACHES AND CU46 4+443. UNLESS 01180114 NOTED. CALL 2 DAYS BEFORE YOU DIG 1.800-424-5555 44 139 8616 5309442 AS 94091 �W4 161516 50 914 winos FEDERAL At PROJECT NOS: STPFSTPU1-0099(077) (915E 2) 8 4LPSIP18-0099(103) 711+10 3) TUKWILA INTERNATIONAL BLVD PLAN STA 184 +00 TO STA 189 +00 BID DOCUMENT KPG N80A•YA '1118 4MRw8n Sri.) 01444=4* 4.0A6n 11R9e- 991n+1R 51 tITA RA 08 11D 665 410 16166 cam 16166 Ova 8(1555 PUBLIC WORKS DEPT_ • ENGINEERING •STREETS•WLTER•SEWER•BUILDING• ts-v) IP_ / •• . .1, tl'Pl -""- I" AuT° tool ..:. • -, 4, ,,9 51 N r• b ,e. o 0 , "-71F,T, ® ar -1-- ------ '' w • ' Or_ 411,0:. 0 •.- s • Irialral. In" '16-,.......11:1 AV?:,. . " Air ANCIIIMIllk_ - AmEDIVIIIIIIh- MPIMITIM- ORIMP 40.1A/Mr.:136Silteink.."---iginaairriggrk' ' TUIOLAATERNATIONAL-EOLEVARD'. ----.., 174 AM REPAIR' Act. .64, wr.,..., ,... ' til• 'S i .0 411/.1%/g/0/ff/II/I.Wmulevez../IIM/1”0/wth1/47/./.1,././.../.././1/0/1/1/II/0/0/././././../Alp•iff//mmavli/e//// 44.7 .....4. „.. ....- 41 ,. . _.,..,, 1 \ ..„.„.._ -,,,, ''."-- "T-1P P.',,..-.....-.-- ,114.......‘" • --4----:-,:,17.7-77, - I- r . - - 57 ----k ---- --- ..., '.. , . ! CI -• ' -.. . .., . - -1 . • '--"- . "11 .' T ig F11 • : , ' • , ! ...') ' ..■ •?;., e',- 7,--- f,, i.i 1 C., f‘ill;/.1. _ _ _____I -,..-,--......... ':,---. :•;., .' - v, • , . _,.• 0 I; AV s: II i _ ...,1., 5 . I / 1 1 ii-- 11 /.7/7/./././ SY/ AI/ • / / GENERAL NOTES 1. SEE 04051 29. STORMWATER NOTES SEE PROFILE. NEU SHEET. CONSTRUCTION NOTES ® MATCH EASTIC. 0 GRIND BUTT JCW1 POI 0E101, SHEET 6. EOGE 69110 AT (551181001105 PAN. SEE DEW. WET a. 0 840551 02+50 10211101E P58205170102011 TABLE 1440 CETUS 91 APP91016 1 05 1+5 97ECIAL PROMSIONS COISTRUCT CEMENT MAME ORNMAT APPROACH I80 RECCHSTITUCT MURAT. 91 ORPIEWA1 SCHEME AND IlETALS. 0011 9. 0 MUTT P291 10 95 RIOACKDAELCCATED (1 019095 COURACTCP TO COONCINAIE tom 011.110 4102 SECIJENC010 Cr Pa/ RELCCARONS PAUSE 1,10NUVert CASE PRO WIER TO GRADE. (14) RELOCATE um= 0410 41019 SUPPOlt PER SOJIDARD 0ET01.111 +MOCK A CF SPEOAL PRON9010. 6 ma= ws 008.02 To ma (0 011190 coxaNAlt I4111 PSE. al MAW WATER 94105 10 GRADE 90 01498195 210020010121 19194 WATER EISTACT 20. (8 41219(0+ AND INSTALL 8ACK OF 9000011 UNCERO0A11 P10 05.. 01151 7. Oslo 20 40 00 SCALE IN FEET (8929.915.411 1:051410 11100441 81 OTHERS. COORDINATE 111111 (ATER 050911 21. 6 ausr CAM BANN TO owe 6 APPRM1ATE LOCAPOi OF RaCCATED POLES 80 01451 00415021504 15 2100(829+15 4104 UTILITY FOR SECLIENCING 95 0105 RELOCATIM qo CONSTRUCT R050195 SEE ['ETAS_ 01850 1310 11.111KISH Ak0 INSTALL 01A01 MI FENCE TTPE 3 POI 11500T STA/43AM PLAN 1-20.111 KING 5. CENCH &590451108C110* 510 TIC 5-001 AND SPECIAL PRONSICIIS. .;%1 CO1STRUCT SIOEWALIC 19148101102 0(91 DETAIL 91101 9. STA 1914-49.19. 39,45 G. (8+02.910 CATCH 04921 TO MADE MD REPLACE 01410 NM 5020 COMER. (3 ROAM AND )ULM 01101I comartE SIMAIX PANEL 10 UMW E13011140 STE 119101141101 PLAN SHEET 02. 0211STRUCT CCICREIE BUMP CUT IF NEEDED. 90 0(100, 194955 9. (841594191 AND INSTALL MAHOUT POI CoT STAMM PLAN S5-01 o 910245448840 0405411 YARD ORM PER 5.1 510 RAN 05-01 SIGN SCHEDULE Y1 'o'3 tritvrte)tr f-014.15A -2414 to / MATCH UNE $TA 1S4+00 SHEET 48 991 ... S101104 EFFSET CESIGNATTCH 901 SUE /MARKS St 191405 51.9' 1II/311180A2D SIGH REUOW 80 OTHERS 52 103+02 10.5' RT R5-1 1400)10915 Malta- 12 6_18 REMOVE s3 191+39 40.' LT IC PAR1010 MUNE St 191+44 40.0 LT 'NO POMO REMOVE 55 190487 69.2* ITIERMARD 901 10 ROAM C2 0045111 CURK DATA PC STA 179+99.75 PT STA 189464.15 A 281547. R 1910.00 L 964.39 I .4 492.71 CALL 1 DAYS BEFORE YOU DIG 1400-424-5555 MN ND PROJECDCS SWF-SW-0399M RIM 2) 1 HIP WM-MVP (FWD) TUKWILA INTERNATIONAL BLVD PLAN STA 189+00 TO STA 194+00 BID DOCUMENT IC.PG 91011.est■ S...1141 1.44M Mak.. Laft11184( 0401415 (0 MAW MA ima NA 63td " L'4 Ps hk 18.4 00/01 awe 01/06 06006 PUBLIC WO1?ICS D • BNCINEBRING*STREETS.TLATER•SEWER•BUILDING • CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 41 To: Gary Merlino Construction Date:2/25 /10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09-006 Work to be performed: Replace proposed yard drain at Sta 191 +45 LT with a Type 1 CB. Reason for modification: Greater than anticipated flow from this hillside is likely to overwhelm the capacity of the proposed yard drain and create an ongoing maintenance problem. The higher volume CB will provide better access for maintenance and handle the higer flow volumes. It will also provide a potential connection point for private property drains. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of the change to the contract price to be tracked by Force Account as Minor Change, Phase 2 - Drainage. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contracctors Rep — Name ✓ea, ' itle fdspnstruction Engineer City Construction Inspector Date Dat 7/27/f0 Date GENERAL NOTES L SEE SHEET m MR/MATER NOTES Q 3EE PROWL 4601 51611. CONSTRUCTION NOTES C) 10104 DIM& Q 9*0 4+411 4T 4631 IETAI, 9617 Q ma WO AT tarn 0(1113 PAIL SEE 0E0AL sat 1l © wort Blot W(410E PER 606611611 THEE 77n (Ergs N PPM= I OF THE 9110* PR0M90tlS Q 001091.1014fl041 601001E 031(011 404R0)I0( PM9 RDORIOICT 0RAEV.X RE 0R0E1AT 546046 A(0 MIMES 96616 ® 10 010 NTTH U)U1Y 664 SE c1f 11 POEM a 1610106 ® 60611 110111.6130 010 771 C04ER TO SRAJ1. l aO010 YAM( CN10 IE798P0R11f3 01061 IETA1 M /PPM A Of SPEW/ PROMXf0. 70407 004,16/1E 10 WOE rt 0DMRS. 000D1U1E YM PSE ® M3111 WATER YAM TO MAOC BE 0006 0000 441E TIM 1 A1ER 061017 HI ® PIp19t Al/ swim SAO( OP SCOW 404;007.431 PER OETM, 90117. 1 //////iii/ /iii /././. 224122 F 0 010 30 46 m 6460 M 7FET 0 1110641E 0361110 111E MOM I1. OTHERS C00MAN WM 11016 001MCI sA MUST C TOI 1091I TO WM. 46901341E WARM OF REWARD 14001 91. OTHERS 0010346100 TO C00Iri1ATE MD4 UMW Mt 5004310 Of 110E AE30C41110 0. 00IS1010T MIRY. SEE 0476E 91E1 131 4641191 NO 401711 04411 U[ T1100 11*E 3 PEI 13101 31660460 PUN L -9111 10710 00. 0E9611! Ctl6TRIC00I 3D 110 5-013. ARO 9007E MOMS. 0081100190EYAI2 1114.11911011 6A KIM- 96ET 1. STA 191 +61.11. 115E LT. 401131 WON MN 10 OM PM DIKE )RATE 3114 SOD 00141 611191E AND REPLACE C 0)411 6010[10 10011464 P66E1 TO 440104 MINA 9E U(6046104 RUM MEET OE 106111(61 CO/METE BOP OUT P 1®00. GEE MTAL RE1T /. R0LL94 NO 16611161 0644011 P01 4T SMMONO PLAN SS-01 1(61491 660 161461 7716 WADI Kt C•T SO RAIL 05-03. i.l SIGN SCHEDULE 901 x1 STATMN MISR 11T90NAl0N 921 R101)0 SI 11140 11.4 1.11 111120/003 901 61L04 RP 011635 00 106+02 353 RE 07 -1 140 P7.1011 6611T931 • 11' . fr Muse SJ 111 +01 40P 11 'NO PAA10A4 6M OSE S4 191+44 40.0 IT '140 PMNMC 4660* SS 10017 ROY 111:011 TARO 904 TO RIIAM CP 0045?(( 046461E OATH PC 011 171+91.75 PT STA 101+64.10 A 44 065541. 6 - 101000 L - 164.10 i - +9271 ( 4�1369 fit .IMP 4 I 11144 p. 46 6814 `wee a/7404 ROCKAD PA01ECf IDS: STPF41PM-0099077) 014431'4 L RPSIP11.0391431(PRa 31 TUKWILA INTERNATIONAL BLVD PLAN M 4460 =Yew STA 189 +00 TO STA 194+00 BID DOCUMENT KPa 04..Iw1 411 t.* iw•M..w (Vii 6e1SO4 131•440$ 44.10 0E1110•11 w kat 617 (1 6 • 60 1004 tvu W0t CALL 2 DAYS BEFORE YOU DIG 1400. 424.6666 1P VII 3LIC" WORKS ZaE'.PT. +ENG1N&BEUNG•SCREETS•WATER• 881111R +BUILDING• 09- 006(ai) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 035 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify manhole #65 by fabricating and installing steel splash guard plate per details on Field Directive #36. Additionally, the manhole lid needs to be replaced from a square to a round access hole and aligned to clear the curb face, see details on Field Directive #38. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Drainage. There is no time impact for 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. ACCEPTEJJ: Date i By .l t Contractor /464 Cows-r Title 64oJ, M. Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 476,483.35 /Date 310- / 1 This Change Order (without tax) $ 5,107.89'By REV. CONTRACT AMOUNT $ 12,736,971.241 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / 6 j- s ? oZ (G i N L_S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 36 To: Gary Merlino Construction Date: 02/18/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Fabricate and install 3' wide by 4' tall steel splash guard plate as shown in the attached drawing for MH #65 and attach to wall opposite the inlet pipe with stainless steel anchors. Make top of plate elevation match spring line of inlet pipe. Field verify elevation with the Engineer /Inspector prior to final placement. Reason for modification: No provision was made in the design for the volume of continuous flow routed through this structure impacting the back wall of the Manhole. Over time the water impact is expected to erode the wall of the structure without additional protection. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the change amount to be determined by Force Account. The work items will be charged against Drainage, Phase 2, Minor Change. ❑ With no change in contract completion date. Performance of this Field Directi e is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name City Construction Engineer Date 3l3/ / Date City Construction Inspector Date splash plate plate steel CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 38 To: Gary Merlino Construction Date:2/23 /10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd_ Phases 2&3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify the lid for MH #65 to avoid a conflict with the access ladder and the MH inlet pipe. Rotate the lid to the south approximately 65 degrees (to clear curb face) as shown in the attached sketch and replace the lid, frame and grate with a round port lid, ring and bolt down cover. Remove and replace the new ladder rungs to line up below the new access cover adjacent to the inlet pipe. Reason for modification:. The lid as designed put the access ladder in line with the new pipe inlet. Since the flow enters the Manhole well above the base of the new structure and the inflow is relatively constant the new configuration effectively blocks entry into the structure for maintenance. To enter the structure in the future would require a special bypass flow system which would be cost prohibitive. Work under this Field Directive modification will be accomplished: a With work to start immediately and determination of the change to the contract price tracked by Force Account using Minor Change, Phase 2 - Drainage. Anticipated extras include labor and materials to swap the lid and modify the existing ladder. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep —Name PRA), M6.4, Approved by: Verified by: ` /�ykalCtq� nstrudion Engineer City Construction Inspector Date adjut in field to avoid conflict with face of curb 09- 006(an) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 034 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Modify pipe outlet and add stilling well at approximate Sta 180 +28, 61' RT. Remove existing damaged pipe and install 48" Type 2 catch basin per Field Directive #15. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Drainage. There is no time impact for 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. ACCEPTER Date 3 t i By C Original Contract (without tax) Previous Change Order Contractor /16A L1*-0 CoA--S1" Title /2.0J. AI &A — S 12,255,380.00 /APPROVED BY THE CITY OF TUKWILA $ 471,428.93/Date 3./o4 This Change Order (without tax) $ 5,054.42 By REV. CONTRACT AMOUNT $ 12,731,863.35 ✓ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 2 Sf j?./Giil/AL,S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 15 To: Gary Merlin° Construction Date:7 /23/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify pipe outlet at approximate Sta 180 +28, 61' RT per drawing dated 7/23/09 (attached). Remove existing damaged pipe end to first joint and replace stilling basin with 48" Type 2 Catch Basin as shown. Work to be included in scope of pipe obstruction removal. Protect existing water main to remain during installation. Reason for modification: Existing outfall structure needs to be removed prior to removing illegal waterline service through storm line. Replacement structure is required to provide adequate scour protection at the base of the slope. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and cost tracked using existing Force Account for removal of pipe obstruction (bid item F8). o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep — Name Approved by: Verified by: City Construction Engineer City Construction Inspector Date stilling basin outlet frame and cover existing grade quarry spaces 09- 006(ag) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 033 Sheet 1 of 1 DATE: 1/21/11 BUDGET NO.: PROJECT NO.: 95-RWO3 CONTRACT NO.: 09 -006 PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction. Attn: Curtis Nakamura, 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: Modify slope of 36" diameter high flow bypass storm drain and install an additional manhole structure per revised drawings shown in the attached Field Directive #13. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet and unit price payment for additional excavation and backfill. The provisional payments shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Drainage. There is a one day time extension granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPT D: Date y l Contractor /ho l-"o C>l, By ---- Original Contract (without tax) Title /2- 4144- $ 12,255,380.00 /APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 451,170.69 /Date - 3 / /0/I This Change Order (without tax) $ 20,258.24 ✓ By May REV. CONTRACT AMOUNT $ 12,726,808.931 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / o? OR (6i/t/,�L.S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 13 To: Gary Merlino Construction Date:7 /22/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify storm 36" diameter high flow bypass line from MH #27 to MH #23 per revised drawings 49- 55 dated 7/21/09 (attached). Provide additional 60" MH structure and adjust locations of planned structures and grades to avoid conflicts along route as shown on modified plans. Track extra costs using FA rules per the contract documents for Resolution of Utility Conflicts.. Final compensation to be converted to a Change Order and applied to Phase 2 Drainage after all cost impacts are finalized. Reason for modification: Multiple conflicts with conduit crossings along the storm alignment between MH #23 and MH #27 required changing design grade and layout of storm between these points. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of change to the contract price and /or completion date to be evaluated using FA rates and Time Impact Analysis per the contract documents. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep — Name /t/ r , Approved by: Verified by: Wit 33 %t( City Construction Engineer Date City Construction Inspector Date 160 140 120 100 80 STA 104+0.. 3967 IT CO41DC CATCH BASS STA 104+31 44.71 LT W TIRE 6/ VANED SPATE 116.25 ILFIVE REPLACE CRATE 'f/ SOLD 1 2655 Ate A46PST RW >0 WILE 11110 LTA W 173 11 36' WE 5D 104 6 -102* d STA 135+7411 010' LT CB PRE 1. 111 WED CAME STY 511112' 110 SD 3 1.CM ----- 114A1 1070 1140 ------------------------ 321 If 31" Eft SD 0STA 365+7624 13.23 ITT 06161E 3, 60" MA 16/ SOLD COVER. RA 116+6304 3456' 3.0 4201)438 CAM RASA 607U60 ORME •/ SCUD CM AND AA1AMT 1161 TO owe dEl Fnl �dl IDA STA 1114. • 5417 NT MIMS CATCH 6091 Li; l dg 3�1 AI 474 11103 1?1 141 I7I 1�1 OAA 104+67. 1119RT - A 2{ Yfl 713E 3. qA 6/ SOLD (01383 _._ _._.._ W IgI 161 IsI 18.5 GENERAL STORM DRAINAGE PROFILE NOTES 1. CATCH 465147414I1DLE 697419 ME 15 65X160 0f 01600 6. 2. PIPE 6672613 NE SPECIFIED 1O 415 30050/00 COCCI OF STRUCTLIE, 3. 101038 671013 Cr STORY WAN AT 57050111¢ STRUC81ES KKR 10 LATMO PPE NOTFC DOWER CF ANC OFFER: MS 4. THE LOCUS :WS CF 5779010 1114381 70 40 U81)03 ARE /19% 6461E DE CWIR/F)W SHALL 60 RESPONDERS FOR 0050160191 THE E7GW =AIM S 11604 111E 6600654. 61 FAV Wt Imam mums IS 114 THAS 1' 004 PROM AN CO CO 119' SWAMI PA0 153001 THE 011116$ WERE OD 641E COME 0.43EIE0 OF DE LARGER RE 4 113 CF CURB E1EVA4343 CO NOT AMT 309 00151117 APPf040E2 MO OM RAPS UNLMS O11M1w NOIFA 106 0 S 10 70 .40 10 S.N1�N FEt 107 198 188 P UBLIC WORKS DEPT. •ENGINEERING• STREETS •WATRR •SEWER•DUUnnNG • 68 OSits 40 06,01 KPG 544114441141111 raw, ag16.0 Agar map NIR1n BID DOCUMENT 4EDETW. All PROJECT NOS SIP+- SIR1-0069(071) (PHASE 2) / FLPSIPUL4039(103) 1WIASE TUKWILA INTERNATIONAL BLVD PROFILE STA 194 +00 TO STA 199 +50 3) 160 140 120 100 60 60 'minaE TUKWILA INTERNATIONAL 80ULEVARO,,, i g NO IN: 'riiiar%ori®idi -t". r/a/g' N /d /e /d a'r d /.p I /yr 1 GENERAL NOTES 1. SEE SHEET 25. STORMWATER NOTES Q SEE PROM{ NUT SEET. riris a w/./iriri a r 99 ON-RAMP -�. i CONSTRUCTION NOTES JCT moot EEx1NAE0 OSPB T4PE 1, PER ISCOT I E x+IL MO RTNS, 05611 6 RN PAEOEIIT IQPPAIR ® WAR HABIT PER SESIGI4 4 R01ES. SHEET 174 0 6 10 20 40 m IE IM FFFT Cl m4SI11 f [ME DATA PC STA 100 +5013 PT STA 20514127 e - 1205510' 1 284100 L - 00L21 T - 30127 ["� CALL DAYS BEFORE YOU DIG 1- 800 -424 -6666 \ \r 50 ,A mKN MN aW Mow REM. NO PROJECT 106. SI 1POL-0099( 077) (PHASE 2) 6 IIPSTPI9_-0119003) (MUSE 71 • 1CP 4 irk TUKWILA INTERNATIONAL BLVD « d��(�10 PUBLIC WORKS DEPT_ •$ NGIIi6BRfPIG• STRI3ETS •TF1173R•9R'I/SR•BUILDIN(9• �/• E�g t...• 139 BiD DOCUMENT - - -- drre miry a`ii:`I;`w„E ""°' P"0o" PLAN STA 199 +00 TO STA 204 4V OEAO d,, irk olesoE r Me Eu e1Ne ndirm EMS +00 6JEY>r 160 140 120 100 304LP 3C 17E93 160 140 120 100 3, 3C CFE - -- 60 199 +50 Ia 1 I I 200 Igl Igl GENERAL STORM DRAINAGE PROFILE NOTES 1. CAME 4ASIOIMI900 OFFSETS ME ID CiN1FR CF 5911111V1E 2. PPE INVERTS ARE SPEWED TO 540 PRPEC® CENTER OF SO41CAM 1 cam W ERI3 Cf SIOR11 91/414 AT F70SING STRICTURES PRCR 10 LAM PPE. Mom FII2909 CF NINE ORF]9IQS 4. 1RE III MIS CF CUM ONCER0C01W U01FC4S TAE AN41COtd1ATE 1IE 99336ACi9A SHALL BE tE1O✓3E FCA CE RIIN010 1NE 0031 IW 11011. S 'PIN DE 1EA1MJ. QF/RNCE WREN UTILISES IS LESS IRAN if 014 PRINCE NN CO x 00 : L6 EW/FOAY PAO BEDIZEN 14E UR7IES *67E CO 5 DIE Cl/190E MWE101 OF IRE LARGER PPE S. TIP Cr 1299 FLEYAS0115 00 ROT ACOJUIT 399114909901 /PPRO#QE AD WEE RAPS U4ESS MANSE NOTED. I.4 201 524 271441167 7100' Rf 26 99 11PE 1 401 ON 0/ 50.19 CTJAE lg1 •Ig1 1 1 1 ;1 sl 1 ;1 lal 0 5 10 74 40 40 a'4 FIN FFFT 202 203 204 80 60 • FO• PUBLIC WORKS DEPT_; i • ENGINDEPSNG •SITMRTSOIATKR•S61FER•DUILDING• idI KpG rt.. I'orl lorry 00RA/ AIOPROJECTN0.5 SWPFSTPIL-0399 0 .0 QWSE 23 & MI- 0088(103) PHASE 3) TUKWILA INTERNATIONAL BLVD 14 n�1 raw woods 1 BID DOCUMENT " " 51 ('�. ��Gj;'P, 139 B PROFILE STA 199 +50 TO STA 204 +00 MLR St at =MY fti+i u 114 NIA in A "P" IJ4 41/1001 If F u O } F IIU ry' `. 'te 62411E C7 ' 245 ImPorropeowipolowipipoilipiasuoir viirY.►i Ti � ri.�>ir/.i -1 "'�u -:n :ns2�rv. 'c: `.i a tW_ ••K.T.1 u -,r 206 a �. / 47 • qrt TU {KWIU INTERNATIONA •BOULEVARD 1 Y AP .i'-s' 222,- 0 %®/.:Y/d'/220' if , \ A. ..,2-. 1 � / ei -._.. j 1 `� /3 GENERAL NOTES 1 sEE set 26 STORMWATER NOTES Q I( 5TE W tea SSEt CONSTRUCTION NOTES i f ! / / ' f k+, ' r ! ® SEE TIFTCAL TAfNOi OETAA; WE-NUM PAkY]R IRAN 4130N ® AFPAA PA1E110PT Pat 0 1WWI NOTES, 5N11!T 114 FEDERAL AB PPOIECT NOS: SIff,SIPU.-0099(077) (RASE A 6 HPSIPIL-009911114 CHASE 3j 0 5 10 20 40 40 S(:UF IN FFET 03 03■510 E 0181E OATH PC STA 106 +19.05 PT STA 206+4126 A - I2ffi00' 0 - 214100 L - 60+21 T - 30,122 CALL2DAYS BEFORE YOU DIG 1- 800 -424.6566 TUKWILA INTERNATIONAL BLVD PLAN STA 204 +00 TO STA 209 +00 BID DOCUMENT K1PG a164W1 1166.4 rs%. SAM XI WAS 10014/66 .:46. Pa6ac14 h out 00 1 01/06 nb 66/66 SOB P UBLIC WORKS DEPT. •BNCINE BRING •STRRBTS•WITSR•SEWBR•BUTIDLNC• 130 110 00 70 50 KS� I01 30 204 161 61 205 1�1 GENERAL STORM DRAINAGE PROFILE NOTES 121 1. CA1121 1245111/L101uE MISER APE TO COOED OF MIME. 2. PIPE 000110 ARE 0050 TO RE PROJECT!) WI ER OF 015//190 1 031IFIRI1 &KRIS OF 51081 ORAN AT 009515115ICf5R6 Picot ID IAYMO PVC. N011PY 8U0012i OF AMY uRIIflllR 4. THE IOCADMES IF MEMO 1111020151110 UI1190 ARE M9 201011.41E 1IE 0241RACIOR %IL OE 0904400E FRt 1EIFNIAIMC DE EMI LCCA9t1E 5 ■DI TIE 1001111 CIEMNUE 115EDI UMMRJ Et ILES 1000 r Out PRINCE AN CO CO 1 12.0 E115401121 PAD OETE6R THE UIUMM WOE CO 19 THE 91510E DIAI5TER OF ME LAM PIPE 4 15P Cr CUB ElEYA110115 00 NOT AMOUR FR11MMEI& MPR0001ES 4051 CEF9 RAW'5 URES3 011Fki0E DOIID. ql 1I1 I 1 205 61 gI 207 0 5 10 10 40 50 SCAT£ M 4E1 ' 121 161 161 I I 208 130 Illy ` , • P UBLIC WORKS DEPT. •ENGINRERING •STR13RT3•WATEIIE•SE1FXR•DIIIIAING• Yl Ilh MPG N.I�.,IDSE•P, w•cl• rw�r �� MEM AOPPLECIHOS :STPF- 5031-0W9I0721(PHASE 2) 6 411.P- STP114199003)(RUSE 3) TUKWILA INTERNATIONAL BLVD J eer BID DOCUMENT °��['o,....luwlemn /110/! dPm 5•W EY9WP sa ,o 139 "" to 0191 STA 204+00 TO STA 209+00 �r 5Y K r m 1� mid. lit oEhM1 120 100 80 _4 80 40 o2 I o 1 20 209 1�1 STA 210+3& 1100 RT 101 T1PE 3, 0A w 8132 6110 1R1 �1 210 1 ;1 FJ I GENERAL STORM DRAINAGE PROFILE NOTES 1. eAmi aA00/4011101E OFFSETS ARE TO ONBR OF =MUTE 2. PPE HMS ARE SIECFED 10 TIE PROEM 0111011 OF SO112RRE 1 +010101 M 2112 OF 212701 ORAM AT MAC 1161121/185 PIER TO 111210 PPE 161180 MITER OF NTT OH ON. 4 THE 1DCADM OF MSS U CERGRO.1D WIRES ATE APPROXIIME. 110 01HTRACIOR SHALL OE PC1P'01190I2. FOR OE01001110 11E OAST =ATM. 3. 11E64 160 'AWL OEARNCE 00744]1 MUSES B 2044 11UR a 064 PRINCE AN CO R CO R 30 61180160 PAD O61 4 1E OMDES 1101E CO B DE 0N1100 DYWE1FA Cr 1HE WISER PPE 0. TOP OF 0.18 1:1081100 00 NOT ARRMT F01 OMIEIPT +0008AO8S A10 0R8 RAMPS MESS 0910411E 1$21111. IaI I t 211 1 1 lull nl 212 0 0 10 20 40 00 SALE 1N FEFT 1�1 1•aI al A 213+4174 240Y RT W ME A OA V/ SOLD 6118 1 1 1 1 213 In I I 11 P LTEitLIC WORKS DEPT. •ENGIISERIITG4STRESSE WVATER•SMR4BUIIDING4 KPQ 190_1 1101a1y 1•11•111,11311 21111 "aid tom... y+aa 131188.8 BID DOCUMENT FEDERAL AD PR181T NO4: SIPFS1P11-0 099( 077) 6EPSE 2) d 44PSTP0L-02➢9(103) (DIME 3) TUKWILA INTERNATIONAL BLVD PROFILE STA 209 +00 TO STA 214+00 120 100 80 80 40 20 214 Additional Excavation and Backfill Quantities Required for installation of pipe between MH #23 & MH #27(rev'd location) Due td Storm Drain Revisions issued 7/22/09 avg avg change in trench Additional .volume of from to pipe length depth width excavation /backfill MH MH u u ct CY 23 24 322 0.32 8 824.3 30.5 24 25 304 0.72 8 1763.2 65.3 25 26 orig 290 0.48 8 1125.2 41.7 26 orig 26 new 28 -0.16 8 -35.8 -1.3 26 new 26A 96 0.56 8 433.9 16.1 26A 27 orig 139 1.24 .8 1373.3 50.9 27 orig 27 new 56 0.42 8 188.2 7.0 Subtotal 210.1 CY 21.0 + 10% Total 231.1 Use 240.0 cy addt'I EXCAVATION 360.0 tons @ 1.5 tons /cy * Use 360.0 tons addt'I BACKFILL * Assume addt'I trench backfiil is 5/8" recy conc w/ avg density = 1.5 tons /CY (from field tests) Quantities for SD Revisions © Intergate West.xls, Addtl quants for pipe 7/28/2009 Additional Excavation and Backfiti Quantities Required for installation of manholes #24, #25, #26(rev'd location), #26A(new) & #27(rev'd location) Due to Storm Drain Revisions issued 7/22/09 orig new change in depth depth depth MH to Invert to invert u 24 9.63 10.29 0.66 25 8.74 9.53 0.79 26 ( rev'd) 8.24 8.24 0 26A 0 10.56 10.56 27 (rev'd) 8.03 8.25 0.22 EXCAVATION area of MH Additional volume of exc * excavation Li fop. CY 121 79.9 3.0 121 95.6 3.5 121 0.0 0.0 121 1277.8 47.3 121 26.6 1.0 Subtotal 54.8 CY 5.5 + 10% Total 60.3 Use 70.0 cy Notes: * Assumes avg excavation for MH's is 11' x 11' ** Assumes extra fill is around 24 "diam riser /collar to make up addt'l depth for MH's #24, #25 and #27. For MH #26A, total assumes fill is around 8' tall MH and 24" diam risers to surface ***Assume MH is backfilled w/ 5/8" recy conc w/ avg density = 1.5 tons /CY (from field tests) BACKFILL area of exc Tess Additional volume of MH area** backfill Ica CY 117.9 77.8 2.9 117.9 93.1 3.4 117.9 0.0 0.0 98.6 1041.3 38.6 117.9 25.9 1.0 Subtotal 45.9 CY 44.6 + 10% Total 50.4 Roundup 60.0 ey 90.0 tons © 1.5 tons /cy * ** Use . 90.0 tons Quantities for SD Revisions © Intergate West.xls, Addtl quants for MH's 7/28/2009 'CPC- Tao $ roadway, Suite 501 Tacoma, WA 98402 Phone: 253.6270720 SEATTLE • TACOMA. Fax: 253.6274144 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Fax: 206.286.1639 ENGINEERS • ARCHITECTS • LANDSCAPE ARCHITEL1S • SURVEYORS Job No �Z�6 Subject E'"+'G 7~�' ccP�.. u/2 c{ By AM- Reference Chkd. MH 2-& CI r. Rik),j cLv= /vet. z7 -T r7 V , . qo, 7,4 -76 f, /o. p. IThe-14 Cithth 73. • A/e. -1 561. 3c ...2 evee .74:147 Vo tie, a. d a.-C Are. 3 �f' i /fin e.(ev, 93.47 /(/ /mod - '2<f 03 me,t4 4 o / 93.07— 83 t 5 I (4,-/-1,e_ ah f'' e N�cd � > CALCULATION SHEET Sheet of Date 7- Z 3 -D 7 Date 29- ael76 e`'z - a z0 13 . D Gri I i._ 11 Z6 - %yv AV-a_. It= 24-f- 5J4721a.t Vo et5.g GY -+' 1o% to To a d { 0 5Y1 l,t i t D C .H A 09- 006(af) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 032 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Connect CB #96 to CB #97 using multiple pipe sections and connectors to make gradual "bend" between existing concrete pipe to the new alignment as detail in attached Field Directive #67. Complete property restoration per Field Directive #93 following the work. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheets. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B, Phase 3, Drainage. There is no time impact for 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 rVS/41 By Contractor /d1t9Z (.4"vo CO ► i Original Contract (without tax) $ Previous Change Order $ 449,159.74 /Date 2' 1 0 /1 This Change Order (without tax) $ 2,010.95 /By REV. CONTRACT AMOUNT $ 12,706,550.69 4 Title (%7 "A. 12,255,380.00 /APPROVED BY THE CITY OF TUKWILA ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) s f / d 02 oet6iti/AIS cc: jFinance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 67 To: Gary Merlino Construction Date:5 /24/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Use a combination of Romac, PVC bell /spigot and /or Fernco connections to gradually "bend" the existing concrete pipe to the new alignment as shown in the attached exhibit. The initial Romac coupling should be installed per plan with a target horizontal deflection of 6 degrees. The second joint should be a PVC bell approximately 2' from the Romac connection. We expect to achieve a 3 degree deflection at this joint. The third joint can be either another PVC bell or a Fernco connection. The geometry provided in the exhibit assumes the Romac and three PVC bells deflected approximately 3 degrees each. Depending on availability and cost for the PVC bells we can also substitute the Fernco for the joints following the first PVC bell /spigot. To do so you should secure the Fernco joint with CDF to the crown of the pipe prior to backfilling to final grade. Reason for modification: The actual location and elevation of the storm pipe crossing private property in this easement was slightly off from the expected configuration. The resulting horizontal and vertical bend cannot be accommodated using the Romac connection alone. This method will allow a more gradual bend. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of the change to the contract price to be tracked by Force Account: Phase 3 — Minor Change, Drainage. ❑ With no change in contract completion date. Performance of this Field Di r ective is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name City Construction Engineer Dpte 3f 3/f( Date City Construction Inspector Date Connection to existing pipe in Mr. Reeder& yard Vertical Deflection Connection to exist pipe Exist conc pipe 9' 21' 2' ROMAC Coupling w/ 6deg deflection 1.0' 1' Bell end w/ 3deg deflection LEY 1! Bell end w/ 3deg deflection Total Horiz Deflection = 11,8' -2.3 deg deflection -12' Bell end up stick w/ Connection Point to Structure KPG 5 -20 -10 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 93 To: Gary Merlino Construction Date:7 /20/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Restore Mr. Reeder's yard near CB #97 per the Exhibit attached. include new laurel, grass seed for lawn and support posts for lilac currently tied to the adjacent fence for support. Reason for modification: Restoration items were not completely defined in the contract. These minor items are desired to make the property owner whole for disturbance to his property caused by installation of the south end storm connection from 38th Ave S. Work under this Field Directive modification will be accomplished: o With work to start immediately and change to the contract price to be compensated using Force Account: Property Restoration — Phase 3, Roadside Development. ❑ With no change in contract completion date. Performance of this Field Dire / ,jive is authorized by all signatures below: Accepted by: (10-3,7 Approved by: Verified by: Contractor's Rep — Name Aq 51/341 3(3/f( City Construction Engineer Date City Construction Inspector Date 09- 006(ae) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 031 Sheet 1 of 1 DATE: 12/15/10 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 C PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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 abandoned /obsolete storm drain and perforated underdrain line as detailed in Field Directives #66 and #70 and backfill with suitable material prior to installing new sidewalk underdrain and /or electrical conduit in the area. Track additional removal against original project scope and charge Force Account effort for all removal activities. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B, Phase 3, Drainage. There is no time impact for 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/ED: Date I 23//O Contractor G /146eUwo Cot,si By 7 /// Title Aeo . /464. Original Contract (without tax) $ 12,255,380.00 /APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 443,509.38/ Date a -2S. This Change Order (without tax) $ 5.650.36 /By ®/ /risea J �Tyor REV. CONTRACT AMOUNT $ 12,704,539.74 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / Sid / a l/%2 /6 /0 9-6-5. cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 66 To: Gary Merlino Construction Date: 5/14/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Remove approximately 50 LF of existing 12" concrete strom pipe and 6" CMP underdrain as shown on the attached exhibit. Backfill and compact the resulting void using recycled concrete backfill where not immediately adjacent to the sidewalk underdrain or other perforated pipe. Bring compacted material (select native or CSBC) to subgrade for final sidewalk. Reason for modification: An abandoned storm drain pipe was encountered in this area that is not called out on the plans. The pipe is relatively shallow (approx 3' of cover) and should be easily removed. The removal prior to trenching for sidewalk underdrain and /or electrical conduit placement will speed this work and be more cost effective than abandoning it in place. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the change to the contract price to be tracked by Force Account: Resolution of Utility Conflicts - Phase 2, Drainage. ❑ With any change in contract completion date evaluated using Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: /'V Contractor's Rep - Name ,, Fcc.1:. bd-°, ' " /Z/3/ Approved by: Verified by: itll Date City Construction Engineer Date City Construction Inspector Date G'dIhuMi wo nth a g 1; 1 I dip 3a § 00 004ta Y1S 3Nf K VA W 0 0 0 v a R Of 1 1 !s EsJa i�� i • St L?IIS 00+691 Y!S I�q1� 00 0 0 ® 0 r g� 11111: IN/ 111 ge 0 000000 00 21! Mlle 00099000000 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 70 To: Gary Merlino Construction Date: 5/25/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Remove the extra 6" CMP perforated pipe where encountered in the same area as the existing storm line to be removed /abandoned. Backfill void with recycled concrete backfill unless immediately adjacent to planned sidewalk underdrain. Confirm removal with Inspector for ongoing tracking. Note - Not all 6" CMP removal is extra. Where called out for removal on the plans this is to be removed /abandoned per original contract. Removal areas will be defined by Exhibit. Reason for modification: Deteriorating underdrain pipe was encountered along the west alignment of TIB from 149 +50 to 153 +75. A section of this pipe (from 153 +75 LT to approx 152 +50 LT and south of 150 +00) was required to be removed to install the existing storm drain or by explicit call out but the remainder was not addressed in the plans. Leaving this pipe in place could potentially cause sink holes to develop beneath the new sidewalk and the new sidewalk underdrain makes this line obsolete. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the change to the contract price to be tracked by Force Account: Minor Change — Phase 3, Drainage. ❑ With no change in contract completion date. Performance of this FieldDirective is authorized by all signatures below: Accepted by: : 62;;;ZIS, Approved by: Verified by: Contractor's Rep — Name /7a /14&C. City Construction Engineer /// Date' IZ'1 -31/ 10 Date City Construction Inspector Date -ni• P' 413. fct t?- 1v 6670 nth b1T tA, 4140A slto l 1.a.r.G -09 11 1000100 -09091 213E AttiATYRE FOR PENMEN! ORES( POI 011000400. 115 - 0501540701 D OOOADWAIE WTI OIOT. `xY 10401 x x x x x ii::i x x: x iCx TUKWILA INTERNATIONAL BOULEVARD a xxkxxoxxxxxxx 1736000 -0100l GENERAL SITE PREPARATION NOTES 1. SE 9EEI 11. LEGEND O PROPOSED P'010017 LCU10R SE SPECIAL PRONO06 CON OASN 0106 PER 00120. SST 5 SE POPE MOM 110{1/000 PU15 ® 416 WEE NO 311 MI5 — -- Y4ROZIAlE 0EMl1O W1S -x x xx X1F ARUM OR REMOVE P4S —•— SIX PORK P50 OLTAI, SREI 5 OF NPLancarta, WOAD +9000113 813410 )4 ._ =tux 0061ATAICIS (10) BON 10 ....... (i4)3a l ®/124114) COMM OS ... ... ;.•. •. TSDOTR(5771)�MINN SITE PREPARATION NOTES QI rem 0@IIDOF 006 © FUCK 11RMORU. ® Rom a 555000 CA= 4A9L ®Ronww at 0010001 SNRI O1A0 PPL ®Rom Iwo Ac0x00 NOSDT PERCE YD CASE TO MINN. ® PROMEIT 05 010RMR/YK1E TO ROOK 0 PROIST FMK mat 5)10000010 51041 APPROXIMIE Lanai Cc KIK 10E5 00 E00 500 PROD ID 050*7000N 14 MA COMIC= WY MED 1015 00010.115 RIND 1Y705 ROD 00001 OR ODOR MKS N 1115 YEA MN Sow/ ON RASE WPM. IF S1 KKK MOOR 0001010000 N RACE SIML 20 PAD 87 FORCE .0D0NT AS 1E50U40N OF UMW C0511CIY POLE CONFUCT RESOLUTION PL 510101 SONS 410Wposar ABM 41411 • 150410 RT OT SKIM( 5 15044D R1 5451 0013 4 151410 RT 9:1001150 EARL 1 153•00 51 90/0115( rAa 4 • F01 AC10( ROBS SE 0052 11. 8 A 0 5 10 10 40 60 SGME W FEEL CALL 2 DAYS BEFORE YOU DIG 1. 8100424 -5555 PUBLIC WORKS DEPT. • ENGINBBR1NG •STREETS•1TATBR•SEWBR•HUILPING • bpi kin ANit Y 01 AD AO ILL osAM 00/15 WOO MPG 41•0m1. rasp. Sn=1111 lafi 1F11LW1 1cn Y•O •'.SAO° 11111101.10 BID DOCUMENT FEDERAL AID PRORCTNOS: Siff - 31111-0091(071) (0505 2)5 ItP-ST411.4)911103) (POW 3) TUKWILA INTERNATIONAL BLVD SITE PREPARATION PLAN STA 149 +00 TO STA 154 +00 ✓ "Iva t b‘igzc,-rwe 70 ext-1113ir _•2)1.1.--..- x-eek 611 r 6.m? Ref4A0VIAL- :: 1 110 /t GENERAL SITE PREPARATION NOTES 1. SEE PEET 11. • LEGEND 0 PRIMO) 6070245 4.0041104. SEE sPEO* PROI510145 O CATCH BASI1 MERL PER DUAL, SHEET 5 401F C20JUCI 609191130 AAA DNS SHEET. MD 047 47104 APPROTANTE CLUING U4915 -00200* ARANDON OR FOCAL PPE OTT MAX. KR LEW. SSW 5 sow jsr.aa, (NI &RA TOM APPOIOCC OF WECIFICATIOLT) MOAN 45500423 00000 GEOMEN OINSULTNOS 809110 canosE (0E0/160JRCE) =MAPS 04) BORNE MOT (147) 90NN0 =NINO 004(12 (7221)1 e• • X :X XX; X.x.ILAK.K.I511F.A-X • \ TUKWILA INTERNATIONAL BOULEVARD 170 * • 173500-W01 06 .,.. • k . * :, * . .. ‘• .. * ' : . .. ..,..... . . i13.:rc<0 , • 17349ea- eassi SITE PREPARATION NOTES 1mm-won 0 NAME GUARDRAIL 000(250 COOLIE Pa 0004040 PORTICO Of Mc au. Imo 0.E02106 111101 0 001040 000. au= 040 SEXIAIX. 0 00401E UEDA MOW EL LIMDCII GUM BLIN. 0 REUSE 121 080110044 ST= ORAN PIPE e now sum zo max 8 MOVE APIPLT RAW. 0 PFX51ECT PORE 10 00(404. 0 ROUT Rtac ELL 70 0017404. FC*110011011 OF =SW USK PQM No =ma. 04 50(44. RAIN 7420 217515 NUTS 91 TO IL Mier IrATULINE TO MAN 0 PROTECT 1411ER %MS TO AIWA ® MEC? fitT VAULT TO ROM. 0 PROTECT a:RERUNS:4E 00 KIWI. 11101EC0 SEIB PPE TO ROM ® LAMM 10 40 tatavevauccaa in 01420 4600 TO CONSINXION. RIVXDOCX 0:NTRACTOR 100040001 OLNOIC NAIL =YAWL 0 PROTECT ME mum 10 Rpm'. REMO* a aamm alum PROTECT MEE 10 mama sa manam pacifier OMER REOLTIONNIS N APPE7922( 1 OF 5110FIGEOLS. eltono POW OWN SSW= 10 00460. lam MD wax amse PPE= =CLEM alas Fie OTC MONA 1604 WE 00400 0 ROOM FENCE NO MAGOON 10 UMW craws NECESSARY PP& CONSPLIC1101. COMM 0010101. IJOLT 11111 104210ER 113 ROMA. mar awn FENCE ANO F11913AILN TO REINA REPLACE RENEE ANO FOUNDATICII TO 1141101 COSMO FCILCAN112 CENSTRUCTION, AS oliECRO SY Thlf Data. 0 ROAM 119:11ERTf Onst 12 mita F OS. 101110 0145110.10011. REPLACE TO WON EASING 0 TRIADIC cf moan sla CONE WU ate suremsal Er 112 CENTRACTORS LSA CERTFIED ARSORSt 04 742.70 1000 4601201514 WM. MEET 1/152so-cansj 1570=i;=5E1 0040 20 40 40 ALE ELIME OLE CONPL STATION larlY MX AD =MN . 169470 RT A0AN001121 SOL WM, 4 199+70 LT 09EsT N/A 171410 LT 0w VA 2 ir+20 RT =Awn OA To 171+1S NT 10.ravartt00e4s1 WAR 4 121+706? SCVOVEST N/A 7 172490 LT 9:2/04(5T 0/A 2 113+0461 Sa. 7414 IA 113+0061 92./(001126011) . 4 ' 04J4+PI4I04602IJ (Alt • FOR ACTICN NOIES, 92 912T 11. 4 LiEtLIC WORKS' 17).E".17' T. •ENGINEERING•STREBTS*WATER•SETBR•BMLDING• ••••• ; Jima 1510 CAM NMI oaxxl 1001101 006 N11 ik 104.1.11.61.1. 5.44%1114 6001 1742+541 10014.1112 0100220 BID DOCUMENT FUN 01D 4119201410S. STPF-S1403.-0009107,11PX40E 2)44140)9)102) irmst 3) TUKWILA INTERNATIONAL BLVD SITE PREPARATION PLAN STA 169+00 TO STA 174+00 3 1- IL • • -- CALL 2 DAYS BEFORE YOU DIG 1-800424-5555 • -r-112„ Ftetz Reci. NE. 4 —70 E)ct4 rt- c.. C tA A t-t 5126110 VI act 1 186600-4010 I leasaao-osIs I Immo-09051 ZONE ACCEPTABIE FOR PEPAIIAEXT CIVIES1 AU M COCRORAIE MTH OREM ?:::i.,-4, RELOC.A11014. TIP -CONTRACTOR -: t,..:.,,,111 ,..\ ,!,.1:::•;:x:.:;'' ).-••,...:- - --.:...,.,...., .,,,s, , • i: f,.•.., 4. i.".' f'. ' ' / ''' '.?' .''' ii' i. e , 71 . _ L _,, • _ _ _ __. - • • .it_J-. " .4" .t.' •",..":, •• - Aft x A.*. 0 x .........................................._ ,..... ,: -^--- - —....•.r:. ::.,..... ...,"::,:-.....,, -4..x-x-II.x,Ax.rN x x A .x.x-x. x-xa•-x44-1Ex..x.x ,•A. A-Alt-A •Ax AAA it KZ-xl.x.it•WiCtitiL .. ,-.. ' • • TUKWILA INTERNATIONAL BOULEVARD ' 1 X )711 XXX% X 3C1I.X-X-X-X•X14-144-X i04703111 150 CAR 4 1731010-0I00I GENERAL SITE PREPARATION NOTES 1. SEE SHEET 11. LEGEND 0 0 PREPOIED P01001150515510 20 5000+1. PROVISICHS CARII BASIN ORERT. PER DETAL MET 5 SEE POE 0+401015 801010050 PLAN. 94EE1. 5015.101 PUNS APPROXIMATE OLEMOR 1114110 ABANDON ER RENCK PIPE SLT FEM. PER OEM. MET 3 (SE IMO 41020 44 AMU 0 OF 5P(CIFICATP26) UAW ASSEGATES MOM 201101 CONSULTANTS C611) 5105210 CONIRTUMG/M01161) COOLTANS COQ IPMOT C57) i51 PAM RICHT-OF4AY /-® AF..i.•■•••••••:, ''' ..... ......... k 6%040153 152 erneA i Umbevt.bkAK 1rAAco'/AL.. APPROGIATE 015040 *0115(15415) 4., • .•• • • ..•., ■• •■• • SITE PREPARATION NOTES 0 mak Dame cum. 020050 GUARORM., 0 ROME OR 515M0):41 CATCH Etax 0200+155050402645724400*4 PIPE. @ mow ma AC cum gt maim MICE AtO CATE ID FUNK (it 4501400 *50 FITTRAXT/VALW 15 20000 0 P801400510505050051512105010 REIM o4/4i1 Lamm Ef 0540 MIES REMALY RUED itai cox NOM MEM PRIER 11) EXCAVATION 441550 IAEA. CEISTRACTINT HAY EMMA EOM irxrir cal MOUT INT 0120 015020 IN DNS ARFA NOT MIR 50 0450 MAPPING LF SO. MEWL ARD/01 A&41001111EN15 RACE MAU. IX POJI) 015 45040 =CRT AS 'MOLITOR OF TACIT CEN001C110.. .... "'• ... • • ,71 • ''''' . . , POLE CONFLICT STAMM MIT %ram MORRO Acnow • 150+10 RT ca soma 3 150+40 RT CAMT via 4 151493 RT SOMIEST IOU. 4 153+00 RT =MOT •OL. 4 • 11. MATCH UNE STA 154+00 Si 0040 20 40 00 SCALLINIFE [ CALL 2 DAYS BE FORE YOU DIG 1400424-5555 PUBLIC WORKS' .72:).EPT. •ENGINEBRINGISTRBBTS•WATF2I•SETER•BUILDING• idosi gry lk 50 W 11 TO OAR 81001100 02 01150 NEPIG /31466.• • 10060.4 5101•11111 0050 0.&M ism rue 511501102 BID DOCUMENT FEDERAL AD PROJECT NOS. S141-STRIL0299(077) (PHASE 2) & RP-STPUL00930113) 00010 3) TUKWILA INTERNATIONAL BLVD SITE PREPARATION PLAN STA 149+00 TO STA 154.00 r -P44 2-13 F1 E L5 b oeac r \,E *76 EX E\I B 1T D G101J S. b(10 /O TUKWILA INTERNATIONALp0ULEVARD GENERAL SITE PREPARATION NOTES 1. SOY mar it LEGEND 0 0 -AMA 14/1* PROPOSED POTHOLE =AMA SEE SPECIAL PROMOS CATCH 6*56 NOWT, PER DETAIL SHEET 5 SEE POLE COLFUCT RPSCUna n6µ MS MET, MO LT RANI AFPROLIIATE CLEARING HOOTS ABANDON CA RE11011 PIPE OLT FENCE, PER OETM, SKEET 5 CF SFECFICAITOIS) LANDAU ASSOOAIES 8016110 GEOIECI C0LRA10610 (06) 60R01C `M T: OPTOISCIRTIO CCB 0 LTA %SOOT C57) WING SITE PREPARATION NOTES 0 INLME OLWNONAIL 0 RUCK 11066. 0 RFLO6E POST. 50131011 CONCRETE PAN. 0 MOW CONC6IE NETAOING WALL 0 FEMME ANO IESEI MICE ® REM011 co 6806057 CATCH BASH. 0 ROOM OR ABAIDON 510606 OLC6i PEE ® ABNOON 5.0 SLMER MIME N RAQ. OOOR001ATE W1H +AL WE SLMFR CLSTRCT. ® PR01ECT R0l0NC to RELAN. PROTECT FENCE 10 131AK ® PROTECT COICt1E akin TO MAIL © PROTECT SIM coot 5116611 E 10 REIRK ® 4005E maim mama. ® R0105E 06AIIOIED S CON031E SPIER HERE C COMM 21011 OOISTRICROL ARMCO( ROOMING 5EM PPE BY CROWING OW PER SPECIAL PROMPTS 000R5NA1E 611• WM WE SENER061RICT. POLE CONFLICT RESOLUTIO STATION 610110 [P7*1 SEDDw7N v" AC • 156+00 LT (SEE PRENX1S SHEET) - - 156+30 LT SC/REST N/A 6 156+50 RT 91/06EST IVA 2 100+55 LT SC N/A 1 160+75 RT SC/066T WAI1 4 160+60 LT 50/06657 N/A 6 161+50 FIT SC WALL • 161+05 LT 5C N/A 1 162+25 LT VAST ROOM A • 163+10 6T SC WAIL • 163+70 12 07661 ROCC1)6 A • 165+65 LT SC,AOOYCAST) N/A 7 701+05 LT SC N/A 1 • FCIl AC110N 1701q SFE SHEET 11. 0 5 10 20 40 60 SCALE IN FEET CALL2DAYS BEFORE YOU DIG 1- 800.424 -5555 IL 3 IL ID IT `,,;•; c = q ti ' UBLIC WORKS DL�'PT. •BNGINSSRiNG •STRB8T3•1fAT8R•SSI►SR•HDIIaING• y Ma KpG srw iNV it ..qm rte. =WU G0*700 Pfl01ECiNOS: SiPFSiPIL-0099(O7l] (PHASE 2 )SHIP- STPUL-0D99(103) (PHASE 7) TUKWILA INTERNATIONAL BLVD `"' "� 6V06 W BID DOCUMENT :,��� �- (ate 09 MO 01/01 SITE PREPARATION PLAN STA 159 +00 TO STA 164 +25 M= NI766.7IWRE7u NI lit „ y1A 1� e16 06/0006 Tr P1.f. 2.43 Ft5i-b twkscrive 4+70 Ext4teor. C._ r.s 6/101/0 ZONE ACCEPTME FOR P600066012 56022 POLE RELOCATION TIP -CONTRACTOR 10 COORDNATE TM OPEN 1734060-0940 agneft ecmp 1- Ft. / APAAL1,•T f 13 ..• ./.+; • , 11521N-91571 44, rA, , 1469 NIC.-,ft."*"" ;:114" • RIGHT-OF-WAY E ‘• • \ ‘.„ ••`• $(.5 , -.•••• • —..'" , ,,,,, .-• •91,11.11 GENERAL SITE PREPARATION NOTES ME SHEET 1 I. LEGEND O PROPOSED P05402 =Mk SEE SPECIAL PROVISIONS O MIDI LAM MBE PER CCM, MEET 5 SCE P600 0105302 DION PIAN. UM SHEET. MO LT PLANS •••• -A...AL APPROPRIATE GLEAMS UNTS » AMAMI CR FOKILf PSPE 60.7 01660. PM DEME. sHEET 5 mamma 10)62,046050 OF SPECITICAIIMS) t0.3. IMOAU ASSODA113 MUM 03 MIEN =SUMO Ell) BMW • "" 4 (89 eorM 5 INDOT (o) UMW SITE PREPARATION NOTES 0 Farr MARMINL mom at ABANDON CAM ersk © 0)51060 61 Amoco 5100 6106586 FM ef4 MOIECT MIJI66A.10 MARL 0 FUME ROL= IL am 0 PROTECT (moo wits TO RONK 60016(1 5061 NALL 10 RONK ® WATERUE EN 5000TEDAB86OCII9 EN mos mai 10 06021160(542). f ANOCIONED. OMIRACTOR POOL PRIOR 10 ROCCERYNADWAY CONSTRUCTKIL pRozer imarlryom m MAK 0 PROTECT MOM ORM STRUCM1 ra RONK 0 ROME MANKIND DAMAN 1 ENCOMIUM MUD ROADWAY 10LCAVATION. ® IMIME 511J51 10 6511041 wa:ssoar P10 Kam ccasmucloi Ma INSIALIATOR AS 5110114 PLAN MEET 31 , 5scarirs 110260-021BI POLE CONFLICT RESOLUTIO SIAM umOrt OFIXT NIN (PROPOSED) AMEND =cc o 163+95 LT NEE PRE50CO22 SHEETI - - 164455 RT 92. NALL 4 604+5012 52./OVEST/021CAST NIA I 1141.6017 92./Q60ST N/A 1 165+2517 SCLATTESTACCNCAST MERIDA° INTERSECTION 4 166+00 RT SCL PAU 4 147410 LT NEST N/A 2 167+40 RT SO./(CONCAST) WALL 4 117+50 RT SCLACONCASTI N/A I 168+40 LT SCL/OVEST - (2 POISi NA 1 165+2565 S�/O603( 4/0 )15470 RT 91/06EST MALL 4 165+70 RT 91/9AST/(C011023) N/A 7 • SEE 911:E7 11. 0 5 20 40 SCOLLIN_REI CALL 2 DAYS BEFORE YOU DIG 14100•424•5555 50 3 PUBLIC WORKS DEPT. •BNGINEBRING,STREETS•WATER•SEWER•BUILDING, • • 0 ir. MPG 619/.6•1116.9 roirtr: r2.....m. app. 9199403 Mat MD PROJECT NOS: STPF-STPU1-0099(011) (PHASE 4 & HIP-STPUL-00991103) (PHASE 4 TUKWILA INTERNATIONAL BLVD ..../ km " Ni" 11 06/01 BID DOCUMENT 15 to 61/99 139 GA ILL 01/0 SITE PREPARATION PLAN STA 164+25 TO STA 169+00 ir file so anstem ISM lk r ile Ide milieu auk 0 WW1 At woos TES i'l+ FIEL.6 bI 'iE *-7O ex It o E C-WRN S. 6IroI(0 �OZ 1066400 -09061 ZONE ACCEPTABLE FOR PERNMEAT WEST POI/ RELOCATION. ATP -CONTRACTOR TO COOROWATE 1415 R IESE. kX AX. XXX: XX KXX) IX-X%* XX ItKMX% XC< XXXX X. X-X- N.714SXKXXXX9CX,W)FXK-%,XKX kXk Mai- 7- CONSTR. f MD RIGHT-OT NAY 151, ; TUKWILA INTE,RNATIO NAL BOULEVARD \ $ \ K 153 53 736060 -01001 GENERAL SITE PREPARATION NOTES t EE SHEET 11. LEGEND 0 PRCPOgD POWNE LOLATIOC SEE SPECIAL PROTBOILS 0 LAWN BASIN INSERT, PER OEM. SHEET 5 ® SEE ME DOSUCT BE94Lioi RAIL 1145 SHEET. AND LT RAMS - XXXXX* ABAMOON OR MOW PIPE -•- SILT FEND: PER 0E7M.. HET 6 Egenucams (NE ICTPP� C OP SPECIFICATIONS) 51: LANDAU A56006115 BORIC • ;c.l?.x Od07E0P C019A.T/NIS 0111) LAMING e c.I;..( fR__I___/RSXNCE) 1BATANIS =YSDO -K V600T ('57) BORON SITE PREPARATION NOTES 0 ROM came) GRID, 0 RGWYE OUAROR4A. ® *NOW OR ABANDON CATER BASK ® ROCK OR ABAIO011 STOW GRAN PIPE ® ROME USED AC OAR& PROTECT max AND ME TO RERAN ® PROTECT FIE 1111XRANT/VALEE TO MARL Q PROTECT SIOBI IRAN SIRDCIIAE 70 003LM AMROXWATE =ARCM of 9501 man P4M009.Y RAD WIN COT. NOI*Y ENONEIOC POOR TO DILATATION N 015 AREA CORRACTOO WT MOWN BLIED 12902' WOOD wow 1R o1R7i UNDIES N 7505 AREA NOT 9101N ON BASE NAPP0IG F SO. PROM. AND/OR ARNEONNFNT N PUCE SAL E PAID BT FORCE ANGAIT AS 'WSGNIOE CF UIOIIY CWELICTY- P LT 23 WORKS DEPT. •ENCD DRUG•STRBETS•WWTER•SSWER•DTJI1J G• AWpd 06 irtna I0 AID RID 0w w06 00/01 00/01 WI KPG 100416∎1 1X11.01 SIMW1111X Sr90 046600 1•sa11M01 =wows 0WRIA`X POLE CONFL STATION MUTT =AI ACTION • 150610 RT CoT 90EYIAX 3 150+40 PT OIKST W+SL 4 151400 111 S0./NEST WALL 4 153+00 115 SMARM WALL 4 • FOS ACOON NOIq SEE 91EET 11. BID DOCUMENT 0510 20 10 60 MIAMI CALL2DAYS BEFORE YOU DIG 1400 -424 -5555 FEDERAL AD PROJECT NOS: STPFSTPUE-0099(077) (PHASE 2) 6 ARP- SIPUL-0099(10 I (PHASE 3) TUKWILA INTERNATIONAL BLVD SITE PREPARATION PLAN STA 149.00 TO STA 154+00 >b T113 14i 2/3 F Dte.ErxwE 70 4-ila e. on '•=0 6110 hp • Kamm DEW POLE • RELOCA1101, 104. - CONTRACTITO TO MATE '."•• 6015 86181 • .1.•••L,1:2:`, • ,,, - ,,,,, •• L. • TPKWILA INTERNATIONAL BOULEVARD 155 \ /-0(6516. E667-06-1VAP 156 157 T124 P U•46Elf--1 1:12.A ^). gfr-rolVAL SAWS 8 GENERAL SITE PREPARATION NOTES 1. SEE SHEET 11. LEGEND R•g '••• 158 • N142W5014 4.. 1 -ITAnRcntT 0 PROPOSED POTICLE LOCADOlt SEE 71EC1/2. PROMISORS O CATCH BASH RISME PER DETAIL SHEET 5 SEE POLE COMRICT WARM PLAN MO SHEET. AND NT PUJG APPROXIIME CLUNK (llIG - lt It )( X- ABA110011 OR REHM PIPE SLT FOOL PER WAD. SHEET 5 Neasjamais (SZE BERNC LOSS II APPOEU C CP SPEC:MAIMS) it• X LMIDAU ASSOCIATES =WO • C.:574., CIONCH CENSILWITS CON) ea= x EMITELLErSOURCE) 031100.TATITS 4.) wan C57) BORING SITE PREPARATION NOTES o MOW ESTRUM an. 0 REMOVE CUARDR/3. 0 REIM MCC ® maw Ca MAIM CATCH BASIL 03 ROCK cot Avineri saw DRAM Px. 03 mum wan AC alia 0 PROTECT BLUME 10 REVAK ROB WIC VAULTS 10 EC RELOCATOT ECM THE 1CW SACK OF 0100 *01807100 07 016 03011COIA1E MTH LEva 3 AND ABOVE NET. POLE CONFLICT 1734cm-1040 I 7. a2., E. • STATION UTILITY 4NRICT Ur 1PRCPOTE) ASSUMED ACTON • 155+50 RT SCI.ARIEST *ALL 4 158+40 RT SCLAVEST 11/0 1 157+30 RT SO./WEST MAII 4 157+110 RT SCLATEST (I/O 1,6 159+00 LT NEATEST VA 1 • 61606074000118.711 900111. 1734080-10271 0 5 10 20 40 00 SCALF.Alal CALL 2 DAYS BEFORE YOU DIG 1-800424-5555 PLII3LIC WORKS 13.01=77'- •ENGINEERING•STREETS•WATER•SEWER•BUILDING• ide Loa 00 oval em 004050 AII*2111,11 OMB 0006100 Sk NEIPG 13.1110..11111118001 Sift MIEN 5.1001 ON1211.4.0 Usw•WII0 •••06 a. (22110.070 BID DOCUMENT FEDERAL AID PlialECT NOS: STPF6TPUL-0099(1377) (P0531 2) & (11.P-STPUL-0099( 03) (PHASE 3) TUKWILA INTERNATIONAL BLVD SITE PREPARATION PLAN STA 154+00 TO STA 159+00 [ 13139 40 00 anima As orazoos 09 -006 (ad) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 030 Sheet 1 of 1 DATE: 12/15/10 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 (c-�) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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 and replace the storm line between CB #43 and CB #44 and reset CB #43 per the details shown in Field Directive #64 attached. Reconfigure the drainage ditch along the east side of 37th Ave S to a new elevation in this area and avoid undermining the existing power pole near CB #43. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B - Phase 3, Drainage. There is no time impact for 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 12,�23,/fo Contractor CJ /fr?(v4 G.f#'d 'S r . By // // Title F e 3, /462 Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ This Change Order (without tax) $ REV CONTRACT AMOUNT $ 1 435,596.12 Date 7,913.26 /By 2 698 889.38 Ica- /,D ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) S1- d o2 die/6/ Al�-'S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 64 To: Gary Merlino Construction Date:5 /4/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Remove and replace the 12" CPE pipe run from CB #43 to CB #44. Lower CB #43 to a new grate elevation of 207.75 and an outlet invert of 202.75 per the attached exhibit. Regrade the inlet ditch to follow the lowered roadway edge and provide the same amount of freeboard in the ditch as currently present along 37th. Reason for modification: The grate and pipe elevations shown in the plans between CB #43 and CB #44 were incompatible with the final cut slopes along the 37th /TIB intersection realignment. This new elevation at CB #43 will provide adequate cover for both the structure and pipe at this location. The ditch regrading is required to provide adequate freeboard on the 37th side of the drainage channel. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the change to the contract price to be tracked by Force Account: Minor Change - Phase 3, Drainage. ❑ With any change in the contract completion date evaluated using Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Contractor's Rep - Name 1c� ( 2, Accepted by: Approved by: Verified by: it City Construction Engineer Dote 1041-24/D 4 Date City Construction Inspector Date TIB Ph2 /3 Field Directive #64 - Exhibit M.Ronda 5/4/10 (Per KPG Sketch) 1/3 INSTALL FLARED END SECTION W/ TRASH GUARD TO MATCH NEW DITCH GRADE 207.75 inv elev 206.0± 9LF12 "DISD S = 1.6.1 CB #43 w/ NEW elevations — 29 LF 12" CPE SD S = 7.03% zz sAv 204.02 O N CB #44, per plan IL GRASS Sp DITCH UPSTREAM OF CB #43 LOWER TO PARALLEL GRADE OF ROADWAY 2/3 STC 214.2' S, 18" CMP 214.3' SW, 8" CMP 213.4' N, 18" CMP RIM 2Q .86' IE 20, .4' N, 12" CONC 00.7' S. 6" CMP 00.7' W, 12" CONC s 0 BE THERS TO CONSTR SDMH 8761 48" STCR. 204.98' 200.9' S, 24" PLASTIC 200.9' N, 24" STEEL 222 RIM 203.02' IE 199.9' NE, IE 200.3' S, IE 200.7' W, IE200.0'E, CB 8762 TYPE 1 RIM 202.81' IE 200.0' S, 2/ IE 199.9' W, 2/ 4' WIRE ThENC 220 12" CONC IE 201.3' CMP GRASS EXCAVATE DITCH PER TYPICAL SECTION MATCH EXISTING DITCH GRADE ( -215') 10' HIGH BILLBOARD SIGN Z14 a4Ntaft■ PLACE QUARRY SPALL LINING FOR EROSION PROTECTION PER TYPICAL SECTION GRASS T c illikik imagn/ X71 IlINNatwv \\ � ,i����ii SD �� I IIIMINEW-� J UT AINIIMMIL 12" CONC • . . : : •. • • •. . . • . , . /// 20/ K P G 11 Broadway, Suite 501 Tacoma, ma, WA 98402 Phone: 253.627.0720 SEATTLE • TACOMA Fax: 253.627.4144 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Fax: 206.286.1639 CALCULATION. SHEET ENGINEERS • ARCHITECTS • LANDSCAPE ARCHITECTS • SURVEYORS Job No 0236 ^-T13 Subject By AA' Reference Chkd. 3/3 Sheet - of Date 5 5 -10 Date • 1 , • ' - ` 1 I �--`.— -1--1- 1-, ' -L „7_,_, _. -. - . iTc- 4 M ! a , 1D 1.�:�5 .C-5-440- C -5- . • . ,- -� +' • • �; ! + t_ -ter L L_ �l ,. I L- J_j. I 1 ---1.. 1- - h .r - ' --1- -I . . ! r'. . t :. r ,. -_ -fit 1--- .: ' ',._ .4_I : ; - • - — _ _ _ -.4. , 4-i'_'_I _. _.- - _ r� 2 . - ...�� r _ Zf / ' ! ' F.i • I 1 i i E "1 i - I V.I • 11� r + i laat_.Tr. -- —, ` --� —�u r 1_ 1.----i--1-: • I - ; ,p � '. _Lon�.Tk -U-L t-onl gieo7T►1� , • y ` F ,_ SEPf1Ki4'Tl - �� Min(' ..._a5�T 5,1 L A/ -- '. ' I. L't , , !. ' I I . I ' +_. C I I Y� 1 ' /leaT.el' - ,aLh-eE '°u r 7?/ ` (V� 00:2:77:67)-7 _�. , -1 _1_4_,L._ -•, • I • 1� I 1 ' 1' ' i : = 1 7 -1 1.1, ,.. I':, ` �- T. tiLt1.�I'.� • i -4•- • 1 - -' t I !-i r 1 i 1 L{ t- -,. 1 :II 1� L..4 1! ; 1• L___ • 1 ,y i 4� • 1 1 1 1 Jrt .1,-„_ ' t y 1 `" - L ' ' ! ' ; --L-r ` 1 ' , --- / 471r4- . J __,._:_.,_.:_:-.,__.2 -1 I - - I- r-1 - -t-- -I-1 r��- -`l 1 G L� ?1iL- I �LI�� • -Lr L: .i1' I 1 L r , N - T 1 1 --..-r- I .. I 1 1. • • : I I .-r- L 1 • ' --_i- +-� 1-•. , 1 _ . .. I - I __-i T _LS _, L I • 1- ' 1 1 • . i I� i • I 1 I 1 1_.L._ '_a. -.r _- _i_.. __1__1_,_..-..,-,-- ! y 1 - 1 L ' t r ' I—_ 1 ___ < ._1._r� Li J _1 - I .__j_ -1I • ' 1 1 • . • _L L,._•.- ._ --1 •- .. I L - ' 1 i L .:.. 1 1 I ' I 1 I-1 ' ' ' ' : --J-- -i_ -_ L —_* ' 1.__' 1 _LJ 1 i ! __ . 1 -4-. • 4 ' . -a- -• - f -- .,__ - - -- _ _ - -,- --- _ ---- . -_ - -- -- ! . — •-- --- ., —___ -_ -.1_ ..._ 11_- V IL GRASS FAD 01064 moo, DITCH UPSTREAM OF CB #43 LOWER TO PARALLEL GRADE OF ROADWAY 2/3 SD 3" STC 214.2' S, 18" CMP 214.3' SW, 8 "CMP 213.4' N, 18" CMP RIM 201.86' IE 20,6.4' N, 12" CONC IE 200.7' S. 6" CMP 00.7' W, 12" CONC OCA TO CONSTR 0 BE THERS SDMH 8761 48" STCR 204.98' 200.9' S, 24" PLASTIC 200.9' N, 24" STEEL M.RoNOpe 711/10 f RIM 203.02' IE 199.9' NE, IE2.00.3'S, IE 200.7' W, IE 200.0' E, CO 8762 TYPE 1 RIV 202.81' 1E 200.0' S, 2' IE 199.9' W, 2, 4' WIRE ANC GRASS re' 12" CONC IE 201.3' „ CMP 204. EXCAVATE DITCH PER TYPICAL SECTION MATCH EXISTING DITCH GRADE ( -215') 1 200.8' 10' HIGH BILLBOARD SIGN PLACE QUARRY SPALL LINING FOR EROSION PROTECTION PER TYPICAL SECTION 214 RETAINING WALL 12" CONC • • • i T5 2 ' 09- 006(ac) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 029 Sheet 1 of 1 DATE: 12/15/10 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 Co' �-) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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 obsolete 18" storm drain south of CB #109 per Field Directives #60 and redirect existing flows from old line to existing drainage system along the centerline of 37'h by intercepting the flows at a new Type 1L CB. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B, Phase 3, Drainage. There is no time impact for 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 I � o Contractor U / 6eu4/a Ln"'Sr By `Y4r- Title Ate). i124,- • Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 425,416.19 /Date This Change Order (without tax) $ 10,179.93 / By REV. CONTRACT AMOUNT $ 12,690,976.12 ✓ Mayor ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / 5 /-a f d u41 61!�/� L,S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 60 To: Gary Merlino Construction Date:4 /26/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify the south tie-in to CB #109 per the exhibit attached. Reconnect existing 8" CMP drain pipe and temp in 18" CMP until modified abandonment can be completed. Pothole utility crossings (sewer & water) as shown in clouded area on exhibit. Install a new Type. 1L CB approx 25' north of existing storm _ CB as shown. Route new 12" cross connection pipe to existing structure . in centerline of 37th as shown based on final inverts determined from potholing. Remove abandoned 18" CMP section to limits shown and replace pavement between center of existing structure on 37th and existing concrete driveway as shown. Use 4" minimum or match existing for pavement thickness. Reason for modification: Design grades and cover requirements are not compatible for existing 18" CMP drain pipe. Camera investigation shows additional damage to 18" CMP approx 40' south of CB #109. Sewer manhole near new CB #109 restricts ability to drop invert at CB #109. Only a small amount of flow is present in this side channel drainage system as the new system in 37th has picked up all but localized drainage flows. A 12" cross connection is considered adequate for this connection. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the contract price adjustment to be tracked by Force Account. Use Minor Change - Phase 3, Drainage. ❑ With change in contract completion date to be evaluated by Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name 6241, Mo2. Va<yic) Date City Construction Inspector Date ces f\4'ff'_:s'b £x.9r1 z-/ 3 1D b► R - rtV & *too elc*t e r row ager At, PoMDA i l� to ISTA 21 +92.94 ;MATCH EXISTING . CRAWL / / v _ ,r._,. T�j.1 c }., t�; :;. :. 0 5 10 20 40 6 SCALE IN FEET fit' n TUKWILA INTERNATIONALzFBOULEVARD 64 165 T18 4. STA 165 +37 37TH AVE S STA 09- 006(ab) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 028 Sheet 1 of 1 DATE: 12/15/10 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (..& PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Make modifications to the drainage system, sidewalk and planter strip north of wall #6 to accommodate a new driveway approach as detailed in Field Directives #45 attached. Install the new curb cut, approach apron and asphalt approach ramp as shown in the detail. This change will be compensated with two new line items added to Schedule B, Phase 3 - Drainage and Schedule B, Phase 3 — Roadway. There is no time impact for 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. ACCEPTp: Date V7Z/u Contractor (>A�1 `J /'?6VAA.o C614 T By (A-6 Title /ae�l �'1(,� . Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 416,566.19 / Date 0- - - �f //D This Change Order (without tax) $ 8,850.00' ByW REV. CONTRACT AMOUNT $ 12,680,796.19 ✓ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) yor / sfd9 042/ 6/it//l -c_s cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 45 To: Gary Merlino Construction Date:3 /18/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Provide a price to add an additional driveway approach, drainage stub and other modifications just north of the wall #6 north edge as shown on the attached exhibit. Reason for modification: Access was not maintained to this property in our original design. With wall #6 deletion discussions this oversight was noted and should be corrected. Work under this Field Directive modification will beccomplished: ❑ For a lump sum increase /decrease of ), `�i to the contract price. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by:�v� Approved by: Verified by: Contractor's Rep — Name /420) Cp City Construction Engineer 3/ fo Date I Z( 2-3 /l0 Date City Construction Inspector Date • ,‘ • TIB PH 2 84 3 NEW DRIVEWAY AND SIDEWALK & STORM DRAIN REVISIONS AT -STA 159+00, LT (KPG 3-16-10) rU s.3 AN ' 1 CB 386 5 ir • s_. c •;' 2.4.a.,...... ".../A4514=1„ / C45Y/.303A 'sr," i5e• 47; I vti" VE.D 04'197E, „, t • • •• • 0,9 ' .. . . • . . 'CB 3851 az ..' ,.. _ ...... . 4 223,86: 1.-- 23.t.-',.. . he, IE 220.9' N, 12" tONC 'IV hf.14 .., ... IE 220.9' S. 12 CONC \ N14'28 ''' ' .'.": .r..!:1,://■• 1-.7.:fe.F1C1• GRA'4 1" 20' 4, 614/AibeRp.mhy ,r,,, , Ix t71443 ro •S'ott . ' 58,ir,va.ffA('X' c.ir" f) C#1,0 rnip / II) 01.41,K Like- F.! C83847 RIM 22/.73' IE 218.0' N. 12" CONC IE 218.1' • S, 12" CONC tiRt) g. . i. • * ' • . / / A tiogir .. , rort-i- -..-HT ar---- CB .3846 il'114 219.93 IE 216.5' N. 12 co lE 216 5 S, ;9" CONC • • / • 2.2.1) I / • /.. P141, • NL Al i t lir 4,-. 4 il 11.57,9 /"5,i/r ii, 34, c4oAsT.-,;(.1c- -5ilse. TR, i 4 7/ /1 AC .1.5P'•47- • • • • • • Pk.-,,‘ neri/e...,,r. V: li \ \ i \ .,,,.cev.vr„:0yr ..4.TRa•Icli Reeasp.-.7-tytt.r ovvy i'Y../2 OA:PM...4, d'i-in 6 11 STA l&e;•;-ia -..0 , Ayr ,ter.p./44 ;•- I; r3 ; • '166 ' : : • . • • • • • • • ' : ' : , • \ iii - 44.4,4` 4- 61;1 ' ' N142859"W 8 • - • :,443,.„7 ..,4},;;61.4,;:„.4. .. : : : : : ... • 1.81,2 27,8,4 : : : : / II cHistED .).“ ... ....2.,..........,*4....,,....,......._........—........................„.„.....• ..,_______ _ ........................--- ,, ii diA :',,iti.rer • • • • • • 1 ... . civ:or v44/.4.0-4,\;474.) ... • ..... ELEV ::20 19'--1 / _, CONC PAD FOR ...............................: 41.1"- ...41,Are.47.10"..'"......1r.t..1........."..."" . 4444/44.40:444.4.1,14.411■••■•1444,4. .4r 4144114.4r4144441,4r .1". .."4,.."'"'''""F tr,..}....0„..,..;_r_i.....tiz,is.' ",,,,... ' ': ' ',/ -.SI. -'2'.*'"i ft ' -.::` -• , .76.4,1rignimme 111111321111135.M1111111r---"jer 2:34,E. awaszas — ....- ,vall■Lwat.—__ ' SD SD r: ....,.......... __.....: .....f. V ,.,,-.,:-• ..,;,.., ,,...,,,,,,,,..,„,,,,,,:„.-.,..- ','f,41''' '-'•''' ,',.-7-7,„:Tr;', .e",,,m,--t-e--tsi.,,,zz- . 7-- r • , 09-006(aa) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 027 Sheet 1 of 1 DATE: 12/14/10 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 (61 PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Install an additional 8" drainage stub between CB #39 and the property line prior to placement of new project improvements per the details from Field Directive #48, attached. Cap new pipe and mark with a pressure treated wood post for future connection by owner /tenant. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B, Phase 3, Drainage. There is no time impact for 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: Date Contractor 6.,n ,4cv "Aw C0 By (4' Title /0/ezu . M(,2. Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 415,835.58 D. e �a "��' D This Change Order (without tax) $ 730.61 /By REV. CONTRACT AMOUNT $ 12,671,946.19 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) ' iAV1 �aI S 1- e 7) olei 6 /l'l%f,tS cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 48 To: Gary Merlino Construction Date:3 /18/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Provide an additional 8" PVC drainage stub from the back of CB #39 to the property line for private property connection as shown on the attached Exhibit. Install a loose cap at west end and mark end with pressure treated wood post for future installation of a Type 1 CB by owner. Reason for modification: No drainage connection was provided to this property in the original design. The current tenant wishes to install drainage improvements that will tie into our new storm drain system. Installing this stub will allow the owner improvements without disturbing our newly constructed sidewalk and other ROW improvements and will avoid possible schedule conflict with our work. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of any change to the contract price to be tracked by Force Account, Phase 2 — Drainage, Minor Change. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name P'. M. le C�/Construction Engineer City Construction Inspector 006 Date Date �7(Z7 //O Date 516-t4D 1,1a.54,MrS-# 16 VA% 4?-00t1.4„ 3 1 (12, 1 t,0 +."---/- 'gm) STUB \ 1,4\1 Srt-c- eVevI647r10 1,4 -- - 5-1-71,%1-1S4 . r°144.1..- l'ou-)040 C-t) 44c3c) .... ■kss closes g & lrAwv-ems-147- As kaef-spx-Pce stx-vAprtom# .....tAme_e. otg vryfark 2-1.`` e •-•., ROCKERY A — AfiAsts-• tkokikx. tefi-14 S44 . . : . sm ID i • 0 . :4-,,,,,•-• • . 41,: 40,7„, a o , • • . t t ' ''.; ,- \ i!'‘ 1 Fr 0 0 • It I its a • 1 • • 5 k 1110:461 "Ala TUKWILA INTRNATIONAL BOULEVARD itg-str •VIa o rAtetet 161 trx-CrWorwill 1CONSTR. 9i( t,' mu Pi es 'NW:et-sr 7° 2-1 0 -5:, Ite rategatjs rxigot-- 401* Sift,60-to1.1 .Per oC. '?4,4•P P44. Pe. • c r. r,A rzA rzA rA ow a vA 1,74 rxtd pyirz■ziz Am. re■zA rzA rzA v.■ rAt vz, rzz, rzA wear zArz.i re. g vi ria re. Pm rA rz. ova vA vz ; 13 40 09 -006 (z) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 026 Sheet 1 of 1 DATE: 12/06/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (.) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Rotate MH lids to avoid conflict with storm pipes as shown in Field Directive #22 and #24. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached spreadsheet. The provisional payment shown, will be credited back against the specific FA listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A - Phase II, Drainage. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 11772-Xo Contractor Can By Title "R-63. / 1()//, Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 415,501.68/Date This Change Order (without tax) $ REV. CONTRACT AMOUNT $ 333.90'Bjr 12,671,215.58 or ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 0,16/ATA' -S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone; (206) 433 -0179 FIELD DIRECTIVE # 22 To: Gary Merlino Construction Date:09 -08 -09 9125 10th Ave So. Project Name: Tukwila intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Revise MH lid alignment for MH #17, MH #18, and MH #19 per sketch attached and attach MH ladders to east side wall over 12" side pipe inlet, This configuration will use a split ladder access to these structures. Reason for modification: Original alignment of MH lids for these structures put access over the new 36" high flow bypass pipe. This complicates entry into the structure for ongoing maintenance. New MH lid location will provide better access and should still be within acceptable alignment to avoid wheel path of roadway traffic. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of any change to the contract price and/or completion date to be negotiated. Negotiations to be complete by September 30, 2009. o With no change in contract completion date. Performance of this Field Directive is au horized by all signatures below: Accepted by: ,. 144i:-- - Approved by: Verified by: Contractor's Rep — Name AI AMIALIWALL 7 /City Construction E ineer `Z�Z3/ Date„ 3124 Pp ea, f (a City Construction Inspector Date �.l TIB PH 2 & 3 - STORM BYPASS PIPELINE ROTATE LIDS FOR MH'S #17, #18 & #19 •11 1 it 0000 `-•- ... "ter 1a( • __ 7.-------- a KPG 9/8/09 p 1 of 3 TIB PH 2 & 3 - STORM BYPASS PIPELINE ROTATE LIDS FOR MH'S #17, #18 & #19 KPG 9/8/09 p2of3 TIB PH 2 & 3 - STORM BYPASS PIPELINE ROTATE LIDS FOR MH'S #17, #18 & #19 KPG 9/8/09 p3of3 0 - E O 'I AdlIkrarAordor '' r I rr / / i r' O 1 --` - �;_�� /— /�i���.: J�1.CGiiAwar ii�r /.� _____.._ _____ _ KPG 9/8/09 p3of3 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 24 To: Gary Merlino Construction Date:9 /25/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Revise MH lid alignment for MH #3, MH #4, MH #5, MH #6 and MH #51 per sketch attached. Reason for modification: Original alignment of MH lids for these structures put access over the new high flow bypass pipe and other inlet pipes. This complicates entry into the structure for ongoing maintenance. New MH lid location will provide better access and should still be within acceptable alignment to avoid wheel path of roadway traffic. Work under this Field Directive modification will be accomplished: ❑ With no change to the contract price. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep — Name 6 p,04". Approved by: Verified by: City Construction Inspector 6/30/4) Date Date 7127/la Date TIB Ph 2 &3 - Storm Drainage Structures ROTATE LIDS FOR MH'S #3, #4, #5, #6 AND CB #51 _____ I b 3.4 _ MI INSIMEW AN 11 8 ❑ o 1134 23 - KPG 9/9/09 3 r r-� L--...- -_ 237 p 1 of 5 TIB Ph 2 &3 - Storm Drainage Structures ROTATE LIDS FOR MH'S #3, #4, #5, #6 AND CB #51 G KPG 9/9/09 p2of5 TIB Ph 2 &3 - Storm Drainage Structures ROTATE LIDS FOR MH'S #3, #4, #5, #6 AND CB #51 • • • • • • • • • • • • • KPG 9/9/09 p 3 of 5 Ph 2 &3 - Storm Drainage Structures ROTATE LIDS FOR MH'S #3, #4, #5, #6 AND CB #51 C KPG 9/9/09 p 4 of 5 TIB Ph 2 &3 - Storm Drainage Structures ROTATE LIDS FOR MH'S #3, #4, #5, #6 AND CB #51 KPG 9/9/09 p 5 of 5 09- 006(y) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 025 Sheet 1 of 1 DATE: 12/6/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (J) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Perform DOT Bio -Swale modifications from Field Directive #23 and #54 as a single Change Order. The work includes; addition of CDF and rip rap to protect the ends of the drainage outfall level spreader, minor modification to the discharge ditch and installation of Jute Matting in the biofiltration swale. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached spreadsheet. The provisional payments shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A — Phase 2, Drainage. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date /2.90 Contractor /46,20 'o %•61 By / Title ml, M %Q . Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 406,325.33 This Change Order (without tax) $ 9,266.35' By REV. CONTRACT AMOUNT $ 12,670,881.68 ✓ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) �f OO.l6/ -$ cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: n CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 23 To: Gary Merlino Construction Date:9/24/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 96 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Perform the modifications listed in the attached email dated 9/24/09 and modified drawings attached to stabilize the biofiitration swale and provide additional drainage. Payment for the additional work to clear /restore the outlet area of the swale to provide improved drainage shall be tracked by Force Account and billed to Minor Change. The additional materials and labor to install the erosion control fabric per the details attached will be tracked by Force Account and billed to Property Restoration. Modifications to the location of proposed plants are considered a no cost change. Reason for modification: The specific field conditions do not provide adequate resistence to expected winter flows. These measures are proposed to protect the new plantings and allow their establishment before being exposed to high levels of project runoff. Work under this Field Directive modification will be accomplished: With work to start immediately and determination of any change to the contract price to be tracked by Force Account as detailed above. ibit With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: c�j."- Contractors Rep — Name Approved by: Verified by: e WNW r �f City Construct[on Engineer City Construction inspector 011(0 Date BARE ROOT/ SEEDUNG PLANT AUGN TGP OF ROOT CROWN WITH EXISTING GRADE BAFXFILL 011H AMENDED SOIL 2 EVE COMPOST TILLED INTO 6' SUBGRADE EXISTING SUBGRADE NOTE: ON SLOPES PLANTS TO BE PPLANE D UPRIGHT & NOT PERPENDICULAR TO SLE EMERGENT PLANTING DETAIL NTS PLANT 510801 PLANT OOANDTY /TT CONSTRUCTION NOTES © HYDROSEED DISTURBED EDGE BEYOND TOP 6 SLOPE OF SWALE WITH 0110003 ED LAWN MIX. NO TOPSOIL REWIRED. 0 INSTALL 2' COMPOST TILLED 6' INTO SUBGRADE O0ER EXTENTS OF SWALE. 0 5 10 20 30 SC511 1 = 10' SEE SHEET 111 FOR PLANT SCHEDULE, GENERAL NOTES AND DETAILS LEFT FKE IE IIN538 Do' it 3 F IL °` °" • PUBLIC WORKS DEPT_ •ENGINEERING •STREETS•WATER•SEWER•BUILDING• 3g a leoe' by tilt SPG 151 9111.. InTe se, Ze,r;°',„ :,,, , .w.ly9a. cntmva) FEDERAL AID PROJECT HOS: STPF- STPUL - 0099(077) (PHASE 2) & HLP- SIPUL- 0099(103) (PHASE 3) TUKWILA INTERNATIONAL BLVD Qj ,./1e ,< PI.WT ,,„„co, 6cMSnxs dMmd Pm"°� � BID DOCUMENT IN No I= I 110 dnm rmxos 139 checked N006/06 orole.6 Ku c6/08 SWALE LANDSCAPE PLAN Dem3NPNIS POI dM -- scale P = t0w /1' Field M no to dote mum date D6 /2006 1 6" MIN EROSION CONTROL BLANKET FLOW TAMPED NATIVE SOIL FASTENER - 6" MAX CTRS. FASTENER - 3' - 0" MAX CTRS. INITIAL ANCHOR — SECTION OA 6° x 6" TRENCH lY t i t INITIAL ANCHOR NOTES 1. More than the minimum of one fastener per square yard may be required due to conditions such as blanket composition, soil type, surface uniformity, and flow velocity. 2. Provide Check Slots per manufacturer's recommendations. 3. Roll ends may be spliced in a check slot. 4. See Standard Specification 8 -01.3(3). 3'- 0"MAX. CTRS. (TIP.) C-< i KC���C -((. d \1-� °lily 1,1111•_ l�ulr_, 1=171 =fill_ =1111_ =101- `1111= — 11H_N;, /• X11111 <�1 - 1 11 1 =1111- 1111111 FASTENER `III -1,.. 11111 Cr\P.) ��I(tt -_ 11111. -Cjl l(• I =tl11 =1111_111)` — _Illllll° _IIIh))))`IIII�'llll_lll ,tI tit1tt 11= 11r'f'' `Y EROSION 6" MIN, CONTROL BLANKET TAMPED NATIVE SOIL FASTENER - 3' - 0" MAX CTRS. CHECKSLOT- SECTION O 6" MIN. EDGE OR END OVERLAP EROSION CONTROL BLANKET SHINGLE SPLICE — SECTION OC PERSPECTIVE VIEW EROSION CONTROL BLANKET M \' FASTENER FASTENER - 3' - 6" MAX. CTRS. TAMPED NATIVE SOIL ANCHOR TRENCH — SECTION O SHINGLE SPLICE ANCHOR TRENCH STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT MARK W.MAURER CERTIFICATE NO. 000598 I Norc nan Nf.IAO MAIL wa xamOW. ktel1 OUT [lL 771061 Rturz RLMNWI AMP. DYRFAmtLA An PUIRLATANI. REP7. rit.131111WASAVOIVI STARWU. IIEVI OF mwy IRAI. Aca'...reemnomu"wmvurrz EROSION CONTROL BLANKET PLACEMENT IN CHANNEL STANDARD PLAN 1- 60.20 -00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich iii 08 -31 -07 IRATE DEVON ENUINEER DATE .1•11n. V71WoahlApton Doporfm.nt of Tromperinllon 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL the project except on the Traveled Way, Shoulder, walkway, or other areas designated by the Engineer. 8- 01.3(3) Placing Erosion Control Blanket The slope rating of the blanket, as specified by the manufacturer, shall be appropriate for the intended slope and installed according to the Standard Plans. Temporary erosion control blankets as defined in 9 -14.5, having an open area of 60- percent or greater, may be installed prior to seeding. Blankets with less than 60- percent open space shall be installed immediately following the seeding and fertilizing operation. 8- 01.3(4) Placing Compost Blanket Compost blanket shall be placed to a depth of 3- inches over bare soil. Compost blanket shall be placed before seeding or other planting. Compost shall be Coarse Compost and meet the requirements of 9- 14.4(8). 8- 01.3(5) Placing Plastic Covering Plastic meeting the requirements of Section 9- 14.5(3) shall be placed with at least a 12 -inch overlap of all seams. Clear plastic covering shall be used to promote growth of vegetation. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The cover shall be maintained tightly in place by using sandbags on ropes in a 10 -foot, maximum, grid. All seams shall be weighted down full length. 8- 01.3(6) Check Dams Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam for that specified with approval of the Engineer. Check dams shall be placed in ditches perpendicular to the channel. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch. 8- 01.3(6)A Geotextile- Encased Check Dam The geotextile- encased check dam shall meet the requirements in Section 9- 14.5(4) Geotextile- Encased Check Dam. Installation of geotextile- encased check dams shall be in accordance with the Plans, and shall be anchored to hold it firmly in place under all conditions. 8- 01.3(6)B Rock Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls, in accordance with Section 9 -13.6. 8- 01.3(6)C Sandbag Check Dam Sandbags shall be placed so that the initial row makes tight contact with the ditch line for the length of the dam. Subsequent rows shall be staggered so the center of the bag is placed over the space between bags on the previous lift. 8- 01.3(6)D Wattle Check Dam Wattles used to construct wattle check dams shall meet the requirements for 8- 01.3(10). Page 8 -8 2008 Standard Specifications M41 -10 EROSION CONTROL AND ROADSIDE PLANTING 9 -14 1. A Request for Approval of Material Source. 2. A copy of the Solid Waste Handling Permit issued to the supplier by the Jurisdictional Health Department as per WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 3. The supplier shall verify in writing, and provide lab analyses that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these Specifications. An independent STA Program certified laboratory shall perform the analysis. 4. A list of the feedstock by percentage present in the final compost product. 5. A copy of the producer's Seal of Testing Assurance certification as issued by the U.S. Composting Council. Acceptance will be based upon a satisfactory Test Report from an independent STA program certified laboratory and the sample(s) submitted to the Engineer. 9- 14.4(9) Bonded Fiber Matrix (BFM) The BFM shall be a hydraulically - applied blanket/mulch/covering composed of long strand, thermally processed wood fibers and crosslinked, hydro- colloid tackifier. The BFM may require a 24 -48 hour curing period to achieve maximum performance. Once cured, the BFM forms an intimate bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for rapid germination and accelerated plant growth. 9- 14.4(10) Mechanically- Bonded Fiber Matrix (MBFM) The MBFM shall be a hydraulically - applied, flexible erosion control blanket/ mulch /covering composed of long strand, thermally processed wood fibers, crimped, interlocking fibers and performance enhancing additives. The MBFM shall require no curing period and upon application forms an intimate bond with the soil surface to create a continuous, porous, absorbent and erosion resistant blanket that allows for rapid germination and accelerated plant growth. 9 -14.5 Erosion Control Devices 9- 14.5(1) Polyacrylamide (PAM) Polyacrylamide (PAM) products shall meet ANSI/NSF Standard 60 for drinking water treatment with an AMD content not to exceed 0.05 %. PAM shall be anionic or non- ionic and shall be linear, and not cross - Linked. The minimum average molecular weight shall be greater than 5 Mg /mole. The product shall contain at least 80% active ingredients and have a moisture content not exceeding 10% by weight. 9- 14.5(2) Erosion Control Blanket Organic temporary erosion control blanket shall meet the following requirements: 1. Made of natural plant fibers. 2. Have a minimum weight of 8 oz. /sq. yd. and a minimum limiting shear stress of 0.45 lb. /sq. ft. 3. Netting, if present, shall be biodegradable or photodegradable. Permanent erosion control blanket shall meet the following requirements: 1. Consist of W stabilized) fibers, filaments, and netting. 2. Have a minimum weight of 8 oz. /sq. yd. and a minimum limiting shear stress of 1.5 lb. /sq. ft. 2008 Standard Specifications M 41-10 Page 9-91 CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 54 To: Gary Merlino Construction Date:3 /25/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify outlet pond configuration at 225 +00 LT to protect level spreader edges from erosion during high flow events. Use CDF and additional rip rap to armor the ends. Modify the pond alignment and outlet pipe installation to accommodate the existing DOT storm outlet at the same location as the per plan outlet. Reason for modification: The outfall pond protection detail did not correctly reflect the presense of the DOT outfall pipe and a conflict existed between the new outfall and the existing pipe. Widening the pond to accommodate for this outlet caused additional material to be removed from the left abutment of the pond level spreader. CDF and additional rip rap were used to protect the ends. Work under this Field Directive modification will be accomplished: ❑ As directed by the Project Engineer or his designee and determination of any change to the contract price to be tracked by Force Account, Phase 2 — Drainage, Minor Change. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name City Construction Engineer Date 12%23/(0 Date City Construction Inspector Date 09 -006 (x) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 024 Sheet 1 of 1 DATE: 12/03/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 CX) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Perform double driveway modifications from approximately Sta 157 +50 RT to 159 +50 RT as shown in Field Directive #33, #95 and #98 as a single Change Order. The work includes modifications to the approach driveways and slope support structures to maintain access to both properties following installation of project improvements. This is an administrative Change Order to correct the amount previously paid under Force Account items and other payments as detailed on the attached spreadsheet. The provisional payments shown will be credited back against the specific payments listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B — Phase 3, Roadway and Roadside Development. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date 1'f �'3/0 Contractor GAgj A46a0mo4) C By Title Pte: M (22 Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 384,381.90 ✓ Date Os a This Change Order (without tax) $ 21 432- B REV. CONTRACT AMOUNT $ 12,661,615.33 Mrrilfro- rad / Mayo/ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / S }-o04 a 016/A// -S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 33 Rev3 To: Gary Merlino Construction Date:4 /1/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify wall #1 north tie-in and double driveways D2 and D3 per the attached KPG sketch dated 12/10/09 and modified in CoT markup dated 1/19/10 with MSE wall notes. Extend the south end tie in as shown in modified Exhibits dated 4/1/10. We will track additional costs using Force Account guidelines. Payment will be made under F9 - Property Restoration. Reason for modification: Original wall #1 design end details did not adequately address challenges of the approach geometry to this property. Initial MSE wall placement was not at appropriate location or batter. Further direction was required to accomplish the desired end product. Work under this Field Directive modification will be accomplished: o With work to start immediately and determination of the final change amount to be determined by Force Account Tracking. o With contract completion date extended as evaluated using Time Impact Anaysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep — Name Ae41, Mcs-e /301<} Date Approved by: Verified by: Date %(Z7 /,'o Date double driveway revisions replace sign posts pressure treated ecology block notes exhibit c FD #33 Double Driveway Modifications MSE Wall Notes Wall #1 north tie -in - • Remove and replace MSE wall at north end of wall #1 per plan provided w /KPG sketch dated 12/10/09 and with the additional CoT modifications dated 1/19/10. Details provided below. • Start MSE wall face 2" behind wall return at base elevation. • Batter MSE blocks back the proscribed amount with each lift (measured 3/4" in the field). • Make top of wall elevation 15" below existing top of wall cap. • Step top of wall up at approximate midpoint of the wall. • Make top of wall elevation match back of sidewalk at back of approach. • Step base of wall up 1 block approx every 3 -4 blocks (4.5' -6'). • Make face of MSE wall furthest from wall #1 end terminate 10' east from back of curb and in Iine with bottom of approach drop as shown on original KPG markup. • Use 4" cap block at top of MSE wall. • Do not order, place or secure cap block until final grade has been established for approach. Wall #1 north end driveway east side MSE wall - • Provide MSE wall per CoT modification sheet dated 1/19/10. Details provided below. • Make wall extend from end of modified ecology block section approximately 45' south to tie -in location as marked in the field. • Provide general wall profile as shown on Exhibit C attached. • Extend driveway pavement section to back of MSE wall cap block. • Use 4" cap block at top of MSE wall. • Do not order, place or secure cap block until final grade has been established for approach. PACIFIC VILAGEH APARTMENTS 11 ' T TABLE AND DETAILS IN APPENDIX I OF THE SPECIAL PROVISIONS. • APPROACH AND RECONSTRUCT DRIVEWAY. SEE DRIVEWAY SCHEDULE AND MATCH LINE STA liz*8O LP g 6. R* PlJ1 reg. V 4V£-)M C s t"$)0 5 10 20 40 60 SCALE IN FEET 56 CONSTRUCT CONCRETE BUMP OUT IF NEEDED, SEE DETAIL, SHEET 9. 59 FURNISH AND INSTALL CLEANOUT PER DETAIL, SHEET 6. 60 FURNISH AND INSTALL YARD DRAIN PER COT STD PLAN DS -03. /3 PACIFIC VILACE APARTMENTS 77' t1,04.. ? MM', t,1MIT', 4T TABLE AND DETAILS IN APPENDIX I OF THE SPECIAL PROVISIONS. f APPROACH AND RECONSTRUCT DRIVEWAY. SEE DRIVEWAY SCHEDULE AND 58 CONSTRUCT CONCRETE B U M P OUT Ir ED, SEE DETAIL, SHEET 9. 59 FURNISH AND INSTALL CLEANOUT PER DETAIL, SHEET 6. 0 FURNISH AND INSTALL YARD DRAIN PER COT STD PLAN DS -03. MATCH LINE STA 159 +00 SHEET 34 0 5 10 20 40 60 SCALE IN FEET field directive exhibit section a-a section b-b CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 095 To: Gary Merlino Construction Date:8 /3/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Following guardrail placement at the double driveway per FD #89 - Exhibit A, reinstall the Pacific Village apartment complex sign per the detail provided in the Exhibit attached. Reason for modification: The original location of the apartment complex sign was in the Right of Way and would impare the view of traffic in and out of the driveway. The new location will be set back away from the roadway, better conform to the City's sign standards, and provide a visual barrier along the back of the driveway without blocking views. Work under this Field Directive modification will be accomplished: o With work to start immediately following guardrail placement and determination of the change to the contract price to be tracked by Force Account: Property Restoration — Phase 3 Applied, Roadside Development. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: t:Dt, ,f1 Contr/a�ctor's Rep — Name / z�23//n Date Approved by: Verified by: City Construction Engineer City Construction Inspector Date field directive exhibit KPG new) D�iR�urv-s it. 95 E1c*I 61 7— 753 9th Avenue North 1117 Broadway, Suite 501 Seattle, WA 98109 Phone: 206.2861640 SEATTLE • TACOMA Fax: 206.286.1639 Tacoma, WA 98402 Phone: 253.627.0720 Fax: 2.53.627.4144 vow* 8f3ho /Z CALCULATION SHEET ENGINEERS • ARCHITECTS • LANDSCAPE ARCHITECTS • SURVEYORS Job No. D2-36. — T 113 Subject ?aitG' fie. //aye Apf-s S 15 n By Ai/9 Reference Chkd. Sheet Date Date / of / to -/0 - /Q 4.4 -(r) om) 116 /PoST5 NoTC,h f-0 TA Pir BL TwtEA/ Gu4RDRil1,- PbsTS SIGN @SiARp i.4 • . - sfd�sp.i a.n5 • PLAPI NT5 N1 3 " 5 !o% G "x S''Cea m ) POSTCTYP) Vs" caRR,AVE 849c.r• w/ H5x Ana +� Posr eaLr wAsHoR iN 7/4" Hoer (TIP) Do7 TOM of 5m2 A/ ,41 y"OP QFGuARORRIL I , „ per 61-e Spacing .SEGTroIJ IJTS 4 CITY OF TUK ILA PUBIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 98 To: Gary Merlino Construction Date:8 /19/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Install paving between the double driveway entrance at 13500 TIB as shown in the attached Exhibit and in accordance with the typical driveway detail on sheet 8 of the project plans. Also perform explicit restoration items shown on the final License to Construct document per original obligation. Replace property sign provided by owner at the location shown on the Exhibit. Reason for modification: The final restoration agreement with the property owner extends the paving limits behind the sidewalk by approximately 16'. Additional detail is also included for the final placement of the property sign which was shown to be replaced on the project plans but which was not present immediately prior to construction. An additional post will be required for this placement. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the change to the contract price to be paid by unit price HMA 1/2 prelevel for asphalt placement and Force Account: Phase 3, Property Restoration for preparatory activities prior to paving and final sign placement. Other property restoration items shown on the final exhibit and not already complete are considered part of the original contract work and will not be paid as extra. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: V-, Approved by: Verified by: pl Contractor's Rep — Name ' v Dte City Construction Engineer Date City Construction Inspector Date canyon mobile park property sign placement field directive exhibit 74 -.ry _ - _ — — _ _ _ " • T;l a PAEMENT BETWEEN DRIVEWAYS ..T TRAILER PARK SIGN • ATTACHED TO POSTS . . UNDER EAVES EXIST. FENCE APARTMENT COMPLEX SIGN GUARDRAIL At GRAVEL LARGE CONCRETE BLOCKS EAVES OF ABANDONED HOUSE EP ro ADDITIONAL RESTORATION ITEMS TO BE COMPLETED BETWEEN DRIVEWAY AND WALL: • REPAIR SIDE WALL OF CONCRETE FLUME • FILL IN HOLE NEXT TO FLUME AND BRING UP TO GRADE • REMOVE SILT FENCE AND CLEAN UP DRAIN ROCK ALONG EDGE OF DRIVEWAY • GRIND TWO REMAINING STUMPS DOWN FLUSH WITH GRADE FINAL RESTORATION EXHIBIT FOR CANYON MOBILE PARK 8 -19 -2010 qb C "is Ph2 /3 803 \ ,4- 9S- R.wo3 5 9s - R Potir4, 2oOr Z. 09- 006(w) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 23 Sheet 1 of 1 DATE: 11/30/10 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 (WT) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Modify Wall #1 end details (north and south) as shown in Field Directives #8 and #32 (including MOD #1). Provide backup documents for additional cost for north end modifications and track south end tie -in by Force Account. This is an administrative Change Order to back out the amount previously paid under the Force Account items shown on the attached spreadsheet. The provisional payment(s) shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B, Phase 3, Roadway. There is no time impact for 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 y23/o Contractor By (ti Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA !'Uwo wt r. Title %°AJ. A/0Q . Previous Change Order $ 375,793.64 ✓ Date is This Change Order (without tax) $ 8,588.26 By REV. CONTRACT AMOUNT $ 12,639,761.90 ✓ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / std �- �� �� /C,,vi- _S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 08 To: Gary Merlino Construction Date: 6/30/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09.006 Work to be performed: Modify the wall #1 north end tie -in details per the following drawing revisions: S -1 rev2, S -8 rev1, S- 11 rev1, S -14 rev2 (attached). Provide supporting documentation for any cost impacts within 7 days of this directive. Reason for modification: Slope conditions at the north end of wall #1 makes it difficult to make the pile cap return as shown in the bid drawings. Revised detail is more easily constructed and uses less material. Work under this Field Directive modification will be accomplished: o . With work to start immediately Determination of any change to the contract price to be negotiated. Negotiations to be complete prior to pile placement for wall #1. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep -- Name MAl,)A o A rSczi f Title, ' pate 7/7/09 onstru ion EiigZeer 77512,44 City Construction Inspector Date SOLDIER PILE WALL NOTES: I. ALL MATERIALS AND WORWNAN91IP 91611 BE IN ACCORDANCE 00TH THE REDUNEMENTS OF 1NE WASHINGTON STATE DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION - EN0091, DATED 2008 2. STRUCTURAL S1EE1 WIDE FLANGE SHAPES SHALL BE A51A1 A992. 3. ALL TIMBER IACONC IN WAU5 /6 AND /9 9IALL BE UNTREATED. ALL TIMBER LAGGING IN WALLS /I TO 14 9EALL BE TREATED. INSTALL LAGONG YAW 1/8" 911NS BET6EEN LAGONG BOARDS. 4. 9+0TCIETE FASCIA PANEL MALL BE CLASS 4000. FINISH SHOTCRETE WALLS 0, 02. 03 AND i4 PER SPECIFICATION ALTERNATIVE A FNi91 SH01CRE1E WALLS /6 AND 19 PER SPECIFICATION ALTERNATIVE C WITH APPEARANCE AS INDICATED N PLANS 5. TEST PERMANENT GROUND ANCHORS PER THE LOAD FACTOR DE901 ME1H00 (IfD) OF THE SPECIFICATIONS. B. HUD LOCATE 0000(5 IN CLOSE PROXIMITY TO SOLDIER PILES BY POT -HOUNO PRIOR TO DRILLING. PERMANENT GROUND ANCHOR (PGA) SCHEDULE WAf1 / PILE 4 ANCHOR DESIGN FORCE (K) ANGLE (DEG) UNBONDED LENGTH (FT) 02 0---0 OSJ -- 62 0--0 650-- 72 BO 90 90 60 20 20 25 20 15 15 15 15 NOTES: 1. REFER TO FOR PERMANENT GROUND 600101 DEM. 2. ANCHOR LENGTH DOMED BY CONTRACTOR. 3. LOCK OFF ANCHORS AT 800 OF DEOM FORCE. SOLDIER PILE WALL SCHEDULE WAIL 0 FILE / �'��^ � PILE 97E /1 U © m ® Q ®�Q • ©`% .e•F� 0.�IY16. P- t ® 30 38 36 38 30 36 30 36 30 0021x50 0024x76 0024x68 0024x55 W21 x50 W24x88 W21 x50 W24x55 W2 _44 WBx24 12 O Q ® ©' 22 ©`CD C010 m 0 49 O 73 6) © Q�tg �YGOF� 0:Y� az 0 C �r' 1 �g�r1 �4Y NG r0 6 0' 0 N0 I'yN 6, 30 36 36 36 36 36 36 36 38 36 30 38 36 36 36 30 36 38 36 36 38 36 36 36 36 36 30 W21x50 W24x55 W24x76 W27:94 W27x178 W27x94 W27:04 0027x94 0027x114 W27x129 W21044 W27x114 W27x94 W24x76 W24x55 0021x50 W24x68 W24x55 W24:68 0027:84 0027x114 0024x146 W24x117 W27x84 W24x 0024x55 55 W21044 13 0 0 0 0 14 IS 18 36 36 38 38 38 30 W2445 0024x68 W27x114 W24x146 W24x68 W21x44 SOLDIER PILE WALL SCHEDULE WALL / PILE / SHAFT DIAMETER P9E 92E H 0-0 ® ® m ® ©' © 0 Q Q 0 0 ®-© ©MP ©_© 0 0 0 0 f0 L ® 440 0 ID 0 ® 0 0 2©-- -® 30 38 36 38 36 36 36 36 36 36 36 36 30 36 30 38 36 36 38 36 36 36 36 36 30 W21 x50 W24x68 0027084 0027x94 0027x114 0027x94 0027x84 0024x117 W27x84 W24x7 6 0024x68 0024x55 0021x50 0024x55 0021x50 0024x68 W27x84 W27x114 W27694 0027x84 W24017 W27664 0014x76 0024x55 W21050 O_Q ©gym o © A © Q 24 24 24 24 24 W12030 W18x50 0018x65 W,8x50 W12030 MS p-Q ��Q0010 0 0 ®1/© © 0 e 24 24 24 36 36 24 0012026 W18035 0021x50 1.130x1013 W2 x4 84 W18x50 8' -O' NW WOOD LAGGING 2' -0" MIN -I FASCIA (6)01008 BID ITEM 00 -I) SLOPE 55 MAX FOR DRAINAGE FINAL BENCH ELEV (SEE NOTES) 800E (SEE NOTES) EXISTING GRADE FILL PER S -3 `N BWE AND FINAL BENCH ELEVATION REQUIREMENTS NOTES: CONTRACTOR SHALL DETERMINE BWE AND FINAL BENCH ELEVATION SUBJECT TO THE FOLLOMNG REGTIRENENTS 1 EXCAVATION FM 660 SHALL NOT BE LOWER THAN DE9ON BYE 90060. ON WALL ELEVATIONS 2. EXCAVATION FOR 8NE AND FINAL BRION ELEVATION SHALL NOT EXTEND 01190E CF CONSTRUCTION EASEMENT. 3. A5 -BUILT 411 CHANGES TO DESIGN BYE 4. BWE SHALL BE 511ECTED SUCH THAT ANY FIL. PLACED AT OOYNSLOPE 90E CF WALL IS AT OR BELOW ENSIIN1 GRAM UNE 5. REMAINDER OF SHOWN WALL STRUCTURE DIMENSIONS AND ELEVATIONS ARE UNAFFECTED BY BYE CHANCES AND SHALL NOT BE ALTERED BY CONTRACTOR. 6. PBE PAINTING LIMITS SKIM ON S-3 SHALL BE BASED ON DESIGN 800E 910WA ON WALL ELEVATIONS 3'0 ♦ a m ®y ono PUBLIC WORKS DEFT_ • ENGINEERING •STREETS•WATER•SEWER•BUILDING• yT del EMI.,......., ..,x,.,..d.,„..m +w w.rns...� �, ,� .. ,a,m FEDERAL AID PROJECT NOS: STPF-STPUL-0099(077) (PHASE 2) & HLP- STPUL -0093(103) (PHASE 3) TUKWILA INTERNATIONAL BLVD 8,,/*isCHANGED SCHEDULE dogged Logged AMS m/m BID DOCUMENTS 2 n/ WPoIMODIFYWALL IEND S-1 1AL 10/07 27 NLechd WO RAM P19 ene W.W 0/07 SOLDIER PILE WALL GENERAL NOTES AND SCHEDULES (De m iln5i pr NM)9 *006009 m no date minim date 6/2006 YIN METAL SLEEVE DIA = UT0.1TY 01A 1- 2' SNOTCRETE EDGE OR JOINT SHOTCRETE DETAIL @ UTILITY PENETRATION 0 NO SCALE 5-15 5-19, 5 -21 L 39991/4 LAGONG SUPPORTS W/ (3) 205 COWAN HARE NAILS EA ENO, 15811 PROJECTING LEGS TOWARD SOIL 05CE & COPE 9 ENDS TO FR • t1 �� SOLDIER PRE. UTILITY LAGGING DETAIL @ UTILITY PENETRATION NO SCALE 5 -15 5-19, 5-21 99 FACING RRNFORCING PER SHEET S-4 • 151912 0C HOSZ a FEDERAL MO PROJECT NOS:SPFSIP A- 0099( Oln( P50002 )dHIP -0099(077) L -0599pD3)(P05003) /,O(0MOUIFY WALL. I ENO • ° •a F�'ZT�`T•d C WQRKS • DEP .. �;� ,LA M /Ca ., BID . . T.UKWILA. INTERNATIONAL BLVD c 9 •ENGINEERING•STREETS *WATER•SEWER =BUILDING« abetted NA 10 /07 „,NnA....,.�,•boa DOCUMENTS 27 poleo� xu m /O, s.�,w•a�.Or SOLDIER PILE WALL Me to pro) lidd in x»:<x •O MISCELLANEOUS DETAILS no dale revision dale Awzune raa et no / \ \ / SOLDIER PRE. UTILITY LAGGING DETAIL @ UTILITY PENETRATION NO SCALE 5 -15 5-19, 5-21 99 FACING RRNFORCING PER SHEET S-4 • 151912 0C HOSZ a FEDERAL MO PROJECT NOS:SPFSIP A- 0099( Oln( P50002 )dHIP -0099(077) L -0599pD3)(P05003) /,O(0MOUIFY WALL. I ENO • ° •a F�'ZT�`T•d C WQRKS • DEP .. �;� ,LA M /Ca ., BID . . T.UKWILA. INTERNATIONAL BLVD c 9 •ENGINEERING•STREETS *WATER•SEWER =BUILDING« abetted NA 10 /07 „,NnA....,.�,•boa DOCUMENTS 27 poleo� xu m /O, s.�,w•a�.Or SOLDIER PILE WALL Me to pro) lidd in x»:<x •O MISCELLANEOUS DETAILS no dale revision dale Awzune raa et no LAGGING BELOW, TYP, REFER 10 5-10 FOR LAGGING CORNER DETAILS SET BOTTOM OF SHOTCRETE OR • CONCRETE WALL AT NCR1H FACE AT BWE FROM END OF WALL TO WEST EDGE OF SOLDIER PLE T/90EWALN BEYOND RETURN WALL DETAIL - WALL 1 NO SCALE T/NARIRER SOLDIE0 PILES. TIP LAGGING wane FINISH GRADE BWE 4 1. PROVIDE COIWEIE OR SHOTCRETE RE7URN WALL AS SHOWN 000030LE55 OF WHETHER ADOIRYE BID ITEM jGI IS ADOP1ED. SOLDIER PILE BEYOND RETURN WALL ELEVATION - WALL 1 O RETURN WALL SECTION - WALL 1 OB NO SCALE NO SCALE SOLDIER PILE BELOW, TIP LAGGING BELOW, TYP, REFER TO 5 -10 FOR LAGGING CORNER DETAILS CONCRETE BARRIER —• SHOTCRETE OR \ C0 CONCRETE RETURN WALL RETURN WALL DETAIL - WALL 2 NO SCALE PROYDE LAGGING SUPPORT PER 5 -10 AS APPROPRIATE PROVIDE SHOTCRETE OR CONCRETE FASCIA BETWEEN SECOND PILE IN AND END OF WALL REGARDLESS OF WHETTER 000111E BID ITEM /G1 Is ADOPTED. END CF WALL AP PER PLAN WALL WCRI( L1NE PER 5-3 FASCIA PROVIDE LAGGING SUPPORT PER S -10 AS APPROPRIATE *ERE ANGLE POINT 15 LOCATED BEHIND LAGGING FACE, MAINTAIN MINIMUM FASCIA THICKNE55 AS DEFINED ON 5 -3. WALL WORK LINE PER 5 -3 WHERE ANTI POINT 15 LOCATED IN FRONT OF LAGGING FACE PROVIDE ADOIRONAL SHOTCRETE THICKNESS TO RARITAN EXPOSED FACE OF FASCIA AT SPECIFIED OFFSET FROM WORK UNE AS DEFINED ON S"3. FASCIA AP PER PLAN WALL ANGLE POINT BETWEEN PILES NO SCALE �a4 4° •� P UBLIC' WORKS DEPT_ •ENGINE& RING •STREEfS•11ATER•SEAER•BUILDINS2• °° h dL4 ©��„ ._.....��.a b FEDERAL AID PROJECT NOS: STPF- STPUL-0099(577) (PHASE 2) & HLP- STPUL-0095)103) (PHASE 3) TUKWILA INTERNATIONAL BLVD I UDUC MODIFY WALL I END , ;�; tea; BID DOCUMENTS s —" a. 27 ND D /WT gojex II.DD /0T.,.m.Ws.�.r� SOLDIER PILE WALL MISCELLANEOUS DETAILS 1 9emTms-s "0/,m kDO ro date ,�,,, 4tb 23D FASOA PANG. MOINE BID CALL BEFORE YOU. Did': 1-8p-124-5555 w 157 158 10%/1r 11/4111 VA I P7~/4 IW2 I AMMO' 7IIIIIIIMINIFAWAr IIIMV7/APYLMVIVAINIP 71 YAW ARk 111, (DAMP' MI:ter Llia• 11.1111MIIM-11.1111112111M11111111.111.111.7 Ile 111111.31.1.3511••■—....erni 1g9 5/5 EXP JONI 1 SPACING TOP OF 1RAFFIC BARER TCP CF SOEWAL( • WALL 1 PLAN 0 5 10 20 30 SALULFIEL 30 SPACES AT 24'-0" m BOTTOI OF TRAFFIC BARRIER AND TOP OF FASCIA PANEL 216 NOTES: 1. STANCHS SHOWY ARE FOR A PERPENDICULAR CFFSET FROM ROAD CENTERUNE TO WALL WORKLIJE REFER TO 5-3 FOR WALL W7R1C0NE DEFINITION. 0 INDICATES P771. REFER TO SCHEDULE ON S-1 FOR PILE SIZE AND SHAFT COWER. 3. BYE SHOW WERE ASSUMED 7000 DESIGN. ACTUAL BRE TO BE DETERMINED BY CONTRACTOR SUBJECT TO REQUIREMENTS SHOWN ON 7-1. UP JONI (TYP) SEE 5-4 FOR DETAILS • 0 230 BAP 210 551...........••2ZQ 74407 317:55 FN 2116.00' SOLDIER FILESO TO 9 j I • 00100 30-P7ES4-TO SODER PILE SPACING • 202.00' hv000 99.. SOLDIER PIES (gi T01.9 110101040 pus 01.0 00 'YEW" 77.50' SOLDER PILES (3 TO 13 sPAcEs m 2•-0' Fri.B.Erc WORKS .ENGINEERING* STREETS*MATER*SEWER.BUILDING. by late denpi BYE 0/D1 chdne:oked.. 1010,1010T POI 24 ND 10107 thr field bk 00 WALL 1 ELEVATION- 50517: VERT 1101112 l'.10' flommtnq emomms SOI Amu, SAN .0• la.ne lit,late Sam MO .12.00 BID. DOCUMENTS 210 FLEW 209.507 SOLDER PRES TO (.2) e 3• ENI• OF WALL 200 FEDERAL AE PROJECT NOS: SIPF-STPUL4399(077) (PHASE 2) & HIP-S1PUL-00991103) (PHASE 3) .TUKWILA INTERNATIONAL. BLVD WALL PLAN AND WALL ELEVATION STA 156+00 TO STA 158+02 RIGHT SOLDER PILE SPACING /"\03l/P ILE B WALL 6140 SPACIN /2 \,DIAMODIFY WALL 1 END 00- date reMens S-1 4 2.7 (De 70 74512 sale 70 54000 date 6/200. CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 32 To: Gary Merlino Construction Date:12111/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify wall #1 south end termination to provide a barrier transition section to Type 2 traffic barrier detail as shown on the design sketch (attached). Connect transition piece to wall barter using a dowel connection similar to WSDOT Standard Plan C -13 (attached). Track material and installation cost for the barrier sections under the supervision of the project inspector for reimbursement using Force Account rules. Submit invoices for new barrier sections and connection materials. Reason for modification: The final slope tie -in on the south end of wall #1 leaves a 10' gap between the end of the wall barrier and the adjacent property line fence. Closing this gap with a traffic barrier transition section avoids possible problems with cars leaving the roadway and eliminates the need for further end protection for the wall. Work under this Field Directive modification will be accomplished: Xt' With work to start immediltely and determination of any change to the contract price to be tracked by FA and charged against Phase 3, Roadway -- Minor Change. With change in the contract completion date evaluated using Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: 73- ,z /Qa Date 3(7 ((0 Approved by: Verified by: ntractor's Rep — Name City Construction Engineer City Construction Inspector Date Date barrier at south end EXPRES JULY 29. 20081 2G -0' PLAN 101/L" 1. PERMANENT INSTALLATION requirements: embed battier 9" minimum. Install 1/4" Premolded Joint Filler between segments, NI the Connection Blackout with ml emit (1Y') grout, centering the Rebar Grid in the blackout before adding grout tie aAR (GYP.) 2. TEMPORARY INSTALLATION requirement place a �- — • Reber Grid In the Connection Blackout between barrier TACK ��— P) o segments MBAR GRID DETAIL 3. Installation on a horizontal curve watt a radius lass than FOR PERMANENT INSTALLATION 2000' requires a modtOed end design. 4. For Barrier with a 2' -1D' award, see sheet 2 For High Performance Baniar with a 3' - e° reveal, see sheet 9. j8 ® -3 SPACES LT92.=1' -0' d O -4 SPACES (58 Z -O' tt SPACES @12"= 12' -G' 040- SPACES (8 4'ni'.0° 20.4 SPACES ®8° =2 - 0'- B° REBAR GRID - FOR PERMANENT INSTALLATION (SEE BARRIER CONNECTION DETAIL) 11:1 1•! • 1 1 1 1 J I 4 » EQUAL A1 CES I 1 I 114. tol J J J l - 1 J 1 1_1_1 0 -4' (TYP.) L CONNECTION BLOCKOUT FILL VOID WITH (TROUT MBAR GRID - SEE DETAIL C8 BAR (TYP-) MI BAR (TYP.) 114° PREMOI080 JOINT FILLER -FOR PERMANENT INSTALLATION 201 (TYP.) 1 4' PREMOLDED JOINT FILLER - FOR PERMANENT INSTALLATION BARRIER CONNECTION DETAIL FO- ' ' A NTI ST TIO REINFORCING STEEL BENDING DIAGRAM SEE STD. SPEC. 907.1(2) FOR SENDING DIAMETERS 135' HOOK 6EE 13131EN81014 TABLE 2 3/4° R. 135• 110011 (TYP.) ELEVATION 1000 OF BARRIER 42.7 HIGH. A� \iAq \yNPO: 7h� /�� %\ /- ��\,,.�'�' : \P \fir PREPARED GRADED BASE HYPOTHETICAL GRADE DIFFERENTIAL BARRIER TRANSITION DETAL DIMENSION TABLE BARRIER HEIGHT A B D E F G HORIZONTAL. BARS (QTY.) 8' -8. 8" 2' -0' 3 z'-8° Z -10' 1' -r 4' -0° 17 119" 2' -21/4' 4 3' -2" 3' -4' 1' -9' 10 4' -8" 10114° 2 - 412° 5 3' -8' 9'- 10° (' -11" 12 SINGLE SLOPE CONCRETE DARRIER (PRECAST) STANDARD PLAN C-'t3 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich 111 07 -03-08 ANIL etaeaeeae wawa acre wa'N,gmu 51°• D°pa4..4 aYmmpo8eecn 09- 006(v) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 022 Sheet 1 of 1 DATE: 11/17/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 ( V) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Change the grade adjustment specifics at SMH #39841E12 -26 at approx. Sta 166 +03 LT per FD #85. Valley View sewer personnel to confirm the conflict and verify final fit up. This is an administrative Change Order to back out the amount previously tracked by Force Account and paid under Minor Change. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule E - Valley View Sewer District Improvements. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full p yment therefore the prices shown above and below. ACCEPT Date %/Z /J Contractor &/'t9 T46 t.Ar'o 6o6,51", By Title P,',0-1 Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 373,629.91 ✓Date This Change Order (without tax) $ 2,163.73 By REV. CONTRACT AMOUNT $ 12,631,173.64 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / S f, I. Og (6,AJ s cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 85 To: Gary Merlino Construction Date:7 /8/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Remove 2 total concentric reducer cones from Sewer Manhole #3984 (Sta 166 +03 LT). Add new 3' tall 54" section and 3' tall 54" reducer cone, add short steps where needed and set new locking frame and cover to grade. Extra work includes additional labor and materials to remove and replace the existing cones as listed above and return the previously purchased cone to the manufacturer. Final grade adjustment above the cone section can be paid using unit price items per plan. Reason for modification: The existing MH structure is not a 48" section as shown on the plans and uses two stacked concentric reducers instead of the expected 18" tall cone section. Removal of the top cone section will not provide the necessary top dimention to fit the new 48" cone as called for in the plans. This change will provide the necessary grade adjustment within standard tolerance above the cone section. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the change to the contract price to be tracked by Force Account: Minor Change — Sewer. ❑ With change in contract completion date evaluated using Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name City Construction Engineer (2 2— //Q Date City Construction Inspector Date 09 -006 (u) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 021 DATE: 11/17/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 Ccl�� PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Repair sewer main south of SMH #3842/E12 -28 at approx. Sta 160 +70 LT per FD #71. Select materials, sewer diversion and inspection support will be provided by Valley View Sewer District personnel as noted in the Field Directive. An extra barrel section will be paid for using unit price quantities. This is an administrative Change Order to back out the amount previously tracked by Force Account and paid under Minor Change. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule E — Valley View Sewer District Improvements. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. Contractor G-GJ Title P46.1. H 6-2, ACCEPTED: Date ('2/i. By Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 369,259.48" Date 9- This Change Order (without tax) $ 4,370.43 By REV. CONTRACT AMOUNT $ 12,629,009.91/ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 1 54-d- c 06ek6 + k-S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 71 To: Gary Merlino Construction Date: 5/26/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Repair /replace damaged 12" concrete sewer pipe immediately south of SMH #3842. Install new PVC sewer pipe in place of the existing concrete pipe as shown in the attached Exhibit. Attach new pipe to existing concrete pipe using reinforced Mission style coupling provided by the District. Valley V'ew to support the replacement effort, witch agtiu-e -sewer ypass-drum the sip ad'�C ilf I excav tibtrit h c °ed° cotlorete'fjackfill to final grade. Remove and replace an additional 2' barrel section of the 48" MH structure to accomplish the pipe repair. This extra barrel section will be paid using normal unit price quantit;s. Reasotii"or modification: A small sink hole was discovered immediately south of MH #3842 which, upon further investigation, was found to be caused by the failed sewer pipe. The removal and replacement of this pipe section and backfill and recompaction of this area was the most cost effective solution to this problem. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately and determination of the change to the contract price to be tracked by Force Account. The final amount will be wrapped into a Change Order and charged to Valley View sewer through Schedule E reimbursement. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Contractor's Rep - Name OZ .1 r�(sK. Accepted by: Approved by: Verified by: ' /0 Date Z-/ Z-//0 City Construction Engineer Date • City Construction Inspector Date 734060-1025 eZ•1,41.s. • GRAVEL I. PARKING • ZONE ACCEPTABLE FOR PERMANENT QWEST POLE RELOCATION TYP -CONTRACTOR TO COORDINATE WITH QWEST. if. GRAVEL; PARKING [734060-10241 .t: 'CONSTR. & RIGHT-OF--WAY field directive 09-006(0 Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 020 Sheet 1 of 1 DATE: 11/17/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (t) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Relocate /Lower side sewer in conflict with Rockery A at approx. Sta 163 +40 LT. Materials and inspection support will be provided by Valley View Sewer District personnel. The final goal is a minimum of 6" clearance between the bottom of Rockery A and the side sewer pipe at the back of the wall. This is an administrative Change Order to back out the amount previously paid under the attached Force Account sheet #154. The new total will be added to the provisional payment shown to make the final payment correct. This change will be compensated with a new line item added to Schedule E — Valley View Sewer District Improvements. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEP ED: Date ��— f?i /o By Contractor 64.0-41 Mt-R-t -bva Cr oas Title /30-o.\ JMGA Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA / Previous Change Order $ 366,999.44 /Date la J 7 / iz This Change Order (without tax) $ 2,260.04 By.'V' REV. CONTRACT AMOUNT $ 12,624,639.48 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 15 4- (j- d t l6 / AM-LS cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 09 -006 (s) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 019 Sheet 1 of 1 DATE: 11/16/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 65 l PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Abandon in place the lower portion of the sewer manhole at sta. 160 +75 RT, and secure the mystery pipe running through the structure with CDF. This is an administrative Change Order to back out the amount previously paid under attached Force Account sheet. The provisional payments shown will be credited back against the Force Account and the final total paid as shown below. This change will be compensated with a new line item added to Schedule E — Valley View Sewer District Improvements. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date i i/Z 4j Contractor G, r"I6.21 -two Cv r • By l Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 366,536.18✓Date /a--)710 This Change Order (without tax) $ 463.26 By REV. CONTRACT AMOUNT $ 12,622,379.441 Title I9 o6 1161Z, ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 5d-d� 02 a«j, f c-S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 8 1734060-1025] ZONE ACCEPTABLE FOR PERMANENT OWEST POLE RE10GVTION, TIP - CONTRACTOR TO COORDINATE NTIT OWEST. ZONE ACCEPTABLE FOR MUMMY OWEST POLE RELOCATION, ONLY. CONTRACTOR TO COORDINATE WITH OWEST. 1734000 -10241 XXX+i'r X•MXXXXXs:l oT,T 1f. o �p X04. 0':0::0'X Encountered unknown pipe within structure. Backfilled with CDF ,-0 to minimize disturbance, before removing the rest of ID manhole structure. 7/30/09 i ..:.,.� „ HGATECREEK TUKWILA INTERNATIONAL. BOULEVARD APPR02MAIE —. __,aEU6NC LIMITS (Tm)� 50 6 1734060 -10271 'CANYON 1A0BIL0 l PARK GENERAL SITE PREPARATION NOTES 1. SEE SHEET 11. LEGEND 0 PROPOSED POTHOLE LOCATION: SEE SPECIAL PRON90S CATCH ono INSERT, PER DETAIL SHEET 5 SEE POLE CONFLICT RESOLUTION PLAN, '�L1 7M5 SHEET, AM JUT PLANS APPROXIMATE CLEARING LORITS - % % X X N X- ABANDON OR REMOVE PIPE —.— 9LT FENCE, PER DETAIL, SHEET 5 BORING 10CANNq (� Bg3W LOGS N APPF 59 C O SPECIFlCAPONS) LANDAU ASSOCIATES 90MNC 9E0TECN CON9JLTA71S C99) BORING '�wd3�C (°NNV'SEi (GEC/IESCORE) C06LUANIS *SOOT ('57) DOTING SITE PREPARATION NOTES 02 REMOVE MAMMAL Jp REMOVE FENCE. 0 REMOVE POST. 0 ROAM CONCRETE PAD. © REMOVE CONCRETE RETAINING WALL 11 REMOVE AND RESET FENCE © REMOVE OR ABANDON CATCH 9A0N. REMOVE OR ABANDON STORM DRAIN PIPE. 16 ABANDON CID SEWER MANHOLE IN PUCE COORDINATE WITH VAL WE SEWER DISTRICT. E© PROTECT BUILDING TO REIM. © PROTECT FENCE TO REMAIN. ® PROTECT CONCRETE CHANNEL 10 REMAIN. © PROTECT STORM DRAIN BIEICTURE To REMAIN. KNOW CONCRETE IEADWALL REMOVE ABANDONED B. CONCRETE SEWER WHERE IT CONFUCTS WITH CONSTRUCTION. ABANDON REMAINING SEWER PIPE BY G RONBNC ENDS PER SPECIAL P60990NS. COORDINATE NTH VAL WE SEWER DISTRICT. POLE CONFLICT RESOLUTION PLAN STATION mire CONFLICT ICH PROPOSED ASSUMED ACTION 159 +00 LT (SEE PREVIOUS SHEET) - - 159 +30 LT SCL /OWE5T N/A 6 159 +50 NT 5C1/OWEST N/A 2 160+55 LT SCI. N/A 1 160+75 RT SCL/OWEST WALL 4 160+80 LT SCL/OWEST 11/0 6 161 +50 RT 5CL WALL 4 161 +95 LT SL N/A 1 162 +25 LT OWEST ROCKERY A 4 163+10 RT SCI. WALL 4 163+70 LT 09E5T ROCKERY A 4 163+95 LT 50. /(CCAICA5T) N/A 7 164+05 LT Sl N/A 1 • FOR ACTION NOTES, SEE SHEET 11. 1142260 -02101 0 5 10 20 40 SCALE IN FEET CALL 2 DAYS BEFORE YOU DIG >` -1- 800 -424 -5555 60 •3 •P PUBLIC WORKS DEPT. • ENGINEERING •STREETS•AATER•SEIIER•BUILDING• ilt KPG /006'x+6 11118.4 ,19/00 .02,'„,. ...Wen fancndr6 FEDERAL AID PROJECT NOS: STPF- STPUL- 0099(077) (PHASE 2) & IILPSTPUL- 0099(1 3) (PHASE 3) TUKWILA INTERNATIONAL BLVD tris b•t6 NA 06'°6 66 06 °6 BID DOCUMENT III ��� M- MI �— 14 6)1,ked no 06/00 139 m6�02'Du I16 06/22009 pi11 Ni( AD °6/96 SITE PREPARATION PLAN STA 159 +00 TO STA 164 +25 �dk69 60 09- 006(r) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 018 Sheet 1 of 1 DATE: 11/16/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (t"-) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Modify wall #9 height north of angle point at approximately Sta. 181 +03 as detail in the attached Field Directive #37. Impacts include additional wall formwork, rebar, concrete, backfill, surface preparation and anti - graffiti coating. This change will be compensated with a new line item added to Schedule A — Phase 2, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. 7— fO Contractor C -.1 6iz3.1ro ACCEPTED: Date � �� � (4;041-. Title f2tA 14(ar: Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 359,812.18 ✓Date 1 -1 IU This Change Order (without tax) $ 6,724.00 By REV. CONTRACT AMOUNT $ 12,621,916.18 By t ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) / S ' c71 Oia(6/A1A-e-S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 37 To: Gary Merlino Construction Date:2 /22/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify wall #9 top of wall height north of the angle point at approximately 181 +03 as detailed on the attached markup of sheet S -27. Raise all previous surface features (fence, gutter, etc.) as applicable to match the new height at back of wall. No revision of the structural support system should be necessary to accommodate this change aside from extending the rebar reinforcement to the new wall height as shown in the revised rebar shop drawings to be provided. Provide a firm price for this Change Order to include all cost impacts of this change. Anticipated extras include but are not limited to additional effort to detail the new rebar layout, form and construct the extra wall height, provide additional backfill behind the wall and apply anti - graffiti coating. Reason for modification: A localized section of the hillside was not accurately represented in the plans at this location and the wall as originally designed does not adequately support the slope. This change should provide the required stablility with no major changes to the underlying structural design. Work under this Field Directive modification will be accomplished: o For a lump sum increase /decrease of to the contract price. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: 61-70.173`�'� Approved by: Verified by: Contractor's Rep — Name 1D to 2-N/0 City Construction Engineer Date City Construction Inspector Date WALL 9 PliN \ DIMING CROLOLD 80100 WALL 0 5 10 20.-- JO 5CALE IN FEET '01 NOTES.. STATIGHS 5040004 ARE FOR A ' A' PERPENDICULAR 77700)0 011064 ROAD • - CENTERU:E TO WALL 110E610NE. REFER TO 0-3 FOIL WALL WOR1110IE 00FIN111014. OiNDICATES PRE 1, REFER TO SCHEDULE ON 3-I OCR FILE SIZE ANC SHAFT MADDER_ 3 FEHR TO nFOR EWE ELEVADON. s•-3 Le% 0(7 .70001 3 160 8006 WAU. ELEV 15000' SOLDIER RES au 148.00' SO0D101 FILES 0 00 faiv 745.00' SOLDER P SOLlIFR PILE SPACING 3 SPACES 0 C-CF I 1CF-0 CALL 2 DAYSIii I TLBEFORE YOU DIG) 1:4 1-800-424-5555j. • I ® L-2 SPAM D ,v-cr r-a* 0.08 43. C' • SGLDI R P LE 0 70 3070110000 AT E'-0" = 124F-0 0.00' 3700' SOLDER PIES TO (JJ3LIC WOIRW'S DEPT r. •ENGLNIERDIG. STREETS OTATER.SEWER.BUILDM I designed dram WALL 9 ELEVATION WALE AERT r.•=5• Heitz =0".---06 ELEV [7 PILES 3 TO 0 " • „--( th--E4J-f SEE NOIE 3 103- I SCADIDI 61E73 70 i 160 ® G.) •o_3) (Q.!, afD by late MI 0/07 'ILA 0/07 &eke/ ND 0/0 4.0 10/07 PM it, tield bk rnallt....g0 1,••••• Mal M. Ans. He .111 Wales wiC3 1.6.3.141.111 BID DOCUMENTS. FEDERAL AID PROJECT NOS. STPF-STPIL-0099(077) tFRIRSE 2)6 111P-STPUL-0099(103) (P0700 5) :TUKWILA INTERNATIONAL BLVD WALL PLAN AND WALL ELEVATION STA 179+66 TO STA 181+50 LEFT 0/10 0160000100011011 nu ditt IBM Ole 00 reohioo 046/0,C 2'0 09- 006(q) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 017 Sheet 1 of 1 DATE: 11115/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (60 PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Modify wall #6 height throughout the length of the wall as detail in the attached Field Directive #62. Impacts include additional wall formwork, rebar, concrete, backfill, surface preparation and anti - graffiti coating. This change will be compensated with a new line item added to Schedule B - Phase 3, Roadway. A one day time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date l'/ J Contractor GARA4, ,'i&zoi-0 By Cpl ��ii... -�_� Title g1 AW,�1f�p . Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 342,411.10 `Date )a This Change Order (without tax) $ 17,401.08 By REV. CONTRACT AMOUNT $ 12,615,192.18 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 5 off- a 4v--.t6Iti PS cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 62 To: Gary Merlino Construction Date:4 /30/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2&3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify wall #6 top profile per the attached exhibit. Use typical section provided to stabilize cut face slopes. Raise all surface features (fence, gutter, etc.) as applicable to match the new height at back of wall. No revision to the structural support system should be necessary to accommodate this change aside from extending the rebar reinforcement to the new wall height. Provide a firm price for this Change Order to include all cost impacts of this change. Anticipated extras include but are not limited to additional effort to detail the new rebar layout, form and construct the extra wall height, provide additional backfill behind the wall (Drain Rock in the middle and Gravel Backfifl for Walls at ends), place geotextile fabric for separation between the drain rock and quarry spall layer and apply anti - graffiti coating. Original scope would include backfill with drain rock to top of original wall height, quarry spall top slope and ESC stabilization of all disturbed slopes (by hydroseed or other methods). We are currently evaluating methods to provide additional stabilization to slopes above the quarry spall layer. This may be considered an extra. Reason for modification: A combination of contractors construction methods and potentially overly optimistic design standards makes this wall appear very minimal when compared to existing back slopes. This change should provide the required slope stablility with no major changes to the underlying structural design. Work under this Field Directive modification will be accomplished: ❑ For a lump sum increase /decrease of to the contract price. ❑ With change in contract completion date evaluated using Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: (� (�" —� Contractor's Rep — Name ()/. Approved by: Verified by: City Construction Engineer Date t/40 Date City Construction Inspector Date WALL 6 - REVISED TOP OF WALL ELEVATIONS 4 -30 -10 157 WALL 6P 0 5 10 20 SCALE IN FEET . C ,f 158 TAME =236.6 NOTES: I. STA71075 90E N ARE (00 A PERPENDICULAR TRF5EI FROM ROAD UMW( 70 'WALL 7(0X'1NE RETE4 TO S -3 FOR YALL VEDRE RNE DEFlN➢0I. 2. ()DEDICATES FILE A REFER 10 501EOL'L 04 S-I (CA PEE 92E AND 717AFI DIAMETER 3 REFER TO ® FOR etc ELE70RCN. TAME =237.2 d EAP 1ENr ACING 4' wall tqper TAME =238.5 1TWE =233.3 1 - 25 -6' (10 .0107 0 PONT 230. ETON WAIL OYE 1011900 CRAM 44 FRONT OP WALL n nw YAu " RYE 5E NO 3 230 4' wall tape( 1 Y 3/4 S01.0112 PRE 6'-0- ELI 207.00 scan PIES 4 70 (LE7 207 N.__ SOLDIER PI ES /D TO 220 22 SPACES T 6' -0- - 132 -0' P U.eLIC WORKS DEPT. • ENGINEERING •STREETS >WATER•SEWER•BUILDINC4. '.-- mad 07777 &did PO es phi 0 blr WALL 6 ELEVATION SCALE: I7RT • I'.5' 8002 -1' -10 h 071e IK 0/57 7LA 0/07 n mm m 10/07 BID..:...... DOCUMENTS FEDERAL NO PROJECT NOS: STPP STPOL- 0099(077) ((71ASE 2) & /102.01PUG0;59E103) (PHASE 3) TUKWILA. INTERNATIONAL BLVD WALL PLAN AND WALL ELEVATION STA 154 +32.96 TO STA 156 +50 LEFT 1117 Broadway, Suite 501 Tacoma, WA 98402 Phone: 253.627.0720 SEATTLE • TACOMA Fax: 253.627.4144 ENGEVEERS • ARC'r'1'!ECTS • LANDSCAPE ARC 753 9th Avenue North Seattle, WA 98109 Phone: 206.286.1640 Fax: 206.286.1639 hTfECTS • SJJRVEYORS Job No 9Z-3 -775 Subject V%// 4 6 a ck-Fi /.f Reference CALCULATION SHEET Sheet of By Airy Date 4 - 27 - i Chkd Date FR 0TE6_T 5,442E Q14 ?- l- 6PALLS 45 DIROcreD X-Nor LL. coI f 600rExTlme fOg 54)/L SEP4 Rf}7`iOA 41,P QUA -RRY ._SPA -4.L5 ORA- /N -1 b LK ADD e_oA167-, raR - - vo %L sEP R)9T/0A/ 5t.# /x/D OR»!AO Rad< R /L_E5 it17 z3 f<f /L.L 55/ ! Alb_ Wf1L L fP 4-2 9 -/O 09 -006 (p) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 016 Sheet 1 of 1 DATE: 11/15/09 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 CO PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Reimburse wall #6 Drill Obstructions as a single Change Order. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B - Phase 3, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEP ED: Date 0-7 %O Contractor Gfn f'7E� a arc jrl T By ---- Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Title P2.0 /u /G/2. Previous Change Order $ 340,010.111 Date This Change Order (without tax) $ 2,400.99 By REV. CONTRACT AMOUNT $ 12,597,791.10 '✓ ID-11710 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) /sad f a al 6 /IV/ c-.S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 09- 006(o) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 015 Sheet 1 of 1 DATE: 11.115/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 CONTRACT NO.: 09 -006 (°-) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: As detailed in Field Directive #12. Jet clean 30" storm drain pipe in DOT area from structure at 221 +00 LT to outfall at 225 +00 LT and dispose of removed materials. Provide video footage of cleaned section to City of Tukwila immediately following work. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached list. The provisional payment shown will be credited back against the specific FA listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A — Phase 2, Drainage. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date I a By Title J9203 MGM. Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Contractor 6/4/3i 4..-T• Previous Change Order $ 336,100.44 ✓Date This Change Order (without tax) $ 3,909.67 By REV. CONTRACT AMOUNT $ 12,595,390.11'1 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) /d 7 Oa-L6 tNALS cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 12 To: Gary Met-lino Construction Date: 7/09/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RWO3 & RW -RWO4 Attn: Curtis Nakamura Contract No.: 09.006 Work to be performed: Jet clean 30" storm drain pipe at DOT area from structure at 221 +00 LT to outfall at 225 +00 LT and dispose of removed materials. Notify project inspector prior to final TV run through the cleaned pipe. Provide video footage of cleaned section to the City of Tukwila immediately following work. Reason for modification: Better understanding of pipe condition at this area is needed to make a possible field adjustment at the outfall. The original pipe cleaning left a section of pipe unreachable for video inspection because of material build up in an unforeseen sag in the line. Engineer's determination was that original work scope was satisfied by initial cleaning effort. Additional effort to be compensated by Change Order and based on the price provided in the attached quote from Bravo Environmental dated 7/8/2009. Work under this Field Directive modification will be accomplished: ❑ With work to start immediately. ❑ At the cost of $2,525.00; plus prime contractors support expense and markup. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Contractor's Rep — Name / itte/ • .4,. -.... hr City Construction Engineer 3f (D L t telio City Construction Inspector Date 09 -006 (n) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 014 Sheet 1 of 1 DATE: 11/12/2010 BUDGET NO.: PROJECT NO.: 95 -RWO3 4 CONTRACT NO.: 09 -006 C•h) PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Per attached Field Directive #35 - Pothole to determine appropriate location to intercept and install a new Type 1L CB, on 34th Ave. S., west of MH #61. This additional structure is needed to minimize future maintenance issues and provide a bypass location which does not encroach into 34th. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached list. The provisional payments shown will be credited back against the Force Account and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A - Phase 2, Drainage. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date I2/ 1O Contractor (.�4A1 / fki, / /14.) 4-T- Title 1�' -Da, iv/ 0R Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 329,503.70/Date / / 7 //v This Change Order (without tax) $ 6,596.74 By REV. CONTRACT AMOUNT $ 12,591,480.44 V ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) 1-5-Of a D�lchcl 4-e,S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 09- 006(m) Council Approval N/A J�w tk Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 13 1908 DATE: 11/08/2010 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Delete the requirement to provide Primavera Contractor software to the City per section 1 -04.13 of the contract documents and issue a credit against the original contract amount consistent with the attached invoice. This change will result in a credit back to the City which will be applied to Schedule C - Distributed Bid Items for Phase 2 & 3 Improvements, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEP ED: Date I��I0 Contractor &6,f -1 M&eWn Ca, -&r. Cor. By ,l, Title Ii4O4. Original Contract (without tax) Previous Change Order $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA $ 330,798.70''/ Date This Change Order (without tax) $ (1,295.00)/By REV. CONTRACT AMOUNT $ 12,584,883.70 v/ y I[ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) % ---d � a cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 09-0060) Council Approval N/A Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 12 1908 DATE: 11/08/2010 BUDGET NO.: W PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis. Nakamura, 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: Modify the proposed median curb placement details per the attached sketch and correspondence. This substitution allows slip- forming the curb on existing pavement with appropriate rebar dowels and should provide an "or equal' solution. A credit in the amount of the attached contractor proposal will be applied to the contract. This change will result in a credit back to the City which will be applied to Schedule C - Distributed Bid Items for Phase 2 & 3 Improvements, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date I/0010 Contractor ��NQi A46a(,ltio Co"-r Co. By (2-72� Title 102C�N . Mtn - Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 365,798.70 ✓Date br J(� This Change Order (without tax) $ (35,000.00) /By4� o REV. CONTRACT AMOUNT $ 12,586,178.70 M ORIGINAL: City Clerk (I of 2) Contractor (2 of 2) /S ,Tf a 6'k 1611VA-&,5 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file #3 REBAR PIN, 14.5 ", 1'6 "o.c. 6" 1 " 1 "R, TYP 2" 10" 2" OVERLAY MIN " DIA HOLE, FILL VOIDS W/ EPDXY GROUT EXISTING PAVEMENT NOTE: FULL DEPTH EXPANSION JOINTS SHALL BE CONSTRUCTED EVERY 15' AND SCORE JOINTS SHALL BE CONSTRUCTED AT A MAXIMUM DISTANCE OF 5 FEET FROM EACH FULL DEPTH EXPANSION JOINT TIB PH 2 &3 ALTERNATIVE MEDIAN CURB NTS 4 -22 -10 0 224 I° TYP I'. .. rA TOPSOIL TYPE A —/ REMOVE EXISTING PAVEMENT WITHIN SAWCUT LIMITS — ` PLAN" ,r MATERIAL BARK MULCH 2%(TYPi ...(2" MIN) SAWCUT IN NEAT VERTICAL LINE r , * OVERLAY, TYP �— 8' NMA CL B 2' CST£ EXISTING NMA PAVEMENT,TYP SUBGRADE EXISTING CEMENT CONCRETE PA ENT, iYP MEDIAN TYPICAL SECTION A APPLIES FOR ALL MEDIAN LOCATIONS EXCEPT THOSE SPECIFIC STATIONS LISTED FOR MEDIAN TYPICAL SECTION B, AT DOWNSTREAM (NORTH) m,-4i ENDS, WHERE RUNOFF COLLECTION IS NTSUIRE6. Use Modified Detail Provided (Dated 4/22/10) DIRECTION OF TRAFFIC PLAN �Ur.av3 ?LAN PRISMATIC REFLECTIVE 0.65' " FACE (BOTH SIDES) 20' -30' 3.$5 4' a o ° SECTION A —A' SECTION 84 0.65' TO 0.787 TYPE i RPM TYPE 2 RPM ty date 41La �. P rTB.L.I C � R i 'P T r NA OG108 ,� NA 06,09 *ENGINEERING • STREETS *WATER * SEWER* BUILDING* ebed d 108 ? MIMI N.A 06!08 T19 du 1908 Cxtd bk KPH:: 'ryJgh,hewEM 11176ma:'.�. S&ftWh91104 SIA1541 rms -ffi10 tiamix lMM1�19.t1� Ii3✓1627;; �„ PLANTING MATERIAL i 2' MiN BARK MULCH 3. (2' MIN) TYP 2% Ily - SAWCUT IN NEAT -1! I -1 I I -! - I '! VERTICAL LINE OVERLAY, TYP TOPSOIL TYPE A /�l 2' CSTC EXISTING HMA PAVEMENT REMOVE EXISTING PAVEMENT , TYP WITHIN SAWCUT LIMITS SUBGRADE EXISTING CEMENT CONCRETE PAVEMENT, TYP tf MEDIAN TYPICAL SECTION A APPLIES FOR ALL MEDIAN LOCATIONS EXCEPT THOSE SPECIFIC STATIONS LISTED FOR MEDIAN TYPICAL SECTION B, AT DOWNSTREAM (NORTH) ENDS, W4ERE RUNOFF COLLECTION IS REQUIRED. NTS - DIRECTION OF TRAFFIC A A 6 B PLAN � PLAN PRISMATIC REFLECTIVE 0.65' 7O 0.78" FACE (80TH SIDES) 20^ -30' 3.85 In 4.05' "o b" �cs SECTION 9 -8' 0.65" TO 0.78" SECTION, A- A' TYPE T RPM TYPE 2 RPM Nt L4 U.L. -1 O TV 0 A7C:? J_ t..-7 - -01:> 7 • o s. • ENGINEERING * STREETS *WATER*SEWER #BUILDING• �^r 9i 'An F_� 7539&AaaeN 3A78roa^.= uftwmeia9 stwol (N6f7B6 -7610 Tuma.M =. mxtaq.am (51627 09- 006(k) Council Approval N/A o J�IUA, Sheet 1 of 1 �2 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 11 T908 DATE: 11/08/2010 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Substitute Rodda Paint pigmented sealer (733265 WA State Gray) as the anti - graffiti coating for all east side walls and traffic /pedestrian barriers on the contract. The originally specified anti - graffiti product is still required on the decorative west side walls (walls #6 & #9). Due to material and labor cost savings, a credit in the amount of the attached cost breakdown will be will be applied to the contract. This change will result in a credit back to the City which will be applied to Schedule C - Distributed Bid Items for Phase 2 & 3 Improvements, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date I1 to Contractor 6>^'!1 M6,eWNo Cou -It. C4. By Title j'rzbcr / GtZ - Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Orders $ 389,759.99 ✓ Date' This Change Order (without tax) $ (23,961.29) By'fA r REV. CONTRACT AMOUNT $ 12,621,178.70 ✓ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) /�'�0'T �j�I (G /i✓/S cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 09 -0060) Council Aproval N/A o�w%LA. wgsZ Sheet 1 of 1 a CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 10 Igoe DATE: 08/16/09 BUDGET NO.: l PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Per the Change Order Scope defined in the Field Directive #20A - Exhibit, Complete the half width 1.5" nominal thickness overlay in the area north of Sta 196 +41.86 to approximately 225 +00. The unit price payment will be used for the grinding and other preparatory removals, pavement quantities, final channelization indicators (RPM's, plastic lines, and arrows) and casting adjustments. Traffic control and other prime contractor support will be paid using lump sum amounts listed in the price quote attached. This change will be compensated with a new line added to Schedule A - Phase 2, Roadway as a Not to Exceed Payment. A 21 calendar day time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date %$ tv Contractor Gbh M6QtJw Comer By a Title I�Zolc, 7' Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 129,759.99 Date r_1�5 - 2Z 10 This Change Order (without tax) $ 260,000.00 By `�in, Mayor REV. CONTRACT AMOUNT $ 12,645,139.99 v ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: / std f a o 9/ 61AIAI S CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 20A To: Gary Merlino Construction Date:07 /21/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 2 &3 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Provide cost impact to perform a 1.5" nominal half width pavement overlay per the revised drawings (attached) labeled DOT Overlay Area (updated 07/16/10). Use DOT standard details for channelization spacing and configuration and follow Overlay Notes provided. Where existing conditions vary from DOT standards, match existing or follow explicit notes on the work plan. For Overlay Edge Detail 4A/4B we prefer to pursue 4A overlay at this time however we may change to the 4B detail if the C -curb is not securely attached. Provide unit prices and quantities for each major component of the work (HMA Cl 1/2" /ton, Edge Grind /SY, XX' Butt Grind /SY, RPM's /100, XX" Paint Stripe /LF, XX" MM Stripe /LF, XV TP Stripe /LF, Turn Arrow /EA, Thickened Edge /LF, Raise MH /Casting to grade /EA, etc.) and Lump Sum prices for all other special details and incidentals (Protect MON case, Traffic Control, etc) required to perform the work. Unit price for paving quantities will be offset against the original T- section restoration requirement quantities. Reason for modification: DOT final limited access permit comments included a request for a change from the 12' wide T- section trench restoration to a full % width overlay. Adjustments to the contract will be required to comply with this permit condition. The firm price quote provided will be used to determine whether to proceed with this overlay as a Change Order to the original contract or defer this restoration to a later date. Work under this Field Directive modification will be accomplished: • On a unit price basis with a maximum allowable variation of 25% from plan quantities as shown on the details attached. We will provide our estimate of these "target quantities" and Max/Min in the near future. • With change in contract completion determined by Time Impact Analysis. Performance of this Field Directive is authorized by all signatures below: Accepted by: Contractor's Rep — Name Title Date Approved by: City Construction Engineer Date Verified by: City Construction Inspector Date It 3 F u o- / / 1 -mot- ov 4� ,PAR -e * i it, O 0 I z i. e i; p �L a li l ® lina 1w ��Alk�a��. _ - o D ID 1TUKWILA INTERNATIONAL BOULEVARD_ 1 1 END OVERLAY 195 i 'S 96 /s1A198HL96 197 N12zYu 18164041E 4£511 NMI?oNbA 11,6109 \ umwregb ?It(olto Iii/#ff'J/iii/ii+,35,#/////// / /0ii/4i7/#/42'/4'8 GENERAL NOTES I. SEE SHEET 28 STORMWATER NOTES XQ SEE PROFILE, NEXT SHEET. V e-v -LAM' t-r-D(, Ot'P.) G r . LI Q 6 .... ( –G G*(ht D --- — _ _ – O / g11A4' 66 Bur - 'Sor rr T� 1Ti j � PI 48 139 Se 00 0235'1446 vale AS SHOWN \dalL 06/20D8 CONSTRUCTION NOTES Q MATCH 6950+0. 02 GRIND BUTT JOINT PER DETAIN. SHEET & SQ EDGE GRIND AT EXISTING CUTTER PAN. SEE DETAIL. SHEET & © MODIFY SEWER MANHOLE PER ADJUSTMENT TABLE AND DETAILS IN APPENDIX I OF THE SPECIAL PRONSION0. 0 CONSTRUCT CEMENT 604(86TE DRIVEWAY APPROACH AND RECGIS:RUC7 DRIVEWAY. 016 DRIVEWAY SCHEDULE AND DUALS. SHEET & Q UTILITY POLE TO BE REMOVED/RELOCATED BY 01+75. CONTRACTO7 TO COORDINATE 44111 UTILITY FOR SECUENCINC OF POLE RELOCATIONS 16 RELOCATE MA11009 ONTO NEW SUPPORT PER STANDARD DUAL IN APPENDIX A OF SPECIAL P408400 S. 0 ADJUST WATER VALVE TO GRADE BY OTHERS. COORDINATE 111111 WA1108 DISTRICT 20. ® NRA191 AND INSTALL 0+91 OF SIDEMEN 040640RAIN PER DETAIL, SHEET 7. ® ADJUST CATCH BASH TO GRADE ® APPROIONATE LOCATION OF RELOCATED POLE BY OTHERS CON1RA.10R TO COORDOATE 481+ URMTY FOR SEQUENCING OF POLE RELOCATIONS. ADJUST CATCH BASIN TO GRADE AND REPLACE GRATE TWTH SOLID G)VER. ® COORDINATE PLACEMENT OF FINAL FEATURES V6111 ENGINEER. SEE ::450 NOTE 51. SHEET 21. 4© SEE TYPICAL WENCH DE1ALS, SHEET 6 FCR PAVEMENT REPAIR SECTION. ® CONSTRUCT C@ICRETE BUMP OUT IF NEEDED. SEE DETAIL. SHEET 9 FURNISH AND INSTALL 8EAN9IT PER C+T STAHOA 0 PLAN 55 -Ca. FEDERAL AD PROJECT NOS: STPF- SIPUL-0099(000) 1PHASE 2) &HIP- SIPUL-0099(103) (PEASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 194 +00 TO STA 199 +00 BID DOCUMENT KPG 1510.0.01, 00000.0 Sa4;W/5IW say; 01) M00 W. OS. •905' UDIMDOY. k7 dea[Ded 414117 checked PI mL 1Noi du field W D6 dale 06/08 06/08 06/08 08/06 6pyr 4'Q^ G 'jU F1NP�- 0764.4.4•h' O S l0 20 40 60 SCALE IN FEET POINTS ' DEW STATION OFFSET RADIUS TOG EL. NOTES 1 PC 195+77.24 31.00' LT 100.00' 00.90 S2 PT 195+05.02 31.03' LT TO REMAIN S3 J END CAC k 5/'W 196+42.76 35.8±' LT MATCH E85TING 010P OF CURB ELEVATIONS 00 NOT ACCOUNT FOR DRIVEWAY APPROACHES MO CURB RAMPS, UNLESS O186448SE NOTED. SIGN SCHEDULE NO STATION OFFSET DESIGNATION SIZE REMA880 51 198 +57 41.8 LT '8U5 STOP' TO RERAN S2 195 +19 46.2' RT'BU5 STOP' TO REMAIN S3 'HILLSIDE APARTMENTS' TO REMAIN CALL 2 DAYS BEFORE YOU DIG 1- 800424.5555 PUBLIC WORKS' DEPT. • ENGINEERING •STREETS•WATER•SEWER•DUILDING• Tdr ov LN? -PTP-A, A tk 0014 tad. Q (04TEROATE WEST) gIlvja9 \ upoav 11u ha S NI272' {{'W / / / / /Y / / /I /e /! /!/ N / / / /o / / /Y // /o/i /I /a // I/ fi////// I////// / / / / / / / / /I / //I /O/ // //I/IV/ ///// I// ///l/O/I/.1 %47!/O/6/o/Q 9 /!�!,l�l�O�! /!�l�l�� �•1�. �_ 642 1 t • fir`= GENERAL NOTES 1. SEE SHEET 28. STORMWATER NOTES 0 SEE PROFILE, NEXT SHEET. CONSTRUCTION NOTES CONSTRUCT CEMENT CONTREIE ESTRLAEO CURB TYPE 6, PER %SOT STANDARD PUN F- 10.42. 0 SEE TYPICAL 01ENCH OETARS, SHEET 6 FOR PAVFL0NT REPAIR SECTION. 0 REPAIR PAVEMENT PEA RESTORAAON NOTES. SHEET 136. 0 s 10 20 40 60 SCALE IN EEET C3 CONSIR [ CURVE DATA PC STA 199+39.05 PT STA 205+4126 d - 1205'00' R 2865.00 E = 604.21 T = 303.23 Saly`40,.$?'' CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 I I••••• I ,I••• I \ A ,. ST aau o9u FEDERAL AID PROJECT NOS: STPF -SIPUL -0099(017) (PHASE 2) & 1OP- STPLIL- 0099(103) (PHASE 3) by dale p4 1 L P U_BLIC WORKS DEPT_ cs ' •ENGINEERING•STRE1 rS•WATER• SEWER•BUILDING• �^ °9e •� 501 Named TUKWILA INTERNATIONAL BLVD 810 DOCUMENT KPG NA �'6 ,0 1... dram NA 06/08 �m PLAN OMAme , `ffi :° ...wt., lma•nr „"%,,e,� RSnNl41N daltd Nip 05/06 6900238%/748 MEI prof as Ulf o6/06 pW date NOON �� Telmaoa STA 199+00 TO STA 204 +00 Itno 11N1EROAT: 11151) a�' 3� c� .pw M, 8/‘5,10(5- \ 1.01)01RE-c> --7Itco {to TUKWILAIN "NATIONALBOULEVARD r — L vy / / / /O /l/ / /I /i / / / / /// • tS e GENERAL NOTES I. SEE SHEET 28 oVet-1.40? 606.1 STORMWATER NOTES Q SEE PROTRL NEXT SHEET. * LL NA* comp rt'p OWfret. 6F#64316 CONSTRUCTION NOTES © SEE TYPICAL TRENCH OETAR5, SHEET 6 FOR P06666NT REPAIR SECTION. ® REPAR PAVEMENT PER RE510RA11016 NOTES, SHEET 136. blc ?v,, v t nweAw Pc.M.E PM G4 0 5 10 20 40 60 SCALE IN FEET 63 CONSIR { CURVE DATA PC STA 199+39.05 P1 STA 205 +43.26 e - 12'05'00 R • 2665.00 = 604.21 1 • 303.23 CALL 2 DAYS BEFORE YOU DIG 1- 800-424 -5555 FEDERAL AID PROJECT NOS: STPE -STPUL -0099(017) (PHASE 2) & 61PSTPUL-0091(103) (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 204 +00 TO STA 209 +00 BID DOCUMENT KPG T11%MU6 I011NM 6s1.A161W Nh1N 005216.4 1.1441W loran 00686(6 by dela designed NA 06/06 deign NA 5/16 checked NAI06/06 pmi mg Na Was 7191 du field Ilk 06 PUBLIC WORKS DL'-PY. + ENGINEERING* STREETS•WATER•SE14ER•BUILDING• J F u O o- F v 'PST CN'ER -LAM • ;A4 M.R_ota0A. / 4/ 6 /tbla9\ cA.PDA {? -11Ilo)l0 cCNS1R. f 210 TUKWILAINTERNATIONA OULEVARD 211 N242Y44'W 212 • (o.c, X33) GENERAL NOTES 1. SEE SHEET 2& STORMWATER NOTES O SEE PRORE, NEXT SHEET. 54 139 D§ no 02vPLN62 nth AS SHOWN �da4 oorz0oe CONSTRUCTION NOTES L © SEE TIWCAL TRENCH DEM& SHEET 6 FOR PAVEMENT REPAIR SEMI. REPAIR PAVETIENT PER REST0RA1104 NOTES, SHEET 136. FEDERAL AID PROJECT NO& STPFSTPUL -0099(077) (PHASE 218 HLP- STPUL-0019(1031 (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 209 +00 TO STA 214 +00 BID DOCUMENT KIP G. 2340+•34 113eu.y 6r.nm® > *ni MISIM0 *.1662 x+980' (6001210 Itiwto.0 •UAi 03fAPt. TC-D by AA-Orr/VW Chows 5loom E><t¢.q Sc*P6) destined dram checked PPRi 53 Inn1 d0 6cld It no UL NA NA NA inn date 06/0e 06/06 06708 06/00 g) 0 5 10 20 40 60 SCALE IN FEET 44 CONSIR t CURVE DMA PC STA 212+35.73 PT STA 227 +22.49 A - 4415'59' R = 191000 I L = 148978 T - 783.34 CALL 2 DAYS BEFORE YOU DIG 1- 800 - 424.5555 P UBZ IC V0TORICS` DEPT. • ENGINEERING• STREETS. WATER• SEWF1R•DUILDING• Do"- ove-R.l -,4' p *,f-0140 —SRN OFF -RAMP 44//i- ..Ishii" / mr iii is/IIIMAYAW/AMWAVr/ru/0/0/Wiiii X/7 /.:. �r u/0/./.7ioiinii —.—,,,,.,,w#/' / - g TUKWIIA INTERNATIONAL BOuteV GENERAL NOTES 1. SEE 90E1 28. STORMWATER NOTES 0 SEE PROTIIE. NEXT SHEET. [ 56 139 Se 66 01311.254 =le as SMWN \d1Ee 06/2002 ga �4 Vic'' lj vat,- . tr0 s Lt&WIL CONSTRUCTION NOTES Q SEE TYPICAL 7R 1044 DETNIS, SHEET 6 FOR PAVEMENT REPAST 5EC00N. FEDERAL AID PROJECT NOS: SIPF -STPJI -0099(077) (PHASE 2) & HLP- SIPUL-0090(l03) (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 214 +00 TO STA 219.00 BID DOCUMENT 0 5 10 20 40 60 SCALE IN FEET C4 CONSTR 5 CURVE DATA PC STA 212 +35.73 PT STA 227 +22.49 A = 44.3559 - R = 1910.00 L 148676 T - 783.34 Lc vb A ScA4)6) KPG 151M/4d6 .t17E, * e.aWSWA 6RSN Q NFIMO 1 6 8000 I0tO RA)Ail]N doped dram 6be)ted Pri ddr field b4m by NA NA Nn Nn dale 06/08 06705 06/06 06.05 12' Burr lbw t- CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 P UBLIC WORKS DEPT. *ENGINEERING •STREETS•WATER•SEWER•BUILDING• GENERAL NOTES 1. SEE SHEET 28. STORMWATER NOTES Q% SEE PROHLE, NEXT SHEET. C4 CONS118 f CURVE DATA PC STA 212 +35.73 PT STA 227+22.49 A = 441059' R = 1910.00 L - 1486.76 T - 08]34 o-r ovr -.' 1 P4-155A 1 I4- vkI�uDA �/9 1v8jo1 CONSTRUCTION NOTES Q SEE T1P1CAL TRENCH DETAILS, SHEET 6 FOR PAWIEN1 REPAIR SECTION. g REPAIR PAVEMENT PER RESTORATION NOTES, SHEET 136. CLEAN/REMOVE SEDIMENT FROM E0SRNC 5TO10M DRAIN PRIOR TO BEGINNING DR/UNACE WORK OOW/SIREAM. /�'� _A�J i: '-`A�/c'�'Al over-LAY o 'TMi- eta gets . G 60 fr 7hloho irriri UiC iaww uiiiiu: iu or 41i m M ro SM viW/1111/1iiuuiii 111/1 /0/17/11/NO/ i /1/1/1/1/N/ I iIWW0m.arr 7;. 0 TUKWILA INTER </-i OV -t ' 696f / 55 s. 139 Ne rib oastLU6 Kale As SKA11 05/200e 20 deer m BLS O 141te C -(1J P6 � FEDERAL AID PROJECT NOS: SIPF -STPUL -0099(077) (PHAIET31SIPI1L -0099(103) (PHASE 3) 0 510 20 40 .SCAIE M FFFT (DfrrAnL w,4\4 Ali s) 60 lS seer CALL 2 DAYS BEFORE YOU DIG 1- 800124 -5555 TUKWILA INTERNATIONAL BLVD PLAN STA 219 +00 TO STA 224 +00 BID DOCUMENT KPG 1319..1“ V. * R 1 sm WNNb*8* E10 2 m ..mm+ 695400 " � E7 M6 desl{oed eA 05/08 dnm NA O6 /0e ehshd 6n 06/08 QI0 ®L 541 06/08 NO du field 14 no P UBLIC WORKS DEPT. •ENGINEERI N G • STREETS• WATER. SEWER•BUILDENG• 'Dor' ovleitt.,A) Y-ErA BIOSWALE LAY001 POINTS BIOSWALE ¢ ROAD "...%:: DESCR■PDON STATION STATION OFFSET RADIUS ELEV 1 BEGIN &OSWALT 10+00.00 225+21.99 79.28' LT 1150 2 PC 10+05.33 225+26.22 82.27 LT 55.00' 11.45 3 PT 10+20.04 225+46.96 91.15 11 11.21 4 PC 10+43.57 225+6068 9187 LT 37.00' 11.07 5 PT 11+0142 225+86.40 143.68' LT 10.42 6 PC 11+17.83 225+11115 152.42' LT 41,+0 10.33 7 PT 12+0122 226+27.65 207.63' LT 9.42 8 END 91032891.E 12111.00 226+29.20 20119 LT 9.40 9 AP 12+19.52 226+36.65 205,06' LT 9.74 CA CONSIR t CURVE DATA PC STA 212+35.73 PT STA 227+22.49 5 = 44'35'59• R 1910.00 L = 1466.76 O = 78134 , 12 i2+11' #-000. y EINVoc) uhlwrft 7/161to \Sis o sock- " • • ' . • 227 END PROJECT STA 226+37 )! ' ! GENERAL NOTES 1. SEE SHEET 28. STORMWATER NOTES 0 SEE PROFILE, NEXT SHEET. vw-0,1*----aDow ivt-rp,tk.. CONSTRUCTION NOTES ‘••• (116%1 tOl/a• Sti'ig6"r ® REINSTALL (MING GUARORAt TO MATCH EMSBNG. OCONSTRuCT BYPASS PIPE DUVALL PROTECTION PER DETAIL. SHEET 7. @CONSTRUCT 1605111LE 94111 FIAT BOTTOM 980081 1+04+. (86 0(9041140 PLAN. SEE SIMS 110-111. @ sEE TYPICAL TRENCH DETAILS, SHEET 6 FOR PAVEMENT REPAIR. °FIELD LOCATE AND CLEAN/REMOVE 5011111041 FROM ExISTING 312 PRIoR 10 BEGINNING DRANACI NOM 0510 TO 40 11+11 IN FFFI 60 IJ CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 10/01/01 COWECIED 0846025 •F' WORKS 130.E'F'T. •ENGINEERING•STREETS•WATER•SEWER•BUILDING • by dewed dam checked 410 date 06/01 06/08 06/00 06/03 524886 50 lECIPQ 13110343411 631.31111011 0161814“1, 11111143.0 1,3330 1344; 311630 oskining BID DOCUMENT FEDERAL AID PROJECT NOS- STK-STPUL-0099(077) (PHASE 2) & IILP-STPUL-00921103 (114828 3) TUKWILA INTERNATIONAL BLVD PLAN STA 224,00 TO STA 229.00 overlay edge detail overlay edge detail overlay notes channelization fog line iLA. 1906 09-0060) Council Approval N/A CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 09 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Per Field Directive #89 - Exhibit A, Install 37.5' of Beam Guardrail Type 1 along the east shoulder of the driveway at Ridgeview Apartments immediately adjacent to the newly installed MSE wall. This change will be compensated with a new line added to Schedule A - Phase 2, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date il9Lo Contractor M6,ew--o C0"-r -. By Ltrc...i' Title 1'RO-r t- tb&z Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 128,098.89 Date This Change Order (without tax) $ 1,661.10 By Mayor REV. CONTRACT AMOUNT $ 12,385,139.99 \ /t ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 2008 EAST VALLEY HIGHWAY SUMNER, WASHINGTON 98390 (253) 8334544 (253) 863 -8136 FAX (253) 863 -5951 Contractors # CC -01 PETZRBI18724Z Project Name: TUKWILA INTERNATIONAL BLVD PHASE 2 &3 CHANGE ORDER PB iOB# 09 -006 BID DATE: 07/29/10 Item 4� DESCRIPTION TOTAL 35TH AVE S 1 75.00 LF BEAM GUARDRAIL TYPE 1 11' LONG POSTS $ 42.05 S 3,153.75 W -BEAM & 2 "G" ENDS PROVIDED BY CITY POSTS, BLOCKS, 12.5' RAD W -BEAM & HARDWARE BY P.B. OPTIONAL 2 2.001 EA BEAM GUARDRAIL ANCHOR TYPE 1 $ 660.00 $ 1,320.00 "G" ENDS PROVIDED BY CITY 3 EA HAND OR VAC EXCAVATED POST HOLES $ 58.20 $ TOTAL $ 4,473.75 135TH ST 1 1 18.75 LF BEAM GUARDRAIL TYPE 1 9' LONG POSTS $ 39.15 $ 734.06 W -BEAM & 2 "G" ENDS PROVIDED BY CITY " POSTS, BLOCKS, & HARDWARE BY P.B. 2 18.75 LF BEAM GUARDRAIL TYPE 1 11' LONG POSTS $ 39.95 $ !~ 749.06 W -BEAM & 2 "G" ENDS PROVIDED BY CITY 1 POSTS, BLOCKS, & HARDWARE BY P.B. +a, TOTAL $ 1,483.13 INTERNATIONAL BLVD A3 100.00 LF REMOVE & RESET BEAM GUARDRAIL $ 19.80 $ 1,980.00 C01 1.00 EA BEAM GUARDRAIL ANCHOR TYPE 4 $ 740.00 $ 740.00 A5 1.00 EA BEAM GUARDRAIL NON - FLARED TERMINAL TL3 $ 2,770.00 $ 2,770A0 OPTIONAL CO2 2.00 EA BURIED TERMINAL TYPE 1 $ 1,030.00 CURTIS GARY MERLINO _ 206- 762 -9125 Email: curtisn@gmecinc.com TOTAL $ 5,490.00 * *Price does not include traffic control unless specified. * *Prices include material & installation, bond and insurance. Beam Guardrail is available in 12.5' and 6.25' lengths. * *Prices are good if contract is received within 30 days after award of Jobi after 30 days prices must be renegotiated. IF ACCEPTED PLEASE SIGN AND FAX BACK TO 253- 863 -5951 NO WORK WILL BE PERFORMED WITHOUT PROPER AUTHORIZATION By: Title: Company Name: Address: Date: Phone: Fax: y� x, To: Gary Merlino Construction Date:7 /19/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 283 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Provide a firm price to install approximately 75' of guardrail along the east edge of 35th as shown on Exhibit A and 37.5' of guardrail near the MSE wall at the double diveway at 135th/TIB as shown on Exhibit B attached. Both installations should use Beam Guardrail, Type 1 Per WSDOT Standard Drawings. Guardrail materials (metal W rail and simple end returns) are available for use in the City Laydown yard at 144th/TIB. Specialty bend sections and /or hardware to make up horizontal and vertical curves are not available and (if needed) should be provided by the contractor. All new posts, blocks and hardware will be required (contractor to provide). Reason for modification: Recent private property improvements immediately adjacent to 35th caused a steeper than expected back slope off the eastern edge of 35th between the two alley access points. This guardrail will help prevent errant motorists from falling off the edge and into the neighboring property. The new driveway access at the apartment complex requires some form of visual barrier along the back of the MSE wall to avoid cars from driving over the edge of the wall. Wgrk under this Field Directive modification will be accomplished: d For a lump sum increase /dterreeee. of 4 5,3`i% 15 to the contract price. ❑ With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Cam* Approved by: Verified by: step — Name r tl Da e 8 91 to C Engineer to City Construction Insp ctor Date 11111111111111111111111111110111 ..... ....... ..... • -n 6 '9\0\ z/3 tit6-e-X1 tL. 69 rrick4-1 err • • M 9-0“ 1/3 migniamisimeg-41, irr ■••••■■■•10.•••••• • 4 APAI:lik..H • .•.,• " •.y ••.. -• • ..• L() t^- L.0 (NI LL Pr) Pr) • 158 Ni 428'59W 41) t•IIIIINVII■MIIMIIIMIIIIMIwII•M•Ar.■••■•■•■•11,11/~11,41111/111■•••■•■•.~.111/411■IFINWIVIIIIIW•MIII.N.IIINIIIAINI•••■■•■•111••■•••■••111WIRAII.W. .•••■••■•••••■11111.•NIII•••■••■•••••■■••■•■1•■•••11•WII■101•Will%•••■••••••••■■••■•••1111•11W”•1111•••■•■•••••••••■■•■■••■••VII.•••WAM,_•• ■•• 44 4I • ■••••••••61.6111MI MIME - t1 / iiisi.•:•■••••• 4 INS111•11111111111111111111 D3 .(-0LoGY 14ST114.4... M.51 oP &a/4*-o ft-us etaD CAres Air eixo-6 � ms SPECIAL PROVISIONS. (D■ CONSTRUCT CONCRETE BUMP OUT IF NEEDED, SEE DETAIL SHEET 9. 0 FURNISH AND INSTALL CLEANOUT PER DETAIL SHEET 6. 59 +00 SHEET 34 MATCH LINE STA 4111110° 0510 20 SCALE IN 40 FEET Fv- u-s6 u X*-bf•-pk...) -rfK ?c-f- wspo-r smiat>/4- 60 - 6 0 field directive exhibit a SIT A{ 2117 Broadway, Suite 501 753 9th Avenue North Sea Tacoma, WA 98402 ' Seattle, WA 98109 Pncne:253.627.0720 Phone: 206.236.1640 SEAT i LE • T 4CCiM A Fax: 253.6274144 Fax: 206.286 1639 ENGINEERS • ARCHITECTS • LAII\MSCAPE AR=CTS • SURVEYORS Job No. 0 Z35 T'/ Subject ROAM 4 4RV1 Reference oG Rgl L �M_, go rai�A 7 19 to CALCULATION SHEET Sheet of B; QLA� Date -4-ZZ -/p Chkd. Date i 27 9 4 M`AI V tSW G- fNNGEPOI AT LI I &.e54M 6"RDR$IL- 6A/rS) 19%TA,tA., w CITY OF TUKWILA o �� k !i1 09- 006(h) Council Approval N/A CONTRACT CHANGE ORDER NO. 08 Sheet 1 of 1 You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the "Owner" and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the "Owner" are not prejudiced; and C. All claims against the "Owner" which are incidental to or as a consequence of this change are waived. D. The Contractor Must Submit all Field Overhead and Home Office Overhead rates for approval in advance of all Change Orders. CHANGE: Per Field Directive #89 - Exhibit B, Install 75' of Beam Guardrail Type 1 along the east shoulder of 35th Ave S. Include up to 3 hand excavated post holes near the water service crossing from the alley near 35th in the final price for this Change Order. This change will be compensated with a new line added to Schedule A - Phase 2, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date //0 Contractor G^fty P46"OL 110 CoAJ6 -r ' By ��% �4� -C�.- - Title F'AoJ6cr' /'l.�t�i Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 124,371.14 Date —0//0//0 This Change Order (without tax) $ 3,727.75 By �n Mayor REV. CONTRACT AMOUNT $ 12,383,478.89 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: pte&w'm owdew. I M' 2008 EAST VALLEY HIGHWAY SUMNER, WASHINGTON 98390 (253) 833 -2544 (253) 863 -8136 FAX(253)863 -5951 Contractors # CC -01 P£T£RSI187NZ Project Name: TUXWILA INTERNATIONAL BLVD PHASE 2&3 CRAINOE ORDER PR fOB# 09 -006 BID DATE: 07/29/10 Item QTY DESCRIPTION TO, L� 35TH AVE S 1 75.00 LF BEAM GUARDRAIL TYPE 1 11' LONG POSTS $ 42.05 S 3,153.75 W -BEAM & 2 "G" ENDS PROVIDED BY CITY POSTS. BLOCKS. 12.5' RAD W -BEAM & HARDWARE BY P.B. OPTIONAL 2 2.001 EA BEAM GUARDRAIL ANCHOR TYPE 1 $ 660.00 "G" ENDS PROVIDED BY CITY 3 EA HAND OR VAC EXCAVATED POST HOLES $ 58.20 $ TOTAL $ 4,473.75 135TH ST 1 18.75 LF BEAM GUARDRAIL TYPE 1 V L ONG POSTS $ 39.15 $ 734.06 W -BEAM & 2 "G" ENDS PROVIDED BY CITY POSTS, BLOCKS. & HARDWARE BY P.B. 2 18.75 LF BEAM GUARDRAIL TYPE 1 11' LONG POSTS $ 39.95 $ 749.06 W -BEAM & 2 "G- ENDS PROVIDED BY CITY POSTS, BLOCKS, & HARDWARE BY P.B. TOTAL $ 1,483.13 INTERNATIONAL BLVD A3 100.00 LF REMOVE & RESET BEAM GUARDRAIL $ 19.80 $ 1,980.00 C01 1.00 EA BEAM GUARDRAIL ANCHOR TYPE 4 $ 740.00 $ 740.00 A5 1.00 EA BEAM GUARDRAIL NON - FLARED TERMINAL TL3 $ 2,770.00 $ 2,770.00 OPTIONAL CO2 2.001 EA IBURIED TERMINAL TYPE 1 $ 1,030.00 CURTIS GARY MERLINO R- 206 - 762 -9125 Email: curtisn@gmccinc.com TOTAL $ 5,490.00 * *Price does not include traffic control unless specified. * *Prices include material do installation, bond and insurance. Beam Guardrail is available In 12.5' and 6.25' lengths. * *Prices are good if contract is received within 30 days after award of Joh, after 30 days prices mast be renegotiated. IF ACCEPTED PLEASE SIGN AND FAX BACK TO 253- 863 -5951 NO WORK WILL BE PERFORMED WITHOUT PROPER AUTHORIZATION By: Title: Company Name: Address: Date: Phone: Fax: 5p� 's I :0A Ste. .b z 0,;z7 ,.s"A OVAS 112-1"o To: Gary Merlino Construction Date:7 /19/10 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 283 Seattle WA 98108 Project No.: 95 -RW03 & RW -RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Provide a firm price to install approximately 75' of guardrail along the east edge of 35"' as shown on Exhibit A and 37.5' of guardrail near the MSE wall at the double diveway at 135th/TIB as shown on Exhibit B attached. Both installations should use Beam Guardrail, Type 1 Per WSDOT Standard Drawings. Guardrail materials (metal W rail and simple end returns) are available for use in the City Laydown yard at 144th/TIB. Specialty bend sections and /or hardware to make up horizontal and vertical curves are not available and (if needed) should be provided by the contractor. All new posts, blocks and hardware will be required (contractor to provide). Reason for modification: Recent private property improvements immediately adjacent to 35th caused a steeper than expected back slope off the eastern edge of 35th between the two alley access points. This guardrail will help prevent errant motorists from falling off the edge and into the neighboring property. The new driveway access at the apartment complex requires some form of visual barrier along the back of the MSE wall to avoid cars from driving over the edge of the wall. 7k under this Field Directive modification will be accomplished: or a lump sum increase /deeteas&of 4 5f3q% 1S to the contract price. o With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: Approved by: Verified by: Rep - P��r M�t�vRO62 �d✓9 /O tl Dale 89% Iu City Construction En ineer 0 140 City Construction Insp ctor Date SEE INTERSECTION PLAN, ALIGNMENT AND TYPICAL SHEET 63 FOR ROADWAY SECTION STRUCTION NO ITCH EXISTING. ;IND BUTT TNT PER D GE GRIND AT EXISTING GU // CONSTRUCTION NOTES INSTRUCT TYPE 1 SIDEWALK RAMP, PER `+ • - +' D ' + ` w' —40.10. USE RED BRICK PAVERS WITH 1ECTABLE WARNING PATTERN AS SPECIFIED IN 'ME SPECIAL PROVISIONS. ENTER RAMP AT FACE OF CURR: STA 17R+24.SR. 31.n0' IT! STA 177 +49.44. 4734' RT: 45.7 06 WIDEN ROADWAY. SEE ROAD WIDENING SECTION, SHEET 8. Q APPROXIMATE LOCATION OF RELOCATED POLE BY OTHERS. CONTRAC UTILITY FOR SEQUENCING OF POLE RELOCATIONS. 08 INSTALL TYPE 413 SIDEWALK RAMP PER WSDOT STANDARD PLAN F -4 WITH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL l� 0 tx-g i a rr 6 `1117 Broadway, Suite 501 753 9th Avenue North Tacoma, WA 98402 Seattle, WA 98109 CALCULATION SHEET Phone: 253.6270720 Phone: 206.286.1640 SEATTLE • TACOMA Fax: 253.627.4144 Fax: 206.286.1639 ENGINEERS • ARCHITECTS • LANDSCAPE ARCHITECTS • SURVEYORS Job No. —rlr3 Sheet of Subject &teAp 6MgL>RPrf ?'YPP- l C� BY ALc± Date Reference Chkd. Date FACE of AA?IL 27"%W YVAW w�PbStS e'�='qM C7+ R.DR�IL 6A//-S) bi' fcR Au, PossS 35-ro 4vE S 09-006(g) Council Approval 12/1/08 CITY OF TUKWILA Sheet 1 of 1 CONTRACT CHANGE ORDER NO. 007 rsoo DATE: 02/08/09 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 PROJECT NAME: Tukwila International Boulevard Phase 283 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Reimburse wall #4 Drill Obstructions as a single Change Order. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached spreadsheet. The provisional payment shown, will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date q / Contractor G^RM 1416k,140 NJ By Title 10.0-04. N16r, Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 65,513.05 Date This Change Order (without tax) $ 58.858.09 By May REV. CONTRACT AMOUNT $ 12,379,751.14 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: / 54- d �- l/'� �G r AJ)9 -CS 09- 006(f) Council Approval 12/1/08 %LA. Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 006 79081 DATE: - -_� 02/08/09 - , BUDGET NO.: PROJECT NO.: 95 -RW03 . CONTRACT NO.: 09 -006 PROJECT NAME: ",Tukwila International Boulevard Phase 20 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Reimburse wall #2 North Drill Obstructions as a single Change Order. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached spreadsheet. The provisional payment shown, will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule A, Phase 2, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date �6lo Contractor G^ le-1 McA,L iAlc 6J. By Title P ec >, . M G 2. Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 57,391.51 DateA. This Change Order (without tax) $ 8,121.54 By REV. CONTRACT AMOUNT $ 12,320,983.05 V / Mayo ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: / 54e � a 6 P_ l 6 /nfA-S 09-006(e) Council Approval 12/1/08 �J�Nl%": `�9s Sheet 1 of 1 CITY OF TUKWILA /2 CONTRACT CHANGE ORDER NO. 005 1" DATE: 02/08/09 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 C� PROJECT NAME: Tukwila International Boulevard Phase 283 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Reimburse wall #2 South Drill Obstructions as a single Change Order. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached spreadsheet. The provisional payment shown, will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to Schedule B, Phase 3, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date %y Contractor By (.0 Title Ptz1. M6n Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 18,933.25 Date This Change Order (without tax) $ 38,458.26 By M or REV. CONTRACT AMOUNT $ 12,312,771.51 v1 ORIGINAL: City Clerk (I of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: /J-/-d t ?- OY- (6 /IVA-(_ LA, wqs J � � 1900 DATE: PROJECT NO. TO: 09-006(d) Council Approval 12/1/08 Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 004 02/08/09 BUDGET NO.: 95 -RW03 _ CONTRACT NO.: 09 -006 Gary Merlino Construction Attn: Curtis Nakamura, 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: Reimburse wall #1 Drill Obstructions as a single Change Order. This is an administrative Change Order to back out the amount previously paid under Force Account items shown on the attached spreadsheet. The provisional payment shown will be credited back against the specific FA(s) listed and the final total paid as shown below. This change will be compensated with a new line item added to schedule B, Phase 3, Roadway. No time extension is granted with this Change Order. We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date y /S�J Contractor ���� i'tE��i�� �%✓� . 4;, By ,1 `tit, ,:✓.. --�-- Title /,A, I. M6.2 . Original Contract (without tax) Previous Change Order This Change Order (without tax) REV. CONTRACT AMOUNT $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA $ 10,208.55 ���e .. $ 8,724.70 By i>��`''-AA�� I)LI �- I, 3 G I das Ma r $ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: OP-(6 iN -n" 09-006(c) Council Approval 12/1/08 ��^• w,s Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 003 1906 DATE: 1/08/2010 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO.: 09 -006 G� PROJECT NAME: Tukwila International Boulevard Phase 2 &3 TO: Gary Merlino Construction Attn: Curtis Nakamura, 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 additional trees along the eastern project boundary as further described in the spreadsheet and project markups attached. Further work scope, assumptions and clarification is included in the emails included. Permission to access private property for removals has been obtained. The total compensation for this change is $7,280.00. Any restoration required to erosion and sediment control features or existing grade as a result of this work will be tracked and paid under Force Account for Minor Change. This change will be compensated with a new line item added to Schedule C, Distributed Bid Items for Phase 2 &3 Improvements, Roadway. 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 ap full payment therefore the prices shown above and below. ACCEPTED: Date i/lV/O Contractor GA*-V MERLtNo 60-57% 60. By %off Title MAWA6 Original Contract (without tax) $ 12,255,380.00 APPROVEDAY THE CITY OF TUKWILA Previous Change Order $ 2,928.55 Date —]P This Change Order (without tax) $ 7,280.00 By or REV. CONTRACT AMOUNT $ 12,265,588.55 ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; tile: / S -iD 6( Gde l G 1A-1A L--S City of Tukwila - International Blvd Page 1 ' L IJCl L.vvV Location Tree # Species Diam Condition /Defects Recommend Page 44 - north 1 Walnut (deciduous) >12" OK condition; no impact to above or below parts from construction - Retain Page 44 - north 2 Giant sequoia, • Sequoiadendron giganteum >20" young tree; good condition though pruned for clearance for utilities - no impact Retain Page 44 - north 3 Big leaf maple, Acer macrophyllum —12" OK condition; no impact to above or below parts from construction Retain Page 42 4 alders /maples —12" Group of dead trees; southernmost one is possible threat to fall toward road _ Remove southernmost tree Page 42 5 Red alder, Alnus rubra 14" cankers on trunk; in decline flagged for removal Page 40 6 Big leaf maple, Acer macrophyllum multi 12" multiple stems; one stem is limbed up, growing over wall; previous failures Suggest removing one stem closest to wall; flagged fence stake Page 38; at creek 7 maple /alder —12" three to four trees with high, small crowns; threat to wall and road flagged for removal Page 38; at creek 8 maple /alder —12" .Dead; tall snag; could fall toward road, wall Drop into creek area Page 36 9 Black cottonwood, Popu(us trichocarpa >12" decline; isolated flagged for removal Page 34 10 Red alder, Alnus rubra <12" decay; isolated; bow in trunk; cankers - not viable Remove Page 34 11 Red alder, Alnus rubra —12" decline; poor condition; lean toward wall flagged for removal Page 34 12 Big leaf maple, Acer macrophyllum (3) >12" poor condition; over structures and vehicles in residential area (east) flagged for removal Page 32 13 -14 Big leaf maple, Acer macrophyllum >20" two trees north of apartment bldg; decline in crown, some visible decay in trunk; overmature; but no impact from construction flagged to consider removal - NO - NOT CONTRACT RELATED. Page 1 Page 32 15 Big leaf maple, Acer macrophyllum >12" south of apartment bldg; growing into cedar; in decline and threatening wall and road and bldg flagged for removal Page 32 16 Big leaf maple, Acer macrophyllum <12" small maple next to larger one; delimbed and has ivy on it; not viable flagged for removal Page 32 17 Big leaf maple, Acer macrophyllum >12" two maples; one has utility running through it; front one over wall, high crown front one flagged for removal Page 30 18 Big leaf maple, Acer macrophyllum <12" larger maple behind looks OK; smaller one closest to wall has high crown, not viable front one flagged for removal Page 30 19 Big leaf maple, Acer macrophyllum —12" high crown; isolated; trunk wound flagged for removal Page 30 20 Big leaf maple, Acer macrophyllum —12" high crown; isolated; ivy on trunk for removal (pink) _flagged Page 2 It 3 t u ID o- 0 C2 CONSTR £ CURVE DATA PC STA 179 +99.75 PT 514 189 +64.15 d = 285547' R • 1910.00 L ^ 964.39 T - 492.71 GENERAL NOTES 1. SEE SHEET 28. f U 4 TUKWILA INTERNATIONAL BOULEVARD b; me eve // /z∎exa / O/ /. I/ / /I / / / //// / / / /I / //// // /. /Bl STORMWATER NOTES OX SEE PROFILE. NEXT SHEET. 0 5 10 20 40 60 0A IN F T CONSTRUCTION NOTES 01 MATON EXISTING. 0 EDGE GRIND AT EXISTING GUTTER PAN. SEE DETAIL, SHEET B. © MODIFY SEWER MANHOLE PER ADJUSTMENT TABLE AND DETAILS IN APPENDIX 1 OF THE SPECIAL P90V190NS. 70 (0NSTRUCT CEMEN1 CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY. SEE DRIVEWAY SCHEDULE AND DETAILS. SHEET 8. OB UTEITY POLE TO BE REMOVED/RELOCATED BY OTHERS. CONTRACTOR TO COORDINATE MATH UTILITY FOR SEQUENCING OF POLE RELOCATIONS 09 CONSTRUCT CENTER MEDIAN PER TYPICAL SECTION. SHEET 72. AND MEDIAN DETAILS SHEET 68 IB REMOVE FENCE AND GATE AND REINSTALL )'TER COMPLETION OF CONDUIT. SIDEWALK AND DRIVEWAY CONSTRUCTION. ® 728NISH AND INSTALL BACK OF SIDEWALK 060010RAM PER DE1AE. SHEET 7. ® ADJUST CATCH BASIN TO GRADE 0 APPROXIMATE LOCATION OF RELOCATED POLE BY OTHERS CONTRACTOR TO COORDINATE WITH UTILITY FOR B 028440NG OF POLE RELOCATIONS. ® REINSTALL EXISTING GUARDRAIL TO MATCH EXISTING ® CONSTRUCT SIDEWALK TRANSITION. PER DUAL, SHEET 9. STA 108+30.45.31.30 LT ® ADJUST CATCH BASIN TO GRADE AND REPLACE GRATE 61T1 MUD COVER. 0 FURNISH AND IN5TAU. UN0ERORAIN PIPE AND GRAVEL BACKFlLI FOR DRAINS PER MEDIAN TIP SECTION B. SHEET 72. 1® CONNECT 6• PVC UNDERD9AIN PIPE TO 12• STORM DRAIN PIPE 9610 1900414 TEE OR APPROVED EQUAL ® CONSTRUCT CONCRETE BUMP OUT IF NEEDED. SEE DETAIL SHEET 9. ® FURNISH AND INSTALL (LEAND 11 PER Col STANDARD PLAN SS -03. 61 CONNECT UNDERDRAIN p12( TO CATCH BASIN. SIGN N0. STATION OFFSET DESIGNATION SIGN SIZE REMARKS ST 185+06 37.8' LT R7 -1 'NO PARKING ANYTIME' 12 . 16• REMOVE 52 186+60 31.0' RT 'NORTH 99 EXIT 1/4 MILE woe RELOCATE 03 186 +95 388' L1 R7 -1 'N0 PARKING ANYTIME` 12'. 18. REMOVE 04 187+02 37.0 LT 'DON'T DRINK & DRK/ UNDER 21 ZERO TOLERANCE' RELOCATE 05 167463 37.1' RT 'NO PARKING.' REMOVE 56 166 +53 60.9' LT BILLBOARD SIGN TO REMAIN 57 186+21 43.4' LT 'NO PARKING' 12•. 18' REMOVE S8 186+47 0.0 L1 'BEG /• SUPPLEMENTAL PLAGUE (INSTALL. ABOVE R3-96) 63 -96 TWO-WAY 1191 TURN MY 'ENO' SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3-96) R3 -95 TWO-WAY LEFT 11.16N ONLY 014-31 TYPE 3 OB.ECT MARKER 21'A 6' 24'.. 36' 74-,77,- 24', 36' 6'a 24• NEW - FOR NORTHBOUND TRAFFIC • • . NEW - FOR SOUTHBOUND TRAFFIC • • . . • 59 165 +50 50.0' LT BILLBOARD SIGN TO REMAIN POINTS i %:)I DESC STATION 1 Off 5E1 RADIUS 10C EL. 1 L PC 186 +99.86 1 28.00' R1 1475.00' XX %X' 2 I AP 167 +61.63 1 28.85' RT mu._ �= TOP OF CURB ELEVATIONS DO NOT ACCOUNT FOR DRIVEWAY APPROACHES AND CURB RAMPS UNLESS 01HERWISE NOTED. CALL 2DAYS BEFORE YOU DIG 1.800 -424.5555 \ FEDERAL AD PROJECT 405 SIPF- STPUL- 0099(077) (PHASE 2)8 HIP-STPUL -0399(103) (PHASE 3) TUKWILA INTERNATIONAL BLVD KPG 6166.,% IWA..A 0szz UW 9„FMN ',megmi 084999+0 deuEOed by dale N4 06 /0e " p UBLIC WORKS D •ENGINEERING• STREETS* WATER. SEWER•RUILDINC 44 mu._ �= BID DOCUMENT dram woe 139 checked 94 09/09 PLAN STA 184 +00 TO STA 189.00 Pl9)m( RJl 06709 8 D 0739>LN42 MI 1191 di, as scoot dale 06/2009 MUM 00 date 0869001 fed hkoc PT. ERNATIONAL BOULEVARD m 2211 MEIMIiL GENERAL NOTES 1. SEE SHEET 28 STORMWATER NOTES 0 SEE PROFILE, NEXT SHEET. POINTS `X :: DESC STATION OFFSET RADIUS IOC EL. 1 PC 179+56.04 31.00' LT 50.00' 6000' 2 PT 179465.78 31.96' L7 36,3' LT 'TUKWILA COMMUNITY CENTER' WIN ARROW 3 PC 180 +0598 39.98' LT 50.00' QO' LT 4 PT 180+15.93 41.00' LT 5 PC 180+84.77 41.00' LT 100.00' 6 P7 181+01.62 39.59' LI 7 PC 181+54.10 31.49' LT 83.00' 8 PT 181+63.81 30.76' LT •TOP OF CURB ELEVATIONS DO NOT ACCOUNT FOR DRIVEWAY APPROACHES AND CURB RAMPS. UNLESS OTNERM5E NOTED. 42 139 file co 0235P5940 t01e 45 811099 \dlte 06/2008 O CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY. SEE DRIVEWAY SCHEDULE AND DETAILS, SHEET 6 ® 71171Y POLE TO BE REMOVED/RELOCA1ED BY 01HERS CONTRACTOR TO C008091416 WITH UTILITY FOR SEQUENCING OF POLE RELOCATIONS. 0 CONSTRUCT CENTER MEDIAN PER TYPICAL SECTION. SHEET 72. AND MEDAN DETAILS, SHEET 67. 10 A03/ST OR ABANDON FIBER OPTIC MANHOLE/VAULT TO GRADE BY DINERS. COORDINATE WITH Unumm. 11 FURNISH MO INSTATE CURB COVER MTH FRAME. PER DETAIL., SHEET 9. iQ ADJUST MONUMENT CASE ANO COVER TO GRADE. 14 CONSTRUCT BUS SHELTER FOVNDAPON. SEE DETAILS IN APPENDIX A OF SPECIAL PROW90NS. FRONT CENTER OE 58611ER: STA 180+3547, 4716' LT. (DI CONSTRUCT BUS LANDING PAD PER DETAIL SHEET 9. ® FURNI5H AND INSTALL BACK OF 90EWAUe UNOERDRAN PER D6TAR, SHEET 7. © ADJUST CATCH 8698 TO GRADE ® MEN ROADWAY. SEE 0060 MDENIN0 SECTION, SHEET B. ® APPROAMAIE LE/CANON OF RELOCATED POLE BY OTHERS CONTRACTOR TO COORDINATE WITH UTILITY FOR 5E0UENCING OF POLE RELOCATIONS. ® FURNS. AND INSTALL CHAN LINK FENCE TYPE 3 ON TOP OF WALL PER *SOOT SID PLAN 1- 20.10. WALL PLANS AND DETAILS SHEETS S1 -027, AND SPECIAL PR081010N& FEDERAL AID PROJECT NOS: S1PF.STPUL-0099(077) (PHASE 2) 8 HLP•STPUL- 0099(103) (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 179+00 TO STA 184+00 BID DOCUMENT *LPG 151HAtn41t 11116.., SPN:.MM101 HO571 ResiN0/4 Maw M142 +�H-0A4• 05801374 3® ADJJ51 CATCH BASIN TO GRADE AND REPLACE GRADE WITH SCUD COVER ® CONSTRUCT CONCRETE BUMP OUT F NEEDED, SEE DETAIL, SHEET 9. ® FURNISH AND INSTALL CLEANOUT PER CAT STANDARD PLAN S5 -03. © FURNISH AND INSTALL ROCK DRAINAGE POCKET PER DETAIL, SHEET 6 AS D91EC1E0 BY THE ENGINEER. © FURNISH AND INSTALL BUD GUARDRAIL FLARED TERMINAL, 980 OPTION, PER W5000 STD PLAN C -46, SIGN SCHEDULE 0 5 10 20 40 60 SCALE IN FEET SON ND. STATION OFFSET DESIGNATION SIGN SZE REMARKS 51 180+14 43,5' LT 'MIS STOP N0. 174• RELOCATE 02 183 +90 36,3' LT 'TUKWILA COMMUNITY CENTER' WIN ARROW RELOCATE 53 181+45 QO' LT 0M -3L TYPE 3 OBJECT MARKER 6 -7 24- NEW - FOR NORTHBOUND TRAFFIC delved drub decked Pro.] DE by MA MA 410 MJT 8F4 OS/08 06/08 06/06 06/08 110) du NH It DO C2 CONSTR Q CURVE DATA PC STA 179 +99.70 P1 STA 189+64.15 A = 28•5'47• R = 1910.00 l = 954.39 1 = 492.71 CALL 2 DAYS BEFORE YOU DIG 1-800-424-5555 .P U•BLIC WORKS DEPT. • ENGINEERING• STREETS* WATER•SEWER•BUILDING• 9CN' 910. 51411091 000501 70505411094 9ZGIE 80548 1S ELEVATIONS d ° 139046'6' BEGIN 170.34 1 17 1 • RT '1 1 A MUNITY N 1 =95.56' RE OCA PT- 177+47.22 END 159.18 89.35' R1 176+60 . 44.0' RT • SST ND. 174' R A 776+ 3 46.1' 7 'DIY 01 NKMLA A00P7 A HIGHWAY TA WHI C N R' 10 R MAN S4 178+71 28.8' RT R3- '910 1211 1559 REM 1774 T N- OB C1 MARK 8 6'X 1' N W - F R SOUL ND iR 7 414 6 111' 1 93 -1 ' 7 A AD' 10 R MAN N W EATON 9 N FROM E 1 3B 58 40+35 19.1' RT _ 'WEIGN7 911 5 7091 XCEP7 A CE55• 59 177440 15,8 RT '1101047 1911 5 TONS 046 XCEP7 ACCESS' RE CA 10 1176+ 4.' T R RI T ARROW ' 9 N W TUKWILA INTERNATIONAL BOULEVARD • /-- )CON51R GENERAL NOTES 1. SEE SHEET 28 STORMWATER NOTES Q% SEE PROFILE, NE01 SHEET. CALL2DAYS BEFORE YOU DIG 1-800424-5555 Cl CONSTR ( CURVE DATA C1 Pi STA 175 +85.47 d ° 25'49'32' R = 2900.00 L • 1357.76 T = 691.56 RS INTERSECTION CURVE DATA HORIZONTAL VERTICAL PC- 174+35.69 TOP OF CURB 31,00 81 ELEVATIONS: 0 = 5605736' 8009 180.07 8 - 25.00' 145 179.87 L = 24.85' 100 179.66 T = 13.56' �d 179.46 PT- 174456.35 END 179.20 42.44' RT 15-17,. 914118'30'6 - 178 ,SEE INTERSECTION PLAN, SHEET 63 FOR ROADWAY ;ALIGNMENT AND TYPICAL SECTION 5':'. umr- g3 - 01), ®.. ISEE INTERSECTION PLAN, SHEET 64 FOR ROADWAYAUGNMENT CIAO m 15TH 17146.54 42.54' RT $TA 177 +33.71, 46.06' RT-* 11x•4 176109 1 \� /. '7 CONSTRUCTION NOTES 0 MATCH 0301146. I /, f// 0 GRIND BUTT JOINT PER DETAIL SMEE7 8. 0 5 10 20 40 60 SCALE KALLin_LELEI O3 EOf0 GRIND AT EXISTING GUTTER PAN SEE DETAIL, WET 8 OS CONSTRUCT TYPE 1 90E6ALX 8AMP. PER WSDOT STANDARD PLAN 1- 40.10. USE RED RROL PAVERS MTN DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECIAL PRO49015 CENTER RAMP AT FACE OF CURB STA 178 +2456. 31.00' LT; STA 177 +49.91. 47.74' RT; STA 178+04.41, 46.63' RT; STA 176+2453. 32.22' RT © NOTIFY SEWER MANHOLE PER ADJUSTMENT TABLE AND DETAILS N APPENDIX I OF THE SPECIAL PREASSIGN& Q7 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY. ME DRIVEWAY SCHEDULE AND DETAILS. SHEET 6. pe toxin, POLE TO BE RFM0VED/RDOCATED BY OTHERS CONTRACTOR TO COORDINATE NTH U11F1Y FOR SEWENCNG OF POE RELUCA IONS 9O CONSTRUCT CENTER MEDIAN PER TYPICAL SECTION, 91207 72 AND MEDIAN DETAILS, SHEET 67. Q CONSTRUCT 9EWAL6 TRANSITION RAW PER DETAIL, SHEET B. 13 ADJUST MONUMENT CASE AND COVER 10 GRADE. 14 CONSTRUCT BUS SHELTER FOUNDATION. SEE DETAILS IN APPENDIX A OF SPECIAL PRON90NS FRONT CENTER OF SHELTER: STA 175+35.22 47.17' RT. IS CONSTRUCT BUS LANDING PAD PER DETAIL SHEET 9. ® CONSTRUCT CEMENT CONCRETE EXTRUDED CURB TYPE 6, PER WSD07 STANDARD PLAN F -10.42 ®4 RELOCATE FIRE HYDRANT /VALVE BY OTHERS COORDINATE WITH WATER DISTROT 125. FEDERAL ND PROJECT NOS: STPF- S1PUL- 0099(077) (PHASE 210 HLF- S7PULD099(103) ;PHASE 3) 40 139 Ede 00 0215P008 641: AS Sx08x deft 06/2006 �,15TA 41+851, 3.3' R7 CONSTRUCTION NOTES ® L WIDEN ROADWAY. SEE ROAD 11100,10,0 DN 0 SEM. SHEET 8. CONSTRUCTION NOTES STA 51 APPR0X9AIE LOCATION O RELOCATED POLE BY OTHERS CONTRACTOR 70 COORDINATE WITH • 2 UMW FOR 502404 NG OF POLE RELOCATIONS \ ;�fi - ' -/.' Mi4A DETECTABLE WARNING PATTERN AS AA SPECI ED 6* THE SPECIALPRO`ISIONS RED CENTER RAW PAYERS \ > i /.. FACE Of CUR& STA 17445224, 37.50' RI ® 000091 AND INSTALL 1 Cy OuARRY SPALLS AT 50 ONTLE1 63 DREC1ED BY THE ENGINEER ® REINSTALL JER5EY BARRIER AS 9N0WN. F0RN15N AND INSTALL 10 LF SECTION Of PRECAST CONC BARRIER TO TRANSOMS FROM DP SINGLE SLOPE TRAFFIC BARRIER ON WALL TO REINSTALLED .ER5EY BARRIER PER W5DOT STD PLAN C -146. S7RUCT GRAVEL DRIVEWAY. 5TRUC7 9019A1X TRAN91101 PER DETAIL SHEET 9. STA 177+17.35. 31.71' LT; STA 175 +16.92 31.96' RT. 0 CONSTRUCT 1YPE 4A SIDEWALK RAMP PER MOOT STANDARD PLAN F- 4016. USE RED BRICK PAVERS NTH DETECTABLE WARNING PATTERN AS SPECIFIED N THE MEDAL PROV190N5 CENTER RAMP Al FACE Of CURB: STA 174491.58, 35.10' AT 0 FURNISH AND INSTALL UNDERDR4N PIPE AND GRAVEL BACKRLL FOR DAWNS PER MEDIAN IYP SECTION B. SHEET 72. 44 USE 6' PVC DRAM APE 70 CONNECT UNDERORAN PIPE TO CATON BASIN. CONSTRUCT &PEDAL SIDEWALK RAMP PER 1,5307 SID PAN 0 -40.16 AND DETAIL, SHEET 4 ENTER RAMP AT FACE OF CURB: STA 177 +42.05. 39.7' RT. 51 REMOVE MD REPLACE PAVEMENT. SEE ASPHALT DRIVEWAY AND PARKING LOT SECTION. SHEET 8. ® REMOVE AND REPLACE CONCRETE STAIRS METAL RAILING AND ROLXERY TO MATCH 0151950 10 MNA11M EXTENTS NECESSARY 17 REPLACE OATEN BASIN. )) CONSTRUCT STORM DRAIN OUTLET PROTECTION PER MOLL, SHEET 7 .10P OF 2 3 ESC PRC END CkG PT/PC POINTS 054 INTERSECTION CURVE DATA HORIZONTAL VERTICAL PC - 174+56.35 42.44' RT e = 30247'4T R ° 3850' L - 26.07' 7 = 1356' P1- 174476.11 5825 111 TOP OF CURB ELEVATIONS BEGIN 179.20 yd 17881 Yid 176.29 YAa 177.65 END 176.89 R6 160ER5EC1051 CURVE DATA HORIZONTAL VERTU. PC - 174+90.66 41.48' 111 6 = 8904740 R =10.50 L ° 16.46' 7 = 10.46' P1- 175 +01.01 31.00' RT TOP OF CURB ELEVATIONS BEGIN 177.29 AR 177.8D 736 177.95 344 178.00 END 177.93 R1 INTER5ECO24* CURVE DATA HORIZONTAL VERTICAL PC- 177 +14.78 100 00 WR8 3218. 8T ELEVATIONS d ° 139046'6' BEGIN 170.34 R = 35.00' l' e 169.23 - 8538' the 16624 1 =95.56' lob 162.61 PT- 177+47.22 END 159.18 89.35' R1 88 INTERSECTION CURVE DATA HORIZONTAL VERTICAL PC - 177+99.39 59.03' RT a ° 76031'00' R = 35.00' l • 47.96' T = 28.20' PT- 178+33.69 31.00' R1 TOP Of CURB ELEVATIONS BEGIN 165.98 Y 6 166.71 Y75 166.92 Yd 166.67 END 166.35 STATION 1 OFFSET RADIUS I TOC EL. (SEE 85 k RSA CURVE DATA, THIS SHEET) 174+78431 58.91' RT 1 1 176.57' NOTES (SEE PC. R6 CURVE DATA. THIS SHEET) 4 PT 174+93.47 4550' RT 4.25' 176.00' 5 AP 174+99.91 47.79' RT 174,56' 5A BEGIN GAS 175027.09 57.67' RT 77000' P1PC (SEE PT, R6 CURVE DATA, THIS SHEET) P7/ 175+08.47 31.00' RT 83.00 SEE PROFILE FOR TOC ELEVATIONS PT 175+19.63 31.79' 117 SEE PROFILE FOR 70C ELEVATIONS PC 175+71.69 39.71' RT 100.00' SEE PROFILE FOR NC ELEVATIONS 10 P1 175+87.72 41.00' RT SEE PROFILE FOR 10C ELEVATIONS 11 12 PC P1 176 +57.72 41.00' RT 50.00' SEE PROFILE FOR TOC ELEVATIONS 176 +55.77 39.33' RT SEE PROFILE FOR TOG ELEVATIONS 13 PC (SEE PC. R7 CURVE DATA, THIS SNEE1) 11 END CBG 177 +43.33 93.93' RT 15810' 15 BEGIN EXTR. CURB 177+39.44 98.51' 8T 157.62' 16 4P(EDGE OF PMAT 177 +48.09 145.01' 81 153.94' BEGIN REINSTALLED JERSEY BARRIER 17 1B AP(EDGE O PINT PC 117 +65.11 94.66' RI ' 161.61' 177 +93.93 76 70' RT 164.26' END JERSEY BARRIER. BEGIN 0X15 CURB 19 PT 177 +98.64 62.80' RT : 165.67 20 END EX1R. CURB / BEGIN C8G (562 PC. RB CURVE DATA OW SHEET) CURB ELEVA9 S OD NOT ACCOUNT FOR DRIVEWAY APPROACHES k CURB RAMPS UNLESS OTHERWISE NOM TUKWILA INTERNATIONAL BLVD PLAN STA 174 +00 TO STA 179 +00 BID DOCUMENT KPG R14A0mx SMtMNM DeN70,001 9nA949 NN0ow4 Sa91 lain OHM 055¢255 9 111 NA T xi checked AO MJ1 dR Bdd bI D dde 00/00 06/00 01/08 06/00 PUBLIC WORKS DEPT_ •ENGINEERING• STREETS• WATER* SEWER •BUILDING• It 3 F u GENERAL NOTES 1. SEE SHEET 28. STORMWATER NOTES 0 SEE PROFILE, NEXT SHEET. POINTS OESC STATION OFFSET RADNS T0C EL. NOTES 1 ENO C&G 171 +40.55 69.24' LT 056 186.63 1139.88' 52 2 BEGIN CNC 171 +6&09 66.81' LT END 18 &84 190.91' 53 .TOP CF CURB ELEVATIONS DO NOT ACCOUNI 608 DRIVEWAY APPROACHES AND CURB RAMPS, UNLESS 079089415E N01E0. SIGN SCHEDULE SIGN NO. STATION OFFSET 0E9GNATI0N SIZE REMARKS 51 172+86 34.0' RT 'RPERTON S 1301H or W/ ARROW 056 186.63 RELOCATE 52 173+21 29.4' RT - RNERTON 5 1301H or w/ ARROW END 18 &84 REMOVE 53 173 +96 452' R1 - WEIGHT UM' 5 TONS/ EXCEPT LOCAL ACCESS RELOCATE (SEE SION 08, SHEET 40) - 04 169 +43 34.1' R1 - RIVERID44 5 130TH sr TO REMAIN 55 172 +03 2.0 LT 0M -3L TYPE 3 OBJECT MARKER 6'4 24' NEW - FOR N0RTHBOUND TRAFFIC 4- CONSTRUCTION NOTES 0 MATCH E705TING. O CAM BUTT JOINT PER DETAIL SHEET & 03 EDGE GRIND AT EXISTING CUTTER PAN. SEE DETAIL SHEET & 0 CONSTRUCT 90041(0 TYPE 1 SIDEWALK RAMP, 6' 9407H, 6' LENGTH PER MOT STANDARD PLAN F- 40.10. USE RED BRICK PAYERS W11H DETECTABLE WARNING PATTERN AS SPECIFIED ON THE SPECIAL PR0VI90NS CENTER RAMP Al FACE OF CURB: STA 171+29.21, 40.92' LT OS CONSTRICT TYPE 1 9DE9AL1 RAMP. PER WSDOT STANDARD PLAN F- 40.10. USE RED BRICK PAVERS 111TH DETECTABLE WARNING PATTERN AS SPECIFIED IN THE SPECAL PROVISIONS CENTER RAMP AT FACE OF CURB: STA 171 +79.05. 39.51' LT: STA 171 +25.39, 31.00' RT © MODIFY SEWER MANHOLE PER A6US1NENT TABLE AND 0ETAILS IN APPENDIX I OF THE SPECIAL PR0V190NS. 516 171+57, 82 LT- 08 UTILITY POLE TO BE REMOVED/RELOCATED BY OTHERS CONTRACTOR 10 COORDINATE 911)1 011LITY FOR SEQUENCING OF POLE REL0CAT0N5. 09 CONSTRUCT CENTER MEDIAN PER TYPICAL SECTION, SHEET 72, AND MEDAN DETNLS, SHEET 67. 12 CONSTRUCT SIDEWALK TRANSITION RAMP PER DETAIL, SHEET & ® FURNISH AND INSTALL BACK OF SIDEWALK UNOERDRAW PER DETNL SHEET 7. ADJUST CATCH BASIN TO GRADE. ® WIDEN ROADWAY. SEE ROAD WIDENING SUDON, SHEET B. ® APPROXIMATE LOCARON OF RELOCATED POLE BY OTHERS CONTRACTOR TO COORDINATE Willi UTILITY FOR SEQUENCING OF POLE RELOCATIONS. ® CONSTRUCT SIDEWALK TRANSITION RAND PER DETNL SHEET 9. STA 170 +40.15, 31.50' LT. ® ADJUST CATCH BASIN TO GRADE AND REPLACE CRATE MN SOLID COVER. 0 FURNISH AND INSTALL NEW WATER MAIN AND ASSOCIATED APPURTENANCES ACROSS TUKWILA INTERNATIONAL BOULEVARD PER WATER 81STRIC1 125 PLANS FOR 'SOUTH 132ND STREET WA16R RELOCA0ON', SHEETS W -1 MO W -2 AND AS SPECIFIED IN THE SPECIAL PR0W90 8. CONSTRUCT CONCRETE BUMP OUT B NEEDED. SEE DETAIL, SHEET 9. ® FURNISH AND INSTALL CIEAN051 PER Ce1 STANDARD PLAN SS -01. •0- su TUKWILA INTERNATIONAL BOULEVARD 170 I TUKWILA INTERNATIONAL BOULEVARD 0 5 10 20 40 60 SCALE IN FEET CALL 2 DAYS BEFORE YOU DIG 1. 800 -424 -5555 CI CONSIR ( CURVE DATA PC STA 162 +27.72 PT STA 175+8547 6 • 26'49'32' R = 2900.00 L = 1357.76 T • 691.56 113 INTERSECTION CURVE DATA HORIZONTAL VERTICAL PC - 171 +04.35 TOP OF CURB ' 31.00' LT ELEVATIONS: A = 85051'45 BEGIN 187.49 R • 30.00' 056 186.63 L • 52.45' YRS 186.45 7 = 32.56' 745 187.11 PT - 171+40.03 END 18 &84 63.26' LT R4 0TERSECOON CURVE DATA HORIZONTAL VERTICAL PC - 171 +68.09 TOP Of CURB 66.81' LT ELEVaT10N5 A = 85448'3E7 BE01N 189.16 R = 30.00' 945 187.10 L = 50.17 056 185.60 T • 33.21' d'.8 184.70 P1 - 171+9 153 END 184.26 33.84' LT 38 139 Ile n2 0736PLt04 RAW AS SHU96 \dale 6617028 FEDERAL N0 PROJECT NOS: STPF- STPUL-06981(077) (?6658 2) 8 H19- STP1L- 0099(103) (P1.1030 3) TUKWILA INTERNATIONAL BLVD PLAN STA 169 +00 TO STA 174 +00 BID DOCUMENT KPG LSSYNUex ,1R6evp SIa1WWI09 5*901 0%9M.l1 O +0, 6 48 • =Y9® 069w2A by deigned dnm chested pnJ nE Pn5 dos held bt no NA N.0 NJ1 dale 06/06 06/06 06/06 06/06 P U13 1,1C WORKS DEPT. •ENGINEERING• STREETS•WATER• SEWER•BUILDING• _ __ SEE INTERSECTION PLAN, SHEET 62, FOR ROADWAY ALIGNMENT AND TYPCIAL SECTION I C CONS14 f CURVE DATA PC STA 162+27.72 PT STA 175+8547 6 = 26'49'32' R = 2900.00 L = 1357.75 1 = 691.56 agl lit n H Rl TUKWILA INTERNATIONAL BOULEVARD dj ..� ILONS7R. f 16B c1I 16 t 6 167 . LIT tO • GENERAL NOTES 1. 5EE SHEET 28. STORMWATER NOTES 0 SEE PROFILE, NEXT SHEET. CALL 2 DAYS BEFORE YOU DIG 1- 800424.5555 A ii MOM IMM CONSTRUCTION NOTES 0 CONSTRUCT TYPE 1 SIDEWALK RAMP. PER WSDOT STANDARD PLAN 40.10. USE RED BRICK PAVERS W1111 DETECTABLE WARNING PATTERN AS 67007IED IN THE SPECIAL P40400N5. CENTER RAMP AT FACE OF CURB: STA 165+09.01, 37.11 LT; STA 16546105 37.82' LT 0 40001 SEWER MANHOLE PER ADJUSTMENT TABLE AND DETAILS IN APPEND* 1 CC 1761 67EOAL 740000NS. 0 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY. SEE DRIVEWAY SCHEDULE AND DETAILS SHEET B. O UTILITY POLE TO BE REMOVED/RELOCATED BY OTHERS CONTRACTOR 10 COORDINATE WITH UTILITY FOR SEQUENCING OF POLE RELOCATIONS. 1© CONSTRUCT 9DEWALK TRANSIDON RAMP PER DETAIL SHEET & ® CONSTRUCT 24 LF OF MOUNTABLE CONCRETE CURB AND THICKENED 00086111 FROM STA 165+87.21. 31' LT TO STA 165411.47, 31' LT. SEE DETAIL, SHEET & © FURNISH AND INSTALL BACK OF SIDEWALK INDERDR69 PER DETAIL, SHEET 7. ® CONSTRUCT CEMENT CONCRETE EXTRUDED CURB TYPE 6. PER WSDOT STANDARD PLAN F -20. ADJUST CATCH BASIN TO GRADE. WREN ROADWAY. SEE ROAD 1110ENING SECTION, SHEET 8. APPROXIMATE LOCATION OF RELOCATED POLE BY OTHERS. CONTRACTOR 10 COORDINATE WITH UTRJ11 FOR %GANGNG OF POKE RELOCA110NS CONSTRUCT ROCKERY. SEE DETAIL. SHEET 138. 011RN15+ AND NSTALL CHAIN LINK FENCE TYPE 1 PER WSDOT STANDARD RAN 1 -20.10. USE 6' PVC DRAIN PIPE 10 CONNECT UNDERDRAIN PIPE TO CATCH BASIN REMOVE AND REPLACE PAVEMENT. SEE ASPHALT DRIVEWAY AND PARKING 101 SEC5ON, SHEET 8 FUR/4194 AND INSTALL 2 PARALLEL 12' 10010 12' -DIAM D.I. SLEEVES FOR FUTURE CONDUIT INSTALLATION, PLACE 2' BELOW TIMBER LAGGING AS DIRECTED BY THE 040900R. CAP BOTH ENDS AND MARK EAST ENDS F11RN15H AND NSTALL CLEANOUT PER CAT STANDARD PLAN SS -03. 0I11 0TCH WITH CRAVE/ BORROW ABOVE TURNAROUND. FILL 01191 WITH GRAVEL BORROW AND PLACE 4' CSTC AND 4' HMA CL 1/2', PG 64-22 FOR TURNAROUND. RESTORE ROAD DISTURBED BY 1611 CONSTRUCTION 11111 4' :sic AND 4' HMA GL /2-. PG 64 -22 TO 14A104 E050NG. FEDERAL AID PROJECT NOS: STPF-STPUL-0099(077) (PHASE 2) 6 HLP- STPUL-0099(103) (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 164 +25 TO STA 169 +00 BID DOCUMENT KPG 70800,, Sett •A818 INON6745 min= 1171N4.R 6258 WAWID RSIIRION by de6VW IOU dn. NA ebeeted 810 p0) e05 461 06708 FIN) di, field b2 • II 6TA 168+71.x2. 53' RT SIGN SCHEDULE SIGN STATOR OFFSET DESIGNATION N0. 01 20478 22.6' LT R1 -1 STOP SIGN 52 53 54 9GN REMARKS 512E 0'.30 RELOCATE RI INTERSECTION 03190 DMA HORIZONTAL VERTICAL PC - 164 +96.00 TOP OF CURB 31.00' L1 ELEVATIONS: 6 = 759d18'54' 8E04 204.84 R = 16.50' (6 204.52 L = 4588' (60 204.68 5 = 79.69' 356 205.75 PT- 165+01.96 END 207.42 62.91 LT R2 INTERSECTION CURVE DATA 908120141k VERTICAL PC- 165 +1126 TOP OF CURB • 9168' LT ELEVATIONS: A = 46d7059' BEGIN 207.00 R = 6700' ('40 205.30 L = 54.01. 1/76 204.35 T - 28.57 I56 203.94 P1- 165+50.61 DR) 203.57 5199' LT R2B INTERSECTION CURVE DATA HORIZONTAL VERTICAL PC- 165+50.61 TOP OF CURB 5199' L1 ELEVATIONS 6 = 70015'46' 6E04 203.57 R = 35.80' v.0 20127 L = 42.92' 1/66 202.97 T = 24.64' . Y46 202.67 PT - 165+84.18 ENO 202.37 3100' LT 0 5 1D 20 40 60 00610 IN EEET '37TH AVE 5 ° 'WEIGHT UNIT 5 TONS/EXCEPT LOCAL ACCESS' R1 -1 STOP SIGN - 0 170 LT W14 -1 DEAD END W14 -1 'DEAD END' Y114 -2 'NO OU1LEr W3- 1;STOP AHEAD' dote 01/08 06/04 00/08 57 58 59 RELOCA _ RELOCATE REMOVE REMOVE NEW -AT CORNER OF 371H AVE 5 AND 5 132ND ST NEW -AT SW CORNER OF 37114 AVE 5 444O S 1301H ST REMOVE (WEST SIDE OF 371+ AVE W16 'AHEAD' S11 166 +24 48.2 LT R5 -1 DC NOT ENTER 4'.19' NEW 30.30 NEW POINTS DESC STATION BERN Ex1R. CURB 164+5753 OFFSET RADIUS 111.69' R7 109 EL. NOTES 215.52' 2 ENO sec 164496.27 3 END EXTR. CURB 165429.89 6519' RT I 208.30' 82.13' RT , 251.83' 8106 CIIC 155+34.58 78.15• RT i 204.45' PRC (SEE R2 & R2B CURVE DATA. THIS SHEET) • TOP OF C1JR8 ELEVATIONS DD NOT A.000NT FOR DRIVEWAY APPROACHES & CURB RAMPS UNLESS OTHERWISE NOTED. PUBLIC WORKS DEPT_ • ENGINEERING •STREETS• WATER* SEWER•BUILDING• ROCKERY A 0 160 941479'59•9 TUKWILA INTERNATIONAIi BOULEVARD 4 /'CONSTR. 161 / 1 1 15 0 •Ti'. iii/ I VW.464 WAWAW N iiIRAW,M iiiiii i r, iiiiiii WIWWIiiuiiu iii iii AF AAiiiiiiii.WAWX .E CREEK • • POINTS STATION OESC STATION OFFSET RADIUS 1 PC 161 +83.83 31.00' LT 50.00' 2 PT 161 +9142 31.93' LT 'YOU'RE ENTERING A 110E0 SURVLTLANCE AREA FOR YOUR SAFETY 3 PC 162+3545 40.11' LT 5000' 4 PT 162 +44.68 41.00' 1.1 164 +00 5 PC 163 +16.01 41.00' LT 100.00' 6 PT 163+29.54 40.07' 1.1 RELOCATE 7 PC 153+84.05 32.05' LT 83.00' 8 PT 163 +97.58 31.00' 17 .END. SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3 -913) 93-96 TWO -WAY LEFT TURN ONLY 04 -31. TYPE 3 DUCT MARKER BEGIN' SUPPLEMENTAL PLAQUE (INSTALL ABOVE 63-96) 03-99 TWO -WAY LEFT TURN ONLY 9 PC 161 +86.50 31.00' RT 83.00' 10 PT 161+98.65 31.89' RT 11 PC 162 +50.84 39.76' RT 100.00' 12 PT 162+66.59 41.00 RT 13 PC 163 +36.37 41.00' RT 50.00' 14 PT 163+46.42 39.97' RT 15 PC 163+87.05 31.66' RT 50.00' 16 PT 163+96.12 31.00' RT 34 (RA ALOANOW 2) 94.E 139 5)8 39 0255.1132 sale AS 5/096 \sale 06/2009 [CANYON MOBILE PARK SIGN SCHEDULE SID. 940. STATION OFFSET DESIGNATION SI SIZZE E REMARKS S1 163 +38 43.4' RT 'BUS STOP' RELOCATE 52 161 +34 34.0' LT 'YOU'RE ENTERING A 110E0 SURVLTLANCE AREA FOR YOUR SAFETY RELOCATE 53 164+09 34.0' LT 'CITY OF TUKWILA ADOPT A HIGHWAY / BAKER COMMODITIES' RELOCATE 59 164 +00 51,9' LT BILLBOARD SIGN TO REMAIN S5 162 +43 43.5' LT '605 STOP' RELOCATE 56 159+61 46.6' RT 'CANYON 40811E PARK 13500 - PACIFIC HWY 50. 10 REMAIN 57 161 +77 0.0' LT .END. SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3 -913) 93-96 TWO -WAY LEFT TURN ONLY 04 -31. TYPE 3 DUCT MARKER BEGIN' SUPPLEMENTAL PLAQUE (INSTALL ABOVE 63-96) 03-99 TWO -WAY LEFT TURN ONLY 24'a 6' 24.4 36• 6•4 24• 20'a 6' 24•4 36' NEW - FOR NORTHBOUND TRAFFIC • • ' • NEW - FOR 60JIHBOUND TRAFFIC • • 58 163+96 0.0' LT 'BEGIN- SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3 -95) 113 -99 TWO -WAY LET TURN ONLY 'END' SUPPLEMENTAL PLAQUE (INSTALL ABOVE 63 -96) 53-95 TWO-2613 LEFT TURN ONLY 01.1-31. TYPE 3 OBJECT MARKER 24-4 6 24'a 36' 24', 6' 24'A 36' 6a 24' NEW - FOR NORTHBOUND TRAFFIC • ' NEW - FOR SOUTHBOUND TRAFFIC • ' • A3 163 04 3.3' LT R1 6 'STATE L'W TO WCID TO PCDCCTMAIY' I10 • NCW FE06901 AID PROJECT NOS: S1•F•STPUL-0099(077) (PHASE 2) 8 NIP- STPUL- 0093(1D3) (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 159.00 TO STA 164 +25 BID DOCUMENT CONSTRUCTION NOTES GENERAL NOTES 1. SEE SHEET 28. STORMWATER NOTES O SEE PROFILE. NEXT SHEET. 0 5 1D 20 40 60 SCALE IN EEET )1N� '1r,0741 © MODIFY SEWER MANHOLE PER ADJUSTMENT TABLE AND DETAILS IN APPENDIX 1 OF THE SPECIAL PROVISONS. (3 CONNECT 67 PVC UNDERORAIN PPE TO f• STORM DRAIN PIPE V91H INSERTA TEE OR APPROVED EQUAL ® FURNISH AND INSTALL CHAIN 194) FENCE TYPE 3 PER W5DOT SID PLAN 1- 20.10, KING CO 2007 DESIGN & CONSTRUCTION STD FIG 5 -003, AID SPECIAL PROM1ONS FURNISH AND INSTALL UNDER0RAIN PIPE AND GRAVEL BACKFILL FOR DRAINS PER MEDIAN TIP 5EC11014 8. SHEET 72 - 0 CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY. SEE DRIVEWAY SCHEDULE AND DETAKS SHEET 8. pB UTILITY P016 10 BE REMOVED/RELOCATED BY OTHERS. CONTRACTOR TO COORDINATE MIN UTIUTY FOR SEQUENCING OF POLE RELOCA3055. 0 CONSTRUCT CENTER MEDIAN PER TYPICAL SECTION, SHEET 72. AND MEDIAN DETALS. SHEET 66. 11 FORMS+ AND 1151ALL CURB COVER 088+ FRAME, PER DETAIL SHEET 9. 1© ELEVATE MONUMENT CASE AND COVER 10 MATCH GRADE OF LANDSCAPING. 944 CONSTRUCT BUS SHELTER FOUNDATION. SEE DETAIL5 W APPENDIX A OF SPECIAL PROVISIONS. FRONT CENTER OF SHELTER: STA 162 +63.57, 47.18' 171 5TA 153+10.70, 47.16' RT. 15 CONSTRUCT BUS LANDING PAD PER DETAIL SHEET 9. ® FURNISH AND INSTALL BACK OF SIDEWALK 090050RAIN PER OCTAL SHEET 7. ® WIDEN ROADWAY. SEE ROAD W10ENN1 SECTION, SHEET & ® APPROXIMATE LOCATION OF RELOCATED POLE BY OTHERS CONTRACTOR 10 COORDINATE WITH UTILITY FOR SEQUENCING OF POLE RELOCATIONS 31 CONSTRUCT ROCKERY. SEE DETAIL. SHEET 133. KPG ID OM= It RmITN-MW toms P14549 SAM: Dm PAW DUNN. delved dm) 1)00604 919) ell h NA NA 460 MJT d1M 06/08 06/05 06108 06600 INN du field 6k D9 ® FURNISH AND INSTALL CLEANOUT PER CO STANDARD PLAN SS -03. €1 RELOCATE WATER SFRWC0 LINE IF IN CONFLICT M1TH NM STORM DRAIN. COORDINATE WITH WATER DISTRICT 125. CI CON51 € CURVE DATA PC 5TA 162 +27.72 PT 5TA 175+85.47 6 26'432' R = 290000 L = 1357.76 T = 691.56 CALL 2 DAYS BEFORE YOU DIG 1- 800.424 -5555 P 0113 C' WORKS DEPT. • ENGINEERING• STREETS• WATER• SEWER•BUILDING• If 3 F u o- F v 'TUKWILA INTERNATIONAL BOULEVARD STR. 1n GENERAL NOTES I. SEE SHEET 28. STORMWATER NOTES C> SEE PROFILE, NEXT SHEET. 32 139 file 00 023SPLN30 HA AS SHOWN \ dare 06/2008 PACIFIC L4LAGE -. I APARTMENT P-111u,/3j - .4) 0) `" CONSTRUCTION NOTES Oj MATCH EXISTING. 0 MODIFT SEWER MANHOLE PER ADJUSTMENT TABLE AND DETAILS IN APPENDIX I OF THE SPECIAL PROVISON5. 7® CONSTRUCT WENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY. SEE DRIVEWAY SCHEDULE AND DETAILS SHEET 8. 0 UTILITY POLE 10 BE REMOVED/RELOCATED BY OTHERS CONTRACTOR TD COORDINATE MAN UTILITY FOR SEQUENCING OF POLE RELOCATIONS 0 CONSTRUCT CENTER MEDIAN PER TYPICAL 5EC00N. SHEET 72, AND MEDIAN DETAILS SHEET 65 & 66. 10 ADJUST F1820 OPOC MANHOLE/VAULT TO GRADE 8Y OTHERS. COORDINATE WITH LEVEL 3 AND ABOVE NET. SEE ALSO STE PREP PLAN, SHEET IJ. 0 FURNISH AND INSTALL BACK OF SIDEWALK UNOERDRNN PER DETAIL, SHEET 7. ® WIDEN ROADWAY. SEE ROAD WIDENING SECTION, SHEET 8 0 APPROXIMATE LOCATION OF RELOCATED POLE BY 011GR5. CONTRACTOR 10 COORDINATE WITH UTILITY FOR SEQUENCING OF POLE RELOCATIONS ® FURNISH AND INSTALL PERMANENT BOLLARD PER CITY OF TUKWILA STANDARD PLAN R5 -D4. 0 FURNISH AND INSTALL CHAIN LINK FENCE TYPE 3 ON TOP OF WALL PER W5D01 51D PLAN L -2010, WALL PLANS AND DETAILS, 5HEE15 51 -027, AND SPECIAL PROVISIONS. CONSTRUCT SIDEWALK TRANSITION PER DETAIL SHEET 9. STA 158!47.12, 31.50' LT, 4® FURNISH AND INSTALL UNDERORAIN PIPE AND GRAVEL BACKF6.L FOR DRAINS PER MEDIAN TYP SECTION 8, SHEET 72. 45 CONNECT 6' PVC DRAIN PIPE TO 24 STORM DRAIN PIPE WITH INSERT/. TEE OR APPROVED EQUAL 0 Ay FEDERAL AID PROJECT NOS: STPF-STPUL-0099(077) ( PHASE 2) 2 HIP- STPUL-00)9(102) (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 154 +00 TO STA 159 +00 BID DOCUMENT KPG 161tMmeN I Halwa9 San 09.1101 6asm o0Na61611 Mora 11A8102 ,0/440• 03910:0120 Nfi CONSTRUCT CONCRETE BUMP OUT f NEEDED, SEE DETAIL, SHEET 9. ® FURNISH AND INSTALL CLEANOUT PER DETAIL. SHEET 6. ® FURNISH AND RNSTALL YARD DRAIN PER C01 51D PLAN DS -03. dole leaped NA drum 6* Abated I/O P0) 0DE WIT 06/06 06/08 06/08 06/08 POI dR field II 88 SIGN SCHEDULE MATCH LINE STA 159+ 0 S 10 20 40 60 SCALE IN FEET SN0. GN STATION OFFSET DESIGNATION 9ff REMARKS S1 1157+4D 42.5' RT `PACIFIC VILLAGE APARTMENTS 1350( RELOCATE S2 156.52 34.1' LT 'SPEED ZONE AHEAD- 24•. 30' RELOCATE R2 -1 '40 MPH' 24•N 26' RELOCATE S3 157.52 0.0' LT 'BEGIN' SUPPLEMENTAL PLAOVE (INSTALL ABOVE 03-gb) 24 6' NEW - FOR N0R11BOUND TRAFFIC 23 -90 TWO -WAY LEFT TURN ONLY 24'20 361, • • ' 'END SUPPLEMENTAL PLAQUE (INSTALL ABOVE 63 -90) 24'A 6' NEW - f0R SOUTHBOUND TRAFFIC- a3-9b TTA -WAY LEFT TI1RN ONLY 24'20 36- ' OM -31. TYPE 3 OBJECT MARKER 6'0 24' • CALL 2 DAYS BEFORE YOU DIG 1- 600.424 -5555 P UBLIC WORKS DEPT. •ENGINEERING• STREETS• WATER•SEWER•BUILDING• a i i TUKWILAINTERNATIONALBOULEVARD = z , Om _. 0 i4 L -- - -J GENERAL NOTES 1. SEE SHEET 28. STORMWATER NOTES pX SEE PROFILE, NEXT SHEET. 30 139 Me 10 023581105 sale AS 5)058 \di(C 05/2005 0 CONSTRUCTION NOTES © MODIFY SEVER MANHOLE PER ADJUSTMENT TABLE AND DETAILS 94 APPEND% 1 OF Of SPECIAL P9000951 p CONSTRUCT CEMENT CONCRETE DRIVEWAY APPROACH AND RECONSTRUCT DRIVEWAY. AE DRIVEWAY SCHEDULE AND DETAILS, SHEET 8. Q 0140 U1POLE TO BE RVE06110 OF OCATED BY OTHERS. CONTRACTOR TO COORDINATE 0 CONSTRUCT CENTER MEDIAN PER TYPICAL SECTION, SHEET 72, AND MEDIAN DETAILS. SHEET 65. ® FURNISH AND INSTALL 8ACK OF SIDEWALK UNDERORADI PER DETAL SHEET 7. ® APPROXIMATE LOCATION OF RELOCATED POLE BY OTHERS. CONTRACTOR 10 COORDINATE 16114 UTILITY FOR SEQUENCING OF POLE RELOCATIONS ® CONSTRUCT IASE BLOCK WALL AROUND POLE FOUNDATION AS DIRECTED BY THE ENGINEER. ® CONSTRUCT CONCRETE BUMP OUT N NEEDED, SEE DETAIL SHEET 9. ® FURNISH AND INSTALL CLEANOUT PER CoT STANDARD PLAN 55-03. = 0 J24 ,SIGN N0. ,yncyV" STATION OFFSET DESIGNATION SIGN SIZE REMARKS _j_ ,.150+19 S2 43,2 RT Sji' HIGH BILLBOARD 24% 66 24-. 6 241 36 6 -� 24• TO REMAIN NEW - FOR NORTHBOUND TRAFFIC NEW - FOR 5001HBOUNO TRAFFIC . - • - • • 149 +09 0.9' LT 'BEGIN. SUPPLEMENTAL PLAQUE (INSTALL ABOVE 93 -96) R3 -9b 140 -I6!! LEFT TURN DNSY 'END -SUPPLEMENTAL PLAQUE (INSTALL ABOVE 113 -96) R3 -96 TWO -WAY LEFT RJR!! ONLY OM -3L TYPE 3 OB.EC1 MARKER 03 141 +18 O.IK LT -END- SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3 -98) R3-9b 1613-WAY LEFT TURN 0141.5 010-3L TYPE 3 OB.ECT MARKER - BEGIN• SUPPLEMENTAL PLAQUE (INSTALL ABOVE R3-9b) R3 -9b 1541 -861 LEFT TURN ONLY N•. 6• 24•. 36- 6•. 24• 24•.6 N•. 36• NEW - FOR NORTHBOUND TRAFFIC • - • . • NEW - FOR 50014800ND TRAFFIC . 0 510 20 40 60 5C/ill IN FEET CALL 2 DAYS BEFORE YOU DIG 1 -800 -424 -5555 FEDERAL AID PROJECT NOS: STPF•STPUL- 0096(077) (CE 2) & HIP- STPUL- 0099(103) (PHASE 3) TUKWILA INTERNATIONAL BLVD PLAN STA 149 +00 TO STA 154 +00 BID DOCUMENT KPG I611AM•sx 11114 Wa) $u55494,8I kin M 8 8851w 1..9 ..Wpm 95DN)40, denined 6209 elected PST N 410]dr field N D0 dt), 06/09 06/08 06/09 06/08 PUBLIC WORKS DEPT. • ENGINEERING• STREETS* WATER. SEWER • BUILDING• 09- 006(b) Council Approval 12/1/08 �J,��1LA, iygs Sheet 1 of 1 CITY OF TUKWILA _.%2 CONTRACT CHANGE ORDER NO. 002 1808 DATE: 10/30/09 BUDGET NO.: PROJECT NO.:. 95 -RW03 CONTRACT NO.: 09 -006 C b� AME uk-wHa4 Piternational Boulevard .P.hase 20. ... TO: Gary Merlino Construction Attn: Curtis Nakamura, 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: Reduce the slipline pipe size from 24" to an 18" diameter HDPE and install in the curved profile as shown on the attached exhibits to accommodate the actual geometry at the 36" box culvert at station 153 +80. Grout the new pipe in place from existing CB #36 to the outfall as shown in the original design. The total compensation for this change is $2278.95 This change will be compensated with a new line item added to Phase 3, Drainage. 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 C�� Nl�i�.'o CU•��-. G:• By �,,r c� t•C�^ Title Pco r'16-,Q . Original Contract (without tax) $ 12,255,380.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 649.60 Date `7 0 This Change Order (without tax) $ 2,278.95 By 4. M REV. CONTRACT AMOUNT $ 12,258,308.55 '' ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 09-006(a) Council Approval 12/1/08 Sheet 1 of 1 <{ '� CITY OF TUKWILA 1908 CONTRACT CHANGE ORDER NO. 001 DATE: 04/29/09 BUDGET NO.: PROJECT NO.: 95 -RW03 CONTRACT NO: 95 -RW03 PROJECT NAME: Tukwila International Boulevard Phase 2 0 TO: Gary Merlino Construction Attn: Curtis Nakamura, Project Mngr. 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, is 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: Recalculate pile locations for wall #4 per Field Directive #004 (see attached). This change will be compensated under Phase 2, pay item F1. 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 5110"t Contractor &A4zy r- Cvr-$ ,-Go, By -- �Ti�tle. Pte" Ms�,.�rrc Original Contract X�{ -JAX) $ 'APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 0 Date Jr a /0 This Change Order (qm�x) $ 649.60 B 12 2S &�1DZ9 gip° - Ma REV. CONTRACT AMOUNT $ ORIGINAL: City Clerk (1 of 2) Contractor (2 of 2) Note: Sales tax shall be included in the various unit prices, per Standard Specification 1- 07.2(2) (APWA Supplement 1 -99) and WAC 458 -171 cc: Finance Department (w /encumbrance); Construction Inspector; Construction Engineer; file: 5d / 2 OIZI61NA-LS CITY OF TUKWILA PUBLIC WORKS DEPARTMENT 6300 Southcenter Boulevard, Suite #200 Tukwila, Washington 98188 Phone: (206) 433 -0179 FIELD DIRECTIVE # 004 To: Gary Merlino Construction Date: 04 /10/09 9125 10th Ave So. Project Name: Tukwila Intl. Blvd. Phases 283 Seattle WA 98108 Project No.: 95 -RW03 8 RW RW04 Attn: Curtis Nakamura Contract No.: 09 -006 Work to be performed: Modify Wall #4 layout to provide pile locations and expansioin joints as shown in Sheets 5 -22 through S -25 Revision 1 (attached). These revisions change pile spaces and expansion joints between Pile #41 and Pile #118 and clarify the expansion joint spacing at the south end of the wall. Incorporate these revised pile locations into the final pile T.O.P. calculations and survey layout. An electronic CAD document will be forwarded upon acceptance of this field directive to assist in determining the pile stationing and offsets needed to calculate the T.O.P. elevations. . Reason for modification: These changes were made to achieve better agreement between the stated pile dimensions and the dimensions as scaled in CAD. Work under this Field Directive modification will be accomplished: )lr With work to start immediately. �( With no change to the contract price or provide supporting documentation for a change in contract price or equitable adjustment within 7 calendar days of this notice. )16 With no change in contract completion date. Performance of this Field Directive is authorized by all signatures below: Accepted by: M K�Zil09 Date Approved by: City Construction Engineer Date Verified by: City Construction Inspector Date Filed Directive No. 004 Page 1 400.025.010.004 AGREEMENT FORM 09 -006 Council Approval 12/15/08 C -1 CONTRACT NO.-09-00(,p THIS AGREEMENT is made and entered into on this 44J11da of 20LD, by and between the City of Tukwila, Washington ( "Owner ") and GaM Urrlee li tqo C'oinst. ( "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 INTERNATIONAL BOULEVARD PHASES 2 & 3 IMPROVEMENTS, City Project Nos. 95 -RW03 & 95 -RW04, Federal Aid Nos. STPF- STPUL- 0099(077) & HLP- STPUL- 0099(103), including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1 -04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Physical Work under this Agreement is not completed within the time specified, 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. % 51a f a 6FR 16 ,(k)* -S Page 32 Agreement Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Agreement Form CITY OF TUKWILA, WASHINGTON fn..,.,.,.\ This cam_ day of , 20st7j_ a �- City berk Approved as to F Ci> rn y Address forgiving notices: &AM) &%c hap ,3/yoC C -2 Gary V l ee I. no 66VILt. Contractor By: Title: President Attest: This 3 0 day of v+ el! 200 02e!�—e &U 00 P Contractor's License No. Address for giving notices: 9l -�5 ID +" OUe. SOU,fj-_ Seo.++ le, w k. ci T 10 Page 33 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Proposal PROPOSAL 111l Gary Merlino Construction Co. Inc. Contractor's Name Contractor's State License No. _ r'U M CC) `540 r1 City of Tukwila Project No. 95 -RW & 95 -RW04 Federal Aid No. Phase 2: STPF -STPUL -0099(077) Phase 3: HLP- STPUL- 0099(103) 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 International Boulevard Phases 2 & 3 Improvements, which project includes but is not limited to: Bid Schedule A - Phase 2 Public Roadway Improvements Construction of approximately 2540 linear feet of street improvements within public right-of-way along Tukwila international Boulevard from just souh of the S 132nd Street intersection north to the signalized driveway intersection south of the SR 99 northbound on -ramp. Street Improvements include, but are not limited to, excavation; construction of curbs, sidewalks, driveways, and retaining walls; installation of storm drainage structures and pipes; undergrounding of overhead telecommunications facilities for Comcast and Comcast/LNS including, but not limited to, excavation of trenches and for vaults, installation of utility vaults and conduits, bedding, backfill and restoration; paving with hot mix asphalt, hot mix asphalt overlay and pavement repair, and installation of landscaping, illumination, traffic signals, signal interconnect, irrigation, restoration and channelization. Construction also includes approximately 3000 additional feet of storm bypass pipe and signal interconnect installation within public right -of -way along Tukwila International Boulevard from the signalized driveway intersection south of the SR 99 northbound on -ramp north to just south of the SR 599 access ramps near the Duwamish River. Storm bypass pipe installation includes, but is not limited to, trench excavation and backfill, pavement restoration, outfall construction, and bioswale excavation and planting. Bid Schedule B - Phase 3 Public Roadway Improvements Construction of approximately 2465 linear feet of street improvements within public right -of -way along Tukwila International Boulevard from just north of the S 139th Street intersection to just south of the S 132nd Street intersection. Street Improvements include, but are not limited to, excavation; construction of curbs, sidewalks, driveways, and retaining walls; installation of storm drainage structures and pipes; undergrounding of overhead telecommunications facilities for Comcast Including, but not limited to, excavation of trenches and for vaults, installation of utility vaults and conduits, bedding, backfill and restoration; paving with hot mix asphalt, hot mix asphalt overlay and pavement repair, and installation of landscaping, illumination, traffic signals, signal interconnect, irrigation, restoration and channelization. Bid Schedule C - Distributed Bid Items for Phase 2 and 3 Improvements Distributed bid items necessary to complete the construction described in Bid Schedule A and B above. Bid Schedule D - Water District 125 Improvements Construction of South 132" Street Water Relocation for Water District 125, as shown in the Contract Documents. Proposal P -2 Bid Schedule E - Valley View Sewer District Improvements Modifications and adjustments to Valley View Sewer District facilities in the project area, as shown in the Contract Documents. Bid Schedule F- Owner Directed Bid Items Contingent work items that may be required for completion of Contract Requirements as determined and directed by the Engineer. Bid Schedule G - Project Additives Shotcrete facing of east side soldier pile walls that may be awarded at the sole discretion of the City. 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. As evidence of good faith, (check one) /bid bond or g cash, g cashier's check, 11 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5 %) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and furnish the required Payment and Performance Bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall attain Physical Completion of all Work in all respects within Five Hundred [500] 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. Proposal . P -g 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 met: 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 (Total) 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: Title: Date: Proposal P -10 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 1 l 0 -1.7- 2,00 B 3 11 —'7 -2bo a 2 11- 5-2cca 4 II -�o -?-008 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 -IRPV S Ce►Suat.�r Su¢�( CdPSASF" cF %4M�<<A C7/61 a�kcrSm� +k. z- �k of 2233 1IZ }�' (Name) (Address) 9 S60 `l Bidder: Signature of Authorized Official: Printed Name and Title: Garry Merlino Construction Co. Inc. pNSTRUg r�ss: ll l a5 G D, r�ilg10(2ne: Individual / Partner State of Incorporation: 1. 3k-' n9 +C, ''1 Joint Ventur orporation 'e No.. 'loco -I t.7 91'A5 Date: i98 4 ; yy °� aa�dress and phone number is the one to which all communications regarding this proposal should be A SHIN 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. P -11 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 ($ 1. —OR— Bid Bond: The undersigned, Gary Merlino Construction Company, Inc. (Principal), anoTravelers Casualty and Surety Company of America &rety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of Five Percent (5 %) of Total Bid Amount- - --------------------------- 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 TUKWILA INTERNATIONAL BOULEVARD PHASES 2 & 3 IMPROVEMENTS, City Project Nos. 95 -RW03 & 95 -RW04, Federal Aid Nos. STPF- STPUL- 0099(077) & HLP- STPUL- 0099(103), according to the terms of the Proposal and Bid Documents. Now therefore, a. if the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, then this Bid Security shall be released; otherwise it shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages. The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such eextension. Qf��d and dated this 13th day of November 2008 ,, �y ' Travelers Casualty and Surety Company d, ,(!arf6Verlino Construction Company, Inc. of America l ; ` G C ALt - : inci a! Surety BY u 19B Signature�f uthorized Official R mey in Fact (Attach Power ofAttomey) �O -� -f Meat -Iwo SHiNG �` Jill A. Boyle �- -� Title Name and address of local office of agent and /or Surety Company: Parker, Smith & Feek, Inc. 2233 112th Avenue N.E. Bellevue, WA 98004 Sunny 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. WARNI' 'flS POWER OF ATTORNEY IS INVALID WITHOUT THE P 'ORDER �A► POWER OF ATTORNEY TRAVELERS.1 Farmington Casualty Company St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Patti Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No. 220070 Certificate No. 0 0 2 5 6 11, - 55 22 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, 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 Carl Newman, Peter H. Hammett, Deanna M. Meyer, Karen P. Dever, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, Scott Fisher, and Stephen J. Wachter, and Lillian Tse of the City of Bellevue , State of Washington , their true and lawful Attorneys) -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 perm%ttc in an)rAtions or proceedings allowed by law. <. �.l ��q �1 ��► 14th IN WITNESS WHEREOF, the Comparl� s have caused this instrurrient'•ttobe signed and thei'r,'corporate seals to be hereto affixed, this day of August LU�BV� s� ` � c �`'�� v� Farmington Casualty Company ����1� St. Paul Guardian Insurance Company Fidelity and Guaranty �(t V. ' fompany. St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ,.SU SUHET „RE i tr � G q��` * Y ' � 6 ti POt�N.. .tSG9 Jq' +.,MSUq'4 ♦J�t '�'O qL �(1,/�p 5^y,�nl \•� 4\p�yTY'tMo 0 ,q�POM! O � ♦ 1 MO011 I V :' '.. (, 4P i. �`'l , < 3 b n � X19 � NCdiPOR4TF0 .7f 1.927 n /t� �, q��';T w:�Og?uAgTp.n J•fLIRfFOiO. �t � t u 1 9�6 2�• 0 =: ° HAarFaRD, t ��ECt+' t � i!9Jr� J' � �`' SEAL 'o'F �'',SSAL �i �, CONx. o rSl �• / C �nO< 'br NJa � 7�tiO�k- ~ ~.rp c ° 'o•'> .. • a•PJ of +.. _ ::'d>• � as! �t t0�� �1 y � � d T� OcnEMt•P' xa.,ct fti,:,.+� �T ", " "�e �� �,. �AtN� State of Connecticut City of Hartford ss. By: Gcorg Thompson, enior ice President 14th August 2008 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., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, 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. 69*xei,�N* In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 201 I. 58440 -5 -07 Printed in U.S.A. `('(� cam► C Marie C. Tctrcault. Notary Public This Power of Attorney is granted under and by u._ - ithority of the following resolutions adopted by the Boaro� Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, 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 behaif 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 Attomeys -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. 1, Kori M. Johanson, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety. Company_ofAmerica,, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power_ofrAtlomey,executed by- said "Companies, which is in full force and effect and has not been revoked. ` ' � ' d IN TESTIMONY WHEREOF, I have hereunto set my hand and•aflrx*ed the:seals of'said• Companiies this J day of 1�+� f' l�: iF.e�� , 20k U' C �$:�" � r Kori M. Johans Assistant Secretary GI,SVgr � SUAfIy t1R[ y `�M -.�NSG P +. ,MSUq N�tr qho 07' oZy��`,�f a 9r• �,°c6 'F 4 2'� A� N t n 0 < � y 9%•% t,� � g NC�a9IRJO�ttA1 T FD N �` 7 O.F 9 N 2Nt 7 `- ` °�FANC_ t � s T �'T`.toS!S�E•o. — oAM gA � gLi� i+i om '} Z o� `'.+GSOrpE.-v..o_•RA.- .g. : Lr� f �< : :, n ; n : y � �M� AcNoTFNONR. �D��, F y s ` n O_•_,1n8Y9,� 6 : �S1r1 At71� 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 BAK BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with e City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money rder in the amount of dollars ($ Bid and City Bond: The undersigned, of Tukwila (Owner) -- OR -- (Su in the penal sum dollars ($_ of Principal and Surety bind themselves, their heirs, assigns, jointly and severally. The liability of Surety penal sum of this Bid Bond. (Principal), held and firmly bound unto the _), which for the payment of which Drs, administrators, successors and this Bid Bond shall be limited to the Conditions: The Bid Deposit or Bid Bond shall ffie an amount not less than five percent (5 %) of the total bid, including sales tax and is subm ted by Principal to Owner in connection with a Proposal for TUKWILA INTERNATIONAL B LEVARD PHASES 2 & 3 IMPROVEMENTS, City Project Nos. 95 -RW03 & 95 -RW04, Feder l Aid Nos. STPF- STPUL- 0099(077) & HLP- STPUL- 0099(103), according to the terms of the Py6posal and Bid Documents. Now therefore, a. If the Proposal is rejec/dn n or b. If the Proposal is acc Principal shall duly make and enter into an Agreement with Owner in accordance erms of the Proposal and shall furnish a bond for the f aithful performance of said Pd for the payment of all persons performing labor or furnishing materials in connection th, with Surety or Sureties approved by Owner, then this Bid Security shleased; otherwise it shall remain in full force and effect and Principal shall forfeit the osit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, a and liquidated damages. The obligations of Sure t and its Bid Bond shall be in no way impaired or affected by any extension of time within which wner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated is day of 20 Principal Surety By Sig ture of Authorized Official Attorney in Fact (Attach Power of Attorney) Title /agent ame and address of local office of and /or Surety Company: 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. P -12 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 INTERNATIONAL BOULEVARD PHASES 2 & 3 IMPROVEMENTS, City Project Nos. 95 -RW03 & 95 -RW04, Federal Aid Nod fAT,,PF- STPUL- 0099(077) & HLP- STPUL- 0099(103). �ONSTRUCI o �Qy,, Gary Merlino Construction Co. Inc. o11PeR/T Name of Fir Z� Signat re of Authorized Official A nS WA SHING Title Signed a worn to be re me on this 13— day of t�UV0K'5ee_ 20 bg . Sign a of ary Public in and for the State of Washington, residing at 5eA7M,0 WA ....some... expires: PUB01, Pf w as��..�`� (o— 1- Z01I rigging activities call: NOTICE TO ALL BIDDERS 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. Washington state Disadvantaged Business Department of Transportation Enterprise Utilization Certification To be eligible for award of this contract the bidder must rill out and submit, as part of its bid proposal, the following Disadvantaged Business Enterprise Utilization Certification relating to Disadvantaged Business Enterprise (DBE) requirements. The Contracting Agency shall 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. 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. Gary Merlino Construction Co. Inc. certifies that the Disadvantaged Business Enterprise Name of Bidder (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.) Name of DBE a Certificate Number n x o project Role * (Arm, Joint venture r_subcontractor,' Manufacturer Regular Dealer.SgrviceProvlder) w DescnptlonFof Work Py G ..'.. ' - l Amount to *' F be Applied rdsGoaf r W a Sueve -r i t4 L-1 0(03 -73 PA 801 G95Z 2. A M0.-f4... E.U-E c -mt c- Su E liecZ7.C&-,L_ � 'r13 6188 U -0 15 M -2- D o t-7-) 3• VkXSTM, NX ?svtZeS ?rJG. 3 A SPNac.T pnTU+r'�'El !a ,yob , C v(� [,ur - \M 2q0 b$102 - 4. 5. 6. 7. 8. 9. 10. Disadvantaged Business Enterprise Subcontracting Goal: I01?'b % DBE Total $ a53, � Regular Dealer status must be approved 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 or the average goal attainment of all bidders. 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 accordingly. DOT Form 272 -056 EF Revised 6/2004 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 less than $10,000 and, not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid 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 NON - COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1- 800 - 424 -9071 The U.S. Department of Transportation ( USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, 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. DOT Form 272 -036H EF Revised 8198 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Gary Merlino Construction Co. Inc. Address of Bidder: +h Q V e, 150 "-E h SCa.++ City State Contractor's License No. mde fSOrnWContractor's State Tax No —T P -16 98108 Zip Code L. no sgy 95a Dept. of L &I Bond Registration No. 103 G 3 rA 8) I Worker's Comp Lg .AAcct. No. 00 X11 - CO Bidder is a(n): ❑ Individual ❑ Partnership ❑ Joint Venture Incorporated in the state of LJ16t List business names used by Bidder during the past 10 years if different than above: nlq Bidder has been in business continuously from 44) + c.t ecl rz a Bank Reference 1,.5 OatilC V L4or � r1-td e r BOG - 3 14 - H 503 Bank Account Offi r Officer's Phone No. No. of regular full -time employees: 350 Number of projects in the past 10 years completed: 50 ahead of schedule 3M on schedule c behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for 4o years. As a subcontractor for 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 GUOM s NAKAMU¢e. lie � Mon " _ k S -f e-S eggy'A%TGrFEL.I_ 5u�1Krmv-4,eNr 4c) -f 25 Responsible Bidder Determination Form P -17 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: :5WAw./ µAV-Vl ►J Name the Surveyor to be used on this Project, who will directly supervise all surveying activities. Attach a resume outlining the experience and qu lifications of the Surveyor. Is the Surveyor licensed in the State of Washington (a PLS)? ❑VYes ❑ No Surveyor's Name: W . E . 66a-rs5 :5'-0ue -n"L1 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 .- s=c. Q+4 ckeci 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 Project Amount or Litigated of Claims VA Hai- Bidder, or any representative or partner thereof, ever failed to complete a contract? [�J"No ❑ Yes If yes, give details: WHa,_ Bidder ever had any Payment/Performance Bonds called as a result of its work? N' o ❑ Yes If yes, please state: Responsible Bidder Determination Form Project Name Contracting Party Bond Amount P -18 W - Bidder ever been found guilty of violating any State or Federal employment laws? No ❑ Yes If yes, give details: Has Bidder ever fiilledd or protection under any provision of the federal bankruptcy laws or state insolvency laws? L�No ❑ Yes If yes, give details: Has y adverse legal judgment been rendered against Bidder in the past 5 years? No ❑ Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other i urance company for accidents resulting in fatal injury or dismemberment in the past 5 years? No ❑ Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his /her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder �-Y Mew u� Title: Date: NOS. 13. 2-cr--, S PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) Equipment to be used: P -19 DESCRIPTIONITYPE YEAR CONDITION OWN /RENT Case 2-06 4 d?vccecLr 6w n/ 6Arr t 990Y 600o 6w n/ 6w,1— (B Ro,'LYt -/ Ie0 (.�,�r+'L 2-001 6 U u 0 Own/ (A-r r4o Mma- GtaieL 1949 6iuup own J CAFE— 320 e=�(4W4TUe— 2000 600p QW�/ $4 rMU+l &?-g 4%o ,-4c*vA WL -.60 Z t�(e4—zLtrr -r CA-r 9 6 (P I•an40t- /198 U u u p 6 w 0,/ t>u," -7T&JC V, g VMie" S 6wo N e aw n/ Labor to be used: graac+�fi eN6, weyLs 4 L46 aaefLso Cat (hu'wl.S, LEMevr .x145 r nis ?EaM Sra'ZS Gary Merlino Construction Co. Inc. Name of r SignaOteofAut&rizerd Official Ti e P -20 PROPOSED SUBCONTRACTORS Name of Bidder Gary Merlino Construction Co. Inc. In accordance with RCW 39.30.060 as amended, every bid that totals $1 million or more shall include below the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of: HVAC (heating, ventilation, and air conditioning); plumbing as described in chapter 18.106 RCW; and electrical as described in chapter 19.28 RCW, or to name itself for the work. The Bidder shall not list more than one subcontractor for each category of work identified, unless subcontractors vary-with bid alternates, in which case the Bidder must indicate which subcontractor will be used for which alternate. Failure of the Bidder to submit as part of the bid the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the prime contract bidder's bid nonresponsive and, therefore, void. The successful Bidder must have the written permission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder q4 Name Q/MA—(A. 'E�_L_1Ec,-reA(. vim— o� Schedule /Bid Item Numbers Subcontractor will perform _PI,uMIjIIJ6 Orl % of Total Bid TUKWILA INTERNATIONAL BOULEVARD PHASES 2 & 3 IMPROVEMENTS City of Tukwila Project Nos. 95 -RW03 & 95 -RW04 FEDERAL AID Nos. STPF- STPUL- 0099(077) & HLP- STPUL- 0099(103) Addendum #1 Date of Issue: October 17, 2008 Bid Submittal Date: November 13, 2008 — 9:00 a.m. Date of Opening: November 13, 2008 —10:00 am. Notice to All Planholders: This Addendum #1, containing the following revisions, additions, deletions and/or clarifications is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum #1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidder's submittal. CONTRACT DOCUMENTS INFORMATION FOR BIDDERS 1. Pre -Bid Conference DELETE the entire paragraph and REPLACE with the following: A pre -bid conference will be held at Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington on FRIDAY, OCTOBER 24, 2008 at 1:00 p.m. in the Council Chambers. All potential bidders are strongly encouraged to attend. This will be your only opportunity to ask direct questions related to the project. Information from the pre -bid conference will not be made available to bidders who do not attend. The Engineer will transmit to all prospective Bidders of record such addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. Attendees may call (206) 433 -0179 for directions. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. All bidders shall acknowledge receipt and acceptance of this Addendum #1 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum #1 October 17, 2008 Page 1 of 2 Addendum #1 may be considered as an irregularity n the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, Bob Giberson, P.E. City Engineer RT: rt (P :Projccts4A -RW & RS Pmjccts195RW03 T113 21Addendum 1) Receipt acknowledged and conditions agreed to this 13 day of M6gG4A?,w. )2008. Bidder: Gary Merlino Construction Co. Inc. (Contractor) Authorized Official: (Signature) Name and Title: �► y EU` O mi --o S (Print) Addendum #1 October 17, 2008 Page 2 of 2 TUKWILA INTERNATIONAL BOULEVARD PHASES 2 & 3 IMPROVEMENTS City of Tukwila Project Nos. 95 -RW03 & 95 -RW04 FEDERAL AID Nos. STPF - STPUL- 0099(077) & HLP- STPUL- 0099(103) Addendum #2 Date of Issue: November 5, 2008 Bid Submittal Date: November 13, 2008 — 9:00 a.m. Date of Opening: November 13, 2008 — 10:00 a.m. Notice to All PIanholders: This Addendum 92, containing the following revisions, additions, deletions and/or clarifications is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum #2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidder's submittal. CONTRACT DOCUMENTS Information for Bidders, Page I -6 10. Bid Evaluation and Award a. Low Bidder Determination DELETE the last paragraph of this section and REPLACE with the following: The Owner also reserves the right to accept or not Additive Items GI and/or G2 from Bid Schedule G at time ofAward. 2. Proposal, Page P -7 — DELETE this page and REPLACE with the attached page P -7. CONTRACT SPECIFICATIONS Section 1 -04.13 — Field Office, page SP -l2 — DELETE the last bullet and REPLACE with the following: Computer software and manuals (CIT19: 4 copies of Adobe Acrobat Pro 8.0 (full retail version), 2 copies of MS Visio 2003 (Volume License), 2 copies of AutoCAD LT 2008 (full retail version), 1 copy of Primavera Contractor 6.1 (Deluxe Version). Addendum #2 November 5, 2008 Pace 1 of 6 • If the Contractor is using a version ofschedule software other than Primavera P3 v4.0 (P3 e%) or Primavera P _� provide copies of identical software used by the contractor as required in Appendix D, Section B and provide training as required in 1- 08.11. 2. Section 1 -05.4 -Conformity With and Deviations from Plans and Stakes, page SP -16 - ADD the following: 1 -05.4 Conformity With and Deviations from Plans and Stakes (Special Provision) Supplement The Contractor shall stake existing right of way, permanent easements, and temporary easements prior to any clearing or grading activities. These stakes shall be maintained by the Contractor until restoration is complete and TESC facilities are removed in any particular area. 3. Section 1- 07.11— Requirements for Nondiscrimination, page SP -56 -ADD the following: 1 -07.11 Requirements for Nondiscrimination (Special Provision) Supplement The mandatory DBE goal of 10 percent established for this project applies to the work identified in the Base Bid (Schedules A,B, CD, E &1:). 4. Section 1- 07.18(5)E —All Risk Builder's Risk, page SP -61— DELETE this Section entirely. 5. Section 1- 08.11(1) -Software Training, page SP -84 —DELETE the first sentence of this Section and REPLACE with the following: If required by other provisions of the Contract, the Contractor shall provide training in the specific software used to at least two Contracting Agency representatives. The training shall be within 60 miles of Tukwila and shall include an intermediate level course equivalent to Primavera 102 and an advanceddtargeted course equivalent to Primavera 106. 6. Section 2 -03.2 - Informational Cross Sections, page SP -92 — ADD the following to the end of this Section: The informational cross sections are included for reference and are NOT part of the Contract Documents. Proposed ground surface is included for reference; however, it is not intended to show complete information for estimating or construction. The proposed ground surface shown does not attempt to identify temporary excavation limits, pavement removal or restoration limits, backfill or surfacing depths, grading limits outside of the retaining walls, utilities, and other information that will be necessary to complete the work identified in the Contract Documents. Addendum #2 November 5, 2008 Paae 2 of 6 7. Section 5- 04.3(14) Planing Bituminous Pavement, Page SP -99 — ADD the following section: 5- 04.3(14) Planing Bituminous Pavement (Special Provision) Supplement The surface of existing pavements and top surface of new subsurface courses shall be planed where required to remove irregularities and to produce a smooth surface. Exact limits of planing shall be identified and field marked by the Contractor and approved by the Engineer at least 48 hours prior to scheduled paving operations for placement of prelevel and/or final overlay. 8. Section 5- 04.3(18) Preleveling, Page SP -99 — ADD the following section: 5- 04.3(14) Preleveling (Special Provision) New The existing roadway surface shall be preleveled where required to provide a uniform surface for the final overlay placement. Exact limits of preleveling shall be identified and field marked by the Contractor and approved by the Engineer at least 48 hours prior to scheduled paving operations for placement offinal overlay. Preleveling needs to precede final overlay in a separate paving operation with all material tracked by the Engineer for payment under the Unit Price quantity. 9. Section 6 -18.1 - Description, page SP -104 —ADD the following to the end of item 1: For construction of the shoterete fascia (additive items GI and G2), Contractor may submit for review proposed temporary lagging designs alternate to those indicated for the base bid condition. Design temporary lagging for 50% of active earth pressures shown on Contract Drawing S -2. Temporary wood lagging does not require preservative treatment. 10. Section 7- 04.3(1)G on page SP -110 - DELETE this section and REPLACE with the following: 7- 04.3(1)G Television Inspection (Special Provision) New Prior to inspection and acceptance of storm drainage worm pipes and storm drain structures shall be cleaned and flushed per the requirements of 7 -07 of the .Standard Specifications.. Any obstructions to flow within the storm drain system, (such as rubble, mortar and wedged debris), shall be removed at the nearest structure. Cleaning and flushing of the pipes and structures shall be considered incidental to and included in the contract price. Television Inspection: The Contractor shall perform a complete televised inspection of all 8 -inch and larger storm pipes and associated appurtenances. The contractor shall provide to the Contracting Agency a digital video disk (DVD) audio - visual recording of these inspections. The DVD shall be formatted to allow real time fast forward and Addendum #2 November 5, 2008 Paae 3 of 6 reverse review of the inspections. Individual structure -to- structure pipe runs shall be saved as separate files on DVD with file names relating to structures identifications numbers and plan .set, or as approved by the Contracting Agency. All equipment and materials shall be compatible with existing Contracting Agency equipment. It shall be the Contractor's responsibility to confirm equipment compatibility and DVD file formats with the Contracting Agency prior to inspection. A Pan -And -Tilt Camera with the proper sized light head for the size of pipe being inspected shall be utilized by the Contractor at all times for televised inspection. The finished product shall be clear and have the proper amount of lighting to see any and all defects encountered during the inspection. Camera shall be equipped with a 1 " reference ball at all times to aid with inspection of 8" dia. pipe. Pipe of 12" dia. or bigger will require a 2" reference ball to aid with the inspection. At all times during the televised inspection process, the Contracting Agency shall be present. The Contracting Agency shall be notified forty-eight (48) hours prior to any television inspection. Refer to Section 7 -10 herein for video inspection requirements for pipe liner and/or slip line installations within existingpipes. 11. Section 7- 10.3(1) General, page SP -125 - REPLACE the words `videotape" and "video tape" with the word "video' in the fast and fourth paragraphs, respectively. 12. Section 8- 01.3(1)F Stormwater Pollution Prevention Plan (SWPPP), page SP -133 — REVISE the last paragraph of this Section to read: 'An ecology template is available to the Contractor for producing the SWPPP using project specific information added by the Contractor. The template, and instructions, and a copy of the General Permit to be used as the basis for bid are available at: http_ / /www. ecy. wa.gov/ programs /wq/stormwaterlconstruction/' 13. Section 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL, page SP -192 — ADD the following Sub - section: 9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes (Special Provision) New All junction boxes, pull boxes, and cable vaults shall have galvanized lids. 14. Division 10, Bid Schedule F, Page SP -223 — ADD the following new bid item descriptions: Bid Item No. FIO — Planing Bituminous Pavement Measurement and payment for "Planing Bituminous Pavement' shall be per square yard. Addendum #2 November 5, 2006 Paae 4 of 6 Items to be included in the bid price, but not necessarily limited to all necessary materials, labor, and equipment to field mark and satisfactorily complete Mainline Planing; Butt Joints.. Edge Grinding and disposal of surplus materials. Payment shall only be to the limits approved by the Engineer. Planing explicitly excluded from this pay item includes any grinding, pavement or material removal associated with and performed in conjunction with utility trenching, wall excavation or removal of the existing concrete roadway section. Bid Item No. F11- HMA Class % "PG 64 -22 for Prelevel Measurement and payment for "HAM Class Y2" PG 64 -22 for PreleveP' shall be per ton. Items to be included in the bid price, but shall not necessarily be limited to all necessary materials, labor, and equipment to satisfactorily complete furnishing, hauling and placement of HMA for Prelevel, compaction, preparation of existing roadway surfaces, applying tack coat and all other necessary materials, labor and equipment to satisfactorily complete the work as defined in the Standard Specifications and Special Provisions. Payment shall only be to the limits approved by the Engineer. Prelevel explicitly excluded from this pay item includes any pavement replacement associated with and performed in conjunction with utility placement, wall construction, or removal of the existing concrete roadway section. 15. Division 10, Bid Schedule G, Additive Bid Items G 1 & G2 - Wall Facing for East side Walls, Phase _ , page SP -223 - DELETE the Iast sentence of this section and REPLACE with the following: The Owner also reserves the right to accept or not Additive Items GI and/or G2 from Bid Schedule G at time of Award. CONTRACT PLANS DELETE Sheet Numbers 4, 31 -57 (odd only), 60, 76 -78, 92, 93, 97, and 139 of 139 and REPLACE with the enclosed Revised Sheets. See clouded areas for revisions_ 2. DELETE Sheets S -1, S -3, S -26 and S -27 of 27 and REPLACE with the attached Revised Sheets. See clouded areas for revisions. 3. Sheet 6 of 139, Drainage Details -ADD the following bullet item to the BACKFILL NOTES: Native Backfill materials shall only be used when approved by the Engineer, therefore the Contractor shall assume all trenches shall be back lled with select materials. 4. Sheet 34 of 139, Plan Sta 159 +00 to Sta 164 +25: a. DELETE Construction Note No. 4 - The sidewalk ramps shown on this sheet are deleted and replaced with continuous curb and gutter. Addendum #2 November 5, 2008 Pace 5 of 6 b. DELETE Construction Note No. 57 — The median gap shown is eliminated and replaced with continuous cement concrete traffic curb. 5. Sheet 72 of 139, Channelization and Median Details: a. Median Typical Section A — DELETE the reference to `Roundabout Central Island Cement Concrete Curb' and REPLACE with `Cement Concrete Traffic Curb'. b. Median Typical Section B — DELETE the reference to `Roundabout Central Island Cement Concrete Curb' and REPLACE with `Cement Concrete Tragic Curb'. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EEFECT. All bidders shall acknowledge receipt and acceptance of this Addendum #2 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum #2 may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, —6KJUO� Bob Giberson, P.E. City Engineer RT:rrt (P:Projects\A -RW & RS ProjectsV5RW03 T[B 2Wddendum 2) Receipt acknowledged and conditions agreed to this 1'� day of ►J ca/emx0y. , 2008. Bidder: Gary Merlino Construction Co. Inc. (Contractor) i Authorized Official: `^ (Signature) Name and Title: _ (Print Addendum #2 November 5, 2008 Paae 6 of 6 TUKWILA INTERNATIONAL BOULEVARD PHASES 2 & 3 IMPROVEMENTS City of Tukwila Project Nos. 95 -RW03 & 95 -RW04 FEDERAL AID Nos. STPF- STPUL- 0099(077) & HLP- STPUL- 0099(103) Addendum #3 Date of Issue: November 7, 2008 Bid Submittal Date: November 13, 2008 — 9:00 a.m. Date of Opening: November 13, 2008 — 10:00 a.m. Notice to All Planholders: This Addendum 43, containing the following revisions, additions, deletions and/or clarifications is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum #3 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidder's submittal. CONTRACT DOCUMENTS 1. Proposal, Page P -7 — DELETE this page and REPLACE with the attached page P -7. CONTRACT SPECIFICATIONS 1. Section 6 -17.2 —Materials, Page SP -104 —DELETE the word `corrugated' from items land 2 describing tendon encapsulation. 2. Division 10, Bid Schedule F, Page SP -223 —ADD the following new bid item description: Bid Item No. F12 — Asphalt Cost Price Adjustment No Specific unit of* measure will apply to the calculated item of Asphalt Cost Price Adjustment'. The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1 -09.9 for the following items of work included in the project as verified by truck ticket collected by the Engineer: Addendum #3 November 7, 2008 Page 1 of 3 "HAM Cl. PG _ " "HMA Cl. _ PG _ for Prelevel " "HAM Cl. _ PG _ for Overlay " The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http : / /wrvtiv. wsdot. wa. gov /biz /construction/Asphaltlndex. cfm. The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website for the period immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington or Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost — (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost — (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HAM paid in the current month's progress payment. "Asphalt Cost Price Ac justment ", by calculation. "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. 3. Appendix A, Standard Plans and Details —ADD the attached WSDOT Standard Plan B- 15.60 -00 for Manhole Type 3. This detail applies to all locations indicating installation of a MH Type 3, " Dia. Addendum #3 November 7, 2008 Page 2 of 3 CONTRACT PLANS 1. Sheet 37 of 139, Profile Sta 164 +25 to Sta 169+00 — REVISE the size of drainage structure number 8 at Sta 166 +40, 24.00' RT to read `MH Type 3, 48"Dia 54 "Dia.' ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. All bidders shall acknowledge receipt and acceptance of this Addendum #3 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum #3 may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, S,lo Bob Giberson, P.E. City Engineer RT:rrt (P:Pmjects\A -RW & RS Projects\95RW03 TIB 2Wddondum 3) Receipt acknowledged and conditions agreed to this day of W oVeAyy, 72008. Bidder: Gary Merlino Construction Co. Inc. (Contractor) Authorized Official: C (Signature) Name and Title: Addendum #3 November 7, 2008 Page 3 of 3 IAANHOLE MO AND COVER 17 MAX. P MIN. • CIRCULAR ADJUSTMENT SECTION 48", Se, BD". 77, 87 OR 97 STEPS OR LADDER ZN:1 • SLOPE IT (TYP) 1T MAX. MORTAR FILLET "0" RM a•= 17 SEPARATE BASE CAST.N"PLACE SEPARATE BASE PRECAST B- • FLAT SLAB TOP PRECAST RISER SECTIONS CHANNEL AND SHELF REINFORCING STEEL (TYP.) CRAWL BACKFTLL FOR 17 PIPE ZONE BEDDING INTEGRAL BASE PRECAST WITH RISER GRAVEL. 6ACIOIIL FOR PIPE ZONE BEDDING NOTE Knockouts shell have a wail thickness of 2' minimum to 2.5" maximum. MANHOLE DIMENSION TABLE DULY. WALL THICKNESS BASE THICKNESS MAXIMUM SIZE MINIMUM DISTANCE BETWEEN KNOCKOUTS BASE REINFORCING STEEL 1112 M. IN EACH DIRECTION SEPARATE BASE INTEGRAL BASE 48' 4" 8" 38" B' 0.23 0.15 54' 4.5" 8" 42' 8' 0.19 0.19 80' 5' 8" 48" 8" 0.25 0.25 72' 6' 8" 60" 12" 0.35 0.24 84" 8' 12" 72" 12" 0.39 0.29 96" 8' 12' 64" 12" 0.39 0.29 MANHOLE TYPE 3 STANDARD PLAN B- 15.60 -00 SHEET I OF 1 SHEET APPROVED FOR PUBLICATION Harold J. Peterfoao 06 -01-06 VAT! naon MOM. aTs TUKWILA INTERNATIONAL BOULEVARD PHASES 2 & 3 IMPROVEMENTS City of Tukwila Project Nos. 95 -RWO3 & 95 -RWO4 FEDERAL AID Nos. STPF - STPUL- 0099(077) & HLP- STPUL - 0099(103) Date of Issue: Bid Submittal Date: Date of Opening: Addendum #4 November 10, 2008 November 13, 2008 — 9:00 a.m. November 13, 2008 — 10:00 a.m. Notice to All Planholders: This Addendum #4, containing the following revisions, additions, deletions and/or clarifications is hereby made a part of the Plans and Contract Provisions (Contract Documents) for the above -named project. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall acknowledge receipt and acceptance of this Addendum #4 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to provide this written acknowledgement may result in disqualification of the Bidder's submittal. CONTRACT DOCUMENTS 1. Proposal, Page P- 4 - REVISE the Item Description for Item No. B1 to read: Item No. Item Description Quantity Unit Unit Price Amount B1 Phase 2 3 Roadway Improvements, Complete and / 100 dollars 1 LS CONTRACT SPECIFICATIONS 1. Section 1 -05.4 - Conformity With and Deviations from Plans and Stakes, page SP -16, Addendum No. 2 - ADD the following: Right of way and easement staking shall be based on the information shown on the Plans and does not require placement of permanent right of way stakes or right of way calculations. Supplemental station and offset information for right of way and easement limits can be provided by the Engineer upon request. Addendum #4 November 10, 2008 Page 1 of 3 2. Section 1- 07.18(5)F - Excess or Umbrella Liability, page SP-61 - REVISE a portion of the first line to read `... $$5$$ $5 million ... '. 3. Section 1- 07.18(5)G - Pollution Liability, page SP -62 - DELETE the last line and REPLACE with the following: $1,000,000 each loss and annual aggregate 4. Section 7 -05.3 Construction Requirements, Page SP -112 - ADD the following: Storm drain pipe connections to new manholes and catch basins shall be made with watertight rubber boots, sand collars, manhole adapters, or other approved watertight connection. 5. Section 9- 29.6(1) -- Steel Light and Signal Standards, "Light Standards ", Page SP -193 - DELETE the second paragraph regarding light standards maintained by the WSDOT. CONTRACT PLANS 1. Sheet 57 of 139, Profile Sta 214+00 to Sta 219+00 - REVISE the type of cover on drainage structure number 30 at Sta 216 +42.57, 3.58' RT to read `W/-Vaned-Grate- Solid Cover' 2. Sheet 61 of 139, Profile Sta 224 +00 to Sta 229 +00: - REVISE the location of drainage structure number 104 to read 'STA 224 +49.04, 31.45' LT 224 +46.35, 31.41' LT.' - REVISE the length of pipe between drainage structure 104 and drainage structure 103 to read '44 17 LF 18" HDPE SD.' 3. Sheet S -3 of 27, Soldier Pile Wall, Sections and Details 1- REVISE the fence notes at the top of Typical Section B, Soldier Pile Wall with PGA in Fill Condition @ Wall 2, and Typical Section C, Cantilever Soldier Pile Wall in Fill Condition @ Walls 1, 2, 3, & 4 to read `Fence per Detail 3, Sheet S-2 S -7.' Addendum #4 November 10, 2008 Page 2 of 3 ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EEFECT. All bidders shall acknowledge receipt and acceptance of this Addendum #4 in the space provided on the Proposal Signature Sheet or by signing in the space provided below and submitting the signed addendum with the bid package. Failure to acknowledge receipt of this Addendum #4 may be considered as an irregularity in the Bid Proposal and the City reserves the right to determine whether the bid will be disqualified. Sincerely, of Bob Giberson, P.E. City Engineer RT:rrt (P:ProjectsW -RW & RS Projects195RWO3 TIB 2\Addendum 4) ry Receipt acknowledged and conditions agreed to this I3 day of NoV - , 2008. Gary Merlino Construction Co. Inc. Bidder: Authorized Official: Name and Title: (Contractor C (Signature (Print) ti Addendum #4 November 10, 2008 Page 3 of 3 Gary Merlino Construction Company Project Reference List $197,930.00 Grading, Utilities, Asphalt Paving 11/2007 SUB McChord Air Force Base Advanced Technology Construction 1150 Raymond Avenue SW Renton, WA 98057 John Davis (425)251 -8483 $675,000.00 Utilities Sewer and Water 1/2008 SUB Kent Events Center - Utilities MA Mortenson 14719 NE 29th Place Bellevue, WA 98007 Ben Golding (253) 531 -2409 $19,680,400.00 Concrete Pavement 6/2008 SUB Port of Seattle - 3rd Runway Construction $285,800 Water System Improvements 2/2007 PRIME Bothell Substation Water System ICON Materials P.O. Box 88050 Tukwila, Washington 98138 Bruce Harjhausen (206) 575 -3200 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Bob Joyner (206) 615 -1557 $53,940 Storm Drain Improvements 12/2006 PRIME Renton Ave. S. /S. 3rd St. Storm City of Renton 1055 South Grady Way Renton, WA 98055 Dan Carey (425) 430 -7293 $998,064.00 Demolition, Grading, Curb, Gutter, Sidewalk, Concrete Pavt., Landscaping, Asphalt Pavt. Storm, Signal Modifications 3/2007 PRIME South Henderson Street City of Seattle, DOT PO Box 34018 Seattle, WA 98124 -4018 Mike Ward (206)684 -8493 $1,054,658 Demolition, Grading, Curb, Gutter, Sidewalk, Utilities, Block Wall, Landscaping, Asphalt Pavt. Signal Modifications 1/2007 PRIME SR516/Witte Road Intersection City of Maple Valley 22035 SE Wax Road, Suite 5 Maple Valley,WA 98038 Mike Mathia (425)413 -8800 $3,340,990 Demolition, Grading, Curb, Gutter, Sidewalk, Concrete Pavt., Landscaping, Asphalt Pavt. Storm, Signal Modifications 7/2007 PRIME 2006 Arterial Contract 2 City of Seattle, Const. Manageme PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206)684 -5070 $9,755,475.00 Demolition, Grading, Curb, Gutter, Sidewalk, Concrete Pavt., Landscaping, Asphalt Pavt. Utilities, Signal Modifications 10/2007 PRIME SR 169/SR516 Intersection Improvements City of Maple Valley 22035 SE Wax Road, Suite 5 Maple Valley,WA 98038 Mike Mathia (425)413 -8800 $849,000.00 Demolition, Grading, Utilities Curb, Gutter, Sidewalk, Concrete Pavement $1,771,986 $597,716 Demolition, Grading, Curb, Gutter, Sidewalk, Concrete Pavt., Asphalt Pavt.,Signal Modifications 9/2007 PRIME Stevens Way Repaving Phase IV University of Washington PO Box 352205 Seattle, WA 98195 Ivan Turner (206) 221 -4382 2/2007 PRIME Jackson Street TIB Demolition, Grading, Curb, Gutter, 7/2006 Page 1 of 10 PRIME 2006 Arterial Contract 3 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206)684 -5070 City of Seattle, Const. Management Div. Gary Merlino Construction Company Project Reference List Sidewalk, Concrete Pavt., Asphalt Pavt. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206)684 -5070 $3,193,125.00 Grading, Utilities, Concrete Pavement, Asphalt Pavement, Electrical Upgrades 12/2006 PRIME 2006 Airfield Improvements Contract 1 Port of Seattle P.O. Box 1209 Seattle, WA 98111 John Rothnie (206) 439 -6607 $2,426,530.00 Clearing, Grading, Utilities, Wetland Construction, Curb /Gutter /Sidewalk, Asphalt Paving, Signals 5/2006 PRIME SW 27th Street & Strander Blvd. City of Renton 1055 South Grady Way Renton, WA 98055 Rob Lochmiller (425) 430 -7303 $710,514.00 Watermain Pavement Restoration 12/2005 PRIME 2005 Capital Improvement Project $97,375.00 Curb and Sidewalk Repair 12/2005 PRIME 2005 Curb Ramp & Sidewalk Repair King County Water District 20 12606 - 1st Avenue South Seattle, WA 98168 Dick Swaab (206) 243 -3990 City of Shoreline 17544 Midvale Avenue N. Shoreline, WA 98133 -4921 Brian Breeden (206) 363 -0749 $65,375.00 Sanitary Sewer, Pavement Restoration 9/2005 PRIME White Center Elementary Sanitary Sewer Connection Highline School District, Facilities Dept. 17810 - 8th Ave. South Burien, WA 98148 Alan Schmidt (206) 433 -2501 $5,391,600.00 $7,934,770.00 Demoltion, Grading, Storm Drainage, Concrete Pavt., Curb, Gutter, Sidewalk, Electrical Demolition, Grading, Curb, Gutter, Sidewalk, Concrete Pavt., Landscaping, Asphalt Pavt. Signal Modifications 12/2005 PRIME North Busyard & 6th Ave. South Improvements 7/2006 PRIME 35th Ave. NE Arterial Improvements King County 11911 E. Marginal Way South, Bldg. B Tukwila, WA 98168 -5122 Jim Carlson (206) 684 -2240 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Sandra Woods (206) 684 -5298 $23,606,287.00 Demolition, Grading, Utilities, Ductbank, Curb, Gutter, Sidewalk, Asphalt Pavt, Landscaping, Signal Modifications 12/2006 PRIME Aurora Avenue North Multi -Modal City of Shoreline 17544 Midvale Avenue N. Shoreline, WA 98133 -4921 John Vicente (206) 546 -1921 $13,421,918.00 $8,844,556.00 Clearing, Demolition, Grading, Utilities, Ductbank, Curb, Gutter, Sidewalk, Asphalt Payment CIP Storm Retention Vault Grading, Utilities, Concrete Pavement, Asphalt Pavement, Rapid Set PCCP Panels Electrical Upgrades 6/2006 PRIME Greenbridge Infrastructure Phase 1 1/2006 PRIME 2005 Airfield Improvement Contract 1 King County Housing Authority 600 Andover Park W. Seattle, WA 98188 Heath McCoy (206) 574 -1203 Port of Seattle P.O. Box 1209 Seattle, WA 98111 John Rothnie (206) 439 -6607 $745,836.00 Concrete Pavement 10/2006 SUB SR16, Union to Jackson $3,947,724.00 $3,964,000.00 Demolition, Grading, Concrete 8/2005 Page 2 of 10 PRIME 1 -5, James Street to Olive Way Tri -State Construction PO Box 3686 Bellevue, WA 98009 Greg Cearly (425) 455 -2570 WSDOT Gary Merlino Construction Company Project Reference List Contract Amoun final Contrac Amount Pavement Replacement PCCP Rehabilitation 200 SW Michigan St., Suite 101 Seattle, WA 98106 Robert Dotson (206) 261 -8016 $754,525.00 Demolition, Grading, Utilities, Concrete Pavement, Curb, Gutter, Sidewalk, Signal Modifications 8/2005 PRIME Olive Way Transit Priority $985,438.00 Concrete Pavement Removal & Replacement Utility Repairs $202,000.00 $4,138,485.00 Demolition, Grading, Utilities, Concrete Sidewalk, Concrete Seat Walls, Landscaping 12/2005 PRIME Federal Express SEAR Ramp Repair City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Dennis Hess (206) 684 -5692 Federal Express Corporation 2601 Main Street, Suite 1000 Irvine, CA 92614 Terry Rude (206) 248 -7796 5/2005 PRIME Lake City Mini Park Grading, Utilities, Signal Upgrades, Concrete Pavement, Curb, Gutter, Sidewalk, Asphalt Pavement 2/2006 PRIME Lake City Way Multi -Modal City of Seattle Parks Dept. 800 Maynard Ave. So., Suite 300 Seattle, WA 98124 Lynn Sullivan (206) 733 -9105 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 John Summers (206) 684 -5074 $370,370.00 $1,380,728.00 Storm Drainage, MSE Wall & Embankment, Corrosion Protection 3/2005 PRIME West Seattle Pipeline Seismic Improvements City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Dennis Hess (206) 684 -5692 Storm Drainage, Utilities Removal & Replacement of Concrete Pavement 10/2005 PRIME Town of Hunts Point Storm, Utility & Road Improvements $166,464.00 Watermain Pavement Restoration 10/2004 PRIME Maplewood Elementary School Watermain Improvements CHS Engineers, Inc. 914 - 140th Ave. NE, Suite 100 Bellevue, WA 98005 Joe Willis (425) 233 -6439 Heery International 1011 Western Avenue, Suite 706 Seattle, WA 98104 Ian Kell (206) 587 -0473 $142,920.00 Storm Drainage Improvements Pavement Restoration 3/2005 PRIME 2004 West Seattle Drainage $96,983.00 Casing for future ductbank Shoring System 11/2004 PRIME Broad Street Tunnel & Casing $1,272,849.00 Demolition, Grading, Drainage, Concrete & Asphalt Paving, Electrical, Fencing 6/2005 Prime Ryerson Bus Parking Expansion City of Seattle, Const. Manageme PO Box 34018 Seattle, WA 98124 -4018 Dennis Hess (206) 684 -5692 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Dennis Hess (206) 684 -5692 King County 11911 E. Marginal Way South, Bldg. B Tukwila, WA 98168 -5122 Jim Carlson (206) 684 -2240 $11,000,000.00 Underground Utilities, Ducts & Vaults, Curb /Gutter, Sidewalks, Asphalt and Concrete Pavement, Landscaping 12/2005 SUB High Point Infrastructure 1.3 Absher Construction (GC /CM) 1001 Shaw Road Puyallup, WA 98371 Doug Orth (253) 845 -9544 $5,474,163.00 Grading, Drainage, Paving, 8/2005 Page 3 of 10 Prime KCIA - Runway 31 L Safety Area King County International Airport Gary Merlino Construction Company Project Reference List Electrical & Signage Upgrades $500,000.00 Curb, Gutter & Sidewalk 8/2004 SUB Rainier Vista Site Improvements 7277 Perimeter Road Seattle, WA 98108 Rick Renaud (206) 296 -7427 Walsh Construction Co./WA 509 Fairview Ave. N. Seattle, WA 98109 Dave Riedel (206) 547 -4008 $693,000.00 Water Quality Vault Utilities, Curb, Gutter, Sidewalk 10/2003 SUB Museum of Flight Expansion Sellen Construction 227 Westlake Avenue N. Seattle, WA 98109 Rich Olender (206) 630 -9843 $446,862.00 Replace Asphalt Pavement with Concrete Pavement at Intersection 9/2003 PRIME S. Grady Way & Rainier Avenue Pavement Rehabilitation City of Renton 1055 South Grady Way Renton, WA 98055 Rob Lochmiller (425) 430 -7303 $92,223.00 Storm Drain Improvements 12/2003 PRIME Spot Drainage Improvements Bid Package 1 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $377,600.00 CSO Upgrades & Pavement Restoration 2/2005 PRIME CSO Reduction Program 2003 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $215,660.00 Utility Upgrades & Pavement Restoration 12/2003 PRIME College N, N 100th, Bonair SW City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $1,533,350.00 Grading, Utilities, Asphalt Paving Bio- Retention Swales & Weir Walls Landscape Restoration $2,095,729.00 -4 Grading, Utilities, Asphalt Paving, Curb, Gutter, Sidewalks Electrical 5/2005 PRIME Broadview Green Grid City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 9/2004 PRIME 166th Ave. NE Improvements City of Redmond 15965 NE 85th Street Redmond, WA 98073 Mike Paul (425) 556 -2731 $532,610.00 $2,484,134.00 Cast -In -Place & Precast Concrete Flume Replacement Storm & Sanitary Sewer Landscape Restoration Taxiway Lighting & Signage Pavement Grinding & Replacement Storm Drainage 10/2003 PRIME Basin #10 Flume Replacement 11/2003 PRIME Renton Airport Improvements City of Mercer Island 9611 SE 36th Street Mercer Island, WA 98040 Patrick Yamashita (206) 236 -3620 City of Renton 1055 South Grady Way Renton, WA 98055 Rob Lochmiller (425) 430 -7303 $6,224,620.00 Runway & Taxiway Rapid Set PCCP Panels Airfield Lighting & Communication Upgrades 11/2003 PRIME 2003 Airfield Contract 2 Port of Seattle P.O. Box 1209 Seattle, WA 98111 John Rothnie (206) 439 -6607 $9,870,541.00 Aircraft Fuel System & Vaults 12/2003 Page 4 of 10 PRIME 2003 Airfield Contract 1 Port of Seattle Gary Merlino Construction Company Project Reference List Pavement Replacement Electrical Upgrades P.O. Box 1209 Seattle, WA 98111 John Rothnie (206) 439 -6607 $1,500,000.00 Grading, Utilities Concrete Slab & Retaining Walls for Compost Facility 10/2003 PRIME Gore Facility Cedar Grove Composting 17825 Cedar Grove Road SE Maple Valley, WA 98038 Jim Garrison (206) 755 -8650 $1,918,637.00 Demolition, Grading Utilities, Curb /Gutter /Sidewalk Asphalt Paving, Electrical 9/2004 PRIME 156th Street Corridor Improvements City of Bellevue P.O. Box 90012 Bellevue, WA 98009 -9012 Melisa Floyd (425) 864 -9971 $103,765.00 Sidewalk & Paver Repairs 5/2004 PRIME Main Street Sidewalk Repair City of Bellevue P.O. Box 90012 Bellevue, WA 98009 -9012 Teresa Becker (425) 452 -7942 $158,109.00 Sidewalk Removal and Replacement 6/2004 PRIME SW 152nd & 21st Ave. SW Safe Sidewalk Project City of Burien 415 SW 150th Street Burien, WA 98166 Peter Lau (206) 241 -4647 $1,345,441.00 Demolition, Asphalt Paving Curb, Gutter, Sidewalk Electrical Upgrades 8/2004 PRIME AC Arterial Maintenance Contract 2 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $1,331,088.00 Demolition, Utilities, Grading Curb, Gutter, Sidewalk Electrical, Landscaping 10/2003 PRIME SE 28th Street Extension & Parking Lot City of Bellevue P.O. Box 90012 Bellevue, WA 98009 -9012 Dave Cieri (425) 452 -2753 $50,900.00 Plaza Security Improvement 10/2003 PRIME KeyArena East & West Plaza Seattle Center 305 Harrison Street, Room 109 Seattle, WA 98109 Jill Crary (206) 684 -7107 $265,430.00 Duct and Vault Installation Pavement Restoration 12/2003 PRIME Downtown Network, 5th Avenue City of Seattle, Const. Manageme PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $598,339.00 $2,065,289.00 $632,858.00 Watermain Replacement Pavement Restoration 7/2003 PRIME 2002 Watermain Replacement City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 Utility Relocation and Street Widening 9/2003 Prime E -3 Busway Widening Sound Transit 401 South Jackson Street Seattle, WA 98104 Dick Sage (206) 398 -5226 Storm Drainage Pavement Restoration 12/2002 PRIME NW 90th /12th NW Storm Drainage City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $609,950.00 Grading, Concrete Pavement 7/2002 Page 5 of 10 PRIME Reserve Fleet Site Concrete Absher Construction Gary Merlino Construction Company Project Reference List $539,365.00 Electrical Duct & Vaults Concrete Pavement Restoration 7/2002 PRIME 2001 Manholes & Ducts $422,042.00 Demolition, Grading Concrete Curb, Gutter, Sidewalk 6/2002 PRIME 2001 Pedestrian Improvements 1001 Shaw Road Puyallup, WA 98371 Blaine Wolfe (253) 845 -9544 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 City of Seatac 4800 South 188th Street Seatac, WA 98188 -4236 Dale Schroeder (206) 439 -4741 $765,656.00 Demolition, Grading Concrete Curb, Gutter, Sidewalk $1,137,300.00 Demolition, Grading, Utilities, Ductbank & Vaults, Concrete Pavement 5/2002 6/2002 PRIME 2000 Pedestrian /Bike Improvements PRIME Fred Hutchinson Cancer Care Facility Aloha Street Realignment City of Seattle, Const. Managemer PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 Turner Construction 1226 Ward Street Seattle, WA 98109 Eldon Kiel (206) 667 -1918 $343,112.00 Watermain, Grading, Porous Concrete Sidewalk 2/2002 PRIME 2001 Watermain & Sidewalk City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $173,211.00 Storm Drainage 1'0/2001 PRIME Seola Beach Drive Improvements City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Dennis Hess (206) 684 -5692 $2,292,876.00 Repair Earthquake Damage Grading, Paving, Utilities Grout Injection, Crack Sealing $351,688.00 Sanitary Sewer Replacement 7/2001 Prime King County Airport - Emergency Earthquake Damage Repairs 2/2001 Prime North Renton Sanitary Sewer $2,094,834.00 Street improvements 9/2001 Prime Oaksdale Avenue Improvements King County, Metro Transit Division 201 South Jackson Street Seattle, WA 98104 Sheldon Teel (206) 684 -2241 City of Renton 1055 South Grady Way Renton, WA 98055 Mike Benoit (425) 430 -7206 City of Renton 1055 South Grady Way Renton, WA 98055 Leslie Lahndt (425) 430 -7223 $899,875.00 Watermain Relocation 5/2001 SUB Port of Seattle - South Terminal Expansion Project $1,135,856.00 Concrete Curb & Gutter Sidewalks, Utilities 12/2000 PRIME 2000 Downtown Sidewalks Nuprecon 14540 NE 91st Street Redmond, WA 98052 Morgan Skoegard (425) 881 -0623 City of Kent 220 - 4th Ave. So. Kent, WA 98032 Jim Ausburn (253) 856 -5500 $1,259,823.00 Concrete Curb & Gutter, 6/2001 Page 6 of 10 PRIME Admiral & California Improvements City of Seattle, Const. Management Div. Gary Merlino Construction Company Project Reference List Sidewalk, Traffic Signals PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $2,538,390.00 Grading, Utilities, Curb & Gutter, Sidewalk, Asphalt Paving, Traffic Signals, Illumination 8/2001 PRIME Des Moines Memorial Drive $221,221.00 Sitework, Utilities, Colored Concrete Retaining Wall, Skateboard Park Concrete 6/2000 PRIME Seattle Center Skateboard Park City of Seatac 4800 South 188th Street Seatac, WA 98188 -4236 Dale Schroeder (206) 439 -4741 Seattle Center 305 Harrison Street, Room 109 Seattle, WA 98109 Jill Crary (206) 684 -7107 $141,207.00 Grading, Sidewalk, Illumination 7/2000 PRIME Terrace Drive $3,537,486.00 $214,965.00 Clearing, Grading, Utilities, Curb, Gutter, Sidewalks Asphalt Paving Landscaping, Illumination Electrical Duct & Vaults 11/2000 PRIME Logistics Site Development City of Auburn 25 W. Main Street Auburn, WA 98001 Larry Dahl (253) 931 -3010 Port of Seattle P.O. Box 1209 Seattle, WA 98111 Bob Frender (206) 988-5688 6/2000 PRIME Belmont Street Vaults & Ducts City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $3,178,395.00 Grading, Utilities, Asphalt Paving, Curb /Gutter /Sidewalk, Illumination 2/2001 PRIME Kent Commuter Rail Station $586,969.00 Curb, Gutter, Sidewalks Concrete Pavement Traffic Signals, Traffic Control 6/2000 PRIME Beacon Ave. South UATA Sound Transit 401 South Jackson Street Seattle, WA 98104 Bob Sundin (206) 398 -5118 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $894,321.00 Sanitary Sewer Street Restoration 5/2000 PRIME Sewer Replacement Program City of Auburn 25 W. Main Street Auburn, WA 98001 Larry Dahl (253) 931 -3010 $1,697,309.00 Grading, Concrete Structures, Concrete Paving, Illumination 5/2000 PRIME New Parking Ramp City of Renton 1055 South Grady Way Renton, WA 98055 Rob Lochmiller (425) 430 -7303 $760,103.00 Sanitary Sewer Street & Landscape Restoration 5/1999 PRIME 1998 Sewer Contract #3 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $522,485.00 Sanitary Sewer Street & Landscape Restoration 5/1999 PRIME 1998 Sewer Contract #2 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $1,058,400.00 Clearing, Grading, Utilities 11/1999 Page 7 of 10 SUB AVIO Parking & Private Road URS Greiner/Woodward -Clyde Gary Merlino Construction Company Project Reference List $1,026,000.00 Grading, Utilities, Asphalt Paving, Curb, Gutter, Sidewalks Landscaping & Traffic Control 5/1998 PRIME Alki Beach Trail Improvements John Rothnie (206) 439 -6607 City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Kevin Stoops (206) 684 -7053 $4,137,542.00 Clearing, Grading, Utilities, Asphalt Paving, Illumination Traffic Signals & Traffic Control Landscaping 6/1998 PRIME International Boulevard Improvement City of Seatac 4800 South 188th Street Seatac, WA 98188 -4236 Dale Schroeder (206) 439 -4741 $2,516,724.00 $1,900,000.00 Pavement Demolition, Grading, Utilities, Concrete Paving, Traffic Signals & Traffic Control Landscaping Site Development, Custom Concrete for House Construction 6/1997 PRIME U of W Campus Improvements City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 1/2000 SUB Neely- Mitchell Residence Jerry Fulks & Company 1305 East Jefferson Street Seattle, WA 98122 -5537 Jerry Fulks (206) 322 -7008 $1,857,556.00 Electrical Ducts & Vaults Street Restoration 12/1997 PRIME Capitol Hill Vaults & Ducts City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $1,092,188.00 Electrical Ducts & Vaults Street Restoration 4/1998 PRIME Olive Way Vaults & Ducts City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Joe Carter (206) 684 -5070 $938,392.00 Clearing, Grading, Bridge, Utilities, Asphalt Paving Landscaping 9/1997 PRIME Macadam Bridge Replacement Entranco 10900 NE 8th Street, Suite 300 Bellevue, WA 98004 Jeff Faunce (425) 454-5600 $12,071,916.00 Large Diameter Sanitary Sewer Microtunneling Street & Landscape Restoration 9/1997 PRIME Lake Union CSO Regulator City of Seattle, Const. Management Div. PO Box 34018 Seattle, WA 98124 -4018 Merry Lee (206) 684 -5080 Page 10 of 10 Nov 12 08 10:35a Wade Coates 3605849914 p.2 +, COATES d STATEMENT OF QUALIFICATIONS GRADUATE OF PUYALLUP HIGH SCHOOL (HONOR STUDENT 1983) CERTIFIED BY STATE OF WASHINGTON AS LAND SURVEYOR -IN- TRAINING JUNE 2002, NO.764 CERTIFIED BY STATE OF WASHINGTON AS A PROFESSIONAL LAND SURVEYOR JUNE 2006, NO.42684 EXPERIENCE: 26 YEARS PROJECT EXPERIENCE AS A SURVEYOR STARTING AS CHAIN MAN/INSTRUMENT MAN TO BECOMING A LICENSED PROFESSIONAL LAND SURVEYOR. EXPERIENCE IN ALL PHASES OF FIELD SURVEYING FOR CONSTRUCTION WORK, INCLUDING TOPOGRAPHIC, BOUNDARY, EASEMENT AND RIGHT OF WAY SURVEYS. ALSO HAVE QUALIFICATIONS IN SCHEDULING, ORGANIZATION AND SUPERVISION. SOME EXAMPLES OF PROJECT EXPERIENCE FOLLOW: *TACOMA LINK LIGHT RAIL (TACOMA.) *PACIFIC HWY S ROAD IMPROVEMENTS 342TH TO 340TH (FEDERAL WAY) *INTERNATIONAL BLVD. IMPROVEMENTS -PHASE 4 (SEA -TAC) *AURORA AVE NO. IMPROVEMENTS (CITY OF SHORELINE) *TACOMA NARROWS POWER LINE CROSSING (TACOMA) *BONNEVILLE POWER ADMINISTRATION WATER LINE REPLACEMENT (PORT OF TACOMA) *SOUND REFINING (PORT OF TACOMA) *TERMINAL 115 BARGE FACILITY REPLACEMENT (PORT OF SEATTLE) *SALISHAN HOPE PHASE IV (TACOMA) EMPLOYMENT HISTORY: 1/07 TO PRESENT OWNER W.E. COATES SURVEYING 9/87 TO 12/06 9/86 TO 9/87 COATES SURVEYING SERVICE- P.L.S./PROJECT SURVEYOR/CREW CHIEF P.E.I. -CREW CHIEF 9/85 TO 9/86 HORTON DENNIS & ASSOC. -CREW CHIEF /INST. MAN COATES SURVEYING SERVICE -INST. MAN /CHAIN MAN (OVI Shawn Marvin Business Manager Experience Summary Mr. Marvin has 12 years of experience managing construction on large scale civic projects. Recent Projects Senior Project Manager - -Gary Merlino Construction 2008 Boeing Flightline Expansion Phase 2 $30M Everett, WA • Primavera Contractor 4.1 280+ Line Items • Monthly updates for progress payments Weekly 3 -week look ahead for Owner's meetings Senior Project Manager - -Gary Merlino Construction 2008 Boeing Flightline Expansion Phase 1 $24M Everett, WA Primavera Contractor 4.1 • 310+ Activity Items Bi- weekly updates for progress payments and Earned Value Weekly 3 -week look ahead for Owner's meetings Project Manager - -TTI Constructors /Gary Merlino Construction 2006 3rd Runway Embankment $124M Seatac, WA Primavera P3 e/c • 190+ Line Items • Monthly updates for progress payments Weekly 3 -week look ahead for Owner's meetings Project Controls Manager - -TTI Constructors /Gary Merlino Construction 2004/05 3rd Runway Embankment $200M Seatac, WA • Primavera P3 e/c • 260+ Line Items Monthly updates for progress payments Weekly 3 -week look ahead for Owner's meetings Education University of Washington College of Architecture and Seattle, WA Urban Planning, 1995 -1997 North Seattle Comm. College Associate of Arts Degree Seattle, WA Emphasis on Civil Engineering 1992 -1995 Training /Certification • Certified Erosion and Sediment Control Lead