Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 23-170 - ICON MATERIALSRETURN TO: PW ADMIN EXT: 2700 ID #: 4414
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ ENGINEERING DIVISION
2. ORIGINATING STAFF PERSON: Jonathan Strong EXT: 2753 DATE REQ. Bi : 8/2/2024
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RI'Q)
❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
0 CONTRACT AMENDMENT (AG#): AG# 23-170 ❑ INTERLOCAL
❑ OTHER Change Order #1
4. PROJECT NAME: S 288TH ST ROAD DIET PHASE 1
5. NAME OF CONTRACTOR: CPM Development Corporation DBA ICON Materials
ADDRESS: 1508 Valentine Ave SE Pacific. WA 98047-2103 TELEPHONE: 206-575-3200
E-MAIL: makr.eichelberger(@iconmaterials.com FAX:
SIGNATURE NAME: Mark Elchelberger TITLE:
6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE p ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL�jEX(P. 12/31/ uBI # 601-006-854 , EXP. 02/07//14
7. TERM: COMMENCEMENT DATE: [] 1 �{ ZW COMPLETION DATE:
8. TOTAL COMPENSATION:$(C01=$50,647.00)Total=$961,546.50 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: d YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
O PURCHASING: PLEASE CHARGE TO: c36238-26500
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
O PROJECT MANAGER JS 3/20/24
d DIVISION MANAGER yh Digitally WW"by Gh stM AN bn
GG Dale:21M!Wmi§0111 ssoT '
0 DEPUTY DIRECTOR DSW 7/26/24
❑ DIRECTOR ----
❑ RISK MANAGEMENT (IF APPLICABLE)
O LAW DEPT KVA 7/30/2024
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: NIA COMMITTEE APPROVAL DATE: N/A
SCHEDULED COUNCIL DATE: NIA COUNCIL APPROVAL DATE: NSA
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC' D:
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
❑ LAW DEPT
SIGNATORY (MAYOR OR DIRECTOR) -e� tDi-i
❑ CITY CLERK
❑ ASSIGNED AG # AG# 3-170
❑ SIGNED COPY RETURNED DATE SENT: /9/24
CONImENT'S:
11 2023
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
36238 AG# 23-170
1 6 -1 I Z-4
PROJECT NUMBER AGREEMENT NUMBER
CHANGE ORDER NUMBER EFFECTIVE DATE
CPM Development Corporation
S 288T" ST ROAD DIET PH 1
DBA ICON MATERIALS
PROJECT TITLE
CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1 Per Field Directive (FD) 003, the Contractor is completing additional work to address the
flooding at the northwest corner of S 288th St and 281h PI S. The work shall include
installing a new catch basin, installing ductile iron pipe, and connecting the pipe into an
existing structure. Also included is removing and replacing sidewalk, curb & gutter, and
asphalt pavement.
A new bid item will be added per FD 3. This new bid item will be for the Pipe/Structure
Installation. This bid item will be designated as BI A 49. BI A 49 will have a lump sum
price of $43,380.00. This lump sum breakdown can be found in Exhibit #1
2. Additionally, existing bid items Al (Sawcutting), Al (Remove Sidewalk), Al (Remove
Curb and Gutter), Al (Crushed Surfacing Top Course), Al (HMA CL. 1/21N. PF 58-
22"), Al (Seeding, Fertilizing, and Mulching), A20 (Topsoil Type A), A21 (Cement Conc
Traffic Curb and Gutter), A23 (Cement Conc. Pedestrian Curb), A27 (Cement Conc.
Residential Driveway), A30 (Cement Conc. Sidewalk), B4 (Flaggers), B6 (Roadway
Excavation Incl. Haul), B7 (HMA CL. 1/21N. PF 58-22"), B8 (Planing Bituminous
Pavement), B9 (Adjust Manhole or Catchbasin), B10 (Utility Adjustment) have increased
quantities to accommodate for this work.
3. Additionally, the Contractor was previously informed to not install 2 of the King County
Metro landing pads that were on the original plans. This change resulted in existing bid
items A33 (KC Metro B21 Shelter Footing), A34 (KC Metro 10'x11' Landing Pad w/
Thickened Edge), A35 (KC Metro Wing Wall) being decreased from the original contract.
4. Special Provisions will be added for the additional work. Special Provisions can be found
in Exhibit #2.
The time provided for completion in the Contract is
]Unchanged
[.J Increased by 15 Working Day(s)
❑ Decreased by _ Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended
herein will apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
CHANGE ORDER AGREEMENT
Rev. 8/19
MODIFICATIONS TO BID ITEM QUANTITIES:
BI #
ITEM
ADD'L
QTY
BID UNIT
PRICE
ADD'L COST
All
Sawcufting,
144 LF
$4.00
$576.00
Al2
Remove Sidewalk
60 SF
$65.00
$ 3,900.00
A13
Remove Cement Conc. Curb and Gutter
185 LF
$14.00
$ 2,590.00
A15
Crushed Surfacing Top Course
8 TON
$52.00
$ 416.00
A16
HMA CL. 1/21N. PG 58-22"
16 TON
$147.00
$ 2,352.00
A19
Seeding, Fertilizing, and Mulching
17 SY
$7.00
$ 119.00
A20
Topsoil Type A
17 SY
$19.00
$ 323.00
A21
Cement Conc. Traffic Curb and Gutter
100 LF
$36.00
$ 3,600.00.
A23
Cement Conc. Pedestrian Curb
18 LF
$33.00
$ 594.00
A27
Cement Conc. Residential Driveway
75 SY
$82.00
$ 6,150.00
A30
Cement Conc. Sidewalk
30 SY
$64.00
$ 1,920.00
134
Flaggers
190 HR
$71.00
$13,490.00
136
Roadway Excavation Incl. Haul
12 CY
$115.00
$ 1,380.00
137
HMA CL. 1/21N. PG 58-22"
93 TON
$101.00
$ 9,393.00
138
Planing Bituminous Pavement
664 SY
$6.00
$ 3,984.00
139
Adjust Manhole or Catchbasin
2 EA
$700.00
$ 1,400.00
1310
1 Utility Adjustment
3 EA
$500.00
$ 1,500.00
NEW BID ITEMS:
BI #
ITEM
QTY UNIT
ADD'L COST
PRICE
A49
Pipe / Structure Installation
1 LS $43,380.00
$43,380.00
REMOVED BID ITEMS:
BI #
ITEM
REMOVED
QTY
UNIT
PRICE
REDUCED
COST
A33
KC Metro B21 Shelter Footing
2 EA
$2,750.00
$5,500.00
A34
KC Metro 10'x2l' Landing Pad w/Thickened Ede
24 SY
$330.00
$7,920.00
A35
KC Metro Win Wall
60 LF
$550.00
$33,000.00
ADDITIONAL COSTS:
REDUCED COSTS:
TOTAL NET CONTRACT:
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
INCREASE $97,067.00
DECREASE $46,420.0
INCREASE $ 50.647.00
$ 910,899.50
$ 0.00
$ 50.647.00
$ 961.546.50
CHANGE ORDER AGREEMENT 2 Rev. 8/19
STATEMENT:
Payment forthe above work will be in accordance with applicable portions of the standard specifications, and
with the understanding that all materials, workmanship and measurements shall be in accordance with the
provisions of the standard specifications, the contract plans, and the special provisions governing the types of
construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all
claims by the Contractor arising out of, or'relating in any way to, the Work identified, to be performed, or
delete irsrrr� Change Orde���t as specifically described in this Change Order.
SIGNATURE
�- _ 9 t? t 201-%�
PU IC WORKS DIRECTOR DATE
y
CHANGE ORDER AGRERMFINT -
EXHIBIT # 1
LUMP SUM BREAKDOWN
ICON MATERIALS
1 VALENTINE ADDITIONAL
PACIFIC, WA 98047 47
µ � � m. (206) 575-3200 Office • (206) 575-3207 Fax WORK PRICING
Project Name : 523318 - 288th Diet Project ICON Job # U418
Contractor : City of Federal Way Request # CO #2
Attention Jonathan Strong Date 3/13/2023
ICON MATERIALS respectfully submitts this Additional Pricing Form which contains a quotation for a change in the contract sum or
the contract time in response to proposed modifications to the contract documents based on:
Forward Priced ProposaM EWO Work to be Performed ® EWO Work already Performed
Explanation of Change(s)
Additional work to install new piping and CB structure following direction from City of Federal Way. Pricing includes (1)
Additional mobilization costs to cover items initially covered under Lump Sump Bids items'' and (2) $/If for excavation,
installation, backfill and material disposal of 12" D.I. piping and new CB structure.
see attachments
ITEM I ITEM DESCRIPTION ESTIMATED QUANTITY I UNIT I UNIT PRICE I TOTAL PR#CE
800 Mobilization 1 Is
$ 14,500.00 $ 14,500.00
801 Pipe/Structure installation 80 If
$ 360.00 $ 28, 880.00
General Contractor
Signature:_ _
TOTAL
ICON Materials
Signature:_d�$ 43,380.00
ICON is requesting your review, acceptance and Change Order issuance so it may apply for payment during the proper billing cycle.
TYEE CONCRETE CONSTRUCTION, INC.
11403 58TH AVE E
PUYALLUP, WA 98373
PH (253)507-TYEE / FAX (253)507-8934
JUNE 23, 2023
REVISED 3/13/24
PROJECT: S 288TH ST ROAD PH 1
LOCATION: FEDERAL WAY
ITEM #
OUANTITY DESCRIPTION PRICE
21
637 LF CURB & GUTTER $33.00 LF
23
248 LF PEDESTRIAN CURB $30.00 LF
25
54 LF MOUNTABLE CURB $55.00 LF
26
68 SY COMMERCIAL DRIVEWAY $98.00 SY
27
127 SY RESIDENTIAL DRIVEWAY $75.00 SY
30
256 SY SIDEWALK $58.00 SY
31
9 EA RAMP TYPE PARALLEL A $2,800.00 EA
32
72 SF DETECTABLE WARNING SURFACE $50.00 SF
33
4 EA B21 SHELTER FOOTING $2,500.00 EA
34
49 SY LANDING PAD WITH THICKENED EDGE $300.00 SY
35
60 LF WING WALL $500.00 LF
APPROX QTY ADDED REPLACEMENT WORK
21
200 LF CURB & GUTTER $33.00 LF
23
26 LF PEDESTRIAN CURB $30.00 LF
27
39 SY RESIDENTIAL DRIVEWAY $75.00 SY
30
80 SY SIDEWALK $58.00 SY
31
1 EA RAMP TYPE PARALLEL A $2,800.00 EA
1 EA MOBILIZATION CHARGE $3,600.00 EA
INFORMATIONAL:
PRICING IS BASED ON US DOING ALL WORK LISTED ABOVE. CONCRETE IS THE
REPSONSIBILITY OF THE GENERAL CONTRACTOR AFTER CURE OR PLASTIC IS APPLIED.
TYEE WILL MEET PROJECT SCHEDULE PROVIDED PRIOR TO BID OTHERWISE REASONABLE
EFFORT WILL BE MADE TO MEET SCHEDULE. CONTRACT TO BE BASED ON QUOTE.
WINTER WORK FROM NOV - MARCH WILL ADD 3.5% PRICE FOR HEAT IN CONCRETE.
CONTRACTOR CAUSED LATE CONCRETE CANCELLATION WILL BE PASSED ON.
ADDITIONAL OR SHORT POURS WILL BE A MINIMUM $2500 FOR EACH. MAXIMUM
RETENTION WITHHELD IS 5% AND PAID WITHIN 90 DAYS OF COMPLETION OF OUR
WORK OR NO RETENTION TO BE HELD IF BOND IS USED IN LIEU OF RETENTION.
INCLUDES: LABOR & MATERIAL, TRUCK ACCESS, TYEE STANDARD INSURANCE, 10CY MINIMUM POURS,
WET SET D.W.S., NEATLINE CONCRETE YIELD.
EXCLUDES: LAYOUT, SUBGRADE, NIGHT WORK, LOCATE, PAINT, WASH PIT, WEEKEND WORK, ENGINEERING,
ALL INSTANCES OF VEHICLE FOOTJPEDESTRIAN TRAFFIC CONTROL, SURFACE WATER, WATER,
WATER PH, PUMP, SLURRY CONTROL, TESTING & INSPECTIONS, FORM INSPECTION & APPROVAL,
MONITORING, JOINT SEALANT, UTILITY DAMAGE FROM STAKES, CONCRETE WORK LEFT OUT
DUE TO OTHERS, FUEL SURCHARGE, STREET SWEEPING, LEVELING STRIP, OVERTIME, SURVEY,
HOT/COLD WEATHER PROTECTION, LUMP SUM, SURFACE APPLIED D.W.S.
FINAL PAYMENT BY FIELD MEASURE
QUOTE GOOD FOR 30 DAYS
RESPECTFULLY,
DANIEL J. WILSON
MANAGER
diwi Iso n r? type cqn crate. G¢m
Jonathan Strong
From: Jewett, Kevin (ICON Materials) <kevinjewett@icon materials.com>
Sent: Friday, March 15, 2024 10:41 AM
To: Jonathan Strong
Subject: Addition Work - 288th
Attachments: New Pipe cost proposal.pdf
[EXTERNAL EMAIL WARNING]
This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when
clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of
this email please contact IT Help Desk at x2555.
Jonathan, attached find quote for the additional work for the 288t" Diet project. It includes two items; (1) $/If for the
excavation, installation and backfill for the 12" DI piping and the new structure and (2) additional mobilization charges to
cover the additional work. A rough Breakdown of this charge is as follows:
Mobilization Costs:
1. Tyee Concrete Mobilization
Charge: $3600
2. Additional Mob for Paver, (2) Rollers, Milling Machine and excavator (Lump Sum in original
Bid): $2220
3. Additional Manpower/Supervision covered in Lump Sum items in original bid or for design/survey
time: $6300
- Operator Foreman (Matt & Lauren for prework & as build roadway): 2 days ea.
- Grade Engineer: 1 day during mill operations
- QC Technician: 1 day during pave operations
- TCS: 7 days (1dy demo, 2 dy concrete, 2 dy piping, 2dy (Mill/Pave) charging 4hr/day)
4. Asphalt Oil cost difference between original bid price and current published WSDOT Rates - $2.15/ton
HMA: $550
5. Instead of applying WSDOT markups to everything individually, I used markup of all items 14.5% to get round #
TOTAL of: $14500
Pipe installation Costs include a pipe crew for 2 days, stucture, (1) risor, frame and grate, backfill, haul off and disposal of
ashalt and native soil.
If you have any questions or to discuss in more detail, please give me a call.
Thanks, Kevin
,N ICUN M A i E R I A L S
A CRH COMPANY
Kevin Jewett
Project Manager / Estimator
Cell/ (253) 204-0408
Direct/ 206-574-3931
Exhibit #2
7-05.3(3) Connections to Existing Manholes
(April 12, 2018 CFW GSP)
Section 7-05.3(3) is supplemented with the following:
The requirements of this section shall also apply to connections to existing catch
basins.
7-05.3 5 Connections to Existing Pipe
(April 12, 2018 CFW GSP)
Section 7-05.3(5) is a new section:
The contractor shall connect (or reconnect) existing pipes to new manholes or catch
basins without obstructing flow from upstream locations.
7-05.3(6)_Cleaning
(April 12, 2019 CFW GSP)
Section 7-05.3(6) is a new section:
Prior to final project acceptance by the City, the Contractor shall be responsible to
ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of
sediment and debris.
7-05.5 Payment
(January 19, 2024 CFW GSP)
Section 7-05.5 is supplemented with the following:
The unit contract price for catch basins and/or manholes shall be full pay for furnishing
all labor, tools, equipment, and materials necessary to complete each unit according
to the Plans and Specifications. This includes all sawcutting, pavement removal and
disposal, excavation, dewatering (if required), temporary flow bypass, connections to
existing and new pipe, foundation material, bedding, imported backfill, compaction,
surface restoration, testing, cleaning, and furnishing and placing of all accessories and
conversion risers, temporary patching hot mix to allow for the passage of traffic, and
other items as applicable. Frames and grates or rings and covers, grade rings and
adjustment risers including conversion risers, and non -slip MMA coating for new lids
in accessible surfaces shall be considered incidental to this bid item and will not be
measured for separate payment. 50% of payment will be made once the catch basin
or manhole is installed and the pipe inlets and outlets are grouted. The remaining 501/0
will be paid once risers/rings are grouted to the satisfaction of the City, the frame/grate
is installed, and non -slip MMA coating is applied.
The unit contract price for "Pipe/Structure Installation" applies to connecting new
storm drain pipe to existing storm drainage catch basins and manholes and includes
all labor, tools, equipment, and materials necessary to core drill the existing drainage
structure and provide the necessary pipe connection. Any associated sawcutting,
pavement removal and disposal, excavation, imported backfill, compaction, and
pavement restoration are incidental to this bid item.
7-07 CLEANING EXISTING DRAINAGE STRUCTURES
7-07.5 Payment
(April 12, 2018 CFW GSP)
Section 7-07.5 is replaced with the following:
All costs associated with cleaning existing drainage structures shall be considered
incidental to and included in the various bid items and no additional payment shall be
made.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
7-08.3(1)A Trenches
(March 22, 2023 CFW GSP)
Section 7-08.3(1)A is supplemented with the following:
Where water is encountered in the trench, it shall be removed during pipe -laying
operations and the trench so maintained until the ends of the pipe are sealed and
provisions are made to prevent floating of the pipe. Trench water or other deleterious
materials shall not be allowed to enter the pipe at any time.
Trenching may disturb existing pavement markings that are not shown to be replaced
in the plans. All such pavement markings damaged by trenching shall be repaired after
trenching is backfilled and restored. The new pavement markings shall match the
damaged pavement marking. All pavement marking repair cost shall be incidental to
the pipe installation, including all necessary labor and materials.
7-08.3(3) Backfillinq
(December 16, 20228 CFW GSP)
Section 7-08.3(3) is supplemented with the following:
Initial backfilling shall be performed only after inspection and approval of the installed
pipe. Backfill shall be accomplished in such a manner that the pipe is not damaged by
impact or overloading. Water settling will not be permitted.
If there is an excess of acceptable backfill material obtained from trench excavation at
one location on the project, the Contractor may request approval from the City to use
it at other locations on the project. Native backfill stockpiles shall be protected to
prevent excessive wetting. The cost of transporting the excess backfill material shall
be considered incidental to the pipe or structure backfilled.
CITY OF
Federal Way
Field Order No.: FD 003
Project: S 288th Street Road Diet Phase 1
Project Address: S 288th Street
FIELD DIRECTIVE
PUBLIC WORKS DEPARTMENT
Owner: CITY OF FEDERAL WAY
To: ICON MATERIALS
From: CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT
YOU ARE HEREBY DIRECTED TO EXECUTE PROMPTLY THIS "FIELD DIRECTIVE" WHICH MAY CHANGE THE ORIGINAL
APPROVED PLANS AND/OR TERMS AGREED TO UPON BY YOUR CONTRACT ISSUED BY THE PUBLIC WORKS DEPARTMENT
FOR YOUR PROJECT.
SUBJECT: 288th New Catch Basin and Pipe
PER THIS "FIELD DIRECTIVE"....:
Per C:haiine Order #1
Sheet #
Change
14
Per Exhibit 1, Install new 26 in CB @ STA 51+91.25 OFF: 22.4 LT. Install
80 LF of 12" Ductile Iron Pipe and connect to existing Storm Manhole.
Remove all sidewalk/curb/gutter necessary for excavation and add new
sidewalk/curb/gutter for everything removed. Regrade 288th St by
creating a high point in the Flow line at the existing man hole. Water
should flow West from the high point at a 1.0% slope to the existing CB.
Water should flow East at the high point to the new CB. Milling and Paving
should be limited from the existing CB to 10 feet East of the new CB and
from the Edge of Pavement to the entirety of the North Lane.
COMPENSATION TO COMPLETE THESE FIELD DIRECTIVE WILL BE PER CHANGE ORDER 1 AND EXISTING BID ITEMS
Existing bid items.
Attachments: Plan sheets that were altered per above.
Prepared By:
Directed By:
Approved By:
Jonathan Stron Date:
Date:
Capital Engineer
Date:
Public Works Director or Engineering Manager
Received By: Date:
Contractor (ICON Materials)
3/19/2024
1,]44 -2024
Connect to Existing Manhole
Adjust Manhole to Grade
RIM 427.21 427.53 EXIST. RIM
L FL 427.7 424.45 EXIST. IE
HIGH POINT 12 in DI
48.9'
80.0 LF PIPE 80.0
Match Existing Match Existing
2$.27 4427.89
1
26 in CB
—_ 427.0 RIM
— 424.85-IE - -
STA: 51 +91.25
OFF: 22.4 LT
rZ
atch Existing
7.70
3/20/24, 11:13 AM Corporations and Charities System
BUSINESS INFORMATION
Business Name:
CPM DEVELOPMENT CORPORATION
UBI Number:
601 006 854
Business Type:
WA PROFIT CORPORATION
Business Status:
ACTIVE
Principal Office Street Address:
5111 E BROADWAY AVE, SPOKANE VLY, WA, 99212-0928, UNITED STATES
Principal Office Mailing Address:
5111 E BROADWAY AVE, SPOKANE VLY, WA, 99212-0928, UNITED STATES
Expiration Date:
07/31/2024
Jurisdiction:
UNITED STATES, WASHINGTON
Formation/ Registration Date:
07/26/1984
Period of Duration:
PERPETUAL
Inactive Date:
Nature of Business:
CONSTRUCTION CONTRACTOR, SUPPLIER OF READY -MIX CONCRETE, ASPHALT,
AGGREGATES
REGISTERED AGENT INFORMATION
Registered Agent Name:
CORPORATION SERVICE COMPANY
Street Address:
300 DESCHUTES WAY SW STE 208 MC-CSC1, TUMWATER, WA, 98501, UNITED STATES
Mailing Address:
300 DESCHUTES WAY SW STE 208 MC-CSC1, TUMWATER, WA, 98501, UNITED STATES
GOVERNORS
Title
Governors Type Entity Name
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
First Name
Last Name
PAUL
FRANZ
TROY
HOLT
JOHN
MADDEN
JEREMIAH
LEMONS
K. C.
KLOSTERMAN
https://ccfs.sos.wa.gov/?_gl=1*1euutyh*_ga*MjAwOTk2NTkzOC4xNjgyNT150DE3*_ga_7B08VE04V V*MTcwOTkxODEONy42Ni4xLjE3MDk5MTgxOT... 1/2
3/20/24, 11:13 AM
Title
GOVERNOR
GOVERNOR
GOVERNOR
GOVERNOR
GOVERNOR
GOVERNOR
GOVERNOR
GOVERNOR
GOVERNOR
Governors Type
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
INDIVIDUAL
Corporations and Charities System
Entity Name First Name
MICHAEL
WILLIAM
STEVEN J.
RICARDO
SUSAN L.
SCOTT W.
JARED
MARICAR
DAVID M.
Last Name
MCBREEN
MCCALL
SMITH
LINARES
DEVANEY
PARSON
HYDE
HAJDAREVIC
TOOLAN
https://ccfs.sos.wa.gov/?_g1=1 *l euutyh*_ga*MjAwOTk2 NTkzOC4xNjgyNT150DE3'_g a_7BO8VE04WV'MTcwOTkxODEONy42Ni4xLjE3MDk5MTgxOT... 2/2
3/20/24, 11:17 AM Washington State Department of Revenue
Washington Sete Department of Revenue
< Business Lookup
License Information: New search Back to results
Entity name:
CPM DEVELOPMENT CORPORATION
Business
ICON MATERIALS
name:
Entity type:
Profit Corporation
UBI #:
601-006-854
Business ID:
001
Location ID:
0009
Location:
Active
Location address: 1508 VALENTINE AVE SE
PACIFIC WA 98047-2103
Mailing address: PO BOX 3366
SPOKANE WA 99220-3366
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Page 1 of 3
Endorsements Filter
Endorsements held i License # Count De- , Status Expiration First issua
hftps://secure.dor.wa.gov/gteunauth/—/#3 1/6
3/20/24, 11:17 AM Washington State Department of Revenue
Endorsements held z License # Count Details Status Expiratior First issua
Resident
Enumclaw General CUST000( Active Jul-31-20; Jul-05-20
Business - Non -
Resident
Federal Way 98-10530, Active Jul-31-20; Dec-29-21
General Business -
Non -Resident
Fife General Active Jul-31-20; Jan-09-2C
Business - Non -
Resident
Fircrest General Active Jul-31-20; Dec-18-21
Business - Non -
Resident
Franklin County 3546 Active Jun-30-2C Jun-21-2C
General Business -
Non -Resident
Governing People May include governing people not registered with Secretary of State
Filter
Governing people Title
DEVANEY, SUSAN L.
FRANZ, PAUL
HAJDAREVIC, MARICAR
HOLT, TROY
HYDE, JARED
hftps:Hs6cure.dor.wa.gov/gteunauth/—,1#3 3/6
3/20/24, 11:17 AM
Governing people
KLOSTERMAN, K. C.
LEMONS, JEREMIAH
LINARES, RICARDO
MADDEN, JOHN
MCBREEN, MICHAEL
MCCALL, WILLIAM
PARSON, SCOTT W.
SMITH, STEVEN J.
TOOLAN, DAVID M.
Registered Trade Names
Registered trade names Status
ACME MATERIALS & Active
CONSTRUCTION CO
Washington State Department of Revenue
Title
Page 1 of 2
Filter
First issued
Sep-19-2017
CENTRAL PRE MIX Active Jul-27-2010
CONCRETE COMPANY
CENTRAL PREMIX Active Jun-13-2008
CONCRETE CO
CENTRAL PRE -MIX Active Jan-03-2002
CONCRETE CO.
hftps://secure.dor.wa.gov/gteunauth/—/#3 416
3/20/24, 11:17 AM
Registered trade names
Status
CENTRAL WASHINGTON
Active
CONCRETE
CPM DEVELOPMENT
Active
CORPORATION
GRAHAM & MORRIS
Active
HOOD RIVER SAND &
Active
GRAVEL COMPANY
HOOD RIVER SAND,
Active
GRAVEL & READY MIX
ICON MATERIALS
Active
INLAND ASPHALT
Active
COMPANY
RIVERBEND MATERIALS
Active
SALEM ROAD AND
Active
DRIVEWAY
THE DALLES CONCRETE
Active
VALLEY READY -MIX
Active
Washington State Department of Revenue
First issued
Jan-03-2002
Apr-10-2012
Sep-19-2017
Mar-18-2024
Mar-18-2024
Jan-03-2002
Jan-03-2002
May-07-2018
Jun-27-2014
Mar-19-2024
Feb-06-2003
View Additional Locations
The Business Lookup information is updated
nightly. Search date and time: 3/20/2024 11:16:58
AM
hftps://secure.dor.wa.govlgteunauth/_/#3 5/6
RETURN TO: PW ADMIN EXT: 2700 ID #: 4280 (4234-RFB)
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIV: PUBLIC WORKS/ENGINEERING DIVISION
2. ORIGINATING STAFF PERSON: JONATHAN STRONG EXT: 2753 3. DATE REQ. BY: July 19, 2023
3. TYPE OF DOCUMENT (CHECK ONE):
® CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
® PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT
❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT
❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG
❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS)
❑ ORDINANCE ❑ RESOLUTION
❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL
❑ OTHER
4. PROJECT NAME; S 288TH ROAD DIET - Phase 1
5. NAME OF CONTRACTOR: CPM Development Co oration DBA ICON Materials
ADDRESS: 1508 Valentine Ave SE. Pacific WA 98047-2103 TELEPHONE: (206)-575-3200
E-MAIL: mark. eichelheraeraiconmateriaIs.com FAX:
SIGNATURENAME: Mark Elchelher er TITLE:
6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER
REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS
CFW LICENSE # BL, EXP. 12/31/ UBI # EXP. / /
11f
7. TERM: COMMENCEMENT DATE: TBD O 4'� COMPLETION DATE: Upon Completion
8. TOTAL COMPENSATION: $_910,899.50 _ (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT:
IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: cl RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: C36238-26500
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
A PROJECT MANAGER JS/ 4/27/2023 JS/ 7/13/2023
6 DIVISION MANAGER q" o�A qy"'
6 DEPUTY DIRECTOR DSW 5/9/23 DSW 7/23/23
A DIRECTOR
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 7/20/2023 KVA 7/20/2023
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 12I12022 COMMITTEE APPROVAL DATE: 7/10/2023
SCHEDULED COUNCIL DATE: 1/3/2023 COUNCIL APPROVAL DATE: 7/18/2023
11. CONTRACT SIGNATURE ROUTING
A SENT TO VENDOR/CONTRACTOR DATE SENT: 1/2112023 DATE REC' D: 7/28/2023
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE
(INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.)
INITIAL / DATE SIGNED
❑ FINANCE DEPARTMENT
11 LAW DEPT v a L
8 SIGNATORY (MAYOR OR DIRECTOR)
8 CITY CLERK
❑ ASSIGNED AG # AG# Ory t "la
❑ SIGNED COPY RETURNED DATE SENT: $ • 6 •'
COMMENTS:
E." UTE" "ORIGINALS
AdJGl
lit < 1--3 1
r
1 2020
CITY OF
Federal Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
S 288th Street Road Diet — Phase 1
Conformed Set
PROJECT # 36238
RFB # 23-004
TIB # 8-1-113(013)-1
HLP-PB21 (002)
City of Federal Way
Engineering Department
33325 8th Avenue South
Federal Way, WA 98003
CPM Development
Corporation
DBA ICON Materials
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
S 2881h Street Road Diet — Phase 1
PROJECT # 36238
RFB # 23-004
TIB # 8-1-113(013)-1
HLP-PB21 (002)
Bids Accepted Until 9:00 a.m., May 19th, 2023 at
City of Federal Way
33325 8th Avenue South
Federal Way, WA 98003
Prepared By:
Transpo Group USA Incorporated
12131 113th Ave NE #203
Kirkland, WA 98034
bVarlY C ed byM14 kAaen Caeehe
rho,. C3'5Fs56imnWU*up.sum
cliie 2M,09.07 0$ 49 55-07'00r
The contract plans and specifications for this Project have been reviewed and approved by:
S
Public Works Director/Deputy Public Works Drrector
CPM Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY S 268TM ROAD DIET - PH 1
RF114 PROJECT #36238
CFW RFB VERSION 2023-JAN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
TABLE OF CONTENTS
PAGE
ADVERTISEMENTFOR BIDS...............................................................................................................................1
INSTRUCTIONS TO BIDDERS & CHECKLISTS..................................................................................................2
BIDPROPOSAL.....................................................................................................................................................4
BIDBOND............................................................................................................................................................11
SUBCONTRACTORLIST....................................................................................................................................12
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................13
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS ............................... :....................................... 14
PUBLICWORKS CONTRACT.............................................................................................................................15
SAMPLECONTRACT CHANGE ORDER...........................................................................................................22
CERTIFICATEOF INSURANCE..........................................................................................................................24
PERFORMANCEAND PAYMENT BOND...........................................................................................................25
CONTRACTOR'S RETAINAGE OPTION............................................................................................................27
RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................28
SPECIALPROVISIONS...........................................................................................................................................
STANDARDPLANS AND DETAILS........................................................................................................................
PREVAILING WAGES AND BENEFIT CODE KEY..................................................................................................
PROJECTPLANS............................................................................................................. BOUND SEPARATELY
CPM Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY S 288TM ROAD DIET - PH 1
RFB-ii PROJECT #36238
CFW RFB VERSION 2023JAN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
ADVERTISEMENT FOR BIDS
S 288th Street Road Diet — Phase 1
SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids
through June 23rd, 2023, at 8:30 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal
Way, Washington 98003. Proposals received after said date and time will not be considered. All timely bids will
be opened and read publicly aloud in the City Hylebos Meeting Room, City Hall 33325 8th Avenue South,
Federal Way, Washington 98003 at 8:35 a.m. on June 23rd, 2023.
This project shall consist of: Marked crosswalk, median refuge island, rectangular rapid flashing beacons, road
channelization, ADA curb ramp retrofits, bike lanes, pavement overlay.
The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as
soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice
to Proceed, the Contractor must complete all work within 60 working days.
BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders
Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal
Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future
addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically
check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303
if you require assistance with access or registration. An informational copy of plans, specifications, and
addenda are available for viewing only at the City of Federal Way Finance Department.
QUESTIONS: Any questions must be directed to Jonathan Strong, Civil Engineer, by email at
jonathan.strong@cityoffederalway.com, or by letter addressed to same. Questions must be received by the City
no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all
prospective Bidders before the submission of bids.
OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the
Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal
Construction 2023 (Standard Specifications), which is incorporated by this reference as though set forth in full.
All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid
deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City
shall be in accordance with the Contract.
The recipient, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to
2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair
opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of
race, color or national origin in consideration for an award. The City encourages minority and women -owned
firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum
practicable opportunity to compete for and obtain public contracts.
The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor
irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents.
DATES OF PUBLICATIOW.
Daily Journal of Commerce Publish June 8, 2023 and June 15, 2023
Federal Way Mirror Publish June 9, 2023 and June 16, 2023
CPNI Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY S 288W ROAD DIET — PH 1
RFIl PROJECT #36238
CFW RFS VERSION 2023-JAN
Provided to Builders Exchange of WA, Inc. For usage ccnditions Agreement see www.bxwa com - Always Verify Scal
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS
The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied
with.
(2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES
The submission of a bid shall constitute an acknowledgment upon which the City may rely that the
bidder has thoroughly examined and is familiar with the bid and Contract Documents, the Project site,
the availability of materials and labor, publically available information, and has reviewed and inspected
all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or
related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to
examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the
bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for
additional compensation will be allowed which is based upon a lack of knowledge of any contract
documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service
locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which
may impact current or future prices for this requirement.
(3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS
No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of
the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may
have with City's employees, agents, representatives, consultants, or design professionals regarding the
Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be
binding upon the City. Any questions must be directed to Jonathan Strong, EIT, by email at
jonathan.strong@cityoffederalway.com, or by letter addressed to same. The questions must be received
by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written
reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed
necessary by the City will be in the form of an Addendum to the bid documents and when issued will be
sent as promptly as is practical to all parties to whom the bid documents have been issued. All such
Addenda shall become part of the bid.
(4) BID PRICE
The bid price shall include everything necessary for the completion of the Contract and the Work
including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all
management, superintendence, labor and service, except as may be provided otherwise in the Contract
Documents. All Washington State sales tax and all other government taxes, assessments and charges
shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety
(90) days after the bid opening.
(6) POSTPONEMENT OF BID OPENING
The City reserves the right to postpone the date and time for the opening of bids by Addendum at any
time prior to the bid opening date and time announced in these documents.
(6) REJECTION OF BIDS
The City reserves the right to reject any bid for any reason including, but not limited to, the reasons
listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of
any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder
waives and releases any claims against the City arising from any rejection of any or all bids. If, in the
opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the
participants in such collusion will be considered.
(7) RECYCLED PRODUCTS
The Contractor shall use recycled paper for proposals and for any printed or photocopied material
created pursuant to a contract with the City whenever practicable and use botF� s D papesheets
hment
reports submitted to the City whenever practicable. cc �jjj p
Corporation '
,DBA ICON Materials
CITY OF FEDERAL WAY S 288 ROAD DIET — PH 1
RFB-2 PROJECT #136238
CFW RFB VERSION 2023-JAN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see WwV..bxwa.com - Always Verify Scal
(8) BIDDER'S CHECKLIST
The bidder's attention is especially called to the following forms, which must be executed in full as
required. Failure to comply may result in rejection of any bid not so complying.
Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the
total bid amount.
Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate,
depending upon the option selected by the bidder).
Subcontractor List: The Subcontractor List shall be filled in by the bidder.
Contractor Certification — Wage Law Compliance: This form shall be filled in and fully
executed by the bidder.
Proposal for incorporating Recycled Materials_: This form shall be filled in and executed by
the bidder.
(9) CONTRACT CHECKLIST
The following documents are to be executed and delivered to the City after the Bid is awarded:
❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the
Public Works Contract ("Contract") from these Bid Documents.
❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance
evidencing the insurance requirement set forth in the Contract.
❑ Performance/Payment Bond: The successful bidder will provide a fully executed
Performance/Payment Bond as appropriate.
❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City
the Contractor's Retainage Option.
❑ Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful
bidder will fully execute and deliver to the City the Contractor's Retainage Bond.
❑ Business License: The successful bidder will provide a copy of a current Business License
with the City of Federal Way.
CPM Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY S 288r" ROAD DIET — PH 1
RF13-3 PROJECT #36238
CFW RFB VERSION 2023-JAN
BID PROPOSAL
S 288th Street Road Diet — Phase 1
PROPOSAL SUBMITTED TO:
City of Federal Way
33325 8th Ave South
Federal Way, Washington 98003-6325
PROPOSAL SUBMITTED BY:
Bidder: CPM Development Corporation DBA ICON Materials
Full Legal Name of Firm
Contact: Mark Eichelberger
Individual with Legal Authority to sign Bid and Contract
Address: 1508 Valentine Ave SE
Street Address
Pacific, WA 98047-2103
City, State Zip
Phone: (206) 575-3200
E-Mail: mark.eichelberger@iconmaterials.com
Select One of the Following: yQ Corporation
❑ Partnership.
❑ Individual
❑ Other
State Contractor's License No.: ICONM**982CF
State Contractor's License Expiration Date: 02 / 07 2024
Month Day Year
State UBI No.: 601-006-854
State Worker's Comp. Account No.: 700,174-00
CITY OF FEDERAL WAY S 288TM ROAD DIET — PH 1
RFB-4 PROJECT #36238
CFW RFB VERSION 2023-JAN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
NOTE. All entries shall be written in ink or typed. Unit prices for all +'feats, all extensions, and total amount of bid shall be
shown. Enter unit prices in numerical figures only, in dollars and cants to two (2) decimal places (ncruding For whole dollar
amounts). Ali figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as
nonresponsive. Where conflict occurs between the unit price and the total amount speed for any item, the unit price shall
prevail, and totals shall be corrected to conform thereto. The Bidder shall complete this entire Bid Form or this bid may be
considered non -responsive- The City may correct obvious mathematical ormrs. The City of Federal Way reserves the hghf
to reject any and all bids, waive any inforrrmaNies or minor irregularities in the bidding, and determine which bid or bidder
meets the criteria set forth in the bid documents.
SCHEDULE A: ROADWAY IMPROVEMENTS
All unit prkes shell Include applicable sales tax (Roadway Fmpravementsj
Item Spec.
Bid Item Description
Unit
Plan
Qtv
Unit Price `
Amount
No. Div.
1 1-04
Minor Change
FA
1
$ 25,000
$ 25,000
2 1-05
Roadway Surveying
LS
1
$ 2,200.00
$ 2,200.00
3 1-05
ADA Features Surveying
LS
1
$ 8,500.00
$ 8,500.00
4 1-05
Record Drawings
LS
1
$ 5,300.00
$ 5,300.00
5 1-06
Material Testing
LS
1
$11,000.00
$ 11,000.00
6 1-09
Mobilization
LS
1
$ 43,000.00
$ 43,000.00
7 1-10
Flaggers
HR
900
$ 71.00
$ 63,900.00
8 1-10
Traffic Control Supervisor
LS
1
$ 27,500.00
$ 27,500.00
9 2-01
Clearing and Grubbing
LS
1
$ 2,200.00
$ 2,200.00
10 2-02
Removal of Structures and
LS
1
$ 300.00
$ 300.00
Obstructions
11 2-02
Sawcutting
LF
1342
$ 4.00
$ 5,368.00
12 2-02
Remove Sidewalk
SY
294
$ 65.00
$ 19,110.00
13 2-02
Remove Cement Conc. Curb and
LF
586
$ 14.00
$ 8,204.00
Gutter
14 2-03
Gravel Borrow Incl. Haul
CY
3 $ 35.00
$ 105.00
15 4-04
Crushed Surfacing Top Course
TON
292 $ 52.00
$ 15,184.00
16 5-04
HMA for Pavement Repair CL. 1/21N.
TON
I
1 167 1 $ 147.00
$ 24,549.00
PG 58-22"
CPM Development
Corporation
CITY OF FEDERAL
WAY
S 2StW4Sr,
VA9*1ialS
RFB-0
PROJECT
#36238
CFW RFB VERSION 2023-JAN
Provided to Builders Exchange of WA, Inc. For usage 6-0WPfffA.?Qg e%(#Y see www.bxwa.com - Always Verify Scal
17
7-05
Utility Adjustment
EA
5 I_$
500.00
$ 27500.00
18
8-01
Inlet Protection
EA
7
$ 43.00
$ 301.00
19
8-02
Seeding, Fertilizing, and Mulching
SY
142
$ 7.00
$ 994.00
20
8-02
Topsoil Type A
SY
142
$ 19.00
$ 2,698.00
21
8-04
Cement Conc. Traffic Curb and Gutter
LF
637
$ 36.00
$ 22,932.00
22
B-04
Extruded Curb
LF
196
$ 35.00
$ 6,860.00
23
8-04
Cement Conc. Pedestrian Curb
LF
248
$ 33.00
$ 8,184.00
24
8-04
Type C Block Curti
LF
50
$ 110.00
$ 5,500.00
25
8-04
Mountable Traffic Curb
LF
54
$ 110.00
$ 5,940.00
26
8-06
(SP)
Cement Concrete Commercial
Driveway Approach
SY
68
$ 107.00
$ 7,276.00
27
8-06
(SP)
Cement Concrete Residential Driveway
Approach
SY
127
$82.00
$ 10,414.00
28
8-09
Raised Pavement Marker, Type 2
I HUDN
III
4
$ 990.00
$ 3,960.00
29
B-12
Chain Link Fence - Match Existing
LF
36
$ 100.00
$ 3,600.00
30
8-14
Cement Concrete Sidewalk
SY
256
$ 64,00
$ 16,384.00
31
8-14
Cement Concrete Curb Ramp Type
Parallel A
EA
9
$ 3,080.00
$ 27,720.00
32
8-14
jDetectable Warning Surface
SF
72
$ 55.00
$ 3,960.00
33
SP
IKC Metro B21 Shelter Footing
EA
4
$ 2,750.00
$ 11,000.00
34
SP
IKC Metro 10'x11' Landing Pad w/
'Thickened Edge
SY
49
$ 330.00
$ 16,170.00
35
SP
'Wing Wall
LF
60
$ 550.00
$ 33,000.00
36
8-20
Solar Powered RRFB System
LS
1
$ 36,800.00
$ 36,800.00
37
8-21
Permanent Signing
LS
1
$ 13,750.00
$13,750.00
38
8-22
Flexible Delineator with Base
EA
8
$ 150.00
$ 1,200.00
ty;}JM UeVUJU}»„%;ol .
Corporation R
CITY OF FEDERAL WAY S 288_MRtfr+ais
RFB-6 PROJECT #36238
CFW RFS VERSION 2023-JAN
A DENQQM #1
Provided to Builders Exchange of WA, Inc. For usage Ccnitions Agreement see www.bxwa.com - Always Verify Scal
39
B-22
Remove Plastic Line
LF
1944
$ 2.25
$ 4,374.00
40
8-22
Remove Plastic Traffic Marking
EA
1
$ 715.00
$ 715.00
41
8-22
Paint Bicycle Lane Symbol
EA
11
$ 180.00
$ 1,980.00
42
B-22
Paint Line
FLF
4242
$1.75
$7,423.50
43
8-22
Profiled Plastic Line
7907
$ 6.00
$ 47,442.00
44
8-22
Profiled Plastic Wide Line
LF
5470
$ 10.50
$ 57,435.00
45
B-22
Plastic Crosswalk Line
SF
288
$ 12.00
$ 3,456.00
46
8-22
Plastic Crosshatch Line
LF
104
$ 20.00
$ 2,080.00
47
8-22
Plastic Traffic Arrow
EA
16
$ 380.00
$ 6,080.00
48
8-23
Temporary Pavement Markings
LS
1
$ 2,600.00
$ 2,600.00
TOTAL —SCHEDULE Al$ 636,148.50
CPM Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY S 288TM ROAD DIET — PH 1
RF13-7 PROJECT #36238
CFW RFB VERSION 2023-JAN
, PENQWM #1
Provided to Builders Exchange of WA, Inc. For usage on ions g eement see www.bxwa.com - Always Verify Scal
SCHEDULES: ROADWAY RESURFACING
All unit prices shell NOT Include applicable sales tax.
Sales tax should be applied to the subtotal for this bid schedule.
Item
No.
Spec.
Div.
Bid Item Description
Unit
Plan
Q
Unit Price
Amount
1
1-04
Minor Changes
FA
1
$ 12,000
$ 12,000
2
1-05
Roadway Surveying
LS
1
$ 4,300.00
$ 4,300.00
3
1-09
Mobilization
LS
1
$ 26,000.00
$ 26,000.00
4
1-10
Flaggers
HR
300
$ 71.00
$ 21,300.00
5
1-10
'Traffic Control Supervisor
LS
1
$ 11,700.00
$ 11,700.00
6
2-03
Roadway Excavation Incl. Haul
CY
175
$ 115.00
$ 20,125.00
7
5-04
IHMA CL. 1121N. PG 58-22"
TON
1076
$ 101.00
$ 108,676.00
8
5-04
Planing Bituminous Pavement
SY
9439
$ 6.00
$ 56,634.00
9
7-05
Adjust Manhole or Catch Basin
EA
7
$ 700.00
$ 4,900.00
10
7-05
Utility Adjustment
EA
13
$ 500.00
$ 6,500.00
11
8-01
Inlet Protection
EA
14
$ 44.00
$ 616.00
12
8-13
Adjust Monument Case and Cover
EA
1
;$ 500.00
$ 500.00
13
8-13
Restore Covered Monument Case and
Cover
EA
3
$ 500.00
$ 1,500.00
SUBTOTAL — SCHEDULE B
$ 274, 751.00
BID SUMMARY
ITEM
BID AMOUNT
SCHEDULE A: ROADWAY IMPROVEMENTS
$ 636,148.50
SCHEDULE B: ROADWAY RESURFACING
$ 274,751.00
TOTAL BID AMOUNT
(including Washington State sales tax, all other
aovemment taxes, assessments and cha es
$ 910, 899.50
CITY OF FEDERAL WAY
S 288TM ROAD DIET — PH 1
RFB-8 PROJECT #36238
CFW RFB VERSION 2023-JAN
�1r ca
v
a- 0
O ca
> O .<
cu CL r'- •
Q0
L r .
LI
Provided to Builders Exchange of WA, Inc. For usage'CbRtlSttbRSNLEAlt Gee www::bxwa.com - Always verify Scal
taxes, assessrnenrs ana
ns
The documents incorporated by reference, as if IullYsal set
to rth, ins udaFe a efo ms ai a apple BidS, the tnstructiiol st to
Bidders and Checklists. the Contractor's ad Propo ( emeand all Appendices,
on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications.
ton State Standard
Amendments. and Supplemental
Reports & the Contract Geckl st} the Contract Provisions
of theoWaching�ing all forms an
supplemental information
Specifications for Road. Bridge. and fe Municipal
to l Construct Contron act Documents In and any other documents provided
to bidders and/or reference C
he ect, and
er documents
Pursuant to and In comPirance with
i h he Advertisement
dve ted m of bid and contractfor Bids for the uments�conslde ed onditoins
thereto, the undersigned has carefully to furnish all labor,
Which may affect the delivery, supply and maintenance far the Project. and hereby proposes the
materials and perform all work as requred in strictes and all accordance
wiother goveenmenthtact taxes documents, for assessments andreferenced
bid amount, inclusive of Washington State
as required by law
NON_COLLUSION AFFlDAViT g erson s firm, association, or corporation has
By signing this proposal, the undersi ned acknowledges that the p [ ]
(have) not, either directly ar Indirectly, pet entered
Into
in connection wthithisaproj ctany collusion, or otherwise
taken any action 1n restraint of fre Pe rates the
on
To report rigging activities, cal! 1-f3Q0- 249 71- The o 5 0 p,m-, nt of Eastern raT . AinyoneS with knowledge of
tail -free hotline Monday through Friday, 8:[]D a.m. to fraudulent
!�
possible bid rigging, bidder collusion.DOT s ocarstinuther an9 effort to ridentifyvities hand investigate hilghway construction
contract
The hotlines part of pe
contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All iniorma ion
will be treated confidentially and caller anonymity will be respected.
CONFLICTS OF INTEREST GRATUITIES & NO"OMPETITIVE PRACTICES interest
By signing this proposal, the undersigned agrees as follows not
(1) That it has no direct
mannieer or degree with the work. erycesry or proprietary tequipme equipment materials requ red to be
which conflicts Y
performed and/or Provided under this contract and that it shall not employ any
or person �ep agents having
any such interests. In the event that the Contractor or its agents, employees
hereafter acquires such a conflict
of interest,
it conflict oftoimmediately
dram skis contractsu as the City mch interest to the City ay
take action immediately to
require; and
(2) That no Person or selling agency except bona fide employees or designated agents or representatives
of the Contractor have been a oPloy�entageor l brokerage,ned to 11nQcontinger secure ritifee would hes contract t Paid; andh an ement or
understanding that a cam Pe
(3) That no gratuities in the fotertainment: gifts or otherwise, were offered or given
lo ee by OF
e
Contractor or any of its agents, ernpioyees a representatives,
d secudngnth sffcontracay oicial, l orb
rm of ensecuring favorable
the City other governmental agency
withtreatment
with respect to the awarding or amending, or the making of any determination with respect o
the performance of this contract.
AFFIDAVIT OF EL 191Wt illy
The Contractor certifies that it nd
is properly licensed and registered under the laws of the State of Wasbhin oo RCW
has not been determined t two sarstnThein vConttraatoion r furRC bgrti#iesathat bst has not beengdetelrmined, within
82_32.077(2) within the Y violatr�nD8��Wtve
the last one year. to have committed any combination of two of the following Corporation
DBA ICON Materials
5 288TH ROAD DIET — PH 1
CITY OF FEDERAL WAY RFB.B PROJECT #36238
CFW RFB VERSION 2023-JAN
provided to Su_lders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under
Chapter 18.27 RCW.
CERTIFICATION OF LAWFUL EMPLOYMENT
The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act
now or as herein after amended, 8 U.S.C. 1101 et. Seq., and that all employees, including subcontractor
employees, are lawfully permitted to perform work in the United States as provided in this agreement with the
City of Federal Way.
Receipt of the following Addendums is hereby acknowledged:
Addendum No. 1
Addendum No.-
Addendum No.
Date Issued: June 16th. 2023
Date Issued
Date Issued
The undersigned individual represents and warrants that he or she is dully authorized to execute th� and all
bid documents on behalf of any partnership, joint venture or corpor
Dy.
'Sigrfaf&
Mark Eichelber er
Printed Name
Construction Manager
Title
Subscribed and sworn to before me this 23rd day of June , 2023
L
° NOTARY
PUBLIC
CITY OF FEDERAL WAY
Signature of Notary
Wendy Hayes
Printed name of Notary
Notary Public in and for the State of Washington
My commission expires. 02/01 /2025
CPM Development
Corporation
DBA ICON Materials
S 288TM ROAD DIET — PH 1
RFB-10 PROJECT #36238
CFW RFB VERSION 2023JAN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
BID BOND
S 288th Street Road Diet — Phase 1
OPTION 1: BID BOND DEPOSIT
Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of
$ . which amount is not less than five percent (5%) of the total bid.
Principal — Signature of Authorized Official Date
Title
—OR—
OPTION 2: BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that we,
CPM Development Corporation DBA ICON Materials as Principal, and
Fidelity & Deposit Company of Maryland , as Surety, are held and firmly bound unto the
City of ederal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal for the
payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators,
successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above -
mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the
Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said
proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties
approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the
penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it
shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as
penalty and liquidated damages, the amount of this bond.
SI N ED AND A -p D THIS 23rd DAY OF June 2023
Mike McBreen
Princip —Sign to o1l Authorized Official Sure y — A in Fact Kristin Portillo
(Attach Power of Attorney)
Vice President
Title
Name and Address of Local Office/Agent of Surety Company is
Marsh USA Risk & Insurance Services
15 West South Temple, Ste. 700
Salt Lake City, UT 84101
CITY OF FEDERAL WAY S 288TH ROAD DIET — PH 1
RFB-11 PROJECT #36238
CFW RFB VERSION 2023-JAN
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D.
Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on
the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint
Kristin PORTILLO, Susan L. DEVANEY and Mark EICHELBERGER, all of Pacific, Washington, EACH, its true and
lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed, any
and all bid bonds issued on behalf of CPM DEVELOPMENT CORPORATION dba ICON MATERIALS, Pacific,
Washington, each in a penalty not to exceed the sum of $1,000,000, and the execution of such bid bonds in pursuance of these
presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly
executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its
office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY at its office in Owings Mills, Maryland, and the regularly elected officers of the FIDELITY AND DEPOSIT
COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY
COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 25th day of January, A.D. 2023.
By: Robert D. Murray
Vice President
(�LYiL VtxY\--1
By: Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
rmg
, 1".11 4
.g,•` Imnr.,�
Gpna�'a�� � 0
f sso�t. � �o� � p
m r s EALl EA m 9E SEAL` t
On this 25th day of January, A.D 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Iva Bethea
Notary Public
My Commission Expires Sept.mber 30, 2023
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
SUBCONTRACTOR LIST
..■►
Washington State
■/ ot:partmettt of transportation Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bld Proposal
Project Name S 288th Street Road Diet =Phase 1
Failure to list subcontractors with whom the bidder, If awarded the contract, will directly subcontract for performance of the
work of structural steel Installation, reber Installation, heating, ventilation and air conditioning, plumbing, as described In
Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractorto perform
the some work will result In your bid being non -responsive and therefore Vold.
Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of structural steel Installation,
reber Installation, heating, ventilation and air condilioning, plumbing, as described In Chapter 18.106 RCW, and electrlcsl as
described in Chapter 19.28 RCW must be listed below. The work to be performed Is lobe listed below the subcontractors) name.
To the extant the Project Includes one or more categories of work referenced In RCW 39.30.050, and no subcontractor Is
listed below to perform such work, the bidder certifies that the work will either (1) be performed by the bidder itself, or (II) be
performed by a lower tier subcontractor who wIY not contract directly with the bidder.
SubcontraclorName Tee Concrete Construction Inc.
Work to be performed Rebar installation. concretp,_
Subcontractor Name American Elect ical Sentices, Inc. —
Work to be performed E1ggtriea I
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be performed
' Bidder's are notified that It is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered
electrical equipment and therefore considered part of electrical work, even 0 the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Fonn271-W6 CPM Development
Rowwd W2020
Corporation
C-.A ICON Materials
CITY OF FEDERAL WAY S 288' ROAD DIET — PH 1
RFS-12 PROJECT #36238
CFW RFS VERSION 2023-JAN
Provided to Builders .Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE
THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD.
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and
binding citation and notice of assessment issued by the Washington State Department of Labor and industries
or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as
defined in RCW 49.48.082, any provision of Chapters 49.45, 49.48, and 49 52 ROW within three (3) years prior
to the date of the Request for Bids.
Bidder Name:CPM Development Corporation DBA ICON Materials
Print Full Legal Name of Fi
By Mark Eichelberger
S gna u e of Kiwarifed Person Print Name of Person Making Certifications for Firm
Title: Construction Manager
Title of Person Signing Certificate
Date: June 23rd, 2023
CITY OF FEDERAL WAY
Place: Pacific, Washington
Print City and State Where Signed
S 288TH ROAD DIET — PH 1
RFB-13 PROJECT #36238
CFW RFB VERSION 2023JAN
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
I b
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
;a APWA-WA Division 1 Committee rev. 1/8/2a16
Proposal for Incorporating Recycled Materials into the Project
In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall
propose below, the total percent of construction aggregate and concrete materials to be
incorporated into the Project that are recycled materials. Calculated percentages must be within
the amounts allowed in Section 9-03.21(1)E1 Table on Maximum Allowable Percent (By Weight)
of Recycled Material, of the Standard Specifications.
Proposed total percentage: 15 percent.
Note.• Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference, and will not affect the determination of sward, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: CPM Qe]ikxiznryent Corporation DBA ICON Materials
Signature of Authorized Official: ~
Date:
June 23rd,4 Mike Mc8reen. Vice President
CITY OF FEDERAL WAY S 288TH ROAD DIET - PH 1
RFB-14 PROJECT #36238
CFW RFB VERSION 2023JAN
PUBLIC WORKS CONTRACT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this �)" a day of AjcAuS-j- , 201__� and
is made by and between the City of Federal Way, a Washington municipal corporation ("G* or Owner'), and
CPM Development Corporation DBA ICON Materials, a Washington corporation (the Contractor) for the project
known as the South 288th Street Road Diet - Phase 1 (the "Project").
A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform
work necessary to complete the Project; and
B. The Contractor has the requisite skill and experience to perform such work.
NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions:
1. SERVICES BY CONTRACTOR
Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other
items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform
the Work in a manner consistent with accepted practices for other properly licensed contractors and in
accordance with and as described in the Contract Documents, which Work shall be completed to the City's
satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her
designee.
2. TERM
2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is
formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and
all bonds for the Project are released by the City.
2.2 The Contractor must complete the Work in accordance with the number of Working Days for the
Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the
Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed
within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in
the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public
and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of
the Project and diverting City resources from other projects and obligations.
2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the
Engineer in accordance with the Contract Documents. Any request for a time extension or additional
compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be
made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in
the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages,
or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise
to such request.
3. COMPENSATION
3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an
amount not to exceed Nine Hundred Ten Thousand Eight Hundred Ninety -Nine and 50/100 Dollars
($910,899.50), which amount shall constitute full and complete payment by the City ("Total Compensation").
The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a
result of the performance and payment of this Contract.
3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid
Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract
Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not
completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such
time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the
Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws.
CITY OF FEDERAL WAY S 288TH ROAD DIET — PH 1
RF13-15 PROJECT #36238
CFW RFB VERSION 2023-JAN
3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain
Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time
incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any
event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract
time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an
adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the
same day the work is performed and kept separate so as to distinguish it from Contract Work.
4. INDEPENDENT CONTRACTOR
4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent
contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay o r any
other benefit of employment, nor to pay any social security or other tax which may arise as an incident of
employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The
Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the
benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor,
shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may
or will be performing professional services during the Tenn for other parties; provided, however, that such
performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services.
Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract
shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party
against the City, or by the Contractor against the Engineer, or against any of their agents, employees,
engineers, or consultants.
4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor
agrees to notify the City and complete any required form if the Contractor retired under a State of Washington
retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to
do so.
5. INDEMNIFICATION
5.1 Contractor Indemnification.
5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees,
agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses,
and pay and damages or judgments, related to any claim brought by any person employed in any capacity by
the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of
wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health,
retirement, vacation, sick leave, etc.
5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold
harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs,
damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all
attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent
arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this
Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155
apply to the Work and any injuries to persons or property arising out of the performance of this Contract are
caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees,
or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense
obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its
subcontractors, agents, employees, and anyone for whom they are legally liable.
5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own
employees or former employees against any Indemnified Party, and for that purpose Contractor waives any
immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW.
Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages,
compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit
acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the
provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does
CITY OF FEDERAL WAY S 288TH ROAD DIET — PH 1
RFB-16 PROJECT #36238
CFW RFB VERSION 2023-JAN
not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The
Contractor recognizes that this waiver was specifically entered into.
5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Worts by
Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for
additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to
or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further
warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of
the Contract Documents and assumes all risk thereof.
5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract
with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any
applicable statute of repose with respect to claims, fines, costs or damages brought or made against any
Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or
remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract.
5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City
may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any
other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the
City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate
assurance of the protection of the City's and the other Indemnified Parties interests_
5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each
Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same
extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified
Parties in this Section 5.
6. OWNERSHIP OF DOCUMENTS
All originals and copies of work product, including plans, sketches, layouts, designs, design
specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material
which may be produced or modified by Contractor while performing the Work, whether or not required to be
furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may
be used by the City without restriction.
7. PATENTS COPYRIGHTS AND RIGHTS IN DATA
7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by
and made available to the City for public use, unless the City shall, in a specific case where it is legally
permissible, determine that it is in the public interest that it not be so owned or available.
7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer
programs, technical reports, operating manuals, calculations, notes and other work submitted or which is
specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject
Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other
local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall
execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect
or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers
contemplated in Sections 6 and 7.
7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents
exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such
case of maps, in the same block) as may be requested by the City. The Contractor shall also place their
endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by
the City prior to printing.
7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are
included in each subcontract for the work on the Project.
CITY OF FEDERAL WAY S 288T" ROAD DIET — PH 1
RFB-17 PROJECT #36238
CFW RFB VERSION 2023-JAN
8. GENERAL PROVISIONS
8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to
any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any
such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any
statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except
for those expressly contained in the Contract Documents.
8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the
Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all
forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project
Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract
Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the
Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and
any other documents provided to bidders and/or referenced in or referred to by the Contract Documents,
8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to
except by agreement in writing signed by the Parties or their respective successors in interest in accordance
with the Contract Documents.
8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally
issue a Change Order at any time making changes within the general scope of the Contract, without invalidating
the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not
be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for
change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the
Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or
fraud.
8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method
be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision,
any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the
Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor
shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor
shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited
to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the
costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment
when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at
the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other
special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors,
or suppliers.
8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the
Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee
or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or
warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or
warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in
part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be
responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturers
or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract.
8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in
no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force
and effect.
8.8 Assi_ ng meni. The Contractor shall not transfer or assign, in whole or in part, any or all of its
obligations and rights hereunder without the prior written consent of the City. In the event the City consents to
any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations
or liabilities under this Contract.
CITY OF FEDERAL WAY S 288T" ROAD DIET— PH 1
RFB-18 PROJECT #36238
CFW RF8 VERSION 2023-JAN
8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and
inure to the benefit of the Parties' successors in interest, heirs and assigns.
8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed
by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising
from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of
Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial
Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those
claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the
venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which
shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree
that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such
claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or
disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated
in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City
to assist in evaluating the claims, action, or dispute.
8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence
thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the
City to declare one breach or default does not act as a waiver of the City's right to declare another breach or
default.
8.12 Sole Author'stylDiscreUo_nQgdgment. Where the Contract Documents provide the City or its
Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be
considered unconditional and absolute.
8.13 Governing Law_ This Contract shall be made in and shall be governed by and interpreted in
accordance with the laws of the State of Washington.
8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents
and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the
Contractor or City.
8.15 EnQrlp-er. The Engineer is the City's representative who directly supervises the engineering and
administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to
those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for
the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in
the Contract Documents. Using the term "engineer' does not imply that such entity or person is a licensed
professional engineer or an engineering company and does not import any additional obligations upon the
actions of the Engineer that may govern licensed professional engineers when performing engineering services.
The Engineer for this Project is designated as: Jonathan Strong.
8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the
Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the
notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any
notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing.
CONTRACTOR: CPM Development Corporation DBA ICON Materials
Attn: Mark Eichelberger
1508 Valentine Ave SE
Pacific, WA 98047-2103
CITY OF FEDERAL WAY S 288TH ROAD DIET - PH 1
RFB-19 PROJECT #36238
CFW RFB VERSION 2023-JAN
ENGINEER: City of Federal Way
Attn: Jonathan Strong
33325 8th Ave S
Federal Way, WA 98003
8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of
reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this
Contract.
8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which
performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this
Contract.
8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended,
occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and
void, at the City's option.
9. PERFORMANCE/PAYMENT BOND
Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned
upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the
payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons
with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or
penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to
in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such t?xes.
liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar
amount of the bond. �t , r,..
DATED the day and year set forth above.
CITY OF FEDERAL WAY:
8th Avenue South
I Way, WA 98003-6325
ATTEST:
1 1,-1 r
St6ohahie Courtney, CMC, it Clerk
APPROVED AS TO FORM:
// L 0, k- ly-�
C: J yan Call, City At r y
CITY OF FEDERAL WAY
Mark Eichelberaer
Printed Name of Authorized Individual
1508 Valentine Ave SE
Street Address
Pacific, WA 98047-2103
City, State, Zip
RFB-20
CFW RFB VERSION 2023-JAN
S 288T" ROAD DIET — PH 1
PROJECT #36238
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON
COUNTY OF Pierce
) ss.
On this day personally appeared before me
Mark Eichelberger
to me known to be
the Construction Manager of CPM Development Corporation DBA ICON Materials that
executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and
deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was
authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation.
GIVEN my hand and official seal this 25th day of July , 2023.
d���ptliM �Hf ph►ry'
�t•� aDY i:.,. �,,.1=�.'•�, _--Wendy Hayes
rr•�S�oH ��A� 3':(typedlprinted name of notary)
=G NoTaRy �1°'s ; Notary Public in and for the State of Washington.
_ --- My commission expires 02/01 /2025
PUBl1C =
CITY OF FEDERAL WAY
RFB-21
CFW RFB VERSION 2023-JAN
S 288TH ROAD DIET — PH 1
PROJECT #36238
SAMPLE CONTRACT CHANGE ORDER
PROJECT NUMBER AGREEMENT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE
PROJECT TITLE
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
CONTRACTOR
❑ Unchanged
❑ Increased by _ Working Day(s)
❑ Decreased by Working Day(s)
This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will
apply to this Change Order.
Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
MODIFICATIONS TO UNIT PRICES:
PREVIOUS REVISED
ITEM NO. ITEM QTY UNIT PRICE UNIT PRICE ADD OR
DELETE
THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE:
ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE
TOTAL NET CONTRACT:
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
'INCREASE $ DECREASE $
STATEMENT:
Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the
understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the
standard specifications, the contract plans, and the special provisions governing the types of construction. The execution
of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the Contractor arising out of,
CITY OF FEDERAL WAY
RFB-22
CFW RFB VERSION 2023-JAN
S 288TH ROAD DIET — PH 1
PROJECT #36238
or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as specifically
described in this Change Order.
CONTRACTOR'S SIGNATURE DATE
PUBLIC WORKS DIRECTOR
CITY OF FEDERAL WAY
DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
will use this form.
S 288TH ROAD DIET — PH 1
RFB-23 PROJECT #36238
CFW RFB VERSION 2023-JAN
DATE (MM/DD/YYYY)
L!R!J CERTIFICATE OF LIABILITY INSURANCE 08/30/2023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
MARSH USA, LLC. NAME. _PHONE
TWO ALLIANCE CENTERo Exk1` AIC NO:
3560 LENOX ROAD, SUITE 2400 E'-MAIL
ADORES
ATLANTA,GA 30326
INSURERS AFFORDING COVERAGE NAIC #
CN103150008--ConPo-23-24 INSURER A: Ironshore Specialty Insurance Co. 25445
INSURED
(PAC-120) CPM DEVELOPMENT CORPORATION
DBA ICON MATERIALS
1508 VALENTINE AVE SE
PACIFIC, WA 98047
C:
rrnl/FDAnFC rtFRTIFIRATF AIIIRARFR• ATI-nn5fi99109-n9 RFVMION NIIMRFR- 5
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR TYPE OF INSURANCE ADDLSUBR
LR POLICYNUMBER MM/DD/YYYY MM/DD/YYYY LIMITS
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ _
CLAIMS -MADE OCCUR
$
PREMISES Ea ooewre e
MEDEXP JAny one person)
$
PERSONAL & ADV INJURY
$
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$
PRODUCTS - COMP/OP AGG
$
POLICY JPERG'� LOC
$
OTHER:
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
Ea eCCNletlt
$
BODILY INJURY (Per person)
$
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
BODILY INJURY (Per accident)
$
PROPERTY RAMAGE
Per aCpderA
$
$
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
HCLAIMS-MADE
AGGREGATE
$
EXCESS LIAB
DED I I RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANYPROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? N
N/A
E
STT TE ER
E L. EACH ACCIDENT
$
(Mandatory in NH)
EL DISEASE - EA EMPLOYE
$
E.L. DISEASE -POLICY LIMIT
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
A
Contractors Pollution
ICELLUW00155725
09/01/2023
09/01/2024
Incident
1,000,000
Liability
Aggregate
1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: S 288TH STREET ROAD DIET -PHASE 1, PROJECT #36238
THE CITY OF FEDERAL WAY AND ITS OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, THE CONSULTANT THAT COMPLETED PREPARATION OF THE ENGINEERING
DESIGN AND THE PROJECT PLANS, AND ITS OFFICERS, EMPLOYEES, AGENTS AND SUBCONSULTANTS, AND CONSULTANTS HIRED BY THE CITY OF FEDERAL WAY FOR DESIGN, CONSTRUCTION
SUPPORT OR MATERIAL TESTING ARE INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT.
CERTIFICATE HOLDER CANCELLATION
CITY OF FEDERAL WAY
33325 8TH AVENUE SOUTH
FEDERAL WAY. WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
U 1933-2016 ACORD CORPORATION. All rlgnts reserves.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
1* Marsh
Dear Certificate Holder:
To streamline certificate delivery for our clients and in an effort to support our firm's commitment to
sustainability, going forward, we will only be providing renewal certificates of insurance electronically -
If you need to continue receiving a copy of the attached certificate, please send an email to
USOperations.ernail@marsh.com and include the following:
-- Certificate ## (Shown below Insured Name — e.g., ABC-123456789 01)
-- E-Mail for future delivery
For your convenience, If we do not receive your response, we will conclude that you no longer require proof of
insurance from the named insured and will remove you from our records.
Thank you,
US Operations, Marsh USA, LLC
A bo5irSKns �4 >Marsh Nl(Lenrwn
0301-01-00-0003468-0002-0007185
,aco►z� CERTIFICATE OF LIABILITY INSURANCE
DATE [MM/DD/YYYY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
NAME: Valerie Reece
LibertyMutual Insurance Co. National Insurance East PHONE FAX
500 N3rd St, Suite 300 No,.EXtI: 513-867-3822
E-NAIL
Wausau, WI 54403 ADDRESS: Oldcastle.eens(MubertVMutual.com
INSURERISI AFFORDING COVERAGE NAIC #
www.LibertyMutual.com INSURER A: Liberty Mutual Fire Insurance CompanyCompaLiy 23035
INSURED INSURER B: Liberty Insurance Corporation 42404
CPM Development Corporation (120-PAC)
DBA ICON Materials INSURERC:
1508 Valentine Avenue SE INSURERD:
Pacific WA 98047-2103 INSURER E :
_ INSURER F :
COVERAGES CERTIFICATE NUMBER: 7551517F,,7 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR EXP
LTR . TYPE OF INSURANCE IDOL, POLICY NUMBER PM DDlYYYY MOLICY EFF MIDDY/YVYY LIMITS
A
GENERAL LIABILITY
�/
TB2-C81-004095-112
9/1/2022 9/1/2023
EACH OCCURRENCE
s2,000.000
tCOMmMERCIAL
CLAIMS -MADE .� OCCUR
ary/Non-Contributory
XCU Coverage Included
DAMAGE TO RENTED
PREMISESoccurre
$300,000
MED EXP (Any one person)
s 50.000
J
Separation of Insured
PERSONAL & ADV INJURY
s2,000,000
GEN-L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$10,000,000
POLICY JPRO- �.LOC
PRODUCTS -COMP/OPAGG
510000.000
S
Crrkwpt
I
I
I
A
AUTOMOBILE
LIABILITY
AS2-C81-004095-122 9/1/2022
9/1/2023
COMEllNEDSINGLE OMIT
$2,000.000
BODILY INJURY (Per person)
$
ANY AUTO
A
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
AS2-C81-054502-522 9/1/2022
Physical Damage only:1�R0pgfdAGE
y 9
Comprehensive Ded $10,000kij
9/1/2023
BODILY INJURY (Per accident)
$
$
Collision Ded $10.000
$
A
UMBRELLA LAB
�/ OCCUR
,/
TL2-681-054523-922
9/1/2022
9/1/2023
EACH OCCURRENCE
$3000000
EXCESS LIAB
CLAIMS -MADE
(General Liability)
s3,000,000
AGGREGATE
DED I I RETENTION s
Products/Completed Opi
i s 3,000,000
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y 1 N
OFFIC R MEMBERFARTNE /E ECUTIVE N / A
�
WA7-C8D-004095-022
All except OH, ND, WA, WY
9/1/2022
9/1/2023
,/ STATUTE ER
EL EACH ACCIDENT
$ 1,000,000
EL DISEASE - EA EMPLOYE
$ 0 00
B
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
WC7-C81-004095-012
WI, MN
9/1/2022
9/1/2023
E,L DISEASE -POLICY LIMIT
I S1,000,000
A
'Washington Stop Gap
TB2-C81-004095-112
9/1/2022
9/1/2023
BI Each Accident $1,000,000
Employers Liability Coverage
BI Aggregate Limit $1,000,000
I
BI Each Employee $1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: S 288th Street Road Diet -Phase 1, Project #36238.
The City of Federal Way and its officers, elected officials, employees, agents and volunteers, the Consultant that completed preparation of the
engineering design and the project plans, and its officers, employees, agents and subconsultants, and Consultants hired by the City of Federal Way for
design, construction support or material testing are listed as additional insured with regards to the general liability, automobile liability, and
excess liability policies, on a primary and non-contributory basis, where required by written contract
CERTIFICATE HOLDER CANCELLATION
Cityy of Federal Way
33325 8th Avenue South
Federal Way WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Valerie Reece
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
75501757 1 9-004095 1 09.22-09.23 Standard 10-2 WA Stop Gap Excess AUTO I Marshall Johnson 17/27/2023 2:40:39 PM (CST) I Page 1 of 1
D� CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
07127/2023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
MARSH USA, LLC.
TWO ALLIANCE CENTER
3560 LENOX ROAD, SUITE 2400
ATLANTA,GA 30326
CN 103150008--ConPo-22-23
INSURED
(PAC-120) CPM DEVELOPMENT CORPORATION
DBA ICON MATERIALS
1508 VALENTINE AVE SE
PACIFIC, WA 98047
COVERAGES
CERTIFICATE NUMBER:
FAX
Eck; (",.No):.
INSURER E :
INSURER F :
ATL-005629102-01 REVISION NUMBER: 5
25445
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR ADPLISUBRI POLICY EFF POLICY EXP LIMITS TYPE OF INSURANCE POLICY NUMBER D/YYYY D/YYYY
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
5
CLAIMS-MADE OCCUR
$
DAM E—TUREW719—
PREMISES(Ea accu ance
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$
POLICY JPRC01 71 LOC
PRODUCTS - COMP/OP AGG
S
$
O
AUTOMOBILE LIABILITY
COMBINED SINGLE LiMrr
ffa
$
_ecadent
BODILY INJURY (Per person)
$
ANY AUTO
OWNED I SCHEDULED
AUTOS ONLY I AUTOS
BODILY INJURY (Per accident)
$
PROPERTYDAMAGE
Par amwani
$
[[ HIRED NON -OWNED
I— AUTOS ONLY AUTOS ONLY
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
H.
AGGREGATE
$
EXCESS LIAB
CLAIMS-MADE
DED RETENTION S
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
_
PER -
STATUTE ER
OFFICER/MEMBER EXCUDED?ECUTIVE
NIA
E.L. EACH ACCIDENT
$
EL DISEASE - EA EMPLOYEE
$
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L DISEASE - POLICY LIMIT
$
A
Contractors Pollution
ICELLUW00131132 09/01/2022
09/01/2023 Incident
1.000,000
Liability
Aggregate
1.000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: S 288TH STREET ROAD DIET -PHASE 1, PROJECT #36238
THE CITY OF FEDERAL WAY AND ITS OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, THE CONSULTANT THAT COMPLETED PREPARATION OF THE ENGINEERING
DESIGN AND THE PROJECT PLANS, AND ITS OFFICERS, EMPLOYEES, AGENTS AND SUBCONSULTANTS, AND CONSULTANTS HIRED BY THE CITY OF FEDERAL WAY FOR DESIGN,
CONSTRUCTION SUPPORT OR MATERIAL TESTING ARE INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT
CERTIFICATE HOLDER CANCELLATION
CITY OF FEDERAL WAY
33325 8TH AVENUE SOUTH
FEDERAL WAY. WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
%KairasE 'LaGSi�f �Lr�
©1988-2016 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
CERTIFICATE OF LIABILITY INSURANCE
DATE(MM/DD/YYYY)
07/27/2023
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
MARSH USA, LLC.
TWO ALLIANCE CENTER
3560 LENOX ROAD, SUITE 2400
ATLANTA,GA 30326
CN 103150008-XSPol-22-23
INSURED
(PAG120) CPM DEVELOPMENT CORPORATION
DBA ICON MATERIALS
1508 VALENTINE AVE SE
PACIFIC, WA 98047
INSURER A: Evanston
INSURER B :
COVERAGES CERTIFICATE NUMBER: ATL-005629127-01 REVISION NUMBER: 1
NAIC #
35378
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE AD[] POLICY NUMBER POLICY EFF M IYO—LDA/YYYY LIMITS
LTR
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$
CLAIMS-MADE1-1 OCCUR
G RENTED
PREMISES Ea occurrent@
$
MED EXP (Any one person)
S
PERSONAL & ADV INJURY
S
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
S
PRODUCTS-COMP/OPAGG
S
POLICY ❑ PRO- LOC
JECTS
OTHER:
AUTOMOBILE LIABILITY
(Ea NED SINGLE LIMIT
Ea acddant
S
BODILY INJURY (Per person)
S
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
5
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
5
AGGREGATE
S
EXCESS LIAB
CLAIMS -MADE
DED RETENTION S
S
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I H
ANYPROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBEREXCLUDED? N
NIA
PER
STATUTE ER
E.L. EACH ACCIDENT
S
(Mandatory in NH)
E.L. DISEASE - EA EMPLOYEE
S
E.L. DISEASE - POLICY LIMIT
S
IF yes, describe under
• DESCRIPTION OF OPERATIONS below
A Excess Environmental Liability
I
MKLV2EFX100969
09/0112022
09/01/2023
Limit
1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required)
RE: S 288TH STREET ROAD DIET -PHASE 1, PROJECT #36238
THE CITY OF FEDERAL WAY AND ITS OFFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, THE CONSULTANT THAT COMPLETED PREPARATION OF THE ENGINEERING
DESIGN AND THE PROJECT PLANS, AND ITS OFFICERS, EMPLOYEES, AGENTS AND SUBCONSULTANTS, AND CONSULTANTS HIRED BY THE CITY OF FEDERAL WAY FOR DESIGN,
CONSTRUCTION SUPPORT OR MATERIAL TESTING ARE INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT
CERTIFICATE HOLDER CANCELLATION
CITY OF FEDERAL WAY
33325 8TH AVENUE SOUTH
FEDERAL WAY, WA 98003
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
7JiCwro.F ZCSoi .L��
©1988-2016 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
PERFORMANCE AND PAYMENT BOND
S 288th Street Road Diet — Phase 1
The City of Federal Way ("City") has awarded to CPM Development Corporation DBA ICON Materials
("Principal"), a contract for the construction of the above referenced project, and said Principal is required to
furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter
39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW.
Fidelity and Deposit
The Principal, and Company of Maryland ("Surety"), a corporation organized under the laws of the
State of Illinois and licensed to do business in the State of Washington as surety and
named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal
Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly
bound to the City of Federal Way, in the sum of Nine Hundred Ten Thousand Eight Hundred Ninety -Nine and
50/100 US Dollars ($910,899.50) Total Contract Amount, subject to the provisions herein.
This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors,
or assigns shall:
1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms
and conditions of all duly authorized modifications, additions, and changes to said Contract that may
hereafter be made, at the time and in the manner therein specified; and if such performance
obligations have not been fulfilled, this bond shall remain in force and effect; and
2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers,
laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such
contractor or subcontractor with provisions and supplies for the carrying on of such work, and all
taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal
under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain
in full force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such
increased obligation.
This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully
executed, original power of attorney for the office executing on behalf of the surety.
CPM Development Corporation
PRINCIPAL: DBA ICON Materials SU TY: Fi My and Deposillpompany of Maryland
NlaYk �7 �icG e�- J u i 28, 2023
July 25, 2023
Principal Signature Date
Mark Eichelberger
Printed Name
Construction Manager
Title
CITY OF FEDERAL WAY
Surety Sign re Date
Carolyn E, Wheeier
Printed Name
Attorney -In -Fact
Title
RFB-25
CFW RFB VERSION 2023,IAN
S 288T" ROAD DIET — PH 1
PROJECT #36238
BOND NO.:
9433603
Bond No. 9433603
LOCAL OFFICE/AGENT OF SURETY:
Carolyn E. Wheeler
Name
1111 Northshore Dr., Ste. N-550
Street Address
Knoxville, TN 37919
City, State, Zip
(865)769-7787
Telephone
APPROVED AS TO FORM:
J. ryan Call, City Attorney
CITY OF FEDERAL WAY S 288T" ROAD DIET — PH 1
RFB-26 PROJECT #36238
CFW RFB VERSION 2023-JAN
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF ]MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert
D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth
on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and
appoint Amanda MILLS, Lori A. WRIGHT, Carolyn E. WHEELER, Vicki NOBINGER, Bonnie RICE, Rachel A. CHAVERIAT, Leslie
PATTERSON, Meri DAMRON, Andrea ALLMAN, Sandra KING, Carrie WRIGHT, Lisa FRYE, Loretta JONES, Michelle LUTE-
HEATHERLY, all of Knoxville, Tennessee, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and
on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly
executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New
York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in
Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in
Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 06th day of March, A.D 2023.
"11„irr „,"luu„q„q Y„,N,IUNt„ry
Wntr y rf -,.'�Pfti<�[yM�rp 1
a, O �'� •' e_ `73iq'+�Pa6 ^ CP . x,Q�pgP
SEAL�gi,_ u SEAL „ e
,ry
' IJ.........
4 N ru,INNI ATTEST:
I"pp••1 .1
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF AARYLAND
BP: Robert D Murray
l,'ice President
By Dawn E Brown
Secrerm y
State or Maryland
County of Baltimore
On this 06th day of March, A.D. 2023, before the subscriber, a Notary Public of the Slate of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Na Beihea
N"lary Nbhc
My Comm .. Expires Seplember 30. 2023
Authenticity of this bond can be confirmed at bondvalidator.zurich na.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attom_ cX--in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
atomey-in-fact to affix the corporate seal thereto; and may wilh or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 25th day of July .2023 .
Co
va
E GSEAL� =y� E43,
�E r S;JA
By: Mary Jean Pethick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
reporisfclaitnyfclaim ,riyzurichna.coin
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
P & P BONDS - S 288TH STREET ROAD D.IET-
PHASE 1 - CITY OF FEDERAL WAY
Final Audit Report 2023-07-28
Created: 2023-07-27
By: Kristin Portillo (Kristin.Portillo@iconmaterials.com)
Status: Signed
Transaction ID: CBJCHBCAABAAmWK01_eYrzH29G-iNmDHkw1uK1u\ J1q
"P & P BONDS - S 288TH STREET ROAD DIET -PHASE 1 - CIT
Y OF FEDERAL WAY" History
Document created by Kristin Portillo (Kristin.Portillo@iconmaterials.com)
2023-07-27 - 7:55:18 PM GMT
Document emailed to mark.eichelberger@iconmaterials.com for signature
2023-07-27 - 7:55:55 PM GMT
Email viewed by mark.eichelberger@iconmaterials.com
2023-07-28 - 6:03:44 PM GMT
Signer mark.eichelberger@iconmaterials.com entered name at signing as Mark J Eichelberger
2023-07-28 - 6:04:24 PM GMT
6a Document e-signed by Mark J Eichelberger (mark.eichelberger@iconmaterials.com)
Signature Date: 2023-07-28 - 6:04:26 PM GMT - Time Source: server
Agreement completed.
2023-07-28 - 6:04:26 PM GMT
9 Adobe Acrobat Sign
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: S 2881h Street Road Diet - Phase 1
RFB No: 23-004
Contractor: CPM Development Corporation DBA ICON Materials
GENERAL REQUIREMENTS
1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the
moneys earned by the contractor will be reserved by the City.
2. All investments selected are subject to City approval.
3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes.
CONTRACTOR'S INSTRUCTIONS
Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld
under the terms of this contract:
0 Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor.
0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and
loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a
separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The
City will provide the agreement to the Contractor if this option is selected.
0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have
escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow
Agreement" upon contract award. The City will provide the agreement to the Contractor if this option
is selected. All investments are subject to City approval. The cost of the investment program, and
risk thereof, is to be borne entirely by the contractor.
Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these
Contract Documents.
_eLV1h 3Pwett 08/02/2023
Contractor Signature Date
CITY OF FEDERAL WAY S 288TH ROAD DIET — PH 1
RFB-27 PROJECT #36238
CFW RFB VERSION 2023-JAN
Bond No. 9433604
RETAINAGE BOND TO CITY OF FEDERAL WAY
S 288th Street Road Diet — Phase 1
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, CPM Development
Co oration DBA ICON Materials, as principal ("Principal"), and Fidelity and Deposit Company of Maryland , a
Corporation organized and existing under the laws of the State of Illinois , as a surety
Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of
Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to
the City of Federal Way ("City') in the penal sum of: Ninety-one Thousand Eighty-nine dollars and 95/100
Dollars ($91,089.95) for the payment of which sum we bind ourselves and our successors, heirs, administrators
or personal representatives, as the case may be.
A. This obligation is entered into in pursuant to the statutes of the State of Washington and the
ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted.
B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the
Principal, providing for the above -referenced Project, which contract is incorporated herein by this reference
("Contract'), and
C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned
by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the
City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or
material men who shall perform any labor upon such contract or the doing of such work, and all persons who
shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such
work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said
Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work
shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be
given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any
amendments that may hereafter be provided thereto; and
D. State law further provides that with the consent of the City, the Principal may submit a bond for all or
any portion of the amount of funds retained by the public body in a form acceptable to the public body
conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same
manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and
E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work
therein provided for in the manner and within the time set forth, for the amount of $910,899.50; and
F. The City is prepared to release any required retainage money previously paid by the Principal prior to
acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by
these presents,
NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and
within the time period prescribed by the City, or within such extensions of time as may be granted under the
Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons
who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work,
and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from
such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall
be and remain in full force and effect.
And the Surety, for value received, hereby further stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby
waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the
Work.
CITY OF FEDERAL WAY S 288TH ROAD DIET — PH 1
RFB-28 PROJECT #36238
CFW RFB VERSION 2023-JAN
The Surety hereby agrees that modifications and changes may be made in the terms and provisions of
the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be
paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like
amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond
without consent of the Surety.
Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms
of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself
within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the
default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not
complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its
finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according
to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be
reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects
option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The
City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any
actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the
Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead
action.
In the event a dispute should arise between the Parties to this Bond with respect to the City's
declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to
resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be
administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101.
The Surety shall not interplead prior to completion of the mediation.
The parties have executed this instrument under their separate seals this 25th day of
July , 2023 , the name and corporate seal of each corporate party hereto affixed, and these
presents duly signed by its undersigned representatives pursuant to authority of its governing body.
CPM Development Corporation
CORPORATE SEAL: PRINCIPAL: DBA ICON Materials
CORPORATE SEAL:
CITY OF FEDERAL WAY
Title: Construction Manager
Address: 1508 Valentine Ave SE
Pacific, WA 98047-2103
SURETY: Fidelity and Deposit Company of Maryland
,ytnuYrrry
By: P 0T+,,
Attomey-in- f Carolyn E.Wheeler O .• O
(Attach Po of Attorney) 7�va#kr
Title: Attorney -In -Fact s ti 1890 X
+v*
Ri
Address: I 111 Ngrthsb2re Dr. S e. N-550 �11 � MATYOIP
RFB-29
CFW RF6 VERSION 2023-JAN
Knoxville, TN 37919
S 288TH ROAD DIET — PH 1
PROJECT #36238
CERTIFICATES AS TO CORPORATE SEAL
I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that
Mark Eichre�, who signed the said bond on behalf of the Principal, was
Construction ManaggeL of said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its
governing body.
Secretary of Principal
I hereby— hat I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that
_ -� _ who signed the said bond on behalf of the Surety, was
oT Corporation, that I know his or her signature thereto is genuine, and
that said bond was duly signed, sealed, and-A-MeMs&fqr and in behalf of said Corporation by authority of its
governing body-
eQ, I� � � �
Secretary of Surety See Surety Notary Acknowledgment attached
APPROVED AS TO FORM:
— ztq -
Ryan Call, CityAttor k
CITY OF FEDERAL WAY S 288TH ROAD DIET - PH 1
RFB-30 PROJECT #36238
CFW RF8 VERSION 2023-JAN
State of Tennessee
County of Knox ss:
On July 25, 2023 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and swom, personally appeared
Carolyn E. Wheeler
known to me to be Attomey-in-Fact of Fidelity and Deposit Company of Maryland
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above.
My Commission Expires _ August 2s, 2023
*�-riiA. Wright Notary Public
'
O u 3
w
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert
D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are sct forth
on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and
appoint Amanda MILLS, Lori A. WRIGHT, Carolyn E. WHEELER, Vicki NOBINGER, Bonnie RICE, Rachel A. CHAVERIAT, Leslie
PATTERSON, Meri DAMRON, Andrea ALLMAN, Sandra KING, Carrie WRIGHT, Lisa FRYE, Loretta JONES, Michelle LUTE-
HEATHERLY, all of Knoxville, Tennessee, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and
on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in
pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duty
executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New
York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in
Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in
Owings Mills, Maryland., in their own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 06th day of March, A.D. 2023.
co
a�rr.l p AR.r
i s
yL aq' R►r 4 =j SEAL vSEALi' `PSEALm a
,zs �t
,,,,• "v no
IkW ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By: Robert D. Murray
Vice President
By Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
On this 06th day of March, A_D. 2023, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D.
Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of
the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and
the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
lea Bob-
N"iary Public
My Commission Expues September 30. 2023
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fart. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the I Oth day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this 25th day of July , 2023 .
N� mu ,7,
per, .,wA �,.�� n� r�` yaC nr
sxgp0 rrii d¢TO
SEAL it,tmS� jaFuLm`f:
By: Mary Jean. P:thick
Vice President
TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION
OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT
INFORMATION TO:
Zurich Surety Claims
1299 Zurich Way
Schaumburg, IL 60196-1056
reportsfclaims r'zurichna.com
800-626-4577
Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790
RETAINAGE OPTION - S 288th ST ROAD DIET
- CITY OF FEDERAL WAY
Final Audit Report 2023-08-02
Created: 2023-08-02
By: Kristin Portillo (Kristin.Portillo@iconmatedals.com)
Status: Signed
Transaction ID: CBJCHBCAABAAVMd9GErsv3dDlf8Za2GyCN4AunVCRgh8
"RETAINAGE OPTION - S 288th ST ROAD DIET - CITY OF FE
DERAL WAY" History
Document created by Kristin Portillo (Kristin.Portillo@iconmaterials.com)
2023-08-02 - 5:14:56 PM GMT
Document emailed to Kevin Jewett (kevin.jewett@iconmaterials.com) for signature
2023-08-02 - 5:15:33 PM GMT
Email viewed by Kevin Jewett(kevin.jewett@iconmaterials.com)
2023-08-02 - 5:26:08 PM GMT
Document e-signed by Kevin Jewett(kevin.jewett@iconmaterials.com)
Signature Date: 2023-08-02 - 5:26:19 PM GMT - Time Source: server
Agreement completed.
2023-08-02 - 5:26:19 PM GMT
0 Adobe Acrobat Sign
CPM DEVELOPMENT CORPORATION[
_� u.aapex
�_
GNf#rL1�Rl[
HElkNA SAND
k GRAVEL
w�.r..w
C MIMITCA112 OF AUMORM
Please be advised, that the Individuals whose names, titles and signatures appear below are authorized
To execute proposals, contracts, bonds, and other documents and/or hutruments on behalf of CPM
Development Corporations, dba ICON Materials. ICON Materials Is a CPM Development Corporation trade name.
Name and Title
Michael McBreen, Vice Pmaident
Male Ercheibaw, COnBIlwdm Manager
Christopher Williams, Operations Manager
I Respectfully submhted,
"00-R W CPM DEVELOPMENT CORPORATION
414a"� V) 86ja'-�
Susan L. Devaney
Assistant Treasurer & Assistant Secretary
STATE OF WASHINGTON )
es.
COUNTY OF SPOKANE )
On this day personally appeared before me Sumn L. Devaney, Lmown to me to be the person that
executed the foregoing instrument, on behalf of CPM • Development Corporation, d/b/a ICON Materials and
acimowiedged said instrument to be the f m and vohmtary act of said Corporation for the uses and purposes therein
mentioned.
SUBSCRIBED and sworn to before me this —4' day of kwew s 2022.
Signature of NO
MICHELLE M WELCH �` i ' - -
❑TARY PUBLIC COMM. EXPIRES NOV. 7, 20C' or T}+pe Name of Notary
STATE OF WASHINGTONResiding
ARY PUBLIC ut and for the State of Washington
COMMISSION NO.78431 M Camm sioa xpires cvR
y expires an _ � I 7
d
�a
An E*W OPpwko* EmpbW Sill E Broadway; BpoWm %bby;, WAN212
P.O. Sox 33M, Spoirane WA =12141=1
Onion: (009) 5344=1 - For (500} 11WW51
7/14/23, 3:01 PM Corporations and Charities System
;�.s5w V-,Atg nd Charities Filing System
BUSINESS INFORMATION
CPM DEVELOPMENT CORPORATION
601 006 854
WA PROFIT CORPORATION
ACTIVE
5111 E BROADWAY AVE, SPOKANE VLY, WA, 99212-0928, UNITED STATES
5111 E BROADWAY AVE, SPOKANE VLY, WA, 99212-0928, UNITED STATES
07/31 /2024
UNITED STATES, WASHINGTON
07/26/1984
PERPETUAL
Business Name:
UBI Number:
Business Type:
Business Status:
Principal Office Street Address:
Principal Office Mailing Address:
Expiration Date:
Jurisdiction:
Formation/ Registration Date:
Period of Duration:
Inactive Date:
Nature of Business:
CONSTRUCTION CONTRACTOR, SUPPLIER OF READY -MIX CONCRETE, ASPHALT, AGGREGATES
REGISTERED AGENT INFORMATION
https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation
1/3
7/14/23, 3:01 PM
Corporations and Charities System
CORPORATION SERVICE COMPANY
Registered Agent Name:
Street Address:
300 DESCHUTES WAY SW STE 208 MC-CSC1, TUMWATER, WA, 98501, UNITED STATES
Mailing Address:
300 DESCHUTES WAY SW STE 208 MC-CSC1, TUMWATER, WA, 98501, UNITED STATES
GOVERNORS
Title
Governors Type
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
GOVERNOR
INDIVIDUAL
Back
https://ccfs.sos.wa.gov/#/BusinessSearch/Businesslnformation
Entity Name First Name
Last Name
PAUL
FRANZ
TROY
HOLT
JOHN
MADDEN
JEREMIAH
LEMONS
K. C.
KLOSTERMAN
MICHAEL
MCBREEN
WILLIAM
MCCALL
STEVEN J.
SMITH
RICARDO
LINARES
SUSAN L.
DEVANEY
SCOTT W.
PARSON
JARED
HYDE
MARICAR
HAJDAREVIC
DAVID M.
TOOLAN
2/3
7/14/23, 3:00 PM Washington State Department of Revenue
Washington State Department of Revenue
< Business Lookup
License Information:
Entity name:
CPM DEVELOPMENT CORPORATION
Business
ICON MATERIALS
name:
Entity type:
Profit Corporation
UBI #:
601-006-854
Business ID:
001
Location ID:
0009
Location:
Active
Location address: 1508 VALENTINE AVE SE
PACIFIC WA 98047-2103
Mailing address: PO BOX 3366
SPOKANE WA 99220-3366
Excise tax and reseller permit status: Click here
Secretary of State status: Click here
Page 1 of 3
Endorsements Filter
New search Back to results
https://secure.dor.wa.gov/gteunauth/_/#3 1 /6
7/14/23, 3:00 PM Washington State Department of Revenue
Endorsements held i License # Count Details Status Expiration First issua
Resident
Enumclaw General CUST000( Active Jul-31-20; Jul-05-20
Business - Non -
Resident
Federal Way 98-10530 Active Jul-31-20; Dec-29-21
General Business -
Non -Resident
Fife General Active Jul-31-20; Jan-09-2C
Business - Non -
Resident
Fircrest General Active Jul-31-20; Dec-18-21
Business - Non -
Resident
Franklin County 3546 Active Jun-30-2C Jun-21-2(
General Business -
Non -Resident
Governing People May include governing people not registered with Secretary of State
Filter
Governing people Title
DEVANEY, SUSAN L.
FRANZ, PAUL
HAJDAREVIC, MARICAR
HOLT, TROY
HYDE, JARED
https //secure.dor.wa.gov/gteunauth/_/#3
3/6
7/14/23, 3:00 PM
Governing people
KLOSTERMAN, K. C.
LEMONS, JEREMIAH
LINARES, RICARDO
MADDEN, J.OHN
MCBREEN, MICHAEL
MCCALL, WILLIAM
PARSON, SCOTT W.
SMITH, STEVEN J.
TOOLAN, DAVID M.
Registered Trade Names
Registered trade names Status
ACME MATERIALS & Active
CONSTRUCTION CO
Washington State Department of Revenue
Title
Filter
First issued
Sep-19-2017
CENTRAL PRE MIX Active Jul-27-2010
CONCRETE COMPANY
CENTRAL PREMIX Active Jun-13-2008
CONCRETE CO
CENTRAL PRE -MIX Active Jan-03-2002
CONCRETE CO.
https //secure.dor.wa.gov/gteunauth/—/#3 4/6
7/14/23, 3:00 PM
Registered trade names Status
CENTRAL WASHINGTON Active
CONCRETE
CPM DEVELOPMENT Active
CORPORATION
GRAHAM & MORRIS Active
ICON MATERIALS Active
INLAND ASPHALT Active
COMPANY
RIVERBEND MATERIALS Active
SALEM ROAD AND Active
DRIVEWAY
VALLEY READY -MIX Active
WENATCHEE SAND & Active
GRAVEL
WINDSOR ROCK Active
PRODUCTS
YAKIMA ROCK PRODUCTS Active
Washington State Department of Revenue
First issued
Jan-03-2002
Apr-10-2012
Sep-19-2017
Jan-03-2002
Jan-03-2002
May-07-2018
Jun-27-2014
Feb-06-2003
Jan-03-2002
May-09-2019
Sep-19-2017
View Additional Locations
The Business Lookup information is updated
nightly. Search date and time: 7/14/2023 3:00:22
PM
https:Hsecure.dor.wa.gov/gteunauth/_/#3 5/6
INTRODUCTION TO THE SPECIAL PROVISIONS
(December 10, 2020 APWA GSP)
The work on this project shall be accomplished in accordance with the Standard Specifications
for Road, Bridge and Municipal Construction, 2023 edition, as issued by the Washington State
Department of Transportation (WSDOT) and the American Public Works Association (APWA),
Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications,
as modified or supplemented by these Special Provisions, all of which are made a part of the
Contract Documents, shall govern all of the Work.
These Special Provisions are made up of both General Special Provisions (GSPs) from various
sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each
Provision either supplements, modifies, or replaces the comparable Standard Specification, or is
a new Provision. 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.
The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the
headers of each GSP, with the effective date of the GSP and its source. For example:
(March 8, 2013 APWA GSP)
(April 1, 2013 WSDOT GSP)
(April 12, 2018 CFW GSP)
('"S. 288TH ST. ROAD DIET SPECIAL PROVISION"")
Also incorporated into the Contract Documents by reference are:
• Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted
edition, with Washington State modifications, if any
• Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current
edition
City of Federal Way Public Works Development Standards
National Electric Code, current edition
Contractor shall obtain copies of these publications, at Contractor's own expense.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-1 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the S 288th St Road Diet — Phase 1 Improvements
and other work, all in accordance with the attached Contract Plans, these Contract Provisions,
and the Standard Specifications.
1-01.3 Definitions
(January 19, 2022 APWA GSP)
Delete the heading Completion Dates and the three paragraphs that follow it, and replace them
with the following:
Dates
Bid Opening Date
The date on which the Contracting Agency publicly opens and reads the Bids.
Award Date
The date of the formal decision of the Contracting Agency to accept the lowest responsible
and responsive Bidder for the Work.
Contract Execution Date
The date the Contracting Agency officially binds the Agency to the Contract.
Notice to Proceed Date
The date stated in the Notice to Proceed on which the Contract time begins.
Substantial Completion Date
The day the Engineer determines the Contracting Agency has full and unrestricted use
and benefit of the facilities, both from the operational and safety standpoint, any remaining
traffic disruptions will be rare and brief, and only minor incidental work, replacement of
temporary substitute facilities, plant establishment periods, or correction or repair remains
for the Physical Completion of the total Contract.
Physical Completion Date
The day all of the Work is physically completed on the project. All documentation required
by the Contract and required by law does not necessarily need to be furnished by the
Contractor by this date.
Completion Date
The day all the Work specified in the Contract is completed and all the obligations of the
Contractor under the contract are fulfilled by the Contractor. All documentation required
by the Contract and required by law must be furnished by the Contractor before
establishment of this date.
Final Acceptance Date
The date on which the Contracting Agency accepts the Work as complete.
Supplement this Section with the following:
All references in the Standard Specifications, Amendments, or WSDOT General Special
Provisions, to the terms "Department of Transportation", "Washington State
Transportation Commission", "Commission", "Secretary of Transportation", "Secretary",
"Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency."
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-2 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
All references to the terms "State" or "state" shall be revised to read "Contracting Agency"
unless the reference is to an administrative agency of the State of Washington, a State
statute or regulation, or the context reasonably indicates otherwise.
All references to "State Materials Laboratory" shall be revised to read "Contracting Agency
designated location."
All references to "final contract voucher certification" shall be interpreted to mean the
Contracting Agency form(s) by which final payment is authorized, and final completion and
acceptance granted.
Additive
A supplemental unit of work or group of bid items, identified separately in the Bid Proposal,
which may, at the discretion of the Contracting Agency, be awarded in addition to the base
bid.
Alternate
One of two or more units of work or groups of bid items, identified separately in the Bid
Proposal, from which the Contracting Agency may make a choice between different
methods or material of construction for performing the same work.
Business Day
A business day is any day from Monday through Friday except holidays as listed in Section
1-08.5.
Contract Bond
The definition in the Standard Specifications for "Contract Bond" applies to whatever bond
form(s) are required by the Contract Documents, which may be a combination of a
Payment Bond and a Performance Bond.
Contract Documents
See definition for "Contract."
Contract Time
The period of time established by the terms and conditions of the Contract within which
the Work must be physically completed.
Notice of Award
The written notice from the Contracting Agency to the successful Bidder signifying the
Contracting Agency's acceptance of the Bid Proposal.
Notice to Proceed
The written notice from the Contracting Agency or Engineer to the Contractor authorizing
and directing the Contractor to proceed with the Work and establishing the date on which
the Contract time begins.
Traffic
Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-3 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
1-02.1 Prequalification of Bidders
Delete this Section and replace it with the following:
1-02.1 Qualifications of Bidder
(January 24, 2011 APWA GSP)
Before award of a public works Contract, a bidder must meet at least the minimum
qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to
be awarded a public works project.
1-02.2 Plans and Specifications_
(June 27, 2011 APWA GSP)
Delete this section and replace it with the following:
Information as to where Bid Documents can be obtained or reviewed can be found in the
Call for Bids (Advertisement for Bids) for the work.
After award of the Contract, Plans and specifications will be issued to the Contractor at no
cost as detailed below:
To Prime Contractor
No. of
Sets
Basis of Distribution
Reduced Plans (11" x 17")
1
Furnished automatically upon award.
Contract Provisions
1
Furnished automatically upon award.
Large Plans (e.g., 22" x 34")
1
Furnished only upon request.
Additional Plans and Contract Provisions may be obtained by the Contractor from the
source stated in the Call for Bids, at the Contractor's own expense.
1-02.4 Examination of Plans, Specifications, and Site Work
(June 27, 2011 APWA GSP)
1-02.40) General
(December 30, 2022 APWA GSP, Option B)
The first sentence of the ninth paragraph, beginning with "Prospective Bidder desiring...",
is revised to read:
Prospective Bidders desiring an explanation or interpretation of the Bid
Documents, shall request the explanation or interpretation in writing by close of
business three (3) business days preceding the bid opening to allow a written reply
to reach all prospective Bidders before the submission of their Bids.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
The Proposal Form will identify the project and its location and describe the work. It will
also list estimated quantities, units of measurement, the items of work, and the materials
to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal
form that call for, but are not limited to, unit prices; extensions; summations; the total bid
amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment
of addenda; the bidder's name, address, telephone number, and signature; the bidder's
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-4 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's
Registration Number; and a Business License Number, if applicable. Bids shall be
completed by typing or shall be printed in ink by hand, preferably in black ink. The required
certifications are included as part of the Proposal Form.
The Contracting Agency reserves the right to arrange the proposal forms with alternates
and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid
on all alternates and additives set forth in the Proposal Form unless otherwise specified.
1-02.6 Preparation of Proposal
(December 10, 2020 APWA GSP, OPTION B)
Supplement the second paragraph with the following:
4. If a minimum bid amount has been established for any item, the unit or lump sum
price must equal or exceed the minimum amount stated.
5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed
by the signer of the bid.
Delete the last two paragraphs, and replace them with the following:
The Bidder shall submit with their Bid a completed Contractor Certification Wage Law
Compliance form, provided by the Contracting Agency. Failure to return this certification
as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for
Award. A Contractor Certification of Wage Law Compliance form is included in the
Proposal Forms.
The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner.
A bid by a corporation shall be executed in the corporate name, by the president or a vice
president (or other corporate officer accompanied by evidence of authority to sign).
A bid by a partnership shall be executed in the partnership name, and signed by a partner.
A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE
requirements are to be satisfied through such an agreement.
A bid by a joint venture shall be executed in the joint venture name and signed by a
member of the joint venture. A copy of the joint venture agreement shall be submitted with
the Bid Form if any UDBE requirements are to be satisfied through such an agreement.
(June 4, 2020 WSDOT GSP, OPTION 9)
Item number 1 in the fifth paragraph of Section 1-02.6 is revised to read:
1. Subcontractors who will perform the work of structural steel installation, rebar
installation, heating, ventilation, air conditioning and plumbing as described in
RCW 18.106 and electrical as described in RCW 19.28, and
Add the following new section:
1-02.60) Recycled Materials Proposal
(January 4, 2016 APWA GSP)
The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into
the project; using the form provided in the Contract Provisions.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-5 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
1-017 Bid De osit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
Contracting Agency -assigned number for the project;
2. Name of the project;
3. The Contracting Agency named as obligee;
4. The amount of the bid bond stated either as a dollar figure or as a percentage
which represents five percent of the maximum bid amount that could be awarded;
5. Signature of the bidder's officer empowered to sign official statements. The
signature of the person authorized to submit the bid should agree with the
signature on the bond, and the title of the person must accompany the said
signature;
6. The signature of the surety's officer empowered to sign the bond and the power of
attorney.
If so stated in the Contract Provisions, bidder must use the bond form included in the
Contract Provisions.
If so stated in the Contract Provisions, cash will not be accepted for a bid deposit.
1-02.10 Withdrawing, Revising, or Supplementing Proposal
(July 23, 2015 APWA GSP)
Delete this section, and replace it with the following:
After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may
withdraw, revise, or supplement it if:
The Bidder submits a written request signed by an authorized person and
physically delivers it to the place designated for receipt of Bid Proposals,
and
2. The Contracting Agency receives the request before the time set for receipt
of Bid Proposals, and
3. The revised or supplemented Bid Proposal (if any) is received by the
Contracting Agency before the time set for receipt of Bid Proposals.
If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received
before the time set for receipt of Bid Proposals, the Contracting Agency will return the
unopened Proposal package to the Bidder. The Bidder must then submit the revised or
supplemented package in its entirety. If the Bidder does not submit a revised or
supplemented package, then its bid shall be considered withdrawn.
Late revised or supplemented Bid Proposals or late withdrawal requests will be date
recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed
requests to withdraw, revise, or supplement a Bid Proposal are not acceptable.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-6 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
1-02.13 Irregular Proposals
(December 30, 2022 APWA GSP)
Delete this section and replace it with the following
A Proposal will be considered irregular and will be rejected if:
a. The Bidder is not prequalified when so required;
b. The authorized Proposal form furnished by the Contracting Agency is not used or
is altered;
C. The completed Proposal form contains any unauthorized additions, deletions,
alternate Bids, or conditions;
d. The Bidder adds provisions reserving the right to reject or accept the award, or
enter into the Contract;
e. A price per unit cannot be determined from the Bid Proposal;
f. The Proposal form is not properly executed;
g. The Bidder fails to submit or properly complete a subcontractor list (WSDOT
Form 271-015), if applicable, as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete a Disadvantaged Business
Enterprise Certification (WSDOT Form 272-056), if applicable, as required in
Section 1-02.6;
i. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from
each DBE firm listed on the Bidder's completed DBE Utilization Certification that
they are in agreement with the bidder's DBE participation commitment, if
applicable, as required in Section 1-02.6, or if the written confirmation that is
submitted fails to meet the requirements of the Special Provisions;
j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as
required in Section 1-02.6, or if the documentation that is submitted fails to
demonstrate that a Good Faith Effort to meet the Condition of Award was made;
k. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272-054), if
applicable, as required in Section 1-02.6, or if the documentation that is
submitted fails to meet the requirements of the Special Provisions;
I. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required
in Section 1-02.6, or if the documentation that is submitted fails to meet the
requirements of the Special Provisions;
M. The Bid Proposal does not constitute a definite and unqualified offer to meet the
material terms of the Bid invitation; or
n. More than one Proposal is submitted for the same project from a Bidder under
the same or different names.
2. A Proposal may be considered irregular and may be rejected if:
a. The Proposal does not include a unit price for every Bid item;
b. Any of the unit prices are excessively unbalanced (either above or below the
amount of a reasonable Bid) to the potential detriment of the Contracting Agency;
C. Receipt of Addenda is not acknowledged;
d. A member of a joint venture or partnership and the joint venture or partnership
submit Proposals for the same project (in such an instance, both Bids may be
rejected); or
e. If Proposal form entries are not made in ink.
1-02.14 Disqualification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-7 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Delete this section and replace it with the following:
A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder
responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental
Criteria 1-7 listed in this Section.
Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility
criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder
meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this
Section.
1. Delinquent State Taxes
A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State
Department of Revenue without a payment plan approved by the Department
of Revenue.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder does not owe delinquent taxes to the Washington State Department of
Revenue, or if delinquent taxes are owed to the Washington State Department
of Revenue, the Bidder must submit a written payment plan approved by the
Department of Revenue, to the Contracting Agency by the deadline listed
below.
2. Federal Debarment
A. Criterion: The Bidder shall not currently be debarred or suspended by the
Federal government.
B. Documentation: The Bidder shall not be listed as having an "active exclusion"
on the U.S. government's "System for Award Management" database
(www.sam.gov).
3. Subcontractor Responsibi_liit
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form shall
also include a requirement that each of its subcontractors shall have and
document a similar procedure to determine whether the sub -tier subcontractors
with whom it contracts are also "responsible" subcontractors as defined by
RCW 39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against
the retainage or payment bonds for public works projects in the three years
prior to the bid submittal date, that demonstrate a lack of effective management
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-8 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
by the Bidder of making timely and appropriate payments to its subcontractors,
suppliers, and workers, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a list of the public works projects completed in the three years prior to
the bid submittal date that have had claims against retainage and bonds and
include for each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of
the projects listed;
• Awritten explanation of the circumstances surrounding each claim and the
ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid
submittal date.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder and/or its owners have not been convicted of a crime involving bidding
on a public works contract.
6. Termination for Cause / Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances and
such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder has not had any public works contract terminated for cause or
terminated for default by a government agency in the five years prior to the bid
submittal date; or if Bidder was terminated, describe the circumstances.
7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency
B. Documentation: The Bidder, if and when required as detailed below, shall sign
a statement (on a form to be provided by the Contracting Agency) that the
Bidder has not had any lawsuits with judgments entered against the Bidder in
the five years prior to the bid submittal date that demonstrate a pattern of failing
to meet the terms of contracts, or shall submit a list of all lawsuits with
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-9 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
judgments entered against the Bidder in the five years prior to the bid submittal
date, along with a written explanation of the circumstances surrounding each
such lawsuit. The Contracting Agency shall evaluate these explanations to
determine whether the lawsuits demonstrate a pattern of failing to meet of
terms of construction related contracts
As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent
low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second
business day following the bid submittal deadline, a written statement verifying that the
Bidder meets the supplemental criteria together with supporting documentation (sufficient
in the sole judgment of the Contracting Agency) demonstrating compliance with the
Supplemental Criteria. The Contracting Agency reserves the right to request further
documentation as needed from the low Bidder and documentation from other Bidders as
well to assess Bidder responsibility and compliance with all bidder responsibility criteria.
The Contracting Agency also reserves the right to obtain information from third -parties and
independent sources of information concerning a Bidder's compliance with the mandatory
and supplemental criteria, and to use that information in their evaluation. The Contracting
Agency may consider mitigating factors in determining whether the Bidder complies with
the requirements of the supplemental criteria.
The basis for evaluation of Bidder compliance with these mandatory and supplemental
criteria shall include any documents or facts obtained by Contracting Agency (whether
from the Bidder or third parties) including but not limited to: (i) financial, historical, or
operational data from the Bidder; (ii) information obtained directly by the Contracting
Agency from others for whom the Bidder has worked, or other public agencies or private
enterprises; and (iii) any additional information obtained by the Contracting Agency which
is believed to be relevant to the matter.
If the Contracting Agency determines the Bidder does not meet the bidder responsibility
criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify
the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with
this determination, it may appeal the determination within two (2) business days of the
Contracting Agency's determination by presenting its appeal and any additional
information to the Contracting Agency. The Contracting Agency will consider the appeal
and any additional information before issuing its final determination. If the final
determination affirms that the Bidder is not responsible, the Contracting Agency will not
execute a contract with any other Bidder until at least two business days after the Bidder
determined to be not responsible has received the Contracting Agency's final
determination.
Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with
concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility
Criteria may make or submit requests to the Contracting Agency to modify the criteria.
Such requests shall be in writing, describe the nature of the concerns, and propose
specific modifications to the criteria. Bidders shall submit such requests to the Contracting
Agency no later than five (5) business days prior to the bid submittal deadline and address
the request to the Project Engineer or such other person designated by the Contracting
Agency in the Bid Documents.
1-03 AWARD AND EXECUTION OF CONTRACT
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-10 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
1-03.1 Consideration of Bids
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
After opening and reading proposals, the Contracting Agency will check them for
correctness of extensions of the prices per unit and the total price. If a discrepancy exists
between the price per unit and the extended amount of any bid item, the price per unit will
control. If a minimum bid amount has been established for any item and the bidder's unit
or lump sum price is less than the minimum specified amount, the Contracting Agency will
unilaterally revise the unit or lump sum price, to the minimum specified amount and
recalculate the extension. The total of extensions, corrected where necessary, including
sales taxes where applicable and such additives and/or alternates as selected by the
Contracting Agency, will be used by the Contracting Agency for award purposes and to fix
the Awarded Contract Price amount and the amount of the contract bond.
1-03.101 Identical Bid Totals
(December 30, 2022 APWA GSP)
Revise this section to read:
After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the
tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the highest
percentage of recycled materials in the Project, per the form submitted with the Bid
Proposal. If those percentages are also exactly equal, then the tie -breaker will be
determined by drawing as follows: Two or more slips of paper will be marked as follows:
one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to
make the marking unseen. The slips will be placed inside a box. One authorized
representative of each Bidder shall draw a slip from the box. Bidders shall draw in
alphabetic order by the name of the firm as registered with the Washington State
Department of Licensing. The slips shall be unfolded and the firm with the slip marked
"Winner' will be determined to be the successful Bidder and eligible for Award of the
Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest
responsive Bid, and with a proposed recycled materials percentage that is exactly equal
to the highest proposed recycled materials amount, are eligible to draw.
1-03.3 Execution of Contract
(January 19, 2022 APWA GSP)
Revise this section to read:
Within 3 calendar days of Award date (not including Saturdays, Sundays, and Holidays),
the successful Bidder shall provide the information necessary to execute the Contract to
the Contracting Agency. The Bidder shall send the contact information, including the full
name, email address, and phone number, for the authorized signer and bonding agent to
the Contracting Agency.
Copies of the Contract Provisions, including the unsigned Form of Contract, will be
available for signature by the successful bidder on the first business day following award.
The number of copies to be executed by the Contractor will be determined by the
Contracting Agency.
Within 10 calendar days after the award date, the successful bidder shall return the signed
Contracting Agency -prepared contract, an insurance certification as required by Section
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-11 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
1-07.18, and a satisfactory bond as required by law and Section 1-03.4, the Transfer of
Coverage form for the Construction Stormwater General Permit with sections I, III, and
VI I I completed when provided. Before execution of the contract by the Contracting Agency,
the successful bidder shall provide any pre -award information the Contracting Agency may
require under Section 1-02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within the calendar days after the award date stated above, the
Contracting Agency may grant up to a maximum of 5 additional calendar days for return
of the documents, provided the Contracting Agency deems the circumstances warrant it.
1-03.4 Contract Bond
(July 23, 2015 APWA GSP)
Delete the first paragraph and replace it with the following:
The successful bidder shall provide executed payment and performance bond(s) for the
full contract amount. The bond may be a combined payment and performance bond; or
be separate payment and performance bonds. In the case of separate payment and
performance bonds, each shall be for the full contract amount. The bond(s) shall:
Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
Is registered with the Washington State Insurance Commissioner,
and
b. Appears on the current Authorized Insurance List in the State of
Washington published by the Office of the Insurance
Commissioner,
3. Guarantee that the Contractor will perform and comply with all obligations,
duties, and conditions under the Contract, including but not limited to the
duty and obligation to indemnify, defend, and protect the Contracting
Agency against all losses and claims related directly or indirectly from any
failure:
a. Of the Contractor (or any of the employees, subcontractors, or
lower tier subcontractors of the Contractor) to faithfully perform and
comply with all contract obligations, conditions, and duties, or
b. Of the Contractor (or the subcontractors or lower tier subcontractors
of the Contractor) to pay all laborers, mechanics, subcontractors,
lower tier subcontractors, material person, or any other person who
provides supplies or provisions for carrying out the work;
4. Be conditioned upon the payment of taxes, increases, and penalties
incurred on the project under titles 50, 51, and 82 RCW; and
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 2 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
5. Be accompanied by a power of attorney for the Surety's officer empowered
to sign the bond; and
6. Be signed by an officer of the Contractor empowered to sign official
statements (sole proprietor or partner). If the Contractor is a corporation,
the bond(s) must be signed by the president or vice president, unless
accompanied by written proof of the authority of the individual signing the
bond(s) to bind the corporation (i.e., corporate resolution, power of
attorney, or a letter to such effect signed by the president or vice president).
1-03.7 Judicial Review
(December 30, 2022 APWA GSP)
Revise this section to read:
All decision made by the Contracting Agency regarding the Award and execution of the
Contract or Bid rejection shall be conclusive subject to the scope of judicial review
permitted under Washington Law. Such review, if any, shall be timely filed in the Superior
Court of the county where the Contracting Agency headquarters is located, provided that
where an action is asserted against a county, RCW 36.01.050 shall control venue and
jurisdiction.
1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and
Addenda
(January 8, 2021 CFW GSP)
Revise the second paragraph to read:
Any inconsistency in the parts of the contract shall be resolved by following this order of
precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth):
1. Contract,
2. Change Orders, with those of a later date taking precedence of those of an
earlier date,
3. Addenda, with those of a later date taking precedence of those of an earlier date,
4. Proposal Form,
5. Special Provisions,
6. Contract Plans,
7. Standard Specifications,
8. Contracting Agency's Standard Plans or Details (if any), and
9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1-04.4 Changes
(January 19, 2022 APWA GSP)
The first two sentences of the last paragraph of Section 1-04.4 are deleted.
1-05.4 Conformity With and Deviations from Plans and Stakes
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 3 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
(January 13, 2021 WSDOT GSP, OPTION 2)
Section 1-05.4 is supplemented with the following:
Contractor Surveying — Roadway
The Contracting Agency has provided primary survey control in the Plans.
The Contractor shall be responsible for setting, maintaining, and resetting all alignment
stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage,
surfacing, paving, channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing. Except for the survey control data to be furnished by
the Contracting Agency, calculations, surveying, and measuring required for setting and
maintaining the necessary lines and grades shall be the Contractor's responsibility.
The Contractor shall inform the Engineer when monuments are discovered that were not
identified in the Plans and construction activity may disturb or damage the monuments.
All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the
length of the project or be replaced at the Contractors expense.
Detailed survey records shall be maintained, including a description of the work performed
on each shift, the methods utilized, and the control points used. The record shall be
adequate to allow the survey to be reproduced. A copy of each day's record shall be
provided to the Engineer within three working days after the end of the shift.
The meaning of words and terms used in this provision shall be as listed in "Definitions of
Surveying and Associated Terms" current edition, published by the American Congress on
Surveying and Mapping and the American Society of Civil Engineers.
The survey work shall include but not be limited to the following:
1. Verify the primary horizontal and vertical control furnished by the Contracting
Agency, and expand into secondary control by adding stakes and hubs as well as
additional survey control needed for the project. Provide descriptions of secondary
control to the Contracting Agency. The description shall include coordinates and
elevations of all secondary control points.
2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on
centerline or on offsets to centerline at all curve points (PCs, PTs, and Pls) and at
points on the alignments spaced no further than 50 feet.
3. Establish clearing limits, placing stakes at all angle points and at intermediate
points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet
beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown
in the Plans.
4. Establish grading limits, placing slope stakes at centerline increments not more
than 50 feet apart. Establish offset reference to all slope stakes. If Global
Positioning Satellite (GPS) Machine Controls are used to provide grade control,
then slope stakes may be omitted at the discretion of the Contractor
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-14 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
5. Establish the horizontal and vertical location of all drainage features, placing offset
stakes to all drainage structures and to pipes at a horizontal interval not greater
than 25 feet.
6. Establish roadbed and surfacing elevations by placing stakes at the top of
subgrade and at the top of each course of surfacing. Subgrade and surfacing
stakes shall be set at horizontal intervals not greater than 50 feet in tangent
sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot
intervals in intersection radii with a radius less than 10 feet. Transversely, stakes
shall be placed at all locations where the roadway slope changes and at additional
points such that the transverse spacing of stakes is not more than 12 feet. If GPS
Machine Controls are used to provide grade control, then roadbed and surfacing
stakes may be omitted at the discretion of the Contractor.
7. Establish intermediate elevation benchmarks as needed to check work throughout
the project.
8. Provide references for paving pins at 25-foot intervals or provide simultaneous
surveying to establish location and elevation of paving pins as they are being
placed.
9. For all other types of construction included in this provision, (including but not
limited to channelization and pavement marking, illumination and signals,
guardrails and barriers, and signing) provide staking and layout as necessary to
adequately locate, construct, and check the specific construction activity.
10. Contractor shall determine if changes are needed to the profiles or roadway
sections shown in the Contract Plans in order to achieve proper smoothness and
drainage where matching into existing features, such as a smooth transition from
new pavement to existing pavement. The Contractor shall submit these changes
to the Engineer for review and approval 10 days prior to the beginning of work.
The Contractor shall provide the Contracting Agency copies of any calculations and
staking data when requested by the Engineer.
The Contractor shall ensure a surveying accuracy within the following tolerances:
Slope stakes
Subgrade grade stakes set
0.04 feet below grade
CITY OF FEDERAL WAY
Vertical Horizontal
±0.10 feet ±0.10 feet
±0.01 feet ±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
SP-15
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Stationing on roadway N/A
±0.1 feet
Alignment on roadway N/A
±0.04 feet
Surfacing grade stakes ±0.01 feet
±0.5 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
Roadway paving pins for
surfacing or paving ±0.01 feet ±0.2 feet
(parallel to alignment)
±0.1 feet
(normal to alignment)
The Contracting Agency may spot-check the Contractor's surveying. These spot-checks
will not change the requirements for normal checking by the Contractor.
When staking roadway alignment and stationing, the Contractor shall perform
independent checks from different secondary control to ensure that the points staked are
within the specified survey accuracy tolerances.
The Contractor shall calculate coordinates for the alignment. The Contracting Agency will
verify these coordinates prior to issuing approval to the Contractor for commencing with
the work. The Contracting Agency will require up to seven calendar days from the date
the data is received.
Contract work to be performed using contractor -provided stakes shall not begin until the
stakes are approved by the Contracting Agency. Such approval shall not relieve the
Contractor of responsibility for the accuracy of the stakes.
Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are
needed that are not described in the Plans, then those stakes shall be marked, at no
additional cost to the Contracting Agency as ordered by the Engineer.
Payment
Payment will be made for the following bid item when included in the proposal.
"Roadway Surveying", lump sum.
The lump sum contract price for "Roadway Surveying" shall be full pay for all labor,
equipment, materials, and supervision utilized to perform the Work specified, including
any resurveying, checking, correction of errors, replacement of missing or damaged
stakes, and coordination efforts.
(March 9, 2023, WSDOT GSP, OPTION 4)
Section 1-05.4 is supplemented with the following:
Contractor Surveying - ADA Features
ADA Feature Staking Requirements
The Contractor shall be responsible for setting, maintaining, and resetting all
alignment stakes, and grades necessary for the construction of the ADA features.
CITY OF FEDERAL WAY
SPA 6
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Calculations, surveying, and measuring required for setting and maintaining the
necessary lines and grades shall be the Contractor's responsibility. The Contractor
shall build the ADA features within the specifications in the Standard Plans and
contract documents.
ADA Feature Contract Compliance
The Contractor shall be responsible for completing measurements to verify all ADA
features comply with the Contract in the presence of the Engineer.
ADA Feature As -Built Measurements
The Contractor shall be responsible for providing the latitude and longitude of each
ADA feature as indicated on the ADA Inspection Form(s) (WSDOT Form 224-020).
The completed ADA Inspection Form(s) (WSDOT Form 224-020) shall be
submitted as a Type 3 Working Drawing and transmitted to the Engineer within 30
calendar days of completing the ADA feature. After acceptance, the Contracting
Agency will submit the final form(s) to the WSDOT ADA Steward.
Payment
Payment will be made for the following bid item that is included in the Proposal
"ADA Features Surveying", lump sum.
The lump sum Contract price for "ADA Features Surveying" shall be full pay for all the
Work as specified.
In the instance where an ADA feature does not meet accessibility requirements, all work
to replace non -compliant work and then to measure, record the as -built measurements,
and transmit the electronic forms to the Engineer shall be completed at no additional cost
to the Contracting Agency.
1-05.7 Removal of Defective and Unauthorized Work
(October 1, 2005 APWA GSP)
Supplement this section with the following:
If the Contractor fails to remedy defective or unauthorized work within the time specified
in a written notice from the Engineer, or fails to perform any part of the work required by
the Contract Documents, the Engineer may correct and remedy such work as may be
identified in the written notice, with Contracting Agency forces or by such other means as
the Contracting Agency may deem necessary.
If the Contractor fails to comply with a written order to remedy what the Engineer
determines to be an emergency situation, the Engineer may have the defective and
unauthorized work corrected immediately, have the rejected work removed and replaced,
or have work the Contractor refuses to perform completed by using Contracting Agency
or other forces. An emergency situation is any situation when, in the opinion of the
Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of
loss or damage to the public.
Direct or indirect costs incurred by the Contracting Agency attributable to correcting and
remedying defective or unauthorized work, or work the Contractor failed or refused to
perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-17 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
monies due, or to become due, the Contractor. Such direct and indirect costs shall include
in particular, but without limitation, compensation for additional professional services
required, and costs for repair and replacement of work of others destroyed or damaged
by correction, removal, or replacement of the Contractor's unauthorized work.
No adjustment in Contract time or compensation will be allowed because of the delay in
the performance of the work attributable to the exercise of the Contracting Agency's rights
provided by this section.
The rights exercised under the provisions of this section shall not diminish the Contracting
Agency's right to pursue any other avenue for additional remedy or damages with respect
to the Contractor's failure to perform the work as required.
1-05,11 Final Inspection
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following
1-05.11 Final Inspections and Operational Testing
1-06.11(1) Substantial Completion Date
When the Contractor considers the work to be substantially complete, the Contractor shall
so notify the Engineer and request the Engineer establish the Substantial Completion
Date. The Contractor's request shall list the specific items of work that remain to be
completed in order to reach physical completion. The Engineer will schedule an inspection
of the work with the Contractor to determine the status of completion. The Engineer may
also establish the Substantial Completion Date unilaterally.
If, after this inspection, the Engineer concurs with the Contractor that the work is
substantially complete and ready for its intended use, the Engineer, by written notice to
the Contractor, will set the Substantial Completion Date. If, after this inspection the
Engineer does not consider the work substantially complete and ready for its intended
use, the Engineer will, by written notice, so notify the Contractor giving the reasons
therefore.
Upon receipt of written notice concurring in or denying substantial completion, whichever
is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized
interruption, the work necessary to reach Substantial and Physical Completion. The
Contractor shall provide the Engineer with a revised schedule indicating when the
Contractor expects to reach substantial and physical completion of the work.
The above process shall be repeated until the Engineer establishes the Substantial
Completion Date and the Contractor considers the work physically complete and ready for
final inspection.
1-05.11(2) Final inspection and Physical Completion Date
When the Contractor considers the work physically complete and ready for final
inspection, the Contractor by written notice, shall request the Engineer to schedule a final
inspection. The Engineer will set a date for final inspection. The Engineer and the
Contractor will then make a final inspection and the Engineer will notify the Contractor in
writing of all particulars in which the final inspection reveals the work incomplete or
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-18 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
unacceptable. The Contractor shall immediately take such corrective measures as are
necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously,
diligently, and without interruption until physical completion of the listed deficiencies. This
process will continue until the Engineer is satisfied the listed deficiencies have been
corrected.
If action to correct the listed deficiencies is not initiated within 7 days after receipt of the
written notice listing the deficiencies, the Engineer may, upon written notice to the
Contractor, take whatever steps are necessary to correct those deficiencies pursuant to
Section 1-05.7.
The Contractor will not be allowed an extension of Contract time because of a delay in the
performance of the work attributable to the exercise of the Engineer's right hereunder.
Upon correction of all deficiencies, the Engineer will notify the Contractor and the
Contracting Agency, in writing, of the date upon which the work was considered physically
complete. That date shall constitute the Physical Completion Date of the Contract, but
shall not imply acceptance of the work or that all the obligations of the Contractor under
the Contract have been fulfilled.
1-05.11 3 Operational Testing
It is the intent of the Contracting Agency to have at the Physical Completion Date a
complete and operable system. Therefore, when the work involves the installation of
machinery or other mechanical equipment; street lighting, electrical distribution or signal
systems; irrigation systems; buildings; or other similar work it may be desirable for the
Engineer to have the Contractor operate and test the work for a period of time after final
inspection but prior to the physical completion date. Whenever items of work are listed in
the Contract Provisions for operational testing they shall be fully tested under operating
conditions for the time period specified to ensure their acceptability prior to the Physical
Completion Date. During and following the test period, the Contractor shall correct any
items of workmanship, materials, or equipment which prove faulty, or that are not in first
class operating condition. Equipment, electrical controls, meters, or other devices and
equipment to be tested during this period shall be tested under the observation of the
Engineer, so that the Engineer may determine their suitability for the purpose for which
they were installed. The Physical Completion Date cannot be established until testing and
corrections have been completed to the satisfaction of the Engineer.
The costs for power, gas, labor, material, supplies, and everything else needed to
successfully complete operational testing, shall be included in the unit Contract prices
related to the system being tested, unless specifically set forth otherwise in the Proposal.
Operational and test periods, when required by the Engineer, shall not affect a
manufacturer's guaranties or warranties furnished under the terms of the Contract.
1-05.12 Final Acceptance
(April 12, 2019 CFW GSP)
Delete the third and fourth sentences in the first paragraph and replace it with the following:
Final acceptance date of the work shall be the date the Federal Way City Council
accepts the project as complete.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-19 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
Add the following new section.
1-05.12 1 One -Year Guarantee Period
(March 8, 2013 APWA GSP)
The Contractor shall return to the project and repair or replace all defects in
workmanship and material discovered within one year after Final Acceptance of
the Work. The Contractor shall start work to remedy any such defects within 7
calendar days of receiving Contracting Agency's written notice of a defect, and
shall complete such work within the time stated in the Contracting Agency's notice.
In case of an emergency, where damage may result from delay or where loss of
services may result, such corrections may be made by the Contracting Agency's
own forces or another contractor, In which case the cost of corrections shall be
paid by the Contractor. In the event the Contractor does not accomplish
corrections within the time specified, the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
When corrections of defects are made, the Contractor shall then be responsible
for correcting all defects in workmanship and materials in the corrected work for
one year after acceptance of the corrections by Contracting Agency.
This guarantee is supplemental to and does not limit or affect the requirements
that the Contractor's work comply with the requirements of the Contract or any
other legal rights or remedies of the Contracting Agency.
1-05.13 Superintendents, Labor and Equipment of Contractor
(August 14, 2013 APWA GSP)
Delete the sixth and seventh paragraphs of this section.
1-05.15 Method of Serving Notices
(December 30, 2022 APWA GSP)
Revise the second paragraph to read:
All correspondence from the Contractor shall be directed to the Project Engineer. All
correspondence from the Contractor constituting any notification, notice of protest, notice
of dispute, or other correspondence constituting notification required to be furnished under
the Contract, must be in paper format, hand delivered or sent via mail delivery service to
the Project Engineer's office. Electronic copies such as a -mails or electronically delivered
copies of correspondence will not constitute such notice and will not comply with the
requirements of the Contract.
Add the following new section:
1-05.16 Water and Power
(October 1, 2005 APWA GSP)
The Contractor shall make necessary arrangements, and shall bear the costs for power
and water necessary for the performance of the work, unless the Contract includes power
and water as a pay item.
1-05.17 As -Built Survey and Record Drawings
(March 22, 2023 CFW GSP)
Section 1-05.17 is a new section:
As -Built Survey
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-20 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
After construction has been completed the Contractor shall perform an as -built survey and
provide the information (including point files) in a format compatible with AutoCAD 2019
or later version file to the Engineer.
The applicable tolerance limits for the as -built survey include, but are not limited to the
following:
As -built sanitary & storm invert and grate
elevations
As -built monumentation
As -built waterlines, inverts, valves,
hydrants
As -built ponds/swales/water features
As -built buildings (fin. Floor elev.)
As -built gas lines, power, TV, Tel, Com
As -built signs, signals, etc.
Vertical Horizontal
± 0.01 foot ± 0.01 foot
± 0.001 foot ± 0.001 foot
± 0.10 foot ± 0.10 foot
± 0.10 foot ± 0.10 foot
± 0.01 foot ± 0.10 foot
± 0.10 foot ± 0.10 foot
N/A ± 0.10 foot
This as -built survey shall consist of the following:
• Survey of rim elevation, sump elevations, and invert elevations of all storm
drainage structures installed, modified or left in place within the limits of this
contract. Storm pipe diameter and material; drainage structure type, size, lid type
(solid cover or grate, standard or heavy duty), and lid shape; model No. of CB
water quality treatment inserts installed, flowline of open channel conveyance
systems at 50-foot max. intervals, and retaining wall footing drains, including
cleanouts.
Survey of all monuments shown on the plans or discovered within the project limits.
City of Federal Way Monument Record forms shall be completed by a Professional
Land Surveyor and submitted to the Project Engineer for each monument.
Finished grade shots on all utility appurtenances within the limits of this contract,
including, but not limited to vaults, handholes, valves, fire hydrants, water meters,
junction boxes, signal poles, etc. Appurtenances with round covers should have
one survey shot in the center of the manhole or valve cover, or at the center of the
fire hydrant. Utility handholes and boxes shall have two shots on opposite corners
of the cover.
• Final curb elevations, with a minimum of 8 shots at each curb return. Also, final
shots along all curb and gutter, block curb, integral curb and extruded curb installed
in this contract (at flowline of the curbs).
Final elevations at the front and back of walk throughout the project limits.
• Final wall elevations at the face and top of all walls installed in this contract.
• Shots of all signs, trees, illumination and signal equipment installed as part of this
contract.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-21 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
Shots to delineate all channelization installed in this contract.
Record Drawings
Throughout construction, the Contractor shall be responsible for tracking all relevant field
changes to the approved construction drawings. These changes shall be clearly identified
in red ink in a comprehensive manner on one set of full-size Plans. These Record Drawing
shall be kept separate from other Plan sheets, and shall be clearly marked as Record
Drawings. The Record Drawings shall be kept on site, and shall be available for review
by the Contracting Agency at all times. The Contractor shall bring the Record Drawings
to each progress meeting for review.
Upon completion of construction, the Contractor shall submit to the City a clean set of
marked -up drawings in electronic PDF format that are signed and certified by the
Contractor or their surveyor. The Certification on each page of the record drawings shall
state that said drawings are an accurate depiction of built conditions. City acceptance of
the Record Drawings is one of the requirements for achieving Physical Completion.
The certified Record Drawings shall, at a minimum, consist of the following:
• Existing or abandoned utilities that were encountered during construction that were
not shown on the approved construction drawings.
Accurate locations of storm drainage (including invert elevations), sanitary sewer,
water mains and other water appurtenances, structures, conduits, light standards,
vaults, width of roadways, sidewalks, landscaping areas, channelization and
pavement markings, etc. Record drawings shall reflect actual dimensions,
arrangement, and materials used when different than shown in the Plans. As -built
survey information shall be used to confirm information shown on record drawings.
• Changes made by Change Order or Field Directive
• Changes made by the Contractor as approved by the Engineer.
• Pothole information gathered by the Contractor.
Payment
"As -Built Survey and Record Drawings", lump sum.
The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay
for all labor, equipment, materials, and supervision utilized to perform the work specified,
including any surveying, checking, correction of errors, preparation of record drawings,
and coordination efforts. Payment will be made after AutoCad files and record drawings
are submitted to and approved by the City. No partial payments will be made.
1-05.19 Defects Arising in One Year and Remedies
(February 15, 2019 CFW GSP)
Section 1-05.19 is a new section:
The Contractor shall, at its own sole cost and expense, be responsible for correcting all
defects in workmanship and material discovered within one year after acceptance of this
work by the City of Federal Way. When corrections of defects are made, the Contractor
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-22 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
shall be responsible for correcting all defects in workmanship and/or materials in the
corrected work for one year after acceptance of the corrections by the Owner. Conducting
of tests and inspections, review of specifications or plans, payment for goods or services,
or acceptance by the City does not constitute waiver, modification, or exclusion of any
express or implied warranty or any right under law. This warranty shall survive termination
of this Contract.
The Contractor shall start work to remedy such defects within seven (7) calendar days of
mailing notice of discovery thereof by the Owner and shall complete such work within a
reasonable time. In emergencies, where damage may result from delay or where loss of
services may result, such corrections may be made by the Owner, in which case the cost
shall be borne by the Contractor. In the event the Contractor does not accomplish
corrections at the time specified, the work will be otherwise accomplished and the cost of
same shall be paid by the Contractor. These actions will be pursuant to the provisions of
Section 1-05.8 of the Standard Specifications.
The Contractor shall be liable for any costs, losses, expenses, or damages, including
consequential damages suffered by the Owner resulting from defects in the Contractor's
work including, but not limited to, cost of materials and labor extended by Owner in making
emergency repairs and cost of engineering, inspection and supervision by the Owner or
the Engineer. The Contractor shall hold the Owner harmless from any and all claims which
may be made against the Owner as a result of any defective work, and the Contractor
shall defend any such claims at his own expense.
The Contractor agrees the above one-year limitation shall not exclude or diminish the
Owner's rights under any law to obtain damages and recover costs resulting from
defective and unauthorized work discovered after one year but prior to the expiration of
the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing
or liability, expressed or implied, arising out of a written agreement. This warranty may
also extend beyond the one-year time period pursuant to any other warranties specified
in the Special Provisions, Contract Plans, other parts of the Contract Documents, or
incorporated by this reference.
RKIMA)IIt2s]4102uFAMArd1t 1
1-06.2 Acceptance of Materials
1-06.20) Samples and Tests for Acceptance
(***S. 288TH ST. ROAD DIET SPECIAL PROVISION—)
Section 1-06.2(1) is supplemented with the following:
The Contractor will be responsible to hire an independent, third -party testing company to
conduct testing such as gradation, concrete compressive strength, and compaction testing.
The testing company shall be designated as a WSDOT-certified testing firm.
The testing company shall provide prompt results. Original test results shall be sent to the
City's Project Engineer and Field Inspector. Email delivery of test results is acceptable. Copies
of test results shall also be sent to the Prime Contractor.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-23 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Contractor shall cooperate with testing company's personnel and provide access to work to
be tested. Contractor shall be responsible to notify testing company in advance of operations
requiring testing and inspection services. If Contractor does not coordinate for testing services
with sufficient advance notice, they are responsible for any delays caused by the inability to
proceed with work due to lack of testing. This will not be grounds for assignment of a non-
working day.
Required tests and frequency shall be in conformance with the WSDOT Construction Manual.
"Material Testing" shall be measured on a lump sum basis and shall include all material testing
required for the project.
When the Bid Item for "Material Testing" appears on the proposal, the lump susm contract
price for "Material Testing" shall include all costs associated with all Bid Schedules unless
noted otherwise.
1-06.6 Recycled Materials
(January 4, 2016 APWA GSP)
Delete this section, including its subsections, and replace it with the following:
The Contractor shall make their best effort to utilize recycled materials in the construction
of the project. Approval of such material use shall be as detailed elsewhere in the
Standard Specifications.
Prior to Physical Completion the Contractor shall report the quantity of recycled materials
that were utilized in the construction of the project for each of the items listed in Section
9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled
glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material
and aggregates from concrete returned to the supplier). The Contractor's report shall be
provided on DOT form 350-075 Recycled Materials Reporting.
1-07.1 Laws to be Observed
(October 1, 2005 APWA GSP)
Supplement this section with the following:
In cases of conflict between different safety regulations, the more stringent regulation shall
apply.
The Washington State Department of Labor and Industries shall be the sole and
paramount administrative agency responsible for the administration of the provisions of
the Washington Industrial Safety and Health Act of 1973 (WISHA).
The Contractor shall maintain at the project site office, or other well-known place at the
project site, all articles necessary for providing first aid to the injured. The Contractor shall
establish, publish, and make known to all employees, procedures for ensuring immediate
removal to a hospital, or doctor's care, persons, including employees, who may have been
injured on the project site. Employees should not be permitted to work on the project site
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-24 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
before the Contractor has established and made known procedures for removal of injured
persons to a hospital or a doctor's care.
The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the
Contractor's Plant, appliances, and methods, and for any damage or injury resulting from
their failure, or improper maintenance, use, or operation. The Contractor shall be solely
and completely responsible for the conditions of the project site, including safety for all
persons and property in the performance of the work. This requirement shall apply
continuously, and not be limited to normal working hours. The required or implied duty of
the Engineer to conduct construction review of the Contractor's performance does not,
and shall not, be intended to include review and adequacy of the Contractor's safety
measures in, on, or near the project site.
1-07.2 State Taxes
Delete this section, including its sub -sections, in its entirety and replace it with the following
1-07.2 State Sales Tax
(June 27, 2011 APWA GSP)
The Washington State Department of Revenue has issued special rules on the State sales
tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor
should contact the Washington State Department of Revenue for answers to questions in
this area. The Contracting Agency will not adjust its payment if the Contractor bases a
Bid on a misunderstood tax liability.
The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other
Contract amounts. In some cases, however, state retail sales tax will not be included.
Section 1-07.2(2) describes this exception.
The Contracting Agency will pay the retained percentage (or release the Contract Bond if
a FHWA-funded Project) only if the Contractor has obtained from the Washington State
Department of Revenue a certificate showing that all Contract -related taxes have been
paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the
Contractor any amount the Contractor may owe the Washington State Department of
Revenue, whether the amount owed relates to this Contract or not. Any amount so
deducted will be paid into the proper State fund.
1-07.2(1) State Sales Tax_ — Rule 171
WAC 458-20-171, and its related rules, apply to building, repairing, or improving
streets, roads, etc., which are owned by a municipal corporation, or political
subdivision of the state, or by the United States, and which are used primarily for
foot or vehicular traffic. This includes storm or combined sewer systems within
and included as a part of the street or road drainage system and power lines when
such are part of the roadway lighting system. For work performed in such cases,
the Contractor shall include Washington State Retail Sales Taxes in the various
unit Bid item prices, or other Contract amounts, including those that the Contractor
pays on the purchase of the materials, equipment, or supplies used or consumed
in doing the work.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-25 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
1-07.2(2) State Sales Tax — Rule 170
WAC 458-20-170, and its related rules, apply to the constructing and repairing of
new or existing buildings, or other structures, upon real property. This includes,
but is not limited to, the construction of streets, roads, highways, etc., owned by
the state of Washington; water mains and their appurtenances; sanitary sewers
and sewage disposal systems unless such sewers and disposal systems are
within, and a part of, a street or road drainage system; telephone, telegraph,
electrical power distribution lines, or other conduits or lines in or above streets or
roads, unless such power lines become a part of a street or road lighting system;
and installing or attaching of any article of tangible personal property in or to real
property, whether or not such personal property becomes a part of the realty by
virtue of installation.
For work performed in such cases, the Contractor shall collect from the Contracting
Agency, retail sales tax on the full Contract price. The Contracting Agency will
automatically add this sales tax to each payment to the Contractor. For this reason,
the Contractor shall not include the retail sales tax in the unit Bid item prices, or in
any other Contract amount subject to Rule 170, with the following exception.
Exception: The Contracting Agency will not add in sales tax for a payment the
Contractor or a subcontractor makes on the purchase or rental of tools, machinery,
equipment, or consumable supplies not integrated into the project. Such sales
taxes shall be included in the unit Bid item prices or in any other Contract amount.
1-07.2(3) Services
The Contractor shall not collect retail sales tax from the Contracting Agency on
any Contract wholly for professional or other services (as defined in Washington
State Department of Revenue Rules 138 and 244).
1-07.6 Permits and Licenses
(April 12, 2018 CFW GSP)
Section 1-07.6 is supplemented with the following:
Survey Monuments
In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may
be disturbed without a valid permit to remove or destroy a survey monument, issued by
the Washington State Department of Natural Resources. Permit applications can be
obtained on the DNR Public Land Survey Office website. The permit application must be
stamped by a registered Washington State Land Surveyor. The Contractor shall obtain
the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
(December 16, 2022 CFW GSP)
Section 1-07.6 is supplemented with the following:
Oversized Loads
The Contractor must obtain a permit from the City of Federal Way (Development Services
Division) for any Oversize / Overweight Loads. Loads are classified as oversized /
overweight if they exceed the following criteria:
Size
• 8'6" wide, 14' tall, 53' length (tractor/trailer)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-26 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
• 40' single unit
7 75' overall with a truck and trailer
O 3' of front overhang and 15' of rear overhang
Weigh
® Heavy loads require a permit for overweight if they exceed the vehicle weight table
published by WSDOT. The gross vehicle weight for a vehicle or a vehicle
combination is determined by an overlapping set of three criteria: tire size, axle
weight, and the weight table.
1-07.7 Load Limits
(March 13, 1995 WSDOT GSP, OPTION 6)
Section 1-07.7 is supplemented with the following:
If the sources of materials provided by the Contractor necessitate hauling over roads other
than State Highways, the Contractor shall, at the Contractor's expense, make all
arrangements for the use of the haul routes.
1-07.9 Wages
1-07.9 5 A Required Documents
(December 30, 2022 APWA GSP)
This section is revised to read as follows
All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and
Certified Payrolls, including a signed Statement of Compliance for Federal -aid
projects, shall be submitted to the Engineer and to the State using the State L&I online
Prevailing Wage Intent & Affidavit (PWIA) system.
(July 18, 2016 APWA GSP, OPTION C)
Supplement this section with the following:
Voluntary Minority, Small, Veteran and Women's Business Enterprise (MSVWBE)
Participation
General Statement
Voluntary goals for minority, small, veteran and women business enterprises are
included in this Contract. The Contractor is encouraged to utilize MSVWBEs in
accordance with these Specifications, RCW 39.19 and Executive Order 13-01 (issued
by the Governor of Washington on May 10, 2013).
No preference will be included in the evaluation of the Contractor's Proposal or Bid;
no minimum level of MSVWBE participation is required as a condition of award or
completion of the Contract; and a Proposal or Bid will not be rejected or considered
non -responsive on that basis.
The goals are voluntary and outreach efforts to provide MSVWBEs maximum
practicable opportunities are encouraged.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-27 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Non -Discrimination
Contractors shall not create barriers to open and fair opportunities for all businesses,
including MSVWBEs, to participate in the Work on this Contract. This includes the
opportunity to compete for subcontracts as sources of supplies, equipment,
construction or services.
The Contractor shall make Voluntary MSVWBE Participation a part of all subcontracts
and agreements entered into as a result of this Contract.
Voluntary MSVWBE Participation Goals
Goals for voluntary MSVWBE participation have been established as a percentage of
Contractor's total Bid amount.
The Contracting Agency has established the following voluntary goals:
Minority 10%
Small 5%
Veteran 5%
Women 6%
Amounts paid to an MSVWBE will be credited to every voluntary goal in which they
are eligible. In other words, participation may be credited for participation in more than
one category. If the Contractor is a MSVWBE their Work will be credited to the
voluntary goals in which they are eligible.
Definitions
Minority Business Enterprise (MBE) — A minority owned business meeting
the requirements of RCW 39.19 and WAC 326-20 and certified by the
Washington State Office of Minority & Women's Business Enterprises.
Small Business — A business meeting the Washington State requirements for
a "Small business", "Minibusiness" or "Microbusiness as defined in RCW
39.26.010 and included on the WSDOT Office of Equal Opportunity list of Small
Businesses at
hftp://www.wsdot.wa.gov/equalopportunity/bddirectory.htm
Veteran Business — A veteran owned business meeting the requirements of
RCW 43.60A.010 and included on the WSDOT Office of Equal Opportunity list
of Veteran Businesses at
http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm
Women Business Enterprise (WBE) — A women owned business meeting
the requirements of RCW 39.19 and WAC 326-20 and certified by the
Washington State Office of Minority & Women's Business Enterprises.
MSVWBE Inclusion Plan
A MSVWBE Inclusion Plan shall be submitted to the Engineer priorto the start of Work
on the project. The plan is submitted for the Contracting Agency's information.
Approval of the plan is not required; an incomplete plan will be returned for correction
and resubmittal. The plan shall include the information identified in the guidelines at:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-28 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
hftp://www.wsdot.wa.gov/EqualOpportunity/MSVWBE.htm.
MSVWBE Reporting
An end of project Report of Amounts Paid to MSVWBEs shall be submitted to the
Engineer after Physical Completion of the Contract. The end of project report is due
20 calendar days after the physical completion of the project has been issued.
The end of project report shall include payments to all eligible businesses regardless
of their listing on the MSVWBE Inclusion Plan. If the Contractor is a MSVWBE the
amounts paid by the Contracting Agency for Work performed by the Contractor shall
also be reported.
MSVWBE Payment
All costs for implementation of the requirements for Voluntary MSVWBE Participation
shall be included in the associated items of Contract Work.
1-07.16 Protection and Restoration of Property
1-07.16(2) Vegetation Protection and Restoration
(August 2, 2010 WSDOT GSP)
Section 1-07.16(2) is supplemented with the following:
Vegetation and soil protection zones for trees shall extend out from the trunk to a
distance of 1-foot radius for each inch of trunk diameter at breast height.
Vegetation and soil protection zones for shrubs shall extend out from the stems at
ground level to twice the radius of the shrub.
Vegetation and soil protection zones for herbaceous vegetation shall extend to
encompass the diameter of the plant as measured from the outer edge of the plant.
1-07.17 Utilities and Similar Facilities
(April 2, 2007 WSDOT GSP, OPTION 1)
Section 1-07.17 is supplemented with the following:
Locations and dimensions shown in the Plans for existing facilities are in accordance with
available information obtained without uncovering, measuring, or other verification.
The following addresses and telephone numbers of utility companies known or suspected
of having facilities within the project limits are supplied for the Contractor's convenience.
UTILITY CONTACTS
Puget Sound Energy (Power)
Attn: Jason Airey
3130 S 38th St
Tacoma, WA 98409
Telephone: (206) 348-9637
CITY OF FEDERAL WAY
SP-29
Lumen
Attn: Lara Lant
1208 NE 641h St
Seattle, WA 98115
Lara.Lant@Lumen.com
Telephone: (206) 765-9885
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Puget Sound Energy (Gas)
Comcast
Attn: Katie Dierick
Attn: Kyle Kinney
Katie.Dierick@pse.com
410 Valley Ave NW
Cell: (253) 268-6331
Puyallup, WA 98371
Kyle_Kinney@comcast.com
Telephone: (253) 293-3838
Lakehaven Water & Sewer District
Attn: Naveen Chandra, P.E.
AT&T
31623 1 st Avenue S
Attn: Steve Duppenthaler
Federal Way, WA 98063-4249
11241 Willows Rd NE, #130
NChandra@lakehaven.org
Redmond, WA 98052
Telephone: (253) 946-5440
Telephone: (425)286-3822
Cell: (206) 966-8185
City of FW IT Dept (City Fiber)
Zayo
Attn: Thomas Fichtner
Attn: Jason Tesdal
33325 8th Ave S
4905 Pacific Hwy E, Suite 4
Federal Way, WA 98003
Fife, WA 98424
Telephone: (253) 835-2547
Jason.Tesdal@zayo.com
Telephone: (253) 221-7585
King Co. Traffic (Signals & Lighting)
Attn: Mark Parrett
155 Monroe Ave NE
Renton, WA 98056
Telephone: (206) 296-8153
ADDITIONAL CONTACTS
King County Metro Transit South King Fire & Rescue
81270 6th Ave S, Bldg 2 31617 1 st Ave S
Seattle, WA 98134 Federal Way, WA 98003
Telephone: (206) 684-2785 Telephone: (253) 946-7253
City of Federal Way Police
Federal Way School District
33325 8th Ave S
Attn: Transportation Department
Federal Way, WA 98003
1211 S. 332nd St
Telephone: (253) 835-6701
Federal Way, WA 98003
(for officer traffic control scheduling)
Telephone: (253) 945-5960
Telephone: (253) 835-6767
(for traffic / road closure issues)
1-07.18 Public Liability and Property Damage Insurance
Delete this section in its entirety, and replace it with the following.
1-07.18 Insurance
(December 30, 2022 APWA GSP)
CITY OF FEDERAL WAY
SP-30
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
1-07.18 1 General Requirements
A. The Contractor shall procure and maintain the insurance described in all subsections of
section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating
of not less than A-: VII and licensed to do business in the State of Washington. The
Contracting Agency reserves the right to approve or reject the insurance provided, based
on the insurer's financial condition.
B. The Contractor shall keep this insurance in force without interruption from the
commencement of the Contractor's Work through the term of the Contract and for thirty
(30) days after the Physical Completion date, unless otherwise indicated below.
C. If any insurance policy is written on a claims -made form, its retroactive date, and that of
all subsequent renewals, shall be no later than the effective date of this Contract. The
policy shall state that coverage is claims made, and state the retroactive date. Claims -
made form coverage shall be maintained by the Contractor for a minimum of 36 months
following the Completion Date or earlier termination of this Contract, and the Contractor
shall annually provide the Contracting Agency with proof of renewal. If renewal of the
claims made form of coverage becomes unavailable, or economically prohibitive, the
Contractor shall purchase an extended reporting period ("tail") or execute another form of
guarantee acceptable to the Contracting Agency to assure financial responsibility for
liability for services performed.
D. The Contractor's Automobile Liability, Commercial General Liability and Excess or
Umbrella Liability insurance policies shall be primary and non-contributory insurance as
respects the Contracting Agency's insurance, self-insurance, or self -insured pool
coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the
Contracting Agency shall be excess of the Contractor's insurance and shall not contribute
with it.
E. The Contractor shall provide the Contracting Agency and all additional insureds with
written notice of any policy cancellation, within two business days of their receipt of such
notice.
F. The Contractor shall not begin work under the Contract until the required insurance has
been obtained and approved by the Contracting Agency
G. Failure on the part of the Contractor to maintain the insurance as required shall constitute
a material breach of contract, upon which the Contracting Agency may, after giving five
business days' notice to the Contractor to correct the breach, immediately terminate the
Contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the
Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset
against funds due the Contractor from the Contracting Agency.
H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of
the Contract and no additional payment will be made.
(March 9, 2023 WSDOT GSP)
Section 1-07.18(1) is supplemented with the following:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-31 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
Under no circumstances shall a wrap up policy be obtained, for either initiating or
maintaining coverage, to satisfy insurance requirements for any policy required
under this section. A wrap up policy is defined as an insurance agreement or
arrangement under which all the parties working on a specified or designated
project are insured under one policy for liability arising out of that specified or
designated project.
(December 30, 2022 APWA GSP, cont.)
1-07.18 2 Additional Insured
All insurance policies, with the exception of Workers Compensation, and of Professional
Liability and Builder's Risk (if required by this Contract) shall name the following listed
entities as additional insured(s) using the forms or endorsements required herein:
• The Contracting Agency and its officers, elected officials, employees, agents, and
volunteers.
• The Consultant that completed the preparation of the engineering design and
project plans, and its officers, employees, agents, and subconsultants.
• Consultants hired by the Contracting Agency for design, construction support, or
materials testing.
The above -listed entities shall be additional insured(s) for the full available limits of liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract, and irrespective of whether
the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes
limits lower than those maintained by the Contractor.
For Commercial General Liability insurance coverage, the required additional insured
endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing
operations and CG 20 37 10 01 for completed operations.
1-07.18(3) Subcontractors
The Contractor shall cause each subcontractor of every tier to provide insurance coverage
that complies with all applicable requirements of the Contractor -provided insurance as set
forth herein, except the Contractor shall have sole responsibility for determining the limits
of coverage required to be obtained by subcontractors.
The Contractor shall ensure that all subcontractors of every tier add all entities listed in
1-07.18(2) as additional insureds, and provide proof of such on the policies as required by
that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG
20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency evidence of insurance and copies of the additional insured endorsements of each
subcontractor of every tier as required in 1-07.18(4) Verification of Coverage.
1-07.18(4) Verification of Coverae
The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and
endorsements for each policy of insurance meeting the requirements set forth herein when
the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to
demand such verification of coverage with these insurance requirements or failure of
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-32 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
Contracting Agency to identify a deficiency from the insurance documentation provided
shall not be construed as a waiver of Contractor's obligation to maintain such insurance.
Verification of coverage shall include:
1. An ACORD certificate or a form determined by the Contracting Agency to be
equivalent.
2. Copies of all endorsements naming Contracting Agency and all other entities listed in
1-07.18(2) as additional insured(s), showing the policy number. The Contractor may
submit a copy of any blanket additional insured clause from its policies instead of a
separate endorsement.
3. Any other amendatory endorsements to show the coverage required herein.
4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy
these requirements — actual endorsements must be submitted.
Upon request by the Contracting Agency, the Contractor shall forward to the Contracting
Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is
required on this Project, a full and certified copy of that policy is required when the
Contractor delivers the signed Contract for the work.
1-07.18 5 Coveractes and Limits
The insurance shall provide the minimum coverages and limits set forth below.
Contractor's maintenance of insurance, its scope of coverage, and limits as required
herein shall not be construed to limit the liability of the Contractor to the coverage provided
by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy
available at law or in equity.
All deductibles and self -insured retentions must be disclosed and are subject to approval
by the Contracting Agency. The cost of any claim payments falling within the deductible
or self -insured retention shall be the responsibility of the Contractor. In the event an
additional insured incurs a liability subject to any policy's deductibles or self -insured
retention, said deductibles or self -insured retention shall be the responsibility of the
Contractor.
1-07.18 5 A Commercial General Liability
Commercial General Liability insurance shall be written on coverage forms at least as
broad as ISO occurrence form CG 00 01, including but not limited to liability arising from
premises, operations, stop gap liability, independent contractors, products -completed
operations, personal and advertising injury, and liability assumed under an insured
contract. There shall be no exclusion for liability arising from explosion, collapse or
underground property damage.
The Commercial General Liability insurance shall be endorsed to provide a per project
general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement.
Contractor shall maintain Commercial General Liability Insurance arising out of the
Contractor's completed operations for at least three years following Substantial
Completion of the Work.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-33 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
Such policy must provide the following minimum limits:
$1,000,000
Each Occurrence
$2,000,000
General Aggregate
$2,000,000
Products & Completed Operations Aggregate
$1,000,000
Personal & Advertising Injury each offense
$1,000,000
Stop Gap / Employers' Liability each Accident
(August 27, 2021 CFW GSP)
The Commercial General Liability minimum coverage limit, per each occurrence shown in
Section 1-07.18(5)A of the APWA Special Provision included herein is modified as follows:
The minimum limit for Commercial General Liability Insurance, per each
occurrence shall be $2,000,000.
(December 30, 2022 APWA GSP, cont.)
1-07.18 5 B Automobile Liability
Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall
be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves
the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99
48 endorsements.
Such policy must provide the following minimum limit:
$1,000,000 Combined single limit each accident
1-07.18(5)C Workers' Compensation
The Contractor shall comply with Workers' Compensation coverage as required by the
Industrial Insurance laws of the State of Washington.
1-07.18(5)D Excess or Umbrella Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less
than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability
coverage shall be excess over and as least as broad in coverage as the Contractor's
Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional
insureds on the Contractor's Excess or Umbrella Liability insurance policy.
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
1-07.18(5)J Pollution Liability
(January 4, 2016 APWA GSP)
The Contractor shall provide a Contractors Pollution Liability policy, providing coverage
for claims involving bodily injury, property damage (including loss of use of tangible
property that has not been physically injured), cleanup costs, remediation, disposal or
other handling of pollutants, including costs and expenses incurred in the investigation,
defense, or settlement of claims, arising out of any one or more of the following:
1. Contractor's operations related to this project.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-34 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023 03
2. Remediation, abatement, repair, maintenance or other work with lead -based
paint or materials containing asbestos.
3. Transportation of hazardous materials away from any site related to this project.
All entities listed under 1-07.18(2) of these Special Provisions shall be named by
endorsement as additional insureds on the Contractors Pollution Liability insurance
policy.
Such Pollution Liability policy shall provide the following minimum limits:
$2,000,000 each loss and annual aggregate
1-07.23 Public Convenience and Safety
(February 6, 2023 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane, ramp, shoulder, and roadway closures are subject to the following
restrictions:
The Contractor shall, at all times throughout the project, conduct the
work in such a manner as will obstruct and inconvenience vehicular and
pedestrian traffic as little as possible. The streets, sidewalks and
private driveways shall be kept open by the Contractor except for the
brief periods when actual work is being done. The Contractor shall
conduct his operations so as to have under construction no greater
length or amount of work than he can prosecute vigorously and he shall
not open up sections of the work and leave them in an unfinished
condition.
The Contractor shall provide flaggers, signs, and other traffic control
devices. The Contractor shall erect and maintain all construction signs,
warning signs, detour signs, and other traffic control devices necessary
to warn and protect the public at all times from injury or damage as a
result of the Contractor's operations which may occur on highways, roads,
streets, sidewalks, or paths. No work shall be done on or adjacent to
any traveled way until all necessary signs and traffic control devices are
in place.
• All signs and traffic control devices for the permitted closures shall only
be installed during the specified hours. Construction signs, if placed
earlier than the specified hours of closure, shall be turned or covered
so as not to be visible to motorists
• The Contractor shall keep all pedestrian routes & access points
(including, but not limited to, sidewalks, and crosswalks when located
within the project limits) open and clear at all times unless permitted
otherwise by the Engineer in an approved traffic control plan. An ADA
accessible route must be provided through the project site at all times.
• Pedestrians must have access to pedestrian push buttons at all times.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-35 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Lane closures shall not impact business access. All businesses shall
remain accessible by vehicles and pedestrian during business hours.
• Lane closures shall not restrict vehicular access for buses through the
project site. Bus stops shall remain ADA accessible to pedestrians at
all times throughout the project.
• The Contractor shall be responsible for notifying all affected property
owners and tenants prior to commencing the barricading of streets,
alleys, sidewalks and driveways. Notifications should be at least 48
hours in advance of closures, if possible.
• No paving shall occur in residential areas during refuse, recycle, and
yard waste collection days. Collection schedules are available at
www.cityoffederalway.com/publicworks/recycling.
• For approved night work, it shall be the Contractor's responsibility to
obtain any required noise variance or exemption for such work.
• For approved night work, the Contractor shall, at no additional cost to
the City, make all arrangements for operations during hours of
darkness. Flagger stations shall be illuminated using a minimum 150-
watt floodlight. Lighting used for nighttime work shall, whenever
possible, be directed away from or shielded from residences and
oncoming traffic. Signs and barricades shall be supplemented by Type
C steady burn lights to delineate edge of roadway during the hours of
darkness.
The Contractor may, if shown on a traffic control plan approved by the
Engineer, momentarily interrupt continuous two-way traffic to allow
one-way traffic (alternating directions / fagger controlled). Such
interruptions shall utilize qualified flaggers placed in strategic locations
to insure the public safety and minimize driver confusion.
• For projects with bid schedules located in multiple locations throughout
the City, the Contractor shall not have personnel or subcontractors
working on -site at more than two schedules at any given time.
Traffic Delays
When Automated Flagger Assistance Devices (AFADs) or flaggers are used to
control traffic, traffic shall not be stopped for more than two minutes at any time.
All traffic congestion shall be allowed to clear before traffic is delayed again.
If the delay becomes greater than two minutes, the Contractor shall immediately
begin to take action to cease the operations that are causing the delays. If the
two -minute delay limit has been exceeded, as determined by the Engineer, the
Contractor shall provide to the Engineer, a written proposal to revise his work
operations to meet the two -minute limit. This proposal shall be accepted by the
Engineer prior to resuming any work requiring traffic control.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-36 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
There shall be no delay to medical, fire, or other emergency vehicles. The
Contractor shall alert all flaggers and personnel of this requirement.
General Restrictions
Construction vehicles using a closed traffic lane shall travel only in the normal
direction of traffic flow unless expressly allowed in an accepted traffic control plan.
Construction vehicles shall be equipped with flashing or rotating amber lights.
No two consecutive on -ramps, off -ramps, or intersections shall be closed at the
same time and only one ramp at an interchange shall be closed, unless specifically
shown in the Plans.
Roads or ramps that are designated as part of a detour shall not be closed or
restricted during the implementation of that detour, unless specifically shown in the
Plans.
Controlled Access
No special access or egress shall be allowed by the Contractor other than normal
legal movements or as shown in the Plans.
Contractor's vehicles of 10,000 GVW or greater shall not exit or enter a lane open
to public traffic except as follows:
Egress and ingress shall only occur during the hours of allowable lane
closures, and:
1. For exiting an open lane of traffic, by decelerating in a lane that is
closed during the allowable hours for lane closures.
2. For entering an open lane of traffic, by accelerating in a closed lane
during the allowable hours for lane closures.
Traffic control vehicles are excluded from the gross vehicle weight requirement.
If placing construction signs will restrict traveled lanes, then the work will be
permitted during the hours of allowable lane closures.
Advance Notification
The Contractor shall notify the Engineer in writing of any traffic impacts related to
lane closure, shoulder closure, sidewalk closure, or any combination for the week
by 12:00 p.m. (noon) Wednesday the week prior to the stated impacts.
The Contractor shall notify the Engineer in writing ten working days in advance of
any traffic impacts related to full roadway closure, ramp closure, or both.
The Contractor shall notify the Engineer in writing of any changes to the stated
traffic impacts a minimum of 48 hours prior to the traffic impacts.
1-07.24 Rights of Way
(July 23, 2015 APWA GSP)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-37 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Delete this section and replace it with the following:
Street Right of Way lines, limits of easements, and limits of construction permits are
indicated in the Plans. The Contractor's construction activities shall be confined within
these limits, unless arrangements for use of private property are made.
Generally, the Contracting Agency will have obtained, prior,to bid opening, all rights of
way and easements, both permanent and temporary, necessary for carrying out the work.
Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's
attention by a duly issued Addendum.
Whenever any of the work is accomplished on or through property other than public Right
of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement
agreement obtained by the Contracting Agency from the owner of the private property.
Copies of the easement agreements may be included in the Contract Provisions or made
available to the Contractor as soon as practical after they have been obtained by the
Engineer.
Whenever easements or rights of entry have not been acquired prior to advertising, these
areas are so noted in the Plans. The Contractor shall not proceed with any portion of the
work in areas where right of way, easements or rights of entry have not been acquired
until the Engineer certifies to the Contractor that the right of way or easement is available
or that the right of entry has been received. If the Contractor is delayed due to acts of
omission on the part of the Contracting Agency in obtaining easements, rights of entry or
right of way, the Contractor will be entitled to an extension of time. The Contractor agrees
that such delay shall not be a breach of contract.
Each property owner shall be given 48 hours' notice prior to entry by the Contractor. This
includes entry onto easements and private property where private improvements must be
adjusted.
The Contractor shall be responsible for providing, without expense or liability to the
Contracting Agency, any additional land and access thereto that the Contractor may desire
for temporary construction facilities, storage of materials, or other Contractor needs.
However, before using any private property, whether adjoining the work or not, the
Contractor shall file with the Engineer a written permission of the private property owner,
and, upon vacating the premises, a written release from the property owner of each
property disturbed or otherwise interfered with by reasons of construction pursued under
this contract. The statement shall be signed by the private property owner, or proper
authority acting for the owner of the private property affected, stating that permission has
been granted to use the property and all necessary permits have been obtained or, in the
case of a release, that the restoration of the property has been satisfactorily accomplished.
The statement shall include the parcel number, address, and date of signature. Written
releases must be filed with the Engineer before the Completion Date will be established.
1-07.28 Communication with Businesses and Property Owners
(April 12, 2018 CFW GSP)
Section 1-07.28 is added:
The Contractor will be responsible for communicating all work activities with the property
owners / tenants that are located adjacent to the project. The Contractor, along with the
City's inspector & project engineer, shall have one formal meeting (door-to-door project
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-38 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
walk-through) with the property owners/tenants prior to the start of construction. It will be
the Contractor's responsibility to initiate and set up the meeting.
Thereafter, the Contractor shall keep the property owners / tenants informed of their
general work locations and upcoming activities by distributing a monthly status/schedule
memo to the businesses. The memo shall be approved by the City's Project Engineer prior
to distribution.
1-07.29 Coordination with Transit Agencies
(December 1, 2021 CFW GSP)
Section 1-07.29 is added:
The Contractor is required to coordinate with impacted transit agencies. King County
Metro and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs
and supports within the project limits. A copy of all communications between the
contractor and transit agencies shall be forwarded to the City of Federal Way.
King County Metro: King County should be notified in writing at
construction.coord@kingcounty.gov a minimum of five business days prior to starting any
work impacting bus stops, a temporary lane or road closure. Work requiring removing a
bus shelter or sign requires notification in writing a minimum of 30 business days. Work
requiring removing a bus shelter or sign requires notification in writing a minimum of 30
business days. Prior to construction of Metro footings and facilities, please contact Metro
inspectors and construction at btisstopinspections(c7kiiigcat3nty.gov or by phone at
(206)263-2381. King County Metro requires notice of at least three weeks in advance to
schedule an inspection. All King County Metro footings must be inspected and approved
by King County Metro inspectors before any concrete is poured.
Pierce Transit: Pierce Transit should be notified at (253)581-8130 to coordinate.
�Qi�t�:i.�`1�C+3.�tYL�LIG41 ■l �:t�lcl:����
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.00) Preconstruction Conference
(October 10, 2008 APWA GSP)
Prior to the Contractor beginning the work, a preconstruction conference will be
held between the Contractor, the Engineer, and such other interested parties as
may be invited. The purpose of the preconstruction conference will be:
1. To review the initial progress schedule;
2. To establish a working understanding among the various parties
associated or affected by the work;
3. To establish and review procedures for progress payment, notifications,
approvals, submittals, etc.;
4. To establish normal working hours for the work;
5. To review safety standards and traffic control; and
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-39 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
6. To discuss such other related items as may be pertinent to the work.
The Contractor shall prepare and submit at the preconstruction meeting the
following:
1. A breakdown of all lump sum items;
2. A preliminary schedule of working drawing submittals; and
3. A list of material sources for approval if applicable.
1-08.0(2) Hours of Work_
(December 8, 2014 APWA GSP)
Add the following new section:
Except in the case of emergency or unless otherwise approved by the Engineer,
the normal working hours for the Contract shall be any consecutive 8-hour period
between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch
break. If the Contractor desires different than the normal working hours stated
above, the request must be submitted in writing prior to the preconstruction
conference, subject to the provisions below. The working hours for the Contract
shall be established at or prior to the preconstruction conference.
All working hours and days are also subject to local permit and ordinance
conditions (such as noise ordinances).
If the Contractor wishes to deviate from the established working hours, the
Contractor shall submit a written request to the Engineer for consideration. This
request shall state what hours are being requested, and why. Requests shall be
submitted for review no later than noon two working days prior to the day(s) the
Contractor is requesting to change the hours.
If the Contracting Agency approves such a deviation, such approval may be
subject to certain other conditions, which will be detailed in writing. For example:
1. On non -Federal aid projects, requiring the Contractor to reimburse the
Contracting Agency for the costs in excess of straight -time costs for
Contracting Agency representatives who worked during such times. (The
Engineer may require designated representatives to be present during the
work. Representatives who may be deemed necessary by the Engineer
include, but are not limited to: survey crews; personnel from the Contracting
Agency's material testing lab; inspectors; and other Contracting Agency
employees or third -party consultants when, in the opinion of the Engineer,
such work necessitates their presence.)
2. Considering the work performed on Saturdays, Sundays, and holidays as
working days with regard to the contract time.
3. Considering multiple work shifts as multiple working days with respect to
contract time even though the multiple shifts occur in a single 24-hour
period.
4. If a 4-10 work schedule is requested and approved the non -working day for
the week will be charged as a working day.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-40 PROJECT #36238
rNM��IG[�LZ�P/L.9[�P►I.y�I�iY�c�ix3
5. If Davis Bacon wage rates apply to this Contract, all requirements must be
met and recorded properly on certified payroll.
(December 1, 2021 CFW GSP)
Add the following new section:
The Contractor may request extended work hours on days when paving operations
are occurring. Work hours may be modified to 7:00 a.m. to 5:30 p.m. on paving
days if the Engineer determines that the benefits of extended working hours will
minimize the overall impacts to traffic. Extended work hours for paving will require
PCMS boards to be placed a minimum of 2 business days prior to the paving day.
Payment for PCMS boards shall be considered incidental to the Contractor's
operations, unless there is a specific bid item for PCMS boards.
1-08.1 Subcontracting
1-08.1(7)A Payment Certification
(December 30, 2022 APWA GSP)
Delete this section.
1-08.3 Proaress_Schedu_le
1-08.30) General Requirements
(October 3, 2022 WSDOT GSP, OPTION 2)
Section 1-08.3(1) is supplemented with the following:
In addition to information required in Items 1 through 6, the Progress Schedule
shall include the following milestones and/or activities:
7. Materials requiring long procurement or fabrication periods, such as
signal or light poles, structural elements, or mechanical items.
1-08.3(2)A Type A Progress Schedule
(December 30, 2022 APWA GSP)
Revise this section to read:
The Contractor shall submit 2 copies of a Type A Progress Schedule no later
than at the preconstruction conference, or some other mutually agreed upon
submittal time. The schedule may be a critical path method (CPM) schedule, bar
chart, or other standard schedule format. Regardless of which format used, the
schedule shall identify the critical path. The Engineer will evaluate the Type A
Progress Schedule and approve or return the schedule for corrections Within 15
calendar days of receiving the submittal.
1-08.4 Prosecution of Work
Delete this section and replace it with the following:
1-08.4 Notice to Proceed and Prosecution of Work
(July 23, 2015 APWA GSP)
Notice to Proceed will be given after the contract has been executed and the contract bond
and evidence of insurance have been approved and filed by the Contracting Agency. The
Contractor shall not commence with the work until the Notice to Proceed has been given
by the Engineer. The Contractor shall commence construction activities on the project
site within ten days of the Notice to Proceed Date, unless otherwise approved in writing.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-41 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
The Contractor shall diligently pursue the work to the physical completion date within the
time specified in the contract. Voluntary shutdown or slowing of operations by the
Contractor shall not relieve the Contractor of the responsibility to complete the work within
the time(s) specified in the contract.
When shown in the Plans, the first order of work shall be the installation of high visibility
fencing to delineate all areas for protection or restoration, as described in the Contract.
Installation of high visibility fencing adjacent to the roadway shall occur after the placement
of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon
construction of the fencing, the Contractor shall request the Engineer to inspect the fence.
No other work shall be performed on the site until the Contracting Agency has accepted
the installation of high visibility fencing, as described in the Contract.
(December 1, 2021 CFW GSP)
Section 1-08.4 is supplemented with the following.
The Contractor shall provide adequate equipment and forces to carry out the construction
schedule to completion of the contract by the date specified.
1-08.5 Time for Completion
(December 30, 2022 APWA GSP, OPTION A)
Revise the third and fourth paragraphs to read:
Contract time shall begin on the first working day following the Notice to Proceed Date.
Each working day shall be charged to the contract as it occurs, until the contract work is
physically complete. If substantial completion has been granted and all the authorized
working days have been used, charging of working days will cease. Each week the
Engineer will provide the Contractor a statement that shows the number of working days:
(1) charged to the contract the week before; (2) specified for the physical completion of
the contract; and (3) remaining for the physical completion of the contract. The statement
will also show the nonworking days and any partial or whole day the Engineer declares as
unworkable. The statement will be identified as a Written Determination by the Engineer.
If the Contractor does not agree with the Written Determination of working days, the
Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By
failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as
having accepted the statement as correct. If the Contractor is approved to work 10 hours
a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10
shift is worked would ordinarily be charged as a working day then the fifth day of that week
will be charged as a working day whether or not the Contractor works on that day.
Revise the sixth paragraph to read:
The Engineer will give the Contractor written notice of the completion date of the contract
after all the Contractor's obligations under the contract have been performed by the
Contractor. The following events must occur before the Completion Date can be
established:
1. The physical work on the project must be complete; and
2. The Contractor must furnish all documentation required by the contract and
required by law, to allow the Contracting Agency to process final acceptance of the
contract. The following documents must be received by the Project Engineer prior
to establishing a completion date
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-42 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
a. Certified Payrolls (per Section 1-07.9(5)).
b. Material Acceptance Certification Documents
c. Monthly Reports of Amounts Credited as DBE Participation, as required by
the Contract Provisions.
d. Final Contract Voucher Certification
e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the
Contractor and all Subcontractors
f. A copy of the Notice of Termination sent to the Washington State
Department of Ecology (Ecology); the elapse of 30 calendar days from
the date of receipt of the Notice of Termination by Ecology; and no
rejection of the Notice of Termination by Ecology. This requirement will
not apply if the Construction Stormwater General Permit is transferred
back to the Contracting Agency in accordance with Section 8-01.3(16).
g. Property owner releases per Section 1-07.24
(March 13, 1995 WSDOT GSP, OPTION 7)
Section 1-08.5 is supplemented with the following:
This project shall be physically complete within 60 working days.
1-08.9 Liquidated Damages
(March 3, 2021 APWA GSP, OPTION A)
Replace Section 1-08.9 with the following:
Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct
traffic, interfere with and delay commerce, and increase risk to Highway users. Delays
also cost tax payers undue sums of money, adding time needed for administration,
engineering, inspection, and supervision.
Accordingly, the Contractor agrees:
1. To pay liquidated damages in the amount of $1950 for each working day
beyond the number of working days established for Physical Completion, and
2. To authorize the Engineer to deduct these liquidated damages from any
money due or coming due to the Contractor.
When the Contract Work has progressed to Substantial Completion as defined in the
Contract, the Engineer may determine the Contract Work is Substantially Complete. The
Engineer will notify the Contractor in writing of the Substantial Completion Date. For
overruns in Contract time occurring after the date so established, liquidated damages
identified above will not apply. For overruns in Contract time occurring after the
Substantial Completion Date, liquidated damages shall be assessed on the basis of direct
engineering and related costs assignable to the project until the actual Physical
Completion Date of all the Contract Work. The Contractor shall complete the remaining
Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall
furnish a written schedule for completing the physical Work on the Contract.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-43 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Liquidated damages will not be assessed for any days for which an extension of time is
granted. No deduction or payment of liquidated damages will, in any degree, release the
Contractor from further obligations and liabilities to complete the entire Contract.
1-09 MEASUREMENT AND PAYMENT
1-09.20) General Requirements for Weighing Equipment
(December 30, 2022 APWA GSP, OPTION 2)
Revise item 4 of the fifth paragraph to read:
4. Test results and scale weight records for each day's hauling operations are provided to
the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily
Report, unless the printed ticket contains the same information that is on the Scaleman's
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
1-09.2(1)A1 Equipment
(March 9, 2023 WSDOT GSP)
Item number 1 in the first paragraph of Section 1-09.2(1)A1 is revised to read:
1. The ETS shall generate an E-ticket in PDF format meeting the requirements of 1-
09.2(1)A2. The information shall be immediately uploaded to a designated site so the
information can be accessed by the Inspector located at the material delivery site.
1-09.2(51 Measurement
(December 30, 2022 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion, the Engineer may perform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(December 30, 2022 APWA GSP)
Supplement this section with the following:
The Contracting Agency has estimated and included in the Proposal, dollar amounts for
all items to be paid per force account, only to provide a common proposal for Bidders. All
such dollar amounts are to become a part of Contractor's total bid. However, the
Contracting Agency does not warrant expressly or by implication, that the actual amount
of work will correspond with those estimates. Payment will be made on the basis of the
amount of work actually authorized by the Engineer.
1-09.7 Mobilization
(March 22, 2023 CFW GSP)
Supplement Section 1-09.7 with the following:
Obtaining a site for the Contractor's mobilization, field office(s), storage of materials,
access and personnel parking spaces, and other general operations shall be the
responsibility of the Contractor. The Contactor will be responsible for maintaining these
spaces in a safe and orderly condition throughout the duration of the project. The
Contractor shall provide the City with a copy of agreement(s) with property owner. All
costs associated with securing sites shall be included in the other bid items on the project
and no other compensation will be made.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-44 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
(December 30, 2022 APWA GSP)
Delete this Section and replace it with the following:
Mobilization consists of preconstruction expenses and costs of preparatory Work and
operations performed by the Contractor typically occurring before 10 percent of the total
original amount of an individual Bid Schedule is earned from other Contract items on that
Bid Schedule. Items which are not to be included in the item of Mobilization include but
are not limited to:
1. Portions of the Work covered by the specific Contract item or incidental Work
which is to be included in a Contract item or items.
2. Profit, interest on borrowed money, overhead, or management costs.
3. Costs incurred for mobilizing equipment for force account Work.
Based on the lump sum Contract price for "Mobilization", partial payments will be made as
follows:
1. When 5 percent of the total original Bid Schedule amount is earned from
other Contract items on that original Bid Schedule, excluding amounts paid
for materials on hand, 50 percent of the Bid Item for mobilization on that
original Bid Schedule, 5 percent of the total of that original Bid Schedule, or 5
percent of the total original Contract amount, whichever is the least, will be
paid.
2. When 10 percent of the total original Bid Schedule amount is earned from
other Contract items on that original Bid Schedule, excluding amounts paid
for materials on hand, 100 percent of the Bid Item for mobilization on that
original Bid Schedule, 10 percent of the total of that original Bid Schedule, or
10 percent of the total original Contract amount, whichever is the least, will be
paid.
3. When the Substantial Completion Date has been established for the project,
payment of any remaining amount Bid for mobilization will be paid.
Nothing herein shall be construed to limit or preclude partial payments otherwise provided
by the Contract.
1-09.9 Payments
(December 30, 2022 APWA GSP)
Section 1-09.9 is revised to read:
The basis of payment will be the actual quantities of Work performed according to the
Contract and as specified for payment.
The Contractor shall submit a breakdown of the cost of lump sum bid items at the
Preconstruction Conference, to enable the Project Engineer to determine the Work
performed on a monthly basis. A breakdown is not required for lump sum items that
include a basis for incremental payments as part of the respective Specification. Absent
a lump sum breakdown, the Project Engineer will make a determination based on
information available. The Project Engineer's determination of the cost of work shall be
final.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-45 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Progress payments for completed work and material on hand will be based upon
progress estimates prepared by the Engineer. A progress estimate cutoff date will be
established at the preconstruction conference.
The initial progress estimate will be made not later than 30 days after the Contractor
commences the work, and successive progress estimates will be made every month
thereafter until the Completion Date. Progress estimates made during progress of the
work are tentative, and made only for the purpose of determining progress payments.
The progress estimates are subject to change at any time prior to the calculation of the
final payment.
The value of the progress estimate will be the sum of the following:
1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units of
work completed multiplied by the unit price.
2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum
breakdown for that item, or absent such a breakdown, based on the Engineer's
determination.
3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site
or other storage area approved by the Engineer.
4. Change Orders — entitlement for approved extra cost or completed extra work as
determined by the Engineer.
Progress payments will be made in accordance with the progress estimate less:
1. Retainage per Section 1-09.9(1), on non FHWA-funded projects;
2. The amount of progress payments previously made; and
3. Funds withheld by the Contracting Agency for disbursement in accordance with the
Contract Documents.
Progress payments for work performed shall not be evidence of acceptable performance
or an admission by the Contracting Agency that any work has been satisfactorily
completed. The determination of payments under the contract will be final in accordance
with Section 1-05.1.
Failure to perform obligations under the Contract by the Contractor may be decreed by
the Contracting Agency to be adequate reason for withholding any payments until
compliance is achieved.
Upon completion of all Work and after final inspection (Section 1-05.11), the amount due
the Contractor under the Contract will be paid based upon the final estimate made by the
Engineer and presentation of a Final Contract Voucher Certification to be signed by the
Contractor. The Contractor's signature on such voucher shall be deemed a release of all
claims of the Contractor unless a Certified Claim is filed in accordance with the
requirements of Section 1-09.11 and is expressly excepted from the Contractor's
certification on the Final Contract Voucher Certification. The date the Contracting Agency
signs the Final Contract Voucher Certification constitutes the final acceptance date
(Section 1-05.12).
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-46 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher
Certification or any other documentation required for completion and final acceptance of
the Contract, the Contracting Agency reserves the right to establish a Completion Date
(for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the
Contract. Unilateral final acceptance will occur only after the Contractor has been provided
the opportunity, by written request from the Engineer, to voluntarily submit such
documents. If voluntary compliance is not achieved, formal notification of the impending
establishment of a Completion Date and unilateral final acceptance will be provided by
email with delivery confirmation from the Contracting Agency to the Contractor, which will
provide 30 calendar days for the Contractor to submit the necessary documents. The 30-
calendar day period will begin on the date the email with delivery confirmation is received
by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract
Voucher Certification shall constitute the Completion Date and the final acceptance date
(Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the
Contract will apply to Contracts that are Physically Completed in accordance with Section
1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral
final acceptance of the Contract by the Contracting Agency does not in any way relieve
the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws,
ordinances, and regulations that affect the Work under the Contract.
Payment to the Contractor of partial estimates, final estimates, and retained percentages
shall be subject to controlling laws.
1-09.11(3) Time Limitation and Jurisdiction
(December 30, 2022 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that all claims or causes of action which the Contractor has against the
Contracting Agency arising from the Contract shall be brought within 180 calendar
days from the date of final acceptance (Section 1-05.12) of the Contract by the
Contracting Agency; and it is further agreed that all such claims or causes of action
shall be brought only in the Superior Court of the county where the Contracting
Agency headquarters is located, provided that where an action is asserted against
a county, RCW 36.01.050 shall control venue and jurisdiction. The parties
understand and agree that the Contractor's failure to bring suit within the time
period provided, shall be a complete bar to all such claims or causes of action. It
is further mutually agreed by the parties that when claims or causes of action which
the Contractor asserts against the Contracting Agency arising from the Contract
are filed with the Contracting Agency or initiated in court, the Contractor shall
permit the Contracting Agency to have timely access to all records deemed
necessary by the Contracting Agency to assist in evaluating the claims or action.
1-09.13 Claim Resolution
1-09.13I3)A Arbitration General
(January 19, 2022 APWA GSP)
Revise the third paragraph to read:
The Contracting Agency and the Contractor mutually agree to be bound by the
decision of the arbitrator, and judgment upon the award rendered by the arbitrator
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-47 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
may be entered in the Superior Court of the county in which the Contracting
Agency's headquarters is located, provided that where claims subject to arbitration
are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction
of the Superior Court. The decision of the arbitrator and the specific basis for the
decision shall be in writing. The arbitrator shall use the Contract as a basis for
decisions.
1-09.13 4 Venue for Liti ation
(December 30, 2022 APWA GSP)
Revise this section to read:
Litigation shall be brought in the Superior Court of the county in which the
Contracting Agency's headquarters is located, provided that where claims are
asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of
the Superior Court. It is mutually agreed by the parties that when litigation occurs,
the Contractor shall permit the Contracting Agency to have timely access to all
records deemed necessary by the Contracting Agency to assist in evaluating the
claims or action.
1-10 TEMPORARY TRAFFIC CQNTRO
1-10.1 General
1-10.1(2) Description
(April 12, 2018 CFW GSP)
Section 1-10.1(2) is supplemented with the following:
Business Open During Construction Signs
The Contractor shall provide a "Business Open During Construction" sign at every
non-residential driveway approach within the project limits. Business Open During
Construction Signs shall be considered Construction Signs Class A.
City of Federal Way Project Signs
City of Federal Way Project signs shall be considered Construction Signs Class A.
The Contractor shall provide two (2) project signs (4' x 8') per the detail available from
the City.
1-10.2 Traffic Control Manauement
1-10.201 General
(October 3, 2022 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the following:
The Traffic Control Supervisor shall be certified by one of the following
The Northwest Laborers -Employers Training Trust
27055 Ohio Ave.
Kingston, WA 98346
(360) 297-3035
https://www.nwlett.edu
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-48 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
1-800-521-0778
https://www.esc.org
The American Traffic Safety Services Association
15 Riverside Parkway, Suite 100
Fredericksburg, Virginia 22406-1022
Training Dept. Toll Free (877) 642-4637
Phone: (540) 368-1701
https://altssa.com/training
Integrity Safety
13912 NE 20th Ave
Vancouver, WA 98686
(360) 574-6071
https://www.intedritysafety.com
US Safety Alliance
(904)705-5660
https://www.ussafetyalliance.com
K&D Services Inc.
2719 Rockefeller Ave.
Everett, WA 98201
(800) 343-4049
https://www.kndservices.net
1-10.2 2 Traffic Control Plans
(April 1 Z 2018 CFW GSP)
Section 1-10.2(2) is supplemented with the following:
The following minimum Traffic Control requirements shall be maintained during the
construction of the project:
1. If the Contractor opts to utilize traffic control plans other than those provided in
these Contract Documents, the Contractor shall provide traffic control plans to
the City of Federal Way for review and approval a minimum of five (5) working
days prior to implementation. These plans shall supplement Construction
Staging Plans. The plans as provided by the Contractor shall include and not
be limited to the following information:
• Stop line locations with station and offset to verify safety of
intersection turning radius for vehicles.
Minimum lane widths provided for vehicular travel.
• Turn pocket length, gap, and tapers in conformance with the City of
Federal Way Standard Detail DWG 3-19A.
2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as
amended.
3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular
markers shall be required for each shift of traffic control. The Contractor shall
provide temporary striping, reflective marking tape, and/or reflective tubular
markers as required at the direction of the Engineer.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-49 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
4. The Contractor provided Traffic Control Plans shall lay out traffic control device
spacing, tapers, etc., to scale, and shall contain accurate dimensions and
legends and shall be signed by the preparer.
1-10.3 Traffic Control Labor. Procedures and Devices
1-10.3 1 C Signalized Intersection Traffic Control
(September 3, 2021 CFW GSP)
Section 1-10.3(1)C is a new section:
Signalized Intersection Traffic Control is required when a signal system is in
flashing mode, or is not operational. Signalized intersection traffic may not be
flagged with an active signal in full operation.
Placing a signalized intersection into flash mode requires an approved traffic
control plan. Additionally, the days/times that a signal is placed into flash mode
must be pre -approved by the City. The signal should only be switched into flash
mode by the City. The type of work that requires signals to be placed into flash
mode may include, but is not limited to: installation of signal poles, signal
switchover, paving, striping, or excavation in the intersection.
The Contractor shall minimize the limits of the work zone area at intersections
whenever possible in order to avoid having the signal be placed into flash mode.
Signalized Intersection Traffic Control Labor shall conform to WAC 468-95-302 and
approved traffic control plans.
If flaggers are utilized to provide traffic control of signalized intersections:
• At least two flaggers are required to flag from the center of the
intersection, in addition to a flagger controlling each leg of the
intersection.
If off -duty Uniformed Police Officers are utilized to provide traffic control of
signalized intersections:
CITY OF FEDERAL WAY
A uniformed police officer (UPO) is a sworn police officer from a local
law enforcement agency or a Washington State Patrol officer.
Off -duty uniformed police officers must have a marked police vehicle
with them on the project site. Unmarked police vehicles or personal
vehicles are not acceptable.
There is currently no availability of UPO's from the City of Federal Way
Police Department. Many other law enforcement agencies also have
little to no availability of off -duty officers. No other agencies or private
companies are authorized to perform off -duty work within the City
without project -specific approval from the Federal Way Police Chief or
his designee. If the Contractor is able to procure a UPO from another
law enforcement agency that is acceptable to the Federal Way Chief of
Police, a change order will be required to add a bid item for "Contractor
Provided Off -Duty Uniformed Police Officer'.
SP-50
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
1-10.4 Measurement
1-10.4 2 Item Bids with LumR Sum for incidentals
(August 2, 2004 WSDOT GSP, OPTION 1)
Section 1-10.4(2) is supplemented with the following:
The proposal does not contain the item "Project Temporary Traffic Control", lump
sum. The provisions of Section 1-10.4(2) shall apply.
END OF DIVISION 1
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-51 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
DIVISION 2
EARTHWORK
2-01.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 2-01.1 is supplemented with the following:
Clearing and grubbing on this project shall be performed within the following limits:
Limits for clearing & grubbing shall be as shown on the plans. Clearing shall
include removal of trees as noted on the plans or as directed by the Engineer to
accommodate the improvements. Tree removal shall include removal of stumps
and/or grinding of stumps to a depth at least two feet below finish grade.
2-01.3 Construction Requirements
2-01.3(3) Clearing _Limit Fence
(April 12, 2018 CFW GSP)
Section 2-01.3(3) is a new section:
Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing
with mesh openings 1'/2-inch by 3-inches nominal and weigh at least 7 oz. per
linear foot. Either wood or steel posts shall be used. Wood posts shall have
minimum dimensions of 1'/2 inches by 1'/2 inches by the minimum length of 5 feet,
and shall be free of knots, splits, or gouges. Steel posts shall consist of either size
No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch,
U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel
posts having equivalent strength and bending resistance to the post sizes listed.
The spacing of the support posts shall be a maximum of 6'/2 feet.
2-01.3 4 Roadside Cleanup
(January 5, 1998 WSDOT GSP, OPTION 1)
Section 2-01.3(4) is supplemented with the following:
The Contractor shall restore, repair or correct all portions of the roadside or
adjacent landscapes that were unavoidably damaged due to the performance or
installation of the specified work. Unavoidable damage shall be determined only
by the Engineer. All materials utilized shall be in accordance with Sections 9-14
and 9-15 and other applicable sections of the Standard Specifications or Special
Provisions, whichever may apply. All work shall be performed in accordance with
Sections 8-02 and 8-03 and other applicable sections of the Standard
Specifications. The Contractor shall review the work with the Engineer and receive
approval to proceed prior to commencing the work.
2-01.4 Measurement
(April 12, 2018 CFW GSP)
Section 2-01.4 is supplemented with the following:
"Clearing and Grubbing" will be measured on a lump sum basis. Installation, maintenance,
and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing
bid item.
"Roadside Cleanup", will be measured by force account.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-52 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
2-01.5 Pa ment
(April 12, 2018 CFW GSP)
Section 2-01.5 is supplemented with the following:
"Clearing and Grubbing", lump sum.
"Roadside Cleanup", force account.
2-02.3 Construction Requirements
(September 7, 2021 WSDOT GSP, OPTION 1)
Section 2-02.3 is supplemented with the following:
Removal of Obstructions
The following miscellaneous Obstructions shall be removed and disposed of:
ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE
FOLLOWING:' 2
STATION I OFFSET
ITEM DESCRIPTION
QUANTITY
44+02 to 44+23, 30' RT
Remove Chain Link Fencing
21 LF
ITEMS TO BE SALVAGED TO THE CITY INCLUDE, BUT IS NOT LIMITED
TO, THE FOLLOWING:
Chain link fencing
The above list of items to be removed and disposed of is provided for the convenience of the
contractor. The contractor shall review the plans, specifications, and project site to verify other
items to be removed.
2 Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in
the "Roadway Excavation Incl. Haul" bid item.
(October 4, 2021 WSDOT GSP, OPTION 5)
Section 2-02.3 is supplemented with the following:
Removal and Disposal of Asbestos Material
In the event suspected Asbestos Containing Material (ACM) is encountered, the
Contractor shall immediately notify the Engineer and the provisions of Section 1-04.7 shall
apply. Prior to commencing asbestos related work, the Contractor shall obtain all permits
from and provide notification to, the Washington State Department of Labor and Industries,
the Washington State Department of Ecology, the local clean air agency, and other
permitting and regulatory agencies with jurisdiction over the work involving asbestos as
the laws, rules, and regulations require.
The ACM shall only be disturbed under the supervision of a Washington State Certified
Asbestos Supervisor (CAS). The CAS shall be certified in accordance with WAC 295-65-
012.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-53 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
The CAS shall supervise the asbestos removal and ensure that the handling and removal
of asbestos is accomplished by certified asbestos workers and in accordance with
Washington State Department of Labor and Industries standards. The Contractor shall
ensure that the removal and disposal of asbestos meets the requirements of EPA
regulation 40 CFR Part 61, local health department regulations, and all other applicable
regulations.
No asbestos is expected to be encountered. However, if the Contractor believes they
have encountered asbestos, they shall immediately notify the Engineer in accordance with
Section 1-04.7.
2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters
(April 12, 2018 CFW GSP)
Section 2-02.3(3) is supplemented with the following:
Prior to removal of pavement, the Contractor shall make a full -depth sawcut to
delineate the areas of pavement removal from those areas of pavement to remain.
The Engineer shall approve the equipment and procedures used to make the full -
depth sawcut. No wastewater from the sawcutting operation shall be released
directly to any stream or storm sewer system.
2-02.3(5) Adjust Existing Utility to Grade
(April 12, 2018 CFW GSP)
2-02.3(5) is a new section:
As shown in the Plans, existing utilities such as monuments, manholes, catch
basin frames and grates, water valves, and meter boxes shall be adjusted to
finished grade. The Contractor shall, prior to the beginning of any work, familiarize
himself with the existing utility locations. The Contractor shall adjust City -owned
utilities. Final adjustment shall be smooth and flush with finished grade. The
Contractor shall mark the location of all utilities prior to paving the new surface.
Unless otherwise provided for in the Special Provisions and Proposal, costs for
adjusting utilities to grade, including coordinating the work with other utilities, shall
be incidental to the various items of work and no additional compensation will be
allowed.
Existing facilities shall be adjusted to the finished grade as shown in the Drawings
and as further specified herein. Existing box, ring, grate, and cover shall be reset
in a careful and workmanlike manner to conform to the new grade. Special care
shall be exercised in all operations. Any damage occurring to the manholes,
concrete inlets, monument cases, valve boxes, or water mains, due to the
Contractor's operations, shall be repaired at the Contractor's own expense.
Adjustments shall be made using bricks, concrete blocks, or cement, and the
interior of the manhole adjustment shall be mortared smoothly. All covers and
frames shall be thoroughly cleaned. The Contractor shall be responsible for
referencing and keeping a record of such references of all manholes, catch basins,
monument cases, meter boxes, and valve boxes encountered, and shall submit a
copy of these. references to the Engineer.
The manholes, catch basins, monument cases, meter boxes, and valve boxes
shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration
of finished grade surfaces shall be performed in the following manner:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-54 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete
collar installed and restored with 3 inches of crushed surfacing top course.
2. Within a Grass Surface: Provide crushed surfacing top course backfill and
3 inches of Topsoil Type A, and seed.
3. Within an Asphalt Cement Concrete Paved Surface: See City standard
detail for Utility Adjustment.
2-02.4 Vacant
(December 1, 2021 CFW GSP)
Section 2-02.4 Vacant shall be deleted and replaced with the following:
2-02.4 Measurement
"Sawcutting" will be measured by the linear foot for pavement removal.
"Remove Sidewalk" will be measured per square yard.
"Remove Cement Conc. Curb and Gutter" will be measured per lineal foot. It includes
removal of curb and gutter adjacent to ADA ramps. Excavation and disposal of existing
pavement directly in front of curb that is required for removal in accordance with City
standard detail is considered incidental to this bid item.
2-02.5 Pa men
(December 1, 2021 CFW GSP)
Section 2-02.5 is supplemented with the following:
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Removal of Structure and Obstruction", lump sum. Structure Excavation Class B
for the removal of items shall be considered included in this bid item.
"Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater
installation are incidental to the measurement and payment of those contract
items.
"Remove Sidewalk", per square yard. Removal and disposal of sidewalk and
ADA curb ramps shall be considered included in this bid item.
"Remove Cement Conc. Curb and Gutter" per lineal foot.
� - ■ • ■ •■j�L■7.I•d�l■l��'�L7���lt�'�l�il>l�
2-03.2 Pavement Removal
(April 12, 2018 CFW GSP)
Section 2-03.2 is replaced with the following:
Where shown in the Plans or where designated by the Engineer, the Contractor shall
remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs.
Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of
pavement removal from those areas of pavement to remain. The Engineer shall approve
the equipment and procedures used to make the full -depth sawcut. No wastewater from
the sawcutting operation shall be released directly to any stream or storm sewer system.
Alternatively, the Contractor may elect grinding for pavement removal, where appropriate.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-55 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
The removed pavement shall become the property of the Contractor and shall be removed
from the project. Damage caused to portions of the pavement to remain, due to the
Contractor's operation, shall be repaired by the Contractor at the Contractor's expense
and to the satisfaction of the Engineer.
Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be
measured and paid as "Remove Sidewalk" and "Remove Cement Curb and Gutter" and
no additional payment will be made.
2-03.3 Construction Requirements
Section 2-03.3(10) Selected Material
(April 12, 2018 CFW GSP)
Section 2-03.3(10) is supplemented with the following:
Selected Material when specified or required by the Engineer for use on the project
shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow.
Section 2-03.3(14)E Unsuitable Foundation Excavation
(August 27, 2021 CFW GSP)
Section 2-03.3(14)E is supplemented with the following:
All embankments shall be founded on dense, non -yielding granular foundation soil
as approved by the engineer. Remove all organic materials and debris, trash, or
other deleterious material prior to beginning construction of new embankments.
Proof roll the foundation.
Section 2-03.3(14)G Backfillinq
(April 12, 2018 CFW GSP)
Section 2-03.3(14)G is supplemented with the following:
Remove all water and non -compatible materials from excavations prior to
backfilling or attempting to compact embankment soil. Place native soils or provide
import Gravel Borrow as required to complete the work. Backfill all embankments
in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C.
Section 2-03.3(14)N Wet Weather Earthwork
(April 12, 2018 CFW GSP)
Section 2-03.3(14)N is a new section:
Earthwork completed in wet weather or under wet conditions shall be
accomplished in small sections to minimize exposure to wet weather. Each section
shall be sufficiently small so that the removal of soil and placement of backfill can
be accomplished on the same day. No soil shall be left un-compacted and exposed
to water. Soil that is too wet for compaction shall be removed and replaced with
Gravel Borrow material. Grading and earthwork should not be accomplished
during periods of heavy continuous rainfall.
2-09.3 Construction Requirements
2.09.3 1 General Re uirements
(March 22, 2023 CFW GSP)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-56 PROJECT #36238-
CFW SPECIAL PROVISIONS VER. 2023.03
Section 2-09.3(1) is supplemented with the following:
All shoring, including sheeting and bracing, or equivalent trench stabilization and
worker protection system required to perform and protect the excavation, and to
safeguard the personnel who may enter the excavation, shall be furnished by the
Contractor. If workers enter any trench or other excavation four feet (4) or more
in depth that does not meet the open pit requirements as generally set forth in
Section 2-09.3(3)B, it shall be shored.
The Contractor alone shall be responsible for worker safety, and the Contracting
Agency assumes no responsibility therefore.
Upon completing the Work, the Contractor shall remove all shoring, unless
otherwise shown in the Plans or directed by the Engineer.
The Contractor is advised that the Contracting Agency has not so delegated, and
the Engineer does not purport to be, a trench excavation system safety expert, is
not so engaged in that capacity under this Contract, and has neither the authority
nor the responsibility to enforce construction safety laws, rules, regulations, or
procedures, or to order the suspension of work for claimed violations of trench
excavation safety.
The furnishing by the Contracting Agency of resident project representation and
inspection shall not make the Contracting Agency responsible for the enforcement
of such laws, rules, regulations, or procedures, nor shall such make the
Contracting Agency responsible for construction means, methods, techniques,
sequences, procedures, or for the Contractor's failure to properly perform the Work
necessary for proper trench excavation.
2-09.3(1)D Disposal of Excavated Material
(March 17, 2020 CFW GSP)
Replace the third paragraph with the following:
If the Contract includes Structure Excavation, Class A or B, including haul;
Shoring or Extra Excavation, Class A or B; or Trench Safety System, the
unit contract price shall include all costs for loading and hauling excavated
materials to a permitted disposal site, or to and from a temporary stockpile.
Any such stockpiled materials, either suitable or designated for
incorporation into the project, shall be handled in accordance with Section
2-09.3(1)E.
2-09.3(1)E Backfilling
(April 12, 2018 CFW GSP)
The first paragraph of Section 2-09.3(1) is replaced with the following:
The backfilling of openings dug for Structures or for Removal of Structures
and Obstructions shall be a necessary part of and incidental to the
excavation. Backfill material shall be Gravel Borrow unless the use of
native or other material is approved by the engineer.
2-09.4 Measurement
(March 17, 2020 CFW GSP)
Section 2-09.4 is supplemented with the following
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-57 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Shoring or Extra Excavation Class B will be measured for payment only when the
excavation is four -feet (4') or deeper.
END OF DIVISION 2
CITY OF FEDERAL WAY 288th ROAD DIET -
PHASE 1
SP-58 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY ANDP_IT SITES
3-01.4 Contractor Furnished Material Sources
3-01.4(1 ) Acquisition and Development
(April 1 Z 2018 CFW GSP)
Section 3-01.4(1) is supplemented with the following:
No source has been provided for any materials necessary for the construction of
these improvements.
If the source of material 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 haul routes.
END OF DIVISION 3
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-59 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023 03
DIVISION 4
BASES
=- AND : ■
4-04.3 Construction Requirements
4-04.3(3) Mixing
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04.3(3), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will not
be allowed.
4-04.3(4) Placing and Spreading
(April 12, 2018 CFW GSP)
Item 2 of Section 4-04(4), is replaced with the following:
2. Road Mix Method - The road mix method of mixing surfacing material will not
be allowed.
4-04.5 Payment
(December 1, 2021 CFW GSP)
Section 4-04.5 is supplemented with the following:
The unit contract price for Ballast and Crushed Surfacing and Maintenance Rock shall
also include compacting, spreading, and removing and hauling to waste when required by
the Engineer.
END OF DIVISION 4
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-60 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
DIVISION 5
SURFACE TREATMENTS AND PAVEMENTS
5-04 HOT MIX ASPHALT_
(July 18, 2018 APWA GSP)
Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt
(HMA) on a prepared foundation or base in accordance with these Specifications and the lines,
grades, thicknesses, and typical cross -sections shown in the Plans. The manufacture of HMA may
include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA
processes include organic additives, chemical additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the
proportions specified to provide a homogeneous, stable, and workable mixture.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Asphalt Binder
9-02.1(4)
Cationic Emulsified Asphalt
9-02.1(6)
Anti -Stripping Additive
9-02.4
HMA Additive
9-02.5
Aggregates
9-03.8
Recycled Asphalt Pavement
9-03.8(3)B
Mineral Filler
9-03.8(5)
Recycled Material
9-03.21
Portland Cement
9-01
Sand
9-03.1(2)
(As noted in 5-04.3(5)C for
crack sealing)
Joint Sealant
9-04.2
Foam Backer Rod
9-04.2(3)A
The Contract documents may establish that the various mineral materials required for the
manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the
documents do not establish the furnishing of any of these mineral materials by the Contracting
Agency, the Contractor shall be required to furnish such materials in the amounts required for the
designated mix. Mineral materials include coarse and fine aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA.
The RAP may be from pavements removed under the Contract, if any, or pavement material from
an existing stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling
or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for
every 1,000 tons produced and not less than ten samples per project. The asphalt content and
gradation test data shall be reported to the Contracting Agency when submitting the mix design
for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined
in these Specifications.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-61 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from
different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with
20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for
approval the process that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of Section 3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from
stockpiles shall comply with the requirements of Section 3-02.
5-04.20) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the Qualified Products List
(QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1).
5-04.211)A Vacant
5-04.2 2 Mix Desi n — Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the Engineer.
Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in
the contract documents.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA
in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted
by commercial evaluation shall be as approved by the Project Engineer. Sampling and
testing of HMA accepted by commercial evaluation will be at the option of the Project
Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will
be excluded from the quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall
provide one of the following mix design verification certifications for Contracting Agency
review;
The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of
the mix design verification certifications listed below.
• The proposed HMA mix design on WSDOT Form 350-042 with the seal and
certification (stamp & sig-nature) of a valid licensed Washington State Professional
Engineer.
The Mix Design Report for the proposed HMA mix design developed by a qualified
City or County laboratory that is within one year of the approval date.**
The mix design shall be performed by a lab accredited by a national authority such as
Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The
Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO
Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO:
resource proficiency sample program.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-62 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Mix designs for HMA accepted by Nonstatistical evaluation shall;
Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet the
requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and
stripping are at the discretion of the Engineer, and 9-03.8(6).
Have anti -strip requirements, if any, for the proposed mix design determined in
accordance with AASHTO T 283 or T 324, or based on historic anti -strip and
aggregate source compatibility from previous WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix designs older than 12
months from the original verification date with a certification from the Contractor that the
materials and sources are the same as those shown on the original mix design.
Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be
based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial
mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current
WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA
by the Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design
level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum mixing temperature or
serve as a compaction aid for producing HMA. Additives include organic additives,
chemical additives and foaming processes. The use of Additives is subject to the following:
Do not use additives that reduce the mixing temperature more than allowed in
Section 5-04.3(6) in the production of mixtures.
Before using additives, obtain the Engineer's approval using WSDOT Form 350-
076 to describe the proposed additive and process.
5-04.3 Construction Requirements
5-04.3 1 Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning October 1 st through
March 31 st of the following year without written concurrence from the Engineer.
Do not place HMA on any wet surface, or when the average surface temperatures are less
than those specified below, or when weather conditions otherwise prevent the proper
handling or finishing of the HMA.
Minimum Surface Temperature For
Compacted Thickness (Feet) Wearing Course
Less than 0.10
0 10 to .20
CITY OF FEDERAL WAY
55-F
45-F
SP-63
CFW SPECIAL PROVISIONS VER 2023.03
Other Courses
45-F
35-F
288th ROAD DIET —
PHASE 1
PROJECT #36238
More than 0.20 35-F 35-F - J
5-04.3(2) Paving Under Traffic
When the Roadway being paved is open to traffic, the requirements of this Section
shall apply.
The Contractor shall keep intersections open to traffic at all times except when paving the
intersection or paving across the intersection. During such time, and provided that there
has been an advance warning to the public, the intersection may be closed for the
minimum time required to place and compact the mixture. In hot weather, the Engineer
may require the application of water to the pavement to accelerate the finish rolling of the
pavement and to shorten the time required before reopening to traffic.
Before closing an intersection, advance warning signs shall be placed and signs shall also
be placed marking the detour or alternate route.
During paving operations, temporary pavement markings shall be maintained throughout
the project. Temporary pavement markings shall be installed on the Roadway prior to
opening to traffic. Temporary pavement markings shall be in accordance with Section 8-
23.
All costs in connection with performing the Work in accordance with these requirements,
except the cost of temporary pavement markings, shall be included in the unit Contract
prices for the various Bid items involved in the Contract.
5-04.3(3) Equipment
5-04.3(3)A Mixing Plant
Plants used for the preparation of HMA shall conform to the following requirements:
1. Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt
binder shall be equipped to heat and hold the material at the required
temperatures. The heating shall be accomplished by steam coils, electricity, or
other approved means so that no flame shall be in contact with the storage tank.
The circulating system for the asphalt binder shall be designed to ensure proper
and continuous circulation during the operating period. A valve for the purpose of
sampling the asphalt binder shall be placed in either the storage tank or in the
supply line to the mixer.
2. Thermometric Equipment — An armored thermometer, capable of detecting
temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder
feed line at a location near the charging valve at the mixer unit. The thermometer
location shall be convenient and safe for access by Inspectors. The plant shall also
be equipped with an approved dial -scale thermometer, a mercury actuated
thermometer, an electric pyrometer, or another approved thermometric instrument
placed at the discharge chute of the drier to automatically register or indicate the
temperature of the heated aggregates. This device shall be in full view of the plant
operator.
3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not
exceed the maximum recommended by the asphalt binder manufacturer nor shall
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-64 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
it be below the minimum temperature required to maintain the asphalt binder in a
homogeneous state. The asphalt binder shall be heated in a manner that will avoid
local variations in heating. The heating method shall provide a continuous supply
of asphalt binder to the mixer at a uniform average temperature with no individual
variations exceeding 25°F. Also, when a WMA additive is included in the asphalt
binder, the temperature of the asphalt binder shall not exceed the maximum
recommended by the manufacturer of the WMA additive.
4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped
with a mechanical sampler for the sampling of the mineral materials. The
mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing
and screening operation. The Contractor shall provide for the setup and operation
of the field-testing facilities of the Contracting Agency as provided for in Section 3-
01.2(2).
5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the
following methods:
a. A mechanical sampling device attached to the HMA plant.
b. Platforms or devices to enable sampling from the hauling vehicle without
entering the hauling vehicle.
5-04.3(3)B Hauling Equipment
Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a
cover of canvas or other suitable material of sufficient size to protect the mixture from
adverse weather. Whenever the weather conditions during the work shift include, or are
forecast to include, precipitation or an air temperature less than 450F or when time from
loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect
the HMA.
The contractor shall provide an environmentally benign means to prevent the HMA mixture
from adhering to the hauling equipment. Excess release agent shall be drained prior to
filling hauling equipment with HMA. Petroleum derivatives or other coating material that
contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks,
the conveyer shall be in operation during the process of applying the release agent.
5-04.3 3 C Pavers
HMA pavers shall be self-contained, power -propelled units, provided with an internally
heated vibratory screed and shall be capable of spreading and finishing courses of HMA
plant mix material in lane widths required by the paving section shown in the Plans.
The HMA paver shall be in good condition and shall have the most current equipment
available from the manufacturer for the prevention of segregation of the HMA mixture
installed, in good condition, and in working order. The equipment certification shall list the
make, model, and year of the paver and any equipment that has been retrofitted.
The screed shall be operated in accordance with the manufacturer's recommendations
and shall effectively produce a finished surface of the required evenness and texture
without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's
recommendations shall be provided upon request by the Contracting Agency. Extensions
will be allowed provided they produce the same results, including ride, density, and
surface texture as obtained by the primary screed. Extensions without augers and an
internally heated vibratory screed shall not be used in the Traveled Way.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-65 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
When specified in the Contract, reference lines for vertical control will be required. Lines
shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal
control utilizing the reference line will be permitted. The grade and slope for intermediate
lanes shall be controlled automatically from reference lines or by means of a mat
referencing device and a slope control device. When the finish of the grade prepared for
paving is superior to the established tolerances and when, in the opinion of the Engineer,
further improvement to the line, grade, cross-section, and smoothness can best be
achieved without the use of the reference line, a mat referencing device may be
substituted for the reference line. Substitution of the device will be subject to the continued
approval of the Engineer. A joint matcher may be used subject to the approval of the
Engineer. The reference line may be removed after the completion of the first course of
HMA when approved by the Engineer. Whenever the Engineer determines that any of
these methods are failing to provide the necessary vertical control, the reference lines will
be reinstalled by the Contractor.
The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and
accessories necessary for satisfactory operation of the automatic control equipment.
If the paving machine in use is not providing the required finish, the Engineer may suspend
Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the
pavement shall be thoroughly removed before paving proceeds.
5-04.3(3)D Material Transfer Device or Material Transfer Vehicle
A Material Transfer DeviceNehicle (MTDN) shall only be used with the Engineer's
approval, unless other -wise required by the contract.
Where an MTDN is required by the contract, the Engineer may approve paving without
an MTDN, at the request of the Contractor. The Engineer will determine if an equitable
adjustment in cost or time is due.
When used, the MTDN shall mix the HMA after delivery by the hauling equipment and
prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a
uniform temperature throughout the mixture. If a windrow elevator is used, the length of
the windrow may be limited in urban areas or through intersections, at the discretion of the
Engineer.
To be approved for use, an MTV:
1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver.
2. Shall not be connected to the hauling vehicle or paver.
3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
4. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving machine.
5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
To be approved for use, an MTD:
1. Shall be positively connected to the paver.
CITY OF FEDERAL WAY 2881th ROAD DIET —
PHASE 1
SP-66 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
3. Shall mix the HMA after delivery by the hauling equipment and prior to placement
into the paving,machine.
4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the
mixture.
5-04.3 3 E Rollers
Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good
condition and capable of reversing without backlash. Operation of the roller shall be in
accordance with the manufacturer's recommendations. When ordered by the Engineer for
any roller planned for use on the project, the Contractor shall provide a copy of the
manufacturer's recommendation for the use of that roller for compaction of HMA. The
number and weight of rollers shall be sufficient to compact the mixture in compliance with
the requirements of Section 5-04.3(10). The use of equipment that results in crushing of
the aggregate will not be permitted. Rollers producing pickup, washboard, uneven
compaction of the surface, displacement of the mixture or other undesirable results shall
not be used.
5-04.3(4) Preparation of Existing Paved Surfaces
When the surface of the existing pavement or old base is irregular, the Contractor shall
bring it to a uniform grade and cross-section as shown on the Plans or approved by the
Engineer.
Preleveling of uneven or broken surfaces over which HMA is to be placed may be
accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as
approved by the Engineer.
Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may
require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid
bridging across preleveled areas by the compaction equipment. Equipment used for the
compaction of preleveling HMA shall be approved by the Engineer.
Before construction of HMA on an existing paved surface, the entire surface of the
pavement shall be clean. All fatty asphalt patches, grease drippings, and other
objectionable matter shall be entirely removed from the existing pavement. All pavements
or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and
other foreign matter. All holes and small depressions shall be filled with an appropriate
class of HMA. The surface of the patched area shall be leveled and compacted thoroughly.
Prior to the application of tack coat, or paving, the condition of the surface shall be
approved by the Engineer.
A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA
is to be placed or abutted; except that tack coat may be omitted from clean, newly paved
surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover
the existing pavement with a thin film of residual asphalt free of streaks and bare spots at
a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of
application shall be approved by the Engineer. A heavy application of tack coat shall be
applied to all joints. For Roadways open to traffic, the application of tack coat shall be
limited to surfaces that will be paved during the same working shift. The spreading
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-67 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the
Contractor's operation damages the tack coat it shall be repaired prior to placement of the
HMA.
The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h
emulsified asphalt may be diluted once with water at a rate not to exceed one -part water
to one -part emulsified asphalt. The tack coat shall have sufficient temperature such that it
may be applied uniformly at the specified rate of application and shall not exceed the
maximum temperature recommended by the emulsified asphalt manufacturer.
5-04.3(4)A Crack Sealin
5-04.3 4 Al General
When the Proposal includes a pay item for crack sealing, seal all cracks'/4 inch in width
and greater.
Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign
material when filling with crack sealant material. Use a hot compressed air lance to dry
and warm the pavement surfaces within the crack immediately prior to filling a crack with
the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing
cracks is not required.
Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the
components and pour the mixture into the cracks until full. Add additional CSS-1 cationic
emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will
completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface
and allow the mixture to cure. Top off cracks that were not completely filled with additional
sand slurry. Do not place the HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt,
approximately 2 percent portland cement, water (if required), and the remainder clean
Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly
mixed and then poured into the cracks and joints until full. The following day, any cracks
or joints that are not completely filled shall be topped off with additional sand slurry. After
the sand slurry is placed, the filler shall be struck off flush with the existing pavement
surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully
cured. The requirements of Section 1-06 will not apply to the portland cement and sand
used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks % inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-68 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the
material in accordance with these requirements and the manufacturer's
recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product
information and recommendations to the Engineer prior to the start of work, including the
manufacturer's recommended heating time and temperatures, allowable storage time and
temperatures after initial heating, allowable reheating criteria, and application temperature
range. Confine hot poured sealant material within the crack. Clean any overflow of sealant
from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of
sealing the cracks with hot poured sealant results in an excessive amount of material on
the pavement surface, stop and correct the operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
In areas where HMA will be placed, use sand slurry to fill the cracks.
5-04.3(4)A3 Crack Sealing Areas Not to be Paved
In areas where HMA will not be placed, fill the cracks as follows:
A. Cracks % inch to 1 inch in width - fill with hot poured sealant
B. Cracks greater than 1 inch in width — fill with sand slurry.
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill these with HMA in
accordance with the details shown in the Plans and as marked in the field. The Contractor
shall conduct the excavation operations in a manner that will protect the pavement that is
to remain. Pavement not designated to be removed that is damaged as a result of the
Contractor's operations shall be repaired by the Contractor to the satisfaction of the
Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within
one lane at a time unless approved otherwise by the Engineer. The Contractor shall not
excavate more area than can be completely finished during the same shift, unless
approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth
of 1.0 feet. The Engineer will make the final determination of the excavation depth
required. The minimum width of any pavement repair area shall be 40 inches unless
shown otherwise in the Plans. Before any excavation, the existing pavement shall be
sawcut or shall be removed by a pavement grinder. Excavated materials will become the
property of the Contractor and shall be disposed of in a Contractor -provided site off the
Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy
application of tack coat shall be applied to all surfaces of existing pavement in the
pavement repair area.
Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot
compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished
with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical
tamper or a roller.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-69 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
5-04.3(5) Producin-glStockpiling Aggregates and RAP
Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02.
Sufficient storage space shall be provided for each size of aggregate and RAP. Materials
shall be removed from stockpile(s) in a manner to ensure minimal segregation when being
moved to the HMA plant for processing into the final mixture. Different aggregate sizes
shall be kept separated until they have been delivered to the HMA plant.
5-04.3(5)A Vacant
5-04.316) Mixing
After the required amount of mineral materials, asphalt binder, recycling agent and anti -
stripping additives have been introduced into the mixer the HMA shall be mixed until
complete and uniform coating of the particles and thorough distribution of the asphalt
binder throughout the mineral materials is ensured.
When discharged, the temperature of the HMA shall not exceed the optimum mixing
temperature by more than 250F as shown on the reference mix design report or as
approved by the Engineer. Also, when a WMA additive is included in the manufacture of
HMA, the discharge temperature of the HMA shall not exceed the maximum
recommended by the manufacturer of the WMA additive. A maximum water content of 2
percent in the mix, at discharge, will be allowed providing the water causes no problems
with handling, stripping, or flushing. If the water in the HMA causes any of these problems,
the moisture content shall be reduced as directed by the Engineer.
Storing or holding of the HMA in approved storage facilities will be permitted with approval
of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held
for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of
by the Contractor at no expense to the Contracting Agency. The storage facility shall have
an accessible device located at the top of the cone or about the third point. The device
shall indicate the amount of material in storage. No HMA shall be accepted from the
storage facility when the HMA in storage is below the top of the cone of the storage facility,
except as the storage facility is being emptied at the end of the working shift.
Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior
to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is
evidence of the recycled asphalt pavement not breaking down during the heating and
mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until
changes have been approved by the Engineer. After the required amount of mineral
materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the
mixer the HMA shall be mixed until complete and uniform coating of the particles and
thorough distribution of the asphalt binder throughout the mineral materials, and RAP is
ensured.
5-04.3 7 Spreading and Finishing
The mixture shall be laid upon an approved surface, spread, and struck off to the grade
and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to
distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted
depth of any layer of any course shall not exceed the following:
HMA Class 1" 0.35 feet
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-70 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
HMA Class'/" and HMA Class'/z"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class 3%" 0.15 feet
On areas where irregularities or unavoidable obstacles make the use of mechanical
spreading and finishing equipment impractical, the paving may be done with other
equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material produced for
each JMF shall be placed by separate spreading and compacting equipment. The
intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA
placed during a work shift shall conform to a single JMF established for the class of HMA
specified unless there is a need to make an adjustment in the JMF.
5-04.30) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties of sand
equivalent, uncompacted void content and fracture will be evaluated in accordance with
Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial
evaluation will be at the option of the Engineer.
5-04.3 9 HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial
Evaluation is specified.
Commercial evaluation will be used for Commercial HMA and for other classes of HMA in
the following applications: sidewalks, road approaches, ditches, slopes, paths, trails,
gores, prelevel, temporary pavement, and pavement repair. Other nonstructural
applications of HMA accepted by commercial evaluation shall be as approved by the
Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the
option of the Engineer.
The mix design will be the initial JMF for the class of HMA. The Contractor may request a
change in the JMF. Any adjustments to the JMF will require the approval of the Engineer
and may be made in accordance with this section.
HMA Tolerances and Adjustments
1. Job Mix Formula Tolerances — The constituents of the mixture at the time of
acceptance shall be within tolerance. The tolerance limits will be established as
follows:
For Asphalt Binder and Air Voids (Va), the acceptance limits are determined
by adding the tolerances below to the approved JMF values. These values
will also be the Upper Specification Limit (USL) and Lower Specification Limit
(LSL) required in Section 1-06.2 2 D2
Property
Non -Statistical Evaluation
Commercial Evaluation
Asphalt Binder
+/- 0.5%
+/- 0.7%
Air Voids. Va
2.5% min. and 5.5% max
I N/A
For Aggregates in the mixture:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-71 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent
PassingEvaluation
Non -Statistical
Commercial Evaluation
1 ". 3/" 1/2", and 3/8" sieves
+/- 6%
+/- 8%
No. 4 sieve
+/-6%
+/- 8%
No. 8 Sieve
+/- 6%
+/-8%
No. 200 sieve
+/- 2.0%
+/- 3.0%
b. Second, adjust the preliminary upper and lower acceptance limits determined
from step (a) the minimum amount necessary so that none of the aggregate
properties are outside the control points in Section 9-03.8(6). The resulting
values will be the upper and lower acceptance limits for aggregates, as well as
the USL and LSL required in Section 1-06.2(2)D2.
2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or
asphalt binder content of the JMF requires approval of the Engineer. Adjustments
to the JMF will only be considered if the change produces material of equal or
better quality and may require the development of a new mix design if the
adjustment exceeds the amounts listed below.
a. Aggregates —2 percent for the aggregate passing the 1'/2", 1", W '/" W, and
the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5
percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall
be within the range of the control points in Section 9-03.8(6).
b. Asphalt Binder Content — The Engineer may order or approve changes to
asphalt binder content. The maximum adjustment from the approved mix design
for the asphalt binder content shall be 0.3 percent
5-04.3(9)A Vacant
5-04.3 9aB Vacant
5-04.3 9 C Mixture Acceptance — Nonstatistical Evaluation
HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the
Contracting Agency by dividing the HMA tonnage into lots.
5-04.319)C1 Mixture Nonstatistical Evaluation — Lots and Sublots
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a given lot shall be
evaluated collectively. If the Contractor requests a change to the JMF that is approved,
the material produced after the change will be evaluated on the basis of the new JMF for
the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in
progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the frequency of one sample
per sublot.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-72 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
5-04.3 9 C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor when ordered by the
Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer
and in accordance with AASH-TO T 168. A minimum of three samples should be taken
for each class of HMA placed on a project. If used in a structural application, at least one
of the three samples shall be tested.
Sampling and testing HMA in a Structural application where quantities are less than 400
tons is at the discretion of the Engineer.
For HMA used in a structural application and with a total project quantity less than 800
tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all
cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of
one of the three samples will be tested for conformance to the JMF:
• If the test results are found to be within specification requirements, additional testing
will be at the Engineer's discretion.
• If test results are found not to be within specification requirements, additional testing
of the remaining samples to determine a Composite Pay Factor (CPF) shall be
performed.
6-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing
Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested,
compliance of Va will use WSDOT SOP 731.
Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T
308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors
For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting
Agency will determine a Composite Pay Factor (CPF) using the following price adjustment
factors:
Table of Price Adjustment Factors
Constituent Factor
All aggregate passing: 1'/2", 1",'/.. %", W and No.4
sieves
All aggregate passing No. 8 sieve 1 15
All aggregate passing No. 200 sieve 1 20
Asphalt binder
40
Air Voids (Va) (where applicable) 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the tolerance limits of the job mix formula shall be accepted at the unit
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-73 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Contract price with no further evaluation. When one or more constituents fall outside the
nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment
Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the
appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the
CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup
samples of the existing sublots or samples from the Roadway shall be tested to provide a
minimum of three sets of results for evaluation.
5-04.3(9)C5 Vacant
5-04.3 9 C6 Mixture Nonstatistical Evaluation — Price Adjustments
For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated
CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF
equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job
mix compliance price adjustment will be calculated as the product of the NCMF, the
quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
5-04.3 9 C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest, the Contractor shall
submit a written request within 7 calendar days after the specific test results have been
received. A split of the original acceptance sample will be retested. The split of the sample
will not be tested with the same tester that ran the original acceptance test. The sample
will be tested for a complete gradation analysis, asphalt binder content, and, at the option
of the agency, Va. The results of the retest will be used for the acceptance of the HMA in
place of the original sublot sample test results. The cost of testing will be deducted from
any monies due or that may come due the Contractor under the Contract at the rate of
$500 per sample.
5-04.3 (9)D Mixture Acceptance — Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents falling within the tolerance limits of the job mix formula shall be accepted at
the unit Contract price with no further evaluation. When one or more constituents fall
outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot
shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF.
The commercial tolerance limits will be used in the calculation of the CPF and the
maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the
existing sublots or samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial Evaluation when the
calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined.
The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent.
The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF,
the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix.
If a constituent is not measured in accordance with these Specifications, its individual pay
factor will be considered 1.00 in calculating the Composite Pay Factor (CPF).
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-74 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
5-04.3 10 HMA Cam action Acceptance
HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including
lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a
specified compacted course thickness greater than 0.10-foot, shall be compacted to a
specified level of relative density. The specified level of relative density shall be a
Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with
Section 1-06.2, using an LSL of 92.0 (minimum of 92 percent of the maximum density).
The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The
specified level of density attained will be determined by the evaluation of the density of
the pavement. The density of the pavement shall be determined in accordance with
WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of
the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using
cores to determine density.
Tests for the determination of the pavement density will be taken in accordance with the
required procedures for measurement by a nuclear density gauge or roadway cores after
completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine density the test
procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the
mix is placed and prior to opening to traffic.
Roadway cores for density may be obtained by either the Contracting Agency or the
Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches
minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by
the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the
Contractor in the presence of the Engineer on the same day the mix is placed and at
locations designated by the Engineer. If the Contract does not include the Bid item
"Roadway Core" the Contracting Agency will obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's
request after the Engineer is satisfied that material conforming to the Specifications can
be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling
wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved
by the Engineer.
Test Results
For a sublot that has been tested with a nuclear density gauge that did not meet the
minimum of 92 percent of the reference maximum density in a compaction lot with a CPF
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-75 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
below 1.00 and thus subject to a price reduction or rejection, the Contractor may request
that a core be used for determination of the relative density of the sublot. The relative
density of the core will replace the relative density determined by the nuclear density
gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA
compaction lot.
When cores are taken by the Contracting Agency at the request of the Contractor, they
shall be requested by noon of the next workday after the test results for the sublot have
been provided or made available to the Contractor. Core locations shall be outside of
wheel paths and as determined by the Engineer. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to provide the
requested traffic control will result in forfeiture of the request for cores. When the CPF for
the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will
be deducted from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic
control.
5-04.3[10)An HMA Compaction — General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition so that no undue
displacement, cracking, or shoving occurs. Areas inaccessible to large compaction
equipment shall be compacted by other mechanical means. Any HMA that becomes loose,
broken, contaminated, shows an excess or deficiency of asphalt, or is in any way
defective, shall be removed and replaced with new hot mix that shall be immediately
compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the compaction sequence shall
generally be the Contractor's option, provided the specified densities are attained. Unless
the Engineer has approved otherwise, rollers shall only be operated in the static mode
when the internal temperature of the mix is less than 175°F. Regardless of mix
temperature, a roller shall not be operated in a mode that results in checking or cracking
of the mat. Rollers shall only be operated in static mode on bridge decks.
5-04.300)8 HMA Compaction — Cyclic Density
Low cyclic density areas are defined as spots or streaks in the pavement that are less
than 90 percent of the theoretical maximum density. At the Engineer's discretion, the
Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will
follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for
any 500-foot section with two or more density readings below 90 percent of the theoretical
maximum density.
5-04.3 10 C Vacant
5-04.3 10 D HMA Nonstatistical Compaction
5-04.3 10 D1 HMA Nonstatistical Compaction — Lots and Sublots
HMA compaction which is accepted by nonstatistical evaluation will be based on
acceptance testing performed by the Contracting Agency dividing the project into
compaction lots.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-76 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
A lot is represented by randomly selected samples of the same mix design that will be
tested for acceptance. A lot is defined as the total quantity of material or work produced
for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be
equal to one day's production or 400 tons, whichever is less except that the final sublot
will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction
will be at the rate of 5 tests per sublot per WSDOT T 738.
The sublot locations within each density lot will be determined by the Engineer. For a lot
in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after
the Engineer is satisfied that material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed under conditions
other than those listed above shall be compacted on the basis of a test point evaluation of
the compaction train. The test point evaluation shall be performed in accordance with
instructions from the Engineer. The number of passes with an approved compaction train,
required to attain the maximum test point density, shall be used on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel
ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the
Engineer.
6-04.3 10 D2 HMA Compaction Nonstatistical Evaluation - Acceptance Testincl
The location of the HMA compaction acceptance tests will be randomly selected by the
Engineer from within each sublot, with one test per sublot.
5-04.3(10)D3 HMA Nonstatistical Compaction - Price Adjustments
For each compaction lot with one or two sublots, having all sublots attain a relative density
that is 92 percent of the reference maximum density the HMA shall be accepted at the unit
Contract price with no further evaluation. When a sublot does not attain a relative density
that is 92 percent of the reference maximum density, the lot shall be evaluated in
accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF
shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset
lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will
be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear
moisture -density gauge or cores will be completed as required to provide a minimum of
three tests for evaluation.
For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF)
will be determined. The NCCF equals the algebraic difference of CPF minus 1.00
multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the
product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit
Contract price per ton of mix.
5-04.301) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements shall be rejected.
The Contractor may propose, in writing, alternatives to removal and replacement of
rejected material. Acceptability of such alternative proposals will be determined at the sole
discretion of the Engineer. HMA that has been rejected is subject to the requirements in
CITY OF FEDERAL WAY 288th ROAD DIET -
PHASE 1
SP-77 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action
proposal to the Engineer for approval.
5-04.3(11 )B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective material and replace
it with new material. Any such new material will be sampled, tested, and evaluated for
acceptance.
5-04.301 ]C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section of Roadway that
appears defective. Material rejected before placement shall not be incorporated into the
pavement. Any rejected section of Roadway shall be removed.
No payment will be made for the rejected materials or the removal of the materials unless
the Contractor requests that the rejected material be tested. If the Contractor elects to
have the rejected material tested, a minimum of three representative samples will be
obtained and tested. Acceptance of rejected material will be based on conformance with
the nonstatistical acceptance Specification. If the CPF for the rejected material is less than
0.75, no payment will be made for the rejected material; in addition, the cost of sampling
and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75,
the cost of sampling and testing will be borne by the Contracting Agency. If the material is
rejected before placement and the CPF is greater than or equal to 0.75, compensation for
the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the
CPF is greater than or equal to 0.75, compensation for the rejected material will be at the
calculated CPF with an addition of 25 percent of the unit Contract price added for the cost
of removal and disposal.
5-04.3 11 D Rejection - A Partial Sublot
In addition to the random acceptance sampling and testing, the Engineer may also isolate
from a normal sublot any material that is suspected of being defective in relative density,
gradation or asphalt binder content. Such isolated material will not include an original
sample location. A minimum of three random samples of the suspect material will be
obtained and tested. The material will then be statistically evaluated as an independent
lot in accordance with Section 1-06.2(2).
5-04.301)E Resection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected. When a sublot is
rejected a minimum of two additional random samples from this sublot will be obtained.
These additional samples and the original sublot will be evaluated as an independent lot
in accordance with Section 1-06.2(2).
5-04.3(11IF Rejection -A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA placement until
such time as the Engineer is satisfied that material conforming to the Specifications can
be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and
the Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95
and the Contractor is taking no corrective action, or
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-78 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
3. When either the PFi for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.3 11 G Rejection - An Entire Lot Mixture or Cam paction
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.302) Joints
5-04.3(121An HMA Joints
5-04.3(12)A1 Transverse Joints
The Contractor shall conduct operations such that the placing of the top or wearing course
is a continuous operation or as close to continuous as possible. Unscheduled transverse
joints will be allowed and the roller may pass over the unprotected end of the freshly laid
mixture only when the placement of the course must be discontinued for such a length of
time that the mixture will cool below compaction temperature. When the Work is resumed,
the previously compacted mixture shall be cut back to produce a slightly beveled edge for
the full thickness of the course.
A temporary wedge of HMA constructed on a 201-1:1 V shall be constructed where a
transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary
wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or
other methods approved by the Engineer. The wrapping paper shall be removed and the
joint trimmed to a slightly beveled edge for the full thickness of the course prior to
resumption of paving.
The material that is cut away shall be wasted and new mix shall be laid against the cut
Rollers or tamping irons shall be used to seal the joint.
5-04.3(12)A2 Longitudinal Joints
The longitudinal joint in any one course shall be offset from the course immediately below
by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the
wearing course shall be located at a lane line or an edge line of the Traveled Way. A
notched wedge joint shall be constructed along all longitudinal joints in the wearing surface
of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall
have a vertical edge of not less than the maximum aggregate size or more than of the
compacted lift thickness and then taper down on a slope not steeper than 4HAV. The
sloped portion of the HMA notched wedge joint shall be uniformly compacted.
5-04.302113 Bridge Pavinq Joint Seals
5-04.3(12)B1 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends
of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within
the bridge deck when and where shown in the Plans. Establish the sawcut alignment
points in a manner that they remain functional for use in aligning the sawcut after placing
the overlay.
Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application
procedure.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-79 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Construct the bridge paving joint seal as specified in the Plans and in accordance with the
detail shown in the Standard Plans. Construct the sawcut in accordance with the detail
shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B
and the manufacturer's application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the requirements specified in
section 5-04.3(12)B1 and the following requirement:
1. Clean and seal the existing joint between concrete panels in accordance with Section
5-01.3(8) and the details shown in the Standard Plans.
5-04.3031 Surface Smoothness
The completed surface of all courses shall be of uniform texture, smooth, uniform as to
crown and grade, and free from defects of all kinds. The completed surface of the wearing
course shall not vary more than '/ inch from the lower edge of a 10-foot straightedge
placed on the surface parallel to the centerline. The transverse slope of the completed
surface of the wearing course shall vary not more than % inch in 10 feet from the rate of
transverse slope shown in the Plans.
When deviations in excess of the above tolerances are found that result from a high place
in the HMA, the pavement surface shall be corrected by one of the following methods:
1. Removal of material from high places by grinding with an approved grinding
machine, or
2. Removal and replacement of the wearing course of HMA, or
3. By other method approved by the Engineer.
Correction of defects shall be carried out until there are no deviations anywhere greater
than the allowable tolerances.
Deviations in excess of the above tolerances that result from a low place in the HMA and
deviations resulting from a high place where corrective action, in the opinion of the
Engineer, will not produce satisfactory results will be accepted with a price adjustment.
The Engineer shall deduct from monies due or that may become due to the Contractor the
sum of $500.00 for each and every section of single traffic lane 100 feet in length in which
any excessive deviations described above are found.
When utility appurtenances such as manhole covers and valve boxes are located in the
traveled way, the utility appurtenances shall be adjusted to the finished grade prior to
paving. This requirement may be waived when requested by the Contractor, at the
discretion of the Engineer or when the adjustment details provided in the project plan or
specifications call for utility appurtenance adjustments after the completion of paving.
Utility appurtenance adjustment discussions will be included in the Pre -Paving planning
(5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior
to the start of paving.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-80 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
5-04.3114) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre -planing meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
The finished product must be a prepared surface acceptable for receiving an HMA overlay.
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the sur-face by the Contractor's
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by
planing, as deter -mined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a
minimum of 4 inches of curb reveal after placement and compaction of the final wearing
course. The dimensions of the wedge must be as shown on the Drawings or as specified
by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the existing
adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
5-04.304) Planing (Milling) Bituminous Pavement
The planing plan must be approved by the Engineer and a pre planing meeting must be
held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing
submittals.
Locations of existing surfacing to be planed are as shown in the Drawings.
Where planing an existing pavement is specified in the Contract, the Contractor must
remove existing surfacing material and to reshape the surface to remove irregularities.
The finished product must be a prepared surface acceptable for receiving an HMA overlay.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-81 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Use the cold milling method for planing unless otherwise specified in the Contract. Do not
use the planer on the final wearing course of new HMA.
Conduct planing operations in a manner that does not tear, break, burn, or otherwise
damage the surface which is to remain. The finished planed surface must be slightly
grooved or roughened and must be free from gouges, deep grooves, ridges, or other
imperfections. The Contractor must repair any damage to the surface by the Contractor's
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements damaged by
planing, as deter -mined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a
minimum of 4 inches of curb reveal after placement and compaction of the final wearing
course. The dimensions of the wedge must be as shown on the Drawings or as specified
by the Engineer.
A tapered wedge cut must also be made at transitions to adjoining pavement surfaces
(meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line
with vertical faces 2 inches or more in height, producing a smooth transition to the existing
adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and if required by the
Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing this additional depth
planing, the Contractor must conduct a hidden metal in pavement detection survey as
specified in Section 5-04.3(14)A.
(June 13, 2023 CFW GSP)
Section 5-04.3(14) is supplemented with the following:
Existing paving fabric encountered during planing shall be removed incidental to
planing (milling) bituminous pavement. Additional street sweeping and disposal
associated with paving fabric removal shall be incidental to planing (milling)
bituminous pavement.
5-04.3 14 A Pre-Planina Metal Detection Check
Before starting planing of pavements, and before any additional depth planing required by
the Engineer, the Contractor must conduct a physical survey of existing pavement to be
planed with equipment that can identify hidden metal objects.
Should such metal be identified, promptly notify the Engineer.
See Section 1-07.16(1) regarding the protection of survey monumentation that may be
hidden in pavement.
The Contractor is solely responsible for any damage to equipment resulting from the
Contractor's failure to conduct a pre -planing metal detection survey, or from the
Contractor's failure to notify the Engineer of any hidden metal that is detected.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-82 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
5-04.3 14 B Paving and Planinp Under Traffic
5-04.3(14)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls required in Section
1-10, and unless the Contract specifies otherwise or the Engineer approves, the
Contractor must comply with the following:
Intersections:
a. Keep intersections open to traffic at all times, except when paving or planing
operations through an intersection requires closure. Such closure must be kept to
the minimum time required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual lanes or portions
thereof that allows the traffic volumes and schedule of traffic volumes required in
the approved traffic control plan. Schedule work so that adjacent intersections are
not impacted at the same time and comply with the traffic control restrictions
required by the Traffic Engineer. Each individual intersection closure or partial
closure, must be addressed in the traffic control plan, which must be submitted to
and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur in an intersection,
consider scheduling and sequencing such work into quarters of the intersection,
or half or more of an intersection with side street detours. Be prepared to
sequence the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary, and no trolley
service is impacted, keep such closure to the minimum time required to place and
compact the HMA mixture, plane, remove asphalt, tack coat, and as needed.
d. Any work in an intersection requires advance warning in both signage and a
number of Working Days advance notice as determined by the Engineer, to alert
traffic and emergency services of the intersection closure or partial closure.
e. Allow new compacted HMA asphalt to cool to ambient temperature before any
traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval
has been obtained from the Engineer.
2. Temporary centerline marking, post -paving temporary marking, temporary stop
bars, and maintaining temporary pavement marking must comply with Section 8-
23.
3. Permanent pavement marking must comply with Section 8-22.
5-04.3 14 B2 Submittals — Planing Plan and HMA Paving Plan
The Contractor must submit a separate planing plan and a separate paving plan to the
Engineer at least 5 Working Days in advance of each operation's activity start date. These
plans must show how the moving operation and traffic control are coordinated, as they will
be discussed at the pre -planing briefing and pre -paving briefing. When requested by the
Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch
or larger size Shop Drawings with a scale showing both the area of operation and sufficient
detail of traffic beyond the area of operation where detour traffic may be required. The
scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer
agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not limited to, metal
detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying,
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-83 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
ADDENDUM #1
staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the
briefing.
When intersections will be partially or totally blocked, provide adequately sized and
noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in
advance. The traffic control plan must show where peace officers will be stationed when
signalization is or may be, countermanded, and show areas where flaggers are proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each
day's traffic control as it relates to the specific requirements of that day's planing
and paving. Briefly describe the sequencing of traffic control consistent with the
proposed planing and paving sequence, and scheduling of placement of temporary
pavement markings and channelizing devices after each day's planing, and
paving.
2. A copy of each intersection's traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary parking and staging
areas, including return routes. Describe the complete round trip as it relates to the
sequencing of paving operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each piece of paving
equipment.
7. Description (geometric or narrative) of the scheduled sequence of planing and of
paving, and intended area of planing and of paving for each day's work, must
include the directions of proposed planing and of proposed paving, sequence of
adjacent lane paving, sequence of skipped lane paving, intersection planing and
paving scheduling and sequencing, and proposed notifications and coordinations
to be timely made. The plan must show HMA joints relative to the final pavement
marking lane lines.
8. Names, job titles, and contact information for field, office, and plant supervisory
personnel.
9. A copy of the approved Mix Designs.
10. Tonnage of HMA to be placed each day.
11. Approximate times and days for starting and ending daily operations.
5-04.3(14)B3 Pre -Paving and Pre -Planing Briefing
At least 2 Working Days before the first paving operation and the first planing operation,
or as scheduled by the Engineer for future paving and planing operations to ensure the
Contractor has adequately prepared for notifying and coordinating as required in the
Contract, the Contractor must be prepared to discuss that day's operations as they relate
to other entities and to public safety and convenience, including driveway and business
access, garbage truck operations, Metro transit operations and working around energized
overhead wires, school and nursing home and hospital and other accesses, other
contractors who may be operating in the area, pedestrian and bicycle traffic, and
emergency services. The Contractor, and Subcontractors that may be part of that day's
operations, must meet with the Engineer and discuss the proposed operation as it relates
to the submitted planing plan and paving plan, approved traffic control plan, and public
convenience and safety. Such discussion includes, but is not limited to:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-84 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
1. General for both Paving Plan and for Planing Plan:
a. The actual times of starting and ending daily operations.
b. In intersections, how to break up the intersection, and address traffic control and
signalization for that operation, including use of peace officers.
c. The sequencing and scheduling of paving operations and of planing operations,
as applicable, as it relates to traffic control, to public convenience and safety,
and to other con -tractors who may operate in the Project Site.
d. Notifications required of Contractor activities, and coordinating with other entities
and the public as necessary.
e. Description of the sequencing of installation and types of temporary pavement
markings as it relates to planning and to paving.
f. Description of the sequencing of installation of, and the removal of, temporary
pavement patch material around exposed castings and as may be needed
g. Description of procedures and equipment to identify hidden metal in the
pavement, such as survey monumentation, monitoring wells, street car rail, and
castings, before planning, see Section 5-04.3(14)B2.
h. Description of how flaggers will be coordinated with the planing, paving, and
related operations.
i. Description of sequencing of traffic controls for the process of rigid pavement
base repairs.
j. Other items the Engineer deems necessary to address.
2. Paving — additional topics:
a. When to start applying tack and coordinating with paving.
b. Types of equipment and numbers of each type equipment to be used. If more
pieces of equipment than personnel are proposed, describe the sequencing of
the personnel operating the types of equipment. Discuss the continuance of
operator personnel for each type equip-ment as it relates to meeting
Specification requirements.
c. Number of JMFs to be placed, and if more than one JMF how the Contractor
will ensure different JMFs are distinguished, how pavers and MTVs are
distinguished if more than one JMF is being placed at the time, and how pavers
and MTVs are cleaned so that one JMF does not adversely influence the other
JMF.
d. Description of contingency plans for that day's operations such as equipment
breakdown, rain out, and Supplier shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing, and other
sampling and testing.
5-04,3051 Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in accordance with
Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to
opening to traffic.
5-04.3 16 HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the Plans or where staked
by the Engineer. The Work shall be performed in accordance with Section 5-04.
5-04.3 7 Temporary Asphalt Pavement
(December 1, 2021 CFW GSP)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-85 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Section 5-04.3(17) is a new section:
Temporary asphalt pavement shall be placed by the Contractor immediately upon
the request of the Engineer for the maintenance of traffic during construction.
These areas include: voids created by the removal of existing improvements (i.e.
Traffic islands, curbs), providing paved access to private properties, and ramps for
property access during cement concrete driveway approach construction. All
temporary paving shall be approved by the Engineer before placement. Any areas
of temporary pavement to be removed and replaced shall be approved by the
Engineer beforehand. This work shall also include the removal of temporary
asphalt concrete pavement in its entirety prior to final paving.
Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any
trench or pavement restoration within the traveled way. Whether temporary or
permanent, saw cut and treat edges with CSS-1 asphalt emulsion and apply a
minimum 3-inch pavement depth or match existing, whichever is greater. Also, fill
voids created by the removal of existing traffic islands and curbing, paving over
excavated roadway to temporary access to adjacent properties, and ramps for
property access during concrete approach construction.
Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for
temporary paving outside the traveled way. The cold mix shall be approved by the
Engineer and placed in a 2-inch minimum thickness. Placement of temporary
pavement without prior approval of the Engineer shall be considered as a benefit
of the Contractor and no cost to the owner. Any areas of temporary pavement to
be removed and replaced require prior approval by the Engineer. This work shall
include the removal of the temporary pavement prior to paving of final asphalt
concrete pavement.
5-04.4 Measurement
HMA Cl. _ PG _, HMA for _ Cl. _ PG _, and Commercial HMA will
be measured by the ton in accordance with Section 1-09.2, with no deduction being made
for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the
Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the
material removed will not be measured.
Planing bituminous pavement will be measured by the square yard.
Temporary pavement marking will be measured by the linear foot as provided in Section
8-23.4.
(April 12, 2018 CFW GSP)
Section 5-04.4 is supplemented with the following:
Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material
actually placed, with no deduction being made for the weight of liquid asphalt,
blending sand, mineral filler, or any other component of the mixture. Hot Mix
Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid
item and shall include placement and compaction of hot mix asphalt, removal and
disposal of temporary pavement.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-86 PROJECT #36238
CFW SPECIAL PROVISIONS VER, 2023 03
Cold Mix Asphalt Temporary Pavement will not be measured and shall be
considered incidental to other bid items.
5-04.5 Payment
Payment will be made for each of the following Bid items that are included in the Proposal:
"HMA Cl. _ PG _", per ton.
"Planing Bituminous Pavement", per square yard.
The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full
payment for all costs incurred to perform the Work described in Section 5-04.3(14).
"Temporary Pavement Marking", per linear foot.
Payment for "Temporary Pavement Marking" is described in Section 8-23.5.
(April 12, 2018 CFW GSP)
Section 5-04.5 is supplemented with the following
"Temporary Pavement", per ton.
(December 1, 2021 CFW GSP)
Section 5-04.5 is supplemented with the following:
The unit Contract price per ton for "HMA Cl. _ PG _", "HMA for Approach Cl.
_ PG _", "HMA for Preleveling Cl. _ PG _", "HMA for Pavement Repair
Cl. _ PG _", and "Commercial HMA" shall include compaction testing by the
Contractor.
END OF DIVISION 5
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-87 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7-05 MANHQLES, INLETS, CATCH BASIN1 AND DRYWELLS
7-05.3 Construction Requirements
(March 22, 2023 CFW GSP)
Section 7-05.3 is supplemented with the following:
Storm drain cleanouts shall be provided for retaining wall drainage and connected to the
storm drainage system at the locations specified in the plans or as directed by the
Engineer.
All lids located within sidewalk areas, along an ADA pedestrian route, or in other
accessible surfaces within the public right-of-way or on publicly owned properties, must
meet ADA requirements and be slip -resistant. Acceptable slip -resistant products shall be
non -slip Methyl methacrylate (MMA) coating. Placement of the non -slip MMA coating shall
be in accordance with the manufacturer's recommendations. Vertical edges of the utility
shall be flush with the adjoining surface to the extent possible after installation.
The following requirements shall be applicable to both existing and proposed structures,
as shown in the plans, or as designated by the Engineer:
Vaned Grate vs Solid Lid
A vaned grate and associated frame shall be installed on manholes and
catch basins located where they will accept runoff. Bi-directional vaned
grates shall be installed at all roadway sag locations and at low points along
curb returns.
All structures not receiving surface runoff shall include solid lids, unless
otherwise indicated in the plans or directed by the Engineer.
Locking vs Non -Locking Lid
All lids and frames shall be locking unless shown as non -locking on plans
or directed otherwise by the Engineer. The Contractor shall place anti -
seize compound on all locking lid bolts prior to the final project punch list
inspection.
Round vs Square Lid
All structures, new or existing, shall utilize round lids, except for those that
accept surface runoff (i.e. those located along a gutter flow line). Catch
basins shall include conversion risers to accommodate round lids where
indicated in the plans or directed by the Engineer.
Heavy -Duty Hinged Frames and Covers
Heavy-duty hinged frames and covers shall be installed whenever round,
solid lids are required as outlined above.
7-05.301 Adiustina Manholes. Valve Boxes and Catch Basins to Grade
(April 12, 2018 CFW GSP)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-88 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Section 7-05.3 is supplemented with the following:
Manholes, valve boxes, catch basins, and other structures shall not be adjusted to
final grade until the adjacent pavement is completed, at which time the center of
each structure shall be carefully relocated from references previously established
by the Contractor. The asphalt concrete pavement shall be removed to a neat
circular shape for circular grates and covers and a neat rectangular shape for
rectangular grates and covers. The edge of the cut shall be 1.5 feet from the
outside edge of the cast iron frame of the structure. The base materials and
crushed rock shall be removed to the full depth of adjustment plus 2 inches. The
manhole and catch basin frames shall be lifted and reset to the final grade, plumb
to the roadway, and shall remain operational and accessible. (Reference City of
Federal Way Standard Drawing 3-55 for Utility Adjustment).
The Contractor shall adjust manholes and catch basins with pre -cast grade rings,
and mortar and high impact adjustment risers with a maximum 2-inch thickness
where required for heavy-duty frames and covers within the travelled roadway.
Metal adjustment rings shall not be used. If more than three grade rings are
required to adjust a manhole or Type 2 catch basin to final grade, including existing
grade rings, the Contractor shall remove the existing cone section or top slab,
install a pre -cast manhole section of sufficient height to limit the number of grade
rings to a maximum of three, and reinstall the cone section or top slab prior to
paving operations. Grade adjustment rings and high impact riser installation shall
be inspected by the Engineer prior to frame installation. Cover and grate frames
shall be securely grouted to the structure.
Where existing structures are located within the wheel path of a proposed travel
lane, catch basins adjusted to grade shall also include conversion risers and
heavy-duty locking frames and covers and high -impact risers.
Following frame installation, the edges of the removed asphalt pavement and the
outer edge of the reset frame shall be painted with asphalt for tack coat. The entire
void around the adjustment shall then be filled with Commercial HMA, placed and
compacted in maximum 3-inch lifts, to match the adjacent pavement surface. The
joint between the patch and existing pavement shall then be painted with asphalt
for tack coat and immediately covered with dry paving sand before the asphalt for
tack coat solidifies.
7-05.5 Payment
(December 16, 2022 CFW GSP)
Section 7-05.5 is supplemented with the following
The unit contract price for "Adjust Manhole" and/or "Adjust Catch Basin" and/or "Adjust
Inlet" applies to existing storm drainage catch basins, inlets, and manholes that require
adjustment to grade by addition or removal of adjustment risers. The unit contract price
includes all labor, tools, equipment, and materials necessary to adjust drainage structures
to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic,
restoration of the area around the adjusted structure, and providing new rings and covers
or frames and grates. Conversion of catch basin/manhole/inlet lids (i.e. convert to heavy
duty, solid, round locking lid) shall be included in this bid item. Grade rings and adjustment
risers (concrete or high -impact) shall be considered incidental to this bid item and will not
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-89 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
be measured for separate payment. Payment will be made once the adjustment is fully
complete and grouted. Partial payment will not be made if risers have been added, but
the grouting has not been completed to the satisfaction of the City.
7-12 VALVES FOR WATER MAINS
7-12.4 Measurement
(December 1, 2021 CFW GSP)
Section 7-12.4 is supplemented with the following:
"Adjust Water Valve to Grade" will be measured per each.
7-12.5 Payment
(December 1, 2021 CFW GSP)
Section 7-12.5 is replaced with the following:
The unit contract price for "Adjust Water Valve to Grade" applies to existing water
valves that require adjustment to grade. The unit contract price includes all labor,
tools, equipment, and materials necessary to adjust valves to finished grade,
sawcutting, temporary patching hot mix to allow for the passage of traffic,
restoration of the area around the adjusted structure. Non -slip MMA coating for
lids in accessible surfaces shall be considered incidental to this bid item and will
not be measured for separate payment. Payment will be made once the
adjustment is fully complete.
END OF DIVISION 7
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-90 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-013 Construction Requirements
8.01.3(1) General
(April 12, 2018 CFW GSP)
The first paragraph of 8-01.3(1) is deleted and replaced with the following:
The Contractor shall install a high visibility fence along the right-of-way lines shown
in the Plans or as instructed by the Engineer.
8-01.3(2) Seeding, Fertilizing, and Mulching
8-01.3(2)B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-01.3(2)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing
species which will grow without irrigation at the project location, and
approved by the Engineer. The application rate shall be two pounds per
1000 square feet. Fertilizer shall be a commercially prepared mix of 10-
20-20 and shall be applied at the rate of 10 pounds per 1000 square feet.
8-02.3 Construction Requirements
8-02.30) Responsibility During Construction
(April 12, 2018 CFW GSP)
Section 8-02.3(1) is supplemented with the following:
Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and
associated roadside work is completed. Landscape materials shall not be installed
until weather permits and installation has been authorized by the Engineer. If water
restrictions are anticipated or in force, planting of landscape materials may be
delayed.
Throughout planting operations, the Contractor shall keep the premises clean, free of
excess soils, plants, and other materials, including refuse and debris, resulting from the
Contractor's work. At the end of each work day, and as each planting area is completed,
it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to
the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work,
the Contractor shall remove surplus soils, materials, and debris from the construction
site and shall leave the project in a condition acceptable to the Engineer.
8-02.3 5 Planting Area Preparation
(April 12, 2018 CFW GSP)
Section 8-02.3(5) is supplemented with the following:
Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth
of six -inches (6") except within critical root zones of existing trees to remain, as
noted on plans. Scarified subgrade shall be inspected and approved by the
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-91 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Engineer prior to the placement of topsoil. Remove all construction debris and
rocks over two -inches (2") in diameter prior to placing topsoil.
Scarified subgrade shall be inspected and approved by the Engineer prior to
placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed
to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless
otherwise noted on plans.
Lightly compact soil and establish a smooth and uniform finished grade to allow to
surface drainage and prevents ponding.
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of
mulch, below walks, curbs, junction and valve boxes, and driveways, unless
otherwise specified.
The costs of removing all excess material and debris shall be considered incidental
to and included in the unit contract prices of other items in this contract.
8-02.3 6 B Fertilizers
(September 3, 2019 WSDOT GSP, OPTION 3)
Section 8-02.3(6)B is supplemented with the following:
Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at
the rate of 10 pounds per 1000 square feet.
8-02.3(9)B Seeding and Fertilizing
(September 3, 2019 WSDOT GSP, OPTION 2)
Section 8-02.3(9)B is supplemented with the following:
Grass seed shall be a commercially prepared mix, made up of low growing
species which will grow without irrigation at the project location, and accepted by
the Engineer. The application rate shall be two pounds per 1000 square feet.
8-02.3 0 Fertilizer
(April 12, 2018 CFW GSP)
Section 8-02.3(10) is supplemented with the following:
All fertilizers shall be furnished in standard unopened containers with weight, name
of plant nutrients and manufacturer's guaranteed statement of analysis clearly
marked, in accordance with State and Federal law.
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
manufacturer's recommendations.
8-02.3 17 Protection of Private Property and Property Restoration
(March 22, 2023 CFW GSP)
Section 8-02.3(17) is a new section:
Property Restoration shall consist of fine grading and restoration of adjacent
landscaped areas; adjustment and/or replacement of private irrigation systems;
slope restoration behind sidewalks; timber edgings; installing and replacing private
wood and chain link fencing; and other work not currently identified in the plans,
as directed by the Engineer.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-92 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
The Contractor is specifically reminded that any unnecessary damage caused by
construction activities will be repaired at the Contractor's expense.
Restore all disturbed areas to original condition or better. Grass areas shall be
restored with hydroseed where directed.
Removal of tree roots outside the limits of construction, as directed by the Engineer
and under the supervision of a certified arborist, shall be paid for under "Property
Restoration".
Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these
Special Provisions.
All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting
and 9-15 Irrigation System of the Standard Specifications.
The force account provided for property restoration also includes any adjustments
and/or replacements of existing irrigation systems not covered under Section 8-03
Irrigation Systems of the Special Provisions. This work shall also consist of
modifying existing landscape lighting systems as may become necessary by these
improvements.
The Contractor is advised that protecting existing private irrigation and lighting
systems from damage does not constitute a basis for claim or extra work.
8-02.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-02.4 is supplemented with the following:
Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard
in the haul conveyance at the point of delivery.
"Seeded Lawn" will be measured in square yards of actual lawn completed, established,
and accepted.
"Property Restoration" will be paid by force account and must be approved by the engineer
prior to completing the work.
Fertilizer shall be incidental to other bid items unless specifically listed as a bid item.
8-02.5 Payment
(April 12, 2018 CFW GSP)
Section 8-02.5 is supplemented with the following:
"Seeded Lawn" per square yard. The unit contract price will include all preparation,
fertilizer, establishment, and mowing as called for in the specifications.
"Property Restoration" per force account.
8-04 CURBS, GUTTERS. AND SPILLWAYS
8-04.3 Construction Requirements
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-93 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
(March 22, 2023 CFW GSP)
Section 8-04.3 is supplemented with the following:
The sub -base for curb and gutter sections shall be compacted to 95 percent density at or
below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the
curb and gutter.
White -pigmented curing compounds will not be allowed
The top of the finished concrete shall not deviate more than one -eighth (1/8") in ten feet
(10') or the alignment one-fourth (1/4") in ten feet (10').
Where shown in the Plans, the concrete curb will be ramped for wheel chairs as shown in
the City Standard Plan Details.
Where shown in the plans, the Contractor shall paint the curbs with 2-coats of yellow paint.
Paint and application shall conform to the Standard Specifications for traffic paint striping.
8-04.301 Cement Concrete Curbs, Gutters, and Spillways
(December 16, 2022 CFW GSP)
Section 8-04.3(1) is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/II Portland
cement. See Section 9.01.2(1)B for requirements for Type 1 L cement.
8-04.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-04.4 is supplemented with the following:
Painting of curbs, where required, will not be measured and is considered incidental to the
unit price of the type of curb.
8-04.6 Paymen
(April 12, 2018 CFW GSP)
Section 8-04.5 is supplemented with the following.
"Extruded Curb, Type 6", per linear foot.
"Mountable Traffic Curb", per linear foot.
8-06.3 Construction Requirements
(December 16, 2022 CFW GSP)
Section 8-06.3 is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/II Portland
cement. See Section 9.01.2(1)B for requirements for Type 1 L cement.
All driveways shall remain open except as necessary to permit curing of construction
materials or for short periods of time as required for excavations. However, at least one
(1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise
approved by the Engineer and affected property owner in writing. If a parcel has only one
driveway, then that driveway must be constructed one-half at a time to allow the passage
of vehicles. The amount of time that a driveway can be closed will be limited. To meet
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-94 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
these requirements, the Contractor may use a quick setting concrete. The Engineer shall
approve the quick -setting mix prior to use.
Property owners shall be notified in writing at least 48 hours in advance of any planned
driveway closures
Crushed rock may be used, with Engineer approval, to maintain a driving surface.
8-06.5 Payment
(April 12, 2018 CFW GSP)
Section 8-06.5 is supplemented with the following:
If the Contractor chooses to use a quick -setting concrete mix for driveway construction,
any additional costs to use such mix shall be incidental to the bid item for "Cement Conc.
Driveway" and no additional payment will be made.
If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be
incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall be
made.
- 7 PRECAST TRAEFICCURB
8-07.1 Description
(December 12, 2012 CFW GSP)
Section 8-07.1 is deleted and replaced with the following:
This Work consists of furnishing and installing precast traffic curb, block traffic curb,
sloped mountable curb, or dual faced sloped mountable curb of the design and type
specified in the Plans in accordance with these Specifications and the Standard Plans, in
the locations indicated in the Plans or as identified by the Engineer.
8-07.2 Materials
(August 9, 2014 CFW GSP)
Section 8-07.2 is supplemented with the following:
Block Traffic Curb 9-18.3
8-07.3 Construction Requirements
8-07.3(1) Installing Curbs
(March 30, 2018 CFW GSP)
Section 8-07.3(1) is supplemented with the following:
For both types of curb, nosing pieces, connecting dividers, and radial sections,
as detailed in the Plans, will be required at the ends of the curb lines, at
transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic
curb installation with radii less than 10 feet.
8-07.4 Measurement
(August 9, 2014 CFW GSP)
Section 8-07.4 is supplemented with the following:
Type C precast traffic curb and Type C block traffic curb will be measured by the linear
foot along the axis of the curb. Type C nosing pieces will be measured as Type C curb.
8-07.5 Payment
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-95 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
(August 9, 2014 CFW GSP)
Section 8-07.5 is supplemented with the following:
"Type C Block Traffic Curb", per linear foot.
8-09.1 Description
(December 12, 2012 CFW GSP)
Section 8-09.1 is supplemented with the following:
RPM's shall be installed per City of Federal Way Standard Details.
8-12.2 Materials
(September 8, 2020 WSDOT GSP OPTION 1)
Section 8-12.2 is supplemented with the following:
Coated Chain Link Fence
Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square
foot of surface area.
Fencing materials shall be coated with an ultraviolet -insensitive plastic or other inert
material at least 2 mils in thickness. Any pretreatment or coating shall be applied in
accordance with the manufacturer's written instructions. The Contractor shall provide the
Engineer with the manufacturer's written specifications detailing the product and method
of fabrication. The color shall match SAE AMS Standard 595 color number 37038 (black),
or be as approved by the Engineer.
Samples of the coated fencing materials shall have received the Engineer's acceptance
prior to installation on the project.
The Contractor shall supply the Engineer with 10 aerosol spray cans containing a
minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall
be compatible with the coating system used.
(September 17, 2019 CFW GSP)
Section 8-12.2 is supplemented with the following:
Chain link fencing installed with the project shall include a top rail.
8-12.5 Payment
(April 12, 2018 CFW GSP)
Section 8-12.5 is supplemented with the following:
"Black Vinyl Coated Chain Link Fence", per linear foot.
The unit Contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be
full payment for all costs for the specified Work including brace post installation; end,
corner, and pull posts; top rail and bottom rail; and all other requirements of Section 8-12
for Chain Link Fence, unless covered in a separate Bid Item in this section.
8-13 MONUMENT CASES
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-96 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
8-13.2 Materials
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.2 is supplemented with the following:
The pipe shall be Schedule 40 galvanized pipe.
8-13.3(1) Monument Case and Cover
(March 22, 2023 CFW GSP)
The last paragraph of Section 8-13.3(1) is revised to read:
The monument will be furnished and set by the Contractor.
8-13.3(2)3 Reinstalling Monument Case and Cover
(December 16, 2022 CFW GSP)
Section 8-13.3(2)B is supplemented with the following:
The concrete class requirements listed are applicable for Type 1/II Portland cement. See
Section 9.01.2(1)B for requirements for Type 1L cement.
8-13.5 Payment
(March 22, 2023 CFW GSP)
Section 8-13.5 is supplemented with the following:
"Adjust Monument Case and Cover", per each.
8-14.3 Construction Requirements
(December 16, 2022 CFW GSP)
Section 8-14.3 is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/II Portland
cement. See Section 9.01.2(1)B for requirements for Type 1 L cement.
(April 3, 2017 WSDOT GSP, OPTION 1)
Section 8-14.3 is supplemented with the following:
The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working
days before any work can start on cement concrete sidewalks, curb ramps or other
pedestrian access routes to discuss construction requirements. Those attending shall
include:
1. The Contractor and Subcontractor in charge of constructing forms, and placing,
and finishing the cement concrete.
2. Engineer (or representative) and Project Inspectors for the cement concrete
sidewalk, curb ramp or pedestrian access route Work.
Items to be discussed in this meeting shall include, at a minimum, the following:
1. Slopes shown on the Plans
2. Inspection
3. Traffic control
4. Pedestrian control, access routes and delineation
5. Accommodating utilities
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-97 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
6. Form work
7. Installation of detectable warning surfaces
8. Contractor ADA survey and ADA Feature as -built requirements
9. Cold Weather Protection
(January 7, 2019 WSDOT GSP, OPTION 2)
Section 8-14.3 is supplemented with the following:
Timing Restrictions
Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps
shall be completed and open to traffic within five calendar days before construction can
begin on another leg of the intersection unless otherwise allowed by the Engineer.
Unless otherwise allowed by the Engineer, the five -calendar day time restriction begins
when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian
use and ends when the quadrant or traffic island/median is fully functional and open for
pedestrian access.
(January 7, 2019 WSDOT GSP, OPTION 3)
Section 8-14.3 is supplemented with the following:
Layout and Conformance to Grades
Using the information provided in the Contract documents, the Contractor shall layout,
grade, and form each new curb ramp, sidewalk, and curb and gutter.
(March 22, 2023 CFW GSP)
Section 8-14.3 is supplemented with the following:
Cement concrete sidewalk thickness shall be as shown in the Plans. Score joints shall be
constructed at a maximum distance of 5 feet from each full depth expansion joint, except
where specific dimensions are detailed in the Plans. Asphalt mastic joint fillers in the
sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be
placed in the same location as that in the curb.
No concrete for sidewalk shall be poured against dry forms or dry subgrade.
The Contractor may provide suitable vibrating finishers for use in finishing concrete
sidewalks. The type of vibrator and its method of use shall be subject to the approval of
the City.
All completed work shall be so barricaded as to prevent damage. Any damaged sections
shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed
during construction shall be restored to original condition at the Contractor's expense.
Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed in the
Plans.
8-14.3(5)C Surface Applied Detectable Warning Surface
(December 16, 2022 CFW GSP)
Section 8-14.3(5)C is replaced with the following:
Glued or stick down Detectable Warning Surfaces are allowed on asphalt surfaces
only for temporary work zone applications.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-98 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt surfaces
for permanent installations shall be liquid -applied Vanguard ADA Systems, or
approved equal.
8-14.5 Payment
(April 12, 2018 CFW GSP)
Section 8-14.5 is supplemented with the following:
Payment for "Cement Conc. Curb Ramp Type " will not be made until the City has
verified that the ramp(s) meet ADA requirements.
it 1 l i I :. it 1 ►► i �1l
8-20.1 Description
8-20.10) Regulations and Code
(March 13, 2012 CFW GSP)
Section 8-20.1(1) is supplemented with the following:
Where applicable, materials shall conform to the latest requirements of Puget
Sound Energy and the Washington State Department of Labor and Industries.
8-20.1(2) Industry Codes and Standards
(March 13, 2012 CFW GSP)
The following is added at the end of the first paragraph of this section:
National Electrical Safety Code (NESC) Committee, IEEE Post Office Box
1331445 Hoes Lane, Piscataway, NJ 08855-1331.
8-20.101 Permitting and Inspections
(April 12, 2018 CFW GSP)
Section 8-20.1(3) is supplemented with the following:
The Contractor shall be responsible for obtaining all required electrical permits,
including all required City electrical permits. All costs to obtain and comply with
electrical permits shall be included in the applicable bid items for the work involved.
8-20.2 Materials
Section 8-20.2 is supplemented with the following:
(March 13, 2012 CFW GSP)
Control density fill shall meet the requirements of Washington Aggregates and Concrete
Association.
Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious
substances (Section 9-03.1(5)A of the Standard Specifications).
8-20.2 1 Equipment List And Drawings
(January 26, 2012 CFW GSP)
The first paragraph is deleted and replaced with the following:
Within one (1) week following the pre -construction conference, the Contractor shall
submit to the Engineer a completed "Request for Approval of Materials" that
describes the material proposed for use to fulfill the Plans and Specifications.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-99 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Manufacturer's technical information shall be submitted for signal, Safe City
Cameras and related equipment (Pan -Tilt -Zoom, Fisheye, Bullet and License Plate
Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and
all other items to be used on the project. Approvals by the Engineer must be
received before material will be allowed on the job site. Materials not approved will
not be permitted on the job site.
8-20.3 Construction Reguirements
8-20.301 General
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Contractor Owned Removals
All removals associated with an electrical system, which are not designated to
remain the property of the Contracting Agency, shall become the property of the
Contractor and shall be removed from the project.
The Contractor shall:
Remove all wires for discontinued circuits from the conduit system or as
directed by the Engineer.
Remove elbow sections of abandoned conduit entering junction boxes or
as directed by the Engineer.
Abandoned conduit encountered during excavation shall be removed to the
nearest outlets or as directed by the Engineer.
Remove foundations entirely, unless the Plans state otherwise.
Backfill voids created by removal of foundations and junction boxes.
Backfilling and compaction shall be performed in accordance with Section
2-09.3(1)E.
8-20.3(2) Excavating and Back_fillincL
(March 22, 2023 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
The Contractor shall supply all trenching necessary for the complete and proper
installation of the traffic signal system, interconnect conduit and wiring, and
illumination system.
Trenching shall conform to the following:
In paved areas, edges of the trench shall be sawcut the full depth of the
pavement and sawcuts shall be parallel. All trenches for placement of conduit
shall be straight and as narrow in width as practical to provide a minimum of
pavement disturbance. The existing pavement shall be removed in an approved
manner. The trench bottom shall be graded to provide a uniform grade.
2. Bedding and backfill materials for electrical trenches shall be as follows:
Electrical conduit trench depth shall be a minimum of 24 inches
cover over conduits.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-100 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Bedding material for trenches 18 inches or less in width shall be
crushed surfacing top course. Bedding material for trenches
greater than 18 inches or for joint utility trenches shall be pit run
sand. Bedding material shall be placed two inches below the
conduit(s) and shall extend to two inches above the conduit(s).
Backfill material for trenches located within the roadway limits (back
of curb to back of curb), including perpendicular crossings of
roadways and underneath driveways shall be controlled density
fill (CDF), vibrated in place.
Backfill material for trenches located outside of roadway and
driveway limits shall be Bank Run Gravel for Trench Backfill
conforming to WSDOT 9-03.19, unless the engineer determines
that native material is suitable.
3. Backfill shall be carefully placed so that the backfilling operation will not
disturb the conduit in any way. The backfill shall be thoroughly
mechanically tamped in eight -inch (8") layers with each layer compacted to
ninety-five percent (95%) of maximum density in traveled ways, and ninety
percent (90%) of maximum density elsewhere at optimum soil moisture
content.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
Underground utilities of record are shown on the construction Plans insofar as
information is available. These, however, are shown for convenience only and the
City assumes no responsibility for improper locations or failure to show utility
locations on the construction Plans.
The location of existing underground utilities, when shown in the Plans, is
approximate only, and the Contractor shall be responsible for determining their
exact location. The Contractor shall check with the utility companies concerning
any possible conflict prior to commencing excavation in any area, as not all utilities
may be shown in the Plans.
The Contractor shall be responsible for potholing for conflicts with underground
utility locations prior to determining exact locations of signal and luminaire pole
foundations, underground vaults and directional boring operations. Prior to
construction, if any conflicts are expected, it shall be brought to the attention of the
Engineer for resolution.
The Contractor shall be entirely responsible for coordination with the utility
companies and arranging for the movement or adjustment, either temporary or
permanent, of their facilities within the project limits.
If a conflict is identified, the Contractor shall contact the Engineer. The Contractor
and City shall locate alternative locations for poles, cabinet, or junction boxes. The
Contractor shall get approval from the Engineer prior to installation. The Contractor
may consider changing depth or alignment of conduit to avoid utility conflicts.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-101 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
Before beginning any excavation work for foundations, vaults, junction boxes or
conduit runs, the contractor shall confirm that the location proposed on the
Contract Plans does not conflict with utility location markings placed on the surface
by the various utility companies. If a conflict is identified, the following process shall
be used to resolve the conflict:
1. Contact the Engineer and determine if there is an alternative location for
the foundation, junction box, vault or conduit trench.
2. If an adequate alternate location is not obvious for the underground work,
select a location that may be acceptable and pothole to determine the exact
location of other utilities. Potholing must be approved by the Engineer.
3. If an adequate alternate alignment still cannot be identified following
potholing operations, the pothole area should be restored and work in the
area should stop until a new design can be developed.
The Contractor shall not attempt to adjust the location of an existing utility unless
specifically agreed to by the utility owner.
8-20.3 4 Foundations
(March 22, 2023 CFW GSP)
Section 8-20.3(4) is supplemented with the following:
The concrete class requirements in paragraph one are applicable for Type 1/II
Portland cement. See Section 9.01.22(1)B for requirements for Type 1 L cement.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
Pole foundations within the sidewalk area shall be constructed in a single pour to
the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in
a separate pour.
Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot
by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the
pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad
shall be flush with the sidewalk. A construction joint shall be provided between the
two units.
The foundation for the controller and service cabinets shall conform to the detail in
the Plans. Conduits shall be centered horizontally except service conduit, which
shall be placed at the side of the power panel.
Foundations for Type I traffic signal poles shall conform to Standard Plan J-21.10.
Foundations for Type II and Type III traffic signal poles shall conform to details on
the Signal Standard Sheet in the Plans.
Foundations for streetlight poles shall conform to City of Federal Way Drawing
Number 3-39 except that foundation depth shall be as noted on the Illumination
Pole Schedule.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-102 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Foundations for the decorative streetlight poles shall conform to City of Federal
Way Drawing Number 3-43 except that foundation depth shall be as noted on the
Illumination Pole Schedule.
8-20.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-20.4 is replaced with the following:
"Solar Powered RRFB System, Complete" shall be measured per lump sum.
8-20.5 Payment
(December 1, 2021 CFW GSP)
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following
"Solar Powered RRFB System, Complete", per lump sum.
The lump sum price for "Solar Powered RRFB System, Complete" shall be full pay for
furnishing all labor, equipment, materials and supplies necessary to complete the work as
specified. All items and labor necessary to supply, install, and test the system including,
but not limited to conductors, pedestrian pushbuttons, poles, signage, and foundations.
All costs for installing signing on signal mast arms or temporary signal installations shall
be incidental to the bid item(s) in this section and no additional compensation will be made.
Sawcutting for trench, sawcutting for 7-cut" trench restoration, pavement removal,
excavation, trenching, bedding and backfill materials, backfilling of trenches, pavement
restoration of trenches and conduit/junction box installations shall be incidental to the bid
items included in this section and no additional compensation will be made.
All costs for painting shall be incidental and included in the bid items included in this
section and no additional compensation will be made.
Restoration of facilities destroyed or damaged during construction shall be considered
incidental to the bid items included in this section and no additional compensation will be
made.
SECTION 8-21 PERMANENT SIGNING
8-21.1 Description
(March 22, 2023 CFW GSP)
Section 8-21.1 is deleted and replaced with the following:
This work shall consist of furnishing and installing permanent signing, sign removal, and
sign relocation, in accordance with the Plans, these Specifications, the Standard Plans,
MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans
or where designated by the Engineer. Signs to be removed as shown in the Plans, shall
be returned to the Owner.
Colors of all permanent signs shall be submitted to the City for approval prior to installation
in the field. Installed signs that do not have color approved by the City may be required to
be removed and replaced in an acceptable color at the Contractor's expense.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-103 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
8-21.3 Construction Requirements
8-21.3(5) Sign Relocation
(December 1, 2021 CFW GSP)
Section 8-21.3(5) is supplemented with the following:
King County Metro and/or Pierce Transit personnel will remove and reinstall all
existing bus stop signs and supports within the project limits.
8-21.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-21.4 is deleted and replaced with the following:
"Permanent signing" is measured on a lump sum basis
(**'S. 288TH ST. ROAD DIET SPECIAL PROVISION'**)
"Flexible Delineator with Base" per each
8-21.5 Payment
(April 12, 2018 CFW GSP)
Section 8-21.5 is deleted and replaced with the following:
The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and
equipment necessary to furnish and install permanent signing, sign removal, and sign
relocation. Sign covering shall be incidental and shall not be measured.
All costs for furnishing and installing signs on RRFB poles shall be included in the lump
sum price for "Solar Powered RRFB System — Complete".
(***S. 288TH ST. ROAD DIET SPECIAL PROVISION"**)
Install the delineator post so that the entire width of the retroreflective sheeting is visible
to approaching traffic. Install the delineator post and base support according to the
manufacturer's specifications. Delineator posts will be installed to resist overturning,
twisting, and displacement from wind and impact forces.
All flexible delineators will be measured and paid as the actual number of flexible
delineators satisfactorily installed and accepted by the Engineer.
SECTION 8-22 PAVEMENT MARKING
8-22.1 Description
(November 2, 2020 CFW GSP)
Section 8-22.1 is supplemented with the following:
Pavement markings shall conform to City of Federal Way Standard Details. Profiled and
plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20.
8-22.2 Materials
(August 27, 2021 CFW GSP)
Section 8-22.2 Sentence #3 is deleted and replaced with the following:
Glass beads for Type A plastic shall be as recommended by the manufacturer.
Section 8-22.2 is supplemented with the following:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA04 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Glass beads for Type D plastic and Reflective Elements shall be per Section 9-34.4.
8-22.3 Construction Requirements
(March 22, 2023 CFW GSP)
Section 8-22.3 is supplemented with the following:
Permanent pavement markings shall be installed within 30 calendar days after paving. If
a project contains paving on multiple streets (i.e. schedules of work), this requirement
applies to the paving date for each street / schedule individually.
8-22.3(31 Marking Application
8-22.3(3)E Installation
(November 2, 2020 CFW GSP)
Section 8-22.3(3)E is supplemented with the following:
Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20.
8-22.3(3)G Glass Beads
(March 13, 2012, CFW GSP)
Section 8-22.3(3)G is supplemented with the following:
Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10)
pounds per one hundred square feet.
Reflective elements shall be applied to Type D markings at a rate of ten (10) grams
per four (4) inch wide by one (1) linear foot of marking.
8-22.3(6) Removal of Pavement Markings
(March 22, 2023 CFW GSP)
Section 8-22.3(6) is supplemented with the following:
As indicated in the plans, the Contractor shall remove existing pavement markings
that may consist of paint, plastic and raised pavement markings.
8-22.4 Measurement
(December 16, 2022 CFW GSP)
Paragraphs 12 and 13 of Section 8-22.4 are replaced with the following:
Measurement for the removal of all pavement markings will be per lump sum.
(March 22, 2023 CFW GSP)
Section 8-22.4 is supplemented with the following:
Raised Pavement Markers are incidental to Pavement Markings. No separate
measurement or payment will be made.
8-22.5 Payment
(December 16, 2022 CFW GSP)
Section 8-22.5 is modified as follows:
The following bid items are deleted:
"Removing Plastic Line", per linear foot.
"Removing Plastic Traffic Marking", per each.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA05 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
8-23.1 Description
(March 22, 2023 CFW GSP)
Section 8-23.1 is supplemented with the following:
Temporary pavement markings shall be installed and maintained by the Contractor
prior to traffic being released onto public streets when the installation of permanent
pavement markings is not yet completed. All pavement markings including lines,
symbols, and raised pavement markers shown on the plans and details shall be
provided as temporary pavement markings until such time that permanent
pavement markings are installed. Temporary pavement markings shall generally
follow the alignment for the permanent pavement markings.
8-23.2 Low VOC Waterborne Paint
(March 22, 2023 CFW GSP)
Section 8-23.2 is replaced with the following:
The City of Federal Way does not allow Low VOC Waterborne Paint for temporary
or permanent pavement markings.
8-23.3(4)A Temporary Pavement Markings — Short Duration
(March 22, 2023 CFW GSP)
Paragraph 2 of Section 8-23.3(4)A is modified as follows:
Temporary Center Line (Double Yellow Center Line) — Two SOLID lines used
to delineate adjacent lanes of traffic moving in opposite directions. Temporary
raised pavement markings should be installed on both sides of the yellow lines at
40-foot intervals.
Temporary Center Line (Skip Center Line) — A BROKEN line used to delineate
adjacent lanes of traffic moving in opposite directions. The broken pattern shall be
based on a 10-foot unit, consisting of a 1-foot line with a 9-foot gap.
8-23.4 Measurement
(March 22, 2023 CFW GSP)
Section 8-23.4 is supplemented with the following:
Temporary Flexible Raised Pavement Markers are incidental to Temporary
Pavement Markings. No separate measurement or payment will be made.
Traffic control (Flaggers, Traffic Control Supervisor, Other Traffic Control, etc.) for
the initial installation of Temporary Pavement Markings shall be measured and paid
per the respective Traffic Control Bid Items. Traffic control associated with the
subsequent maintenance of Temporary Pavement Markings shall be incidental to
the temporary pavement making bid items and no additional payment will be made.
8-26 TRANSIT STOPS
(***S. 288TH ST. ROAD DIET SPECIAL PROVISION***)
Section 8-26 and it's subsections are new sections as follows
8-26.1 Description
(***S. 288TH ST. ROAD DIET SPECIAL PROVISION***)
Section 8-26.1 is a new section:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-106 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
This work shall consist of providing King County Metro landing pads, shelter footings, and
wing walls, as indicated and detailed on the Plans.
8-26.2 Materials
(***S. 288TH ST. ROAD DIET SPECIAL PROVISION***)
Section 8-26.2 is a new section:
Materials shall be coordinated and directed by King County Metro and be per King County
Metro specifications.
8-26.3 Construction Requirements
(***S. 288TH ST. ROAD DIET SPECIAL PROVISION***)
Section 8-26.3 is a new section:
Construction requirements shall be coordinated and directed by King County Metro and
be constructed per King County Metro specifications and located as shown on the Plans.
8-26.4 Measurement
(***S. 288TH ST. ROAD DIET SPECIAL PROVISION***)
Section 8-26.4 is a new section:
"KC Metro B21 Shelter Footing", will be measured per each.
"KC Metro 10'x11' Landing Pad w/ Thickened Edge", will be measured per Square Yard.
"KC Metro Wing Wall", will be measured per Linear Foot.
8-26.5 Payment
(April 1 Z 2018 CFW GSP)
Section 8-26.5 is a new section:
Payment will be made for each of the following Bid items that are included in the Proposal:
"KC Metro B21 Shelter Footing", per each.
"KC Metro 10'xl1' Landing Pad w/ Thickened Edge", per Square Yard.
"KC Metro Wing Wall", will be measured per Linear Foot.
The unit contract price per each for "KC Metro B21 Shelter Footing" shall be full pay for all
labor, materials, equipment and costs necessary to complete the work as specified and
detailed in the Plans.
The unit contract price per Square Yard for "KC Metro 10'xl1' Landing Pad w/ Thickened
Edge", shall be full pay for all labor, materials, equipment and costs necessary to complete
the work as specified and detailed in the Plans.
The unit contract price per Linear Foot for "KC Metro Wing Wall", shall be full pay for all
labor, materials, equipment and costs necessary to complete the work as specified and
detailed in the Plans.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-107 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
(April 12, 2018 CFW GSP)
Section 8-30 and its subsections are new sections as follows:
8-30.1 Description
(April 12, 2018 CFW GSP)
Section 8-30.1 is a new section:
This work involves the identification and resolution of utility conflicts not identified in the
plans between proposed improvements and existing utilities. The City will pay these costs
by force account if the work proves to be acceptable and the Contractor had performed
the work with the authority of and due notice to the Engineer.
8-30.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-30.3 is a new section:
The City may direct the Contractor to pothole existing utilities to verify the field location
and depth. Potholing shall include excavation and backfilling of the existing utility,
identification of the pipe or line size, material type and condition and the survey work to
locate the facility horizontally and vertically. Survey information to be obtained shall
include station and offset to center of utility and elevation at top of utility. Stations, offsets
and elevations shall be to the nearest 0.1 foot unless greater accuracy is required.
Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the
Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the
surrounding pavement.
In the event that a conflict arises between the proposed improvements and an existing
utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby
time and additional work in the following manner:
1. Standby time resulting from existing utility conflicts. Standby time is defined as time
the Contractor is unable to proceed with progression of a specific work item (i.e. storm
drainage, underground utility installation etc.) due to conflicts with existing facilities.
However, payment for standby time shall be limited to:
a. For each agreed upon conflict, a maximum of four (4) hours of standby time
will be paid for actual delay of labor and equipment due to a utility conflict. The
Contractor shall be responsible to adjust his work schedule and/or reassign his
work forces and equipment to other areas of work to minimize standby time.
b. If the conflict is resolved within one (1) hour of notification to the Engineer, no
standby time will be paid.
2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices
for the associated work. Work that can be measured and paid for at the unit contract
prices shall not be identified as force account work. This work includes but is not
limited to:
a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or
grade for the storm drain and undergrounding of overhead utilities, to avoid
existing utility conflicts.
b. Additional storm drainage manholes, pipe, vaults, and conduit required by a
change in alignment, and/or grade, not exceeding the limits set in section 1-
04.4 of the Standard Specifications.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-108 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
8-30.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-30.4 is a new section:
"Potholing", will be measured for force account per Section 1-09.6.
"Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6.
8-30.6 Payment
(April 12, 2018 CFW GSP)
Section 8-30.5 is a new section:
"Potholing", will be paid by force account.
"Resolution of Utility Conflicts", will be paid by force account
To provide a common proposal for all bidders, the City has estimated the amount for
"Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal
to become a part of the total bid by the Contractor.
Utility conflicts due to the Contractor's actions or operations shall be resolved by the
Contractor at no expense to the Contracting Agency.
END OF DIVISION 8
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-109 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
DIVISION 9
MATERIALS
9-01.2 Specifications
9-01.2(1)B Blended Hydraulic Cement
(December 16, 2022 CFW GSP)
Section 9-01.2(1)B is modified with the following:
Type IL cement is only allowed for use within the City of Federal Way subject to
the conditions listed below:
Class
Class
Class 4000 Type 1 L
Class
3000
4000
with crystalline
5000
Type
Type
waterproofing and
Type
1 L
1 L
corrosion protection
1 L
admixture'
Pre -cast Foundations
(luminaires, signals, RRFBs, X
X
X
X
etc.)
Cast -in -Place Foundations
(luminaires, signals, RRFBs, I
X X
X
etc.)
Pre -cast or cast -in -place
X
X
X
catch basins and manholes
Roads, curbs, curb & gutters,
roundabouts & aprons,
X
X
sidewalks, ADA ramps,
driveway approaches
Other exposed surfaces
(retaining walls, junction box
X
X
aprons, cabinet bases,
barriers, etc.)
' Crystalline Waterproofing admixtures (Penetron or approved equal) shall meet
the following specification: ASTM C494, Type S, hydrophilic, crystalline
permeability -reducing admixture for hydrostatic conditions (PRAH) shall form
insoluble crystals throughout the concrete matrix, self -healing and sealing all
pores, capillaries and cracks up to 0.5mm (1151 inch). The crystalline
waterproofing admixture shall include a colored tracer material so that it is visible
when included in the concrete mix.
For all Type 1 L concrete mixes, the City will not accept any maleated rosin (i.e.
MasterAir AE90) as a supplied air entrainment and waterproofing admixture or any
wax -based curing compounds.
9-03 AGGREGATES
9-03.12 Gravel Backfill
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-110 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
9-03.12 fi Pit Run Sand
(April 12, 2018 CFW GSP)
Section 9-03.12(6) is a new section:
Sieve Size Percent Passing
3/8" square 100
U.S. No. 4 90
Sand Equivalent 30 minimum
9-03.14 3 Common Borrow
(April 12, 2018 CFW GSP)
Section 9-03.14(3) is modified with the following requirements:
Material from on -site excavations meeting the requirements for Common Borrow
shall be used to the extent practicable. Material for common borrow shall consist
of granular soil and/or aggregate which is free of trash, wood, debris, and other
deleterious material.
Common Borrow material shall be at the proper moisture content for compaction.
This material is generally moisture sensitive. The natural moisture content shall
range from not more than 1 percent wet of optimum to not more than 3 percent dry
of optimum as determined in accordance with Section 2-03.3(14)D. The material
shall not pump or yield under the weight of compaction equipment and construction
traffic. The Contractor is responsible for protecting the material from excess
moisture wherever/whenever possible. To the extent practicable, this material
should be handled only during non -rainy periods and should be removed, hauled,
placed, and compacted into final embankments without intermediate handling or
stockpiling. Surfaces should be graded and sloped to drain and should not be left
uncompacted.
Common Borrow shall meet the following gradation limits:
Sieve Size Percent Passing (by weight)
6" square100
4" square 90-100
2" square 75 - 100
U.S. No. 4 50 - 80
U.S. No. 40 50 max.
U.S. No 200 25 max.
' For geosynthetic reinforced walls or slopes, 100percent passing 1'/4-inch
square sieve and 90 to 100 percent passing the 1-inch square sieve.
Common Borrow shall contain sufficient fines for compaction and to bind the
compacted soil mass together to form a stable surface when heavy construction
equipment is operated on its surface.
9-14.1 Materials Submittals and Acceptance
(January 10, 202Z WSDOT GSP, OPT1.2023)
In the table in Section 9-14.1, the row for Compost is revised to read
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 11 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
9-
14.5(8
9-14.2 Topsoil
Compos
t
Cert & following information is required to be submitted
fourteen days prior to application.
a) A copy of the Solid Waste Handling Permit issued
to the manufacturer by the Jurisdictional Health
Department in accordance with
https://apps.leg.wa.govMAC/defauIt.aspx?cite=17
3-350 (Minimum Functions Standards for Solid
Waste Handling).
b) Compost Test Data submitted on WSDOT Form
220-038 that show the compost complies with the
processes, testing, and standards specified in
WAC 173-350 and this section. And independent
Seal of Testing Assurance (STA) Program certified
laboratory shall perform the testing within 90
calendar days of application.
c) A copy of the manufacturer's annual Seal of
Testing Assurance STA certification as issued by
the U.S. Composting Council.
d) A sample of the compost approved for use.
e) A list of feed stocks by volume for each compost
type.
f) Compliance with the applicable section.
9-14.20) Topsoil Type A
(June 12, 2020 CFW GSP)
Section 9-14.2(1) is supplemented with the following:
Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy
loam. The soil shall be high in organic content and compromised of fully
composted and mature organic materials.
No fresh sawdust or other fresh wood by-products shall be added to extend the
volume after the composting process.
Chemical and physical characteristics of Topsoil Type A shall comply with the
following:
Screen Size
7/16" Maximum
Total Nitrogen
0.25% Minimum
Organic Matter
10% Minimum
pH Range
5.5 to 7.5
Conductivity
5 mmhos/cm Maximum
9-14.3 Seed
(June 12, 2020 CFW GSP)
Section 9-14.3 is supplemented with the following:
The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the
Engineer with a dealer's guaranteed statement of the composition, mixture, and the
percentage of purity and germination of each variety. Seed shall be applied at
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 12 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
1 SEEDED LAWN MIXTURE
NAME BY
WEIGHT PURITY GERMINATION
Tall Fescue / Festuca arundinacea 40% 98% 90%
Creeping Red Fescue / Festuca rubra 25% 98% 90%
Highland Colonial Bentgrass / Agrostis 5% 98% 90%
capillaris var. 'Highland'
Perennial Rye / Lolimum perenne 30% 95% 90%
(blend of two: 'Fiesta II', 'Prelude II',
'Commander'
9-14.4 Fertilizer
(June 12, 2020 CFW GSP)
Section 9-14.4 is supplemented with the following:
Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per
manufacturer's recommendations.
9-19.2 Cast -in -Place Detectable Warning Surface
9-19.2 1) General Requirements
(October 3, 2022 WSDOT GSP, OPTION 1)
The first paragraph of Section 9-19.2(1) is revised to read:
The color of detectable warning surfaces shall be yellow and shall match SAE AMS
Standard 595, color number 33538 unless otherwise shown on the plans. When
used in areas between ramps to differentiate between travel paths, detectable
warning surfaces shall be black.
Units shall provide the required contrast (light -on -dark or dark -on -light)
with the adjacent curb ramp or other applicable walkway.
SECTION 9-28 SIGNING MATERIALS AND FABRICATION
9-28.1 General
(March 22, 2023 CFW GSP)
Paragraph three is deleted and replaced with the following:
All regulatory (R series), school (S series), and warning (W and X series) signs, except for
parking regulation, parking prohibition signing and signs of fluorescent yellow -green color
shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in
accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro
reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a
divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high
CITY OF FEDERAL WAY
SPA 13
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023 03
intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting
shall meet this specification. The reflectivity standard of supplemental plaques shall match
that of the primary sign.
All overhead signing, all regulatory (R series) of fluorescent yellow -green color and all
school (S series) of florescent yellow color shall meet the specifications of Type IX Micro
Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of
the Standard Specifications. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms and all regulatory (R series) and school (S
series) signs of fluorescent yellow -green color. The reflectivity standard of supplemental
plaques shall match that of the primary sign.
Motorist information and parking signing shall be constructed with Type I Glass Bead
Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard
Specifications. The reflectivity standard of supplemental plaques shall match that of the
primary sign.
9-28.2 Manufacturer's Identification and Date
(October 23, 2014 CFW GSP)
Section 9-28.2 is deleted and replaced with the following:
All signs shall show the manufacturer's name and date of manufacture on the back.
9-28.8 Sheet Aluminum Signs
(January 8, 2013 CFW GSP)
Section 9-28.8 table is deleted and replaced with the following
Maximum Dimension
Less than 30 inches
Greater than 30 inches, less than 48
inches
Blank
Thickness
0.080 inches
0.100 inches
Greater than 48 inches 1 0.125 inches
Section 9-28.8 is supplemented with the following:
All permanent signs shall be constructed from aluminum sign blanks unless
otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on
maximum dimensions, shall be as follows:
All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The
Contractor shall install permanent signs which meet or exceed the minimum
reflectivity standards. All sign face sheeting shall be applied to sign blanks with
pressure sensitive adhesives.
9-28.9 Fiberglass Reinforced Plastic Signs
(December 18, 2009 CFW GSP)
Section 9-28.9 is deleted in its entirety.
9-28.12 Reflective Sheeting
(February 6, 2023 WSDOT GSP)
Section 9-28.12 is revised to read:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-114 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Reflective sheeting material shall conform to ASTM D4956 — Standard Specification for
Retroreflective Sheeting for Traffic Control. The following standard reflective sheeting
types have been modified to reflect Contracting Agency requirements:
Device Type
Use
Sheeting Color
Allowable
Sheeting
Types
Permanent Signs
Permanent Signing
All
All
IV'
Object Markers
All
All
IV
Temporary Construction Signing
Warning Signs
All
Fluorescent Orange
Vill, IX, Xz, XI
Regulatory Signs
All
White
IV
Regulatory Signs
Rural
White
113, IV
Regulatory Signs
Urban/Rural
White
1113, IV
Regulatory Signs
All
Red
III, IV
Regulatory Signs
All
Green
II IV
Regulatory Letters, Border or
Symbols
Green
1113, IV3
Temporary Construction Signs
All
All Other
Backaround Colors
1113, IV
Other Devices
Barricades
All
White or Orange
1113, IV
Barrier Delineators
All
White or Yellow
III IV V XI
Bollards
All
All
IV
Flexible Guidepost
All
All
III, IV, V
Pedestrian Channelization Devices
All
White or Orange
1113, IV
Signal Backplates
Portable Signals
IV
Signal Backplates
Permanent
Signals
See Section 9-
29.16
Tall Channelization Devices 42-
inch
All
Fluorescent
Orange/White
1114, IV4, VIII, IX,
X14
Traffic Cones 28- and 36-inch
All
White or Higher
White
1113, IV
Traffic Safety Drums
All
Fluorescent
Orange/V1lhite
1114, IV4, VIII, IX,
X14
Transportable Attenuators
All
Yellow and Black
Chevron
1113, IV
Transportable Attenuators
All
White and Red
Chevron
IV
Utilities attached to Bridges
All
1, See Section
6-01.10
Notes:
1. Except S Series signs with fluorescent yellow -green sheeting shall
use Type XI and Overhead Warning Signs and overhead exit only
panels with fluorescent yellow shall use Type IV or XI.
2. Former Type X, not shown in ASTM D4956, however meets
requirements of Types VII, IX and XI.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-115 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
3. Only devices in inventory may be used, new fabrication shall use
Type IV.
4. Type III and Type IV orange and white sheeting may be still used
through December 31, 2026.
9-28.14 Sian Support Structures
(March 22, 2023 CFW GSP)
Section 9-28.14 is supplemented with the following:
Unless otherwise noted in the Plans or approved by the engineer, all sign posts shall be
steel sign posts. Sign post sizes will be shown on Plans or shall be sized per the WSDOT
Design Manual. Sign Supports (foundations) shall be Type ST 4 (concrete) as found on
WSDOT Standard Detail G-24.50-05.
SECTION 9-29 ILLUMINATION. SLGNAL. ELECTRICAL
9-29.1 Conduit, Innerduct, and Outerduct
(October 23, 2014 CFW GSP)
Fiber optic cable conduit shall be supplied as a system from a single manufacturer
providing all of the conduit, all required fittings, termination and other installation
accessories; all in accordance with the Contract Documents.
9-29.1(11) Foam Conduit Sealant
(January 7, 2019 WSDOT Option 1)
Section 9-29.1(11) is supplemented with the following:
The following products are accepted for use as foam conduit sealant:
• CRC Minimal Expansion Foam (No. 14077)
• Polywater FST Foam Duct Sealant
• Superior Industries Foam Seal
• Todol Duo Fill 400
9-29.2 Junction Boxes Cable Vaults and Pull Boxes
(August 27, 2021 CFW GSP)
Section 9-29.2 is supplemented with the following:
Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, Fiber Vaults, and
Pull Boxes
All lids located within sidewalk areas, along an ADA pedestrian route, or in other
accessible surfaces within the public right-of-way or on publicly owned properties,
must meet ADA requirements and be slip -resistant. Acceptable slip -resistant
products shall be non -slip MMA coating. Placement of the non -slip MMA coating
shall be in accordance with the manufacturer's recommendations. Vertical edges
of the utility shall be flush with the adjoining surface to the extent possible after
installation.
9-29.2(1)A2 Non -Concrete Junction Boxes
(February 3, 2020 CFW GSP)
Section 9-29.2(1)A2 is replaced with the following:
Non -Concrete junction boxes are not allowed for use within the City of
Federal Way.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 16 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
9-29.2[5]E Fiber Vaults
(March 15, 2012 CFW GSP)
Section 9-20.2(5)E is a new section:
Where fiber vaults are called for on the Drawings, the Contractor shall
provide pre -cast utility vaults meeting ASTM C 478 with twenty-eight (28)
day 5500 psi minimum compressive strength concrete and designed for
H-20 loading unless otherwise indicated on the Drawings.
The communications/fibers vault, shall be a type 444-LA manufactured by
Oldcastle Precast, Inc. or approved equivalent, or a WSDOT Pull Box or
cable vault per WSDOT Standard Plan J.90.10 and J.90.20. The fiber
vaults are to be provided with a racking hardware package for cable
storage and mounting of the splice case. The vault cover shall have a bolt -
down, non-skid surface and a ground strap.
Fiber vaults shall contain a splice enclosure.
Fiber Optic Splice Closure shall be a Coyote Closure manufactured by
Preformed Line Products or equivalent, shall be suitable for both vault
and aerial applications, and shall meet the following requirements:
1. Be made of two injection -molded high -density thermoplastic shells,
be 22 inches in length and 6 inches in diameter, and have capacity
to store up to four splice trays.
2. Each splice case shall have two end plates; one end plate shall
have no ports; the other endplate shall consist of a three -section
end plate with six ports - two 3/4-inch ports and four 7/8-inch ports.
Each unused port shall have a grommet installed. The end plates
shall be durable glass -filled high -density thermoplastic shells.
3. The splice enclosure shall be suitable for outdoor applications with
a temperature range of -10°C to 60°C.
4. The splice enclosure shall provide sufficient space to allow entry of
fiber optic cable without exceeding the cable minimum bending
radius.
5. The enclosure shall protect the splices from moisture and
mechanical damage and shall be resistant to corrosion.
6. The enclosure shall be waterproof, re -enterable and shall have a
neoprene gasket sealing system to prevent water from entering.
7. The enclosure shall permit selective splicing to allow one or more
fibers to be cut and spliced without disrupting other fibers.
8. The enclosure shall have strain relief for the cable to prevent
accidental tension from disturbing the splices.
9. Each splice tray will be able to store 36 splices securely. Each splice
shall be individually mounted and mechanically protected on the
splice tray. Vinyl markers shall be supplied to identify each fiber
spliced within the enclosure.
9-29.5 Vacant
(March 22, 2023 CFW GSP)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-117 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Section 9-29.5 is deleted and replaced with the following new section:
9-29.5 School Zone Beacon & Rectangular Rapid Flashing_ Beacon (RRFB)
Standards
Pole Foundations: Shall be as indicated in the plans.
Sign Poles, Bases, and Caps:
Sign poles shall be 4" — 8 NPT Schedule 40, galvanized steel meeting the following
minimum requirements:
Standard 4" Sch 40 ..........
ASTM A53 Grade B ERW
Tensile Strength, KSI ..........................
60
Yield Strength, KSI ..............................
35
Weight Per Foot .............................
10.79 lb.
Standard Wall Thickness ..................
0.237"
Outside Diameter ...............................
4.5"
Threading and deburring of the Pedestal Pole shall be in accordance with the basic
dimensions of American National Standard Taper Pipe Threads, NPT (ANSI 131.2).
The pole shall be pre -galvanized or galvanized after fabrication meeting the
requirements below:
1. Pre -Galvanized: Pipe shall have clean square saw cuts and free of burrs
After threading threads shall be sprayed with a rust -protective zinc -rich
coating. Galvanizing shall be a minimum of 1.6 oz./ft.2.
2. Galvanized After Fabrication. Pipe shall have clean square saw cuts and
free of burrs. Pole shall be hot dipped galvanized to comply with ASTM A-
123 with a minimum of 1.6 oz./ft2 after fabrication. Threads shall be heated
and brushed to remove excess zinc.
3. MILL CERTIFICATION: Mill test reports to be maintained and supplied on
request.
PACKAGING: Threaded end shall have protective cap to prevent thread damage.
Cardboard sleeve shall cover the entire length of shaft to protect surface finish
during storage and shipment.
Pole caps shall be Dome Type, aluminum, fitting a 4'/cinch OD pole, with a stainless -
steel set screw, sq hd, '/4"-20 X'/z ".
The pole base shall be square aluminum pedestal base with aluminum door meeting
the following minimum requirements:
1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with
dimensions as shown in the Figure below.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 18 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads
shall be tapped to allow full pole engagement w/o exposed threads on the
pole.
3. Shall be of such design that it may be fastened to a foundation with four (4)
3/4" anchor bolts located 90 degrees apart on the bottom of the base.
4. There shall be slots in the bottom of the base 1'h" wide and 2'/2" long
measured along the circumference of the bolt circle, allowing a proper fit even
if the bolts are placed slightly off center.
5. Shall accommodate bolt circles of a minimum of 12" through a maximum of
14'/2" and anchor bolts with a minimum of 5/8" through 1" diameter.
6. Shall be equipped with a removable aluminum door. Door opening shall be
free of burrs and sharp edges and be no less than 8'/i' square. The door
shall be attached to the base using one stainless steel socket button head
screw to prevent unauthorized entry.
7. Shall be fabricated free of voids, pits, dents, molding sand and excessive
foundry grinding marks. All design radii shall be smooth and intact. Exterior
surface finish shall be smooth and cosmetically acceptable by being free of
molding fins, cracks and other exterior blemishes.
8. Shall be fabricated from new aluminum ingot. No scrap materials shall be
used. Minimum requirements as follows:
a. Aluminum Alloy ...........319 Elongation (% in 2") .........2
b. Tensile Strength, KS1....... 27 Brinell Hardness .......... 70-100
c. Yield Strength, KSI ...........18
FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway
requirements. Test reports from an FHWA approved independent laboratory shall
be provided certifying that the base has been tested and meets all applicable
requirements. In addition, a statement of certification from the FHWA stating such
tests have been accepted and approved shall be supplied.
STRUCTURAL INTEGRITY: In order to prove structural soundness a certification
from a recognized independent structural laboratory shall be provided certifying
that the base will withstand a bending moment of 10,750 ft. lbs. Such test shall be
performed in the following manner:
1. A force shall be applied at a distance from the bottom of the base in order
to produce a moment. All bases must reach a moment capacity of 10,750
ft. lbs. without breaking, cracking or rupturing in any manner.
2. After force has been removed, the lever arm shall return to within .250" of
its original rest position.
3. All tests shall be made using 4" schedule 40 Steel Pipe.
A reinforcing collar shall be installed at the top of the pole base in accordance with
manufacturers' instructions. The collar shall be a three -segment assembly
designed to retrofit onto an existing square cast aluminum or iron pedestal base.
The collar shall meet the following minimum requirements:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 19 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
MATERIAL: Reinforcing collar shall be three-piece cast aluminum with the
minimum requirements:
Aluminum Alloy ............................713
Tensile Strength, KSI ....................32
Yield Strength, KS1........................22
Elongation (% in 2") .......................3
Brinell Hardness ............................70
Minimum Wall Thickness .............5/8"
Minimum Overall Height ............. 4-3/8"
INSTALLATION: The collar shall be clamped around the top of a pedestal base
by the use of two (2) 5/16" Socket Head Bolts per segment (Figure 1). Each
segment shall have a 5/16" pilot hole for drilling through base. A 5/16" x 3/4" Roll
Pin shall be driven through the collar into the base until flush to prevent the collar
from walking up the base.
HARDWARE: (6) 5/16"-18 x 1'/2" Socket Head Capscrews (3) 5/16" Dia. x 3/4"
Roll Pins
FINISH: Collar Segment: Alodine 1200
FASTENERS: Zinc w/ Yellow Di -Chromate
In addition to meeting the above requirements, all poles, bases, collars, caps and
related hardware shall be fully interchangeable with the following items manufactured
by Pelco Products, Inc., Edmond, Oklahoma, such that any individual component can
be replaced without requiring replacement of the entire system:
Pedestal pole, Model No PB-5200
• Square Base Assembly, Model No PB-5334
Pole Cap, Model No PB-5402
• Pole & Base Collar Assembly, Model No PB-5325
9-29.6 Light and Signal Standards
(December 18, 2009 CFW GSP)
Section 9-29.6 is supplemented with the following:
Light standards shall be tapered round aluminum
brushed finish with Davit bracket arm, as shown it
herein, except that luminaire mounting height
Illumination Pole Schedule.
tube C-wall alloy 6063 satin
Federal Way Standard Detail
shall be as shown on the
(June 6, 2023 WSDOT GSP, OPTION 5)
Section 9-29.6 is supplemented with the following:
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance with the
methods and materials noted in the applicable Standard Plans, pre -approved
plans, or special design plans.
All welds shall comply with the latest AASHTO Standard Specifications for
Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding
inspection shall comply with Section 6-03.3(25)A Welding Inspection.
CITY OF FEDERAL WAY
SPA 20
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Hardened washers shall be used with all signal arm connecting bolts instead of
lockwashers. All signal arm ASTM F 3125 Grade A325 connecting bolts tightening
shall comply with Section 6-03.3(33).
Traffic signal standard types, applicable characteristics, and foundation types are
as follows:
Type PPB
Pedestrian push button posts shall conform to Standard Plan J-20.10 or
to one of the following pre -approved plans:
Fabricator Pre -Approved Drawing No.
Valmont Ind. Inc. DBO1165 Rev. B 4 sheets
Ameron Pole WA15TR10-1 Rev. C (1 sheet) and
Products Division WA15TR10-3 Rev. B 1 sheet
Millerbernd 74514-WA-PED-PPB Rev J (2 sheets)
Manufacturing, Co.
Foundations shall be as noted in Standard Plan J-20.10
Type PS, Type I, Type RM, and Type FB
Type PS pedestrian signal standards, Type I vehicle signal standards, Type
RM ramp meter signal standards, and Type FB flashing beacon standards
shall conform to Standard Plan J-20.16, J-21.15, J-21.16, and J-22.15
respectively, or to one of the following pre -approved plans:
Fabricator
Pre -Approved Drawing No.
Valmont Ind. Inc.
DBO1165 Rev. B 4 sheets
Ameron Pole
WA15TR10-1 Rev. C (1 sheet) and
Products Division
WA15TR10-2 Rev. C (1 sheet)
Millerbernd
74514-WA-PED-FB Rev. H (2 sheets)
Manufacturing, Co.
Millerbernd
74514-WA-PED-SB Rev H (2 sheets)
Manufacturing, Co.
Foundations shall be as noted in Standard Plan J-21.10.
Type II
Type II signal standards are single mast arm signal standards with no
luminaire arm or extension. Type II standards shall conform to one of the
following pre -approved plans. Maximum arm length (in feet) and wind load
(XYZ value, in cubic feet) is noted for each manufacturer.
CITY OF FEDERAL WAY
Max.
Fabricator
Pre -Approved
Max. Arm
Wind
Drawing No.
Length (ft)
Load
(XYZ ft3
Valmont Ind.,
DB00162 Rev. B (5
65
3206
Inc.
sheets
SPA 21
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Ameron Pole
WA15TR3724-1 Rev. C
Products
(sheet 1 of 2), and
65
2935
Division
WA15TR3724-2 Rev. D
(sheet 2 of 2)
Millerbernd
74516-WA-TS-II Rev. L
Manufacturing,
(4 sheets)
65
3697
Co.
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type
II signal standards with two mast arms installed 90 degrees apart may use
these pre -approved drawings. Standards with two arms at any other angle
are Type SD and require special design.
Type III
Type III signal standards are single mast arm signal standards with one Type
1 (radial davit type) luminaire arm. The luminaire arm has a maximum length
of 16 feet and a mounting height of 30, 35, 40, or 50 feet, as noted in the
Plans. Type III standards shall conform to one of the following pre -approved
plans. Maximum arm length (in feet) and wind load (XYZ value, in cubic feet)
is noted for each manufacturer. Wind load limit includes a luminaire arm up
to 16 feet in length.
Max. Arm
Max.
Fabricator
Pre -Approved
Length
Wind
Drawing No.
eft)
Load
XYZ f
Valmont Ind. DB00162 Rev. B (5
"J"
Inc. sheets), with Type
65
3259
luminaire arm
WA15TR3724-1 Rev. C
Ameron Pole
(sheet 1 of 2), and
Products
WA15TR3724-2 Rev. D
65
2988
Division
(sheet 2 of 2), with
Series "J" luminaire arm
Millerbernd 74516-WA-TS-III Rev. L
Manufacturing, (5 sheets)
65
3750
Co.
Foundations shall be as noted in the Plans and Standard Plan J-26.10. Type
III signal standards with two mast arms installed 90 degrees apart may use
these pre -approved drawings. Standards with two arms at any other angle
are Type SD and require special design.
Type IV
Type IV strain pole standards shall be consistent with the Plans and Standard
Plan J-27.15 or one of the following pre -approved plans:
CITY OF FEDERAL WAY
Fabricator Pre -Approved Drawing No.
Valmont Ind. Inc. I DBO1167 Rev. B (2 sheets)
SP-122
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
ADDENDUM #1
Ameron Pole WA15TR15 Rev. A (2 sheets)
Products Div.
Millerbernd 74554-WA-SP-IV Rev H (2 sheets)
Manufacturing, Co.
Foundations shall be as noted in the Plans and Standard Plan J-27.10.
Type V
Type V strain poles are combination strain pole and light standards, with Type
1 (radial davit type) luminaire arms. Luminaire rams may be up to 16 feet in
length, and a mounting height of 40 or 50 feet, as noted in the Plans. Type V
strain poles shall be consistent with the Plans and Standard Plan J-27.15 or
one of the following pre -approved plans:
Fabricator
Pre -Approved Drawing No.
Valmont Ind., Inc.
DB01167 Rev. B 2 sheets),
Ameron Pole
WA15TR15 Rev. A (2 sheets)
Products Div.
Millerbernd
74554-WA-SP-V Rev J (3 sheets)
Manufacturing, Co.
Foundations shall be as noted in the Plans and Standard Plan J-27.10,
Type CCTV
Type CCTV camera pole standards shall conform to Standard Plan J-29.15
or to one of the following pre -approved plans:
Fabricator
Pre -Approved Drawing No.
Valmont Ind. Inc.
DBO1166 Rev. C 4 sheets
Ameron Pole
WA15CCTV01 Rev.B (2 sheets)
Products Div.
Millerbernd
74577-WA-LC1 Rev H (2 sheets)
Manufacturin , Co.
Millerbernd
74577-WA-LC2 Rev. H (2 sheets)
Manufacturing, Co.
Millerbernd
74577-WA-LC3 Rev H (3 sheets)
Manufacturing, Co.
Foundations shall be as noted in the Plans and Standard Plan J-29.10.
Type SD
Type SD signal standards are outside the basic requirements of any pre-
defined signal standard and require special design. All special design shall
be based on the latest AASHTO Standard Specifications for Structural
Supports for Highway Signs, Luminaires and Traffic Signals and pre -approved
plans and as follows:
CITY OF FEDERAL WAY
1. A 115 mph wind loading shall be used.
2. The Mean Recurrence Interval shall be 1700 years.
SPA 23
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
3. Fatigue category shall be III.
Complete calculations for structural design, including anchor bolt details, shall
be prepared by a Professional Engineer, licensed under Title 18 RCW, State
of Washington, in the branch of Civil or Structural Engineering or by an
individual holding valid registration in another state as a civil or structural
Engineer.
All shop drawings and the cover page of all calculation submittals shall carry
the Professional Engineer's original signature, date of signature, original seal,
registration number, and date of expiration. The cover page shall include the
contract number, contract title, and sequential index to calculation page
numbers. Two copies of the associated design calculations shall be submitted
for approval along with shop drawings.
Details for handholes and luminaire arm connections are available from the
Bridges and Structures Office.
Foundations for Type SD standards shall be as noted in the Plans.
9-29.60) Steel Light and Signal Standards
(December 18, 2009 CFW GSP)
Section 9-29.6(1) is supplement with the following:
Traffic signal standards and illumination standards shall be furnished and
installed in accordance with the methods and materials noted in the
applicable Standard Plans, pre -approved plans, or special design plans. All
welds shall comply with the latest AASHTO Standard Specifications for
Support of Highway Signs, Luminaires, and Traffic Signals. Welding
inspection shall comply with Section 6-03.3(25)A, Welding Inspection.
All traffic signal standards and arms shall be round tapered.
After delivering the poles or arms to the job site and before they are
installed, they shall be stored in a place that will not inconvenience the
public. All poles and arms shall be installed in compliance with Washington
State Utility and Electrical Codes.
Terminal cabinet(s) shall be installed on all Type II and Type III signal poles
or where designated on the wiring diagrams in the Plans in accordance
with the material requirements of Section 9-29.25 of the Standard
Specifications. Terminal cabinets shall be installed at a height not to
impede pedestrians.
Galvanized steel light and signal standards shall not be painted.
9-29.6(5) Foundation Hardware
(January 13, 2021, WSDOT GSP, OPTION 1)
Section 9-29.6(5) is supplement with the following.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 24 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Anchor bolt assemblies for light standards installed on top of barrier
(median barrier mount) shall consist of the following:
• (4) 1-inch diameter threaded rods (bolts), minimum 36 inches in
length
• (24) heavy hex nuts, six per anchor rod
• (24) flat washers, six per anchor rod
• Two anchor plates
Each anchor plate shall be constructed from 1/2" ASTM A36 plate and hot -
dip galvanized in accordance with AASHTO M111. Each anchor plate shall
be ring shaped, with an outside diameter of 16 inches and an inside
diameter of 12 inches. Each anchor plate shall have four 1 1/8" diameter
holes on a 13.89" bolt circle, with the holes positioned to match the anchor
rod layout shown in the Standard Plans.
Anchor rods shall extend a minimum of five inches and a maximum of six
inches above the top of the traffic barrier. The lower anchor plate shall be
embedded 29 inches below the top of the traffic barrier. Each anchor plate
shall be clamped with a heavy hex nut and washer above and below the
anchor plate. The lower heavy hex nut for the pole base plate shall be no
more than one inch from the top of the traffic barrier.
9-29.15 Flashing Beacon Control
Section 9-29.15 is supplemented with the following:
Rapid Flashing Beacons
(January 7, 2019 WSDOT GSP, OPTION 1)
Rapid Flashing Beacon (RFB) indications shall comply with the dimensional,
operational, and flash pattern requirements of Federal Highway Administration
(FHWA) Interim Approval 21 (IA-21, Conditions 4, 5, and 6, excluding Condition 5f;
https://mutcd.fhwa.dot.gov/resources/interim_approval/ia21/index.htm). RFB
system shall be capable of providing, at a minimum, the following two -channel
flashing patterns:
1. NEMA Standard 50-50:
• Channel one is ON and channel two is OFF for 0.5 seconds.
• Channel one is OFF and channel two is ON for 0.5 seconds.
(Cycle repeats; the total flashing pattern cycle length is 1.00 second.)
2. RFB "WW+S" Pattern (IA-21 Condition 5b):
• Channel on is ON and channel two is OFF for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Channel one is OFF and channel two is ON for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Channel one is ON and channel two is OFF for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Channel one is OFF and channel two is ON for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Both channels are ON for 0.05 seconds.
• Both channels are OFF for 0.05 seconds.
• Both channels are ON for 0.05 seconds.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 25 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
ADDENDUM #1
Both channels are OFF for 0.25 seconds.
(Cycle repeats; the total flashing pattern cycle length is 0.80 seconds.)
The flashing pattern shall be user -selectable in the field.
RFB system pushbuttons shall include a locator tone, but shall not include tactile
arrows, speech messages, or vibrotactile indications. RFB system pushbuttons
may include speech message and vibrotactile functionality, provided these
features can be deactivated. RFB system pushbuttons shall use a 9" x 12" R10-
25 sign. The R10-25 sign may include integral yellow warning lights.
Section 9-29.15 is supplemented with the following:
Rectangular Rapid Flashing Beacon System
(September 17, 2014 CFW GSP)
The Rectangular Rapid Flashing Beacon System shall be an R920 by Carmanah
or AB- 9400 by JSF Technologies with High Performance Rectangular Rapid
Flashing Beacons or approved equal system.
The Controller with Rectangular Rapid Flashing Beacons (RRFB) shall meet all
FHWA and MUTCD standards. The system shall be capable of activation by a
variety of devices, including pushbuttons, microwave detectors, pedestrian -
activated pads and passive activation bollards. The RRFB brightness and light
emitting surface dimensions shall exceed the FHWA minimum standards and shall
be capable of being viewed from distances of over 1000 feet during the day and
over one mile at night. The system components shall mount quickly and easily to
any pole, and construction shall be durable, corrosion -resistant and protect against
wind, rain and vandalism.
The Rectangular Rapid Flashing Beacon System shall consist of the following
components:
1. Controller: The Controller shall be equipped with a GPS receiver
attached to its antenna unit, and the system shall not require the
installation or alteration of any other equipment or associated
hardware.
2. Rectangular Rapid Flashing Beacons: The RRFB housing shall contain
two primary light bars mounted in compliance with MUTCD
requirements, but exceeding the minimum 5" W x 2" H size and MUTCD
total light emission requirements. In addition to the primary light bars,
the housing shall have smaller secondary light bars mounted on each
end for pedestrian notification, arrayed in a minimum 0.4" W x 2" H
rectangle. The secondary light bars shall have optional opaque covers
if pedestrian notification from either or both ends of the housing is not
desired. The overall dimensions of the RRFB unit shall be
approximately 24"-29"W x 3.5"-4.5"H x 1.5"-5"D. The LEDs used in
both the primary and secondary light bars shall be rated for a minimum
15-year life, and the light bars shall not protrude beyond the surface of
the housing, shall not be mounted to the housing with exposed screws,
and shall be covered with polycarbonate windows for durability and
vandal resistance. The RRFB shall draw attention at distances greater
than 1000 feet during the day and over 1 mile at night. The controller
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 26 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
shall adjust RRFB brightness as outside light levels change between
day and night, being brighter during the day and less bright at night.
3. Rectangular Rapid Flashing Beacon Housing: The RRFB housing shall
be made of powder -coated aluminum with a minimum thickness of
0.125", and shall provide a mounting mechanism allowing for
directional rotation of the primary light bars toward oncoming traffic at
curves, corners, and roundabouts.
4. Activation Devices: The controller shall be capable of being activated
by a variety of devices, including pushbuttons, microwave detectors,
pedestrian -activated pads and passive -activation bollards.
Pushbuttons shall be APS style units with a directional arrow.
5. On -Demand Activation, Test and Reports: Each system shall provide
on -demand activation of RRFBs for emergency or any other purposes;
on -demand test of communication interruption (knockdown), battery
health (solar only), Beacon outage, and activation reports through the
user interface.
6. Enclosure: The controller shall be housed in a vandal -resistant,
aluminum, NEMA 3R pole -mounted cabinet with a lockable, hinged
door.
7. Power Options: The controller unit shall be available in solar 12 V DC,
35-36 Ah equipped with 10-40W solar panels, or in 120 VAC, 50W
versions. Solar -powered systems shall provide a minimum of 15 days
of back-up battery power in the absence of sunlight while operating at
full brightness and at standard usage levels.
9-29.19 Pedestrian Push Buttons
(March 22, 2023 CFW GSP)
Section 9-29.19 is deleted and replaced with the following:
The Contractor shall provide and install accessible pedestrian pushbuttons and
signs, as shown in the Plans. The position of the pedestrian pushbuttons shall be
located in a manner such that the tactile arrow is aligned parallel to the direction
of travel for the crosswalk which the pushbutton is intended to serve; however final
positioning for the optimum effectiveness shall be approved by the Engineer.
Accessible Pedestrian Pushbutton units shall be Campbell Company Guardian
Model Advisor Guide Accessible Pedestrian Station (AGPS) or approved equal.
The station shall have a black body color and white actuator button and shall meet
the following requirements:
Pushbuttons shall be mounted to the poles by means of stainless -steel bolts. All
mountings shall be securely fastened as approved by the Engineer.
The sign legend to be used shall be sign designation R10-3e and shall be nine (9)
inches by fifteen (15) inches. All mounting bolts shall be non -corrosive stainless
steel.
The pedestrian pushbutton housing shall be aluminum and shall be painted black.
Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements
shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%).
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA27 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
Pedestrian indicators shall include an audible speaker, call confirmation LED and
vibrotactile arrow. The audible speaker shall be programmable to have a button
locator tone, acknowledgement tone/message, walk cycle tone/message and
clearance tone/message. The unit(s) shall have automatic volume controls for
message strength over ambient noise levels. The walk tone/message shall be
programmable to stop with the walk signal or other user settable time. The unit(s)
shall be user settable for Accessible Pedestrian Signal (APS) message initiation
with an extended press or on call.
The call confirmation LED shall be red with 160-degree view ability and once
activated shall remain illuminated until the corresponding walk indication is given.
An audible acknowledgement message of "WAIT' shall accompany each activation
of the call confirmation LED.
The locator tone shall be active for a time of 0.15 seconds or less and shall repeat
at 1 second intervals. The locator tone shall be intensity responsive to ambient
sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with
a maximum of 5 dBA louder than ambient sound.
A walk cycle audible message shall be set for each pushbutton unit and shall be
patterned after the model: "Broadway. Walk sign is on to cross Broadway." The
walk cycle message shall be intensity responsive to ambient sound with a volume
5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle
message shall be audible from the beginning of the associated crosswalk during
the walk interval only.
The vibrotactile arrow shall be located on the pushbutton and shall have high
visibility contrast of either light on dark or dark on light. The pushbutton units shall
be installed in a manner such that the vibrotactile arrow is aligned parallel to the
direction of travel for the crosswalk which the pushbutton is intended to serve. The
vibrotactile arrow shall activate with the walk cycle.
SECTION 9-34 PAVEMENT MARKING MATERIAL
9-34.2 Paint
9-34.2(5) Low VOC Waterborne Paint
(December 16, 2022 CFW GSP)
Section 9-34.2(5) is replaced with the following:
The City of Federal Way does not allow Low VOC Waterborne Paint.
9-34.3 Plastic
9-34.3(4) Type ❑ -- Liquid Cold Applied Methyl Methacrylate
(March 13, 2012 CFW GSP)
Section 9-34.3(4) is supplemented with the following:
The methyl methacrylate (MMA) material shall be formulated as a long -life durable
pavement marking system capable of providing a minimum of two years of
continuous performance. The material shall be a catalyzed methyl methacrylate
(MMA), wet -continuous reflective product and placed shall have a dry time (cure)
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-128 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
to the touch of no more than 30 minutes. The material shall be capable of retaining
reflective glass beads and ceramic micro -crystalline elements of the drop -on or
spray -on type as specified by the manufacturer. The binder shall be lead free and
suitable for bituminous and concrete pavements.
9-34.4 Glass Beads for Pavement Marking Materials
(August 27, 2021 CFW GSP)
Section 9-34.4 is supplemented with the following:
Methyl Methacrylate Pavement Markings Optics
Glass Beads
Surface -drop glass beads shall be the Swarco Series 3132 bead that has a Methacrylate
compatible coupling agent approved by the material manufacturer.
Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred
square feet.
Reflective Elements
Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate
compatible coupling agent approved by the material manufacturer. Elements shall meet
or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM
2176.
The reflective elements shall contain either clear or yellow tinted microcrystalline ceramic
beads bonded to the opacified core. These elements shall not be manufactured using
lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to
the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil
immersion method. All "wet performing" microcrystalline ceramic beads bonded to the
core shall have a minimum index of refraction of 2.30 when tested using the liquid oil
immersion method.
There are two gradations for the reflective elements, standard size and "S" series. "S"
series is a slightly finer gradation of elements compared to standard.
Element Gradations
Mass Percent Passing (ASTM D1214)
US Mesh Micron Standard Elements "S" Series
12
1700
80-100
85-100
14
1410
45-80
70-96
16
1180
5-40
50-90
18
1000
0-20
5-60
20
850
0-7
0-25
30
600
0-7
A sample of reflective elements supplied by the manufacturer shall show resistance to
corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The
1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of
distilled water. CAUTION: Always add the concentrated acid into the water, not the
reverse.
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA29 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
The reflective elements are surface treated to optimize embedment and adhesion to the
MMA binder. Elements treated for use with MMA shall have identification on packaging or
label to indicate use with the MMA binder.
Reflective elements shall be applied at a rate of ten (10) grams per four (4) inch wide by
one (1) linear foot of marking.
Reflectance
Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity
is averaged over many readings. Minimum Retro reflectivity results represent average
performance for smooth pavement surfaces. Values represent both standard and "S"
Series elements. Results may vary due to differences in pavement type and surface
roughness. Increased element drop rate may be necessary to compensate for increased
surface area characteristic of rough pavement surfaces. The initial retro reflectance of a
single installation shall be the average value determined by the measurement procedures
outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be
expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)].
The optics incorporated into the pavement marking system shall be tested and certified
by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for
wet -continuous performance levels.
The pavement marking system installed shall meet a minimum Dry reflectance value of
700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement
markings and wet -recovery (as described by ASTM 2177) reflectance value of 375
MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement
markings, and wet-continuous'(as described by ASTM 2176 testing) reflectance values of
150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement
markings as measured with a 30 meter device approved by the Traffic Engineering
Division (TED).
The Contractor will be required to take and record readings every 500 feet utilizing a 30-
meter device approved by the Traffic Engineering Division. These readings shall be
recorded on the daily report and submitted to the project engineer at the end of each
work day or shift.
Minimum Initial Retro Reflectance Values
White
Yellow
D ASTM E1710)
700
500
Wet recove (ASTM E2177)
_ 375
150
280
Wet continuous ASTM E2176)
125
9-35.5 Portable Changeable Message Signs
(January 10, 202Z WSDOT GSP, Option 1.2023)
Section 9-35.5 is revised to read:
PCMS, mPCMS, and truck mounted PCMS shall meet the requirements of the MUTCD
and the following general requirements:
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA30 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023 03
1. Use light emitting diode (LED) technology capable of emitting a yellow or amber
image when displayed with a flat black image matching the background when not
activated.
2. Be capable of displaying 3-lines of at least 8 alphanumeric characters with a
minimum of one pixel separation between each line.
3. Be capable of displaying 2 phases of messages at 2.0 second display each in
addition to 3 phases of messages at 1.5 second display each.
4. PCMS characters shall be at least 18 inches in height.
5. mPCMS characters shall be at least 12 inches in height.
6. Truck -mounted PCMS characters shall be at least 10 inches in height.
7. The sign display shall be covered by a stable, impact resistant polycarbonate face.
The sign face shall be non -glare from all angles and shall not degrade due to
exposure to ultraviolet light.
8. Be capable of simultaneously activating all pixels for the purpose of pixel
diagnostics. This feature shall not occur when the sign is displaying an active
message.
9. The light source shall be energized only when the sign is displaying an active
message.
10. Primary source of power shall be solar power with a battery backup to provide
continuous operation when failure of the primary power source occurs.
11. The sign controller software shall be NTCIP compliant.
The PCMS panels and related equipment shall be permanently mounted on a trailer or
truck with all needed controls and power generating equipment.
Standard Plans
(January 9, 2023 WSDO7)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01,
effective September 30, 2022 is made a part of this contract.
The Standard Plans are revised as follows:
A-10.30
RISER RING detail (Including SECTION view and RISER RING DIMENSIONS table): The
RISER RING detail is deleted from the plan.
INSTALLATION detail, SECTION A: The 1/4" callout is revised to read "+/- '/a' (SEE
CONTRACT Note: The + %" installation is shown in the Section A view)"
CITY OF FEDERAL WAY 2881th ROAD DIET —
PHASE 1
SPA31 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
B-90.40
Valve Detail — DELETED
C-8
DELETED
C-8A
DELETED
C-20.42
Plan View (Case 22A-31), callout, was; "BEAM GUARDRAIL ANCHOR TYPE 10 PAY
LIMIT' is revised to read; "BEAM GUARDRAIL ANCHOR TYPE 11 PAY LIMIT"
C-23.60
DELETED
C-23.70
Sheet 1, Detail A, callout, was — "EIGHT 5/8" X '/2" (IN) BOLTS W/ HEX NUTS AND
WASHERS (SEE NOTE 5) "is revised to read: "EIGHT 5/8" X 1-1/2" (IN) BOLTS W/ HEX
NUTS AND WASHERS (SEE NOTE 5)".
Sheet 2, ANCHOR RAIL ELEMENT DETAIL and associated Enlarged Detail, 3/" Diameter
hole pattern (8 holes), callout, "3/4" DIAMETER HOLE (TYR)" is revised to read: "29/32"
x 1 1/8" (IN) SLOT (TYR)"
D-2.04
DELETED
D-2.06
DELETED
D-2.08
DELETED
D-2.32
DELETED
D-2.34
DELETED
D-2.60
DELETED
D-2.62
DELETED
D-2.64
DELETED
D-2.66
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA32 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
DELETED
D-2.68
DELETED
D-2.80
DELETED
D-2.88
DELETED
D-3.15
DELETED
D-3.16
DELETED
D-3.17
DELETED
D-3.10
Sheet 1, Typical Section, callout - "FOR WALLS WITH SINGLE SLOPE TRAFFIC
BARRIER. USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-
3.15" is revised to read; "FOR WALLS WITH SINGLE SLOPE TRAFFIC BARRIER, SEE
CONTRACT PLANS"
Sheet 1, Typical Section, callout - "FOR WALLS WITH F-SHAPE TRAFFIC BARRIER.
USE THE DETAILS ABOVE THE MATCH LINE ON STANDARD PLAN D-3.16" is revised
to read; "FOR THE WALLS WITH F-SHAPE TRAFFIC BARRIER, SEE CONTRACT
PLANS"
D-3.11
Sheet 1, Typical Section, callout - ""B" BRIDGE APPROACH SLAB (SEE BRIDGE
PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER - SEE STANDARD
PLANS D-3.15 OR D-3.16" is revised to read; "B" BARRIER APPROACH SLAB OR
MOMENT SLAB (SEE CONTRACT PLANS)
Sheet 1, Typical Section, callout - "TYPICAL BARRIER ON BRIDGE APPROACH SLAB
(SEE BRIDGE PLANS) OR PERMANENT GEOSYNTHETIC WALL BARRIER - SEE
STANDARD PLANS D-3.15 OR D-3.16" is revised to read; "TYPICAL BARRIER ON
BRIDGE APPROACH SLAP OR MOMENT SLAB (SEE CONTRACT PLANS)
D-10.10
Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions
stated in the 11/3/15 Bridge Design memorandum.
D-10.15
Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA33 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.30
Wall Type 5 may be used in all cases.
D-10.35
Wall Type 6 may be used in all cases.
D-10.40
Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge
Design memorandum.
D-10.45
Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic
barriers attached on top of the wall are considered non-standard and shall be designed in
accordance with the current WSDOT BDM and the revisions stated in the revisions stated
in the 11/3/15 Bridge Design memorandum.
D-15.10
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.20
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
D-15.30
STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls"
are withdrawn. Special designs in accordance with the current WSDOT BDM are required
in place of these STD Plans.
F-10.18
Note 2, "Region Traffic engineer approval is needed to install a truck apron lower than 3"."
-DELETED
J-10.10
Sheet 4 of 6, "Foundation Size Reference Table", PAD WIDTH column, Type 33xD=6' — 3"
is revised to read: T — 3". Type 342LX / NEMA P44=5' — 10" is revised to read: 6'— 10"
Sheet 5 of 6, Plan View, "FOR EXAMPLE PAD SHOWN HERE:, "first bullet" item, "-SPACE
BETWEEN TYPE B MOD, CABINET AND 33x CABINET IS 6" (IN)" IS REVISED TO
READ: "SPACE BETWEEN TYPE B MOD. CABINET (BACK OF ALL CHANNEL STEEL)
AND 33x CABINET IS 6" (IN) (CHANNEL STEEL ADDS ABOUT 5" (IN)"
J-10.16
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
CITY OF FEDERAL WAY 2881th ROAD DIET —
PHASE 1
SP-134 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
J-10.17
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-10.18
Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14
J-20.10
Elevation View, horizontal dimension to edge of sidewalk 1" (IN) OR LESS DESIRABLE
18" (IN) MAXIMUM is revised to read: "10" (IN) MAXIMUM"
J-20.26
Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton
post."
J-20.16
View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE
J-21.10
Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS
- 3/4" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO
READ: "ANCHOR BOLTS 3/4" (IN) x 30" (IN) FULL THREAD -- FOUR REQ'D. PER
ASSEMBLY"
Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 21/" CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top
of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
2 # 4 reinf. Bar.
Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top
of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from
the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find
1 # 4 reinf. Bar.
Detail F, callout, "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts
(see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque
Clamping Bolts (see Note 1)"
Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) - Four Required (See Note 4)" is
revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) -- Three Required (See Note 2)"
J-21.15
Partial View, callout, was - LOCK NIPPLE - 1 1/" DIAM., is revised to read; CHASE
NIPPLE - 1 '/2" (IN) DIAM.
J-21.16
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SP-135 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE
J-22.15
Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x)
Detail A, callout, was - LOCK NIPPLE - 1 '/2" DIAM. is revised to read; CHASE NIPPLE
- 1 '/2" (IN) DIAM.
J-40.10
Sheet 2 of 2, Detail F, callout, "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S.
FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2"
(IN) S. S. FLAT WASHER"
J-40.36
Note 1, second sentence: "Finish shall be # 2B for backbox and ## 4 for the cover." Is
revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-40.37
Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is
revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and
Pickled) for the cover.
J-75.20
Key Notes, note 16, second bullet point, was: "1/2" (IN) x 0.45" (IN) Stainless Steel Bands",
add the following to the end of the note: "Alternate: Stainless steel cable with stainless
steel ends, nuts, bolts, and washers may be used in place of stainless -steel bands and
associated hardware."
J-75.41
DELETED
J-75.55
Notes, Note Al, Revise reference, was - G-90.29, should be-G-90.20.
K-80.20
DELETED
L-5.10
Sheet 2, Typical Elevation, callout - "2'- 0" MIN. LAP SPLICE BETWEEN (mark) A #3
BAR AND WALL REINFORCEMENT - TYPICAL" is revised to read: "2'- 0" MIN. LAP
SPLICE BETWEEN (MARK) A #4 BAR AND WALL REINFORCEMENT - TYPICAL"
Section C, callout; "(mark) A #3 is revised to read: "(mark) A #4", callout - "(mark) B #3" is
revised to read: "(mark) B #4", callout - "(mark) C #3 TIE" is revised to read: "(mark) C #4
TIE"
Reinforcing Steel Bending Diagram, (mark) B detail, callout- "128 deg." is revised to read:
123 deg.", callout - "51 deg." is revised to read: "57 deg."
The following are the Standard Plan numbers applicable at the time this project was
advertised. The date shown with each plan number is the publication approval date shown
CITY OF FEDERAL WAY 288th ROAD DIET —
PHASE 1
SPA 36 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
in the lower right-hand corner of that plan. Standard Plans showing different dates shall
not be used in this contract.
A-10.10-00........ 8/7/07
A-30.35-00—
.... 10/12/07
A-50.10-01........
8/17/21
A-10.20-00...... 10/5/07
A-40.00-01._...
.... 7/6/22
A-50.40-01......
8/17/21
A-10.30-00......
10/5/07
A-40.10-04.........
7/31/19
A-60.10-03........
12/23/14
A-20.10-00......
8/31/07
A-40.15-00.........
8/11/09
A-60.20-03.........
12/23/14
A-30.10-00......
11/8/07
A-40.20-04.........
1/18/17
A-60.30-01..... .....
6/28/18
A-30.30-01......
6/16/11
A-40.50-02....
..... 12/23/14
A-60.40-00..........
8/31/07
B-5.20-03........
9/9/20
B-30.50-03.........
2/27/18
B-75.20-03..........
8/17/21
B-5.40-02.........
1/26/17
B-30.60-00.......
9/9/20
B-75.50-01..........
6/10/08
B-5.60-02.........
1/26/17
B-30-70-04......
2/27/18
B-75.60-00............
6/8/06
B-10.20-02........
3/2/18
B-30.80-01.........
2/27/18
B-80.20-00.........
6/8/06
B-10.40-02........
8/17/21
B-30.90-02........
1/26/17
B-80.40-00.........
6/1/06
B-10.70-02......
8/17/21
B-35.20-00..........
6/8/06
B-85.10-01.........
6/10/08
B-15.20-01........ 2/7/12
B-35.40-00..........
6/8/06
B-85.20-00..........
6/1/06
B-15.40-01........
2/7/12
B-40.20-00..........
6/1/06
B-85.30-00..........
6/1/06
B-15.60-02........ 1/26/17
B-40.40-02........
1/26/17
B-85.40-00..........
6/8/06
B-20.20-02.......
3/16/12
B-45.20-01..........
7/11/17
B-85.50-01.........
6/10/08
B-20.40-04.......
2/27/18
B-45.40-01..........
7/21/17
B-90.10-00..........
6/8/06
B-20.60-03.......
3/15/12
B-50.20-00..........
6/1/06
B-90.20-00..........
6/8/06
B-25.20-02.... .... 2/27/18
B-55.20-03..........
8/17/21
B-90.30-00..........
6/8/06
B-25.60-02.........
2/27/18
B-60.20-02..........
9/9/20
B-90.40-01..........
1/26/17
B-30.05-00......
9/9/20
B-60.40-01..........
2/27/18
B-90.50-00..........
6/8/06
B-30.10-03.........
2/27/18
B-65.20-01..........
4/26/12
B-95.20-02..........
8/17/21
B-30.15-00 ..
..... 2/27/18
B-65.40-00..........
6/1/06
B-95.40-01..........
6/28/18
B-30.20-04.........2/27/18
B-70.20-00..........
3/15/22
B-30.30-03.........
2/27/18
B-70.60-01..........
1 /26/17
B-30.40-03..........
2/27/ 18
C-1....................9/8/22
C-22.40-09........
9/8/22
C-60.70-01 .......
9/8/22
C-1 b........... ........
9/8/22
C-22.45-06........
9/8/22
C-60.80-01........ 9/8/22
C-1d........... ..
... 10/31/03
C-23.70-00........
8/22/22
C-70.15-00........ 8/17/21
C-2c..................8/12/19
C.24.10-03........
7/24/22
C-70.10-03........
8/17/21
C-4f...................8/12/19
C-24.15-00........
3/15/22
C-75.10-02........
9/16/20
C-6a................9/8/22
C-25.20-07........
8/20/21
C-75.20-03........
8/20/21
C-7................
..... 9/8/22
C-25.22-06........
8/20/21
C-75.30-03........
8/21 /20
C-7a...................9/8/22
C-25.26-05........
8/20/21
C-80.10-02........
9/16/20
C-20.10-08.........
9/8/22
C-25.30-01.......
8/20/21
C-80.20-01........
6/11/14
C-20.14-05..........
9/8/22
C-25.80-05........
8/12/19
C-80.30-02........
8/20/21
C-20.15-02..........
6/11/14
C-60.10-02.......
9/8/22
C-80.40-01........
6/11/14
C-20.18-04..........
9/8/22
C-60.15-00........
8/17/21
C-85.10-00........
4/8/12
C-20.40-09..........
9/8/22
C-60.20-01......
9/8/22
C-85.11-01........
9/16/20
C-20.41-04..........
8/22/22
C-60.30-01.......
8/17/21
C-85.15-02........
8/27/21
C-20.42-05.....
..... 7/14/15
C-60.40-00.......
8/17/21
C-85-18-03........
9/8/22
C-20.43-00.........
8/22/22
C-60.45-00........
8/17/21
C-20.45.03...........
9/8/22
C-60.50-00........
8/17/21
C-22.16-07........
9/16/20
C-60.60-00 . ......
8/17/21
CITY OF FEDERAL WAY
SPA 37
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
D-2.36-03........
6/11 /14
D-2.46-02... ......
8/ 13/21
D-2.84-00........
11 /10/05
D-2.92-01..... ...4/26/22
D-3.09-00........
5/ 17/ 12
D-3.10-01......
5/29/13
D-3.11-03......
6/11 /14
E-1....................2/21 /07
E-2.................... 5/29/98
F-10.12-04.......
9/24/20
F-10.16-00
....... 12/20/06
F-10.18-03.........
3/28/22
F-10.40-04...........
9/24/20
F-10.42-00
...... ...1 /23/07
G-10.10-00........
9/20/07
G-20.10-03.
....... 8/20/21
G-22.10-04..........
6/28/18
G-24.10-00......
11 /8/07
G -24.2 0-01......
2/7/ 12
G-24.30-02......
6/28/ 18
G-24.40-07.....
6/2 8/ 18
G-24.50-05.....8/7/19
G-24.60-05.....
6/28/18
G-2 5.10-05.......
9/ 16/20
H-10.10-00.......... 7/3/08
H-10.15-0 0.......... 7/3/08
H-30.10-00...... 10/ 12/07
D-4..................
12/11 /98
D-6...... .....
6/ 19/98
D-10.10-01 ...
... 12/2/08
D-10.15-01...... 12/2/08
D-10.20-01......... 8/7/ 19
D-10.25-01......... 8/7/ 19
D-10.30-00......... 7/8/08
E-4.................... 8/27/03
E-4a.................. 8/27/03
F-10.62-02----
....4/22/ 14
F-10.64-03........
4/22/ 14
F-30.10-04........
9/25/20
F-40.12-03........
6/29/16
F-40.14-03........
6/2 9/ 16
G-26.10-00...... 7/31 /19
G-30.10-04....... 6/23/ 15
G-50.10-03....... 6/28/18
G-90.10-03...... 7/11 /17
G-90.20-05...... 7/11 /17
G-90.30-04.. . ... 7/11 /17
G-95.10-02........ 6/28/18
G-95.20-03........ 6/28/18
G-95.30-03........ 6/28/18
H-32.10-00... .... 9/20/07
H-60.10-01... ...... 7/3/08
H-60.20-01......... 7/3/08
D-10.35-00.
D-10.40-01.
D-10.45-01.
F-40.15-04..
F-40.16-03..
F-45.10-03..
F-80.10-04..
...7/8/08
12/2/08
12/2/08
9/25/20
6/29/16
8/13/21
7/15/16
H-70.10-02...... 8/17/21
H-70.20-02...... 8/17/21
1-10.10-01.........
8/11 /09
1-30.20-00.........
9/20/07
1-40.20-00
......... 9/20/07
1-30.10-02.........
3/22/13
1-30.30-02.........
6/12/19
1-50.20-01
.......... 6/10/13
1-30.15-02.........
3/22/13
1-30.40-02.......
6/12/19
1-60.10-01
.......... 6/10/13
1-30.16-01.........
7/11 /19
1-30.60-02.........
6/12/19
1-60.20-01
.......... 6/10/13
1-30.17-01.........
6/12/19
1-40.10-00.........
9/20/07
1-80.10-02
.......... 7/15/16
J-05.50-00...... 8/30/22
J-10.................. 7/ 18/97
J-10.10- 04 ..... 9/ 16/2 0
J-10.12-00 ....... 9/ 16/20
J-10.14-00.. ....9/16/20
J-10.15-01........ 6/ 11 /14
J-10.16-02 ... . 8/ 18/21
J-10.17-02 ..... 8/ 18/21
J-10.18-02 ..... 8/ 18/21
J-10.20-04.... 8/18/21
J-10.21-02 ..... 8/ 18/21
CITY OF FEDERAL WAY
J-28.10-02...... 8/7/19
J-28.22-00....... 8/07/07
J-28.24-02.......
9/ 16/20
J-28.26-01
...... 12/02/08
J-28.30-03
...... 6/11 /14
J-28.40-02
...... 6/11 /14
J-28.42-01
....... 6/11 /14
J-28.43-01
....... 6/28/18
J-28.45-03
....... 7/21 /16
J-28.50-03
....... 7/21 /16
J-28.60-03
....... 8/27/21
SPA 38
J-50.25-00.......
6/3/11
J-50.30-00.......
6/3/11
J-60.05-01.......7/21
/16
J-60.11-00.......
5/20/13
J-60.12-00... .....5/20/
13
J-60.13-00.....
-6/16/10
J-60.14-01......
7/31 /19
J-75.10-02 ......
7/ 10/ 15
J-75.20-01....
.. 7/ 10/ 15
J-75.30-02 .......
7/ 10/ 15
J-75.50-00.......
8/30/22
288th ROAD DIET —
PHASE 1
PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
J-10.22-02........ 8/18/21
J-28.70-04.......
8/30/22
J-75.55-00....... 8/30/22
J-10.25-00......
7/11/17
J-29.10-02.......
8/26/22
J-80.05-00.....
...8/30/22
J-10.26-00.......
8/30/22
J-29.15-01....... 7/21/16
J-80.10-01......
8/18/21
J-12.15-00......
6/28/18
J-29.16-02.......
7/21/16
J-80.12-00.......
8/18/21
J-12.16-00......
6/28/18
J-30.1 0-01 ......
8/26/22
J-80.15-00......
6/28/18
J-15.10-01........ 6/11/14
J-40.01-00........
8/30/22
J-81.10-02......8/18/21
J-15.15-02......
7/10/15
J-40.05-00......
7/21/16
J-81.12-00.......
9/3/21
J-20.01-00.....
8/30/22
J-40.10-04......
4/28/16
J-84.05-00........
8/30/22
J-20.10-04........ 7/31/19
J-40.20-03......
4/28/16
J-86.10-00......
6/28/18
J-20.11-03........
7/31/19
J-40.30-04......
4/28/16
J-90.10-03......6/28/18
J-20.15-03........ 6/30/14
J-40.35-01......
5/29/13
J-90.20-03 . .....
6/28/18
J-20.16-02........ 6/30/14
J-40.36-02......
7/21/17
J-90.21-02....
..6/28/18
J-20.20-02........ 5/20/13
J-40.37-02......
7/21 /17
J-90.50-00......
6/28/18
J-20.26-01........ 7/12/12
J-40.38-01 .......
5/20/13
J-21.10-04...... 6/30/14
J-40.39-00......
5/20/13
J-21.15-01...... 6/10/13
J-40.40-02......
7/31 /19
J-21.16-01...... 6/10/13
J-45.36-00......
7/21/17
J-21.17-01...... 6/10/13
J-50.05-00......
7/21 /17
J-21.20-01...... 6/10/13
J-50.10-01.......
7/31/19
J-22.15-02...... 7/10/15
J-50.11-02...
....7/31/19
J-22.16-03...... 7/10/15
J-50.12-02....
...8/7/19
J-26.10-03.....
7/21 /16
J-50.13-01.......
8/30/22
J-26.15-01.....
5/17/12
J-50.15-01.......
7/21/17
J-26.20-01.....
6/28/18
J-50.16-01.......
3/22/13
J-27.10-01.....
7/21/16
J-50.18-00.......
8/7/19
J-27.15-00.....
3/15/12
J-50.19-00......8/7/19
J-28.01-00.......
8/30/22
J-50.20-00.......
6/3/11
K-70.20-01.......
6/1 /16
K-80.32-00.......
8/17/21
K-80.35-01.......
9/16/20
K-80.10-02.......
9/25/20
K-80.34-00...
.... 8/17/21
K-80.37-01.......
9/16/20
L-5.10-00.......9/19/22
L-20.10-03........7/14/15
L-40.20-02........
6/21/12
L-5.15-00........
9/19/22
L-30.10-02........
6/11/14
L-70.10-01.....
..5/21/08
L-10.10-02...
... ..6/21 /12
L-40.15-01...
.....6/16/11
L-70.20-01.......
5/21 /08
M-1.20-04.........
9/25/20
M-11.10-04.........
8/2/22
M-40.20-00...
10/12/07
M-1.40-03.........
9/25/20
M-12.10-03.....8/2/22
M-40.30-01......
7/11/17
M-1.60-03.....
.... 9/25/20
M-15.10-01-.....2/6/07
M-40.40-00......
9/20/07
M-1.80-03.........
6/3/11
M-17.10-02........
7/3/08
M-40.50-00......
9/20/07
M-2.20-03.........
7/10/15
M-20.10-04........
8/2/22
M-40.60-00......
9/20/07
M-2.21-00.....7/10/15
M-20.20-02........
4/20/15
M-60.10-01......
6/3/11
M-3.10-04.........
9/25/20
M-20.30-04........
2/29/16
M-60.20-03......
8/17/21
M-3.20-04.........
8/2/22
M-20.40-03.....
... 6/24/14
M-65.10-03......
8/17/21
M-3.30-04.........
9/25/20
M-20.50-02...-...6/3/11
M-80.10-01......
6/3/11
M-3.40-04....
..... 9/25/20
M-24.20-02-.
...4/20/15
M-80.20-00......
6/10/08
M-3.50-03.........
9/25/20
M-24.40-02-------
4/20/15
M-80.30-00-
... 6/10/08
M-5.10-03.........
9/25/20
M-24.60-04.......
6/24/14
M-7.50-01.........
1/30/07
M-24.65-00------
7/11/17
M-9.50-02.........
6/24/14
M-24.66-00....7/11/17
CITY OF FEDERAL WAY 288th ROAD DIET -
PHASE 1
SPA39 PROJECT #36238
CFW SPECIAL PROVISIONS VER. 2023.03
M-9.60-00........ 2/10/09 M-40.10-03...... 6/24/14
END DIVISION 9
CITY OF FEDERAL WAY 288th ROAD DIET -
PHASE 1
SP-140 PROJECT #36238
CFW SPECIAL PROVISIONS VER 2023.03
NOTES
1. AN EXPANSION JOINT CONSISTING OF 3/8" PRE —MOLDED JOINT
MATERIAL SHALL BE PLACED FULL DEPTH AROUND HYDRANTS, POLES,
POSTS, AND UTILITY CASTINGS. SEE DETAIL AT RIGHT.
2. AN EXPANSION JOINT CONSISTING OF 3/8" PRE —MOLDED JOINT
MATERIAL SHALL BE PLACED IN THE UPPER 2 INCHES OF CURBS AND
SIDEWALKS AT 10 FOOT INTERVALS AND AT SIDES OF DRAINAGE
INLETS. (JOINT MATERIAL OF 2)¢" DEPTH MAY BE USED IN LIEU OF 2"
DEPTH).
3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO
MATCH THE JOINTS IN THE CURB AND GUTTER, WHETHER THE
SIDEWALK IS ADJACENT TO THE CURB OR SEPARATED BY A PLANTER
STRIP.
4. TOOL MARKS, CONSISTING OF 1/4—INCH 'V'—GROOVES SHALL BE
MADE IN THE SIDEWALK AT 5 FOOT INTERVALS, INTERMEDIATE TO THE
EXPANSION JOINTS.
5. AN EXPANSION JOINT CONSISTING OF 3/8" PRE —MOLDED JOINT
MATERIAL SHALL BE PLACED FULL —DEPTH BETWEEN THE CURB AND
ADJACENT SIDEWALK.
6. EXPANSION JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS
OF ASTM D1751 (AASHTO M 213).
7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE tM ALLOWED.
B. ALL UTILITY APPURTENANCES WITHIN THE SIDEWALK SHALL HAVE
ADA—COMPLIANT NON —SLID LIDS.
1/4' 'V'
SIDEWALK AND
PLANTER STRIP
1
.
zQ . PL. . . 5Si21.
Gi
W� -5 I
�
EXPANSION JOINT
SEE NOTES AT LEFT
1/4" DEPTH V GROOVE
O MAX. 5' C-C
I I—
FULL —DEPTH EXPANSION
"3aoixH,c • JOINT, ONE FOOT
•rAROUNO VALVES
� " HYDRANTS, OLES, ETC.
SEE NOTE 1
BROOMED FINISH (TYP.)
3" WIDE. SMOOTH
_TROWELED PERIMETER (TYP)
CEMENT CONCRETE
CURB AND GUTTER
SIDEWALK
EXPANSION JOINT IN BOTH ADJACENT
CURB AND SIDEWALK TO CURB
SEE NOTE 3.
EXPANSION JOINT
2' CSi
SECTION A —A
BROOMED FINISH (TYP.)
3' WIDE, SMOOTH
TROWELED PERIMETER (TYP)
CONCRETE CURB AND GUTTER
SEE CITY STANDARD
.:a r DETAIL DWG. 3-4
FULLffl
EXPANSION JOINT
LwAuc ANa
UTTERSEE.
1 /4" V—GROOVE
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
SEE NOTE 3
PUBLIC SIDEWALK AND CURB JOINTS DWG. NO.
��0 WORKS AND SIDEWALK FINISH 3-3
1/2'a
(T1'Pi
rR
I �s
3
'. jx'(TYP)--'-'--------
i
;—' �L _�II ��•��1" OR 119(i�
SECTION
ISOMETRIC
ELEVATION
NOTES:
1. SEE DWG 3-3 FOR JOINT REQUIREMENTS.
2. RDU- GUTTER TO MATCH POSITIVE SUPSM"ATION.
3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEFT.
• TO CONFORM TO CROWN
SLOPE OR 0.02 FT./FT.
MOU-N.T.ABLE CEMENT CONCRETE CUR 3
B EXPANSION JOINT
� l
OAR FFjFI.
O.OS $1. 2
•1
"E
• • - I • CEMENT CONCRETE
1 : SIDEWALK
•`� 2' CRUSHED SURFACING
TOP COURSE (CSTC)
' NufE: TOP OF LIP AT DRIVEWAYS.
PA ad-1
ammuc
R 1/2•
PAVEMENT - -!�■'�
TOP OF CURB
AT APPROACH -
7 3/e
I CEMENT, CONCRETE HARRIER CURB REV:FEB2011
PUBL•C DWG. NO.
��� WORKS CURB DETAILS 3-4
�F V NIhL AND GUTTER
P MIN. CLASS B ACP
OR
CKt MATCH EXISTING). MIN. 2' CSTC
F5TNG WART
1
CEMENT CONCRETE CURB QU .fERR���CEMENT
NOTES:
1. EXISTING CURB REPLACEMENT WILL REQUIRE REMOVAL
OF ASPHALT A MINIMUM OF 12" FROM FACE OF GUTTER.
*TOP OF UP AT DRIVEWAYS
�I
VARIES
ANCHORAGE MAY BE VN
EPDXY, MORTAR, OR RE9ML
EXTRUDED ASPHALT OR CEMENT CONCRETE CURB
IN PRIVATE PARKING AREAS ONLY
*TOP OF UP AT DRIVEWAYS
*
=�
wvEs
ANCHORAGE SHALL BE VA EPDXY OR
MORTAR. REBAR SHALL NOT B
APPROVED FOR USE IN RIGHT OF WAY.
EXTRUDED CEMENT CONCRETE CURB
FOR USE IN PUBLIC RIGHT OF WAY
•PRIL
PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO.
�GdIC� WORKS AND EXTRUDED CURB 3-4A
EDC
EDGE OF PAVE)
SHOULDEF
0.02 FT./
12"
SHOULDER WIDTH
(MIN)
W (VARIES)'
4k
71 jl
N�
JI
i QI
i
x•
U li
Q
wl
NOTES:
1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE
APPROVED BY THE ENGINEER CONSIDERING BOTH TRAFFIC SAFETY
AND THE ACTIVITY BEING SERVED. ALL COMMERCIAL/INDUSTRIAL
DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED
MID —WIDTH. SEE KCRS SEC. 3.04.
2. PIPE SHALL BE:
A. SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND
B. MIN. 12" DIAMETER, AND
C. EQUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN
500' UPSTREAM, AND
D. BEDDING SHALL BE 5/8" MINUS CSTC.
3. EXPOSED PIPE ENDS SHALL BE BEVELED TO MATCH THE SLOPE
FACE AND PROJECT NO MORE THAN 2" BEYOND SLOPE SURFACE.
PROJECTING HEADWALLS ARE NOT ACCEPTABLE.
4. ALL PIPE SHALL BE CLASS IV CONCRETE PIPE, AND SHALL HAVE
A MINIMUM OF 12" COVER.
5. PIPE SHALL BE INSTALLED IN A STRAIGHT UNIFORM ALIGNMENT AT
A MIN. 0.5% SLOPE (0.5 FT. PER 100 FT.) WITH THE
DOWNSTREAM END LOWER THAN THE UPSTREAM END.
AIN.
AAX.
STIR.
3—LANE.
2—LANE
19 <i nm(; GWE
GRAD£
6 PIPE MAY BE OMITTED IF ROADSIDE DITCH DOES NOT EXIST AND
DRIVEWAY DOES NOT BLOCK NATURAL FLOW.
7 DRIVEWAY SLOPE SHALL MATCH TO BACK EDGE OF SHOULDER,
BUT SHOULDER SLOPE AND EDGE OF SHOULDER SHALL NOT BE
ALTERED AS A RESULT OF DRIVEWAY CONSTRUCTION.
8. PAVED DRIVEWAYS SHALL BE PAVED THROUGH THE RIGHT—OF—WAY
WITH 3" (MIN) A.C., BUT NOT P.C.C.
9 GRAVEL DRIVEWAYS SHALL HAVE A PAVED DRIVEWAY APPROACH
BETWEEN THE EDGE OF PAVEMENT AND RIGHT—OF—WAY WITH 3"
(MIN) A.C. ONLY WITH DIMENSIONS L=W.
10. SINGLE—FAMILY RESIDENTIAL USES SHALL SURFACE THE FIRST 40
Ff OF UNPAVED DRIVEWAYS MEASURED FROM THE BACK OF THE
SIDEWALK OR PUBLIC RIGHT—OF—WAY, WHICHEVER IS GREATER.
11. SEE SEC. 3.2.13.
REV: MARCH
�crmop PUBLIC SHOULDER & DITCH DWG. NO.
FWSM My WORKS SECTION DRIVEWAY 3-5
(SEE
EXPANSION
WIiTT--GF WIAT LINE
r CURB T
��
I� PoCHT-OF-WAY UNE
S+Me
5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND
STREERIGHTS AND OTHER UDLTRES.
Q
SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
EXISTING CURB/GUTTER SECTIONS.
-
I
NOTES:
MATCH EIG ING
1. REFER TO CITY STANDARD DETAIL DRAWING 3-6A FOR COMMERCIAL,
DRNEWAY GRADE
INDUSTRIAL, OR MULTI -FAMILY USE DRIVEWAYS.
2. CSTC Ta IESIDENTIAL
2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4.
4' CSTC for COMMFRCVL --' CEMENT CONCRETE DRNEYMV 6' THIGH
3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED
WITH CEMENT CONC. CLASS 4000 WITH 4X TO 64 AIR ENTRAINMENT.
SECTION A -A
4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
5. REFER TO SECTION 3.2.13 FOR DRIVEWAY SPACING.
6. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE
REQUIREMENTS.
REV. FEBRUARY 2014
�70" PUBLIC DWG. NO.
�0 WORKS RESIDENTIAL CURB AND GUTTER SECTION DRIVEWAY 3-6
At
8
�--
ExPANSION JOINT Ts SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
RIGHT-0E-WAY LINE EXISTING CURB/GUTTER SECTIONS.
— SIDEWALK
PLANT= 5TMP, IF AW
SEE CURB DEGVL DRAWING 3-4
B'
VARIES Inn �� YARD$'
NOTES:
1.
COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY
ns
BE APPROVED BY THE ENGINEER CONSIDERING TRAFFIC
`.
SAFETY AND NEEDS OF THE ACTNITY SERVED. ALL
COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN
MATCH EXISTING
EXPANSION JOINT LOCATED MID -WIDTH. SEE KCRS SEC. 3.04.
DRIVEWAY GRADE
2.
SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4.
CONCRErE DEPrH:
3.
CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH
4' CRUSHED SURFACING
COMMERICAL/MULTI-FAMILY - S- THICK
CEMENT CONCRETE CLASS 4000 WITH 41S TO 6% AIR ENTRAINMENT.
TOP COURSE (CSTC)
INDUSTRIAL USE - 10- THICK
4.
FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
SECTION A -A
5.
LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS.
MAR .Dts
�� WORKS COMMERCIAL, INDUSTRIAL, AND MULTI -FAMILY DWG. NO.
DRIVEWAY APPROACH 3-6A
RIGKT-OF-WAY LINE
V MIN..
15' MAX.
(SEE NOTE 8) J ��
2-6' RESiPR�RAL � .
7'-6' COMMERCIAL
WIDTH: RESNENTIAL J
2'-6' RESIDD:RAL.
-0' MAK 7-6' C0MN2'RCML
COYM./MNUSfR.:
J0'-0' 2-LANE 5' MIN..
40'-0' 3-LANE 15' MAK
(SEE NOTE B)
PoGM-OF-WAY LINE
DRIVEWAY GRADE 7
D(PANSION JOINf'��F CONf2�TE DRNE)W{T"' ExisnNG
AYCRADE
-�
E� ice.
2' CSTC RESIDE col
4' CSTC COMMERCIAL
SECTION A —A
REV. FEBRUARY 2014
S' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND
SRTEERJGHTS AND OTHER UTILITIES.
_ TRANSITION FROM 2X TOWARDS
STREET TO 2% AWAY FROM STREET
- - - WITHIN RAMP. (TYP. BOTH SIDES)
CURB TAPER
Er-AJ_LDRAWINC 3-4
- SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
EXISTING CURB/GUTTER SECTIONS.
NOTES:
1. A REVERSE SLOPE DRIVEWAY IS SUBJECT TO APPROVAL BY ENGINEER
CONSIDERING NEED FOR AND COMPATIBILITY OF THIS FEATURE.
2. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED
CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED.
ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION
JOINT LOCATED MID —WIDTH. SEE KCRS SEC. 3.04.
3. A STORM SEWER INLET SHALL BE LOCATED WITHIN 20' BUT NO CLOSER
THAN 10' UPGRADE FROM NEAREST EDGE OF CURB TAPER.
4. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4
5. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH
CEMENT CONCRETE CLASS 4000 WITH 4% TO 6S AIR ENTRAINMENT.
6. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER,
7. SEE SECTION 3.2.13 FOR MAX CHANGE IN DRIVEWAY GRADE
8. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE
REQUIREMENTS.
Puowc DWG. NO.
� � j WoRys REVERSE SLOPE DRIVEWAY 3-7
CEMENT CONC.
BARRIER CURB
A' AAIKI c' sAini
TRANS
SIDEV
SEE NI
F__
EX. SIDEWALK
L.
PLAN1
CURB &- — —
GUTTER
TRANSITION SIDEWALK
DISTANCE WILL
VARY - SEE NOTE 1
PION SEE NOTE 2
)ALK
ATE 1 y\
(TYP)
SEE NOTE 2
7
—
ER ST721P•
-
Q
-1 X
�
Q
114
X
b�Q
2'
SAWCU
EX. SIDE'
— —
PLANTER STF
00000000000
000000o0oo0Oo0o0o00°0
o0 0000000
DETECTABLE WARNING
SURFACE - SEE DETAIL
CENTER OF RAMP AS
MARKED IN THE FIELD
F MATCH
.INE (TYP)
NALK
IF
L5`� MAX. �f DUMMY JOINT (TYP)
SLOPE
CEMENT CONCRETE BARRIER CURB PER LgN0'A
DWG 3-4. TOP OF CURB TO BE FLUSH WITH 4'M,tV
TOP BACK OF EXISTING SIDEWALK �
TRANSITION SIDEWALK
(TYP. EACH END OF RAMP)
SEE NOTE 1
EXISTING SIDEWALK
PLANTER S
NOTES:
1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE
EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN
THE CROSS -SLOPE PERCENTAGE OF THE NEW AND EXISTING
PANELS. (I.E., EXISTING PANEL CROSS -SLOPE IS 4% AND NEW
PANEL CROSS -SLOPE IS 2% FOR A DIFFERENCE OF 2. 2
MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF
THE NEW AND EXISTING CROSS -SLOPES ARE EQUAL, THEN THE
TRANSITION SECTION IS NOT NEEDED.
2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X'
FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED
TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15
FEET IN LENGTH.
DETECTABLE WARNING
SURFACE (SEE DETAIL)
DETECTABLE WARNING
SURFACE SHALL BE
YELLOW, UNLESS
SPECIFIED OTHERWISE ---__
T -
.. Q-
A'
MIN
I MAX
A
1 60"
2 'C"
B
C-65"
-
0 45"
0 90"
j
C 90"
40"
E
C20"
0.20"
��JA'iICN
DETECTABLE WARNII`,1O SURFACE DETAI'
MAR 2017
<:�e�cry or PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
ftdffM9My WORKS WITH PLANTER STRIP 1 3-8
CEMENT CONC.
BARRIER CURB
G' AAIAI
TRAI
SIC
SEE
EX.
SIDEWALK
CURB &--
GUTTER
A' RAIN rl AAlKl
TRANSITION SIDEWALK
DISTANCE WILL
VARY - SEE NOTE 1
JSITION
EWALK7
SEE NOTE 2 (TYP) SEE NOTE 2
NOTE 1
y\
xQ
<
xQ
04
SAWCU
2
EX. SIC
00000000000
000000.0.00
.0000000000
000000000
---
----
I
DETECTABLE WARNING
SURFACE - SEE DETAIL
CENTER OF RAMP AS
MARKED IN THE FIELD
L5%MAX. "' -DUMMYJOINT(TYP)
SLOPE
CEMENT CONCRETE BARRIER CURB PER �1[gND'n
DWG 3-4. TOP OF CURB TO BE FLUSH WITH 4•M/IV
TOP BACK OF EXISTING SIDEWALK
TRANSITION SIDEWALK
TYP. EACH END OF RAMP,
AS NEEDED - SEE NOTE 1
4-
EXISTING SIDEWALK
NOTES:
1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE
EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE
CROSS -SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS.
(I.E., EXISTING PANEL CROSS -SLOPE IS 4% AND NEW PANEL
CROSS -SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY
1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND
EXISTING CROSS -SLOPES ARE EQUAL, THEN THE TRANSITION
SECTION IS NOT NEEDED.
2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET
® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO
ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN
LENGTH.
T MATCH
_INE (TYP)
EWALK
DETECTABLE WARNING]
SURFACE (SEE DETAIL)
DETECTABLE WARNING
SURFACE SHALL BE
_ A _
YEI-LOW, UNLESS
SPECIFIED OTHERWISE----_,�
A
MIN.
MAX.
:'�
' 6G"
L 40"
ri
0.65�
0 45"
0 90"
C
_t
0 90"
1 40"
=
0 20"
0 20"
�t
ELEVATION
DETECTABLE
WARNING
SURFACE DETAI
MAR 2017
PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
��a�j WORKS NO PLANTER STRIP 3-8A
TRANSITIC
SIDEWAI
SEE NOTE
EX.
SIDE W A,LK:
CURB& ----
GUTTER
TRANSITION SIDEWALK
DISTANCE WILL
VARY - SEE NOTE 1
N SEE NOTE 2
K
(TYP)
SEE NOTE 2
1
XQ
X
N
Q
SAWCU
2�
EX.SID
00000000000
00000000000
00 0000000
i
DETECTABLE WARNING
SURFACE - SEE DETAIL
CENTER OF RAMP AS
MARKED IN THE FIELD
L 5% MAX. DUMMY JOINT (TYP)
SLOPE
F MATCH
.INE (TYP)
:-WALK
TRANSITION SIDEWALK • ; -
TYP. EACH END OF RAMP, - , •�
AS NEEDED - SEE NOTE 1 - - - Y • ; : ; • , : ; - , �. ��
DETECTABLE WARNIi N'-�
SURFACE (SEE DETAIL)
EXISTING SIDEWALK
4-
NOTES:
1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE
EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE
CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS.
(I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL
CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY
1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND
EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION
SECTION IS NOT NEEDED.
2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET
® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO
ACHIEVE 8.3% .Ax[r1; M SLOPE), BUT NOT TO EXCEED 15 FEET IN
LENGTH.
DETECTABLE WARNING
SURFACE SHALL BE A
YELLOW, UNLESS
SPECIFIED OTHERWISE
ATr� � a -
RUIN
a
1 60
3
0 65"77
-
0 45"
0 90"
0 90 "
' 40-
0 20"
0 20"
�i n—
MAR 2017
a^►m PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
QCMO'Afty WORKS NO BARRIER CURB 3"86
RADIUS POINT OF
CURB RETURN
CISMENT CM
PEDESTRIAN
DWAGE S! 0E
4'-0'
EXPANSION JONT R.4AW
TAY nETA )
SEE NOTE 2
CEMENT CONCRETE
ypEyT�yK TOP
ROADWAY
ODEPRESSED
A CURB 8 GUTTER
I3 g�II 4Lr
rCURB. OR WRB MIN. MAIL
AND GUTTER A 1.60' 240'
B 0.es'
D 0.11 "C'
E 020' 0.20' L
TRUNCATED DOMES
O
ru4
I
I
O
(AT GRADE BREAK, TOP OF RAMP)
NOTES:
1. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS
OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY
PART OF THE CURB RAMP OR LANDING.
2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE
THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE
SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES. WHEN
APPLYING THE 15 FOOT MAX. LENGTH, THE RUNNING SLOPE OF
THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE.
0
�op PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO.
Fadomov" WORKS WITHOUT PLANTER STRIP 1 3-10
RADIUS POINT OF
CURB RETURN
DETECTABLE WARNING
SURFACE (SEE DETAIL)
SIDEWALK CEMENT1=0 TE
PEOESTMAN CURB
LANDI
kAMP ��
„,,. ,,,,, 4'-0-MIN
PLANTER
STRIP
CURB AND GUTTER
/II � II II
LE DETECTABWARNING RAMP�UqFAETECT LE AREA 5 N1
BE VELIOWIt
77f 1 i 4
MMAX. A --}- J IN
A 1.60' 2.40' 1I
a 0.65'
_ PLAN
D 0.45' 0.S0'
D 0.90' 1.40'
E II
E 0.20- 0.20' �
ELEVATION
TRUNCATED DOMES
DETECTABLE WARNING
SURFACE DETAIL
ISOMETRIC VIEW
PLAN VIEW
SIDEWALK RAMP
PLAN
NOTES:
DETECTABLE WARNING
SURFACE (SEE DETAIL)
1. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS
EXPANSION JOINT
OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY
CEMENT RAMP
PART OF THE CURB RAMP OR LANDING.
CONCRETE
SIDEWALK �•
TOP OF
ROADWAY
2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE
a
r,o+c nutix.
THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE
SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES. WHEN
APPLYING THE 15 FOOT MAX LENGTH, THE RUNNING SLOPE OF
DEPRESSED
THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE.
CURB 6 GUTTER
SECTION { A 1
�c*co Pusuc SINGLE DIRECTION CURB RAMP DWG. NO.
Fadamo W WORKS WITH PLANTER STRIP 1 3-10A
o '
N[iLLgdl �h �
fNiRRA fsEE PETM] -�
ser
�C nlm okTla
SECTION A -A
NOTES
1. RAMP AND APPROACHES SHALL BE CLEAR OF OBSTACLES
INCL HYDRANTS. POLES, AND INLETS.
2. RAMP CENTER LINE SHALL BE PERPENDICULAR TO OR
RADIAL TO CURB RETURNS UNLESS OTHERWISE APPROVED
BY ENGINEER.
3. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF THE
STREET, WARPS SFALL BE CONSMXTED AT CORRESPONDING
SIDEWALK LOCaRTREET Ok9 ON OPPOSITE SIDE OF S.
SEE DWG. NO. 3-9.
4. ON ARTER]FL STREETS, IN GENERAL CASE, CURB RAMPS
SHALL BE CONSMCTED TWO PER RADIUS, IN OR
PREFERABLY ADJACENT TO THE MAIN PEDESTRIAN PATHS.
5. ON RESIDENTIAL STREETS OR WHERE UTBNIES ARE IN CONFLICT
OR STREET GRADE EXCEEDS 4.0% CURB RAMPS MAY BE
CONSTRUCTED ONE PER RADIUS, AT MIDPOINT OF CURB
RETURN OR AT AWN PEDESTRIAN PATH.
CIETECTAftL WARNWO
*ATTERN AAA jHALL RE A
YELLdW, IH COMPLIXNZE WIT[I r�
WSDDT 5TD. SP£i B-I- 3IS
MIN'
MAX
i A T 5 a
'- a'9'
PLAN
� NId'
t 7 ITT
�J L�
ELEVATION
DETECTABLE WARNING PATTERN DET
PUBLIC DWG. NO.
���Nn WORKS CURB RAMP IN VERTICAL CURB 3-11
VARIES
SIDEWALK _ 3/8" EXPANSION
JOINT - 1/2" RADIUS
4" COHC a a v s + n 2X
e
LFOR CURB &GUTTER
2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4
VARIES k PLANTER STRIP
f SIDEWALK AS REQUIRED
4" CONC. 2% 2%
+ 4
I
1
FOR CURB & GUTTER
2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4
NOTES:
1. FOR JOINTS AND SCORING, SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS,
AND SCORE MARKS.
2. SEE DETAILS 3-6. 3-6A, & 3-7 FOR MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS.
3. WHEN CHECKED WITH A 10 FOOT STRAIGHTEDGE, GRADE SHALL NOT DEVIATE MORE THAN 1/8 INCH
AND ALIGNMENT SHALL NOT VARY MORE THAN 1/4 INCH.
4. CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8-14.
REV. MAR 2011
PUBLIC DWG. NO.
��luj WORKS SIDEWALK SECTION 3-12
RIGHhOF-WAY UNE RIGHT- F-WAY LINE /
/ xwm
- - DODGE OF TRAVELED *AY
/ NOT OK LOC
OvmCTm
OF
k
ma of TRUMWED WAY
OUTSIDE OF CURVE.
PGSTfD 40 MP14 dT 6VEft
lDG LETl1 pF pANE [4$) AT EDGE OF
TILWDFO WAY TRDM P,G TO P.T.
SOR: SAFETY OVERRUN (FEET) BEYOND P.T.
PPL' PN}� Tiff Tlpl [FFIIj
(10C . 9JIf1 >�M1T� PO[&f nR
OB5PIXE5 MUST BF RFEIOYED CN
BAEMICIOED.
N4 (FEET] W OUTSIDE OF CURVES WITH
P[5Tm SpFlb UMT OF Q MPH h OVE71.
10 MPH UDC ♦ 220 (SOR)
45 UDC + 255
50 LOC + 290
55 LOC + 525
AM!= TO ROADWAY WITH SHOULDER OR
MOUNTABLE CURB ON OUTSIDE OF CURVE WITH:
-POSTED SPIED TREATER TWW
OR EQUAL M w 1 _N-
P/OC: i�1F1t45T+'bE flF1WNJL4 SO
N KE a POIE/OBSFAC[E
1RO , RwD16AY WITH SHDDLD�1
DR AvxiNTraE CURB IN!
1. TANGENT. OR
2 INSIDE OF CURVE. OR
3. OUT4DE OF am1 _ TSTHEB WI1N
-POSTED SPEED LESS THAN MPH LB
-RADIUS GREATER THAN 0500' ON ROADWAY
MEETING ALL CURRENT DESRM STANDARDS.
NOTES:
1. THE STANDARDS SHALL APPLY TO EVERY NEW
PLACEMENT AND EVERY PLANNED. NON -EMERGENCY
REPLACEMENT OF EXISTING POLES AND OTHER
UDUTY STRUCTURES WHIN THE CITY OF FEDERAL WAY
RIGHT-OF-WAY.
2. NO POLES MAY BE REPLACED ON THE OUTSIDE
OF A CURVE WDD1 A POSTED SPEED UMR OF 40
MPH OR OVER UNLESS APPROVED THROUGH A
VARIANCE REQUEST.
JULY m nI
PUBLIC CLEARANCE OF ROADSIDE OBSTACLES DWG. NO.
�� WORKS ON SHOULDER TYPE ROAD 1 3-13
NOTES:
1. SEE SEC. 3.2-10 FOR LANDING REQUIREMENTS.
REV. MAR. 2011
PUBLIC DWG. NO.
��� WORKS INTERSECTION LANDING 3-14
SKIP CENTER LINE (SCL)
0 � �
TYPE 2YY RPM- \-4" YELLOW LINE (TYP)
SEE NOTE 6
DOUBLE YELLOW CENTER LINE (DYCL)
4„ 0
4" YELLOW LINE
SEE NOTE 6
TYPE 2YY RPM (TYP�
WHITE EDGE LINE (WEL)
--4" WHITE LINE
YELLOW EDGE LINE (YEL)
0
f4" YELLOW LINE
SEE MOTE 6
10TYPE 2Y RPM (TYP)
SEE NOTE 7
DIRECTION OF TRAFFIC
DOTTED EXTENSION LINE (WDEL, YDEL)
J 2 ' L`6 \-4" LINE, YELLOW OR WHITE PER
PLANS. SEE NOTE 6
GENERAL NOTES:
1. LONGITUDINAL STRIPING ON ARTERIALS SHALL
BE PLASTIC TYPE D MEfHYLMETHACRYLATE (MMA).
TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE
A. ALL OTHER STRIPING SHALL BE PAINT.
2. ALL STRIPING WITHIN INTERSECTIONS SHALL
BE PLASTIC TYPE A OR D.
3. ALL RPM'S SHALL BE LOCATED TO PROVIDE
4 INCHES BETWEEN STRIPING AND RPM'S.
4. TYPE 2 RPM'S SHALL BE USED ON ALL
ARTERIALS AND COLLECTORS, IF STRIPED
5. WHERE TYPE C CURB IS USED IN PLACE OF
STRIPING, USE RPM PATTERN APPLICABLE TO THE
STRIPING BEING REPLACED.
SPECIFIC NOTES:
6. IF MMA IS USED, MMA SHALL BE PROFILED.
7. WHERE RAISED MEDIAN OR TYPE C CURBING
IS USED, USE TYPE 2YR RPM'S, WITH RED
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
8. WHERE RAISED MEDIAN OR TYPE C CURBING
IS USED, USE TYPE 2WR RPM'S, WITH RED
FACING OPPOSITE THE DIRECTION OF TRAFFIC.
LEGEND-
MONO -DIRECTIONAL RPM TYPE 2
m BI-DIRECTIONAL RPM TYPE 2
A�� � WORKS I RAISED PAVEMENT MARKERS
2WI
DWG. NO.
3-17
WIDE LINE (WL)
NO PASS LINE (NPL)
8" WHITE LINE
is
SEE NOTE 6
0 0 }
<10
TYPE 2YY RP " YELLOW I..IJE
TYPE 2W RPM
/ SEE NOTE 6
SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC
TYPE 2Y RPM
DIRECTION PASSING IS PROHIBITED
DOTTED WIDE LINE (DWL)
REVERSIBLE LANE LINE
4" YELLOW LINE
24' I
SEE NOTE 6
_
12'' �8" WHITE LINE
0
TYPE 2W RPM SEE NOTE 2
SEE NOTE 8 DIRECTION OF TRAFFIC
TYPE 2YY RPM
LANE LINE (LL)
TWO-WAY LEFT TURN LINE (TWLTL)
1"r'c�,
0 0
0 4"
TYPE 2W RPM f \,_4" WHITE LINE (TYP)
<$> —TYPE 2YY RPMS 4" YELLOW LINE
SEE NOTE 8 SEE NOTE 6
SEE NOTE 6
DIRECTION OF TRAFFIC
DIRECTION OF THRU TRAFFIC
DROP LANE LINE (DLL) DIRECTION OF TRAFFIC
BARRIER LINE (BL)
1-12-jIT3�
20 20" YELLOW LINE
I I
<), Am <31 =j AN
SEE NOTE 6
�
1� <0 - l'
TYPE 2YY RPMS
TYPE 2W RPM'S �8" WHITE LINE
SEE NOTE 8 SEE NOTE 6
I <1> REV. WN 2014
PUBLIC
��0 woRl<s
RAISED PAVEMENT MARKERS
DWG. NO.
3-18
Pavement markings may be
curved here as shown to _
allow for continuous painting
by the striping machine,
When RPM's required
by contract, use
Type 2YY, see Note 5
Deceleration toper
Double yellow
center stripe
u
0
o c
no
a
~ �r
40' RPM
spacing
III III ill
III 111 Double _ III
I center stripe m
40' RPM spacing t o
oc
no
d
DETAIL A
Lane width
measurement point
110
4"'
Type 2YY RPMs
10' O.0
Double yellow center stripe. •J/
~ DETAIL B
See Detail C
Two way left turn termination Left turn
at tee intersection or where radius
W = Approaching through lane left turns are not permitted
W = Departing Lane and two way left turn is not
T = Width of left turn lane continued beyond intersection.
on approach sideEND TWO-WAY LEFT TURN LANE
T =Width of left turnnlone
on departure side of
W = Total width of channelization
(W * W +T *T)
Re Nile
PUBLIC DWG. NO.
WORKS RAISED PAVEMENT MARKERS 3-19
Stopping point
see Note 3
Gore Stripe
see Dwg. No. 3-18
Stopping point
see Note 3
Type 2L traffic
arrows. see Note 1
Variable 50'
Gore Stripe
see Dwg. No. 3-18
W. i
w
T, W,
Type 2L traffic
arrows, see Note I
Double yellow center
stripe, see Dwg. No_ 3-17
Taper length = T, x taper rate See Table 3
Decel taper Double yellow
center stripe See Table I
see Table 2 for taper rate
— Aporaach
W,
No Pass Line
See Table I on approach
for taper rate side
Degcrture
I
See Detail A
Dwg No 3-19
Taper length = T x taper rate
LEFT TURN LANE
S"
Variable See Note 2 100, t
300' MAX
NOTES:
1. First Type 2L arrow is installed 50'
back of stop bar or crosswalk. Second
arrow is located 100' back, or at
left turn pocket
2, 'S' = 140' for posted speed 150 MPH.
"S" = 170' for posted speed - 50 MPH.
3, Stopping paint shall be marked with
stop bar only when mainline movement
is controlled by a stop sign or traffic
signal-
4, Raised pavement markers shall be
installed only when specified in the
Contract Plans.
5. See Dwg, No, 3-17 for marker
designation.
`k —
TABLE 2
TABLE
3
E 1
Posted
Posted
Decel.
aper
No pass
length
Taper
Rote
Speed
Len th
Speed
55 mph
Mlydmum
55 . 1
55 mph
165'
725'
50 1
a
50 mph
I50'
50 mph
660'
45' 1
45 mph
135'
45 mph
590'
40 1
40 mph
120,
40 mph
360'
35 1
35 mph
105'
35 mph
260'
30 1
30 mph
90'
30 mph
200'
25.
25 mph
1 75'
125 rnpti
1 150'
W = Approaching through lane
W = Departing Lane
T, = Width of left turn lane
on approach side of
T., = Width of left turn lane
on departure side of
W, = Total width of channel'¢ation
(W +W,+T,+T.)
Rev. NOV 201 r
PUBUC DWG. NO.
�FedmVft WORKS PAVEMENT MARKING - TURN LANE 3-20
Centerline Crosswalk Stripe
Crosswalk P•) Lane Line
Centerline 1
Roadway
41,
0
Centerline
/' Curb Ramp
4 �TYP) 8 g
18" STOP LINE
CROSSWALK STRIPE DETAIL
TRAFFIC ARROWS TYPE 1 S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S — SEE WSDOT STANDARD PLAN M-24.40
"SHARKS TOOTH" YIELD LINE SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
HANDICAPPED PARKING STALL SYMBOL — SEE WSDOT STANDARD PLAN M-24.60
BIKE LANE SYMBOL — SEE WSDOT STANDARD PLAN M-9.50
PREFERENTIAL LANE SYMBOL — SEE WSDOT STANDARD PLAN M-7.50
R— NOV 2nI
I. PUBLIC DWG. NO.
�Mmmov" WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21
OPTIONAL HYDRANT LOCATION
STREET
PLANTER STRIP a I
4 µAIIES
SIDEWALK ° ° a
A— ❑ _ d
RIGHT OF WAY
PRIMARY HYDRANT
Hydrant Location Detail Outside City Center LOCATION (3- CLEAR
ZONE. ALL AROUND)
° °
RIGHT OF WAY
REV. APR 2012
OPTIONAL HYDRANT LOCATION
e 3' j(TYP)
Hydrant Location Detail Inside City Center \..PRIMARY HYDRANT
LOCATION (3' CLEAR
ZONE, ALL AROUND)
PU9l1C DWG. NO.
��� WORKS FIRE HYDRANT LOCATION 3-30B
A i NN NN
I � � Y %1 %1
s 1e•
r
.It�tf1 !
f
N rl L1
� { Il II
4°
,I
I Ili4 st
'FIII
11 /I
/or II
SECTION OF 1.ETTET2
CORTLANDNCRETE IXOAEM .
CONCRETE CEMENT
`�. S Ile
I F
P r. C'JNCRETE'
PIPE MONUMENT
2' GALVANIZED IRON PIPE
WITH CONCRETE CORE
REV. APR 2012
R�
PLUG
TACIE
RCS
V
SECTION A --
NOTES:
1. CASTINGS SHALL BE GRAY IRON ASTM
A48, AASHTO M 105. CLASS 30.
2. COVER AND SEAT SHALL BE MACHINED
FOR PERFECT CONTACT AROUND
CIRCUMFERENCE AND FULL WIDTH OF
BEARING SURFACE.
A 3. APPROXIMATE WEIGHTS, STANDARD.
j CASE 60 LEIS A A
COVER 19 LBS 1
TOTAL 79 LBS i
4. PAVEMENT SHALL BE ASPHALT CONCRETE
OR APPROVED SUBSTITUTE.
5. CONCRETE SHALL BE CLASS 4000.
6. SEE SECTION 3.8.5.
7. COVER LETTERING MAY READ MONUMENT OR MON pIAN [N' MONUMENT
2• MIN. NOTE 4
PAVEMENT T CONC.
PAVEMENT
CONCRETE
MONUMENT
(ALTERNATE
V
- 4
CRUSHED ROCK
S
TACK,
ESTABLISHMENT AND/OR RE—ALJGNMENT OF A ROADWAY/RIGHT—OF—WAY CENTERLINE
REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT
STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY
AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37).
EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABLISHED AS PART OF
A RECORDED SUBDIVISION.
���10 WO KS ROADWAY SURVEY MONUMENT WITH CASE D3 36
$$250 FINE
FOR DISTURBING
1/B' wit
J7/�• _JI
TS A343
BM A1362
Mar���'�
NOTE
ONLY THE ASSIGNED
IDENTIFICATION NUMBERS
ARE TO APPEAR ON THE
BRASS DISC. PLAN
0L.. OF ! �
o D
PLAN
OETA OF GiOOJE
FOR 311r LETTERN AND LINES
I
Ll
�I
—
1rP. TW. +I p q
III Li,li-r
B
N, yff
4'
sue......, /
9FCIIDN 8-9
C C ❑
sEc11oN c�
BRASS DISC
ELEVATION
REV. NOV 2010
+�yyAyAV
I'-O' YN.
I:FNFIZaI INSTaI f Allow
SECTION D-D
!
EXCAYATION TO
JJ/J
BE MADE LARGE
ENOUGH TO
CLEAR MARKER
ALL POINTS.
LEDGE ROCK OR
rQNCRETE INSTALLATION
1' CHAMFER
�• GROUND LINE
NOTES;
1.
THE BRASS DISC SHALL BE CAST OF YELLOW
BRASS SAE 41.
2.
CONCRETE SHALL BE CLASS 4000.
3.
THE HOLE SHALL BE 2.5' MIN. IN DEPTH OR 0.5'
BELOW THE DEEPEST RECORDED FROST UNE. ALL
LOOSE MATERIAL SHALL BE REMOVED FROM THE
I
BOTTOM OF THE HOLE SO THAT THE CONCRETE IS
ON FIRM. UNDISTURBED EARTH.
f
�
4.
THE TOP OF THE CONCRETE SHALL BE TROWLED
SMOOTH AND THE BRASS DISC SET IN THE CENTER
WITH ITS TOP EDGE FLUSH AND LEVEL
5.
COORDINATES OR ELEVATIONS SHALL NOT
BE PLACED ON THE BRASS DISCS.
ESTABLISHMENT AND/OR RE—AUGNMENT OF A ROADWAY/RIGHT—OF—WAY CENTERUNE
REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT
STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY
AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37).
EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABUSHED AS PART OF
A RECORDED SUBDIVISION.
WORKS OFF -ROADWAY SURVEY MONUMENT 3 36A
CITY OF FEDERAL WAY MONUMENT RECORD
MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF):
DATE SET:
ELEVATION: (FT) (M) DATUM
ESTABLISHED BY (NAME),
(COMPANY):
LEVEL LOOP.
PRECISION OF SURVEY.
ORDER.
CLASS:
LOCATION.
SECTION TOWNSHIP
NORTH
RANGE EAST, W.M.
LOCATION DESCRIPTION:
SKETCH (INCLUDE ANY REFERENCE TIES):
NOTES:
PLS SEAL:
JULY 2014
�mt°O" PUBLIC DWG. NO.
FW@M0 Way WORKS MONUMENT RECORD 3-37
POSTED
SPEED (MPH)
S1(FT)
S2(FT)
25
--
105
30
--
140
35
--
185
40
I 115
]
230
45
155
285
50
195
340
ADVANCE LOOPS ARE NOT
REQUIRED FOR TURNING LANES
& MINOR THROUGH LANES
F -13A 1 3") zo
z
36
Q
w
J
O
99
(L
O
O
J d
w O
~_ O
Q J
❑ w
w U
2 z
l Q
w
Z Q
O O
F H
N
U) C/)
SERIES CONNECTED
LOOP 1-2
COUNT DETECTOR LOOP 3
(DRAWING NOT TO SCALE)
NOTES:
1. USE XYZ LOOP NUMBERING
SCHEMATIC, WHERE:
X IS THE PHASE #
Y IS LANE # FROM INSIDE
Z IS LOOP # FROM STOPBAR
2. USE 3' X 25' LOOP FOR BIKE
LANES
3. PHASE 2 IS ALWAYS
NORTHBOUND THRU DIRECTION
4. ALL LOOPS SHALL BE CIRCULAR
- STOP LINE
REV MAR 2011
<� a°°p PUBLIC SIGNAL LOOP SCHEMATIC DWG. NO.
o amp My WORKS 3-44
a
Ms
1 2"
36"
56 Hole
S 320 St 71�-1
D3-1A 906 Copy — 6 Inch Highway Gothic Series B Silver Legend on a
Green Background
36"
SW Campus .156 Hole
Drive2" � � 3/8' Hale
D3-3 1806 Copy — Two Lines 6 Inch Highway Gothic Series B Silver Legend
on a Green Background
36"
156 Hole
14
ve 2:
1a 1
'/
1' Hole
Private Road Ir
D3-3PV 1206 Copy — Line 1 — 6 Inch Highway Gothic Series B
Line 2 — 3 Inch Highway Gothic Series B Silver Legend on a Green Background
MATERIALS:
Aluminum:
1. Alloy — Made from 6061—T6 aluminum alloy chemically conversion coated in accordance
with ASTM Designation B449-67 Class 2 (alodine).
2. Size — 9—inches by 36—inches outside minimum dimension. Lengths of 12 by 36 inches
may be used for named streets. Thickness shall be .100 inch.
3. Holes — Four (4) 0.156 inch nail holes. Two (2) holes punched 7/8 inch from one end,
inch from the top and bottom. Two (2) holes punched 2-7/8 inches from the same end, 1
inch from the top and bottom.
4. Finish — All edges, corners, and holes shall be smooth and free of burrs and snags.
Message:
1. Background — Type III Green. See detail.
2. Legend — Silver.
3. Legend Size — See detail.
4. Pointer signs — Pointer signs shall follow the same specifications as the street name
signs, except the end opposite the attachment end shall have white 45 degree corner cuts to
indicate a direction in which the legend applies.
Rev. NOV 2014
<� ary " PUBLIC STREET NAME SIGNS DWG. NO.
IrLSdmF fty WORKS 3-49
INSTALLATION
Sign
1. A maximum of 5 street name signs or pointers shall
be located on one post. Longer posts will normally be
needed for more than three signs to maintain 8 feet
clearance from the ground line. A 1/4 inch space
should be maintained between signs on the same
post.
2. Street name signs shall be located above pointers and
shall be installed parallel to the street which they name.
Avenue street name signs designating north —south streets
should normally be on top. Wedges shall be utilized if
necessary to install signs other than 90 degrees to each
other.
3. Signs shall be attached perpendicular to the 'posts with
four duplex eight —penny galvanized nails or approved sign
mounting brackets.
4. Street name shall be on both sides of one sign.
5. See Drawing No. 3-51 for sign post details.
Rev. 3/2010
�CUT p�� PUBLIC STREET SIGN INSTALLATION DWG. NO.
�� VVCgIy WORKS 3-50
Marking nail
same side as cleat
8—Penny Duplex nail
I A II
I 11 II
I I` II
30.1 I y II
I A II 28
I A II
I A II
I I M I!
I II
I� I Cleat 28"x3"x2"
�l under sign
4" x 4" Post
NOTES:
Direction of travel
4" x 4" Pos
Finish Grade
Two doul
headed nc
Aluminum cleat attache
directly under sig
SIGN POSTS —
1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR
OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC
WORKS.
2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST
COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING,
RULE #16, PARAGRAPH 124—C, SELECTED FOR STRAIGHTNESS, AND FREE
OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING.
3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4-1/2% TO
5-1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN
ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO
DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY
SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD.
4) POSTS SHALL BE 4"x 4", WITH A MINIMUM LENGTH OF 12 FEET
LONGER POSTS MAY BE NEEDED TO MAINTAIN 8—FEET OF VERTICAL
CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF
TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST.
5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE
SETTLING.
6) ALL POSTS SHALL BE 2—WAY PLUMB.
1"
TOP OF CLEAT a n }
V
CLEAT
(2) 0.156" 0 NAIL HOLES
POST. (PUNCHED OR DRILLED)
NTS
CLEATS -
1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED
POST REMOVAL.
2) CLEATS SHALL BE ALUMINUM ALLOY, 6061-T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449-67 CLASS 2.
3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2-INCH TURNOUT OF 90'. NAIL HOLES OF
0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN.
4) POSITION CLEAT TURN -OUT AWAY -FROM AND EVEN -WITH THE BOTTOM OF THE POST.
JULY 2014
a'*O' PUBLIC SIGN POST DWG. NO.
WORKS 3-51
7/16" 0
1 HOLES (TYP.)
--
1 " (TYP.)
2J4
8" O
7"
MIN. ]2Y4
3/4„ 0 O
� HOLES (TYP.) O
� O �r--WELD (TYP.)
MIN
O 0
O 0 -SEE NOTE 1
SEE NOTE 2 O O
O 0
O 0
NOTES:
1) PREGALVANIZED PERFORATED SQUARE TUBING SHALL BE ACCURATELY AND CAREFULLY COLD -FORMED
TO SIZE FROM LOW -CARBON 12 GAUGE, ASTM A653 GRADE 33.
2) Y4" THICK PLAIN STEEL BOTTOM PLATE; ASTM A1101 SS GRADE 33.
3) FINAL ASSEMBLED PIECE SHALL BE PAINTED GRAY FOR WEATHER RESISTANCE.
4) LOCATE SIGN PER PLAN OR AS DIRECTED BY CITY TRAFFIC ENGINEER. IN CITY CENTER, THIS IS
TYPICALLY ALIGNED WITH TREE WELLS AND STREET LIGHTS, NEAR THE STREET.
5) LOCATE BASE PLATE TO MAINTAIN A.D.A. PATH ON SIDEWALK (MIN. 4-FOOT PASSAGE WIDTH).
JAN 2017
PUBLIC SURFACE MOUNT BASE PLATE AND DWG. NO.
a� o ' 9 My WORKS RECEIVING POST ON SIDEWALK EWALK EL SIGN 3-52
CITY OF
Federal
Public Works Department
STREET SIGN
STANDARD SPECIFICATIONS
SIGN FACE MATERIALS
All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by
the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows:
Maximum Dimension Blank Thickness
Less than 30 inches 0.080 inches
Greater than 30 inches, less than 48 inches 0.100 inches
Greater than 48 inches 0.125 inches
All D-3 street name signs shall be constructed with 0.100" thick blanks. The contractor shall install
permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall
be applied to sign blanks with pressure sensitive adhesives.
All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking
regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with
Section 9-28.8 of the Standard Specifications. This sheeting has a retro-reflection rating of 250
candelas/foot candle/square foot for white -silver 'sheeting with a divergence angle of 0.2E and an
incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street
name (D-3) sign sheeting shall meet this specification.
All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum
retro-reflection rating of 800 candelas/foot candle/square foot for white -silver sheeting with a divergence
angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the
roadway, on span wire or signal mast arms.
Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with
Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro-reflection rating of 70
candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an
incidence angle of -4E. These signs include guide signing (D Series — except D-3), corporate limit signing
(I Series), and motorist information signing (K Series).
The reflectivity standard of supplemental plates shall match that of the primary sign.
SIGN INVENTORY
City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the
permanent signing installation to inspect, inventory, and log all new and relocated signs.
OTHER SIGNS
Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to
signing.
ADDMONAL OUEST 0NSIFiEOUESTS SHALL BE DIRECTED To:
Design — Traffic Engineer (253) 835-2740
Installation/Removal — Public Works Inspector (253) 835-2741
Sign Fabrication — King County Sign Shop (206) 296-8153
Street Addressing — Building Department (253) 835-2607
REV. November 2014
Page 1 of 1 Standard Detail No. 3-54
RING OR FRAME GRATE OR LID
SEAL JOINT SEAL JOINT
WITH PAVING ,'-5" WITH PAVING
ASPHALT ASPHALT
COMMERCIAL COMMERCIAL
HMA - HMA
a 2" MINIMUM a
a °
ADJUSTING BRICK, a a I DIG OUT LIMIT AND
CONCRETE RISER OR c Q ASPHALT PERIMETER
GRADE RING. NO STEEL I I I SHALL EXTEND 2"
RISERS ALLOWED (TYP.) ° ae ° ac BELOW ADJUSTMENT
I I I I RINGS OR RISERS.
SEE NOTE 2.
EXISTING CB OR MANHOLE
SECTION THROUGH 5TRUICTURE
NTS
NOTES:
1) THE EXISTING STRUCTURE SHALL BE RAISED OR LOWERED TO THE REQUIRED ELEVATION USING
CONCRETE BLOCKS, BRICK, AND/Oft CONCRETE RINGS. EACH JOINT SHALL BE GROUTED USING A �4
INCH LAYER OF NON —SHRINK MORTAR. PLASTERED SMOOTH INSIDE AND OUT. COVERS SHALL BE
SEATED ON A UNIFORM LAYER OF GROUT TO PREVENT ROCKING.
2) IF RISERS OR GRADE RINGS ARE LESS THAN 2" THICK, THEN THE DIG —OUT LIMITS (AND HMA DEPTH)
SHALL BE EXTENDED TO 2" BELOW THE NEXT RING OR RISER THAT IS GREATER THAN 2" THICK,
3) HMA SHALL BE MECHANICALLY COMPACTED IN 3- MAXIMUM LIFTS.
4) SEE DETAIL 3-36 FOR ADJUSTMENT OF SURVEY MONUMENT CASTINGS.
REV:
PUBLIC DWG. NO.
��0� WORKS UTILITY ADJUSTMENT 3-55
STRIPING (TYP)
rrLANE
(EDGE OF TRAVEL LANE)
1.0' TYP
32:0'
�1.0'
11.0' (TYP
10.0'
R-5.0 (TYP)
_'6.1'
L�
—R=1.0' (TYP)
NOTE: DIMENSIONS MAY VARY
VERIFY WITH PUBLIC WORKS PRIOR
TO FINAL DESIGN / CONSTRUCTION
ISLAND CONSTRUCTION DETAILS
CURBING PAINTED YELLOW
PER WSDOT STD. SPECS.��
INSTALL RAMP AS NECESSARY
REFER TO CITY STD. RAMP DETAILS
SIGN - W11-2 (30 x 30) WITH SIGN - W11-2
W16-7P (24 X 12) BELOW (,°.fl x 30)
. . . . . . . . . . . - - '. S]GN-fttha.
36x4B
1-2 WITH
6-7P BELOW
DISTANCE PER MUTT
6"EXTRUDED
CONCRETE CURB (TYP) ►
• - -
2' O.C. (TYP)
-� 28"TUBULAR
YPE2Y
T�-
ARKER (TYP)
RPM (TYP) - _
- - --
PER MUTCD
SET 12" 0 SONOTUBE AT SIGN LOCATION
TO 30" DEPTH FROM TOP OF FINISHED ISLAND
J�
YIELD SYMEIOLS (TYP) / `�
BACKFILL WITHIN CURBING:
2" ASPHALT PAVEMENT
OVER 4" CSTC
PER WSDOT STD. PLAN MQ4.60J
ON MULTI -LANE APPROACH ONLY 1-5V IF YIELD SYMBOLS USED
(TYP. BOTH ISLANDS)
s
-4 CROSSWALKS
QUID-FORMED DETECTABLE
WNG
MARKINGS (•TTYIi
DISTANCE PER MUTCD
REERIO CITY SPECIAL(TYP) PROVISIONS
W11-2 (30 x 30) WITH
f W11-2 (30 x 30 R1-5a (36 x 4B) W16-7P (24 x 12) BELOW
NOTE: ALL SIGNS SHALL BE FLOURESCENT
YELLOW -GREEN BACKGROUND EXCEPT R1-5e
INSTALL RAMP AS NECESSARY _j
REFER TO CITY STD. RAMP DETAILS
REV JAN
PUBLIC PEDESTRIAN REFUGE ISLAND DWG. NO.
��0 WORKS AND CROSSWALK - MID -BLOCK 3-58
PAD 16 - 3/4- X 2 1/4' X 1/E• CEMDi 00117ETE CUPP
L wr
�/ •- _ — — CATCH BASN WALL
ovrjm
PLAN
t'X 916'
ii t/sz . -a •TrP. C
-I
1a' X 22' DR]iNc I I L I
i7 X R5.3/4" `
2s'
NOTES:
1. ORILL AND TAP FOR, AND PROVTOE. TWO LOCKING BOLTS 5 8'-I NC STAINLESS
TYPE 3G4 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCR 2" LONG WHEN USED
WITH SOLID COVER (DWG. NO. 4-77 OR WHEN SPEGI51FD BY ENGINEER.
2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30.
3. SET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME.
CATCH BASIN WALL
JULY
rusuc TYPE 1 CATCH BASIN FRAME IN DWG. NO.
WORKS VERTICAL OR EXTRUDED CURB INSTALLATION 4-6
DRILL
M/BS —11 NC HOLES
iHRU FRAME
PLAN
x 3-
/4- x z 1/4-
HOOD ATTACHES AS SHOWN.
3 i'
r----�� I
I � —
I I 1T 7 �'
MIN. SIDE ON I
THIS SIDE
I mI s 1/7
r�I I
aImo
H
lyp-
4. I C 4 1 C
I
� I I
n i
� � � � H HOOD DETAIL
I �
i
n•
SEE NOTE J F
51
J L/e.
SECTION &—B
It W. SEE Mp1e 4.
SECTION C—C
NOTES:
1. MATERIAL IS CAST IRON ASTM A48 CLASS 30.
2. SEE DWG. NO. 4-10 FOR VANED GRATE.
3. PATTERN ON TOP SURFACE OF HOOD SHALL BE 3/16- NON-SKID DIAMOND.
4. BOLT. WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT.
JULY
PUBUC DWG. NO.
� � WORKS THROUGH -CURB INLET FRAME 4-8
i
1 '
CATCH BASIN
SECTION A -A
NOTES:
1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME
REV MAR 2011
CATCH
DUMMY JOINTS
PUBLIC THROUGH -CURB INLET FRAME AND GRATE IN DWG. NO.
�0 WORKS VERTICAL CURB INSTALLATION 1 4-9
0
z
+— Ajo`U I )MAi W83012A
I
I AID
wD
I
Tnal
3c
TD
z
NOTES:
❑
o
1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT
TO APPROVAL BY ENGINEER. '
.�
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC
w
STAINLESS TYPE 304 STEEL SOCKET HEAD
(ALLEN HEAD) CAP SCREWS 2" LONG. NOTE
SLOT DETAIL
3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE
BO-55-06.
4. "OUTFALL TO STREAM DUMP NO POLLUTANTS"
MAY BE LOCATED ON BORDER AREA
5. INSTALL BI-DIRECTIONAL VANED GRATES AT
SAG LOCATIONS.
6. THE WORDS "CITY OF FEDERAL WAY SHALL BE
OMITTED IF GRATE IS ON A PRIVATE SYSTEM.
_
� LEVELING PAD 1/B' % 3/4• % 2 1/4•
In•
FOR SLOT DETAIL SEE
23 3h•
OWG. NO. 4-5
PUN m
5' DRAFT �
n
I�
a."mil
Puauc DWG. NO.
��Go � WORKS VANED GRATE (FOR USE IN PUBLIC ROADWAYS) 4-10
TOP
SECTION
�f06 SIDE DE'fNL 4£ NOTES
GIIY. NR 4-S
1. SETF-LOCK VANED GRATE MANUFACTURER SUBJECT
TO APPROVAL BY ENGINEER.
2. USE WITH TWO LOCKING BOLTS 51r-lI NC
STAINLESS TYPE 304 STEEL SOCKET WAO
(ALLEN HEAD) CAP SCREWS 2" LONG. NOTE
SLOT DETAIL
3. MATERIAL IS DUCTILE IRON ASTM A530 GRADE
80-55-06.
4. "OUTFAIl TO STREAM DUMP NO POLLUTANTS"
MAY BE LOCATED ON BORDER AREA
5. INSTALL BI-DIRECTIONAL VANED GRATES AT
SAG LOCATIONS.
6. THE WORDS "CITY OF FEDERAL WAY SHALL BE
OMITTED IF GRATE IS ON A PRNATE SYSTLIA.
ISOMETRIC
JAN
�d'*0" PUBLIC DWG. NO.
�p WORKS BI-DIRECTIONAL VANED GRATE 4-10A
Journey Level Prevailing Wage Rates for the Effective date: 5/29/2023
County Trade Job Classification
Wage Holiday Overtime Notes
Carpenters
Acoustical Worker
$71.53 15J
4C
Carpenters
Bridge, Dock And Wharf Carpenters
$71.53 15J
4C
Carpenters
Floor Layer & Floor Finisher
$71.53 15J
4C
Carpenters
Journey Level
$71.53 15J
4C
Carpenters
Scaffold Erector
$71.53 151
4C
Cement Masons
Application of all Composition Mastic
$70.09 15J
4U
Cement Masons
Application of all Epoxy Material
$69.59 15J
4U
Cement Masons
Application of all Plastic Material
$70.09 15J
4U
Cement Masons
Application of Sealing Compound
$69.59 15J
4U
Cement Masons
Application of Underlayment
$70.09 15J
4U
Cement Masons
Building General
$69.59 1S1
4U
Cement Masons
Composition or Kalman Floors
$70.09 1SJ
41.1
Cement Masons
Concrete Paving
$69.59 15J
41.1
Cement Masons
Curb & Gutter Machine
$70.09 15J
41.1
Cement Masons
Curb & Gutter, Sidewalks
$69.59 15J
4U
Cement Masons
Curing Concrete
$69.59 15J
4U
Cement Masons
Finish Colored Concrete
$70.09 15.1
4U
Cement Masons
Floor Grinding
$70.09 15J
4U
Cement Masons
Floor Grinding/Polisher
$69.59 151
4U
Cement Masons
Green Concrete Saw, self -powered
$70.09 1S1
4U
Cement Masons
Grouting of all Plates
$69.59 151
4U
Cement Masons
Grouting of all Tilt -up Panels
$69.59 151
41.1
Cement Masons
Gunite No&eman
$70.09 15J
41.1
Cement Masons
Hand Powered Grinder
$70.D9 15J
41.1
Cement Masons
Journey Level
$69.59 15J
41.1
Cement Masons
Patching Concrete
$69.59 15J
4U
Cement Masons
Pneumatic Power Tools
$70.09 151
4U
Cement Masons
Power Chipping & Brushing
$70.09 15J
4U
Cement Masons
Sand Blasting Architectural Finish
$70.09 15J
4U
Cement Masons
Screed & Rodding Machine
$70.09 15J
41.1
Cement Masons
Spackling or Skim Coat Concrete
$69.59 15J
4U
Cement Masons
Troweling Machine Operator
$70.09 15J
4U
Cement Masons
Troweling Machine Operator on Colored Slabs
$70.09 15J
4U
Cement Masons
Tunnel Workers
$70.09 15J
4U
Electricians' -Inside
Cable Splicer
$102.90 7C
4E
Electricians - Inside
Cable Splicer (tunnel)
$110.61 7C
4E
Electricians - Inside
Certified Welder
$99-38 7C
4E
Electricians - Inside
Certified Welder (tunnel)
$106.75 7C
4E
Electricians - Inside
Construction Stock Person
$49.28 7C
4E
Electricians - Inside
Journey Level
$95.88 7C
4E
Electricians - Inside
Journey Level (tunnel)
$102.90 7C
4E
Electronic Technicians
Journey Level
$62.13 7E
1E
Fabricated Precast Concrete Products
All Classifications - In -Factory Work Only
$2L34 5B
111
Fence Erectors
Fence Erector
$49.14 15J
4V By
Fence Erectors
Fence Laborer
$48.14 15J
4V BY
Flaggers
Journey Level
$48.14 15J
4V BY
Laborers
Air, Gas Or Electric Vibrating Screed
$56.80 15J
4V By
Laborers
Airtrac Drill Operator
$58.56 15J
4V BY
Laborers
Ballast Regular Machine
$56.80 15J
4V BY
Laborers
Batch Weighman
$48.14 15J
4V BY
Laborers
Brick Pavers
$56.80 15J
4V BY
Laborers
Brush Cutter
$56.80 15J
4V BY
Laborers
Brush Hog Feeder
$56-80 15J
4V By
Laborers
Burner
$56.80 15J
4V BY
Laborers
Caisson Worker
$59,56 15J
4V BY
Laborers
Carpenter Tender
$5&80 151
4V BY
Laborers
Cement Dumper -paving
$57.84 151
4V By
Laborers
Cement Finisher Tender
$56.80 15J
4V By
Laborers
Change House Or Dry Shack
$56.80 151
4V BY
Laborers
Chipping Gun (30 Lbs. And Over)
$57.84 151
4V BY
Laborers
Chipping Gun (Under 30 Lbs.)
$56.80 15J
4V BY
Laborers
Choker Setter
$56.80 151
4V BY
Laborers
Chuck Tender
$56.80 151
4V BY
Laborers
Clary Power Spreader
$57.84 15J
4V BY
Laborers
Clean-up Laborer
$56.80 15J
4V BY
Laborers
Concrete Dumper/Chute Operator
$57.94 15J
4V BY
Laborers
Concrete Form Stripper
$56.80 15J
4V BY
Laborers
Concrete Placement Crew
$57.94 151
4V BY
Laborers
Concrete Saw Operator/Core Driller
$57.84 15J
4V By
Laborers
Crusher Feeder
$48.14 15J
4V By
Laborers
Curing Laborer
$56,80 15J
4V By
Laborers
Demolition: Wrecking & Moving (Incl. Charred Material)
$56.80 15J
4V BY
Laborers
Ditch Digger
$56.80 151
4V BY
Laborers
Diver
$58.56 15J
4V BY
Laborers
Drill Operator (Hydraulic, Diamond)
$57.84 15J
4V By
Laborers
Dry Stack Walls
$56.80 15J
4V BY
Laborers
Dump Person
$56.80 15J
4V 8Y
Laborers
Epoxy Technician
$56.80 151
4V BY
Laborers
Erosion Control Worker
$56.80 15J
4V By
Laborers
Faller & Bucker Chain Saw
$57.94 15J
4V BY
Laborers
Fine Graders
$56.80 15J
4V BY
Laborers
Firewatch
$48.14 15J
4V BY
Laborers
Form Setter
$57.84 15J
4V BY
Laborers
c4blan aaskel Bu lldors
$5690 15J
4V 8Y
Laborers
General Laborer
$56.80 15J
4V BY
Laborers
Grade Checker & Transit Person
$59.85 15.1
4V BY
Laborers
Grinders
$56.80 15J
AV ay
Laborers
Grcru It Machine Tender
55680 15J
AV BY
Laborers
Groutmen (Pressure) Including Post Tension Beams
$57-84 15J
AV. By
Laborers
Guardrail Erector
$56-90 151
AV BY
Laborers
Hazardous Waste Worker (Level A)
$58.56 151
AV 8Y
Laborers
Hazardous Waste Worker [Level B)
$57.84 15J
4V BY
Laborers
Hazardous Waste Worker (Level C)
$56 80 151
4V BY
Laborers
High Scaler
$58.56 -15J
4V gY
Laborers
Jackhammer
$57.84 15J
AV BY
Laborers
Laserbeam Operator
$57.84 15J
AV IV
Laborers
Maintenance Person
$56.80 151
AV BY
Laborers
Manhatn Bullder•Mudman
$57.84 15J
4V AY
Laborers
Material Yard Person
$5&80 151
4V BY
Laborers
Maid Abatement Wprker
$56,80 15J
4V By
Laborers
Motorman -Dinky Locomotive
$59.95 151
4V aY
Laborers
Nozzleman
$59.85 151
4V By
Laborers
Pavement Breaker
$57.94 15J
4V BY
Laborers
Pilot Car
$4&14 15J
4V By
Laborers
Pipe Layer (Lead)
$59.85 15J
4V By
Laborers
Pipe Layer/Tailor
$57.84 15J
4V By
Laborers
Pipe Pot Tender
$57.84 15J
4V By
Laborers
Pipe Reliner
$57.84 15J
4V BY
Laborers
Pipe Wrapper
$57.94 15J
4V By
Laborers
Pot Tender
$56.80 15J
4V BY
Laborers
Powderman
$58.56 15J
4V BY
Laborers
Powderman's Helper
$56.80 15J
4V By
Laborers
Power Jacks
$57.94 15J
AV By
Laborers
Railroad Spike Puller - Power
$57-84 15J
AV BY
Laborers
Raker -Asphalt
$59.85 151
AV BY
Laborers
Re-timberman
$58.56 1S1
4V 81'
Laborers
Remote Equipment Operator
$57,84 15J
AV By
Laborers
Rigger/Signal Person
$57.94 1S1
4'J BY
Laborers
Rip Rap Person
$56.80 1SJ
AV gY
Laborers
Rivet Buster
$57.94 15J
AV BY
Laborers
Rodder
$57.84 15J
4V BY
Laborers
Scaffold Erector
$56.80 151
4V BY
Laborers
Scale Person
$56.80 15J
4V BY
Laborers
Sloper (Over 20)"
$57.84 15J
AV BY
Laborers
Sloper Sprayer
$56.80 15J
AV BY
Laborers
Spreader (Concrete)
$57.84 15J
eV BY
Laborers
Stake Hopper
$56.80 15J
4V By
Laborers
Stock Piler
$56.80 15J
AV JSY
Laborers
Swinging Stage/Boatswain Chair
$48.14 15)
4V BY
Laborers
Tamper & Similar Electric, Air & Gas Operated Tools
$57.94 15J
AV By
Laborers
Tamper (Multiple & Self-propelled)
$57.84 151
4V BY
Laborers
Timber Person -Sewer (Lagger, Sharer & Cribber)
$57.84 15J
4V BY
Laborers
Toolroom Person (at Jobsite)
$56.80 15J
AV BY
Laborers
Topper
$56.80 15J
4V BY
Laborers
Track Laborer
$56.80 15J
4V AV
Laborers
Track Liner (Power)
$57.84 15J
4V BY
Laborers
Traf0c Control Laborer
$51.48 15J
4V 9C
Laborers
Traffic Control Supervisor
$54.55 15J
4V 9C
Laborers
Truck Spotter
$56.80 15J
4V BY
Laborers
Tugger Operator
$57.84 15J
4V AY
Laborers
Tunnel Work -Compressed Air Worker 0-30 psi
$158.87 15J
4V 98
Laborers
Tunnel Work -Compressed Air Worker 30.01-44.00 psi
$163,90 15J
4V 9B
Laborers
Tunnel Work -Compressed Air Worker 44,01-54.00 psi
$167.58 151
4V 98
Laborers
Tunnel Work -Compressed Air Worker 54.01-60.00 psi
$173.29 151
4V 9B
Laborers
Tunnel Work -Compressed Air Worker 60.01-64.00 psi
$175.40 15J
411, 98
Laborers
Tunnel Work -Compressed Air Worker 64.01-68.00 psi
$180.50 151
4V 98
Laborers
Tunnel Work -Compressed Air Worker 68.01-70.00 psi
$182.40 15J
4V 9B
Laborers
Tunnel Work -Compressed Air Worker 70,01-7200 psi
$184-40 15J
4V 911
Laborers
Tunnel Work -Compressed Air Worker 72,01-74.00 psi
$18&40 15J
4V 911
Laborers
Tunnel Work-Guage and Lock Tender
$59.95 151
AV V
Laborers
Tunnel Work -Miner
$59.95 15J
4V By
Laborers
Vibrator
$57.84 15J
4V BY
Laborers
Vinyl Seamer
$56.80 15J
AV BY
Laborers
Watchman
$43.76 15J
AV 8P
Laborers
Welder
$57.84 151
4V By
Laborers
Well Point Laborer
$57.94 151
4V BY
Laborers
Window Washer/Cleaner
$43.76 151
4V By
Laborers- Underground Sewer &Water
General Laborer & Topman
$5&80 151
4V BY
Laborers- Underground Sewer &Water
Pipe Layer
$57.94 15J
4V By
Landscape Construction
Landscape Construction/Landscaping Or Planting Laborers
$43.76 151
AV BY
Landscape Construction
Landscape Operator
$7&80 15J
LLG fix
Power Equipment Operators
Asphalt Plant Operators
$80.12 15J
L1G ag
Power Equipment Operators
Assistant Engineer
$75.35 15J
11G 8k
Power Equipment Operators
Barrier Machine (zipper)
$79.41 15J
116 Bg
Power Equipment Operators
Batch Plant Operator: concrete
$79.41 151
11G Ex
Power Equipment Operators
Boat Operator
$8433 7A
11H BB
Power Equipment Operators
Bobcat
$75-35 15J
11G aB
Power Equipment Operators
Brokk- Remote Demolition Equipment
$7S.35 15J
SIG a8
Power Equipment Operators
Brooms
$75.35 15J
11G 9g
Power Equipment Operators
Bump Cutter
$79.41 151
LLG B%
Power Equipment Operators
Cableways
$80.12 151
LSG lilt
Power Equipment Operators
Chipper
$79-41 15J
11G 611!
Power Equipment Operators
Compressor
$75.35 15J
11G am
Power Equipment Operators
Concrete Finish Machine- Laser Screed
$75.35 15J
11G 89
King
Power Equipment Operators
Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure
$78,80 15J
11G 8x
King
Power Equipment Operators
Concrete Pump: Truck Mount With Boom Attachment Over42 M
$80.12 15J
llG 8x
King
Power Equipment Operators
Concrete Pump: Truck Mount With Boom Attachment Up To 42m
$79.41 15J
Ila 8x
King
Power Equipment Operators
Conveyors
$78,80 15J
116' fix
King
Power Equipment Operators
Cranes Friction: 200 tons and over
$82.76 7A
iIH 8x
King
Power Equipment Operators
Cranes, A -frame: 10 tons and under
$75.SS 7A
1111 8%
King
Power Equipment Operators
Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments)
$81.12 7A
1111 8x
King
Power Equipment Operators
Cranes: 20 tons through 44 tons with attachments
$79.62 7A
11H 8x
King
Power Equipment Operators
Cranes: 200 tons-299 tons, or 250' of boom including jib with attachments
$81.97 7A
I-IH 8x
King
Power Equipment Operators
Cranes: 300 tons and over or 3D0' of boom including jib with attachments
$82.76 7A
IIH 8K
King
Power Equipment Operators
Cranes: 45 tons through 99 tons, under 150' of boom(includingjib with attachments)
$80-33 7A
IM 8x
King
Power Equipment Operators
Cranes: Friction cranes through 199 tons
$81.97 7A
1.111 AX
King
Power Equipment Operators
Cranes: through 19 tons with attachments, a -frame over 10 tons
$79.00 7A
IIH 8x
King
Power Equipment Operators
Crusher
$79.41 15J
115 Rx
King
Power Equipment Operators
Deck Engineer/Deck Winches (power)
$79.41 15J
11G 81c
King
Power Equipment Operators
Derricks, On Building Work
$80.12 15J
IIG 8x
King
Power Equipment Operators
Dozers D-9 & Under
$78.80 15J
Ila UK
King
Power Equipment Operators
Drill Oilers: Auger Type, Truck Or Crane Mount
$78.80 151
IIG 8R
King
Power Equipment Operators
Drilling Machine
$80.92 15J
IIG 9x
King
Power Equipment Operators
Elevator and man -lift: permanent and shaft type
$75,35 15J
1IG 8x
King
Power Equipment Operators
Finishing Machine, Bidwell And Gamaco & Similar Equipment
$79.41 1SJ
JIG 8m
King
Power Equipment Operators
Forklift: 3000 lbs and over with attachments
$78.80 15J
ISG 8x
King
Power Equipment Operators
Forklifts: under 3000 lbs. with attachments
$75.35 15J
11G 8x
King
Power Equipment Operators
Grade Engineer: Using Blue Prints, Cut Sheets, Etc
$79.41 15J
11G am
King
Power Equipment Operators
Gradechecker/Stakeman
$75.35 1SJ
Ila 9x
King
Power Equipment Operators
Guardrail Punch
$79.41 15J
11G Slc
King
Power Equipment Operators
Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over
$80.12 15J
11G 8x
King
Power Equipment Operators
Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards
$79.41 151
110 ex
King
Power Equipment Operators
Horizontal/Directional Drill Locator
$78.80 15J
lit ex
King
Power Equipment Operators
Horizontal/Directional Drill Operator
$79.41 15J
110 Bx
King
Power Equipment Operators
Hydralifts/Boom Trucks Over 10 Tons
$79.00 7A
1111 Bx
King
Power Equipment Operators
Hydralifts/boom trucks: 10 tons and under
$75.55 7A
IM BX
King
Power Equipment Operators
Leverman
$81.75 15J
IIG Rx
King
Power Equipment Operators
Loader, Overhead, 6 Yards But Not Including 8 Yards
$80,12 15J
Ila Bx
King
Power Equipment Operators
Loaders, Overhead Under 6 Yards
$79.41 15J
1113 ex
King
Power Equipment Operators
Loaders, Plant Feed
$79.41 15J
116 1Dc
King
Power Equipment Operators
Loaders: Elevating Type Belt
$78-80 15J
110 FIX
King
Power Equipment Operators
Locomotives, All
$79,41 15J
llG Bx
King
Power Equipment Operators
Material Transfer Device
$79 41 15J
11G 8x
King
Power Equipment Operators
Mechanics: All (Leadmen -$0-50 per hour over mechanic)
$80,92 15J
11G 8x
King
Power Equipment Operators
Motor Patrol Graders
$80.12 151
11G 8x
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield
$80.12 1S1
11G 8x
King
Power Equipment Operators
Oil Distributors, Blower Distribution & Mulch Seeding Operator
$75.35 151
116 8x
King
Power Equipment Operators
Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato
$78.80 15J
Ila 0
King
Power Equipment Operators
Overhead, bridge type Crane: 20 tons through 44 tons
$79.62 7A
1111 8x
King
Power Equipment Operators
Overhead, bridge type: 100 tons and over
$81.12 7A
11H Bx
King
Power Equipment Operators
Overhead, bridge type: 45 tons through 99 tons
$80.33 7A
11H Bx
King
Power Equipment Operators
Pavement Breaker
$75.35 15J
11G Bx
King
Power Equipment Operators
Pile Driver (other Than Crane Mount)
$79,41 15J
UG 8.14
King
Power Equipment Operators
Plant Oiler- Asphalt, Crusher
$78.80 15J
116 Rx
King
Power Equipment Operators
Pesthole Digger, Mechanical
$75.35 15J
LLG 8x
King
Power Equipment Operators
Power Plant
$75.35 15J
LLG Bx
King
Power Equipment Operators
Pumps- Water
$75.35 15J
110 8x
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$8Q12 1S1
116 Bx
King
Power Equipment Operators
Quick Tower: no cab, under 100 feet in height base to boom
$79.41 151
SIG n
King
Power Equipment Operators
Remote Control Operator On Rubber Tired Earth Moving Equipment
$80.12 15J
11G Rx
King
Power Equipment Operators
Rigger and Bellman
$75.55 7A
IIH 1IA
King
Power Equipment Operators
Rigger/Signal Person, Bellman(Certified)
$79.00 7A
1114 R1t
King
Power Equipment Operators
Rollagon
$80.12 15J
146 me
King
Power Equipment Operators
Roller, Other Than Plant Mix
$75.35 15J
11G Bx
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift Materials
$78.80 15J
115 0
King
Power Equipment Operators
Roto-mill, Roto-grinder
$79.41 15J
L1G Rx
King
Power Equipment Operators
Saws -Concrete
$78.80 15J
116 HX
King
Power Equipment Operators
Scraper, Self Propelled Under 45 Yards
$79.41 15J
IIG 8x
King
Power Equipment Operators
Scrapers - Concrete & Carry All
$78.80 15J
11G Sx
King
Power Equipment Operators
Scrapers, Self-propelled: 45 Yards And Over
$80.12 151
llG Sx
King
Power Equipment Operators
Service Engineers: Equipment
$78.80 151
1lG SK
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$75.35 15J
llG 8x
King
Power Equipment Operators
Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons
$78.80 15J
llG 8x
King
Power Equipment Operators
Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons
$80-12 1SJ
llG 8x
King
Power Equipment Operators
Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons
$79-41 151
11G Hx
King
Power Equipment Operators
Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons
$80.92 15J
11G 8x
King
Power Equipment Operators
Shovel, Excavator, Backhoes: Over 90 Metric Tons
$81.75 15J
11G 8x
King
Power Equipment Operators
Slipform Pavers
$80.12 15J
E1G RX
King
Power Equipment Operators
Spreader, Topsider & Screedman
$80.12 15J
t1G Rx
King
Power Equipment Operators
Subgrader Trimmer
$79,41 15J
Ill. 8x
King
Power Equipment Operators
To r Sucket Elevators
$78.80 15J
LSG ex
King
Power Equipment Operators
Tower Crane: over 175'through 250' in height, base to boom
$81.97 7A
IIH Rx
King
Power Equipment Operators
Tower crane: up to 175' in height base to boom
$81.12 7A
11H 8x
King
Power Equipment Operators
Tower Cranes: over 250' in height from base to boom
$82.76 7A
LSH Bx
King
Power Equipment Operators
Transporters, All Track Or Truck Type
$80.12 15J
11G Bx
King
Power Equipment Operators
Trenching Machines
$78.80 15J
llG ex
King
Power Equipment Operators
Truck Crane Oiler/Driver: 100 tons and over
$79.62 7A
1111 ex
King
Power Equipment Operators
Truck crane oiler/driver: under 100 tons
$79.00 7A
LIN 8x
King
Power Equipment Operators
Truck Mount Portable Conveyor
$79.41 151
LSG 8x
King
Power Equipment Operators
Vac Truck (Vactor Guzzler, Hydro Excavator)
$79.41 15J
llG 8x
King
Power Equipment Operators
Welder
$80.12 15J
lIG 8x
King
Power Equipment Operators
Wheel Tractors, Farmall Type
575.35 15J
11G 8x
King
Power Equipment Operators
Yo Yo Pay Dozer '
$79.41 15J
IIG 8X
King
Power Equipment Operators- Underground Sewer & Water
Asphalt Plant Operators
$80.12 1SJ
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Assistant Engineer
$75.35 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Barrier Machine (zipper)
$79.41 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Batch Plant Operator, Concrete
$79.41 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Boat Operator
$80.33 7A
11H aK
King
Power Equipment Operators-
Underground Sewer & Water
Bobcat
$7&35 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Brokk- Remote Demolition Equipment
$75.35 15J
11G ex
King
Power Equipment Operators-
Underground Sewer & Water
Brooms
$75.35 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Bump Cutter
$7%41 15J
11G Ax
King
Power Equipment Operators-
Underground Sewer & Water
Cableways
$80.12 151
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Chipper
$79-41 15J
11G Sm.
King
Power Equipment Operators-
Underground Sewer & Water
Compressor
$75.35 151
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Concrete Finish Machine- Laser Screed
$75.35 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Concrete Pump- Mounted Or Trailer High Pressure Line Pump, Pump High Pressure
$78.80 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount With Boom Attachment Over 42 M
$80.12 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Concrete Pump: Truck Mount With Boom Attachment Up To 42m
$79.41 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Conveyors
$78.80 15J
11G am
King
Power Equipment Operators-
Underground Sewer & Water
Cranes Friction: 200 tons and over
$82.76 7A
11H ex
King
Power Equipment Operators-
Underground Sewer & Water
Cranes, A -frame: 10 tons and under
$75.55 7A
11H 8x
King
Power Equipment Operators-
Underground Sewer & Water
Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments)
$81.12 7A
11H ax
King
Power Equipment Operators-
Underground Sewer &Water
Cranes: 20 tons through 44 tons with attachments
$79.62 7A
11H ax
King
Power Equipment Operators-
Underground Sewer &Water
Cranes: 20 tons through 44 tons with attachments
$79,62 7A
11H ax
King
Power Equipment Operators-
Underground Sewer & Water
Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments
$8L97 7A
11H ax
King
Power Equipment Operators-
Underground Sewer & Water
Cranes: 300 tons and over or 300' of boom including jib with attachments
$82.76 7A
11H ax
King
Power Equipment Operators-
Underground Sewer & Water
Cranes: 4S tons through 99 tons, under 150' of boom(including jib with attachments)
$80.33 7A
11H ax
King
Power Equipment Operators-
Underground Sewer & Water
Cranes: Friction cranes through 199 tons
$81.97 7A
11H 8x
King
Power Equipment Operators-
Underground Sewer & Water
Cranes: through 19 tons with attachments, a -frame over 10 tons
$79.00 7A
11H ax
King
Power Equipment Operators-
Underground Sewer &Water
Crusher
$79,41 1SJ
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Deck Engineer/Deck Winches (power)
$79.41 151
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Derricks, On Building Work
$80.12 151
11G elf
King
Power Equipment Operators-
Underground Sewer & Water
Dozers 0-9 & Under
$79.80 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Drill Oilers: Auger Type, Truck Or Crane Mount
$7&80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Drilling Machine
$80.92 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Elevator and man -lift: permanent and shaft type
$75.35 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Finishing Machine, Bidwell And Gamaco & Similar Equipment
$79.41 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Forklift: 3000 lbs and over with attachments
$78 80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Forklifts: under 3000 Ibs, with attachments
$75.35 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Grade Engineer: Using Blue Prints, Cut Sheets, Etc
$79.41 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Gradechecker/Stakeman
$75,35 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Guardrail Punch
$79.41 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump Articulating Off- Road Equipment45 Yards, & Over
$80.12 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards
$79.41 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill Locator
$78.80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Horizontal/Directional Drill Operator
$79.41 15J
11G Ax
King
Power Equipment Operators-
Underground Sewer & Water
Hydralifts/boom trucks: 10 tons and under
$75.55 7A
11H 8x
King
Power Equipment Operators-
Underground Sewer & Water
Hydralifts/hoom trucks: over 10 tons
$79.00 7A
11H 8x
King
Power Equipment Operators-
Underground Sewer & Water
Leverman
$BL75 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Loader, Overhead, 6 Yards, But Not Including 8 Yards
$80.12 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Loaders, Overhead Under 6 Yards
$79.41 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Loaders, Plant Feed
$79.41 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Loaders: Elevating Type Belt
$78.80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Locomotives, All
$79.41 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Material Transfer Device
$79.41 15J
11G 0
King
Power Equipment Operators-
Underground Sewer & Water
Mechanics: All (Leadmen -$0.50 per hour over mechanic)
$80.92 151
11G ex
King
Power Equipment Operators-
Underground Sewer & Water
Motor Patrol Graders
$80.12 151
11G 9t
King
Power Equipment Operators-
Underground Sewer & Water
Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield
$80.12 151
11G Bn
King
Power Equipment Operators-
Underground Sewer & Water
Oil Distributors, Blower Distribution & Mulch Seeding Operator
$75.35 151
11G a
King
Power Equipment Operators-
Underground Sewer & Water
Outside Hoists (Elevators and Manlifts), Air Tuggers, Strato
$78.80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type Crane: 20 tons through 44 tons
$79.62 7A
11H ex
King
Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type: 100 tons and over
$81.12 7A
11H ax
King
Power Equipment Operators-
Underground Sewer & Water
Overhead, bridge type: 45 tons through 99 tons
$80.33 7A
11H Ax
King
Power Equipment Operators-
Underground Sewer & Water
Pavement Breaker
$75.35 15J
11G ex
King
Power Equipment Operators-
Underground Sewer & Water
Pile Driver (other Than Crane Mount)
$79.41 15J
11G Bx
King
Power Equipment Operators-
Underground Sewer & Water
Plant Oiler- Asphalt, Crusher
$78.80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Pesthole Digger, Mechanical
$75.35 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Power Plant
$75.35 15J
11G BK
King
Power EquipmentOperators-
Underground Sewer &Water
Pumps - Water
$75.35 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Quad 9, Hd 41, D10 And Over
$80.12 151
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Quick Tower: no cab, under 100 feet in height base to boom
$79.41 151
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Remote Control Operator On Rubber Tired Earth Moving Equipment
$80.12 15J
11G S%
King
Power Equipment Operators-
Underground Sewer & Water
Rigger and Gellman
$75.55 7A
11H ax
King
Power Equipment Operators-
Underground Sewer & Water
Rigger/Signal Person, Bellman(Certified)
$79-00 7A
11H ax
King
Power Equipment Operators-
Underground Sewer & Water
Rollagon
$80-12 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Railer, Other Than Plant Mix
$75 35 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Roller, Plant Mix Or Multi -lift Materials
$78-80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Rota -mill, Roto-grinder
$79.41 1SJ
11G 8%
King
Power Equipment Operators-
Underground Sewer &Water
Saws - Concrete
$78.80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Scraper, Self Propelled Under 45 Yards
$79.41 15J
11G Sx
King
Power Equipment Operators-
Underground Sewer & Water
Scrapers - Concrete & Carry All
$78 80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Scrapers, Self-propelled: 45 Yards And Over
$80-12 15J
11G Sx
King
Power Equipment Operators-
Underground Sewer & Water
Shotcrete/Gunite Equipment
$75.35 15J
11G Bx
King
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons
$78.80 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons
$80 12 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons
$79.41 15J
11G S$
King
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons
$80.92 151
11G Bx
King
Power Equipment Operators-
Underground Sewer & Water
Shovel, Excavator, Backhoes: Over 90 Metric Tons
$81.75 15J
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Slipform Pavers
$80 12 151
11G ax
King
Power Equipment Operators-
Underground Sewer & Water
Spreader, Topsider & Screedman
$80-12 15J
116 8x
King
Power Equipment Operators-
Underground Sewer & Water
Subgrader Trimmer
$79.41 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Tower Bucket Elevators
$79.80 15J
11G 8x
King
Power Equipment Operators-
Underground Sewer & Water
Tower Crane: over 175' through 250' in height, base to boom
$81.97 7A
11H ax
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Power Equipment Operators- Underground Sewer & Water
Sign Makers & Installers (Electrical)
Sign Makers & Installers (Non -Electrical)
Traffic Control Stripers
Truck Drivers
Truck Drivers
Truck Drivers
Truck Drivers
Truck Drivers
Truck Drivers - Ready Mix
Tower crane: up to 175' in height base to boom
Tower Cranes: over 250' in height from base to boom
Transporters, All Track Or Truck Type
Trenching Machines
Truck Crane Oiler/Driver: 100 tons and over
Truck Crane Oiler/Driver: 100 tons and over
Truck crane oiler/driver: under 100 tons
Truck Mount Portable Conveyor
Vac Truck (Vactor Guuler, Hydro Excavator)
Welder
Wheel Tractors, Farmall Type
Yo Yo Pay Dozer
Journey Level
Journey Level
Journey Level
Asphalt Mix Over 16 Yards
Asphalt Mix To 16 Yards
Dump Truck
Dump Truck & Trailer
Other Trucks
Transit Mix
$8L12 7A
$82 76 7A
$80.12 1SJ
$78-80 15J
$79,62 7A
$79.62 7A
$79.00 7A
$79.41 151
$79.41 15J
$80.12 15J
$75.35 15J
$79.41 15J
$55.78
$35.73
$51.90 7A
$72.45 15J
$71.61 151
$71.61 151
$72.45 15J
$72.45 15J
$72.45 15J
11H
11H
11G
11G
11H
11H
11H
11G
11G
11G
11G
11G
0
0
1K
11M
11M
11M
S1M
S1M
S1M
ax
ax
am
ax
AX
ax
ax
ax
8x
sx
8x
ax
8L
8L
8L
8L
8L
SL
City of Federal Way
Public Works Department
2$ th St Road Diet - Phase 1
IYIGETInoER
.tntiYENr�IA
ReAeupKArtoTE n.w
![4s'-0 o
__
-c®�a�tJllii=is=fuY
f]T l�pt :.�
MMA, fiKAM
W�mwe
arc ru�rl...n�r.r.o rcG ww
•rAAm pl[NLi
wvae DciRLC
PAIa.O GlrHla
�[
iRLA
�
.�.GonAns
_[
A.aee Gvww
a�
-
HA+a•�1 re.1•fC
u.lrwt..r
�..1•mn��.•oo
.�Iscw n�cww
s ��o-pnn.x
IA.ru-s ar�•s
w�ruHAF
IAFSITY �:.11-x
>Xb'a M•x
rpw!.Wt
IAA uwaia
4
wRerl
nAF'C �� rwzf
!w•aµYcc.v�uLw•siAuS•
Iia.�"s1:�so-'F
eNl.ea x,w.lr.o�
"+YltcPilcA. •i>+Ws
.rAv�•=mow
linis+.e •a ••ten
RFB 23-004
nn or
Federal Way 1
Centered an Oggvffunity
rL_ - M.a= rlw.rr
rx9 �:rm
CFW Project # 36238
TIB # 8-1-113(013) -1
HLP-PB21 (002)
t
IYEO FpC F�StFU., r,❑
_ E
BID SUBMITTAL
d NA WRWONIREMWONLOG S 288TH ST ROAD DIET - PHASE 1 W23e�
COVER SHEET T01
of 45
mmalamohn
a wnEN,LK
EM�DR NRA 4HC
iHRe
111LIE
s aa...E
rw.-L-
NMORCDRrDw
t..,m
—TER E
wary r rnna
awxc� �v
rn�rw�wby.
.yr.vw:r
ry �iwv�
rv�isER
LEORrx Vu,LT�T
urcR Ves.nDLn
a
.—E
E.—.—
.REF
DEG W Ws TREE
l�Dp411l.IO./I.E
BOWED c
transpo , 1
BID SUBMITTAL
_
r fedmi
�s�ryy�+{{yy��
DPANINGN:R610NIREN610NLW
S 288TH ST ROAD DIET - PHASE 1
36238
DES ED
H
xCenlm'aA aoER�..Lnuni[y
uF........
J.
J
yD
LEGEND
slrt 02
45
..RwDrED
-
.
DE
GENERAL NOTES
• ALL RE IN ACCODAHCE WTI THE FEDERAL WAY REVIBED
mL Ei%=TON L MFcm ml»+aLmugnDRsoF
FROXOTAF—VIL TIEg wnwiu sME— EUENTD Rr THE wosT
ARD SKCIFICAT-5 FOR ROAD -- AND
PA
EL CD�ruTRRLCLIar"IN�DTIAnWAI, THE KING cAUMY RDA. ST W1.M0.R
1-1 ANDTHEIONDccuMrE—EVNTEADESIGNwwDAL,zCS )
• C —H] IE5OFOTHEBINWALullD Tw1TWiE SHOP THESE
LV1--T1-1R11EDT-1E1- IT.-
O iE CRr OF FEDERAL WAY AT IEAST THREE DAYS
TO —ETRLOT—
a sgTY-V. Ex Altki KRAA— —A
KING COUNTY METRO TRANSIT NOTES
I ALL CONETFLITON MID T"N'T ONE ORO Atll�n�NMUn BE wOWAOTnnlrnurmliwW�M TPE Kc�
EINFIC
AOTI— PDALL-T E RDUIRE➢THEITIF—DEEAD THAE
WFOINAITON D GWDEUIEBPLEw4 W9! SCAUSED BY Ii FOR nOTFIGTION
mmEASE THE F0.LLTMNG URL FOR STANDARD CONSTR IOION DETNLS
ANSTRUCTION{ONTRACTON—TALL I AWSTPaI I
O
I NGSANOF-ES PLEASEDONTACT
METRO IILSPEnORs AND cOFKTRUCTION AT
EUBBTOFV-E1TID IONBMU OTICE OFOVoP BYPHONTHREAT105]6—.PLEASE
'ATWNC
NIINSPECTTONNOTETEALLYETRDFOOTLRLOSYU BEE—EONw E D
MFROVD BY NETRO INGPECn]R.S BEFORE ANY CONCRETE IS POURED
A mxnouS 'WIruEN AT
OR CDLNSOUI ATH AT]q-Nn SSM FOR A}gSrNKE
rcTR+gnP�A*NA*E-c �arl.�+Iq.v+I.�P+ra.
I acN" uBE.vNu�N
YAavvaErT•Lwn+wrsv arva�d#^•r wnci FC �ti4p
.I r1.--. _
II
TZ TieF IuriFalrTwer tltiwi=aa rIW-AlRwurRmuFsr.r.InR
FAL'TE
L-RIAES �- ALL BE .rn0 eo I&�:AfswxFs. IRF�i c+r.I OF TATCH s
AHD SLT FEPCES EETOI AS NEEDED FOR UNEIwE. ED sra+. EYEPrs
r Z.Asf—D OF VEGETATION INCLUONO RDA —AY ENBAIPVIEFNS WHERE
rYArD OR A PEILO. OF x DArs f Sj ORT
rs pPv4A K—LOEN—ATELYRTABIL¢EOWITHTHENWROYDEfc
BETHDOS0E DONO IAUICHNG NETTING ERo91w BLA_ ErcI
T BEA.giE rvcm WOEBCNEA9NE5 rwT REWWNOIINEgATEATTENTION SHALL
A ALL BE IN-ECTED AND NNNTW ILD A
or
LIEI
=.r1MENVMrERWTOTN D.'YNSTRETHE EAMWG OPAAI OERAiwNSM ALL NDT FLUSH
S RucnOH ENTRANIES AND WSN--BE INSTALLED AT
THE BE01— OF CONSTR—ION NWAiP. gOnWL�iL.AGPwv MIR.}aIge>AIIm1)I TwA 1 F:IW�O
E ArF Lgc �Ein EyRI f NETYI#AYeNOFnE wyq^J
T vCSW ME IN EFFECT BEONNNG —ORE.I THROW AFFIL nOND]N]OF THE
R B19NSNAAID BNALLL—LBE NONFIED-TENNECE A53VlY uEROSA OORTF-1 suRg S
OVI-TE Y".M k 1T— -R9 N—E� HE IDn15
RED
I- NG GRASSES SH— SEEDING FOR ALL B MKED THNTROL AN AmRIO TE�'E 0 E AwvAL
OR FERS—RTE MKIED AT MIROtlIUTELr w POUNDS PER ..E)
BID SUBMITTAL
- a" Or
E � Federal Way
n!cred on OppoiYunity
.�W
TFw+Fn •
-- I
ORANINGVERWINlIREVI610NL06
S 288TH ST ROAD DIET - PHASE 1
ncrzci .
36238
N
s,T 03
B� R • WA
onAL�W.Y DOAD
AF
-
NOTES
45
a
4
7 - E
ii
2
transpo : f'
®— BID SUBMITTAL
S 288TH ST ROAD DIET — PHASE 1 T3623B•
A FedemI Way-
Ccenfnred en oycnrt�rsey �_ �.. — 04
ALIGNMENT PLAN
Npnmml- 5 2l9TH ST
MTML A
C r�l
EM
1I V d3 CONse� j
a BID SUBMITTAL
an or yu OMINGVER60NIREV6pNLOG S 288TH ST ROAD DIET - PHASE 1 36238�
Federal %Nay G , _ —
Gtn c ud onEopaonunity G TYPICAL SECTIONS
n
3EC.33 T.22N. RAE. W.M.
SECA T.21N. RAE. W.M.
u,
a
I � I
a
1 �
1 1
1
m 5 288TH 5T Mi
N
I a I
x
l G
N
1 1
t
�>Xtr�ensut
� .—
.
EAETIM Raw
fyft•J1EfE RFLDVLL
wSw�KT REPWv4
��fa���FiP�iEmDR
� uYovF smiomD
O R�cPIDR. W [E RRMTYAf PFR
TRGE
Q RNURE UTILITY UD
�Y,Tt a4�i/i1 FErq'
glUfiw�iFR V4VE 10GwIX
transpo ; . �, —
k and �m�
BID SUBMITTAL
n urr Ef!
Ri deml Way
DIY
Cantered]f°�
DRfiTEo x
S 288TH ST ROAD DIET -PHASE 1
asz3e'
w+� '"
— 06
qEDFA/ivuv uNly
°p�n°m
NIW y
�� w
,4
SITE PREPARATION AND TESC PLAN
45
fAivOFFED6w.w.RV cW
RMlOVED
SEC.33 T.22N. RAE. W.M.
SECA T.21 N. RAE. W.M.
P,�wKs�
SM PREPARATION AND TESD LEGEND
9ANCut �14 ----�—
CaRU1EfEAENw.1L
A6a1Ali AENJVK
RWgwv 0.ANxc
IiaET PROTEttIWB�
611E PREPARATION AND TESL NOTE6
Qi -TXL I P nlll RmlErnox
wsoorlG4�w+00.
Qz uNwE ml�Rn6
� owNA � IDw�tirn.xnTmaL
Qa—Tum'nuu
© .lW USTw.iEA VMVE is G..�L
oNu�IN.N�0.E
I,anspo,;
BID SUBMITTAL
Federal way �
S 288TH ST ROAD DIET - PHASE 1 36238
N SITE PREPARATION AND TESC PLAN07
as
SEC.33 T.22N. RAE. W.M.
SECA T.21N. RAE. W.M.
z
❑
NRE
—N—
gOapwrEtwlxG
(D NST-$I—MA,N
INLET PAPOTECTOR
fES
PER
G) LAY
PER
T—
PDIUST UILITI LID
"'NEIDNIT-11-111"CE
1�, :.UiIT —TI. _
o NLNN10LE
T. DIINDE
L BID SUBMITTA "I
36238
Federal WW S 288TH ST ROAD DIET - PHASE 1 F
Centered co OpMrrurlt�r —08
.—At SITE PREPARATION AND TESC PLAN
45
SEC.33 T.22N. RAE. W.M
SECA T.21N. RAE. W.M.
G
>
a
uttwer.wanon gsc UE.up
0 0
4 j
coy.-nerezuovu�
a ¢
I I
,.�•LLi n�.ovu
0
z z
0 0
L
w w
v
wF�.-rec*nn
�7�uatEscrareg
— � r
S
iF----�_—�+:1� r.
%
p Inso—N 11LerCO rce
r
wso,m Rrra xim
na S
r
�cuv xur Wren r.au�
5 id'd� :7 �.f
f
� .oiusiunuiruo
_ _•R/—• _
�� � /f //
Q5 uwmh crux un. rend
©.nrwr wlln r+�rneWf
S
uvunti—LE
_.�..e.. -
BID -SUBMITTAL
Federal Way
Eaple[nd on OppuNuniy
S 288TH ST ROAD DIET - PHASE 1
sszae
.�
w�
SITE PREPARATION AND TESC PLAN
t�r.r, ..e
ern.�s Ern
y
.
SEC.33/34 T.22N. RAE. W.M.
SEC.3/4 T.21N. RAE. W.M.
ur[ w11ucncc Lco6[>;
L
L�-�
U
aa�oVMr 0.�NG
p
I
�
R3Q �
IN.Ef aNa'rECrlp o�x
•©
W
LL
�lPAFR!11ASIdi NOIEiGj��j
v.o
Q�drjfiwo qIH� rr
KR
Di ..wusrumin uo
Mz523+3Y1i 5T
z wwu «�:+ u'�`
V
Os acwwE LINKrexce
i
I
I
I
f
I
f
I
I
i
.F
BID SUBMITTAL
crif op
t federal
E
�" �"
S 288TH ST ROAD DIET - PHASE 1
; 23;
�..
SITE PREPARATION AND TESC PLAN
sM 10
. ► Way
aarn[ared CnponN[y
��• FW
?y
m
'roF.EOEn Y cw
as
SEC.34 T.22N. RAE. W.M.
SEC.3 T.21 N. RAE. W.M.
a
Y
3
3
w
0
w
O—
S 288TH ST
-
w I
>
rc
�
w
w
❑
W
O
(L'
U
t
-
�re rner>sa�mx �Lrm tExcJ�4�
mxwneRF.wvxL
_
L�
i
Qi ixssuLSYeupesN
ixLFiFwi[cnox
xoao
xx
++
20 PFuorFF smixnc
0
PFx
irncu
nn'I
ztei.os[aurgsoaow�r
-
sc:
0 soluss unurr uo
—
D�w��,vxuxr FFxa
©,Loi�f w�>•Fx vuvF
rocwLOF
4.___
�i � xxwxaF
rrarspo
BID SUBMITTAL
[JRAW VER6RINIREVWN1
S 288TH ST ROAD DIET - PHASE 1 36238
Federal Way
1 q—nunL`
,Ccnr�reun ry �;=- SITE PREPARATION AND TESC PLAN
Fus�µsis2MU
�W
SEC.33 T.22N. RAE. W.M.
SECA T.21 N. RAE. W.M.
N
O
K
�
I
6
r
I
1
�
1
1
J
`
S 288TH ST
w.r.
I
N
I d
S
1
I
1I N 1
„r
�RrPRK�E
PAVING LEGEND:
3v.� tin apCwn.opr[w.-
GR.�Nr RERMi
oEfERARE rW t W NG 6U HF.�E
-Tl- -M.
PAVING CONSTRUCTION NOTES
O v�iSr= oMw r� IR gp{wyH v.RR Ro
.ME w REF EiswnFEnmFw
u_;Wate.
Q. RRrntol �o 8�ED i D
uR1En wRourt Iwo oRowmwa
ELE
0° � :rrms,.nanr.,na �..R wm. wRE
oEtu�Yv.F, Col��p*Ki i*WC PSlka
OaW4 ua cuEM,1r Ro.OW.r RFA ivgc.LSECnw
+Oi ws}Mi!`.E=OuO�TR.rnc=uRR RERcmv
#MGiE rt-M ll.
O:balRL'C!.#ux.aa�E cF]aEYf coRCREiE CURB F4
uanspo C '..
BID SUBMITTAL
S 288TH ST ROAD DIET -PHASE 1 aszaa
A Federal Way �RREo R _ . -
�Mtz
Cgnlgmd on R`ppgrLiruly - „„ .,�9
— PAVING PLAN
aua E""oEnun. w.r a.� a11i�+nR�.w
-_ of 45
SEC.33 T.22N. R4E, W.M.
SECA T.21N. RAE. W.M.
I
N
w
G I
a
Z
�
m
PAVING LEGEND:
�Ac+�rA GpM+a N`+esr• I
,.vEUEHr AEP"n
�
S
N
1
�
1lus anwr.wrw suFFn_E
PAVIN'CONSTRIICTION NOTES
�
n.oam -NTCr: SE�aP.
nvlw MLMaotilu r.e
:� ._
n�c�'x
f:ieTH
f
f
1
�.` J
-��ww ax.a.o+ri. raw n�wwnoa�w ,w
VI3 rrE..""E.111 c-sw
wio�inov,.ws>♦ermc.LsE.r EoE-
� �/
=
le
e �
r
`
` - i�✓�
r
,
-
-- -_ _
_
- .rr�aar�e.r•.brni We w�.._ _
L — JJI
:ue'","a>om.xErao s..muroo,u
>�
-
i o
0
0
w
>z >
>
¢a Ja
G
w
W Q z
Z
LL 2
w0
j
_
N
o
N
N
� �r�nspu r
810 SUBMFTAL
A Fades! Vllay
Centered on Opportdniry
V
u Eo ,.
S 288TH
ST ROAD DIET -PHASE 1
�
'3s23e
PLAN
—13
'^
111 _
PAVING
a 45
SEC.33 T.22N. RAE. W.M.
SECA T.21N. RAE. W.M.
w
a
Z N
w a
N F
W
K � N
I
w
r
a
0
¢
z
cIwwic s.x_
- `
w
W
PAVING LEGEND:
d'
_K ca,cREfE SOEWKwotl�Ew�r
a
❑
PAVING CONSTRUCTION NOTES
OMan�ma �q rnlvnawi�aans
.r
r
�?gn.'JTpl �q is •-t
Qc�c .dce,,rlwe+.�aara c.w�.
o vow as �orcr�vc�c,n�.v se¢
�:-_�':•- � : ���
�
c�
.�
� w�33e}1. .�cnunom wrws.,wo..o
QQ mr- .r�.y7*a�Avuc�rM OEa coFw
a.+crw P: ��.ar.G.ix. vlourr+ue
0' a+�w.n'r�'.+•°Easnepl,w.ffu:Ela.wo cen coFw
f , r�
•
//f
�
�
f
� Pomx�mm�•„c-aova+w�rc.�rrnr
— —
— —
• ..cnr �.naa�ar•rala•sws•�.
roonr.c w,rH euwm m,oul* Iwo caouNa..
E.
1�
BID SUBMITTAL
GPAwIN6W UCPJILOG S 288TH ST ROAD DIET - PHASE 1 sssse
Federll Way 0.
centered %1nvnlry 1—y
E F� �'. �,4. rw PAVING PLAN
SEC.33 T.22N. RAE. W.M.
SEC.4 T.21 N. RAE. W.M.
3 3
w w =
> >
o m
PAVING LEGEND:
CBeF fcoN[FETE 90EW4KOnIVEWAv
ME
�Asa�ii{vya J
OMVEL
invaIxwirRs,rr•.-J
vIME 1O-
LWi4 �MiY HA•
_oiSiMl I--E
PAVING CONSTRUCTION NOTES
Oryny�i� . P[inwQMo aw xn n
v'•w OETNL 9EEis n-n
O� Cinn�]rµx gcrlou
OR �i a�.x��asEcnw cw mFw s.vau+0
9�EErm
p� tranSF07^
i BID SUBMITTAL
' �e—.a �. e.i .n m-.0 wYtk� •StAHING VFFSK\L: FAL6v LOiF •rwo,tc'•
S 288TH ST ROAD DIET - PHASE 1 36238
A Federal Way 9R15
PAVING PLAN
�EA.L Er.Eo
FE"o Eo o. 45
SEC.33/34 T.22N. RAE. W.M.
SEC.3/4 T.21N. RAE. W.M.
PAVING LEGEND:
anvexr COxOlErE 90tKVAWItIWv
oMVE�
OE1ER/9LEwudIeG EUIF�_E
-
o�wE.o�E�.
C
PAVING CONSTRUCTION NOTES
Qs cRoµHsr� not wrsEnior�reAmtaruioxm
Oovrga.c.�i ••'w.cwr.rm
y¢p o
inrt ;wT
�7
BID SUBMITTAL
Aa^ deral way S 288TH ST ROAD DIET -PHASE 1 ` Z36'
Fer r {� _
{j7' cc 16
as
A.. E.unay np�pOW,,,,, '.;.. � PAVING PLAN
1 wwN.LrtvOFEEOFAKw.vCW �I ^w •vaRO�£0
c} %520THST\
1 �
CURB RAMP DETAIL - NORTHWEST & NORTHEAST
S 288TH ST & 25TH PL S
25TH PL 5 — NW CURE RAMP DATA .
�eNi 1AW.
�1A 1tI L•[
i-.
IN . yr. T. ra.
no^. 1l4r
fu w r,cv. WE Ilm D-r:Y
!'
•.m N-« •
T
Haw
!iC w-s.0
a
��,«,.,
wr,�
a N v
•�.n
rs we.r -.
,sT .aura
•vaH
wT,r, ,
.rt.i, i:..E
aa.r .+
«r»
m.•.r
�. .w
«r...T•wa
r
..
a �r a
•r
...m.
CURB RAMP DETAIL - SOUTHEAST
S 288TH ST & 25TH PL S
_
BID SUBMITTAL
Federal Way
�,
f
S 288TH ST ROAD DIET - PHASE 1
36238
ter, 7
ffm
raoEeoaNpDnDry
��
PAVING DETAILS
�o�o
j S` /ST
f
I J
CURB RAMP DETAIL - NORTHWEST
S 288TH ST & 28TH PL S
S:2114�H ST
rr�
49
A.
s
r
�L rr
CURB RAMP DETAIL - SOUTHEAST
a
S 288TH ST & 28TH PL S
�aarvof
BID SUBMITTAL
V
Federal Way
_
f%UNINGVERNONIREVISIONLGG
S 288TH ST ROAD DIET - PHASE 1
as2ss
-
1B
Camurad on Oppurinndy
w •
PAVING DETAILS
45
[o�m�uvur
.i
—
sly
r
l
CURB RAMP DETAIL - MIDBLOCK
S 288TH ST & 28TH PL S
- - - -
Yf
a oa
i W
# <
F
_7 AR v
1 j �I + �j, fw f ••r may. 1
CURB RAMP DETAIL -NORTHWEST CURB RAMP DETAIL - NORTHEAST
288TH ST & 30TH AVE S S 288TH ST & 30TH AVE S
S
a,SFC /
BID SUBMITTAL
Federal way" "
DRANING VER610NIREVISION LOG S 288TH ST ROAD DIET - PHASE 1z38n
19
r Wc�rare�apporiuny PAVING DETAILS
45
]9TH PL S - MIDBLOCN CURB RAMP DATA
may
.cur
^'s
rL
ssw
nr,.
.m
u.:
oP+
us..'
sTA
ar•
nFr. m" sr ara
,nlm•.,
>a l.�
ar�.x
.�Muati
r�
30TH AVE S - NW CURB RAMP DATA
nDar
R mC MR
W.
[ti[V-
W
Ort
iKYirA i:.{ .rA r 3fY
i]
u-�rt In w,
nrdn
IH x� .•irt'M•al
o
11 ,1
����
sPTN •VE'S� pC [+J1g5LPAMf•DAiA�
Sr, '
�kY9.v
i3IV
:i• dN.
SrA
R.
an—�—
—
rx�x, ,r�.,
w ,
`I
wL•w,
.'� "".
,r�.,
w
if •s'
�
e.rA
I.,xn�
•
�r� •,
�. nrno-
ROW
LL
LL
.n
M
SCALE
1"=5' HOR Z
w
f
1"=1' VER2
w
m
p 1
" w
OFFSET
OFFSET
a
DRIVEWAY #1
DRIVEWAY #2
STATION 44+15.6
STATION 45+37.0
3
franspogroup `v%
BID SUBMITTAL
O1N O!
Fe�de of Way
a
tee!• ..
�•
IXUNIN6
VEP610NIPEN61°NLOG
S 288TH ST ROAD DIET - PHASE 1
T36236�
�. E
_
m_E MN
20
u
PAVING DETAILS
45
— RO
ROW
n
.�
T. 10
o
SCALE
o
1"=5' HORIZ.
d�
w
1"=1' VERT.
w .
OFFSET
!
OFFSET
DRIVEWAY #3
DRIVEWAY #4
STATION 46+17.9
STATION 50+55.3
r
}
i
4 transpogroup All -
BID SUBMITTAL
i
Federal
Conlu�re.1 on Oppoflunhy
�"��`"c
S 288TH ST ROAD DIET - PHASE 1
36236
a
PAVING DETAILS
I
...
r riDW
I
— OW
inc
z
,
I
SCALE
Z
�
1"=5' HORIZ.
w
V=V VERT.
w
3
-w _. � •R
n
. . a .
p
.w
{`
F
OFFSET
OFFSET
DRIVEWAY #5
DRIVEWAY #6
STATION 53+23.4
STATION 54+D6.8
U2DspogroUP Yr
—
BID SUBMITTAL
-
Federal Way
ORANINGVER610N/REVI610NL
S 288TH ST ROAD DIET - PHASE 1
36238
,"
sM 22
Ganlcmd on ayppnrh,nily
R
.`
_
• �,,,..�,.
PAVING DETAILS
3 _
6o6�"�w:.��
a as
SCALE
1"=5' HORIZ.
1"=1' VERT.
F
z
0
a
w
OFFSET
DRIVEWAY #7
F STATION 54+49.4
4
}
transpogroup 'IF
BID SUBMITTAL
�**� `° " �S 288TH ST ROAD DIET - PHASE 1 36238
A Federal WayE°
Cemerec on Opportunly r�.Y..... ' -
d I
R TM.�a w..� 9� PAVING DETAILS
"F��
a a5
SEC.33 T.22N. RAE. W.M.
SECA T.21N. RAE. W.M.
SGLE
=A•:�Ti4pltlr6oEllHIV.Itllii
:,
iaa � �M rn• w fECE�u
w �. rnlrawrtursr_ caanAa oE.:Ea+w,r.
car.�i,.cirnmMiwns.erfn
I
I
n � oErIEN.nonmarS—BE—Eu
xrare ucrara
i I
I
F3ED
EN o�+
ar rnEwmo
�wr"o`n°w&r`
11 .nEWSrMOUq NSr
uErEFour u=rsAMrm4an
p
_ —
EMaMEet>rAl�ffxa DEnmM¢anveuwr
O VEuuM r�uT IE Mrunm 111ME-1.
Ev
_ — — —
— —
S 288TH
ST
THnucna+.crinnESewi+e
CrED4r THE EMpIrEEI!
sr .rmri w+x a E w� �•crwS..crwrr
_'�
a.Errw�E.cfm
-
ryr
c n +._FnsrcrylrwM.s=.+.�s�o
f
niM�e'n.EIA •�WNttG �ir4 rn.rnnixa �'n to
T..Eic�n t" l-.tw nOrn ono Wnor Tip
f
•� r
xET.L. Ennra uu cwewcwv sEor
1
�k
� Il
i:: cansrnucna•No E.
��irw� �w • �Er-�Eowlw
------------
_
r
r]
GI f.vc`•wni�Me co:..r.r.wwaw
mm
w
>
z
a.SncwoEnnrmr..r�ir �T+�r�
I�r.�:
r er+rauw�n.rrm.:
a
o
0
I
I
I
p
�
� I
I
transpo,. '°�
Bill suBMrrr�u
m.a
Federal Way
—ED
S 288TH ST ROAD DIET -
PHASE 1
36238
w
—
�r�
-
n
PAVEMENT MARKINGS
PLAN24
a 45
SEC.33 T.22N. RAE- W.M.
SEC 4 T.21 N. RAE. W.M.
I r I
� I
P
� O �
� N
n v S 2BBTH ST
r
I1
t �.ae.>,. nMc.r.wwsoa�r.ecw*ra
a s�o�w.c a�w ron tune rnwsmw oe..ns
I
to �
t Git%:w ilCu ai[;��
1 1]
�� rusrlc DWetE veuowcFMFAunE
� ?MPI�rN tlW1�f--ilV�iw[x�nl P[n cant/
� \
_ _ t
sf+r6t�Prew sty
r=t ��em�CN [�axHW�P[n=orw elwmno
���
i'MYt1 WNr£R 9o�twE swept aEn W.voT sr�.gMo
- - ----Z -\:w-, -
1 BID SUBMITTAL
S 288TH ST ROAD DIET -PHASE 1 36238s
j. Federal Way
PAVEMENT MARKINGS PLAN �Mzs
{ 0) �.�. �.. .., ar 45
SEC.33 T.22N. RAE. W.M.
SECAT.21N. RAE. W.M.
c
pores
n sFE 6RFEf 5, FOR PRVEUEM wAgna oFNEPR�MiEI
) GONStRUCTI[N POTEB
—TEPP OaLNIu¢—PERwSDOT
54
R�ei£E1Rly�R4lFIcwOE UPE�.wse W=f
gt✓}clCll?W +i ]Faun PEP�aAVY�
ere .a yu
) xv"�e ae, �n.PoeP°G10 w�°wwxi"rx: kv�
.44�WYtE, iURu cEM@+LWE PER coFW
� 117 PwnEOEmEunE Rm coEwsrun.Rovw
,v�� �nswne RRr*EPR REP mEwsrRronRo
e'er °�e=q��e.r�ie o,oMi °EnwPo
) �E=.wio rrPEm F�pTR�EEic� EOP
)�As+sa.c>avPRneR ERA RRx-:nl
mvRr„a�.nG[ni�wv. P�
transpol., f-
BID SUBMITTAL
1{ � S 288TH ST ROAD DIET - PHASE 1 36z38
7 f CVe� W� o�wPEo —26
PAVEMENT MARKINGS PLAN
wF oE"� Eo 45
SEC.33 T.22N. RAE. W.M
SECA T.21N. R.4E. W.M.
II I I I I
a I
w I m
V r
v
V /
a r w I w
� a
U
I I
I I
� �I �TryFpaNlSa1]YNgNu uArwcMo+�N
n re� Icr �rsNr�u�PFnwrx
�.wim51� Euf aneo� PEN vwoi
�w.NtaarN r+A xi
Wa�rAaANp �wilt'HGi uNEltt�4ula]
mw. nrE. N'7� Fn— lv�'q.'�
vMEPNga,Ep Mlf.OfR]EREr�EW uNE
Ir�'PE M PER VLOT nMON° R.rN 4A.in
�]C Ii'I�Pa'rG lt�wr�CB+rW ISE PEN caFl
mw. tie •w
a.w.. nauus++.+�cr�NNR*.+vucrwE
:�Eu]rrn.Em.�]rxs uc r].
w�worEr=+ra..-�cw P.nn Poi allo
v.«NEPwnc mEm M1Ern i FICiwNove P°N
w si;.N`or.�oi nuo.wo a�ws.i.]� ow
N ]' R rwrk:rwFeM. wE. bq rte�Nu:
=LLwff Nra •.m:nt'T.2rl a=r+l wig
c;anspo V—
i
BID SUBMITTAL
Fff" w r E°
S 288TH ST ROAD DIET -PHASE 1 36238
Federal Way - -27
.tap rely PAVEMENT MARKINGS PLAN
45
SEC.33 T.22N. RAE. W.M.
SECA T.21 N. RAE. W.M
vEPNIc S:KE
NOTE!
A rNE Wir NaON nNwYEN[wvew c¢a�L aOTis
Oi 05EFU glr6[e
0 A'MaLRON ,F1� rw'VCn¢x[w
O C��ON��WnEsrwfoL PEN wsooT
Q trabmdOwcnil ti=NPa6,PEn==—w
IMITE wy,EEOnranmsam—w,o. ETNUN E
mPE
0 t3lnlYaA6YM�LfPi TW1—ER LINE PEA GJPw
�IaN11Yln stt
0 Ilti EO EWE UNE PEA caFW siwwD.WO VIA
O YnG ELEICTTPETELILEPn�tafiGY�/KPdi
=arN/Ivemu rEiugwow�w LLiw.wV
OAn,Wr gP.wtitxx
Oe'wiN NErao.RLi:rtYEfNCY
transpo ; ,fir
BID SUBMITTAL
A Fe� µ
S 288TH ST ROAD DIET - PHASE 1 - 23er
deral VVay
Cantl utl ❑n Opportunity. Ago ,� PAVEMENT MARKINGS PLAN �i za
45
SEC.33/34 T.22N. RAE. WA
SEC.3/4 T.21 N. R.4E. W.M.
t
A/aMc s-w�[
i
NOiE3
Ov CPSTalsfrw arty= li r... w I. a,.
O np��YWnCV��"�i!'ry:c�viFn�ua
� e�mamoa.l r�aiwscen coFw
NE"Mcoo
�' ir�ewAl�Ey i�aN�i��I�,E�A�oFw
O ��MRcwAe�'mcE�W_te�•urlwa-. ..
(� urS�.G r
e /
�a BID SUBMITTAL
S 288TH ST ROAD DIET - PHASE 1 ni36238
Federal M-W ,0 - �, 2s
CunmreduDE,,Rsppartundy �_w.� �,�, PAVEMENT MARKINGS PLAN
m s2_ F 45
SEC.34 T.22N. RAE. W.M
SEC.3T.21N. RAE. W.M.
I
I
❑
❑
I
I
�
t
NOTES
11 —T1•FMPA—xooP»EU—TE
r hIV RyW nrSR �7R��+iv1'ti?irFAUNE
WYI��K r�ni�N�� EsrueoL a[n vsooT
�wwer�e F..aTc r,�wemnawe.
rimE WsLm wun�cm•Tfl rrE,mo� uue
Eo�aanwunr a.l4w+�.Nr.�.,n
iveo-Rw�w. r LEFr TwN cwrm ur,E PEn cores
wx' nrweTwEmhEm ra.Frlc,wnov6 Fon
rinw• -T L.wE Pea coFwerw•owo owo
�rn�"co:Fwrw �mii49w�.i e:,�c. �
transpo r t�r
d BID SUBMITTAL
�rFrEo o=
`� �'6y °"' N"""� S 288TH ST ROAD DIET — PHASE 1 36238
Federal Way
•-a;w,,., PAVEMENT MARKINGS PLAN
SEC.33 T.22N. RAE. W.M.
SECA T.21N. RAE. W.M.
to
--E
SIGMNG GENERAL NOTES
tl e .cmnezauuee ee.ureouu�erne.r.xe
.r eo.sximiuen��q�,.�y�zs
tt
ew...n.�
LEGEND
Ewbnx, — (a)-=.-.'ILTE
O EwVx rorE O E>�tll c.fmx�[IiE
® xEW 9ON roTE
tMrnspo _
i
BID SUBMITTAL
i
S 288TH ST ROAD DIET - PHASE 1 36238
F a Eo
� Federal Way -� •w
Cunlamd enbppDnlly
SIGNING PLAN
roFF�� tee. �rEo ..
SEC.33 T.22N. RAE. W.M.
SECA T,21N. RAE. W.M.
J'b
NOTE6
I � ' I N 1 �I f[[�w�[[rx ww,txiEs.• WW�,OJLLVx
p I
I m •� m I
ti
I 2
S 288TH ST
y _ — -
n
I I I I
iiansp0 F
BID SUBMITTAL
S 288TH ST ROAD DIET - PHASE 1 3623B•
A �mi way ., .
f v &hft rod an apporWnlly
SIGNING PLAN
a 45
SEC.33 T.22N. RAE. W.M.
SECAT.21N. RAE. W.M.
a
4 1 m
I N _ EQf f
S 2BBTH ST
J r'^
NOTES
[fafiSaO_.- ,,r, 1a
_. BID SUBMITTAL
f& _ i`� OfUNINOVERNONIREVI610Nl.OG S 288TH ST ROAD DIET - PHASE 1 -Z38�
FeSJe� Y%4y suer 33
�� nrerod E�Ppmlunv SIGNING PLAN
F 45
3EC.33 T.22N. RAE. W.M.
SECA T.21N. RAE. W.M.
S 280TH ST
-- - - - - - - - - - - - - - - -
Ij
IE
t
NOTES
(ranspo
BID SUBMITTAL
S 288TH ST ROAD DIET - PHASE 1 36236
A,Kewdefal
C�L red an Opp! Way
TH Al I IE- SIGNING PLAN
— W, --
SEC.33 T.22N. RAE. W.M.
SECA T.21 N. R 4E. W.M.
c
y
3
3 I
w
w
..� iyr� �nWwEw wnaroi[owu
I [f8n5PG. ,J•��c7(�
BID SUBMITTAL
�61YO,"" "°�R90H, S 288TH ST ROAD DIET - PHASE 1 36238
Cera1 ■ `i��.. ay 5
sR.3
xCe11° SIGNING PLAN IF 35
K
SEC.33/34 T.22N. RAE. W.M.
SEC.3/4 T.21 N. RAE. W.M.
NOTED
i � res�l�Ill�waril�raM ansHlfJ��
V i
Lo
i I v I
I
, � I
I f ±
i
�I
cranspor
- �- BID SUBMITTAL
S 288TH ST ROAD DIET - PHASE 1 36238
Federal ! 4 Ow�N .a �q o.a •AInV.0
acsiar<o rvx
p Cenia -d an J Vpparft n j?y n — 36 SIGNING PLAN
1 4s
SEC.34 T.22N. RAE. W.M
SEC.3 T.21 N. RAE. W.M.
K ❑
>
> w o
> a
f
t
NOTES
transpo _
BID SUBMITTAL
a"`"°�E�p""�"`""� S 288TH ST ROAD DIET -PHASE 1 F37
A Federal %i_* o tt „�
=caumpa°y°p�P°"n'I SIGNING PLAN
�„�r�
lk
i
3
a
§ „�nsl_c r
BID SUBMITTAL
r-�l way
_
_
IXtAIMNG
VERSIONIREVISION LOG
N,r�
S 288TH ST ROAD DIET - PHASE 1
36238
.� "
C[mlomGonPAGar+u�u4�
SIGNING TABLE
�.r.36
_
.
45
Y
Nr.*n
✓OQ
N.
61
vnlr.a
b.
bad
M.
ad ei�ti•me.w
.-N!M
.x■��ms�.rFnr�
RRFB LOCATION #1
N `
Q
Tf {i]..uurre�r
S 2BBTH ST
r
LEGEND
x .s-a mue-e 7�
Em,x.r n,�.suiyr
CONSTRUCTION NOTES
O �n��in'I I��W �, auv+onura
°us�SUTTO" aO"z.war,•-'
RRFtyB LOCATION #2
!A
a
x
S 288TH ST
=
RRFB GENERAL NOTES
P 10—TIMS WTI
O vwu
mcN µoFo°u"o.nc"s
r gam��aror~wnm-
1 Evnb S Epr AWMIFTHECRossVMLK
"miw'rwr°Y1ia�rai"n �amo.swr.wrirti
Oc,Tw"O111 ve IMIM—-ES
"THESET`Iwws u,E Swncpwre n"o
v�.TO"Es.wourw"mw. pw.cron mw"To
�wccr�ir �carrt� nnrcron ncLTT Tw,o T_ T"EO.wr..f TO E-T NO
unuInEESREE:7 nm�EnouMT.a"smr_nov_AFFE..crinnez
El TO
"Ez�I_,"Or TKE.v=Er OunuTv.wE"c.
mwuNw.—uII TO GE
aT�.oi-w"DAT—S
-TT;slK=THET"lE=,l whosK'�"111111OR
�reitiv pr�iva�m.0 `�"zuwe rner
UY).sp. !
-- �—'ML!:,%= BID SUBMITTAL
"� RP'�""` S 288TH ST ROAD DIET - PHASE 1 3s238
Federal 1Nay
6a„Iemdw,t]ppml".1 RECTANGULAR RAPID FLASHING BEACON "T39
PMSE E�""—"' (RRFB) PLAN of as
u T a
wou� N MI�J T
TYPICAL INSTALLATION I CUMET PEINSTAUATION
NOTTO SCALE NOT TO 6CALE
R55[AN vgoa NAPIR, 4: �.N'_qj Lg�t]ETA1L§
< > I
°R
]O" M - I'll -I
euuc Meuac a euo� a
FLUO ENT FLUIXiE NT OPESCENT
-LOW-OiEEu xELLON-ONEEN LLOW-OWEEN
SIGN LEGEND
n
CURB BASE FOUNDATION DETAIL
NOT TO LE
IM
# uanspc r
i
BID SUBMITTAL
crry op S 288TH ST ROAD DIET - PHASE 1 36238
. Fades! Way
IT"Alld FWinm l>n OppCrturlity NEON �,,,, RECTANGULAR RAPID FLASHING BEACON S,T ao
(RRFB) DETAIL of as
%s�. �..
�,�FFE�Ew.LWw. �.
GENERAL NOTES
[s IuuTml PHrt 4 arr�ar' rtouu ur�niwow �•
wsrxucnw ev.[o eurysl •w] e[ a vT[ oLwxc
• � - 1]s]wf-eTm
>alss]->m0
•-i•[tMN +ve - ynfti¢be.uao•�n�.»
VV r�p wKrucr� Ms�cnmc .or •ar •u [.sr.c runP[s
ws/�.(ciwsrwwcn 1cmuu.�icouxn cwl • ulxouu non
wpU[eilp.[t 2-Vv
rR.s ]i••noa
»tilcw►i�
ua72— [L i
vartou uc
xc�sWiysl M[o
fir[[ An*[ w�[•01 nsrxuo •s ortcrto er M [.u.[[.
I% -I s.us a n txa�H. u o casvr
trarspc
A Federal Way
��cenlerod on Oppanurrn�
SO un _0N
T.
ICS
.us�Au[wai T mT e•oM•cx .1. rxc —1
F.
aM uP[[a y r
�ipLO�a�.wv�i�V'? •x'![IWLi.e�..�Y AMA.
OtY�•i ]� i.wM w i i YN w autN w.rc� m[
x,—.G [usrwus nw x[/w[nw Tsu•¢ suu ems[ cosr[o
u.00W T.Ww[ reel
HIS Yn vwMl Bsn.L •cs
im sit . car . ` oaava�
SIGN SPACING = % (1)
el
IM•a i+rl.W yILyL[
M! NYC
i smLW • W.rn •d.[v
BUFFER DATA
]FnG11N[•.1 purr!+ vvI -
SPEIO [Y
cC (ET]
TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R
HOST VEHICLE WEIGHT 9,900 TO
l4000 BS
HOST VEHCLE WEIGHT a COO LBS
•M'Vti Nw.I tln
n.
f
-w Im
PROTECTIVE VEHICLE (WORN VEHICLE) = R
MINIMUM LANE CLOSURE TAPER LENGTH = L (Fr)
LANE IDTH (Fr)
MINIMUM SHOULDER TAPER LENGTH = L/] (ET)
<I
b M sf 1K ]a
CHANNELIZATION DEVICE SPACING (FT)
TAPER
TAV n
H
F
N t.[
bJ m
LEGEND.
O
aYtlp v rr•a
+letir +W.iI cm
S 288TH ST ROAD DIET - PHASE 1
TRAFFIC CONTROL NOTES
AL
36238
— 41
oe 4s
SEC.33 T.22N. RAE. W.M.
SEGA T.21 N. RAE. W.M.
SIGN LEGEND 99��
.i(1 .� iONf IAYE
Ai4f F Mu—T
O Op ,l
i�
o
BID SUBMITTAL
S 288TH ST ROAD DIET - PHASE 1 rn36238
A Federal Way
Ca Wed an OOppeaunll - • s.r 42
Ems. � TRAFFIC CONTROL PLAN - STAGE 1 0. 45
SEC.33/34 T.22N. RAE. W.M. — —
r SEC.3/4 T.21 N. RAE. W.M.
SIGN LEGEND
a^a
� 0 J
• a .38TN ST • • • • ♦ • • • . '
�e x
5 288TH ST i
transpo
BIDS MITFAL
Cenlored vn ❑ppoRumly
. Federal Wayryy
�_ __
OPAV.ING
VER61GNl REVI6IGN LOG
S 288TH ST ROAD DIET - PHASE 1
3623e•
31J]5 Tx •YES EOEni w•v w•vla6)
RpN� (}Sl�..cxim
f E" GE�w•. =o.
TRAFFIC CONTROL PLAN - STAGE 1
� 45
•• � •�'WIM prcn wf �
SEC.33 T.22N. RAE. W.M.
SECA T.21N. RAE. W.M.
SIGN LEGEND:
Mus
IFII LWE
1�R 0-2
Musr
CD O
OO
,-T .. t, _ LL
� w :Ilnn
w.,, •N r.r
s. � � .,t'!..a
`—
a transpo �, J�
im =
BID SUBMITTAL
tl�TYpO!
3 A . Gwderar Way
'W ••
.1
�,,
ED.Ig
fn O.If
GVER61(NJIREVI610NLf
I WRS
S 288TH ST ROAD DIET- PHASE 1
36238
o6sa Eo ocn
load aDE pWortunuy
F,,�„�
RE��Eo ,�
.f..
TRAFFIC CONTROL PLAN - STAGE 2
—44
of 45
SEC.33/34 T.22N. RAE. W.M.
- d. SEC.3/4T.21N. R.4E. W.M. -
N LEGEND:
0
O
wu .
• S 299TH ST
O O
.. r :ram .de • 'o" ""•'
�j� • • •� • S 288TH ST • — — — — — V
BID SUBMITTAL
�
w+r ao
�arror P�wl'iRYeA&aYi �NGtlN cYi S 288TH ST ROAD DIET - PHASE 1 36238
o •ed. Fefleral Way - ,'
TRAFFIC CONTROL PLAN - STAGE 2