Loading...
HomeMy WebLinkAboutSEPA E97-0002 - FEMA - 96-DR08 RIVERBANK SLOUGHOUT AND 96-DR10 PARK TRAIL REPAIR PROJECTSFEMA (2/8/97) FEMA PROJECT # 96-DRO8 RIVERBANK SLOUGHOUT E. MARGINAL WAY S. & S. 104TH ST. FEMA PROJECT # 96-DR1O PARK TRAIL REPAIR E. MARGINAL WAY S. & PACIFIC HWY S. E97-0002 • AFFIDAVIT I, sy 11A McMu._LEIQ LI Notice of Public Hearing fl Notice of Public Meeting LIBoard of Adjustment Agenda Packet Board of Appeals Agenda Packet []Planning Commission Agenda Packet fl Short Subdivision Agenda Packet 0 Notice of Application for Shoreline Management Permit LiShoreline Management Permit OF DISTRIBUTION hereby declare that: PlDetermination of Non- significance fl Mitigated Determination of Nonsignificance Determination of Significance and Scoping Notice Notice of Action Official Notice Other 0 Other was mailed to each of the following addresses on (SEC A-TrAefrIa 2 - l 1-Q� Off`( DP_ -Tu.-Kw � Name of Project 1? 1V cit' P 1,UBLIC I/ Signature File Number EC1-1- 0002- • • AFFIDAVIT OF DISTRIBUTION I, 4XV J A / Y'�i� 1��_1-�1� hereby declare that: ONotice of Public Hearing KDetermination of Non- significance fl Notice of Public Meeting J Mitigated Determination of Nonsignificance LI Board of Adjustment Agenda Packet Board of Appeals Agenda Packet OPlanning. Commission Agenda Packet Determination of Significance and Scoping Notice O Notice of Action fl Official Notice jJ Short Subdivision Agenda fl Other Packet O Notice of Application for fl Other Shoreline Management Permit 0 Shoreline Management Permit was -walled to each of the following addresses on ! 1 t' I� 5EA-m-E.:TV\As L{+01-1- zSsZ ,rri o pVii" u.K 3 LA Name' of ProjectT OF rkS -ic WoRKSSignature9$L L CN1.- File Number F -cV7 0002 CITY OF TUKWILA DETERMINATION OF NONSIGNIFICANCE (DNS) DESCRIPTION OF PROPOSAL: E MARGINAL WY S/S 104 ST RIVERBANK SLOUGHOUT &PARK TRAIL REPAIR BETWEEN E MARGINAL WY S & PAC HWY S PROPONENT: CITY OF TUKWILA PUBLIC WORKS LOCATION OF PROPOSAL, INCLUDING STREET ADDRESS, IF ANY: ADDRESS: PARCEL NO: SEC/TWN/RNG: E MARGINAL WY S/S 104 ST LEAD AGENCY: CITY OF TUKWILA FILE NO: E97-0002 The City has determined that the proposal 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. *•k******•kik•k*************************•**•k***********k*•k**k**k****•k*********k* This DNS is is ued under 197-11-340(2). comments must be submitted by ic, 14 41- . The lead agency will not act on this proposal for days from the date below. Steve Lancaster, Responsible Official City of Tukwila, (206) 431-3680 6300 Southcenter Boulevard Tukwila, WA 98188 Date Copies of the procedures for SEPA appeals are available with the Department of Community Development. J MEMORANDUM u �^ �Q TO: Project File E97-0002 V� FROM: Michael Jenkins RE: SEPA review - staff evaluation of Environmental Checklist received January 16, 1997 DATE: February 10, 199/ Project Description: Project is brought by City of Tukwila Public Works Department for repair of Riverbank Sloughout at E. Marginal Way/S. 104th St and for repairs to Park Trail between E. Marginal Way and Pacific Hwy S. along Duwamish River. Improvements are in response to February 8, 1996 FEMA event. Work on Sloughout includes stabilizing Forty (40) linear feet of riverbank, building Fifty (50) feet of access road, construction of rock tow key and vegetated geogrid, fish habitat components and revegetation of disturbed areas. Park trail repair includes stabilizing Eighty (80) feet of riverbank through construction of rock toe key, vegetated geogrid, tree planting, installation of fish habitat components and revegetation of area. Project will last approximately 120 days. Agencies with jurisdiction: • Army Corps of Engineers • Department of Fish and Wildlife • Department of Ecology, Shorelands Division Summary of interdepartmental comments: • PW: No comments. • Parks: No comments Summary of Primary Impacts: • Earth Terrain for both projects is a combination of flat and steep slopes, including vertical slopes at sloughout. Soil foundation include sand with gravels and silt or silt /sand mix, consistent with other Duwamish River soils. Other stabilization projects have occurred in area previously. Approximately 400 cubic yards of cut and fill will be required for sloughout project and less than 75 cubic yards will required for trail repair project. Erosion control will be included for temporary and Tong -term requirements, due to clearing on site. Erosion control will include installation of toe keys, constructed during low tide to minimize potential for adverse impacts SEPA review - E97-0002 • City of Tukwila Public Works - E. Marginal/S. 104 projects January 10, 1997 • Air There will be dust and exhaust emissions will occur during construction, however no increases in exhaust emissions are expected as a result of project. Water trucks will be used to suppress dust during construction, when needed, and to initiate revegetation. • Water Portions of work will occur within the Ordinary High Water Mark. Project plans include requirements to prevent materials from entering river during construction. 400 cubic yards of fill will be altered at the sloughout and Tess than 75 cubic yards on the trail project. The project lies within the 100 year flood plain. no ground water will be withdrawn. Stormwater runoff will occur around planting area improvements as they existed prior to the restored riverbank. Silt fences will minimize runoff into Duwamish during construction, but may not be completely eliminated from construction site. Silt fences will be used at base of sloughout excavations, with work carried out at low tides. • Plants Deciduous trees, shrubs and grasses are found at project. 5 trees, some shrubs Evergreen trees, shrubs and grass are located within project area. A dead tree in river at S. 104th/E. Marginal will be removed, with new tree trunks imbedded into riverbanks for fish habitat. Willow plantings to be provided above High Water Marks for riverbank stabilization. New landscaping will include constructed geogrid with willow plantings, seeding and imbedding of tree trunks. • Animals A variety of birds, mammals and fish, including bass, salmon, trout, herring and shellfish are found near site. No known candidate or endangered species found on site. Tree trunks will be imbedded in river for fish habitat and willow plantings will be provided for birds. • Energy/Natural Resources None. • Environmental Health 'No known hazards will occur as a result of this project. Noise generated by project will occur on a short term basis and will be restricted to comply with appropriate City ordinances. 2 SEPA review - E97-0002 • City of Tukwila Public Works - E. Marginal/S. 104 projects January 10, 1997 • Land/Shoreline Use Site is adjacent to the riverbank. No structures to be demolished. The Sloughout area is zoned MIC/H and the Trail area is zoned MIC/L. Both areas have an "Urban" shoreline designation and have class 2 slopes, as rated by the City of Tukwila. The stabilization will insure continued use of the trail and public roadways. • Housing No housing demolition or housing proposed for site. • Aesthetics The sloughout work will be approximately 20 feet in height and the Trail work will be approximately 6 feet in height. • Light and Glare None • Recreation The project will stabilize the trail along the Duwamish, thereby improving on its use. • Historic/Cultural Preservation No known places, landmarks or objects. • Transportation S. 104th and East Marginal Way in Tukwila are the closest streets to the projects. No new streets will be required, nor is there an anticipated increase in car or foot traffic. • Public Services No known impact. • Utilities No new utilities are associated with the project. Recommendations: DNS c:\msoffice...sepa\e97-0002 3 CITY TUKWILA• Department of Community Development 6300 Southcenter Boulevard, Tukwila, WA 98188 Telephone: (206) 431-3670 NOTICE OF APPLICATION PROJECT INFORMATION The City of Tukwila Public Works Department has filed an application for repairs to the Riverbank Sloughout at East Marginal Way S./S. 104th St and repairs to the Park Trail netween Eat Marginal Way and Pacific Hwy S. along the Duwamish River. Permits applied for include: • Substantial Shoreline Permit (Exempt) • SEPA Other known required permits include: • HPA Permit FILES AVAILABLE FOR PUBLIC REVIEW The project files are available at the City of Tukwila. To view the files, you may request them at the permit counter of the Department of Community Development (DCD), located at 6300 Southcenter Boulevard #100. Please call 433-7142 in advance to assure file availability. Project Files include: L97-0009 (Shoreline Permit) E97-0002 (SEPA) OPPORTUNITY FOR PUBLIC COMMENT Your written comments on the project are requested. They must be delivered to DCD at the address above or postmarked no later than 5:00 p.m., February 18, 1997. Staff Notes: • Comment period is 14 days from the date the "Notice of Application" is posted UNLESS a shoreline permit is required whereupon it is 30 days per RCW 90.58.140 (C)(TMC 18.104.080(D)(5)) • Notice of Application is given upon POSTING, not the mailing date (since "Mailed notice shall be considered supplementary to posted notice..." (TMC18.104.120(B)). • Notice shall be posted within 14 days of a determination of complete application (TMC 18.104.090 & 18.104.110(A). APPEALS You may request a copy of any decision, information on hearings, and your appeal rights by calling DCD at 431-3670. For further information on this proposal, contact Michael Jenkins at 433-7142, or visit our offices at 6300 Southcenter Boulevard, Suite #100, Monday through Friday, 8:30 a.m. to 5:00 p.m. Application Filed: January 16, 1997 Notice of Completeness Issued: February 7, 1997 Notice of Application Issued: February 7, 1997 City of Tukwila John W. Rants, Mayor Department of Community Development Steve Lancaster, Director NOTICE OF COMPLETE APPLICATION February 7, 1997 Phil Fraser City of Tukwila 6300 Southcenter Blvd., Suite 100 Tukwila, WA 98188 Re: City of Tukwila Public Works Improvements following February 8, 1996 FEMA event, File Number L97-0009 (Shoreline Permit) and E97-0002(SEPA) Dear Phil: Your application, as referenced above, has been found to be complete on February 7, 1997 for the purposes of meeting state mandated time requirements. The project has been assigned to' Michael Jenkins. The next step is for you to install the notice board on the site within 14 days of the date of this letter. You received information on how to install the sign with your application packet. If you need another set of those instructions, you may obtain them at the Department of Community Development (DCD). Also, you must obtain a laminated copy of the Notice of Application and Notice of Threshold Determination to post on the board. These notices are available at DCD. After installing the sign with the laminated notice, you need to return the signed Affidavit of Posting to the our office. This determination of complete application does not preclude the ability of the City to require that you submit additional plans or information, if in our estimation such information is necessary to ensure the project meets the substantive requirements of the City or to complete the review process. I will be contacting you soon to discuss this project. If you wish to speak to me sooner, feel free to call me at 433-7142. Sincerely, Michael Jenkins, Assistant Planner cc: Reviewing City Departments c:\msoffice...letters\9702.doc 6300 Southcenter Boulevard, Suite #100 • Tukwila, Washington 98188 • (206) 431-3670 • Fax (206) 431-3665 • • CITY OF TUKWILA Id: ROUT130 Keyword: UACT User: 1636 01/31/97 Activity document routing maintenance. STATE ENVIR PROTECT ACT Permit No: E97-0002 Tenant: CITY OF TUKWILA Status: PENDING Location: E MARGINAL WY S/S 104 ST Route: 1 Current Route Line: 3 of 7 Packet Units Description Station Status Received Assigned Complete aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa Packet Units Action Station Initials Status Received Assigned Completed PLAN 02 00 C PUBWKS JJS Approved 01/17/97 01/22/97 01/22/97 Priority (0/low..9/high): 0 Regular hours (HH.MM): .00 Overtime Hours(HH.MM): Comments 1[PW HAS NO COMMENTS. SPECIFICATIONS FOR FE 8, 1996 FEMA 2[E MARGINAL WY S/S 104 ST RIVERBNK SLOUGHOUT (PROD. #96-DR08)] 3[& PARK TRAIL REPAIR (LEFR BANK,DUWAM RIVER) BETWEEN EAST 4[MARGINAL WY S (CITY PROJ. #96-DR10) ARE PART OF THE SEPA SUB] 5[MITTAL. JJS 01/22/97 ] 6[ 7[ ] 8[ ] 9[ ] 10,[ aaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaaa F1=Help, ESC=Exit current screen. • State of Washington DEPARTMENT OF RSH AND WILDLIFE Mailing Address: 600 Capitol Way N • Olympia, WA 98501-1091 • (360) 902-2200, TDD (360) 902-2207 Main Office Location: Natural Resources Building • 1111 Washington Street SE • Olympia, WA January 31, 1997 Mr. Phil Fraser City of Tukwila 6300 Southcenter Blvd. Tukwila, Washington 98188 ECEIVED FEB -5 1997 PUBLKWILA IC WORKS SUBJECT: Hydraulic Project Application - Bank Protection - Duwamish River - in the NE 1\4 Section 04, Township 23 North, Range 04 East , in King County, WDFW Control No. 00-C5678-01, WRIA No. 09.0001. Dear Mr. Fraser: The Washington Department of Fish and Wildlife (WDFW) received the 'above- referenced Hydraulic Project Application on January 15, 1997, but we are unable to complete processing at this time for the following reason: State Environmental Policy Act (SEPA) - Compliance with SEPA is required by law prior to issuance of the Hydraulic Project Approval. Once the SEPA process has been completed, please provide me with a written copy of that determination so that we can begin processing your application. In addition I reviewed the environmental checklist and the plans submitted with the HPA and upon completion of SEPA I will recommend approval for this project. If you have any questions regarding the status of your application, contact me at (206) 391-4365. We appreciate your cooperation in our efforts to protect, perpetuate, and manage the fish and wildlife resources for the state of Washington. Sincerely, Philip Schneider Area Habitat Biologist Enclosure. cc: WDFW, Olympia • • • Conl No. Epic File No. • verez--- Fee: Receipt No. ENVIRONMENTAL CHECKLIST RECEIVED A. BACKGROUND 1. Name of proposed project, if applicable: February 8, 1997 FEMA - - E. Marginal Way S./S.104th St. Riverbank Sloughout & - Park Trail Repair between E. Marginal Way S. & Pacific Highway S. 2. Name of applicant: City of Tukwila. 3. Address and phone number of applicant and contact person: 6300 Southcenter Blvd. Tukwila, WA 98188 Tel. No. 433-0179 - Phil Fraser - contact person 4. Date checklist prepared: 11/28/96. 5. Agency requesting checklist: City of Tukwila. JAN 16 1997 COMMUNITY DEVELOPMENT 6. Proposed timing or schedule (including phasing, if applicable): Adverstise project February, 1997; begin construction as early as March 1, 1997. Construction will last 60 calendar days. Final construction may proceed to August 8, 1997. 7. Do you have any plans for future additions, expansion, or further activity related to or connected with this proposal? If yes, explain. No. 8. List any environmental information you know about that has been prepared, or will be prepared, directly related to this proposal. This checklist. Page 1 ENVIRONMENTAL CHECKUP 9. Do you know whether applications are pending for governmental approvals of other proposals directly affecting the property covered by your proposal? If yes, explain. No. 10. List any government approvals or permits that will be needed for your proposal. Shoreline Permit, HPA, possible Corps of Engineers Nationwide (Section 404) permit, authorization of low bid/construction contract award by Tukwila City Council and approval of Tukwila City Mayor. 11. Give brief, complete description of your proposal, including the proposed uses and the size of the project and site. There are several questions later in this checklist that ask you to describe certain aspects of your proposal. You do not need to repeat those answers on this page. Section E requires a complete description of the objectives and alternates of your proposal and should not be summarized here. February 8, '96 FEMA Flood Event - E. Marginal Way S./ S. 104th St. Riverbank Sloughout (PROJECT NO. °\lo --flQs.8 Stabilize approximately 40 linear feet of riverbank on the Duwamish River including, but not limited to, building of approximately 50 linear feet of access road, construction of rock toe key and vegetated geogrid, installation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. February 8, '96 FEMA Flood Event - PARK TRAIL REPAIR (left bank, Duwamish River) between E. MARGINAL WAY S. & PACIFIC HIGHWAY S. (PROJECT NO. 96-DR10): Stabilize approximately 80 linear feet of riverbank on the Duwamish River including, but not limited to, construction of rock toe key and vegetated geogrid, planting of trees, installation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. 12. Location of the proposal. Give sufficient information for a person to understand the precise location of your proposed project, including a street address, if any, and section, township, and range, if known. If a proposal would occur over a range of area, provide the range or boundaries of the site(s). Provide a legal description, site plan, vicinity map, and topographic map, if reasonably available. While you should submit any plans required by the agency, you are not required to duplicate maps or detailed plans submitted with any permit applications related to this checklist. The project has two locations, both of which are in the City of Tukwila: Page 2 ENVIRONMENTAL CHECKL • Location 1: The E. Marginal Way S./S. 104th St. Riverbank Sloughout is located on the right river bank of the Duwamish River where E. Marginal Way S. intersects S. 104th Street. This riverbank work is in Quarter Section NE, Section 4, Township 23 North, Range 4 East, W.M., City of Tukwila, King County, Washington.( Refer to King County Quarter Section Map NE 4-23-4) Location 2: The Park Trail Repair is located on the left bank of the Duwamish River, between E. Marginal Way S. and Pacific Highway S. This trail repair work is in Quarter Section NE, Section 9, Township 23 North, Range 4 East, W.M., City of Tukwila, King County, Washington. (Refer to King County Quarter Section Map NE 9-23-4) 13. Does the proposal lie within an area designated on the City's Comprehensive Land Use Policy Plan Map as environmentally sensitive? There are class 2 slopes in the vicinity of the project, as well as the project being within the shoreline of the Duwamish River. B. ENVIRONMENTAL ELEMENTS 1. Earth a. General description of the site (circle one): Flat, rolling, hilly, steep slopes, mountainous, other: The terrain for both locations is a combination of flat and steep slopes. b. What is the steepest slope on the site (approximate percent slope)? The maximum slope is almost vertical where shloughouts occurred. c. What general types of soils are found on the site (for example, clay, sand, gravel, peat, muck)? If you know the classification of agricultural soils, sped them and note any prime farmland. The foundation soils include sands with gravels at the upper soil levels and silty sands and silts at lower pile elevation levels, typical of soils found in the Duwmamish River. d. Are there surface indications or history of unstable soils in the immediate vicinity? If so, describe. There has been remedial work in the vicinity of both project locations, and past riverwork was carried out in order to stabilize the riverbank and trail foundation. Page 3 ENVIRONMENTAL CHECKLII • e. Describe the purpose, type; and approximate quantities of any filling or grading proposed. Indicate source of fill. Cuts and fills will be made to accommodate the stabilizede riverbanks. At the E. Marginal Way S./S. 104th St. Riverbank Sloughout an access road will be needed. This road will be approximately 50 feet in length and drop approximately 10 1.f. from the existing grade of S. 104th/E. Marginal Way S. roadway grade. It is anticipated that approximately 400 C.Y. of excavation and fill replacment will occur at the E. Marginal Way S. location and less than 75 C.Y. of excavation and fill replacment will occur at the Trail Project between E. Margainal Way S. and Pacific Highway S. location. f. Could erosion occur as a result of clearing, construction, or use? If so, generally describe. Some erosion could result from the site preparation, including clearing and grubbing. Temporary erosion control techniques will limit this to a minimum, including constructing the key and rip rap during times of lowest tide. g. About what percent of the site will be covered with impervious surfaces after project construction (for example, asphalt or buildings)? Only that portion of the construction which is rip -rap. h. Proposed measures to reduce or control erosion, or other impacts to the earth, if any: Temporary erosion control will be employed during construction as required. Temporary erosion control techniques will limit this to a minimum, temporary erosion control fences, or other barricades between the river water, and constructing the key and rip rap during times of lowest tide. 2. Air a. What types of emissions to the air would result from the proposal (i.e., dust, automobile odors, industrial wood smoke) during construction and when the project is completed? If any, generally describe and give approximate quantities if known. There will be dust and exhaust emissions during construction. Exhaust emissions along this street are not expected to increase as a result of this project. b. Are there any off-site sources of emissions or odor that may affect your proposal? If so, generally describe. No. c. Proposed measures to reduce or control emissions or other impacts to air, if any: Water trucks will be used as standard dust suppression during construction, and to initiate the willow cuttings to take hold. Page 4 ENVIRONMENTAL CHECKL• 3. Water a. Surface: 1) Is there any surface water body on or in the immediate vicinity of the site (including year-round and seasonal streams, saltwater, lakes, ponds, wetlands)? If yes, describe type and provide names. If appropriate, state what stream or river it flows into. Portions of this work must occur within the O.H.W.M. of the Duwamish River. 2) Will the project require any work over, in, or adjacent to (within 200 feet) the described waters? Ifyes, please describe and attach available plans. Yes. PS&E will include specific requirements including a system to prevent materials from entering the river during construction. 3) Estimate the amount of fill and dredge material that would be placed in or removed from surface water or wetlands and indicate the area of the site that would be affected. Indicate the source of fill material. 400 C.Y's. at the S. 104th/E. Marginal Way S. location and less than 75 C.Y.'s at the Riverbank Trail location. 4) Will the proposal require surface water withdrawals or diversions? Give general description, purpose, and approximate quantities, if known. No. 5) Does the proposal lie within a 100 year floodplain? If so, note location on the site plan. Yes. (See attached plans) 6) Does the proposal involve any discharges of waste materials to surface waters? If so, describe the type of waste and anticipated volume of discharge. No. b. Ground: 1) Will ground water be withdrawn, or will water be discharged to ground water? Give general description, purpose, and approximate quantities, if known. No. Page 5 ENVIRONMENTAL CHECKL• • 2) Describe waste materials that will be discharged into the ground from septic tanks or other sources, if any (for example: Domestic sewage; industrial, containing the following chemicals...; agricultural; etc.) Describe the general size of the system, the number of such systems, the number of houses to be served (f applicable), or the number of animals or humans the system(s) are expected to serve. None. c. Water Runoff (including storm water): 1) Describe the source of runoff (including storm water) and method of collection and disposal, if any (include quantities, if known). Where will this water flow? Will this water flow into other waters? If so, describe. Stormwater water runoff will runoff the plantings and rip rap portions of these improvements in the same manner prior to construction of the restored riverbank. 2) Could waste materials enter ground or surface waters? If so, generally describe. Runoff from the construction site drains into the river. Silt fences will minimize introduction of silt into the Duwamish River from the construction activities. However, it is not possible to completely eliminate silt from the construction site entering the Duwamish. d. Proposed measures to reduce or control surface, ground, and runoff water impacts, if any: Provide a silt fence at the base of the excavation; carry out construction at low tides; and, construct this work in an expedicitious manner. Plants a. Check or circle types of vegetation found on the site: Page 6 deciduous tree: alder, maple, aspen, other X evergreen tree: fir, cedar, pine, other . X shrubs - X grass pasture crop or grain wet soil plants: cattail, buttercup, bulrush, skunk cabbage, other water plants: water lily, eel grass, milfoil, other other types of vegetation Page 6 ENVIRONMENTAL CHECKLI• b. What kind and amount of vegetation will be removed or altered? At the S. 104th. St./E. Marginal Way S. location a dead tree which fell into the river and percipitated this slough out will be removed. Tree trunks will be imbeded into the riverbanks to provide for fish habitat. Also, willow plantings will be provided above the O.H.W.M. to provided structural vegetation solution for riverbank stabilization. c. List threatened or endangered species known to be on or near the site. None known. d. Proposed landscaping, use of native plants, or other measures to preserve or enhance vegetation on the site, if any: Property restoration will include constructed geogrid with willow plantings above the O.H.W.M., seeding, re -planting fallen trees at the Riverbank Trail location, embedding tree trunks into the rip -rap at the S 104th St. location. 5. Animals a. Circle any birds or animals which have been observed on or near the site or are known to be on or near the site: Birds:. hawk, songbirds, migratory water fowl, other: Mammals: raccoons, squirrels, small rodents, other: Fish: bass, salmon, trout, herring, shellfish, other: Other: • b. List any threatened or endangered species known to be on or near the site. None known. c. Is the site part of a migration route? If so, explain. No. d. Proposed measures to preserve or enhance wildlife, if any: Yes. Tree trunks into river for fish habitat. Willow plantings for birds and provide riverbank shade for fish habitat. 6. Energy and Natural Resources a. What kinds of energy (electric, natural gas, oil, wood stove, solar) will be used to meet the completed project's energy needs? Describe whether it will be used for heating, manufacturing, etc. None. Page 7 ENVIRONMENTAL CHECKLI• • b. Would your project affect the potential use of solar energy by adjacent properties? If so, generally describe. No. c. What kinds of energy conservation features are included in the plans of this proposal? List other proposed measures to reduce or control energy impacts, if any: None. 7. Environmental Health a. Are there any environmental health hazards, including exposure to toxic chemicals, risk of fire and explosion, spill, or hazardous waste, that could occur as a result of this proposal? If so, describe. No. 1) Describe special emergency services that might be required. None. 2) Proposed measures to reduce or control environmental health hazards, if any: Not applicable. b. Noise 1) What types of noise exist in the area which may affect your project (for example: traffic, equipment, operation, other)? Not applicable. 2) What types and levels of noise would be created by or associated with the project on a short-term or long-term basis (for example: traffic, construction, operation, other)? Indicate what hours noise would come from the site. Noise generated by the construction equipment will occur on a short term basis. 3) Proposed measures to reduce or control noise impacts, if any: Restrict hours of operation to comply with the City's noise ordinance. Page 8 ENVIRONMENTAL CHECKLI• 8. Land and Shoreline Use a. What is the current use of the site arid adjacent properties? The S. 104th St./E. Marginal Way S. site is adjacent riverbank providing structural support for the pavement for S. 104th St. a two lane roadway. The Riverbank Trail location provides structural support for a public trail. b. Has the site been used for agriculture? If so, describe. No. c. Describe any structures on the site. Roadway at S. 104th St.; recreational trail between Pacific Highway S. and E. Marginal Way S. d. Will any structures be demolished? If so, what? No. e. What is the current zoning classification of the site? The adjacent properties are classified as: - E. Marginal Way S./S. 104th St. Riverbank Sloughout location: MIC/H - Park Trail Repair between E. Marginal Way S. & Pacific Highway S. location: MIC/L f What is the current comprehensive plan designation of the site? - E. Marginal Way S./S. 104th St. Riverbank Sloughout location: MIC/H - Park Trail Repair between E. Marginal Way S. & Pacific Highway S. location: MIC/L g. If applicable, what is the current shoreline master program designation of the site? Urban h. Has any part of the site been classified as an "environmentally sensitive" area? If so, specify. See item A. 13. Page 9 ENVIRONMENTAL CHECKLI• t. Approximately how many people would reside or work in the completed project? None. j. Approximately how many people would the completed project displace? None. k. Proposed measures to avoid or reduce displacement impacts, if any: None. L Proposed measures to ensure the proposal is compatible with existing and projected land uses and plans, if any: A stabilized riverbank will insure the continued use of the trail and public roadways. 9. Housing a. Approximately how many units would be provided, if any? Indicate whether high, middle, or low-income housing? None. b. Approximately how many units, if any, would be eliminated? Indicate whether high, middle, or low-income housing. None. c. Proposed measures to reduce or control housing impacts, if any: Not applicable. 10. Aesthetics a. What is the tallest height of any proposed structure(s), not including antennas; what is the principal exterior building material(s) proposed? The S. 104th St/E. Marginal Way S location will be approximatley 20 feet in height and the Riverbank Trail location will have riverbank work about six feet in height. b. What views in the immediate vicinity would be altered or obstructed? None. c. Proposed measures to reduce or control aesthetic impacts, if any: None. Page 10 ENVIRONMENTAL CHECKLI• 11. Light and Glare a. What type of light or glare will the proposal produce? What time of day would it mainly occur? Reflections off rip -rap and natural plantings. b. Could light or glare from the finished project be a safety hazard or interfere with views? No. c. What existing off-site sources of light or glare may affect your proposal? None. d. Proposed measures to reduce or control light and glare impacts, if any: None. 12. Recreation a. What designed and informal recreational opportunities are in the immediate vicinity? The River Trail. b. Would the proposed project displace any existing recreational uses? If so, describe. No. c. Proposed measures to reduce or control impacts on recreation, including recreation opportunities to be provided by the project or applicant, if any: The project will provide needed riverbank stabilization protecting Riverbank Trail. 13. Historic and Cultural Preservation a. Are there any places or objects listed on, or proposed for, national, state, or local preservation registers known to be on or next to the site? If so, generally describe. None known. b. Generally describe any landmarks or evidence of historic, archaeological, scientific, or cultural importance known to be on or next to the site. None known. c. Proposed measures to reduce or control impacts, if any: None. Page 11 ENVIRONMENTAL CHECKLI• 14. Transportation a. Identify public streets and highways serving the site, and describe proposed access to the existing street system. Show on site plans, if any. S. 104th St./E. Marginal Way S. b. Is the site currently served by public transit? If not, what is the approximate distance to the nearest transit stop? No. c. How many parking spaces would the completed project have? How many would the project eliminate? Not applicable. d. Will the proposal require any new roads or streets, or improvements to existing roads or streets, not including driveways? If so, generally describe (indicate whether public or private). No. e. Will the project use (or occur in the immediate vicinity of) water, rail, or air transportation? If so, generally describe. No. f How many vehicular trips per day would be generated by the completed project? If known, indicate when peak volumes would occur. This project is not expected to result in more vehicular or ped traffic. g. Proposed measures to reduce or control transportation impacts, if any: None. 15. Public Services a. Would the project result in an increased need for public services (for example: fire protection, police protection, health care, schools, other)? If so, generally describe. No. b. Proposed measures to reduce or control direct impacts on public services, if any. None. Page 12 ENVIRONMENTAL CHECKLI• 16. Utilities • a. Circle utilities currently available at the site: electricity, natural gas, water, refuse service, telephone, sanitary sewer, septic system, other. NA. b. Describe the utilities that are proposed for the project, the utility providing the service, and the general construction activities on the site or in the immediate vicinity which might be needed No new utilities are proposed with the project. Page 13 ENVIRONMENTAL CHECKLI• C. SIGNATURE The above answers are true and complete to the best of my knowledge. I understand that the lead agency is relying on them to make its decision. Signature: Date Submitted: Page 14 ENVIRONMENTAL CHECKLI• • D. SUPPLEMENTAL SHEET FOR ALL PROJECT AND NON PROJECT PROPOSALS The objectives and the alternative means of reaching the objectives for a proposal will be helpful in reviewing the foregoing items of the Environmental Checklist. This information provides a general overall perspective of the proposed action in the context of the environmental information provided and the submitted plans, documents, supportive information, studies, etc. 1. .What are the objectives of the proposal? Repair failed riverbanks at two locations 2. What are the alternative means of accomplishing these objectives? None known. 3. Please compare the alternative means and indicate the preferred course of action: N/A. 4. Does the proposal conflict with policies of the Tukwila Comprehensive Land Use Policy Plan? No. 5. Proposed measures to avoid or reduce the conflict(s) are: None. Page 15 oeing Co. Mac's Smokehouse Trammel Crow Co. John S. Roach NW Auto Wrecking Assoc. Nicholas Mcken7 ateway North Prop. LLC 3720 80th SE 10230 E.M.WY.S .0. Box 3707 M/S IF -09 10315 E.M.WY. 2866 Interurban Ave S Mercer Island, Tukwila, WA 98168-1898 ea e, WA 98124 Tuwila, Wa 98168 Tukwila, WA 98168 98040 Leasing Holiday Inn Evelyn Schuehle Annex Tavern Robert Massa Associated Grocers 1801 Park 270 #400 11244 Pacific HWY. S 16412 6th Ave SW 10325 E.M.WY.S 28 E Main P.O. Box 3763 t Louis, MO 63146 Tukwila, WA 98168-1945 Seattle, WA 98166 Tuwila, WA 98168 Othello, WA 99344 Seattle, WA 98124 nTukwila_ S �Iaanla & Haa la t0?30 E M WY S WA 9816$ 1898 8. WATERBODY ANO LOCATION ON WATERBODY WHERE AC:TIVPYi`tSTS OR IS PROPOSED Duwanmish River -NE Quarter Section, Section 4 & 9, Township 23, Range 4E, King County 1`, RECEIVED JAN 16 1997 7 LOCATION ON LAND WHERE ACTIVITY EXISTS OR IS PROPOSED COMMUNITY ADDRESS: S DEVELOPMENT Loc. 1 - E.Marginal Way S and S. 104th St. Loc. - E. Marginal Way S. and Pacific HWY S. STREET, ROAD, ROUTE OR OTHER DESCRIPTIVE L .QATiDt King COUNTY City of Tukwila Wim. 98168 STATE (/ ZIP CODE LOCAL GOVERNING BODY WITH JURISDICTION OVERSIT 8. Is any portion of the activity for which authoreation b sought now complete? 0 YES ® NO If answer is ryes- give reasons, month and year the activity was completed. Indicate the existing wore on the drawings. 9. List all approvals or certihcations and denials received from other federal, interstate, state or local agencies far any structures, construction, discharges or other activities described in this application. ISSUING AGENCY TYPE APPROVAL IDENTIFtCATiON NO. DATE OF APPLICATION GATE OF APPROVAL DATE OF DENIAL Department of Wildlife }EPA and Fisheries N/A 1/3/'97 pending N/A 10. Application is hereby made for a permit or permits to authorize the activities described herein I certify that I am famiiar with the information contained in the application, and that to the best d my knowledge and bebi such information is true, complete, and accurate. I further certify that I possess the authority to undertake the proposed activities or I am acting as the duly authorized agent d the applicant. NATURE OF APPLICANT /2/21/ DATE SIGNATURE AGENT DATE The appllcabon must be signed by the person who desires to undertake the proposed activity (applicant) or It may be signed by a duly authorized agent /f bee statement in block 3 has been lined Out and signed. 18 U.S.C. Season 1001 provides that Whoever, In any manner within the jurisdiction Warty department or agency of The United States knowingly and willfully falsifies, conceals, or r overs up by any trick, scheme, or device a matenal fact or makes any false, hcbtious or fraudulent statements or representations W makes or uses any false wrung or document knowing same to contain any false ficbbous or fraudulent Statement or entry, shall be fined not more than 510,000 or imprisoned not more than five years, or both. 'Raver • of FRO FORA! 4345) CONTRACT PROVISIONS FOR February 8, 1996 FEMA E. MARGINAL WAY S./S. 104TH ST. RIVERBANK SLOUGHOUT City Project No. 96-BRO.9 R -c PARK TRAIL REPAIR (left bank, Duwamish River) BETWEEN E. MARGINAL WAY S. AND PACIFIC HIGHWAY S. City Project No. 96-DR10 December, 1996 Prepared for: CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Rev. CITY OF TUKWILA 6200 Southcenter Boulevard Tukwila, Washington 98188 Tukwila City Council Members Pam Carter, President Jim Haggerton Steve Mullet Joe H. Duffle Allan Ekberg Joan Hernandez Pamela Linder City Administration John W. Rants, Mayor John McFarland, City Administrator Jane Cantu, City Clerk Ross A. Earnst, P.E., Director of Public Works Don Williams, Parks and Recreation Director City Engineer Ron Cameron, P.E. REV. TABLE OF CONTENTS Color Guide Page (green)Call for Bids 1-1 Information for Bidders 1-2 (pink) Proposal P-1 Bid Schedule P-2 Proposal Signature Sheet P-3 Bid Security P-5 Non -Collusion Affidavit P-7 Responsible Bidder Determination Form P-8 Proposed Equipment and Labor Schedule P-11 Proposed Subcontractors P-12 Agreement Form C-1 Performance Bond C-3 (green)City of Tukwila Supplemental General Requirements SGR-1 (blue) Special ProvisionsSP-1 (white)Appendices A Wage Rates B - Standard Plans and Details C - Permits REV. I-5 CALL FOR BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received by the City of Tukwila, Washington at the office of the City Clerk, in Tukwila City Hall, 6200 Southcenter Boulevard, Tukwila, Washington 98188, up to the hour of 5:00 p.m. on Tuesday the 28th day of January, 1997. Bids will be opened and publicly read aloud at 10:00 a.m. on the 29th day of January, 1997 for: February 8, '96 FEMA Flood Event - E. Marginal Way S./ S. 104th St. Riverbank Sloughout (PROJECT NO. 96-DR99+: The Work to be performed within 60 calendar days from the date of Notice to Proceed consists of fumishing all materials, equipment, tools, labor, and other work or items incidental thereto for: Stabilization of approximately 40 linear feet of riverbank on the Green River including, but not limited to, building of approximately 50 linear feet of access road, construction of rock toe key and vegetated geogrid, installation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. February 8, '96 FEMA Flood Event - PARK TRAIL REPAIR (left bank, Duwamish River) between E. MARGINAL WAY S. & PACIFIC HIGHWAY S. PROJECT NO. 96-DR10): The Work to be performed within 60 calendar days from the date of Notice to Proceed consists of fumishing all materials, equipment, tools, labor, and other work or items incidental thereto for: Stabilization of approximately 80 linear feet of riverbank on the Duwamish River including, but not limited to, construction of rock toe key and vegetated geogrid, planting of trees, installation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. Each bid shall be in accordance with the bid documents available at the Public Works Department, 6300 Southcenter Boulevard, Tukwila, Washington 98188 (433-0179). Informational copies of any available maps, plans, specifications, and subsurface information are on file for inspection in the office of the Tukwila City Engineer. All bid proposals shall be accompanied by a bid proposal deposit in the form of a cash deposit, certified or 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 amount of such bid, including sales tax. Should the successful bidder fail to enter into such contract and fumish satisfactory payment and performance bonds within the time stated in the specifications, the bid deposit/bond shall be forfeited to the City of Tukwila. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts 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 natural 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 make the award as deemed to be in the best interest of the City. CITY OF TUKWILA Jane Cantu City Clerk Rev. Call For Bids INFORMATION FOR BIDDERS The following supplements the information in the Call for Bids: 1. Pre -Bid Conference A pre-bid conference will be held at Tukwila City Hall on Tuesday, January 21, 1997 at 10 a.m. All potential bidders are encouraged to attend. This will be your only opportunity to ask direct questions related to the project. Information from the pre-bid conference will not be made available to bidders who do not attend. The Engineer will transmit to all prospective Bidders of record such addenda as Engineer considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 2. Examination of Plans, Specifications, and Site Before submitting his bid, the Contractor shall carefully examine each component of the Bid Documents prepared for the Work and any other available supporting data so as to be thoroughly familiar with all the requirements. However, the Owner or Consulting Engineer will not assume responsibility for variations of subsoil quality or condition at locations other than places shown and at the time investigation was made (if any). The availability of this information shall not relieve the Bidder of his duty to examine the project site nor of any other responsibility under the Contract. The Bidder shall make an alert, heads -up, eyes -open reasonable examination of the project site and conditions under which the Work is to be performed, including but not limited to: current site topography, soil and moisture conditions; underground obstructions; the obstacles and character of materials which may be encountered; traffic conditions; public and private utilities; the availability and cost of labor, and available facilities for transportation, handling, and storage of materials and equipment. See Section 1-05.14 of the Supplemental General Requirements and Special Provisions for identification of any other work that is to be performed on or near the project site by others. 3. Property Issues All bidders shall base their bids upon full restoration of all property within the right-of-way and easements, and wherever Bidder will have 'license to construct'. The easements and license to construct documents that have been acquired are available for inspection and review. The Bidder is advised to review the conditions of the permits, easements, and licenses to construct, as he shall be required to comply with all conditions at no additional cost to the Owner. All other permits, licenses, etc., shall be the responsibility of the Bidder. The Bidder shall comply with the requirements of each. 4. Interpretation of Bid Documents The Bidder shall promptly notify Owner of any discovered conflicts, ambiguities, or discrepancies in or between, or omissions from the Bid Documents. Questions or comments about these Bid Documents should be directed to the attention of: Bob Giberson, Senior Engineer, 6200 Southcenter Boulevard, Tukwila, WA 98188, phone (206) 433-0179. Rev. Information for Bidders 1-8 Rev. Information for Bidders 1-9 f. Proposed Subcontractors Regarding forms d, e, and f, the Owner reserves the right to check all statements and to judge the adequacy of the Bidder's qualifications. 7. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. The Agreement and Performance Bond are included in these Bid Documents and should be carefully examined by the Bidder. a. Agreement — Two (2) copies to be executed by the successful Bidder. b. Performance Bond — Two (2) copies to be executed by the successful Bidder and his surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. The bond continues in effect at ten percent (10%) of the total price bid for one year after final acceptance of the Work. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attomey-in-fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance — To be executed by an insurance company acceptable to the Owner, on me ACORD Fos. Required coverages are listed in Section 1-07.18 of the Supplemental General Requirements.The Owner shall be named as "Additional Insured" on the insurance policies. The above bid and contract documents must be executed by the Contractor's President or Vice -President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. Rev. P-10 PROPOSAL (unit price) Contractor's Name Contractor's State License No. City of Tukwila Project No.96-DR01 To the Mayor and City Council City of Tukwila, Washington The undersigned (Bidder) hereby certifies that he personally examined the location and construction details of Work outlined in the Contract Documents for the City of Tukwila (Owner) project titled Riverbank Stabilization for the Green/Duwamish River Trail, which project includes, but is not limited to, stabilizing approximately 100 linear feet of riverbank on the Green River by constructing a rock toe key and vegetated geogrid, installing large woody debris and revegetating the disturbed areas; and has read and thoroughly understands these Documents which govem all Work embraced in this improvement and the methods by which payment will be made for said Work, and thoroughly understands the nature of said Work; and hereby proposes to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) ❑ bid bond or 0 cash, 0 cashier's check, 0 certified check, or 0 postal money order made payable to the City of Tukwila equal to five percent (5%) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within ninety (90) calendar days after the day of Bid Opening and the Bidder fails or refuses to enter into an Agreement and fumish the required performance bond and liability insurance within ten (10) calendar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bond accompanying this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Bid Documents. Bidder shall complete the Physical Work in all respects within thirty (3) calendar days from the date of written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications for every calendar day work is not physically complete after the expiration of the Contract time stated above. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. Rev. Proposal P-11 February 8, '96 FEMA Flood Event - E. Marginal Way S./ S. 104th St. Riverbank Sloughout (PROJECT NO. 96-DR09): Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Show unit prices in both words and figures (ink or typed), and where conflict occurs, the written or typed word shall prevail. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item No. Item Description Quantity Unit Unit Price Amount 1 Mobilization 1 LS and /100 Dollars 2 Construction Surveying 1 LS and /100 Dollars 3 Temporary Water Pollution/Erosion Control 1 FA $4,000.00 $4,000.00 Four Thousand and 00/100 Dollar 4 Clearing and Grubbing 1 LS and /100 Dollars 5 Bank Excavation 1,000 CY and 00/100 Dollar 6 Access Road Construction 600 SY and /100 Dollars 7 Gravel Borrow, Including Haul 500 Ton and /100 Dollars 8 Quarry Spalls 300 Ton and /100 Dollars 9 Light Loose Rip Rap 815 Ton and /100 Dollars 10 Heavy Loose Rip Rap 240 Ton and /100 Dollars 11 Geotextile Coir Fabric 700 SY and /100 Dollars 12. Seeding 7,000 SF and /100 Dollars 13 Soil Mix 200 CY and /100 Dollars 14 Large Woody Debris 1 EA and /100 Dollars 15 Property Restoration 1 FA $3,000.00 $3,000.00 Three Thousand and /100 Dollars Subtotal $ Rev. Proposal P-12 Sales Tax @ 8.2% $ Total $ Rev. Proposal P-1 3 o—c\a._ \A\14; kf`,,\ \'\\1 February 8, '96 FEMA Flood Event - : • _ _ _ . (PROJECT NO. 96-13R013): ��� \\4 Note: Unit prices for all items, all extensions, and the total amount bid must be shown. Show unit prices in both words and figures (ink or typed), and where conflict occurs, the written or typed word shall prevail. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. Item No. Item Description Quantity Unit Unit Price Amount 1 Mobilization 1 LS and /100 Dollars 2 Construction Surveying 1 LS and /100 Dollars 3 Temporary Water Pollution/Erosion Control 1 FA and /100 Dollar 4 Clearing and Grubbing 1 LS and /100 Dollars 5 Bank& Access Road Excavation 155 CY and /100 Dollar 6 Gravel Borrow, Including Haul 110 Ton and /100 Dollars 7 Quarry Spalls 35 Ton and /100 Dollars 8 Heavy Loose Rip Rap 20 Ton and /100 Dollars 9 Geotextile Coir Fabric 125 SY and /100 Dollars 10 Seeding 280 SF and /100 Dollars 11 Soil Mix 20 CY and /100 Dollars 12 Property Restoration 1 FA Subtotal Sales Tax @ 8.2% Total ' Rev. Proposal P-14 Sales Tax @ 8.2% $ Total $ By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No. Date of Receipt Addendum No. 1 3 2 4 Date of Receipt NOTE: Failure to acknowledge receipt of Addenda may be considered as an irregularity in the Bid Proposal and Owner reserves the right to determine whether the bid will be disqualified. By signing below, Bidder certifies that he has reviewed the insurance provisions of the Bid Documents and will provide the required coverage. It is understood that Owner may accept or reject all bids. The Surety Company which will furnish the required Performance Bond is of (Name) (Address) Bidder: Signature of Authorized Official: Printed Name and Title: Address: Circle One: Individual/Partnership/Joint Venture/ State of Incorporation: Corporation Phone No.: Date: This address and phone number is the one to which all communications regarding this proposal should be sent. Rev. aProposal P-15 NOTES: 1. If the Bidder is a co -partnership, give firm name under which business is transacted; proposal must be executed by a partner. If the Bidder is a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). 2. A bid must be received on all items. If any are left blank or represent $0.00, the bid will be disqualified. P-1 6 BID SECURITY Bid Deposit: The undersigned Principal hereby deposits a Bid Deposit with the City of Tukwila in the form of a cash deposit, certified or cashier's check, or postal money order in the amount of dollars ($ ), Bid Bond: The undersigned, (Principal), and (Surety), are held and firmly bound unto the City of Tukwila (Owner) in the penal sum of dollars ($ ), which for the payment of which Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. The liability of Surety under this Bid Bond shall be limited to the penal sum of this Bid Bond. Conditions: The Bid Deposit or Bid Bond shall be an amount not Tess than five percent (5%) of the total bid, including sales tax and is submitted by Principal to Owner in connection with a Proposal for Riverbank Stabilization for the Green/Duwamish River Trail, Project No. 92-PK05, according to the terms of the Proposal and Bid Documents. Now therefore, a. If the Proposal is rejected by Owner, or b. If the Proposal is accepted and Principal shall duly make and enter into an Agreement with Owner in accordance with the terms of the Proposal and shall furnish a bond for the faithful performance of said Project and for the payment of all persons performing labor or furnishing materials in connection therewith, with Surety or Sureties approved by Owner, and shall in all other respects perform the Contract created by the acceptance of said Proposal, then this Bid Security shall be released; otherwiseit shall remain in full force and effect and Principal shall forfeit the Bid Deposit or Surety shall immediately pay and forfeit to Owner the amount of the Bid Bond, as penalty and liquidated damages, . The obligations of Surety and its Bid Bond shall be in no way impaired or affected by any extension of time within which Owner may accept bids; and Surety does hereby waive notice of any such extension. Signed and dated this day of , 19 Principal Surety By Signature of Authorized Official Attorney in Fact (Attach Power of Attorney) Title Name and address of local office of agent and/or Surety Company: Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. Rev. P-1 7 STATE OF WASHINGTON ) ss. COUNTY OF KING NON -COLLUSION AFFIDAVIT The undersigned, being first duly swom, on oath states that the person, firm, association, partnership, joint venture, or corporation named in the Bid Proposal 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 connection with the City of Tukwila project named Riverbank Stabilization for the Green/Duwamish River Trail, Project No. 92-PK05. Signed and sworn to before me on this Name of Firm Signature of Authorized Official Title day of , 19 Signature of Notary Public in and for the State of Washington My appointment expires: SEAL Rev. P-18 RESPONSIBLE BIDDER DETERMINATION FORM Attach additional sheets as necessary to fully provide the information required. Name of Bidder: Address of Bidder: City State Zip Code Contractor's License No. Contractor's State. Tax No. Dept. of LSI Bond Registration No. Worker's Comp. Acct. No. Bidder is a(n):0 Individual0 Partnership0 Joint Venture Incorporated in the state of List business names used by Bidder during the past 5 years if different than above: Bidder has been in business continuously from Year Bank Reference Bank No. of regular full-time employees: Account Officer Officer's Phone No. Number of projects in the past 5 years completed: ahead of schedule _ on schedule behind schedule Bidder has had experience in work comparable to that required for this Project: As a prime contractor for , years. As a subcontractor for years. List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Principal Foreman, Superintendents, and Engineers): Name Ti le How Long With Bidder Responsible Bidder Determination FormP-19 List all those projects, of similar nature and s¢e, completed by Bidder within the past 5 years. Include a reference for each. Any attached preprinted project listing must include all this information. Project Name Year Contract Completed Amount Owner/Reference Name and Phone List all projects undertaken in the last 5 years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client and Project Total Claims Amount of Contract Arbitrated Settlement Amount or Litigated of Claims Has Bidder, or any representative or partner thereof, ever failed to complete a contract? 0 No ❑ Yes If yes, give details: Has Bidder ever had any Payment/Performance Bonds called as a result of its work? 0 No 0 Yes If yes, please state: Project Name Contracting Party Bond Amount Has Bidder ever been found guilty of violating any State or Federal employment laws? 0 No 0 Yes If yes, give details: Rev. Responsible Bidder Determination FormP-20 Has Bidder ever filed for protection under any provision of the federal bankruptcy laws or state insolvency laws? 0 No 0 Yes If yes, give details: Has any adverse legal judgment been rendered against Bidder in the past 5 years? 0 No 0 Yes If yes, give details: Has Bidder or any of its employees filed any claims with Washington State Workman's Compensation or other insurance company for accidents resulting in fatal injury or dismemberment in the past 5 years? 0 No 0 Yes If yes, please state: Date Type of Injury Agency Receiving Claim The undersigned warrants under penalty of Perjury that the foregoing information is true and accurate to the best of his/her knowledge. The undersigned authorizes the City of Tukwila to verify all information contained herein. Signature of Bidder Title: Date: Rev. PROPOSED EQUIPMENT AND LABOR SCHEDULE (Use additional sheets if required) • Equipment to be used: DESCRIPTION/TYPE YEAR CONDITION OWN/RENT Labor to be used: Name of Bidder Signature of Authorized Official Title P-22 PROPOSED SUBCONTRACTORS Name of Bidder The following is a list of the subcontractors that will be used in the work if the Bidder is awarded the contract All subcontractors whose subcontract amount will amount to 10 percent or more of the total bid must be listed below, in accordance with RCW 39.30.060. The successful Bidder must have the written pemiission of the Owner to make any change to this list. Percent of total bid to be performed by Bidder Name % Schedule/Bid Item Numbers Subcontractor will perform % of Total Bid C-23 AGREEMENT FORM CONTRACT NO. THIS AGREEMENT is made and entered into on this day of , 19 , by and between the City of Tukwila, Washington ("Owner) and ("Contractor'). Now, therefore the parties agree as follows: 1. Project. Contractor shall complete all work and fumish all labor, tools, materials, and equipment for the two (2) projects entitled: February 8, '96 FEMA Flood Event - E. Marginal Way S./ S. 104th St Riverbank Sloughout (PROJECT NO. 96-1W, , and the February 8, '96 FEMA Flood Event - PARK TRAIL REPAIR (left bank, Duwamish River) between E. MARGINAL WAY S. & PACIFIC HIGHWAY S. (PROJECT NO. 96- uR\cr R48), including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Supplemental General Requirements. 2. Payments. Owner shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 3. Completion Date. Contract time shall commence upon Owner's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Proposal. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to Owner as specified in the Proposal. 4. Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 5. Disclaimer. No liability of Contractor shall attach to Owner by reason of entering into this Agreement, except as expressly provided in this Agreement. 6. Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. CITY OF TUKWILA, WASHINGTON (Owner) Contractor By: By: Mayor Title: Attest: This day of , 19_This City Clerk Attest: day of ,19 Rev. Agreement Form C-24 Approved as to Form: Contractor's License No. City Attomey Address for giving notices: Address for giving notices: Rev. PERFORMANCE BOND Bond to City of Tukwila, Washington Bond No. We, and (Principal) (Surety) a corporation, and as a surety corporation authorized to become a surety upon Bonds of Contractors with municipal corporations in Washington State, are jointly and severally bound to the City of Tukwila, Washington ("Owner'), in the penal sum of Dollars ($ ), the payment of which sum, on demand, we bind ourselves and our successors, heirs, administrators, executors, or personal representatives, as the case may be. This Performance Bond is provided to secure the performance of Principal in connection with a contract dated , 19_ , between Principal and Owner for a project entitled February 8 '96 FEMA Flood Event - E. Marginal Way S./ S. 104th St. Riverbank Sloughout (PROJECT NO. 96-DRO9 and the February 8, '96 FEMA Flood Event - PARK TRAIL REPAIR (left bank, Duwamish River) between E. MARGINAL WAY S. & PACIFIC HIGHWAY S. (PROJECT NO. 96-DR10), Contract No. (''Contract'). The initial penal sum shall equal 100% of the Total Bid Price, including sales tax, as specified in the Proposal submitted by Principal. NOW, THEREFORE, this Perfomhance Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract; • Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material men, and all other persons or agents who supply labor, equipment, or materials to the Project; • Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and • Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract. The indemnities to Owner shall also inure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. PROVIDED, however, that after the Final Acceptance of this Contract and the expiration of the lien period, and if there are no liens pending, then the penal sum of this Performance Bond shall be reduced to the sum of Dollars ($ ) (10% of Total Bid Price), to insure against all defects appearing or developing in the material provided or workmanship performed under this Contract within one year after Final Acceptance. The liability of Surety shall be limited to the penal sum of this Performance Bond. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). If any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Performance Bond shall automatically increase in a like amount Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Performance Bond without the prior written consent of Surety. Performance Bond C-26 This Performance Bond shall be govemed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this day of ,19 Principal Surety Signature of Authorized Official Signature of Authorized Official By Title Attomey in Fact (Attach Power of Attomey) Name and address of local office of agent and/or Surety Company: Surety companies executing bonds must appear on the current Authorized Insurance List in the State of Washington per Section 1-02.7 of the Standard Specifications. Rev. CITY OF TUKWILA SUPPLEMENTAL GENERAL REQUIREMENTS for February 8, '96 FEMA Flood Event - E. Marginal Way S./ S. 104th St. Riverbank Sloughout (PROJECT NO. 96-URN),U & PARK TRAIL REPAIR (left bank, Duwamish River) between E. MARGINAL WAY S. & PACIFIC HIGHWAY S. (PROJECT NO. 96-DR10) SUPPLEMENTAL GENERAL REQUIREMENTS - CONTENTS INTRODUCTION 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions SGR-1 SGR-1 SGR-2 SGR-iii 1-02 BID PROCEDURES AND CONDITIONS SGR-3 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2Award of Contract SGR-3 SGR-3 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SGR-3 1-04.2Coordination of Contract Documents, Plans, Special Provisions, SGR-3 Specifications, and Addenda 1-04.3 Contractor -Discovered Discrepancies SGR-4 1-04.11 Final Cleanup SGR-4 SGR-4 1-05 CONTROL OF WORK 1-05.1 Authority of Engineer SGR-5 1-05.3 Plans and Working Drawings SGR-5 1-05.3(1) Contractor -Requested Alternate Design or Materials SGR-5 1-05.5 Construction Stakes SGR-6 1-05.7 Removal of Defective and Unauthorized Work SGR-67 1-05.10(1) One -Year Guarantee Period SGR-7 1-05.11(3) Operational Testing SGR-7 1-05.14 Cooperation with Other Contractors SGR-8 1-05.14(A) Notifications Relative to Contractor's Activities SGR-8 1-05.18 Contractor's Daily Diary SGR-8 SGR-9 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials SGR-11 1-06.1(1) Materials and Equipment Furnished by Owner SGR-11 1-06.2(1) Samples and Tests for Acceptance SGR-11 SGR-11 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed SGR-12 1-07.1(1)Prevention of Environmental Pollution and SGR-12 Preservation of Public Natural Resources 1-07.6 Permits and Licenses SGR-12 1-07.9(5) Required Documents SGR-13 1-07.13(2) Relief of Responsibili for C SGR-13 1-07.13(3) Responsibility q�icted Work SGR-13 () Relief of Responsibility for Damage by Public Traffic 1-07.14 Responsibility for Damage SGR-13 1-07.14(1) Attorney's Fees, Costs, and Interest SGR-14 1-07.16(1) Private/Public Property SGR-14 1-07.16(3)SGR-14 A 1-07.16(3)6 Protection and Restoration of Existing Markers and Monuments SGR-15 Maintenance of Streets 1-07.17Utilities and Similar Facilities SGR-15 1-07.17(1) Interruption of Services SGR-15 1-07.18 Public Liability and Property Damage Insurance SGR-16 1-07.23 Traffic Control SGR-17 1-07.24 Rights-of-Way SGR-18 SGR-19 Rev. SGR-3 1-08 PROSECUTION AND PROGRESS SGR-19 1-08.1(1) Preconstruction Conference SGR-19 1-08.1(2) Subcontracting SGR-20 1-08.1(4) Reimbursement for Overtime Work of Contracting Agency Employees or Representatives SGR-21 1-08.2 Assignment SGR-21 1-08.3 Progress Schedule SGR-21 1-08.5 Time for Completion (Contract Time) SGR-22 1-08.6 Suspension of Work SGR-22 1-08.8 Extension of Time SGR-23 1-08.9 Liquidated Damages SGR-23 1-08.10(6) Removal of Equipment SGR-23 1-09 MEASUREMENT AND PAYMENT SGR-24 1-09.1 Measurement of Quantities . SGR-25 1-09.9(1) Progress Payments SGR-25 1-09.9(2) Retainage SGR-25 1-09.9(3) Contracting Agency's Right to Withhold and Disburse Certain Amounts SGR-26 SGR-4 INTRODUCTION TO THE SUPPLEMENTAL GENERAL REQUIREMENTS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 1994 edition, including the Section 1-99 APWA Supplement, as amended, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter the "Standard Specifications"). The Standard Specifications, as modified or supplemented by these Supplemental General Requirements, shall govem all of the Work. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. In case of conflict between the various elements of the Contract Documents, refer to Section 1-04.2 of these Supplemental General Requirements for order of precedence. Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highwegrsent edition Standard Plans for Road, Bridge and Municipal Construgtii68DOT/APWA, current edition City of Tukwila Standard Plans * IMPORTANT - PLEASE READ * The Supplemental General Requirements are documents that supplement, add new specifications, replace, or modify the Standard Specifications. For clarification of the purpose of the sections provided, these Supplemental General Requirements have the following added section descriptors: Supplement. Text supplements, slightly modifies, or adds clarification to the identified section of the Standard Specifications. New: Item/specification is unique to this project and will not be found in the Standard Specifications. Replacement A replacement of the entire identified section of the Standard Specifications. Modification A replacement of the identified sentence or paragraph of the Standard Specifications. SGR-5 SUPPLEMENTAL GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS These Supplemental General Requirements apply to all City of Tukwila construction contracts. 1-01.3 Definitions Supplement Whenever reference is made in the Standard Specifications to the State, Department, Department of Transportation, Secretary, Secretary of Transportation, State Treasurer, Commission, or Washington Transportation Commission, such reference shall be interpreted to mean the City of Tukwila (Owner) acting through its City Council, Public Works Department, employees, or duly authorized representatives, as applicable. Whenever the words "as directed", "as required", "as permitted", or words of the like effect are used, it shall be understood that the direction, requirement or permission of Owner and Engineer is intended. The words ''sufficient", necessary", 'propel", and the like shall mean sufficient, necessary or proper in the judgment of Owner and Engineer. The words "approved", "acceptable", 'satisfactory" or other words of like import shall mean approved by or acceptable to Owner and Engineer. Additive, Deductive One or more bid items/items of work which must be part of bid, but may be added or deleted by Owner when Contract is awarded. Alternate Bid A choice between two or more different methods or materials for performing the same work; a substitution. Consulting Engineer A licensed registered engineer or an authorized member of a licensed consulting firm or organization retained by Owner for the design and/or the construction engineering of a specific public works project. Contract Documents The Contract Documents shall consist of the parts of the complete contract as fisted in Section 1-04.2 of the Standard Specifications Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in property executed change orders. Supplemental General Requirements SGR-6 Days Days as used in these Supplemental General Requirements and the Special Provisions will be understood to meancalendar days unless otherwise stated. Engineer The City Engineer or his duly authorized representative who is a currently licensed registered engineer in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equivalent A manufactured article, material, method, or work, which in the opinion of Engineer, is equally desirable or suitable for the purposes intended in the Contract Documents, as compared with similar articles specifically mentioned therein. Owner The City of Tukwila and its authorized representatives, which is a party to the Agreement Also referred to in the Standard Specifications as Contracting Agency. Performance Bond Same as "Contract Bond" defined in the Standard Specifications. Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. Project The structure or improvement to be constructed in whole or in part through the performance of the Contract. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Rev. Supplemental General Requirements SGR-7 Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS Supplement The Bidder's/Contractor's attention is called to the Information for Bidders section of these Contract Provisions, which.is hereby made a part of these Supplemental General Requirements. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.2 Award of Contract Supplement The award of contract, if made, will be made to the lowest responsible bidder. No award will be made until necessary investigations are made by Owner as to the responsibility of the apparent low bidder. 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. A contract will not be awarded until Owner is satisfied that the lowest bidder is familiar with the class of work contemplated 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. Owner further reserves the right to award the contract for the work subject to budget restraints, Owner's successful completion of financing arrangements, or upon obtaining all licenses to construct from adjacent property owners. A Notice of Award will be forwarded by Engineer on behalf of Owner to the successful Contractor, which notice will also state the place .and date of the pre -construction conference. The Notice of Award will be accompanied by the Agreement form and Performance Bond to be signed by Contractor (and Surety as applicable) and returned to Owner within 10 calendar days from receipt, along with the applicable certificates of insurance. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract Supplement The intention of the documents is to include all labor, tools, materials, equipment, Tight, power, water, transportation, and other facilities necessary for the proper execution of the Work, except where material or equipment is specifically excepted or noted as being supplied by others. 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. Supplemental General Requirements SGR-8 Rev. Supplemental General Requirements SGR-9 1-05 CONTROL OF WORK 1-05.1 Authority of Engineer Supplement Engineer shall have authority to make minor changes in the work, not inconsistent with the purposes of the work. Engineer will be the sole judge in the question of "or equivalent" of any supplies or materials proposed by Contractor. Change item 10 in the second paragraph to read: Modification 10. Determination as to whether or not a contract time extension is warranted. 1-05.3 Plans and Working Drawings Supplement Shop drawings and/or catalog cuts shall be fumished by Contractor for all items indicated in various sections of the Contract Documents and as requested by Engineer. A minimum of 6 copies shall be submitted for Engineer's review; additional copies required by Contractor shall be submitted at the same time. Contractor's copies will be returned to him with the appropriate action. Drawings shall show the name of the project, the name of Contractor and, if any, the names of suppliers, manufacturers and subcontractors. Shop drawings shall be submitted promptly and in orderly sequence so as to cause no delay in prosecution of the Work. Within a reasonable period of time after receipt of said drawings, Engineer will retum two of the copies of the drawings to Contractor with any comments noted thereon. If so noted by Engineer, Contractor shall correct the drawings and resubmit 6 copies of them in the same manner as specified for the original submittals within one week after receipt of the reviewed drawings. Contractor, in the letter of transmittal accompanying resubmitted shop drawings, shall direct specific attention to any revisions other than the corrections requested by Engineer on previous submittals. Review by Engineer is only for general conformance with the design concept of the project and general compliance with the Plans and Specifications and shall not be construed as relieving Contractor of the full responsibility for providing materials, equipment and work required by the Contract, the proper fitting and construction of the Work; the accuracy and completeness of the shop drawings; selecting fabrication processes and techniques of construction; and performing the Work in a safe manner. One copy of all approved shop drawings shall be kept constantly accessible at the construction site. No portion of the Work requesting a shop drawing submittal shall be commenced until the submittal has been reviewed by Engineer and returned to Contractor with a notation indicating that resubmittal is not required. Rev. Supplemental General Requirements SGR-10 If Contractor believes that any shop drawing or communication relative thereto calls for changes in the Work for which the Contract amount or time for completion should be changed, he shall not proceed with the changes in the Work so called for and shall promptly notify Engineer in writing of his estimate of the changes in the Contract amount and time for completion he believes to be appropriate. No payment for changes in the Work will be made and no change in the time for completion by reason of changes in the Work will be made, unless the changes are covered by a written change order approved by Owner in advance of Contractor's proceeding with the changed Work. All authorized alterations affecting the requirements and information given on the Plans shall be in writing. No changes shall be made to any plan or drawing after the same has been stamped by Engineer 'No Exceptions Taken". Add the following to the second paragraph: All such drawings, specifications and copies thereof prepared or furnished by Engineer are his property. The are not to be used on other work. 1-05.3(1) Contractor -Requested Alternate Design or Materials New In the event that Contractor shall request, or submit, an alternate design or material for some portions of his work, Engineer will consider such alternative designs with reasonable promptness. Such request for either a design review from altemate plans submitted by Contractor, or request for a redesign initiated by Contractor, as set forth above, shall be made in writing to Engineer. When Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. For each proposed substitution, Contractor shall submit samples, descriptive and technical data, and reports of tests to Engineer for approval. Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be fumished or installed without Engineer's written approval. Provided that such proposed alternate design or requested redesign appears reasonable and satisfactory to Engineer, Engineer will perform an engineering review of the proposed alternate design, or if requested by Contractor, Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating list 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 redesign as requested by Contractor if performed by Owner or its authorized representatives will be billed to Contractor at the rate of 3 times the direct payroll costs, plus direct expenses. Contractor shall reimburse Owner for any resulting additional engineering charges and for any charges for changes in the work of other contractors resulting from such substitution. 1-05.5 Construction Stakes Supplement The Contractor shall provide for setting survey stakes and points, unless otherwise stated in plans and specifications. Contractor requests for survey stake verifications shall be made in writing at least 2 working days before Engineer needs to begin the verification. Delays by reason of lack of request for verification are deemed a risk to Contractor and shall not be the basis for claims for additional compensation. Rev. Supplemental General Requirements SGR-11 Engineer will provide the horizontal and vertical control survey data for staking during the construction of the project. The Contractor shall employ the services of a professional survey company; surveyors must as a minimum, be supervised by a PLS. Engineer will not provide construction staking to Contractor unless requested to do so and an agreement for services based on the following rates is entered into. 2 person survey crew 3 person survey crew $100 per hour $150 per hour Any reimbursement for staking not made at the completion of the project will be deducted from the final payment made to Contractor. It shall be the responsibility of Contractor to check all measurements shown on the Plans before proceeding with the Work. Any discrepancy between the Plans and the construction staking shall be reported at once to Engineer. Contractor shall be responsible forany mistakes and Toss or damage which may arise from absence, destruction, removal, or disturbance of bench marks, reference points, and stakes. 1-05.7 Removal of Defective and Unauthorized Work Supplement Contractor shall promptly replace and re -execute his own work in accordance with the intent of the Contract and without expense to Owner and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re-execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. If Contractor does not remove such condemned work and material within the period described above, Owner may also remove and store any such material at the expense of Contractor. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from monies due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1-05.10(1) One -Year Guarantee Period New Contractor shall be responsible for correcting all defects in workmanship and material within one year after Final Acceptance of this work by Owner. Contractor shall start work to remedy such defects within 7 calendar days of written notice of discovery thereof by Owner and shall complete such work within the time stated in the notice. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by Owner, in which case the cost shall be bome by Contractor. In the event Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by Contractor. Rev. Supplemental General Requirements SGR-12 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 Owner. 1-05.11(3) Operational Testing Supplement As called for in the Standard Specifications and Supplemental General Requirements, or if called for in the Special Provisions, or upon Engineer's request, Contractor shall make reasonable tests of the work at his own expense, and shall maintain a record of such tests. Prior to the time scheduled for a performance test to be observed by Engineer, Contractor shall make whatever preliminary tests are necessary to assure that the material and/or equipment are in accordance with the Contract Documents. Where the Contract Documents, Engineer's instructions, laws, ordinances, or any govemment authority require any work to be specially tested, or inspected, Contractor shall give Engineer timely notice that such test or completed work is ready for inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer timely notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1-05.14 Cooperation with Other Contractors Supplement Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate his work with theirs. Other utilities, districts, agencies, and/or contractors who may be working within the project area are as follows: 1. Washington Natural Gas Company 2. Puget Sound Power and Light Company 3. TCI Cablevision of Washington 4. City of Tukwila 5. U.S. West Communications 6. Seattle City Light 7. Val Vue Sewer District 8. Metro 9. Water District 125 10. Highline Water District 11. Seattle Water Department 12. Washington Department of Transportation 1-05.14(A) Notifications Relative to Contractor's Activities New Notification shall be written, with a copy delivered to the Engineer prior to the commencement of work, and must be in such detail as to give the time of the commencement and completion of work, names of streets or locations of alleys to be closed, schedule of operations, routes of detours where possible. The Contractor shall also notify the following listed agencies and individuals, prior to commencement of the work, and submit to these agencies the name(s) of the construction superintendent in responsible charge, or other individuals having full authority to execute the orders or directions of the Engineer, in the event of an emergency. Supplemental General Requirements SGR-13 The following addresses and telephone numbers of public and franchise utilities and city services are supplied for the Contractor's convenience. City of Tukwila Fire Department 6200 Southcenter Boulevard Tukwila, Washington 98188 Telephone: (206) 575-4404 City of Tukwila Police Department 6200 Southcenter Boulevard Tukwila, Washington 98188 Telephone: (206) 433-1808 City of Tukwila Maintenance 6200 Southcenter Boulevard Tukwila, Washington 98188 Attn: Mr. Ted Freemire Telephone: (206) 431-1860 Val Vue Sewer District 14816 Military Road South P.O. Box 68063 Seattle, Washington 98168 Attn: Mr. Terry Matelich Telephone: (206) 242-3236 TCI Cable -Seattle 15241 Pacific Highway South Seattle, Washington 98188 Attn: Phil Barbieri Telephone: (206) 433-3434 U.S. West Communications 300 S.W. Seventh Street Renton, Washington 98055 Attn: Ken Stoner Telephone: (206) 345-3399 Seattle City Light 1015 Third Avenue Seattle, Washington 98104-1198 Attn: Bob Garcia Telephone: (206) 386-1674 Metro/Sewer 821 Second Avenue Seattle, Washington 98104 Attn: Mr. Rich Putney, M.S. 188 Telephone: (206) 684-1291 Metro/Bus 1270 - 6th Avenue S, MS -QS Seattle, Washington 98134 Attn: Mary Malcomb Telephone: (206) 684-2732 Washington Natural Gas Company P.O. Box 1869 Seattle, Washington 98111 Attn: Mr. Joe Jainga Telephone: (206) 622-6767 1-05.18 Contractor's Daily Diary New The Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work This Diary will be created by pen entries in a hard -bound diary book of the type that is commonly available by the commercial outlets. The Diary must contain the Project and Number, if the Diary is in loose-leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. Rev. Supplemental General Requirements SGR-14 At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work on the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors worrion-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omisiaigiage numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or his representative on the job site will also complete a Daily Construction Report. Rev. Supplemental General Requirements SGR-15 1-06 CONTROL OF MATERIAL 1-06.1 Source of Supply and Quality of Materials Supplement The materials and equipment lists submitted to Engineer at Preconstruction Conference 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 Engineer as to conformity with the Contract Documents. Engineer will review the lists with reasonable promptness, making required corrections. Contractor shall make any required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineers review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose; nor for deviations from the Contract Documents. 1-06.1(1) Materials and Equipment Furnished by Owner New Contractor shall receive, inspect, and accept all Owner-fumished items of material and equipment, subject only to latent defects. Claim by Contractor to Owner shall be made in writing within 7 calendar days after discovery of any latent defect Damages or Toss 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 fumishing 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 Owner against the supplier. Owner shall include in his claim the amount of damage to 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 fumishing facts or data to assist Contractor in prosecuting such action. Delays in delivery of Owner-fumished materials or equipment shall not be cause for claims 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. 1-06.2(1) Samples and Tests for Acceptance Supplement The Contractor is responsible for all material testing and sampling, unless otherwise stated in plans or specifications. The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. The required testing frequency shall comply with the WSDOT Construction Manual, Chapter 9. Rev. Supplemental General Requirements SGR-16 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Supplement Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and he shall designate as Safety Engineer 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. ' Contractor shall, at all times, enforce strict discipline and good order among his employees and shall not employ any person unfit or not skilled in the work assigned to him or her. Employees or subcontractors of Contractor who, in the opinion of Engineer, may impair the quality of the construction shall be discharged by Contractor immediately upon the written request of Engineer. During the term of this Contract, neither party shall employ nor hire any employee of the other party, nor of Engineer, without written consent of the other party or of Engineer. 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 Owner or Engineer and shall also be liable to 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. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 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 Engineer in writing, and any necessary changes shall be made as provided in the Contract for changes in work. If Contractor performs any work contrary to such laws, ordinances, rules and regulations or prior to obtaining permits, permission under franchises, licenses and/or bonds as required to be fumished by or obtained by Owner, he . does so at his own risk and without payment or reimbursement therefor from Owner. 1-07.1(1) Prevention of Environmental Pollution and New Preservation of Public Natural Resources In addition to the requirements of Section 1-07.1 of the Standard Specifications, Contractor shall comply with the following environmental provisions which are made a part of the Contract Documents. • City of Tukwila Municipal Code Chapter 8.22 - Noise If Contractor's operations involve work outside the areas covered by these environmental provisions, he shall advise Engineer and request a fist of any additional environmental provisions covering the area involved. A copy of the environmental provisions is also available to Contractor at Engineer's office. Supplemental General Requirements SGR-17 1-07.6 Permits and Licenses Supplement The easements and license to construct documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and licenses to construct, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and licenses to construct. Contractor shall fully restore all property within the easements or licenses to construct See also Section 1-07.16 of these Supplemental General Requirements and the Special Provisions. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by 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. 1-07.9(5) Required Documents Supplement Contractor is reminded of the requirements to file, and give Engineer copy of, 'Statement of Intent to Pay Prevailing Wages" at the beginning of the project; and the "Affidavit of Prevailing Wages Paid" before completion. Contractor must also submit for all projects, regardless of funding source, weekly certified payrolls within 10 calendar days of the end of the preceding weekly payroll period. The above informationlforms must be submitted for or by Contractor and all subcontractors and lower -tier subcontractors per RCW 39.12. 1-07.13(2) Relief of Responsibility for Completed Work Replacement Contractor shall bear the risk of Toss or damage for all finished or partially finished work until Final Acceptance of the entire Contract. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic Modification Change the first sentence to read: When it is necessary for public traffic to utilize a highway facility during construction, the Contractor may be relieved of responsibility for damages to permanent work by public traffic under the following circumstances: Rev. Supplemental General Requirements SGR-18 1-07.14 Responsibility for Damage Modification In the first sentence of the first paragraph, change the words 'State, Commission, Secretary" to "Owner and Consulting Engineer and their officers and employees". Delete the first sentence of the third paragraph and replace it with the following: Contractor shall indemnify, defend and hold harmless Owner, its officers, agents and employees, and Consulting Engineer, its officers, agents, and employees, from all claims, losses or liability, including attomey's and expert witness fees, arising from injury to or death of any persons or damage to private or public property, or damages resulting from construction of the Work or in consequence of any negligence regarding the Work, or the use of any improper materials in the Work, caused in whole or in part by any act, omission or failure of Contractor, its officers, agents and employees, during performance of the Work or at any time before Final Acceptance. With respect to the performance of the Work and as to claims against Owner, its officers, agents and employees, Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of Contractor. This waiver is mutually negotiated by the parties. 1-07.14(1) Attorney's Fees, Costs, and Interest New Contractor shall reimburse Owner for attomey's fees, whether incident to suit or not, court costs, and other expenses incurred by Owner in enforcing any provision of this Contract or made necessary by any default of Contractor. Any charge by Owner to Contractor, pursuant to the terms of this Contract shall bear interest at the rate of 8% per annum from the date of demand by Owner, except that, if such claims are satisfied from funds withheld by Owner from Contractor, no interest shall be charged. 1-07.16(1) Private/Public Property Supplement Contractor's work shall be confined to Owner's premises, including easements, licenses to construct 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 Owner. Contractor shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority or local conditions. Rev. Supplemental General Requirements SGR-19 1-07.16(3)AProtection and Restoration of Existing Markers New and Monuments All existing survey monuments and property comer markers shall be protected from movement by Contractor. All existing markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by Contractor. All existing property comer markers disturbed or removed by Contractor's operations which, in the opinion of Engineer, were not required to be removed for construction purposes shall be replaced, at Contractor's own expense, by a Professional Land Surveyor registered in the State of Washington. Resetting of property comers for which there is no Record of Survey or Short Plat filed with the County Auditor may require exhaustive and expensive resurvey. 1-07.16(3)BMaintenance of Streets New 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. Contractor shall Olean and sweep streets at the end of each working day. 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 premises shall be maintained in a neat and workmanlike condition. In the event Contractor fails to conform to these requirements, Owner shall have the right to have the work done by others and the cost shall be deducted from moneys due to Contractor in accordance with Section 1-05.8 of the Standard Specifications. 1-07.17 Utilities and Similar Facilities Supplement Existing utilities indicated anywhere on the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site is based on information and data fumished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. Owner and Engineer assume no responsibility for improper locations or failure to show utility locations on the Plans. It is to be understood that other aboveground or underground facilities not shown on the Plans may be encountered during the course of the work. Contractor shall check with the utility companies conceming any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. Contractor shall resolve all crossing and clearance problems with the utility company concemed. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. Rev. Supplemental General Requirements SGR-20 CONTRACTOR SHALL HAVE ALL UTILITIES FIELD MARKED BEFORE STARTING WORK. At least 2 working days prior to commencing any excavations for the conduit, utility potholing, or any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone, number 1-800-424-5555, of his planned excavation and progress schedule. Contractor is also wamed that there may be utilities on the project that are not part of the One CaII system. They must be Rev. Supplemental General Requirements SGR-21 the Consulting Engineer as additional insureds and shall be primary coverage, with any insurance carried by Owner classified as additional coverage. Insurance limits shall be no less than the following unless Owner, in the exercise of reasonable discretion given the nature of the project, requires higher limits: Type of Insurance Required Coverage Manufacturers' and Contractors' (Bodily Injury) Manufacturers' and Contractors' incl. Completed Operations (Property Damage) Owners' and Contractors' Protective (Bodily Injury) Owners' and Contractors' Protective (Property Damage) Blanket Contractual (Bodily Injury) Blanket Contractual (Property Damage) Comprehensive General (Bodily Injury) Comprehensive General (Property Damage) Automobile (Bodily Injury) Builder's Risk All Risk Coverage $500,00 Each Person $1,000,000 Each Occurrence $500,000 Each Person $1,000,000 Aggregate $500,000 Each Person $1,000,000 Each Occurrence $500,000 Each Person $1,000,000 Aggregate $500,000 Each Person $1,000,000 Each Occurrence $500,000 Each Person $1,000,000 Aggregate $500,000 Each Person $1,000,000 Each Occurrence $500,000 Each Occurrence $1,000,000 Aggregate Operations $1,000,000 Aggregate Protective $1,000,000 Aggregate Products $1,000,000 Aggregate Contractual $500,000 Each Person $1,000,000 Each Occurrence $ 1,000,000 Each Occurrence Automobile $500,000 Each Occurrence (Property Damage) Explosion, blasting, collapse, and destruction of $1,000,000 Each Occurrence underground utilities (X.C.U.) In addition to liability and property damage insurance, 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 Owner and Consulting Engineer as additional insureds. All required insurance policies shall be maintained in full force throughout this Contract and until Final Acceptance. Rev. Supplemental General Requirements SGR-22 All insurance policies shall contain a provision prohibiting reduction in limits or cancellation of said policy except upon 30 days prior written notice by certified mail to Owner. Certificates of coverage on ACORD forms as required by Section 1-07.18(4) of the Standard Specifications shall be delivered to Owner prior to or with the signed Agreement. 1-07.23 Traffic Control Supplement Traffic control devices and their use shall conform to City of Tukwila standards and the Manual on Uniform Traffic Control Devices Contractor shall prepare Traffic Control Plans to be submitted to Engineer at Preconstruction Conference for approval before beginning work. Whenever changes or additions to the Plans are necessary, Contractor must submit the revised Plan in writing to Engineer at least 2 working days before starting the affected work. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall maintain the roads during construction in a suitable condition to not adversely affect vehicular or pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. During periods of work stoppage a traffic control plan shall be approved by Engineer to keep the existing traveled lanes and pedestrian access open. Traffic control plans for lane closures and pedestrian movements shall be submitted to the Owner. 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 incidental 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, Contractor shall provided all flaggers, waming signs and barricades as are required by the MUTCD or by Engineer. At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non -working hours. It shall be Contractor's responsibility to provide all necessary waming signs, lights, barricades, etc., as specified. Contractor shall fumish flaggers certified by Washington State and all necessary waming signs for flagging operations as necessary to insure safe movement of traffic and pedestrians. Contractor shall furnish, place and maintain all necessary signs, barricades and warning lights. All signs and barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. Contractor shall submit a traffic control plan to Engineer for approval prior to commencing his operations. Temporary Patching. At utility crossings a temporary patch or steel plates shall be placed over unfinished portions of work that will affect traffic in any way at the end of each working day. Material for these temporary patches shall be MC Cold Mix. Steel plates must be anchored. The cost for temporary cold patches or steel plates shall be included in the unit price per ton for "Cold Mix". Rev. Supplemental General Requirements SGR-23 Rev. Supplemental General Requirements SGR-24 Suspension of work, time extensions Change orders Progress estimates Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the work Processing and administration of public complaints Easements and rights of entry Other contracts ❑ These materials MUST bebrought to the preconstruction conference for discussion followed by Engineer Review. The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.1(2) Subcontracting Supplement Written requests for approval of subcontractors or for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that he is fully responsible to Owner for the acts and omissions of all subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the 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. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.1(4) Reimbursement for Overtime Work of Contracting Supplement Agency Employees or Representatives Should 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 Contractor, at 3 times payroll costs. Such charges will be billed directly to Contractor by Owner and said costs shall be a lien against Contractor's work. In the event Contractor fails to pay said bill or bills by the 30th day of the month billed, such payments may be handled in accordance with Section 1-09.9(3) of these Supplemental General Requirements. 1-08.2 Assignment Modification Change the second paragraph to read: Contractor shti not assign any moneys due or to become due to him hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all set offs, withholdings, and deductions required by law and the Contract. Rev. Supplemental General Requirements SGR-25 1-08.3 Progress Schedule Supplement The progress schedule for the entire project shall be submitted at the Preconstruction Conference. It shall show all elements of the project. The schedule should use the critical path method, using Microsoft Project or equivalent software. The schedule shall also include: • the dates of submission for approval of drawings as may be required • show coordination of work of Contractor with work of other contractors, especially in respect to availability of job sites • the anticipated amount of each monthly payment that will become due to Contractor • allowance for average inclement weather (time extensions due to inclement weather will not be allowed) Contractor shall allow in his schedule necessary time for any work required by private and Owner's utilities to locate, monitor, and adjust their utilities as required. Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer in the interest of public safety and welfare or of 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 Contractor shall provide such revised schedule within 10 days of request. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week. Failure to Maintain Progress Schedule. 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 progress in accordance with the approved schedule shall constitute a breach of Contract and shall constitute reason for invoking pertinent portions of the Standard Specifications and Supplemental General Requirements. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for fumishing and making available all or any portion of the job site from time to time, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.5 Time for Completion (Contract Time) Replacement Rev. Supplemental General Requirements SGR-26 The Work shall be physically completed in its entiretywithin the time specified in the Contract Documents or as extended by Engineer. The Contract Time is stated in calendar days, shall begin on the Notice to Proceed Date, and shall end on the Contract Completion Date. The Contract Time has been established to allow for holidays, and periods of normal inclement weather which, from historical records, are to be expected during the Contract Time, and during which periods, work is anticipated to be performed. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. 1-08.6 Suspension of Work Supplement Contractor shall not suspend work under the Contract without the written order of Engineer. Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Such suspension of the work by Engineer shall not fumish any ground for claim by Contractor for damages or extra compensation, but the period of such suspensions shall be taken into consideration in determining the revised date for completion as hereinafter provided. The question as to the necessity of discounting any portion of the work by reason of unfavorable weather conditions shall be determined by Engineer. Rev. Supplemental General Requirements SGR-27 Upon failure of Contractor to carry out the orders of Engineer or to perform work under the Contract in accordance with its provisions, 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 fumish any ground to Contractor for claiming an extension of time or extra compensation and shall not release Contractor from damages of liability from failure to complete the work properly and within the time prescribed. 1-08.8 Extension of Time Modification Change item 1 of the second paragraph to read: 1. Abnormally unsuitable weather, provided that Contractor had filed a timely written request for extension of time per Section 1-08.8 of the Standard Specifications. Add the following to the list after the fourth paragraph: Engineer's delay in or failure to fumish Contractor -requested or other supplemental drawings, unless Contractor shall have given 2 weeks notice of the need for such drawings and not then unless claim of need for such drawings is reasonable. If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate 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 original Contract Work on time. 1-08.9 Liquidated Damages Supplement Liquidated damages will be calculated as shown in this section of the Standard Specifications for every calendar day said work remains uncompleted after the expiration of the contract time in order to compensate Owner for delay. In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at the rate of three times direct payroll costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1-08.10(6) Removal of Equipment New In case of the termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by Owner, shall promptly remove any part of or all of his equipment and supplies from the property of Owner and, if Contractor fails to do so within 5 calendar 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. Rev. Supplemental General Requirements SGR-28 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Supplement Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. Cubic Yard Quantities. 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. 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 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: 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street 5. Place for Engineer to acknowledge receipt It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project The tickets shall bear at least the following information: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truck Toad weight in tons (stamped at source) 4. Net Toad weight (stamped at source) 5. Driver's name and date 6. Location for delivery by street and stationing on each street 7. Place for receipting by the inspector 8. Pay item number 9. Contract number Rev. Supplemental General Requirements SGR-29 1-09.9(1) Progress Payments Supplement Within 7 calendar days of the progress estimate cutoff date, Contractor shall submit to Engineer 3 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 other such evidence of Contractor's right to payment as Engineer may direct Contractor shall be entitled to monthly progress payments corresponding to the stage of work. Progress estimates will be prepared by Engineer not later than 30 calendar days after commencing work, and every 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 apayments. Owner shall also deduct from each monthly progress payment for any charges against Contractor authorized by this Contract. Cost of materials, properly stored, protected and insured at the site of the work will be paid on monthly estimates only when provided for in the Special Provisions, and then only for the specific materials listed therein for partial payment In preparing the monthly estimates, advancement will be made therein for 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 $500.00. All materials must conform to the requirements of Rev. Supplemental General Requirements SGR-30 Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers 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 fumish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the 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. 1-09.9(3) Contracting Agency's Right to Withhold and Disburse Supplement Certain Amounts Add the following to item 7: h. Failure of Contractor to make payments properly to subcontractors or suppliers of material or labor. i. Failure of Contractor to fumish invoices to support application for payment for materials not incorporated in the work but delivered and suitably stored at the site. 8. Claims filed or written notice that valid claims will be filed. 9. Liquidated damages, inspection and engineering charges, or other claims against Contractor by Owner. 10. Expenses, including court costs and legal fees, whether or not incident to suit, incurred by Owner due to any default of Contractor. 11. Reasonable doubt that the Contract can be completed for the balance still unpaid. Rev. SPECIAL PROVISIONS SP -32 SPECIAL PROVISIONS - CONTENTS INTRODUCTION SP1 DIVISION 1 GENERAL REQUIREMENTS 1-05 Control of Work SP -iii 1-07 Legal Relations and Responsibilities to the Public SP -iii 1-09 Mobilization SP -iv DIVISION 2 EARTHWORK 2-12 Bank Excavation ' SP -v 2-13 Access Road Construction SP -v DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01 Production from Quarry and Pit Sites SP -vii DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 Erosion Control SP -viii 8-02 Roadside Planting SP -x 8-15 Rip Rap SP-xii 8-16 Large Woody Debris SP-xiii MEASUREMENT AND PAYMENT APPENDIX A WAGE RATES APPENDIX B STANDARD PLANS AND DETAILS APPENDIX C PERMITS Special Provisions SP -33 INTRODUCTION TO THE SPECIAL PROVISIONS The following Special Provisions shall be used in conjuction with the Standard Specifications and the City of Tukwila Supplemental General Requirements. The Standard Specifications, as modified or supplemented by the Supplemental General Requirements and these Special Provisions, shall govem all of the Work. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications or Supplement General Requirements is meant to pertain only to that particular portion of the section, and in no way should be interpreted that the balance of the section does not apply. In case of conflict between the various elements of the Contract Documents, refer to Section 1-04.2 of the Supplemental General Requirements for order of precedence. DESCRIPTION OF WORK The work to be performed under this Contract consists of fumishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be fumished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall includthe following: February 8, '96 FEMA Flood Event - E. Marginal Way S./ S. 104th St. Riverbank Slougt(MOJECT NO. 96-DR09}: 0.0 The Work to be performed within 60 calendar days from the date of Notice to Proceed consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: Stabilization of approximately 40 linear feet of riverbank on the Green River including, but not limited to, building of approximately 50 linear feet of access raazhstruction of rock toe key and vegetated geogrid, installation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. February 8, '96 FEMA Flood Event - PARK TRAIL REPAIR (left bank, Duwamish River) between E. MARGINAL WAY S. & PACIFIC HIGHWAY S. PROJECT NO. 96-DR10): The Work to be performed within 60 calendar days from the date of Notice to Proceed consists of furnishing all materials, equipment, tools, labor, and other work or items incidental thereto for: Stabilization of approximately 80 linear feet of riverbank on the Duwamish River including, but not limited to, construction of rock toe key and vegetated geoglickting of treesinstallation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. *IMPORTANT - PLEASE READ* These Special Provisions supplement; add new, replace, or modify the combined Standard Specifications and Supplemental General Requirements. For clarification of the purpose of the sections provided, these Special Provisions have the following added section descriptors: Special Provisions SP -34 Supplement Text supplements, slightly modifies, or adds clarification to the identified section of the Standard Specifications or Supplemental General Requirements. New: Item/specification is unique to this project and will not be found in the Standard Specifications or Supplemental General Requirements. Replacement A replacement of the entire identified section of the Standard Specifications or Supplemental General Requirements. Modification: A replacement of the identified sentence or paragraph of the Standard Specifications or Supplemental General Requirements. Special Provisions SP -35 DIVISION 1 GENERAL REQUIREMENTS 1-05 CONTROL OF WORK 1-05.5 Construction Stakes Supplement The Contractor shall stake all rights -of -entry, cuts and fills, and site benchmark. The Contractor shall cross-section the bank every 50 feet on center before and after construction. The Contractor shall provide the City two sets of plotted cross-sections with excavation quantities and calculations shown. Third order surveying is acceptable to the nearest 0.10 -foot. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.6 Permits and Licenses Supplement The City of Tukwil'ublic Works Departmerftas obtained a Hydraulic Project Approval for this project and the Contractor shall comply with all provisions of this approval, including any time limittetb? lbe Public Works Department has issued a Flood Zone Control Permit for the Project. Finally a Corps of Engineers Nationwide Permit shall apply to this permit. A copy of these permits are attached and conditions under which these permits were issued shall apcollycontacts with the Department of Fisheries and/or Wildlife concerning this approval and its time limitations shall be through the Engineer. The provisions of the approval are outlined in Appendix C of this document. 1-07.15 Temporary Water Pollution/Erosion Control Supplement This work shall consist of temporary measures which may be shown in the plans, specified in the Special Provisions, proposed by the Contractor and approved by the Engineer, or ordered by the Engineer during the life of the contract This work is intended to provide prevention, control and abatement of water pollution/erosion within the limits of the project, and to minimize damage to the work, adjacent property, river and to other bodies of water. Materials Sandbags Sandbags shall consist of sand placed in sacks made of at least 10 -ounce burlap and having a. capacity of two bushels. Each sack shall be filled with approximately one cubic foot of sand. Where water tightness is required, a blend of 3 parts sand to 1 part bentonite clay shall be used. Haybales Bales of hay for sedimentation control shall be sun dried and bundled with 12 gauge galvanized steel wire. Each bale shall be secured into the ground with two 2" x 4" stakes driven to a minimum depth of 24 inches. Filter fabric fence Special Provisions SP -36 The filter fabric fence shall prevent soil carried by runoff water from going beneath, through or over the top of the silt fence, but shall allow the water, without soil, to pass through the fence. Approved filter fabrics are Mirafi 140, Bidim or approved equal. 1-07.23 Traffic Control The Contractor shall submit an access plan to the City for approval by the Engineer prior to beginning any construction. 1-09.7 Mobilization Supplement Mobilization shall include, but not be limited to, the following items—the movement of the Contractor's personnel, equipment, supplies, project signs and incidentals to the project site; the establishment of his office, buildings and other facilities necessary to work on the project providing sanitary facilities for the Contractor's personnel; obtaining pemiits or licenses required to complete the project not fumished by the Owner, and other work and operations which must be performed or costs that must be incurred. Special Provisions SP -37 aDIVISION 2 EARTHWORK Special Provisions SP -38 The access road shall be constructed by grading the existing landscape to provide vertical access to the project site. Material may be excavated and/or imported as needed to construct the road, but shall be kept to the minimum required. The Contractor must infomi the Engineer and get the Engineer's approval for any excavation or fill work planned in constructing the access road. When construction is complete, the access road shall be regarded and restored to its original state. Fill material shall be native material, if available, or imported gravel borrow, if needed. Excess materials shall be hauled off the site and disposed of by the Contractor at his expense. The Fort Dent II parking lot shall be restored to its existing condition prior to construction of the access road. Special Provisions SP -39 DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor -Furnished Material Sources Section 3-01.4 of the Standard Specifications is supplemented with the following: Supplement No source has been provided for any materials necessary for the construction of this improvement. Contractor shall submit a materials source list for approval by the Engineer as outlined in Section 1-06 of the Supplemental General Requirements. • If the source of materials provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of the haul routes. 3-01.6 Payment Any work performed by the Contractor under Division 3 shall be considered incidental to the fumishing of materials. All costs of acquiring, producing and placing this material shall be incidental to and included in the unit contract prices for the various items involved. Special Provisions SP -40 DIVISION 8 8-01 EROSION CONTROL 8-01.1 Description This work shall consist of constructing a rock toe key and vegetated geogrid to stabilize the riverbank as shown on the plans. Work includes preparing slopes, placing and compacting backfill material. Work above the top of slope includes seeding, fertilizing and mulching all graded and disturbed areas. All work shall be in accordance with these specifications and as shown in the plans or as designated by the Engineer. 8-01.2 Materials Modification Materials shall meet the requirements of the following sections: Quarry Spalls Heavy Loose Rip Rap Light Loose Rip Rap Gravel Borrow Seed 9-13.6 9-13.1(1) 9-13.1(2) 9-30.14 Seed mix shall be certified seed composed of the following varieties and proportions: 30% Hard Fescue 20% Red Fescue 25% Chewing Fescue 15% Perennial Rye 10% White Clover Fertilizer Fertilizer shall be 10-20-20 (N -P -K) with 50% of nitrogen derived from slow release urea form. Mulch Hydroseed mulch material shall be wood cellulose fiber meeting the requirements of Section 9- 14.4(2) of the Standard Specifications. Mulch for shrubs shall be organic mulch meeting the requirements of Section 9-14.4(3) of the Standard Specifications. Tackifier Tackifier shall be Ero-Bond or approved equal. Special Provisions SP -41 Geotextile Fabric Geotextile fabric for vegetated geogrid construction shall be a 100% natural lightweight spun coir 8-01.3(12) Vegetated Geogrid Special Provisions SP -42 Begin construction at the top of the quarry spall filter pad. Place a 6- to 8 -inch layer of backfill material with a layer of live branches over quarry spall fitter pad. Live branches shall be in accordance with Section 8.02.2. The branches shall be placed in a random, crosswise pattem so that the individual pieces are covered with soil as far as possible. The butt ends should angle down slightly into the slope and the tips should protrude slightly beyond the face of the slope. Branches shall be mixed so branches of different species, age and thickness are randomly placed in each layer. The branches shall be covered with a layer of backfill material and lightly compacted to remove air pockets and work the soil in and around the cuttings. When backfilling, the 10 to 15 degree backslope shall be maintained. Thoroughly wet each layer of branches and backfill material when constructed. A geotextile layer shall be placed over each layer of live branches. The geotextile shall be secured to the bank with 18 -inch long construction stakes placed 6 feet on center. The construction stakes shall be made of nontreated wood, 1 -inch by 2 inches in section. Place and compact backfill material to create 24 - inch lifts maintaining a 10 to 15 degree backslope with each lift Pull the geotextile fabric over the backfill material and secure it by staking it into native ground placing stakes 6 feet on center. Extra material at the end points of the lift shall be folded and staked to lap and tuck the material into place. The process shall be repeated with alternating layers of live branches and backfilled geogrid. The final layer shall be a geogrid layer with 2 inches of backfill material placed over the geogrid. The upper bank shall be seeded and planted as shown on the plans. 8-02 ROADSIDE PLANTING 8-02.1 Description Modification This work shall consist of planting to restore areas above the top of slope disturbed during construction. 8-02.2 Materials Live Nonrooted Cuttings Live cuttings shall be shoots from shrubs of the species identified on the plans from within a half mile radius of the project site. Shoots shall be cut.cleanly on the diagonal by shears or saw, not by hatchet and shall be free of disease. The shoots are to be straight, 48 inches in length, minimum 1/2 -inch in diameter, cut from the lower two-thirds of the branch, not the top. The top of each cutting shall be 1 inch above a leaf bud, the bottom cut 1 inch below a leaf bud. All leaves and twigs shall be stripped from the cutting. Material source of live cuttings shall be submitted by Contractor for approval prior to preconstruction meeting. Cuttings shall be brought to the site bundled and tagged with the day of harvest. Special Provisions SP -43 Special Provisions SP -44 Actual planting shall follow the digging of holes as rapidly as possible so that the excavated soil does not dry out. Fertilizer shall be placed in the bottom of the pit and covered with at least 2 inches of soil. Plants shall have a 1.5 -inch soil cover over the root system. Care shall be taken to use only the moist soil excavated for the backfill. Backfill shall be tamped firmly to eliminate all voids and to obtain good contact, but not overcompaction between the root systems and the native soils. Excess soils shall be smoothed and firmed around the plants leaving a slight depression to collect rainfall. Cut or remove containers only when ready to plant Plants shall not be out of their containers for more than 30 minutes before being planted and watered. Complete planting of each plant promptly and water immediately after plantings. Container plants shall not be handled by tops, stems or trunks at any time. Contractor shall provide a warranty for the first year of plant establishment which includes replacement of any plants that do not survive. Acceptance of the plantings by the City will be contingent upon a 75% survival rate after one (1) year of growth time. 8-02.3(7) Property Restoration Property restoration will include fine grading and planting of landscaped areas disturbed by the Contractor due to construction operations. Grass areas shall be restored with seeding, unless directed otherwise by the Engineer. 8-15 RIP RAP 8-15.1 Description Modification This work shall consist of fumishing and placing rip rap protection to stabilize the riverbank at the locations and in conformity with the lines and dimensions shown in the plans or established by the Engineer. 8-15.3(1) Excavation for Rip Rap Modification The existing riverbanks shall be graded to a 2H:1V reasonably smooth side slope and the toe shall be excavated to the limits shown on the plans. All excavation required to place the rip rap shall be classified, measured and paid for as bank excavation in accordance with Section 2-10. 8-15.3(2) Loose Rip Rap Addition Light loose rip rap shall be placed over the fitter blanket to the lines and grades shown on the plans. Care must be exercised when placing the rip rap to ensure the blanket is not ruptured or displaced. . Special Provisions SP -45 8-16 LARGE WOODY DEBRIS 8-16.1 Description This work shall consist of fumishing and installing large woody debris for fish habitat enhancement at the locations and in conformity with the details shown in the plans or established by the Engineer. Addition 8-16.2 Materials Tree Trunks Tree trunks for large woody debris shall be untreated Douglas Fir or Western Red Cedar trees 20 to 30 feet long and 24 -inch minimum diameter, with root wad at one end. The trees shall be in good condition with minimal decomposition as approved by the Engineer. Rounded Gravel Rounded gravel shall be washed 1/4 -inch to 3 -inch in size, with smooth rounded edges. The rock shall be hard, sound and durable. Light Loose Rip Rap Light loose rip rap shall meet the requirements outlined in Section 9-13.1(2) of the Standard Specifications. Anchoring Rocks Anchoring rocks shall be 3 to 5 feet minimum diameter rocks free from segregation, seams, cracks and other defects tending to destroy its resistance to weathering, and decrease its structural integrity. 8-16.3 Construction Requirements 8-16.3(1) Installation of Large Woody Debris Large woody debris shall be installed at the locations shown on the plans and approved by the Engineer. The tree trunk shall be placed such that the root end will protrude 5 to 8 feet beyond the edge of the rock to key, at a 30 degree angle to the bank line pointing upstream and at a 2 to 10 degree angle downward towards the streambed. The entire tree trunk shall be placed below ordinary high water mark. The bank excavation shall be minimized so only the portion required to embed the tree is removed. The rounded gravel and heavy loose rip rap shall be placed only in conjunction with the tree trunk installation. The remaining riverbank shall be stabilized in accordance with Section 8-15. Special Provisions' - - SP -46 MEASUREMENT AND PAYMENT General The contract price shall constitute full compensation for fumishing all plant, labor, materials, and equipment for performing all work and operations required to construct and complete items as shown on the drawings and as specified herein. The contract price shall include all overhead costs, transportation, insurance, profit and any other information costs related to the work. Payment for the complete work shall be considered full compensation and shall include all minor items required for a complete job but not specifically mentioned in the contract documents, and items mentioned in the contract documents but not having a specific pay item. Work will be paid for under one item only. Payment shall be made for Bid Schedule Items only and no additional compensation will be made. Bid Schedule Items The following subsections corresponds to the items on the bid schedule and shall be paid based on the following conditions: Bid Item No. 1 - Mobilization (SP 1-09.7) Mobilization consists of preconstruction expenses and the costs of preparatory work and operations performed by the Contractor which occur before 10 percent of the total original contract amount is earned from other bid items. Based on the lump sum contract price, payment will be made when 10 percent of the total original contract amount is earned from other bid items, excluding the amount bid for mobilization. Five percent (5%) of the amount of the pay estimate will be retained by the City. The retainage will be held until final acceptance of the work by the City and the expiration of a 30 -day period for filing of liens. Bid Item No. 2 - Construction Surveying (SP 1-05.5) Measurement and payment for construction surveying shall be on a lump sum basis. Payment shall be full compensation for furnishing all tools, equipment, labor, materials, and supplies necessary to accomplish the work. Work shall include, but not be limited to, staking cuts, fills, cross-sections, site benchmarks and calculating excavation quantities. Bid Item No. 3 - Temporary Water Pollution/Erosion Control (SP 1-07.15) Measurement and payment for temporary water pollution/erosion control shall be by force account which shall not exceed $4,000. Payment will be made only for the amount of work performed during construction as deemed necessary by the Engineer. Bid Item No. 4 - Clearing and Grubbing (SS 2-01) Measurement and payment for clearing and grubbing shall be on a lump sum basis and shall include all costs to perform the work as described in Section 2-01 of the Standard Specifications. Special Provisions SP -47 Measurement and payment for light loose rip rap shall be on a per ton basis. Payment shall be full compensation for furnishing and constructing rip rap slope. Bid Item No. 10 - Heavy Loose Rip Rap (SP 8-15) Measurement and payment for heavy loose rip rap shall be on a per ton basis. Payment shall be full compensation for furnishing and constructing the rock toe key and slope. Bid Item No. 11- Geotextile Coir Fabric (SP 8-01) Measurement and payment for geotextile coir fabric shall be on a per square yard basis. Payment shall be full compensation for placing and staking all coir fabric, including overlaps, as needed to construct the vegetated geogrid. Special Provisions SP -48 Bid Item No. 12 - Seeding (SP 8-01) Measurements and payment shall be on a per square foot basis. Payment shall be full compensation for furnishing and placing seed, fertilizer, tackifier and mulch. Bid Item No. 13 - Soil Mix (SP 8-01) Measurement and payment for soil mix shall be on a per cubic yard basis. Payment shall be full compensation for fumishing and placing imported topsoil. Placement of any native excavated material APPENDIX A WAGE RATES STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 (360) 902-5335 FAX (360) 902-5300 August 1, 1996 TO: ALL INTERESTED PARTIES FROM: JIM P. CHRISTENSEN, INDUSTRIAL STATISTICIAN SUBJECT: REVISED PREVAILING WAGE RATES RECEIVED AUG 8 1996 TUKVVILi; PUBLIC WORKS Attached are revised prevailing wage rates in effect for contracts bid on or after August 31, 1996. Revised rates for Drywall Tapers, Glaziers, Insulation Applicators, Soft Floor Layers and Traffic Control Stripers are included in the attached wage sheets. They are the result of recent surveys. I very much appreciate those who participate in surveys by providing data. Revised rates based on additional surveys for Painters, Bricklayers, Cement Masons and Sheet Metal Workers are expected to be published in February 1997. BID SPECIFICATIONS OR CONTRACTS THAT DO NOT CONTAIN THE PREVAILING WAGE RATES (ATTACHED) ARE IN VIOLATION OF RCW 39.12.030 SEMINARS We are pleased with the high turnout and positive reaction to our Awarding Agency Seminar program. Our most recent event was attended by 300 representatives of public agencies and we are thrilled about that. More seminars will be scheduled during the upcoming Fall and Winter season. If you have not been able to attend, please let us know where you would hope to meet with us, and describe any issues you would like us to address. Our active, working partnership with participating agencies is getting better information to everyone. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts KING COUNTY Effective 08-31-96 Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICKLAYERS & MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS Hourly Hourly Wage Fringe Rate Benefits (See Benefit Code Key) Over Time Holiday Note Code Code Code 520.01 54.72 1M 50 523.57 58.76 1R 5N 523.89 55.48 1N 5A 511.71 $0.00 1 ACOUSTICAL WORKER 522.66 56.13 1M 50 CARPENTER 522.50 56.13 1M 5D CREOSOTED MATERIAL 522.60 56.13 1M 50 DRYWALL APPLICATOR 522.50 56.13 1M 50 FLOOR FINISHER 522.63 56.13 1M 50 FLOOR LAYER 522.63 $6.13 1M 50 FLOOR SANDER 522.63 56.13 1M 50 MILLWRIGHT AND MACHINE ERECTORS 523.50 56.13 1M 50 PILEDRIVER 522.50 56.13 1M 50 SAWFILER 522.63 56.13 1M 50 SHINGLER 522.63 56.13 1M 50 STATIONARY POWER SAW OPERATOR 522.63 56.13 1M 50 STATIONARY WOODWORKING TOOLS ' $2263 56.13 1M 5D CEMENT MASONS CEMENT MASON 522.14 57.44 1N • 6E CONCRETE SAW 522.39 57.44 1N 6E CLRB & GUTTER, SIDEWALKS 522.14 57.44 1N 6E CURING 522.14 $7.44 1N 6E FINISH COLORED CONCRETE 522.39 57.44 1N 6E GUNITE NOZZLE PERSON 522.39 57.44 1N 6E MASTIC, EPDXY, PLASTIC 522.39 57.44 1N 6E PATCHING & PAVING 522.14 57.44 1N 6E POWER TOOLS & GRINDERS 522.39 57.44 1N 6E SANDBLASTING 522.39 57.44 1N 6E SEAUNG COMPOUND 522.14 57.44 1N 6E TROWEL MACHINE ON COLORED SLABS, COMPOSITION OR KALMAN 52264 57.44 1N 6E FLOORS TROWELING MACHINE, CURB & GUTTER MACHINE, SCREED & 522.39 57.44 1N 6E RODDING MACHINE TUNNEL WORKERS 522.39 57.44 1N 6E UNDERLAYMENT 522.39 57.44 1N 6E DIVERS & TENDERS DIVER 555.13 56.13 1M 50 8A DIVER TENDER 524.49 $6.13 1M 50 DREDGE WORKERS ASSISTANT ENGINEER 522.19 56.83 1N 50 8L Page 1 KING COUNTY Effective 08-31-96 Classification ASSISTANT MATE (DECKHAND) BOATMEN CRANEMAN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS (See Benefit Code Key) Hourly Hourly. Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code $21.75 $6.83 1N $22.19 $6.83 1N $22.24 $6.83 1N $22.24 $6.83 1N $22.63 $6.83 1N $21.75 $6.83 1N $22.19 $6.83 1N $21.83 $6.83 •1 N JOURNEY LEVEL $23.00 $5.71 1J ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL ELECTRICIANS - INSIDE CABLE SPLICER $27.51 $7.91 1J 6H CABLE SPLICER (TUNNEL) $30.01 $7.98 1J 6H CERTIFIED WELDER $26.26 $7.87 1J 6H CERTIFIED WELDER (TUNNEL) $28.76 $7.94 1J 6H CONSTRUCTION STOCK PERSON $13.67 $4.44 1J 6H JOURNEY LEVEL $25.01 $7.83 1J 6H JOURNEY LEVEL (TUNNEL) $27.51 $7.91 1J 6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN $13.95 $1.42 2A 6C JOURNEY LEVEL $13.29 $1.40 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $26.37 $6.17 4A CERTIFIED LINE WELDER $23.81 $6.08 4A GROUNDPERSON $16.89 $4.84 4A HEAD GROUNDPERSON $17.97 $4.88 4A HEAVY LINE EQUIPMENT OPERATOR $23.81 $6.08 4A JACKHAMMER OPERATOR $17.97 $4.88 4A JOURNEY LEVEL LINEPERSON $23.81 $6.08 4A LINE EQUIPMENT OPERATOR $20.54 $4.97 4A POLE SPRAYER $23.81 $6.08 4A POWDERPERSON $17.97 $4.88 4A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 $0.00 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $18.82 $7.72 4A 61 MECHANIC $26.89 $8.95 4A 61 MECHANIC IN CHARGE $30.25 $9.30 4A 61 PROBATIONARY CONSTRUCTOR $13.45 $0.33 4A 61 FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED CONCRETE - All Classifications $9.10 $0.00 1 AL. OTHER CONCRETE PRODUCTS - Clean-up $13.70 $2.73 1B 6S ALL OTHER CONCRETE PRODUCTS - Fabricator $13.95 52.73 18 6S ALL OTHER CONCRETE PRODUCTS - Gunite $13.95 $2.73 1B 6S ALL OTHER CONCRETE PRODUCTS - Maintenance $14.45 $2.74 1B 6S ALL OTHER CONCRETE PRODUCTS - Operator $13.95 52.73 1B 6S ALL OTHER CONCRETE PRODUCTS - Rebar $13.95 $273 113 6S ALL OTHER CONCRETE PRODUCTS - Welder 513.70 52.73 1B 6S ALL OTHER CONCRETE PRODUCTS -Wet Pour $13.70 52.73 1B 6S 5D 8L 50 8L 50 8L 50 8L 50 8L 5D 8L 5D 8L 50 8L 5A $8.00 51.37 1J 5A 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E 5A 8E Page 2 KING COUNTY Effective 08-31-96 Classification (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code ALL OTHER CONCRETE PRODUCTS - Yard Patch 513.70 52.73 1B 6S FENCE ERECTORS FENCE ERECTOR 513.80 50.00 1 FENCE LABORER 511.60 50.00 1 FLAGGERS JOURNEY LEVEL 515.33 54.72 1M 50 GLAZIERS JOURNEY LEVEL 522.70 54.91 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 525.68 54.89 1F 6R HEATING EQUIPMENT MECHANICS MECHANIC 516.04 52.41 1J 5A INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC 512.86 52.79 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL 57.90 51.17 1 INLAND BOATMEN DECKHAND 515.19 52.96 1K 50 ENGINEER-DECKHAND 516.81 52.96 1K 50 OPERATOR 517.59 52.96 1K 5D INSPECTION, CLEANING, SEALING OF SEWER & WATER SYSTEMS CLEANER OPERATOR, FOAMER OPERATOR 58.25 51.48 1 GROUT TRUCK OPERATOR 59.50 51.98 1 HEAD OPERATOR 510.50 52.28 1 TECHNICIAN 56.25 50.00 1 TV TRUCK OPERATOR 58.75 51.78 1 INSULATION APPUCATORS JOURNEY LEVEL 521.43 $0.00 1 IRONWORKERS JOURNEY LEVEL 520.85 59.n 1B 5A LABORERS ASPHALT RAKER 520.49 54.72 1M 50 BALLAST REGULATOR MACHINE 520.01 54.72 1M 5D BATCH WEIGHMAN 515.33 54.72 1M 50 CARPENTER TENDER 520.01 54.72 1M 50 CASSION WORKER • 520.85 54.72 1M 50 CEMENT DUMPER/PAVING 520.49 54.72 1M 50 CEMENT FINISHER TENDER 520.01 . 54.72 1M 50 CHIPPING GUN 520.01 54.72 1M 50 . CHUCK TENDER 520.01 54.72 1M 50 CLEAN-UP LABORER 520.01 54.72 1M 5D CONCRETE FORM STRIPPER 520.01 54.72 1M 50 CONCRETE SAW OPERATOR 520.49 54.72 1M 50 CRUSHER FEEDER 515.33 54.72 1M 5D CURING CONCRETE 520.01 54.72 1M 50 DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) 520.01 54.72 1M 50 DIVER 520.85 54.72 1M 50 DRILL OPERATOR (HYDRAULIC, DIAMOND, AIR TRAC) 520.49 54.72 1M 50 EPDXY TECHNICIAN 520.01 54.72 1M 50 FALLER/BUCKER, CHAIN SAW 520.49 54.72 1M 50 Page 3 KING COUNTY Effective 08-31-96 Classification Hourly Hourly Wage Fringe Rate Benefits (See Benefit Code Key) Over Time Holiday Note Code Code Code FINAL DETAIL CLEANUP (I.e., dusting, vacuuming, window cleaning; NOT $13.01 $4.72 1M 50 construction debris cleanup) GABION BASKET BUILDER $20.01 $4.72 1M 5D GENERAL LABORER $20.01 $4.72 1M 50 GRADE CHECKER & TRANSIT MAN $20.49 $4.72 1M 50 GRINDERS $20.01 $4.72 1M 5D HAZARDOUS WASTE WORKER LEVEL A $20.85 $4.72 1M 50 HAZARDOUS WASTE WORKER LEVEL B $20.49 $4.72 1M 5D HAZARDOUS WASTE WORKER LEVELS C & D $20.01 $4.72 1M 50 HIGH SCALER $20.49 $4.72 1M 50 HOD CARRIER/MORTARMAN $20.49 $4.72 1M 5D JACKHAMMER $20.49 $4.72 1M 5D MINER $20.85 $4.72 1M 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $20.49 $4.72 1M 50 PRESSURE AIR & WATER ON CONCRETE & ROCK SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $20.49 $4.72 1M 50 PILOT CAR $15.33 $4.72 1M 5D PIPE RELINER (NOT INSERT TYPE) $20.49 $4.72 1M 5D PIPELAYER & CAULKER $20.49 $4.72 1M 50 POT TENDER $20.01 $4.72. 1M 5D POWDERMAN $20.85 $4.72 1M 50 POWDERMAN HELPER $20.01 $4.72 1M 5D RAILROAD SPIKE PULLER (POWER) $20.49 $4.72 1M 50 RE-TIMBERMAN $20.85 $4.72 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $20.49 $4.72 1M 510 SPREADER (CONCRETE) $20.49 $4.72 1M 5D STAKE HOPPER $20.01 $4.72 1M 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $20.49 $4.72 1M 50 TAMPER (MULTIPLE & SELF PROPELLED) $20.49 $4.72 1M 50 TOOLROOM MAN (AT JOB SITE) $20.01 $4.72 1M 5D TOPMAN, TAILMAN $20.01 $4.72 1M 5D TRACK LABORER $20.01 $4.72 1M 5D TRACK LINER (POWER) $20.49 $4.72 1M 50 TUGGER OPERATOR $20.01 $4.72 1M . 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $20.01 $4.72 1M 5D VIBRATOR $20.49 $4.72 1M 50 WELL -POINT MAN $20.49 $4.72 1M 50 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $20.01 $4.72 1M 5D PIPE LAYER $20.49 $4.72 1M 50 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 $0.00 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 $0.00 1 LANDSCAPING OR PLANTING LABORERS $8.42 $0.00 1 LATHERS JOURNEY LEVEL $22.80 $6.13 1J 5A MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 $0.00 1 METAL FABRICATION (IN SHOP) FITTER $15.86 $0.00 1 LABORER $9.78 $0.00 1 Page 4 KING .COUNTY Effective 08-31-96 Classification MACHINE OPERATOR PAINTER WELDER, MODULAR BUILDINGS CABINET ASSEMBLY ELECTRICIAN EQUIPMENT MAINTENANCE PLUMBER PRODUCTION WORKER TOOL MAINTENANCE UTILITY PERSON WELDER PAINTERS JOURNEY LEVEL PLASTERERS JOURNEY LEVEL $22.16 $7.65 1R 5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 $0.00 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $27.40 $9.61 1B 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS (OILERS) $20.36 $6.83 1N 50 8L BACKHOES, (75 HP & UNDER) $22.46 56.83 1N 5D 8L BACKHOES, (OVER 75 HP) $22.82 $6.83 1N 5D 8L BACKHOES, (3 YD & UNDER) $2282 $6.83 1N 50 8L BACKHOES, ( OVER 3 YD AND UNDER 6 YD) $23.26 $6.83 1N 50 8L BACKHOES, (6 YD AND OVER WITH ATTACHMENTS) $23.76 $6.83 1N 50 8L BATCH PLANT OPERATOR, CONCRETE $2.82 $6.83 1N 50 8L BELT LOADERS (ELEVATING TYPE) $2246 $6.83 1N 50 8L BOBCAT $20.36 $6.83 1N 50 8L BROOMS 520.36 $6.83 1N 50 8L BUMP CUTTER $22.82 $6.83 1N 50 8L CABLEWAYS $23.26 $6.83 1N 5D ' 8L CHIPPER $22.82 56.83 1N 50 8L COMPRESSORS $20.36 $6.83 1N SD 8L CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $22.82 56.83 1N 50 8L CONCRETE PUMPS $22.46 56.83 1N 50 8L CONVEYORS $2246 $6.83 1N 50 8L CRANES, THRU 19 TONS, WTH ATTACHMENTS 522.46 $6.83 1N 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $2282 $6.83 1N 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $23.26 56.83 1N 50 8L WITH ATACHMENTS) CRANES, 100 TONS -199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $23.76 $6.83 1N 5D 81 WITH ATTACHMENTS) CRANES, 200 TONS & OVER, OR 250 FT OF BOOM (INCLUDING JIB WTH 524.26 $6.83 1N 50 8L ATTACHMENTS) CRANES, A -FRAME, 10 TON AND UNDER $20.36 $6.83 1N 50 8L CRANES, A -FRAME, OVER 10 TON $2246 $6.83 1N 50 8L CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $2282 $6.83 1N 50 8L CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) 523.26 56.83 1N 50 8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $23.76 $6.83 1N 5D 8L CRANES, TOWER CRANE $23.76 $6.83 1N 5D 8L Page 5 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code 513.04 50.00 1 511.10 50.00 1 515.48 50.00 1 $10.23 51.33 1 510.23 $1.33 1 $10.23 51.33 1 $10.23 $1.33 1 $7.93 $1.33 1 510.23 $1.33 1 $10.23 $1.33 1 510.23 $1.33 1 $19.71 $3.44 2B 5A KING COUNTY Effective 08-31-96 Classification CRUSHERS DECK ENGINEER/DECK WINCHES (POWER) DERRICK, BUILDING DOZERS, D-9 & UNDER DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT DRILLING MACHINE ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE EQUIPMENT SERVICE ENGINEER (OILER) FINISHING MACHINE/CURB EXTRUDER FORK LIFTS, (3000 LBS AND OVER) FORK LIFTS, (UNDER 3000 LBS) GRADE ENGINEER GRADECHECKER AND STAKEMAN HOISTS, AIR TUGGERS HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) LOADERS, OVERHEAD ( UNDER 6 YD) LOADERS, OVERHEAD (6 YD UP TO 8 YD) LOADERS, OVERHEAD (8 YD & OVER) LOCOMOTIVES, ALL MECHANICS, ALL (WELDERS) MIXERS, ASPHALT PLANT MOTOR PATROL GRADER (FINISHING) MOTOR PATROL GRADER (NON -FINISHING) MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER PILEDRIVER (OTHER THAN CRANE MOUNT) PLANT OILER (ASPHALT CRUSHER) POSTHOLE DIGGER, MECHANICAL POWER PLANT PUMPS, WATER QUAD 9, 0-10, AND HD -41 REMOTE CONTROL OPERATOR ROLLAGON ROLLER, OTHER THAN PLANT ROAD MIX ROLLERS, PLANTMIX OR MULTILIFT MATERIALS (COMPOSITION MATERIALS) ROTO -MILL, ROTO -GRINDER SAWS, CONCRETE SCRAPERS, CONCRETE AND CARRY ALL SCRAPERS, SELF-PROPELLED ( UNDER 45 YD) SCRAPERS, SELF-PROPELLED (45 YD AND OVER) SCREED MAN SHOTCRETE GUNITE SHOVELS, (3 YD & UNDER) SHOVELS, ( OVER 3 YD AND UNDER 6 YD) SHOVELS, (6 YD AND OVER WITH ATTACHMENTS) SUPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER Page 6 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code $22.82 $6.83 1N 5D 8L $22.82 $6.83 1N 5D 8L $23.26 $6.83 1N 5D 8L $22.46 $6.83 1N 5D 8L 122.46 $6.83 1N 50 8L $22.82 $6.83 1N 5D 8L $20.36 $6.83 1N 5D 8L $22.46 $6.83 1N 50 8L $22.82 $6.83 1N 5D 8L $22.46 $6.83 1N 50 8L $20.36 $6.83 1N 50 8L $22.46 $6.83 1N 50 8L $20.36 $6.83 1N 5D 8L $22.46 $6.83 1N 5D 8L $20.36 $6.83 1N 50 8L $22.46 $6.83 1N 5D 8L $22.82 $6.83 1N 5D 8L $23.26 $6.83 1N 50 8L $23.76 $6.83 1N 50 8L $22.82 $6.83 1N 50 8L $22.82 $6.83 1N 50 8L $22.82 $6.83 1N 50 8L $22.82 $6.83 1N 50 8L $22.46 $6.83 1N 50 8L $23.26 $6.83 1N 5D 8L $20.36 $6.83 1N 50 8L $20.36 $6.83 1N 50 8L $22.82 $6.83 1N 50 8L $22.46 $6.83 1N 50 8L $20.36 $6.83 1N 5D 8L 320.36 $6.83 1N 5D 8L 320.36 $6.83 1N 50 8L $23.26 $6.83 1N 5D 8L $23.26 $6.83 1N 50 8L $23.26 $6.83 1N 5D 8L $20.36 $6.83 1N 5D 8L $22.46 $6.83 1N 50 8L $22.82 • $6.83 1N 5D 8L $22.46 $6.83 1N 50 8L $22.46 $6.83 1N 50 8L $2282 $6.83 1N 50 8L 323.26 $6.83 1N 5D 8L $22.82 $6.83 1N 5D 8L $20.36 $6.83 1N 5D 8L 322.82 $6.83 1N 5D 8L $23.26 $6.83 1N 50 8L $23.76 36.83 1N 50 8L $23.26 $6.83 1N 50 8L $22.46 $6.83 1N 50 8L $22.82 $6.83 1N 50 8L KING •COUNTY Effective C8-31-96 Classification TRACTORS, (75 HP & UNDER ) TRACTORS, (OVER 75 HP) TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) WHEEL TRACTORS, FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER UNE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE LINE CLEARANCE EQUIPMENT OPERATOR SPRAY PERSON TREE TRIMMER TREE TRIMMER GROUNDPERSON /CHIPPER OPERATOR REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPUCATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL STOCK PERSON Page 7 (See Benefit Code Key) Hourly Hourly Over Wage Fringe The Holiday Note Rate Benefits Code Code Code $22.46 $6.83 1N 50 8L $22.82 $6.83 1N 50 8L $23.26 36.83 1N 50 8L $22.46 $6.83 1N 5D 8L 522.46 56.83 1N 5D 8L $22.82 56.83 1N 50 8L 320.36 $6.83 1N 50 8L $2282 36.83 1N 50 8L $20.10 35.05 4A 5A 319.12 34.32 4A 5A 318.79 54.30 4A 5A $17.35 34.96 4A 5A $1217 34.08 4A 5A $26.77 $8.44 1A 5A 511.85 $3.50 1 522.18 $0.00 1 $15.21 50.00 1 $15.78 33.96 2E 5G 517.59 $0.00 1 57.96 30.00 1 314.66 30.00 1 517.25 33.37 1B 5A 519.81 32.99 1B 5A $13.55 $2.70 1 520.30 34.61 1B 5A 515.37 30.00 1 321.40 55.40 1R 5A $24.40 $5.40 1R 5A 526.08 57.68 1J 5A 317.29 32.00 1 $8.65 51.74 1 KING COUNTY Effective. 08-31-96 Classification SIGN MAKERS & INSTALLERS (NON -ELECTRICAL) CONSTRUCTION CONSTRUCTION "B" PRODUCTION SILK SCREENER SHOP PERSON SIGN HANGER SIGN PAINTER SILK SCREENER SOFT FLOOR LAYERS JOURNEY LEVEL SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL SURVEYORS CHAIN PERSON INSTRUMENT PERSON PARTY CHIEF TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER HOLE DIGGER/GROUND PERSON INSTALLER (REPAIRER) JOURNEY LEVEL TELEPHONE LINEPERSON SPECIAL APPARATUS INSTALLER I SPECIAL APPARATUS INSTALLER II TELEPHONE EQUIPMENT OPERATOR (HEAVY) TELEPHONE EQUIPMENT OPERATOR (LIGHT) TELEVISION GROUND PERSON TELEVISION LINEPERSON TELEVISION SYSTEM TECHNICIAN TELEVISION TECHNICIAN TREE TRIMMER TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL TILE. MARBLE & TERRAZZO FINISHERS FINISHER TRAFFIC CONTROL STRIPERS JOURNEY LEVEL TRUCK DRIVERS DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER Page 8 (See Benefit Code Key) Hourly Hourly Over Wage Fringe Time Holiday Note Rate Benefits Code Code Code 515.63 $2.42 1 $7.91 52.42 1 $7.82 $2.42 1 54.99 $2.42 1 515.63 52.42 1 518.39 52.42 1 512.16 52.42 1 $20.30 54.61 1B 5A $11.20 51.24 1 5S 525.50 $9.30 1B 5C 510.50 52.73 1 59.35 $0.00 1 511.40 $0.00 1 $13.40 $0.00 1 $18.42 53.11 2B 5A 59.01 $2.54 28 5A $17.54 $3.05 2B 5A $16.93 $3.02 2B 5A $18.42 $3.11 28 5A 517.99 $3.08 2B 5A $18.42 53.11 28 5A 516.93 53.02 28 5A $8.40 $2.50 2B 5A 512.14 $2.73 2B 5A 515.01 $2.90 28 5A 513.21 52.79 2B 5A 516.93 $3.02 28 5A 522.72 $5.36 1N 5A 518.05 $5.11 1N 5A $18.33 54.46 1K 5A 521.13 $6.48 1M 5D 8L 521.71 56.48 1M 50 8L 521.71 56.48 1M 50 8L 526.46 $0.00 1 $11.60 $0.00 1 59.45 $0.00 1 511.60 50.00 1 BENEFIT CODE KEY EFFECTIVZ 08-31-96 OVERTIME CODES 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY. AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL • HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE-UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. BENEFIT CODE KEY EFFECTIVE 08-31-96 2. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. • F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL -DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). M. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGWING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). BENEFIT CODE KEY EFFECTIVE 08-31-96 6. S. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8). T. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). V. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND EMPLOYEE'S BIRTHDAY (9). W. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (10). X. PAID HOLIDAYS: NEW YEARS DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - 51.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - 52.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - 55.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET B. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - 51.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO .175' - 52.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - 55.50 PER FOOT FOR EACH FOOT OVER 175 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - 51.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - 51.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - 52.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL 51.00 PER HOUR. E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS (524.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF WAGE AND FRINGE BENEFITS. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: 50.75, LEVEL B: 50.50, AND LEVEL C: 50.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A 8c B: 51.00, LEVELS C dt D: 50.50. N. WORKERS ON HAZMAT PROJECTS RECC,.IVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL k 51.00, LEVEL B: 50.75, LEVEL C: 50.50, AND LEVEL D: 50.25. 4 BENEFIT CODE KEY EFFECTIVE 08-31-96 5. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY, AND A DAY OF THE EMPLOYEES CHOICE (7). V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. . HOLIDAYS: AFTER 520 HOURS - NEW YEARS DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR. DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, • THANKSGIVING DAY, CHRISTMAS EVE DAY, . AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY, AND THE DAY BEFORE NEW YEARS DAY (9). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEARS DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (9). H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). M. . PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS' DAY. R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY; WASHINGTON'S BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY (8). APPENDIX B STANDARD PLANS AND DETAILS APPENDIX C PERMITS TABLE OF CONTENTS 1. SEPA MDNS and DNSC 2. Permit for Shoreline Managment Substantial Development 3. Hydraulic Project Approval 4. Corps of Engineers CITY OF TUKWILA Department of Community Development 6300 Southcenter Boulevard, Tukwila, WA 98188 Telephone: (206) 431-3670 RECEIVED JAN 161997 COMMUNITY DEVELOPMENT SEPA APPLICATION CHECKLIST FOR STAFF USE ONLY Planner: File Number: Receipt Number: Cross-reference files: Applicant notified of incomplete application: Applicant notifiedof complete application:.; Notice of application: issued: A. NAME OF PROJECT/DEVELOPMENT: February 8, 1997 FEMA- Location 1: E. Marginal Way S. / S.104th St. Riverbank Sloughout. Location 2: Park Trail Repair between E. Marginal Way S. & Pacific HWY S. B. LOCATION OF PROJECT/DEVELOPMENT: (address and accessors parcel number(s)) Loc. 1 - E.Marginal Way S and S. 104th St. Loc. 2 - E. Marginal Way S. and Pacific HWY S. Location 1 Location 2 NE . 4 23 4 E Quarter NE Section: 9 Township: 23 Range: 4 E (This information may be found on your tax statement) C. PROJECT DESCRIPTION: Location 1: Stabilize approximately 40 linear feet of riverbank on the Duwamish River including, but not limited to, building of (cont. on next sheet) D. APPLICANT: NAME: City of Tukwila contact person: Phil Fraser ADDRESS: 6300 Southcenter BLVD, Tukwila, WA, 98188 PHONE: (206) 433-0179 SIGNATURE: DATE: 12 /31 /96 C. PROJECT DESCRIPTION: Location 1'(cont.) approximately 50 linear feet of access road, construction of rock toe key and vegetated geogrid, installation -of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. FEMA time restrictions: work accomplished by August 8, 1997. Location 2: Stabilize approximately 80 linear feet of riverbank on the Duwamish River including, but not limited to, construction of rock toe key and vegetated geogrid, planting of trees, installation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. FEMA time restrictions: work accomplished by August 8, 1997. CITY OF TUKWILA Department of Community Development 6300 $outhcenter Boulevard, Tukwila, WA 98188 Telephone: (206) 431-3670 SHORELINE SUBSTANTIAL DEVELOPMENT PERMIT (P -SHORE) APPLICATION FOR STAFF.. USE. ONLY Planne File Number: Receipt Numbe Project File #: 0 Application comple ate: SEPA File #: Application incomplete (Da 1. !PROJECT BACKGROUND A. NAME OF PROJECT/DEVELOP Riverbank Sloughout & Pa B. LOCATION OF1P)RO igh STREET ADDRESS: (2) left ri T• ry 8, 1997 FEMA E Marginal Way S/S 104th St ai]f it -tween E Marginal Way S and Pacific Hwy ASSESSOR PARCEL NUMBER: wam r s S wh- e E Marginal Way intersects S 104 S twee E Marginal Way and Pacific Hwy S 093 = LEGAL DESCRIPTION: (1) 103 Quarter. NE Section: 4 Towns NE 9 -66 h St s i o fou • on your tax statement) C. CONTACT: (Primary contact regarding the NAME: Phil Fraser ADDRESS: City of Tukwila, PHONE: ( 206) 433-0179 ndt notic ports . - - sen 6300 SouthceB 1 v SIGNATURE: Tuk 4I WA( 281 DA 4144(:/97,.•• -44tft'c4 "If)o f DEPARTMENT OF WILDLIFE 600 Capitol Way North Olympia, Washington 98501-1091 (206) 753-5897 HYDRAULIC PROJECT APPLICATION (R.C.W. 75.20.100) (R.C.W. 75.20.103) PLEASE PRINT OR TYPE DO NOT WRITE IN SHADED AREA DEPARTMENT OF FISHERIES General Admin. Bldg. Olympia, Washington 98504 (206)7534650 ® LAST NAME City of Tukwila FIRST Contact: Phil Fraser ® CONTACT PHONE(S) 433-0179 p CONTROL NUMMI 19 STREET OR RURAL ROUTE 6300 Southcenter Blvd. aa CITY Tukwila 1® WATER Duwamish River 0 OUARTER TION SECTION oc.l NE 4 STATE WA TRIBUTARY TO ZIP 98188 I TYPE OF PROJECT TOWNSHIP RANGE IE -W) COUNTY 23 4E King Riverbank Sloughout Loc2 NE 9 23 4E King Park Trail Repair ® DESCRIPTION OF OVERALL PROJECT. SPECIFIC WORK WITHIN THE ORDINARY HIGH WATER LINE, AND PLANS FOR THE PROTECTION OF FISH LIFE LOCATION 1 Stabalize approximately 4 linear feet of riverbank on the Duwam ish River including but not limited to. building of approximately_ O linear feet of access road. construction of rock toe key and vegetated geogrid, installation of fish habitat components, revegetation of the disturbed areas and other work necessary to complete the work as specified and shown in the Contract Documents. FEMA time restrictions: Work accompished by August 8, 1997 LOCATION 2: Stabalize approximately 80 linear feet of riverbank on the Duwamish River including, but not limited to, construction of rock toe key and vegetated geogrid, planting of trees, installation of fish habitat components, revege ono a stur a areas and other work necessary to complete the work as specified and shown in the Contract Documents. HMA time restrictions: Work accompished by August 8, 19V/ PROPOSED STARTING DATE March 1, 1997 PROPOSED FINISHING DATE August 15, 1997 2p SEPA LEAD AGENCY, DETERMINATION, AND DATE OF DETERMINATION Attached SEPA Application - Anticipate DNS (Fil OTHER PERMITS Shorline Permit, Corps of Engineers Nationwide (Section 404) permit IT IS UNDERSTOOD THAT NO WORK WILL BE STARTED UNTIL A SIGNED APPROVAL IS RECEIVED TIME LIM TATIONS: 4 s,. DATE 4-/--( ( ENG FORM 4345, Jan 91 EDITIrStN OF APR 86 IS OEtSOLETE (Proponent CECW- 5 NAMES AND ADDRESSES OF ADJOINING PROPERTY OWNERS, LESSEES, ETC., WHOSE PROPERTY ALSO ADJOtNS THE WATERWAY Boeing Co. Mac's Smokehouse Trammel Crow Co. John S. Roach NW Auto Wrecking HTM Assoc. Nicholas Mckenzie Gateway North Prop. LLC 3720 80th SE 10230 E.M.WY.S P.O. Box 3707 M/S IF -09 10315 E.M.WY.S 12866 Interurban Ave S Mercer Island, WA Tukwila, WA 98168-1898 Seattle, WA 98124 Tuwila, Wa 98168 Tukwila, WA 98168 98040 AJF Leasing Holiday Inn Evelyn Schuehle Annex Tavern Robert Massa Associated Grocers 1801 Park 270 #400 11244 Pacific HWY. S 16412 6th Ave SW 10325 E.M.WY.S 28 E Main P.O. Box 3763 St Louis, MO 63146 Tukwila, WA 98168-1945 Seattle, WA 98166 Tuwila, WA 98168 Othello, WA 99344 Seattle, WA 98124 Haanla Rt Haanla 10210 E M WY.S. Tukwila_ WA 9R168-1898 8. WATERBODY AND LOCATION ON WATERBODY WHERE AC:TIVITY EXtSTS OR IS PROPOSED buwanmish River -NE Quarter Section, Section 4 & 9, Township 23, Range 4E, King County 7 LOCATION ON LAND WHERE ACTIVITY EXISTS OR IS PROPOSED ADDRESS: Loc. 1 - E.Marginal Way S and S. 104th St. Loc. 2 - E. Marginal Way S. and Pacific HWY S. STREET, ROAD, ROUTE OR OTHER DESCRIPTIVE LOCATiDN King WA 98168 COUNTY STATE ZIP CODE . City of Tukwila LOCAL GOVERNING BODY WITH JURISDICTION OVERSITE 8. Is any portion of the activity for which authoreatlon b nought now complete? , • VES :. NO If answer is ryes- give reasons, month and year the activity was completed. Indicate the existing wore on the drawings. 9. List all approvals or certihcations and denials received from other federal, interstate, state or local agencies for any structures, construction, discharges or other activities described in this application. ISSUING AGENCY TYPE APPROVAL IDENTIFtCATiDN NO. DATE OF APPLICATION DATE OF APPROVAL DATE OF DENIAL Department of Wildlife HPA N/A 1/3/97 pending N/A and Fisheries 10. Application is hereby made for a permit or permits to authorize the activities described herein I certify that I am familiar with the information contained in the application, and that to the best d my knowledge and belbi such information is true, complete, and accurate. I further certify that I possess the authority to undertake the proposed activities or I am acting as the duly authorized agent d the applicant. j 3 r►�r ("Z/3 ((413, p -"a ,2 c NATURE OF APPLICANT DATE SIGNATURE O AGENT DATE The appllcabon must be signed by the person who desires to undertake the proposed activity (applicant) or It may be signed by a duly authorized agent It bee statement in block 3 has been fined Out and signed. 18 U.S.C. Season 1001 provides that Whoever, in any manner within the jurisdiction of any department or agency of The United States knowingly and willfully falsifies, conceals, or r overs up by any trick, scheme, or device a matenal fact or makes any false, hcbtious or fraudulent statements or representations W makes or uses any false writng or document knowing same to contain any false ficbbous or fraudulent Statement or entry, shall be fined not more than 510,000 or imprisoned not more than five years, or both. Meyer • of ERG FORM 4311) KING CO. - uS MENT ISR°PosED ¥ loo -YR. FLOOD TYPICAL CROSS SECTION S. 104th STREET REVETMENT FAILURE REPAIR WITH LIVE GEOGRIDS... LOG FLOW DEFLECTORS. AND ROCK TOE BUTTRESS' 14+00 tnnpttotnm NAacl-ar • Toe.tatTsfasi• `yliL, 6 ._ ° vb411;_ a -. •mom -Looe ° .. ?°... .- .. P.£�BLIC YORK, S` I.E'„-T : TENGINEERING»STREETS•WATER=SEWER•PARKS +BUILDING• .�. ty deL ,,., AY E A ST MAR.GI.NAL. WAY- ..L-- Scale: ee• at Date:12/31P :. dt„m. ,,4 - .. checked .c, . _ L. . DU4VAMISH RIVER. SLIDE REPAIR • ELEVATION VIEW . ..• �� tog aoj4di' Sid Ek to no deb r .. midaa ove 16 SIUULOER ./--E ME OF Pira: .. 14ee■■eeee■e■■ee■ee■ee■ee■ ■■ 16 12ee■■■■■e■■e■■ee■■.•k� D■■■■e■e■■■'e�ssie■■■■e■■e■Ei.i ■■■■e eeeeeeeeeemeieage reri mmume�eeere s■■■■■■■■■■eMue■%■■e■e■■e■■■■■e MEEEEEEEMEENEEEEEMEMENEREEEMENEM ■■■e■■ Mi!■■■M■e■e■■■e■e■■■wee ■■■■■■ ■■e■■e■■e■e■ee■■e e■■■ee►l ■e%ie■■■Ee■e■eee■e■o® e■e■PIe■■e■■■■■e■■■■■■e■eee■ MERE ■e■ee■eeeeee■e■eee■e■e 0 '16 !4 12 10 8 2 -2 16 14 ' .12 .-'10 0 6 0 -2 SECTION 'A -A (STA. 13+46): SMOLDER EDGE OF PVMT.. . EMEEEEEEEEMEMEEEEEMMENEMEMEEEEEE e■e■■e■■e■e■■■e■e■i■.1. ■e■■e■■e■■■■e■e,e■e■ee■e■e■e■e■e isoiiiEEEMEM:iooii� ieMeiii®iisi MEMMEMMEMERVEMEMMMEEMEMEEMEMMEME EMEEEEEEOMEEEMEMEEEEMEEEEEMEEREE ■■■■■■eie■■s•e■■■e■■■■■■e■■e■e■■ EMEEEEEEEMEEREEMMEEEEEEMEEEEMEE REEMMENEEEEEEEEEEEEEENEEEEEEEEM ■■■E&■Q9■■■■■■!■■■■G■■■■■■e■e■■e SECTION D -D ("STA. 13+16) SHOULDER- EDGE OF PVMT. ■■■■■■■■■■■■■■■■■e■■Eerie■■e■■e■■ ■■■■■■■ ■■ ■■■ ■■ ■ ■MEMPA\ Trm ■■■■■■■■■■■■■MERWe■i■■■e■■■■■■■ eeeerWxE 0,11MEMrareradeeeeeeeeEeeee ■e■■■■e■■■■rmems a■■e■■ee■■e■e■e MMEMEMPOMMEEKommmOOPEMMMEMMNIMMEMM e■■■■■■■maimmoEe■■e■e■■■■e■e■e■ e■ee■ee,leee■ee■ee■e■eeeeeee■e ■e■e■e-/IL5e eeeiue menu eeeeW ere■e■■■■■e SECTI❑N G -G (STA. 12+81) BEFORE FEB, 8th FLOOD EVENT 16 14 12 100- -./1 " " 10 (P FLOOD, APPROX. OH W. 0 8. 10 -YR.8 FLOOD 4.4 APPROX.- OHW,. 6 4 2 0- -2 16 14:. 12 10 • 8 6 4 2 0 -4: -6 16 12 0 - 10 100-8.8 YR FLOOD •, . a v 44 APPROX. OH W. // ,r n 'IY & 6,CciP 4 2 0 -6 OF Pv..r.- SECTION B -B (STA. 13+36) SHOULDER rEOGE'OF PvMt. SECTION E -E (STA 13+11) 940L0ER EDGE' OF PVMT. SECTION H -H (STA. 12+ 66) AFTER FEB: 18 JI FLOOD EVENT 100-YRJFLOOD -APPROX__OHW -Si_8.8 • 10t -YR.. FL000- APPROX. OH W. 8.e 100 -YR. FL000 APPROX.. OHW- • :`:HAUL DER EDGE Or:PVMT.- 14 • 12 10 0 - 16 14 12 4 2- 16 14 12 7 5ECTION'C-C (STA 13+ 21) SHOULDER\i/ EDGE Or PVMT: if • SECT ON. F -F (STA: 12+96) SMOLDER EDGE OF PVMT. e■■■■■■■eeeae■RWEEMe■■■eew■oo■e■ ■e■■e■■A■■■ NNAMr■eR-�me— i - ■■e■ee■fiiiiiiiYidWl ili■■P_i■■E■■eeEEEEEEE ■r■r■redl■Ir■filer■,/dlrlle®r■■■EOW■r■ ■■e■■■■eeeeeeMME■ee■e■■e■■■■■■e■ 4 ■A■■■P■■z■■g■■■E■■S■S■1MoE�,� - IRMIIv■MIe■ MILIMI ■o■■ear■ e■eu■■eseeeue■■■e■e■■®■■■■ ■■■lo■■e■■eeee■■ee■■■■■eeee■■eee■ ■■■io■■■■■■e■■e■E■■■■ee■■■■e■■■■■ ■■■M■■■eeee ■■■■eeee■■■■■eee■■■■ - - 8.8 l00((77 -YR. FLOOD' _d- 4:4 APPROX.- 01-1W. 2 SECTION I -I (STA. 12+46) • o - ID -YR. FLOOD -Y- 4.4 APPROX..01-1W. `PR❑P❑SED. DESIGN (See .T.YP Section) CITY-' OF TUKWILA Public Works. Engineering: 6300 Southcenter Boulevgrd.. . Tukwila. 1/A ?linp8 (206) 433-0179 .-. . •D UWAMISH DRAWN BY: REVISED +BY: FILE NAME: cif OD RIVER BANK IMPROVEMENT. Quyen Nguyen PhiL Fraser DATE: DATE: 12/31/96' SCALE: NOT To SCALE SHEET NUMBERS 3/3 • RECEIVED JAN 16 1997 COMMUNITY DEVELOPMENT . RIVERBANK SLOUGH. SECTION 0+80 — 1+00. ORIGINAL AND FINAL GROUND ACTUAL SLOUGH OUT 5 `-x • RAT V/ TRAIL' 0 ' -, fil/ MW/7777/777/4/ /////17fW. 7% 140 PROJECT END 1 140 ELEV.=11.5' / .TRAIL ORIGINAL AND FINAL GROUND ACTUAU • SLOUGH. OUT Geogrid Top Soil • Faschines TOP OF TRAIL(11.5') 100 YR. FLOOD LEVEL (9.5') O.H. V.M. (5.5') ACTUAL SLOUGH OUT PV Q1?_f. 5 *ENGINEERING s STREETS* H'A'TER* SEWER* PARKS• BUILDING• ani naso • Cross Sectional View (Scale: 1" 6') E. Marginal Way S. Duwamish:. Riverbank Restoration Project Elevation View no dile revisions Sheet No: 1/3 Scale: See aboveRECEIVED. Date: 12/31/96 • -.61:16 1997 • COMMUNITY •• DEVELOPMENT .•