Loading...
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