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 .•