HomeMy WebLinkAboutSEPA EPIC-241-84 - CITY OF TUKWILA - 55TH AVENUE SOUTH / SOUTH 140TH STREET IMPROVEMENTSSTREET IMPROVEMENT
55 Ave S & S l4OthSt
EPIC - 241 -84
City of Tukwila
SPECIFICATIONS
South 140th Street
55th Avenue South
1984
Street Improvement
Project
May 1984
.010
� � v
1 a o
a
ENGINEERS &PLANNERS
PROPOSAL
Contractor's State License No.
Contractor's State Tax No.
City of Tukwila Contract No.
Mayor and City Council
City of Tukwila
6200 Southcenter Boulevard
Tukwila, Washington 98188
The undersigned hereby certif(ies)(y) that (he)(they) (has)(have) per-
sonally examined the location and construction details of Work outlined in
the Contract Documents for City of Tukwila 1984 Street Improvement Project,
55th Avenue South and South 140th Street and (has)(have) read and
thoroughly understand(s) these Documents which govern all Work embraced in
this improvement and the methods. by which payment will be made for said
Work, and hereby propose(s) 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:
As evidence of good faith, cash, bid bond, cashier's check, certified
check, or postal money order made payable to the City of Tukwila is
attached hereto. The undersigned understands and here agrees that, should
this offer be accepted and the undersigned fails or refuses to enter into a
contract and furnish the required construction performance bond, and
necessary liability insurance, the undersigned will forfeit to the District
an amount from the "good faith token" equal to five per cent (5 %) of the
amount bid as liquidated damages, all as provided for in the
specifications.
The unit prices here submitted shall apply to the quantity actually allowed .
by the Owner regardless of the relationship to the quantities as indicated
in this Proposal.
(NOTE: Unit Prices for all items, all extensions and total amount of bid
must be shown. Show unit prices in both words and figures and where
conflict occurs the written or typed words shall prevail).
8L.Tukw42 Proposal - 1
SECTION 2
1984 STREET IMPROVEMENT PROJECT
BID SCHEDULE A
55TH AVENUE SOUTH
Applicable
Item Description Quantity Unit Price Sales Tax Total
1. Clearing and Grubbing Lump Sum $ $ $
2. Water 75 TG $ $ $
3. Common Excavation including
Embankment, Compaction
& Hauling 1425 CY $ $ $
4. Sawcutting of Existing
Concrete Driveway 30 LF $ $ $
5. Sawcutting of Existing
Asphalt Driveway 45 LF $ $ $
6. Cement Concrete Curb _
and Gutter 2830 LF $ $ $
7. Cement Concrete Sidewalk
including House Walk and
Concrete Fill -in 950 SY $ $ $
8. Cement Concrete Steps 25 LF $ $ $
9. Bank Run Gravel Class B 800 SY $ $ $
10. Crushed Surfacing 3935 SY $ $ $
11. Asphalt Concrete Pavement
Class B 2" Thick 3935 SY $ $ $
12. Inlet Type IV 5 EA $ $ $
13. Catch Basin Type I 6 EA $ $ $
14. Catch Basin Type II with unit P 1 EA $ $ $
16. Catch Basin Type II 1 EA $ $ $
17. Adjust Catch Basin with
Solid Lid 1 EA. $ $ $
8L.Tukw43 Proposal - 2
55th Avenue South
Section 2 (Continued)
BID SCHEDULE A
Applicable
Item Description Quantity Unit Price Sales Tax Total
18. 8" Concrete Storm Drain 176 LF $ $ $
19. 12" Concrete Storm Drain 969 LF $ $ $
21. Rockery Drain 1125 LF $ $ $
22. Trenching and Backfill for
Private Utility Main Trench 1900 LF $ $ $
23. Trenching and.Backfill for
Private Utility Service
Trench 150 LF $ $ $
24. Salvage Existing Catch Basins 1 EA $ $ $
25. Adjust Existing Manhole 4 EA $ $ $
26. Adjust Existing Valve Box 3 EA $ $ $
27. New Monument 1 EA $ $ $
28. Relocate Existing Water
Meter Box (Paved Area) 1 EA $ $ $
29. Adjust Existing Water
Meter Box (Paved Area) 7 EA $ $ $
30. Adjust Exist Water Meter Box
(Planted Area) 1 EA $ $ $
31. Lower Main 540 LF $ $ $
32. Water Service Adjust 50 LF $ $ $
33. Adjust Fire Hydrant 1 EA $ $ $
34. Relocate Fire Hydrant 1 EA $ $ $
35. Search for Side Sewer 1 EA $ $ $
36. Side Sewer 5 EA $ $ $
37. Rock Wall 900 SY $ $ $
38. Rebuild Rock Wall 100 SY $ $ $
8L.Tukw44 Proposal -, 3
55th Avenue South BID SCHEDULE A
Section 2 (Continued)
Applicable
Item Description Quantity Unit Price Sales Tax Total
39. Sod 14,300 SF $ $ $
40. Decorative Bark 300 SY $ $ $
41. 1/2" - 2" Washed Rock 150 SY $ $ $
42. Cement Concrete Driveway
(5 -1/2" Thick), Class 5
(1 -1/2) 495 SY $ $ $
43. Asphalt Concrete Driveway 655 SY $ $ $
44. Crushed Reject Top Course
for Gravel Driveways 280 SY $ $ $
45. Remove and Reinstall
Existing Fence and Gate 200 LF $ $ $
46. Permanent Pavement Markings bump Sum $ $ $
47. Provide Permanent Signing 16 EA $ $ $
48. Area Drain Type II 2 EA $ $ $
49. Guard Rail 30 LF $ $ $
50. Relocate Existing Shrubery
or Replace in Kind Lump Sum $ $ $
51. 6" Perforated Pipe
French Drain 200 LF $ $ $
52. 4' Chain Link Fence Type 6 1,005 LF $ $ $
53. Compaction Tests 6 EA $ $ $
57. Railroad Tie Wall 6 SY $ $ $
58. PVC Service Riser 3 EA $ $ $
59. Solid Rock Excavation 30 CY $ $ $
60. Driveway Railing 35 LF $ $ $
SUBTOTAL
55th Avenue South $
8L.Tukw45 Proposal - 4
SECTION 2
SCHEDULE B
South 140th Street
Applicable
Item Description Quantity Unit Price Sales Tax Total
1. Clearing and Grubbing Lump Sum $ $ $
2. Water 75 TG $ $ $
3. Common Excavation including
Embankment Compaction & Haul 915 CY $ $ $
4. Sawcutting of Existing
Concrete Driveway 10 LF $ $ $
5. Sawcutting of Existing
Asphalt Driveway 45 LF $ $ $
6. Cement Concrete Curb
and Gutter 1075 LF $ $ $
7. Cement Concrete Sidewalk
including House Walk and
Concrete Fill -in 260 SY $ $ $
8. Cement Concrete Steps 10 LF $ $ $
9. Bank Run Gravel Class B 500 SY $ $ $
10. Crushed Surfacing 1615 SY $ $ $
11. Asphalt Concrete Pavement
Class B 2" Thick 1615 SY $ $ $
13. Catch Basin Type I 2 EA $ $ $
14. Catch Basin Type II with
Solid Lid - Unit R 3 EA $ $ $
15. Catch Basin Type II 3 EA $ $ $
17. Adjust Catch Basin with
Solid Lid 1 EA $ $ $
18. 8" Concrete Storm Drain 26 LF $ $ $
19. 12" Concrete Storm Drain 530 LF $ $ $
20. 18" Concrete Storm Drain 176 LF $ $ $
8L.Tukw46 Proposal - 5
South 140th Street BID SCHEDULE B
Section 2 (Continued)
Applicable
Item Description Quantity Unit Price Sales Tax Total
21. Rockery Drain 350 LF $ $ $
22. Trenching and Backfill for
Private Utility Main Trench 550 LF $ $ $
23. Trenching and Backfill for Private
Utility Service Trench 120 LF $ $ $
24. Salvage Existing Catch Basins 1 EA $ $ $
25. Adjust Existing Manhole 1 EA $ $ $
26. Adjust Existing Valve Box 1 EA $ $ $
27. New Monument 1 EA $ $ $
29. Adjust Existing Water
Meter Box (Paved Area) 1 EA $ $ $
30. Adjust Exist Water Meter
(Plated Area) 2 EA $ $ $
31. Lower Water Main 200 LF $ $ $
32. Water Service Adjust 80 LF $ $ $
36. Side Sewer 1 EA $ $ $
37. Rock Wall 170 SY $ $ $
39. Sod 2450 SF $ $ $
40. Decorative Bark 25 SY $ $ $
41. 1/2" - 2" Washed Rock 10 SY $ $ $
42. Cement Concrete Driveway
(5 -1/2" Thick), Class 6
(1 -1/2) 120 SY $ $ $
43. Asphalt Concrete Driveway 85 SY $ $ $
44. Crushed Reject Top Course
for Driveways 350 SY $ $ $
8L.Tukw47 Proposal - 6
South 140th Street BID SCHEDULE B
Section 2 (Continued)
Applicable
Item Description Quantity Unit Price Sales Tax Total
45. Remove and Reinstall
Fence and Gate
200 LF $ $ $
46. Permanent Pavement Markings Lump Sum $
47. Provide Permanent Signing
6 EA $ $ $
50. Relocate Existing Shrubery
or Replace in Kind Lump Sum $ $
51. 6" Perforated Pipe
French Drain 100 LF $ $ $
52. 4' Chain Link Fence 20 LF $ $ $
53. Compaction Tests 6 EA $ $ $
59. Solid Rock Excavation -20 CY $ $ $
61. 4" PVC Schedule 40 120 LF $ $ $
SUBTOTAL
Alternate B
8L.Tukw48 Proposal - 7
SCHEDULE C
Sanitary Sewer Lots 1, 2, 3, 4, 17, 18, 19 and 20
Block 20, A.G. Berg Addition
Applicable
Item Description Quantity Unit Price Sales Tax Total
1. Clearing and Grubbing
Lump Sum $ $ $
3. Common Excavation including
Embankment Compaction & Haul 300 CY $ $ $
6. Cement Concrete Curb
and Gutter 10 LF $ $ $
9. Bank Run Gravel Class B 200 SY $ $ $
19. 12" Concrete Storm Drain 40 LF $ $ $
33. Side Sewer Tee 8 EA $ $ $
39. Cement Concrete Driveway
5 -1/2" Thick, Class 5 (1 -1/2 ") 6 SY $ $ $
44. Crushed Reject Top Course
for Driveways 460 SY $ $ $
54. Sanitary Sewer Manhole 1 EA $ $ $
55. 8" Sanitary Sewer Pipe 256 LF $ $ $
56. Pavement Patch 12 SY $ $ $
SUBTOTAL
Schedule C
BID SUMMARY
Schedule A -
55th Avenue South
Schedule B -
South 140th Street
Schedule C -
Sanitary Sewer
TOTAL BID $
8L.Tukw49 Proposal - 8
PROPOSAL SIGNATURE SHEET
The Contractor proposes to complete all work involved in the project in
accordance with the Standard Specifications and the Special Provision and
within the time frame specified in Section 2. Failure to complete the
work within the stated time will be cause to retain the sum of Five hundred
dollars ($500) per calendar day for costs of engineering inspection, super-
vision, plus legal expenses and court costs incurred beyond the stated time
as liquidated damages.
Contract No.
City of Tukwila
1984 Street Improvement Project
55th Avenue South and South 140th Street
(Job Description & Location)
Construction of roadway improvements and
miscellaneous appurtenances along a portion
of 55th Avenue South and South 140th Street.
Enclosed with this Proposal is a surety bond, cashiers check, certified
check, or cash deposit in the amount of
which it is agreed shall be collected
and retained by the Owner as liquidated damages in the event this Proposal
is accepted by the Owner within sixty (60) calendar days after the day of
the Bid Opening and the undersigned fails to execute 5 sets of the Contract
and to provide the required performance bond and certificate of insurance
with the City, under the conditions thereof, within seven (7) calendar days
after the Notice of Award; otherwise said Bid Security will be returned to
the undersigned.
It is understood that the Owner may accept or reject any or all bids.
The undersigned's Washington State Department of Labor and Industries
Workman's Compensation:
Account Number is:
License or Registration Number is:
Revenue Number is:
8L.Tukw7
R
Proposal - 9
PROPOSAL SIGNATURE SHEET (Continued)
(Bidder)
(Signature of Authorized Official) (Date)
(Printed Name and Title)
(Address) (Telephone No.)
NOTE: 1. If the bidder is a co- partnership, so state, giving firm name
under which business is transacted.
2. If the bidder is a corporation, this proposal must be executed
by its duly authorized officials.
3. A bid must be received on all items. If any are left blank or
represent $0.00, the bid may be disqualified.
Receipt of the following addenda to the Contract Documents is hereby
acknowledged:
Addendum No.
1
2
3
4
Date of Receipt. Signed Acknowledgement
Note: Failure to acknowledge receipt of Addenda may be considered as an
irregularity in the Bid Proposal and the City reserves the right to deter-
mine whether the bid will be thrown out.
8L.Tukw8 Proposal - 10
BID SECURITY
Herewith find deposit in the form of a certified check, cashier's check,
cash or bid bond in the amount of $ , which
amount is not less than five percent (5.0 %) of the total bid including
sales tax. •
Signature
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, , as Principal, and
as Surety, are held and firmly bound unto the City of Tukwila, as Obligee, .
in the penal sum of dollars for the payment of
which the Principal and the Surety bind themselves, their. heirs, executors,
administrators, successors and assigns, jointly and severally, by these
presents.
The conditions of this obligation is such that if the Obligees shall make
any award to the Principal for: -
City of Tukwila 1984 Street Improvement Project
55th Avenue South and South 140th Street
according to the terms of the proposal or bid made by the Principal
therefore, and the Principal shall duly make and enter into a contract with
the Obligee in accordance with the terms of said proposal or bid and award
and shall give bond for the faithful performance thereof, with Surety or
Sureties approved by the Obligee; or if the Principal shall, in case of
failure so to do, pay and forfeit to the Obligee the penal amount of the
deposit specified in the Invitation to Bid, then this obligation shall be
null and void; otherwise it shall be and remain in full force and effect
and the Surety shall forthwith pay and forfeit to the Obligee, as penalty
and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED this day of
Principal
, 19
Surety
8L.Tukw9 Proposal - 11
STATE OF
COUNTY OF
NON - COLLUSION AFFIDAVIT
) ss.
The undersigned, being first duly sworn, deposes and says that the
person, firm, association, copartnership or corporation herein named,
has 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 the preparation and sub-
mission of a proposal to the City of Tukwila for consideration in the
award of a contract on the improvement described as follows:
City of Tukwila 1984 Street Improvement Project
55th Avenue South and South 140th Street
Sworn to before me this
Name of Firm
Signature of Authorized Member
day of , 19
Notary Public
SEAL
8L.Tukw10 Proposal - 12
BIDDER'S EXPERIENCE RECORD
Name of Bidder
Business Address
Telephone Number
Individual ( ) Partnership ( )
Corporation ( ) (Check One)
Construction successfully completed within past five years similar in size,
scope, and difficulty of construction to the work bid upon.
Name of Owner Name of Amount of
and Telephone No. Project Nature of Work Contract
1
2
3
4
5
1
2
3
4
5
Number of Contract Days
Allowed for Above
Projects
(Signed)
(BY)
(TITLE)
Date
Actual Number of Days to
Complete Above Projects
Name of Company
8L.Tukw11 Proposal - 13
Equipment to be used:
EQUIPMENT AND MANPOWER SCHEDULE
Manpower schedule: (use additional sheets if required)
Name of Firm
Signature of Authorized Member
8L.Tukw12 Proposal - 14
The following is
if the bidder is
excess of 30 per
written approval
PROPOSED SUBCONTRACTORS
a list of the subcontractors that will be used in the work
awarded the contract and no subcontractor doing work in
cent of the bid who is not listed will be used without the
of the City of Tukwila.
8L.Tukw13
Proposal - 15
CITY OF TUKWILA
Tukwila, Washington
PROPOSAL AND SPECIFICATIONS
FOR
1984 STREET IMPROVEMENT PROJECT
55TH AVENUE SOUTH & SOUTH 140TH STREET
Table of Contents
Call for Bids
Information for Bidders
Proposal
Contract
Performance Bond
Certificate of Insurance
General Conditions
Special Provisions
Detail Specifications
Measurement and Payment
Licenses to Construct,
1- 494 - 002 -831
CITY OF TUKWILA
Tukwila, Washington
Tukwila Council Members
Mabel Harris, President
Ed Bauch
L. C. Bohrer
Joe Duffy
Wendy Morgan
Doris Phelps
Charles Simpson
City Administration
Gary L. Van Dusen, Mayor
Maxine A. Anderson, Clerk
Byron G. Sneva, Director of Public Works
Attorney
Ogden, Ogden & Murphy
2300 Westin Building
2001 Sixth Avenue
Seattle, Washington 98121
Telephone: 622 -2991
Consulting Engineer
SEA, Inc., Engineers /Planners
33811 9th Avenue South
Federal Way, Washington 98003
Project Engineer: James D. Wiley 682 -4771
Project Supervisor: Dan Hallin - 838 -2824
INFORMATION FOR BIDDERS
1. General
2. Location
3. Examination of Plans, Specifications and Site
4. Proposals
5. Bid Proposal Deposit
6. Award of Contract
7. Failure to Execute Contract
8. Corrections, Interpretations and Addenda
9. Project Engineer
10. Subcontractors
Info - 1
Info - 1
Info - 1
Info - 1
Info - 2
Info - 2
Info - 2
Info - 3
Info - 3
Info - 3
INVITATION TO BID
CITY OF TUKWILA:
CONSTRUCTION OF ROADWAY IMPROVEMENTS
Call for Bids
NOTICE IS HEREBY GIVEN that the City of Tukwila, Washington, will receive
sealed bids in the office of the City Clerk at Tukwila City Hall, 6200
Southcenter Blvd.., Tukwila, until 10 :00 a.m. on July 16, 1984, at which
time the bids will be opened and publicly read aloud for:
CONSTRUCTION OF ROADWAY IMPROVEMENTS
55th AVE SOUTH FROM SOUTH 140th ST TO SOUTH 144th STREET
AND. SOUTH 140th ST FROM 53rd AVE SOUTH TO 55th AVE SOUTH
The work proposed includes all materials, equipment, labor and related items
necessary to construct and improve approximately 1,900 linear feet of roadway
including grading, rockeries, asphalt paving, curbs and gutters, sidewalks,
driveway repairs, water mains, sanitary sewers, storm drainage and utility
relocation /undergrounding.
Each bid shall be in accordance with the bid documents available at the Public
Works Department, 6200 Southcenter Blvd., Tukwila, WA 98188 .(433- 1856), for a
NON- REFUNDABLE fee of $25.00.
Each bid shall be accompanied by a bid proposal deposit in the form of a
certified check, cashier's check, postal money order, or surety bond made
payable to the City of Tukwila for a sum not less than five percent (5 %)
of the bid.
The City of Tukwila hereby notifies all bidders that it will affirmatively
insure that in any contract entered into pursuant to this advertisement,
minority business enterprises will be afforded full opportunity to submit
bids in response to this invitation and will not be discriminated against -
on the grounds of race, color, creed, sex or national origin in consideration
for an award.
The City reserves the right to reject any and all bids or waive any informalities .
in the bidding and to make the award as deemed to be in the best interests of
the City.
CITY OF TUKWILA
Maxine Anderson
City Clerk
Published: Record Chronicle, June 28 and 'July 5, 1984
s-
INFORMATION FOR BIDDERS
1. GENERAL
Plans and specifications are on file at the City of Tukwila, 6200
Southcenter Boulevard, Tukwila, Washington 98188 (telephone:
433 - 1800). Plans and specifications may be obtained from the Public
Works-Department for $25 per set. There will be no refunds and no
returns. This project consists of approximately 1900 linear feet of
roadway construction including grading, asphalt paving, curb and
gutter, sidewalk, driveway repairs, storm drainage improvements and
miscellaneous items of work.
2. LOCATION
The project improvements consist of portions of 55th Avenue South
between South 140th Street and South 144th Street and South 140th.
Street between 53rd Avenue South and 55th Avenue South.
The specific locations of the facilities to be constructed are as
shown. on the Construction Plans.
3. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE
Bidders shall satisfy themselves as to construction conditions by per-
sonal examination of the plans, specifications and site of the pro-
posed. work. by any other examination and investigation which they
may desire to make as to the nature of the soil and difficulties to be
encountered.
4. PROPOSALS
Proposals shall be made on the forms included herewith and shall be
addressed to the City Clerk, City of Tukwila, 6200 Southcenter
Boulevard, Tukwila, Washington 98188. Proposals shall be in a sealed
envelope and shall be mailed or delivered to the above address to
arrive not later than the time and date stated in the Advertisement
for Bids. No proposal may be withdrawn after the -time set for the bid
opening or before award of contract unless said award is delayed for a
period exceeding 90 calendar days.
Proposals shall be submitted for the entire scope of work specified
'herein for all schedules. Bids submitted for only one schedule, spe-
cific portions of the entire scope of work, or a combination thereof
shall be considered incomplete and shall become cause for rejection of
the bid.
5. BID PROPOSAL DEPOSIT
As guarantee of good faith and as required by law, each bid shall be
accompanied by a bid proposal deposit in the form of'a certified
check, cashier's check, postal money order or surety bond payable to
the City of Tukwila for an amount not less than 5 per cent of the
total amount.of the bid. The deposits of the three low bidders will •
8L.Tukw4 IB -1
be retained until a contract has been entered into between the suc-
cessful bidder and the Owner and until a Performance Bond in an amount
of 100 per cent of the contract price has been filed as required under
these Contract Documents. The deposits of the other bidders will be
returned as soon as it is determined that they are not one of the
three low bidders.
6. AWARD OF CONTRACT
A contract will not be awarded until the Owner is satisfied that the
successful bidder is reasonably familiar with the class of work con-
templated and has the necessary capital, tools and experience to
satisfactorily perform the work within the time stated. Completion of
the work within the time stated is essential and prior commitments of .
the bidder, failure to complete other work on time, or reasonable
doubt as to whether the bidder would complete the work on time, would
be cause for the rejection of any bid. The right is reserved by the
Owner to waive any informalities in the bidding, to reject any or all
proposals, to accept any proposal or combination of schedules or
alternates, to readvertise for new proposals, or to otherwise carry
out the work. The Owner further reserves the right to award the
contract or contract for the work subject to budget restraints, his
successful completion of financing arrangements, or upon obtaining all
licenses to construct from adjacent property owners. The City is in
the process of procuring all these licenses to construct. One contract
will be awarded for this project. The award will be for either all
three bid schedules or a combination of schedules as the owner decides
to award..
7. FAILURE TO EXECUTE CONTRACT
In the event the successful bidder fails to furnish an approved bond
and to sign the contract within ten days after notification by the
Owner, an amount equal to 5 per cent of the bid shall be forfeited to
the Owner as liquidated damages. Said liquidated damages shall be
paid from the certified check or bid bond. Other proposals will then
be reconsidered for award by the Owner.
8. CORRECTIONS, INTERPRETATIONS AND ADDENDA
Any omissions, discrepancies or need for interpretations should be
brought in writing to the attention of the Engineer. Written addenda
to clarify questions which arise will then be issued. All interpreta-
tions or explanations of the Contract Documents shall be in the form
of an addendum and no oral statements by the Owner, Engineer, or other
representative of the Owner shall, in any way, modify the Contract
Documents, whether made before or after letting the contract.
9. PROJECT ENGINEER
Notices as required in the General Conditions shall be mailed to Mr.
Phil Fraser, Senior Engineer, City of Tukwila.
8L.Tukw5 IB -2
10. SUBCONTRACTORS
Each proposal shall have listed on the form provided, the name and
address of each subcontractor to whom the bidder proposes to sublet
portions of the work in excess of thirty per cent (30%) of the total
amount of his proposal. For the purpose of this article, a sub-
contractor. is defined as one who contracts with the Contractor to fur-
nish materials and labor, or labor only, for the performance of work
at the site of the work. Failure to list subcontractors may result in
the proposal being rejected as not responsive. Each bidder shall sub-
mit with his bid a description of the work he will perform with his
own organization, the percentage of the total work this represents,
and the estimated cost thereof.
All contractors shall prepare and submit the data contained in the
"Statement of Bidder's Qualifications" bound with the proposal of
these specifications.
8L.Tukw6 IB -3
PROPOSAL INDEX
Proposal Proposal - 1
55th Avenue South - Schedule A Proposal - 2
South 140th - Schedule B Proposal - 5
Sanitary Sewer - Schedule C Proposal - 8
Proposal Signature Sheet Proposal - 9
Bid Security Proposal - 11
Non-Collusion Affidavit Proposal - 12
Bidder's Experience Record Proposal - 13
Equipment and Manpower Schedule Proposal - 14
Proposed Subcontractors Proposal - 15
8L.Tukw41
PROPOSAL
Contractor's State License No.
Contractor's State Tax No.
City of Tukwila Contract No.
Mayor and City Council
City of Tukwila
6200 Southcenter Boulevard
Tukwila, Washington 98188
The undersigned hereby certif(ies)(y) that (he)(they) (has)(have) per-
sonally examined the location and construction details of Work outlined in
the Contract Documents for City of Tukwila 1984 Street Improvement Project,
55th Avenue South and South 140th Street and (has)(have) read and
thoroughly understand(s) these Documents which govern all Work embraced in
this improvement and the methods by which payment will be made for said
Work, and hereby propose(s) 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:
As evidence of good faith, cash, bid bond, cashier's check, certified
check, or postal money order made payable to the City of Tukwila is
attached hereto. The undersigned understands and here agrees that, should
this offer be accepted and the undersigned fails or refuses to enter into a
contract and furnish the required construction performance bond, and
necessary liability insurance, the undersigned will forfeit to the District
an amount from the "good faith token" equal to five per cent (5%) of the.
amount bid as liquidated damages, all as provided for in the
specifications.
The unit prices here submitted shall apply to the quantity actually allowed
by the Owner regardless of the relationship to the quantities as indicated
in this Proposal.
(NOTE: Unit Prices for all items, all extensions and total amount of bid
must be shown. Show unit prices in both words and figures and where
conflict occurs the written or. typed words shall prevail).
8L.Tukw42 Proposal - 1
SECTION 2
1984 STREET IMPROVEMENT PROJECT
BID SCHEDULE A
55TH AVENUE SOUTH
Applicable
Item Description Quantity Unit Price Sales Tax Total
1. Clearing and Grubbing Lump Sum $ $_ $
2. Water 75 TG $ $ $
3. Common Excavation including
Embankment, Compaction
& Hauling 1425 CY $ $ $
4. Sawcutting of Existing
Concrete Driveway 30 LF $ $ $
5. Sawcutting of Existing
Asphalt Driveway 45 LF $ $
6. Cement Concrete Curb
and Gutter 2830 LF $ $
7. Cement Concrete Sidewalk
including House Walk and
Concrete Fill -in 950 SY $ $ $
8. Cement Concrete Steps 25 LF $ $ $
9. Bank Run Gravel Class B 800 SY $ $ $
10. Crushed Surfacing 3935 SY $ $ $
11. Asphalt Concrete Pavement
Class B 2" Thick 3935 SY $ $ $
12. Inlet Type IV 5 EA $ $ $
13. Catch Basin Type I 6 EA $ $ $
14. Catch Basin Type II with unit P 1 EA $ $ $
16. Catch Basin Type II 1 EA $ $ $
17. Adjust Catch Basin with
Solid Lid 1 EA $ $ $
8L.Tukw43 Proposal - 2
55th Avenue South BID SCHEDULE A
Section 2 (Continued)
Applicable
Item Description Quantity Unit Price Sales Tax Total
18. 8" Concrete Storm Drain 176 LF $ $ $
19. 12" Concrete Storm Drain 969 LF $ $ $
21. Rockery Drain 1125 LF $ $_ $
22. Trenching and Backfill for
Private Utility Main Trench 1900 LF $ $ $
23. Trenching and Backfill for
Private Utility Service
Trench 150 LF $ $ $
24. Salvage Existing Catch Basins 1 EA $ $ - $
25. Adjust Existing Manhole 4 EA $ $ $
26. Adjust Existing Valve Box 3 EA $ $ $
27. New Monument 1 EA $ $ $
28. Relocate Existing Water
Meter Box (Paved Area) 1 EA $ $ $
29. Adjust Existing Water
Meter Box (Paved Area) 7 EA $ $ $
30. Adjust_Exist Water Meter Box
(Planted Area) 1 EA $ $ $
31. Lower Main 540 LF $ $ $
32. Water Service Adjust 50 LF $ $ $
33. Adjust Fire Hydrant 1 EA $ $ $
34. Relocate Fire Hydrant 1 EA $ $ $
35. Search for Side Sewer 1 EA $ $ $
36. Side Sewer 5 EA $ $ $
37. Rock Wall 900 SY $ $ $
38. Rebuild Rock Wall 100 SY $ $ $
8L.Tukw44 Proposal - 3
55th Avenue South BID SCHEDULE A
Section 2 (Continued)
Applicable
Item Description Quantity Unit Price Sales Tax Total
39. Sod 14,300 SF $ $ $
40. Decorative Bark 300 SY $ $ $
41. 1/2" - 2" Washed Rock 150 SY $ $ $
42. Cement Concrete Driveway
(5 -1/2" Thick), Class 5
(1 -1/2) 495 SY $ $ $
43. Asphalt Concrete Driveway 655 SY $ $ $
44. Crushed Reject Top Course
for Gravel Driveways 280 SY $ $ $
45. Remove and Reinstall
Existing Fence and Gate
200 LF $ $ $
46. Permanent Pavement Markings Lump Sum $ $ $
47. Provide Permanent Signing 16 EA $ $ $
48. Area Drain Type II 2 EA $ $ $
49. Guard Rail 30 LF $ $ $
50. Relocate Existing Shrubery
or Replace in Kind Lump Sum $ $ $
51. 6" Perforated Pipe
French Drain 200 LF $ $ $
52. 4' Chain Link Fence Type 6 1,005 LF $ $ $
53. Compaction Tests 6 EA $ $ $
57. Railroad Tie Wall 6 SY $ $ $
58. PVC Service Riser 3 EA $ $ $
59. Solid Rock Excavation 30 CY $ $ $
60. Driveway Railing 35 LF $ $ $
SUBTOTAL
55th Avenue South $
8L.Tukw45 Proposal - 4
8. Cement Concrete Steps 10 LF $ $ $
9. Bank Run Gravel Class B 500 SY $ $ $
II10. Crushed Surfacing 1615 SY $ $ $
11. Asphalt Concrete Pavement
IIClass B 2" Thick 1615 SY $ $ $
13. Catch Basin Type I 2 EA $ $ $
II14. Catch Basin Type II with
Solid Lid - Unit R 3 EA $ $ $
15. Catch Basin Type II 3 EA $ $ $
17. Adjust Catch Basin with
IISolid Lid 1 EA $ $ $
18. 8" Concrete Storm Drain 26 LF $ $ $
r19. 12" Concrete Storm Drain 530 LF $ $ $
20. 18" Concrete Storm Drain 176 LF $ $ $
8L.Tukw46 Proposal - 5
South 140th Street BID SCHEDULE B
Section 2 (Continued)
Applicable
Item Description Quantity Unit Price Sales Tax
Total
21. Rockery Drain 350 LF $ $ $
22. Trenching and Backfill for
Private Utility Main Trench 550 LF $ $ $
23. Trenching and Backfill for Private
Utility Service Trench 120 LF $ $ $
24. Salvage Existing Catch Basins 1 EA $ $ $
25. Adjust Existing Manhole 1 EA $ $ $
26. Adjust Existing Valve Box 1 EA $ $ $
27. New Monument 1 EA $ $ $
29. Adjust Existing Water
Meter Box (Paved Area) 1 EA $ $
30. Adjust Exist Water Meter
(Plated Area) 2 EA $ $ $
31. Lower Water Main 200 LF $ $ $
32. Water Service Adjust 80 LF $ $ $
36. Side Sewer 1 EA $ $ $
37. Rock Wall 170 SY $ $ $
39. Sod 2450 SF $ $ $
40. Decorative Bark 25 SY $ $ $
41. 1/2" - 2" Washed Rock 10 SY $ $ $
42. Cement Concrete Driveway
(5 -1/2" Thick), Class 6
(1 -1/2) 120 SY $ $ $
43. Asphalt Concrete Driveway 85 SY $ $ $
44. Crushed Reject Top Course
for Driveways 350 SY $ $ $
8L.Tukw47 Proposal - 6
South 140th Street BID SCHEDULE B
Section 2 (Continued)
Applicable
Item Description Quantity Unit Price Sales Tax Total
45. Remove and Reinstall
Fence and Gate 200 LF $ $ $
46. Permanent Pavement Markings Lump Sum $ $ $
47. Provide Permanent Signing 6 EA $ $ $
50. Relocate Existing Shrubery
or Replace in Kind Lump Sum $ $
51. 6" Perforated Pipe
French Drain 100 LF $ $ $
52. 4' Chain Link Fence 20 LF $ $ $
53. Compaction Tests 6 EA $ $ $
59. Solid Rock Excavation 20 CY $ $ $
61. 4" PVC Schedule 40 120 LF $ $ $
8L.Tukw48
SUBTOTAL
Alternate B
Proposal - 7
SCHEDULE C
Sanitary Sewer Lots 1, 2, 3, 4, 17, 18, 19 and 20
Block 20, A.G. Berg Addition
Applicable
Item Description Quantity Unit Price Sales Tax Total
1. Clearing and Grubbing
Lump Sum $ $
3. Common Excavation including
Embankment Compaction & Haul 300 CY $ $ $
6. Cement Concrete Curb
and Gutter 10 LF $ $ $
9. Bank Run Gravel Class B 200 SY $ $ $
19. 12" Concrete Storm Drain 40 LF $ $ $
33. Side Sewer Tee 8 EA $ $ $
39. Cement Concrete Driveway
5 -1/2" Thick, Class 5 (1 -1/2 ") 6 SY $ $ $
44. Crushed Reject Top Course
for Driveways 460 SY $ $ $
54. Sanitary Sewer Manhole 1 EA $ $ $
55. 8" Sanitary Sewer Pipe 256 LF $ $ $
56. Pavement Patch 12 SY $ $ $
SUBTOTAL
Schedule C
BID SUMMARY
Schedule A -
55th Avenue South
Schedule B -
South 140th Street
Schedule C -
Sanitary Sewer
TOTAL BID $
8L.Tukw49 Proposal - 8
PROPOSAL SIGNATURE SHEET (Continued)
•
(Bidder)
(Signature of Authorized Official) (Date)
(Printed Name and Title)
(Address) (Telephone No.)
NOTE: 1. If the bidder is a co- partnership, so state, giving firm name
under which business is transacted.
2. If the bidder is a corporation, this proposal must be executed
by .its duly authorized officials.
3. A bid must be received on all items. If, any are left blank or
represent $0.00, the bid may be disqualified.
Receipt of the following addenda to the Contract Documents is hereby
acknowledged:
Addendum No.
1
2
3
4
Date of Receipt Signed Acknowledgement
Note: Failure to acknowledge receipt of Addenda may be considered as an
irregularity in the Bid Proposal and the City reserves the right to deter-
mine whether the bid will be thrown out.
8L.Tukw8 Proposal - 10
BID SECURITY
Herewith find deposit in the form of a certified check, cashier's check,
cash or bid bond in the amount of $' , which
amount is not less than five percent (5.0%) of the total bid including
sales tax.
Signature
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
That we, , as Principal, and
as Surety, are held and firmly bound unto the City of Tukwila, as Obligee,
in the penal sum of dollars for the payment of
which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these
presents.
The conditions of this obligation is such that if the Obligees shall make
any award to the Principal for:
City of Tukwila 1984 Street Improvement Project
55th Avenue South and South 140th Street
according to the terms of the proposal or bid made by the Principal
therefore, and the Principal shall duly make and enter into a contract with
the Obligee in accordance with the terms of said proposal or bid and award
and shall give bond for the faithful performance thereof, with Surety or
Sureties approved by the Obligee; or if the Principal shall, in case of
failure so to do, pay and forfeit to the Obligee, the penal amount of the
deposit specified in the Invitation to Bid, then this obligation shall be
null and void; otherwise it shall be and remain in full force and effect
and the Surety shall forthwith pay and forfeit to the Obligee, as penalty
and liquidated damages, the amount of this bond.
SIGNED, SEALED AND DATED this day of
Principal
, 19 .
Surety
8L.Tukw9 Proposal - 11
STATE OF
COUNTY OF
NON- COLLUSION AFFIDAVIT
) 85._
The undersigned, being first duly sworn, deposes and says that the
person, firm, association, copartnership or corporation herein named,
has 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 the preparation and sub-
mission of a proposal to the City of Tukwila for consideration in the
award of a contract on the improvement described as follows:
City of Tukwila 1984 Street Improvement Project
55th Avenue South and South 140th Street
Name of Firm
Signature of Authorized Member
Sworn to before me this
day of , 19
Notary Public
SEAL
8L.Tukw10 Proposal - 12
Name of Bidder
BIDDER'S EXPERIENCE RECORD
Business Address
Telephone Number
Individual ( ) Partnership ( )
Corporation ( ) (Check One)
Construction successfully completed within past five years similar in size,
scope, and difficulty of construction to the work bid upon.
Name of Owner Name of
and Telephone No. Project
1
2
3
4
5
1
2
3
4
Number of Contract Days
Allowed for Above
Projects
(Signed)
(BY)
(TITLE)
Date
Nature of Work
Amount of
Contract
Actual Number of Days to
Complete Above Projects
Name of Company
8L.Tukw11 Proposal - 13
Equipment to be used:
EQUIPMENT AND MANPOWER SCHEDULE
Manpower schedule: (use additional sheets if required)
Name of Firm
Signature of Authorized Member
8L.Tukw12 Proposal - 14
The following is
if the bidder is
excess of 30 per
written approval
PROPOSED SUBCONTRACTORS
a list of the subcontractors that will be
awarded the contract and no subcontractor
cent of the bid who is not listed will be
of the City of Tukwila.
•
•
used in the work
doing work in
used without the
8L.Tukw13
Proposal - 15
CONTRACT
NO.
THIS AGREEMENT, made and entered into this day of
19 by and between the City of Tukwila, Washington hereinafter called
the Owner, and
hereinafter called the Contractor,
WITNESSETH:
That in consideration of the terms and conditions contained herein and
attached and made a part of this agreement, the parties hereto convenant
and agree as follows:
I. The Contractor shall do all work and furnish all tools, materials,
and equipment for
in accordance with and as described in the attached Plans and
Specifications and the Standard Specifications for Municipal Public Works
Construction, which are by this reference incorporated herein and made a
part hereof, and shall perform any alterations in or additions to the work
provided under this contract and every part thereof.
Contract time shall commence within 10 working days after execution of
the contract or sooner, if agreed to by owner and contractor and so
designated on the Notice to Proceed.
The work under this contract shall be completed within 60 working days
after the date on the Notice to Proceed.
If said work under this contract is not completed by the date specified,
the Contractor agrees to pay as liquidated damages to the Owner the sum of Five
Hundred Dollars ($500.00) for every calendar day said work remains uncompleted
after the expiration of the contract time plus costs of engineering inspection,
supervision, legal expenses and court costs incurred beyond the contract time.
The Contractor shall provide and bear the expense of all equipment, work
and labor of any sort whatsoever that may be required for the transfer of
materials and for construction and completing the work provided for in this
contract and every part thereof, except such as are mentioned in the specifica-
tions to be furnished by the City of Tukwila.
II. The City of Tukwila hereby promises and agrees with the Contractor to
employ, and does employ the Contractor to provide the materials and to do and
cause to be done the above described work and to complete and finish the same
according to the attached plans and specifications and the terms and con-
ditions herein contained and hereby contracts to pay for the same according
to the attached specifications and the schedule of unit or itemized prices
hereto attached, at the time and in the manner and upon the conditions pro-
vided for in this contract.
8L.Tukw14
R
III. The Contractor for himself, and for his heirs, executors,
administrators, successors, and assigns, does hereby agree to the full per-
formance of all the covenants herein contained upon the part of the
Contractor.
IV. It is further provided that no liability shall attach to the City
of Tukwila by reason of entering into this contract, except as expressly
provided herein.
IN WITNESS WHEREOF, THREE (3) identical counterparts of this agreement,
each of which shall for all purposes be deemed an original thereof, have
been duly executed by the parties herein above named on a day and year
first written above.
ATTEST:
This day of , 19
City Clerk
Approved as to legality:
City Attorney
ATTEST (If Corporation):
Title
CITY OF TUKWILA, WASHINGTON
Owner
By
Mayo r
By
Title
Address
Contractor
WITNESS (If individual or partnership)
8W .Tuk16
PERFORMANCE BOND
BOND TO CITY OF TUKWILA, WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned,
, as principal,
and a corporation,
organized and existing under the laws of the State of
as a surety corporation, and qualified under the laws of the State of
Washington to become surety upon bonds of contractors with municipal
corporations, as surety, are jointly and severally held and firmly bound to
the City of Tukwila, Washington, in the penal sum of
dollars, for the payment of
which sum on demand we bind ourselves and our successors, heirs, admi-
nistrators.or personal representatives as the case may be.
This obligation is entered into in pursuance of the statutes of the State
of Washington, and the Ordinances of the City of Tukwila, Washington.
Dated at Tukwila, Washington, this day of , 19
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, the City of Tukwila on the day of , 19 , let to the
above written bounden principal a certain contract. The said contract
being numbered , and providing for
which contract is referred to herein and is made a part hereof as though
attached hereto, and
WHEREAS, the said principal has accepted, or is about to accept, the said
contract, and undertake to perform the work therein provided for in the
manner and within the time set forth:
NOW, THEREFORE, if the above bounden principal shall faithfully perform all
of the provisions of said contract in the manner and within the time
therein set forth, or within such extensions of time as may be granted
under said contract, and shall pay all laborers, mechanics, sub - contractors
and material men, and all persons who shall supply principal or sub-
contractors with provisions and supplies for the carrying on.of said work
and shall hold said City of Tukwila, Washington, harmless from any loss or
damage occasioned to any person or property by reason of any carelessness
or negligence on the part of said principal or any sub - contractor in the
performance of said work, and shall indemnify and hold the City of Tukwila,
Washington, harmless from any damage or expense by reason of failure or
performance as specified in said contract, and The Surety, for value
received, herein stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the contract or the work to be per-
formed thereunder, or the specifications accompanying the same, shall in
8W.Tuk17
any way affect its obligations of this bond, and it does hereby waive
notice of any such change, extension of time, alteration or addition to the
terms of the contract or to the work or to the specification.
PROVIDED, however, that after the acceptance of this contract and the
expiration of the lien period, and if there are no liens pending, then the
penal sum of this bond, shall be reduced to the sum of 10% of estimate
dollars, to insure against defects appearing or developing in the material
or workmanship provided or performed under this contract within a period of
one year after acceptance; not withstanding the reduction of this bond, the
principal and surety shall hold the City of Tukwila harmless from all
defects appearing or developing in the material or workmanship provided or
performed under this contract within a period of one year after acceptance,
then and in that event this obligation shall be void; but otherwise. it
shall be and remain in full force and effect.
It is hereby expressly agreed that if any legal action is necessary to be
brought under the conditions of this bond, that the decision of the Courts
of the State of Washington shall be binding.
IN WITNESS WHEREOF, the above - bounden parties have executed this instrument
this day of , 19
Countersigned:
Principal
Surety
By
Attorney in Fact
Resident Agent
Approved By:
8W.Tuk18
Resident Agent's Address
CERTIFICATE OF INSURANCE
Name of Insurance Company:
Job Description:
This is to certify to:
Address:
that the following policy(s), subject to its normal terms, conditions, and
exclusions, has been issued as indicated below:
Name of Insured:
Address:
INSURANCE IN FORCE
Type of Insurance
Policy No. Effective Expires Limits of Liability
Manufacturers' and
Contractors'
(Bodily Injury)
Manufacturers' and
Contractors' in-
cluding Completed
Operations
(Property Damage)
$250,000 Each Person
500,000 Each
Occurrence
250,00 Each Person
500,000 Aggregate
Owners' and Con -
tractors' Protective
(Bodily Injury)
Owners' and Con-
tractors' Protective
(Property Damage)
Blanket
Contractual
(Bodily Injury)
'Blanket
Contractual
(Property Damage)
Comprehensive
General
Bodily Injury
250,000 Each Person
500,000 Each
Occurence
250,000 Each
Occurrence
500,000 Aggregate
250,000 Each Person
500,000 Each
Occurence
250,000 Each
Occurrence
500,000 Aggregate
250,000 Each Person
500,000 Each
Occurrence
8W .Tukl8A
CERTIFICATE OF INSURANCE (Continued)
Type of Insurance' Policy'No.
Comprehensive
General
(Property Damage)
Effective Expires Limits of Liability
$250,000 Each
Occurrence
500,000 Agg.
Operations
500,000 Agg.
Protective
500,000 Agg.
Products
500,000 Agg.
Contractual
Automobile
(Bodily Injury)
250,00 Each Person
500,000 Each
Occurrence
Automobile
(Property Damage)
250,000 Each
Occurrence
Policy(s) has been endorsed to the occurrence basis, for both Bodily Injury
and Property Damage Liability.
Yes
No
The City of Tukwila and SEA, Inc., Engineers /Planners, has been added to
the above policy(s) as additional named insureds.
Yes No
Explosion, blasting, collapse and destruction of underground utilities
(X.C.U.) covered.
Yes No
In the event of cancellation of or any reduction of limits in the insurance
or other material change as shown herein, the issuing company will give ten
days' notice by certified mail to the parties to whom this certificate is
issued and at the address stated herein. The mailing of such notice as
aforesaid shall be sufficient proof of notice.
Date
8W .Tukl8B
Insurance Company
By
Authorized Representative
GENERAL CONDITIONS
1. Scope
2. Definitions
3. Abbreviations
4. Execution, Correlation and Intent of Documents
5. Plans and Specifications - Omissions and Discrepancies
6. Examination of Site of Work
7. Status of Engineer
8. Engineer's Decision
9. Contractor's Representations and Warranty
10. Inspection and Tests
11. Final Inspection and Acceptance
12. Plans and Specifications Accessible
13. Ownership of Drawings
14. Notice of Award
15. Insurance
16. Notice to Proceed
17. Progress Schedule
18. Schedule for Values of Lump Sum Work
19. Pre- Construction Conference
20. Material and Equipment - Material and Equipment List
21. Shop Drawings
22. Cutting and Fitting
23. Labor, Materials, Equipment Facilities and Workmen
24. Materials and Equipment Furnished by Owner
25. Samples
8W .Tuk19
GC -1
GC -1
GC - 4
GC -6
GC - 6
GC -7
GC -7
GC -8
GC -8
GC -9
GC - 10
GC - 10
GC - 10
GC - 10
GC - 11
GC - 11
GC - 11
GC - 12
GC - 12
GC - 12
GC - 14
GC - 14
GC - 14
GC -15
GC - 15
26. Determination of "Or Equal"
27. Royalties and Patents
28. Lands for Work
29. Surveys, Permits, Laws and Regulations
30. Points and Instructions
31. Payment of Prevailing Wages
32. Protection of Work and Property and Safety
33. Existing Utilities or Obstructions
34. Replacing Improvements
35. Superintendance and Supervision
36. Changes in the Work
37. Increase or Decrease of Work
38. Claims for Extra Cost
39. Delays and Extension of Time
40. Completion and /or Correction of Work and Remedies
Before Final Payment
41. Defects Arising in One Year and Remedies
42. Suspension of Work
43. Owner's Right to Terminate Contract
44. Contractor's Right to Stop Work or Terminate Contract
45. Removal of Equipment
46. Use of Completed Portion of Work
47. Application for Payment
48. Payments Withheld
49. Indemnity
50. Performance Bond
8W .Tuk20
GC - 15
GC - 16
GC - 16
GC - 16
GC - 17
GC - 17
GC - 20
GC - 20
GC - 21
GC - 21
'GC -22
GC - 22
GC - 23
GC - 23
GC - 24
GC - 25
GC - 25
GC 26
GC - 27
GC - 28
GC - 28
GC - 28
GC - 30
GC - 30
GC - 30
51. Damages
52. Subletting and Subcontracting
53. Separate Contract - Interference with Other Contractors
54. Cleanup
55. Washington State Sales Tax
56. Use of Off -Shore Items
57. Attorney's Fees, Costs and Interest
GC - 31
GC - 31
GC - 31
GC - 32
GC - 33
GC - 33
GC - 33
GENERAL CONDITIONS
1. SCOPE
These are general conditions to all contracts. Reference to, or
requirements for, non-applicable conditions for any particular
contract will be construed to have no meaning relative to the perfor-
mance of such work.
2. DEFINITIONS
The following terms as used in this contract shall be defined and
interpreted as follows:
a. "Contract" or "This Contract ": The particular contract executed
by the Contractor and the Owner, of which these General Conditions
are integral parts.
b. "Contract Documents ": All of the documents and information
hereinafter set forth in subparagraph x.
c. "Consultant ": A licensed registered engineer or an authorized
member of a licensed consulting firm or orgainzation retained by
the Owner for the design and /or the construction engineering of
specific public works projects.
d. "Owner ": The entity that is a part of this contract, contracting
under the official name set forth in the Agreement.
e. "Contractor ": The person, partnership, firm or corporation
contracting to do the work under these Contract Documents. The
term shall also include the Contractor's agents, employees and
subcontractors. The legal address is shown in the Proposal.
f. "Engineer": The chief executive officer or immediate assistant of
the engineering agency or department for the State, County, City,
or other political subdivision who is currently a licensed
registered Engineer of the State of Washington, acting directly or
through his duly authorized representatives. The Engineer may
also include a legally authorized agent.
g. "Project ": The structure or improvement to be constructed in
whole or in part through the performance of the contract.
h. "Plans ": The plans shall mean all official drawings or reproduc-
tions of drawings made or to be made pertaining to the work pro-
vided for in the contract, or to any structure connected therewith.
i. "Specifications ": The specifications shall mean the prescribed
directions, requirements, explanations, terms and provisions per-
taining to the various features of the work to be done, or manner
and method of performance, and the manner and method of measure-
ments and payments. They also include directions, requirements,
and explanations as set forth on the plans.
8W•Tuk22 GC - 1
j
"Reference Specifications ": Reference specifications shall mean
the technical specifications of other agencies incorporated or
referred to herein.
"Proposal ": The proposal shall mean the approved proposal form
upon which the bidder is to submit, or has submitted, his proposal
or bid for performing the work contemplated. •
k. "Work ": The work necessary to manufacture and deliver the
machinery, equipment and material and /or the furnishing of all
labor, tools, material, equipment, construction equipment, working
drawings, where required, and other necessities for the construc-
tion or erection of the structures shown and called for in the
plans, specifications and contract, and the act of constructing or
erecting said structures, complete.
1. "Item ": A convenient subdivision of work under these
specifications, as herein separately described.
m. "Material or Materials ": These words shall be construed to
embrace machinery, manufactured articles, materials or construc-
tion (fabricated or otherwise) and any other classes of material
to be furnished in connection with the contract.
n. "Equipment ": The machinery, accessories, appurtenances, and manu-
f actured articles to be furnished and /or installed under the
Contract. •
o. "Contractor's Equipment ": The phrase, "Contractor's Equipment ",
shall include all items of materials or equipment remaining in the
Contractor's ownership and removed from the site upon completion
of the project.
p•
q•
"Or Equal ": Any manufacutured article, material, method, or work
which, in the opinion of the Engineer, is equally desirable or
suitable for the purposes intended in these specifications and
contract, as compared with similar articles specifically mentioned
herein.
"Contract Drawing or Drawings ": All drawings or plans prepared by
the Engineers.
r. "Details or Additional Drawings ": All details or drawings`pre-
p ared and issued by the Engineer subsequent to the signing of the
contract, and, for further explanation or amplification of the
Contract Drawings, or for the revision of the same, all as herein
provided.
"Supplemental Drawings and Instructions ": The Engineer may
furnish, at his sole discretion, upon written request of the
Contractor, with reasonable promptness, additional instructions by
means of drawings or documents necessary, in the opinion of the
Engineer, for the proper execution of the work. All such drawings
and instructions shall be consistent with the Contract Documents.
8W.Tuk23 GC - 2
s. "Shop Drawings ": All shop details of structural steel, pipe,
machinery, equipment, schedules and bending diagrams of rein-
forcing steel, and other detail drawings furnished by the
Contractor as required and provided for in the specifications.
t. "Words and Phrases ": Whenever the words, "as directed ", "as
required ", "as permitted ", or words of like effect are used, it
shall be understood that the direction, requirement or permission
of the Owner and Engineer is intended. The words, "sufficient ",
"necessary", "proper ", and the like shall mean sufficient,
necessary or,proper in the judgment of the Owner and Engineer.
The words, "approved ", "acceptable ", "satisfactory", or words of
like import shall mean approved by or acceptable to the Owner and
Engineer.
u. "Contract Price ": Either the unit price, the unit prices, or lump
sum price or prices named in the proposal, or in properly executed
change orders.
v. "Surety ": Any firm or corporation executing a surety bond or
bonds payable to the Owner, securing the performance of the
contract, either in whole or in part.
w. "Time Limits ": All time limits stated in the Contract Documents
are of the essence of the contract.
x. "Points ": Wherever reference is made to the Engineer's points,
this shall mean all marks, bench marks, reference points, stakes,
hubs, tacks, etc., established by the Engineer for maintaining
horizontal and vertical control of the work.
y.
"Contract Documents ": The Contract Documents shall consist of the
following and, in case of conflicting provisions, the first wen-
t ioned shall have precedence.
Change Orders after the Agreement is Signed
Addenda
Agreement
Detail Drawings and Written Instructions
Measurement and Payment
Special Provisions
Plans
General Conditions
Detail Specifications
General Specifications
Reference Specifications
Information for Bidders
Proposal
Performance Bond
z. "Conflict of Provisions": In the event of any conflict between
any provision or requirement of the component parts of this
Contract, the component part having the highest order of sequence,
as established in paragraph 2y above, shall govern
8L.Tukw15 GC - 3
zz. "Days ": Days as used in these specifications will be understood
to mean working days or calendar days as stated.
3.. ABBREVIATIONS
Whenever the following abbreviations are used on the plans,
specifications, proposals and contracts, they shall be construed to
mean the words and terms listed below:
A Acre
AC Asbestos Cement
AF Acre-Feet
Ajd Adjust
AIA American Institute of Architects
AISC American Institute of Steel Construction
AITC American Institute of Timber Construction
Asp. Pay. Asphalt Pavement
Asp. Conc. Pay. Asphalt Concrete Pavement
ASTM American Society of Testing and Material
ATB Asphalt Treated Base
AVE Avenue
AWS American Welding Society
AWWA American Water Works Association
Bk Book
Blvd Boulevard
BO Blow Off
BTU British Thermal Unit
CB Catch Basin
CB. Inlet Curb Inlet
CFS Cubic Feet per Second
CI Cast Iron
CIP Cast Iron Pipe
CIVB Cast Iron Valve Box
CL Centerline
CMP Corrugated Metal Pipe
CMU Concrete Mason Unit
Conc Concrete
Conc. Cb. Concrete Curb
Conc. Pay. Concrete Pavement
Conc. Ret. Wall Concrete Retaining Wall
Conc. Sew Concrete Sewer
Cond. Conduit
Conn Connect
Cr Cross
CTB Cement Treated Base
C to C Center to Center
Cu Cubic
DDWSP Double Dipped and Wrapped Steel Pipe
DFPA Douglas Fir Plywood Association
Dr Drive or Driveway
E East
Elev. Elevation
Exist. Existing
Exc Excavation
8W.Tuk25
R
GC - 4
FBM Foot Board Measure
Fil Fire Hydrant
FL Flange
FT, FT2, FT3 Foot, Square Feet, Cubic Feet
Ga Gauge
GIP Galvanized.Iron Pipe
GPAD Gallons Per Acre Day
GPH Gallons Per Hour
GPM Gallons Per Minute
G Stl P Galvanized Steel Pipe
GV Gate Valve
Hyd Hydrant
Hyd Ext Hydrant Extension
ID Inside Diameter
In, In2, Ina Inch, Square Inch, Cubic Inch
Inl Inlet
L Length
Lbs Pound
LE' Lineal Feet
Max Maximum
MC Monument Case
Min Minimum
MG Million Gallons
MGD Million Gallons per Day
MH. Manhole
MJ Mechanical Joint
N North
NIC Not in Contract
No. Number
NRS Non Rising Stem
OD Outside Diameter
Pav Pavement
PC Point of Curvature
PJM Premolded Expansion Joint Material
PL Property Line
P1 Place
Plk Planking
Pos Position
PP Power Pole
Pri Primary
Prop Proposed
PSF Pounds Per Square Foot
PSI Pounds Per Square Inch
PT Point of Tangency
R Radius
RC Reinforced Concrete
RCP Reinforced Concrete Pipe
Rem Remove
Repl Replace
RS Rising Stem
S South
Sec Secondary
Sew Sewer
Sp Special
8W.Tuk26 GC - 5
Sq Square
SS Side Sewer
SSPC Steel Structure Painting Council
Std Standard
Stl Steel
Temp Temporary
Trans Transformer
USAS U.S.A. Standards
VC Vertical Curve
V Ch Valve Chamber
VG Vertical Grain
W West
WM Water Main
APWA American Public Works Association
WSP Wood Stove Pipe
Yd Yard
4. EXECUTION, CORRELATION AND INTENT OF DOCUMENTS
a. The Contract Documents are complementary and what is called for by
any one shall be as binding as if called for by all. The inten-
tion of the documents is to include all labor and materials,
equipment and transportation necessary for the proper execution of
the work except where material or equipment is specifically
excepted. Materials or work described in words which so applied
have a well -known technical or trade meaning shall be held to
refer to such recognized standards.
b. It is intended that work not covered under any heading, section,
branch, class or trade of the specifications shall be supplied if
it is shown on drawings or is reasonably inferable as being
necessary to produce the intended results. Minor items of work or
material omitted from the original plans or specifications, but
clearly inferable from the information presented and which are
called for by accepted good practice shall be provided and /or per-
formed by the Contractor as part of his original cost.
c. Where the Contract Documents refer to referenced specifications,
such specifications shall be applicable to technical provisions
only, unless otherwise designated.
5. PLANS AND SPECIFICATIONS - OMISSIONS AND DISCREPANCIES
Upon receipt of award of contract, the Contractor shall carefully
study and compare all drawings, specifications and other instructions
and shall, prior to ordering material or performing work, report in
writing to the Engineer any error, inconsistency or omission in
respect to design, mode of construction or cost which he may discover.
If the Contractor, in the course of this study or in the accomplish-
ment of the work, finds any discrepancy between the drawings and the
physical condition of the locality as represented in the drawings, or
any such errors or omissions in respect to design, mode of construc-
tion or cost in drawings or in the layout as given by points and
instructions, it shall be his duty to inform the Engineer immediately
8W.Tuk27 GC - 6
in writing and the Engineer shall promptly check the same. Any work
done after such discovery, until correction of drawings or authoriza-
tion of extra work is given, if the Engineer finds that extra work is
involved, will be done at the Contractor's risk. If extra work is
involved, the procedure shall be as provided in changes in the work.
6. EXAMINATION OF SITE OF WORK
Before submitting his bid, the'bidder shall examine the site of the
work and ascertain for himself all the physical conditions in relation
thereto. Failure to do this shall not relieve the bidder from
entering into a contract nor excuse him from performing the work in
strict accordance with the terms of the contract and specifications.
He will not be entitled to additional compensation if he subsequently
finds the conditions to require other methods or equipment that he did
not anticipate in making his unit contract bid prices.
Any statement or representation made by an officer, agent or employee
of the Owner with respect to the physical conditions appertaining to
the site of the work shall not be binding upon the Owner.
7. STATUS OF ENGINEER
a. The Engineer shall act as advisor and consultant to the Owner in
engineering matters relating to the contract, PROVIDED, HOWEVER,
nothing contained herein or elsewhere in the Contract Documents
shall be construed as requiring the Engineer to direct the method
or manner of performing any work by the Contractor under this
contract. The Owner, or his duly authorized official, has
authority to stop.the.work whenever, in his opinion, such stoppage
may be necessary to insure the proper execution of the contract.
The Engineer may reject all work and materials which, in his
opinion, do not conform to the contract.
b. It is understood and agreed by and between the parties hereto that
the work included in the contract is to be done to the complete
satisfaction of the Engineer, or his duly authorized
representative, and that the decision of the Engineer as to the
true construction and meaning of the contract, plans, specifica-
tions and estimates, and as to afl questions arising as to proper
performance of the work shall be final. The Engineer shall deter-
mine the unit quantities and the classification of all work done
and materials furnished under the provisions of this agreement
and his determination thereof shall be final and conclusive and
binding upon the Contractor.
c. The Engineer shall decide any and all questions which may arise as
to the quality or acceptability of materials furnished and work
performed and as to the rate of progress of the work, and all
questions as to acceptable fulfillment and performance of the
contract on the part of the Contractor and as to compensation.
The decision of the Engineer in such matters shall be final.
8W.Tuk28 GC - 7
d. The Engineer may direct the sequence of conducting work when it is
in locations where the Owner is doing work either by contract or
by his own forces, or where such other works may be affected by
the Contract, in order that conflict may be avoided and the work
under these specifications be harmonized with that under other
contracts, or with other work being done in connection with, or
growing out of, operations of the Owner. Nothing herein
contained, however, shall be taken to relieve the Contractor of
any of his obligations or liabilities under the contract.
e. Neither the Engineer nor his representatives have authority to
waive the obligation of the Contractor to peform the work in
accordance with the Contract Documents. Failure or omission on
the part of the Engineer or his representatives to condemn
unsuitable, inferior or defective work and /or labor or material or
equipment furnished under the contract shall not release the
Contractor or his bond from performing the work in accordance with
the Contract Documents.
8. ENGINEERS'S DECISION
a. The Engineer shall, within a reasonable time after presentation of
written claims by the Contractor to him, make decisions in writing
on all claims and on all matters relating to the execution and
progress of the work or the interpretation of the Contract
Documents. The Contractor must make all claims in writing. Oral
instructions shall be disregarded by the Contractor. Notice of
all claims shall be addressed to the Chief Engineer at the address
of the Engineer given in the Contract Documents.
b. All the decisions of the Engineer shall be final, except in cases
where disputed time and /or increase or decrease of the Contract
price is involved, which, if no agreement in this regard thereto
is reached, shall be subject to determination by a court of cow-
petent jurisdiction unless otherwise settled by compromise or
arbitration. In respect to performance of the work prior to any
such determination, if the Contractor does proceed with the work
which is the subject of dispute, he does so at his own risk
pending such determination.
9. CONTRACTOR'S REPRESENTATIONS AND WARRANTY
In making a proposal under these Contract Documents, the Contractor
represent and warrants that he has satisfied himself as to construc-
tion conditions by personal examination of the plans, specifications
and site of the proposed work, and by appropriate examinations and
• investigation as to the nature of the soil and construction problems
which may be encountered by reason thereof. Contractor also warrants
and represents himself to be experienced and an expert in the
construction contemplated. Contractor further understands that, in
making the contract award, Owner is relying upon the representations
and warranties of Contractor herein contained.
8W.Tuk29 GC - 8
10. INSPECTION AND TESTS
a. The. Engineer and his representatives shall, at all times, have
access to the work to observe the progress and'quality wherever it
is in preparation or progress, and the Contractor shall provide
proper facilities for such access and for necessary inspection and
testing. If any work should be covered up without approval or
consent of the Engineer, it must, if required by the Engineer, be
uncovered for inspection at the Contractor's expense. After
inspection, a re- examination of questioned work may be ordered by
the Engineer, and, if so ordered, the work shall be uncovered .by
the Contractor. If such work be found by the Engineer to be in
accordance with the Contract Documents, the Owner shall pay the
cost of re- examination and replacement. If such work be not found
in accordance with the Contract Documents, the Contractor shall •
pay such costs.
b. The Contractor shall make reasonable tests of the work at
Contractor's expense upon Engineer's request and shall maintain a
record of such tests. Prior to the time scheduled for a perfor-
mance test to be observed by the Engineer, the Contractor shall
make whatever preliminary tests are necessary to assure that the
material and /or equipment are in accordance with the
specifications. If, for any reason, the test observed by the
Engineer is unsatisfactory, the Contractor shall pay all costs
incurred by the Engineer for the inspection of the unsatisfactory
test in the manner specified for liquidated damages.
c. Should the Contractor elect to work more than 8 hours per day, or
more than 5 days per week, or on holidays, during the course of
the stated contract time limit, all costs of engineering and
inspection thus entailed will be charged to the Contractor, at 2
times payroll costs. Such charges will be billed directly to the
Contractor by the Owner and said costs shall be a lien against the
Contractor's work. In the event the Contractor fails to pay said
bill or bills by the 30th day of the month billed, such payments
may be handled in accordance with Paragraph 47 of these specifica-
tions. In addition to the above, where the inspector furnished
for the project is an employee of the Owner, the Contractor shall
reimburse the Owner for all inspection time required on holidays
which are a part of the Owner's normal holiday schedule.
d. Where the specifications, the Engineer's instructions, laws,
ordinances, or any government authority require any work to be
specially tested, or inspected, the Contractor shall give the
Engineer timely notice that such test of completed work is ready
for inspection. If the inspection is by another authority than
the Engineer, the Contractor shall give the Engineer timely notice
of the date fixed for such inspection. Required certificates of
inspection by other authority . than the Engineer shall be secured
by the. Contractor.
8W.Tuk30 GC - 9
11. FINAL INSPECTION AND ACCEPTANCE
All material and completed work are subject to final inspection by the
Engineer before acceptance by the Owner. The Engineer may require and
shall have the right to subject all machinery and equipment and work
to such tests, as in his opinion, will assist in determining whether
the contract has been performed in accordance with the Contract
Documents. All such tests shall be at the expense of the Contractor.
12. PLANS AND SPECIFICATIONS ACCESSIBLE
a. The Contractor will be furnished three copies of plans and speci-
fications and shall keep at least one copy of the same constantly
accessible at the construction site.
b. Where shop drawings are required to be submitted for acceptance,
one copy of the approved shop drawings shall be kept constantly
accessible at the construction site.
13. OWNERSHIP OF DRAWINGS
All drawings, specifications and copies thereof prepared or furnished
by the Engineer are his property. They are not to be used on other
work and, with the exception of the signed contract set, are to be
returned to him upon completion of the work.
14. NOTICE OF AWARD
a. A notice of award will be forwarded by the Engineer in behalf of
the Owner to the successful contractor, which notice will also
state the date of a pre- construction conference to be held between
the Engineer and the Contractor. The Notice of Award will be
accompanied by the agreement to be signed by the Contractor and
returned to the Engineer within seven (7) calendar days from
receipt, along with the following items:
Progress Schedule
Public Liability Insurance Policy
Performance Bond
Materials List
Schedule for Values of Lump Sum Work
b. The award of contract, if made, will be made to the lowest respon-
sible bidder. No award will be made until necessary investiga-
tions are made by the Owner as to the responsibility of the
apparent low bidder. The Owner shall be the sole judge as to the
responsibility of the bidder to satisfactorily perform the work as
specified and within the time limit set. Upon failure of the
Contractor to enter into a contract and to submit documents listed
above within ten (10) calendar days after receiving notice of
award, the bid deposit shall be forfeited to the Owner. The award
may then, at the discretion of the Owner, be made to the next
lowest responsible bidder, or the work may be re- advertised, or
may be constructed by the Owner, in any legal manner.
8W.Tuk31
R
GC - 10
15. INSURANCE
The Contractor shall carry liability and property damage insurance
covering all work under this Contract, including that done by
subcontractors. This insurance shall name the Owner and Engineer as
co- insured and shall be primary coverage with any insurance carried by
the Owner classified as additional coverage. Unless specified in
other amounts in the Special Provisions, this insurance shall be
carried as follows: Bodily Injury, each person $500,000, each acci-
dent $1,000,000; Property Damage, each accident $250,000. In addition
to liability and property damage insurance, the Contractor shall, on
projects that consist of either above or below ground structures,
other than standard sewer manholes, sewer lines or water lines,
purchase "All -Risk" Builders Risk coverage of a sufficient limit so as
to protect the replacement value of the work being performed and
naming, besides himself as an insured, the Owner and the Engineer.
16. NOTICE TO PROCEED
Notice to proceed is the official notice from the Engineer in behalf
of the Owner to the Contractor to commence prosecution of the work,
and commences the running of the time for completion of the work.
Notice to proceed will generally be given within two weeks of notice
to the Contractor of award of contract and receipt of executed
contracts by the contractor. No work shall be commenced by the
Contractor prior to receipt of notice to proceed.
17. PROGRESS SCHEDULE
a. The progress schedule shall set forth the order in which the
Contractor plans to perform the work. The schedule may be in
graph or tabular form and shall include the date of submission for
approval of drawings as may be required, starting dates for
construction of the several parts of the work, and estimated
completion dates of such parts, and completion date of the
project.
b. The progress schedule shall coordinate the work of the Contractor
with the work of other contractors in respect to the availability
of job sites upon completion of other work to be performed by
other contractors. The progress schedule may be altered or
revised by the Engineer when deemed necessary in the opinion of
the Engineer in the interest of public safety, welfare or the
interest of the Owner, or for coordination with any other activity
of.other contractors, the availability of all or portions of the
job site, or special provisions of this contract, or to reasonably
meet the completion date of the project.
c. The Contractor shall promptly report to the Engineer any coin
ditions which the Contractor feels will require revision of the
schedule and shall promptly submit proposed revisions in the
progress schedule for acceptance by the Engineer. When such
changes are accepted by the Engineer, the revised schedule shall
be followed by the Contractor.
8W .Tuk3 2 GC - 11
d. The progress schedule will be reviewed at the pre - construction
conference between the Engineer and the Contractor. The
Contractor shall furnish the Engineer with three (3) copies of the
accepted progress schedule prior to commencement of the work.
18. SCHEDULE FOR VALUES OF LUMP SUM WORK
If payments are to be made on lump sum items, the Contractor shall
submit a schedule of values of the various parts of the work,
including quantities, aggregating the total sum of the contract, made
out in such form as the Engineer may require, and if required, sup-
ported by such evidence as to its correctness as the Engineer may
direct. This schedule, when approved by the Engineer, shall be used
as the basis for certificates for payment unless it be found to be in
error. In applying for payments for lump sum work, the Contractor
shall submit estimates of the percentage of work completed, and
payment will be based upon the schedule of values for lump sum work.
19. PRE - CONSTRUCTION CONFERENCE
a. A pre - construction conference shall be held at a time and place
fixed by the Engineer which will be within two weeks from date of
notice of award. The Contractor must be prepared for a thorough
discussion and review, as well as revision which may be deemed
necessary in the opinion of the Engineer, of the following:
Progress Schedule
Materials List
Equipment List
Job Procedures
Inspection Procedures
Plans and Specifications
Shop Drawings
Supplemental Drawings
Schedule for Value of Lump Sum Work
Other Matters pertaining to Performance of the Work
b. Acceptance by the Engineer of the progress schedule shall not in
any event excuse the Contractor of the obligation to complete the
work within the time specified in the agreement or of complying
with all terms, conditions and provisions of the Contract
Documents. Failure of the Contractor to follow the progress sche-
dule submitted and accepted, including revisions thereof, shall
relieve the Owner of any and all responsibility for furnishing and
making available all or any portion of the job site from time to
time, and will relieve the Owner of any responsibility for delays
to Contractor in the performance of the work.
20. MATERIAL AND EQUIPMENT - MATERIAL AND EQUIPMENT LIST
a. All materials and equipment shall be new and shall be as specified
in the Contract Documents, or, if not specified, shall be of a
quality approved by the Engineer. All material and equipment fur-
nished are warranted by the Contractor as new and in accordance
8W.Tuk33 GC - 12
with the plans and specifications, if specified therein, and as
suitable for the intended purpose. In addition thereto, the
Contractor shall furnish the Owner with copies of the supplier's
warranty, and adopt the same as the warranty of the Contractor,
and shall be liable thereon to the Owner.
b. For each proposed substitution, the Contractor shall submit
samples, descriptive and technical data, and reports of tests to
the Owner for approval. The Contractor shall also indicate the
difference in contract cost by reason of the proposed
substitution. No substitute items shall be furnished or installed
without the Owner's written approval. The Contractor shall reim-
burse the Owner for any additional engineering charges and for any
charges for changes in the work of other contractors resulting
from substitutions.
c. The Contractor shall file three (3) copies of a materials and
equipment list with the Engineer prior to the pre - construction
conference. This list shall include the quantity, manufacturer,
and model number, if applicable, of materials and equipment to be
installed under the Contract. This list will be checked by the
Engineer as to conformity with the plans and specifications. The
Engineer will pass upon the lists with reasonable promptness,
making required corrections. The'Contractor shall make any
required corrections and file two (2) corrected copies with the
Engineer within one week after receipt of required corrections.
The Engineer's review and acceptance of the lists shall not
relieve the Contractor from responsibility for suitability for the
intended purpose not for deviations from the drawings and specifi-
cations unless the Contractor has in writing called the Engineer's
attention to such deviations at the time of submittal, and secured
the Engineer's written approval for such deviation.
d. In the event that the Contractor shall request, or submit, an
alternate design, or designs_for some portions of his work, the
Engineer will consider such alternate designs with reasonable
promptness. Such request for either a design review from alter-
nate plans submitted by the Contractor, or request for a re- design
initiated by the Contractor, as set forth above, shall be made in
writing to the Engineer. When the Contractor submits plans for an
alternate design, it shall be in the form of reproducible drawings.
Provided that such proposed alternate design or requested re-
design appear reasonable and satisfactory to the Engineer, the
Engineer will perform an engineering review of the proposed alter-
nate design or, if requested by the Contractor, the Engineer will
perform an engineering re- design of the work to assure its com-
patibility within the framework of the complete operating unit or
system ready for use between the contract limits.
The cost of the engineering review of the proposed alternate, or
the cost of an engineering re- design as requested by the
Contractor will be billed to the Contractor by the Engineer at the
rate of two times the Engineer's direct payroll costs, plus direct
expenses directly attributable to the work.
8W.Tuk34 GC - 13
21. SHOP DRAWINGS
The Contractor shall check and verify all field measurements. He
shall submit with such promptness as to cause no delay in his own work
or in that of any other contractor three (3) copies, checked and
approved by the Contractor; of all shop or setting drawings, and sche-
dules (all collectively herein referred to as "shop drawings ")
required for the work of the various trades in the performance of the
work or where requested by the Engineer, and shall verify all field
measurements or conditions to which the shop drawings are applicable.
The Engineer shall pass upon them with reasonable promptness, making
required corrections, including those related to design and artistic
effect. The Contractor shall make any corrections required by the
Engineer and, within one week after receipt of the required
corrections, shall file with the Engineer two (2) corrected copies and
furnish such other copies as may be needed by the Engineer. The
Engineer's acceptance of such drawings or schedules shall not relieve
Contractor from responsibility for deviation from drawings or
specifications, unless the Contractor has in writing called the
Engineer's attention to such deviation at the time of submission, and
secured the Engineer's written approval, nor shall it relieve the
Contractor from responsibility for errors in shop drawings or
schedules.
22. CUTTING AND FITTING
The Contractor shall do all cutting and fittings of his work that may
be required to make its several parts come together properly and fit
it to receive or be received by work of other contractors shown or
reasonably implied by the drawings and specifications for the
completed structure and the Contractor shall restore all surfaces
damaged by cutting and fitting as the Engineer may direct.
23. LABOR, MATERIALS, EQUIPMENT, FACILITIES AND WORKMEN
a. The Contractor shall provide and pay for all materials, labor,
water, tools, equipment, light, power, transportation and other
facilities necessary for the execution and completion of the work,
except as otherwise stipulated in the Contract Documents.
b. The Contractor shall, at all times, enforce strict discipline and
good order among his employees and shall not employ on the work
any person unfit or not skilled in the work assigned to him.
Employees or agents of the Contractor who, in the opinion of the
Engineer, may impair the quality of the construction shall forth-
with be discharged by the Contractor upon the written request of
the Engineer.
c. During the term of this contract, neither party shall employ nor
hire any employee of the other party, nor of the Engineer, without
the written consent of the other party or of the Engineer. The
Contractor shall not use any work performed or any information
obtained from any employee hired in violation of this provision in
making a claim against the Owner or Engineer and shall also be
8W .Tuk3 5 GC - 14
liable to the Owner as liquidated damages in an amount equal to
double the amount of salary or wages paid to any such employee so
hired in violation hereof.
d. Necessary sanitation conveniences for the use of workmen on the
job, properly secluded from public observation, shall be provided
and maintained by the Contractor.
24. MATERIALS AND EQUIPMENT FURNISHED BY OWNER
a. Contractor shall receive, inspect and accept all Owner- furnished
items of material and equipment, subject only to latent defects.
Claim by the Contractor to the Owner shall be made in writing
within five (5) working days after discovery of any latent defect.
Damages or loss to Owner shall be limited to the cost of and labor
for replacement of any such damaged item. In any event, the
liability of Owner to Contractor for furnishing an item having a
latent defect is limited to damages or loss resulting from use
thereof only to the extent that such loss or damage is recoverable
by the Owner against the supplier. Owner shall include in his
claim the amount of damage to the Contractor or may assign to
Contractor any claim which Owner would otherwise have against any
such supplier; and the sole remedy of Contractor shall be by suit
or action on such assigned claim. Owner agrees to cooperate with
Contractor in furnishing facts or data to assist Contractor in
prosecuting such action.
b. Delays in delivery of Owner-furnished materials or equipment shall
not be cause for clainds for extra costs or damages by Contractor
against Owner, except to the extent that damages can be recovered
by Owner directly or by Contractor directly from the material or
equipment supplier of Owner.
25. SAMPLES
The Contractor shall furnish for
the Engineer. The finished work
samples. Approval of samples by
Contractor of performance of the
Documents.
26. DETERMINATION OF "OR EQUAL"
approval all samples as directed by
shall be in accordance with approved
the Engineer does not relieve the
work in accordance with the Contract
The Engineer shall be the sole judge in the question of "or equal" of
any supplies or material proposed by the Contractor. The Contractor
shall pay to the Owner the cost of tests and evaluations by the
Engineer to determine acceptability of alternates proposed by the
Contractor, in accordance with the established rates of Engineer for
time and expense work, the total cost of which may be offset by the
Owner against the contract price.
8W.Tuk36 GC - 15
27. ROYALTIES AND PATENTS
The Contractor shall be liable for all suits brought against the Owner
by reason of infringement of patent rights or licenses on any
material, machine, appliance or process that he may use on the work or
incorporate into the finished job, except where specifically exempted
by special provisions. Prices named in the proposal shall include
payment of royalties, if any. Contractor shall defend and hold Owner
harmless from any such suit, costs of defense and any judgment which
may be made or entered against Owner thereon.
28. LANDS FOR WORK
The Owner will furnish all lands and rights -of -way necessary for
carrying out this contract and completion of the work herein
contemplated, and will use due diligence in acquiring said lands and
rights -of -way as speedily as possible. But it is possible that all
lands and rights -of -way may not be obtained as herein contemplated
before construction begins, in which event the Contractor shall begin
his work upon such land and rights -of -way as the Owner may have pre-
viously acquired and no claim for damages whatever will be'allowed by
reason of the delay in obtaining the remaining land and rights -of -way.
Should the Owner be prevented or enjoined from proceeding with the
work, or from authorizing its prosecution, either before or after the
giving of notice to proceed by reason of any litigation, or by reason
of its inability to procure any lands or rights -of -way for said work,
the Contractor shall not be entitled to any damages, costs, expenses,
additional compensation or loss of profits by reason of said delay, or
to withdraw from the contract except.by consent of the Owner; but time
for completion of the work will be extended to such time as the Owner
determines will compensate for the time lost by such delay, such
determination to be set forth in writing, provided.in any event the
Contractor may terminate as provided in paragraph 43.
29. SURVEYS, PERMITS, LAWS AND REGULATIONS
a. Owner shall furnish all property boundary surveys unless otherwise
specified. Permits, permission under franchises, licenses and
bonds of a temporary nature necessary for and during the prosecu-
tion of the work, and inspection fees in connection therewith
shall be secured and paid for by the Contractor. Where Owner is
required to secure such permits, permission under franchises,
licenses and bonds and pay the fees, the costs incurred by Owner
thereby shall be charged against Contractor and offset by Owner
against the contract price.
b. Contractor shall give all notices and comply with all laws,
ordinances, rules and regulations bearing on the conduct of the
work required by the Contract Documents. If Contractor observes
that the Contract Documents, or any part thereof, are inconsistent
or at variance therewith, he shall promptly notify the Engineer in
writing, and any necessary changes shall be made as provided in
the contract for changes in the work. If the Contractor performs
any work contrary to such laws, ordinances, rules and regulations,
8W.Tuk37 GC - 16
or prior to obtaining permits, permission under franchises, licen-
ses and /or bonds as required to be furnished by or obtained by
Owner, he does so at his own risk and without payment or reimbur-
sement therefor from Owner unless Owner shall have given written
approval thereof to Contractor.
c. Wherever the law of the place of construction requires a sales,
consumer, use or similar tax, the Contractor shall pay such tax.
30. POINTS AND INSTRUCTIONS
a. Contractor shall provide reasonable and necessary opportunities
and facilities for setting points and making measurements by
Engineer as set forth in the Special Provisions. Contractor shall
not proceed with the work until timely demand in writing has been
made upon Engineer for, and Contractor has received from Engineer,
such points and instructions. The work shall be done in strict
conformity with such points and instructions.
b. Contractor shall preserve bench marks, reference points and
stakes, and, in case of destruction or removal thereof for any
reason, Contractor is responsible for the resulting costs for
replacement and shall be responsible for any mistakes and loss or
damage arising therefrom which may be caused by the absence,
destruction, removal or disturbance thereof.
31. PAYMENT OF PREVAILING WAGES
a. In accordance with Revised Code of Washington, Chapter 39.12, et
seq., as amended, there shall be paid to all laborers, workmen or
mechanics employed on this contract the prevailing rate of wage
for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist,
or be alleged to exist, between the Contractor and any laborers,
Workmen, mechanics or subcontractors.
b. The "prevailing rate of wage" shall be the rate of hourly wage, •
usual benefits, and overtime .paid in the locality, as hereinafter
defined, to the majority of workmen, laborers, or mechanics, in
the same trade or occupation. In the event that there is not a
majority in the same trade or occupation paid at the same rate,
then the average rate of hourly wage and overtime paid to such
laborers, workmen or mechanics in the same trade or occupation
shall be the prevailing rate. If the wage paid by any Contractor
to laborers, workmen or mechanics on any public work is based on
some period of time other than an hour, the hourly wage for the
purposes of this shall be mathematically determined by the number
of hours worked in such period of time.
The "locality" shall be the largest city in the county wherein the
physical work is being performed.
8W.Tuk38 GC - 17
The "usual benefits" shall include the amount of:
1) The rate of contribution irrevocable made by the Contractor to
a trustee, or to a trustee or to a third person pursuant to a
fund, plan, or program; and
2) The rate of costs to the Contractor which may be reasonably
anticipated in providing benefits to workmen, laborers, and
mechanics pursuant to an enforceable commitment to carry out a
financially- responsible plan or program which was communicated
in writing to the workmen, laborers, and mechanics affected,
for medical or hospital care, pensions or retirement or death,
compensation for injuries or illness resulting from occupa-
tional activity, or insurance, for vacation and holiday pay,
for defraying costs of apprenticeship or other similar
programs, or for other bona fide fringe benefits, but only
where the Contractor is not required by other Federal, State
or local law to provide any of such benefits.
c. The rules and regulations of the Department of Labor and
Industries and the schedule of prevailing wage rates for the loca-
l ity or localities where this contract will be performed as deter-
mined by the Industrial Statistician of the Department of Labor
and Industries, are by reference made a part of this contract as
though fully set forth herein. Inasmuch as the Contractor will be
held responsible for paying the prevailing wages, it is imperative
that all Contractors familiarize themselves with the current wage
rates before submitting bids based on these specifications. On
projects governed by wage rates determined by the State of
Washington Department of Labor and Industries and by the U.S.
Secretary' of Labor, if there is a difference between the two in
the prevailing rate of wage for similar classification of labor,
the Contractor shall pay not less than the wage which is the
higher of the two.
d. The Contractor, on or before the date of commencement of work,
shall file a statement under oath with the Owner and with the
Director of Labor and Industries certifying the rate of hourly
wage paid and to be paid each classification of laborers, workmen,
or mechanics employed'upon the work by the Contractor or
Subcontractor which shall be not less than the prevailing rate of
wage. Such statement and any supplemental statements which may be
necessary shall be filed in accordance with the practices and pro-
cedures required by the Department of Labor and Industries.
e. In case any dispute arises as to what are the prevailing rates of
wages for work of a similar nature and such dispute cannot be
adjusted by the parties in interest, including labor and manage-
ment representatives, the matter shall be referred for arbitration
to the Director of the Department of Labor and Industries of the
State of Washington and his decision therein shall be final and
conclusive and binding on all parties involved in the dispute.
8W.Tuk39 GC - 18
f. Prior to commencing work, each contractor and each and every sub-
contractor shall file a sworn statement of intent with the Owner
and with the Department of Labor and Industries as to the pre-
vailing wage rate, including fringe benefits, for each job classi-
fication to be utilized.
g. Each voucher claim submitted by a contractor for payment on a pro-
ject estimate shall state the prevailing wages have been paid in
accordance with the pre -filed statement or statements of intent on
file with the Department of Labor and Industries as approved by
the Industrial Statistician.
h. At the conclusion of the project, the Contractor and his sub-
contractors shall submit affidavits of wages paid to the
Department of Labor and Industries for certification by the
Director. Final payment on the contract shall be withheld until
certification by the Director has been received by the Owner that
the prevailing wage requirements of the law have been satisfied.
i. The law of this State, R.C.W. Chapter 39.12, as amended, provides:
"In all contracts let by the State, or any department thereof, or
any County, City or Town for the erection, construction,
alteration, demolition'or repair of any public building,
structure, bridge, highway, or any other kind of public work or
improvements, the contractor, subcontractor, or person in charge
thereof, shall employ-95 per cent or more bona fide Washington
residents as employees where more than 50 persons are employed,
and 90 per cent or more where 50 or less are employed; and shall
pay the standard prevailing wages for the specific type of
construction as determined by the U.S. Department of Labor in the
City or County where work is being performed. The term residents,
as used in this chapter, shall mean any person who has been a bona
fide resident of the State of Washington for a period of 90 days
prior to such employment; provided, that in contracts involving
the expenditure of Federal-aid funds, this chapter shall not be
enforced in such manner to conflict with or be contrary to Federal
Statute, rules and regulations prescribing a labor preference to
honorable discharged soldiers, sailors, and marines, or prohi-
biting as unlawful any other preference or discrimination among
the citizens of the United States.'
"In the event a sufficient number of Washington residents shall
not be .available, the contractor or subcontractor shall imme-
diately notify the public body with whom the contract has been
executed of such facts, and shall state the number of noct-
r esidents needed. The public body shall immediately investigate
the facts and, if the conditions are as stated, the public body
shall, by written order, designate the number of non - residents and
the period for which they may be employed; provided, that should
residents become available within the period, such residents shall
be immediately employed and the period shortened consistent with
the supply of resident labor."
8W.Tuk40 GC - 19
"The provisions of this chapter shall be written into every such
public contract, including the following penalty: Any contractor
or subcontractor who shall employ a non- resident in excess of the
percentage preferences, excepting. as herein permitted, shall have
deducted, for every violation, from the amount due him, the pre-
vailing wages which should have been paid to a displaced resident.
The money so deducted shall be retained by the public body for
whom the contract is being performed."
"Any person, firm or corporation violating any of the provisions
of this chapter shall be guilty of misdemeanor."
32. PROTECTION OF WORK AND PROPERTY AND SAFETY
a. Contractor shall continuously maintain adequate protection of the
work from damage and shall protect Owner's property from injury or
loss arising in connection with or during the existence of this
contract. He shall make good any such damage, injury or loss,
except such as may be directed due to errors in the Contract
Documents or caused by agents or employees of Owner. He shall
adequately protect adjacent property from loss or damage occa-
sioned by performance of the work. He shall provide and maintain
all passageways, guard fences, lights and other facilities for
protection required by public authority or local conditions.
b. Contractor shall bear the risk of loss or damage for all finished
or partially finished work until the entire contract is accepted
by Owner.
c. Contractor shall take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provi-
sions of Federal, State and municipal safety laws and building
codes. He shall erect and properly maintain, at all times, as
required by the conditions and progress of the work, all necessary
safeguards for protection of workmen and the public; shall post
danger signs warning against known or unusual hazards; and he
shall designate a responsible member of his organization on the
construction site whose duty shall be the prevention of accidents.
The name and position of such person so designated shall be
reported in writing to Engineer by Contractor.
33. EXISTING UTILITIES OR OBSTRUCTIONS
a. Contractor's work shall be confined to Owner's premises, including
easements and construction permit limits, whenever possible. He
shall not enter upon or place materials on other property except
by written consent of the individual owners and he shall save
Owner harmless from all suits and actions of every kind and
description that might result from his use of property other than
that of the Owner.
8W.Tuk41 GC - 20
b. Existing utilities indicated anywhere on the drawings have been
plotted from the best information available to the Engineer.
Source of information generally consists of construction records
and other data obtained verbally from officials associated with
the particular utility.
Neither the Owner nor the Engineer guarantee the accuracy or
completeness of this information and assume no responsibility for
improper locations or failure to show utility locations on the
construction plans; and it is to be understood that other above
ground or underground facilities not shown on the drawings may be
encountered during the course of the work.
Existing utilities, whether shown on the drawings or not, shall be
maintained, relocated, re- routed, removed, and restored as may be
necessary by the Contractor, in a manner satisfactory to Owners
and operators of the. utilities.
The right is reserved by Owners of public utilities and franchises
to enter upon any street, road, right-of-way or easement for the
purpose of maintaining their property and for making necessary
repairs or adjustments caused by the Contractor's operations. The
Contractor shall save the Owner and Engineer harmless of any cost
so incurred.
c. Contractor shall take adequate precautions to protect existing
lawns, trees and shrubs outside rights -of -way, sidewalks, curbs,
pavements, utilities, adjoining property, and structures, and to
avoid damage thereto. He shall, at his own expense, completely
repair any damage thereto caused by his operations to the satis-
faction of the Engineer, except as otherwise provided in other
sections of these specifications.
34. REPLACING IMPROVEMENTS
Whenever it is necessary in the course of construction to remove or
disturb culverts, driveways, roadways, pipelines, mail boxes, yard
lighting, property stakes or other existing improvements, without
limiting the generality thereof and whether on private or public
property, they shall be replaced to a condition equal to that existing
before they were so removed and disturbed. Shrubs and trees within
the work limits shall be relocated to a reasonable location designated
by the Engineer. Where relocation is impractical and upon approval of
Engineer, the item may be replaced in kind with a size and age
approved by Engineer. In any event, no less than 5 years old. All
such costs for this replacement shall be borne by the Contractor and
considered incidental to the construction and work covered by these
specifications.
35. SUPERINTENDENCE AND SUPERVISION
Contractor shall keep on the construction site during progress of the
work a competent superintendent and any necessary assistants, all
satisfactory to Engineer. The superintendent shall not be changed
except with the consent of the Engineer, unless the superintendent
8W.Tuk42 GC - 21
proves to be unsatisfactory to Contractor and ceases to be in his
employ. The superintendent shall represent Contractor in his absense
and all directions given to the superintendent shall be as binding as
though given to Contractor. Instructions to Contractor shall be con-
firmed in writing upon his request in each case. Contractor shall give
efficient supervision to the work, using his best skill and attention.
36. CHANGES IN THE WORK
a. Except as limited by Paragraph 36, "Increase or Decrease of Work ",
Owner, without invalidating the contract, may order extra work or
make changes by altering, adding to or deducting from the work,
the contract sum being adjusted accordingly. All such work shall
be executed under the conditions of the original contract, except
that any claim by Contractor for extension of time caused thereby
shall be made at the time such change is ordered.
b. In giving instructions, Engineer shall have authority to make
minor changes in the work, not inconsistent with the purposes of
the work. Except in any emergency endangering life or property,
no extra work or changes shall be made unless in pursuance of a
written order by Engineer and countersigned by Owner, and no claim
for an addition to the contract sum shall be valid unless so
ordered.
c. The value of any such extra work shall be determined in one or
more of the following ways:
1) By estimate and agreement on a lump sum.
2) By unit prices named in the contract or subsequently agreed
upon.
3) If, for any reason, method 1) or 2) cannot be agreed upon,
such work will be paid for the actual cost of labor, payroll
taxes, material, equipment rental and field supervision
required, with the addition of fifteen per cent (15 %) to cover
profit, overhead, use of small tools, taxes, insurance,
bookkeeping and all other incidental costs. In such cases,
the Contractor shall keep and present in such form as the
Engineer may direct a correct account of such costs, together
with supporting time cards and vouchers. In any case,
Engineer shall certify to the amount due Contractor. Pending
final determination of value, payments on account of changes
shall be made on Engineer's estimate.
d. Additional work performed without authorization of a change order
will not entitle Contractor to an increase in the contract price
or an extension of the contract time.'
37. INCREASE OR DECREASE OF WORK
a. The Owner reserves the right to make such alterations in the plans
or in the quantities of work as may be considered necessary. Such
alterations shall be in writing by the Engineer and shall not be
8L.Tukw16 GC - 22
considered a waiver of any condition of the contract nor invalidate
any of the provisions thereof; provided, however, that the execution
of supplemental agreement acceptable to both parties of the contract
shall be necessary before any alteration is made which involves 1) an
extension or shortening of the length of the project by more than
twenty -five per cent (25 %), 2) an increase or decrease of more than
twenty -five per cent (25 %) of the total cost of the work calculated
from the original proposal quantities and the unit contract prices,
3) an increase or decrease of more than twenty -five per cent (25%) in
the quantity of any one major contract item, or 4) a change in the
nature of the design or in the type of construction which materially
increases or decreases the cost of the performance of the work. For
conditions 3 and 4 above, a major item is defined as any item, unless
otherwise indicated on the plans or designated in the Special
Provisions, the contract price for which amounts to ten per cent
(10 %) or more of the total contract price as determined by the origi-
nal proposed quantities and the unit contract prices.
b. When an alteration requires the execution of a supplemental
agreement, such agreement shall be signed by both parties before any
work on the alteration is started. Alterations involving a change of
more than twenty -five per cent (25 %) in the net of any one minor
contract item will not require a supplemental agreement.
38. CLAIMS FOR EXTRA COST
a. If the Contractor claims that the cost of construction under the
contract has been increased through instructions, by drawings or
other act of the Owner, after the contract has been made, he shall
give the Engineer written notice thereof within a reasonable time
after the receipt of any such instructions, or occurrence of any
other act, and in any event before proceeding to execute the work,
except in emergency endangering life or property, and the procedure
shall then be as provided for changes in the work. No claim for
extra cost shall be valid unless so made.
b. The Contractor shall not be entitled to claim against owner for any
damages, costs, expenses, additional compensation or lost profits due
to work stoppage or delays caused by any governmental agency or by
act of third parties, or inability of Owner to make the jobsite
available, or for any other cause beyond the control of the Owner.
39. DELAYS AND EXTENSION OF TIME
a. Should the Contractor be delayed in the prosecution or completion of
the work by the act, neglect or default of the Owner, any of its
officers'or employees, any other contractor employed by the Owner
upon the work, or by any damage caused by fire or other casualty for
which the Contractor is not responsible, or by combined action of
workmen, in no way caused by or resulting from default or collusion
on the part of the Contractor, then the time herein set for comple-
tion of the work shall be extended for a period equivalent to the
work time lost by reason of any or all of the causes aforesaid. The
extended time period shall be determined and fixed by the Owner,
8W.Tuk44 GC - 23
which determination shall be final, but no such allowance shall be
made unless a claim therefore is presented in writing to the Owner
within ten (10) calendar days after the occurrence of such delay.
b. Time for completion specified has taken into consideration the possi-
bility of delay and work interruption resulting from acts of other
contractors, whether or not a contractor of Owner, and no extension
of time will be allowed because of such interruption or delay. The
Contractor shall cooperate with the contractor of an adjoining or
interdependent project to the full extent possible so that the opera-
tions of both will suffer minimum of interference and delay: In case
of disagreement between the contractors, the decision of the
Engineer shall be accepted as final. Any unavoidable delays to
Contractor resulting therefrom shall be adjusted as to contract time
in accordance with the specifications of this section.
c. In general, the number of working days allowed for completion of the
project has been extended sufficiently to provide for the procure-
ment of all materials necessary for construction. Failure to procure
the materials involved for any reason shall not be the basis for an
extension of time. If no schedule or agreement is made between the
Engineer and the Contractor stating the dates upon which instruction
and /or drawings shall be furnished by the Engineer, then no claim for
delay shall be allowed Contractor on account of such failure to fur-
nish drawings unless Contractor shall have given two (2) weeks'
notice of the need for such drawings and not then unless claim of
need for such drawings is reasonable.
d. When it has been determined that Contractor is entitled to an exten-
sion of time, the amount of such extension shall be only to comperr
sate for direct delays and shall be based upon Contractor's
energetically pursuing the work at a rate not less than that which
would have been necessary to complete the basic contract on time. In
determining the amount of extension, the Engineer will consider that
the Contractor is applying efforts simultaneously on the several
parts of the job to the maximum amount practicable..
40. COMPLETION AND /OR CORRECTION OF WORK AND REMEDIES BEFORE FINAL PAYMENT
a. If the Contractor should neglect to prosecute the work properly
and /or fail to perform any provision of this contract, the Owner,
upon certification by the Engineer and after five (5) working days'
written notice to the Contractor, may, without prejudice to any other
remedy he may have, make good such deficiencies and deduct the cost
thereof from payments then or thereafter due the Contractor.
b. The Contractor shall promptly remove from the construction site all
materials condemned by the Engineer as failing to conform to the
contract, whether incorporated in the work or not; and the Contractor
shall promptly replace and re- execute his own work in accordance with
the intent of the contract and without expense to the Owner and shall
bear the expense of making good all work of other contractors
destroyed or damaged by such removal or replacement. If the
Contractor does not remove such condemned work and materials and com-
8W.Tuk45 GC - 24
mence re- execution of the work within five (5) working days of notice
from the Engineer, the Owner may correct the same as otherwise pro-
vided herein.
c. If the Contractor does not remove such condemned work and material
within the period hereinabove described, the Owner may remove and
store any such material at the expense of the Contractor. If the
Contractor does not pay the cost of such removal within ten (10)
calendar days from the date the notice to Contractor of the fact of
such removal, the Owner may, upon an additional ten (10) calendar
days' written notice, sell such materials at public or private sale,
and deduct all costs and expenses incurred, including costs of sale,
accounting to the Contractor for the net proceeds remaining, and
Owner may bid at any such sale. Contractor shall be liable to Owner
for the amount of any deficiency remaining between the costs incurred
and the proceeds of sale. Owner may deduct the costs of such
removal, storage and sale and /or remaining deficiency from any funds
otherwise due the Contractor.
41. DEFECTS ARISING IN ONE YEAR AND REMEDIES
a. The Contractor shall be responsible for correcting all defects in
workmanship and material within one year after acceptance of this
work. When corrections of defects are made, Contractor shall be
responsible for correcting all defects in workmanship and /or
materials in the corrected work for one year after acceptance of the
corrections by the Owner. The Contractor shall start work to remedy
such defects within seven (7) calendar days of mailing notice of
discovery thereof by Owner and shall complete such work within a
reasonable time. In emergencies, where damage may result from delay
or where loss of services may result, such corrections may be made by
the Owner, in which case the cost shall be borne by the Contractor.
In the event the Contractor does not accomplish corrections at the
time specified, the work will be otherwise accomplished and the cost
of same shall be paid by the Contractor.
b. The'Contractor shall be liable for any costs, losses, expenses, or
damages, including consequential damages suffered by the Owner
resulting from defects in the Contractor's work including, but not
limited to, cost of materials and labor extended by Owner in making
emergency repairs and cost of engineering, inspection and supervision
by Owner or Engineer. The Contractor shall hold the Owner harmless
from any and all claims which may be made against the Owner as a
result of any defective work and the Contractor shall defend any such
claims at his own expense.
42. SUSPENSION OF WORK
a. The Owner may, at any time, suspend the work, or any part thereof, by
giving notice to the Contractor in writing. The work shall be
resumed by the Contractor within ten (10) working days after the date
fixed in the written notice from the Owner to the Contractor to do
so. The Owner shall not reimburse the Contractor for expense
incurred by the Contractor in connection with the work under this
Contract as a result of such suspension.
8W.Tuk46 GC - 25
b. Suspension of the work by the Engineer shall not furnish any
ground for claim by the Contractor for damages or extra compeer
sation, but the period of such suspensions shall be taken into
consideration in determining the revised date for completion as
hereinafter provided. The Contractor shall not suspend work under
the contract without the written order of the Engineer as stated
in the preceding paragraph. The Contractor will be required to
work a sufficient number of hours per day in order to complete the
project within the days specified. The question as to the
necessity of discontinuing any portion of the work by reason of
unfavorable weather conditions shall be determined by the
Engineer. •
c. Upon failure of the Contractor to carry out the orders of the
Engineer or to perform work under the contract in accordance with
its provisions, the Engineer may suspend the work for such period
as he may deem necessary. Time lost by reason of such failure or
in replacing improper work or materials shall not furnish any
ground to the Contractor for claiming an extension of time or
extra compensation and shall not release the Contractor from dama-
ges or liability from failure to complete the work within the time
prescribed.
43. OWNER'S RIGHT TO TERMINATE CONTRACT
a. The Owner may terminate the contract and take possession of the
premises and of all materials thereon and finish the work by wha-
tever methods he may deem expedient, upon the occurrence of any
one or more of the events hereafter specified, and receipt of the
certificate by the Engineer that sufficient cause exists to
justify such action:
1) If the Contractor should be adjudged a bankrupt.
2) If the Contractor should make a general assignment for the
benefit of his creditors.
3) If a receiver should be appointed on the account of insolvency
of Contractor.
4) If Contractor should persistently or repeatedly refuse or fail
to supply a sufficient number of properly skilled workmen or
proper materials for completion of the work.
5) If the Contractor should fail to complete the work within the
time specified in the contract.
6) If the Contractor should fail to make prompt payment to sub -
contractors of for material or labor.
If Contractor should persistently disregard laws, ordinances
or regulations of Federal, State or municipal agencies or sub-
divisions thereof.
8W.Tuk47 GC - 26
8) If Contractor should persistently disregard instructions of
Engineer, or otherwise be guilty of a substantial violation of
the contract.
Owner shall give Contractor five (5) working days' written notice
to cure the default and, if not cured to the satisfaction of Owner
as certified by Engineer, the Owner may, upon three (3) working
days' written notice, elect to so terminate. Any such termination
shall be without prejudice to any other. right or remedy which
Owner may have against Contractor.
b. In the event of the failure of Contractor to cure the default to
which notice is given as above provided, or if the Contractor
abandons the work undertaken under the contract, Owner may, at
his option, upon ten days' written notice.to the surety and
without any written notice of Contractor, transfer the employment
of said work from Contractor to surety. Upon receipt of such
notice, the surety shall enter upon the premises and take posse -
sion of all materials, tools and appliances thereon for the pur-
pose of completing the work included under this contract and
employ, by contract or otherwise, any person or persons to finish
the work and provide the material therefore, without termination
of the continuing full force and effect of the contract. In case
of transfer of such employment to the surety, the surety shall be
paid in its own name on estimates covering. the work subsequently
performed under the terms of the contract and according to the
terms hereof, without any right of Contractor to make any claim
for the same or any part thereof.
c. In the event that the contract is terminated by the Owner,
Contractor shall not be entitled to receive any further balance of
the amount to be paid under this contract until the work shall
h ave been fully finished. At such time, if the unpaid balance of
the amount to be paid under this contract exceeds the expense
incurred by Owner in finishing the work, and all damges sustained
or which may be sustained by Owner by reason of such refusal,
neglect, failure of discontinuance of employment, such excess
shall be paid by Owner to Contractor. If such expense and damages
shall exceed the unpaid balance, Contractor and his surety and
each thereof shall be jointly and severally liable therefore to
Owner and shall pay the difference to Owner. Such expense and
damage shall include all legal costs incurred by Owner in the
employment of attorneys to protect the rights and interests of
Owner under the contract; provided such legal costs shall be
reasonable.
44. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work should be stopped under an order of any court, or other
governmental authority for a period of ninety (90) working days,
through no act or fault of Contractor or of anyone employed by him,
including subcontractors, or if payments due Contractor under this
contract are unreasonably delayed, or if Owner suspends the work for
any reason other than act or neglect of Contractor for a period of one
8W.Tuk48 GC - 27
hundred eighty (180) consecutive calendar days, the Contractor may
stop work and terminate this contract and recover from the Owner
payment for all work executed, but the Contractor shall not be
entitled to claim against Owner for damages, expenses, costs, addi-
tional compensation or lost profits due to the suspension or
termination. Final payment to the Contractor shall be made pursuant
to the provisions of Paragraphs 47 and 48.
45. REMOVAL OF EQUIPMENT
In case of the termination of this contract before completion of any
cause whatever, Contractor, if notified to do so by Owner, shall
promptly remove any part or all of his equipment and supplies from the
property of the Owner and, if Contractor fails to do so within three
(3) working days from such notice by Owner, Owner shall have the right
to remove such equipment and supplies at the expense of Contractor,
deducting the cost thereof from any funds otherwise due Contractor.
46. USE OF COMPLETED PORTION OF WORK
Owner shall have the right to take possession of and use any completed
or partially completed portions of the work, notwithstanding that the
time may not have expired for completing the entire work. Such taking
possession and use shall not be deemed to be completion of the
contract in respect to such work nor shall the same be deemed to be
any acceptance of any work not completed.in accordance with the
Contract Documents.
47. APPLICATION FOR PAYMENT
a. At least five (5) working days before each payment falls due,
Contractor shall submit to Engineer four (4) copies of an itemized
application for payment, supported to the extent required by
Engineer by receipts or other vouchers showing payment for
materials and labors, payments to subcontractors, and such other
evidence of Contractor's right to payment as Engineer may direct.
b. Contractor shall be entitled to monthly progress payments
corresponding to the stage of the work. Progress estimates will
be prepared by Engineer not later than thirty (30) calendar days
after commencing work, and every thirty (30) calendar days
thereafter, if so entitled, for the duration of construction.
These shall be based upon an approximate estimate of quantities of
work completed and considered acceptable, as extended by the unit
prices established in the contract or as provided by the schedule
of lump sum payments. The Owner shall deduct from each monthly
progress payment an amount of retainage provided for by law and by
this contract and also for any charges against the Contractor
authorized by this Contract.
c. Cost of materials, properly stored, protected and insured at the
site of the work will be paid on monthly estimates only when pro-
vided for in the Special Provisions, and then only for the speci-
fic materials listed therein for partial payment. In preparing
8W.Tuk49 GC - 28
the monthly estimates, advancement will be made therein for ninety
per cent (90 %) of the cost of such materials, as evidenced by
invoices to Contractor. Advances will not be made for any item of
material amounting to less than five hundred dollars ($500.00).
All materials must conform to the requirements of these
specifications. However, advancement for materials will not
constitute acceptance and any faulty material will be condemned
although advancement may have been made for same in the estimates.
Deductions at the same rates and equal in amount to the
advancements, will be made on the estimates as the material is
used. All materials for which costs are allowed under this sub-
paragraph must be substantiated by written documentation from the
material supplier that the material has been paid for.
d. Quantities used for progress estimates shall be considered only as
approximate and provisional and shall be subject to recalculation,
adjustment and correction by Engineer in subsequent progress esti-
mates and in final estimates. Inclusion of any quantities in
progress estimates, or failure to disapprove the work at the time
of progress estimates, shall not be construed as acceptance of
corresponding work or materials.
e. The retained amount shall be withheld by the Owner for 30 calen-
dar days following final acceptance or termination of the contract
and shall be paid to the Contractor at the expiration of 30 calen-
dar days if no claims have been filed against such funds as pro-
vided by law and if the Owner has no unsatisfied claims against
the Contractor. No payments shall be made until releases have
been obtained from the Department of Labor and Industries, the
Department of Revenue, the Employment Security Department, and any
other department or agency having jurisdiction over activities of
the Contractor, unless by law such releases are not required. In
the event claims are filed, the Owner shall withhold, until such
claims are satisfied, a sum-sufficient to satisfy all claims and
to defray the cost of foreclosing the liens of such claims and to
pay attorneys' fees. In addition, the Owner shall withhold such
amount as is required to satisfy any claims by the Owner against
the Contractor, until such claims have been finally settled.
f. Neither the final payment nor any part of the retained percentage
shall become due until Contractor, if requested, shall deliver to
Owner a complete release of all liens arising out of this
Contract, or receipts in full in lieu thereof, and, if required in
either case, an affidavit that so far as he has knowledge or
information, the release and receipts include all labor and
materials for which a lien could be filed; but Contractor may, if
any subcontractor refuses to furnish a release or receipt in full,
furnish a bond satisfactory to Engineer to indemnify Owner against
any lien. If any lien remains unsatisfied after all payments are
made, Contractor shall reimburse to Owner all moneys that the
latter may be compelled to pay in discharging such lien, including
all cost and reasonable engineer's and attorney's fees.
8W .Tuk50 GC - 29
48. PAYMENTS WITHHELD
Notwithstanding the issuance of any certificate, Owner may withhold
any payment or portion of payment or recover any payment theretofore
made, to such extent as may be necessary to protect himself from loss
on account of:
a. Defective work not remedied.
b. Claims filed or written notice that valid claims will be filed.
c. Failure of Contractor to make payments properly to subcontractors
or suppliers of material or labor.
d. Reasonable doubt that the contract can be completed for the
balance then unpaid.
e. Liquidated damages, inspection and engineering charges, or other
claims against Contractor by Owner.
f. Damage to another contractor.
g. Failure of Contractor to furnish invoices to support application
for payment for materials not incorporated in the work but deli-
vered and suitably stored at the site.
h. Expenses, including court costs and legal fees, whether or not
incident to suit, incurred by the Owner due to any default of the
Contractor.
49. INDEMNITY
Contractor shall indemnify, defend and save harmless Owner and
Engineer from and against all losses and claims, demands, payments,
suits, actions, recoveries and judgments of every nature and descrip-
tion brought and recovered against Owner and /or Engineer by reason of
any act or omission of Contractor, subcontractors, agents and /or
employees arising, directly or indirectly, from the performance of the ,
Contract or in the guarding of the work. Contractor will, after
reasonable notice of any such suit or action, defend and pay the
expense of defending any suit which may be commenced against Owner or
Engineer arising therefrom.
50. PERFORMANCE BOND
a. Contractor shall furnish a surety bond or bonds covering faithful
performance of the contract and the payment of all obligations
arising thereunder. The bond shall be in the full amount of the
contract and shall be upon the form of bond set forth herein. The
surety shall be a firm qualified to conduct business as a surety
in the state in which the work is done.
8W .Tuk51 GC - 30
b. The performance bond for this contract shall not only indemnify
Owner for the usual performance provisions of the contract, but in
addition, shall be a bond to guarantee payment of any and all tax
liability of any type, kind, nature or description due as a result
of work performed pursuant to the contract.
51. DAMAGES
Any claim against Owner for damages, expenses, costs, lost profits, or
extra compensation arising out of the performance of this contract
shall be made in writing to Owner within a reasonable time after the
discovery of such damage and, in no event, later than the time of
approval by Owner of final payment. Contractor, upon making applica-
tion for final payment, shall be deemed to have waived his right to
claim for any other damages for which claim has not been made, unless
such claim for final payment includes notice of additional claim and
fully describes the alleged damage.
52. SUBLETTING AND SUBCONTRACTING
a. Contractor shall not assign or sublet the contract in whole or in
part without the written consent of Owner, nor shall Contractor
assign any moneys due or to become due to him hereunder without
the prior written consent of Owner.
b. Contractor shall not subcontract more than forty per cent (40 %) of
the work without the written consent of Owner. In any event,
Contractor shall, at least five (5) working days prior to start of
a subcontractor's work, notify Engineer in writing of the name of
the subcontractor proposed for the work and shall not employ any
which Engineer may object to as incompetent or unfit.
c. Contractor agrees that he is fully responsible to Owner for the
acts and omissions of the subcontractor and persons either
directly or indirectly employed by subcontractors, as well as for
the acts and omissions of persons directly employed by Contractor.
Consent to subcontracting part of the work shall, in no way,
release Contractor from responsibility for performance of the work
and he will be held, in all respects, accountable for the same as
if no consent had been given. Contractor shall be required to
give his personal attention to the work which is sublet. Nothing
contained in the Contract Documents shall create any contractual
relation between any subcontractor and owner.
53. SEPARATE CONTRACT - INTERFERENCE WITH OTHER CONTRACTORS
a. Owner reserves the right to perform work with its own forces or to
let other contracts for work under similar general conditions in
connection with this project, of which the work is awarded to one
or more contractors under separate contract is a part. Contractor
shall afford Owner and other contractors reasonable opportunity
for the introduction and storage of their materials and the execu-
tion of their respective work and shall properly connect and coor-
dinate his work with theirs.
8W.Tuk52 GC - 31
b. Bidders are required to inform themselves fully of the conditions
relating to construction and labor under which the work will be or
is now being performed and Contractor shall employ, as far as
possible, such methods and means in the carrying out of his work
as will not cause any interruption or interference with any other
contractor or agency. If any part of Contractor's work depends
for proper execution or results upon the work of any other
contractor, Contractor shall inspect and promptly report in
writing to Engineer any defect in such work which renders it
unsuitable for such proper execution and result. His failure to
so inspect and report shall constitute an acceptance of the other
contractor's work as fit and proper for the reception of his work,
except as to defects which may develop in the other contractor's
work after the execution of his work. (To insure proper execution
of his subsequent work, Contractor shall measure work already in
place and shall report at once to Engineer any discrepancies bet-
ween the executed work and the drawings.)
c. If the performance of any contract for the project is likely to be
interfered with by the simultaneous execution of some other
contract or contracts, Engineer shall decide which contractor
shall cease work temporarily and which contractor shall continue,
or whether the work under the contracts can be coordinated so that
the contractors may proceed simultaneously. Owner shall not be
responsible for any damages suffered or extra costs incurred by
Contractor resulting directly or indirectly from the award or per-
formance or attempted performance of any other contract or
contracts on the project or caused by any decision or omission of
Engineer respecting the order of precedence in the performance of
the contracts other than for an extension of time.
54. CLEANUP
a. Contractor shall clean up on a daily basis all refuse, rubbish,
scrap material and debris caused by his operations, to the end
that, at all times, the site of the work shall present a neat,
orderly and workmanlike appearance.
b. Upon completion of the work, Contractor shall remove all rubbish,
scrap material, tools, scaffolding and surplus materials, and
equipment used in and about the work. Before the contract shall
be considered complete and prior to final payment, Contractor
shall remove all surplus materials, falseworks, temporary .
structures, including foundations thereof, plants of any
description, and debris of every nature, resulting from his
operations, shall clean out all ditches that may have been filled
during the work, replace damaged surfacing, and put the site in a
neat, orderly condition and, in respect to structures, shall clean
all windows and leave buildings broom clean.
8W.Tuk53 GC - 32
55. WASHINGTON STATE SALES TAX
The Revenue Act of 1935, as amended, requires the Owner to pay the
Contractor for transmittal to the State a sales tax on the.total
charges made for construction unless otherwise exempt by Rule 171.
Rule 171, issued by the Excise Tax Division of the State of
Washington, provides for certain exemptions and compensating tax in
regard to public roadway improvements.
In case of a public roadway improvement contract, the Contractor shall
determine which activities are subject to tax in order to properly eva-
luate the work. Any applicable sales taxes shall be included in the
space provided on the proposal. If in doubt as to sales tax procedures
in any particular case, the Contractor should consult with the Washington
State Department of Revenue. The Contractor shall be responsible for the
correct interpretation of any laws or regulations relating to the appli-
cation of the State Sales Tax.
56. USE OF OFF -SHORE ITEMS
The State Statutes require that, upon the completion of a public
contract, the Contractor shall submit a, certified statement to the
Owner, setting forth the nature and source of off-shore items in
excess of Two Thousand Five Hundred Dollars ($2,500), which have been
utilized in the performance of the contract. Off -shore items are
defined as those items procured from sources beyond the territorial
boundaries of the United States, including Alaska and Hawaii.
57. ATTORNEY'S FEES, COSTS AND INTEREST
The Contractor shall reimburse the Owner for any attorney's fees,
whether incident to suit or not, court costs and other expenses
incurred by the Owner in enforcing any provision of this contract; or
made necessary by any default of the Contractor. Any charge by the
Owner to the Contractor, pursuant to the terms of this contract, shall
bear interest at the rate of 8 per cent per annum from the date of
demand by the Owner, except that, if such claims are satisfied from
funds withheld by the Owner from the.Contractor, no interest shall be
charged.
8W.Tuk54 GC - 33
SPECIAL PROVISIONS 8W.Tuk55
1. Materials
2. Standard Specifications
3. Construction Schedule
4. Construction Coordination
5. Utility Trenching
6. Completion Time
7. Liquidated Damages
8. Failure to Maintain Progress Schedule
9. Final Payment for All Cubic Yard Quantities
10. Progress Payments for Cubic Yard Quantities
11. Contractor Orgainzation, Superintendence and Equipment
12. Maintenance of Streets and Utilities
13. Material Orders
14. Suitability of Material
15. Contractor - Proposed Alternate Material and Equipment
16. Inspection of the Work
17. Prevailing Wage Rates
18. The Contract Plans
19. Permits, Franchises, Easements and License to Construct
20. Performance Bond
21. Order of Completion
22. Sales Tax
23. Maintenance of Traffic
24. Construction Staking
25. Guarantees
26. Engineer
27. Insurance
28. Payment of Prevailing Wages
29. Retained Percentage
30. Increase or Decrease of Work
SP - 1
SP - 1
SP - 1
SP - 3
SP -4
SP - 5
SP - 5
SP - 5
SP - 6
SP - 6
SP - 6
SP - 7
SP - 7
SP - 7
SP - 7
SP - 7
SP - 8
SP - 8
SP - 8
SP - 8
SP - 8
SP - 9
SP - 9
SP - 10
SP - 11
SP - 11
SP - 11
SP - 11
SP - 11
SP - 12
SPECIAL PROVISIONS
1. MATERIALS
The Contractor shall furnish all materials and - equipment for the
completion of the work to be performed under this contract and shall
be fully responsible for all these materials and equipment until the
completed project is delivered to and accepted by the Owner.
The Contractor shall, at his own expense,` secure and maintain a
storage place for his materials and equipment.
2. STANDARD SPECIFICATIONS
The work shall be accomplished in accordance with the requirements of
the following Standard Specifications where specified. The respon-
s ibility for supplying himself with these Standard Specifications
shall rest with the Contractor.
a. Divisions II through V and Division VII of Standard Specifications
for Municipal Public Works Construction, prepared by Washington
State Chapter, American Public Works Association, 1981, except as
herein modified, hereinafter referred to as APWA Standard
Specifications. The Measurement and Payment sections of the APWA
are hereby deleted.
b. The State of Washington Standard Specifications for Road and
Bridge Construction, Edition of 1980, prepared by the Washington
State Highway Commission, Department of Highways, hereinafter
referred to as State Standard Specifications.
3. CONSTRUCTION SCHEDULE
The construction schedule shall be in accordance with Section 8,
Division I, of the Standard Specifications except as modified herein.
Immediately after execution and delivery of the Contract and before
notice to proceed is given, the Contractor shall deliver to the Owner
an estimated construction progress schedule in form satisfactory to
the Owner, showing the proposed dates of commencement and completion
of each of the various subdivisions of work required under the
Contract Documents and the anticipated amount of each monthly payment
that will become due to the Contractor in accordance with the progress
schedule.
The estimated schedule of work prepared by the Engineer is for infor-
mational purposes only and no warranty, either expressed or implied,
is made by the City or the Engineer that the estimated schedule can be
met and, further, the Contractor shall provide a schedule to meet his
own, unique construction operation.
8W.Tuk56 SP - 1
The Contractor shall allow in his schedule necessary time for any work
required by. private and City utilities to locate, monitor and adjust
their utilities as required for the construction of this contract. No
added time will be allowed the Contractor caused by those utility
adjustments.
The Contractor shall also furnish periodic itemized estimates of work
done for the purpose of making partial payments thereon. The costs
employed in making up any of these schedules will be used only for
determining the basis of partial payments and will not be considered
as fixing a basis for additions to or deductions from the contract
price.
The schedule shall include and indentify adequate time requirements
for various utilities to maintain and relocate their utilities as a
result of the Contractor's activities.
The Contractor shall make himself aware of all phases of the construc-
tion and the time required to complete the work as outlined in the
Contract Documents. The Contractor shall indicate the anticipated
progress and length of time to complete each phase of work including
that of his subcontractors. The Contractor shall allow time for the
average inclement weather expected during the period of construction
and accordingly establish his progress schedule. Average inclement
weather shall be based on the weather record of the last five years
during the same period.
The progress schedule shall be in the form of bar graphs developed
under the critical path method, P.E.R.T., or other similar methods.
Upon request of the Engineer, the Contractor shall submit supplemen-
tary progress schedules in the form required by the Engineer.
Such supplemental schedule shall conform with the times of construc-
tion and delays which may have been encountered in the performance of
work.
The progress schedule and supplementary progress schedules shall be
consistent with the time and order of work requirements of the
Contract. Adequate material, equipment and labor shall be provided by
the Contractor to carry out the progress schedule submitted by him and
to complete the contract within the time specified.
Approval of any schedule submitted by the Contractor shall not be
construed to assign responsibility of performance of contingencies to
the Owner or relieve the Contractor of his responsibility to adjust
his forces, equipment, and work schedule as may be necessary to ensure
completion of the work within prescribed contract time.
The cost of preparing the progress schedule and supplementary progress
schedule shall be considered incidental to the Contract and no compen-
sation shall be made therefore.
8W.Tuk57 SP - 2
The construction schedule will include and identify time requirements
for various private utilities to carry out their described activities
(see Utility Trenching). This construction schedule shall be prepared
by the Contractor and presented at the preconstruction meeting for the
City's and private Utility's review and sign-off.
4. CONSTRUCTION C00RDINATION
Coordination of the work between the Contractor and all other utili-
ties and the Owner's forces is essential for the successful completion
of all work contemplated. The Contractor's attention is called to the
paragraphs of the General Conditions and Special Provisions that apply.
Other utilities, districts, agencies, and /or contractors who may be
working within the project area are as follows:
a. City of Tukwila
b. Pacific Northwest Bell Telephone Company
c. Puget Sound Power and Light
d. Washington Natural Gas Company
e. Group W Television
f. Seattle City Light
g. King County Water District #125
It is anticipated that the sequence of work may require grading opera -
tions around existing utilities.
The City requires that all utilities be underground during a street
improvement project. This contract contains a bid item for trench and
backfill. This trench is provided for use by privately -owned utili-
ties for undergrounding purposes. Puget Power and Seattle City Light
will be undergrounding their systems.
The Contractors shall notify the following entities of his construc-
tion schedule on a weekly basis:
a. Public Works Department
6200 Southcenter Boulevard
Tukwila, Washington 98188
b. Fire Department
5 900 South 147th
Tukwila, Washington 98188
c. Police Department
6200 Southcenter Boulevard
Tukwila, Washington 98188
8L.Tukw17
SP - 3
433 -1850
243 -5353 (emergency only)
244 -7221 (business only)
242 -0700 (emergency only)
433 -1808 (business only)
d. Pacific Northwest Bell
300 S.W. Seventh Street
Renton, Washington 98055
e. Puget Sound Power and Light
620 South Grady Way
Renton, Washington 98055
f. Washington Natural Gas Company
g. Group W Television
h. Seattle City Light.
i. King County Water District #125
345 -6853
255 -2464
622 -6767
433 -3401
The City of Tukwila Utility Department will be installing water ser-
vices to all unserved lots. They will coordinate their activities
with the general contractor.
The Contractor shall hold harmless the Owner for disruption to his
activities by utilities which must be maintained and /or relocated by
the various utility companies.
5. UTILITY TRENCHING
After the final subgrade has been established:
a. The Contractor shall provide 72 hours (3 working days) prior noti-
fication to all private utilities for placing /adjusting of vaults/
handholes for each designated trench opening. After the comple-
tion of the private utilities work, the Contractor shall backfill
and compact per the typical trench detail. Puget Power activities
include time for installation of light standards.
b. The Contractor shall provide 48 hours (2 working days) prior noti-
fication to all private utilities for placing main lines and ser-
vices for each designated trench opening.
The Contractor shall first call out Puget Power to allow this uti-
lity to go in first (see typical trench detail). After backfilling
to the specified depth to bottom of cable or conduit, the
Contractor shall notify Pacific Northwest Bell and Group W to
allow them to carry out their work. Upon the completion of each
segment of the private utilities work, the Contractor shall backfill
and compact the trench per the typical trench detail for the next
utility or to final grade.
A minimum of 30 working days will be allowed for private utility
installation; however, the actual number of days may be as mutually
agreed by the Contractor and the private utilities.
8L.Tukw18 SP - 4
c. The Contractor shall provide 72 hours (3 working days) prior notifi-
cation to Group W to carry out its trench, cable, vault, handhole,
and backfill operations.
The Construction Schedule shall include and identify the above time
requirements for the various utilities to carry out the above described
activities.
6. COMPLETION TIME
Subject to the time lost due to inclement weather and delay in delivery
of materials, should such delay not be the result of the undersigned's
actions, the undersigned agrees to complete all work embraced in this
contract by November 1, 1984. The contractor agrees to furnish the City
and the Engineer with full data as to the efforts made to obtain
materials.
The Contractor agrees to complete the work within the contract time con-
tained in his proposal plus any extensions as provided for herein. It is
the responsibility of the Contractor to complete the work within the
completion time. The Owner makes no promise or representation that this
can or will be done.
Extensions in completion time will be granted for delays beyond the
control of the Contractor only, such as strikes or natural disasters, and
may be granted for increases in the contract value of the work to be
done. Requests for extensions in completion time shall be made in
writing to the Engineer and approved through a change order prior to the
commencement of such extensions.
7. LIQUIDATED DAMAGES
Liquidated damages for failure to execute the contract as specified will
be assessed as follows;
Delays Beyond the Date for Project Completion:
Five Hundred Dollars ($500) per calendar day thereafter plus costs of
engineering inspection, supervision, legal expense and court costs
incurred beyond said date.
8. FAILURE TO MAINTAIN PROGRESS SCHEDULE
The Engineer will periodically check actual progress of the work against
the progress schedule a minimum of two times per month. Failure, without
just cause, to maintain progess in accordance with the approved schedule
8L.Tukw19 SP - 5
shall constitute a breach of contract and shall constitute reason from
invoking pertinent portions of the General Conditions of these
specifications. If, through no fault of the Contractor, the proposed
construction schedule cannot be met, the Engineer may require the
Contractor to submit a revised schedule to the Engineer for approval.
The approved revisions will thereafter, in all respects, apply in lieu of
the original schedule.
9. FINAL PAYMENT FOR ALL CUBIC YARD QUANTITIES
Final payment quantities will be determined to neat lines of
"as- built" cross - section in the plans.
10. PROGRESS PAYMENTS FOR CUBIC YARD QUANTITIES
The Contractor shall provide truck trip tickets for progress payments
only in the following manner:
Where items are specified to be paid by the cubic yard, the following
tally system shall be used unless otherwise noted elsewhere in these
Special Provisions.
All trucks to be employed on this work shall be measured to determine
the volume of each truck.
Each truck shall be clearly numbered, to the satisfaction of the
Engineer, and there shall be no duplication of numbers.
Duplicate tally tickets shall be prepared to accompany each truckload
of material delivered on the project. The tickets shall include the
following information:
a. Truck Number
b. Quantity and Type of Material delivered in cubic yards,
c. Driver's Name, Date and Time of Delivery
d. Location of Delivery, by Street and Stationing on Each Street
e. Place for Engineer to Acknowledge Receipt
It will be the Contractor's responsibility to see that a ticket is
given to the Engineer on the project for each truckload of material
delivered. Pay quantities will be prepared on the basis of said tally
tickets.
11. CONTRACTOR ORGANIZATION, SUPERINTENDENCE AND EQUIPMENT
The names of superintendents authorized to act for the Contractor
shall be submitted to the Engineer in writing. A list of emergency
phone numbers of Contractor personnel shall also be furnished for the
Engineer's use.
8W.Tuk61 SP - 6
12. MAINTENANCE OF STREETS AND UTILITIES
The Contractor shall be responsible, at all times, for the maintenance
of streets and other utilities affected by construction operations.
Debris and rubbish shall not be permitted to accumulate and all premi-
ses shall be maintained in a neat and workmanlike condition. In the
event the Contractor fails to conform to these requirements, the Owner
shall have the right to have the work done by others and the cost
shall be deducted from moneys due to the Contractor in accordance with
Paragraph 40 of the General Conditions.
The Contractor shall provide in his schedule a timeframe by which
overhead lighting will have outages during the course of his
construction. Overhead lighting outages shall not exceed 24 hours.
All cost to the Contractor for providing temporary overhead lighting
to meet above requirements shall be incidental to and included in the
unit price bid for the various items comprising these improvements.
13. MATERIAL ORDERS
All material and equipment included under this contract shall be
placed on order within five (5) working days after the date of written
notice of award of the contract provided that no such material and
equipment shall be ordered until a list of the same has been submitted
to and approved by the Engineer.
14. SUITABILITY OF MATERIAL
The Contractor shall be responsible that all materials that are fur-
nished conform to the specifications and are fit for the intended pur-
pose and shall obtain warranties of the suitability for intended
purpose from all material suppliers.
15. CONTRACTOR- PROPOSED ALTERNATE MATERIAL AND EQUIPMENT.
The Contractor may submit prices for basic materials or equipment spe-
cified on the bid. Alternate material or equipment that the
Contractor wishes to propose shall be identified in the Proposal form
in the space provided. The prices bid for alternate material and
equipment proposed by the Contractor shall not be considered in the
award of the contract.
16. INSPECTION OF THE WORK
The Engineer will make periodic visits to the job to familiarize him-
self generally with the progress and quality of the work. The
Engineer's representative will carry out reasonable inspections of the
work to determine if it is proceeding in accordance with the Contract
Documents.
The Contractor shall be solely responsible to provide labor and
materials fit for the intended purpose and to construct a satisfactory
system.
8W.Tuk62 SP - 7
17. PREVAILING WAGE RATES
The Contractor shall comply with all provisions of Paragraph 31 of the
General Conditions regarding payment of prevailing wages.
18. THE CONTRACT PLANS
The Contract Plans shall consist of the following sheets:
Sheet 1 Title Sheet
Sheets 2 -5 Plan and Profile - Streets
Sheets 6 and 7 Cross Sections
Sheet 8 Plans and Profile - Sanitary Sewer
Sheet 9 and 10 Details
19. PERMITS, FRANCHISES, EASEMENTS AND LICENSE TO CONSTRUCT
Work shall not be started on any private right -of -way until clearance
is given the Contractor by the Engineer.
The Contractor is required to protect the City of Tukwila from claims
on all easements and license to construction and do all necessary work
required to protect the covenants and stipulations on each.
All bidders shall base their bids upon full restoration of all pro-
perty within the easements or license to construct. The easements and
license to construct documents that have been acquired are bound in
these specifications.
The bidder is advised to review the conditions of the permits,
easements and license to construct as he shall be required to comply
with all conditions at no additional cost to the Owner. All other
permits, licenses, etc., will be the responsibility of the Contractor.
The Contractor shall comply with the Special Provisions and require-
ments of each.
Restoration of landscaping shall be performed by a qualified Landscape
Gardner whose principal business is this type of work. The name and
qualification of the Landscape Gardner shall be submitted to the
Engineer for approval prior to beginning of construction.
20. PERFORMANCE BOND
The Performance Bond posted for this contract shall not only indemnify
the Owner for the usual performance provisions of the contract but, in
addition thereto, shall be a bond to guarantee payment of any and all
tax liabilities of any type, kind, nature or description due as a
result of work performed pursuant to the contract.
8L.Tukw20 SP - 8
21. ORDER OF COMPLETION
In cases involving health, safety or welfare, the City Engineer may
direct the order of completion of the work.
22. SALES TAX
The Contractor shall include in the space provided on the proposal an
allowance for all applicable taxes. See Paragraph. 55 of the General
Conditions.
23. MAINTENANCE OF TRAFFIC
The Contractor'.s attention is directed to all the provisions of
Paragraph 32, of the General Conditions, PROTECTION OF WORK AND
PROPERTY AND SAFETY, and, particularly, to the subsections mentioned
in the Special Provisions for emphasis and clarification.
Traffic control and maintenance for the safety of the traveling public on
this project shall be the sole responsibility of the Contractor and all
methods and equipment used will be subject to the approval of the Owner.
All unattended excavations shall be properly barricaded and covered
at all times.
All signs, barricades, related equipment, and their use must be in accor-
dance with the Manual on Uniform Traffic Control Devices for Streets and
Highways, as adopted by Washington State Transportation Department as
prepared by the National Joint Committee on Uniform Traffic Control
Devices.
The Contractor shall maintain the roads during construction in a suitable
condition to not adversely affect vehicular traffic. All cost to main-
tain the roads shall be borne by the Contractor.
Contractor shall provide one driveable roadway lane and temporary access
to all properties throughout the course of the project. Cost for all
materials, equipment and. labor for this lane and accesses shall be inci-
dental to the contract. This restriction shall not apply to the paving
,portion of the construction process.
When it is necessary to limit through traffic movement to any degree, the
Contractor shall provide all flagmen, warning signs and barricades as are
required by the Manual on Uniform Traffic Control Devices for Streets and
Highways or by the Engineer.
At the end of each working day, provisions shall be made for the safe
passage of traffic during non - working hours. It shall be the
Contractor's responsibility to provide all necessary warning signs,
lights, barricades, eta., as specified.
All costs of traffic control shall be considered incidental to the
contract.
8L.Tukw21 SP - 9
The Contractor shall furnish flagmen certified by the Department of
Labor and Industries and all necessary warning signs for flagging
operations as necessary to insure safe movement of traffic. '
The Contractor shall furnish, place and maintain all necessary signs,
barricades and warning lights. Barricades shall be reflectorized as
specified in Part VI of the Manual on Uniform Traffic Control Devices
for Streets and Highways. Barricades shall also be equipped with
flashers. The Contractor shall submit a traffic control plan to the
Engineer for approval prior to commencing his operations.
24. CONSTRUCTION STAKING
The Owner, or its authorized representative, will furnish one set of
stakes for each area of work as follows:
Staking of centerline with cuts and fills at 50 -foot stations.
b. Staking of right -of -way with a 2 -foot offset reference stake showing
cuts and fill to centerline at 50 -foot stations.
c. Locating and staking catch basins (2 reference stakes at each catch
basin) .
d. Locating and staking storm sewer lines.
e. Locating and staking sanitary sewer lines.
f. Locating and staking, including grade stakes for utility trench
lines, vaults and hand holds.
g. Locating and staking limits of watermain to be lowered.
h. Staking curb and gutter at 50 -foot stations and all grade breaks (top
of curb elevations) with offsets requested by City.
i. Staking curb returns at intersections with offsets as requested by
City.
j. Staking rock retaining walls (toe of each end).
k. Setting one set blue tops on centerline at 50 -foot stations and grade
.breaks.
1. Locating and staking limits of pavements and sidewalk removal.
m. Tying out existing survey control points and resetting after
construction.
The placement of these stakes will be made in conjunction with the
progress of the work. The Contractor shall give a forty -eight (48) hour
(2 working days) notice of the requirement for stakes in writing. Once
the stakes have been set, it shall be the responsibility of the
Contractor to maintain the stakes until construction is complete. In
8L.Tukw22 SP - 10
the event that stakes must be replaced, the Contractor shall execute a
signed, written request for restaking to the Owner, and the cost of
such restaking shall be deducted from the payment due the Contractor.
The above survey is the limit by which the Owner is obligated. to pro-
vide for the project. If additional survey staking is required by the
Contractor, it shall be his responsibility to.provide for it at his
expense.
The construction surveys are to be performed by the Consulting
Engineer or Surveyor as requested by the City. It is expressly
understood that requests for survey will be performed based on an
agreed -on schedule between the City and the Consulting Engineer or
Surveyor. Requests for partial days of surveying are outside the
scope of this.agreement and will be considered extra work and the
Consulting Engineer will be reimbursed by the City on a time and
expense basis at the Contractor's expense.
25. GUARANTEES
The Contractor shall be responsible for all work and materials for a
period of one year from the date of final acceptance by the City of
Tukwila City Council.
26. ENGINEER
Unless otherwise specified, "Engineer" shall be defined as the Public
Works Director, or his duly authorized assistants, including Chief
Engineer, Project Engineer and inspectors.
27. INSURANCE
'Insurance coverage as shown in Paragraph 15 of the General Conditions is
amended as follows: Bodily injury, each person $500,0000each accident
$1,000,000; Property Damage, each accident $250,000, with a $2,000,000
limit for an aggregate combined bodily injury and property damage.
28. PAYMENT OF PREVAILING WAGES
The following shall be added to paragraph 31 of the General Conditions:
"All costs associated with House Bill 795 (which amends the Washington
State Public Works Statute RCW 39.12) regarding fees charged by the
Department of Labor for approval of "Statements of Intent to Pay
Prevailing Wages" and the certification of "Affidavits of Wages Paid"
shall be paid by the contractor and shall be considered incidental to the
contract, and no additional compensation will be made."
29. RETAINED PERCENTAGES
There will be reserved and retained from monies earned.by the Contractor,
as determined by the progress estimates, a sum equal to five (5) percent
of such estimates. Withholding, management, and release of such retained
monies shall be in accordance with the provisions of RCW 60.28.
8L.Tukw23 SP - 11
If the Contractor wishes to exercise his option, as outlined in
Chapter 38, Laws of 1970, Second Extra Session, in regard to invest- .
m ent of retained funds, he shall so notify the Tukwila City Treasurer
in writing designating the financial institution and option for
investing retained funds after signing the contract. If so notified,
all retained monies will be deposited in a bank or placed in escrow to
in account which must be set up by the contractor and not subject to
withdrawal until 30 days after final acceptance of contract work and
with agreement of both parties.
30. INCREASE OR DECREASE OF WORK
Conditions 3 and 4 of Paragraph 37 of the General Conditions shall
not apply to rockwall or sod bid items, or any others so indicated in
Measurement and Payment section of these specifications or on the
plans.
8L.Tukw24 SP -12
DETAIL SPECIFICATIONS
1. Scope of Work
2. Contractor Safety Responsibilities
3. Existing Facilities
4. Clearing and Grubbing
5. Street and Drainage Excavation
6. Water
7. Crushed Surfacing
8. Bank Run Gravel, Class B
9. Asphalt- Treated Base
10. Asphalt Concrete. Pavement, Class B
11. Asphalt Concrete Driveway
12. Cement Concrete Curb and Gutter
13. Cement Concrete Driveway (5 -1/2" Thick)
14. Cement Concrete Sidewalks and Stairways
15. Permanent Signing and Pavement Striping
16. Adjustment of Existing Manhole to Grade
17. Adjustment of Existing Valve Box to Grade
18. Lawn Removal and Replacement
19. Bark
20. Remove and Reinstall Fence and Gate
21. Guard Rail
22. Storm Drain
23. Standard Manholes
24. Catch Basins and Inlets
8L.Tukw25
Spec - 1
Spec - 1
Spec - 2
Spec - 4
Spec - 4
Spec - 5
Spec - 6
Spec - 6
Spec - 6
Spec - 7
Spec - 7
Spec - 7
Spec - 8
Spec - 8
Spec - 9
Spec - 11
Spec - 11
Spec - 11
Spec - 11
Spec - 12
Spec - 12
Spec - 12
Spec - 13
Spec - 13
DETAIL SPECIFICATIONS (Continued)
25. Water Main Adjustment
26. Fire Hydrant Vertical Extension
27. Water Meter Adjustment and Box Replacement
28. Rock Wall
29. Water Serivce Adjustment
30. Trenching for Utilities
31. Rockery Drain
32. Monuments
33. French Drain
34. Existing Power Poles
35. Chain Link Fence
36. Washed Rock
37. Lean Mixed Concrete
38. Gravel Driveways
39. Compaction Tests
40. Side Sewers
41. Sanitary Sewers
42. Relocating Existing Fire Hydrants
43. Railroad Tie Wall '
44. P.V.C. Service Riser
45. Rebuild Rock Wall
46. New Water Service
8L.Tukw26
Spec - 13
Spec - 14
Spec - 14
Spec - 14
Spec - 15
Spec - 16
Spec - 16
Spec - 16
Spec - 16
Spec -J.17
Spec - 17
Spec - 17
Spec - 17
Spec - 17
Spec - 17
Spec - 18
Spec - 18
Spec - 18
Spec - 18
Spec - 18
Spec - 19
Spec - 19
DETAIL SPECIFICATIONS
1. SCOPE OF WORK
These specifications cover the furnishing of all material, labor and
equipment for the installation of the following improvements in accor-
dance with these specifications and contract plans:
1984 Street Improvement Program
Schedule A
55th Avenue South South 140th Street to South 144th Street
Schedule B
South 140th Street
54th Avenue South
53rd Avenue South to 55th Avenue South
Schedule C
Sanitary Sewer Lots 1, 2, 3, 4, 17, 18, 19 and 20 Block 2
A.G. Berg Addition
2. CONTRACTOR SAFETY RESPONSIBILITIES
In accordance with generally- accepted construction practices, the
Contractor will be solely and completely responsible for conditions of
the jobsite, including safety of all persons and property during per-
formance of the work. This requirement will apply continuously and
not be limited to normal working hours.
The duty of the Owner and the Engineer to conduct construction review
of the Contractor's performance is not intended to include review of
the adequacy of the Contractor's safety measures, in, on or near the
construction site.
The Contractor and all subcontractors shall adhere to the requirements
of the Occupational Safety and Health Act (OSHA), as well as other
Federal, State and local safety and health statutes which may apply.
These construction documents and the joint and several phases of
construction hereby contemplated are to be governed, at all times, by
applicable provisions of the Federal law(s), including, but not
limited to, the latest amendments of the following:
Williams- Steiger Occupational Safety and Health Act of 1980,
Public Law 91 -596.
Part 1910 - Occupational Safety and Health Standards, Chapter XVII
of Title 29, Code of Federal Regulations.
Part 1518 - Safety and Health Regulations for Construction, Chapter
XIII of Title 29, Code of Federal Regulations.
8L.Tukw27 Spec - 1
The project, its prime contractor and his subcontractors shall, at all
times, be governed by Chapter XIII of Title 29, Code of Federal
Regulations, Part 1518 - Safety and Health Regulations for
Construction (36 FR 75) as amended to date.
The prime contractor and all subcontractors shall immediately report
all accidents, injuries, or health hazards to the Owner, or their
designated representatives in writing. This shall not obviate any
mandatory reporting under the provisions of the Occupational Safety
and Health Act of 1970.
This program shall become a part of the contract documents and the
contract between the Owner, the prime contractor, prime contractor and
all subcontractors, as though fully written therein.
The Contractor, at his expense, shall be required to maintain suf-
ficient warning lights and adequate barricades on. all trenches and
open excavation to protect moving traffic and pedestrians. This shall
include, not only open trenches, but also recently closed trenches
that have not been returned to full and safe operating surface for '
normal use.
All the necessary flagmen, barricades and detour signs must be fur-
nished by the Contractor, both during working hours, and also where
the work is suspended during the construction period. The Contractor
shall provide such additional barricades and protective devices as
will be required to reasonably protect workmen and others, as well as
animals from the excavation during the construction period.
Upon failure of the Contractor to provide immediately and maintain
adequate suitable barricades, lights and detour signs, when ordered to
do so, the City shall be at liberty, without further notice to the
Contractor or the surety, to provide the same and deduct the cost
thereof from any moneys or payments due or to become due the
Contractor and the Owner assumes no liability connected therewith.
Signs used for posting shall be consistent with the provisions found
in the State of Washington, "Manual on Uniform Traffic Control Devices
for Streets and Highways ", and King County requirements.
All costs for Contractor safety responsibilities shall be merged in
the prices bid for the several items as indicated in the Proposal.
3. EXISTING FACILITIES
There now exists, . along the construction and within the boundaries
thereof, in addition to those improvements above the ground surface,
certain underground improvements. A portion of these, where known,
are shown on the, plans. However, whether they are shown on the plans
or later staked in the field by agents of the City or owners of the
improvements, and the Contractor, in his operation, damages or disrupts
these services, the repairs are to be made by the Contractor at his
8L.Tukw28 Spec - 2
expense. In the event they are so damaged or their service disrupted
and the Contractor fails or is unable to immediately restore the
service, then the owners of the improvements may cause the repairs to
be made by others and all costs for the same will be charged against
the moneys due the Contractor for work performed under this contract.
All information pertaining to the existing conditions at the work site
is presented only for the convenience of the Contractor. There is no
guarantee expressed or implied that the information is correct or
complete. It shall be understood that the City of Tukwila assumes no
responsibility for any conclusions drawn by the Contractor.
It shall be understood that the Contractor has satisfied himself
regarding all surface and subsurface conditions at the site before
bidding. If a prospective bidder desires to make borings prior to the
bid date, permission will be granted, provided the Engineer shall have
the right to have a representative present at the boring operation and
shall be furnished with a copy of all data accumulated from such
borings. Borings will be restricted per the Engineer.
The Contractor shall inform each property owner in ample time so that
the property owner and the Contractor may take any precautions
necessary to facilitate construction in the vicinity and thereby pro-
tect existing property and any underground facilities.
Where the Contractor is allowed to use private property adjacent to
the work, the property so used shall be returned to its original, or
superior condition. A signed release from the property owner
authorizing the use of said property by the Contractor shall be fur-
nished the Engineer, prior to the land being used.
Wherever existing drainage channels, culverts or structures are
disturbed, the Contractor shall provide suitable means for diverting
and maintaining all flows during construction in that area at his
expense.
Wherever it is necessary for the Contractor to connect to existing
structures, the work shall be done so that existing use of the struc-
tures is unimpaired. No payment will be made for these connections
and any damage to the existing structures shall be completely repaired
at the Contractor's expense.
The Contractor shall adequately protect and preserve from damage,
destruction and interference with the use of'all property or its
appurtenances on or in the vicinity of the project, the removal or
destruction of which is not ordered or provided for under this
contract. This applies to all items occupying the right -of -way,
trees, monuments, pipes, conduits, underground structures, culverts,
lot corners, fences, rockeries, bulkheads and property of all descrip-
tions. Wherever such property is damaged, destroyed, or the use is
interfered with due to the operation of the Contractor, it shall be
immediately restored to its former condition by the Contractor, at his
own expense; provided, however, that notice should be given by the
Contractor in advance of beginning work under this contract to the
owner of the items which occupy the right-of-way.
8W.Tuk71 Spec - 3
The Contractor may salvage existing pipe. However, the Contractor
will be required to replace broken pipe in kind with new pipe,
regardless of whether or not the pipe was damaged prior, during, or
after removal. Pipes shall be replaced in.a neat, orderly, straight
alignment with joints well seated and with the pipe slopes in the
direction of drainage flow.
Postal service shall be maintained in accordance with the instructions
of the U.S. Postal Service. The Contractor shall be responsible for
moving mail boxes to temporary locations designated by the Postal
Service, in such position that their usefulness will not be impaired'
and, at completion of the work, he shall replace them in location and
in condition satisfactory to the U.S. Postal Service. Mail box reloca-
tion shall be incidental to the contract.
It will be the Contractor's responsibility to contact the U.S. Postal
Service for their requirements in maintenance of postal service and to
follow the requirements.
In cases where the posts upon the box or boxes are fastened in such
condition that they cannot be reset, the Contractor shall furnish new
posts for this purpose at his own expense.
No separate payment will be made for the protection and /or repairing
of existing facilities and any cost and expense incurred in protection
and /or repairing these facilities shall be included in the prices bid
for the several items as indicated in the Proposal.
4. CLEARING AND GRUBBING
Clearing and grubbing shall conform to APWA Standard Specification,
Section 12, except as amended herein.
All existing trees, except as noted below, shall be considered orna-
mental trees and shall not be disturbed unless specifically directed
otherwise by the Engineer.
The second paragraph of Section 12 -2.03 is hereby deleted.
5. STREET AND DRAINAGE EXCAVATION
Common excavation shall conform to APWA Standard Specification,
Section 13, except as amended herein.
Common excavation shall include all materials excavated from within
the limits of work, including existing curb, gutter, pavement,
sidewalk, drainage structures and pipe. Suitable excavated material
shall be used for roadway and driveway embankments, while surplus
excavated material or unsuitable material, it any, shall be disposed
of as directed by the Engineer.
"Common excavation including haul" shall include excavation, removal,
hauling and disposal of all surplus material in the limits of
construction, including broken concrete curb, gutter existing
pavement, existing catch basins, drainage structures or pipe.
8W.Tuk72R Spec - 4
"Common excavation including embankment and compaction" shall include
the excavation of on -site material judged suitable for embankment,
hauling or moving it to embankment areas, placing it and compacting
it. If no on -site material is suitable for embankment, or if there is
not enough suitable on -site material, this item shall include
supplying suitable embankment material from a borrow site, hauling,
placing and compacting of the embankment material, as well as •
excavation, haul and disposal of unsuitable material.
Excavation for curb and gutters shall be accomplished by cutting
accurately to the cross - sections,' grades and elevations shown. Care
shall be taken not to excavate gutters below the specified grades.
The Contractor shall maintain all excavations free from detrimental
quantities of leaves, brush, sticks, trash, and other debris until
final acceptance of the work.
If it is recognized during construction that excavation for unsuitable
material is required, the Contractor shall notify the Engineer and
obtain permission prior to beginning his excavation.
At the completion of the over - excavation as required by the Engineer,
the Engineer will measure and provide the final "as- built" change
order to the Contractor for his review.
Any over - excavation not specifically authorized by the Engineer shall
be replaced with Bank Run Gravel, Class B, compacted as specified, by
the Contractor at no expense to the City.
The Contractor shall obtain borrow materials from sources provided by
the Contractor. The source of borrow and the borrow material shall be
subject to approval by the Engineer. The Contractor shall secure the
source of borrow at his own expense.
Compaction shall be in accordance with Section 13- 3.10E3, "Method B ".
Section 13- 3.10E5, "Compaction Control Tests ", is revised to include
the following paragraph:
Determination of the density of earth embankments MAY be done by
the nuclear method as outlined in the ASTM designation number
D2922-71, or by any other method specified by the Engineer.
Stripping, disposal of unsuitable material and excess material and
temporary drainage work shall be considered incidental to, and part
of, the bid prices for common excavation.
6. WATER
Water used for the project shall conform to APWA Standard
Specification, Section 16, except as amended herein.
Water may be obtained from the Cities system at locations designated
by the Owner and the Contractor shall be billed for water used in
accordance with Cities rate and deposit required by the Utility
Department.
8L.Tukw29 Spec - 5
7. CRUSHED SURFACING
Crushed surfacing shall conform to APWA Standard Specification,
Section 23.
Existing dirt and gravel driveways shall be restored with 2" crushed
reject top course unless otherwise directed.
Crushed surfacing (top course and base course) shall be compacted in
accordance with Section 13- 3.10E3, Method B.
A two -inch thick compacted layer or crushed surfacing top course
shall be placed under the curb, gutter and sidewalk as shown on the
Detail Sheet of the construction plans.
8. BANK RUN GRAVEL, CLASS B
Bank run gravel, Class "B" shall conform to APWA Standard
Specifications, Section 26, except as amended herein.
Paragraph 26 -2.01 is revised to require the following gradation for
Class B gravel.
Passing 3" Sieve 100%
Passing 1/4" Sieve 25% minimum
Passing No. 200 (wet sieving) 8% maximum
Where shown on the plans, or directed by the Engineer, the Contractor
shall furnish Bank Run Gravel, Class "B ", from a site outside of the
project for use in construction of subgrade, shoulders and other
facilities.
Bank run gravel, Class "B ", shall be compacted in accordance with
Section 13- 3.10E3, "Method B ", APWA Standard Specifications. If the
required compaction is not being obtained by the Contractor, the
Engineer may request, and the Contractor shall furnish, at no increase
in contract cost, Bank Run Gravel, Class B, material with 3 per cent
maximum passing the U. S. No. 200 sieve.
The depths of Bank Run Gravel, Class B, are subject to increase or
decrease by the Engineer, at no additional unit cost to the Owner.
Should adverse conditions be prevalent and the depths required to be
increased, the Contractor shall do so at no additional unit cost to
the Owner, regardless of the amount of increase or decrease.
Volumes of Bank Run Gravel, Class B, which are added or deleted will
be converted to an equivalent square yard basis (6" compacted
thickness) and paid for at the unit price bid in the Proposal.
9. ASPHALT- TREATED BASE
Asphalt- treated base shall conform to APWA Standard Specifications,
Section 33.
8W.Tuk74 Spec - 6
10. ASPHALT CONCRETE PAVEMENT, CLASS B
Asphalt Concrete Pavement, Class B, shall conform to APWA Standard
Specification, Section 34, except as amended herein.
The asphalt. power equipment shall conform to Paragraph 5- 04.3(3),
Asphalt Pavers, State of. Washington Standard Specifications.
The grade of paving asphalt shall be AR -4000W meeting the requirements
of Section 9- 02.1(4), State of Washington Standard Specifications.
An asphalt prime coat (SS -1) shall be placed in accordance with
Section 34 of the Standard Specifications. The prime coat shall be
applied to all untreated surfaces prior to application of Asphalt
Concrete Pavement. The prime coat shall be considered as incidental
to the cost of the Asphalt Concrete Pavement and no separate payment
will be made for this item.
An asphalt tack coat (SS -1) shall be placed in accordance with Section
34 of the Standard Specifications. The tack coat shall be applied to
all existing pavement surfaces and between successive layers of
Asphalt Concrete Pavement. The tack coat shall be considered as inci-
dental to the cost of the Asphalt Concrete Pavement and no separate
payment will be made for this item.
11. ASPHALT CONCRETE DRIVEWAY
Where shown on the plans, or as directed by the Engineer, existing
driveways shall be excavated, regraded to new street grade and resur-
faced with asphalt. The materials shall include 2 -1/2" thick, 1 -1/4"
minus crushed surfacing base material, 1 -1/2" thick, 5/8" minus top
course and 2" of Class B asphalt concrete. Modifications of existing
surfaced driveways shall be accomplished by cutting the existing pave-
ment cleanly and in a straight line with cutting equipment approved by
the Engineer and provide a 4" wide jointseal on all new edges. All work
which is essential to the construction, but for which no bid item is
included in the Proposal, shall be considered as incidental to this item
and the cost included herein.
12. CEMENT CONCRETE CURB AND GUTTER
Cement concrete curb and gutter, Types D and E, shall conform to the
APWA Standard Specification, except as modified herein.
Concrete shall be 5 sack mix with 1 -1/2 inch maximum size coarse
aggregate.
A base layer 2.5 feet wide by 0.17 feet deep of crushed surfacing (top
course) shall be prepared under the curb and gutter. The crushed sur-
facing and the subgrade shall be compacted to a minimum density of
95%, ASTM D29.22 -71.
The cement concrete curb, gutter and apron shall be reinforced at the
catch basins and inlets as shown on the Construction Plans.
8W.Tuk75 Spec - 7
The curb reinforcement at catch basins and inlets and the crushed sur-
facing material shall be incidental to the cost of curb and gutter and
included therein.
13. CEMENT CONCRETE DRIVEWAY (5 -1/2" THICK)
Cement concrete driveway shall conform to APWA Standard
Specifications, Section 41, and details shown on the Construction
Plans and as modified herein.
Concrete shall be 5 sack with 1 -1/2" maximum size coarse aggregate.
Cement concrete driveway return shall be as detailed on the
Construction Plans. Driveways shall be constructed at the locations
shown on the Construction Plans or as directed by the Engineer.
Excavation and embankment for driveways and returns shall be coin
s idered incidental to the construction of the driveway and included
therein. Modifications of existing surfaced driveways shall be
accomplished by cutting the existing pavement cleanly and in a
straight line with cutting equipment approved by the Engineer. All
work which is essential to the construction, but for which no bid item .
is included in the Proposal, shall be considered as incidental to this
item and the cost included herein.
14. CEMENT CONCRETE SIDEWALKS AND STAIRWAYS
Cement concrete sidewalks shall conform to APWA Standard
Specification, Section 42, except as modified herein.
Concrete for sidewalks shall be 5 sack with 1 -1/2" maximum size coarse
aggregate.
Sidewalks shall be Type B, 5 feet wide. Sidewalks to be 3 -5/8" mini-
mum thickness. Dummy joints shall be placed 5 feet center to center
and through joints shall be placed 20 feet center to center. The
through joint filler shall be for full depth of walks.
Housewalks and concrete walk connections shall be constructed at loca-
tions and widths as shown on the Construction Plans or as directed by
the Engineer. Thickness shall not be less than 3 -5/8 ".
Wheelchair ramps shall conform to the detail shown on the Construction
Plans.
Wheelchair ramps and the 2" thick crushed surfacing required under
sidewalks shall be considered as incidental to this item and included
herein.
Cement concrete stairways shall conform to APWA Standard Specification
Section 38 and the APWA Standard Plan No. 32, with the exception that
steps may be constructed to match existing or pre - existing steps.
Concrete for stairways shall be Class 6 (3/4) Portland Cement
Concrete.
8L.Tukw30 Spec - 8
15. PERMANENT SIGNING AND PAVEMENT STRIPING
Permanent signing and pavement striping shall conform to Sections 8 -21
and 8 -22, State of Washington Standard Specifications, 1980 Edition,
except as modified herein.
a. Signing
The work shall consist of furnishing and installing new signs and
posts where shown on the plans or as directed by the Engineer.
Signs and placement thereof shall conform to the requirements of
"Manual on Uniform Traffic Control Devices for Streets and
Highways" and "Sign Fabrication Manual ", State of Washington.
Posts shall be galvanized steel "U "- channel posts weighting 2
pounds per foot set 2 feet deep in concrete. Sign posts shall
have 3/8" holes on 1' centers. Post samples shall be submitted
to the Engineer for his approval.
b. Striping
The work shall consist of furnishing and placing traffic line
paint on the completed roadway for delineation in the form of land
stripes, stop bars, crosswalks and other markings required.
1) Stop bar shall be a solid line of reflectorized white traffic
paint, 12" wide, placed across the traffic lane as shown on
the Construction Plans.
2) Crosswalks shall consist of two 12" solid lines of reflec-
torized white traffic paint, parallel to one another, and 6
feet, center to center, as shown on the Construction Plans.
3) Centerline delineation lines shall be 4" lines of reflec-
torized yellow traffic paint as shown on the construction
plans. The skip pattern shall be 9 foot segment of solid line
and a 16 foot gap.
4) Other lane delineation lines and cross - hatched striping lines
shall be 4" or 12" solid lines of reflectorized white traffic
paint as shown on the Construction Plans.
5) Curbs as indicated on the plans shall be painted solid with
reflectionized yellow traffic paint.
Traffic line and stop bar paint shall be furnished in accordance
with Formula W77. Copies of specifications are available from the
Materials Lab, Post Office Box 167, Olympia, Washington.
Glass beads for traffic line stripe and stop bar reflectorization
shall be Type II waterproof overlay sperical glass beads, as spe-
cified in Section 8 -22 of the State of Washington Standard
Specifications.
8L.Tukw31 Spec - 9
The Engineer will provide necessary control points at intervals
agreed upon with the Contractor to assist the Contractor in preli-
minary spotting of the lines before striping is commenced. The
Contractor shall be responsible for preliminary spotting of the
lines to be painted and approval by the Engineer must be obtained
before striping may begin. Preliminary spotting to guide the
striping machine is'required for all longitudinal lines except
where a clearly visible separation such as a longitudinal
construction joint is present.
When deemed necessary by the Engineer, all surface dirt within the
areas to'be painted shall be removed. Large areas of tar, grease
or foreign materials may require sand blasting, steam cleaning or
power brooming to accomplish complete removal. Application of
traffic line stripes shall not proceed until final authorization
is received from the Engineer.
Traffic paint shall be applied at the rate of not more than 80
square feet per gallon (approximately 20 mils wet thickness).
This rate is effectively 20 gallons of paint per mile of solid
4-inch stripe which will be the basis for the measurement of
yield. An allowable tolerance not to exceed minus 10 per cent
will be required for film thickness or yield in paint application.
The total bead application for all traffic paint when specified
shall be at the rate of six pounds of Type II beads per gallon of
paint as it is applied to the roadway. The beads shall be applied
by means of a mechanical dispenser, mounted not more than 24
inches behind the paint dispenser, designed to distribute the
beads evenly across the entire stripe.
The Contractor shall keep his work within the following allowable
tolerances:
Width of Stripe: The width of stripe shall not vary more than
plus or minus 1/4 inch.
Lane Width: The lane width which is defined as the lateral
width from the edge of pavement to the centerline or between
the centers of successive lane lines shall not vary from the
widths shown on the plans by more than plus or minus two
inches.
c. Traffic Buttons
The traffic buttons shall be APWA Type 125C- yellow (or WSDOT equal
types) or WSDOT Type 2d yellow and. yellow at locations as indi-
cated on the plans.
The buttons to be installed in accordance with APWA Section 44.
8L.Tukw32 Spec - 10
16. ADJUSTMENT OF EXISTING MANHOLE TO GRADE
Adjustment of existing manholes and catch basins shall be as described
in Section 53 of the APWA Standard Specifications and as detailed on
the plans. The cost of providing and installing solid lids where
indicated on the plans shall be included in the unit contract price
per each.
The Contractor shall take care in the removal of all inlets so as to
be left in a salvageable condition. All salvageable materials, such
as inlets, frames and grates, shall be turned over to the City of
Tukwila at City Shops, 600 Minkler Boulevard.
All castings, except those located in cement concrete pavement, shall
be adjusted to final grade after completion of surfacing through the
use of concrete bricks or concrete adjustment rings. All joints of
the bricks or rings will be seated in grout and the casting will be
grouted to the top course. A 3/8" thick mortar lining will be
installed inside and out of the adjustment section to present a
smooth, watertight finish.
Manhole lids shall not be located in gutter line.
17. ADJUSTMENT OF EXISTING VALVE BOX TO GRADE
Adjustment of existing valve box to grade shall conform to the
requirements as set forth in Section 53 -3.04 of the APWA Standard
Specifications.
Attention is directed to plan and profile of design drawings to deter-
mine the extent of adjustment required in relation to cuts and fills.
Adjustments and /or relocation may require removal and /or installation
of a complete section of precast or a portion of a built -in -place
structure in addition to a leveling course to final grade at no extra
charge to the Owner.
18. LAWN REMOVAL AND REPLACEMENT
All lawn replacement shall be done by sodding in accordance with the
APWA Standard Specification, Section 56.
All yard areas disturbed by construction shall be re- sodded, unless
otherwise shown on the plan. All cut and fill slopes shall be sodded.
19. BARK
Decorative bark shall be provided and spread at locations shown on the
plans or as directed in the field.
The Contractor shall submit, for approval by the Engineer, a sample of
the decorative bark to be used; included with the sample shall be the
name, address and phone number of the manufacturer and any description
of the material being submitted the manufacturer or supplier may have.
8L.Tukw33 Spec - 11
The decorative bark shall be spread in a 4" layer on top of a 6 mill
sheet of black polyethelene plastic. Plastic shall be trimmed to fit
areas to be barked. All joints in plastic to be lapped a minimum of 12 ".
20. REMOVE AND REINSTALL FENCE AND GATE
Fence and gates that are removed for construction purposes shall be
stored and replaced as soon as practicable. Rotted -off posts shall be
replaced and the cost of similar size and type, treated, shall be con-
sidered incidental to this item.
The fences shall be restored to their former condition, in "a manner
acceptable to the Engineer, and any damage caused by the Contractor to
fences, posts, gates, and miscellaneous hardware due to his
negligence, shall be repaired or replaced at his own expense.
Should the Contractor elect to remove the existing fences and not
relocate them immediately, the unit contract price shall also include
all costs for installing a temporary fence, if required, in order to
maintain security on the adjacent property.
21. GUARD RAIL
Guard rail shall conform with the APWA Standard Specification,
Section 59, and the APWA Standard Plans.
The existing guard rail and posts shall be protected from damage or
replaced with materials acceptable to the Engineer at the Contractor's
expense or shall be removed in a manner so as to be in a salvageable
condition. The beam guard rail and all nuts, bolts, washers and other
hardware shall be salvaged and delivered to the City of Tukwila at a
location specified by the Engineer.
22. STORM DRAIN
Pipe materials and testing shall conform to APWA Standard
Specification, Sections 60, 61 and 62, except as modified herein.
The Contractor shall require his pipe suppliers to furnish cer-
tificates signed by their authorized representatives stating the
specifications to which the materials or products were manufactured.
Certificates showing non - conformance with these Specifications shall
be sufficient evidence for rejection.
Approval of certificates shall be considered only as tentative accep-
tance of the materials or products and such action by the Engineer
will not relieve the Contractor of his responsibility to perform field
tests and to replace or repair faulty materials, equipment, and /or
workmanship.
All pipe shall be concrete. The 6" and 8" pipe shall conform to
Section 60 -3.O1A and pipe 12" and over shall be reinforced concrete
pipe, Class IV, with Rubber gasket conforming to Section 60 -3.O1B of the
APWA Standard Specifications.
8L.Tukw34 Spec - 12
23. STANDARD MANHOLES
Where shown on the plans, manholes Type 1 -48 and Type 111 -48 shall be
provided: and constructed in accordance with Section 63 and standard plans
34 and 37 of the APWA Standard Specifications except that manholes shall
have an eccentric cone.
Manhole frame and cover shall conform to Standard Plan No. 42, APWA
Standard Specification, with locking lid.
Steps shall conform with Paragraph 63- 2.02B, APWA Standard
Specifications.
24. CATCH BASINS AND INLETS
Catch basins and inlets shall conform to APWA Standard Specifications,
Section 64, except as modified herein.
Type I -C catch basins shall conform- to Standard Plan No. 52, Type IV -C
to Standard Plan No. 59, and the storm inlet detail shown on the
construction plans..
Metal frame and grate shall conform to Standard Plan No. 49.
A mortar wedge shall be added to the upstream end of the grate on
catch basins and inlets which are located where the gutter slope is
greater than 6 per cent as shown in the Detail in the Construction
Plans.
Inlets located over or near an existing water main may be required to
be cast in place, depending on final location and depth of the water
main. In these cases, construction shall conform to Standard Plan No.
58, Type IV -B, Curb Inlet, Cast in Place.
Type II catch basin cover shall conform to APWA Standard Plan #56 with
a 24" manhole frame and cover, Standard Plan #42 or frame and grate per
Standard Plan #49 as shown on plans.
Existing catch basins,
to Tukwila Maintenance
are not damaged. A 4"
nected to each CB near
for CB's.
25. WATER MAIN ADJUSTMENT
frames and grates shall be salvaged and taken
Shop. Care shall be taken to insure the items
stub out to back of curb or sidewalk shall be con -
uphill lots and shall be incidental to unit price
Where indicated on the plan, or as otherwise directed by the Engineer,
the Contractor shall lower the existing water main to a depth of 3 feet
of cover and alignment acceptable to the Engineer and as per the City of
Tukwila Codes and Standards. The water main valves. shall be closed only
by personnel of the City of Tukwila Water Department. Where the water
main is off for more than two hours, the Contractor shall provide
material, fittings, labor and equipment needed to maintain water service
to affected users during the lowering of the water line.
8L.Tukw35 Spec - 13
26. FIRE HYDRANT VERTICAL EXTENSION
Barrel extension of the fire hydrant shall be in accordance with Section
77 of the APWA Standard Specifications, except as herein amended. The
exact amount of required fire hydrant vertical extension shall be deter-
mined in the field during construction. The guard posts shall also be
re-adjusted to final grade.
27. WATER METER ADJUSTMENT AND BOX REPLACEMENT
All water meters and boxes within the work limits shall be removed,
relocated and adjusted to meet new grades established by this improve-
ment per City of Tukwila codes and Standards and to the satisfaction of
the Engineer. New boxes shall be provided by the Contractor for all
meters in the sidewalk or paved area. -The meter boxes shall be Olympic
Foundary #511 or approved equal. Any meters located in the street shall
be relocated by the Contractor to the'sidewalk or behind the sidewalk.
Adjustment of water service at the meter shall be considered
incidental.
Main line shutdown shall be accomplished by City of Tukwila Water
Department personnel and for a maximum length of time of two hours.
The Tukwila Fire Department shall be notified of all shutdowns two (2)
hours prior.
28. ROCK WALL
Rock wall shall be constructed in accordance with the detail shown on
the construction plans and where shown on the plans or where directed
by the Engineer. Exact limits shall be determined in the field during
construction.
Materials:
1. Size categories shall include:
Two -man rocks (300 to 600 pounds), 13" in least dimension;
Three -man rocks (800 to 1200 pounds), 16" in least dimension;
and Four -man rocks (1500 to 2200 pounds), 18" in least dimension.
Four -man rocks shall be used for bottom course rock in all rock
retaining walls over 6' in height.
2. The rock material shall be as nearly rectangular as possible. No
stone shall be used which does not extend through the wall. The
rock material shall be hard, sound, durable and free from
weathered portions, seams, cracks and other defects. The rock
density shall be a minimum of 160 pounds per cubic foot.
3. Rock from Black River Quarry will not be acceptable for Rock Wall.
The retaining wall shall be started by excavating a trench, not less
than one (1) foot in depth below subgrade in excavation sections or
below the existing ground level in embankment sections, in accordance
with the details on the plans. Starting depths greater than the mini-
mums are indicated on the plans.,
8L.Tukw36 Spec - 14
Rock selection and placement shall be such that there will be minimum
voids and, in the exposed face of the wall, no open voids over six (6)
inches across in any direction. The final course shall have a con=
t inuous appearance and be .placed to minimize erosion of the backfill
material. The larger rocks shall be placed on the base of the rockery
so that the wall will be stable and have a stable appearance. The
rocks shall be placed in a manner such that the longitudinal axis of .
the rock shall be at right angles or perpendicular to the rockery
face. The rocks shall have all inclining faces sloping to the back of
the rockery. Each course of rocks shall be 'seated as tightly and
evenly as possible on the course beneath. After setting each course
of rock, all voids between the rocks shall be chinked on the back with
quarry rock to eliminate any void sufficient to pass a 2 inch square
probe. Rocks shall be individually placed. Placement by dumping will
not be permitted. The exposed face of the rock wall shall slope back
at the rate of 1 horizontal to 6 vertical or as shown on the plans.
The wall backfill shall consist of quarry spells with a maximum size
of four (4) inches and a minimum size of two (2) inches. This material
shall be placed to a twelve (12) inch minimum thickness between the
entire wall and the cut or fill material. The backfill material shall
be placed in lifts to an elevation approximately six (6) inches below
the top of each course of rocks as they are placed, until the upper-
most course is placed. Any backfill material on the bearing surface
of one rock course shall be removed before setting the next course.
When a'sidewalk is to be built over a rock retaining wall, the top of
the wall shall be sealed and leveled with a cap constructed of Cement
Concrete, Class C in accordance with the applicable provisions of
Section 6 -02 of the State Standard Specifications, but with reduced
water content resulting in slump of not over two (2) inches.
Before placing the rock wall, the slopes of the embankments shall be
dressed true to the lines and grades required by the construction.
plans.
Care shall be taken to insure that construction or replacement of rock
wall does not cause damage to utilities: Any damage to underground
utilities during this work shall be repaired in accordance with ,
Section 33 of the General Conditions.
29. WATER SERVICE ADJUSTMENT
Where field conditions warrant, house water service lines shall be
adjusted or lowered to provide a minimum 'cover of 30" as per the City
of Tukwila Codes and Standards and to the satisfaction of the
Engineer. For purposes of this project, it is assumed that all
existing water service lines are copper lines. If excavation reveals
that any existing water service line to be lowered is not copper, it
shall be replaced with copper tubing, Type K, from the water main to
the water meter. Single strap saddles shall be used on all services
and corporation stops used in all connections to the main line. The
corporation stop shall be located on the water main directly opposite
the water meter.
8L.Tukw37 Spec - 15
30. TRENCHING FOR UTILITIES
During the excavation phase of the project, the Contractor shall exca-
vate trenches as shown on the plans for the use of utility companies
in the underground of their facilities, including excavation for
4' x 6' x 6' PSP&L vaults 5' x 10' Pacific Northwest Bell vaults, and
Seattle City Light vaults, locations of which will be field located by
the respective utility company.
After placement of vaults, hand holds and conduits by the utility com-
panies involved, 'the Contractor shall backfill with select backfill to
95% compaction. Exact locations of service trenches shall be deter-
mined at the time of construction.
31. ROCKERY DRAIN
Rockery drain shall be 4" perforated plastic underdrain pipe meeting
AASHTO Designation M175, Type I, or equal except that the perforations
shall be approximately 1/2" in diameter and strength requirements
shall be as shown in Table II of AASHTO Designation M86. The pipe
shall be placed to have a minimum of a 3" layer of rock wall backfill
material surrounding the pipe. Connections to the storm drain shall
be either teeing or connecting to a catch basin. If wall lower than
storm drain, then provide drainage to low area away from wall and
houses.
Locations of the Rockery drain, shall be placed behind walls or as
determined by the Engineer during construction.
32. MONUMENTS
Monuments shall conform,in all respects to APWA Standard
Specification, Section 50, except as amended herein and in the detail
in the construction plans.
The monument shall be furnished and installed by the Contractor. The
monuments shall be Type "A" installed in accordance with Standard Plan
No. 22.
Location of the monument shall be coordinated through the Engineer.
33. FRENCH DRAIN
French drains shall consist of a 6 -inch perforated pipe and the trench
section filled with 1 1/2" foundation rock installed to intercept sub
surface water found under the street pavement. The. water shall be
drained either to surface drainage courses or piped into the street
storm drainage piping at the Engineers' direction.
Locations of the french drain, if any, shall be determined by the
Engineer during construction.
8L.Tukw38 Spec - 16
34. EXISTING POWER POLES
Existing power poles are to be left in place. The Contractor shall
avoid damage to these facilities or disruption of service.
Asphalt or concrete improvements under this contract shall be formed
around the existing poles. Poles shall be removed and area restored
by others.
35. CHAIN LINK FENCE
Chain link fence shall be Type 6, (4' high) standard plan No. 76, and
conform to Section 58, APWA. Chain link fence shall be installed on
top of all rock walls 3' or more in height.
36. WASHED ROCK
Decorative washed rock shall be provided and spread at locations shown
on the plans.
The rock shall be 1/2" to 2" in size and shall be spread in a 4" layer
on top of a 6 mill sheet of black polyethelene plastic. The plastic
shall be trimmed to fit areas to be rocked. All joints in the plastic
shall be lapped a minimum of 12 ".
37. LEAN MIXED CONCRETE
Concrete shall be no less than 3 sack mix with 1 -1/2 inch maximum size
coarse aggregate. A base layer 2" deep of crushed surfacing top
course shall be placed and compacted under the'lean mixed concrete and
shall be incidental to this item..
38. GRAVEL DRIVEWAYS
Where shown on the plans, or as directed by the Engineer, existing
. driveways shall be excavated, regraded to new street grade and resur-
faced with 1 -1/2" thick, 5/8" minus reject top course. All work which
is essential to the construction, but for which no bid item is
included in the Proposal, shall be considered as . incidental to this
item and the cost included herein.
39. COMPACTION TESTS
Compaction tests shall be done by a certified soils technician at
locations designated by Engineer. Contractor shall submit the name of
soils testing company to Engineer for approval prior to doing any com-
paction tests required by Engineer. Any compaction tests done for
Contractor's use to assure him that existing or new trenches will not
settle will be incidental to other items of work.
8L.Tukw39 Spec - 17
40. SIDE SEWERS
Side sewers shall be installed to all lots where a service does not
presently exist.
Records indicate location of some services, (as indicated on the
plans) the Contractor will verify location of service by digging in
vicinity of service. He shall dig a minimum of 10 feet each side of
indicated location and 2 feet deeper than indicated depth. When side
sewer is located, the Contractor shall plug and mark end of service.
The Contractor shall repair any pipe damaged by the search operation.
Cost of repair shall be incidental to cost of verification of side
s ewer.
If an existing side sewer is not located, then Contractor shall
install a side sewer from the sanitary sewer main to the property line '
in accordance with City of, Tukwila codes and APWA Standard
Specifications, Section 66.
The material used for side sewers shall be PVC pipe.
The connection to the existing sewer main shall not protrude into the
pipe and shall be water tight to prevent any infiltration. Any
existing sewer main damaged in connecting the side sewer shall be
replaced with same material of the existing pipe and as approved by
the Engineer.
41. SANITARY SEWERS
The sanitary sewer main extension shall be PVC pipe conforming to ASTM
D3034, SDR 35 with rubber gasket joints with a maximum 12' -6" laying
length.
The pipe shall be installed with Sections 60, 61, 62 and 63 of the
APWA Standard Specifications.
42. RELOCATING EXISTING FIRE HYDRANTS
Where shown on the plans, existing Fire Hydrants shall be moved and
installed in accordance with APWA Standard Specifications Section
77 -3.04. The hydrant must be rodded and thrust blocking provided.
43. RAILROAD TIE WALL
Railroad tie wall shall be constructed at locations as shown on the
drawings or as directed in the field. The wall shall be constructed
from Grade A railroad ties. The ties shall be staggered so there is
no vert point for height of wall.
44. P.V.C. SERVICE RISER
Schedule 40 PVC pipe shall be placed as shown on the drawings to pro-
vide for future installation of water and electrical service behind
rock walls. The risers will be placed at locations as shown on
drawings or as directed in the field.
8L.Tukw40 Spec - 18
45. REBUILD ROCK WALL
Where indicated on the plans or as directed in the field some existing
rock walls are to be rebuilt. The wall shall be rebuilt in accordance
to Article 28 Rock Wall of the Detail Specifications.
The existing rock shall be used. If the existing rock is not sound or
the wall requires heightening or lengthening the additional wall will be
paid as rock wall.
Any additional wall backfill for rebuild rock wall shall be considered
incidental to the cost for rebuild wall. If a rockery drain exists it
shall be replaced per the detail. Cost of replacement of drain shall
be considered incidental. If no drain exists and it is directed to
install a rockery drain it shall be paid per the bid item for rockery
drain.
46. NEW WATER SERVICE
The City will install new water services to lot presently not served.
The Contractor shall cooperate with and coordinate his work with the
City Utility Department. The Contractor shall be responsible for final
adjustment of the meter boxes. No additional payment shall be made for
the coordination or adjustment of the boxes but shall be considered
incidental.
8L.Tukw40a Spec - 19
N
N
M
0
MEASUREMENT AND PAYMENT
Bid Item No.•1 - Clearing and Grubbing
The contract price bid per lump sum shall be full compensation for all
labor, material, tools and equipment necessary or incidental for clearing
and grubbing, including removal of existing shrubs, bushes or trees.
Bid Item No. 2 - Water
The unit. contract price bid per thousand (T) gallons of water shall be full
compensation for all labor, material, tools and equipment necessary and
incidental. to obtain, haul and apply water..
Water will be obtained from the City of Tukwila's system at locations
designated by the Engineer and the Contractor shall be billed as per Cities
rate and deposit requirement.
Water will.be, measured by units of one thousand (T) gallons. by means of a
flow meter and tickets supplied by the Contractor on a daily basis.
Bid Items No. 3 - Common Excavation Including Embankment, Compaction,
and Haul
The unit contract price bid per cubic yard for common excavation shall be
full compensation for all labor, materials, tools and equipment necessary
or incidental for excavation, including stripping, removal of existing
pavement, curb, gutter, sidewalk, drainage structures and pipe, grading,
hauling and disposal of surplus material and excavation of suitable on -site
embankment material, hauling, grading, placing and compacting embankment
material.
If no on-site material is judged for embankment, or if there.is an insuf-
ficient quantity of suitable on -site material, the unit price bid shall be
full compensation for all labor, materials, tools and equipment necessary
or incidental for providing suitable embankment material from a borrow
site, including hauling, grading, placing and compacting the embankment
material and excavation, hauling and disposal of the unsuitable material.
Payment quantities for common excavation have been determined from the pre -
construction cross - sections as calculated by the Consulting Engineer and
are shown in the plans.
Payment will be based on the estimated
cross - sections, not truck measurement.
do not allow for swell.
All labor, materials and equipment for
excavated material shall be considered
material is required beyond the amount
available on the job, it shall be paid
quantities as calculated from the
These quantities are neat line and
placement and compaction of native
as incidental. If additional
of native excavated material
at the unit price for Bid Item #3.
8L.Tukw51 Meas. & Pay. - 1
Bid Item No. 4 - Sawcutting of Existing Concrete Driveway
The unit contract price bid per lineal foot for sawcutting of existing
concrete driveway shall be full compensation for all labor, materials,
tools and equipment necessary or incidental for sawcutting existing
concrete driveways, Removal, hauling and disposal of broken concrete shall
be considered under Common Excavation including Haul' and shall be paid for
under that item.
Bid Item No. 5 - Sawcutting of Existing Asphalt Driveway
The unit contract price bid per lineal foot for sawcutting of existing
asphalt driveway shall be full compensation for all labor, materials,
tools and equipment necessary or incidental for cracking, breaking or
sawcutting existing asphalt driveways. Hauling and disposal of broken
asphalt shall be considered under Common Excavation including Haul and
shall be paid for under that item.
Bid Item No. 6 - Cement Concrete Curb and Gutter
The unit contract price bid per linear foot for cement concrete curb and
gutter, Types A and D, shall be full compensation for all labor, materials,
tools and equipment necessary or incidental to construction of curb and
gutter, including forming, placing and finishing concrete, the crushed sur-
facing base layer, the reinforcement at catch basins and inlets, and the
mortar wedge at catch basins and inlets where required.
Bid Item No. 7 - Cement Concrete Sidewalk including House Walk and
Concrete Fill -In
The unit contract price bid per square yard for cement concrete sidewalk,
Type B, including house walk and concrete fill -in, shall be full compen-
sation for all labor, materials, tools and equipment necessary and inciden-
tal for constructing cement concrete sidewalk, house walks and fill -in,
including grading, forming, placing and finishing concrete.
Wheelchair ramps and the 2" crushed surfacing top course base layer shall
be considered as incidental to the cost of the concrete walk.
Bid Item No. 8 - Cement Concrete Steps
The unit contract price per linear foot for "Cement Concrete Steps" shall
be full compensation for all clearing and grubbing, subgrade preparation,
constructing forms, furnishing and placing reinforcing steel, furnishing,
placing and consolidating concrete, finishing., curing,,and steelpipe
railing in accordance with the plans and specifications.
Bid Item No. 9 - Bank Run Gravel, Class B
The unit contract price bid per square yard for "Bank Run Gravel, Class B ",
shall be full compensation for all labor, materials, tools and equipment
necessary and incidental to providing, excavating, loading, hauling,
' spreading, compacting and shaping required to establish the material,
complete and in place.
8L.Tukw52 Meas. & Pay. - 2
One (1) square yard of Bank Run Gravel, Class B, shall consist of a 0.50
foot thick layer (6 "), in place and compacted.
Payment for these quantities are neat line, based on 95 per cent
compaction.
Bid Item No. 10 - Crushed Surfacing
The unit contract price bid per square yard of crushed surfacing shall be
full compensation for all labor, materials, tools and equipment necessary
and incidental for providing, loading, hauling, placing, grading and com-
pacting of crushed surfacing, top course and base course, complete and in
place.
One (1) square yard of crushed surfacing for street sections shall consist
of 0.125 feet thick layer (1 1/2 ") of crushed surfacing top course and 0.21
feet thick layer (2 1/2 ") of crushed surfacing base course, in place and
compacted.
The 2" layer of crushed surfacing top course under the curb, gutter and
sidewalk is included with and incidental to those items and no additional
payments will be made for this item.
Bid Items No. 11 - Asphalt Concrete Pavement, Class B
The unit contract price bid per square yard for asphalt concrete pavement,
Class B, shall be full compensation for all labor, materials, tools and
equipment necessary and incidental to supplying, hauling, placing and com-
p acting asphalt concrete pavement, Class B, complete and in place.
The unit contract price bid per square yard of asphalt concrete pavement,
Class B, shall consist of a 0.17 feet thick layer (2 "), in place and
compacted.
Bid Items Nos. 12, 13, 14 15, 16 and 17 - Inlet and Catch Basin Type I
and Type II
The unit contract price bid per each inlet or catch basin shall be full
compensation for all labor, materials, tools and equipment necessary or
incidental to excavating, hauling and disposing of excess material, pro-
viding base and riser units, grates, frames and covers, reinforcing steel,
mortar, construction and placement and compaction of bacfill. In the case
of cast in place inlets, the unit contract price bid shall also include
forming, placing, and finishing the concrete.
8L.Tukw53 Meas. & Pay. - 3
Bid Items Nos. 18, 19, and 20 - 8 ", 12" and 18" Concrete Storm Drain
The unit contract price bid per linear foot for 8 ", 12 ", or 18" concrete
storm drain shall be full compensation for all labor, materials, tools and
equipment necessary and incidental for providing, constructing - connectiong
to existing lot drains, and testing the storm drain, including excavation,
backfill Class B bank run, bedding, sheeting, shoring, dewatering,
compaction, disposal of excavated materials, concrete pipe, gaskets or
mortar, necessary tees and fittings. Connection to existing storm drain
shall be considered incidental to cost of storm drain.
Bid Item No. 21 - Rockery Drain
The unit contract price bid per linear foot for Rockery Drain shall be full
compensation for all labor, materials, tools and equipment necessary and
incidental to providing and constructing the drain, including excavation,
backfill, connections, compaction, pipe., tees, and fittings.
Bid Items Nos. 22 and 23 - Trenching and Backfill for Private Utilities
(Main Line or Service Line)
The unit contract price bid per linear foot for trenching and backfill for
private utilities (main line) or (service line) shall be full compensation
for all labor, materials, tools and equipment necessary and incidental to
providing a main line or service line trench or trenches for various utili-
ties including sand backfill, suitable native material backfill and
compaction. Excavation and backfill for the Puget Sound Power and Light
Company vaults, Seattle City Light, and Pacific Northwest Bell vaults shall
be considered incidental to Item No. 22 and no additional payment will be
made for this work.
Bid Item No. 24 - Salvage Existing Catch Basin
The unit contract price per each salvage existing catch basin shall be full
compensation for all labor, materials, tools and equipment necessary and
incidental to removing the frame, grate and-catch basin and delivering it
to Tukwila Maintenance Shop at 600 Minkler Boulevard, Telephone # 433 -1861.
Bid Items No. 25 - Adjust Existing Manhole
The unit contract price bid per each adjustment of existing manhole shall
be full compensation for all labor, materials, tools and equipment
necessary and incidental for adjusting existing manholes to final grade,
including providing and installing solid lids where indicated on the plans
and removal, salvage and delivery to a location specified by the Engineer
of all salvageable materials, such as inlets, frames, covers and grates.
Bid Item No. 26 - Adjust Existing Valve Box
The unit contract price bid per each adjustment of existing valve box shall
be full compensation for all labor, materials, tools and equipment
necessary and incidental to adjusting valve boxes and blow off assemblies to
final grade.
8L.Tukw54 Meas. & Pay. - 4
Bid Item No. 27 - New Monument
The unit contract price bid per each monument shall be full compensation
for all labor, materials, tools and equipment necessary and incidental to
furnishing and installing monument.
Bid Item No. 28 - Relocate Existing Water Meter Box
The unit contract, price bid per each relocation of existing water meter box
(paved or planted area) shall be full compensation for all labor,
materials, tools and equipment necessary and incidental to relocating and
adjusting water meters to final grade, including excavating, setting and
adjusting boxes, tapping the main line, splicing and all miscellaneous
hardware and fittings.
Bid Item No. 29 - Adjust Existing Water Meter Box (Paved Area)
The unit contract price bid per each adjustment of existing water meter
(paved areas) shall be full compensation for all labor, materials, tools,
new meter box, and equipment necessary and incidental to adjusting water
meters to final grade, including excavating, setting or adjusting boxes.
Bid Item No. 30 - Adjust Existing Water Meter Box (Planted Area)
The unit contract price bid per each adjustment of existing water meter
(planted areas) shall be full compensation for all labor, materials, tools,
and equipment necessary and incidental to adjusting water meters to final
grade, including.excavating, setting or adjusting boxes.
Bid Item No. 31 - Lower Water Main
The unit contract price bid per linear foot for lower water main shall be
full compensation for all labor, tools, material and equipment necessary
and incidentalto lower the existing water main to a depth and alignment
acceptable to the Engineer, including excavation, bedding, backfill Class B
bank run, sheeting, shoring, dewatering, compaction, disposal of excavated
or unsuitable materials, disinfection, testing,and miscellaneous fittings
and hardware, tools, equipment and labor needed to provide temporary water
service to affected users.
Bid Item No. 32 - Water Service Adjust
The unit contract price bid per linear foot for lower water service shall
be full compensation for all labor, materials, tools and equipment
necessary and incidental to lowering the existing water service lines, if
necessary, including tapping the main line, splicing and all miscellaneous
fittings and hardware.
Bid Item No. 33 - Adjust Fire Hydrant
The unit contract price bid per each vertical hydrant extension shall be
full compensation for all labor, materials, tools and equipment necessary
and incidental to adjusting or raising the hydrant and guard posts to final
grade.
8L.Tukw55 Meas. & Pay. - 5
Bid Item No. 34 - Relocate Fire Hydrant
The unit contract price per each relocate fire hydrant shall be full com-
pensation for all labor, materials, tools, equipment, new fittings, pipe,
shackling, thrust blocking, guard posts, painting and reconnecting to the
main.
Bid Item No. 35 - Search for Side Sewer
The unit contract price per each search for side sewer shall be full com-
pensation for all labor, materials, tools, and equipment necessary to
search for sewer service, marking and backfill and compaction of search
trench.
Bid Item No. 36 - Side Sewer
The unit contract price bid per each shall be full compensation for all
labor, materials, tools and equipment necessary to tap existing main and
provide side sewer service including all costs of excavation, bedding,
backfill, sheeting, shoring, dewatering, compaction, disposal of excavated
materials, pipe and capping and marking service.
Bid Item No. 37 - Rock Wall
The unit contract price bid per square yard of wall face for rock wall
shall be full compensation for all labor, materials, tools and equipment
necessary and incidental to furnishing, hauling and placing the rock,
• including excavation, backfill material behind and around the rockery and
compaction. No payment will be made for improperly- placed rock. No
adjustment in unit price shall be made if this quantity varies by more than
25 percent.
Bid Item No. 38 - Rebuild Rock Wall
The unit contract price bid per square yard of wall face for rock wall to
be rebuilt shall be full compensation for all labor, materials, tools and
equipment necessary and incidental to furnishing, hauling and placing the
rock, including excavation, backfill material behind and around' the rockery
and compaction. No payment will be made for improperly- placed rock. No
adjustment in unit price shall be made if this quantity varies by more than
25 percent.
Bid Item No. 39 - Sod
The unit contract price bid per square yard for sod shall be full compen-
sation for all labor, materials, tools and equipment necessary and inciden-
t al to provide and place sod and top soil, including removal, storage and /or
disposal of existing sod or excavated material.
Bid Item No. 40 -
The unit contract
full compensation
and incidental to
8L.Tukw56
Decorative Bark
price bid per square yard for decorative bark shall be
for all labor, materials, tools and equipment necessary
provide and spread decorative bark and 6 mill plastic..
Meas. & Pay. - 6
Bid Item No. 41 - (1/2" - 2 ") Washed Rock
The unit contract price bid per square yard for (1/2" - 2 ") washed rock.
shall be full compensation for all labor, materials, tools and equipment
necessary and incidental to provide and spread washed rock and 6 mill plastic.
Bid Item No. 42.- Cement Concrete Driveway (5 -2/1" Thick) Class 5 (1 -1/2)
The unit contract price bid per square yard for cement concrete driveway
(5 -1/2" thick) Class 5 (1 -1/2) shall be full compensation for all labor,
materials, tools and equipment necessary'and incidental to construct cement
concrete driveway, including excavating, grading, forming, placing and
finishing concrete.
The costs for all materials, labor and equipment to excavate, remove exca-
vation and replace subbase for concrete driveways with 4" of bank run gra-
vel shall be incidental to this bid item.
The limits of this item shall be from the back of curb to the match of
existing concrete driveway improvements or from the back of curb to 5'
behind back of curb in the case of asphalt or gravel driveways.
Bid Item No. 43 - Asphalt Concrete Driveway Pavement
The unit contract price bid per square yard of asphalt concrete driveway
pavement shall be full compensation for all labor, materials, tools and
equipment necessary and incidental for removal of existing asphalt driveway
pavement, excavating, grading, furnishing, placing and compacting asphalt
concrete and crushed surfacing.
One (1) square yard of asphalt concrete driveway pavement shall consist of
2-1/2" of 1 -1/4" minus crushed surfacing base.course, 1 -1/2" of 5/8" minus
crushed surfacing top course, and 2" of • asphalt concrete pavement, Class B,
in place and compacted.
The costs for all materials, labor and equipment to excavate, remove exca-
v ation and replace subbase for asphalt driveways with 4" of bank run gravel
shall be incidental to this bid item.
The limits of this item shall be from the back of the sidewalk or concrete
driveway apron to the match with existing driveway improvements.
Bid Item No. 44 - Crushed Reject Top Course for Gravel Driveways
The unit contract price bid, per square yard for crushed reject top course
for gravel driveways shall be full compensation for all labor, materials,
tools and equipment necessary and incidental for excavating, grading,
providing, placing and compacting crushed reject top course where shown on
the Construction Plans.
One (1) square yard of crushed reject top course for gravel driveways shall
consist of 2" of crushed reject top course, in place, and compacted.
The limits of this item shall be from the back of the sidewalk or concrete
d riveway'apron to the match with existing driveway improvements.
8L.Tukw57 Meas. & Pay. - 7
Bid Item No. 45 - Remove and Reinstall Existing Fence and Gate
The unit contract price bid per linear foot for removing and reinstalling
fence and gate shall be full compensation for all labor, materials, tools
and equipment necessary and incidental to the removal, storage and
reinstallation of existing fence and gate, including excavation, backfill,
footings, miscellaneous hardware, clearing the line for the fence,
smoothing ground irregularities and protection for the existing fence.
Bid Item No. 46 - Permanent Pavement Markings
The contract price bid per lump sum for permanent pavement markings shall
be full compensation for all labor, materials, tools and equipment
necessary and incidental to surface preparation, spotting, supplying and
applying paint and reflective beads or centerline buttons for pavement
striping and markings.
Bid Item No. 47 - Provide Permanent Signing
The unit contract price bid per each for providing permanent signing shall
be full compensation for all labor, materials, tools and equipment
necessary and incidental to supplying and installing new signs and posts,
complete and in place.
Bid Item No. 48 - Area Drain Type II
The unit contract price bid per each area drain shall be full compensation
for all labor, materials, tools and equipment necessary or incidental to
excavating, hauling and disposing of excess material, providing base, and
riser units, grates, reinforcing steel, mortar, construction and placement
and compaction of backfill.
Bid Item No. 49 - Guard Rail
The unit contract price bid per linear foot for guard rail shall be full
compensation for all labor, materials, tools and equipment necessary or
incidental to providing and constructing guard rail, complete and in place.
The metal guard rail beams, nuts, bolts, washers and other miscellaneous
hardware shall be considered as incidental to this item, and no additional
payment will be made for this work.
Bid Item No. 50 - Relocate Existing Shrubery or Replace in Kind
The contract price bid per lump sum for relocating existing shrubery or
replace in kind shall be full compensation for all labor, materials, tools
and equipment necessary and incidental to moving or replacing shrubery or
trees within the work limits of this project complete in place.
Bid Item No. 51 - French Drain
The unit contract price bid per lineal foot. for French drain shall be full
compensation for all labor, materials, tools and equipment necessary and
incidental for providing and constructing the drain, including excavation,
backfill, connections, compaction, pipe and fittings.
8L.Tukw58 Meas. & Pay. - 8
Bid Item No. 52 - Chain Link Fence
The unit contract price bid per lineal foot for chain link fence. shall be
full compensation for all labor, materials, tools and equipment necessary
and incidental to providing and constructing the fence. Measurement of the
completed fence, along the ground line, shall include clearing, end, corner
and pull posts, all in accordance with Standard Detail No. 76, Type 6 - 4
foot fence.
Bid Item No. 53 - Compaction Tests
The unit contract price per each for compaction tests shall be full compen-
sation for all labor, materials, tools and equipment necessary to provide
compaction tests where requested by Engineer.
Bid Item No. 54 - Sanitary Sewer Manhole
The unit contract price bid per sanitary sewer manhole each shall be full
compensation for furnishing and constructing manholes complete and Con-
n ected to the sewers, including excavation, bedding, backfill, and foun-
d ation material, manhole covers and frame and all appurtenant work and
materials necessary or incidental to complete installation of the manhole.
Bid Item No. 55 - 8" Sanitary Sewer Pipe
The unit contract price bid per lineal foot for' 8-inch sanitary sewer pipe
shall. be full compensation for excavation, pipe, bedding, backfill, connec-
tion to existing manhole, removal of existing pavement, curb and gutter,
sidewalk, and all appurtenant work and materials necessary or incidental to
complete installation of the pipe, in place and tested.
Bid Item No. 56 - Pavement. Patch
The unit contract price per square yard for pavement patch shall be full com-
p ensation for saw cutting and removing a strip of existing pavement 1 foot
wider than sanitary sewer trench and replacing with Asphalt Class B and
joint sealant complete in place, together with all labor, materials, tools
and equipment.
Bid Item No. 57 - Railroad Tie Wall
The unit contract price per square foot for railroad tie wall shall be full
compensation for all labor, materials, tools, and equipment necessary and
incidental to furnishing, hauling and placing the ties, including
excavation, backfill material behind.
Bid Item No. 58 - PVC Service Riser
The unit contract price per each for PVC service riser shall be full com-
p ensation for excavation, pipe, bedding, backfill and all appurtenant work
and materials necessary or incidental to complete installation of a 2" x 4"
PVC riser pipes for future water and electrical services behind rock walls.
8L.Tukw59 Meas. & Pay. - 9
Bid Item No. 59 - Solid Rock Excavation
The unit contract price per cubic yard shall be full compensation for exca-
vation and hauling of rock. The rock is as defined in APWA Sec. 13 -1.01.
If rock is encountered, measurement and payment shall be as defined in
Sec. 13 -4 and 13 -5 of APWA Standards.
Bid Item No. 60 - Driveway Railing
The unit contract price bid per linear foot for driveway railing shall be
full compensation for all labor, materials, tools and equipment necessary
or incidental to providing constructing and placing the railing.
Bid Item No. 61 - 4" PVC Schedule 40
The unit contract price bid per linear foot for 4" PVC Schedule 40 shall be
full compensation for all labor, materials, tools and equipment necessary
and incidental for providing and installing the PVC crossings as indicated
on the plans.
8L.Tukw60 Meas. & Pay. - 10
CONSTRUCT
0
1
W
z
W
0
A
�sy City of Tukwi!a
• 6200 Southcenter Boulevard
- Tukwila Washington 98188
7909
.GARY L. VAN DUSEN, MAYOR
1
We, the undersigned, do hereby grant to the City of Tukwila and their
Contractors, permission to enter upon our property at
/1/2 0 ~� -mss � e
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The .
AV( of THIS . /'4' E= , ' , 6' jZ 41'j'7 .
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
Agreed to this 3 day of //a , 19
CIT /OF 'TUKWILA
41,
Public Director
Please print:
Owner's n
/ Y2 J ,7/ fS i c' -cc/
Owner's address
2Z/41- g /L7 `/
Owner's telephone
' OWNER
:.)61Z4,7-77
Owner's Signaturl
,eiOt4 ,x' !'9F Al
T24L 3 f rv[�CA /'//
G77
70,1( 04.Ot C Zi � S 74
V
e, ro / /3 Gict/S c
•
sic% //(V
y�'oc h/ 61.. /4 k .
' JIL4
1909
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned,. do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
5, SC& • 1 q 471` C LOTS 1 Z b I c c IC Z
•
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at,no cost to the property owner.
See a—Cr t. N. e.r.'t
Agreed to this
CIT OF TUKWI
day of
Public •irector
Please print:
r �1 C.sm Q S L F� C ?- 1/l ►/� L� I
t'14 cam,
OWNER
19 74"/
Owner's Signature
Owner's name
f3 i7 SL i15�
Owner's address
Lit 7 —,c'sY �)
Owner's telephone
Mill MY.:
1
3W
o�
I. ,carei p kr 'to
ki Vie
k 3 I.
ar.,„ ..4.1"-) h I q 411/4
•
STA. 2.36. 16 RT
C. 1. 'MI6, TYPE 7Y
RIM= 200.37
I. E.= 197.40
NEW ROCK WALL w /CHAIN LINK FEN E, TY
Or' vt.v) C v4
1h tux b,Gsk
f PNSk cirlee ids
teke 1-4 •
Prpeeftye o k
awl, •v t•• o r ckst 5
o
HILLMANS o4 h-.p
SEATTLE GARDEN TRACTS
prnitul. Cwt'
I h e krb If &t to i •
Spr
• :
A77 4cNM(Nr A
55TH AVENUE SOUT
20' V.C.
3+00
irl
4 00
320' V.
, t
•
..,,,,,,
- _ .'':ial,. ,,rj�'.il:'<t` ..'y';%(!fr l�•F.il`.o1; ;��,yt iti �.'�.•. q .,gam,
'•
tto
b
- -
L Q •- cc _._P ___
1.
(')
tikk
g.
a . • -112. -
p.),b-r.\QXL7 ..6-/w\-e-a-cQ e_oe,t,S5
zo-o-N.7_,LeAAA. e_Sr- 1
(3) S•G �.� Liu, v�- -�-�4 ,,,,� -,�� �,;:
671 �-�-` Ci1.4?-
4ULAD
LL
Ak.4 '\Pc_ Wit.
1) 2, 3
�1 2e .
s.
ILA
City of Tukwila
0 z 6200 Southcenter Boulevard
1� o Tukwila Washington 98188
19
09
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the.City of Tukwila and their
contractors, permission
�� to enter upon our property at
c� ,c7 )L L
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
Or rockeries; all to be accomplished at.no cost ,t, the property /owner
/ t r / ��•!'Acl
Agreed to thisjf' L/` II day of
CITY
F TUKWILA
ublic Director
Please print:
,"ICI
Owner's name
OWNER
Ow is Signature
1757(' /��o7sg_
S,
Owner's address
V7-170
Owner's telephone
.... ""•• ............ "••••• ........ . • ••"" •." •.• •• . .. .. . *.•••• ................
.. . „ .. ....... .......................................
...........................................................................................................
............
------ —
------- --•-•••------
• ............................................ •-•••••••
•• ...................................................
.............. ..................... ................................................................ ............
.......
• ........
• • ....... ......................................... . .
....... •••••••-•■■•••• ........ -^ ........... :-.....•-• ........ -•• • ................ ••••
............................................... •• ....... •••••• • •••• • • • • ••••
-•••••••••••••••••••••••••••......... ..... •••••••••
• • • • ...............
. • .............. ... • •• .....
• •• ..... • • • • .................... •• • ....... • •• • • • • • •
• • • • • ••• • •• ......... • • • • • • ................................. •
444ttit•••
43047r-r,10•77,Z(''."11"...1.". , .
'sr •■•
......... .............
: ............ ...........
It!tik= • k il
•
...........
PO. cam
;
1
NEW ROCK WALLS - REP
.......
.......
• • ...... • •• • .......
REMOVE EX1Sr
8" CONC. CULVE
gave (23-
C-7
A 90°00'03"
L: 3/.42
T: 20.00
R = 20.00
5341
....... • • • •
•-7 wc.
vJ
ILA
�sy City of Tukwila
6200 Southcenter .Boulevard
o Tukwila Washington 98188
190B
GARY L. VAN.DUSEN,. MAYOR
We, the undersigned, .do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
•
•
,F?,--71 Grp t c=44 7
and modify the existing driveway by changing the existing grade to ensure
•
a smooth transition to the new street and /or install or modify,concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
f z%t) ct ee AL 244.4-a..1-6 -esz4
Pe ci e tA-
Agreed to this
CITYa'F TUKWILA
day of
OWNER
L�t/fz�2�Ci �7
u•lic Wor s Director Owner's Signature
Please print:
i4i7 r J Al 2.r /5"e9")
Owner's name
tz.,/ S'. a te
Owner's address
Owner's telephone
NOTE: ALL DRIVEWAY CURB
SHALL BE PROVIDED
A 1" LIP.
ALL STATIONING AND
FROM RIGHT-OF-WAY
RELOCATE WATER METER
BEHIND CURB.
REBLI/LD ROCK WALL
14256
19
0B
0
Cif; of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN .DUSEN, MAYOR
We, the undersigned, do.hereby grant to the City of Tukwila and their
contractors,.permission to enter upon our property at
' • A • - off- /b ?
and modify the existing driveway by changing the existing grade to ensure .
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
P—P.ZA/Z4hZ A *`
Agreed to this J day of a/21,...6/ , 19 /
CITY OF/ITUKWILA OWNER
lic Wo
erector
Please print:
4 rl r7 CL / &Gr- /60
Owner's Signature
Owner's name
Owner's address
& /— 0 72)
Owner's telephone
o.0 o
x
14-
-
c•I
C)
Ct
-9 City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188 •
GARY L. VAN.DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall .
or rockeries; all to be accomplished at•no cost to the.property owner.
r� 4_4Aee,:evaz44T�
Agreed to this day of >¢ Ll�P 19
-14x2 /eie
CITY OF TUKWILA OWNER
blic 111511 irector
Please print: -
/41,7 r74 /y' ar. /so>?
Owner's Signature
Owner's name .
Owner's adures.s
3i— 7V
Owner's telephone
_-
HILLMAN
SEATTLE GARDEN
11/gsti City of Tukwila
6200 Southcenter Boulevard
w
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
and modify the existing driveway by changing the existing.grade to•ensure
a smooth transition to the new street and /or install or modify.concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during. construction of said driveways, wall
or. rockeries; all to be accomplished at.no cost to the property owner..
lea e� a�2
Agreed to this `IC day of Gam/
CITY 0
UKWILA
P•blic Wor" rector
Please print:
/4-171/2 , e /5
Owner's name
Owner's address
OWNER
19 /98
Owner's Signature
Owner's telephone
STA. 2435, 10' LT
C.B.. #I7, TYPE I
RIM = 200.37
1. E. =196.68 -12" OUT
I . E.= 196.88 - 8" IN
STA. 2 +35, 16 RT
C. I. JtI6, TYPE 1'Q
RIM= 200.37
I. E.= 197.40
vV
o � �
Z O
J V �
JQW
to
tt.3�
7903
City of Ttkwi!a
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
ie, the undersigned, do
contractors, perinis$ion
add.
hereby grant to the City of Tukwila and their
to enter upon our property at
3 /0 - 4- //
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
Agreed to this /5' day of ' 19 a- T
Please print:
D /')
OWNER
Owner's Signature
Owner's name
5 • )
Owner's address
3/— 6-0 7e3
Owner's .telephone
BTA. 10+00, /0' LT.
C.B. 0 1f, TYPE S
RIM: 187.40
/5.183.48, B" IN
/. E. • 183. 1G, 12.14011T
84 L.F,
arPosrre
4208
14204
r
I�,<, '�s C t ai Tukwila
J 6200 Southcenter Boulevard
o Tukwila Washington 98188
79
GARY L. VA.'S DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
l y/ F 1
•
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as recuired. The
City of Tukwila further guarantees to repair existing driveway curbs and
•
rockeries that may be disturbed during 'construction of said driveways, wall
or rockeries;.all to be accomplished at no cost to the property owner.
vu_ o r. 5 c: ,-, -t back . (_; Aen 5 c_ t o C o n s-tr - c &
E 11; 6:-t °4- Extl;b;t
Agreed to this day of -L&X Z✓ , 19 s '7
v -
CITY r TUKWILA .OWNER(S) `'L/J4' /» U' r 1
_.....
Public rks Director
Please print:
w c4 4.Y e It
_-- -•
Owner's Signatures
Y Ct- n e a 1 e ' C i 1 Li Cup - Tyr
Owner's name
I 1 -7 - =' ,
�-i i L � � � f Ti U � 1'� u d. t 11
Owner's address
- , s
Owner's telephone
rn (.-,..f
- • C-crrip!cie_
10 iDf.: -(cctrhe,-eci 4
_ ., ;-: - n c., i, z h s'.•ri e c.-1 ri r• , ..:c A ,-•,..--1-
.(1-;.;.;-■
10 pccl ci,ccr- cr-Cti - tc be... (,:: -1-) p t c ( e_e ,;.; i sod
--pcck aC66. - no.; t In 0 _ 4 rt
v 61 e• 0.01 (..■ i...1 . 6. ( r cri ...
.t)k,
epb c4 ccincyc le:-
_co t e ,..) e ti ccick - .. 9v-a L3E L . al. h. '--.--1 e c.-cc Ind r• Oc-ct e)
Ckcc e's e_int ref..; ce. - • C...he.,.. r-1 i 0,-, L :. -.),-( c; L'..- ec,s. lec4.reci
' I
L'.4 C. • t r; %. , e ....:3--i 4(". 1 11 i,c c to (-_,
• -----,
_ Cl.. .bor c(e r S., c)' i K.. e.11-1 t r e_ t e Inc) t 11
t•-•El
0.).-t h e_ x c e e -0 or) c-f- , e aprcn - C..-hck... n(Lctr'i.c" t h) t: , n g_
) l
-r eAr1(1c..
-I (.1-)6-4-■c( ra.i C.
n-t i.:: c ei -7 r., c r. . e, ,-, e(
.
in (...-f c;..; 1 hc--, cl e_ (-i. ,. , ,..e...
-
- -i c e rle_t^,CL eri ■ re. Estecp Le 'IC) C h C.:4 ci,v;,.e.
scoL t InA : ci e--
1_0 ;• t v-1 i n Pr Pc''' l - 1 Pc- • a cin't( 11____F-------
...,11 ..1._ c r I Li
"PPE- F- c4t.;4z.; 7 _ R. 4i,....
_ .. 0 b.,:. ( 0 , rt.,. ci e cf &_t. rn , n , ,Y, LA n-) 9 r 0.. t:i E. n e: c c e c.,...p. ,..4
- -(C Ck t h e lr 0 LA i [AI( € r■1 . pvc pc 4_ i Sct
t-t-
e.z. it -€ rr .1 I-1.1 (TA u-11') t ■ r e e.., c e..i; sick- il c c.... .
.-i- -E, ....: ,---1 -7) c.) ,- ■ 1/ E ..--F-
' , 7- ' '' : C r t L.) 6 p he, L ve • (25
/NOTE : ALL ✓-7 VEWAY CURB CUTS
SHAL. :E PROVIDED WITH
A f°
ALL F=TIONING AND OFFSETS
FROM ='GHT OF WAY CENTERLINE.
=_
�+4
"
■ y City of Tukwila
i 6200 Southcenter Boulevard •
v o Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby,grant to the City of Tukwila and their
contractors, permission to enter upon our property at
SSG
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
Agreed to this / G day of
CITY; •F TUKWILA
, 19 s '4/
OWNER
4
Publ.iks Director Owner's Signature
Please print:
Owner's
t1[ D G. C- — E
name
Owner's address
1
Owner's telephone
STA. 12.54, 13.6' Z.T.
;c.a.," 9, TYPE S
R/M • 185.76
i.e.' 181.0,8 " /N
/• E. • 100.4Z, 12' //1 /OL,T
y -ov�DC AftSA �RA,N
1� {p4=-k6.4.G.T S,oEVJA��
CASEY
.• 14025
ik- r -c-ow tY.o•cr FCN( -e- A (.ATi—
TO Nk slo") Cq(LAPi_
SLOPE CONCRETE
WALK TO MATCH
II .
II
I 1 FOOT HIGH
RAILROAD TIE
II
EX 14 T
1
SAWYER
14015
1
I I
1 1
■ 1 .1
1 1 }y�
r '�irlrlrlrlcir}Yr. o
111111 • OVA
44•■■■•1171lati,111.0.15.1ArtZeleNtlia•plqt-Otar../MIS:....I.Al2, *at
"'O�E3i?'�i�'E).SyRL3',Q.4.D,. w .;�_ ,_.,i::,:.. -•--:: - -�::� hie_ i..:�,•
' 1P"t.CONC.$.D 414.8%
i4•
•
Aint
'LL
'4, 12.S' RT.
i, TYPE
5.75
1.52
RE-00 � - 4S DNri -Pc.7 ' 1T•N CON %�MC,"ICN ,�01NT5
1C
44, EC.T EuJ
STDR-r-A. ':aTlLA .
GoNac- f-e-CTE. Fs.N
AT 6IT14 S, D L
co
"DP-4 Tp -p a. L4
6.0 TD GX\ST NU
FOsti h5 hT,OtJ
C) 'aRC ?G2Ty .
55TH AVENUE SOUTH
100' V.C.
14 +00
100' V.C.
DOW5
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their.
contractors, permission to enter upon our property at
53440 •D 4/0
•
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
Agreed to this
CIj OF TUKWILA
c2 day of PI /1y
Pub corks Director
Please print:
pjckoeL
Owner's name
Owner's 'address
c C746,
OWNER
, 19 g (z.
Owner's Signature
iv c 2 :4 C--0 ch r a v�
Owner's telephone
City of Tu kwi i a
6200 Southcenter Boulevard
Tukwila Washington- 98188
GARY L. VAN .DUSEN , MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
/%/06 �S yl �Lu
and modify. the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify ncrete
a s__44s required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
Agreed to this
CITY
day of , 19(f- 7
F TUKWILA OWNER
ublic Works
Please print:
irector
(?4,7
C; er's Signature
07/L.::// ti fi. &I/NS
Owner's ngrne
Owner's address
may- -17/68
Owner's telephone
79
oa
c)
0
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
•
We, the undersigned, do hereby grant to the City of Tukwila and `heir
contractors, permission to enter upon our property at
u {�
and-modify the existing driveway by changing'the existing-grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required'and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and'
rockeries that may be disturbed, during construction of said driveways, wall
or rockeries; all to be accomplished at no cost to the property owner.
Agreed to this
CIT /OF TUKWILA
4
day of
Please print:
ks Director
Owner's name
\L L
Owner's address
716, r-1 , 19 S
Owner's Signature
—V5 c
Owner's telephone
\-e\Pn\ �80��
City of Tukwila
0 ° 6200 Southcenter Boulevard
to
p Tukwila Washington 98188
190E
GARY L. VAIN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their .
contractors, permission to enter upon our property at
.5c4/47/ / y_ - 3 — y
/4020 SS/4 tom,
and modify the existing driveway by changing the existing grade to ensure.
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
Agreed to this aial day of
CITY
TUKWILA
Public �'-'�'.s Director
Please print:
Owner's name
OWNER
,1924
Owner's Signature
.,411WeP gam)-- /'20 ss 4t" �'o.
22075'' 2 4v/(z-7
Owner's address
_S-O?J -a
Owner's telephone
City of TukWiia
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to /entbr upon our property at
/f
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed duri;Ig construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
Agreed to this
!7-
day of 19
Please print:
OWNER
oi
Owner's Signature
ELF 4. -DO VVS . AJ C7
Owner's name
/ '/C :S". Sff 5
Owner's address
Z/ /Z -.‘7/33
Owner's telephone
sr�2 r74
�D
STALL .S. STUB
BENINO BACK Of SW
•
STA. 2435'
%NSMLL WArE'R SI C. STUB
8'BENINO BACK OF SW
mm
FE
0
0�c
■VILA
. 1909
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We", the undersigned, do hereby grant to.the City of Tukwila and their
contractors, permission to enter upon our property at
5..• 3 . /G
and modify the existing driveway by-changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at,no cost to the property owner.
Agreed to thi
CITY i.F TUKWILA
day of -7727
Publi Wor , Director
Please print:
Aiordn Pt2p-_
Owner's name'
OWNER -
, 19 ,�/
Owne Signature
Owner's address
yy_ 4.2A0
Owner's telephone
- - 7 -/-e- - 21 '7'
/
4.4.-14-44. v! Goexi ,ate
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN.DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
57714W ,S7_4-7-7z
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at,no cost to the property owner.
Agreed to this 62:1/4= day of j
CITY / TUKWILA
ublic Worirector.
Please print:
Owner's name
Owner's address
Owner's telephone
OWNER
, 19'197 '.
Owner's Signature
J w%As,� City of Tukwila
.1908
6200 Southcenter Boulevard
Tukwila Washington 98188
Gary L. Van Dusen, ,-;aycr
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permiss }on to enter upon our property at
• 11f/ /d 65 .
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at no cost to the property owner.
Agreed to this i" day of iV
CIT OF TUKWILA
Pub i ork- Director
OWNER
, 19 5
„),.0/44te;2/
Owner's Signature
Please' print:
// /4-v IZ I d- r= e 44)4; y
Owner's name
/ Liz./ 7 9 .5-ci .5-c 777 LT .S �l vk !�-/-� c7 V/
Owner's address
`--/3 's3�
Owner's telephone
4.41LA yy of -9s City of Tukwila
o Z 6200 Southcenter Boulevard
Tukwila Washington 98188
w,
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter Upon our property at
and modify. the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing- driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
Agreed to 'this
day of
Please print:
OWNER
Owner's Signatur
Ma-t- c 6rpe
Owner's name
/(4- odr 144- /171/
Owner's address r
2Y/- g(74(p/
Owner's telephone
$TA. 10+00,
C.B. * 11, T
RIM = 187.40
I. E. D /83.48,
I. E. • f63.16, 1
NEW - ROCK
•
•Ow
MATCH APRON GRADE
TO CONC. DRIVEWAY
1
iI
14208
,;LA
sy City of Tukwila
6200 Southcenter Boulevard
o Tukwila Washington 98188
19
0B
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
Agreed to this
CIT F TUKWILA
day of
Public ''mks Director
OWNER
yt,obuz„
•
UOwner's Signature
, 19
Please print:
alt)(- a re, R E E(0.
Owner's name
• C
[3cra-(4 _53rD
Owner's address
Owner's telephone
�c7
,
STA. 5443, 3• RT.
ca. s f, TYPE ZL
5/M • f2 f. 7 7
/.C. ` 118.03, fa-AN/our
A E • 118.40, 1P' /N
''" /UN /T R AND
SOL /O ROUND 4/0/FRAME
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby'grant to the City of Tukwila and their
contractors, permission to enter upon.our property at
(5 9
and modify the existing driveway by.changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during 'construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
Agreed to this
CITY 097 TUKWILA•
' /5/) <
day. of 19
OWNER
AgemiNclaav
9--
Pub1icrks Director Owner's Signature
Please print:
%/V /' / &-tc).71re
Owner's name
Owner's address
Owner's telephone
- / fz-/C.
• 1903
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN.DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
S
and modify the existing, driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify:concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at,no cost to the property owner.
Agreed to this
CITY OF `. UKWILA
day of 0-0 Al
li• Work irector
Please print:
1.1( STNhE2" 7 //e iori
Owner's name
Owner's address
Owner's telephone
OWNER
City of Tukw Ha
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
we, the undersigned, do hereby grant to the City of Tukwila and their,
contractors, permission to enter upon our property at
Lots #5 -B1ock 2- Hillmans Garden Tracts on 55th Ave South
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries;. all to be accomplished at_no cost to the property owner.
'1' F7 //e?,1
F/4-- e4P
Agreed to this 11 day of June • , 19 .84
CI 'OF TUKCWILA:
Please print:
EUGENE W. IVES
Director
OWNER
Owner's Signature
Owner's name
14247 -56TH AVE SOUTH
Owner's address
242 -6206
Owner's telephone
,p4ILA
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
it /o.
aP-5 G/
7 -SSl -c
We,.the undersigned, do hereby grant to the City.of Tukwila and their
contractors, permission to enter upon our property at
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at,no cost to the property owner.
Agreed to this
/.J` day of
,ltiy� -C , 19 y
CITY •S TUKWI OWNER
Publ c W
Please print:.
•
Tav■J
Owner's name
irector
•
rictC(
6/2.42,64---242.Z.Z:t. CV.
Owner's Signature
/y.9 4/s/- 55
40e- ;.
Owner's address
a47 o►- ,5'4/— 90O4(
Owner's telephone
91iiINWPfigh We
•
1908
City of Tukwila
6200 Southcenter Boulevard.
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contract s, permission to enter upon our property at
Eta a ?• 5 s S o rfii • ScA(
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at. no cost to the property owner.
Agreed to this 'a 1 day of D-0 At f;
CITY/ OF TUKWILA
Public works 'irector
Please print:
OWNER
f)AAi L= ID - SOAi
Owner's name
, 19 O '�
Owner's Signature
1 `I 22 3 C— 5 5.4/ 9/G-
Owner's address
�d /3 s6/5�
Owner's telephone
.14/,
1.1 C-
—
• z,
4./ .2 2 3. _ s.
C-<) /72- in/ 0 tt .r 1 1 ed
J
14 5 ri c,. / s
r z_;
.=■ (4k70 A.- 7-4 i c" C. 0 F
6 f.•e • p- y
cl-r-e
777.
1,4,30,7
fr 2 2-t3
•
City of Tukwila
6200 Southc& [ter Boulevard
Tukwila Washir:q %on 98188
GARY L. VAN D:, =EN, MAYOR
We, the undersigned, do he<eby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further gun rantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
Agreed to this
CIT% OF TUKWILA
`%� c day of 0" A / F
Public Wor s Director
Please print:
OWNER
, 19
Owner's Signature
v J4 A4 F .D i e S D N
Owner's name
)4/ 2 a 3 473 S At 7w y
Owner's address
Owner's telephone
Re (1 f7'. ((
d
a. s 54.).101
44. /-Jo,,
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
and modify. the existing driveway by changing the existing grade to ensure
aid iv accen:edaze. owners rig Of Car-
a smooth transition to the new streetAand/or install or modify.concrete
!Tether w� // de�rYe'd
walls as requited and /or install or modify rockeries as required1 /The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during •construction of said driveways, wall
or rockeries; all to be accomplished at_no cost to the property owner.
L I !
4-7" vll' w;/J. .b e /'�'i i e i d e CI : 7� 1 i` e 4
,O-<-i ✓e''
Agreed to this
day of , 19
CIT F TUKWILA OWNER
irector
Please print:
Owner's Signature
efrdd Ze -1 .
n i7 t--»7 4,-7) _n -n A _ie4•7)0 1-- ez O1 G -
Owner's name
/4//1(r- -- 6 - Cl 7U .
Owner's address
Owner's telephone
/ C / vV'; . / zr
if 0
13 , f e A t.fc C /JD1 r'1 /��i
:Iris` N� ,.
ie
ALL STATI
FROM • RIGH
•
M8
3-
24'
14110
gILA
#.0L y,�� �
�sti City of RIkwi!a
J 6200 Southcenter Boulevard
1.0 Tukwila Washington 98188
7909
GARY L. VAN DUSEN, MAYOR
We, the.undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries: al t• be accomplished at.no cost to the property owner.
Agreed to this
/v
CIT • TUKWILA..
day of
ublic Wor D' rector
Please print:
OWNER
jee_.-ets Z.:4 517
Owner's Signature
-8 I: A "1 .rTDJ /IA. L ) ?b u )
Owner's name
"373 - > / Sz 0 -
Owner's address
�f 1. 6-
Owner's telephone
AVE. S. (See Profile below)
176L.F., /B'# CONC. S:O., O L6 %
Wn
A a - a» . .4;4
3 �°' • }`fie a.*••�;.. «_ ';T. " "at'" :• '.1�2 �ic&�/
�`4' :`- ,a2if�••+�a .; , � � "„�aL�' t"'��" Vim' � L4e k�xY
.;r
Z\JJILA J2 of City of TukwHa
6200. Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their.
contractors, permission to enter upon our property at
4-035- • 3-5141 4U E, S0
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or.install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries;. all to be accomplished at.no cost to the property owner.
Agreed to this
CIT . OF TUKWILA.
day of
MAY
Public = .s Director
Please print:
T. L1G14 i
OWNER
, 19 8i
Owner's Signa
Owner's name
� SZ3 2
AVE. . So.
Owner's address
817 — 696-6
Owner's telephone
*ILA
1908
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
Frank Todd, Mayor
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission tO enter upon our property at
19 0Q Co - s_
and modify the existing driveway by changing the existing grade to ensure'
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and .
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at no cost to the.property owner.
Agreed to this /`1 day of
Please print:
Owner' s^ name
6:7
OWNER
, 19 g.
xtkl
(Liao 55-
0
4
Owner's Signature
S
Owner's address
Owner's telephone
1
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L: VAN DUSEN, MAYOR
V e
�
C\t'
�l o
.Agreed to
We, the undersigned, do hereby grant.to the City of Tukwila and their
contractors, permission to enter u pon our property at
S5 A S
and modify the existing driveway by changing the existing grade to ensure.
a smooth transition to the new street and /or install'or modify . concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
'CITY
this
day of
TUKWILA
•
ublic Works 'irector
lease print:
OWNER
, 19
Owner's Signature
/To Z4-/c 6c)
Owner's name
/ 17(6 /S— - 4 Lrc s0 ,
Owner's address
Owner's telephone
AcCe:Ss
A-tE
SAWYER
I : 14 015
1
i I
.1 1
I)
11
pr,z4v,
;>.--■ •
••••••■•■ •■■•■c.i.,
Fmee. s4.11zu
oLn
oFF SET R-Ot" Azta\e,ELINA
■X■IN.I.N■1(•■■•■•41
ainINIAMEME/11.111
APPROXIMATE
Nokig‘.ioilticrponrear ir,meiV,Vivnutertsvaanse•mr.
A0114*;!:;14ii4:
STA .
C. 8: •
RIM
1 £.
1. C. •
53
VAN
',.t.,•••-••• ,P.:53■44"4',4°`* Li .-:P r.^4 '..,. .4 •''''
•-• • : ",,:..':„::‘;'::;.•,:i7.,„1:11,,,ti......14 ,74,,‘.....4't,,,17.7•,:fit..!"..\.S'i7+ ''t4s;„,.73.71.7.4644-4,11•744,41.1°'..-7::., 4"''''...., ..,12:CC.'41/4■44S''.17.1
'','....,,(71;?:.::.',.4., .$4.• . •?':':••■■■nt...- 7.7.:7;;,...;'7:::::"•47:.11/4-4..; "?*; ....":3"'ar.2.'4',f‘47;ra>4.:**:415.1.;•,e.,,„:*,....„b"C;r4
• • '
,:•.:, *.joc-my.-- --;:'..;-'4:4-:,..,evmet.a144,-•:: • - -4:.uez, ,
—. k... , .,,,...."="41.7t,,, '...,,!,•
_ .
• PRA,V10E NEW 1:41,1VIAJP,1
(WhoN 19 wtary .
WENUE SOUTH
14+00
;.;
TIS
100* V.C.
DOWS/NO
15+00
IC
City of Tu wi a
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
• contractors, permission to enter upon our property at
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during'construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
Agreed to this l
CITY
F TUKWILA
day of r0/7 p
ublic Works ector
Please print:
Owner's name
2/7 3,5" SP 74-v�w�
OWNER
, 19 $'Y
Owner's Signature
Owner's address
Owner's telephone
I9
City of Tukwila •
6200 Southcenter Boulevard
Tukwila Washington 98188
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
/ 4-Q5(0 5 ,qvt so.
and modify the existing driveway by changing the existing grade to ensure
• a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all . to be accomplished at no cost to the property owner.
Agreed to this o(.c day of r-( -)a. u
CIT: OF TUKWILA
Publ
Please print:
Director
L .
Owner's name
S <D
OWNER
, 19
Owner's Signature
Owner's address
c;2q(2- P336
Owner's telephone
190E
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors, permission to enter upon our property at
/ 7- a7
�w /,?. JY- � —y
and modify the existing driveway by changing the existing grade'to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be ac omplished at_no cost to the property owner.
Agreed to this
CITY OF KWILA
APP
Lam _ .
pu•li W Director
day of
Please print:
Owner's name
/:-.3q(2 :5--c3 /4-uc. S
Owner's address .
Owner's telephone
• OWNER
, 19
Owner's Signature
;.;
• :" • • ' .
ROCK WALL WITH
TYPE 6 FENCE V.)
16407.40, 55th AVE. S.
0+00, S. 140th ST.
13927
(56th Avenue S.)
STA.15*130, 111.5 RT.
C.I. 13, TYPE MT
RIM= 161.46
/S.= 159.20
•;: ,"
Scale: 1" = 20'
//
/„<„
// %.00
�- /7/
777',.
.
/ /
::1?? / I
dRIVEIA) (Gt.e/1%1,--
i()Ok.,
5 S- do/$4
/5-i74g•6-
(7
1 •ih•••■ et
SAIRJS AE.41a4
1 LAS VEGA.1 P4 VADA
j( SIATTLL M/ASM/1G70V
DRIVEWAY ACCESS FROM 55 AVE. S. Pllo,cc, Mn 1.494-0024331
FOR 13927 56th AVE S "E
OPTION PAGE
fz
City of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN DUSEN, MAYOR
'We, the undersigned, do hereby grant to the City of Tukwila and their.
contractors; permission to enter upon our property at
5' // . i /QV-/'
and modify the existing driveway by changing the existing grade to ensure
a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or Modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
ears -�,n cerner4walkwayy
rockeriesnthat maybe disturbed durrhg construction of said driveways, wall
f?eio lard' Or Replace,ShrL A- N ' qe nex4
or rockeries ^all to be accomplished at.no cost''to the property owne c?
Re4- Bti be
Agreed to this / )L1 /day of
CIT OF TUKWILA
4
/1
Public s Director
Please print:
Owner's name
541 . I4O l7\
Owner's address'
0(;l ei 1- 5 -g(-( 1
Owners' telephone
OWNER
, 19
Owner's Si tt e
6n e' ` z / ,
\)!0_4`) n i (Lc)
/qa
ei-i4-e-e-c.) cz,/ r1e,.4
.v>a-codeA-7 a/A-e_)
_4E2E265 eel-ed..-�
,zezcz4i. .<!-/
2,e7
w.� .
'
. 190B
Cii:y of Tukwila
6200 Southcenter Boulevard
Tukwila Washington 98188
GARY L. VAN.DUSEN, MAYOR
We, the undersigned, do hereby grant to the City of Tukwila and their
contractors; permission to enter upon our property at
• (q(Q)-s "'
and modify the existing driveway by changing the existing grade to ensure
• a smooth transition to the new street and /or install or modify concrete
walls as required and /or install or modify rockeries as required. The
City of Tukwila further guarantees to repair existing driveway curbs and
rockeries that may be disturbed during construction of said driveways, wall
or rockeries; all to be accomplished at.no cost to the property owner.
Agreed to this ;;L) day of
CITY • UKWILA
A
, 19
OWNER
q).2AL
P blic Works Director Owner's Signature
Please print:
S�2p her" h
Owner's name
Owner's address
(g (�
So
Owner's telephone.
ole: I
EXIST.
I DIRT
I
I I
ADJUST MH EXIST.
EXIST. S. S. MH 'GRAVEL'
RIM =185.73
I.E. =164.23, 8", S. I
I.E.:164.13, tri N.
I.E. =166.51, 6" I
14
R
II 1 1
I I
1 I 1
1
1410 2
NOTICE OF ACTION
Notice is given under SEPA, RCW 43.21C.080, that City of Tukwila took the action
described below on October 24 , 1984.
Any action to set aside, enjoin, review, or otherwise challenge such action the
grounds of non - compliance with the provisions of Chapter 43.21C RCW (State
Environmental Policy Act) shall be commenced on or before February 4, 1985
Description of agency action: Street improvement project consisting of widening,
• paving, sidewalks, curbs, gutters, utilities relocation and driveway reconstruction.
Qescai-p.tiaa- Of- preposaa:
Location of proposal: S. 140th St. between 53rd Ave. S. and 55th Ave. S. and 55th
Ave. S. between S. 140th St. and S. 144th St.
Type of environmental review under SEPA: Determination of Nonsignificance
File No. EPIC - 241 -84
Documents may be examined during regular business hours at the Planning Department,
City Hall, 6200 Southcenter Boulevard, Tukwila, WA.
Name of agency, proponent, or applicant giving notice: City of Tukwila
This notice is filed by: Rick Beeler, Associate Planner
Date October 26, 1984
Published: Record Chronicle, October 28 and November 4, 1984
cc: Applicant
City Clerk
Mayor
Department of Ecology
File
DACE MEMO
CITY Or TUKWILA
TO: 1)4.14L
FROM: p
DATE: 10-24.-84,
SUBJECT: 55114 (4( T t-T-W.E.
•
cf pZf:T-..-VsMklerc-z.ou
\L■i(Q.L__ (ftSLA,St--1,3 JN Oil-
o YOu 'To eases M-YQ.
Pe2-141.t1- AUMA-U2--( -24PA1 (TO er4,-C Q3---71/3
P WILL -c--:_igair-c(
'44-/ 185,
.ee 1•■•••■•
4t1""" AM: ,-,-14101•111, ,..1111111,A,
WAC 197 -11 -970
DETERMINATION OF NONSIGNIFICANCE
Description of Proposal Street improvement project consisting of widening,
_paving, sidewalks, curbs, gutters, utilities relocation and driveway reconstruction
for affected properties.
Proponent City of Tukwila
Location of Proposal, including street address, if any S. 140th St. between
53rd Ave. S. and 55th Ave. S. and 55th Ave. S. between S. 140th St. and S. 144th St.
Lead Agency: City of Tukwila File No. EPIC - 241 -84
The lead agency for this proposal has determined that it does not have a probable
significant adverse impact on the environment. An environmental impact statement
(EIS) is not required under RCW 43.21C.030(2)(c). This decision was made after
review of a completed environmental checklist and other information on file with the
lead agency. This information is available to the public on request.
E[ There is no comment period for this DNS
[I This DNS is issued under 197 -11- 340(2); the lead agency will not act on this
proposal for 15 days from the date below. Comments must be submitted
by
Responsible Official Brad Collins
Position /Title Planning Director Phone 433 -1845
Address 6200 Southcenter Boulevard, Tukwila, WA 98188
Date (d- ? —V -� Signature
You may appeal this determination to the City Clerk at City Hall, 6200 Southcenter
Boulevard, Tukwila, WA 98188 no later than 10 days from the above date by written
appeal stating the basis of the appeal for specific factual objections. You may be
required to bear some of the expenses for an appeal.
Copies of the procedures for SEPA appeals are available with the City Clerk and
Planning Department.
CITY OF TUKWILA
CENTRAL PERMIT SYSTEM
•
ENVIRONMENTAL REVIEW ROUTING FORM
TO; BLDG PLNG P.W.
PROJECT MC k 1 (°r'- NEtk& T —
LOCATION 55 4 . , S, 14-CrWr
'
DATE TRANSMITTED - IC, `Q4-
STAFF COORDINATOR p ,
• CN
EPIC Z41 -U4
FILE
FILE NO.
RESPONSE REQUESTED BY 1 2 3 8 4
RESPONSE RECEIVED
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
SIiCIC S . Psi le B3k1,11-t CO
ITEM COMMENT \ tt &3U(_ `ok.terej sficSL-0 4`( 1'4
_ The mace o f this zior jc4t durz9 the 4. ste-uct�y, /t/Aesie
to
,1144 sart� , id h, ,p2 e;si,;01e,Ad, ai the sift t:s usei
pifritar/'6' frr local zwccss ,
Ur's, AlPoriet ot fife ex iZ sLCBd z dr id , .-Dczd sly?` ,
aeieh:elopt of sae u hbs titco~w,aseLL tl tZ4
DATE Q72 341 COMMENTS PREPARED EY . le J1.,4grit latraC z-
C.P.S. Form 11
,.CITY OF TUKWILA
CENTRAL PERMIT SYSTEM
•
ENVIRONMENTAL REVIEW ROUTING FORM
TO;
BLDG
1
• CN
EPIC 241 - (84
FILE
PLNG P.W. FIRE POLICE
PROJECT 5i; Q$: U1,(fO�' E k&e3T , is,[445111-
,
LOCATION 55 C , s► S, I4 -, FILE NO.
DATE TRANSMITTED -7 16, (A4- RESPONSE 'REQUESTED BY 11.24384-
RESPONSE RECEIVED
P & R'
STAFF COORDINATOR �J (.. ',
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
SIiC! C E Pst2 Y ce`{ 153 f,"[k ,
ITEM COMMENT III-4 Pl.Fjl•3430,54 8e5u__ Lc S OOLI `f:sV ' l
19-ell�c' l 'i - IIJ
,ee .s— '•cb gf 774,FF-4/ 7,S 9-r E,Pto_fr; m ,e
/4i ,' 1e -Y 6 cv,rJE-#c..t.
DATE 7-7 OP- COMMENTS PREPARED BY
C.P.S. Form it
:CITY OF TUKWILA
CENTRAL PERMIT SYSTEM
•
ENVIRONMENTAL REVIEW ROUTING FORM
TO; BLDG PLNG P.W.
PROJECT SW IN PAN -S5` P`1'� ,
L0CATI0N ` C , 5 Sr 14-(1.1--F-1--.
DATE TRANSMITTED "1 i )(Q (°4—
FIRE
STAFF COORDINATOR PCL
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINAT.10N. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
.CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
'MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM.ROUTING FORM.
ITEM COMMENT 1I•t1'I-1 P olAsC,t PU5' L Stf0c.5L10 Y�V t Sk}
/% C u trek L '7 (ettfri C� " et vtrd #2'1 -G -lam I"
• CN
EPIC Z41 — (84
FILE
POLICE P & R
x.14-6 she
FILE NO.
RESPONSE REQUESTED BY 1124484—
RESPONSE RECEIVED
k _
It r e13-4
Sl�/*<-;44tr.2= Joe 51
-
/2-1/1`x--
L/4 Yo -off, vo 6?
)
COMMENTS PREPARED BY
C.P.S. Form 11
qe1,(_--z.4-1 -5.-
CITY OF TUKWILA
•
ENV] RONt"ENTAL CHECKLIST FORM,
EIMEE
CITY OF:TUKW q
PLANNING DEPT.
This questionnaire must be completed and submitted with the appllca,l i I
permit. This questionnaire must be completed by all persons applying for a
permit from the City of Tukwila, unless it is determined by the Responsible
Official that the permit is exempt or unless the applicant and Responsible
Official previously aoree an Environmental impact Statement needs to be completed.
A fee of 550.00 must accompany the fiilling of the Environmental Questionnaire
to cover -costs of the threshold determination.
I. BACKGROUND
1. Name of Proponent: .City of Tukwila, Public Works Department
. 2. Address and Phone Number.of Proponent: 6200 Southcenter Boulevard,
Telephone: 433 -1800 Tukwila, Washington 98188
3. Date Checklist Submitted: April 27, 1984
4. Agency Requiring Checklist: • City of Tukwila
5. Name of Proposal, if applicable.: 1984 Street Improvement Project (55th Avenue:
. • South and South 140th Street)
6. Nature and Brief Description of the Proposal (including but not limited
to its size,•general design elements, and other factors that will give
an accurate understanding of its scope and nature):
See Attachment
7. Location of Proposal (describe the physical setting bf the - proposal, as
well as the extent of the land area affected by any environmental im-
- pacts, including any other information needed to give an accurate under-
standing of.the environmental setting of the proposal):
See Attachment
8. Estimated Date for Completion of the.Proposal:
Fall, 1984
9. List of all Permits, Licenses or Government Approvals Required for the
Proposal (federal, state and local):
(a) Rezone, conditional use, shoreline permit, etc. Y_S NO X
(b) Ki ng County Hydraulics Permit YES NO a
(c) Building permit YES NO x
• •
(d) Puget Sound Air Pollution Control Permit • YES NO X
(e) Sewer hook up permit YTS NO X
(f) Sign permit YES NO X
(g) Water hook up permit `'FS NO X
(h) Storm water system permit YES NO X
(i) Curb cut permit YES NO X
(j) Electrical permit (State of Washington) YES NO X
(k) Plumbino permit (King County) YES NO X
.(1) Other: None
10. Do you have any plans for future additions, expansion, or futher activity
related•to or connected with this proposal? If yes, explain:
No
11. Do you.know of any plans by others which-may affect the property covered by
your proposal? If yes, explain:
Undergrounding of power is being coordinated with Puget Power..
12.. Attach any other application form that has been completed regarding the pro-
posal; if none has been completed, but is expected to be filed at :some future
date, describe the nature of such application form:
N/A
. ENVIRONMENTAL IMPACTS' -
(Explanations of all "yes" and "maybe" answers are required)
1. Earth. Will the proposal result in:.
(a) Unstable earth conditions or in chanoes in geolocic
substructures?
YES MAYBE NO
(b) Disruptions, displacements, compaction or overcover-
ing of the soil?- X
(c) Change in topography or ground surface relief fea-
tures? x
(d) The destruction, covering or modification of any
unique .geologic or physical features ? -
X
YES MAYBE NO
(e) Any increase in wind or water erosion of soils,
either on or off the site? x
(f) Changes in deposition or erosion of beach sands, or
changes in siltation, deposition or erosion which
may modify the channel of a river or stream or the
bed of the ocean or any bay, inlet or lake?
Explanation: See Attachment
2. Air. Will the proposal result in:
(a) Air emissions or deterioration of ambient air
quality? X
(b) The creation of objectionable odors? . X
(c) Alteration of air movement, moisture
or temperature, or any change in climate, either
locally or regionally? .
Explanation: See Attachment
3. Water. Will the proposal result in:
(a) Changes in currents, or the course or direction
of water movements, in .either marine or fresh
waters?
x
x
x
(b) Changes absorption rates, drainage patterns,
or. the rate and amount of surface water runoff? X _
(c)..Alterations to the course or flow of flood waters? X
(d) Change in the amount of surface water in any water.
body? X
(e) Discharge into surface waters, or in any alteration
of surface water quality, including but not limited
to temperature, dissolved oxygen or turbidity? X
(f) Alteration of the direction or rate of flow of
ground waters? X
(g) Change in the quantity of ground waters, either
through direct additions or withdrawals, or through
interception of an aquifer by cuts'or excavations?
X
(h) . Deterioration in ground water quality, either
through direct injection, or through the seepage
of leachate, phosphates, detergents, waterborne
virus or bacteria, or other substances into the
ground waters?
YES MAYBE. NO
(1) Reduction in the amount of water otherwise avail-
able for public water supplies? X
Explanation:
See Attachment
4 Flora. ..Will the proposal result in:
(a) Chanoe in the diversity of species, or numbers
of any species of flora (including trees, shrubs,
grass, crops, microflora and aquatic plants)?
x
(b) Reduction of the numbers of any unique, rare or
endangered species of flora? X
(c) Introduction of new species of flora into an area,
or in a barrier to the. normal replenishment of
existing species?
(d) Reduction in acreage of any agricultural crop?
Explanation: Vegetation adjacent to the existing roadway consists generally
of landscaped yards and scattered trees on vacant lots. The road improve -
ments have been designed to retain as much existing vegetation as possible.
Any existing landscaping which will be disturbed, will be moved or replaced
in kind.
Fauna. Will the proposal result in:
(a) Changes in the diversity of species, or numbers
of any species of fauna•(birds, land animals
including. reptiles, fish and shellfish, benthic
organisms, insects or microfauna)? X
(b) Reduction of the numbers of any unique, rare or
endangered species of fauna? x
(c) Introduction of new species of fauna into an
area, or result in a barrier to the migration
or movement of fauna? X
(d) Deterioration to existing fish or wildlife
habitat? X
Explanation:
6. Noise. Will the proposal increase existing noise
levels?
YES MA,YEE . NO
X
Explanation: Construction activities will cause a temporary increase in
noise levels. The construction is scheduled to last 60 days.
7. Light and Glare. Will the proposal produce new
light or glare?
Explanation:
No additional street lighting is proposed.
• 8. Land Use. ,Will the proposal result in the altera-
.tion of the present or planned land use
of an area?
Explanation: 55th Avenue South will still serve as a residential street.
Natural Resources. Will'the proposal result.in:
(a) Increase in the rate of use of any natural
resources?
•(b) Depletion of any nonrenewable. natural
resource?
x
'Explanation: Construction activities Will require the use of
natural resources typical of street improvement projects.
.10. Risk of Upset.. Does. the proposal involve a risk of an
explosion or the release of hazardous •
substances (including, but nbt limited
to, oil, pesticides, chemicals or radi-
ation) in the .event of an accident or
upset conditions?
x
Explanation: The risk of explosion or hazardous emissions will be limited
'to potential construction accidents and automobile related accidents.
•
• `'ES MAYBE NO
ii. Population. Will the proposal alter the location,
distribution, density, or orowth rate
of the human population of an area?
Explanation:
x
12. Housino. Will the proposal affect existing housing,
or. create a demand for additional housing? X
Explanation:
13. Transportation /Circulation.. Will the proposal result in:
(a) Generation of additional vehicular movement? x
(b) Effects on existing parking facilities, or
demand for new parking? X
(c). Impact upon existing transportation systems? x
(d) Alterations to present patterns of circulation
or movement of people and /or goods? X
(e) Alterations to waterborne, rail or air traffic ?• X
.(f) Increase in traffic hazards to motor vehicles,
bicyclists or pedestrians? X
Explanation: See.Attachment
'14. Public Services. Will the proposal have an effect upon,
o.r result in a need for new or altered
governmental services in any of. the
following areas:
(a) Fire protection?
(b) Police protection?
(c) Schools?
(d), Parks .or other recreational facilities?
(e) Maintenance of public facilities, includinc
roads?
x
YES M, F . NO
(f) Other oovernmentai services? X
Explanation: 55th Avenue is maintained by the City of Tukwila.
. Enerey. Will the proposal result in:
(a) Use of substantial amounts of fuel or energy? X
'(b) Demand upon existing sources of energy, or
require the development of new sources of
energy? X
Explanation: The proposed street improvement project will not require
the use of substantial. amounts of energy, either during construction or
on -going use.
1.6. Utilities. Will the proposal result in a need for
new systems, or alterations to the
following utilities.:
(a) Power or natural gas? x
(b) Communications systems? X
(c) Water? x
(d) Sewer or septic tanks? X
•(e) Storm water drainage? • X
(f) Solid waste and disposal? X
Explanation: See Attachment
17. Human Health. Will the proposal result in the crea-
tion of any health hazard or potential
health hazard (excluding mental health)?
Explanation:
x
• •
18. Aesthetics. Will the proposal result in the obstruc-
tion of any scenic vista or view open to
the public, or will the proposal result
in the creation of an aesthetically of-
fensive site open to public view?
Explanation: See 4., Flora
19. Recreation. Wili'the proposal result in an impact
upon the quality or quantity of exist-
ing recreational opportunities?
Explanation:
.20. Archeological /histroical. Will the proposal result in
an alteration of a signifi-
.cant archeological or his -
torical site, structure,
object or building?
Explanation:
CERTIFICATION BY APPLICANT:
YES MAYBE NO
I,.the undersigned, state that to the best of my knowledge the above
information is true and complete. It is understood that the lead aoency
may withdraw any declaration of non - significance that it might issue in
reliance upon this checklist should these be any willful misrepresentation'•
or willful lack of full disclosure on my p y art. ✓
1
Siona Te nd Title
Consulting Engineers
SEA, Inc., Engineers /Planners
James D. Wiley, P.E.
April 27, 1984
Cate.
x
x
SUPPLEMENTAL INFORMATION
ENYIRONMENTAL CHECKLIST
I. BACKGROUND
6. The proposed project involves approximately 1,950 linear feet of
improvements to portions of 55th Avenue South, between 140th Avenue
and 144th Streets and South 140th Street, between 53rd Avenue and
55th Avenue. Improvements include pavement widening from 20 feet
to 28 feet, pavement overlay, adding curb and gutter to both sides,
adding a sidewalk to the west side and south side, improving the
storm drainage system, undergrounding power in a portion of the
project, driveway repairs and minor adjustments to manhole covers
and valve boxes.
The construction period is 75 days.
7 The proposed project is located within the 55th Avenue South and
South 140th Street right-of-way and adjacent private properties for
which -.licenses to construct" have been obtained. The project
extends between South 140th Street and approximately 53rd Avenue
South , all within the City of Tukwila.
55th Avenue South runs generally perpendicular to the slope of the
hill, sloping up from the east road shoulder and down from the west
road shoulder. South 140th Street runs generally perpendicular to
the slope of the hill.
II. ENVIRONMENTAL IMPACTS
1. b. , c. Construction of the road improvements will require
earthwork. The 55th Avenue South and South 140th right -of-
way runs generally perpendicular to the slope of the hill.
The proposed improvements will require cuts, and some fill.
Minor rock walls (4' - 8' in height) will be used to stabi-
lize side slopes as required.
e. The Contractor will be required to control erosion during
construction. Regarding long -term erosion, hydroseeding and
re-sodding of all exposed surfaces as well as installation of
an improved storm drainage system will minimize potential ero-
sion problems.
2. a.,b. Construction activities will cause a temporary increase in „
suspended particulates and odors. The contractor will be
required to control dust during the construction. The
deterioration to ambient air quality is not expected to be
significant, especially due to the short duration (75 days)
of the construction period.
6A.Tuk
-2- -6A.Tuk1
• 3. b. A hydraulic analysis of, this drainage basin was prepared as
part of this project. The increased pavement will result in
some increase in storm water run -off; but proposed improvements
to the storm drainage system will improve drainage within the
roadway system. Some existing problems will be eliminated and
other problems reduced. Proposed improvements include laying
pipe at proper grades, add pipes and catch basins, increasing
pipe sizes where necessary, and crowning the road to better
control run -off. The majority of the drainage will now be
directed to the northwest end of the street to an existing
storm drainage system at South 140th and 53rd Avenue South.
The ultimate point of discharge will not be changed.
13. a. Construction activities will result in an increase in truck
traffic for the..75 day construction period.
c. The contractor will provide one driveable roadway lane and tem-
porary access to all properties throughout the course of the
project. During construction, all roads will be maintained in
a suitable condition so as to not adversely affect vehicular
traffic.
55th Avenue South and South 140th are used primarily as resi-
dential local access streets. The proposed improvement should
not appreciably increase traffic volumes. Traffic hazards will
be reduced.
16. The remaining above- ground telephone and cable t.v. will be
undergrounded. A new storm drainage system is being constructed.
Water mains will be lowered in areas of cut to .provide proper cover
over the water mains. -
VICINITY MAP
LEGEND
EXISTING
PROPOSED
0
r3
r,
O
—OW. M.
Op
m
-o- P. P.
a M. B
12"
-
- --G"
W-
5. —
– --12" SD— —
– —CUG --
- -- B 1___
x_xxxxxxxxx
STREET SIGN
SIGN POST
CATCH BASIN
INLET
MANHOLE
WATER METER AND SERVICE
GATE VALVE
FIRE HYDRANT
POWER POLE
MAIL BOX
TREES -SIZE SHOWN
GAS
WATER MAIN
SANITARY SEWER
STORM DRAIN
ELECTRICAL UNDERGROUND
BURIED TELEPHONE
ROCKERY
HEDGE
TIMBER BULKHEAD
FENCE
TELEPHONE RISER
POWER VAULT
STREET LIGHT
ROX (STREET LIGHT)
0
0
O
ki 77.
' - \:!�-;' _-,I. N'-‘
70000000000(1
300b70000000C
IG771
e -r)0c
CATCH . BASIN
INLET
SEWER MANHOLE
STORM MANHOLE
STORM DRAINAGE, SIZE AS SHOWN
SANITARY SEWER, SIZE AS SHOWN
ASPHALT PAVEMENT AND DRIVEWAY
GRAVEL DRIVEWAY
CEMENT CONCRETE DRIVEWAY
SIDEWALK
WHEELCHAIR RAMP
BARK OR GRADING AS SHOWN
CONCRETE APRON
ROCKERY
TRENCH FOR PRIVATE UTILITIES (MAINLINE)
TRENCH FOR PRIVATE UTILITIES (SERVICE)
PROPOSED 4' x 6' x 6' DEEP PSP&L VAULT
PROPOSED 5' x 10' PACIFIC NW BELL VAULT
PROPOSED PVC CONDUIT
- 040-14a4
r.r...-..- ..ri...-.- ■ LEAS • 13 E7E FI --- - -- o
REBUILT HOCK WALL ~
w /CHA /N L /Nff FENCE '
T YPfr a... E X 7-ENL7 FENCE „ •
TO EAST' ENO EX/ST /NE WALL.'
REPLACE ivy on/ WALL'. °,,..
. DUFF /E
5332
1 VER /FY ELEV.
OF NEW DRIVE.
I MATCH OR 1 I
RE6U /LD A51
I REVD TO FIrNI
BUE/ILER
5336
COCHRAN..
5340
V4.
NEW WATER Svc.
(OY C/rY)
EWER
NEW ROCK WALLS — REPLACE • EXISTING FENCE AT TOP
SHRUBS •ro fEMA /N. OF WALL —
/F D /STUBBED REPLACE IN LIKE /( /AItJ. I
TO BE MOVED : ;�.: = rl REMOVE EX /Sr"
BY OTHERS s .: 8" CONC. CULVERT
RE"BU /L O STEPS (WALK
AS REQUI/TE0..
0
C -6
Az B9 "5757"
L - 3/ 42
T=
20.00
R. 2000
C -7
90"00'03"
L : 3142
T: 20.00
R: 20.00
5.2700
i4
.2
ELEV 70P or CURB
/23.60
/22.63
/_2/.90
PC 5.527.00
A/4
A z9
ELEV. MP OF CURB
/23.60
/22.63 . .
10.7,
5341
MA/NICE
1
i
i
• 2.5' 1. I, 5,
R/W
2 %
20'
0.5'
R/W
•
PVMT
20'
14' 14'
I ' ^_tom
ii -1l
I ` 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B.
�— 1/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
`— CEMENT CONCRETE CURB B GLITTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS
2
2
iE - TRANSITION FROM 3' RIGHT AT STA. 10.50 TO 0.5' LEFT AT STA. 12 +50.
20'
ROADWAY SECTION
(Sta. 2 +00 to Sta. 12 +50)
55th Avenue South
(0.5'
14'
•
R/W
2
Scow: 1" • 5'
20'
14'
2
(0.5'
T 2'
-r-//
1
•-- 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B
11/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
CEMENT.CONCRETE CURB 8 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS.
ROADWAY SECTION
(Sta. 12 +50 to St a. 12 +60)
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
(<3'5'
14,
EXT
R/w
R ./w
a ± I
Scot,: 1" •
Iw
4-
5
I.1-- 2" COMPACT ICKNESS ASPHALT CONCRETE CLASS
L_ 11/2" COMP HICKNESS TOP COURSE.
2 1/2" COMPA THICKNESS BASE COURSE.
CEMENT CONCRETE CURB 8 GUTTER TYPE A. •
CEMENT CONCRETE SIDEWALK 4" THICKNESS.
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
a
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
1 1 2 %
I,
� I
I L- 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B.
1 l /2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
--CEMENT CONCRETE CURB B GUTTER TYPE A.
L- CEMENT CONCRETE SIDEWALK 4" THICKNESS.
EXT
R/W
C
CROWN
8'
10'
..
20'
. S....: 1" • 1e
ROADWAY SECTION
(Sta. 12 +60 to Sta. 13+80)
55th Avenue South
0.5'
5
R/W
2'
,—PVMT
14'
Scol•: 1- • 5'
L2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 8.
1 L- 11/2" COs.Pn4CT THICKNESS TOP COURSE.
I L-2 1/2" COMPACT THICKNESS BASE COURSE.
I LCEMEMT CONCRETE CURB 8 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS
116•1•: I. • 5'
CITY OF TUKWILA
CENTRAL PERMIT SYSTEM
ECEIVE
WT ! 2 1984
BY_. PRE _
TUKWILA FIRE VENTION BUREAU
ENVIRONMENTAL REVIEW ROUTING FORM
T0; IDG PLNG
• CN
EPIC Z4I - 84
FILE
FIRE [ 0LICE { & R
PROJECT .S lAd NdV' MWT -_55 A'`I'c , 4.1445114- 53T-,
LOCATION55 S4 , s, ��}- 1C FILE NO.
DATE TRANSMITTED — a P((( RESPONSE REQUESTED BY
STAFF COORDINATOR Jam„,
RESPONSE RECEIVED
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED. TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY. COUNCIL. SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
511V,C TA E Pst24. Yom( 133 I,-Ckte 4 t-t
ITEM COMMENT 1NU'(Vr QLF1li►•3 U PUBS We4(1 -l�S j SK &LD 1M1 l�llsk}
/lies 65-741 wL2.— Gait —
olirticr
DATE IbU-1(0
COMMENTS PREPARED BY
C.P.S. Form 11
CITY OF TUKW I LA
C_ 24 -
4 '.
ENVIRONMENTAL CHECKLI ST FORM
CITY OF •TU WK ILA
PLANNING-DEPT.
This questionnaire must be completed and submitted.with the applicaLl l i�
permit. This questionnaire must be completed by all persons applying for a
permit from the City of Tukwila, unless it is determined by the Responsible
Official that the permit is exempt or unless the applicant and Responsible
Official previously agree an Environmental Impact Statement needs to be completed.
A fee of 550.00 must accompany the filling of the Environmental Questionnaire
to cover costs of the threshold determination.
I. BACKGROUND
1. Name of Proponent: City of Tukwila,•Public Works Department
. 2. Address and Phone Number.of Proponent: 6200 Southcenter Boulevard,
Telephone: 433 -1800 Tukwila, Washington 98188
3. Date Checklist Submitted: April 27,.1984-
4. Agency Requiring Checklist: City.of Tukwila
5. Name of Proposal, if applicable: 1984 Street Improvement Project (55th Avenue
South and South 140th Street)
. 6. Nature and Brief Description of the Proposal (including but not limited
to its size ,• general design elements, and other factors that will give •
an accurate.understanding of its scope and nature):
See Attachment
7. Location of Proposal (describe the physical setting of the proposal, as.
well as the extent of the land area affected by any environmental im-
pacts, including any other information needed to dive an accurate under-
standing of. the environmental setting of the proposal):
See Attachment
8. Estimated Date for Completion of the Proposal:
Fall, 1984
9. List of all Permits, Licenses or Government Approvals Required for the
Proposal (federal, state and local): •
(a) Rezone, conditional use. shoreline permit, etc. YES NO X
(b) Kino County Hydraulics Permit YES NO x
(c) Building permit. YES h'0-
(d) Puget Sound Air Pollution Control Permit
(e) Sewer hook up permit
(f) Sign permit
(g) Water hook up permit
(h) Storm water system permit
(i) Curb cut permit
(j) Electrical permit (State of Washington)
(k) Plumbino permit (King County)
(1) Other: None
YES NO x
YES NO x
NO x
YES NO x
YES NO x
YES NO X
YES N O X
YES NO X
10. Do you have any plans for future additions, expansion, or futher activity
related .to or connected with this proposal? If yes, explain:
No
11. Do you.k.now of any plans by others which may affect the property covered by
your proposal? If yes, explain:
Lndergrounding of power is being coordinated with Puget Power_
12.- Attach any other application•form that has been completed regarding the pro-
posal; if none has been completed, but is expected to be filed at some future
date, describe the nature of such •application form:
N/A
II. ENVIRONMENTAL IMPACTS
(Explanations of all "yes" and "maybe" answers are required)
YES MAYBE NO
1.• Earth. Will the 'proposal result in:
(a) Unstable earth conditions or in changes in geologic
substructures?
(b) Disruptions, displacements, compaction or overcover-
ino of the soil ?• x
(c) Change in topography or ground surface relief fea-
x
tures?
(d) The destruction, covering or modification of any
unique geoiooic or physical features?
X
(e) Any increase in wind or water erosion of soils,
either on or off the site?
(f) Changes in deposition or erosion of beach sands, or
changes in siltation, deposition or erosion which
may modify the channel of a river or stream or the
bed of the ocean or any bay, inlet or lake?
Explanation: See Attachment
2. Air. Will 'the proposal result in:
(a) Air•emissions or deterioration of ambient air
quality?
(b) The creation of objectionable odors?
(c) Alteration of air movement, moisture
or temperature, or any change in climate, either
locally or regionally? .
.Explanation: See Attachment
Water. Will the proposal. result in:
(a) Changes in currents,•or the course or direction
of water movements, in either marine or fresh
waters?
YES MAYBE NO
x
x
(b) Changes. in a bsorption'rates, drainage patterns,
or the rate and amount of surface water runoff? X
(c) Alterations to the course or flow of flood waters?
(d) Change in the amount of surface water in any water
body?
(e) Discharge into surface waters, or in any alteration
of surface water'quality, including but not limited
to temperature, dissolved oxygen or turbidity?
(f) Alteration of the direction or rate of flow of
ground waters?
Change in the quantity of ground waters, either
through direct additions or withdrawals, or through
interception of•an aquifer by cuts or excavations?
(g)
X
x
X
x
x
• / �
YES r'1 .MAY SE NO
(h). Deterioration in ground water quality,-either
through direct injection, or through the seepage
of leachate, phosphates, deteroents,.waterborne
virus or bacteria, or other substances into the
ground waters? X
(i) Reduction in the amount of water otherwise avail-
able for public water supplies?
Explanation: See Attachment
4. Flora. ..Will the proposal result in
(a) Change in the diversity of species, or numbers
of any species of flora (including trees, shrubs,
grass, crops, microflora and aquatic plants)?
(b) Reduction of the numbers'of any unique, rare or
endangered species of flora?
(c) Introduction of new species of flora into an area,
or in a barrier to the normal replenishment of
existing species?
(d) Reduction in acreage of any agricultural crop?
X
X
X
X
Explanation: Vegetation adjacent. to the existing roadway consists generally
of landscaped yards and scattered trees on vacant lots. The road improve -
ments have been designed to retain as much existing vegetation as possible.
Any existing landscaping which will be disturbed, will be moved or replaced
in kind.
5. Fauna. Will the proposal result in:
(a) Changes in the diversity of species, or numbers
of any species of fauna (birds, land animals
including reptiles, fish and shellfish, benthic
organisms, insects or microfauna)? X
(b) Reduction of the numbers of any unique, rare or
endangered species of fauna? X
(c) Introduction of new species of fauna into an
area,'or result in a barrier to the migration
or°movement of fauna?
(d) Deterioration to existing fish or wildlife -
habitat? X
Explanation:
YES MAYBE NO
6. Noise. Will the proposal increase existing -noise
levels?
Explanation: Construction activities• *ill'cause a temporary increase in
noise levels. The construction is scheduled to last 60 days.
7. Light and Clare. Will the proposal produce new
light or glare?
Explanation:
No additional street lighting is proposed.
8. Land Use. ,Will the proposal result in the altera-
' tion of the present or planned land use
of an area?
_X_
Explanation: 55th Avenue South will still serve as a residential street.
9. Natural Resources. Will the proposal result in:
(a) Increase in the rate of use of any natural
resources?
•(b) •Depletion of any nonrenewable. natural
resource?
x
'Explanation: Construction activities Will require the use of '
natural resources typical of street improvement projects.
Risk of Upset. Does the proposal involve a risk of an
explosion or the release of hazardous
substances (including, but not limited
to, oil, pesticides, chemicals or radi-
ation) in the event of an accident or
upset conditions?
Explanation: The risk of explosion or hazardous emissions will be limited
to potential . construction accidents and automobile related accidents.
•
3.1 Population. Will the proposal alter the ldcati,on
distribution, -density, or growth rate
• of the human population of an -area?
Explanation:
12. Housinb. Will the proposal affect existing housing,
or. create a demand for additional housing?
Explanation:
13. Transportation/Circulation. Will the proposal result
(a) Generation
(b) Effects on
demand for
(c). Impact upon
(d) Alterations
or movement
(e) Alterations
of additional vehicular movement?
existing parking faCilities, or
new parking ?
existing transportation systems?
to present patterns of circulation
of people and/or goods?
to waterborne, rail or air traffic?
.(f) Increase in traffic hazards to motor vehicles,
bicyclists or pedestrians?
Explanat-ion: See Attachment
4. Public Services. Will the proposal have an effect upon,
or result in a need for new or altered
governmental services in any of the
following areas:
Fire protection?
Police protection?
Schools?
(d). Parks or
(e)
other recreational facilities?
Maintenance of public facilities, including
roads?
YES MAYBE NO
X
X
X
X
X
X •
YES MP,YEE NO
(f) `Other oovernmentai services? x
Explanation: 55th Avenue is maintained by the City of Tukwila.
15. Eneroy. Will the proposal result in:
(a) Use of substantial amounts of fuel or energy?
(b) Demand upon existing sources of energy, or
require the development of new sources of
energy?
X
x
Explanation: The proposed street improvement project will not require
the use of substantial amounts of energy, either during construction or
on -going use.
1.6. Utilities. Will the proposal result in a need for
new systems, or alterations to the
following utilities:
(a) Power or natural gas?
(b) Communications systems?
(c) Water?
(d) Sewer or septic tanks?
•(e) Storm water drainage?
(f) Solid waste and disposal?
Explanation: See Attachment
?7. Human Health. Will the proposal result in the crea-
tion of any health hazard or potential
health hazard (excludino•mental health)?
Explanation:
X
X
X
•
18. Aesthetics. W'ill'the proposal result in the obstruc-
tion of any scenic vista or.view open to
the public, or will the proposal result
in the creation of an aesthetically of-
fensive site open to public view?
Explanation: See 4., Flora
19. Recreation. Will the proposal result in an impact
upon the quality or quantity of exist-
ing recreational opportunities?
Explanation:
.20. Archeological /Histroical. Will the proposal result in
an alteration of a signifi-
cant archeological orhis-
torical site, structure,
object or building? .
Explanation:
CERTIFICATION BY APPLICANT:
YES MAYBE NO
I, the undersigned, state that to the best of my knowledge the above
• information is true and complete. It is understood that the lead agency
may withdraw any declaration of non - significance that it might issue in
reliance upon this checklist should there be any willful misrepresentation•
or willful lack of full disclosure on my p y art. ✓
SionaL• and Title
Consulting Engineers
SEA, Inc., Engineers /Planners
James D. Wiley, P.E.
-a-
April 27, 1984
Date
X
SUPPLEMENTAL INFORMATION '
ENVIRONMENTAL CHECKLIST
I. BACKGROUND
6. The proposed project involves approximately 1,950 linear feet of
improvements to portions of 55th Avenue. South, between 140th Avenue
and 144th Streets and South 140th Street, between 53rd Avenue and
55th Avenue. Improvements include pavement widening from 20 feet
to 28 feet, pavement overlay, adding curb and gutter to both sides,
adding a sidewalk to the west side and south side, improving the
storm drainage system, undergrounding power in a portion of the
project, driveway repairs and minor adjustments to manhole covers
and valve boxes.
The construction period is 75 days.
7. The proposed project is located within the 55th Avenue South and
South 140th Street right -of -way and adjacent private properties for
which "licenses to construct" have been obtained. The project
extends between South 140th Street and approximately 53rd Avenue
South , all within the City of Tukwila.
55th Avenue South runs generally perpendicular to the slope of the
hill, sloping up from the east road shoulder and down from the west
road shoulder. South 140th Street runs generally perpendicular to
the slope of the hill.
II. ENVIRONMENTAL IMPACTS
1. b., c. Construction of the road improvements will require
earthwork. The 55th Avenue South and South 140th right -of-
way runs generally perpendicular to the slope of the hill.
The proposed improvements will require cuts, and some fill.
Minor rock walls (4' - 8' in height) will be used to stabi-
lize side slopes as required. •
e. The Contractor will be required to control erosion during
construction. Regarding long -term erosion, hydroseeding and
re-sodding of all exposed surfaces as well as installation of
an improved storm drainage system will minimize potential ero-
sion problems.
2. a. ,b. Construction activities will cause a temporary increase in
suspended particulates and odors. The contractor will be .
required to control dust during the construction. The
deterioration to ambient air quality is not expected to be
significant, especially due to the short duration (75 days)
of the construction period.
6A.Tuk
6A . Tukl
3 b. A hydraulic analysis of this drainage basin was prepared as
part of this project. The increased pavement will result in
some increase in storm water run -off, but proposed improvements
to the storm drainage system will improve drainage within the
roadway system. Some existing problems will be eliminated and
other problems reduced. Proposed improvements include laying
pipe at proper grades, add pipes and catch basins, increasing
pipe sizes where necessary, and crowning the road to better
control run -off. The majority of the drainage will now be
directed to the northwest end of the street to an existing
storm drainage system at South 140th and 53rd Avenue South.
The ultimate point of discharge will not be changed.
13. a. Construction activities will result in an increase in truck
traffic for the 75 day construction period.
c. The contractor will provide one driveable roadway lane and tem-
porary access to all properties throughout the course of the
project. During construction, all roads will be maintained in
'a suitable condition so as to not adversely affect vehicular •
traffic.
55th Avenue South and South 140th are used primarily as resi-
dential local access streets. The proposed improvement should
not appreciably increase traffic volumes. Traffic hazards will
be reduced.
16. The remaining above- ground telephone and cable t.v. will be
undergrounded. A new storm drainage system is being constructed.
Water mains will be lowered in areas of cut to provide proper cover
over the water mains. .
VICINITY MAP
EXISTING
PROPOSED
0
r�
rJ
O
• —ow. M.
m
-0- P. P.
Owe
012!
-.2" 0-- --
- —6" w --
- -e" 3. Sr- -
- -- 12" SD- -
- -CUG -
—
—n t _...
STREET SIGN
SIGN POST
CATCH BASIN
INLET
MANHOLE
WATER METER AND SERVICE
GATE VALVE
FIRE HYDRANT
POWER POLE
MAIL BOX
TREES —SIZE SHOWN
GAS
WATER MAIN
SANITARY SEWER
STORM DRAIN
ELECTRICAL UNDERGROUND
BURIED TELEPHONE
xxxxxxxxxx ROCKERY
- -- —. HEDGE -
TIMBER BULKHEAD
x FENCE
TELEPHONE RISER
71 POWER VAULT
STREET LIGHT
'J' ROX (STRFFT 1 IGHT)
0
0
0
0
�C)[]00000000r-
Doob-0000000c
Cal
CATCH BASIN
INLET
SEWER MANHOLE
STORM MANHOLE
STORM DRAINAGE, SIZE AS SHOWN
SANITARY SEWER, SIZE AS SHOWN
ASPHALT PAVEMENT AND DRIVEWAY
GRAVEL DRIVEWAY
CEMENT CONCRETE DRIVEWAY
SIDEWALK
WHEELCHAIR RAMP
BARK OR GRADING AS SHOWN
CONCRETE APRON
ROCKERY
TRENCH FOR PRIVATE UTILITIES (MAINLINE)
TRENCH FOR PRIVATE UTILITIES (SERVICE)
PROPOSED 4' x 6' x 6' DEEP PSP&L VAULT
PROPOSED 5' x 10' PACIFIC NW BELL VAULT
PROPOSED PVC CONDUIT
m
r4
EX /ST 20/40 , +
8
200.70
r\)
O 200.60
n
201.02
'.i a
NN�� .'
18" r8"
n.
co • min W.
02'
.-1
S. 144th ST
tn
-4
r
S. 88° 46' 55" E.
9
201.9
i +'+. +. 49. w /CHA /N L INK FENCE REQUI L T ROCK WAL L
T KQE
6. E X TEND FENCE
ro EAST ENO exis /Nrr WALL.
REPLACE ivy ON
N
r,_
T Om
N., mr�
o v h" -- U
z 20
n C X r
1
-4 O
o
S
DW
vP
m
0
'8.3 1SIX3
202.3
205.04
DUFFIE
5332
VERIFY ELEv.
Or NEW DRIVE.
mArcH OR 1 I
REBUILD AS1
REVD TO Firit
1 1
BUEULER
5336 - •
OVE EXIST
MAILBOX (ryp.)
" . X
COCHRAN
5340
0
.11,.. ,o...
samearrwia
AIEW WATER Svc.
(BY ciTy)
EWER
ro BE MOVED
BY OTHERS
C-6
4-; 8.957'57"
3442
r 20.00
I?: 2000
NEW ROCK WALLS - REPLACE' EX/STING FENCE AT TOP
EX/5 r: SHRUE35
OF WALL
if- DISTURBED REFLAcE IN LIKE
---.-„,,
REMOVE EXfS7T
8" coNC. CULVERT
EeUizo STEPS ( wALK".,
4.9 ReQuIRED.
1
T.
C-7
9000‘03"
3/ 42
• T r 20.00 .
20.00
'5.2700
'4
'2
EL EV 70P Or Cl/P8
/23.60
/22.63
/2/.90
PC5.2700
A /4
6 /2
ELEV rop Or CURB
/2360
/22.63 .
5341
VANNICE •
0
R/W
X
-7r
2.5f
5'
L
20'
r 0.5'
14'
kf /W
2 %
PVMT
3•*
20'
2
0,, 0.5'1
1- 2%
LL2" COMPACT THICKNESS AISPMALT CONCRETE CLASS 8.
11/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
CEMENT CONCRETE CURB a GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS
ik - TRANSITION FROM 3' RIGHT AT STA, 10.50 TO 0.5' LEFT AT STA. 12+50.
20'
ROADWAY SECTION
(Sta. 2 +00 to Sta. 12 t50) .
55th Avenue South
0.5'
R/W
2
11
L' 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 8
1 1/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
"—CEMENT CONCRETE CURB 6 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS.
14'
2 °i°
R/W
PVA1T E-\ I 0
t
r�
0.5' --►•—
Stole: 1" • 5'
,
R
14'
2 %
20'
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
j4'
EXT
R/Mr
4
R/w
CR0WP ! r0.5'
III e' 1. I ),
,
i I
2'
1,
1
•
1 I 2" COMPACT KNESS ASPHALT CONCRETE CLASS B
I-1 1/2" COMPA HICKNESS TOP COURSE.
�-- 2 1 /2 "COMPAC HICKNESS BASE COURSE.
CEMENT CONCRETE CURB 8 GUTTER TYPE A.
" CEMENT CONCRETE SIDEWALK 4" THICKNESS.
/w
5'
2
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
a
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
20'
14'
.I 1
EXT
R/w
R/w
1 1
CROWN
0.5' —a{ +—
I
1
II
:I
8'
10'
I 1' 1,
1 1±-- 1±-- 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B.
1 I/2" COMPACT THICKNESS TOP COURSE.
1 -- 2 1/2" COMPACT THICKNESS BASE COURSE.
`CEMENT CONCRETE CURB B GUTTER TYPE A.
"CEMENT CONCRETE SIDEWALK 4" THICKNESS.
20'
S..,•: I. • 00'
ROADWAY SECTION
(Sta. 12 +60 to Sta. 13+80)
55th Avenue South
0 5'
5
I i
I
_2219-
I
1
• `-2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 8.
1 I/2" COMPACT THICKNESS TOP COURSE.
L2 1/2' COMPACT THICKNESS BASE COURSE.
"CEMENT CONCRETE CURB B GUTTER TYPE A.
L—CFMFMT COMCRFTF slnFwAt K 4" T•BGKNFSS
R/W
C
�PVwT
2
14'
S<.,.
5.•,.: I. • 5'
CITY OF TUKWILA •
CENTRAL PERMIT SYSTEM
•
ENVIRONMENTAL REVIEW ROUTING FORM
s'
TO; DG LN
PG I(" .W. FIRE [*L ICE Wrr& R
PROJECT 5A-12 Wl°Yai4EI&e3T -_5 }A'`l'c . ;A411- %T..
s♦ 1
DATE TRANSMITTED 4 ,-- ' 10111 RESPONSE REQUESTED B
• CN
EPIC 24 1 -
FILE
LOCATIONPc\M ,
STAFF COORDINATOR 11 �.
RESPONSE RECEIVED
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED. TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
SI�C.Sc "1�jtSE Os to cestN
ITEM COMMENT ' 1s11T P -u&A PUBL►k- Nkt•Ne M! 5 (L L O. NNUSti I
mit- Try y Otx77,w "75 ?'.eeOa•T
-71V5r- ,AKFOrs:
DP,T E /1' //‘
COMMENTS PREPARED BY
C.P.S. Form 11
lq
CiTY OF TUKW'ILA
C_ 24t - 8�
•
ENVIRONMENTAL ENTAL C'HECKLI ST FORM
This questionnaire must be completed and submitted with the appllcci,• •'t
permit. This questionnaire must be completed by all persons applying for a
permit from the City of Tukwila; unless it is determined by the Responsible
Official that the permit is exempt or unless the applicant and Responsible
Official previously agree an Environmental impact Statement needs to be completed.
A fee of 550.00 must accompany the filling of the Environmental 0uestionnaire
to cover costs of the threshold determination.
I. BACKGROUND
1. Name of Proponent: City of Tukwila, Public Works Department
2. Address and Phone Number of Proponent: 6200 Southcenter Boulevard,
Telephone: 433 -1800 Tukwila, Washington 98188
3. Date Checklist Submitted: April 27, 1984-
4. Agency Requiring Checklist: City of Tukwila
5. Name of Proposal, if applicable: 1984 Street Improvement Project (55th Avenue
South and South 140th Street)
6. Nature and Brief Description of the Proposal (including but not limited
to its size,•general. design elements, and other factors that will give
an accurate.understanding of its scope and nature):
See Attachment
7. Location of Proposal (describe the physical setting of the proposal, as.
well as the extent of the land area affected by any environmental im-
pacts, including any other information needed to give an accurate under-
standing of the environmental.setting of the proposal):
See Attachment
8. Estimated Date for Completion of the Proposal: Fall, 1984
P. List of all Permits, Licenses or Government Approvals Required for the
Proposal (federal, state and local):
(a) Rezone, conditional use, shoreline permit, etc. YES NO a
(b) .King County Hydraulics Permit YES NO a
YES
(c) Building permit i�'0 �;
•
(d) Puget Sound Air Pollution Control Permit
(e) Sewer hook up permit
(f) Sion permit
(g) hater hook up permit
(h) Storm water system permit
•(i) Curb cut permit
(j) Electrical permit (State of Washington)
(k) Plumbing permit (King County)
.(1) Other: None
YE S NO x
YES NO x
YES NO x
YES NO X
1'ES NO x
YES NO X
YES NO X
YES NO X
10. Do you have any plans for future additions, expansion, or futher activity
related•t.o or connected with this proposal? If yes, explain:
No
11. Do you .know of any plans by others which may affect the propertycovered by
your proposal? If yes, explain:
Undergrounding of power is being coordinated with Puget Power.
12. Attach any other application form that has been completed regarding the pro-
posal; if none has been completed, but is expected to be filed at-some future
date, describe the nature of such application form:
N/A
. ENVIRONMENTAL IMPACTS
(Explanations of all "yes" and "maybe" answers are required)'
!.• Earth. Will the proposal result in:
(a) Unstable earth conditions or in changes in geologic
substructures?
YES MAYBE NO
(b) Disruptions, displacements; compaction or overcover-
ing of the soil?'x
(c) Change in topography or ground surface • relief fea-
tures? x
(d) The destruction, covering or modification of any
unique geologic or physical features?
X
YES MAYBE NO
(e) Any increase in wind or water erosion .of soils,
either on or off the site? X
(f) Changes in deposition or erosion of beach sands, or
chances in siltation, deposition or erosion which
may modify the channel of a river or stream or the
bed of the ocean or any bay, inlet or lake?
Explanation: See Attachment
2. Air. Will the proposal result in:
(a) Air emissions or deterioration of ambient air
quality? 0 x
(b) The creation of objectionable odors? X
. (c) Alteration of air movement, moisture
or temperature, or any change in climate, either
locally or regionally? .
Explanation: See Attachment
Water. Will the proposal. result in:
(a) Changes in currents, or the course or direction
of water movements, in either marine or fresh
waters?
X
X
x
(b) Changes. in a bsorption.rates, drainage patterns,
or the rate and amount of surface water runoff? X
.(c). Alterations to the course or flow of flood waters? X
(d) Change in the amount of surface water in any water
body? . X
(e) Discharge into surface waters, or in any alteration
of surface water quality, including but not limited
to temperature, dissolved oxygen or turbidity? X
(f) Alteration of the direction or rate of flow of
around waters? X
(g) Change in the quantity of oround waters, either
through direct additions or withdrawals, or through
interception of an aquifer by cuts or excavations?
X
YES MAYBE O
(h). Deterioration in ground water quality,_ either
-through direct injection, ,or through-the seepage
of leachate, phosphates, detergents,.waterborne
virus or bacteria, or other substances into the
ground waters? X
(i) Reduction in the amount of water otherwise avail-
able for public water supplies? x
Explanation: See Attachment
4. Flora. ..Will the proposal result in:
(a) Change in the diversity of species, or numbers
of any species of flora (including trees, shrubs,
grass, crops, microflora and aquatic plants)?
(b) Reduction of the numbers of any unique, rare or
endangered species of flora?
(c) Introduction of new species of flora into an area,
or in a barrier to the normal replenishment of
existing species?
• (d) Reduction in acreage of any agricultural crop?
X
X
x
Explanation: Vegetation adjacent to the existing roadway consists generally
of landscaped yards and scattered trees on vacant lots. The road improve-
ments have been designed to retain as much existing vegetation as possible.
Any existing landscaping which will be disturbed; will be moved or replaced
in kind.
5. Fauna. Will the proposal result in:
(a) Changes in the diversity of species, or numbers
of any species of fauna (birds, land animals
including reptiles, fish and shellfish, benthic
organisms, insects or microfauna)?
(b) Reduction of the numbers of any unique, rare or
endangered species of fauna? X
(c) Introduction of new species of fauna into an
area, or result in a barrier to the migration
or.movement of fauna?
(d) Deterioration to existing fish or wildlife
habitat?
Explanation:
6. Ioise. Will the proposal increase existing noise
levels?
YES MAYBE NO
x
Explanation: Construction activities will cause a temporary increase in
noise levels. The construction is scheduled to last 60 days.
7. Light and Clare. Will the proposal produce new
light or glare?
Explanation:
No additional street lighting is proposed.
• 8. Land Use. Will the proposal result in the altera-
tion of the present or planned land use
of an area?
Explanation: 55th Avenue South will still serve as a residential street.
9. Natural Resources. Will the proposal result in:
(a) Increase in the rate of use of any natural
resources?
(b) Depletion of any nonrenewable. natural
resource?
x
Explanation: Construction activities will require the use of '
natural resources typical of street improvement projects.
Risk of Upset. Does the proposal involve a risk of an
explosion or the release of hazardous
•substances (including, but not limited
to, oil, pesticides, chemicals or radi-
ation) in the event of an accident or
upset conditions?
Explanation: The risk of explosion or hazardous emissions will be limited
to potential construction accidents and automobile related accidents.
•
11. Population. Will the proposal alter the location.
distribution, density, or orowth rate
of the human population of Van -area?
Explanation:
12.. Housino. Will the proposal affect existing housing,
or create a demand for additional housing?
Explanation:
13. Transportation /Circulation. Will the proposal result in:
(a) Generation of additional vehicular movement?
(b) Effects on existing parking facilities, or
demand for new parking?
(c) Impact upon existing transportation systems?
(d) Alterations
or movement
(e) Alterations
to present patterns of circulation
of people and /or goods?
to waterborne, rail or air traffic?
-(f) Increase in traffic hazards to motor vehicles,
bicyclists or pedestrians?
Explanation: See Attachment
4. Public Services.
Will the proposal have an effect upon,
or result in a need for new or altered
governmental services in any of the
following areas:
Fire protection?
Police protection?
Schools?
Parks or other recreational facilities?
Maintenance of public facilities, includinc
roads?
.YES MAYBE NO
X
x
x
x
x
YES MAYFE NO
(f) Other governmental services? X
Explanation: 55th Avenue is maintained by the City of Tukwila.
15 Eneroy. Will the proposal result in:
(a) Use of substantial amounts of fuel or energy?
(b)• Demand upon existing sources of energy, or
require the development of new sources of
energy?
X
x
Explanation: The proposed street improvement project will not require
the use of substantial amounts of energy, either during construction or
on -going use.
16. Utilities. Will the proposal result in a need for
new systems, or alterations to the
following utilities:
(a) Power or natural gas?
(b) Communications systems?
(c) Water?
(d) Sewer or septic tanks?
(e) Storm water drainage?
(f) Solid waste and disposal?
Explanation: See Attachment
17. Human Health. Will the proposal result in the crea-
tion of any health hazard or potential
health hazard (excluding•mental health)?
Explanation:
•
18. Aesthetics. Will 'the proposal result in the obstruc-
tion of any scenic vista or.view open to
the public, or will the proposal result
in the creation of an aesthetically of-
fensive site open to public view?
Explanation: See. 4., Flora
19. Recreation. Will the proposal result in an impact
upon the quality or quantity of exist-
ing recreational opportunities?
Explanation:
.20. Archeological /histroical. Will the proposal result in
an alteration of a signifi-
cant archeological or his-
torical site, structure.,
object or building
Explanation:
CERTIFICATION BY APPLICANT:
YES I "4''BE NO
I, the undersigned, state that to the best of my knowledge the above
information is true and complete. It is understood that the lead aoency
may withdraw any declaration of non - significance, that it might issue in
reliance upon this checklist should there be any willful misrepresentation,
or willful lack of full disclosure on my part.
Jf)
SicnaL t and Title
Consulting Engineers
SEA, Inc., Engineers /Planners
James D. Wiley, P.E.
April 27, 1984
Cate
x
SUPPLEMENTAL INFORMATION
ENVIRONMENTAL CHECKLIST
I. BACKGROUND
6. The proposed project involves approximately 1,950 linear feet of
improvements to portions of 55th Avenue South, between 140th Avenue
and 144th Streets and South 140th Street, between 53rd Avenue and
55th Avenue. Improvements include pavement widening from 20 feet
to 28 feet, pavement overlay, adding curb and gutter to both sides,
adding a sidewalk to the west side and south side, improving the
storm drainage system, undergrounding power in a portion of the
project, driveway repairs and minor adjustments to manhole covers
and valve boxes.
The construction period is 75 days.
7. The proposed project is located within the 55th Avenue South and
South 140th Street right-of-way and adjacent private properties for
which "licenses to construct" have been obtained. The project
extends between South 140th Street and approximately 53rd Avenue
South, all within the City of Tukwila.
55th Avenue South runs generally perpendicular to the slope of the
hill, sloping up from the east road shoulder and down from the west
road shoulder. South 140th Street runs generally perpendicular to
the slope of the hill.
II. ENVIRONMENTAL IMPACTS
1. b. , c. Construction of the road improvements will require
earthwork. The 55th Avenue South and South 140th right-of-
way runs generally perpendicular to the slope of the hill.
The proposed improvements will require cuts, and some fill.
Minor rock walls (4' - 8' in height) will be used to stabi-
lize side slopes as required.
e. The Contractor will be required to control erosion during
construction. Regarding long -term erosion, hydroseeding and
re- sodding of all exposed surfaces as well as installation of
an improved storm drainage system will minimize potential ero-
sion problems.
2. a. ,b. Construction activities will cause a temporary increase in
suspended particulates and odors. The contractor will be
required to control dust during the construction. The
deterioration to ambient air quality is not expected to be
significant, especially due to the short duration (75 days)
of the construction period.
6A.Tuk
6A.Tukl
3. b. A hydraulic analysis of this drainage basin was prepared as
part of this project. The increased pavement will result in
some increase in storm water run -off, but proposed improvements
to the storm drainage system will improve drainage within the
roadway system. Some existing problems will be eliminated and
other problems reduced. Proposed improvements include laying
pipe at proper grades, add pipes and catch basins, increasing
pipe sizes where necessary, and crowning the road to better
control run -off. The majority of the drainage will now be
directed to the northwest end of the street to an existing
storm drainage system at South 140th and 53rd Avenue. South.
The ultimate point of discharge will not be changed.
13. a. Construction activities will result in an increase in truck
traffic for the 75 day construction period.
c. The contractor will provide one driveable roadway lane and tem-
porary access to all properties throughout the course of the
project. During construction, all roads will be maintained in
a suitable condition so as to not adversely affect vehicular •
traffic.
55th Avenue South and South 140th are used primarily as resi-
dential local access streets. The proposed improvement should
not appreciably increase traffic volumes. Traffic hazards will
be reduced.
16. The remaining above - ground telephone and cable t.v. will be.
u ndergrounded. A new storm drainage system is being constructed.
Water mains will be lowered in areas of cut to provide proper cover
over the water mains. .
VICINITY MAP
PROJECT
SITE
TUKWILA
CITY
LIMIT
v
STREET SIGN
o SIGN POST
CATCH BASIN
INLET
MANHOLE
WATER METER AND°SERVICE
GATE VALVE
FIRE HYDRANT
POWER POLE
MAIL BOX
TREES -SIZE SHOWN
GAS
WATER MAIN
SANITARY SEWER
STORM DRAIN
ELECTRICAL UNDERGROUND
BURIED TELEPHONE
ROCKERY
HEDGE
TIMBER BULKHEAD
FENCE
TELEPHONE RISER
• n POWER VAULT
STREET LIGHT
RnX (STRFFT LIGHT)
r.
--fl W. M.
-0-P.P.
O M.B
012"
- -2"0 --
_ -0 "W —
- - 8 "9.3, --
- -12" -
-CUG -
—n T _
xxxxxxxxxx
0
0
0
tC1000000000f3
)00b:o000000C
9-0 0 f
CATCH BASIN
INLET
SEWER MANHOLE
STORM MANHOLE
STORM DRAINAGE, SIZE AS SHOWN
SANITARY SEWER, SIZE AS SHOWN
ASPHALT PAVEMENT AND DRIVEWAY
GRAVEL DRIVEWAY
CEMENT CONCRETE DRIVEWAY
SIDEWALK
WHEELCHAIR RAMP
BARK OR GRADING AS SHOWN
CONCRETE APRON
ROCKERY
TRENCH FOR PRIVATE UTILITIES (MAINLINE)
TRENCH FOR PRIVATE UTILITIES (SERVICE)
PROPOSED 4' x 6' x 6' DEEP PSP &L VAULT
PROPOSED 5' x 10' PACIFIC NW BELL VAULT
PROPOSED PVC CONDUIT
144th ST
REBu /L T ROCK WAL L
W/CHA /N LINK FENCE
T Y1:2e- G... E X TENL FENCE
ro EAST END
REf,L EX/577N4' WALL.:
ACE IVY ON. WALL..'
DUFFIE
5332
1 VERIFY ELEV.
i OF NEW DRIVE.
I MATCH OP 1 1
REBUILD A5 1
REVD TO FITi-\1
I II
BUEHLER
5336
II"
OVE EXIST
MAIL8OX (Ty' p.)
. X
0 X
COCHRAN
5340
1
X
311,.;o:p11,4.
'0••
NEW WATER 5VC.
(BY cirY)
EWER
NEW ROCK WALLS - REPLACE EXISTING FENCE AT TOP
/ST: SHRUE3S To ReMA/N.
OF WALL----')
1
1
TO BE MOVED
BY OTHERS
D/STURDED REPLACE IA/ LIKE
REMOVE EXIST:
8" CONC. CULVERT
EBUIL.o srep5 e WALK
A3 REQUIRE°.
•
C-6
A=89'57'57"
L r 3442
2000
/7= 2000
C - 7
A
L = 3142
r = 20.00
Pr 20.00
7.2700
'4
'2
ELEV 70P or CUPS
/23.60
/22.63
/2/.90
PC5.2700
A /4
act! MP Or CUP8
/23.60
/22.63 ,
I
5341
VANNICE
ek
•
BUR ye".
koN
4.11 4 O.
1
1
0
W' ,
20'
2.5'
5'
21 •
2%
I
1
II I
II 2Pk 1
1
'L _ , -�
{I1 i
1 `2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B.
L L____ 1 1/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
CEMENT CONCRETE CURB & GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS
R/W
c
PVM7
20
/
i4 — TRANSITION FROM 3' RIGHT AT STA. 10.50 TO 0.5' LEFT AT STA. 12+50.
• 20'
ROADWAY SECTION
(Sta. 2+00 to Sta. 12+50)
55th Avenue South
0.5'
14'
R/W
•
J.
Ii 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B
�— 11/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
CEMENT CONCRETE CURB 6 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS.
2 %
R/W
PVMT EL� 0
I'
2 %
R/
0.5',
2' ).7
Score: 1" • 5'
R,
14'
20/
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
EXT
R/W
20 10'
CROWN -1
1`— E
I
5 �.5 14
R/W
fO.5'
1
0.5'
.„?1s l
1co.•: 1" c
1
1,
i1 1
L 2" COMPACT KNESS ASPHALT CONCRETE CLASS 9
�-- I I/2" COMPA HICKNESS TOP COURSE.
2 1/2" COMPAC THICKNESS BASE COURSE.
CEMENT CONCRETE CURB 8 GUTTER TYPE A.
-- CEMENT CONCRETE SIDEWALK 4" THICKNESS.
5'
2
iOS'
/w
20'
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
14'
2
EXT
R/W
CROWN '
0.5' --!-
-A
1 I ?
1 L 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B.
11/2 COMPACT THICKNESS TOP COURSE.
2 I/2" COMPACT THICKNESS BASE COURSE.
1—CEMENT CONCRETE CURB 8 GUTTER TYPE A.
I - CEMENT CONCRETE SIDEWALK 4' THICKNESS.
Sc••: 1- • r0'
ROADWAY SECTION
(Sta. 12 +60 to Sta. 13+80)
55th Avenue South
R/W
20'
7r-f'
j
0.5'
2%
2'
IPVMT
_ 2
• /1
20'
Sc... : I- • 5.
■
I I. 1
I . 2". COMPACT THICKNESS ASPHALT CONCRETE CLASS B.
I L- 1 I /2" C044RACT THICKNESS TOP COURSE.
.1 L_2 1/2" COMPACT THICKNESS BASE COURSE.
1—CEMENT CONCRETE CURB 8 GUTTER TYPE A.
CFMFNT G(1N[RFTF S111FWAI IC 4" TM1cwNF 44
R/I
- 0.5'
.y. 1' 2.s'
e % r -/
•
•
Fr"'"r4'791\
4 tJ
CITY OF Tlue‘NRA
JUL 2 31984
mutc.; WORKS DEPT.
CITY OF TUKWILA
CENTRAL PERMIT SYSTEM
ENVIRONMENTAL REVIEW ROUTING FORM
T0; LDG PLNG ���' W .FIRE r OLICE [& R
PROJECT LiU(°YtrzV I T -_5 J , ;.A44 ST',
LOCATION 1 .. , , S, 14-071111-
• CN
EPIC 241 - '34
FILE
FILE NO.
DATE TRANSMITTED .. 7_ 4_`a4 (O LI RESPONSE REQUESTED BY R---2 PIN
STAFF COORDINATOR p , RESPONSE RECEIVED
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED. TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
SI�V,C 1- SA=SE • • AIM •ieeN �.l�l,'Ikte� c53
ITEM COMMENT 1i�tl'j P'..FrN . W0 -' PUBL WaZ ! S�fo LIO. •/A N(-
t�l'�i 't�i�ei uU • � = � •
DATE COMMENTS PREPARED BY
C.P.S. Form 11
CITY OF TUKWILA
CENTRAL PERMIT SYSTEM
ENVIRONMENTAL REVIEW ROUTING FORM
CN
EPIC Z41 - 54
FILE
TO; BLDG 1 PLNG \ jj P.W. FIRE POLICE P & R
PROJECT S Uk4R N T'V- .
LOCATION 5) \J , s. .s, 14--u-"' FILE NO.
DATE TRANSMITTED 1(0 `6 q- RESPONSE REQUESTED BY 2"3�8�
t
STAFF COORDINATOR
RESPONSE RECEIVED
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
5t(C
1-AkeS. Dst2-E. € �- l"E� al3 fi I
ITEM COMMENT J1T PUBS Wc2ks,7 511a3L4
Rtl t '�1
001/vimr7
DATE
COMMENTS PREPARED BY
C.P.S. Form 11
I,ITY OF TUKWILA
CENTRAL PERMIT SYSTEM
•
ENVIRONMENTAL REVIEW ROUTING FORM
• CN
EPIC 2.4( - S 4
FILE
TO; BLDG % PLNG 1 1 P.W. FIRE POLICE
PROJECT 5 - ��i�(� -N` T , ;A4-6N-- 5't'
LOCATION 55 C , S• S, 141L(11.- G-, FILE NO.
RESPONSE REQUESTED BY 11243\84r
P &R
DATE TRANSMITTED ^? 1 s)4-
STAFF COORDINATOR pt
RESPONSE RECEIVED
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO.ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
ITEM COMMENT w1lvi Pl.. EASC.,t PUBS w1CLotZ1 , sk cUL D
�tle l 1+�'M IIJ L
a/
A IAIOF
'1;/
DATE
COMMENTS PREPARED BY
C.P.S. Form 11
f ,L 241 - 8�4-
C i TY OF TUK4 ;ILA •
ENV] RONMENTAL CHECKLIST FORM
-iNE@
Iv\
CITY OFTUKWILA
PLANNING DEPT.
This questionnaire must -be completed and submitted With the applicaLi•1 .
permit. This questionnaire must be completed by all persons applying for
permit from the City of Tukwila, unless it is determined by the Responsible
Official that the permit is exempt or unless the applicant and Responsible
Official previously agree an Environmental Impact Statement needs to be completed.
A fee of $50.00 must accompany the filling of the Environmental Questionnaire
to cover -costs of the threshold determination.
I. BACKGROUND
1. Name of Proponent: .City of Tukwila, Public Works Department
. 2. Address and Phone Number -of Proponent: 6200 Southcenter Boulevard,
Telephone: 433 -1800 Tukwila, Washington 98188
3. Date Checklist Submitted: April 27, 1984=
4. Agency Requiring Checklist: City of Tukwila
Name of Proposal, if applicable.: 1984 Street Improvement Project (55th Avenue:
. South and South 140th Street)
Nature and Brief Description of the Proposal (including but not limited
to its size,•general design elements, and other factors that will oive
an accurate understanding of its scope and nature):
See Attachment
7. Location of Proposal (describe the physical setting of the proposal, as
well as the extent of the land area affected by any environmental im-
pacts, including any other information needed to hive an accurate under-
standing of..the environmental setting of the proposal): •
See Attachment
8. Estimated Date for Completion of the.Proposal: Fall, 1984
• 9. List of all Permits, Licenses or Government Approvals Required for the
Proposal (federal, state and local):
(a) Rezone, conditional use, shoreline permit, etc. YES NO X
(b) Kin o County Hydraulics Permit YES NO a
(c) Building permit YES NO x
(d) Puget Sound Air Pollution Control Permit YES NO X
(e) Sewer hook up permit _ YES NO X
(f) Sion permit YES c _ NO X
(g) Water hook up permit YES NO X
(h) Storm water system permit YES NO X
(i) Curb cut permit YES NO x
(j) Electrical permit (State of Washington) YES NO X
(k) .Plumbing permit (King County) YES NO X
(1) Other: None
10. Do you have any plans for future additions, expansion, or futher activity
related to or .connected with this proposal? If yes, explain:
No
11. Do you.k.now of any plans by others which-may affect the property covered by
your proposal? If yes, explain:
Undergrounding of power is being coordinated with Puget Power..
12.. Attach any other application form that has been completed regarding the pro-
posal; if none has been completed, but is expected to be filed at-some future
date, describe the nature of such •application form:
N/A
I I . ENV iRONMENTAL IMPACTS' -
(Explanations of all "yes" and "maybe" answers are required
1. • Earth. Will the proposal result in:.
(a) Unstable earth conditions or in changes in geologic
substructures?
YES MAYBE NO
(b) Disruptions, displacements, compaction or overcover-
ing of the soil ?' X
(c) Change in topography or ground surface relief fea-
tures? X
(d) The destruction, covering or modification of any
unique geologic or physical features?
-%-
X
I; BE In.' 1
YES 1 I ,A NO
(e) Any increase in wind or water erosion of soils,
either on or off the site? X
(f)
Changes in deposition or erosion of beach sands, or
chances in siltation, deposition or erosion which
may modify the channel of a river or stream or the
bed of the ocean or any bay, net or lake?
Explanation: See Attachment
2. Air. Will the proposal result in:
(a) Air emissions or deterioration of ambient air
quality? X
(b) The creation of objectionable odors? x
(c) Alteration of air movement, moisture
or temperature, or any change in climate, either
locally or regionally? .
Explanation: See Attachment
3. Water. Will the proposal result in:
(a)
Changes' n currents, or the course or direction
of water movements, in either marine or fresh
waters?
(b) Changes. in absorption rates, drainage patterns,
or the rate and amount of surface water runoff? X
X
x
x
.(c)-.Alterations to the course or flow of flood waters? X
(d) Change in the amount of surface water in any water
body? ' X
(e) Discharge into surface waters, or in any alteration
of surface water quality, including but not limited
to temperature, dissolved oxygen or turbidity?
(f)
(9)
Alteration of the direction or rate of flow of
Ground waters?
Change in the quantity of ground waters, either
through direct additions or withdrawals, or through
interception of an aquifer by cuts or excavations?
X
X
X
•
• YES MAYBE. NO
(h) Deterioration in ground water quality, either
through direct injection, cr through the seepage
of ieachate, phosphates, detergents, waterborne
virus or bacteria, or other substances into the
ground waters?
(i) Reduction in the amount of water otherwise avail-
able for public water supplies? x
Explanation: See Attachment
4. Flora. Will the proposal result in
(a) Change in the diversity of species, or numbers
of any species of flora (including trees, shrubs,,
grass, crops, microflora and aquatic plants)?
(b) Reduction of the numbers of any unique, rare or
endangered species of flora?
. (c) Introduction of new species of flora into an area,
or in a barrier to the normal replenishment of
existing species?
• (d) Reduction in acreage of any agricultural crop?
x
X
Explanation: Vegetation adjacent to the existing roadway consists generally
of landscaped yards and scattered trees on vacant lots. The road improve -
ments have been designed to retain as much existing vegetation as possible.
Any existing landscaping which will be disturbed, will be moved 'or replaced
in kind.'
5. Fauna. Will the proposal result in:
(a) Changes in the diversity of species, or numbers
of any species of fauna (birds, land animals
including reptiles, fish and shellfish, benthic
organisms, insects or microfauna)? X
(b) Reduction of the numbers of any unique, rare or •
endangered species of fauna? X
(c) Introduction of new species of fauna into an
area, or result in a barrier to the migration
or movement of fauna?
(d) Deterioration to existing fish or wildlife
habitat?
Explanation:
X
Es Mr.. :E No
6. Noise. Will the proposal increase existino noise
levels? x
Explanation: Construction activities will cause a temporary increase in
noise levels. The construction is scheduled to last 60 days.
7. Liq'nt and Glare. Will the proposal produce new
light or glare?
Explanation:
No additional street lighting is proposed.
8. Land Use. .Will the proposal result in the altera-
.tion of the present or planned land use
of an area?
_X__
Explanation: 55th Avenue South will still serve as a residential street.
. Natural Resources. Will the proposal result -in:
(a) Increase in the rate of use of any natural
resources? X
(b) Depletion of any nonrenewable.natural
resource? X
•Explanation: Construction activities will require the use of
natural resourcestypical of street improvement projects.
'10. Risk of Upset. Does the proposal involve a risk of an
explosion or the release of hazardous
substances (including, but not limited
to, oil, pesticides, chemicals or radi-
ation) in the event of an accident or
upset conditions?
Explanation: The risk of explosion or hazardous emissions will be limited
-to potential construction accidents and automobile related accidents.
•
• 7: !p J O
YES MAYBE ���
11. Population. Will the proposal alter the location,
distribution, density; or growth rate
of the human population of an area?
Explanation:
12. Housing. Will the proposal affect existing housing,
or. create a demand for additional housing?
• Explanation:
x
X
13. Transportation /Circulation. Will the proposal result in:
(a) Generation of additional vehicular movement? X
(b) Effects on existing parking facilities, or
demand for new parking? X
(c) Impact upon existing transportation systems? X
(d) Alterations to present .patterns of•circulation
or movement of people and /or goods? X
(e) Alterations to waterborne, rail or air traffic ? - X
(f) Increase in traffic hazards to motor vehicles,
bicyclists or pedestrians? X
Explanation: See.Attachment
'14. Public Services. Will the proposal have an effect upon,
o.r result in a need for new or altered
governmental services in any of the
following areas:
(a) Fire protection?
(b) Police protection?
(c) Schools?
(d) Parks or other recreational facilities?
(e) Maintenance of public•facilities, including
roads? 0 X
YFS MAYBE. NO
(f) Other governmental services? X
Explanation: 55th Avenue is maintained by the City of Tukwila.
15. Energy. Will the proposal result in:
(a) Use of substantial amounts of fuel or energy? X
(b) Demand upon existing sources of energy, or
require the development of new sources of
energy?
X
Explanation: The proposed street improvement project will not require
the use of substantial amounts of energy, either during construction or
on -going use.
16. Utilities. Will the proposal result in a need for
new systems, or alterations to the
following utilities:
(a) Power or natural gas?
(b) Communications systems?
(c) Water?
(d) Sewer or septic tanks?
-(e) Storm water drainage?
(f) Solid waste and disposal?
Explanation`. See Attachment
17. Human Health. Will the proposal result in the crea-
tion of any health hazard or potential
health hazard (excluding mental health)?
Explanation:
X
X
x
X
• •
i8. Aesthetics. Will the proposal result in the obstruc-
tion of any scenic vista or view open to
the public, or w i l l the proposal result
in the creation of an aesthetically of-
fensive site open to public view?
Explanation: See 4., Flora
. Recreation. Will the proposal result in an impact
upon the quality or quantity of exist-
.ing recreational opportunities?
Explanation:
.20. Archeological /histroical. Will the proposal result in
an alteration of a signifi-
cant archeological or his -
torical site, structure,
object or building?
Explanation:
CERTIFICATION BY APPLICANT:
YES MAYBE NO
. 1,.the undersigned, state that to the best of my knowledge the .above
information is true and complete. It is understood that the lead agency
may withdraw any declaration of non - significance that it might issue in
reliance upon this checklist should there be any willful misrepresentation'•
or willful lack of full disclosure on my part.
SionaL and Title
Consulting Engineers
SEA, Inc., Engineers /Planners
James D. Wiley, P.E.
-B-
April 27, 1984
Date
X
X
SUPPLEMENTAL INFORMATION
ENYIR0NMENTAL CHECKLIST
I. BACKGROUND
6. The proposed project involves approximately 1,950 linear feet of
improvements to portions of 55th Avenue South, between 140th Avenue
and 144th Streets and South 140th Street, between 53rd Avenue and
55th Avenue. Improvements include pavement widening from 20 feet
to 28 feet, pavement overlay, adding curb and gutter to both sides,
adding a sidewalk to the west side and south side, improving the
storm drainage system, undergrounding power in a portion of the
project, driveway repairs and minor adjustments to manhole covers
and valve boxes.
The construction period is 75 days.
7. The proposed project is located within the 55th Avenue South and
South 140th Street right-of-way and adjacent private properties for
which "licenses to construct" have been obtained. The project
extends between South 140th Street and approximately 53rd Avenue
South ; all within the City of Tukwila.
55th Avenue South runs generally perpendicular to the slope of the
hill, sloping up from the east road shoulder and down from the west
road shoulder. South 140th Street runs generally perpendicular to
the slope of the hill.
II. ENVIRONMENTAL IMPACTS
1. b. , c. Construction of the road improvements will require
earthwork. The 55th Avenue South and South 140th right-of-
way runs generally perpendicular to the slope of the hill.
The proposed improvements will require cuts, and some fill.
Minor rock walls (4' - 8' in height) will be used to stabi-
lize side slopes as required.
e. The Contractor will be required to control erosion during
construction. Regarding long -term erosion, hydroseeding and
re- sodding of all exposed surfaces as well as installation of
an improved storm drainage system will minimize potential ero-
sion problems.
2. a. ,b. Construction activities will cause a temporary increase in „
suspended particulates and odors. The contractor will be
required to control dust during the construction. The
deterioration to ambient air quality is not expected to be
•significant, especially due to the short duration (75 days)
of the .construction period.
6A.Tuk
• •
-2- 6A.Tukl
3 b. A hydraulic analysis of this drainage basin was prepared as
part of this project. The increased pavement will result in
some increase in storm water run -off; but proposed improvements
to the storm drainage system will improve drainage within the
roadway system. Some existing problems will be eliminated and
other problems reduced. Proposed improvements include laying
pipe at proper grades, add pipes and catch basins, increasing
pipe sizes where necessary, and crowning the road to better
control run -off. The majority of the drainage will now be
directed to the northwest end of the street to an existing
storm drainage system at South 140th and 53rd Avenue South.
The ultimate point of discharge will not be changed.
13. a. Construction activities will result in an increase in truck
traffic for the..75 day construction period.
c. The contractor will provide one driveable roadway lane and tem-
porary access to all properties throughout the course of the
project. During construction, all roads will be maintained in
a suitable condition so as to not adversely affect vehicular
t raffic.
55th Avenue South and South 140th are used primarily as resi-
dential local access streets. The proposed improvement should
not appreciably increase traffic volumes. Traffic hazards will
be reduced.
16. The remaining above- ground telephone and cable t.v. will be
undergrounded. A new storm drainage system is being constructed.
Water-mains will be lowered in areas of cut to provide proper cover
over the water mains.
•
VICINITY MAP
EXISTING
PROPOSED
0
r;
r.1
.1
• --OW. M.
m
-0- P. P.
0 M.B
012'
_2" 0
- —8" W —
— —6" s. Sr-- —
—12 ". 9 p_— —
--
- --= o r _•_..
z_x xxxxxxxx
cB
STREET SIGN
SIGN POST
CATCH BASIN
INLET
MANHOLE
WATER METER AND SERVICE
GATE VALVE
FIRE HYDRANT
POWER POLE
MAIL BOX
TREES —SIZE SHOWN
GAS
WATER MAIN
SANITARY SEWER
STORM DRAIN
ELECTRICAL UNDERGROUND
BURIED TELEPHONE
ROCKERY
HEDGE
TIMBER BULKHEAD
FENCE
TELEPHONE RISER
POWER VAULT
STREET LIGHT
',I' R(1X (gTRFFT 1 ICHT)
0
0
0
O
.. r■1•lw
3"0.0000000.00(1:
)00b :0000000c
C71
'd..e o 9 0 0 n 0 43,o 0
bg
CATCH BASIN
INLET
SEWER MANHOLE
STORM MANHOLE
STORM DRAINAGE, SIZE AS SHOWN
SANITARY SEWER, SIZE AS SHOWN
ASPHALT PAVEMENT AND DRIVEWAY
GRAVEL DRIVEWAY
CEMENT CONCRETE DRIVEWAY
SIDEWALK
WHEELCHAIR RAMP
BARK OR GRADING AS SHOWN
CONCRETE APRON
ROCKERY
TRENCH FOR PRIVATE UTILITIES (MAINLINE)
TRENCH FOR PRIVATE UTILITIES (SERVICE)
PROPOSED 4' x 6' x 6' DEEP PSPEIL VAULT
PROPOSED 5' x 10' PACIFIC NW BELL VAULT
PROPOSED PVC CONDUIT
EX/57: 20,40
8
200.70
0 200,60
20f. 02
2oi.6 9
205.04
144th ST.
r-
rnrfl
11 11 "
N N
0 0 =
Coco
to:4
rl
S:86° 46' 55"E.
z
•
.Ext h • 3r, C5C5L; l.
lirer 11101linlIr . . . Ie.. W. Iirillb ffff eioqa."-- f - fff We-WO • • •
RETE FILt°.
r ROCK WALL •
w/CHAIN ZINK FENCE
T 6. e KT-6WD FeNCE .
ro EAST eND Ex/sr/N4' WALL.
RE-PLACE /1/Y ON WALL...'' ,
. .
, .
-'8'0 1SIX3
CF7
• DUFF/E
5332
1 VERIFY ELEV.
OF NEW DRIVE.
I MATCH OR I I
I REBUILD AS1 I
I REVD 7t) FIT,
SUEk/LER
5336
COC/-IRAN
5340
OVE EXIST
MAILBOX (iyp) p
X
X
• 0 r.1 x
NEW WATER SVC-
(By cirY)
EWER
1:14, tj LfV,
NEW ROCK WALLS - REPLACE EXISTING FENCE AT TOP
SHRU85 To TfE-A14/iV. OF WALL-----v-
IF DISTURBED REPLACE hv LIKE If/IVD. 1
TO BE MOVED
BY OTHERS
REMOVE EXISr
8" CVWC. CULVERT
EBU/L0 srEps wALA--
A3 REQUIRED. •
C-6
6..z. 6957'57"
L 3/42
r: 2000
Pr 2000
C-7
A 90° 00‘0.5"
L 3/.42
r 20.00
R.I. 20.00
5.2700
/4
'2
ELEI! 701' OP CORO
/23.60
/22.63
/2/.90
PC5.2700
A /4
A/2
ELEV 7VP OF CURE?
/23.60
/22.63
/2/78
5341
VANNICE
1
4
■
R/W
X
5'
20 •
R/W
c
PVMT
•
2 %
I I ■ 2%
:.17-77=2L-.2.4
L 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS E.
L 11/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
CEMENT CONCRETE CURB 8 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS
20
R,
2 %
. _ I
* - TRANSITION FROM B' RIGHT AT STA. 10.50 TO 0.5' LEFT AT STA. 12•50.
20'
ROADWAY SECTION
(Sta. 2 +00 to Sta. 12 +50)
55th Avenue South
R/W
(0.5'
//
14'
`L
Stoic: I" r 5'
20'
R
14'
2 cip
(0.5'
2'
1 I I
II 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 9
1 1/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
'— CEMENT.CONCRETE.CURB 8 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS.
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
a
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
EXT
R/W
4
20'
CROWN -
14_
1
oet
f I
RAW
icc■e: 1"
3'
/W
r
j
I2" COMPACT KNESS ASPHALT CONCRETE CLASS B
I-- 1 I /2" COMPA ICKNESS TOP COURSE.
2 1/2" COMPAC HICKNESS BASE COURSE.
'-- CEMENT CONCRETE CURB 8 GUTTER TYPE A.
-- CEMENT CONCRETE SIDEWALK 4" THICKNESS.
2 %
•
�.5
III
W;1
4 4- �-
I1 �- 2" COMPACT THICKNESS ASPHALT CONCRETE CLASS B.
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
EX T
R/W
V
CROWN
I;
jl
2
10'
I I/2 COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
I-CEMENT CONCRETE CURB 8 GUTTER TYPE A.
I-CEMENT CONCRETE SIDEWALK 4' THICKNESS.
20'
•
R/W
. S<°1.: I' • 10.
ROADWAY SECTION
(Sta. 12 +60 to Sta. 13+80)
55th Avenue South
0.5'
. I
' `2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 8.
L- 1 1/2" COMPACT THICKNESS TOP COURSE.
• -2 1/2" COMPACT THICKNESS BASE COURSE.
L- CEMENT CONCRETE CURB 8 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS
2 -%
2'
14.
2 °i
• S<.,.: t' • 5.
Sc•t.: I" •
R/w
OFOCE MEMO
• CITY OF TUKWILA
TO: 4 NL
•
FROM: gtc-
DATE: 112-51a4
SUBJECT: liotc.,-2-4(-84
2SS dF-__k_10 50 "Pr4-t5 EO\Illz.13AA:kyreit
civ3 C&&V #J ufs-t-pckyfl
c.• `1U d!=yr.D
OF sTes'Ff
C.0 . CI.Nektfri
TO:
FROM:
DATE: 1 //(P/ 8
SUBJECT: . ` j 61 q t . / % / ) ' ar-ettt am oteinvi.
,
O.ICE MEMO •
CITY of TUKWILA
U zvazlc,4v 0D.
LL,
qAta)11/ LpaeLdAL../ 6/itei LV-14404aL)
-117,Ley -W-W) ./2/ t.w
CITY OF TUKWILA
CENTRAL PERMIT SYSTEM
ENVIRONMENTAL REVIEW ROUTING FORM
T0; IDG I PLNG (��' W FIRE F OLI CE 1 p--& R
PROJECT %v-szWitter NektW T -S5` Am' ,`5.14 -6 5'i'.
LOCATION 5`5' iN , q s. 14.115 -�, FILE NO.
DATE TRANSMITTED 16, to - RESPONSE REQUESTED BY 1f284 -
RESPONSE RECEIVED
• CN
EPIC Z4 1 - 13 4
FILE
STAFF COORDINATOR
THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE
REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD
DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART-
MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH
CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE
MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM.
'511(1,- -ME SE hae• 13.1k1,'Tkt2i bJ
ITEM COMMENT NNU114 PLA10L•AS PUBLU 1 ovZ , 53L4 1�0 1 6417"'t7
Pe0( 04 Itkl kt IIU L .
DATE COMMENTS PREPARED BY
C.P.S. Form 11
CITY OF TUKWILA
- 84 ENVIRONMENTAL CHECKLIST FORM
N@MOYIED
L'' ►► 6 1984
This questionnaire must be completed and submitted with the app
permit. This questionnaire must be completed by all persons applying for a
permit from the City of Tukwila, unless it is determined by the Responsible
Official that the permit is exempt or unless the applicant and Responsible
Official previously agree an Environmental lmpact Statement needs to be completed.
A fee of $50.00 must accompany the filling of the Environmental Questionnaire
to cover costs of the threshold determination.
CITY OF TUKWILA
PLANNING ' EPT.
ic:
I. BACKGROUND
1. Name of Proponent: City of Tukwila, Public Works Department
2. Address and Phone Number of Proponent: 6200 Southcenter Boulevard,
Telephone: 433 -1800 Tukwila, Washington 98188
3. Date Checklist Submitted: April 27, 1984-
4. Agency Requiring Checklist: City of Tukwila
5. Name of Proposal, if applicable: 1984 Street Improvement Project (55th Avenue
South and South 140th Street)
. 6. Nature and Brief Description of the Proposal (including but not limited
to its size,•general design elements, and other factors that will give
an accurate understanding of its scope and nature):
See Attachment
7. Location of Proposal (describe the physical setting of the proposal, as
well as the extent of the land area affected by any environmental im-
pacts, including any other -information needed to give an accurate under-
standing of. the environmental setting of the proposal):
See Attachment
8. Estimated Date for Completion of the Proposal:
Fall, 1984
9. List of all Permits, Licenses or Government Approvals Required for the
Proposal (federal, state and local):
(a) Rezone, conditional use, shoreline permit, etc. YES NO x
(b) .King County Hydraulics Permit YES NO x
(c) Building permit YES NO x
(d) Puget Sound Air Pollution Control Permit
(e) Sewer hook up permit
(f) Sign permit
(g) Water hook up permit
(h) Storm water system permit
(i) Curb cut permit
(j) Electrical permit (State of Washington)
(k) Plumbing permit (King County)
.(1) Other: None
YES NO x
YES NO x
YES NO x
YES NO x
YES NO x
YES NO X
YES NO X
YES NO X
10. Do you have any plans for future additions, expansion, or futher activity
related to or connected with this proposal? If yes, explain:
No
11. Do you know of any plans by others which may affect the property covered by
your proposal? If yes, explain:
Undergrounding of power is being coordinated with Puget Power..
12. Attach any other application form that has been completed regarding the pro-
posal; if none has been completed, but is expected to be filed at-some future
date, describe the nature of such application form:
N/A
II. ENVIRONMENTAL IMPACTS
(Explanations of all "yes" and "maybe" answers are required)
1. Earth. Will the proposal result in:
(a) Unstable earth conditions or in changes in geologic
substructures?
YES MAYBE NO
(b) Disruptions, displacements, compaction or overcover-
ing of the soil?.x
(c) Change in topography or ground surface relief fea-
. tures? x
(d) The destruction, covering or modification of any
unique geologic or physical features?
• -2-
x
• •
YES MAYBE NO
(e) Any increase in wind or water erosion of soils,
either on or off the site? x
(f) Changes in deposition or erosion of beach sands, or
changes in siltation, deposition or erosion which
may modify the channel of a river or stream or the
bed of the ocean or any bay, inlet or lake?
Explanation: See Attachment
2. Air. Will the proposal result in:
(a) Air emissions or deterioration of ambient air
quality?
(b) The creation of objectionable odors?
(c) Alteration of air movement, moisture
or temperature, or any change in climate, either
locally or regionally? .
Explanation: See Attachment
Water. Will the proposal result in:
(
) Changes 'in currents, or the course or direction
of water movements, in either marine or fresh
waters?
x
x
(b) Changes..in absorption rates, drainage patterns,
or the rate and amount of surface water runoff? X
(c) Alterations to the course or flow of flood waters?
(d) Change in the amount of surface water in any water
body?
(e) Discharge into surface waters, or in any alteration
of surface water quality, including but not limited
to temperature, dissolved oxygen or turbidity?
(f) Alteration of the direction or rate of flow of
ground waters?
(g) . Change in the quantity of ground waters, either
• through direct additions or withdrawals, or through
interception of an aquifer by cuts or excavations?
-3
x
x
x
X
(h) Deterioration in ground water quality, either
through direct injection, or through the seepage
of leachate, phosphates, detergents, waterborne
virus or bacteria, or other substances into the
ground waters?
YES MAYBE NO
(i) Reduction in the amount of water otherwise avail-
able for public water supplies? x
Explanation: See Attachment
4. Flora. Will the proposal result in:
(a) Change in the diversity of species, or numbers
of any species of flora (including trees, shrubs,
grass, crops, microflora and aquatic plants)? x _
(b) Reduction of the numbers of any unique, rare or
endangered species of flora? x
(c) Introduction of new species of flora into an area,
or in a barrier to the normal replenishment of
existing species?
x
(d) Reduction in acreage of any agricultural crop? .x
Explanation: Vegetation adjacent to the existing roadway consists generally
of landscaped yards and scattered trees on vacant lots. The road improve-
ments have been designed to retain as much existing vegetation as possible.
Any existing landscaping which will be disturbed, will be moved or replaced
in kind.
5. Fauna. Will the proposal result in:
(a) Changes in the diversity of species, or numbers
of any species of fauna (birds, land animals
including reptiles, fish and shellfish, benthic
organisms, insects or microfauna)? x
(b) Reduction of the numbers of any unique, rare or
endangered species of fauna? x
(c) Introduction of new species of fauna into an
area, or result in a barrier to the migration
or movement of fauna?
(d) Deterioration to existing fish or wildlife
habitat? x
Explanation:
YES MAYBE NO
6. Noise. Will the proposal increase existing noise
levels? x
Explanation: Construction activities will cause a temporary increase in
noise levels. The construction is scheduled to last 60 days.
7. Light and Glare. Will the proposal produce new
light or glare? _x_
Explanation:
No additional street lighting is proposed.
8. Land Use. Will the proposal result in the altera-
tion of the present or planned land use
of an area?
Explanation: 55th Avenue South will still serve as a residential street.
9. Natural Resources. Will the proposal result in:
(a) Increase in the rate of use of any natural
resources?
•(b) Depletion of any nonrenewable, natural
resource?
x
Explanation: Construction activities will require the use of
natural resources typical of street improvement projects.
'10. Risk of Upset. Does the proposal involve a risk of an
explosion or the release of hazardous
substances (including, but not limited
to, oil, pesticides, chemicals or radi-
ation) in the event of an accident or
upset conditions?
x
Explanation: The risk of explosion or hazardous emissions will be limited
Ito potential construction accidents and automobile related accidents.
• •
11. Population. Will the proposal alter the location,
distribution, density, or growth rate
of the human population of an area?
Explanation:
YES MAYBE • NO
x
12. Housing. Will the proposal affect existing housing,
or. create a demand for additional housing? X
Explanation:
13. Transportation /Circulation. Will the proposal result in:
(a) Generation of additional vehicular movement? X
(b) Effects on existing parking facilities, or
demand for new parking? x
(c). Impact upon existing transportation systems? x
(d) Alterations to present patterns of circulation
or movement of people and /or goods? X
(e) Alterations to waterborne, rail or air traffic? x
.(f) Increase in traffic hazards to motor vehicles,
bicyclists or pedestrians? x
'Explanation: See Attachment
'14. Public Services. Will the proposal have an effect upon,
or result in a need for new or altered
governmental services in any of the
following areas:
(a) Fire protection?
(b) Police protection?
(c) Schools?
(d). Parks or other recreational facilities?
(
) Maintenance of public facilities, including
roads?
YES MAYBE NO
(f). Other governmental services?
Explanation: 55th Avenue is maintained by the City of Tukwila.
15. Energy. Will the proposal result in:
(a) Use of substantial amounts of fuel or energy?
(b) Demand upon existing sources of energy, or
require the development of new sources of
energy?
x
x
X
Explanation: The proposed street improvement project will not require
the use of substantial amounts of energy, either during construction or
on -going use.
16. Utilities. Will the proposal result in a need for
new systems, or alterations to the
following utilities:
(a) Power or natural gas?
(b) Communications systems?
(c) Water?
(d) Sewer or septic tanks?
:(e) Storm water drainage?
(f) 'Solid waste and disposal ?
Explanation: See Attachment
17. Human Health. Will the proposal result in the crea-
tion of any health hazard or potential
health hazard (excluding mental health)?
Explanation:
x
x
x
x
• •
YES MAYBE NO
18. Aesthetics. Will the proposal result in the obstruc-
tion of any scenic vista or view open to
the public, or will the proposal result
in the creation of an aesthetically of-
fensive site open to public view?
Explanation: See 4., Flora
19. Recreation. Will the proposal result in an impact
upon the quality or quantity of exist-
ing recreational opportunities?
Explanation:
20. Archeological /Histroical. Will the proposal result in
an alteration of a signifi-
cant archeological or his -
torical site, structure,
object or building?
Explanation:
CERTIFICATION BY APPLICANT:
. I, the undersigned, state that to the best of my knowledge the above
information is true and complete. It is understood that the lead agency
may withdraw any declaration of non - significance that it might issue in
reliance upon this checklist should there be any willful misrepresentation,
or willful lack of full disclosure on my part.
SignaLd Title
Consulting Engineers
SEA, Inc., Engineers /Planners
James D. Wiley, P.E.
April 27, 1984
Date
x
x
SUPPLEMENTAL INFORMATION
ENVIRONMENTAL CHECKLIST
I. BACKGROUND
6. The proposed project involves approximately 1,950 linear feet of
improvements to portions of 55th Avenue South, between 140th Avenue
and 144th Streets and South 140th Street, between 53rd Avenue and
55th Avenue. Improvements include pavement widening from 20 feet
to 28 feet, pavement overlay, adding curb and gutter to both sides,
adding a sidewalk to the west side and south side, improving the
storm drainage system, undergrounding power in a portion of the
project, driveway repairs and minor adjustments to manhole covers
and valve boxes.
The construction period is 75 days.
7. The proposed project is located within the 55th Avenue South and
South 140th Street right -of -way and adjacent private properties for
which "licenses to construct" have been obtained. The project
extends between South 140th Street and approximately 53rd Avenue
South, all within the City of Tukwila.
55th Avenue South runs generally perpendicular to the slope of the
hill, sloping up from the east road shoulder and down from the west
road shoulder. South 140th Street runs generally perpendicular to
the slope of the hill.
II. ENVIRONMENTAL IMPACTS
1. b., c. Construction of the road improvements will require
earthwork. The 55th Avenue South and South 140th right-of-
way runs generally perpendicular to the slope of the hill.
The proposed improvements will require cuts, and some fill.
Minor rock walls (4' - 8' in height) will be used to stabi-
lize side slopes as required.
e. The Contractor will be required to control erosion during
construction. Regarding long -term erosion, hydroseeding and .
re-sodding of all exposed surfaces as well as installation of
an improved storm drainage system will minimize potential ero-
sion problems.
2. a.,b. Construction activities will cause a temporary increase in
suspended particulates and odors. The contractor will be
required to control dust during the construction. The
deterioration to ambient air quality is not expected to be
significant, especially due to the short duration (75 days)
of the construction period.
6A.Tuk
-2- 6A.Tukl
3 b. A hydraulic analysis of this drainage basin was prepared as
part of this project. The increased pavement will result in
some increase in storm water run -off, but proposed improvements
to the storm drainage system will improve drainage within the
roadway system. Some existing problems will be eliminated and
other problems reduced. Proposed improvements include laying
pipe at proper grades, add pipes and catch basins, increasing
pipe sizes where necessary, and crowning the road to better
control run -off. The majority of the drainage will now be
directed to the northwest end of the street to an existing
storm drainage system at South 140th and 53rd Avenue South.
The ultimate point of discharge will not be changed.
13. a. Construction activities will result in an increase in truck
traffic for the.75 day construction period.
c. The contractor will provide one driveable roadway lane and tem-
porary access to all properties throughout the course of the
project. During construction, all roads will be maintained in
a suitable condition so as to not adversely affect vehicular
traffic.
55th Avenue South and South 140th are used primarily as resi-
dential local access streets. The proposed improvement should
not appreciably increase traffic volumes. Traffic hazards will
be reduced.
16. The remaining above - ground telephone and cable t.v. will be
undergrounded. A new storm drainage system is being constructed.
Water mains will be lowered in areas of cut to provide proper cover
over the water mains. -.
VICINITY MAP
EXISTING
0
LJ
O
— —OW. M.
(>o
-- -2 "0 --
— —6" W -
- --e' s. -
- -12"SD---
-EUG .-
- -8 T
acxxxxxxxxx
71
0
STREET SIGN
SIGN POST
CATCH BASIN
INLET
MANHOLE
WATER METER AND SERVICE
GATE VALVE
FIRE HYDRANT
POWER POLE
MAIL BOX
TREES -SIZE SHOWN
GAS
WATER MAIN
SANITARY SEWER
STORM DRAIN
ELECTRICAL UNDERGROUND
BURIED TELEPHONE
ROCKERY
HEDGE
TIMBER BULKHEAD
FENCE
TELEPHONE RISER
POWER VAULT
STREET LIGHT
'J' BOX (STREET LIGHT)
LEGEND
PROPOSED
0
0
O
O
■
10000000000il
300t50600000c
C7
-00
CATCH BASIN
INLET
SEWER MANHOLE
STORM MANHOLE
STORM DRAINAGE, SIZE AS SHOWN
SANITARY SEWER, SIZE AS SHOWN
ASPHALT PAVEMENT AND DRIVEWAY
GRAVEL DRIVEWAY
CEMENT CONCRETE DRIVEWAY
SIDEWALK
WHEELCHAIR RAMP
BARK OR GRADING AS SHOWN
CONCRETE APRON
ROCKERY
TRENCH FOR PRIVATE UTILITIES (MAINLINE)
TRENCH FOR PRIVATE UTILITIES (SERVICE)
PROPOSED 4' x 6' x 6' DEEP PSPEIL VAULT
PROPOSED 5' x 10' PACIFIC NW BELL VAULT
PROPOSED PVC CONDUIT
LLS ON.
EXIST. C. B. - •REPLACE GRATE WITH. SOLID
'COVER, ADJUST TO GRADE.
12 L.F. 12' CONC. S.D.
EXIST. C. B.
RIM = 197.35
I.E. = 194.86,5 -.
1. E. = 196.00, NEW 12 °-I
STA. 2 +35,: -10 •
C.B. ' 17, TYPE -I . .
RIM= 200.37
1. E.= 196.68 -12" OUT • I.E. =196.88 =8 IN
0 0
‘, GI rt , A
lti'ivigirAamtliamp
'" ..+ 40.y:fi "fra`. +..a^
: �
} +dG ' y �'' ,
ilP
; 111111116k
WATEd
Y CITY
• EXIST C.B:..`
RIM = 204.63
I.E. = 201.88, 6 "N. IN
I.E. = 201.80, 8" S, OUT
STA.-2+35,16 RT
C. I: ? 16, TYPE 1Sr
RIM = •200.37
1: E:=197. 40
'CLEAR 84
BRUSH :E
HILL. SE-
COST OFS�
•
DUFFIE
5332
1 VERIFY ELEV.
OF NEW DRIVE.
MATCH OR I I
I REBUILD ASI
I REVD
•1
• BUEHLER
5336
•
• COCHRAN
5340
10444040001
. 41111
4.1101 Iwo
..`
TS MR An IMM .orcirqw-vor.
OVE EX/5T
•MAILBOX (rjep) 9
))4(
•3 x
• NEW WATER- SVC.
(BY CITY)
;EWER
NEW ROCK WALLS - REPLACE EXISTING FENCE AT TOP
SHRUE35 TO REMAIN. OF WALL
TO BE MOVED
BY OTHERS
IF DISTURBED REPLACE IN LIKE
1
REMOVE EXIST
8" CONC. CULVERT
EBUIL0 srees e WA L
A.9 REV./Urea
0
1.•
•
C-6
A. 89°57'57"
L3/42
r : 2000
P.: 2000
C-7
A= 90°00'03"
L 3142
r r 20.00
R: 20.00
542700
/4
/2
ELEV TOP OP CURS
/23.60
/22.63
/2/.90
PC5,2700
6,/4
A/2
ary noP or coth
/23.60
/22.63
/2/78.
5341
VANNICE
a. •
R/W
2.5'
•i
5'
2%
•
20
/r
•
R/W
14'
2
R/W
E
•
PVMT
R/
20'
2 %
0.5'4( 0.5
A 2' )V/
2% I<
2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 8.
11/2" COMPACT THICKNESS TOP COURSE.
2 I/2 •COMPACT THICKNESS BASE COURSE.
CEMENT CONCRETE CURB GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS
* — TRANSITION FROM 3' RIGHT AT STA. 10.50 TO 0.5' LEFT AT STA. 12+50.
20'
ROADWAY SECTION
(Sta. 2 +00 to Sta. 12 +50)
55th Avenue South
(0.5'
14'
R/W
PVMT
0'
Score: I" • 5'
20'
R/
14'
R/W
5'
0.5' --►
2
2%
r°5.
3'
2°
2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 8
11/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
"—CEMENT • CONCRETE. CURB 8 GUTTER TYPE A.
- CEMENT CONCRETE SIDEWALK 4" THICKNESS.
i
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
&
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
EVE
R/W
CROWN
11
10'
RJW
•
Score: �" • 5'
,_,.L2" COMPAC CKNESS ASPHALT CONCRETE CLASS 8
11/2" COMPA THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS BASE COURSE.
LI- CEMENT CONCRETE CURB 8 GUTTER TYPE A.
CEMENT CONCRETE SIDEWALK 4" THICKNESS.
R/W
5'
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
a
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
2 ok
R/W
R/W
2 %
EXT.
R/W
R/W
I I
CROWN
— 8 % /j1'4."Ii.
I
l I
0.5,-.1
Ij ; I
I I
4
•
L2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 8.
1 I/2" COMPACT THICKNESS TOP COURSE.
2 1/2" COMPACT THICKNESS SASE COURSE.
I— CEMENT CONCRETE CURB 8 GUTTER TYPE A.
I— CEMENT CONCRETE SIDEWALK 4" THICKNESS.
20'
Sca.: I" • 10'
ROADWAY SECTION
(Sta. 12 +60 to Sta. 13+80)
55th Avenue South
„kLI.5
5'
r 0.5
20/
R/W
Q
_/
2
-PVMT �.
14'
Scal.: 1" •'S'
—2" COMPACT THICKNESS ASPHALT CONCRETE CLASS 9.
L"-
1 1/2" COMPACT THICKNESS TOP COURSE.
L2 1/2" COMPACT THICKNESS BASE COURSE.
-CEMENT CONCRETE CURB & GUTTER TYPE A.
LCEMENT CONCRETE SIDEWALK •4" THICKNESS.
Steil.: 1" •
1984 STREET IMPROVEMENT PROJECT
SOUTH 140TH STREET & 55TH AVENUE SOUTH
MAYOR
GARY L VAN DUSEN
PUBLIC WORKS 'DIRECTOR
BYRON G. SNEVA
CITY CLERK . .
MAXINE ANDERSON
CITY COUNCIL
MABEL J. HARRIS COUNCIL PRESIDENT
ED BAUCH WENDY MORGAN
LIONEL. C: BOHRER ' DORIS PHELPS.
JOE DUFFY CHARLES . SIMPSON
SENIOR ENGINEER
PHILLIP .R..FRASER
VICINITY `.MAP
LEGEND
PROJEC
SITE
LITT
• 1.11111I
EXISTING.
STREET - SIGN
SIGNPOST
- " CATCH BASIN
INLET
MANHOLE
WATER METER AND SERVICE
— was— GATE VALVE
FIRE HYDRANT
..POWER POLE
DN.e "MAIL BOX .
012" - TREES -SIZE SHOWN
- -2'o -- GAS -.
— —s' w— — WATER MAIN
- 8's. SANITARY SEWER -- .
— so— — STORM DRAIN
- - EUS- -- ELECTRICAL. UNDERGROUND
— —e r— — BURIED TELEPHONE
- xxx:z:xx ROCKERY
HEDGE
.. TIMBER BULKHEAD
FENCE
- -m TELEPHONE RISER
POWER VAULT
iF
STREET LIGHT
BOX (STREET LIGHT)
POWER POLE ANCHOR
1f56111`ta weMMM .egA.e
•ENGINEERING• STREETS •WATER•BEWER•PARKS•BUILOING -
h date
d_esi ned
drawn .I
checked
proj enp
?rol dir:
field ht no
PROPOSED
SHEET INDEX
SHEET NO. TITLE
o CATCH BASIN
.. -
INLET
O - SEWER MANHOLE -"
O - STORM. MANHOLE
STORM DRAINAGE, SIZE AS SHOWN
SANITARY SEWER, SIZE AS SHOWN ..
ASPHALT RYVEMENT AND DRIVEWAY
;' °:F1. - .'GRAVEL DRIVEWAY -
CEMENT CONCRETE DRIVEWAY -
SIDEWALK
;° WHEELCHAIR RAMP
!„ BARK OR GRADING AS SHOWN
' CONCRETE APRON. - --
coca'000OOoo ROCKERY
In000000000q TRENCH FOR PRIVATE UTILITIES (MAINLINE)
)ooc 0000000c TRENCH FOR PRIVATE UTILITIES (SERVICE)
eat PROPOSED 4' x e x 6' DEEP PSPBL VAULT
PROPOSED 5' x 10' PACIFIC NW BELL VAULT
'aecoc- ccoca.a.c ". PROPOSED PVC CONDUIT
2
3
VICINITY MAP — LEGEND SHEET INDEX
PLAN ,a .PROFILE — 55th AVENUE SOUTH ,
4
5 — SOUTH 140th STREET
6 CROSS SECTIONS - 55th-AVENUE SOUTH
7 — 55th AVE. S. & S. 140th ST.
8 PLAN & PROFILE SANITARY. SEWER IN EASEMENT
9 DETAILS
10 DETAILS
SPARKS, NEVADA'
LAS VEGAS, NEVADA
ENOINEERSLPLANNERS v SEATTLE, WASHINGTON
198 STREET IMPROVEMENT PROJECT
•
no I date revisions
the no
scale : NO SCALE
date
DATUM: 1971 Hill, Ingman, Chose 9 Co. S. 144th ST. project. — E. end of 1-5 overpass
TBM — Top centerline of roodwoy bridge deck, E end, on S 144th ST. overpass over 1 -5. Elevation • 163.90
TBM — Bross cop surface monument at intersection of S 144th ST and 55th AVE. S. (also 2.00 €). Elevation • 201.40
TBM — SE comer concrete driveway al house no. 14025 -55m AVE S., Station 13 +302, West side of street. Elevation • 180.73
TBM — N. edge of rlm, sanitary manhole at intersection of S 140th S1 and 53rd AVE S. Elevation • 121.01 •
NOTE: ALL DRIVEWAY CORES CUTS • - - "
SHALL BE PROVIDED WITH � N _=
A f• LIP.
ALL STATIONING AND OFFSETS r
Scale: 1• • 20'
FROM RIGHT- OF -WAY CENTERLINE I
ROCK REMOVED FROM EX/3T/N6
2 WALL TDB! STOCKPILED AT
REAR Of PROPERTY, LOCATION
ST OWNER, COST INCIDENTAL —
C_T. C -2
•6-.0.!7.16" �.E9'4P•N�.
. R.I300 R.OX
'..1.064 `L.PJH
r. /!06 T. I.9P
FLEW 1U a° aPW (LEY 70 6 Met
.PC .'. 'P0.'LA1 EKIS7 M 191!7 EYCi1
�N 204.07 OA 193P7
A/2 5.03 OP G? 199 I)
EDA 20P0, AA/4 P0007
pr e-35 PN97 P72_J.5 P009'
• - •
RID • 19736
` LE .194118,6
I E • 196.00; NEW R' IN
mT ao�
EXIST YN \l
L • 211U39 SS
LE .20E6
LE .20E69.5
EXIST C.B -
RID. 204,63
L E• 201118, 6' N. IN
.I.E. •20.80, B.S. OUT
SA 2.36, 16 RT
0 I' a18, TYRE 7Y
RW.201ST
I E •19740 •
CLEAR BLACKBERRY BOWIES
I BRUSH BACK TO :REST OF •
HILL. SEEO CLEARED ARCA.
COST OP SEED /NC /LIENTAL.
.2
%BENNETT -
HILLMANS I I r
:SEATTLE -GARDEN TRACTS' 14256
- ,DONAHUE•
SPREAD eOTMATER/AL FROM • (TRUDEAU)'..
DRIVEWAY AGON4 NORTHERN "PLACE BOTTOM OF ROCK WALL
. 506! OF DRIVEWAY. • T•' BELOW' FUTURE /6 X'. 6A64OE. - ;
i; 99CA'F /LL TO EO X SRROE - . .
-,.:LOWER ' WATER LINE STA. 2.26 TO STA. 4000`1 . AVM 9' COVER -ere,*
•ENOINEEPINO•BTREETB• WAT.Eli•BEWER•PARKB= 61JIL0IN0•
,3WASHINGTON
Y' - •SEA J0B,IN
37A. 0.53, 'p' CT.
C 8.. 14, TYPE I
818• 199.97
1E • 190.76. 8' IN
1.E • 190.40. IA MIT
STA. 84:6..' /0' LT.
C.B./ Ia,' TYRE 7E /WRN
R /N• 190.45 UNIT P
/ L. • 155.1. rr M E.
15. • I85.0,. 1r NOB 43
ROMYEPIPE 60/44 8137'
8710. 10.00, IS LT
C B. • 11, TYPE S
918. 18740
1.0 • /8a 48, 5' IN
L E. • ma 10. sr- WOW'
NOTE: ALL DRIVEWAY CURB CUTS
.SHALL BE 970/1010 WITH
A 1•'LIP,
14217
;TF/OMPSON .
A5 REQUIRED
075L'7088161/
11
CARL50A1
BERG ADDITION
ALL STATIONING AND OFFSETS $COIB:••1< °POI
FROM RIGHT OF WAY CENTERLINE.
S FT N /6H DRIVEWAY RA /L, FABRICATE FROM t'i OALV. STEEL P /PE, WELDED.
CENTER RAIL AT 1.5 FT NASH. P05T5 AT 5 FT O.C.
IGROYR14E
ELI
I
14107 14101
I T /_Lf?TFO 1 Pa TAD
STA. 9,70
/NSTALL
5 /DE SEWER
NEW ROCKWALL
MATCH
GROUND • "S 1. -Z" Typ
ROCK WALL x -• -1
/CNA /N LINK • -' : ( ROCKWAL
FENCE TYPE LINK' FE
EXIST 5/
VER /FY LOCATION -
STA 4,441 •
EXTEND 5 /OE SEWER 6 6EYVN5,APR
Y Y -Y Y
-RE /NSTALL FENCE
NEW WATER SYC (877177)
6
LY5K1
EX/07 5TEP5 -.
A REBUILD A8
REQU /RED.'
STA. 0.83,; 16 • RT
C/ 4•.18, TYPE,AT
RIM 199.79
re., 19/27, 8'
574, 10.00, /0' RT.
C I < 13, TYPE 28
RIM •. /87.40
I. E • 184.80 •
STA 0.53, 15'RT— 0
11/sr 4• CoNC.
CULVERT O
1.E.• 197.9'
CB <14
/r/M• 199.97
/ 5. • 194.75, B' /N
141 E, 59CONC.5.0 / E •.794.40, 1P•OOT
9 Z X
C. I • 15
R/M•199.97
/.E,•/97.27 5'
(- EX /5T 1E CONC. CULVERT -
E. • 755)
LOWER WATER LINE
5TA. 6.00 TO STA. 6.10
) C8 4.13
R/M•190645 ..
/.E.• 185.3, 'IV IN E.
/. E •0785.0, /1' /N/OUT J/N
PLU6'P /PE 60 /N4 WEST
7.881'. _..
RIM. /5740
/E•15J.4e 5' IN
45..153_14, 11 /N /OI/T.:..
weQMs •e01sTe.
•.ENOINEERINO7B1"RE£T8• WATER•BEWER •PARKB.BUIL.DINO•
`:PLAN; `:8c=.PROFILE
574.12664, Ile' IT
C Et 9, YYPZ X
8/81. 185.74
LE • NI 0, E•
Z • 110.47. /118/OUT
11161 • 185.73 • •
L E .76423, 13-,' S. 1
L r
ROCA-WALLI
LE. .166.64 V, • g
soars/ 0061 oF trovEwAr TAPING
PRECAST CONCRETE CURB JET/ON..:
,REPLACE WALK To niArcH. . •
sTA So' LT
Type Jr AREA ORAiN
7" Size le PIPE -
Rini • 178 85
LE • 177.67
37:9 15280, /2.5 87
s' 7, 771115
RIM • 15145
/ Z • 15040 8'1N
• 168 45, 12..1210y
NOTE: _ALL ORIVEWAY CLIPS CurS
SHALL LIE PROVIDED WITH
A f
ALL STATIONING AND OFFSETS
FROM RIGHT-OF-war cENTERuNr
*CASEY ' . . , .
* * - SAWYER. •
"'* - • 1425 .
AlosT off REBLIILEI F SCSI . ,.. , I
1 ' 14 015
8 E IvAL4TEN DEwAr• • . . .
5:q121111M
1 TRANSVERA7E:xv
.i*•,111P1- VIFATTAstrin' *
i',11,41.N.,§67 .app,• 'WAN" EXPANSioN
L.X.,:...Willia - ILEILL. • .
Lin Wi/V0/9 id • z•OlIMMY JOINT • TRANSVERSE I
JOIAITs
i*,01...AlikE4 In.11P.W..11.1. . 11,11P...1■FIMUFir 5,,
1 , • .
534.1L1
VANN10E '
5340 '-
COCHRAN
_ .
5/ST HEOGE
:PLACE 7OPOF tome.a. LOWER
7NAN GROUND AT PENCE. • .
FiLE BEEBNo WALL ro TOP
OF.WAL L.
o;
NE* WATER svC. ----,STA.14470. ila L ?ire. ' <:'4"1,11: "" .4
. • • - .• .1„., , 4. 3 . PROI/ OE 8-14" 1"..."..e.:
sEr Aitiv.
• -
PVC ISER
•RELOCATE /Re HYDRANT
*DOWSINO ' 13927
... •
(56th Avenue S.)
VAN /EPEREN
.17.4 11444, MR RI
C., • 10, Tear ziT
RIM • 10575
/.1 • 1675!
574 15.50. 11.6- mr
0./ • 0, TYPE -7,r
RAY • 14 f 45
• 159.20
55TH AVENUE . SOUTH,
OM 16.101, LT' CT
08�4. TYPE .22-
RIM. 16720
/ Z • 15146
C-3 •
4 • 90. 121•6• '
C -4
Cr • 90.19. es.
• •
C-5
el• 90. 0225-
L • 118r •
t. • 5.6.76'
•
R'S 00.
I' • 22190
R • teas
R • 54.00r •
CLEY
EcEY
(LEV
1500
70POP CIRO
1 7r
15,75
5
Mr 99
75.76
TOP OFCOR5
NR.Er •
RC /5.874
10160
PC 16.474
Mr 94
PC. /5607•
74753
4/2
741.21 -
4/ 4
14167
4/4
MI 20
47 0.205
.16099
.4/2
16149
.4/2
460.99
o.eo
fsaet
24/ 4
16114
5414
140.92
RE 0.22.5
1401.4
-P7 0222 5
/60.85
T 3510'
C8 • 9
RM. 185.7E
LE • 491.0, a' IN
LE• 180.4.1, lE" ROOT
C. 1. • /0
Raf• 185:78
/ I- • 18152
Rut. 18144
5.8. 4.-
EALF,s-AEL4E.5.: I.E./0E4547*ff .R/Ef• 161.10 . .
8,2X 1.E i• 1S7.46 ' • ;
C., ... A . .
. Rinf• 14146 . '
/5 • 159.ro . — • - * • - -,- --. --,
/.E1•1S7.46 '
islagliNTE WEIMMO ECM,.
•ENCIINEERINGI•EITREETBy WATER •13EWEVI•PARK B. BUILDINO•
:7 • • .^a-7•.''''•••^6
sro—als-1■4":NtrIZ
DITCH ON EAST SIDE,OF:55rd AVE S. (See Protilebeiow'
NOTE: ALL DRIVEWAY C//R8 COTS •
SHALL. BE PROVIDED •WITH
I' LIP.
• "
STA 3605, ,r sr
C.B. • 4, TYPE
R/Al• 151.30
1.E • 149.10
ALL STATIONING AND OFFSETS
FRON RIGHT-OF-WAT CENTERLINE
STA 390E, 3:R7.
CD '03, Trait
ADJUST! REP4AcE
GRATE w/SOLID '
EXtST. C.8 • s
Rim • 120.9
LE. I7.5l.IWS r1117•15)'
9T9. 14001 ST
INT X. IS3rd AVE S
s 4.00, 53611P/ES
• 'INSTALL MON.
- ,
sra 6148
O•D • mot .c
RIM. !ELIO
LE • EXEST
• " -"1/4••••178L. .1% RP* CONC.S.0, 0 1.4%.
)4157/714 CONCRETE
RETAINING WALL
or/WOOD PENCE ON TOP)
Scale: I* • 20'
DLIFFIE •
5332
LEROUX '
• ( I 5314 I
I ' .
NEW ROCKWALL 1
•Ar Lf751;.-"D p5
TYPE 6 CHAIN LINK FENCE]
wIGATE. OINECT PLPLEIVE,ISA
HENDERSHOT
I 1 VERIFY ELEV.
OF NEW DRIVE.
1 1
/4.47071 08 1
REBUILD AS1 1
1 1 REIM TO FITN1
COCHRAN
5340
'NEW WATER SVC
AOJEISr (BY CITY)
t'XIST S. S. MN
RW315808
(0 •14T7 , E.
1 L E.•147.52, W•
37)1. 2,25
INSTALL. SIDE SEWER
DALE
DOWSING
NEW ROCK WALLS - REPLACE EX/STING FENCE AT TOP
SHRUBS ro REMAIN Or WALL2.;:j
/F DISTURBED REPLACE IN LIKE KIND
-REMOVE 2215T
r =c.a./EVERT
FEMME 0 STEPS e WA LK • •
A3 ReoenffED.
sra 5943_ -V ITT
CO .1, TYPE .7L
17/10 • 121.77
7.2 • 11603. I8- //OUT
4' • 71840, /8
w/ UNIT A' AND,
501.0 801.11/0 210/FRAME
sTA .000. 5. ar
C.B. • 2, TYPE' AM
QN/E-Yrw./50LID COVER
'RID • 1Z4.27
12 • 711.04
/41.4, CONC.S LL, 9/79
'IT 370'. 7-1g" Er 21
R/51 151,30
LE • 14940
SOUTH - 140TH STREET
C-6
6.. 85,57.57"
I. . 3/ 42
C-7
6. 90•0063"
L 3142
7. 2 0 00
R. 2000
R 2000
EL/I' TOR OF CURE
ELEV MP CE CURS
PC 5.2700
123 60
PC5.2700
/23 60
A/4
/22.63
&Ay
Ite CI
&IP
131.90
Ll..v
12418
3.nA1
12/85
3.O■41
12/00
PC
0/83
PC
/20 32
7 20.00
•5341
VANNICE
, RIM • 150.95
.
1.2.' /4895
c.8 • 9
R/31° Mt11
E. • 149.97.„9- IN
7.E.• 148.49
C.8 • 5
c.B.• 17.
/um • 121 30
15.• 11929
,EZISTERADE PRI f
8
F/Li. OvER PiFs TO MATCHGRADE • ,
• TOP 2" CRUSHED REJECT TOP COURSE _
-130,71•
18• 8.D, 0 Lb • "
-730-.
PROFILE OF DITCH ON EAST SIDE OF 53rd AVE S. AboveL
V9-61. Mut. IAPIEIPOMM
:.7 ,6663.......Na..*R.ETB.wATER:sewER.pARK.,..upLosNa.
•
• , ;•:.:-.'SEA'.■.10131%j6..1. j494.
STA. 10,41.7
Dim' Driveways Ryhl /Left
STA.' 8.78
• S.Si'de•ef Drove/ Orrvv. of 14217, 55th Ave. 5.
STA. - 11,34.7
N. Side of Dirt Driveway Lef1-
•
'3TA. 12,15.4
iae -. /Div/ Drive Leff - R. 51* of Asphalt Drive at /4102, 0.31/14.4t3.
STA. 9.50 STREET CROSS SECT /ON ADDED AT SHEET 7
STA. 5.144
11 Side Gravel Drive of 14256, 55th Ave. S.
Dirt Drive Lefl' /4055, 55M Aw. 3.
'
-JTA. 7.755.
N Side o/ Concrete Drive at .14225, 55/h Ave. S.
. STA. 12.03.8
• Dirt Drive Ritent /4024, 5511, Are. 5. - -
Aus`�.� weQ�s esA�e
•ENOINEERINO•BTREETB •WATER•BEWER•PARKS•BUILDINO•
checked
Prot en9
held 1,k In
i SPARKS, NEVADA
LAS VEGAS, NEVADA'
SEATTLE WASHINGTON
revisions
file no
scale v -r:e
date
-STA. 15.00
S Side of Dirt Drive left
too
STA. 15.21.5
S: Side of Dirt Drive Right
STA. 2.50.
STA. 13.27'
S Side Concrete Drive of 14025, .55th Ave
.- 'STA. 0.50 STA. 2.98 " -
OvtOrive LA/ at 5321, 3140th St. Agd0/1 OriveRighl at 5328, 3.140/9 51.
033 - - - - -�
STA.-• 03050
STA.''15.50
STA.- 14.00
•
STA. 1.40.6
Driveway Left of 5341.41408 SL _ Driveway 2199/8/5334,1 140th 31
Dirt Drive Right at 5314, S. 040th St.'
STA. 0.20.7.
Dirt Drive Right o0 6340, 5. 14019'41
• STA' 11.07.40
■ER /FV ORAOE- ./ •
MATCH OR REDO /Ls
55 REQUIRED.
•
R. Side of Concrete Drive Left
.STA. 15.75
5TA. 2.00
Asphalt Drive•Rghf at 5332 3,1401h 51. '.
131
ref
STA. 4.50.
cDNSULIAHtS
Aus`TE weQMs esATE.
ENGINEERING•BTREETB• WATER•SEW ER•PARKB•BUILDING.
by date
designed PRC 3.8e4
drawn JHD 3'B84
checked
Prol en
{raj dir
Iiebl biro •
SPARKS, NEVADA'
I LAS VEGAS, NEVADA
NEERS&PLANNER a SEATTLE WASHINGTON
CROSS SECTIONS 55th AVE. S,;Bk S. 140th ST. -
ee
date
.recisions • .
scale' "v -i :2s9:
STA. Olt 7.6 „13.9'LT.
E1118L SS NN
RIN • 179.38 ” •
- .•170.68,99 INN.
E. •16161, S-1N N.
E•ISS S, 81N C. -'-
1 L • /63.1148. ONT LEL. "i
,15' EASEMENT
'/°L Ace I0' RIDE. 6RAV
CENTERED:ON EASE
10' BEYOND MANNOL
3i .
L 'INNVEIVAY FROM S. 144 /I1 ST. -
ENT•N/TN TURNAROUND AT •
.iLRVBY - BASLNNC /
:1- :'. GR otIND SURVEY LINE
�STA. 0/35..
S /DE JEWHR TEE LT. / RT.
.. ExTENO. 7n 5'E• 2% 3L42oE
CAP ?MARK END
:' (Ty/mco0 , . .
5' EASEMENT
27 4.2044 .8.9' LT •
S.5.- MH -f•2
• RIM • PABOVEBROIJND
EL' rmoo
SIDE,aE!WEq. TEE CART.
BLOCK
14241
ADD /T/ /N
EX1SL 88.NN
Rll•21438-
.LE •203818 IN E'
LE •20349.8.CUT M,\
55th AVE. S.
FILL 45 REQUIRED FoR MA/NTE.�A/ICE
DINVEWAY. SEED SLOPES.
COST INC /DENTAL.
RF7UN • DN SURVEY LINE
0 ?LF, IP' • CONC. S.D., UNDER FILL. '
COST INCIDENTAL.
• 4.56 L.F. 8' 6 SAN. SEWER B
�.weL?e. ; wemms ems".
ENOINEEAINO•BTAEETB•WATER• BEW ER•PARK9.BUILOINO•
dean ed
drawn
field Min
SPARKS, NEVADA
O I: LASVEGAS .,NEVADA
IINEMIPLAJINERS o: SEATTLE,`WASHINQTON_!:i
COPOCT CT TKI.• APMALT COMCI(T( CIA AA G.
1 Vl' CO.PCT TMICMM((( TO R.(.
[ I/Y COACT TxICRG[a RAG[ CO... •
C.C. 001.1. wR•• GATT. TM A.
—C.(n co(cR[TI Gmt■A .• rMlcllla -
IROY •' 1.AT AT GTA, Pe. TO ANAL. AT STA. 12.10.
FOADWAY SECTION •
(Sta. 2 +00 to Sta. 12 +50)
.55th Avenue South
BENCH BANK PR /OR TO FILLING.
PILL MATER /AL. MBE PLACED
IN f0' MAXIMUM LIFTS AND
COMPACTED TO 95, RELATIVE
OENS /TY MOD /F /ED PROCTOR.
DRESS BANK -
AND SOD.
5 MAX.
GENERAL NOTES` - ,, S
1. JOINT:. WHERE DRIVEWAY EXCEEDS X16' 8101H, PLACE
- A 2'• LONGITUDINAL 180841 JODI ON ..'_ .
DRIVEWAY CENTERLINE. CLEAR no : -
EDGE ALL JOINTS.
2. MATERIALS: SHALL MEET SPECIFICATIRS. . PLAN
3- CONCRETE: SHALL BE CLASS 5 (PO.
-4. PROCEDURES:' FORM PLACING. FINISHIL A80 . -'
CURING. PER SPECIFICATIONS_.
. 1 CO *CT TN ICMG2a APMALT CgI.ITI CLASS •
— I ..CO..n TNKAMW TOP COMAS -
t 1/t• EOPRCT TNKlaSSG YSS COMIC
CIAMRT.COUGAR. CAM • AATt. TTR A.
—CtM.T COOK.. NOIYALR A' TMIC[Yltt.
ROADWAY SECTION
(Sta. 12 +50 to Sta. 12 +60)
(Sta. 13 +80 to Sta. 16 +07.40)
55th Avenue South
.••SLOPE AS NOTED IN THE
;DRIVEWAY GRADES TABLE. •
REMOLDED'JOIMT TILLER ''.': •D,
DIIa P SS •
CT TAMAN. AMALT CCNITI CL —11A' CPIaCT TY OI COORSS.
21n COM. MCA. • AA. COORS..
—C.IMT CORG(T[ SIDAWA.
ROADWAY SECTION
(Sta. 12 +60 to Sta. 13+80)
55th Avenue South
FRAME AND GRATE
APRA STANDARD MAX N0. 49
MORTAR WEDGE TO BE 03I61ArTED
011 GRAZ
UPSTREAM SIDE OF E WEB -
GUTTER SLOPE 15 GREATER THAN 60
DIAMOND .MESN IMPRINT
• 4' -O ,. p-0'
CURB AND Nr1ER
APWA STAN04ND PLAN ED. 1
TYPE 'A' .
PRE401010.JOINT FILLER
PLAN
L — . F T 104. Ag:A.A. WNCA(T( CLAAG •. •
• e in m11..erTTNI COORSt:
CCYtMT CP OIlALR"V.4KtNIa,TT•l A.
ROADWAY SECTION
South 140th Street
18' 1- . • FSET STATION
N'• 8' -0'
• EXTENSIONS. MOWING
BRICKS AND GROUT IF
REQUIRED. MAXIMUM. ' V.
ADJUSTMENT WITH BRICE
SHALL BE 2 ROCS
INLET BASE SECTION EMMI. TO RENTON =CRETE
PRODUCTS, INC. CATCH BASIN /17' ANA STAOARD PLAN 5
•
SECTION. A- A.
B TOa
OR
FLATTER
ELEVAT ION. SHOWN ON- CONSTRUCTION
PROFILE. AS. TOP OF CATCl1' BAS
IN
/4 TIE`
POURED IN PLACE CEMENT
CONCRETE CURB AND GUTTER
CATCH BASIN BASE SECTION
EQUAL TO RENTON CONCRETE
PRODUCTS.. INC. CATCH BASIN 115
SECTION '.THRU CENTER
• '' STORM-INLET' DETAIL
-Ne C 0
LG.
NSULTANts
WHEEL CHAIR' RAMP DETAIL
by dale
I
I Lp.1i=
8 SPAR KS N EV ADA .
LAS V E A S N EV ADA
o SEATTLE WASHINGTO N
•
file
`T w - Q s _ A Te
1984 STREET IMPROVEMENT PROJECT
9
)
drawned
n
' NEERINO. 9TREETB •WATER•BEWER•PARKS•BUILDINO• - -
-
Dv1'
� O
' I
10Checked
no
Pol dr
rj
DETAILS
scale
field bk
ENGINEERS&PLANNE RX
_
no
date
revisions
d ate
YLtre • t
'IY0ICAT[T OTMRROTIM LAY
all
...nom AS,
1tr Liu OUT
FLANS IYDKATl onemo 1.
EO•soL,o rflww
Q 2.1125)
IS)a. S.W)
L. • . .1 PAINT CORE YELLOW
10' EACH SIDE. ALL
. . • FIRE HYDRANTS.
WI -IRS Rf -/-
)Sta.2.401' R7 -r
8)0.15.50)
(Sta.13.90)
EO'5oLIO YELLOW.
0.0. RxR..L� •'
I Re. 7)100111 Va.- el.R1000100
TRAFF /C Barrows ATS•O.C. •
TYPEt ATEAOIEXD /EVERY MA 307715.
OrNER BOrroNs TYPE 1 YELLOW.,
41'.').
15,0.13.80) •
117 -1 •
15 ,0.13.00)
Point Gn 59)0. '
THE ROCK SIZE SHALL INCREASE
FROM TOP TO BOTTOM WITH THE
TOP 3 FEET CONSISTING OF ROCK
HAVING A MINIMUM WEIGHT OF
400 LB5. TO A MAXIMUM OF. 800 LBS.
AN0 INCREASING FOR EACH
000006DING:3 FEET OF HEIGHT BY
AN ADDITIONAL 400 LBS.
onR
Tot ItT)Y4
TO OE COMO. TO litIOCIT
MIg.11� Pd YT Ora:
TRaMtai0, ORTN[NO•I
Oii1 �1�4SOWN Ofwi RWle[
l ENl e. PVC RISEN VIPERS
_6- O/CATEOONPLANS( /OR''
FUIVRE. WATER I EiEC. SYC)
CORCRETE ENCASL
)5,0. 9.501
T. ewROR104[.)
ItRMR W)a
•
R 7 -1 -1.
)Ste. 7.501
SERVICE TRENCH. •
STRIPING 8 SIGNING . PLAN
(Stu. 5.251
I1Leu ft Wnwr LAw nut .
..MAIN TRENCH nlis eae..c.,0R rn u.e.�
TYPICAL TRENCHES FOR PRIVATE UTILITIES'
FILL BEHIND CURB ;
'IS,0: 4.501
to SOLID ✓ELLOW .
CURB 1 GUTTER
'LOGTE FASTING SIDE SEiER -AT
PROPERTY LINE PRIOR TO MY
•
SEWER 4616 CONSTRIRTi01. -/•�-
'- 6�CONCRETE SIDE SEWER1 , • r 1,
6'. SIDE OUTLET TEE' ••.
ON SEWER MAIN.
45' MAXIMUM
20 MINIMUM SLOPE
.- CONNECT TO EIISTIRS
6' OR 4' SIDE 58301 •.�- .t
AU. FITTINGS AS REWIRED .- B,TMIN'w 2'00.MA1}:CONCRETE'LQ 4�
LEVELING BRICK OR PRECAST -
R1M6S PRECAST- RINGS•181ST
_
BE CAST.YITNi6R00VE
'INSTALL STEP tUq -
ADJUSTMENT WITH -BR] :•• ' • 111222
5HAL1BE :2 ROWS " 110
t.:.. a. • a1
• GROUT INSIDE AN0 OUT.. �11
/" STANDARD LADDER WITH
HANGING NOOKS' TO FIT..:' - /.1
;SECURE; TO:BOTTOM . '
NOTE -LOCATE. MANHOLE COVER
TO AVOID CI1R8
f •
'1``• USE'EZISTIN6 ''/
24,. MANHOLE RING AIN COVER -
INISHED'GRADE :,t. ::.
J/� PLASTER SMOOTH INSIDE AN0
•�- OUTSIDE FACING OF *0105MENT::
RINGS WITH GROUT 3:-
REMOVE.UPPER SECTION OF MANNOLEI
-AND INSTALL ADJUSTING SECTION IF
I - REWIRED MD INSTALL PRECAST
1 i . FLAT. SLAB, WITH 24' :ROUND DPENINt;
SERER MAIN
CONCRETE COLLAR TO EXTEND 15
EACH 5/05 OFS /DE SEWER .
•
RECONNECT SIDE SEWER
ADJUST EXISTING MANHOLE
• " I M /N.
. EXISTING _)-
SEWER MAIN -
-� G -II•- - I (O .
.
TAP SIDE SEWER INTO EXISTING MAIN
45' MAX /MUM
5 % MINIMUM SLOPE . .
BREAK OPENING /NEX /sr /NO PIPE
SAME 5 /2E A5 1. 0. OF 5105 SEWER •
DRIVEWAY GRADES CONY /NUAT /ON
. . BACK OF BACK OF
ADDRESS STATION CURB ELEV. APRON ELEV
LOT. 20 2...82 LT 203.71 203.6)..'
' 2•94 LT 204,51 • 204.4)
ear 19 3.57 LT 207.99 207.89
• 306917 20845' 20835
LOT 18 3.89L7 209.06. 20896
4.01 LT 209.94. ' 20924,
•, .407 '17 5005 LT 209.00 208.90
5.17 LT 208.64 503.54 .
-141/0 11s25Rr 188.96. 18948
f 0 S5 RT 180.92 189.39
13927 /506567 162.44„ • 162.30
56/6 AVE /5077 Rr 161.77 ' 161.60
1401/1 ; 2034 LT 156.40 ' /56.87
2054LT 155.13 .15460
.. - -. • . . WADE 'BREAKS 00000.20087 i
,8e ck 8i
Boa eX APpT
444)001.- ' SUL10n- ''I Curb Ole,. Apron - Cleo.. Dist. Oct Elea. - Dail. Out Elcc. Diet. Out E1e +
+c.
1425, ' 51 09 ET 208.89 209.36 50 _ .- 211.8
5, 19 8T 208.58 209.05 - SO 211.5.
14244 k 9617. 204163 205.10 42 _ 205.2
6+ 19 87 120292' :. 203.39Y ) /o - 1l 42 206 7•'
1424) - -31 65. LT •1205;36 205:76
5. 89 LT 205.10, 205.00. • 6.5%. 206.00 • 51 199.10 61 198.10
6. 00; LT,'. -1204 47 204:37 .203.37 51 199.50 61
y 5
14235 H 65-1.1'• 41::;•`..199.B3, 199.13 - �2 198 13- 6E 193.4
61 78 ,LTY Y198.:Q 198 :10 .'2615' .197.21' 46 193.3
.6. BB:LT.'� 3'197.41 .197:51 ,... 16.6 :196.50. , 48- 290:2
162]9 7. A3 =LT^ .196:30 196.20 r "� T"" "- �•
1..03 '. LT,�. '195.61.. 195:5)': , 1 _ 1 _ -.. - -.-6.-.
:4223 70 54.1....T ' 193:16 193.26 7 �' 31.5 �Eoiet.
.. _ • ',/,`:.:741.4,12:•• v d I92.tO 192.30 31.5 •192.0
2:217 8+ 78 I J ..289! AO 189:50 26 S -.188 50 55 - 182.80.. 181.80 - 65;
8. 9810.00 5/189702 -1139:12",•• 26 '168.12, 55 •182.80 ' 181.60'
$1` ' 22. SO 89.46
1 -308 80 BS.BT, .S 189:27 189.46
. 81 95.87: .,198108 189..64 ., ' 22.50 89.66
14204 '9+ 32,BT 188.37 188.84 .•52 :194+'
9* 44•8T ' - '. 188.14 188.61 ' 52 1942 '
14111 10+ 55 RT • '•188.31 188.78 26 169..
101.71..00 }_ 5 188.50 188.97 26 - 189
06115 101:61:10 1598.47 • 188.33 46.70, 187.33 56 81.5, 66.' ,80:3
1+0`7117 8188.60 188.50 '26.20. 197.50 56 81.7.. . 66 80.5
t
3.401 11!'22 12 188.97 188.67 - _ 51 '181 -2'
- 111. 35.10, 188.92 - 188.6: .181 .Y1'
14106 11* 95 BT 188.01• 188.48. -
...
31 189.0_
1N 0187:. ••e87.85 186.32 • ' : .31 ` '189:0.
14102 :1-3...o6/T. t .4-187.72 188.19 38 ?t '188.40
121 '7. 187.41 187.88 JB .188.34 -
:wlul 124-68 `L?0 - 1187.66 187.56 29.5 - 186.56 '69 178.35 29 � 17744
�.; 12. 18 LS } 1;187:35: 187.25 • • 29.5 186.25 178.35 29 177.4
16135 125 48•.L7 0'186.23`. .� 166.13 30 - 185.13 - 65 178.25
12-,511.1.7.`. - 185.80.. IB5:70 30---, ., 184.70 • . es 178.,25:
34035 ' - )}Y. LT ' 163:99 y 181.89 ' •. 30 ,- 182 89 50 - ' 179.3
.- 54110! ',,,'1,•183:99.
:483.54 - 183.44 30 182.44 - 50 - 179.3
14126 12'23.80 .1',185.19 ' 185.46' •;1 35 Me11(1
120 8f'' T 184.76 - 185:23 See 21.09. Exist.
-14576 - 131 47 HT t 181.74 182.21 5 - See Exist.'
131 £y.RT d 180.89 081.36 -, Plans 40444
44025 fit'
.a....1?-7"713e-1.39!872' l� 2162183 152.08 ;48 1178!0 53 179:66
48 '!796!0 53 179:66
.5 16015 y .361.40 ,7 - L7a:23 . - s74.�p '^ 28 173.5)
14•r OiL ,379:08 '1T }�9` 28 173:2:
e . T - J. .. 4.• 444.-89, J��yiJ >l.7t.08
1020. '145+:12.1.4 Z ;L66:02 - 165.`92 7 ° •. • C
1itl�irt$T 166 X05 - 165:95
5 ' r
5340 )0123:.3x8 • 360.51 •159.316. 33 r 158.7
.,... , : ..0,14737117i: . :D x2°01 ii 159.74
se.l . 73 158.1
5336 ," 30c8'RT. 159.94 159.68 .30 159.25
. • 1168.9 8T• 159.67 159.57 30 ' 159.0:
5341 1.40`. LT' 159.83 160.30 30 161.51 50 163.41
1.52 • LT 159.62 160.09 - 30 161.33 50 163.2:
5332 1.57:6RT 159.50 159.17 30 158.61 . 50 157.3
1.67.1 81 159.27 158.98 30 158.48: 50 157.3
5332 2100: 11.0 158.12 158.11 - 25 158.1'
2+60 '.0.T 157:69 157.80 25 157.81
5328 2 +79.6 BT'- 153.24 153.03 35 152.4)
3+03.3 80 151.21 151.38 ._ 35 151.8!
5325 - - 2.85 LT 152.80 153.77 30 153.63 50 '154.21
' 2598 LT 151.68 152.15 30 152.94 - 50 • - 154.21
3.68.1 7 248.76. 149.21
5315 3147 LT 146.78 147.25 30 147.80 ' 40 "- 148.21
• 3160.5 LT 145.23 145.70 - 30 . • 147.10. -. 40 ..'148;21
5314 3.72 RT 143.84 144.35 25 164.70 35.4 145.3
3182 ET 142.58 143.03 25 163.80 75.4 145.2
107 4 8LK 2 9.18 RT 206.05 204.5?
55)5 AVE _ 5.18 RT (06.2? 207.09 - -
LOT 2 BLK 2 4.09 RT 20949 209.96 GRADE DRIVEWAY AT 20% - 5' 7 NAT)
5516 AVE. 4.21 RT 20966 210.18' TO DAYL16NT II 75'3 0415
9.54 17 187.96 187.86
6515 AVE 9.44 11 187.80 107.70
14.71 LT 171.65 110.10
55th AVE.- ' - 14.8) LT 170.54 171,01 ' c E 5 A'7
NOTE: Contractor 0 round off all grade breaks
DRIVEWAY GRADES TABLE CONTINUED AT LEFT
Lor5 802 (IVES) ' 6.58 RT 199.80 200.27
6.70 RT 198.84 199.31
LOT 2 802 0L751(11 7.95 07 194.22 194.69
7.70 RT 192.38 192.85
Au�`�E weQMs e�ATe
• ENGINEERING• STREETS •WATER•BEWER•PARKB•BUILOING,
!by Idate
de- bt •
drarn
. ._
checked
nre- j' eng ..
vii aQ]� 7 -
fied Ilk no
SPARKS, NEVADA.
s A E LAS VEGAS, NEVADA
.EN INEERStPUNNERS o SEATTLE, WASHINGTON '
1984 STREET .IMPROVEMENT PROJECT
DETAILS
!re,isians
io j`
file no
scale
date