Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAG 22-035 - ICON MATERIALSRETURN TO: PW ADMIN EXT: 2700 ID #: 4156
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATING DEPT/DIY: PUBLIC WORKS / Engineering Division
2. ORIGINATING STAFF PERSON:
John Cole EXT: 2718 3. DATE REQ. BY: 9/29/22
3. TYPE OF DOCUMENT (CHECK ONE):
❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ)
0 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#): 22-035 ❑ INTERLOCAL
0 OTHER Change Order
4. PROJECT NAME: 20ZZ Asphalt Overlay Project
5. NAMEOFCaNTRACTOR: CPM Development Corporation DBA ICON Materials
ADDRESS: TELEPHONE: 206-574-3931
E-MAIL: kevin.iewett aaiconmaterials.com FAX:
SIGNATURENAME: Kevin Jewett TITLE: Pro ect Manager
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. / /
7. TERM: COMMENCEMENT DATE: COMPLETION DATE: Until Complete
8. TOTAL COMPENSATION: $ C01 +$50 576.80 Total: 3. 26Z H78.75 (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: a RETAINAGE AGREEMENT (SEE CONTRACT) OR IS RETAINAGE BOND PROVIDED
❑ PURCHASING: PLEASE CHARGE TO: 116-3200-250-537-10-635
9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
A PROJECT MANAGER JRC 912W2
squ�.ey yi rrn Marc -
8 DIVISION MANAGERC {/eT 7 1 r '%'a•aroc
8 DEPUTY DIRECTOR
6 DIRECTOR EJW 11/10/2022
❑ RISK MANAGEMENT (IF APPLICABLE)
A LAW DEPT KVA 11/8/2022 r7 r7
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: I 2 LC- COMMITTEE APPROVAL DATE: 217/22
SCHEDULED COUNCIL DATE: I5�Z2 COUNCIL APPROVAL DATE: 2115/22
11. CONTRACT SIGNATURE ROUTING / /
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: / 1 b 1 2-1L DATE REC' D: ,k 1 24 l z:Z
❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS
❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I 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 SIGNET]
❑ FINANCE DEPARTMENT ,
❑ LAW DEPT
8 SIGNATORY (MAYOR OR DIRECTOR)
W( CITY CLERK
❑ ASSIGNED AG # AG# k
❑ SIGNED COPY RETURNED DATE SENT: jq
COMMENTS:
EXECUTE • " ORIGINALS _
1112020
12522
PROJECT NUMBER
CITY OF FEDERAL WAY
CONTRACT CHANGE ORDER AGREEMENT
AG 22-035
AGREEMENTNUMBER
01
CHANGE ORDER NUMBER
1 112 q /22
EFFECTIVE DATE
CPM Development Corporation
2022 ASPHALT OVERLAY PROJECT DBA ICON Materials
PROJECT TITLE CONTRACTOR
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
1. PER FIELD DIRECTIVE 002 and FIELD DIRECTION (Attached)
Add additional Cement Conc. Pedestrian Curb to ramp designs.
Payment for this work will be 230 linear feet added to existing bid item D-24 "Cement Conc.
Pedestrian Curb". Also, 24 additional hours will also be added to D-3 "Flaggers".�
Increase contract working days by 1 day.
2. PER FIELD DIRECTIVE 004 (Attached)
Delete the 12" curb, and place a 2' wide black detectable warning surface per WSDOT
Standard Plan F-14.10-02.
Payment for this work will be paid under the new bid item "Additional Cast in Place Black
Detectable Warning Surfaces", $137.76 per LF. An additional 24 hours will also be added to
existing bid item C-3 "Flaggers".
Increase contract working days by 1 day.
3. PER FIELD DIRECTIVE 005 (Attached)
Tree trimming is required on Schedule B, Ramp #4 for ped and vehicle clearance
Payment for this work will be paid as force account under the new bid item "Tree Trimming"
An additional 14 hours will also be added to existing bid item B-3 "Flaggers"
Increase contract working days by 0.5 days.
4. PER FIELD DIRECTIVE 006_(Mac_h_Md
Painted bike lane symbols are to be installed on Schedule E.
Payment for this work will be adding an additional 10 each of bid item D-33 "Painted Bike
Lane Symbols". An additional 14 hours will also be added to existing bid item E-3 "Flaggers".
Increase contract working days by 0.5 days.
S. PER FIELD DIRECTIIM
Two speed humps are to be removed and replaced on Schedule E. Added 60 linear feet
of pedestrian curb to ramps on Schedule B.
CHANGE ORDER AGREEMENT 1 Rev. 8/19
Payment for this work will be adding an additional 2 each of bid item B-35 "Removal and
Replacement of speed humps, complete". An additional 24 hours will also be added to
existing bid item E-3 "Flaggers". An additional 60 linear feet to be added to bid item B-24
"Cement Conc. Pedestrian Curb".
Increase contract working days by 1 days.
The time provided for completion in the Contract is
❑ Unchanged
® Increased by 4 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 the expiration or extent of Insurance coverage? ❑ Yes ® No
If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No
EXISTING UNIT PRICES:
ITEM
ITEM
QTY
UNIT
UNIT PRICE
ADD
NO.
B-3
FLAGGERS
14
HR
1 $63.50
$ 689.00
C-3
FLAGGERS
24
HR
$63.50
$1.524.00
D-3
FLAGGERS
24
HR
$63.50
$1.524.00
E-3
FLAGGERS
24
HR
$63.50
$1, 524.00
D-24
CEMENT CONC. PEDESTRIAN CURB
230
LF
$36.50
$8.395.00
D-33
PAINTED BIKE LANE SYMBOLS
10
_ EA
$190.00
$1.900.00
B-35
REMOVAL AND REPLACEMENT OF
SPEED HUMPS, COMPLETE
2
EA
$5,780.00
$11,560.00
B-24
CEMENT CONC. PEDESTRIAN CURB
60
LF
$64.20
$3.852.00
NEW UNIT PRICES:
ITEM
ITEM
QTY
UNIT
UNIT PRICE
ADD
NO.
ADDITIONAL CAST IN PLACE BLACK
DETECTABLE WARNING SURFACES
130
LF
$137.76
$17,908.80
TREE TRIMMING
1
FA
$1.500.00
$1.500.00 J
TOTAL NET CONTRACT: ONCREASE $ 50,575,80 1 DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
PREVIOUS CHANGE ORDERS
THIS CHANGE ORDER
NEW CONTRACT AMOUNT
S 3.212.301.95
$ 0
$ 50,576.80
$3,262.378755
CHANGE ORDER AGREEMENT 2 Rev. 8/19
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 waiverof any and all
claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or
deletedkSIGNATURE
Change Order except as specifically described in this Change Order.
zzz
C t4TR DAT
PI [C WORKS DIRECTOR DATE
CHANGE ORDER AGREEMENT 3 Rev. 8/19
Liberty Mutual Insurance Co National Insurance East
2000 Westwood Dr.
Wausau, WI 54401
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way WA 98003
This document was issued by the Liberty Mutual Insurance Group
MAIL
DOCUMENT
Certificate of Insurance Delivery by ecertsonlineTM
Sender:
Erin Celing
Phone:
Subject:
Cert No. 69732169 - Certificate of Liability: CRH
Americas, Inc. -
Date:
8/16/2022
No. of Pages:
3
URL:
www.LibertyMutual.com
The attached document(s) contains a Certificate of Insurance for the Insured named above. Your
company is listed as the organization requesting receipt of this document(s).
If you have any questions regarding the content of this message, please contact your local sales
producer whose name and telephone number appears in the lower right hand corner of the attached
Certificate.
THIS MESSAGE IS INTENDED FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED, CONFIDENTIAL AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE
LAW. IF THE READER OF THE MESSAGE IS NOT THE INTENDED RECIPIENT, OR THE EMPLOYEE OR AGENT RESPONSIBLE FOR DELIVERING THE MESSAGE TO THE INTENDED RECIPIENT, YOU ARE HEREBY NOTIFIED THAT ANY
DISSEMINATION, DISTRIBUTION OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMEDIATELY BYTELEPHONE, AND RETURN THE
ORIGINAL MESSAGE TO US AT THE ABOVE ADDRESS VIA REGULAR POSTAL SERVICE.
Certificate of Insurance Delivered by ecertsonlineTM Insurance Visions, Inc. All rights reserved.
ACOR"' CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
i6k� 1 8/16/2022
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
Libertyy Mutual Insurance Co. National Insurance East NAME: Valerie Reece
2000 Westwood Dr. PHONE No�Ext): 513-867-3822 Lp cJ_�lo _
Wausau, WI 54401 E-MAIL
ADDRESS. OldcasUe.certs Libe Mutual.com
INSURERISI AFFORDING COVERAGE NAIC #
wwwLibertyMutual.com INSURERA: Liberty Mutual Fire Insurance Company 23035
INSURED INSURERB: Llber 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 :
CnVFRAr;FS CERTIFICATE NUMBER: Fg777iRL1 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 I TYPE OF INSURANCE AIS.
LTR
POLICY NUMBER PMIDD/YYYY P0
/DDIYYYY
LIMITS
A
COMMERCIAL GENERAL LIABILITY
�/
TB2-C81-004095-112
9/1/2022
9/1/2023
EACH OCCURRENCE
$2,000,000
DAMAGE TO RENTEU_
PREMISES Ea odrurramel
$ 30O OOO
CLAIMS -MADE ,/ OCCUR
-Pdmary/Non-Contributory
XCU Coverage Included
V
MED EXP (Any one person)
S 5O OOO
Separation of Insured
PERSONAL & ADV INJURY
s2 000.000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
s 10,000,000
PRODUCTS - COMP/OP AGG
$10,000,000
POLICY , /] j LOC
OTHER
$
A
AUTOMOBILE LIABILITY
AS2-C81-004095-122
9/1/2022
9/1/2023
(EoaMaB��t)s LET
$2,000,000 _
BODILY INJURY (Per person)
A
ANY AUTO
r OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
LAUTOS ONLY AUTOS ONLY
AS2-C81-054502-522
Physical Damage only:
Comprehensive Ded $10,000
9/1/2022
9/1/2023
S
$
S
BODILY INJURY (Per accident)
OPERTY DAMAGE
P. Wen
$
Collision Ded $10.000
A
UMBRELLA LIAB
�/
OCCUR
,/ ,/
TL2-681-054523-922 9/1/2022 9/1/2023
EACH OCCURRENCE
$3000.000
EXCESS LIAB
CLAIMS -MADE
(General Liability)
AGGREGATE
s 3 000,000
DED I I RETENTIONS
Products/Completed Op
$3 000 000
B
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANYPROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N I A
WA7-C8D-004095-022 9/1/2022
• All except OH, ND, WA, WY
'WC7-C81-004095-012 9/1/2022
DWI. MN
9/1/2023
9/1/2023
V 7STATUTE OTH-
ER
E.L. EACH ACCIDENT
$ 1,000,000
I S 1 00O OOO
E L DISEASE - EA EMPLOYE
E L DISEASE - POLICY LIMIT
A Washington Stop Gap ✓
(Employers Liability Coverage
TB2-C81-004095-112 9/1/2022 9/1/2023
BI Each Accident
BI Aggregate Limit
$1,000,000
$1,000,000
BI Each Employee
$1,000,000
A (Excess Liabilitv - Auto Liability
TL2-681-054653-442 (Auto) 9/1/2022 9/1/2023
Each Occurrence
$3.000.000
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project.
See Additional Remarks Schedule.
l./-LIVu.0 1 IVIV
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Federal Way THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS.
33325 8th Avenue South
Federal Way WA 98003 AUTHORIZED REPRESENTATIVE
I_ Valerie Reece
©1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
G9732169 I LM_44 1 09.22-09.23 Standard 10-2 WA Stop Gap Excess AUTO I Erin Celing 1 8/16/2022 10:15:08 AM (CDT) I Page 1 of 2
AGENCY CUSTOMER ID: LM_44 _
LOC #:
A`C)RUF ADDITIONAL REMARKS SCHEDULE Page of
AGENCY NAMED INSURED
Liberty Mutual Insurance Co. National Insurance East psA ICONIMaterials orparation (120 PAC)
POLICY NUMBER 1508 Valentine Avenue SE
PacEflc WA 98047-2103
TB2-C81-004095-112
CARRIER
NAIC CODE
Liberty Mutual Fire Insurance Comoanv 123035 EFFECTIVE DATE:911/2022
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: Certificate of Liability (03/16)
HOLDER: City of Federal Way Public Works Department
ADDRESS: 33325 8th Avenue South Federal Way WA 98003
RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project.
City of Federal Way, its officers, elected officials, employees, agents and volunteers,
the consultant that completed the preparation of the engineering design and project plans,
its officers, employees, agents and subconsultants, consultants hired by the contracting
agency for design, construction support or materials 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. The
excess liability policy follows form.
Waiver of subrogation is included in favor of the additional insured, where required by
written contract, and where applicable by law.
ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD ADDENDUM
69732169 1 LM-44 109.22-09.23 Standard 10-2 WA Stop Gap Excess AUTO I Erin Celing 1 8/16/2022 10:15:08 AM (CDT) I Page 2 of 2
9/26/22, 8:30 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 /2023
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
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
Entity Name First Name
Last Name
PAUL
FRANZ
TROY
HOLT
JOHN
MADDEN
JEREMIAH
LEMONS
K. C.
KLOSTERMAN
MICHAEL
MCBREEN
WILLIAM
MCCALL
ROB
MEIDINGER
STEVEN J.
SMITH
RICARDO
LINARES
SUSAN L.
DEVANEY
SCOTT W.
PARSON
DANIEL
STOVER
https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1
9/26/22, 8:24 AM Washington State Department of Revenue
NNashington State Departmeot or Revenue
< Business Lookup
License Information:
New search
Back to results
Entity name: CPM DEVELOPMENT CORPORATION
Business name: ICON MATERIALS
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 2
Endorsements
Filter
Endorsements held at this loc License # Count Details
Status
Expiration dat
First issuance
Algona General Business—
Active
Aug-31-2023
Aug-09-2022
Non -Resident
Auburn General Business - BUS-06763
Active
Dec-31-2022
Sep-14-2022
Non -Resident
Benton City General 4516
Active
Jul-31-2023
Feb-02-2022
Business - Non -Resident
Bonney Lake General
Active
Jul-31-2023
Jan-19-2016
Business - Non -Resident
Buckley General Business -
Active
Jul-31-2023
Jul-23-2015
Non -Resident
https://secure.dor.wa.gov/gteunauth/—/#3 1 /4
9/26/22, 8:24 AM
Washington State Department of Revenue
Endorsements held at this loc License # Count
Details
Status
Burien General Business - 01391
Active
Non -Resident
Carbonado General
Active
Business - Non -Resident
Covington General
Active
Business - Non -Resident
Eatonville General Business
Active
- Non -Resident
Edgewood General
Active
Business - Non -Resident
Enumclaw General Business CUST0000570
Active
- Non -Resident
Federal Way General 98-105308-00
Active
Business - Non -Resident
Fife General Business -
Active
Non -Resident
Fircrest General Business -
Active
Non -Resident
Issaquah General Business
Active
- Non -Resident
Governing People May include governing people not registered with Secretary of State
Governing people
Title
DEVANEY, SUSAN L.
Secretary, Treasurer
FRANZ, PAUL
Vice President
HOLT, TROY
Vice President
KLOSTERMAN, K. C.
Vice President
LEMONS, JEREMIAH
Vice President
LINARES, RICARDO
President
MADDEN, JOHN
Vice President
MCBREEN, MICHAEL
Vice President
Expiration dat First issuance
Jul-31-2023 May-20-2020
Jul-31-2023 Jan-13-2016
Jul-31-2023 Jul-14-2015
Jul-31-2023 Dec-23-2015
Jul-31-2023 Jul-13-2015
Jul-31-2023 Jul-05-2013
Jul-31-2023 Dec-29-2000
Jul-31-2023 Jan-09-2014
Jul-31-2023 Dec-18-2015
Jul-31-2023 Aug-04-2009
Filter
https://secure.dor.wa.gov/gteunauth/_/#3 2/4
9/26/22, 8:24 AM
Washington State Department of Revenue
Governing people
Title
MCCALL, WILLIAM
Vice President
MEIDINGER, ROB
Vice President
PARSON, SCOTT W.
SMITH, STEVEN J.
Vice President
STOVER, DANIEL
Registered Trade Names
Filter
Registered trade names
First issued
ACME MATERIALS & CONSTRUCTION CO
Active
Sep-19-2017
CENTRAL PRE MIX CONCRETE COMPANY
Active
Jul-27-2010
CENTRAL PREMIX CONCRETE CO
Active
Jun-13-2008
CENTRAL PRE -MIX CONCRETE CO.
Active
Jan-03-2002
CENTRAL WASHINGTON CONCRETE
Active
Jan-03-2002
CPM DEVELOPMENT CORPORATION
Active
Apr-10-2012
GRAHAM & MORRIS
Active
Sep-19-2017
ICON MATERIALS
Active
Jan-03-2002
INLAND ASPHALT COMPANY
Active
Jan-03-2002
RIVERBEND MATERIALS
Active
May-07-2018
SALEM ROAD AND DRIVEWAY
Active
Jun-27-2014
VALLEY READY -MIX
Active
Feb-06-2003
WENATCHEE SAND & GRAVEL
Active
Jan-03-2002
WINDSOR ROCK PRODUCTS
Active
May-09-2019
YAKIMA ROCK PRODUCTS
Active
Sep-19-2017
View Additional Locations
The Business Lookup information is updated nightly. Search date and time: 9/26/2022
8:24:22 AM
hftps://secure.dor.wa.gov/gteunauth/_/#3 3/4
9/26/22, 8:24 AM
Washington State Department of Revenue
Contact us
Ho,,v are we doing?
Take our survey!
Don't see what you expected?
Check if your browser is supported
https://secure.dor.wa,gov/gteunauth/_/#3 4/4
RETURN TO: PW ADMIN EXT: 2700 ID #: 4032 / 4057
CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM
1. ORIGINATINGDEPT/DIV: PUBLICWORKS/CAPITAL PROJECTS
2. ORIGINATING STAFF PERSON: JOHN COLE EXT: 2718 3. DATE REQ. BY: 2/15/22
3. TYPE OF DOCUMENT (CHECK ONE):
p 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 RFB 22-001
4. PROJECT NAME:.2022 ASPHALT OVERLAY PROJECT
5. NAME OF CONTRACTOR: ICON Materials
ADDRESS: 1508 Valentine Ave SE Pacific, WA 98047 TELEPHONE: 206-574-3902
E-MAIL: mark.eichelbercerfa7'conmaterials.com FAX:
SIGNATURENAME: Mike Eichelberger TITLE: Construction Manager
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/J UBI # 601-006-854 , EXP.
7. TERM: COMMENCEMENT DATE: TB❑ ?7 1 r3 1 COMPLETION DATE: TB
8. TOTAL COMPENSATION: $ 3,212,301.95 (INCLUDE EXPENSES AND SALES TAX, IF ANY)
(IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES)
REIMBURSABLE EXPENSE: ❑ YES 13 NO IF YES, MAXIMUM DOLLAR AMOUNT: $
IS SALES TAX OWED: ❑ YES ❑ NO IF YES, S PAID BY: ❑ CONTRACTOR ❑ CITY
RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED
d PURCHASING: PLEASE CHARGE TO: PO # to be assigned
i. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED
A PROJECT MANAGER Jc 12MI JC 2/6/22
A DIVISION MANAGER qm 08-Feb-2022
8 DEPUTY DIRECTOR DSW 12/14/21 DSW 2/9/22
A DIRECTOR EJW 1/4/2022 EJW 2/23/2022
❑ RISK MANAGEMENT (IF APPLICABLE)
6 LAW DEPT KVA 12/31/2021 KVA 2/23/2022
10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 2/7/22 COMMITTEE APPROVAL DATE: 2/7/22
SCHEDULED COUNCIL DATE: 2/15122 COUNCIL APPROVAL DATE:
11. CONTRACT SIGNATURE ROUTING
❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 02/24/22 DATE REC' D; 03/09/22
❑ 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
8 LAW DEPT 3 7-
8 SIGNATORY (MAYOR OR DIRECTOR) S
6 CITY CLERK
K ASSIGNED AG # AG# 22-035
Of SIGNED COPY RETURNED DATE SENT: 03/18/2022
COMMENTS:
EXECUTE, 'ORIGINALS
Admin -Once wet signature is received from contractor please notify John Cole so he can add Specs to this prior to routing to clerks.
�A ,r1Lt�
1 /2020
- ok-77
CITY OF
Federal Way
BID AND CONTRACT DOCUMENTS
AND SPECIFICATIONS
FOR
2022 ASPHALT OVERLAY PROJECT
PROJECT # 12522
RFB # 22-001
City of Federal Way
PUBLIC WORKS DEPARTMFNr
33325 8th Avenue South
Federal Way, WA 98003
CPM Development
Corporation
DBA ICON Materials
BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS
FOR
2022 ASPHALT OVERLAY PROJECT
PROJECT # 12522
RFB # 22-001
Bids Accepted Until 10:00 a.m., January 28, 2022 at
City of Federal Way
33325 6th Avenue South
Federal Way, WA 98003
Prepared By:
City of Federal Way
PUBLIC WORKS DEPARTMENT
The contract plans and specirmations for this Project have been reviewed and approved by:
Public Woks Director/Deputy Public Wolks Dlrectar
! ; 'L
W ► c'1 [n r2
�! CPM Development
33709 Corporation
� " 9�ir►St'F�,.r� v
I. DBA ICON Materials lnA�
CITY OF FEDERAL WAY 2=ASPHALT OVERLAY PROJECT
RF04 PROJECT #121M t RF8 #22-MI
CFW RFB VERSION 2021-DEC
TABLE OF CONTENTS
PAGE
ADVERTISEMENT FOR BIDS........................................................... »................................................. ...... _.........
1
INSTRUCTIONS TO BIDDERS S CHECKLISTS ... ............................................................................................
8
BID PROPOSAL ................................. ...... ...... ................................. ................... .......... _................... ..............
6
BIDBOND ............. .............................................. ...........................................................................................19
CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION........................................................................20
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS .............. _..................................................... .21
PUBLICWORKS CONTRACT ........... »................... ......... ...... _................... ..._.......... ...... ........ ................... _....... 22
SAMPLECONTRACT CHANGE ORDER...........................................................................................................29
CERTIFICATEOF INSURANCE .............................................. _......................... ........... ............... ..... ............ 31
PERFORMANCEAND PAYMENT BOND .............. ....... ............. .............................................................. .._....... 32
CONTRACTOR'S RETAINAGE OPTION_..............................._..............................................................._.......34
RETAINAGE BOND TO CITY OF FEDERAL WAY .................... ...................... .......................................
_,_.......�
SPECIALPROVISIONS ...... ...... ........ .............. .................. .................... .......... ................................. ... ....... 41
STANDARDPLANS AND DETAILS ........... ............ ............................ ................. ............................. ........... 200
PREVAILING WAGES AND BENEFIT CODE KEY....................._....................................._................_........... 204
PAVEMENTCORING RESULTS ............. ............... ...................... ...................................... ...... .................... 282
PROJECTPLANS _ ...................... ......... ..._._.......... ......... ............ ............ ......................... BOUND SEPARATELY
CPM Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-11 PROJECT #126=1 RFB #224001
CFW RFS VERSION 2021-DEC
ADVERTISEMENT FOR BIDS
2022 ASPHALT OVERLAY PROJECT
SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will recelve sealed bids
through January 26, 2022, at 10:00 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 via Zoom Video Conference, at 10:05 a.m. on January 28, 2022 at
the following meeting id and link:
htt s:llcitvoffederelwa y. zoom. usl1953053345587 wd=UERLbUYaUllsdVV402t4UdF pMRVRNZZC9
Meeting ID: 953 0633 4658
Passcode: 574083
One tap mobile
+12063379723„95306334658# US (Seattle)
+12532158782„95306334658# US (Tacoma)
Dial by your location
+1 206 337 9723 US (Seattle)
+1 253 215 8782 US (Tacoma)
+1 213 338 8477 US (Los Angeles)
877 853 5247 US Toll -free
988 788 0099 US Toll -free
This project shall consist of: Furnishing all materials, equipment, tools, labor, and other worts or items Incidental
thereto (excepting any materials, equipment, utilities, or service, if any, specified herein to be furnished by the
Owner ar others), for the construction, sequencing, and traffic control plan for overlaying existing asphalt
concrete pavement in six (6) different locations within the City of Federal Way. The work shall include, but is
not limited to: Hot Mix Asphalt (HMA Cl. W PG 58H-22) pavement overlay (approximately 13,750 tons),
roadway excavation, planing bituminous pavement, pavement repair, removal and replacement of curb and
gutter, sidewalk, curb ramps, traffic curb, repairing or re -aligning manholes and catch basins, pedestrian push
button, and foundation, channelization, restoration, utility adjustments, and all items necessary to complete the
Work as described in the Contract Documents.
The City anticipates awarding this project to the succ"sful 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 worts within 110 working days.
BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders
Exchange of Washington at www.b)cwa.com Click on: "Posted Projects; "Public Works," and "City of Federal
Way." It is recommended that Bldders "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 John Cole, Capital Engineer, by email at
john.cole@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.
07I4ER 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 2022 (Standard Specifications), which is incorporated by this reference as CPM tt ougheset ffprCthh intfuulht
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-1 PROJECT #126221 RFB 022-WI
CFW RFB VERSION 2021-DEC
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 City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4
and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination
in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies
all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement,
disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids
in response to this invitation and will not be discriminated against on the grounds of race, color, national origin,
or sex 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 ma)dmum 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 PUBLICATION:
Daily Journal of Commerce Publish January 7, 2022, and January 14, 2022
Federal Way Mirror Publish January 7, 2022, and January! 4, 2022
CPM Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-2 PROJECT #12622 I RFB #22-001
CFWRFB VERSION2021-DEC
INSTRUCTIONS TO BIDDERS & CHECKLISTS
(1) ADVERTISEMENT FOR B IDS 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 or 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 or 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 an iinnmenlal factors, which
may impact current or future prices for this requirement
(3) INTERPRETATION 00 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 John Cole, Capital Engineer, by email at
john.cde@Woffederalway.corri, or by letter addressed to same. The questions must be teceived 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, facillties and all
management, superintende nce, 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.
(5) 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 both sides of paper sheets for
reports submitted to the City whenever practicable. CPM Development
Corporation
CITY OF FEDERAL WAY 2o22 ASPHALiMpR gVyikWt9a;DrialS
RFB-3 PROJECT 91262211RF8 #2Z-001
CFW RFB VERSION 2021-DEC
(B) 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
Sid 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.
j� Contractor Certification - Wage Law Compliance: This form shall be filled in and fully
/ executed by the pidder.
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 Hoed: The successful bidder will provide a fully executed
Performance/Paymeht Bond as appropriate.
❑ Contractor's Retaina e Op tion: The successful bidder will fully execute and deliver to the City
the Contractor's Retainage Option.
Q 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.
❑ ausInes s 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 2022 ASPHALT OVERLAY PROJECT
RFB-4 PROJECT 9126221 RFB #224M
CFWRFB VERSfON2021-DEC
DID PROPOSAL
2022 ASPHALT OVERLAY PROJECT
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 1 Construction Manager
individual with Legal Authority to s47n Bid and Gordract
Address: 1508 Valentine Ave SE
Steel Address
Pacific, WA 98047-2103
City, State Zip
Phone: 206 574-3902
E Mail: mark.eichelberger@tconmaterials.com
Select One of the Following: • Corporation
o Partnership.
o individual
o Other
State Contractor's License No.: ICONM**9820F
State Contractor's License Expiration Date: 21 1 7 1 2022
hG; Day Year
State UBI No.: 601-006-854
State Worker's Comp. Account No.: 700,174-00
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-5 PROJECT #125221 RFB ;f12?r001
CFW RFS VERSION 2W14DEC
NOTE All entries shall be written in ink or typed. Unit prices for all items, ad extensions, and total amount of bid shall be
shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar
amounts). All 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 specified far any item, the unit price shall
prevail, and totals shall be corrected to conform thereto. The Budder shall complete this entire Bid Form or this bid may be
considered non -responsive. The City may correct obvious mathematical errors. 71w City of Federal Way resmes the right to
reject any and ad 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.
Schedule A - S 373rd at (Pac Hwy S to 12th Ave S)
All unit pdow shall include applicable sales tax (Roadway lmpmvementss)
hem Spec' Bid Item Description ` Flan Unit Unit Price Amount
i No. Div. I
1 ty
1-04 Minor Change 1 FA $2,000.00 $2,000.00
2
1-09
Mobilization
1
LS
!S �(
,4D
3
1-10
Flaggers
435
FIR
63$D
tea. SO
4
1-10
'Traffic Control Supervisor
1
LS
5
1-10
Other Traffic Control Labor
43
HR
�a3.
�Q►Sp
6
1-10
Construction Signs Class A
1
LS
7
1-10
Portable Changeable Message Sign
10
DAY
535.Od
8
2-01
Roadside Cleanup
1
FA
$2,000.00
$2,000.00
9
4-04
Maintenance Rock for Shoulder
Reconstruction, Ind. Haul
195
TN
60,00
CI��j0000
10
5-03
Crack Sealing
1
FA
$5,000.00
$5,000.00
11
5-04
Pavement Repair Excavation Incl. Haul
98
CY
140,00
13 �aO�01t�
12
5-04
Planing Bituminous Pavement
3185
SY
66-015
BACA .2
13
5-04
HMA Cl. 1/2" PG 58H-22
1413
TN
14
5-04
HMA for Pavement Repair Cl. 1/2" PG
58H-22
221
TN
15
7-05
Adjust Water Valve To Grade
2
EA
191fil
963,U0
16
8-02
Roadside Restoration
1
FA
$2,000.00
$2,000.00
17
8-09
Raised Pavement Marker Type 2
2
HUND
031.SO
bL 3 , 00
CPM Development
CITY OF FEDERAL WAY Cor OrS.ti{ n
R.,
P RFg, 2022 ASPHALT OVERLAY PROJECT
-6 PROJECT #12622 / RFS #22.001
ICON WWO VkRSlON 2021-DEC
18 8-09 Hydrant Marker, Type 2B 7 EA a l •SO Ir"0.S0
19 8-13 Adjust Monument Case and Cover 2 EA #91 S1G 96 X a0
20 8-22 Paint Line �! — 11818 LF — I/O
TOTAL —SCHEDULE A oi6D/6��• 4S
Schedule B -16th Ave S (S 360th St to S 362nd)
All unit prices shall include applicable sales tax (Roadway Improvements)
Bid Item Description Plan Unit Unit Price Amount
Item Spec. My
No. Div.
II
i 1 1
1-04
Minor Change
1
FA
$2,000.00
$2,000.00
2
1-09
Mobilization
1
LS
50,a00,00
_40,, A00,C6
3
1-10
Flaggers
416
HR
l (03.50
ll
016 Aig aD
4
1-10
Traffic Control Supervisor
1
LS
5
1-10 IOther
Traffic Control Labor
42
HR
50
6
1-10
Portable Changeable Message Sign
10
DAY
,SO
7
1-10
Construction Signs Class A
1
LS
5 � Ifio
6rW
8
2-01
iRoadside Cleanup
1
FA
$2,000.00
$2,000.00
9
2-02
Sawcutting
198
LF
-4.a5
j o-t35.5
10
I 2-02
Remove Sidewalk
80
SY
5700
41560.00
11
2-02
Remove Cement Ccnc. Curb and
Gutter
186
LF
Qq,50
Y 551� 010
12
5-03
Crack Sealing
1
FA
$2,000.00
$2,000.00
13
5-04
Pavement Repair Excavation Incl. Haul
63
CY
1P.00
q 571•a0
14
5-04
Planing Bituminous Pavement
5726
SY
3-650
'?oJ0A 1-00
15
5-04
HMA CI. 1/2" PG 58H-22
1263
TN
SA -50
/04 0-7. 50
CPM Development
CITY OF FEDERAL WAY Corporation 2022 ASPHALT OVERLAY PROJECT
DBA ICON "W�r�TSrON 2021-�G PROJECT #12522 / RFB #22-001
'
16
5-�
IHMA for Pavement Repair Cl. 1/2" PG
58H-22
129
TN
133 zo
17
7-05
Adjust Sanitary Sewer Manhole To
Grade
5
EA
55.00
3 5.D0
18
7-05
.Adjust Catch Basin
1
EA
G'M Do
19 1
7-05
Adjust Water Valve To Grade
11
EA
20
8-02
Sod Lawn, Incl. 4InTopsoil
12
SY
1�0•�
�0,�
21
8-02
Roadside Restoration
1
FA
$2,000.00
$2,000.00
22
8-04
Cement Conc. Traffic Curb and Gutter
186
LF
0.00
9 'Sw '00
23
8-04
Cement Conc. Curb 12 In. Wide
45
LF
"415
24
8-04
Cement Conc. Pedestrian Curb
1 6
LF
4. o
3$$•0�
25
8-09
Raised Pavement Marker Type 2
2
HUND
26
8-09
Hydrant Marker, Type 2B
2
EA
21 .150
45.O0
27
8-13
Adjust Monument Case and Cover
1
EAR
.50
4fd' L•SD
28
8-14
Cement Conc. Curb Ramp Type
Parallel
7
EA
a aZ ���
29
8-21
(Permanent Signing
1
LS
%8� �
so
"G
30
1 8-22
Paint Line
4240
LF
. LP5
I g08' DO
31
8-22
iPlastic Traffic Arrow
4
EA
3:0,00
0 , 00
1 32
8-22
Plastic Crosswalk Line
860
LF
8,00
to s80'60
33
8-22
III
Plastic Yield Line Symbol
12
EA
10�. 00
<jo981/.06
34
8-22
_
Painted Bicycle Lane Symbol
4
EA
1470,00
35 8-32 Removal and Replacement of Speed 1 EA
Hump, Complete L 5i--$0.00
TOTAL -SCHEDULE B
5,1160,00
$ 361a I /g0.g5
CPM Development
Corporation
DBA ICON Materials
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-8 PROJECT #12522 / RFB #22-001
CFW RFB VERSION 2021-DEC
r
Schedule C - S 338th St (113th Ave S to Weyerhaeuser Wy S)
e U ....» .1-11 f—h-4- -nnli^'hfl 00%1�0 by 111MM urw I•nnr m e,r.cnfel
it u. n. jj.v.,w .anou n w,.w+v �.�.nvu..,...a.a,w .w �............� ....r...............
ttem Spec. Bid Item Description Plan Unit Unit Price Amount
No. Div. _ _ _. o ty
1
1-04
Minor Change
1
FA
$2,000.00
$2,000.00
2
1-09
Mobilization
1
LS
65/ SIaO•�p
(v5180o•�
3
1-10
Flaggers
932
HR
03.S0
54 1. 2 .Do
4
1-10
Traffic Control Supervisor
1
LS
as a54,00
as a5(0•00
5
1-10
Other Traffic Control Labor
93
HR
� ,Sf7
5 905.So
6
1-10
Portable Changeable Message Sign
10
DAY
53 . So
7
1-10
Construction Signs Class A
1
LS
L d7D.GL7
t O •G�
8
2-01
Roadside Cleanup
1
FA
$2,000.00
$2,000.00
9
2-02
Sawcutting
437
LF
:1 1 A5
3
10
2-02
Remove Sidewalk
417
SY
53.00
a IUl .00
11
2-02
Tree Removal
2
EA
3
•O
12
2-02
Remove Cement Conc. Curb and
Gutter
373
LF
39a.50
13
4-04
Maintenance Rock for Shoulder
Reconstruction, Incl. Haul
92
TN
—4q,2 5
2g1-00
14
5-03
Crack Sealing
1
FA
$5,000.00
$5,000.00
15
5-04
Pavement Repair Excavation Incl.
447
CY
I
Haul
/05.00
Qp
16
5-04
Planing Bituminous Pavement
7205
SY
17
5-04
HMA Cl. 1/2" PG 58H-22
3244
TN
,CEO
a63 630,0D
1 18
5-04
HMA for Pavement Repair Cl- 1/z' PG
58H-22
919
TN
19
7-05
Non -slip MMAcoating
20
SF
ii33.75
o�illof�i,W
20
7-05
Adjust Sanitary Sewer Manhole To
Grade16
EA
�or73,00
/O �%g•
CITY OF FEDERAL WAY
2022 ASPHALT OVERLAY PROJECT
RFB-8 PROJECT #125221 RFB #22-001
CPM DeveloprnenbFWRFS VERSION2021-DEC
Corporation
DBA ICON Materials-
21
7-05
Adjust Catch Basin
2
FEA
C455,00
1 306.00
22
7-05
.Adjust Water Valve To Grade �
11
EA
$/ , SD
5 29( • Sa
23
7-05
Replace Existing Frame, Grate and
2
EA
Riser
18005100
Qeoi0000
24
8-02 (Roadside
Restoration
1
FA
$2,000.00
$2,000.00
25
8-02 (Sod
Lawn, Incl. 4InTopsoil
36
Sy
-'.4.00
.7, 59a.00
26
8-04
Cement Conc. Curb 12 In. Wide
84
LF
27
8-04
Cement Conc. Pedestrian Curb
167
LF
28
8-04
Conc. Traffic Curb and Gutter
373
LF
29
(Cement
8-09 (Raised
Pavement Marker Type 2
2
HUND
Sat -SO
/ 66310
30
B-09
(Hydrant Marker, Type 2B
3EA
1,50
6dl,sa
31
8-13
Adjust Monument Case and Cover
5
EA
Afr� • s0
�� �O 50
32
8-14
Surface Applied Detectable Warning
Surfaces
32
SF
(oZ00
33
8-14
Cement Conc. Curb Ramp Type
.parallel
8
EA
,j IN71M
zz 9 74.AO
F34
8-14
Cement Cone. Curb Ramp Type
Single Direction
2
EA
4042'!t7, X
40
•
35
8-14
Cement Conc. Curb Ramp Type
Perpendicular A
2
EA
�ev
-ell *d/.
36
8-14
Cement Conc. Sidewalk
65
SY
t�L S��•Sa
+,SD
37
I 8-14
Detectable Warning Surface
16
SF
38
8-20
Remove and Replace Pedestrian Push
8
EA
Button Pole
5 7818 DO
cog, C0
39
8-21
Permanent Signing
1
LS
co
.00
40
8-22
Plastic Crosswalk Line
680
LF
41
8-22
Plastic Stop Line
108
LF
42
8-22
Plastic Traffic Arrow
14
EA
`tJs, DO
�� /;O•�
CITY OF FEDER&_-WAV eVelopment 2022 ASPHALT OVERLAY PROJECT
Corporation RFB-10 PROJECT #125221 RFB #22.001
p CFW RFS VERSION 2021-DEC
DBA ICON Materials
43 8-22 Plastic Line
44 8-22 Profiled Plastic Line
45 8-22 Removing Plastic Traffic Marking
3933 LF
15732 LF
5 EA Cr6 ' SO ' SO
TOTAL — SCHEDULE
Schedule D - Green Gables/Stone Brook (SW 3201h Way, 51st PI SW, SW 326'" St)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item Ste' Bid Item Description Plan Unit Price Amount
r
No. Div. Qty -
1
1-04
Minor Change
1
FA
$2,000.00
$2,000.00
2 I
1-09 (Mobilization
1
LS
701'440,00
f0j740,CD
3
1-10 �Flaggers
701
HR
4
1-10
Traffic Control Supervisor
1 1
LS
v?7
4�tFg�,?O•QO
5
1-10
Other Traffic Control Labor
70
HR
SD
f A y5. DD
6
1-10
Portable Changeable Message Sign
10
DAY
53,50
.00
7
1-10
Construction Signs Class A
1
LS
r 0�0100
f 0 `00
8
2-01
Roadside Cleanup
1
FA
$5,000.00
$5,000.00
9
2-02
Sawculting
1565
LF
�.195
/13516•-?5
10
2-02
Remove Sidewalk
576
SY
59, 00
33 Q8q.00
11
2-02
Remove Cement Conc. Curb and
1381
LF
Gutter
12
5-03
Crack Sealing
1
FA
$3,000.00
$31000.00
13
5-04
Pavement Repair Excavation Incl.
40
CY
Haul
d3.5D
d•�
14
j
! 5-04
Planing Bituminous Pavement
13789
SY
3. 5
rr 708,?S
15
5-04
HMA Cl. 1/2" PG 58H-22
2699
TN
qtr/, 00
A:53�06"Co
CITY OF FEDERAL Development 2022 ASPHALT OVERLAY PROJECT
Corporation RFB-11 PROJECT #125221 RFB #22-W
CFW RFB VERSION 2021-DEC
DBA ICON MaterialS
16
5-04
HMA for Pavement Repair Cl. 1/2" PG
58H-22
72
TN
3a . 50
9, 396
17
5-04
H M A for Preleveling Class 1/2" PG
58H-22
100
TN
//5• AD
�I �ov.0i0
18
7-04
Corrugated Polyethylene Storm Sewer
Pipe 12 In. Diam.
5
LF
r 55 (o •00
g U *00
19
7-05
Adjust Sanitary Sewer Manhole To
Grade
48
EA
653100
3l 34. 00
20
7-05
Replace Existing Frame, Grate and
6
EA
Riser
l 00 S.Oa
b30,o�p
21
8-02
Sod Lawn, Incl. 4 In Topsoil
92
SY
MIX
68100
22
8-02
Roadside Restoration
1
FA
$5,000.00
$5,000.00
23
8-04
Cement Conc. Traffic Curb and Gutter
1381
LF
.00
24
8-04
Cement Conc. Pedestrian Curb
558
LF
3�v r 5b
;Q q -7. 00
25
8-09
Hydrant Marker, Type 26
9
EA
A1.50
% 3. SO
26
8-09
Raised Pavement Marker Type 2
1
HUND
S31150
9-31- 50
27
8-13
Adjust Monument Case and Cover
48
EA
e�&�. SD
o?3 /a•�rj
28
8-14
Cement Conc. Curb Ramp Type
Parallel
46
EA
. GD
29
8-14
Cement Conc. Sidewalk
92
SY
�0
30
8-22
Paint Line
650
LF
31
8-22
Plastic Traffic Arrow
4
EA
00
"o.40
32
B-22
Plastic Yield Line Symbol
16
EA
l66 , 00
% 96, 00
33
8-22
Painted Bicycle Lane Symbol
8
I
EA
/90, 00
TOTAL
— SCHEDULED
$ Q�R.500.St
CITY OF FEDERAL WA'CPM Development 2022 ASPHALT OVERLAY PROJECT
COr Of off RFB-12 PROJECT #12522 / RFB #22-001
CFVVRF VF-ROON 2021-DEC
DBA ICON Materials
Schedule E - 20th Ave S (S 288th St to S 280th Pill
AM unit prices shall include applicable sales tax (Roadway Improvements)
Item Spec. Bid Item Description Plan Unit ~ Unit Price Amount
No. Div. Qty
1
1-04
Minor Change
1
FA
$2,000.00
$2,000.00
2
1-09 (Mobilization
1
LS
e��r(o�5-«j
�/�675.60
3
1-10
Flaggers
351
HR
4
1-10
Traffic Control Supervisor
1
FLS
a00+00
$ a00'co
5
1-10
Other Traffic Control Labor
35
HR
63.5b
oZ-SD
6
1-10
Portable Changeable Message Sign
10
DAY
535.tb
7
1-10
�ConstructlonSigns Class A
1
LS
8
2-01
Roadside Cleanup
1
FA
$5,000.00
$5,000.00
9
2-02
100
LF
00
10
2-02
jSawcutting
IRemove Sidewalk
IRemove
33
SY
C".00
3A01 •C160
11
2-02
Cement Conc. Curb and
Gutter
78
LF
9 9 -M
a, a (oa xv
12
5-03
Crack Sealing
1
FA
$3,000.00
$3,000.00
13
5-04
(Pavement Repair Excavation Incl.
15
CY
3 �.txj
591D�
14
5-04
{(Haul
IiPlaning Bituminous Pavement
8897
SY
, 30
39A 15 If. 10
15
5-04
!HMA Cl. 1/2" PG 58H-22
1300
TN
gq ,cep
/6-4501co
16
5-04
IHMA for Pavement Repair Cl. 1/2" PG
58H-22
815
TN
/DO�Ob
8/r5-4014D
17
5-04
IHMA for Preleveling Class 1/2" PG
581-11-22
50
TN
750,00
18
7-05
Adjust Sanitary Sewer Manhole To
11
EA
Grade
653, ono
193. 00
19
j
I 7-05
Adjust Water Valve To Grade
9
EA
5b
20
, 7-05
Adjust Catch Basin
1
EA
53DU
653.
CPM Development
CITY OF FEDERAL WAY i✓p oration
W.1.1�
2022 ASPHALT OVERLAY PROJECT
�,� i= -13 PROJECT #126221 RFB #22-001
I CON ' A49WVA'VERSION 2021-DEC
21
7-05
Replace Existing Frame, Grate and
Riser
1
EA
1, 10015.00
(dOS.DO
22
8-02
Sod Lawn, Ind. 4 In Topsoil
11
SY
23
8-02
:Roadside Restoration
1
FA
$5,000.00
$5,000.00
24
8-04
Extruded Cement Cow. Curb
113
LF
R5,00
'25 25.CO
25
8-04
ICement Cone. Traffic Curb and Gutter
78
LF
5
26
18-09
Raised Pavement Marker Type 2
1
HUND
951.50
F 3 t •SO
27
8-09
Hydrant Marker, Type 213
4
EA
.21150
96•00
28
8-13
Adjust Monument Case and Cover
9
EA
L fg/ , 50
333. SO
29
8-14
Cement Cone. Sidewalk
4
SY
5155, 00
/i &20•�
30
8-14
Cement Cone. Curb Ramp Type
Parallel
3
3s�,dd
06A-00
31
8-22
Plastic Traffic Arrow
4
EA
/55, 00
&ZO-00
32
8-22
Profiled Plastic Line
426
LF
//, 00
� L86.co
33
8-22
Plastic Stop Line
25
LF
/0r00
D -d0
34
8-22
Plastic Yield Line Symbol
12
EA
TOTAL — SCHEDULE E
$ 3gf -1%I It 40
Schedule F - Lake Grove Park (100 Ave SW, 7'" Ave SW, 60 Ave SW)
All unit prices shall include applicable sales tax (Roadway Improvements)
Item Ste' Bid Item Description Plan Unit Unit Price Amount
I
No. Div. Q
1
1-04
Minor Change
1
FA
$2,000.00
$2,000.00
2
i
1-09 !Mobilization
1
LS
5( Sb0.00
51 $bb.�
3
1-10
305
HR
63+5o
19, 3167•50
4
1-10
l!Flaggers
ITraffic Control Supervisor
1
LS
�5 Do�O+LO
��Oo?O•�
CPM Development
CITY OF FEDERAL WAY Corporafin
in
-I
2022 ASPHALT OVERLAY PROJECT
ICON M,� R8JON2021-DEC PROJECT #12522► RFB #22-001
5
1-10
.Other Traffic Control Labor
31
HR
6 3, S O
qd 8 • $d
6
II
1-10
Portable Changeable Message Sign
10
DAY
53.50
S•o0
7
1-10
Construction Signs Class A
1
LS
! D� •
` 0 70,40
8
2-01
Roadside Cleanup
1
FA
$5,000.00
$5,000.00
9
2-02
:Sawcutting
1383
LF
�•ac,
/O O�6•�S
10
2-02
Remove Sidewalk
363
SY
5�
.264 691.60
11
2-02
Remove Cement Conc. Curb and
Gutter I
363
I
LF
23.oO
$ 34q •O0
12
4-04
Maintenance Rock for Shoulder
Reconstruction, Incl. Haul
92
TN
70. eZ$
S�(o3•00
13
4-04
Crushed Surfacing Top Course
1372
TN
37, So
ova
14
5-03
ICrack Sealing
1
FA
$3,000.00
$3,000.00
15
5-04
iPavement Repair Excavation Incl.
Haul
1055
Cy
F16I
5-04
Planing Bituminous Pavement
14478
SY
3�
a�fi4 b
17
5-04
HMA CI. V2" PG 58H-22
I
1475
TN�
3�5.��
18
` 5-04
HMA for Pavement Repair Cl. 1/2" PG
58H 22
18
TN
3 334.E
19
5-04
HMA for Preleveling Class 1/2" PG
58H-22
50
TN
20
7-05
lAdjust Sanitary Sewer Manhole To
Grade
9
EA
21
7-05
Adjust Water Valve To Grade
5
EA
22
7-05
Adjust Catch Basin
11
EA
653.00
1 s3. AO
23
7-05
Replace Existing Frame, Grate and
1
EA
Riser
l b0 5.Ofl
I . b "W
24
8-02
Lawn, Incl. 4 In Topsoil
733
Sy�
�l �� 5O
25
8-02
IISod
1Roadside Restoration
1
FA
$20,000.00
$20,000.00
26
8-04
Cement Conc. Traffic Curb and Gutter
363
I LF
I
36.SD
I r3 ay9SD
CITY OF FEDERAL WAY - CPM Development>f 2022 ASPHALT OVERLAY PROJECT
COrporatiO&B-15 PROJECT #125221 RFB #22-M
DBA IC0NWtffl0 ION2021-DEC
27 I 8-09 Hydrant Marker, Type 213 6 EA , Sb 11qq1 00
28 8-13 Adjust Monument Case and Cover 11 EA . 50 :.q( .So
Cement Conc. Curb Ramp Type
29 8-14 parallel 9 EA ".00 46 IIA5.00
30 8-14 CementConc. Sidewalk 24 SY p�,DO 56g,Oi0
TOTAL — SCHEDULE F $ 5,51+, q2 .a
BID SUMMARY
ITEM
BID AMOUNT
Schedule A - S 373rd St (Pac Hwy S to 12th Ave S)
$
aroo (P4I.
Schedule B -16th Ave S (S 366th St to S 362nd)
$
3;ta, I gb-q5
Schedule C - S 33M St (18th Ave S to
$
is8 i-33-30
Weyerhaeuser Wy S)
Schedule D - Green Gables/Stone Brook (SW 328th
$
500.50
Way. 515t PI SW SW 32e St)
Schedule E - 20th Ave S (S 288th St to S 280th PI)
$
3F5% g I I . (00
Schedule F - Lake Grove Park
$
554/ a a3•Z
TOTAL BID AMOUNT
(including Washington State sales tax, all other
$
3,A WM0 ,q5
government taxes, assessments, and charges)
The documents incorporated by reference, as if fully set forth, 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.
Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating
thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions
which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor,
materials and perform all work as required in strict accordance with the contract documents, for the referenced
CPM Development
CITY OF FEDERAL WAY Corporation 2022 ASPHALT OVERLAY PROJECT
DBA ICON Vle kl� PROJECT M25221 RFB #22-001
C N 8 VERSION 2021-DEC
(2) That no person or selling agency except bona fide employees or designated agents or representatives
of the Contractor have been employed or retained to solicit or secure this contract with an agreement or
understanding that a commission, percentage, brokerage, or contingent fee would be paid; and
(3) That no gratuities in the form of entertainment, gift or otherwise, were offered or given by the
Contractor or any of its agents, employees or representatives, to any official, member or employee of
the City or other governmental agency with a view toward securing this contract or securing favorable
treatment with respect to the awarding or amending, or the making of any determination with respect to
the performance of this contract.
AFFIDAVIT OF ELIGMILITY
The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and
has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW
82.32070(2) within the last two years. The Contractor further certifies that it has not been determined, within
the last one year, to have committed any combination of two of the following violations or infractions within a five
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. 01 Date Issued: 1/18/2022
Addendum No. 02 Date Issued: 1i2012022
Addendum No. 02-Revised Date Issued: 112012022
The undersigned individual represents and warrants that he or she Is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or corporabo .
BY
Sig re
Subscribed and sworn to before
pY L..l�;
NOTARY fm
`+ Y PUBLIC •' `
,CFwAv.,
Mark Eichelberger
Printed Name
Construction Manager
Title
me this 28th day of January 2022
Wendy Hayes
Printed name of Notary
Notary Public in and for the State of Washington
CITY OF FEDERAL WAY 2022 ASIONALT OVERLAY PROJECT
RFB-17 PROJECT 0126221 RFB #22-W1
CF W RFB VERSION 2U21-DEC
Addendum No. 03
Addendum No. 04
Addendum No. 05
Date Issued: 1/2412022
Date Issued: 1/2512022
Date Issued: 1/2612022
The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all
bid documents on behalf of any partnership, joint venture or corporqV?n,
Subscribed and sworn to before me this
�����nNrnr,i� y4rrr
R
Printed Name
Construction Manager
Title
28th day of January , 2022 .
µoTnRy ' Signarure of Notary
i Wendy Hayes
F
Printed name of Notary
f,: G•�� Notary Public in and for the State of Washington
My commission expires: 211/2025
''�n++�wuurr►u�`
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-18 PROJECT #126221 RFB #22-001
CFW RFB VERSION 2021-DEC
Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal
CPM DEVELOPMENT CORPOFUTION
A CRH Company
wa�n'u�4, r�vosc
ZgOlWC�6
COOµLUM$!A
0
HELENA SAND
8& GRAVEL
AHUCOINUNY
AALMWY
rag
RlverBend
MATEIM"
Aa4C0 w
WENATCHEE
SAND a 6MVEL
ACUM COMPANY
CERTIFICATE OF AUTHORITY
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 instruments on behalf of CPM
Development Corporation, d/b/a ICON Materials. ICON Materials is a CPM Development Corporation
trade name.
Signature
Name and Title
Ric Linares, Regional President
Rob Meidinger, General Manager/Vice President
Mark Eichelberger, Construction Manager
Darci Morris, Operations Analyst
Respectfully submitted,
CPM DEVELOPM�,�EQNT CORPORATION
6awr v 1 oa/�
Susan L. Devaney
Northwest Division CFO
STATE OF WASIIINNGTON )
) ss.
COUNTY OF SPOKANE )
On this day personally appeared before me Susan L. Devaney, known to me to be the person that
executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials
and acknowledged said instrument to be the free and voluntary act of said Corporation
for the uses and purposes therein mentioned.
SUBSCRIBED and sworn to before me thikil day of 1Jer , 2019.
��Wllh
JEFF L CAVINESS
Notary PublIC
Slate of Washington
My Appoudment Expires
Mar 18, 2022
An Equal Opportunity Employer
'7M.....
SigWur& ofdVolary+
`X L- &V -5
Print or Pype Name of Nolary
NOTARY PUBLIC in and for the State of Washington
Residing at_%-3-1 .
My Commission expires on VAuh—S:, i
5111 E. Broadway, Spokane Valley, WA 99212
P.O. Box 3366, Spokane WA 99220-3366
Office: (509) 634-6221 • Fax: (509) 536-3051
BID BOND
2022 ASPHALT OVERLAY PROJECT
OPTION 1: • BID BOND DEPOSIT
Attached is a deposit in the form of a certified check, cashier's check, or cash M 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 and Deposif ompany of Marylandas Surety, are'held and firmly bound unto the City
of Federal Way, as Obligee, in the sum of five (6) 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 berms 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.
SIGN ALED AND DATED THIS 26thDAY OF
1�6
Principal — Signature of rued official
General Manager / V
Title
Name and Address of Local Office/Agent of Surety Company is:
Fidelity and Deposit Company of Maryland
1299 Zurich Way
Schaumburg, IL. 60196-1066
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-19 PROJECT #125221 RFB #224M
CFW RFB VERSION 2021-DEC
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 oertified to be in full force and effect on the date hereof, do hereby nominate, constitute,
and appoint, Rob D. ME10DINGER, Karen 11111NEHART, Susan L. DEVANEY and Mark EICHELBERGER, all of Pacific,
Washington, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, sea] and deliver, for, and on its behalf as surety, and
us its act and deed, any and all bid bonds issued on behalf of CPM DEVELOPMENT CORPORATION dba ICON
MATERIALS, pacific, Wasbington each In a penalty not to exceed the sum of SI,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 officcas of the ZURICH AMERICAN INSiTRANCF- 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 WfINESS 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
LiT1 COA IV OF MARYLAND, this loth day of October, A.D. 2019.
•— r �l4AL
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By. Robert D. Murray
Vice President
�Dcr4oi" 4 vwy%_�
By. Dawn E. Brown
Secretary
State of Maryland
County of Baltimore
on this IOth day of October. A. D. 2019, bcfore the sobscrihtr, a Notary Public of the Statc of Maryland, duly cornmissioncd and yuaiificd, Rohert
D. Murray, Vice President a a d Dann L Bra s%a, Secretary of the Cornpanirs, to me personally known to be the individuals and officers described in mid
who executed ibe preceding instru eM and aclmow[edged the execution of same, and being by me duly sworn, deposeth and saith, that helshe is the said
officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seats of said Companies, and that the vid
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. s„sisuir'+r
IN TES11MONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year lust above written. �s'v<f '~fir'
Q.�� hfa r�Ud rY
++ry
r+7inutt�
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
CONTRACTOR WAGE LAIN 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 taws 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 49.46, 49.48, and 49.52 RCW 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 Firm
By: Rob Meldinger
Signature of Aufhcl ized ri Print Name of Person Making Certifications for Firm
Title: General Manager 1 VP Place: Pacific, WA
T>Ne of Person Signing Csrtifirats Print City and State 141we Signed
Date; 1/2812022
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-20 PROJECT #126221 RFB #2Z.001
CFWRFB VERSION2021-DEC
PROPOSAL FOR INCORPORATING RECYCLED MATERIALS
APWA-WA Division 1 Committee rev. 1jawi6
Prop wal for In=wpomdng Recycled Materials Into the Project
In cwnpllance with a new law OW went into effect January 1, 2016 (SHB1695). the BW&r shell
propose bebw. the Iolal percent of consbunU n aggregate and concrete materials to be
in©vrporated inb the Projectthat are mpyclad materials. Calculated percentages must be within
the wrioerift alk wed In Section 9.03.21(1)E, Table on Maidmum ANDwable Pament (Ely Weight)
of Recycled Materlal, of the Standard SpecftaNris.
Proposed total peroentsge: Not To Exceed 20
percent.
Ms. Use of recycled mahsriats is highly erxarraged within ft ibnb shown above, bld Boas
not CartWute a &drier Preference, and wale nof affect the ditm n of sward, wrlew two or
mare burst rrspans49 Nd totals are exacdfy egwl, in wirFelr c na FOPO ed recycling
pomrrfagss wN b6 used as a Vo-bmaksr, Pert* APWA GSP in Sect bn 1-03.1 of ft Spedel
Provisifuns; Regardless, the t9ldderis atatadproposed pemeaftes swot www a goal um
Carrlractar should dD !ta baW to ac Mpbah. &dders wM be mq Aw d t0 report on reels d
ffMedals nOWy ftma poratad beta the Rest In lrccardance with the APWA GW in Secdon
1-06 B of On Spedid Pm*bm.
Bidder, CPM Development Corporation DBA ICON Materials
Signature of Authorized Official:
Date: January 28, 2021
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-21 PROJECT #126221 RFB #22-001
CF W RFB VERSION 2021-DEC
PUBLIC WORKS CONTRACT
THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 15 day of MCkLki , 2022 and is
made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and CPM
Development Corporation DBA ICON Materials, a Corporation ("Contractor"), for the project known as 2022
Asphalt Overlay Project (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
T1 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 Three Million Two Hundred Twelve Thousand Three Hundred One and 95/100 Dollars ($
3,212,301.95), 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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-22 PROJECT #12522 / RFB #22-001
CFW RFB VERSION 2021-DEC
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.
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 or 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 Term 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 Contractors 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,
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-23 PROJECT #12522 / RFB #22-001
CFW RFB VERSION 2021-DEC
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 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 Work 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-24 PROJECT #12622 / RFB #22-001
CFW RFB VERSION 2021-DEC
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.
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 manufacturer's 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-25 PROJECT #12522 / RFB #22-001
CFW RFB VERSION 2021-DEC
8.8 Assignment. 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.
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 Authodt /Discretion/Jud ment. 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 End. 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: John Cole, Capital Engineer
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-26 PROJECT #12622 / RFB #22-001
CFW RFB VERSION 2021-DEC
1508 Valentine Ave SE
Pacific, WA 98407-2103
ENGINEER: City of Federal Way
Attn: John Cole
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 taxes, liabilities,
increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of
the bond.
DATED the day and year set forth above.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-27 PROJECT #12522 / RFB #22-001
CFW RFB VERSION 2021-DEC
CITY OEA95DERALWAY:
8th Avenue South
I Way, WA 98003-6325
ATTEST:
AgAii
(ep anie Courtney, CMC, u
Clerk
AP ROT AS TO ORM:
/x— — M -
J Ryan Call, City Attome
NOTARY OF CONTRACTOR'S SIGNATURE:
STATE OF WASHINGTON )
ss.
COUNTY OF _ ?�GWGG_ )
CONTRACTOR:
Signature of Authorized In dual
Rob Meidinger
Printed Name of Authorized Individual
1508 Valentine Ave SE
Street Address
Pacific, WA 98047-2103
City, State, Zip
On this day personally appeared before me Rob Meidin er to me known to be
the General Manager I VP of 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.
(AVEN my hand and official seal this 11th day of March 20?2
1��p� Yi!HHrh�.
� Ja� w � ►yam En y a]185
(typed/printed name of notary)
OTA V`�' Notary Public in and for the State of Washington.
s ; N Ry "__ My commission expires 21112025
PUBUC � s
us�,
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-28 PROJECT #12622 / RFB #22-001
CFW RFB VERSION 2021-DEC
Christine Tollefson
From: Hayes, Wendy (ICON Materials) <wendy.hayes@icon materials.com>
Sent: Monday, March 14, 2022 6:29 AM
To: Christine Tollefson
Cc: Rhinehart, Karen A (ICON Materials)
Subject: FW: 12522 - RE: [EXT] Document for Signature
Attachments: 20220309091539.pdf
Categories: Contract Routing
[EXTERNAL EMAIL WARNINI
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.
Good Morning Christine,
In response to your e-mail below, the contract document was signed and notarized in Pierce County, WA. My apologies
for missing that line.
If you have any further questions or concerns, please do not hesitate to reach out.
Thank you.
Sincerely,
Wendy Hayes
Subcontracts Administrator
Notary Public
ICON Materials
A CRH COMPANY
1508 Valentine Ave SE
Pacific, WA 98047
O (206) 574 3946
F (206) 575 3207
E wendy hayes(@iconmateriais.com
www. icon materiaIs. com
From: Christine Tollefson <Christine.Tollefson cit ❑ffederalwa .com>
Sent: Friday, March 11, 2022 1:36 PM
To: Rhinehart, Karen A (ICON Materials)<karen.rhinehartpiconmaterials.com>
Subject: RE: 12522 - RE: [EXT] Document for Signature
Good afternoon,
We've received the signed paperwork and there was one item missing. It looks like the notary missed filling in the
County where this was signed. The easiest way to resolve this would be if I could get an email from the person who
notarized the document, Wendy Hayes, with confirmation we can fill in the county for her and which county that is.
PROJECT NUMBER
SAMPLE CONTRACT CHANGE ORDER
AGREEMENT NUMBER
PROJECT TITLE
CHANGE ORDER NUMBER
SUMMARY OF PROPOSED CHANGES:
This Change Order covers the work changes summarized below:
The time provided for completion in the Contract is
EFFECTIVE DATE
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 fO. TY 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: INCREASE DECREASE $
DEPARTMENT RECAP TO DATE:
ORIGINAL CONTRACT AMOUNT
$
PREVIOUS CHANGE ORDERS
$
THIS CHANGE ORDER
$
NEW CONTRACT AMOUNT
$
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-29 PROJECT #125221 RFB #22-001
CFW RFB VERSION 2021-DEC
Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to
Change Order except as speciftcally described in this Change Order.
CONTRACTOR'S SIGNATURE
PUBLIC WORKS DIRECTOR
DATE
DATE
Contract Change Order
provided for Contractor's
reference. Change orders
executed during the project
Will use this form.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-30 PROJECT #126221 RFB #22-001
CFW RFB VERSION 2021-DEC
CERTIFICATE OF INSURANCE
Contractor's Certificate of
Insurance to be inserted
here during Contract
Execution
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-31 PROJECT #12522 / RFB #22-001
CFW RFB VERSION 2021-DEC
AI a� CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/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 Liberty Mutual Insurance Co. National Insurance East NAME' CONTACT Valerie Reece
HONFAX
2000 Westwood Dr. (ACC, Ne 513-867-3822 (OW o
Wausau, WI 54401 E-MAIL ...._ nlr afln ifiartvhii thin en
www.LibertyMutual.com
INSURED
CPM Development Corporation (120-PAC)
DBA ICON Materials
1508 Valentine Avenue SE
Pacific WA 98047-2103
INSURERS AFFORDING COVERAGE NAIC #
INSURERA: Libe Mutual Fire Insurance Company 23035
INSURERS: Liberty Insurance Corporation 42404
INSURER C :
INSURER D :
INSURER E :
roorlClrerC rdllaaDCD• -—A -,n RFVIRI[1N NtIMRFR-
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.
EN5i2 ADOL SUBR POLICY -MP POLICY EXP LIMBS
LTR TYPEOFINSURANCE N yyyp POLICY NUMBER MM/DD71'YYY MMIDDfYYYY
A
COMMERCWLGENERALLIABILITY
CLAIMS -MADE u OCCUR
PrimaWNon-Contributory
�/
I TB2-C81-004095-111
XCU Coverage Included
9/1/2021 9/1/2022
EACH OCCURRENCE
$2000.000
PREMISES Ea occurrence)
$ 300 000
MED EXP (An one person)
$ 50 000
Separation of Insured
PERSONAL & ADV INJURY
$ 2 000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2,000,000
PRODUCTS - COMP/OP AGG
$ 00O 000
POLICY ✓� PRO LOC
$
OTHER:
AUTOMOBILE LIABILITY
AS2-C81-004095-121 9/1/2021 9/1/2022
COIA
Eaa Id r3SlNGLELlMIT
$2000,000
BODILY INJURY (Per person)
$
A
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY I AUTOS ONLY
AS2-C81-054502-521 9/1/2021 9/1/2022
Physical Damage Only:
Comprehensive Ded $10,000
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
PerPERTnl
$
$
Collision Ded $10.000
A
UMBRELLALIAB
EXCESS LIAB
,/
OCCUR
CLAIMS -MADE
,/
,/
TL2-681-054523-921 9/1/2021 9/1/2022
(General Liability)
EACH OCCURRENCE
$3000,000
AGGREGATE
$ 3 000.000
DED I I RETENTION $
Products/Completed Op
3 $ 3 000 000
B
B
WORKERS COMPENSATION
AND EMPLOYERS' LUIBILITY YIN
ANYPROPRIETORIPART14ER/FXECUTIVE
OFFICER/MEMBEREXCLUDED? ❑N
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
�/
WA7-C8D-004095-021
.All except OH, ND, WA, WY
WC7-C81-004095-011
I WI. MN
9/1/2021 9/1/2022
9/1/2021 9/1/2022
S ATUTE ER
E.L. EACH ACCIDENT
$1 OOO 000
E.L. DISEASE - EA EMPLOYEE,
$1.QQ0000
E.L. DISEASE- POLICY LIMIT
I $1 000.000
A
'Washington Stop Gap
Employers Liability Coverage
TB2-C81-004095-111 9/1/2021
9/1/2022
BI Each Accident $1,000,D00
BI Aggregate Limit $1,000,000
BI Each Employee $1,000,000
A
I Excess Liability - Auto Liabilitv
TL2-681-054653-441 Auto 9/1/2021
9/1/2022
Each Occurrence $3 000.000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required)
RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project.
See Additional Remarks Schedule.
City of Federal Way
Public Works Department
33325 8th Avenue South
Federal Way WA 98003
1.n19 t,LL Ln 1 IM11
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Valerie Reece
U 19t$U-ZU1 b AL:UKU t;UKI-VKA I IUN. All rlgnis re5erveo.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
66920122 1 LM_44 1 09.21-09.22 Standard 2-2 WA Stop Gap Excess AUTO I Erin Celing 1 2/25/2022 1:36:40 PM (CST) I Page 1 of 2
AGENCY CUSTOMER ID: LM_44
LOC #:
AC EP ADDITIONAL REMARKS SCHEDULE Page of
AGENCY NAMEDINSUREDpD
Liberty Mutual Insurance Co. National Insurance East DBA ICON Materials
(120-PAC)
POLICY NUMBER 1508 Valentine Avenue SE
Pacific WA 98047-2103
T62-C81-004095-111
CARRIER NAIC CODE
Mutual Fire
AUVI IIUIVAL Kr-MAKI%b
F
ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
NUMBER: 25 FORM TITLE: Certificate of Liability (03116)
HOLDER: City of Federal Way Public Works Department
ADDRESS: 33325 8th Avenue South Federal Way WA 98003
EFFECTIVE DATE:
RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project.
City of Federal Way, its officers, elected officials, employees, agents and volunteers,
the consultant that completed the preparation of the engineering design and project plans,
its officers, employees, agents and subconsultants, consultants hired by the contracting
agency for design, construction support or materials 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. The
excess liability policy follows form.
Waiver of subrogation is included in favor of the additional insured, where required by
written contract, and where applicable by law.
ACORD 101 (2008/01) U ZUU5 ACUKU WKrUKAI IUN. Au rlgnis reserves.
The ACORD name and logo are registered marks of ACORD ADDENDUM
66920122 1 LM_44 1 09.21-09.22 Standard 2-2 WA Stop Gap Excess AUTO 1 Erin Celing 1 2/25/2022 1:36:40 PM (CST) I Page 2 of 2
" CERTIFICATE OF LIABILITY INSURANCE
DATE(MM/DDIYYYY)
03/02/2022
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, INC.
TWO ALLIANCE CENTER
3560 LENOX ROAD, SUITE 2400
ATLANTA,GA 30326
CN 1 03150008--ConPo-21-22
INSURED
(PAC-120) CPM DEVELOPMENT CORPORATION
DBA ICON MATERIALS
1508 VALENTINE AVE SE
PACIFIC, WA 98047
Kathy A. Gregory
(404)995.2724
kathedne.a.gregory@marsh.com
COVERAGES CERTIFICATE NUMBER: ATL-005401880-01 REVISION NUMBER: 1
(404)995-2725
NAIC #
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.
ILTR R TYPE OF INSURANCE L SUBR POLICY NUMBER MMIDDYrfYYY MMIEFF ODY � LIMBS
LT
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$
n
CLAIMS -MADE l I OCCUR
DAMAGEO
PREMISES Eaoavnence
$
MED EXP (Anyone person)
$
PERSONAL & ADV INJURY
$
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$
PRODUCTS - COMP/OP AGG
POLICY jE'CT- 7 LOC
$
$
OTHER'
AUTOMOBILE LIABILITY
COMBINEDl SiNGL LIMIT
Ea acclden
$
BODILY INJURY (Per person)
$
ANY AUTO
OWNED SCHEDULED
_ AUTOS ONLY i_ AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per acctde
$
$
UMBRELLA LIAR
EACH OCCURRENCE
$
HOCCUR
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTION $
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y I N
OFFCERRIET REXCLUDED?ECUTIVE
(Mandatory in NH)
NIA
SA TUTS ER
E.L. EACH ACCIDENT
$
E.L. DISEASE -EA EMPLOYE
$
E.L. DISEASE- POLICY LIMIT
$
If yes, dssalbe under
C OF OPERATIONS below
I
A
Contractors Pollution
ICELLUW00113184
09/01/2021
09/01/2022
Incident
1,000,000
Liability
Aggregate
1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
RE: P/N 12522 RFB #22-001 2022 ASPHALT OVERLAY PROJECT
THE CITY OF FEDERAL WAY, ITS OFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, THE CONSULTANT THAT COMPLETED THE PREPARATION OF THE ENGINEERING
DESIGN AND PROJECT PLANS, ITS OFFICERS, EMPLOYEES, AGENTS AND SUBCONSULTANTS, CONSULTANTS HIRED BY THE CONTRACTING AGENCY FOR DESIGN, CONSTRUCTION SUPPORT
OR MATERIALS TESTING ARE INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT.
CFRTIFII'_ATE HOLDER CANCELLATION
CITY OF FEDERAL WAY
PUBLIC WORKS DEPARTMENT
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
01938-2016 ACORD CORPORATION. All rights reservea.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
I DATE (MM/DDNYYY)
ACa�OCERTIFICATE OF LIABILITY INSURANCE 03/02/2022
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, INC.
TWO ALLIANCE CENTER
3560 LENOX ROAD, SUITE 2400
ATLANTA, GA 30326
CN103150008—XSPol-21-22
INSURED
(PAC-120) CPM DEVELOPMENT CORPORATION
DBA ICON MATERIALS
1508 VALENTINE AVE SE
PACIFIC, WA 98047
Kathy A. Gregory
(404)995-2724 1PAXN�1, (404)995-2725
kathedne.a.gregory@marsh.com
COVERAGES CERTIFICATE NUMBER: ATL-005401887-01 REVISION NUMBER: 0
NAIC #
36420
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.
INSIiADDLISUBM POLICY EFF POLICY EXP LIMITS
LTR TYPE OF INSURANCE POLICYNUMBER MMfDDIYYYY MMIDDfYYYY
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$
CLAIMS -MADE OCCUR
DAMAG
PREMISS Ea occurrence
$
MED EXP ny oneperson)
$
PERSONAL SADVINJURY
$
GEN'LAGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$
PRODUCTS - COMP/OP AGG
$
POLICYFI JECT LOC
$
OTHER;
AUTOMOBILE LIABILITY
COMBINE l LI
[Ea aaxdent
$
BODILY INJURY (Per person)
$
ANY AUTO
BODILY INJURY (Per accident)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
PROPERTY DAMAGE
Per accdent
$
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAR
CLAIMS -MADE
DEC) I I RETENTION
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANYPROPRIETOR/PARTNER/EXECUTIVE -
OFFICERIMEMBEREXCLUDED9
(Mandatory In NH)
N / A
I STATUTE
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYE
$
E.L. DISEASE - POLICY LIMIT
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
A Excess Environmental Liability
USLO1368321 09/01/2021
i
09/01/2022
Limit
1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
RE: P/N 12522 RFB #22-001 2022 ASPHALT OVERLAY PROJECT
THE CITY OF FEDERAL WAY, ITS OFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, THE CONSULTANT THAT COMPLETED THE PREPARATION OF THE ENGINEERING
DESIGN AND PROJECT PLANS, ITS OFFICERS, EMPLOYEES, AGENTS AND SUBCONSULTANTS, CONSULTANTS HIRED BY THE CONTRACTING AGENCY FOR DESIGN, CONSTRUCTION SUPPORT
OR MATERIALS TESTING ARE INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT.
LtKI IIILA I t nULLICK 4ml9 - 1 31
CITY OF FEDERAL WAY
PUBLIC WORKS DEPARTMENT
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
1&4tM44;'r ZL.Srg 9'ru.
01933-2015 ACORD CORPORATION. All rtgnts reservea.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
Any person or organization for which the employer has agreed by written contract, executed prior to loss, may
execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver
of subrogation does not apply to any construction group of classifications as designated by the waiver of right to
recover from others (subrogation) rule in our manual.
All work associated with:
City of Federal Way, its Officers, Elected Officials, Agents and
Volunteers, the Consultant that completed the preparation of the
engineering design and project plans, its Officers, Employees, Agents and
Subconsultants, Consultants hired by the Consulting Agency for design,
construction support or materials testing
Location Code: 120-PAC
Premium is included in the applicable state blanket waiver's premium
charge.
Issued by Liberty Insurance Corporation 21814
For attachment to Policy No. WA7-C8D-004095-021
Issued to CRH Americas, Inc.
Effective Date 02/28/2022 Premium $
WC 00 0313 ©1983 National Council on Compensation Insurance.
Ed. 04/01 /1984
Endorsement No.
Page 1 of 1
POLICY NUMBER: TB2-C81-004095-111
COMMERCIAL GENERAL LIABILITY
CG 20 10 0413
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to provide
for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1. All work, including materials, parts or equipment
furnished in connection with such work, on the
project (other than service, maintenance or
repairs) to be performed by or on behalf of the
additional insured(s) at the location of the
covered operations has been completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a principal
as a part of the same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
CG 20 10 0413 © ISO Properties, Inc., 2012 Page 1 of 2 0
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) I Location(s) Of Covered Operations
City of Federal Way, its Officers, Elected Officials,
Agents and Volunteers, the Consultant that completed
the preparation of the engineering design and project
plans, its Officers, Employees, Agents and
Subconsultants, Consultants hired by the Consulting
Agency for design, construction support or materials
testing
Project Number 12522, RFB #22-001
2022 Asphalt Overlay Project
Location Code: 120-PAC
Information required to complete this Schedule, if not shown above, will be shown in the Declarations. J
CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 2 of 2
POLICY NUMBER: TB2-C81-004095-111
COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
Location And Description Of Completed Operations
City of Federal Way, its Officers, Elected Officials,
Project Number 12522, RFB #22-001
Agents and Volunteers, the Consultant that completed
the preparation of the engineering design and project
plans, its Officers, Employees, Agents and
2022 Asphalt Overlay Project
Location Code: 120-PAC
Subconsultants, Consultants hired by the Consulting
Agency for design, construction support or materials
testing
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured will
not be broader than that which you are required
by the contract or agreement to provide for such
additional insured.
CG 20 37 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 2
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 37 0413 0
POLICY NUMBER: T132-C81-004095-111
COMMERCIAL GENERAL LIABILITY
CG 24 04 05 09
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Person Or Organization:
City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the
preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants,
Consultants hired by the Consulting Agency for design, construction support or materials testing
Location Code: 120-PAC
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV — Conditions:
We waive any right of recovery we may have against
the person or organization shown in the Schedule
above because of payments we make for injury or
damage arising out of your ongoing operations or
"your work" done under a contract with that person
or organization and included in the "products -
completed operations hazard". This waiver applies
only to the person or organization shown in the
Schedule above.
CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Designated Construction Project(s):
City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the
preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants;
Consultants hired by the Consulting Agency for design, construction support or materials testing
Location Code: 120-PAC
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. For all sums which the insured becomes legally
3. Any payments made under Coverage A for
obligated to pay as damages caused by 'occur-
damages or under Coverage C for medical
rences" under Section I — Coverage A, and for all
expenses shall reduce the Designated Con -
medical expenses caused by accidents under
struction Project General Aggregate Limit for
Section I — Coverage C, which can be attributed
that designated construction project. Such
only to ongoing operations at a single designated
payments shall not reduce the General Ag-
construction project shown in the Schedule
gregate Limit shown in the Declarations nor
above:
shall they reduce any other Designated Con-
t. A separate Designated Construction Project
struction Project General Aggregate Limit for
General Aggregate Limit applies to each des-
any other designated construction project
ignated construction project, and that limit is
shown in the Schedule above.
equal to the amount of the General Aggregate
4. The limits shown in the Declarations for Each
Limit shown in the Declarations.
Occurrence, Damage To Premises Rented To
2. The Designated Construction Project General
You and Medical Expense continue to apply.
Aggregate Limit is the most we will pay for the
However, instead of being subject to the
sum of all damages under Coverage A, ex-
General Aggregate Limit shown in the Decla-
cept damages because of "bodily injury" or
rations, such limits will be subject to the appli-
"property damage" included in the "products-
cable Designated Construction Project Gen -
completed operations hazard", and formed!-
eral Aggregate Limit.
cal expenses under Coverage C regardless of
the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims or
bringing "suits".
CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 13
B. For all sums which the insured becomes legally C.
obligated to pay as damages caused by "occur-
rences" under Section I — Coverage A, and for all
medical expenses caused by accidents under
Section I — Coverage C, which cannot be at-
tributed only to ongoing operations at a single
designated construction project shown in the
Schedule above:
1. Any payments made under Coverage A for
damages or under Coverage C for medical D.
expenses shall reduce the amount available
under the General Aggregate Limit or the
Products -completed Operations Aggregate
Limit, whichever is applicable; and
2. Such payments shall not reduce any Desig-
nated Construction Project General Aggre-
gate Limit. E.
When coverage for liability arising out of the
"products -completed operations hazard" is pro-
vided, any payments for damages because of
"bodily injury" or "property damage" included in
the "products -completed operations hazard" will
reduce the Products -completed Operations Ag-
gregate Limit, and not reduce the General Ag-
gregate Limit nor the Designated Construction
Project General Aggregate Limit.
If the applicable designated construction project
has been abandoned, delayed, or abandoned
and then restarted, or if the authorized contract-
ing parties deviate from plans, blueprints, de-
signs, specifications or timetables, the project will
still be deemed to be the same construction pro-
ject.
The provisions of Section III — Limits Of Insur-
ance not otherwise modified by this endorsement
shall continue to apply as stipulated.
Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09
Policy Number TB2-C81-004095-111
Issued by Liberty Mutual Fire Insurance Company
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
OTHER INSURANCE AMENDMENT — SCHEDULED ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
Schedule
Name of Person(s) or Organization(s):
City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the
preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants,
Consultants hired by the Consulting Agency for design, construction support or materials testing
Location Code: 120-PAC
If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any
other basis for any person(s) or organization(s) shown in the Schedule of this endorsement that qualifies as an
additional insured on this Policy, this Policy will apply solely on the basis required by such written agreement and
Paragraph 4.Other Insurance of Section IV — Conditions will not apply. Where the applicable written agreement
does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4.Other Insurance of
Section IV — Conditions will apply. However, this insurance is excess over any other insurance available to the
additional insured for which it is also covered as an additional insured for the same "occurrence", claim or "suit".
LC 24 2011 18 © 2018 Liberty Mutual Insurance Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Policy Number TB2-C81-004095-111
Issued by Liberty Mutual Fire Insurance Company
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
NOTICE OF CANCELLATION TO THIRD PARTIES
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE PART
MOTOR CARRIER COVERAGE PART
GARAGE COVERAGE PART
TRUCKERS COVERAGE PART
EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART
SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PART
EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM
Schedule
Name of Other Person(s) /
Or anization s
Email Address or mailing address:
Number Days Notice:
City of Federal Way
Public Works Department
33325 8th Ave South
Federal Way, WA 98003
30
A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or
organizations shown in the Schedule above. We will send notice to the email or mailing address listed above
at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no
event does the notice to the third party exceed the notice to the first named insured.
B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to
provide such advance notification will not extend the policy cancellation date nor negate cancellation of the
policy.
All other terms and conditions of this policy remain unchanged.
LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc., with
its permission.
Policy Number: AS2-C81-004095-121
Issued By: Liberty Mutual Fire Insurance Co.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
NOTICE OF CANCELLATION TO THIRD PARTIES
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE PART
MOTOR CARRIER COVERAGE PART
GARAGE COVERAGE PART
TRUCKERS COVERAGE PART
EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART
SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART
COMMERCIAL GENERAL LIABILITY COVERAGE PART
EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
Schedule
Name of Other Person(s)/
Organization(s):
Email Address or mailing
address:
Number
Days
Notice:
City of Federal Way
Public Works Department
33325 8th Ave South
Federal Way, WA 98003
30
A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or
organizations shown in the Schedule above. We will send notice to the email or mailing address listed
above at least 10 days, or the number of days listed above, if any, before the cancellation becomes
effective. In no event does the notice to the third party exceed the notice to the first named insured.
B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure
to provide such advance notification will not extend the policy cancellation date nor negate cancellation of
the policy.
All other terms and conditions of this policy remain unchanged.
LIM 99 01 0511 © 2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc.
with its permission.
POLICY NUMBER: AS2-C81-004095-121
COMMERCIAL AUTO
CA04441013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified
by the endorsement.
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
City of Federal Way, its Officers, Elected Officials, Agents and
Volunteers, the Consultant that completed the preparation of the
engineering design and project plans, its Officers, Employees, Agents and
Subconsultants, Consultants hired by the Consulting Agency for design,
construction support or materials testing
Location Code: 120-PAC
Premium: $ Included
I Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived prior
to the "accident' or the 'loss" under a contract with
that person or organization.
CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1
Policy Number: AS2-C81-004095-121
Issued by: Liberty Mutual Fire Insurance Co.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED - NONCONTRIBUTING
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIERS COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured
Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form.
Schedule
Name of Person(s) or Organizations(s):
City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the
Consultant that completed the preparation of the engineering design and project
plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by
the Consulting Agency for design, construction support or materials testing
Regarding Designated Contract or Project:
Project Number 12522, RFB #22-001 2022 Asphalt Overlay Project
Location Code: 120-PAC
Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but
only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision
contained in Section II of the Coverage Form.
The following is added to the Other Insurance Condition:
If you have agreed in a written agreement that this policy will be primary and without right of contribution
from any insurance in force for an Additional Insured for liability arising out of your operations, and the
agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be
primary and we will not seek contribution from such insurance.
AC 84 23 08 11 © 2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc.,
with its permission.
POLICY NUMBER:AS2-C81-004095-121
COMMERCIAL AUTO
CA20481013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage
provided in the Coverage Form.
SCHEDULE
Name Of Person(s) Or Organization(s):
City of Federal Way, its Officers, Elected Officials, Agents and
Volunteers, the Consultant that completed the preparation of the
engineering design and project plans, its Officers, Employees, Agents
and Subconsultants, Consultants hired by the Consulting Agency for
design, construction support or materials testing
Location Code: 120-PAC
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who Is An Insured provision
contained in Paragraph A.1. of Section II - Covered
Autos Liability Coverage in the Business Auto and
Motor Carrier Coverage Forms and Paragraph D.2. of
Section I - Covered Autos Coverages of the Auto
Dealers Coverage Form.
CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1
Bond No. 9397395
PERFORMANCE AND PAYMENT BOND
2022 ASPHALT OVERLAY PROJECT
The City of Federal Way ("City') has awarded to CPM Development Corporation DBA ICON Materlals ("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.
The Principal, and Fidelity and Deposit 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 Three Million Two Hundred Twelve Thousand Nine US Dollars
($_ 3,212,901.95 _,Total Contract Amount, subject to the provisions herein. Hundred One & 951100
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. 'Jrttllrlr!
This bond shall be signed by duly authorized officers and will only be accepted if accompanied
original power of attorney for the office executing on behalf of the surety.
CPM Development Corporation dba
I�diC AL:ricon Materials SURETY: Fidellt and Deposit Cor
Principal Signature Date ety a
"j'I tlltt1141.1""
CITY OF FEDERAL WAY
Linda Nipper
Printed Name
Attorney -in -Fact
Title
2022 ASPHALT OVERLAY PROJECT
RFB-32 PROJECT #125221 RFB #22-001
CFW RFB VERSION 2021-DEC
LOCAL OFFICEIAGENT OF SURETY:
Linda Nipper
Name
15 W South Temple Ste 700
Street Address
Salt Labe City UT 84101
City, State, Zip
801.533.3629
Telephone
BOND NO.: 9397395 rr
I,
APPROVED AS TO FORM:
F' /. Ryan ball, City Attomey
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-33 PROJECT #125221 RFB #22-001
CFW RFB VERSION 2021-DEC
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 Linda Dipper 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 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 11 th day of July, A.D. 2019.
�r�+�°O�GRL_ss�3y av Orrprr ����
• �. 3 nlow JS
P
,q_ SlE:AI.
byµ *IYp�
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
l3�; T�,atrerl �J. ter�ay
Dice Pztesiifi�}i►
ti.
Bv.., Down E. Bi n
5ecretart '
State of Maryland
County of Baltimore
On this I Ith day of July, A.D. 2019, 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 Site 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 helsbe is the said offices 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.
�p �5ulyhs
.`�;r:'•',. fir, `
4.r�4 4
f�jr� !l HIS11l
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attome s-in-1~act. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -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
I, 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 10th 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 February 2022 .
0(a
',�111�11Sr17'fli.
f C' 71F i rlr.
Ir
CC
Brian M. Hodges, Vice Pf&si*jk.%
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
www.renortsfclainis(&zurichna.com .
800-626-4577
CONTRACTOR'S RETAINAGE OPTION
IDENTIFICATION AND DESCRIPTION
Project Title: 2022 Asphalt Overlay Project
RFB No: 22-001
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.
a-"_. j r 314f2022
Contractor Signature n rn O Date
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-34 PROJECT #126221 RFB #22-001
CFW RFB VERSION 2021-DEC
Christine Tollefson
From: Meidinger, Rob D (ICON Materials) <rob.meidinger@icon materials.com>
Sent: Monday, March 14, 2022 10:33 AM
To: Christine Tollefson
Cc: Rhinehart, Karen A (ICON Materials)
Subject: Follow up
Attachments: 20220309091539.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.
Christine,
Please accept this email to verify that Option 4 should be checked on the attached document.
Please call with any questions or concerns.
Thank you.
Rob
Rob Meidinger
General Manager
ICON Materials
A CRH COMPANY
1508 Valentine Ave SE
Pacific, WA 98047
O (206) 575 3200
T (253) 9816321
C (253) 261 5286
E Rob. Meidinger __iconmaterials.com
www.iconmaterials.com
Bond No. 9397396
RETAINAGE BOND TO CITY OF FEDERAL WAY
2022 ASPHALT OVERLAY PROJECT
KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned,
CPM Development Corporation 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 CCity") in the penal sum of:
One Hundred Sixty Thousand Six Hundred Fifteen & 101100 ($ 160 615.10 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's, 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 $ 3,212,901.95
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 world, 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 2022 ASPHALT OVERLAY PROJECT
RFB-36 PROJECT #125221 RFB #22-001
CFW RFB VERSION 2021-DEC
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
February , 2022 , 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.
c0oRA SEAL:
i' .4
�fl�y� Niltill11115ti
CORPORATE SEAL:
CITY OF FEDERAL WAY
CPM Development Corporation dba
PRINCIPAL: Icon Materials
By:
Y
Title: General Manager/ VP
Address: 1508 Valentine Ave SE
Pacific, WA 98407-2103
SURETY: Fidelity and Deposit Company of Maryland
By:
Attomey-in-Fact Tina Davis
(Attach Power ofAttomey)
Title: ` Attorney -in -Fact
Address: Marsh USA Inc.
15 W South Temple Ste 700
Salt Lake City UT 84101
2022 ASPHALT OVERLAY PROJECT
RFB-36 PROJECT #12522 I RFB #22-001
CFW RFB VERSION 2021-DEC
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
Rob Meidin er who signed the said bond on behalf of the Principal, was
General Manager / VP 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.
S9Me- tary of Priricipal
I hereby
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
f the said Corporation; that I know his or her signature thereto is genuine, and
that said bond was duly signed, sea . and attested for and in behalf of said Corporation by authority of its
governing body.
Secretary of Surety
AP ROVED AS TO ORM:
77i -- ,
J Ryan Call, City ttome
See Power -of -Attorney and
Notarial Acknowledgment Attached
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
RFB-37 PROJECT #12522 / RFB #22-001
CFW RFB VERSION 2021-DEC
State of _
County of
Utah
Salt Lake
ss:
On February 25, 2022 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared
Tina Davis
known to me to be Attorney -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 June s, 2022
L da L. Nipper Public
Notary Public - Stag of Utah
comm. No. 700561
11 Ay Com"40m Expires on
Jun 9, 2022
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 Tina Davis , 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 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 1 lth day of July, A.D. 2019.
.r,�.':' M°°'re,�: g+' ►"o zeros+ rJ�+kfy�
SEAL
k�3 or��
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 I Ith day of July, A.D. 2019, 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.
Constance A. Dunn, Notary Public
My Commission Expires: July 9, 2023
EXTRACT FROM BY-LAWS OF THE COMPANIES
"Article V, Section 8, Attvrnevs-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
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
I, 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 February 2022 ,
0.
1� J: � as �
r
Brian M. Hodges, 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
w w w: repartsic l a im s �u7z uri chn a.c o m
800-626-4577
SUBCONTRACTOR LIST
Washington l" of IlPor on Subcontractor List
Ph"redln oo npu nor WO MW3930.M as.morseled
To Be Submitted with the Bid Proposal
Pmjed Name 2022 Asphalt Overlay Project Project #12522 / RFB #22-001
Fallore to list subcontrractora with whom On bidder, If awarded the car,iract ►A dkoatly eubcontrad for parfom►ance of the
warlt aI atructual steel Instarstion, rebar Instefedorr, harrBrrg, vorAIWI n and air eonditimiag, pksnbbrg, as described In
chapter 14111E Raw, and daalricel, is described In choptw 19,E RCW or narning mori than am ribootwsclor to petfona
the awns work will result In your bid belne notr•respon live and therefore vold.
Subccntrwclor(s) with whom the bidder uA dVectty subcontract that we proposed to purfixm the werk of ntruchual steel inslelsdan,
mbar InelslaUon, hesdng, vantlellon end air condllionkW, plumbing, as deavibed In Chapter IE.ID6 RCW, end eteclrlcel as
described In Chapter 19228 ftaW must be Lsted below. The wtsk to be pelfotmed Is to be listed below the subcontredor(s) name.
To the extant We Pmjset Includes one or tnne categories of work raferenced In RCMP 39-Va OW. cad no subsadreetor Is
listed below to poeforn such wwk, the bidder cerlNles that lie work win'~ (Q be performed 14 the bidder ltask, or NQ be
performed by a lowertler subcontractor who will not c*a"tt directly with the bidder.
5uboorrtredorName
Work to be performed _
Subcontractor Name
Work to be performed
Subcontractor Name
Work to be perforawd
Subcontractor Nome
Work to be perfomred
Subcordracior Norse
Work to be perionned
• Bidders are nodfied that It Is the opinion of The enforcement ap nW that PVC or metal conduik Junctlan boxes, eie, are considered
electrical equipment and therefore considered part of efechfcai work, even 0 the Instalefim In for future use and no wiring or electrical
current is connected during the project
DOT Fetm 271-016
Revised eB12020
CPM Development
CITY OF FEDERAL WAY; Corporation =2 ASPHALT OVERLAY
PROJECT 2
DBA ICON �'=LoNmi-vEc
Provided to Builders Excbange of NA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
CPS, DEVELOPMENT CORPORATION
A CRH Company
WdEFUCAH ROCK
PRPOUCT4
(0
CENTRAL PRE -MIX
Cuxr,Rn�•
� OM COMMNY
COLUMStA
HELENA SAND
& GRAVEL
ACRHCOMPAMY
1CON
qua
Fr -A I
RiverBend
MATERIALS
■ r
WENATCHEE
SAND 8 GRAVEL
A CRM COMPANY
CERTIFICATE OF AUTHORITY
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 instruments on behalf of CPM
Development Corporation, d/b/a ICON Materials. ICON Materials is a CPM Development Corporation
trade name.
Name and Title
Ric Linares, Regional President
Rob Meidinger, General ManagerNice President
Mark Eichelberger, Construction Manager
Darci Morris, Operations Analyst
Respectfully submitted,
Signature
r
CPM DEVELOPMENT CORPORATION
6AW;11 vll� ytwwe-
Susan L. Devaney
Northwest Division CFO
STATE OF WASIIINGTON )
) ss.
COUNTY OF SPOKANE )
On this day personally appeared before me Susan L. Devaney, known to me to be the person that
executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials
and acknowledged said instrument to be the free and voluntary act of said Corporation
for the uses and purposes therein mentioned.
SUBSCRIBED and sworn to before me thisb�'-, day of r3etr— 2019.
JEFF L CAVINESS
Notary Public
State of Washington
My Appointment Expires
Mar 1S, 2022
Ei u-4 of otary
Print or Type Name of Notary
NOTARY PUBLIC in and for the State of Washington
Residing at,
My Commission expires on Vy\u>z S,4, 1 V Z
An Equal Opportunity Employer
5111 E. Broadway, Spokane Valley, WA 99212
P.O. Box 3366, Spokane WA 99220-3366
Office: (509) 534-6221 • Fax: (509) 536-3051
i• sue'
4 -
BUSINESS LICENSE
� Issue Date: May 14, 2021
WASHINGTON
STATE Unified Business ID #: 601006854
Profit Corporation Business ID #: 001
Location: 0009
CPM DEVELOPMENT CORPORATION Expires: Jul 31, 2022
ICON MATERIALS
1508 VALENTINE AVE SE
PACIFIC, WA 98047-2103
SEATAC GENERAL BUSINESS - NON-RESIDENT - ACTIVE
MERCER ISLAND GENERAL BUSINESS - NON-RESIDENT #190050 - ACTIVE
FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT #98-105308-00-BL - ACTIVE
BURIEN GENERAL BUSINESS - NON-RESIDENT #01391 - ACTIVE
WILKESON GENERAL BUSINESS - NON-RESIDENT #58 - ACTIVE
DUTIES OF MINORS:
Ages 16-17: Filing, General Office Work, Janitorial Work, Washing Trucks. 'MINOR MAY NOT WORK AT HEIGHTS
GREATER THAN 10 FT OFF THE GROUND OR FLOOR LEVEL.*
LICENSING RESTRICTIONS:
It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC
296-125-033 for Non -Agricultural and WAC 296-131-125 for Agricultural guidelines and restricted activities.
Occupations involving exposure to substances which are carcinogenic, corrosive, highly toxic, toxic sensitizers, or
that cause reproductive health effects or irreversible end organ damage is prohibited for minors under 18. WAC
296-125-030(25)
REGISTERED TRADE NAMES:
ICON MATERIALS
This document lists the registrations, endorsements, and licenses authorized for the business
named above. By accepting this document, the licensee certifies the Information on the application
was complete, true, and accurate to the best of his or her knowledge, and that business will be
conducted in compliance with all applicable Washington state, county, and city regulations.
Director, Department of Revenue
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, 2022 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)
(...PROJECT -SPECIFIC 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 2022 ASPHALT OVERLAY PROJECT
SP-1 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
DIVISION 1
GENERAL REQUIREMENTS
DESCRIPTION OF WORK
(March 13, 1995 WSDOT GSP)
This Contract provides for the improvement of the 2022 Asphalt Overlay Project Improvements
and other work, all in accordance with the attached Contract Plans, these Contract Provisions,
and the Standard Specifications.
1-01.3 Definitions
(January 4, 2016 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 2022 ASPHALT OVERLAY PROJECT
SP-2 PROJECT #12522
CFW SPECIAL PROVISIONS VER 2021.09
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.
2 BID PROCEDUEE5AND CONDITIONS
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-3 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
1-02.1 Prequalifiication 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
rnst ns detailed below:
To Prime Contractor No. of
I Sets
Reduced Plans (11" x 17")
Contract Provisions
Large Plans (e.g., 22" x 34")
Basis of Distribution
Furnished automatically upon award.
Furnished automatically upon award.
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)
1-02.41 General
(June 24, 2021 APWA GSP, Option B)
The first sentence of the seventh paragraph, beginning with "Any prospective Bidder
desiring...", is revised to read:
Any prospective Bidder 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.
1-02.4 2 Subsurface Information
(March 8, 2013 APWA GSP)
The second sentence in the first paragraph is revised to read:
The Summary of Geotechnical Conditions and the boring logs, if and when
included as an appendix to the Special Provisions, shall be considered as part of
the Contract.
1-02.5 Proposal Forms
(July 31, 2017 APWA GSP)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-4 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-5 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Add the following new section:
1-02.601 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.
1-02.7 Bid Deposit
(March 8, 2013 APWA GSP)
Supplement this section with the following:
Bid bonds shall contain the following:
1. 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.
1-02.9 Delivery of Proposal
(June 17, 2021 APWA GSP, OPTION B)
Delete this section and replace it with the following:
Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project
Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as
otherwise required in the Bid Documents, to ensure proper handling and delivery.
To be considered responsive on a FHWA-funded project, the Bidder may be required to
submit the following items, as required by Section 1-02.6:
• DBE Utilization Certification
• DBE Written Confirmation Document from each DBE firm listed on the Bidder's
completed DBE Utilization Certification (WSDOT 272-056)
• Good Faith Effort (GFE) Documentation
• DBE Bid Item Breakdown (WSDOT 272-054)
• DBE Trucking Credit Form (WSDOT 272-058)
DBE Utilization Certification
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-6 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The DBE Utilization Certification shall be received at the same location and no later than
the time required for delivery of the Proposal. The Contracting Agency will not open or
consider any Proposal when the DBE Utilization Certification is received after the time
specified for receipts of Proposals or received in a location other than that specified for
receipt of Proposals. The DBE Utilization Certification may be submitted in the same
envelope as the Bid deposit.
DBE Written Confirmation and/or GFE Documentation
The DBE Written Confirmation Documents and/or GFE Documents are not required to be
submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if
any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The
documents shall be received no later than 48 hours (not including Saturdays, Sundays
and Holidays) after the time for delivery of the Proposal. To be considered responsive,
Bidders shall submit Written Confirmation Documentation from each DBE firm listed on
the Bidder's completed DBE Utilization Certification and/or the GFE as required by Section
1-02.6.
DBE Bid Item Breakdown and DBE Trucking Credit Form
The DBE Bid Item Breakdown and the DBE Trucking Credit Forms (if applicable) shall be
received either with the Bid Proposal or as a Supplement to the Bid. The documents shall
be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after
the time for delivery of the Proposal. To be considered responsive, Bidders shall submit
a completed DBE Bid Item Breakdown and a DBE Trucking Credit Form for each DBE
Trucking firm listed on the DBE Utilization Certification, however, minor errors and
corrections to DBE Bid Item Breakdown or DBE Trucking Credit Forms will be returned for
correction for a period up to five calendar days (not including Saturdays, Sundays and
Holidays) after the time for delivery of the Proposal. A DBE Bid Item Breakdown or DBE
Trucking Credit Forms that are still incorrect after the correction period will be determined
to be non -responsive.
Supplemental bid information submitted after the proposal submittal but within 48 hours
of the time and date the proposal is due, shall be submitted as follows:
1. In a sealed envelope labeled the same as for the Proposal, with "Supplemental
Information" added, or
2. By e-mail to the following e-mail address: PW.Bids@cityoffederalway.com
Proposals that are received as required will be publicly opened and read as specified in
Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that
is received after the time specified in the Call for Bids for receipt of Bid Proposals, or
received in a location other than that specified in the Call for Bids. The Contracting Agency
will not open or consider any "Supplemental Information" (DBE confirmations or GFE
documentation) that is received after the time specified above, or received in a location
other than that specified in the Call for Bids.
If an emergency or unanticipated event interrupts normal work processes of the
Contracting Agency so that Proposals cannot be received at the office designated for
receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal
will be deemed to be extended to the same time of day specified in the solicitation on the
first work day on which the normal work processes of the Contracting Agency resume.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-7 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
1-02.10 Withdrawing, Revising, orSupplementing 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.
1-02.13 Irre ular Proposals
(October 1, 2020 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, if applicable,
as required in Section 1-02.6;
h. The Bidder fails to submit or properly complete an Disadvantaged Business
Enterprise Certification, if applicable, as required in Section 1-02.6;
i. The Bidder fails to submit written confirmation 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;
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-8 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
k. The Bidder fails to submit a DBE Bid Item Breakdown form, 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.
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 Dis uglification of Bidders
(May 17, 2018 APWA GSP, OPTION B)
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-9 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 Responsibility
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
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-10 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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. ❑ocumentaticn: 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
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-11 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
1-03.1 Consideration of Bids
(January 23, 2006 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.
1-03.1(1) Identical Bid Totals
(January 4, 2016 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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
"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
(October 1, 2005 APWA GSP)
Revise this section to read:
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 Age .
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
1-07.18, and a satisfactory bond as required by law and Section 1-03.4. 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:
1. Be on Contracting Agency -furnished form(s);
2. Be signed by an approved surety (or sureties) that:
a. 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:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-13 PROJECT #12522
CFW SPECIAL PROVISIONS VER 202109
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
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
(November 30, 2018 APWA GSP)
Revise this section to read:
Any 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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-14 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction.
1- 5 CONIROL OF WORK
1-05 4 Conformity With and Deviations from Plans and Stakes
(April 2, 2018, 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.
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.
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
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_
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-15 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
(October 1, 2005 APWA GSP)
Delete this section and replace it with the following:
1-05.11 Final Inspections and Operational Testinq
1-05.11(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
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-16 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-17 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 Servinq Notices
(March 25, 2009 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:
1-05.1S 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.
1-05.18 Contractor's Daily Diary
(April 12, 2018 CFW GSP)
Section 1-05.18 is a new section:
The Contractor and subcontractors, as additional consideration for payment for this
contract work, hereby agree to maintain and provide to the Owner and the Engineer a
Daily Diary Record of this Work. The diary must be kept and maintained by the
Contractor's designated project superintendent. Entries must be made on a daily basis
and must accurately represent all of the project activities on each day.
At a minimum, the diary shall show on a daily basis:
• The day and date.
• The weather conditions, including changes throughout the day.
a A complete description of work accomplished during the day with adequate
references to the Plans and Specifications so that the reader can easily and
accurately identify said work on the Plans.
• An entry for each and every changed condition, dispute or potential dispute,
incident, accident, or occurrence of any nature whatsoever which might affect the
Contract, Owner, or any third party in any manner.
a Listing of any materials received and stored on or off -site by the Contractor for
future installation, to include the manner of storage and protection of the same.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-18 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
• Listing of materials installed during each day.
• List of all subcontractors working on -site during each day.
• Listing of the number of Contractor's employees working during each day by
category of employment.
• Listing of Contractor's equipment working on the site during each day. Idle
equipment on the site shall be listed and designated as idle.
• Notations to explain inspections, testing, stake -out, and all other services furnished
to the Contractor by the Owner or other during each day.
• Entries to verify the daily (including non -work days) inspection and maintenance of
traffic control devices and condition of the traveled roadway surfaces. The
Contractor shall not allow any conditions to develop that would be hazardous to
the public.
• Any other information that serves to give an accurate and complete record of the
nature, quantity, and quality of the Contractor's progress on each day.
• Summary of total number of working days to date, and total number of delay days
to date.
The Contractor's designated project superintendent must sign the diary at the end of
each working day. The Contractor must provide a copy of the diary to the Owner and the
Engineer each morning for the preceding workday. All copies must be legible.
It is expressly agreed between the contractor and the owner that the daily diary maintained
by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation
of any potential claims or disputes that might arise during this contract. Failure of the
Contractor to maintain this diary in the manner described above will constitute a waiver of
any such claims or disputes by the Contractor. The daily diary maintained by the
Contractor does not constitute the official record of the project. The official record of the
project is prepared and maintained exclusively by the engineer.
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
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-19 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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.
pall.. ■U -■ 0 AM-11INIVY-11
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.
1-06.7 Hazardous Chemicals
(April 12, 2019 CFW GSP)
Section 1-06.7 is a new section:
In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall
submit with each shipment a Material Safety Data Sheet (MSDS) for all products
containing any toxic products that may be harmful to the end user. The MSDS Sheet is to
accompany the toxic product(s) to the specified delivery sites.
Include the following in the MSDS:
A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the
MSDS.
B. If the product is actually used diluted, the dilution rate should be so stated in the
MSDS and the hazards and corresponding personal protection, etc., also be listed.
C. A statement as to the intended use of the product.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-20 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-21 PROJECT #12522
CFW SPECIAL PROVISIONS VER 2021.09
1-07.20) 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.
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-22 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
and comply with the permit shall be considered incidental to other bid items and no
additional payment will be made.
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(3) Apprentices
(February 15, 2019 CFW GSP)
Section 1-07.9(3) is supplemented with the following:
General Requirements
No less than fifteen percent (15%) of the labor hours performed by workers subject to
prevailing wages employed by the contractor or its subcontractors is required to be
performed by apprentices enrolled in an apprenticeship training program approved or
recognized by the Washington State Apprenticeship and Training Council. The
Contractor may elect to accomplish apprenticeship utilization requirements as part of
the work of a subcontractor, however, the Prime Contractor shall retain the
responsibility for complying with these Special Provisions.
Apprentices shall be paid at least the prevailing hourly rate for an apprentice of that
trade. Any workman for whom an apprenticeship agreement has not been registered
and approved by the State Apprenticeship Council shall be considered to be a fully
qualified journeyman, and therefore shall be paid at the prevailing hourly rate for
journeymen.
Documentation and Monitoring
Apprenticeship Plan
(1) The Contractor shall submit a draft Apprenticeship Plan with their bid package
on the form provided in the Contract Documents.
(2) At the preconstruction meeting, the Contractor shall submit a final
Apprenticeship Plan to the City on the form provided in the Contract
Documents.
These plans shall include the following:
How the Contractor plans to meet the 15% requirement. Specifically,
the plan should include the planned hours for each trade or craft; the
total number of prime apprentice hours proposed for the project; and
the total number of subcontractor apprentice hours proposed for the
project.
• A description of how the Contractor will satisfy the apprenticeship goal
on the project and include a summary of outreach and recruitment
procedures to hire apprentices to work on the project.
Prevailinq Wage Report
Contractor prevailing wage documentation shall be supplemented to monitor
compliance with this requirement throughout the contract as follows -
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-23 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
(1) A copy of the certificate showing apprentice registration for an individual
must accompany the first certified payroll report on which the individual
appears;
(2) A summary shall be provided with each certified payroll report (for both
Prime Contractor and all Subcontractors) that identifies:
a. The total number of hours worked by apprentices on this job during
the pay period. This shall be listed on the summary even if there
are zero apprentice hours during the pay period.
b. The total number of hours worked by all employees (including both
apprentices and non -apprentices) on this job during the pay period.
Certified payrolls that are submitted without this supplemental documentation will
be rejected and it will be necessary for the Contractor to resubmit with the
supplemental documentation.
Failure to Meet Apprenticeship Utilization Requirements
Unless otherwise waived or reduced, any contractor or subcontractor failing to comply
with the apprenticeship requirements of this section shall not be considered a
responsible bidder on City of Federal Way Public Works projects for a period of two
years from final acceptance of the contract in which noncompliance occurred.
Waivers or Reductions
The Public Works Director may waive or reduce requirements as follows:
(1) The apprenticeship requirement conflicts with state or federal funding
conditions, or the conditions of any other grant or funding program;
(2) An insufficient number of apprentices are available to meet the contract
requirements;
(3) The project involves a high proportion of equipment and materials. costs
compared to the anticipated labor hours;
(4) The contractor has demonstrated a good faith effort to meet the established
ercentage requirement, but remains unable to fulfil the goal;
(5) In order to meet the requirement, the contractor will be forced to displace
members of its workforce; or
(6) For other reasons deemed appropriate by the Public Works Director.
1-07.9(5) Required Documents
(January 3, 2020 APWA GSP)
Delete this section and replace it with the following:
General
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 using the State L&I online Prevailing Wage
Intent & Affidavit (PWIA) system.
Intents and Affidavits
On forms provided by the Industrial Statistician of State L&I, the Contractor shall
submit to the Engineer the following for themselves and for each firm covered under
RCW 39.12 that will or has provided Work and materials for the Contract:
1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form
number F700-029-000. The Contracting Agency will make no payment under
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-24 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
this Contract until this statement has been approved by State L&I and reviewed
by the Engineer.
2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700-007-
000. The Contracting Agency will not grant Completion until all approved
Affidavit of Wages paid for the Contractor and all Subcontractors have been
received by the Engineer. The Contracting Agency will not release to the
Contractor any funds retained under RCW 60.28.011 until "Affidavit of
Prevailing Wages Paid" forms have been approved by State L&I and all of the
approved forms have been submitted to the Engineer for every firm that worked
on the Contract.
The Contractor is responsible for requesting these forms from State L&I and for paying
any fees required by State L&I.
Certified Payrolls
Certified payrolls are required to be submitted by the Contractor for themselves, all
Subcontractors and all lower tier subcontractors. The payrolls shall be submitted
weekly on all Federal -aid projects and no less than monthly on State funded projects.
Penalties for Noncompliance
The Contractor is advised, if these payrolls are not supplied within the prescribed
deadlines, any or all payments may be withheld until compliance is achieved. In
addition, failure to provide these payrolls may result in other sanctions as provided by
State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12).
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 381h St
Tacoma, WA 98409
Telephone: (206) 348-9637
Puget Sound Energy (Gas)
Attn: Brandon Platz
Telephone: (425)495-4269
Lakehaven Water & Sewer District
Lumen
Attn: Tanaiya Anderson
23315 66th Ave S
Kent, WA 98032
Telephone: (253) 313-8961
Comcast
Attn: Kyle Kinney
410 Valley Ave NW
Puyallup, WA 98371
Telephone: (253) 293-3838
AT&T
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-25 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Attn: Andrew Weygandt
31627 1 "1 Avenue S
Federal Way, WA 98003
Telephone: (253)945-1624
Zayo
Attn: Jason Tesdal
4905 Pacific Hwy E, Suite 4
Fife, WA 98424
Telephone: (253) 221-7585
Attn: Steve Duppenthaler
11241 Willows Rd NE, #130
Redmond, WA 98052
Telephone: (425)286-3822
Tacoma Water
Attn: Geff Yotter
3628 S 35th St
Tacoma, WA 98409
Telephone: (253) 502-8742
King Co. Traffic (Signals & Lighting) City of FW IT Dept (City Fiber)
Attn: Mark Parrett Attn: Thomas Fichtner
155 Monroe Ave NE 33325 8th Ave S
Renton, WA 98056 Federal Way, WA 98003
Telephone: (206) 296-8153 Telephone: (253) 835-2547
ADDITIONAL CONTACTS
King County METRO Transit
81270 6th Ave S, Bldg 2
Seattle, WA 98134
Telephone: (206) 684-2785
City of Federal Way Police
33325 8th Ave S
Federal Way, WA 98003
Telephone: (253) 835-6701
(for officer traffic control scheduling)
Telephone: (253) 835-6767
(for traffic / road closure issues)
South King Fire & Rescue
31617 1 st Ave S
Federal Way, WA 98003
Telephone: (253) 946-7253
Federal Way School District
Attn: Transportation Department
1211 S. 332nd St
Federal Way, WA 98003
Telephone: (253) 945-5960
A ri! 2 2007 WSDOT GSP OPTION 2
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.
Public and private utilities, or their Contractors, will furnish all work necessary to adjust,
relocate, replace, or construct their facilities unless otherwise provided for in the Plans or
these Special Provisions. Such adjustment, relocation, replacement, or construction will be
done during the prosecution of the work for this project. It is anticipated that utility adjustment,
relocation, replacement or construction within the project limits will be completed as follows:
• Quantities of utili adjustments per schedule below:
Schedule Lakehaven Lakehaven Federal Way
Water Sewer Storm
A 2 0 0
B 11 _ 4 1
C 11 13 2
f D 0 48 0
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-26 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
E 9 11 1, 1
F b 1 9 8
Any other relocations, replacements, or adjustments as necessary
The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all
affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite
work.
The following addresses and telephone numbers of utility companies or their Contractors that
will be adjusting, relocating, replacing or constructing utilities within the project limits are
supplied for the Contractor's use:
• See contact info listed in Section 1-07.17, Option 1
The Contractor shall:
• Provide franchise utilities with a minimum two -week advance notice to facilitate
scheduling for their crews. Work will be completed by utilities after the area has been
prepared by the City's contractor, including excavation and staking of appurtenant
facilities such as right-of-way & back of sidewalk (line & grade).
• The Contractor shall coordinate scheduling of utility work with the utility companies
involved and incorporate that work into the project schedule.
• Contact Lakehaven Water and Sewer to coordinate manhole or water valve iron
upgrades that will be provided.
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
(January 4, 2016 APWA GSP)
1-07.18 1 General Re uirements
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-27 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-28 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 Coverage
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
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.
1-07A 5 Coverages 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-29 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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.
(January 4, 2016 APWA GSP, cont.)
1-07.18 5 B Automobile Liabilit
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 $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability
coverage shall be excess over and as least as broad in coverage as the Contractor's
Commercial General and Auto Liability insurance.
All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional
insureds on the Contractor's Excess or Umbrella Liability insurance policy.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-30 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
This requirement may be satisfied instead through the Contractor's primary Commercial
General and Automobile Liability coverages, or any combination thereof that achieves the
overall required limits of insurance.
1-07.1$ 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.
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
(January 5, 2015 WSDOT GSP, OPTION 5)
Section 1-07.23(1) is supplemented with the following:
Lane closures are subject to the following restrictions:
10 Only one lane of traffic (northbound or southbound)may be closed to traffic
between the hours of 7:OOAM and 3:30PM. Approval to close both one
northbound and one southbound lane at the same time will require prior
approval by the Project Engineer.
• Left turns may be restricted (by the Contractor) within the project limits at
the discretion of the Project Engineer.
• Closure of one lane at a time may occur between the hours of 7AM to 7PM.
Any closures between 7PM to 7AM require prior approval by the City
• If a lane closure is required, at least one lane of traffic (alternating directions
/ flagger controlled) shall be maintained at all times.
• Unless otherwise approved or shown on plans, the Contractor shall
maintain two-way traffic during construction. The Contractor shall maintain
continuous two-way traffic along streets throughout the project site. The
Contractor shall have the option, with the approval of the Engineer, of
momentarily interrupting the continuous two-way traffic to allow one-way
traffic. Such interruptions shall utilize qualified flaggers placed in strategic
locations to insure the public safety and minimize driver confusion. A
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-31 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
momentary interruption shall be defined as a period of time not to exceed
two (2) minutes. Regardless of the period of time no queue greater than
ten (10) cars in length will be allowed.
• Working at night (8pm to 7am weekdays, 8 pm-9am weekends & holidays)
is not mandated by the City. Should the contractor schedule project work
during nighttime hours, 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 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.
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 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.
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 so conduct his
operations so as to have under construction no greater length or amount
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-32 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
of work than he can prosecute vigorously and he shall not open up sections
of the work and leave them in an unfinished condition.
o Lane closures shall not impact business accesses. All business accesses
will remain open 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
• No paving shall occur in residential areas during refuse, yard waste, and
recycling days.
• Schedule A: Monday
® Schedule B: Monday
• Schedule C: Wednesday
• Schedule D: Tuesday
• Schedule E: Friday
■ Schedule F: Thursday
If the Engineer determines the permitted closure hours adversely affect traffic, the
Engineer may adjust the hours accordingly. The Engineer will notify the Contractor
in writing of any change in the closure hours.
Lane closures are not allowed on any of the following:
1. A holiday,
2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or
Monday are considered a holiday weekend. A holiday weekend includes
Saturday, Sunday, and the holiday.
3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend,
and
4. Before 7:00 AM on the day after the holiday or holiday weekend.
Lane closures are not allowed within the City Center zone from the Friday after
Thanksgiving Day ("Black Friday") until the first City recognized business day of
the following year without written approval by the Engineer. The boundaries of the
City Center zone are identified in the City of Federal Way Comprehensive Plan. In
general, it is the area located within the following boundaries:
Northern boundary: S 312th Street
Southern boundary: S 324th Street
Eastern boundary: Interstate 5
Western boundary: 14th Ave S (future extension) / west of 320th Public
Library / 11th PI S
1-07.24 Rights of Wa
(July 23, 2015 APWA GSP)
Delete this section and replace it with the following:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-33 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 1 Z 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
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-34 PROJECT #12522
CFW SPECIAL PROVISIONS VER 2021.09
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.
1-08 PROSECUTION D PR
Add the following new section:
1-08.0 Preliminary Matters
(May 25, 2006 APWA GSP)
1-08.0(1] 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
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
within the allowable hours below:
Schedule A: 7:00 a.m. and 3:30 p.m
Schedule B: 7:00 a.m. and 3:30 p.m
Schedule C: 7:00 a.m. and 3:30 p.m
Schedule D: 7:00 a.m. and 6:00 p.m
Schedule E: 7:00 a.m. and 6:00 p.m
Schedule F: 7:00 a.m. and 6:00 p.m
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-35 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5. If Davis Bacon wage rates apply to this Contract, all requirements must be
met and recorded properly on certified payroll.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 1-08.0(2) is supplemented with the following:
Project specific limitations:
Schedule A: 7:00 a.m. and 3:30 p.m.
Schedule B: No work prior to June 16th (Last day of school)
Schedule C: 7:00 a.m. and 3:30 p.m.
Schedule D: 7:00 a.m. and 8:00 p.m (10 hour workday allowed)
Schedule E: 7:00 a.m. and 8:00 p.m (10 hour workday allowed)
Schedule F: 7:00 a.m. and 8:00 p.m (10 hour workday allowed)
(August 14, 2020 CFW GSP)
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-36 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 Subcontractincl
(May 30 2019 APWA GSP OPTION B
Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify...".
1-08.3 Progress Schedule
(--PROJECT-SPECIFIC SPECIAL PROVISION'`'``)
Section 1-08.3 is supplemented with the following:
Schedule B — 16th Ave S (S 356th St to S 362nd): The Contractor shall not start
any work within Schedule B prior to June 16th, 2022 (last day of school), unless otherwise
approved by the Engineer.
The Contractor is restricted to have two (2) schedules under construction at a time unless
otherwise approved by the engineer. "Under Construction" for the purpose of this Section
means any work up to, including, and after the final pavement overlay.
Adequate equipment and forces based on the construction schedule shall be made
available by the Contractor to start work immediately upon order of the Engineer and to
carry out the schedule to completion of the contract by the date specified.
Sidewalk and curb ramps shall be completed within 10 working days of removal. No more
than one (1) quadrant of any one intersection may be under construction at a time.
Should it become evident at any time during construction that operations will or may fall
behind the schedule, the Contractor shall, upon request, promptly submit a revised
schedule in the same form as specified herein, setting out operations, methods, and
equipment, added labor forces or working shifts, night work, etc., by which time lost will
be made up, and confer with the Engineer until an approved modification of the original
schedule has been secured. Further, if at any time any portion of the accepted schedule
is found to conflict with the contract provisions, it shall, upon request, be revised by the
Contractor and the work shall be performed in compliance with the contract provisions.
Payments of any further estimates to the Contractor after such request is made and until
an approved modified schedule has been provided by the Contractor may be withheld.
Execution of the work according to the accepted schedule of construction, or approved
modifications thereof, is hereby made an obligation of the contract.
1-08.3I21A Type A Progress Schedule
(March 13, 2012 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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-37 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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.
1-08.5 Time for Completion
(November 30, 2018 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. Within 10 calendar days after the date of each statement, the Contractor
shall file a written protest of any alleged discrepancies in it. To be considered by the
Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the
basis and amount of time disputed. By not filing such detailed protest in that period, 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:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-38 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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:
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 110 working days.
1-08.6 Suspension of Work
(January 2, 2018 WSDOT GSP, OPTION 2)
Section 1-08.6 is supplemented with the following:
Contract time may be suspended for procurement of critical materials (Procurement
Suspension). In order to receive a Procurement Suspension, the Contractor shall within
21 calendar days after execution by the Contracting Agency, place purchase orders for all
materials deemed critical by the Contracting Agency for physical completion of the
contract. The Contractor shall provide copies of purchase orders for the critical materials.
Such purchase orders shall disclose the purchase order date and estimated delivery dates
for such critical material.
The Contractor shall show procurement of the materials listed below as activities in the
Progress Schedule. If the approved Progress Schedule indicates the materials
procurement are critical activities, and if the Contractor has provided documentation that
purchase orders are placed for the critical materials within the prescribed 21 calendar
days, then contract time shall be suspended upon physical completion of all critical work
except that work dependent upon the listed critical materials:
*** List Critical Items ***
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-39 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
*** Decorative Luminaire Poles ***
Charging of contract time will resume upon delivery of the critical materials to the
Contractor or 120 calendar days after execution by the Contracting Agency, whichever
occurs first.
1-08.9 Liquidated Dama es
(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 ***$2,100***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.
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
1-09.2(1) General Requirements for Weighing Equipment
(July 23, 2015 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 5caleman's
Daily Report Form. The scale operator must provide AM and/or PM tare weights for
each truck on the printed ticket.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-40 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
1-09.2(5) Measurement
(May 2, 2017 APWA GSP)
Revise the first paragraph to read:
Scale Verification Checks — At the Engineer's discretion the Engineer may erform
verification checks on the accuracy of each batch, hopper, or platform scale used in
weighing contract items of Work.
1-09.6 Force Account
(October 10, 2008 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 Engineer.
(***PROJECT -SPECIFIC SPECIAL PROVISION—*)
Section 1-09.6 is supplemented with the following:
The Contractor shall not start any Force Account work prior to approval of the Engineer.
All Force Account work shall be monitored by the inspector
1-09.7 Mobilization
(April 12, 2018 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.
1-09.9 Paymerbts
(March 13, 2012 APWA GSP)
Delete the first four paragraphs and replace them with the following:
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.
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-41 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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:
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.
1-09.9 1 Retai na e
(June 27, 2011 WSDOT GSP, OPTION 1)
Section 1-09.9(1) content and title is deleted and replaced with the following:
Vacant
1-09.11 3 Time Limitation and Jurisdiction
(November 30, 2018 APWA GSP)
Revise this section to read:
For the convenience of the parties to the Contract it is mutually agreed by the
parties that any 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 any 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 any such claims or causes of
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-42 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
action. It is further mutually agreed by the parties that when any 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 any
records deemed necessary by the Contracting Agency to assist in evaluating the
claims or action.
1-09.13 Claim Resolution
1-09.13 3 Claims $250,000 or Less
(October 1, 2005 APWA GSP)
Delete this Section and replace it with the following:
The Contractor and the Contracting Agency mutually agree that those claims that
total $250,000 or less, submitted in accordance with Section 1-09.11 and not
resolved by nonbinding ADR processes, shall be resolved through litigation unless
the parties mutually agree in writing to resolve the claim through binding arbitration.
1-09.13(3)A Administration of Arbitration
(November 30, 2018 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
may be entered in the Superior Court of the county in which the Contractin
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.
1-10 TEMPORARY FF NTR
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 Mana ement
1-10.20) General
(January 3, 2017 WSDOT GSP, OPTION 1)
Section 1-10.2(1) is supplemented with the following.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-43 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.nwieft.edu
Evergreen Safety Council
12545 135th Ave. NE
Kirkland, WA 98034-8709
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:Haltssa.com/training
Integrity Safety
13912 NE 20th Ave
Vancouver, WA 98686
(360) 574-6071
hftps://www.integritysafety.com
US Safety Alliance
(904)705-5660
https://www.ussafetyalliance.com
1-10.2(2) Traffic Control Plans
(April 12, 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.
m 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-44 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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 Si nalized 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:
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.
1-10.4 Measurement
1-10.4 2 item Bids with Lump 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-46 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
(***PROJECT -SPECIFIC SPECIAL PROVISION')
Section 1-10.5(2) is supplemented with the following:
"Portable Changeable Message Sign" will only be paid a max of 10 days per
schedule without engineers approval.
"Construction Signs Class A" shall be lump sum.
END OF DIVISION 1
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-46 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
DIVISION 2
EARTHWORK
2-01 CLEARING, GRUBBING, ANA ROADSIDE CLEANUP
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'/-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'/z inches by 1'/z 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'/z 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 Grubbier" 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 2022 ASPHALT OVERLAY PROJECT
SP-47 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 REMOVAL OF STRUCTUREraAND OBSTRUCTIONS
2-02.1 Description
(September 30, 1996 WSDOT GSP, OPTION 4)
Section 2-02.1 is supplemented with the following:
The Contractor is advised that asbestos may be present on this project.
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:'s
STATION / OFFSET
ITEM DESCRIPTION
QUANTITY
118+50, 32' RT
Tree Removal
2 EA
ITEMS TO BE SALVAGED TO THE CITY INCLUDE, BUT IS NOT LIMITED
TO THE FOLLOWING:
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.
2-02.3 Construction Requirements
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. Removal of pavement, curbs,
gutters, and sidewalks within the entire project limits shall be measured and paid
as "Roadway Excavation incl. Haul" in accordance with Section 2-03.
2-02.3(4) Removal of Drainage Structures
(April 12, 2018 CFW GSP)
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-48 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
Section 2-02.3(4) is a new section:
Where shown in the Plans or where designated by the Engineer, the Contractor
shall remove existing catch basins, manholes, pipes, and other drainage features
in accordance with Section 2-02 of the Standard Specifications. Removal shall be
conducted in such a manner as to prevent damage to surrounding facilities
including any existing storm sewers, sanitary sewers, electrical conduits or other
facilities to remain. All remaining facilities including but not limited to storm sewers,
sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due
to the Contractor's operations shall be replaced by the Contractor to the
satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch
basins, manholes, and other drainage structures designated for removal, including
all debris, shall be completely removed. All removed catch basins, manholes, and
other drainage structures shall become the property of the Contractor and shall be
disposed of in accordance with Section 2-02 of the Standard Specifications. All
undamaged frames, grates, and solid covers in a re -useable condition shall
become the property of the City of Federal Way and shall be delivered to a location
specified by the Engineer.
Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete
curb and gutter surrounding the structure required for removal will be considered
incidental to the removal of the catch basin, manhole, or other drainage structures.
Sawcuts shall be in accordance with Section 2-02 of these Special Provisions.
Backfilling of catch basins, manholes, pipes and other drainage structures to be
removed and replaced shall not be performed until the new structure is installed
and shall be in accordance with Section 7-05. Backfilling of a structure to be
replaced shall be considered incidental to the construction and installation of the
new catch basin, manhole, or other drainage structure. Backfilling of catch basins,
manholes, pipes and other drainage structures to be completely removed shall be
performed using gravel borrow paid in accordance with the Bid Schedule.
Prior to backfilling any voids, the Contractor shall remove pipe as noted in the
plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned
shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard
Specifications. Plugging pipe ends shall be considered incidental and included in
the pipe removal and no additional payment will be made.
The Contractor shall maintain existing drainage, where designated by the
Engineer, until the new drainage system is completely installed and functioning.
2-02.3 5 Ad'ust Existing Utili 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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-49 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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:
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.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 2-02.3(5) is supplemented with the following:
Cold mix shall not be used to lower utilities prior to paving operations.
2-02.3(6) Existing Utilities to Remain
(April 12, 2018 CFW GSP)
2-02.3(6) is a new section:
Utilities indicated in the Plans to remain shall be protected and supported in place in such
a manner that they remain functional and undamaged. Utilities indicated to remain that
are damaged as a result of Contractor's activity shall be repaired or replaced to the
satisfaction of the Contracting Agency at no additional cost.
2-02.4 Vacant
(April 12, 2018 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.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 2-02.4 is supplemented with the following:
"Remove Sidewalk", shall include all sidewalk and ADA curb ramps.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-60 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
"Remove Cement Conc. Curb and Gutter", shall include all curb and gutter
including adjacent to ADA curb ramps.
"Tree Removal", shall include tree and root removal.
2-02.5 Payment
(April 12, 2018 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:
"Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater
installation are incidental to the measurement and payment of those contract
items.
(***PROJECT -SPECIFIC SPECIAL PROVISION--)
Section 2-02.5 is supplemented with the following:
"Removal of Cement Conc. Sidewalk", per square yard.
"Removal of Cement Conc. Curb and Gutter", per linear foot.
"Tree Removal", per each.
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.
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 "Roadway Excavation Incl. Haul" and no additional payment will be
made.
2-03.3 Construction Requirements
Section 2-03.30M 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-51 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 BaWillin
(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.
2-03.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.4 is supplemented with the following:
Only one determination of the original ground elevation will be made on this project.
Measurement for roadway excavation and embankment will be based on the original
ground elevations recorded previous to the award of this contract.
If discrepancies are discovered in the ground elevations, which will materially affect the
quantities of earthwork, the original computations of earthwork quantities will be adjusted
accordingly.
Earthwork quantities will be computed, either manually or by means of electronic data
processing equipment, by use of the average end area method or by the finite element
analysis method utilizing digital terrain modeling techniques.
Copies of the ground cross-section notes will be available for the bidder's inspection,
before the opening of bids, at the Engineer's office and at the Region office.
Upon award of the contract, copies of the original ground cross -sections will be furnished
to the successful bidder on request to the Engineer.
(April 12, 2018 CFW GSP)
Section 2-03.4 is supplemented with the following:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-52 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
If the Contractor excavates outside the neat -line limits designated for "Roadway
Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the
Contractor's benefit and shall be included in the cost of other Bid Items.
2-03.5 Pa ment
(April 12, 2018 CFW GSP)
Section 2-03.5 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:
"Roadway Excavation Incl. Haul", per cubic yard.
(March 13, 1995 WSDOT GSP, OPTION 2)
Section 2-03.5 is supplemented with the following:
All costs in connection with the preparation of waste sites and waste deposits shall be
included in the Mobilization.
2-09 STRUCK EXCAVATION
2-09.3 Construction Requirements
2-09.301 General Requirements
(March 17, 2020 CFW GSP)
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 on 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-53 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
2-09.3 1 D ❑is osal 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.
END OF DIVISION 2
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-54 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
DIVISION 3
AGGREGATE PRODUCTION AND ACCEPTANCE
3-01 PRODUCTION FROM QUARRY AND PIT 51TES
3-01.4 Contractor Furnished Material Sources
3-01.4(1) Acquisition and Development
(April 12, 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 2022 ASPHALT OVERLAY PROJECT
SP-55 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
DIVISION 4
BASES
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 4-04.1 is supplemented with the following:
Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks,
driveways, and pavement, at existing driveways to provide temporary access, as backfill
for unsuitable foundation excavation at mailbox supports, or for any other purposes
deemed necessary by the Engineer.
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 S readin
(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_
(April 12, 2018 CFW GSP)
Section 4-04.5 is supplemented with the following:
The unit contract price for Ballast and Crushed Surfacing shall also include compacting,
and removing and hauling to waste when required by the Engineer.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 4-04.5 is supplemented with the following:
"Maintenance Rock for Shoulder Reconstruction, Incl. Haul" per ton.
The unit contract price for Maintenance Rock for Shoulder Reconstruction, Incl. Haul, shall
also include compacting, spreading, removing, and hauling to waste when required by the
Engineer.
Payment will be made in accordance with Section 1-04.1 for the following bid items when
included in the proposal:
"Crushed Surfacing Top Course", per ton.
The unit contract price per ton for "Crushed Surfacing Top Course" shall also include
compacting, and removing and hauling to waste when required by the Engineer.
END OF DIVISION 4
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-56 PROJECT #12522
CFW SPECIAL PROVISIONS VER 2021.09
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 2022 ASPHALT OVERLAY PROJECT
SP-57 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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.
5-04.2(1] 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).
5-04.201A Vacant
5-04.2(2) Mix Design — 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.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-58 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 Usinq 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 Re uirements
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 Pavin
Compacted Thickness (Feet)
Less than 0.10
i 0.10 to .20
CITY OF FEDERAL WAY
Wearing Course
55-F
45-F
Other Courses
45-F
35-F
2022 ASPHALT OVERLAY PROJECT
SP-59 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
More than 0.20 35-F 35^F
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) Eauir)ment
5-04.3 3 A Mixinq 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
it be below the minimum temperature required to maintain the asphalt binder in a
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-60 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
6-04.3(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 2022 ASPHALT OVERLAY PROJECT
SP-61 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-62 PROJECT #12522
CFW SPECIAL PROVISIONS VER 2021.09
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, oscilatory, 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
equipment shall be equipped with a thermometer to indicate the temperature of the tack
coat material.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-63 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5-04.3MA Crack Sealin
5-04.3MA1 General
When the Proposal includes a pay item for crack sealing, seal all cracks % 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'/4 inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width — fill with sand slurry.
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-64 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5-04.3(51 Producing/Stockpiling 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-65 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
5-04.3(51A 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 25OF 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
HMA Class %" and HMA Class'/"
wearing course 0.30 feet
other courses 0.35 feet
HMA Class %" 0.15 feet
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-66 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5-04.3 8 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 1 2.5% min. and 5.5% max N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance limits by applying the
following tolerances to the approved JMF.
Aggregate Percent Non -Statistical Commercial Evaluation
Passing Evaluation
I", %", '/2", and 3/8" sieves +/- 6% +/- 8%
No. 4 sieve +/-6% +/- 8%
No. 8 Sieve +/- S% +/-8%
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-67 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
No. 200 sieve +/- 2.0°/a +/- 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 1/2" 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(9)B 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.
5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and 5ublots
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.
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 to be tested.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-68 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5-04 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.
6-04.3(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
TFactor
up9
2
All aggregate passing: 1'/z", V, W, 1/2", W and
No.4
sieves
All aggregate passing No. 8 sieve
15
All aggregate passing No. 200 sieve
20
Asphalt binder
40
Air Voids (Va) (where applicable)
1 20
Each lot of HMA produced under Nonstatistical Evaluation and having all constituents
falling within the toler-ance 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
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
appro-priate 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-69 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
5-04.319105 Vacant
5-04.3[9]C6 Mixture Nonstatistical Evaluation — Price Adiustments
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 MID Mixture Acceptance — Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and having all
constituents failing 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).
5-04.3 10 HMA Compaction Acce tance
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 a 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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-70 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-71 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 A HMA Compaction — General Compaction Re uirements
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.
(***PROJECT -SPECIFIC SPECIAL PROVISION--)
Section 5-04.3(10)A is supplemented with the following:
Compaction testing shall be incidental to "HMA Class'/" PG 581-1-22"
5-04.3 10 6 HMA Compaction — Cyclic Densit
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
5-04.31101D HMA Nonstatistical Compaction_
5-04 3(10)Dl HMA NonstatisticaI Compaction —Lots. and Sy blots
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.
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-72 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5-04 3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing
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 'IQ ❑3 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.
5-04.3111) 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
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 Remection 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-73 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
5-04.3(11)C Resection 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 l3 Resection -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).
5-04.30111E Rejection - 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 11 F 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
3. When either the PR for any constituent or the CPF of a lot in progress is less than
0.75.
5-04.301)G Resection -An Entire Lot [Mixture or Compaction)
An entire lot with a CPF of less than 0.75 will be rejected.
5-04.302) Joints
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-74 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
5-04.3021A HMA Joints
5-04.3 12 Al 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 20HAV 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 '/z of the
compacted lift thickness and then taper down on a slope not steeper than 4H:1 V. The
sloped portion of the HMA notched wedge joint shall be uniformly compacted.
5-04.3[1218 Bridge Paving 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.
Construct the bridge paving joint seal as specified ion 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:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-75 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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.
5-04.3 13 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.
5-04.3 14 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 planning
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 2022 ASPHALT OVERLAY PROJECT
SP-76 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
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.
6-04.3 14 A Pre -Planing 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 iden-tify 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.
5-04.304113 Pavinq and Planing Under Traffic
5-04.3 14 B'I 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:
1. Intersections:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-77 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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)62 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,
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:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-78 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 se-quencing 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.
5-04.3041133 Pre -Paving and Pre-Planinq 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:
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-79 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5-04.3(15) 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 1 fi 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.
5-04.3117) Temporary Asphalt Pavement
(April 12, 2018 CFW GSP)
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-80 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any
trench 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 CI, _ 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.
Roadway cores will be measured per each for the number of cores taken.
Preparation of untreated roadway will be measured by the mile once along the centerline
of the main line Roadway. No additional measurement will be made for ramps, Auxiliary
Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest
0.01 mile.
Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01
mile or by the square yard, whichever is designated in the Proposal.
Pavement repair excavation will be measured by the square yard of surface marked prior
to excavation.
Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton,
whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4.
Longitudinal joint seals between the HMA and cement concrete pavement will be
measured by the linear foot along the line and slope of the completed joint seal.
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-81 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Water will be measured by the M gallon as provided in Section 2-07.4.
(April 1 Z 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.
Cold Mix Asphalt Temporary Pavement will not be measured and shall be
considered incidental to other bid items.
(* -PROJECT-SPECIFIC SPECIAL PROVISION*)
Section 5-04.5 is supplemented with the following:
Compaction testing shall be incidental to "HMA Class'/z" PG 58H-22"_
5-04.5 Payme��t
Payment will be made for each of the following Bid items that are included in the Proposal.
"HMA Cl. _ PG _", per ton.
"HMA for Approach Cl. _ PG _", per ton.
"HMA for Preleveling Cl. _ PG _", per ton.
"HMA for Pavement Repair Cl. _ PG _", per ton.
"Commercial HMA", per ton.
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 be full compensation for all costs, including anti -stripping
additive, incurred to carry out the requirements of Section 5-04 except for those costs
included in other items which are included in this Subsection and which are included in
the Proposal.
"Preparation of Untreated Roadway", per mile.
The unit Contract price per mile for "Preparation of Untreated Roadway" shall be full pay
for all Work described under 5-04.3(4) , with the exception, however, that all costs
involved in patching the Roadway prior to placement of HMA shall be included in the unit
Contract price per ton for "HMA Cl. _ PG _" which was used for patching. If the
Proposal does not include a Bid item for "Preparation of Untreated Roadway", the
Roadway shall be prepared as specified, but the Work shall be included in the Contract
prices of the other items of Work.
"Preparation of Existing Paved Surfaces", per mile.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-82 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The unit Contract Price for "Preparation of Existing Paved Surfaces" shall be full pay for
all Work described under Section 5-04.3(4) with the exception, however, that all costs
involved in patching the Roadway prior to placement of HMA shall be included in the unit
Contract price per ton for "HMA Cl. _ PG _" which was used for patching. If the
Proposal does not include a Bid item for "Preparation of Untreated Roadway", the
Roadway shall be prepared as specified, but the Work shall be included in the Contract
prices of the other items of Work.
"Crack Sealing", by force account.
"Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the
purpose of providing a common Proposal for all Bidders, the Contracting Agency has
entered an amount in the Proposal to become a part of the total Bid by the Contractor.
"Pavement Repair Excavation Incl. Haul", per square yard.
The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall
be full payment for all costs incurred to perform the Work described in Section 5-04.3(4)
with the exception, however, that all costs involved in the placement of HMA shall be
included in the unit Contract price per ton for "HMA for Pavement Repair Cl. _ PG
per ton.
"Asphalt for Prime Coat", per ton.
The unit Contract price per ton for "Asphalt for Prime Coat" shall be full payment for all
costs incurred to obtain, provide and install the material in accordance with Section 5-
04.3(4).
"Prime Coat Agg.", per cubic yard, or per ton.
The unit Contract price per cubic yard or per ton for "Prime Coat Agg." shall be full pay for
furnishing, loading, and hauling aggregate to the place of deposit and spreading the
aggregate in the quantities required by the Engineer.
"Asphalt for Fog Seal", per ton.
Payment for "Asphalt for Fog Seal" is described in Section 5-02.5.
"Longitudinal Joint Seal", per linear foot.
The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment
for all costs incurred to perform the Work described in Section 5-04.3(12).
"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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-83 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
"Water", per M gallon.
Payment for "Water' is described in Section 2-07.5.
"Job Mix Compliance Price Adjustment", by calculation.
"Job Mix Compliance Price Adjustment" will be calculated and paid for as described in
Section 5-04.3(9)C6.
"Compaction Price Adjustment", by calculation.
"Compaction Price Adjustment" will be calculated and paid for as described in Section 5-
04..3(10)D3.
"Roadway Core", per each.
The Contractor's costs for all other Work associated with the coring (e.g., traffic control)
shall be incidental and included within the unit Bid price per each and no additional
payments will be made.
"Cyclic Density Price Adjustment", by calculation.
"Cyclic Density Price Adjustment" will be calculated and paid for as described in Section
5-04.3(10)B.
(April 12, 2018 CFW GSP)
Section 5-04.5 is supplemented with the following:
"Temporary Pavement", per ton.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 5-04.5 is supplemented with the following:
Compaction testing shall be incidental to "HMA Class'/2" PG 581-1-22".
END OF DIVISION 5
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-84 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
DIVISION 7
DRAINAGE STRUCTURES, STORM SEWERS,
SANITARY SEWERS, WATER MAINS, AND CONDUITS
7-01 DRAINS
ADD AND CUSTOMIZE THIS SECTION TO DESCRIBE PROJECT -
SPECIFIC STORM IMPROVEMENTS BEING INSTALLED BEYOND
DRAIN PIPE & UNDERDRAIN PIPES. Possible storm work endin
decision.
7-01.1 Description
(April 1 Z 2018 CFW GSP)
Section 7-01.1 is supplemented with the following:
This work consists of removing and installing
stormwater pipe at SW 330th St and 491h PI SW.
7-01.3 Construction Requirements
5 linear feet of 12 inch corrugated metal
7-01 3[3] Cleanouts and Fittings for Drain and Underdrain Pipe
(April 12, 2018 CFW GSP)
Section 7-01.3(3) is a new section:
The Contractor shall install cleanouts at the terminal end of any drain or underdrain
pipe not entering into a drainage structure. Cleanouts shall be installed at 150'
maximum spacing with a maximum of two (2) cleanouts per section of drain or
underdrain pipe.
7-01.5 Payment
(April 12, 2018 CFW GSP)
Section 7-01.5 is supplemented with the following:
Excavation, laying pipe, fittings, cleanouts, pipe bedding, imported backfill material (or
native material if approved by the engineer), construction geotextile, connections to new
or existing storm drainage structures, haul and disposal of trench material to be wasted
including unsuitable material, cleaning, and testing will not be measured as these items
are incidental to the drain pipe and/or underdrain pipe pay item(s).
7.04.3 Construction Requirements
7-04.30) Cleaning and Testing
(April 12, 2018 CFW GSP)
Section 7-04.3(1) is supplemented with the following:
Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-
04.3(1) of the Standard Specifications, except as modified herein:
Any departures from the best construction practices by the Contractor, such as
pipe line misalignment, presence of foreign matter in the pipes or catch basins,
poor catch basin construction, etc., shall be corrected by the Contractor at the
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-85 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Contractor's own expense. Testing will not be authorized until such corrections
have been made to the satisfaction of the Engineer.
7-04.5 Payment
(June 12, 2020 CFW GSP)
Section 7-04.5 is supplemented with the following:
Section 7-04.5 is modified as follows:
The unit contract price per linear foot of storm sewer pipe of the type and size specified
shall be full pay for furnishing all tools, labor, and equipment, and materials necessary for
its complete installation, including, but not limited to: sawcutting, pavement removal,
trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe
bedding, imported or native backfill, compaction, connection to new or existing storm
sewers or drainage structures, haul and disposal of trench material to be wasted including
unsuitable material, cleaning and testing, and costs related to maintaining existing
drainage system during construction or to provide temporary drainage systems. 90% of
payment will be made once the storm sewer pipe is installed. The remaining 10% will be
paid once pipe testing has been completed with satisfactory results. The engineer will
have the discretion to adjust these payment percentages as may be appropriate. Payment
percentages may be adjusted for any reason the engineer deems necessary, including
but not limited to, a high number of unsatisfactory test results.
05 MANHQ ES IN# 9T$CATCH BASINS AND DRIVELLS
7-05.3 Construction Requirements
(August 27, 2021 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 on 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 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 on 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 on the plans or directed by the Engineer.
Locking vs Non -Locking Lid
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-86 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 30) Adjusting Manholes, Valve Boxes and Catch Basins to Grade
(April 1 Z 2018 CFW GSP)
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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-87 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
for tack coat and immediately covered with dry paving sand before the asphalt for
tack coat solidifies.
7-05.313) 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 fi 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.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 7-05.4 is supplemented with the following:
"Adjust Sanitary Sewer Manhole To Grade", will be measured per each.
"Adjust Water Valve To Grade", will be measured per each.
"Replace Existing Frame, Grate and Riser", will be measured per each.
The unit contract price for Adjust Sanitary Sewer Manhole To Grade, Adjust Water Valve
To Grade, and Replace Existing Frame, Grate and Riser 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 or native 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 shall be considered incidental to this bid item and will not be
measured for separate payment. 50% of payment will be made once the adjustment has
been made. The remaining 50% will be paid once the work has been accepted by the
utility.
The unit contract price for "Adjust Sanitary Sewer Manhole To Grade" and/or "Adjust Water
Valve To Grade" and/or "Replace Existing Frame, Grate and Riser" applies to existing
utilities 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
utilities to finished grade, sawcutting, temporary patching hot mix to allow for the passage
of traffic, restoration of the area around the adjusted structure. Conversion of catch
basin/manhole/inlet lids (i.e. convert to heavy duty, solid, round locking lid) shall be
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-88 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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 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 or utility.
"Non -slip MMA coating", will be measured per square foot.
7-05.5 Pay
(August 27, 2021 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 or native 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 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 50% will
be paid once risers/rings are grouted to the satisfaction of the City and frame/grate is
installed.
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
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.
The unit contract price for "Connection to Drainage Structure" 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 or native backfill, compaction, and
pavement restoration are incidental to this bid item.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 7-05.5 is supplemented with the following:
"Adjust Sanitary Sewer Manhole To Grade", per each.
"Adjust Water Valve To Grade", per each.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-89 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
"Replace Existing Frame, Grate and Riser", per each.
"Non -slip MMA coating", will be measured per square foot.
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
(April 12, 2018 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 on
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) Backfilling_
(April 12, 2018 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, it shall be used at other locations on the project as directed by the
Engineer. 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.
END OF DIVISION 7
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-90 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
DIVISION 8
MISCELLANEOUS CONSTRUCTION
8-01 EROSION CONTROL AND WATER POLLUTION CONTROL.
8-01.3 Construction Requirements
8.01.30) 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 1 A Submittals
(April 12, 2018 CFW GSP)
Section 8-01.3(1)A is revised to read:
A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the
Contractor and submitted for approval to the Engineer. The plan shall consist of
the Contractor's complete strategy to meet the requirements of the Department of
Ecology's NPDES and State Waste Discharge General Permit for Stormwater
Discharges Associated With Construction Activity (General Permit). The SWPPP
shall include and modify as necessary the Site Preparation and Erosion Control
Plan drawings provided as part of the Contract Plans. The Contractor shall prepare
review and modify the SWPPP as necessary to be consistent with the actual work
schedule, sequencing, and construction methods that will be used on the project.
The Contractor's SWPPP shall meet the requirements of the general permit. The
Contractor's modifications to the SWPPP shall also incorporate the content and
requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan
in accordance with Section 1-07.15(1).
The SWPPP shall document all the erosion and sediment control Best
Management Practices (BMPs) proposed, whether permanent or temporary. The
plan shall document installation procedures, materials, scheduling, and
maintenance procedures for each erosion and sediment control BMR The
Contractor shall submit the SWPPP for the Engineer's approval before any work
begins. The Contractor shall allow at least five working days for the Engineer's
review of the initial SWPPP or any revisions to the modified SWPPP. Failure to
approve all or part of any such plan shall not make the Contracting Agency liable
to the Contractor for any work delays. The Contractor may not begin work without
an approved Contractor's SWPPP.
The Contractor shall complete and modify the SWPPP to meet the Contractor's
schedule and method of construction. All TESC Plans shall meet the requirements
of the current edition of the WSDOT Temporary Erosion and Sediment Control
Manual M 3109 and be adapted as needed throughout construction based on site
inspections and discharge samples to maintain compliance with the CSWGP. The
Contractor shall develop a schedule for implementation of the SWPPP work and
incorporate it into the Contractor's progress schedule.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-91 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
In addition, the SWPPP shall outline the procedures to be used to prevent high pH
stormwater or dewatering water from entering surface waters. The plan shall
include how the pH of the water will be maintained between pH 6.5 and pH 8.5
prior to being discharged from the project or entering surface waters. Prior to
beginning any concrete or grinding work, the Contractor shall submit the plan, for
the Engineer's review and approval.
As a minimum, the SWPPP shall include all the SWPPP requirements identified in
the General Permit, including:
Narrative discussing and justifying erosion control decisions (12 elements)
Drawings illustrating BMPs types and locations
Engineering calculations for ponds and vaults used for erosion control
A schedule for phased installation and removal of the proposed BMPs,
including:
A. BMPs that will be installed at the beginning of project startup.
B. BMPs that will be installed at the beginning of each construction
season.
C. BMPs that will be installed at the end of each construction season.
D. BMPs that will be removed at the end of each construction season.
E. BMPs that will be removed upon completion of the project.
An Ecology template is available to the Contractor for producing the SWPPP, using
project- specific information added by the Contractor. The template and
instructions are available at:
http://www.ecy.wa.gov/programs/wq/stormwater/construction/
Turbidity and pH Exceedances
Following any exceedances of the turbidity or pH benchmarks, the Contractor shall
provide the following at no additional cost to the Contracting agency:
1. The necessary SWPPP revisions and on -site measures/revisions including
additional source control, BMP maintenance, and/or additional stormwater
treatment BMPs that are necessary to prevent continued exceedance of
turbidly and/or pH benchmarks.
2. The regulatory notification to the Dept. of Ecology and to the Engineer of
any monitoring results requiring regulatory notification.
3. The additional daily sampling and reporting measures described in the
General Permit to verify when project site runoff is in compliance.
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:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-92 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 ROADSIDE RESTOR61IONN
8-02.3 Construction Requirements
8-02.31 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 6 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
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-93 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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(8) Planting
(April 12, 2018 CFW GSP)
Section 8-02.3(8) is supplemented with the following:
All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as
specified on the plans, shall be considered incidental to and included in the unit
contract price of the trees.
Use loosened and replaced compacted mineral native soil without organics under
tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for
shrubs.
Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall
remain intact until trees are set in their final positions within each planting pit.
Plant trees and shrubs upright and rotate in order to give the best appearance or
relationship to adjacent plants, topography, and structures. Hold plant rigidly in
position until topsoil has been backfilled and water settled free of voids and air
pockets and tamped firmly around the ball or roots.
When the pit is backfilled halfway, place the specified quantity of fertilizer plant
tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets
around the perimeter of, and immediately adjacent to the root system. Carefully
place water and compact planting topsoil, filling all voids. Tree root crowns to be
1" higher than finished grade to allow for settlement.
When the planting pit is three quarters backfilled, fill with water and allow water to
soak away. Fill the pits with additional topsoil to finish grade and continue
backfilling as detailed on the Plans. Water trees immediately after planting.
The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates
in tree wells per City Standard Detail 3-31.
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.
B-02.3(10) 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-94 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer
manufacturer's recommendations.
8-02.3 11) Bark or Wood Chi P Mulch
(April 12, 2018 CFW GSP)
Section 8-02.3(11) is supplemented with the following:
Bark Mulch shall be placed over all tree planting pits to a depth no less than two
(2) inches, or as detailed on the Plans. Thoroughly water and hose down plants
with a fine spray to wash the leaves of the plants immediately after application.
8-02.3 17 Protection of Private Property and Property Restoration
(April 12, 2018 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 on the plans,
as directed by the Engineer.
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.
5-02.4 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-95 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
"Seeded Lawn" will be measured in square yards of actual lawn completed, established,
and accepted.
"Sod Lawn, Incl. 4 in Topsoil" 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.
"Roadside 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 Pa ment
(April 12, 2018 CFW GSP)
Section 8-02.5 is supplemented with the following:
"Bark Mulch" per cubic yard. The unit contract price shall be full pay for furnishing and
spreading the mulch.
"Seeded Lawn" per square yard. The unit contract price will include all preparation,
fertilizer, establishment, and mowing as called for in the specifications.
"Sod Lawn, Incl. 4 in Topsoil" per square yard. The unit contract price will include all
preparation, fertilizer, establishment, and mowing as called for in the specifications.
"Property Restoration" perforce account.
"Roadside Restoration" per force account.
8-04 CURBS GUTTERS, AND SPILLWAYS
8-04.3 Construction Requirements
(April 12, 2018 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 on the Plans, the concrete curb will be ramped for wheel chairs as shown
in the City Standard Plan Details.
Where shown on 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-96 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
5-04.5 Payment
(April 12, 2018 CFW GSP)
Section 8-04.5 is supplemented with the following:
"Cement Conc. Curb 12 in Wide", per linear foot.
"Cement Conc. Pedestrian Curb", per linear foot.
"Extruded Curb, Type 6", per linear foot.
8-06 -CEMENT CONCRETE DR1VESlVAY ENTRANCES
8-0$.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-06.3 is supplemented with the following:
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
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 F CURB
8-07.1 Description
(December 12, 2012 CFW GSP)
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-97 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
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 A precast traffic curb and Type A block traffic curb will be measured by the linear
foot along the front face of the curb and return. Type A nosing pieces and dividers will
be measured as Type A curb.
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
(August 9, 2014 CFW GSP)
Section 8-07.5 is supplemented with the following:
"Type A Precast Traffic Curb", per linear foot.
"Type C Precast Traffic Curb", per linear foot.
"Type A Block Traffic Curb", per linear foot.
"Type C Block Traffic Curb", per linear foot.
8-09 RAISED PAVEMENT MARKERS
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.
(***PROJECT SPECIFIC SPECIAL PROWSION--)
Section 8-09.5 is supplemented with the following
"Hydrant Marker, Type 2B", per each.
8-12 CHAIN I INK FENCE AND IRE FENCE
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-98 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
8-13.1 Description
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.1 is deleted and replaced by the following:
This work shall consist of furnishing and placing monument cases, covers, and pipes in
accordance with the Standard Plans and these Specifications, in conformity with the lines
and locations shown in the Plans or as staked by the Engineer.
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 Construction Requirements
(April 12, 2018 CFW GSP)
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-99 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The last paragraph of Section 8-13.3 is revised to read:
The Contractor will be responsible for placing the concrete core and tack or wire inside
the pipe.
Section 8-13.3 is supplemented with the following:
Where shown in the Plans or where directed by the Engineer, existing monument case
and covers shall be adjusted to grade as designated by the Engineer. The existing
monument shall be carefully protected so as not to disturb its location in any way. The
Contractor shall have a licensed professional land surveyor locate the monument prior to
the case and cover adjustment if any disturbance of the existing monument is probable.
The existing cast iron ring and cover shall first be removed and thoroughly cleaned for
reinstalling at the new elevation. From that point, the existing structure shall be raised or
lowered to the required elevation. The materials and method of construction shall conform
to the requirements of the Standard Plan as approved by the Engineer.
8-13.4 Measurement
(March 13, 1995 WSDOT GSP, OPTION 1)
Section 8-13.4 is deleted and replaced by the following:
Measurement of monument case, cover, and pipe will be by the unit for each monument
case, cover, and pipe furnished and set.
8-13.5 Payment
(April 12, 2018 CFW GSP)
Section 8-13.5 is supplemented with the following:
"Adjust Monument Case and Cover", per each.
"Monument Case, Cover, and Pipe", per each.
-14 CEMENJ CONCRETE D LK
8-14.3 Construction Re uirements
(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 2022 ASPHALT OVERLAY PROJECT
SP-100 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
(April 12, 2018 CFW GSP)
Section 8-14.3 is supplemented with the following:
Cement concrete sidewalk thickness shall be as shown on 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 on 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 on the
Plans.
(April 12, 2018 CFW GSP)
Section 8-14.3(5) is supplemented with the following:
MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt surfaces
shall be liquid -applied Vanguard ADA Systems, or approved equal.
8-14.4 Measurement
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-101 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
(April 12, 2018 CFW GSP)
Section 8-14.4 is supplemented with the following:
Thickened Edge Sidewalk will be measured per linear foot.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 8-14.4 is supplemented with the following:
Surface Applied Detectable Warning Surfaces will be measured per square foot.
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.
"Thickened Edge Sidewalk" per linear foot. Payment for "Thickened Edge Sidewalk" will
be made in addition to any payment per square yard for "Cement Conc. Sidewalk."
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 8-14.4 is supplemented with the following:
"Surface Applied Detectable Warning Surfaces" per square foot. This is a separate item
from cast in place detectable warning surfaces that are incidental to curb ramps.
l! RNM11 i
8-20.1 Description
8-20.1 1 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.
8-20.10) 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-102 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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 Requirements
8-20.31 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.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Signal System Changeover
The Contractor shall provide a detailed work plan for the signal system changeover
to be approved by the Engineer. They shall not deviate from the work plan without
prior written approval from the Engineer. The work plan shall show the exact date
of the signal system changeover.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-103 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The changeover of the signal equipment shall commence after 8:30 AM and be
completed by 3:00 PM on the same day (unless as noted below). Changeovers
musttake place on Tuesday, Wednesday, or Thursday, unless otherwise approved
by the Engineer. During changeover, traffic control shall be provided. The exact
work plan and schedule for changeover shall be pre -approved by the Engineer.
Certain intersections may require a night-time changeover due to traffic volumes.
If the City determines a night-time switchover is required, they will provide direction
as to the allowable hours of work. No additional payment will be made to the
Contractor for a night-time switchover.
(January 26, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Signal Display Installation
Signal displays shall be installed no more than 30 days prior to scheduled signal
turn on or changeover. Signal displays and reflectorized backplates when installed
prior to signal turn -on or changeover shall be covered and not visible to vehicular
traffic at any time.
(November 14, 2014 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Delivery of Removed Items
The Engineer shall decide the ownership of all salvaged signal materials. All
salvaged signal materials not directed by the Engineer to remain property of the
City shall become the property of the Contractor, except the existing controller
cabinet and all its contents shall remain as property of the City.
Removed signal and electrical equipment which remains the property of the City
shall be delivered to:
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206-396-3763
Forty eight (48) working hours advance notice shall be communicated to both the
Engineer and the Signal Technician at the address listed above. Delivery shall
occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material
will not be accepted without the required advance notice.
The Contractor shall be responsible for unloading the equipment where directed
by the Engineer or Signal Tech at the delivery site.
Equipment damaged during removal or delivery shall be repaired or replaced to
the Engineer's satisfaction at no cost to the City.
(December 17, 2012 CFW GSP)
Section 8-20.3(1) is supplemented with the following:
Fiber Optic Cable Service Outage Duration & Notification
The maximum allowable interruption to the operation of the existing fiber optic
cable service is three days, including testing. Outages of fiber optic cable may
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-104 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
affect multiple parties, including but not limited to, the City, King County, and/or
WSDOT. Proposed outage dates shall be reviewed and approved by the City. The
City shall coordinate the outage with WSDOT. The Contractor shall coordinate the
outage with King County Metro and King County Traffic at least two (2) weeks in
advance of the proposed outage. The notification shall include description of work,
location, duration of outage including start and ending date/time and emergency
contact information. Notification in writing shall be sent to the following:
Owen Kehoe
King County Metro
Phone: 206-477-5811
Email: owen.kehoe@kingcounty.gov
Jeffery Barnett
King County Metro
Phone: 206-263-7826
Email: Jeffery. Barnett@kingcounty.gov
King County Signal Shop
Attn: Mark Parrett
155 Monroe Avenue NE
Renton, Washington 98056
Phone: 206-396-3763
8-20.3 2 Excavatinq and Backfillin
(January 8, 2013 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:
1. 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. Trenches located under existing traveled ways shall provide a minimum of
24 inches cover over conduits and shall be backfilled with 21 inches of
controlled density fill, vibrated in place, followed by either 3 inches
minimum of HMA Cl 1/2" PG 58 -22 , or a surface matching the existing
pavement section, whichever is greatest. The asphalt concrete surface cuts
shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal
immediately before resurfacing, applied to the entire edge and full depth of
the pavement cut. Immediately after compacting the new asphalt surface
to conform to the adjacent paved surface, all joints between new and
original pavement shall be filled with joint sealant meeting the requirements
of Section 9-04.2.
3. Trenches for Schedule 40 PVC conduits to be located under existing
sidewalks shall be installed to conform with the City of Federal Way
Luminaire Electrical Trench Detail. Such trenches shall be backfilled with
bedding material two inches (2") above and below the conduit, with the
remaining depth of trench backfilled with native material. If the Engineer
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-105 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
determines that the native material is unsuitable, Gravel Borrow shall be
used. Sidewalks and driveways shall be removed and replaced as
specified.
4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way
and outside the traveled way shall have a minimum of twenty-four inches
(24'� cover over conduits. Such trenches shall be backfilled with bedding
material two inches (2'1 above and below the conduit, with the remaining
depth of trench backfilled with bank run gravel unless the Engineer
determines that spoils from the trench excavation are suitable for backfill.
5. When trenches are not to be placed under sidewalks or driveways, the
backfill shall match the elevation of the surrounding ground, including a
matching depth of top soil, mulch and/or sod if necessary to restore the
trench area to its prior condition.
6. Contractor shall use joint trench where possible.
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.
Bank run gravel for backfill shall conform to Section 2.01 of the Standard
Specifications. Bedding material shall conform to Section 2.01 of the Standard
Specifications.
All trenches shall be properly signed and/or barricaded to prevent injury to the
public.
All traffic control devices to be installed or maintained in accordance with Part VI
of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest
edition, and as specified elsewhere in these Specifications.
Excavation for foundations shall be completed by vactor excavation. This
excavation shall be incidental to the signal or illumination bid items.
(April 1 Z 2018 CFW GSP)
Section 8-20.3(2) is supplemented with the following:
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 on 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 on the plans.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-106 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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
(November 2, 2020 CFW GSP)
Section 8-20.3(4) is supplemented with the following:
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-107 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The foundation for the controller and service cabinets shall conform to the detail
on the Plans. Conduits shall be centered horizontally except service conduit,
which shall be placed at the side of the power panel.
Foundations for Type 1 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.
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.
8-20.3(4A) Controller Foundations
(November 5, 2012 CFW GSP)
Section 8-20.3(4)A is a new section:
The controller foundation shall conform to the City of Federal Way's Drawing No.
3-45B and 3-45C included in the Appendix of these Specifications.
Additionally, the pad mount shall conform to the following:
1. The concrete pedestal height shall be 20 inches.
2. The spare two-inch conduit shall run to the nearest junction box, unless
placement of such would exceed the junction box capacity in which case
the spare two-inch conduit shall run to the next nearest junction box.
3. Conduits shall be centered horizontally except service conduit which shall
be placed at the side of the power panel.
4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides.
5. Unit shall be mounted on a cement concrete pad per Plan Details.
6. Conduits shall be placed in the front 1/3 of the foundation. Foundations
constructed with conduits located within the three (3) inch cabinet
mounting flange shall be removed and reconstructed. Modification of the
three (3) inch cabinet mounting flange will not be accepted.
The service cabinet foundation shall also be constructed on the larger cement
concrete pad noted on the Plans and shall conform to the City of Federal Way's
Drawing No. 3-45 included in the Appendix of these Specifications.
8-20.3(5) Conduit
8-20.3(5)A General
(March 16, 2011 CFW GSP)
Section 8-20.3(5) is supplemented with the following:
All conduit trenches shall be straight and as narrow in width as is practical to
provide a minimum of pavement disturbance.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-108 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
When conduit risers are installed, they shall be attached to the pole every 4 feet
and shall be equipped with weather heads.
Conduit for the service wires between the Puget Sound Energy pole and the
service panel and all above ground conduit shall be hot -dip galvanized rigid steel.
All conduits shall be clearly labeled at each junction box, handhole, vault or other
utility appurtenance. Labeling shall be permanent and shall consist of the
owner/type name and a unique conduit number or color. The owner name shall be
approved by the Engineer prior to starting work. The recommended owner/type
abbreviations are:
PSE — Puget Sound Energy
QWEST — Qwest
COMCAST(AT&T)/C — Cable
COMCAST(AT&T)/F — Fiber
SIC — City Signal Interconnect
City Spare — City spares
Cobra — COBRA luminaire system
Traffic signal interconnect shall be placed, wherever feasible, in the joint
utility trench being constructed under this contract (if applicable). This work
shall be coordinated with the other utilities to ensure a 2" minimum conduit
is provided solely for the traffic signal interconnect. Conduit size shall be
verified with City Traffic Engineer prior to installation.
8-20.3 6 B Conduit TYPe
(March 16, 2011 CFW GSP)
Section 8-20.3(5)B is supplemented with the following:
All conduits for signal cable raceways under driveways shall be rigid galvanized
steel or Schedule 80 polyvinyl chloride (PVC).
Whenever PVC conduit is used a ground wire shall be provided.
8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes
(November 2, 2020 CFW GSP)
Section 8-20.3(6) is supplemented with the following:
Unless otherwise noted in the Plans or approved by the Engineer, junction boxes,
cable vaults and pull boxes shall not be placed within the traveled way or
shoulders.
All junction boxes, cable vaults, and pull boxes placed within the traveled way or
paved shoulders shall be heavy-duty. Standard Duty nonconcrete junction boxes
shall not be installed within the City of Federal Way.
Junction boxes shall not be located within the traveled way, wheelchair ramps, or
driveways, or interfere with any other previous or relocated installation. The lid of
the junction box shall be flush with the surrounding area and be adequately
supported by abutting pavements or soils.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-109 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
All streetlight junction boxes not placed in the sidewalk shall be placed immediately
adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to
roadway) to prevent the box from lifting out of the dirt.
All streetlight junction box lids shall be welded shut after final inspection and
approval by King County.
Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6
and have a proven track record of outdoor application which lasts for at least 10
years.
Wiring shall not be pulled into any conduit until all associated junction boxes have
been adjusted to, or installed in, their final grade and location, unless installation
is necessary to maintain system operation. If wire is installed for this reason,
sufficient slack shall be left to allow for future adjustment.
Wiring shall be replaced for full length if sufficient slack as specified in Section
8-20.3(8) is not maintained. No splicing will be permitted.
Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard
Plan J-40.10. Type 8 junction boxes shall meet the requirements of WSDOT
Standard Plan J-40.30. Junction boxes shall be inscribed based upon system per
WSDOT Standard Plan J-40.30. Junction box lids and frames shall be grounded
per Section 8-20.3(9).
Junction boxes shall be located at the station and offset indicated on the Plans
except that field adjustments may be made at the time of construction by the
Engineer to better fit existing field conditions.
Junction boxes for copper and/or fiber signal interconnect shall be placed at a
maximum interval of 300 feet and shall be inscribed with "TS" as described on
WSDOT Standard Plan J-40.30.
Communications/fibers vaults shall be provided for the purpose of storing slack
cabling and installing splice enclosures. The location of all communication vaults
shall be as indicated on the Plans and shall be field verified by the Contractor.
Communication/fibers vaults shall be configured such that the tensile and
bending limitations of the fiber optic cable are not compromised. Vaults shall be
configured to mechanically protect the fiber optic cable against installation force
as well as inert forces after cable pulling operations.
Where indicated in the Plans, new vaults shall be installed as described herein
and shown in the Plans. The Contractor shall furnish and install racking hardware
for cable storage in all new vaults and in all existing vaults where cable storage is
identified on the plans. The Contractor shall secure and store the cable in the
racking hardware per manufacturer's instruction.
Fiber vaults shall be installed in accordance with the following:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-110 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
1. All openings around conduits shall be sealed and filled with grout to prevent
water and debris from entering the vaults or pull boxes. The grout shall
meet the specifications of the fiber vault manufacturers.
2. Backfilling around the work shall not be allowed until the concrete or mortar
has set.
3. Upon acceptance of work, fiber vaults shall be free of debris and ready for
cable installation. All grounding requirements shall be met prior to cable
installation.
4. Fiber vaults shall be adjusted to final grade using risers or rings
manufactured by the fiber vault and pull box manufacturer. Fiber vaults
with traffic bearing lids shall be raised to final grade using ring risers to raise
the cover only. All voids created in and around the vault while adjusting it
to grade shall be filled with grout.
5. Fiber vaults shall be installed at the approximate location shown in the
Drawings. Final location to be approved by the Engineer.
6. All existing conduits will need to be open and exposed for access within the
vault. Care shall be taken to identify which conduits have existing cables.
All conduits will extend 2 inches within the vault walls. At the 2-inch mark
the excess conduit on the existing structure will need to be removed and
all cables exposed.
7. Once the conduits are located, excavate a hole large enough to install the
fiber vault. The vault shall have a concrete floor as indicated on the
Drawings. The floor shall be installed on 6 inches of crushed surfacing top
course. If a fiber vault is installed outside a paved area, an asphalt pad
shall be constructed surrounding the junction box. Ensure that the existing
conduits are at a minimum of 4 inches above the top of the floor. If the
existing conduits contain existing cables, the new vault will need to be
bottomless to allow the existing conduit and cable to be routed into the new
vault.
(March 6, 2012 CFW GSP)
Section 8-20.3(8) is supplemented with the following:
Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear
the circuit number and be thoroughly tested before being connected to the
appropriate terminal.
Circuit conductors shall be standard copper wire in all conduit runs with size
specified on the Plans. Conductors from luminaire bases to the luminaire fixture
shall be minimum No. 14 AWG pole and bracket cable.
(March 6, 2012 CFW GSP)
The following is inserted between the 3rd and 4th paragraph of this section:
Loop wires will be spliced to lead in wires at the junction box with an approved
mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 11 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Connectors will be copper and sized for the wire. Mastic splice material will be
centered on the wire and folded up around both sides and joined at the top. Splice
will then be worked from the center outward to the ends. The ends will be visible
and fully sealed around the wire. The end of the lead-in cables shall have the
sheathing removed 8 inches and shall be dressed external to the splice.
The 8th paragraph of this section is deleted and replaced with the following:
Fused quick disconnect kits shall be of the SEC type or equivalent. Underground
illumination splices shall be epoxy or underground service buss/lighting connector
kits. Installation shall conform to details in the Standard Plans.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 12 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The following is inserted between the 11th and 12th paragraphs of this section:
Field Wiring Chart (IMSA Standards)
501 +Input 506 AC+Control 511 Remote -All Red
502
AC-
507
AC+Crosswalk
512-520
Special
503
AC+Lights
508
AC+Detectors
551-562
Interconnect
504
AC+Lights
509
AC+12 Volts
593-598
Rail Road Preemption
505
AC+Lights
510
Remote -Flash
Phases
1
2 3 4
5
6 7
8 A
B
Emergenc
Orange (B+)_
581 584
587
590
y
Yellow (Call)
T.-_.._...................M_...
582 585
__ ............�..__....--
588
........_ ..
591
- ............... ._. _............
..... -
Vehicle
Blue (BB)
Preemptio
583 586
589
592
n
Red
611
621 631 641
651
661 671
. ...
681 691
__._.............._..�
601
�.._ ._ .._
Orange_
........................_
_ 612
m......
622 632 642
- —
652
---
662 672
..
-.._....................................m............,
682 692
602
_.._.
Vehicle
Green
613
623 633 643
....................................
653
663 673
.. ......................
683 693
........................
603
Heads
....... _. �...............
Black
_........................
614
624 634 644
654
664 674
684 694
604
White
616
626 636 646
656
666 676
686 696
606
(Common)
Red (Hand)
711 721
Green (Man)
712 722
Pedestrian White (Common
716 726
for Lights)
Heads and
Orange
PPB
714 724
(Push button)
731
741
751
761
771
781
791
--.....
701
..... ....
.......�. .................
732
742
752.
.. ,.......__.
762
__
772
�
782
792
702
736
746
756
766
776
786
796
706
734
744
754
764
774
784
794
704
Black (Common
715
725
735
745
755
764
775
785
795
705
for Push button)
..............
_.........
-
Loop 1 _ _ _
811
821
831
841
851
861
871
881
891
801
Loop 1
812
822
832
.....Y_................_........
842
852
....
862
,...
872
882
892
_.._._....................
802
Loop 2
813
823
833
843
........
853
........_.......
863
873
_..
883
m
893
�........
803
..................
Vehicle
Loop 2
814
824
834
844
854
864
874
884
894
804
Detectors
r
Loop 3
815
825
835
..............................._.......
845
855
865
875
885
895
805
�..,_,..,.........�. _
Loop 3 _
....
816
826
836
846
856
866
876
886 ...
896
— - ...............
806
Loop 4 _ _
817
827
837
847
857
867
877
887
.... __..........._......
897
807
.
Loo�4............-
818
828
838
848
858
868
878
88.
........ _...
Loop 1
911
921
931
941
951
961
971
981
991
901
Loop, 1
912
922
932
942
...,_.__-...........
952
962
972
- .....-
982
-- ...
992_
_,.902.
.....
Vehicle
Loop 2
913
923
933 .
............
943
__............
953
....................
963
973
983
__...
993
903
.,_..,..........
Detectors/
Loop 2
914
924
934
944
954
.............
964
....-
974
984
994
904
Count
_
Loop 3
915
925
5
...............
93.........
945
955
965
......_
975
985
995
905
_....
Loops
Loop 3
916
926
936
946
956
966
----------.._....
976
986
996
906
....I...........
Loop 4
917
927
937
...............
947
.......
957
967
977
987
997
907
Loop 4
918
928
938
948
958
968
978
988
998
908
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 13 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
8-20.3 8 A Copper Interconnect Cable Installation
(June 6, 2012 CFW GSP)
Section 8-20.3(8)A is a new section:
Copper interconnect cable shall be 12 pair No. 19 AWG communications cable
meeting IMSA Specification No. 40-20-1984. A 12 position terminal block shall be
mounted on a panel on the rack on the interior side of the controller cabinet.
Interconnect cables shall not be spliced or terminated except inside the traffic
signal controller cabinet at terminal panel locations. Termination of copper
interconnect cable shall be performed by a King County Signal technician. The
contractor shall notify King County when cable is ready for terminations with a
minimum of two working day's notice.
8-20 3(8)C Video, Voice, and Data Distribution and Transmission System
(January 26, 2012 CFW GSP)
Section 8-20.3(8)C and all it's subsections are new sections:
All wiring, cable, and cords associated with this equipment shall be neatly
dressed and secured to the rack frames or cable trays by nylon ties.
8-20.3 8 C1 Documentation
Documentation for each system element shall consist of the manufacturer's name
and model number, serial number when available, materials and operating
specifications, wiring schematic and parts list, owner's manuals, factory service
manuals, and procedures for factory testing and system acceptance testing
specified elsewhere herein. The Contractor shall submit three (3) copies of the
documentation specified above prior to installation of the cable or components
described in the submittal. In addition, the Contractor shall submit three (3) copies
of an overall system wiring schematic and termination chart for the installed
elements (operation and maintenance manuals). All documentation for each
individual element shall be neatly bound in a way for the information is secured
together and is totally legible without removing the information from the binding. This
documentation shall be in addition to any other data, shop drawings, etc. required to
be submitted as specified in these Special Provisions.
8-20.3(8]C2 Warranty
The Data Distribution and Transmission Systems and components shall be
provided with a one-year, on -site parts and labor warranty from the date that the
system successfully completed testing. This quality assurance shall cover each
piece of equipment and shall be provided by the manufacturer or agent of said
equipment.
(March 13, 2012 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
Contractor shall provide and install bonding and grounding wires as described in
Standard Specifications and the National Electric Code for any new metallic
junction boxes and any modified existing junction boxes. For the purposes of this
section, a box shall be considered "modified" if new current -carrying conductors
are installed, including low -voltage conductors.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 14 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
At points where shields of shielded conductors are grounded, the shields shall be
neatly wired and terminated on suitable grounding lugs.
Junction box lids and frames shall be grounded in accordance with Department of
Labor and Industries standards, and shall be grounded so that the ground will not
break when the lid is removed and laid on the ground next to the junction box.
All conduits which are not galvanized steel shall have bonding wires between
junction boxes.
Ground rods shall be copper clad steel, %-inch in diameter by 10-feet long,
connections shall be made with termite welds.
At points where wiring shields of shielded conductors are grounded, the shields
shall be neatly wired and terminated on suitable grounding lugs.
(October 23, 2014 CFW GSP)
Section 8-20.3(9) is supplemented with the following:
In addition to the service grounds provided at the service cabinet each Type II, III,
IV, or V signal standard shall have a supplemental ground installed.
8-20.3003 Services, Transformer, Intelligent Transportation System Cabinet
(March 13, 2012 CFW GSP)
Section 8-20.3(10) is supplemented with the following:
The Contractor shall apply for an electrical service connection with Puget Sound
Energy or Tacoma Public Utilities as applicable and make arrangements for a new
electrical service connection.
The Engineer will approve Electrical Service Installations. The Contractor shall
request the City of Federal Way Building Division to perform required inspections
for service approval.
Electrical service is detailed in the Plans. The Contractor shall notify the City of
Federal Way inspector when the service is ready for connection.
A two -circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The
underground electrical service shall be brought to the load center in minimum
2-inch conduit. Wire sizes and conduit terminations between the load center and
the connection location shall meet the requirements of PSE or Tacoma Public
Utilities as applicable. The service shall be split in the load center into a 120-volt
circuit for the signals and 240 volt for the illumination. When the service is to be
provided from an overhead source, the Contractor shall provide conduit from the
electrical service to ten feet up the power pole from which service is provided.
Stand-off brackets 14 inches long shall be installed on the pole every ten feet. In
addition, the Contractor shall provide service conductors from the electrical service
to the top of the conduit on the power pole with 30 feet of service wire coiled at top
and provide the local electrical utility with 30 feet of 2-inch conduit to make the
connection.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-115 PROJECT #12522
CFW SPECIAL PROVISIONS VER 202109
Electrical service cabinet will be painted inside with white polyurethane or polyester
urethane power coat in accordance with Section 6-07. Outside will be bare
aluminum finish.
The twist lock photocell shall be mounted on top of the luminaire closest to the
electrical service.
All circuit breakers shall be clearly marked or labeled.
B-20.3111 Testing
(April 12, 2018 CFW GSP)
Section 8-20.3(11) is supplemented with the following:
After power switch over, the signal system shall be put into operation by King
County personnel. The Contractor shall be present during the turn -on with
adequate equipment to repair any deficiencies in operation. The Contractor shall
notify King County five working days in advance of power switch over.
8-20.303) Illumination Systems
(April 12, 2018 CFW GSP)
Section 8-20.3(13) is supplemented with the following:
The existing lighting systems shall remain operational until the new systems are
functioning. The Engineer may approve partial interruptions required because of
staging.
B-20.3 13 A Light Standards
(January 11, 2019 CFW GSP)
The 8th paragraph of this section is deleted and replaced with the following:
All new and relocated metal light standards shall be numbered per City of Federal
Way Development Standard Drawing number 3-39B.
Section 8-20.3(13)A is supplemented with the following:
Each roadway luminaire shall be installed with a CIMCON control node on each
individual luminaire fixture.
8-20.3 13 B Vacant
(January 11, 2019 CFW GSP)
Section 8-20.3(13)B is deleted and replaced with the following:
8-20.3 14 A Sianal Controllers
(December 18, 2009 CFW GSP)
Section 8-20.3(14) is supplemented with the following:
The new signal controller and cabinet shall conform to all of the sections and
requirements within and under the Sections and Sub Sections of 9-29.13 Traffic
Signal Controllers within the Standard Specifications and these Special Provisions.
Signal controller and cabinet shall be tested by King County at their shop located
at 155 Monroe Avenue NE in Renton, Washington. The contractor shall deliver the
controller and cabinet to the shop and shall pick up the units at the end of the test
period, deliver to the job site, and install.
8-20.3 14 B Signal Heads
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-116 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
(March 13, 2012 CFW GSP)
The first paragraph is deleted and replaced with the following:
If the Engineer orders advance installation, the signal heads shall be covered to
clearly indicate the signal is not in operation. The signal head covering material
shall be of sufficient size to entirely cover the display. The covering shall extend
over all edges of the signal housing and shall be securely fastened at the back.
Signal heads shall be installed with back plates. A two (2) inch wide strip of Type
IX yellow retro reflective sheeting shall be applied to the outside border of the back
plates in accordance with the manufacturer's recommendations. The application
surface of the back plate shall be cleaned, degreased
Section 8-20.3(14)B is supplemented with the following:
Alignment of vehicular and pedestrian signal heads shall be approved by the
Engineer prior to system turn -on.
All new vehicular and pedestrian signal heads shall be covered (sacked) completely
including backplates with a 6 mil black polyethylene sheeting until placed into initial
operation. The fitted covers shall use adjustable straps. The fitted covers shall have
a one -inch hole for each signal display to flash out indications.
The type of mounting hardware specified for the mast arm mounted vehicle signals
may require modification at the time of installation to accommodate as built
conditions. After the pole assembly has been installed and leveled, the Contractor
shall measure the distance between each mounting point on the arm and the
roadway. A type of mounting bracket different from that specified on the Plans
shall be provided and installed by the Contractor if necessary to achieve the
following criteria:
1. Red indications shall be in as straight a line as possible.
2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above
the pavement.
8-20.3(14)C Induction Loop Vehicle Detectors
(January 31, 2014 CFW GSP)
Item 2 and the last two sentences of Item 4 are deleted.
Item 5 of this section is deleted and replaced with the following.
5) Each loop shall have 3 turns of loop wire.
Item 11 of this section is deleted and replaced with the following:
11) The detector loop sealant shall be a flexible traffic loop wire encapsulement.
Encapsulement shall be designated to enable vehicular traffic to pass over the
properly filled sawcut within five minutes after installation without cracking of
material. The encapsulement shall form a surface skin allowing exposure to
vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a
tough rubber -like consistency within two to seven days after installation.
Properly installed and cured encapsulement shall exhibit resistance to defects
of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake
fluid, deicing chemicals and salt normally encountered in such a manner that
the performance of the vehicle detector loop wire is not adversely affected.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 17 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Section 8-20.3(14)C is supplemented with the following:
One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air
before installing three turns of loop wire. All detector loops shall be
6-foot-diameter circle with diagonal mini -cut corners (no 90 degree corners) of not
more than 1-inch on the diagonal. From the loops to the junction box, the loop
wires shall be twisted two turns per foot and labeled at the junction box in
accordance with the loop schematics included in these Plans. A 3/8-inch saw cut
will be required for the twisted pair. No saw cut will be within 3 feet of any manhole
or utility risers located in the street. Loops and lead-ins will not be installed in
broken or fractured pavement. Where such pavement exists it will be replaced in
kind with minimum 12-foot sections. Loops will also not be sawed across
transverse joints in the road. Loops to be placed in concrete will be located in full
panels, a minimum 18 inches from any expansion joint.
Existing Traffic Loops
The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of
five working days in advance of pavement removal in the loop areas. The
Contractor shall install and maintain interim video detection until the permanent
systems are in place. The interim video detection shall be operational
simultaneously with decommission of the existing pavement loops.
If the Engineer suspects that damage to any loop, not identified in the Plans as
being replaced, may have resulted from Contractor's operations, the Engineer may
order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The
test results shall be recorded and submitted to the Engineer. Loops that fail any of
these tests shall be replaced.
Loops that fail the tests, as described above, and are replaced shall be installed in
accordance with current City of Federal Way design standards and Standard
Plans, as determined by the Engineer.
If traffic signal loops that fail the tests, as described above, are not replaced and
operational within 48 hours, the Contractor shall install and maintain interim video
detection until the replacement loops are operational. The type of interim video
detection furnished shall be approved by the Engineer prior to installation.
(March 31, 2012 CFW GSP)
Section 8-20.3(14)D is supplemented with the following:
Test A — The resistance shall not exceed values calculated using the given
formula.
Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft
R = 3.26 x distance of lead-in cable ft
1000 ft
Test B and Test C in this section are deleted and replaced with the following:
Meggar readings of the detection wire to ground shall read 200 megohms at the
amplifier connection. The 200 megohms or more shall be maintained after the
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 18 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
splices are tested by submerging them in detergent water for at least 24 hours.
The tests will be conducted with County personnel at the request of the Contractor.
All costs incurred to meet this minimum standard will be the responsibility of the
Contractor.
8-20.3 14 E Signal Standards
(December 18, 2009 CFW GSP)
Section 8-20.3(14)E is supplemented with the following:
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.
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.
8-20.307] "As Built" Plans
(December 18, 2009 CFW GSP)
Section 8-21.3(17) is deleted and replaced with the following:
Upon completion of the project, the Contractor shall furnish an "as -built" drawing
of the intersection showing all signal heads, pole locations, detectors, junction
boxes, Illumination system showing luminaire locations, miscellaneous equipment,
conductors, cable wires up to the signal controller cabinet, and with a special
symbol identifying those items that have been changed from the original contract
drawings. All items shall be located to within one foot (1') horizontally and
six inches (6") vertically above or below the finished surface grade.
8-24.308)Removal of Existing Signal Equipment
(April 12, 2018 CFW GSP)
Section 8-21.3(18) is a new section:
Where noted on the Plans, existing signal, illumination, Safe City Cameras and
relate equipment, and interconnect equipment shall be removed by the Contractor.
The Engineer shall decide the ownership of all salvaged signal, illumination, Safe
City Cameras and related equipment, and interconnect equipment materials. All
salvaged signal materials not directed by the Engineer to remain property of the
City shall be the property of the Contractor, except that any existing controllers
and UPS cabinets and all contents shall be delivered to the King County Signal
Shop at 155 Monroe Avenue NE, Renton, Washington 98056. All other material
removed shall become the property of the Contractor and shall be disposed of off -
site at a legal disposal site.
All pole foundations and anchor bolts shall be removed to 6 feet below new
subgrade, and the resulting hole shall be backfilled with compacted gravel borrow
meeting the requirements of Section 9-03.14(1), unless the Engineer has approved
the use of native material.
Where junction boxes are removed, the conduit and wire shall also be removed to
the bottom of the trench and the resulting hole backfilled with gravel borrow
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-119 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
meeting the requirements of Section 9-03.14(1), unless the Engineer has approved
the use of native material.
Removals associated with the electrical system shall not be stockpiled within the
jobsite without the Engineer's approval.
8-20.4 Measurement
(April 12, 2018 CFW GSP)
Section 8-20.4 is replaced with the following:
"Remove and Replace Pedestrian Push Button Pole", shall be measured per each and
shall include conduit, wiring, trenching, the connection from old to new, as well as any
other labor or materials required to remove and replace pedestrian push button pole.
8-20.5 Payment
(April 12, 2018 CFW GSP)
Section 8-20.5 is deleted and replaced with the following:
Payment will be made in accordance with the following:
"Remove and Replace Pedestrian Push Button Pole", per each.
All costs for removing and replacing pedestrian push button pole including conduit and
wiring shall be incidental to the bid item(s) of this section and no additional
compensation will be made.
Sawcutting, 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.
Coordination of service connections with Puget Sound Energy and any necessary
permits and fees associated with the service connections shall be considered incidental
to the bid items included in this section and no additional compensation will be made.
Coordination with communication connections with Comcast, Qwest, or other
communication provider affected by this project, and any necessary permits and fees
associated with the communications connections shall be considered incidental to the
bid items included in this section and no additional compensation will be made.
All costs for installing junction boxes and conduit containing traffic signal system,
illumination system, decorative illumination system, festival outlet system and/or
interconnect system wiring shall be incidental to the bid item(s) of 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.
Adjustment of junction boxes shall be incidental and included in the bid items included in
this section and no additional compensation will be made.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-120 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 SIGNINQ
B-21.1 Description
(November 3, 2020 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 on 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.
8-21.3 Construction Requirements
B-21.3(51 Sign Relocation
(December 18, 2009 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. The Contractor shall
contact King County METRO at (206)684-2732 or Pierce Transit at (253)581-8130
to coordinate sign work 2 weeks prior to the required sign removal or installation.
A copy of the record of communication shall be forwarded to the City of Federal
Way.
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
8-21.5 Pa ment
(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 traffic signal mast arms poles shall be
included in the lump sum price for `Traffic Signal System — Complete".
8-22.1 Description
(November 2, 2020 CFW GSP)
Section 8-22.1 is supplemented with the following -
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-121 PROJECT #12522
CFW SPECIAL PROVISIONS VER 2021.09
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:
Glass beads for Type D plastic and Reflective Elements shall be per Section 9-34.4,
8-22.3 Construction Requirements
(April 12, 2018 CFW GSP)
Section 8-22.3 is supplemented with the following:
Temporary Pavement Marking
Temporary pavement markings shall be installed and maintained by the Contractor
whenever permanent pavement markings are included in the Contract and traffic is
released onto public streets or roadways prior to installation of permanent pavement
markings. The Contractor shall perform preliminary layout work to the satisfaction of the
Engineer prior to installation of temporary pavement markings. After approval of
permanent lane markings, the Contractor shall remove the temporary lane markings to the
satisfaction of the Engineer.
The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint
line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17,
Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for
this Contract, or as directed by the Engineer.
Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern
based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless
otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape
markings shall generally follow the alignment for the permanent pavement markings and
double lines shall be used when specified for the permanent pavement markings.
Reflective tape shall not be used when the temporary pavement markings are to be
exposed to traffic for more than two weeks without the written approval of the Engineer.
Paint lines shall be provided for temporary pavement marking conditions not applicable
for reflective tape.
All costs in connection with the use of (placement and removal) reflective traffic tape as
temporary pavement markings shall be incidental to other bid items. All costs for paint
lines and reflective pavement markers used for temporary traffic control will be paid under
those respective bid items.
8-22.3(3) Marking Application
8-22.3ME 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-122 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
8-22.30) Removal of Pavement Markings
(April 12, 2018 CFW GSP)
Section 8-22.3(6) is supplemented with the following:
As indicated on the plans, the Contractor shall remove existing pavement markings
that may consist of paint, plastic and raised pavement markings.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 8-22.4 is supplemented with the following:
Removal of all pavement markings shall be incidental to paving except were
indicated on the plans.
(***PROJECT -SPECIFIC SPECIAL PROVISION***)
Section 8-22.5 is supplemented with the following:
Removal of all pavement markings shall be incidental to paving.
"Removing Plastic Traffic Marking", per each, were indicated on the plans.
R-30 POTIJOLING AND RESOLUTION OF UTILITY gQ FLN 1CTS
(April 12, 2018 CFW GSP)
Section 8-30 and it's 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 23 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
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.
8-30.5 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.
8-32 Asphalt Concrete Speed Hum
(September 29, 2021 2022 Overlay GSP)
8-32.1 Descri Lion
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-124 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The work shall consist of removal of existing and construction of new asphalt concrete
speed humps associated with Asphalt Overlay Project and per City of Federal Way Detail
DWG No. 3-26.
8-32.2 Materials
Asphalt concrete for speed humps shall be HMA Class 'h" PG 64-22 meeting the
requirements of Section 5-04 of the Standard Specifications. Pavement marking materials
shall be white plastic meeting the requirements of Section 8-22.2 of the Standard
Specifications.
Raised pavement markers should be Type 2 YY and Type 2W meeting the requirements
of Section 8-09.2 of the Standard Specifications.
8-32.3 Construction Requirements
The various materials shall be installed as noted on the plan detail.
8-32.4 Measurement
Measurement will be per each where a speed hump and associated pavement markings
are installed.
8-32.5 Payment
"Removal and Replacement of Speed Hump, Complete", per each.
The unit bid price per each proposal will be full compensation for the cost of all tools, labor,
equipment, and materials necessary or incidental to remove and re -install the asphalt
concrete speed hump and pavement markings.
END OF DIVISION 8
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-125 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
DIVISION 9
MATERIALS
9-03 AGGREGATE
9-03.12 Gravel Backfill
9-03.12(6) 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-126 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
9-05 DBAINAGEAND CULVERTS
9-05.15 Metal Castings
9-05 15(4) Heavy D uty Hinged Style Ductile_ Iron Frame and Cover
(December 2, 2019 CFW GSP)
Section 9-05.15(4) is a new section:
Heavy -Duty hinged style ductile iron frame and covers shall meet the requirements
for metal castings found in Section 9-05.15. The covers shall be hinged and
incorporate a 90-degree blocking system to prevent accidental closure. The cover
shall be operable by one person using standard tools and shall allow for the cover
to open to 120-degrees where it can either remain open in a secure position or be
removed if needed. The cover pick slot shall provide a solid point of removal for
most removal tools and be designed to eliminate surface water inflow. The covers
shall be lockable with a cam lock assembly and have a cap or cover to prevent
debris from entering and preventing access to the lock assembly. Keys for all lock
assemblies will be provided to the City. The frame and cover assembly shall be
capable of withstanding a test load of 100,000 Ibs and include a "T" shaped durable
gasket to cushion traffic shock and resist water infiltration. The frame and cover
assembly shall be circular, compatible with City of Federal Way standard top slab
openings, and available in a 24-inch clear opening. The frame and cover depth
shall not exceed 4 inches and the flange shall incorporate bedding slots and bolt
holes. The cover shall be installed with the hinge facing oncoming traffic so the lid
will open towards traffic.
Heavy -Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product
Number 001040401-01, Manufactured by EJ Group, Inc., 301 Spring Street, PO
Box 439, East Jordan, MI 49727, (800)626-4653, www.ejco.com
9-05 15(5) High Impact Multi -Purpose Rubber Composite Adjustment Risers
(December 2, 2019 CFW GSP)
Section 9-05.15(5) is a new section:
Risers shall be minimum 80% by weight recycled rubber and minimum 10% by
volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free
from cracks, holes, and any other surface defects. Adjustment risers shall be
designed for heavy duty street traffic and shall meet or exceed minimum load
capacity requirements of AASHTO. Adjustment risers shall be installed as a single
unit and shall not be cut into pieces or used as shims. Manufacturer certification
shall be furnished upon request stating that the product meets the requirements of
this specification. Risers shall be available in standard thicknesses from 1/2-inch
to 3-inches; available flat or tapered; and in round, square, and rectangular
shapes.
High Impact Adjustment Riser shall be Infra -Riser Multi -Purpose Rubber
Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East
Jordan, MI, 49727, (800)626-4653, www.ejco.com
:■ ■ ■ -■ �■ -■•■ ■ [►Cep
9-14.2 Topsoil
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA27 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
9-14.2 1 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
manufacturer's recommended rate. Hydroseed shall be composed of the following
varieties mixed in the proportions indicated, or approved equal:
SEEDED LAWN MIXTURE
NAME BY %
WEIGHT PURITY
Tall Fescue / Festuca arundinacea 40% 98%
Creeping Red Fescue / Festuca rubra
Highland Colonial Bentgrass /Agrostis
capillaris var. 'Highland'
Perennial Rye / Lolimum perenne
(blend of two: 'Fiesta II', 'Prelude II',
'Commander'
25% 98%
5% 98%
30%
95%
GERMINATION
90%
90%
90%
90%
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.
9-14.5 Mulch and Amendments
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-128 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
9-14.501 Bark or Wood Chips
(June 12, 2020 CFW GSP)
Section 9-14.5(3) is supplemented with the following:
Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock
bark. The bark shall be uniform in color, free from weed seeds, sawdust and
splinters. The moisture content of bagged mulch shall not exceed 22%. The
acceptable size range of bark mulch material is '/2" to 1" with maximum of 20%
passing the'/2" screen.
944.7 Plant Materials
9-14.7 2 Quality
(June 12, 2020 CFW GSP)
Section 9-14.7(2) is supplemented with the following:
Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries,
bark abrasions, evidence of improper pruning or other objectionable disfigurement.
Potted and container stock shall be well rooted and vigorous enough to ensure
survival and healthy growth. Shrubs shall have full foliage (not leggy). Container
stock shall be grown in its delivery container for not less than six (6) months, but
not for more than two (2) years. Root bound or broken containers will not be
accepted. Bare root, liner and root stock with dried or shriveled roots from
exposure will not be accepted.
Measurements, caliper, branching, grading, quality, balling and burlapping shall
follow the Code of Standards of the American Associate of Nurserymen in the
American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements
shall be taken with all branches in their normal growing position. Plants shall not
be pruned prior to delivery to site.
9-14.7(3) Handling and Shipping
(June 12, 2020 CFW GSP)
Section 9-14.7(3) is supplemented with the following:
Tie back branches as necessary, and protect bark from chafing with burlap bags.
Do not drag plant materials along ground without proper protection of roots and
branches. Protect rootballs from environmental or mechanical damage and water
as necessary to keep roots moist. Do not store plants for more than one week.
9-14.7(4) Sod
(June 12, 2020 CFW GSP)
Section 9-14.7(4) is supplemented with the following:
Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall
Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with
degradable netting, or approved equal.
9-14.7[5] Tagging
(June 12, 2020 CFW GSP)
Section 9-14.7(5) is a new section::
All plant material shall be legibly tagged. Tagging may be by species or variety
with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior
to final acceptance.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA29 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
9-14.7;6i Inspection
(June 12, 2020 CFW GSP)
Section 9-14.7(6) is a new section:
The Contracting Agency shall reserve the option of selecting and inspecting plant
material at the nursery. The contractor shall provide the Contracting Agency with
at least one week notice prior to preparing plants for shipping and delivery. The
Contractor shall neither deliver to site nor install plant materials until authorized by
the Contracting Agency.
9-14.7 7 Temporary Storage
(June 12, 2020 CFW GSP)
Section 9-14.7(7) is a new section:
Cold storage of plants shall not be permitted.
If planting is delayed more than 24 hours after delivery, set balled and burlapped
plants on the ground, well protected with soil or wet peat. Adequately cover all
roots of bare root material with soil or wet peat. Protect rootballs from freezing,
sun, drying winds or mechanical damage. Water plant material as necessary until
planted.
Plants shall not be stored for more than one week. Longer storage period at project
site will result in rejection of plant materials by the Contracting Agency.
9-14.8 Stakes Gus and Wrapping
(June 12, 2020 CFW GSP)
Section 9-14.8 is supplemented with the following:
Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted
product. No wrapping required.
9-14.9 Root Barrier
(June 12, 2020 CFW GSP)
Add the following new section:
Root Barrier shall be 18-inch high, minimum thickness 0.090-inch, interlocking root barrier
panels constructed of high -impact polypropylene with 1/2-inch reinforcing ribs.
-15 IFZRIGATION SYSTE
9-15.1 Pie Tubing And Fittings
(June 12, 2020 CFW GSP)
Section 9-15.1 is replaced with the following:
All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All
pipe for the main, laterals, and sleeving shall be Sch 40 PVC.
9-15.5 Valve Boxes
(June 12, 2020 CFW GSP)
Section 9-15.5 is supplemented with the following:
Valve boxes for control valves shall be grey flared box, HDPE construction with UV
inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE
drop in locking lid.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-130 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete,
top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-20 loading
in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO
H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline,
acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit
Double Check Valve Assembly.
Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter,
flared box with bolt down cover.
9-15.6 Gate Valves
(April 12, 2018 CFW GSP)
Section 9-15.6 is supplemented with the following:
Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable
for residential or commercial potable water applications, with screwed bonnet, non -rising
stern, solid wedge disc and integral seats.
9-15.7 Control Valves
9-15.7 1 Manual Control Valves
(April 12, 2018 CFW GSP)
Section 9-15.7(1) is supplemented with the following:
Shut off valves upstream of automatic control valves shall be a heavy duty cast
brass body gate valve with heavy cast iron handwheel, suitable for residential or
commercial potable water applications, with screwed bonnet, non -rising stem,
solid wedge disc and integral seats, size to fit line.
9-15.13 Pressure Re ulatin Valves
(April 12, 2018 CFW GSP)
Section 9-15.13 is supplemented with the following:
Pressure regulating valve shall be designed to reduce incoming water pressure from up
to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal
expansion bypass, serviceable in line, with internal stainless steel strainer.
SECTION 9-18 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB
9-18.3 Vacant
(December 12, 2012 CFW GSP)
Section 9-18.3 is deleted and replaced with the following new Section:
9-18.3 Block Traffic Curb
In construction of the block traffic curb, the Contractor shall have the option of using either
length block shown in the plans, provided the same length block is used throughout the
entire project.
The curb units shall be made from portland cement and high quality sand and gravel, the
proportions of which will be left to the discretion of the producer as long as the unit
develops a minimum compressive strength of 1,600 psi at 28 days when tested for end
loading.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA31 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
The proportions of sand, gravel, and cement, the type of forms used, and the method of
compacting the concrete in the forms shall all be such that as dense, smooth, and uniform
a surface as is practicable for a concrete masonry unit is obtained on the finished curb
units. The faces that are to be exposed shall be free from chips, cracks, air holes,
honeycomb, or other imperfections except that if not more than 5 percent of the curb units
contain slight cracks, small chips not larger than inch, or air holes not more than'/z inch
in diameter or depth, this shall not be deemed grounds for rejection. The units used in any
contiguous line of curb shall have approximately the same color and surface
characteristics.
SECTION 9-28 SICNING MATERIAL$ AND FABRICATION
9-28.1 General
(January 8, 2013 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 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
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 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 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 Blank
Thickness
Less than 30 inches 0.080 inches
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA32 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
Greater than 30 inches, less than 48 j 0.100 inches
_ inches
Greater than 48 inches 1 0.125 inches 1
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.
9-28.14 Sign Support Structures
(January 8, 2021 CFW GSP)
Section 9-28.14 is supplemented with the following:
Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be
steel sign posts.
SEA ON 9-29 ILLUMINATION SIGNAL, 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
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA33 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
of the utility shall be flush with the adjoining surface to the extent possible after
installation.
9-29.2(11A2 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.
9-29.3(2)F detector Loop Wire
(April 12, 2018 CFW GSP)
Section 9-29.3(2)F is modified as follows:
Detector loop wire shall use 14 AWG stranded copper conductors, and
shall conform to IMSA Specification 51-7, with cross -linked polyethylene
(XLPE) insulation encased in a polyethylene outer jacket (PE tube).
9-29.3 2 H Three -Conductor Shielded Cable
(March 13, 2012 CFW GSP)
Section 9-29.3(2)H is supplemented with the following:
Lead-in cable back to the controller for pre-emption units shall be 6TT
detector 138 cable or equivalent.
9-29.3 2 1 Twisted Pair Communications Cable
(October 23, 2014 CFW GSP)
Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A.
9.29.6(1) 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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA34 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
9-29.5 5 Foundation Hardware
(January 13, 2021, WSDOT GSP, OPTION 1)
Section 9-29.6(5) is supplement with the following:
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
o (24) flat washers, six per anchor rod
e 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 inche from the top of the traffic barrier.
9-29.7 Luminaire Fusinq and Electrical Connections at Light Standard Bases
Cantilever Bases, and Sign Bridge Bases
9-29.7121 Fused Quick -Disconnect Kits
(March 13 , 2012 CFW GSP)
Section 9-29.7(2) is supplemented with the following:
Fused quick -disconnect kits shall be of the SEC type or equivalent.
Underground illumination splices shall be epoxy or underground service
buss/light connector kits. Installation shall conform to details in the
Standard Plans.
9-29.10 Luminaires
(March 7, 2018 CFW GSP)
Section 9-29.10 paragraph 3 and 4 are deleted and replaced with the following:
All cobra -head style roadway luminaires shall be provided with markers for positive
identification of light source type and wattage in accordance with ANSI C136.15-
2011 with whole number wattage value and "LED" text. Legends shall be sealed
with transparent film resistant to dust, weather, and ultraviolet exposure.
9-29.100) Conventional Roadway Luminaires
(January 11, 2019 CFW GSP)
Section 9-29.10(1) is supplemented with the following:
New roadway luminaire installations shall be cobra -head style light -emitting
diode (LED), wattage per plan, with 7-pin photocell receptacle and shall be
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA35 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
supplied and installed by the Contractor. The terminal board shall have lugs
of a 240-volt 3-wire power source. Terminals shall be labeled line -neutral -
line. The neutral terminal shall be grounded to the metal housing of the
luminaire. The LED luminaire shall be factory set to produce IES pattern
Type II.
Conductors serving the luminaires shall be copper of the size shown on the
Plans and shall run to the service pole in separate conduit from the signal
conductors as shown in the plan view. Fused quick disconnect wye cable
connector kits shall be installed at the handhole inside the base of each
pole supporting a luminaire. Top conductors from the pole base to the
luminaire shall be a minimum No. 12 stranded copper. The grounding
conductor shall be connected to the neutral terminal in the luminaire fixture.
Pole type and mounting heights shall be as specified in the Contract Plans
and Standard Plans.
9-29.10 2 Vacant
(January 11, 2019 CFW GSP)
Section 9-29.10(2) is deleted and replaced with the following new section:
9-29.10(2) Decorative Luminaires
Section 9-29.10(2) is supplemented with the fallowing:
All new decorative luminaire installations shall be light -emitting diode (LED)
luminaires. LED luminaires must meet City standards for average
maintained footcandles, uniformity ratio, mounting height, distribution
pattern, and spacing as indicated in City of Federal Way Development
Standard Drawing 3-42. LED luminaires shall have a correlated color
temperature (CCT) of 4000K.
Pole and fixtures shall meet requirements of Special Provision 8-20.3(13)B,
Decorative Light Standards.
9-29.10M Vacant
(January 11, 2019 CFW GSP)
Section 9-29.10(3) is deleted and replaced with the following new section:
9-29.10(3) L.E.D. Roadway Luminaires
All new roadway luminaire installations shall be Eaton Archeon light -
emitting diode (LED) luminaires.
LED luminaires shall be furnished and installed by the Contractor. The units
shall meet City standards for wattage, average maintained footcandles,
uniformity ratio, mounting height, and distribution pattern, spacing, and
model as indicated in City of Federal Way Development Standard Drawings
3-38 and 3-42. LED luminaires shall have a correlated color temperature
(CCT) of 4000K and minimum color rendering index (CRI) of 70. Any
variations from this standard must be approved by the City Traffic Engineer
and shall require a lighting design performed by a Licensed Engineer. The
Contractor shall provide a photometric plot of the proposed streetlight
system and line loss calculations for these variation requests.
Units shall incorporate the following features:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-1136 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
1. A housing with 2.5-degree leveling steps capable of being mounted
on a standard 2-inch roadway pole pipe tenon.
2. A housing and door manufactured from a die-cast low copper alloy
aluminum designed to minimize corrosion.
3. Electrical components accessible through a swing -down entry door
secured by a trigger latch or similar tool -less entry mechanism.
4. Resistance to vibration and impact, 3G vibration rated..
5. Provisions for installing a 7-pin photoelectric cell.
6. An LED light engine protected from the elements by a prismatic
glass lens.
7. A thermal management system that promotes maximum air flow
through the luminaire to ensure a mimnum of 60,000 hours of
operation at 25 degree centigrade with 90% lumen maintenance.
8. Protection against solar heating when not in operation.
9. Dark sky optics.
10. Glass tertiary optics that will not discolor or become brittle over time.
11. Sealed optics system rated for IP66 against water and dirt
infiltration.
12. Surge protection module to protect the LED drivers, photo controls,
transfer switches, and relays from electrical disturbances as
defined by ANSI/IEEEC62.41, Category C. The unit shall be
replaceable through the use of modular plug and wiring.
13. Solid state multi volt electrical drivers with a rated life of 50,000
hours.
14. Electrical drivers mounted in a heat sink and located such that they
are isolated from heating by the sun when not in use.
15. 7-Pin Photo control receptacle that is adjustable without tools and
is designed to meet U11598 specifications for wet operation.
Retro-fit Existing Luminaires
LED luminaires shall be installed when existing luminaire replacement is
required. Replacement LED luminaires shall meet the requirements of this
chapter.
9-29.11 Control Equiprn
9-29.11 2 Photoelectric Control
(January 11, 2019 CFW GSP)
Section 9-29.11(2) is supplemented with the following:
One CIMCON control node, model #iSLC-3100-7P-U-A-G-10-CATB-05-T
shall be installed on the top of each cobra head roadway luminaire.
9-29.13 Control Cabinet Assemblies
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA37 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
9-29.13(2) Traffic Signal Controller Assembly Testier
(October 23, 2014 CFW GSP)
Section 9-29.13(2) is supplemented with the following:
Replace all references to ' WSDOT Materials Laboratory", ' WSDOT
facility", and "WSDOT" with "King County Traffic Maintenance".
9-29.13(3) Traffic Signal Controller
(November 17, 2014 CFW GSP)
Section 9-29.13(3) is supplemented with the following:
Equipment includes the following
• Quantity One (1) — NEMA TS2 Type 1 or Type 2 cabinet with 16
position load bay.
• Quantity One (1) — TS2 Controller unit Cobalt.
• Quantity One (1) — Type 16 Malfunction Management Unit EDI
16LE.
• Quantity One( 1) — TS2 Detector racks capable of 16 channels.
• Quantity One (1) — TS2 Power Supply.
• Auxiliary equipment so as to form completely functional eight phase
traffic signal control cabinets.
• Video Detection Equipment and Advanced Loop Detection
Equipment.
• Fiber Optic Patch Panel - _ fiber count.
• Fiber Optic Ethernet Switch(s).
• Fiber Optic Patch Cords.
Documentation and Training
Contractor to supply complete technical information, shop drawings,
schematic diagrams, photographs, circuit diagrams, programming and
operation instruction manuals, and any other necessary documents to fully
describe the proposed equipment.
Schematics & Manuals: The cabinet(s) shall have a waterproof envelope
with a side access attached to the inside of the door. At the time of delivery
the envelope shall have two complete sets of schematics and manuals for
all assemblies and sub -assemblies. In addition, the cabinet shall arrive with
two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD
format including circuit schematics for each model of the following:
1. Controller
2. Conflict Monitor
3. Opticom Equipment
4. Video Detection Equipment
5. Fiber Optic Communication Equipment
The supplier shall provide a minimum of a one -day (8 hour) training
session, given by qualified technical representative(s) of the manufacturer's
firm. The sessions shall be conducted at the County and the training
sessions shall be coordinated with the City Traffic Engineer. The supplier
shall contact the City Traffic Engineer approximately three weeks prior to
delivery of the equipment for the purpose of discussing the format and
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA38 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
scheduling of the training sessions. The sessions shall be conducted within
five (5) working days AFTER delivery of the equipment.
The training sessions shall as a minimum meet the following requirements:
1. Session 1: Basic operation, detector programming, special
configuration programming, and time of time of day operation. This
would cover operator front panel instruction for each component
(i.e., Controller, Malfunction Management Unit, and Detector).
2. Session 2: Preemption, telemetry, diagnostics, cabinet operation,
preventative maintenance, computer software, and troubleshooting.
Technical maintenance and troubleshooting instruction shall be the
main focus.
3. Presentations shall be made by "factory trained personnel'.
Supplier shall provide all necessary equipment needed for the
training.
The instructional materials provided with the training sessions shall include
the following information:
1. Table of Contents
2. Operating Procedure
3. Theory of Operation
4. Maintenance and Troubleshooting Information
5. Circuit Wiring Diagrams
6. Pictorial Diagrams of Part Locations
7. Timing Sheet
The controller shall be a NEMA TS2 controller, specifically, an Econolite
Cobalt and be installed within a complete NEMA TS2 Type 1 eight phase
signal cabinet.
9-29.13 5 Flashing Operations
(February 2, 2012 CFW GSP)
Section 9-29.13(5) is modified as follows:
Paragraph 2, Item 2 is deleted and replaced with the following:
Police Flash Switch - The switch shall have two positions, "Auto" and
"Flash". The up position shall be "Auto" and result in normal signal
operation. The down position shall be "Flash" and will put the signal into
flashing operation and apply stop time to the controller. When the flash
switch is returned to the "Automatic" position, the controller shall restart
except when the conflict monitor has commanded flash operation. The
effect shall be to disable the police panel when the conflict monitor has
detected a malfunction and all controller and conflict monitor indications
shall be available to the technician regardless of the position of the police
panel flash. The controller shall restart with all -flash for a preset period of
time.
(March 15, 2012 CFW GSP)
Section 9-29.13(5) is supplemented with the following:
All cabinets shall be wired to flash red for all phases. Flashing display shall
alternate between Phases 1, 2, 5, 6 and Phases 3, 4, 7, 8.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-139 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
9-29.13{6) Emergency Preemption
(March 31, 2012 CFW GSP)
Section 9-29.13(6) is supplemented with the following:
Emergency Preemption System (EPS) equipment shall be compatible with
the operational requirements of the existing Opticom brand (GTT (formerly
3M)) emitters, detectors, phase discriminators and confirmation lights
owned by the City.
EPS equipment shall meet the following requirements:
1. Detector. The Contractor shall provide and install emergency
preemption detectors at locations shown in the plans. The
emergency preemption detectors shall be solid-state devices
consisting of photoelectric cells and an amplifier mounted in weather -
resistant housings. The detectors (GTT Model #711 or approved
equal) shall be capable of detecting an optical signal generated by
an Opticom brand emitter assembly (GTT). The detectors shall
detect the optical signals from the emitter, amplify the signal, and
transmit it to the phase discriminator. The detectors shall have a
range control capable of being adjusted up to a maximum of 1/3 mile.
Detectors shall be installed in a drilled and tapped hole in the top of
the mast -arm or street -light arm, unless shown otherwise in the
Plans. They shall be tightly fitted to point in the direction shown in the
plan view.
2. Detector Lead-in Cable. The detector lead-in cable shall be GTT
(formerly 3M) Opticom Model 138 shielded detector cable, or
approved equal. No splicing will be allowed between the detector and
the controller cabinet. All lead in cables shall be connected to
terminals in the controller cabinet as shown in the wiring diagram.
The shields shall be grounded to the grounding bar.
3. Confirmation Light. Mounted below the OPTICOM detector there
shall be placed a white, 100 watt (minimum), standard screw
socket, flood light which shall indicate, by being on, when the
preemption interval is in effect and the desired phase is being held
in a green display, unless otherwise noted in the plans. Indicator
lights shall be actuated by utilizing the unused yellow output of
pedestrian signal switch packs.
4. Multimode Phase Selector. The phase selector shall be GTT
(formerly 3M) Opticom Model 764 capable of communication both
IR and GPS based systems.
Maintenance and operation manuals shall be furnished for all emergency
preemption equipment to the City of Federal Way or its designated agents
by the Contractor.
9-29.13 10 A AuxilliarV Equipment for NEMA Controllers
(February 2, 2012 CFW GSP)
Section 9-29.13(10)A is modified as follows:
Paragraph 1, Item 1 is supplemented with the following:
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-140 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 810 or approved equal.
Paragraph 1, Item 2 is supplemented with the following:
All load switches shall as a minimum meet NEMA TS-2 1992, Section 6
requirements and shall be EDI Model 510 or approved equal.
Paragraph 1, Item 3a is deleted and replaced with the following:
A 50-amp main breaker shall be supplied. This breaker shall supply power
to the controller, MMU, signals, cabinet power supply, and auxiliary panels.
Paragraph 1, Item 3b is deleted and replaced with the following:
A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI
outlet.
Paragraph 1, Item 3c is supplemented with the following:
Spare neutral buss bars shall be provided on the bottom left and right of
the cabinet.
Paragraph 1, Item 3 is supplemented with the following:
g. A normally -open, 60-amp, solid-state device, "Crydom CWA4850 relay",
or approved equivalent.
h. The power panel shall be covered by an easily removable, clear
Plexiglas cover.
Paragraph 1, Item 4 is supplemented with the following:
Inside the police door there shall be a flash switch, which shall be the only
switch on that panel. The switch shall have two positions, "Auto' and
"Flash". The up position shall be "Auto' and result in normal signal
operation. The down position shall be "Flash" and will put the signal into
flashing operation and apply stop time to the controller. The switch shall be
a general-purpose bat style toggle switch with 0.688-inch-long bat. The
switch shall have a protective cover, which must be lifted to operate the
switch.
Paragraph 1, Item 6 is supplemented with the following:
Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction
Management Unit.
Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented
with the following:
The detector interface panel shall support up to 32 channels of detection
and four channels of preemption devices.
Detector Racks
Two vehicle detector amplifier racks and two detector interface panels shall
be provided in each cabinet. Each rack shall support up to 16 channels of
loop detection, one 4-channel preemption device, and one BIU.
Paragraph 1, Item 8 is supplemented with the following.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-141 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
There shall be terminal strips for field wiring in the controller cabinet. The
terminals shall be numbered in accordance to the field wiring chart included
in these Specifications. A common buss bar with a minimum of 15 spare
terminals shall be available after the cabinet is fully wired. In addition, a 15
terminal bar shall be provided for the pedestrian common and a terminal
shall be provided for each signal head neutral. The buss bars shall be
located on the left side wall of the cabinet. Only King County numbers shall
be shown, as described in Section 8-20.3(8).
Pedestrian Detector Field Wiring
All pedestrian detectors shall be connected between logic ground and their
appropriate field terminal. The terminals shall be grouped together and
located in the lower left side panel.
Main Panel and Wire Terminations
All wires terminated behind the main panel and other panels shall be
SOLDERED. No pressure or solderless connectors shall be used. Printed
circuit boards shall NOT be used on main panels.
Field Terminal Locations
Field terminals shall be located at the bottom of the backboard. Their order
shall be left to right beginning with phase one and following the order of
the load switches. Field terminals shall be of the Screw type per NEMA TS2
5.3.6.
Paragraph 1, Item 9 is supplemented with the following:
The cabinet shall be provided with a thermostatically -controlled (adjustable
between 80-150 degrees F) ventilation fan and shall be installed in the top
of the cabinet plenum.
Paragraph 1, Item 10 is deleted and replaced with the following:
The cabinet shall have an incandescent lighting fixture that shall be
mounted on the inside top of the cabinet near the front edge. An on/off
switch that is turned on when the cabinet door is opened and off when it is
closed shall activate the incandescent light. The lamp socket shall be
placed on the circuit with convenience outlets which shall be protected by
a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be
provided.
Paragraph 1, Item 11 is supplemented with the following:
All Controller and Malfunction Management Unit cables shall be of sufficient
length to access any shelf position. All cables shall be encased in a
protective sleeve along their entire free length.
Color Coding
All cabinet wiring shall be color coded as follows:
Purple = MMU Wiring
Orange = Flash Color Programming
Brown = Green Signal Wiring
Yellow = Yellow Signal Wiring
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-142 PROJECT #12622
CFW SPECIAL PROVISIONS VER. 2021.09
Red
= Red Signal Wiring
Blue
- Controller wiring
Gray
= DC ground
AC+
= Black
AC-
= White
Chassis Ground
= Green
Paragraph 1 is supplemented with the following:
13. Main Panel Configuration - The main panel shall be fully wired in the
following configuration:
a) Sixteen (16) load sockets.
b) Six (6) flash -transfer -relay sockets.
c) One (1) flasher socket.
d) Two (2) main panel rack slots for BTUs 1 and 2. Two rack slots for
Terminal and Facilities BIU's 3 and 4 which shall be wired to
numbered terminal strips.
e) Wiring for 2 detector racks and 1 Type-16 MMU.
14. Lightning Suppression - The cabinet shall be equipped with an
Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved
equivalent surge arrester.
15. Convenience Outlets - One convenience outlet with a ground fault
interrupter and a second convenience outlet without ground fault
interrupter shall be furnished in the cabinet(s). The ground fault outlet
shall be mounted one on right side of the cabinet, near the top shelf,
and the non -ground fault outlet shall be mounted on the left side of the
cabinet, near the top shelf. No outlets shall be mounted on the door.
The convenience outlets shall be placed on the circuit with the lamp
socket which shall be protected by a circuit breaker rated at 25 amps.
16. Loop Detector Units:
(a) Cabinets shall be supplied with eight 4-channel loop detectors
minimum or sixteen 4-channel loop detectors maximum as shown
on the Plans. Loop detectors shall meet TS2 Specifications.
(b) Equipment and loop detection for advanced loops shall be as
shown in the plans.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-143 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry
interface panel and telemetry connecting cable so as to work with the
master cabinet. In addition, every cabinet shall also be wired for
transient suppression (Model # EDCO PC642C-00-AD or approved
equivalent).
18. Preemption - The cabinet shall be completely wired to accept and
service calls from GTT (formerly 3M) Opticom, Model 764 multimode
phase -selector modules and their related optical -detector units.
19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2-
1992 Section 8 requirements. In addition, all BIUs shall provide
separate front panel indicator light emitting diode (LEDs) for Valid Data.
20. Cabinet Power Supply - The cabinet power supply shall as a minimum
meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall
also provide a separate front panel indicator LED for each of the four
outputs. Front panel banana jack test points for 24 VDC and logic
ground shall also be provided.
21. Fiber Optic Interconnect - The cabinet shall be furnished with
equipment to accommodate the fiber optic interconnect cable including
an IFS model D9130 fiber to serial modem or approved equal and
RuggedCom brand Ethernet switch(s) including RuggedSwitch
RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or
RuggedSwitch RS930L (copper only) or approved equal(s).
22. Inside Control Panel Switches - Service Panel Switches
(a) Power Switches: There shall not be a main power switch inside the
cabinet(s) that shall render all control equipment electrically dead
when turned off. There shall be a controller power switch that shall
render the controller and load switching devices electrically dead
while maintaining flashing operation for purposes of changing the
controller or load switching devices. The switch shall be a general-
purpose bat style toggle switch with .688-inch-long bat. The switch
shall have a protective cover, which must be lifted to operate the
switch.
(b) Stop Time Switch: There shall be a 3-position switch located inside
the cabinet door identified as the Stop Time switch. Its positions
shall be labeled "Normal" (up), "Off' (center), and "On" (down). With
the switch in its Normal position, a stop timing command may be
applied to the controller by the police flash switch or the conflict
monitor unit. When the switch is in its "Off' position, stop -timing
commands shall be removed from the controller. The "On" position
of the switch shall cause the controller to stop timing. The switch
shall be a general-purpose bat style toggle switch with
.688-inch-long bat. The switch shall have a protective cover, which
must be lifted to operate the switch.
(c) Technician Flash Switch: There shall be a switch inside the cabinet
to place the signal in flashing operation while the controller
continues to operate. This flash shall have no effect on the
operation of the controller or conflict monitor. The switch shall be a
general-purpose bat style toggle switch with .688-inch-long bat. The
switch shall have a protective cover, which must be lifted to operate
the switch.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-144 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
(d) Detector Test Switches: All eight controller phase inputs shall have
push button momentary test switches. Each switch shall be
connected to the first channel of each detector card input to the BIU.
All eight pedestrian phases shall have push button momentary test
switches by phase. These switches shall be located inside the
cabinet door and labeled by associated phase number. A see -
through Plexiglas cover shall cover all detector disconnect/test
switches.
(e) Preenot Test Switches_ All Six preempt inputs shall have
disconnect/test switches. These switches shall have three positions
labeled "Normal" (up) which shall connect the controller to the
Opticom output: "Off' (center) which shall isolate the controller from
the Opticom output: and "Test" (down) which shall provide a
momentary true input to the controller.
(f) Switches shall be in groups of eight (8), matching the phase
groupings of the intersection.
Section 9-29.13(10)C is supplemented with the following
"Plug and Play" Cabinets are not acceptable.
"Modular" Main Panels shall not be permitted.
Section 9-29.13(10)C is modified as follows:
Paragraph 1, Item 1 is deleted and replaced with the following:
Cabinet Construction
A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and
installed by the Contractor. The size of the cabinet shall be Type 6 (P 55").
Cabinets shall meet, as a minimum, all applicable sections of the NEMA
Standard Publication No. TS2-1998. Where differences occur, this
Specification shall govern. The cabinets shall meet the following criteria:
1. Material shall be 5052-H32 0.125-inch-thick aluminum.
2. The cabinet shall be supplied with a natural finish inside and out,
unless otherwise specified.
3. The door hinge shall be of the continuous type with a stainless steel
hinge pin.
4. All external fasteners shall be stainless steel.
5. The door handle shall be cast aluminum.
6. All seams shall be sealed with RTV sealant or equivalent material
on the interior of the cabinet.
Paragraph 1, Item 2 is deleted and replaced with the following:
The cabinet shall contain shelving, brackets, racks, etc., to support the
controller and auxiliary equipment. All equipment shall set squarely on
shelves or be mounted in racks and shall be removable without turning,
tilting, rotating or relocating one device to remove another.
Shelf Height
The cabinet shall be supplied with two removable shelves manufactured
from 5052-H32 aluminum. The shelves must have the ability of being
removed and reinstalled WITHOUT the use of hand tools.
Paragraph 1, Item 4 is supplemented with the following
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-145 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
Air Filter Assembly
The cabinet air filter shall be a one-piece removable, noncorrosive, vermin -
and insect -proof air filter and shall be secured to the air entrance of the
cabinet.
Paragraph 1 is supplemented with the following:
6. Additional Panel Space - Adequate space shall be left open for the
addition of a master interface panel and an AVI interface panel.
9-29.14 Vacant
Section 9-29.14 is deleted and replaced with the following
9-29.19 Pedestrian Push Buttons
(February 15, 2019 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 on 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%).
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-146 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
9-29.20 Pedestrian Signals
(November 2, 2020 CFW GSP)
Section 9-29.20 is supplemented with the following:
The symbol message modules shall plug directly into the transformer or be solid-
state modules.
Side mountings shall be clamshell mountings Type "E," as shown on WSDOT
Standard Plan J-20.16 unless otherwise noted on The Plans. All terminal
compartments shall be painted in the same manner as specified for signal
housings. All pedestrian head mounting bolts shall be noncorrosive stainless steel.
Where pedestrian signal heads are to be fastened to the vehicle signal pole, the
Contractor shall securely attach the clamshell mounting to the pole using stainless
steel Allen -head bolts.
Pedestrian display housings shall have a minimum depth capable of
accommodating a Campbell Advisor Pedestrian Pushbutton Controller in the rear
of the housing.
Pedestrian signals shall be LED Countdown units as manufactured by Dialite
Corporation or approved equal per the specifications included in the appendices
of these Special Provisions.
All pedestrian signal displays shall be the light emitting diode (LED) type with
displays for "RAISED HAND", "WALKING PERSON" and a countdown timer. Each
LED pedestrian signal module shall not require special tools for installation. The
installation of an LED pedestrian module shall not require any modification to the
housing. Each LED pedestrian module shall be a single, self-contained device,
not requiring any on -site assembly for installation into any pedestrian signal
housing. The power supply for the LED pedestrian module may be packaged as
a separate module.
All pedestrian "RAISED HAND" modules and countdown timer display modules
shall be Portland Orange and shall conform to current ITE Standards for size,
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-147 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
chromaticity, and intensity. LED pedestrian "RAISED HAND" modules shall be
manufactured with a matrix of AIInGaP LED light sources. All pedestrian
"WALKING PERSON" modules shall be Lunar White and shall conform to current
ITE Standards for size, chromaticity, and intensity. LED pedestrian "WALKING
PERSON" modules shall be manufactured with a matrix of InGaN LED light
sources. The "RAISED HAND" and "WALKING PERSON" message -bearing
surfaces shall be filled (not outline) symbols. The LED pedestrian modules shall
be operationally compatible with controller and conflict monitors on this Project.
The LED pedestrian module shall be rated for use in the ambient operating
temperature range of minus 40 degrees C to 74 degrees C. Each LED pedestrian
module shall be protected against dust and moisture intrusion per the NEMA
Moisture Resistance STD 250-1991 for Type 4 enclosures to protect all internal
components. The assembly, manufacturing, and mounting of the LED pedestrian
module shall be designed to assure all internal LED and electronic components
are adequately supported to withstand mechanical shock and vibration from high
winds and other sources. The manufacturer's name, trademark, serial number,
and other necessary identification shall be permanently marked on the backside
of the LED pedestrian module. LED signal pedestrian modules used on this
Project shall be from the same manufacturer. A label shall be provided on the LED
housing, and the Contractor shall mark the label with a permanent marker to note
the installation date.
LED pedestrian modules shall operate at a maximum power consumption of 15W.
Each LED pedestrian module shall be operated from a 60 plus 3-Hz AC line over
a range of 80 VAC to 135 VAC. Nominal operating voltage for all measurements
shall be 120 plus 3 volts rms. The LED circuitry shall prevent flicker at less than
100 Hz over the voltage range specified above. Fluctuations in the line voltage
specified above shall not affect luminous intensity by more than plus 10 percent.
The signal module on -board noise transients and low -repetition high-energy
transients shall be as stated in Section 2.1.6, NEMA Standard TS-2, 1992. The
individual LED light sources shall be wired so that catastrophic failure of any one
LED light source will result in the loss of not more than 20 percent of the signal
module light sources. LED pedestrian signal modules shall provide a power factor
of 0.90, or greater, when operated at nominal operating voltage, and 25 degrees C.
Total harmonic distortion induced into an AC power line by an LED pedestrian
module shall not exceed 20 percent. Each LED pedestrian module and associated
onboard circuitry shall meet Federal Communications Commission (FCC) Title 47,
Subpart B, Section 15 regulations concerning the emission of electrical noise. Two
secured, color -coded, 600V, 20AWG minimum, jacketed wires, conforming to the
National Electric Code, rated for service at 105 degrees C, are to be provided for
electrical connection.
LED signals shall show no evidence of illumination for input voltages below
35 volts. LED signals shall supply illumination current (unregulated) for all input
voltages higher than 45 volts (and conform to appropriate intensity requirements
specified above 80 volts).
The manufacturer shall provide a written warranty against defects in materials and
workmanship for the LED signal modules for a period of 60 months and against
loss of intensity below 50 percent of original values for a period of 36 months after
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-148 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
installation of the modules. All warranty documentation shall be given to the
Engineer prior to installation.
9-29.22 Vacant
(January 8, 2013 CFW GSP)
Section 9-29.22 is deleted and replaced with the following new section:
SECTION 9-34 PAVEMENT MARKING MATERIAL
9-34.3 Plastic
9-34.3(4) Type D — Liguid 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)
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-149 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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 _
30
850
0-7
0-25
0-7
600
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.
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).
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-150 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
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 recovery ASTM E2177 375 280
Wet continuous (ASTM E2176) 150 _ 125
Standard Plans
(January 13, 2021 WSDOT)
The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01,
effective September 30, 2020 is made a part of this contract.
The Standard Plans are revised as follows-
A-50.10
DELETED
A-50.20
DELETED
A-50.30
DELETED
A-50.40
DELETED
B-90.40
Valve Detail — DELETED
C-1
DELETED
C-8
Add new Note 5, "5. Type 2 Barrier and Barrier Terminals are allowed in temporary
installations only. New Type 2 Barrier and Barrier Terminals are not allowed to be
fabricated after December 31, 2019. The plan is provided as a means to verify that any
Type 2 barrier and Barrier Terminals fabricated prior to December 31, 2019 meets the plan
requirements and cross -sectional dimensions as specified in Standard Specifications 6-
10.3(5)."
C-8a
Add new Note 2, "2. Type 4 Barrier and Barrier Transition are allowed in temporary
installations only. New Type 4 Barrier and Barrier Transition are not allowed to be
fabricated after December 31, 2019. The plan is provided as a means to verify that any
Type 4 barrier and Barrier Transition fabricated prior to December 31, 2019 meets the plan
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-151 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
requirements and cross -sectional dimensions as specified in Standard Specifications 6-
10.3(5)."
C-8b
DELETED
C-8e
DELETED
C-8f
DELETED
C-16a
DELETED
C-20.10
The following table is added:
SLOPE \ EMBANKMENT TABLE
(FOR 8', 9', 11' LONG POSTS)
POST LENGTH
8-FOOT
8-FOOT
9-FOOT
11-FOOT
C-20.11
DELETED
C-20.19
DELETED
C-40.16
DELETED
C-40.18
DELETED
C-80.50
DELETED
C-85.14
DELETED
C85.15
1 H : 1 V OR FLATTER
2H : 1V OR FLATTER
1.5H : 1V OR FLATTER
1 H : 1 V OR FLATTER
2.5 MIN
0
(FACE OF BARRIER AT
SLOPE BREAK POINT)
0
(FACE OF BARRIER AT
SLOPE BREAK POINT)
0
(FACE OF BARRIER AT
SLOPE BREAK POINT)
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-152 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
SECTION B detail, the callout reading "ANCHOR BOLT (TYP.) SEE DETAIL,
STANDARD PLAN C-8b", is revised to read "ANCHOR BOLT (TYP.) - SEE DETAIL IN
PLANS".
SECTION B detail, the callout reading "ANCHOR PLATE (TYR) - SEE STANDARD PLAN
J-8b", is revised to read "ANCHOR PLATE (TYP.) - SEE DETAIL IN PLANS".
D-2.14
DELETED
D-2.16
DELETED
D-2.18
DELETED
D-2.20
DELETED
D-2.42
DELETED
D-2.44
DELETED
D-2.46
DELETED
D-2.48
DELETED
D-2.82
DELETED
D-2.86
DELETED
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
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.
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-153 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
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.
G-20.10
SIGN INSTALLATION BEHIND TRAFFIC BARRIER detail, dimension callout "S MIN.", is
revised to read "S MIN.".
H-70.20
Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is
revised to H-70.10
H-70.30
DELETED
J-10.16
Key Note 14, reads: "Mounting Hole — See Standard Plan J-10.30 for mounting Details."
Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details."
General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is
revised to read: "See Standard Plan J-10.14 for pole installation details."
J-10.17
Key Note 16, reads: "Mounting Hole — See Standard Plan J-10.?? for mounting Details."
Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details."
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SPA 54 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 202109
General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is
revised to read: "See Standard Plan J-10.14 for pole installation details."
J-10.18
Key Note 12, reads: "Mounting Hole - See Standard Plan J-10.20 for mounting Details."
Is revised to read: "Mounting Hole - See Standard Plan J-10.14 for mounting Details."
General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is
revised to read: "See Standard Plan J-10.14 for pole installation details."
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
- W (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO
READ: "ANCHOR BOLTS - W (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 "(TYP.)" from
the 2'/2" 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 "(TYP.)" 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 "(TYP.)" from
the 2'/z" 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 "(TYP.)" 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 (TYP.) - 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
Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE
J-22.15
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-155 PROJECT #12522
CFW SPECIAL PROVISIONS VER 2021.09
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 'h" 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-81.10
All references to "Type 170 Controller" are replaced with "Controller".
L-40.10
DELETED
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
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-10. 20-00......10/5/07
A-10.30-00......
10/5/07
A-20.10-00......
8/31 /07
A-30.10-00......
11 /8/07
A-30.30-01......
6/16/11
B-5.20-03...-----
9/9/20
B-5.40-02.........
1 /26/17
B-5.60-02.........1
/26/17
B-10.2 0-02........
3/2/ 18
B-10.40-01........
1 /26/17
B-10.70-01......
9/9/20
B-15.2 0-01........
2/7/ 12
B-15.40-01........
2/7/ 12
CITY OF FEDERAL WAY
A-30.35-00..- .....
10/12/07
A-40.00-00.........
8/11 /09
A-40.10-04.........
7/31 /19
A-40.15-00......
...8/11 /09
A-40.20-04.........
1 /18/17
A-40.50- 02.........12/2
3/ 14
B-30.50-03.......... 2/27/18
B-30.60-00.......
9/9/20
B-30-70-04......
2/27/18
B-30. 80-01..........2/27/
18
B-30.90-02........
1 /26/17
B-35.20-00...........
6/8/06
B-35.40-00..........
6/8/06
B-40.20-00..........
6/1 /06
A-60.10-03........ 12/23/14
A-60.20-03......... 12/23/ 14
A-60.30-01.......... 6/28/ 18
A-60.40-00.......... 8/31 /07
B-75.20-02.......... 2/27/18
B-75.50-01..........
6/ 10/08
B-75.60-00............
6/8/06
B-80.20-00.........
6/8/06
B-80.40-00.........
6/1 /06
B-85.10-01.........
6/ 10/08
B-85.20-00...... ....6/1
/06
B-85.30-00..........
6/1 /06
2022 ASPHALT OVERLAY PROJECT
SPA56 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
B-15.60-02....
.... 1 /26/17
B-20.20-02.......3/16/12
B-20.40-04.......
2/27/18
B-20.60-03.......
3/15/12
B-25.20-02........
2/27/ 18
B-25.60-02.........
2/27/18
B-30.05-00......
9/9/20
B-30.10-03...
...... 2/27/18
B-30.15-00........
2/27/18
B-30.20-04.........
2/27/18
B-30.30-03.........
2/27/18
B-30.40-03..........
2/27/18
C-1.................... 9/9/20
C-1 b...................9/9/20
C-1 d................ 10/31 /03
C-2 c...................
8/ 12/ 19
C-4f................... 8/ 12 / 19
C-6a................10/14/09
C-7 ..................... 6/ 16/ 11
C-7 a ................... 6/ 16/ 11
C-8.....................2/10/09
C-8 a ................... 7/25/97
C-20.10-06
......... 9/16/20
C-2 0.14-04..........
8/ 12/ 19
C-20.15-02
.......... 6/11 /14
C-20.18-03
.......... 8/12/19
C-20.40-07
.......... 8/12/19
C-20.41-02
.......... 8/12/19
D-2.04-00........
11 /10/05
D-2.06-01........
1 /6/09
D-2.08-00........
11 /10/05
D-2.32-00........
11 /10/05
D-2.34-01... .....1
/6/09
D-2.36-03........
6/11 /14
D-2.60-00........
11 /10/05
D-2.62-00........
11 /10/05
D-2.64-01........
1 /6/09
D-2.66-00........
11 /10/05
D-2.68-00........
11 /10/05
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-10.18-02.........
9/24/20
F-10.40-04...........
9/24/20
F-10.42-00.........
1 /23/07
CITY OF FEDERAL WAY
B-40.40-02........
1 /26/17
B-45.20-01..........
7/11 /17
B-45.40-01..........
7/21 /17
B-50.20-00..........
6/1 /06
B-55.20-02..........
2/27/18
B-60.20-02..........
9/9/20
B-60.40-01..........
2/27/18
B-65.20-01.......
...4/26/12
B-65.40-00.......
...6/1 /06
B-70.20-00..........
6/1 /06
B-70.60-01..........
1 /26/17
C-20.42-05.......... 7/14/15
C-20.45.02...........
8/12/19
C-22.16-07........
9/16/20
C-22.40-08........
9/16/20
C-22.45-05........
9/16/20
C-23.60-04........
7/21 /17
C.24.10-02........
8/12/19
C-25.20-06........
7/14/15
C-25.22-05........
7/14/15
C-25.26-04........
8/12/19
C-25.30-00.......
6/28/18
C-25.80-05........
8/ 12/ 19
C-60.10-01... ....
9/24/20
C-60.20-00......
9/24/20
C-60.30-00... ....
9/24/20
C-60.70-00... ....
9/24/20
D-2.80-00........
11 /10/05
D-2.84-00........
11 /10/05
D-2.88-00... .....11
/10/05
D-2.92-00........
11 /10/05
D-3.09-00... .....
5/ 17/ 12
D-3.10-01......
5/29/13
D-3.11-03......
6/11 /14
D-3.15-02 ......
6/ 10/ 13
D-3.16-02 ......
5/29/ 13
D-3.17-02......
5/9/16
D-4................
.12/11 /98
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........
6/29/ 16
B-85.40-00
.......... 6/8/06
B-85.50-01
......... 6/10/08
B-90.10-00
.......... 6/8/06
B-90.20-00
.......... 6/8/06
B-90.30-00
.......... 6/8/06
B-90.40-01
.......... 1 /26/17
B-90.50-00
.......... 6/8/06
B-95.20-01
.......... 2/3/09
B-95.40-01
.......... 6/28/18
C-70.10-02........
9/16/20
C-75.10-02........9/16/20
C-75.20-02.....
... 9/16/20
C-75.30-02........
9/16/20
C-80.10-02........
9/16/20
C-80.20-01........
6/11 /14
C-80.30-01........
6/11 /14
C-80.40-01........
6/11 /14
C-85.10-00.........
4/8/12
C-85.11-01........
9/16/20
C-85.15-01.........
6/30/14
C-85.16-01.........
6/ 17/ 14
C-85-18-01........6/11
/14
C-85.20-01.........
6/11 /14
D-6...................
6/ 19/98
D-10.10-01------
12/2/08
D-10.15-01......
12/2/08
D-10.2 0-01.........
8/7/ 19
D-10.2 5-01.........
8/7/ 19
D-10.30-00.........
7/8/08
D-10.35-00.........
7/8/08
D-10.40-01......12/2/08
D-10.45-01......12/2/08
F-40.15-04........
9/25/20
F-40.16-03........
6/29/ 16
F-45.10-02........
7/ 15/ 16
F-8 0.10-04........
7/ 15/ 16
2022 ASPHALT OVERLAY PROJECT
SP-167 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
G-10.10-00........ 9/20/07
G-20.10-02........ 6/23/ 15
G-22.10-04
.......... 6/28/18
G-24.10-00
...... 11 /8/07
G-24.20-01......
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
H-10.10-00.......... 7/3/08
H-10.15-00... ....... 7/3/08
H-30.10-00......10/ 12/07
G-25.10-05....... 9/16/20
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-90.11-00...
...4/28/16
G-90.20-05......
7/11 /17
G-90.30-04......
7/11 /17
G-90.40-02......
4/28/16
H-32.10-00....... 9/20/07
H-60.10-01......... 7/3/08
H-60.20-01......... 7/3/08
G-95.10-02........ 6/28/18
G-95.20-03........ 6/28/18
G-95.30-03........ 6/28/18
H-70.10-01...... 2/7/12
H-70.20-01...... 2/ 16/ 12
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.........
3/2 2/ 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-10..................7/18/97
J-28.40-02......
6/11/14
J-60.13-00------
.6/16/10
J-10.10-04
...... 9/16/20
J-28.42-01..
..... 6/11/14
J-60.14-01------
7/31/19
J-10.12-00
....... 9/16/20
J-28.43-01.......
6/28/18
J-75.10-02......
7/10/15
J-10.14-00
........ 9/16/20
J-28.45-03.......
7/21/16
J-75.20-01......
7/10/15
J-10.15-01........ 6/11/14
J-28.50-03.......
7/21/16
J-75.30-02.......
7/10/15
J-10.16-01
...... 9/16/20
J-28.60-02.......
7/21/16
J-75.40-02.....6/1/16
J-10.17-01
...... 9/16/20
J-28.70-03.......
7/21/17
J-75.41-01......
6/29/16
J-10.18-01
...... 9/16/20
J-29.10-01.......
7/21/16
J-75.45-02......
6/1/16
J-10.20-03
...... 9/16/20
J-29.15-01.......
7/21/16
J-80.10-00......
6/28/18
J-10.21-01
...... 9/16/20
J-29.16-02.......
7/21/16
J-80.15-00......6/28/18
J-10.22-01
........ 9/16/20
J-30.10-00...... 6/18/15
J-81.10-01......
9/16/20
J-10.25-00
...... 7/11/17
J-40.05-00...... 7/21/16
J-86.10-00......
6/28/18
J-12.15-00
...... 6/28/18
J-40.10-04...... 4/28/16
J-90.10-03.....6/28/18
J-12.16-00
...... 6/28/18
J-40.20-03
...... 4/28/16
J-90.20-03 . .....
6/28/18
J-15.10-01
........ 6/11/14
J-40.30-04
...... 4/28/16
J-90.21-02......
6/28/18
J-15.15-02
...... 7/10/15
J-40.35-01
...... 5/29/13
J-90.50-00......
6/28/18
J-20.10-04
........ 7/31 /19
J-40.36-02......
7/21 /17
J-20.11-03
........ 7/31 /19
J-40.37-02......
7/21 /17
J-20.15-03
........ 6/30/14
J-40.38-01
....... 5/20/13
J-20.16-02
........ 6/30/14
J-40.39-00
...... 5/20/13
J-20.20-02
........ 5/20/13
J-40.40-02
....... 7/31/19
J-20.26-01
........ 7/12/12
J-45.36-00
...... 7/21/17
J-21.10-04
...... 6/30/14
J-50.05-00.......7/21
/17
J-21.15-01
...... 6/10/13
J-50.10-01........7/31/19
J-21.16-01
...... 6/10/13
J-50.11-02.......
7/31/19
J-21.17-01
...... 6/10/13
J-50.12-02
....... 8/7/19
J-21.20-01
...... 6/10/13
J-50.13-00
........ 8/22/19
J-22.15-02
...... 7/10/15
J-50.15-01
....... 7/21/17
J-22.16-03
...... 7/10/15
J-50.16-01
........ 3/22/13
J-26.10-03
...... 7/21 /16
J-50.18-00
....... 8/7/19
J-26.15-01
..... 5/17/12
J-50.19-00
....... 8/7/19
CITY OF FEDERAL WAY
2022 ASPHALT OVERLAY PROJECT
SP-158 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
J-26.20-01
..... 6/28/18
J-27.10-01
..... 7/21 /16
J-27.15-00
..... 3/ 15/ 12
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
K-70.20-01....... 6/1 /16
K-80.10-02....... 9/25/20
K-80.20-00.....12/20/06
K-80.35-01....... 9/16/20
K-80.37-01....... 9/16/20
L-10.10-02........ 6/21 /12
L-20.10-03........ 7/14/15
L-30.10-02...... ..6/11 /14
M-1.20-04
......... 9/25/20
M-1.40-03
......... 9/25/20
M-1.60-03
......... 9/25/20
M-1.80-03
......... 6/3/ 11
M-2.20-03
......... 7/ 10/ 15
M-2.21-00......
7/10/15
M-3.10-04
......... 9/25/20
M-3.20-03
......... 9/25/20
M-3.30-04.........
9/25/20
M-3.40-04
......... 9/25/20
M-3.50-03.........
9/25/20
M-5.10-03
......... 9/25/20
M-7.50-01
......... 1 /30/07
M-9.50-02
......... 6/24/14
M-9.60-00........
2/10/09
J-50.20-00.......
6/3/11
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
L-40.15-01........ 6/ 16/ 11
L-40.20-02........ 6/21 /12
M-11.10-03........ 8/7/19
M-12.10-02
...... 9/25/20
M-15.10-01
........ 2/6/07
M-17.10-02
........ 7/3/08
M-20.10-03........
9/25/20
M-20.20-02
........ 4/20/15
M-20.30-04
........ 2/29/16
M-2 0.40-03........
6/24/ 14
M-20.50-02
........ 6/3/11
M-24.20-02
....... 4/20/15
M-24.40-02
....... 4/20/15
M-24.60-04
....... 6/24/14
M-24.65-00......
7/ 11 / 17
M-24.66-00
...... 7/11 /17
M-40.10-03
...... 6/24/14
END DIVISION 9
L-70.10-01....... 5/21 /08
L-70.20-01....... 5/21 /08
M-40.20-00
... 10/ 12/07
M-40.30-01
...... 7/11 /17
M-40.40-00
...... 9/20/07
M-40.50-00
...... 9/20/07
M-40.60-00
...... 9/20/07
M-60.1 0-01
...... 6/3/ 11
M-60.20-02
...... 6/27/11
M-65.10-02
...... 5/11 /11
M-80.10-01
...... 6/3/11
M-80.20-00
...... 6/10/08
M-80.30-00
...... 6/10/08
CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT
SP-159 PROJECT #12522
CFW SPECIAL PROVISIONS VER. 2021.09
CROSS SECTION TYPE K
3 LAN ES
+ BIKE
1
3 91 8' 16' * 1 5' 1 1 ' 12' 1 1 ' 5' 1 6' * 8' 139
Al. Sidewalk Planter Bike Bike Planter Sidewalk Utll.
44'
PRINCIPAL
ARTERIAL
1.0' HMA Xz", PG 581-1-22
0.83' CSTC
PRINCIPAL COLLECTOR
COMMERCIAL. INDUSTRIAL. MULTIFAMILY
0.50' HMA XZ", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING `.
(SEE NOTE 2)
RESIDENTIAL
0.30' HMA Xz", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING
(SEE NOTE 2)
NOTES:
1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN — THICKNESS TO BE DETERMINED BY DESIGN.
2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED.
OR
78'
MINIMUM
PAVEMENT
SECTIONS
MINOR
ARTERIAL
0.67'
HMA Xz",
PG 581-1-22
0.50'
HMA 1 ",
PG 581-1-22
OR
0.83'
HMA Xz",
PG 581-1-22
0.83'
CSTC
* PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB.
REV: MAR
�c"TW PUBLIC ARTERIAL/COLLECTOR DWG. No.
FadM9%t WORKS 3-2K
CROSS SECTION TYPE L
3 LAN ES
+BIKE
IN CITY CENTER
S'l 12' * 5' 1 1 1 ' 12' 1 1 ' S' 12' * 3'
Itil. Sidewalk Bike Bike Sidewalk Utfl.
;trip Stri p
44'
74'
MINIMUM PAVEMENT SECTIONS
PRINCIPAL COLLECTOR
COMMERCIAL, INDUSTRIAL, MULTIFAMILY
0.50' HMA Y2", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 1)
OR
RESIDENTIAL
0.30' HMA Y2", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 1)
NOTES:
1. THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED.
2. USE DECORATIVE PEDESTRIAN LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43.
3. USE STANDARDS DETAILS 3-30, 3-30A, 3-31 & 3-32 FOR STREET TREES AND STREET LIGHTS.
* SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB.
REV: MAR 2012
arrm PUBLIC COLLECTOR DWG. NO.
FMOAM0 Wft WORKS 3-21L
PRINCIPAL
ARTERIAL
1.0' HMA )�", PG 581-1-22
0.83' CSTC
CROSS SECTION TYPE M
3 LAN ES
70'
MINIMUM PAVEMENT SECTIONS
MINOR
ARTERIAL
0.67' HMA Y2", PG 581-1-22
0.50' HMA 1 ", PG 58H-22
OR
PRINCIPAL COLLECTOR
COMMERCIAL. INDUSTRIAL. MULTIFAMILY
0.50' HMA Y2", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING
(SEE NOTE 2)
OR
0.83' HMA Y2-, PG 581-1-22
0.83' CSTC RESIDENTIAL
0.30' HMA Y2", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING
(SEE NOTE 2)
NOTES:
1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN.
2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED.
* PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB.
REV: MAR
cnvCQ PUBLIC ARTERIAL/COLLECTOR DWG. NO.
0 n.p� WORKS 3-21VI
CROSS SECTION TYPE N
3 LAN ES
+ PARKING
IN CITY CENTER
L
3'1 12' * 8' 1 1 ' 12' 1 1 ' 8' 12' * 3'
Util. Sidewalk Parking Parking Sidewalk Util.
Strip Strip
50'
80'
MINIMUM PAVEMENT SECTIONS
MJNOR COLLECTOR
0.25' HMA Y2", PG 581-1-22
0.17' CSTC
0.50' CSBC
NOTES:
1. SUBBASE SHALL BE BANK RUN — THICKNESS TO BE DETERMINED BY DESIGN.
2. USE DECORATIVE PEDESTRIAN STREET LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43.
3. USE STANDARD DETAILS 3-30, 3-30A, 3-31, & 3-32 FOR STREET TREES AND STREET LIGHTS.
* SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB.
REV: MAR 2D 19
�cwvw PUBLIC COLLECTOR DWG. NO.
��� WORKS 3-2N
CROSS SECTION TYPE 0
2 LANES
+ BIKE
.:
MINIMUM PAVEMENT SECTIONS
PRINCIPAL MINOR
ARTERIAL ARTERIAL
1.0' HMA Y2", PG 58H-22 0.67' HMA Y2", PG 58H-22
0.83' CSTC 0.50' HMA 1 ", PG 58H-22
OR
0.83' HMA X", PG 58H-22
0.83' CSTC
PRINCIPAL COLLECTOR
COMMERCIAL.S IAL ULTIE,, 1, LY
0.50' HMA )�", PG 58H-22
0.50' ATB AND/OR CRUSHED SURFACING
(SEE NOTE 2)
RESIDENTIAL
0.30' HMA Y2", PG 58H-22
0.50' ATB AND/OR CRUSHED SURFACING
(SEE NOTE 2)
NOTES:
1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN.
2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED.
OR
* PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB
REV: MAR 20:9
FM PUBLIC ARTERIAL/COLLECTOR DWG. No.
&M �� WORKS 3-20
CROSS SECTION TYPE P
2 LAN ES
+ DITCH
70'
MINIMUM PAVEMENT SECTIONS
PRINCIPAL MINOR
ARTERIAL ARTERIAL
1.0' HMA Y2", PG 581-1-22 0.67' HMA Y2", PG 581-1-22
0.83' CSTC 0.50' HMA 1 ", PG 581-1-22
OR
0.83' HMA )�", PG 581-1-22
0.83' CSTC
Cl z9
PRINCIPAL COLLECTOR
COMMERCIAL. INDUSTRIAL. MUl..TiFA-MILY
0.50' HMA Y2", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING
(SEE NOTE 2)
RESIDENTIAL
0.30' HMA Y2", PG 581-1-22
0.50' ATB AND/OR CRUSHED SURFACING
(SEE NOTE 2)
NOTES:
1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN.
2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED.
x
REV: MAR
PUBLIC ARTERIAL/COLLECTOR DWG. NO.
Q �Q WORKS 3-2P
CROSS SECTION TYPE 0
2 LANES
+ PARKING
IN CITY CENTER
r
i
3'1 12' * 8' 12' 12' 8' 12' * 3'
Util. Sidewalk Parking Parking Sidewalk UHL
Strip Strip
40'
70'
MINIMUM PAVEMENT SECTIONS -
MINOR COLLECTOR LOCAL (REMENTIAL
0.25' HMA X", PG 581-1-22 0.25' HMA Y2", PG 581-1-22
0.17' CSTC 0.17' CSTC
0.50' CSBC 0.42' CSBC
NOTES:
1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT.
2. USE DECORATIVE PEDESTRIAN LIGHTS IN CITY CENTER. SEE STANDARD
DETAILS 3-42 & 3-43.
3. USE STANDARD DETAILS 3-30, 3-30A, 3-31, & 3-32 FOR STREET TREE
& STREET LIGHTS.
* SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB.
REV: MAR 2019
DWG. NO.
cm�,�,a�r PUBLIC COLLECTOR/LOCAL DWG.
N
1�L�[G� � � VVCaIy WORKS
CROSS SECTION TYPE R
2 LAN ES
+ PARKING
3' 8' 4' * 8' 12' 12' 8' 4' * 6' 3
Util. a n Parking Parking n 0 Utll.
Strip f o f Strip
40'
MINIMUM PAVEMENT SECTIONS
MINOR COLLECT R LOCAL (ESIDENTIALI
0.25' HMA Y2", PG 58H-22 0.25' HMA Y2", PG 581-1-22
0.17' CSTC 0.17' CSTC
0.50' CSBC 0.42' CSBC
NOTES:
1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT
* PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB.
REV: MAR 2Q19
arvep PUBLIC COLLECTOR/LOCAL DWG. No.
o 0 0 Vff WORKS 3-2R
CROSS SECTION TYPE S
2 LAN ES
+ PARKING
3' S' 4' * 8' 10' 10' 8' 4' S' 3'
Util. a n Parking Parking ti Utll.
Strip f a06
Strip
36'
60'
MINIMUM PAVEMENT SECTIONS
MINOR COLLECTOR LOCAL (RESIDENTIAL)
0.25' HMA iz", PG 581-1-22 0.25' HMA X", PG 581-1-22
0.17 CSTC 0.17' CSTC
0.50 CSBC 0.42' CSBC
NOTES:
1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT
* PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB.
REV: MAR 20 i9
arym PUBLIC COLLECTOR/LOCAL DWG. NO.
ft&Mg W WORKS 3-2S
CROSS SECTION TYPE T
2 LANES
+ DITCH
3:1 MAX. SLOPE
7\ 1:1 MAX. SLOPE
s
3' 5' 8' 2' 12' 1 12' 1 2' 8 1 5' 3'
Util. a Ditch s Ditch � Util.
r °e Strip
strip f
n a a o
77 • U
28'
60'
MINIMUM PAVEMENT SECTIONS
MINOR COLLECTOR LOCAL (RESIDENTIAL-)
0.25' HMA X", PG 58H-22 0.25' HMA X", PG 58H-22
0.17' CSTC 0.17' CSTC
0.50' CSBC 0.42' CSBC
NOTES:
1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT
REV: MAR 2019
�am PUBLIC COLLECTOR/LOCAL DWG. NO.
FadEngMyV WORKS 3-2T
CROSS SECTION TYPE U
2 LAN ES
+ PARKING
x,
3, 4,* 89 $, $, $, 4, 5, 3'
Utll. a n Parking Parking n a Util.
Strip o m E Strip
o A c
5F PC
32'
56'
MINIMUM PAVEMENT SECTION
0.25' HMA Y2", PG 581-1-22
0.17' CSTC
0.42' CSBC
NOTES
1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT
* PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB.
REV: MAR 2019
�ar10' PUBLIC LOCAL DWG. NO.
C,�m[I W WORKS 3-2U
CROSS SECTION TYPE V
2 LANES
+ DITCH
MAX SLOPE 3,1
MAX SLOPE 1o1
3' S' 8' 12' 12' 8 5' 3'
Wit- Ditch Y Ditch 0 Utll.
0.
Strip 30, E Strip
c o
24'
56'
MINIMUM PAVEMENT SECTION
0.25' HMA Kz", PG 581-1-22
0.17' CSTC
0.42' CSBC
NOTES:
1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT
REV: MAR 2019
Of4OF PUBLIC DWG. NO.
FS&Mg VAY WORKS LOCAL 3-2V
CROSS SECTION TYPE X
2 LAN ES
+ DITCH
3:1 MAX. SLOPE --1
3" 5 6 1U I
Util. a Ditch Ditch N Util.
Y.)
Strip Strip
o c
2 0'
5 2'
MINIMUM PAVEMENT SECTION
0.25' HMA Y2", PG 581-1-22
0.17' CSTC
0.42' CSBC
NOTES:
1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT
REV: MAR 20U
CN7 w PUBLIC DWG. NO.
o p WORKS LOCAL 3-2X
CROSS SECTION TYPE Y
NFILL CUL-DE-SAC
j2'i5'
"2'5
LIM. a
Strip
2 4'
389
MINIMUM PAVEMENT SECTION
0.25' HMA X'*, PG 581-1-22
0.17' CSTC
0.42' CSBC
N util.
Strip
* SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB.
USE:
THIS SECTION MAY ONLY BE USED IN CLUSTER AND SHORT SUBDIVISIONS WHEN ALL OF
THE FOLLOWING CONDITIONS ARE MET:
1. THE STREET IS IN A PRIVATE TRACT.
2. THE TRACT ABUTS, OR WILL ULTIMATELY SERVE, FOUR OR LESS DWELLING UNITS.
3. THE TRACT IS LESS THAN 150 FEET IN LENGTH.
REV: MAR
�am PUBLIC DWG. NO.
MSIMO%%y WORKS LOCAL 3-2Y
CROSS SECTION TYPE Z
CUL—DE—SAC
TERMINUS BULB
3' S'* 32' 26• sz
T 0
Util. L,
**Center Island (Optional)
0 Utll.
CL
a
Strip E
E Strip
90'
106'
MINIMUM PAVEMENT SECTION
0.25' HMA Y2", PG 581-1-22
0.17' CSTC
0.42' CSBC
NOTES:
1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT
* SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB.
** CENTER ISLAND OPTIONAL — AS APPROVED BY PUBLIC WORKS
REV: MAR
cffvw PUBLIC DWG. NO.
n e o p� WORKS DE -DE -SAC 3_2Z
NOTES: - - -
a
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. o
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 2Nz" 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 1JQI ALLOWED.
8. ALL UTILITY APPURTENANCES WITHIN THE SIDEWALK SHALL HAVE
ADA-COMPLIANT NON -SLID LIDS.
1 /4" 'V'
.... . PLANTING STRIP.' .
. . . . . -
I
I I 1 1 I I f
- - - - EXPANSION JOINT ff
SEE NOTES AT LEFT /
-- µ �- 1/4" DEPTH "V" GROOVE ff
® MAX. 5' C-C
• r . FULL -DEPTH EXPANSION
�oEwtilx •A JOINT, ONE FOOT
AROUND VALVES,
y" HYDRANTS, POLES, ETC.
4- L J
GURU AW W1 ILK
�
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" CST
BROOMED FINISH (TYP.)
3" WIDE, SMOOTH
TROWELED PERIMETER (TYP)
CONCRETE CURB AND GUTTER
SEE CITY STANDARD
r DETAIL DWG. 3-4
FULL -DEPTH EXPANSION JOINT
BETWEEN SIDEWALK AND
CURB AND GUTTER
SEE NOTE 5.
1/4" 'V'-GROOVE
EXPANSION JOINT IN BOTH
CURB AND SIDEWALK
SEE NOTE 3
Z_SIDEWALK AND
PLANTER STRIP REV JAN 7.014
�a'a@ PUBLIC SIDEWALK AND CURB JOINTS DWG. NO.
Fsd) ra0 WWORKS AND SIDEWALK FINISH 3-3
ri / ( 1 }2'R
T1'P _
�2 3/4"R
(TYA)
` 3' R
I �(TYP)
(TYP)7 Y I Y4 (TYP) — _ — —
i r
_ 5- ` 2 - -I 1
12 7%' OR 11N`
SECTION ELEVATION
ISOMETRIC
TYPE 'C' BLOCK TRAFFIC CURB
• TO CONFORM TO CROWN
SLOPE OR 0.02 FT./FT.
MOUNTABLE CEMENT CONCRETE CUR83
6" EXPANSION JOINT
io r4o.02,
�-
FT./FT.
0.05 FT./FT.2 CEMENT CONCRETE
s SIDEWALK
CRUSHEDSURFACINGING
(CSTC) TOP
NOTE: TOP OF UP AT DRIVEWAYS.
NEW CEMENT CONCRETE CURB & GUTTER
R - 1/2"
NOTES: f P
1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. PAVEMENT I �"
2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION. uo
3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT.
TOP OF CURB
AT APPROACH
i
7 3/4"
CEMENT CONCRETE BARRIER CURB REV: FEB 2011
PUBLIC DWG. NO.
�FSX&MpW1 y WORKS CURB DETAILS 3-4
12" MIN, /,-70 AND GUTTER
5
71EM�
V:7 PATCH — MIN. 3' CLASS B ACP
OR MATCH EXISITING). MIN. 2" CSTC
Ex;5T114G PVMi
CEMENT CONCRETE CURB & GUTTER REPLACEMENT
NOTES:
* Tf
EPf
EXTRUDED ASPHALT OR CEMENT CONCRETE CURB
IN PRIVATE PARKING AREAS ONLY
1/2' 5" 2
1. EXISTING CURB REPLACEMENT WILL REQUIRE REMOVAL
OF ASPHALT A MINIMUM OF 12" FROM FACE OF GUTTER. *TOP of UP AT DRIVEWAYS =,
VnRiE5
ANCHORAGE SHALL BE VIA EPDXY OR ,
MORTAR. REBAR SWILL NOT B
APPROVED FOR USE IN RIGHT OF WAY.
EXTRUDED CEMENT CONCRETE CURB
FOR USE IN PUBLIC RIGHT OF WAY
APRIL ?01
c�`a^►or PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO.
MOM WRY WORKS AND EXTRUDED CURB 3-4A
EDG
EDGE OF PAVET
SHOULDEF
DRIVEWAY WIDTH
12' 1
SHOULDER WIDTH 1
61-0
(MIN)
W (VARIES) x
I
wi
O�
w
Z
al
w1
Z
3I
o
wl
o�
o
w
w
mu�I
�5
0.02
w
0.02-0. 55 FT./FT. I
•05
EXISTNG GRADE
10.02
I FT. FT_
•AoSSiBLE
GRADE
SECTION A
—A
NOTES:
1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WInER THAN 40' MAY BE
APPROVED BY THE ENGINF,FR 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.
SIN.
SAX.
3TR.
3—LANE.
2—LANE
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.
B. PAVED DRIVEWAYS SHALL BE PAVED THROUGH THE RIGHT—OF—WAY
WITH 3" (MIN) AC., 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
FT 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
�C"°" PUBLIC SHOULDER & DITCH DWG. NO.
MOM WRY WORKS SECTION DRIVEWAY 3-5
(SEE
EXPANSION JOINT
rs RIGHT -Of -WAY LINE 5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND
py�4 STREETLIGHTS AND OTHER UTILITIES.
+ CURB TAPE
jj
r CURB TAPER
RIGHT-OF-WAY LINE
I
r :7r�=•,"-:,,� - %— MATCH EXISTING
DRIVEWAY GRADE
2" CSTC for RESIDENTIAL
4" CSTC for COMMERCIAL CEMENT CONCRETE DRIVEWAY 6" THICK
SECTION A -A
REV. FEBRUARY 2014
— SIDEWALK
— PLANTING STRIP, IF ANY.
SEE CURB DETAIL DRAWING 3-4
SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
EXISTING CURB/GUTTER SECTIONS.
NOTES:
1. REFER TO CITY STANDARD DETAIL DRAWING 3-6A FOR COMMERCIAL,
INDUSTRIAL, OR MULTI —FAMILY USE DRIVEWAYS.
2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4.
3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED
WITH CEMENT CONC. CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT.
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.
DWG. NO.
c�M- 0ff �j W0RKS RESIDENTIAL CURB AND GUTTER SECTION DRIVEWAY 3-6
RIGHT-OF-WAY LINE
CURB TAPER
ale* 44r.'er
T
WIDTH: 30' 2-LANE,
40' 3-LANE
S)
IT
CURB TAPER �� • � . + + -�
SIDEWALK
al.PLANTING STRIP, IF ANY
SEE CURB DETAIL DRAWING 3-4
mSAWCUT
EXPANSION JOINT
RIGHT-OF-WAY LINE
LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
EXISTING CURB/GUTTER SECTIONS.
r
VARIES
MATC WiAWHEWA" VARflM °
NOTES:
%
1.
COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY
{y
a
BE APPROVED BY THE ENGINEER CONSIDERING TRAFFIC
SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL
COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN
EXPANSION JOINT LOCATED MIO---WIDTH. SEE KCRS SEC. 3.04.
MATCH EXISTING
DRIVEWAY GRADE
2.
SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4.
CONCRETE DEPTH:
3.
CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH
4' CRUSHED SURFACING
COMMERICAL/MULTI-FAMILY - B- THICK
CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT.
TOP COURSE (CSTC)
INDUSTRIAL USE - 10" THICK
4.
FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
SECTION
6—
5.
LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS.
MAR 20
�Q1T°' PUBLIC COMMERCIAL, INDUSTRIAL, AND MULTI -FAMILY DWG. NO.
���� WORKS DRIVEWAY APPROACH 3-6A
RIGHT—OF—WAY LINE
5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND
J STREETLIGHTS AND OTHER UTILITIES.
• TRANSITION FROM 2% TOWARDS
STREET TO 2% AWAY FROM STREET
— - . WITHIN RAMP. (TYP. BOTH SIDES)
ROgOpf NOT TCI B—
CURB TAPER
5' MIN., —
15' MAX.
(SEE NOTE 8) �
2'-6" RESIDENTIAL,-___
ESIDENTIAL,
7'-6" COMMERCIAL
SIDEWALK
WIDTH: RESiDEM'1AL PLANTING STRIP, IF ANY
10'-0" MIN. 2'--6" RESIDENTIAL,
30'-0` MAX.
COMM./INDUSTR.: 7'--6" COMMERCIAL — SEE CURB DETAIL DRAWING 3-4
30'-0" 2—LANE 5' MIN.,
40'-0" 3—LANE 15' MAX.
(SEE NOTE 8)
SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN
EXISTING CURB/GUTTER SECTIONS.
NOTES:
5- VARIES VARIES 1. A REVERSE SLOPE DRIVEWAY IS SUBJECT TO APPROVAL BY ENGINEER
CONSIDERING NEED FOR AND COMPATIBILITY OF THIS FEATURE.
RIGHT—OF—WAY LINE
2. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED
sx MAAY. CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED.
ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION
2x M—M JOINT LOCATED MID —WIDTH. SEE KCRS SEC. 3.04.
/cc'..; r =r '[;NF`•,2.._ r, DRIVEWAY GRADE?
;�r,r�.•.;:;.�,: -+ .� i a''�e 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
EXPANSION JOINT CEMENT CONCRETE DRNEWAY MATCH EXISTING
5" THICK FOR RESIDENTIAL DRIVEWAY GRADE it 5. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH
8" THICK FOR COMMERCIAL CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT.
2" CSTC RESIDENTIAL
4" CSTC COMMERCIAL 6. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER.
SECTION A —A 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.
REV. FEBRUARY 2014
DWG. NO.
�p�� WORKS REVERSE SLOPE DRIVEWAY 3-7
CEMENT CONC.
BARRIER CURB
5' MIN.
TRANSITION $SEE NOTE 2�
SIDEWALK
SEE NOTE 1
f X
EX. SIDEWALK Q
(V
.PLAi�iTElR STRIP'.'.'.
CURB 8r------
GUTTER
DETECTABLE WARNING
SURFACE - SEE DETAIL
CENTER OF RAMP AS
MARKED IN THE FIELD
4' MIN. 5MIN. TRANSITION SIDEWALK
(TYP) ' 'SEE NOTE 2 DISTANCE WILL
VARY - SEE NOTE 1
SAWCUT MATCH
Q -..-i LINE (TYP)
CV b\ Q
N EX. SIDEWALK
00000000000
°o°a°ao°o0000000 0000 2 • PLANTER STRIP
oe o000000 -
I
5% MAX.
SLOPE
CEMENT CONCRETE BARRIER CURB PER
DWG 3-4. TOP OF CURB TO BE FLUSH WITH
TOP BACK OF EXISTING SIDEWALK
TRANSITION SIDEWALK
(TYP. EACH END OF RAMP)
SEE NOTE 1
EXISTING SIDEWALK
d
PLANTER STRIP
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.. D5STING 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.
DUMMY JOINT (TYP)
4' Min,
DETECTABLE WARNING
SURFACE (SEE DETAIL)
DETECTABLE WARNING
SURFACE SHALL BE �A
YELLOW, UNLESS y ,
SPECIFIED OTHERWISE
Y c
Al 0. 8
MIN
MAX
A
1.60"
2 40"
-
C
0.45"
0 90"
01
0 90"
1 40"
El
0.20"
1 0.20"
PLAN
�L iff _
D
�LEVATI N
DETECTABLE WARNING SURFACE DETAIL
MAR 2017
m1Or PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
°�` My WORKS WITH PLANTER STRIP 3-8
CEMENT CONC.
BARRIER CURB
A' AAIAI V AAIAI
TRANSI
SIDE`
SEE N(
EX.
SIDEWALK
CURB & — — —
GUTTER
TRANSITION SIDEWALK
DISTANCE WILL
VARY - SEE NOTE 1
ION
ALK
)TE 1
SEE NOTE 2
(TYP)
'SEE NOTE 2
CN
Q
2
Ll
SAWCU
EX. SID
o x
0000000000o
00000000000
00000000000
o0 0000000
--
i
DETECTABLE WARNING_:�7
SURFACE -SEE DETAIL s L
`--- 5% MAX. DUMMY JOINT (TYP)
SLOPE
CENTER OF RAMP AS
MARKED IN THE FIELD
CEMENT CONCRETE BARRIER CURB PER
DWG 3-4. TOP OF CURB TO BE FLUSH WITH
TOP BACK OF EXISTING SIDEWALK
TRANSITION SIDEWALK
TYP. EACH END OF RAMP,
AS NEEDED - SEE NOTE 1
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%; Q$ '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 SHALL BE
YELLOW, UNLESS
SPECIFIED OTHERWISE
MIN
MAX.
1 60"
2 40"
65"
—
45"
90"
0.90'
1 40"
MATCH
INE (TYP)
--WALK
DETECTABLE WARNIN
SURFACE (SEE DETAIL)
PLAN
wL�I�
—i l a
ELEVATION
DETECTABLE WARNING SURFACE DETAIL
MAR 2017
c��w-w PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
FOdMO My WORKS NO PLANTER STRIP 3-8A
5' MIN. 4' MIN. 5' MIN. TRANSITION SIDEWALK
TRANSITION SEE NOTE 2-0'—(TYP) SEE NOTE 2 +DISTANCE WILL
SIDEWALK VARY - SEE NOTE 1
SEE NOTE 1
o x N a o x SAWCUT MATCH
EX. N � LINE (TYP)
SIDEWALK
— 00000000000 EX. SIDEWALK
iL o0000000000 2
00000000000
00 0000000 Li
CURB&-----
GUTTER _ _
DETECTABLE WARNING {f~
SURFACE - SEE DETAIL L
5% MAX. DUMMY JOINT (TYP)
SLOPE
CENTER OF RAMP AS
MARKED IN THE FIELD
TRANSITION SIDEWALK
TYP. EACH END OF RAMP,
AS NEEDED - SEE NOTE 1 .�
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%; M '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.
41 MrA,
DETECTABLE WARNIN(
SURFACE (SEE DETAIL)
DETECTABLE WARNING
SURFACE SHALL BE �A
YELLOW, UNLESS B
SPECIFIED OTHERWISE
::�B
Al
�-11-
MIN
MAX
1 60'
2 40'
_
0 65"
-
0.45
0 90"
0.90"
1 .40-
0.20
0 20
PLAN
r-I I D
ELEVATION
DETECTABLE WARNING SURFACE DETAIL
MAR 2017
a1°m PUBLIC CURB RAMP IN SIDEWALK DWG. NO.
M020 my WORKS NO BARRIER CURB 3-8B
ACCEPTABLE
RAMP LOCATIONS
FOR RETROFIT OR ALTERATION
FOR NEW CONSTRUCTION
OR STANDMD RECONSTRUCTION
REV. 4/11/08
LAMPS
RAMP LOCATIONS
FOR NEW CONSR2UCRON
OR STANDARD RECONSTRUCTION
NOTES:
1. CATCH BASIN AND INLETS SHALL BE OUTSIDE THE CURB RAMP
(24" MIN. CLEARANCE FROM RAMP).
2. CARE SHALL BE TAKEN TO KEEP THE RAMP FROM CONFLICTING WITH
HYDRANTS, POLES, INLETS, AND OTHER UTILITIES.
3. CONSTRUCT RAMP IN ACCORDANCE WITH STANDARD DRAWING 3-10
OR 3-11.
4. CROSSWALKS ARE NOT ALWAYS MARKED.
5. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF STREET, RAMPS
13
SHALL BE CONSTRUCTED AT CORRESPONDING LOCATIONS ON
OPPOSITE SIDE OF STREET.
�`���10� PUBLIC DWG. NO.
� % Q �papWRY WORKS CURB RAMP LOCATIONS 3-9
RADIUS POINT OF
CURB RETURN
CURB, OR CURB
AND GUTTER
CEMENT CONCRETE
PEDESTRIAN CURB
DETECTABLE WARNING A RAMP
SURFACE SMALL
BE YELLOW. ,8
19
MIN. MAX. I- - O
A 1.60" 2.40'
B 0.65' --
C 0.45" .0" EL�
p 1
0.90" .40"
E 0.20" 0.20" I I 0
r r r r l
s� a RAMP "�..............
- a
o �.:.
A A ...* cc
-
W N Y Q
----------------
l11 O
DETECTABLE WARNING
SURFACE (SEE DETAIL)
5'-0' MIN. 4'-0"
i5'-W MAX. MIN. Op
MC[ NnTF 71
DETECTABLE WARNING
EXPANSION JOINT RAMP SURFACE (SEE DETAIL)
SEE NOTE 2
CEMENT CONCRETE
SIDEWALK TOP OF
`a f ROADWAY
DEPRESSED
CURB & GUTTER
O
.J
O
(AT GRADE BREAK, TOP OF RAMP)
TRUNCATED DOMES
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.
FEB.
am op PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO
a.
o � %Vg& WORKS WITHOUT PLANTER STRIP 3-10
SIDEWALK
(SEE NOTE 2)
CURB AND GUTTER
PLAN VIEW
SIDEWALK RAMP
PLAN
DETECTABLE WARNING
SURFACE (SEE DETAIL)
EXPANSION JOINT
CEMENT RAMP
CONCRETE TOP OF
SIDEWALK $_3 p�I % ROADWAY
SEE NOTE 2 2.096 MAX. I!
DEPRESSED
CURB & GUTTER
SECTION 0
DETECTABLE WARNING A RAMP
SURFACE AREA SHALL
BEYELLOW.� B
tl)
MIN. MAX. ap
A 1.60" 2.40" LA
B 0.65" - PLAN
C 0.45" 0.901, ELI C
D o.sa' 1.40"
E 0.2a' 0.20" f
ELEVATION
TRUNCATED DOMES
DETECTABLE WARNING
SURFACE DETAIL
ISOMETRIC VIEW
NOTES:
1. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS
OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY
PART OF THE CURB RAMP OR LANDING.
2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE
THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE
SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES. WHEN
APPLYING THE 15 FOOT MAX. LENGTH, THE RUNNING SLOPE OF
THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE.
REV. JAN
O1Kw PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO.
%ft WORKS WITH PLANTER STRIP 3-10A
a
�
�
T
DETECTA-aa WARNING
• • • •
PATTERN
PIANTTNG STRIP
(SEE DETAIL)
(IF ANY)
Dpaappvp
12:1 MAX
r �
oovava o'ovpooe°eoo°gv
Dvaaaavve opD`nvo
o'oa"a�'D'p`D'vpap
12 1 M=%• `E
eBoSSoO$
GSOSpDOOapeaeeeplI
DETECTABLE y6ARHY18
PATTERN (5EE DETA1Lj S'-D'
FLIM 0.02 Ff./Ff.
P" CMC—J `--4- TI CK cemDT CDNCRETE SIDEWALK
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, RAMPS SHALL BE Carr7TiRLICTED AT CORRESPONDING
SIDEWALK LOCATIONS ON OPPG�ITE SIDE OF STREET
SEE DWG. NO. 3-9.
4. ON ARTERIAL STREETS, IN GENERAL CASE, CURB RAMPS
SHALL BE CONSTRUCTED TWO PER RADIUS, IN OR
PREFERABLY ADJACENT TO THE MAIN PEDESTRIAN PATHS.
5. ON RESIDENTIAL STREETS OR WHERE UTILITIES ARE IN CONFLICT
OR STREET GRADE EXCEEDS 4.0% CURB RAMPS MAY BE
CONSTRUCTED ONE PER RADIUS, AT MIDPOINT OF CURB
RETURN OR AT MAIN PEDESTRIAN PATH.
DETECTABLE WARNING
A
PATTERN AREA SHALL BE
YELLOW, IN COMPLIANCE WITH B
WSDOT STD. SPEC 8-141M
E3
Al-�-�
p
MIN
I MAX.
A
1 5 S'
2 3 8
PLAN
E
S 18"
1 1 2"
T:
7 .5
3 4
Q
7;`B`'
1 7.16
a
I n
OVATION
DETECTABLE WARNING PATTERN DETAIL
�CW F PUBLIC DWG. NO.
MMl lMli W WORKS CURB RAMP IN VERTICAL CURB 3-11
VARIES
SIDEWALK
VARIES
SIDEWALK
3/8" EXPANSION
J(11NT — 1 /9" RAD1111r,
\_ FOR CURB do GUTTER
2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4
PLANTER STRIP
AS REQUIRED
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
�<mw PUBLIC DWG. NO.
Qpapll� WORKS SIDEWALK SECTION 3-12
RIGHT-OF-WAY LINE
NOT OK -
NOT OK LOC _
OK
DIRECTION
OF
TRAVEL 2\
c
LOC: LENGTH OF CURVE (FEE7j AT EDGE OF
TRAVELED WAY FROM P.C. TO P.T.
SOR: SAFETY OVERRUN (FEET) BEYOND P.T.
PPL• PROHIBFTEO POLE LOCATION (FW)
(wc + sOR) WHEK POLES 0R
OBSTACLES MUST BE REMOVED OR
BARRICADED.
PPL (FEEn ON OUTSIDE OF CURVES WfTH
POSTED SPEED LIMIT OF 40 MPH k OVER.
40 MPH I + 220 (SOR)
45 LOG + 255
50 LOC + 290
55 LOC + 325
APPLIES TO ROADWAY WITH SHOULDER OR
MOUNTABLE CURB ON OUTSIDE OF CURVE, WITH:
-RADIUS LESS THAN 2500'. AWL
-POSTED SPEED GREATER THAN
OR EQUAL TO 40 M.P.H.
EDGE OF TRAVELED WAY
RIGHT-OF-WAY UNE _
i
EDGE OF TRAVELED WAY
4 4• OK
OF
AG '
P/OC: P� OB5FTACLEjLEMANCE TO
p03.E/OBSTACLE.
aEEM: TO ROADWAY WITH SHOULDER
OR MOUNTABLE CURB ON:
1. TANGENT, OR
2. INSIDE OF CURVE, OR
3. OUTSIDE OF CURVE, EITHER WITH
-POSTED SPEED LESS THAN 40 MPH DE
-RADIUS GREATER THAN 35DO' ON ROADWAY
MEETING ALL CURRENT DESIGN STANDARDS.
NOTES:
1. THE STANDARDS SHALL APPLY TO EVERY NEW
PLACEMENT AND EVERY PLANNED, NON -EMERGENCY
REPLACEMENT OF EXISTING POLES AND OTHER
UTILITY STRUCTURES WITHIN THE CITY OF FEDERAL WAY
RIGHT-OF-WAY.
2. NO POLES MAY BE ,REPLACED ON THE OUTSIDE
OF A CURVE WITH A POSTED SPEED LIMIT OF 40
MPH OR OVER UNLESS APPROVED THROUGH A
VARIANCE REQUEST.
JULY 201.1 1
�cw w PUBLIC CLEARANCE OF ROADSIDE OBSTACLES DWG. NO.
� °��� WORKS ON SHOULDER TYPE ROAD 3-13
NOTES:
1. SEE SEC. 3.2.10 FOR LANDING REQUIREMENTS.
REV. MAR. 2011
A"cw PUBLIC DWG. NO.
��FSdCo MUVft WORKS INTERSECTION LANDING 3-14
SKIP CENTER LINE (SCL)
_I
I
1
0
TYPE 2YY RPM \-4" YELLOW
LINE (TYP)
SEE NOTE
6
DOUBLE YELLOW CENTER LINE (DYCL)
4a'
4"
4" YELLOW
LINE
d
SEE
NOTE
6
1
TYPE 2YY RPM (TYP
WHITE EDGE LINE (WEL)
--4"
WHITE
LINE
YELLOW EDGE LINE (YEL)
4 C'
YELLOW
LINE
SEE
NOTE
6
F*,,_11E 2Y RPM (TYP)
SEE NOTE 7
DIRECTION OF TRAFFIC
DOTTED EXTENSION LINE (WDEL, YDEL)
2 \-4" LINE,
YELLOW OR
WHITE
PER
PLANS. SEE NOTE 6
GENERAL NOTES:
1. LONGITUDINAL STRIPING ON ARTERIALS SHALL
BE PLASTIC TYPE D METHYLMETHACRYLATE (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.
MONO —DIRECTIONAL RPM TYPE 2
BI—DIRECTIONAL RPM TYPE 2
WIDE LINE (WL)
I-20' 8" WHITE LINE
SEE NOTE 6
TYPE 2W RPM ,
SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC
DOTTED WIDE LINE (DWL)
24'
2' �� �8" WHITE LINE AN
TYPE 2W RPM SEE NOTE 2
SEE NOTE 8 DIRECTION OF TRAFFIC
LANE LINE (LL)
TYPE 2W RPM / \,-4" WHITE LINE (TYP)
SEE NOTE 8 SEE NOTE 6
DIRECTION OF TRAFFIC
DROP LANE LINE (DLL)
DIRECTION
OF TRAFFIC
_ 1
12-I
3�
TYPE
2W RPM'S8"
WHITE
LINE
SEE
NOTE 8
SEE NOTE
6
SEE NOTE 6
NO PASS LINE (NPL)
1 ' 1
I II L LI 1 1\I (-
TYPE 2Y RPM
DIRECTION PASSING IS PROHIBITED
REVERSIBLE LANE LINE 4" YELLOW LINE
'I 0 ' 15' SEE NOTE 6
0 TYPE� Qf "
2YY RPM
TWO-WAY LEFT TURN LINE (TWLTL)
15'
`$> --TYPE 2YY RPMS
BARRIER LINE (BL)
4" YELLOW LINE
SEE NOTE 6
DIRECTION OF THRU TRAFFIC
r--20�+ 20" YELLOW LINE
SEE NOTE 6
TYPE 2YY RPMS
••V I REV. NOV 201
c <\O1Mm PUBLIC DWG. NO.
Fb&mO MIS WORKS RAISED PAVEMENT MARKERS 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 taper
pin g__
�
LLl� 20 SAP" A 5 ennP.T
i7
Double yellow
center stripe
40' RPM 91
spacing
Lane width
measurement point
4"
Type 2YY RPMs -�
10' O.C.
Double yellow center stripe
DETAIL B
ME/
N
N
I See Detail C
® ® ® 0
e
Two way left turn termination Left turn
radius
at tee intersection or where
Ell ® Double yellow
W = Approaching through lane left turns are not permitted
® W = Departing Lane and two way left turn is not
center stripe m T = Width of left turn lane continued beyond intersection-
40' RPM spacing m on approach side of
a
T = Width of left turn lane END TWO-WAY LEFT TURN LANE
on departure side of
DETAIL A W =Total width of channelization
(W +W +T +T)
Rev. NOV
�arvor PUBLIC DWG. NO.
�p�p� 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' Taper length = T, x taper rate See Table 3
Double yellow
Gore Stripe Decel. taper
see Dwg. No. 3-18 center stripe See Table 1
see Table 2 for taper rate
W' ' — Wr Approach W,
Departure — W2
T2 W2 No Pass Line
See Detail A See Table 1 on approach
Type 2L traffic Dwg. No. 3-19 for taper rate side
arrows, see Note 1
Taper length = 1 x taper rate
Double yellow center
stripe, see Dwg. No. 3-17
LEFT TURN LANE
,IS„
Variable See Note 2 100' ±
300' MAX
NOTES:
C. 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 < 50 MPH.
"S" = 170' for posted speed > 50 MPH.
3. Stopping point 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.
— — — — - - ------------
- —
Double yellow center
stripe, see Dwg. No. 3-17
LEFT TURN LANE
TABLE 2
TABLE
3
TABLE 1
Posted
Speed
Decel.
Taper
Posted
Speed
No pass
length
Posted
Taper
Speed
Rate
Len th
Minimum
55 mph
55: 1
55 mph
165'
55 mph
725'
50 mph
50-.1
50 mph
150'
50 mph
660'
45 mph
45 : 1
45 mph
135'
45 mph
590'
40 mph
40: l
40 mph
120'
40 mph
360'
35 mph
35: 1
35 mph
105'
35 mph
260'
30 mph
30: 1
30 mph
90,
30 mph
200'
25 mph
1 25 ; 1
125 mph
1 75'
1
125 mph
150'
Two-way left turn lane, see Dwg. No. 3-18 Type 2L traffic
arrows, see WSDOT
Stnd. Plan M-24.20
TWO-WAY LEFT TURN LANE
TWO-WAY LEFT TURN LANE
W, = Approaching through lane
Wz = Departing Lane
T, = Width of left turn lane
on approach side of
Tz = Width of left turn lane
on departure side of
WT = Total width of channelization
(W, +W+T,+Tx)
Rev. NOV
ca"W PUBLIC DWG. NO.
oCp�NJ� WORKS PAVEMENT MARKING - TURN LANE 3-20
Centerline Crosswalk Stripe
Crosswalk (TYP•) Lane Line
Centerline
Roadway �r 4,
1
0
Centerline
Curb Ramp
b' 7' 8'
4' (T� 8� \
L 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
Rev. NOV aoia
auvW PUBLIC DWG. NO.
,: MSMWW WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21
S 4' j 150' (TYP.�
2 FOOT WIDE, 74" DEPTH
ASPHALT GRIND, ` I
TYP. BOTH ENDS (SEE NOTE 1) Z i M_ iZ
fn33 I v13
I i
7.
Y
J.
1 �
RPM TYPE II {
I
i
\-RPM TYPE I]. YELLOW - ON STREETS
WITH A MARKED CENTERLJNE (TYP.)
i
1
e
_ WHITEPLASTICMARKINGS PER WSDOT STND PLAN M-24.60 (TYPICAL)
l a� 10
s
;Z
N
SIGN DESIGNATION / SIZE
WB-1 BUMP
30" x 30"
W8-1A BUMP AHEAD
30" x 30"
W13-1(15) 15 MPH ADVISORY PLAQUE
18" x 18"
NOTES:
1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES
2) WHEN 2 OR MORE BUMPS, REPLACE W8-1A WITH W8-1A(S) (BUMPS AHEAD)
SECTION A —A —
o c eo v o
vi N N N N
PARABOLIC CROWN
2 FOOT WIDE, 74" DEPTH ASPHALT
GRIND, TYP. BOTH ENDS (SEE NOTE 1)
STANDARD CLASS D OR
Lj
CLASS C MIX (TYP) 6" 6"
} 1 -2' MAXtTAPERI MAX. APR
CURB FACE
GUTTER I SHOULDER
TACK COAT (TYP)
SECTION B-B (CURB AND GUTTER) SECTION B-B (SHOULDER)
NOTE:
1.) PRIOR TO SPEED HUMP CONSTRUCTION. THE ENGINEER
MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A
SMOOTH TRANSITION.
REV. MAY 2015
�cnv°- PUBLIC DWG. NO.
Oj@M5 WORKS SPEED HUMP 3-26
SEAL JOINT PAVEMENT RESTORATION MINIMUM 3" HMA CL I"
EXISTING ACP LIMITS, 1' BACK FROM PG 64-22 (COMPACTED DEPTH)
EDGE OF TRENCH OR MATCH EXISTING
(3' MIN. WIDTH) WHICHEVER IS GREATER
EXISTING BASE
1' 1'
NATIVE SUBBASE
ACP TRENCH
RESTORATION 5/8" MINUS BACKFILL
FOR TRENCH 1.2
PAVEMENT RESTORATION
MATCH EXISTING DEPTH
SEAL JOINT
LIMITS, 1' BACK FROM
PCCP PAVEMENT IS TO
EDGE OF TRENCH EXCEPT
BE CONSTRUCTED PER
EXISTING ACP
IF WITH 3' OF JOINT THEN
WSDOT STANDARD 5-05
USE 1" EPDXY COATED
REPLACE TO JOINT
15' MIN
SMOOTH DOWEL BAR
3' MIN. WIDTH
d
}
J
EXISTING BASE
.25' MIN.
1 '
0.5' BAR
NATIVE SUBBASE
LENGTH
PCCP TRENCH
5/8" MINUS BACKFILL
RESTORATION
FOR TRENCH 1.2
MATCH EXISTING ACP
PAVEMENT RESTORATION
COMPACTED DEPTH
LIMITS, 1' BACK FROM
WITH HMA X", PG 64,-22
SEAL JOINT
EDGE OF TRENCH EXCEPT
MATCH EXISTING DEPTH
EXISTING ACP
IF WITH 3' OF JOINT THEN
PCCP PAVEMENT IS TO
BE CONSTRUCTED PER
REPLACE TO JOINT
WSDOT STANDARD 5-05
USE 1" EPDXY COATED
3' MIN. WIDTH
15' MIN
SMOOTH DOWEL BAR
a
Q, e
.25' MIN. J �`�````"` EXISTING BASE
1 ' 1 ' 0.5' BAR
NATIVE SUBBASE LENGTH
5/8" MINUS BACKFILL
ACP OVER PCCP FOR TRENCH1.2
TRENCH RESTORATION
NOTES:
1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL.
2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL
BE MIN. %" CSTC.
JULY 2014
�OfM°p PUBLIC DWG. NO.
F8MM W WORKs TRENCH RESTORATION 3_28
I /I \\
A 11
1 1
!I 11
SECTION OF LETTER \ ��
PORTLAND CEMENT
CONCRETE PAVEMENT
PIPE MONUMENT
2' GALVANIZED IRON PIPE
WITH CONCRETE CORE
REV. APR 2012
COPPER
PLUG OR
TACK
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. A A
CASE 60 LBS
COVER 19 LBS
TOTAL 79 LBS a
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 PLAN OF MONUMENT
.
d
2' MIN. NOTE 4
ASPHALT CONC.
PAVEMENT
CRUSHED ROCK
CONCRETE
MONUMENT -
(ALTERNATE)
- a
- K
6.
TACK,
ESTABLISHMENT AND/OR RE -ALIGNMENT 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.
PUBLIC DWG. NO.
�[�k�pVft WORKS ROADWAY SURVEY MONUMENT WITH CASE 3-36
$250 FINE
FOR DISTURBING
1/B' DIAM.
�1/2'. 5-.11/2•L-
I
TS A343
BM A1362Al
�E Y M
NOTE:
ONLY THE ASSIGNED
IDENTIFICATION NUMBERS
ARE TO APPEAR ON THE
BRASS DISC.
REV. NOV 2010
PLAN
3'
BRASS DISC
ELEVATION
3/64'
DETFOR 1/4F LETTERS
D D
m
PLAN
T
1
DETAIL OF GROOVE
FOR 3/16' LETTERS AND UNES
�_j
�] - :3/32-
SECTION A -A
SECTION C-C
WOTE
EXCAVATION TO
BE MADE LARGE
ENOUGH TO
CLEAR MARKER
1 1/2' AT
ALL POINTS.
LEDGE ROCK OR
CONCRETE INSTALLATION
1' CHAMFER
'
GROUND UNE
3n
,
'9 1 2'
''T 4
NOTES;
1.
THE BRASS DISC SHALL BE CAST OF YELLOW
q
BRASS SAE 41.
'
a 2.
CONCRETE SHALL BE CLASS 4000.
+• '`: ' •'
"' 3.
THE HOLE SHALL BE 2.5' MIN. IN DEPTH OR 0.5'
_ _
BELOW THE DEEPEST RECORDED FROST LINE. ALL
�, . -. • '� ':. ' =;
LOOSE MATERIAL SHALL BE REMOVED FROM THE
• ,;
BOTTOM OF THE HOLE SO THAT THE CONCRETE IS
ON FIRM, UNDISTURBED EARTH.
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
GENERAL INSTALLATION
SECTION D—D
BE PLACED ON THE BRASS DISCS.
ESTABLISHMENT AND/OR RE —ALIGNMENT 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.
PUBLIC DWG. NO.
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 ��T�
HIP
NORTH
RANGE EAST, W.M.
LOCATION DESCRIPTION:
SKETCH (INCLUDE ANY REFERENCE TIES) -
NOTES:
PLS SEAL:
JULY 2014
c C�"w PUBLIC DWG. NO.
� o Cad �jy WORKS MONUMENT RECORD 3-37
7/16" 0
1 " HOLES (TYP.)
1 " (TYP.)
24
8" O
7" 2�4„
MIN, X 3/4" O
HOLES (TYP.) O
O �WELD (TYP.)
l I �4�
k 7" MIN.-�I
O O
O O -SEE NOTE 1
SEE NOTE 2 O O
O O
O 0
D
NOTES:
1) PREGALVANF EO 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
SURFACE MOUNT BASE PLATE AND DWG. NO.
PUBLIC C�<\ MHO ��I WORKS RECEIVI POST ON SIODEWALK EL SIGN 3_52
CITY OF
V�tA�k
Federal Way 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.
ADDITIONAL OUESTIONS/111 LJESTS SHALL j3E Q1RECTEU 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
SEAL JOINT —.
WITH PAVING
ASPHALT
RING OR FRAME —GRATE OR LID
1'
1'-6"
SEAL JOINT
WITH PAVING
ASPHALT
COMMERCIAL -
=
COMMERCIAL
HMA
.'
HMA
2" MINIMUM
e
°
ADJUSTING BRICK,
d
I I
— DIG OUT LIMIT AND
CONCRETE RISER OR
ASPHALT PERIMETER
GRADE RING. NO STEEL
Ia I
�a
SHALL EXTEND 2"
RISERS ALLOWED (TYP.)
° ❑ al
° a e
BELOW ADJUSTMENT
RINGS OR RISERS.
SEE NOTE 2.
STING CB OR MANHOLE
SECTION THROUGH STRUCTURE
NTS
NOTES:
1) THE EXISTING STRUCTURE SHALL BE RAISED OR LOWERED TO THE REQUIRED ELEVATION USING
CONCRETE BLOCKS, BRICK, AND/OR CONCRETE RINGS. EACH JOINT SHALL BE GROUTED USING A ;$
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: NOV 22 il
PUBLIC DWG. NO.
�I�1C � 1 WORKS UTILITY ADJUSTMENT 3-55
� � s•
5
1 /3 BAR HOOP
°i S• Jp.
� � s•
I �l
_ 7 12"
2 /3 BAR HOOPS
/3 BAR EACH CORNER
/3 BAR EACH SIDE
FRAME AND GRATE
NOTES:
1. CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM
C478 (AASHTO M 199) & C590 UNLESS OTHERWISE SHOWN ON
PLANS OR NOTED IN THE WSDOT/APWA STANDARD SPECIFICATIONS.
2. AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WELDED WIRE
FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES
PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL
COMPLY TO ASTM A497 (AASHTO M 221). WIRE FABRIC
SHALL NOT BE PLACED IN KNOCKOUTS.
3.
ALL REINFORCED CAST —IN —PLACE CONCRETE SHALL BE
6" RISER SECTION
CLASS 4000.
4.
PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR
KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS
OF 2" MIN. ALL PIPE SHALL BE INSTALLED IN FACTORY
PROVIDED KNOCKOUTS. UNUSED KNOCKOUTS NEED NOT
BE GROUTED IF WALL IS LEFT INTACT.
5.
KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER
DIAM. PLUS CATCH BASIN WALL THICKNESS.
6.
ROUND KNOCKOUTS MAY BE ON ALL 4 SIDES, WITH MAX.
DIAM. OF 20". KNOCKOUTS MAY BE EITHER ROUND OR "D" SHAPE.
7.
THE MAX. DEPTH FROM THE FINISHED GRADE TO THE
12' RISER SECTION
PIPE INVERT IS 5'-0".
S.
THE TAPER ON THE SIDES OF THE PRECAST BASE SECTION
AND RISER SECTION SHALL NOT EXCEED 1/2"/FT.
PRECAST BASE SECTION
(MEASUREMENT AT THE TOP
F THE BASE)
M3 BAR EACH WAY
9. CATCH BASIN FRAME AND GRATE SHALL BE IN ACCORDANCE
WITH STANDARD SPECIFICATIONS AND MEET THE STRENGTH
REQUIREMENTS OF FEDERAL SPECIFICATION RR—F-621D.
MATING SURFACES SHALL BE FINISHED TO ASSURE
NON —ROCKING FIT WITH ANY COVER POSITION.
10. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN
OR CAST INTO RISER.
11. EDGE OF RISER OR BRICK SHALL NOT BE MORE THAN 2" FROM
VERTICAL EDGE OF CATCH BASIN WALL
JULY 2014
Ci<`0010p PUBLIC DWG. NO.
1FF_* M0%VRI WORKS CATCH BASIN TYPE 1 4-1
FRAME AND GRATE
NOTES:
1. CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM
C478 (AASHTO M 199) & CB90 UNLESS OTHERWISE SHOWN ON
S, PLANS OR NOTED IN THE WSDOT/APWA STANDARD SPECIFICATIONS.
Jyp"
ye; 2. AS AN ACCEPTABLE ALTERNATIVE TO REBAR. WELDED WIRE
S� FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES
PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY
y r - TO ASTM A497 (AASHTO M 221). WIRE FABRIC SHALL NOT BE
�L PLACED IN KNOCKOUTS.
6' OR 12'
RISER sEcrloN 3. ALL REINFORCED CAST —IN —PLACE CONCRETE SHALL BE
. \ CLASS 4000.
1 j3 BAR HOOP FOR 6' �'t �� f 4. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR
2 /3 BAR HOOP FOR 12' KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS
OF 2" MIN. ALL PIPE SHALL BE INSTALLED IN FACTORY
PROVIDED KNOCKOUTS. UNUSED KNOCKOUTS NEED NOT
$ a� BE GROUTED IF WALL IS LEFT INTACT.
5. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER
DIAM. PLUS CATCH BASIN WALL THICKNESS.
6. KNOCKOUTS MAY BE ON ALL 4 SIDES WITH MAX. DIAM. OF 28".
KNOCKOUTS MAY BE EITHER ROUND OR "D" SHAPE.
6 6' REDUCING SECTION 7. THE TAPER ON THE SIDES OF THE PRECAST BASE SECTION
\
r T AND RISER SECTION SHALL NOT EXCEED 1/2"/FT.
2 /3 BAR HOOP
03 BAR EACH CORNER
/3 BAR EACH SIDE
PRECAST BASE SECTION
(MEASUREMENT AT THE TOP
OF THE BASE)
03 BAR EACH WAY
B. CATCH BASIN FRAME AND GRATE SHALL BE IN ACCORDANCE
WITH STANDARD SPECIFICATIONS AND MEET THE STRENGTH
REQUIREMENTS OF FEDERAL SPECIFICATION RR—F-621D.
MATING SURFACES SHALL BE FINISHED TO ASSURE
NON —ROCKING FIT WITH ANY COVER POSITION.
9. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN
OR CAST INTO RISER.
10. MAX. DEPTH FROM FINISHED GRADE TO PIPE INVERT SHALL
BE 5'-0".
11. EDGE OF REDUCING SECTION OR BRICK SHALL NOT BE MORE
THAN 2' FROM VERTICAL EDGE OF CATCH BASIN WALL.
JULY 2014
ar°w PUBLIC DWG. NO.
o(p� WORKS CATCH BASIN TYPE 1-L 4-2
/4 BARS O 6' CENTERS
BOTTOM FACE WITH
1' MIN. COVER
2' CLR.
TSP. '
L\\20"
46'_ 54' O 60' i0P_SIA6�
IS BARS O 6" CENTERS
BOTTOM FACE WITH
1" MIN. COVER
r20' �
72' TOP SLAB " n
//6 BARS O 7' CENTERS
60TTDM FACE WITH
1' MIN. COVER
20'
tv
n �
I s
96' TOP SLAB
TYPICAL ORIENTATION
FORS
1�
�
117
C
HANDFIOLe�
a
*ALL STEPS k RUN CS 6
CATCH BASIN S[cP
GALV. DEFORMED
Oft COPOLYMER PROPYLENE.
12" MIN.
12" MIN. .
�IJ�
N2
m
I
ELEVATION
PLAN
DROP RUNG
CH BASIN 5
S' 24" S'
LII I[-
a
I JL1' CLEARANCE
REBAR
GRADE RING (SEE NOTE 4)
NOTES:
1. PROPRIETARY CATCH BASIN HANDHOLDS AND STEPS ARE
ACCEPTABLE, PROVIDED THAT THEY CONFORM TO SEC. R.
ASTM C478, AASHTD M--199 AND MEET ALL WISHA REQUIREMENTS.
2. CATCH BASIN STEP/HANDHOLD LEGS SHALL BE PARALLEL OR
APPROXIMATELY RADIAL. AT THE OPTION OF THE MANUFACTURER,
EXCEPT THAT ALL STEPS IN ANY CATCH BASIN SHALL BE SIMILAR.
PENETRATION OF OUTER WALL BY A LEG IS PROHIBITED,
3. HANDHOLDS AND STEPS SHALL HAVE "DROP" RUNGS AS SHOWN
ON DETAIL OR PROTUBERANCES TO PREVENT SIDEWAYS SLIP.
4. SLAB OPENING MAY BE 24" X 20" OR 24" DIAM.
5. AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WELDED WIRE FABRIC
HAVING A MIN. AREA OF 0.12 SQUARE INCHES PER FOOT MAY
BE USED. WELDED WIRE FABRIC SHALL COMPLY TO ASTM A497.
6. LADDERS OR STEPS SHALL EXTEND TO WITHIN 16' OF BOTTOM OF
CATCH BASIN.
7. HANGING LADDERS SHALL BE PERMANENTLY FASTENED AT iOP BY
HANGING ON STEP OR BY BOLTING OR EMBEDDING IN CONCRETE.
EACH SHALL BE EMBEDDED AT BOTTOM IN BASE.
8. ADDITIONAL SAFETY FEATURES MAY BE REQUIRED IN VERY DEEP
OR UNUSUAL STRUCTURES.
R-3/4"
NI {
6I
D6 GALV.
EFORMED
REHAB
17 OALV.MOOTH
STEEL
I�
II 3/4'
JULY 201
�OF DWG. NO.
�p� WORKS MISC. TYPE 2 CATCH BASIN DETAILS 4-4
I
7 1/4- FOR MACHINING
CLEARANCE
THIS BAR 1' THICK
4 PLACES)
BAR THICK
BARS
�fTHIS
Al AA/B'
R
1 1/8- TYP. BAR
q
BARS 1 3/8• THICK
i
L
n
THIS AREA
7/8" TYP. SLOT
SEE
FF-
F
DUAL
I
PAX
Q p
ILEVELING
ro
8- 3/4 11 3/4- X 1/8-
s wiff IO�LL4 O d ON dI1J4-�L 71VlIM
N
I
�11/�
�17/8.
TOP VIEW BOTTOM
VIEW
23 3/4" O
f I n n
` 1 �
R-7 t 4- 1 3/4J
7 8' _3/4
23 , 2'
3w
1/2" I-- __.! I-vB.
SLOT DETAIL
SEE NOTE 1
17 3/4"
N N
3I4- l� 1 1/4. f
17 1/2-
NOTES:
1. SLOT FORMTD AND RECESSED FOR 5/8"-11 NC X 2" SOCKET
HEAD (ALLEN HEAD) CAP SCREW.
2. GRATE SHALL BE CAST IRON PER ASTM A48 CLASS 30 UNLESS
OTHERWISE SPECIFIED.
JULY
��op PUBLIC STANDARD HERRINGBONE GRATE DWG. NO.
ftdm� Way WORKS (NOT FOR USE IN PUBLIC ROADWAYS) 4-5
25"
•-" ^AD 16 - 3/4% 2 1/4' % 1/0'
u
15• % 22' OPENING
n
17 3 4' X 23 V4'
[+1/32'. --0' TYP.]
25'
SECTION A -A
NOTES:
1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/13"-11 INC STAINLESS
TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2' LONG WHEN USED
wr H SOLID COVER [DWG. NO. 4-7) OR WHEN SPECIFIED 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.
CEMENT CONCRETE CURB
CATCH BASIN WALL
IUW GUM
CATCH BASIN WALL
JULY
PUBLIC TYPE 1 CATCH BASIN FRAME IN DWG. NO.
���� WORKS VERTICAL OR EXTRUDED CURB INSTALLATION 4-6
23 3 4•
2 3�" I2 3/B'i 5/B'
1 fI A
R�3/4'
SEE NOTE 2- �=
'ry �
L3/4' 1/2 LERS RECESSED J L/2"
TYP i. BEERFLUSH. SEE NOTE 4 Typ.
LEVH PAD/4)
B.1/8 3% 1 3/4'
NOTES:
1. USE WITH FRAME DRILLED AND TAPPED FOR
LOCKING BOLTS.
N
'r- 'I
N
3/4'
3fi" 4 3/4'
FINISH DIM. ON
LEVELING PAD.
SECTION A -A
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL
TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS,
2" LONG.
3. MATERIAL IS CAST IRON PER ASTM A48 CLASS 30.
4. THE WORDS "CITY OF FEDERAL WAY" TO BE OMITTED IF COVER
IS ON A PRIVATE SYSTEM.
REV MAR 20111
O1°Or PUBLIC DWG. NO.
WORKS SOLID RECTANGULAR COVER 4-7
DRILL a
5/6"-11NC HOLES
THRU FRAME
MIN. DRAFT ON
THIS SIDE
i
V TYP.
7—t/e" X 3/4' X 2 1/4"
PAN SECTION B-B
�I
in i f 20'
2a'
SEE NOTE
2 — 1' DVW. HOLD
FOR 3 4' BOLT. WA!
k N .SEE NOTE C
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
®"w PUBLIC DWG. NO.
opt WORKS THROUGH -CURB INLET FRAME 4-8
Q
PLANTING STRIP OR SIDEWALK
B B
LJ
u
c�
$ at
V
t W
o
in
DUMMY JOINTS
Q
PLAN
CURB � DUMMY JOINTS
GUTTER _______ k.r�•
GUTTER
CATCH BASIN -
CATCH BASIN
SECTION A —A SECTION B—B
NOTES:
1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME.
REV MAR 2011
PUBLIC THROUGH -CURB INLET FRAME AND GRATE IN owc. NO.
����1 WORKS VERTICAL CURB INSTALLATION 1 4-9
23 3/4' -1
DI AM
5' DRAFT
REV. MAR 2011
NOTES:
1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT
TO APPROVAL BY ENGINEER.
2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC
STAINLESS TYPE 304 STEEL SOCKET HEAD
(ALLEN HEAD) CAP SCREWS 2" LONG. NOTE
SLOT DETAIL.
3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE
80-55-06.
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.
FOR SLOT DETAIL SEE
DWG. NO. 4-5
PUBLIC
QDWG. NO.
S, pint WORKS VANED GRATE (FOR USE IN PUBLIC ROADWAYS) 4-10
Eff
-H--
TOP
23 3/4"
C4 EQUAL SPACES 4 E DIIAL SPACES
I
SECTION
�fDR SLOT DETAIL SEE
DWG. NO. 4-5
NOTES:
1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT
TO APPROVAL BY ENGINEER.
2. USE WITH TWO LOCKING BOLTS' 519"-ll NC
STAINLESS TYPE 304 STEEL SOCh:-T HEAD
(ALLEN HEAD) CAP SCREWS 2' LONG. NOTE
SLOT DETAIL.
3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE
60-55-05.
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.
ISOMETRIC
JAN
�c4"°P PUBLIC DWG. NO.
p WORKS BI-DIRECTIONAL VANED GRATE 4-10A
TOP OF
SKID DE
P
REV MAR 2011
- -I-
TE 4.
DRILLED LIFDNG HOLE 3
1 z S0.
1 /4" 50.
-� r�nJ
NOTES:
N 1. USE WITH THREE LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304
STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. DRILL
HOLES SPACED 120' AT 11 1/16' RADIUS.
SECTION A -A 2. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06
3. DRILL THREE 1 INCH HOLES SPACED AT 120- AND 9 1/2" RADIUS.
4. THE WORDS "CITY OF FEDERAL WAY" SHALL BE OMITTED IF COVER
REV MAR 2011 IS ON A PRIVATE SYSTEM.
�Cry or PUBLIC DWG. NO.
Rk�BMp% W WORKS ROUND LOCKING COVER 4-12
P
a
2634'
25 1 4"
24"
L-
r.
5/8 26 3/4-
34 1/8'
1 7/18' 11 1/16" FROM CENTER
5/16' m
BOLT -DOWN DETAIL
NOTES:
1. MATERIAL IS CAST IRON ASTM A48 CLASS 30.
2. DRILL AND TAP THREE 5/8'-11 NC HOLES THROUGH
FRAME AT 120- AND 11 1/16" RADIUS.
JULY
cwm PUBLIC DWG. NO.
WORKS FRAME FOR ROUND LOCKING COVER 4-13
12
L
all
PR❑VIDE V COVER MIN, (TYP,)
36"
#5 HOOP BARS (TYP,)
#5 HOOP BARS (TYR)
#4 HOOP BARS (TYP,)
M❑DIFIED TYPE 1L
CATCH BASIN
REDUCING SECTI❑N
JULY 2014
PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO.
M WORKS (CONVERTS RECTANGULAR 4_18
2� LID TO ROUND LID)
18" OR LONGEST
POINT OF EXISTING
JOINT, WHICHEVER
IS GREATER (TYP)
SEE NOTE 1
SEAL JOINT WITH PG 64-22
ASPAHLT BINDER PER WSDOT
STANDARD SPEC. 9-02.1(4) (TYP.)
INFRA -RISER (TYP)
SEE NOTE 5
CONCRETE ADJUSTING BRICK
RISER, OR GRADE RING AS
NEEDED (TYP.) SEE NOTE 4
FRrn 1 nrkwr.
EXISTING CB OR MANHOLE
SECTION THROUGH STRUCTURE
COMMERCIAL
HMA (TYP)
WELL COMPACTED SUBGRADE (TYP).
PLACE CRUSHED SURFACING TOP
COURSE IF NECESSARY.
NTS
NOTES:
1. PAVEMENT CUT SHALL BE CIRCULAR AND CENTERED ON THE CENTER OF 5. ON ALL STRUCTURES WITHIN THE ROADWAY TRAVEL LANES, INSTALL INFRA -RISER
THE MANHOLE OR CATCH BASIN LID. RECTANGULAR OR POLYGON CUTS MULTI -PURPOSE RUBBER COMPOSITE ADJUSTMENT RISER, MANUFACTURED BY EAST
NOT ALLOWED. JORDAN IRON WORKS. INFRA -RISER SHALL BE INSTALLED PER THE MANUFACTURER'S
RECOMMENDATIONS. REMOVE EXISTING CONCRETE RISER IF NECESSARY TO MAKE ROOM
2. CONVERT ALL RECTANGULAR FRAMES AND LIDS TO ROUND, USING FOR INFRA -RISER. STACKED INFRA -RISER SHALL NOT EXCEED 3" TOTAL HEIGHT.
CONCRETE CONVERSION RISER PER CITY OF FEDERAL WAY STANDARD INFRA -RISER SHALL BE INSTALLED ON TOP OF ALL CONCRETE RISERS, DIRECTLY UNDER
PLAN DWG 4-18. THE ERGO MANHOLE ASSEMBLY.
3. RAISE OR LOWER STRUCTURE TO THE REQUIRED ELEVATION AND SLOPE 6. ON ALL STRUCTURES, INSTALL NEW EAST JORDAN IRON WORKS ERGO 4"x24" CAM
USING ONLY INFRA -RISER AND/OR CONCRETE RINGS AND BRICKS AS LOCKING HINGED MANHOLE ASSEMBLY (PRODUCT NO. 00104028L03), PER
NECESSARY. NO OTHER MATERIALS ARE ALLOWED. TO ACHIEVE MANUFACTURER'S RECOMMENDATIONS. SET TOP OF ASSEMBLY TO BE FLUSH WITH
WATER -TIGHT CONSTRUCTION, GROUT INSIDE AND OUTSIDE OF EACH JOINT EXISTING ROAD AND/OR GUTTER SURFACE. LOCATE HINGE SO THAT IT'S NEAREST TO
USING A LAYER OF NON -SHRINK MORTAR NO MORE THAN 3/4" THICK, ON -COMING TRAFFIC.
AND FINISHED SMOOTH.
7. HMA SHALL BE MECHANICALLY COMPACTED IN 3" (MAX.) LIFTS. .
�Fo
PUBLIC DWG. NO.
Ae RW WORKS MANHOLE / CATCH BASIN LID IN ROADWAY TRAVEL LANE 4-20
LANE LINE
BICYCLE LANE SYMBOL
LAYOUT
TOTAL MARKING AREA
10.27 SQ.FT.
KEY NOTES
1Q Bid Item "Bicycle Lane Symbol"
includes Bike Lane Arrow and
Bike Rider Symbol.
(2) 2' (ft) x 6' (ft) White Bike Lane Arrow.
(Q) Bike Rider Symbol.
nl : r
MARKING AREA
GRID IS V (IN) SQUARE 6.02 SQ.FT
BIKE RIDER SYMBOL
DETAIL
MARKING AREA
425 SQ.FT.
BIKE LANE ARROW
DETAIL
GENERAL NOTE
See Contract for location and material requirements.
BICYCLE LANE SYMBOL
LAYOUT
STANDARD PLAN M-9.50-02
SHEET 1 OF 1 SHEET
APPROVED FOR PQBLICATK]N
e TATE D-N ENDINEER
AVAV wnhi,gfe Stine Dapmlm.nl uI Tm,s Hi —
FACE OF CURB
VARIES 12" TO 24"
FACE OF CURB
Y'
VARIES
10" TO 22"
6 1/2"
1"
�
{SEE CONTRAC{�
5.112'
MATCH ROADWAY
SLOPE �
,r MATCH ROADWAY 1/2" (IN) R.
�� SLOPE
!s
ROADWAY
ROADWAY e F
• t.-1/2" (IN) R. (IN) R. ° 1/2" (IN) R-�
11 112" 11 1/2"
DUAL -FACED CEMENT CONCRETE
o TRAFFIC CURB AND GUTTER
0
z
w
m 6-
1/2" (IN) R. �- r� r V ON) R.
• leZ
NCRETECEMENT CONCRETE OR
R PATH
36() D JOINT FILLER
(WHEN ADJACENT TO CEMENT
CONCRETE SIDEWALK)
CEMENT CONCRETE PEDESTRIAN CURB
FACE OF CURB
B
12" TO 24". FACE OF CUR
1" (IN) R —ti 1" (IN) R.
T_
ROADWAY -. ROADWAY
5
1 314" _ 1 314"
DUAL -FACED CEMENT
CONCRETE TRAFFIC CURB
FACE OF CURB
1" (IN) R• " MATCH ROADWAY
SLOPE
V2" (IN) ROADWAY
!� R-
1.-6w
CEMENT CONCRETE
TRAFFIC CURB AND GUTTER
FACE OF CURB
6 V2" VARIES FROM 6" (IN) TO D" (IN) -
MAINTAIN 1H : 6V SLOPE
VARIES 1" (IN) ON SIDE OF CURB
R.
MATCH ROADWAY
SLOPE
1/2" (IN) R.
--•--
112';lNV -- ROADWAY
Se
R %r
LL'iD
wN
j
_
FLUSH WrrK GUTTER PAN AT CURB
0 RAMP ENTRANCE — 112" (IN) VERTICAL
LIP AT DRIVEWAY ENTRANCE
DEPRESSED CURB AND GUTTER SECTION
AT CURB RAMPS AND
DRIVEWAY ENTRANCES
BCEMENT CONCRETE
1/2" (IN) R. CURB RAMP, LANDING,
r 1" (IN} OR DRIVEWAY
VARIES FROM R. ENTRANCE
8" °6 •6
3/B" (IN) PREMOLDED
JOINT FILLER
CEMENT CONCRETE PEDESTRIAN CURB
AT CURB RAMPS, LANDINGS,
AND DRIVEWAY ENTRANCES
FACE OF CURB
6 1/2"
5tYd 1•
1/2" (IN) R. — 1" (IN) R.
.f tv ROADWAY
B 1l4"
CEMENT CONCRETE
TRAFFIC CURB
NOTE
1 Sea Standard Plan F-30.10 fur Curb Expansion
and Contraction Joint spacing. See Standard
Specification, Sections 8-04 and 9434 for
addllional regUIrement5.
FACE OF CURB
7 1/4"
3" 4"
Ir 1 12" (IN) R.
112" (IN) R. !
e — ROADWAY
s
1 •
6 tl4"
MOUNTABLE CEMENT
CONCRETE TRAFFIC CURB
Michael S Dg,i,*ag—Dy Amh"S
Fleming
Fleming Date: 2020 0924 07A939 -0T00'
CEMENT CONCRETE CURBS
STANDARD PLAN F-10.12-04
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Date: 2D20.09.24
07:57:43 0'
SWE DESIGN ENG14UR
Wwhln9lan Stole Deportment olTmnapoAolion
N
_ W _
1Z MIN.
_ 12' MIN. -
SHOULDER - _ 6' SIGN
Y 51HOULDER _ _ L•
SIGN
y
MIN.
MIN.
r
EDGE OF
-}
EDGE OF
TRAVELED
TRAVELED —�
WAY
V
WAY
- V
(7' MIN.)
(7' MIN)
FILL SLOPES
I
_ _ I
STEEPER
THAN 6H : 1V
SLOPE BREAK
SLOPE BREAK
SIGN INSTALLATION
SIGN INSTALLATION
o
IN FILL SECTION
ON STEEP FILL SLOPES
0
z
w
LL
-
5'
12, MIN.
SIGN
y _
SHOULDER 6
PRIMARY
Fy
SIGN
MINA
0" MIN
13" MAX
EDGE OF
EDGE OFTRAVELED
TRAVELED
WAYSUPPLEMENTAL
IWAY
(7 MIN.}
PLAQUE
1.
TRAFFIC BARRIER
.-_
SLOPE BREAK
SIGN INSTALLATION
SIGN WITH SUPPLEMENTAL
BEHIND TRAFFIC BARRIER
PLAQUE INSTALLATION
IN FILL SECTION
_ W
W
2•
ITMIN
- SIGN
_
MIN~ r
,
SHOULDER _ ' �
SIGN
MIN
r
Jl
DITCH
EDGE OF
EDGE OF
TRAVELED
V
TRAVELED
}
WAY -
IT IN)
WAY _
IV
IT MIN)
T PAIN
CURB
SLOPE BREI
BACKSLOPE
SIGN INSTALLATION
SIGN INSTALLATION
IN CURB SECTION
IN DITCH SECTION
W
NOTES
12' MIN'
1. Refer to the Sign Specification Sheet of the
SHOULDER 6 SIGN
--.. �
Contract for the'V' and'W distances.
MIN. �
2. The minimum Vertical distance from the
bottom of the sign to the ground shall not
be less than 7' (ft) for signs located within
the Design Clear Zone.
EDGE OF
TRAVELED
WAY V
(7' MIN.)
SLOPE
!
OR FLATTER
SLOPE BREAK
MULTIPLE SIGN POST INSTALLATION
IN FILL SECTION
W
' 12 MIN,
94OUL13ER 6' MIN -
EDGE OF r
TRAVELED V
WAY (B' MIN ) F
V
M MIN.)
I _.1.
SLOPE BREAK
GUIDE OR DIRECTIONAL SIGN WITH
SECONDARY SIGN INSTALLATION ON
EXPRESSWAYS AND FREEWAYS
MAJOR SIGN
0" MIN
r 3" MAX-
I i
1 SECONDARY SIGN
HINGE OR
NOTCH POINT
KEY NOTE
Q 3' (FT) MIN. FROM ANY POINT ALONG BOTTOM
EDGE OF SIGN PANEL TO THE GROUND
W
,�1. n
+r
I_ MIN OI,y 5G103 O
5HDUL r.FR 4'
SIGN
MIN.
DITCH Aug 20, 2021
EDGE OF GROUND MOUNTED
TRAVELED + r + SIGN PLACEMENT
WAY ^- V T MIN 3' MIN
(7•MIN) STANDARD PLAN 0-20.10-03
A . SHEET 1 OF 1 SHEET
! APPROVED FOR PUBLICATION
SLOPE BREAK BACKSLOPE ��-- Aug 20, 2021
MULTIPLE SIGN POST INSTALLATION wmnrnyle� saF. o.Pem »m orr�na�n.n.� 1
IN DITCH SECTION
NOTES
TYPE 1S TRAFFIC ARROW - 1 These details can vary greatly according to the
SEE STANDARD PLAN M-24.40 Contract plans.
SEE NOTE 3 (TYP.)
TYPE 3SL TRAFFIC ARROW WIDE DOTTED ENTRY LINE - SEE 2 The need for Advance Roundabout Traffic Arrows
SEE STANDARD PLAN M-24.40 STANDARD PLAN M-20.10 (TYP.) is based upon posted speed of approach roadway
SEE NOTE 3 (TYP) (USE ON WSDOT PROJECTS) TA
Plara Arrnwc in fha nirridatinn lanac ac rinaa ac
Date: 2020.09.25
14:57:53-07'00'
SIGN POST - 2" (IN)
OR 2 1/4" (IN) SQUARE,
12-GAGE STEEL TUBE
FINISHED
GROUND
LINE
L a°I
VvT
SIGN POST - 2 1/4" (IN)
SQUARE, 12-GAGE-
STEELTUBE
TOP OF LOWER
SQUARE TUBE �{
FINISHED < I
GROUND 111 y
LINE 11
COMPACTED NATIVE
BACKFILL MATERIAL
ELEVATION
TYPE STA SIGN SUPPORT
TOP OF SIGN �- n TOP OF
SIGNPOST
of
t- --
C SIGN POST
SIGN PANEL •-
�Y
NOTES
�l J 1. Dimensions for the parts used to assemble the base con-
nections are intentionally not shown. Base connections are
SIGN PANEL ' patented, manufactured products that are in compliance with
NCHIRP 350 crash test criteria. The base connectioR details
T
SIGN BRACE, WHENare shown on this plan only to illustrate how the parts are
REQUIREDSEE assembled.
STD. PLAN GSSIGN POST-2" (IN), _______ _2. For "H1", refer to the Sign Specification Sheet in the Contract.
2 114" (IN), OR 2 1/2" (IN)SQUARE, 12-GAGE T71
w N _ 3. A 2" (in) post with a 2 114" (in) PSST anchor or a
STEELTUBE= w
F r SIGN POST- 2112"(IN) 2 1/4" (in) post with a 2 1/2" (in) PSST anchor may
Z SQUARE, 12-GAGEbe substituted. See Contract Plans.
O STEEL TUBE (SEE M
°1
ci
NOTE 3) 4. Perforated square steel post shall meet the requirements of
FINISHED t n ci z Standard Specification, Section 9-06.
GROLINE w OF SIGN m 5. Use only base connection manufacturer supplied hardware
TOP of x that meets the Tequirements of Standard Specification,
g �...LOWER
E Sections 9-06 and 9-28.
STABILIZER FIN
CLEAN -OUT BAR ~
BOLT STOP w
i FOR SIGN POST ANCHOR m
j F LOWER SIGN POST LEG ANGLE
SUPPORT - 2 V2" (IN)
SQUARE, 12-GAGE STEEL TUBE
ELEVATION
^- COMPACTED NATIVE
BACKFILL MATERIAL TYPE ST-3 SIGN SUPPORT
ILAN
ELEVATION
TYPE ST-2 SIGN SUPPORT
BURIED
DEPTH
POST SIZE
z-6"
2" 21/4"
S - 0"
2 1/2"
fIR
0 0
SIGNPOST - 0 0
o 0
0 0
0 0
0 0
O 0 0-0
v .9 WEDGE
o a
c v v a
o
SIGNPOST -•. ° a �=
0 u 9 p
o O D ❑ STABILIZER FIN —
rC o • o ° v
i o o D A7
0 0
BOTTOM J o o SIGN
OF SIGN o o POST
0 0 0 •� ° ; HEX BOLT WITH NUT r'
VIEW I R i a y AND WASHER (TYP.)
LJ o ° o a
0 o CLEAN OUT
0 o LOWER SIGN — • n ANCHOR BAR
0 o POST SUPPORT LEG ANGLE
0 o BOLTSTOP
�' • " FOR SIGN POST
TYPE STA TYPE ST-2 TYPE ST-3
FINISHED v+ ��`IL
GROUND --. µ�fj Eli( 11
LINE
s � v
NYLON WASHER
•
6
3/8" (IN) HEX
BOLT STOP 7/16- (IN) INSIDE DIAMETER (I.D.)
FLAT WASHER
O
HEAD NUT
FOR SIGN POST
STEEL
p
3IB"(IN)DIAM. >'
'-=�
LOWER SIGN POST
3 112" (IN) LONG
p
7116" (IN) I.D.
SUPPORT - 3" (IN),
•-f'
HEX HEAD BOLT
Q
STEEL LOCK
7-GAGE, HOT -DIP GALV.,
Of
WASHER
HEAVY-DUTY ANCHOR
�.
SIGN PANEL
SIGN POST
12" - COMMERCIAL CONCRETE
tip
D InV
�
DETAIL
ELEVATION
G!
TYPE ST-4 SIGN SUPPORT
C
LOWER SIGN
POSTSUPPORT
®• 6
I LFLANGED SHOULDER BOLT
WITH NUT AND WASHERS -
2 REQUIRED (TYP.)
v.
BOLT STOP
FOR SIGN POST
TYPE ST-4
STEEL SIGN SUPPORT
TYPES ST-1 - ST-4
INSTALLATION DETAILS
STANDARD PLAN 6-24.50-OS
SHEET 1 OF 1 SHEET
I APPROVED FOR PUBLICATION
Woahinglon Slola U.parlmenl orTmnsporlalion
12/6/21, 4:01 PM about:blank
State of Washington
Department of Labor & Industries
Prevailing Wage Section - Telephone 360-902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, worker's wage and benefit rates must add to not less than this
total. A brief description of overtime calculation requirements are provided on the Benefit Code
Key.
Journey Level Prevailing Wage Rates for the Effective Date: 01 /28/2022
*Risk
County_
Trade
Job C lassifica€ 3ori
Wage
Holiday Overtime Note
Class
King
Asbe5tos Abatement Workers
Journey Level
$54.62
5D
1 H
View
King
Boilermakers
Journey Level
$70.79
5N
1 C
View
King
Brick Mason
Journey Level
$63.32
7E
1 N
View
King
Brick Mason
Pointer -Caulker -Cleaner
$63.32
7E
1 N
View
King
Building Service Employees
Janitor
$26.28
5S
2F
View
King
Building Service Employees
Traveling Waxer/Shampooer
$26.63
5S
2F
View
King
Building Service Employees
Window Cleaner (Non -Scaffold)
$29.98
5S
2F
View
King
Building Service Employees
Window Cleaner (Scaffold)
$30.98
5S
2F
View
King
Cabinet Makers (In Shop),
Journey Level
$22.74
1
View
King
Carpenters
Acoustical Worker
$68.24
7A
4C
View
King
Carpenters
Bridge, Dock And Wharf
$68.19
7A
4C
View
Carpenters
King
Carpenters
Carpenter
$68.19
7A
4C
View
King
Carpenters
Floor Finisher
$68.19
7A
4C
View
King
Carpenters
Floor Layer
$68.19
7A
4C
View
King
Carpenters
Scaffold Erector
$68.19
7A
4C
View
King
Cement Masons
Application of all Composition
$67.41
7A
41J
View
Mastic
King
Cement Masons
Application of all Epoxy
$66.91
7A
41J
View
Material
King
Cement Masons
Application of all Plastic
$67.41
7A
41J
View
Material
King
Cement Masons
Application of Sealing
$66.91
7A
41J
View
Compound
King
Cement Masons
Application of Underlayment
$67.41
7A
41J
View
King
Cement Masons
Building General
$66.91
7A
41J
View
King
Cement Masons
Composition or Kalman Floors
$67.41
7A
41J
View
King
Cement Masons
Concrete Paving
$66.91
7A
41J
View
King
Cement Masons
Curb Et Gutter Machine
$67.41
7A
41J
View
King
Cement Masons
Curb Et Gutter, Sidewalks
$66.91
7A
41J
View
King
Cement Masons
Curing Concrete
$66.91
7A
41J
View
about:blank 1/18
12/6/21. 4:01 PM
about:blank
King
Cement Masons
Finish Colored Concrete
$67.41
7A
4U
View
King
Cement Masons
Floor Grinding
$67.41
7A
4U
View
King
Cement Masons
Floor Grinding/Polisher
$66.91
7A
4U
View
King
Cement Masons
Green Concrete Saw, self-
$67.41
7A
4U
View
powered
King
Cement Masons
Grouting of all Plates
$66.91
7A
4U
View
King
Cement Masons
Grouting of all Tilt -up Panels
$66.91
7A
4U
View
King
Cement Masons
Gunite Nozzleman
$67.41
7A
4U
View
King
Cement Masons
Hand Powered Grinder
$67.41
7A
4U
View
King
Cement Masons
Journey Level
$66.91
7A
4U
View
King
Cement Masons
Patching Concrete
$66.91
7A
4U
View
King
Cement Masons
Pneumatic Power Tools
$67.41
7A
4U
View
King
Cement Masons
Power Chipping Et Brushing
$67.41
7A
4U
View
King
Cement Masons
Sand Blasting Architectural
$67.41
7A
4U
View
Finish
King
Cement Masons
Screed Et Rodding Machine
$67.41
7A
4U
View
King
Cement Masons
Spackling or Skim Coat
$66.91
7A
4U
View
Concrete
King
Cement Masons
Troweling Machine Operator
$67.41
7A
4U
View
King
Cement Masons
Troweling Machine Operator on
$67.41
7A
4U
View
Colored Slabs
King
Cement Masons
Tunnel Workers
$67.41
7A
4U
View
King
Divers Et Tenders
Bell/Vehicle or Submersible
$122.49
7A
4C
View
Operator (Not Under Pressure)
King
Divers Et Tenders
Dive Supervisor/Master
$86.04
7A
4C
View
King
Divers Et Tenders
Diver
$122.49
7A
4C
8V View
King
Divers Et Tenders
Diver On Standby
$81.04
7A
4C
View
King
Divers Et Tenders
Diver Tender
$73.60
7A
4C
View
King
Divers Et Tenders
Manifold Operator
$73.60
7A
4C
View
King
Divers Et Tenders
Manifold Operator Mixed Gas
$78.60
7A
4C
View
King
Divers Et Tenders
Remote Operated Vehicle
$73.60
7A
4C
View
Operator/Technician
King
Divers Et Tenders
Remote Operated Vehicle
$68.64
7A
4C
View
Tender
King
Dredge Workers
Assistant Engineer
$73.62
5D
3F
View
King
Dredge Workers
Assistant Mate (Deckhand)
$73.05
5D
3F
View
King
Dredge Workers
Boatmen
$73.62
5D
3F
View
King
Dredge Workers
Engineer Welder
$75.03
5D
3F
View
King
Dredge Workers
Leverman, Hydraulic
$76.53
5D
3F
View
King
Dredge Workers
Mates
$73.62
5D
3F
View
King
Dredge Workers
Oiler
$73.05
5D
3F
View
King
Drywall Applicator
Journey Level
$67.54
5D
1 H
View
King
Drywall Tapers
Journey Level
$67.91
5P
1 E
View
King
Electric L Fixture fvMaint n atce
Journey Level
$33.19
5L
1E
View
Workers
King
Electricians - Inside
Cable Splicer
$94.22
7C
4E
View
King
Electricians - Inside
Cable Splicer (tunnel)
$101.27
7C
4E
View
King
Electricians - Inside
Certified Welder
$91.00
7C
4E
View
about:blank 2/18
12/6/21, 4:01 PM
about:blank
King
Iectricians - Inside
Certified Welder (tunnel)
$97.74
7C
4E
View
King
Electricians - Inside
Construction Stock Person
$44.78
7C
4E
View
King
Electricians - Inside
Journey Level
$87.80
7C
4E
View
King
Electricians - Inside
Journey Level (tunnel)
$94.22
7C
4E
View
King
Electricians - Motor Shop
Journey Level
$47.53
5A
1 B
View
King
Electricians - Powerline
Cable Splicer
$82.39
5A
4D
View
Construction
King
Electricians - Powertine
Certified Line Welder
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Groundperson
$49.17
5A
4D
View
Construction
King
Electricians - Powerlin
Heavy Line Equipment
$75.64
5A
4D
View
Construction
Operator
King
Electricians - Powerline
Journey Level Lineperson
$75.64
5A
4D
View
Construction
King
jars - Powerline
Electric
Line Equipment Operator
$64.54
5A
4D
View
Construction
King
Etectri ians - Paw rune
Meter Installer
$49.17
5A
4D
8W
View
Construction
King
Electricians - Powerline
Pole Sprayer
$75.64
5A
4D
View
Construction
King
Electricians - Powerline
Powderperson
$56.49
5A
4D
View
Construction
King
Electronic Technicians
Journey Level
$57.07
7E
1E
View
King
Elevator Constructors
Mechanic
$100.51
7D
4A
View
King
Elevator Constructor
Mechanic In Charge
$108.53
7D
4A
View
King
Fabricated Precast Concrete
All Classifications - In -Factory
$18.25
5B
111
View
Products
Work Only
King
Fence Erectors
Fence Erector
$46.29
7A
4V
8Y
View
King
Fence Erectors
Fence Laborer
$46.29
7A
4V
8Y
View
King
Flaggers
Journey Level
$46.29
7A
4V
8Y
View
King
Glaziers
Journey Level
$72.41
7L
1Y
View
King
Heak Et Frost Insu ators And
Journey Level
$82.02
15H
11 C
View
Asbestos W rkers
King
Heating Equipment Mechanics
Journey Level
$91.83
7F
1 E
View
King
Hod Carriers Et Mason Tenders
Journey Level
$57.31
7A
4V
1Y
View
King
Industrial Power Vacuum
Journey Level
$13.69
1
View
Cleaner
King
Inland Boatmen
Boat Operator
$61.41
5B
1 K
View
King
Inland Boatmen
Cook
$56.48
5B
1 K
View
King
Inland Boatmen
Deckhand
$57.48
5B
1 K
View
King
Inland Boatmen
Deckhand Engineer
$58.81
513
1 K
View
King
Inland Boatmen
Launch Operator
$58.89
5B
1 K
View
King
Inland Boatmen
Mate
$57.31
5B
1K
View
King
Inspection/Cleaning/Sealing Of
Cleaner Operator, Foamer
$31.49
1
View
Sewer Et Water Systems By
Operator
Remote Control
King
Inspection/Cleaning/Sealing Of
Grout Truck Operator
$13.69
1
View
Sewer Et Water Systems By
Remote Control
about:blank 3/18
12/6121, 4:01 PM
about:blank
King
Inspection/Cleaning/Sealing Of
Head Operator
$24.91
1
View
Sewer Et Water Systems By
Remote Control
King
InspectioW(:Ioaning/Sealing Of
Technician
$19.33
1
View
Sewer Et Water Systems By
Remote Control
King
Inspection/Cleaning/Sealing Of
Tv Truck Operator
$20.45
1
View
Sewer Et Water Systems By
Remote Control
King
Insulation Applicators
Journey Level
$68.19
7A
4C
View
King
Ironworkers
Journeyman
$78.53
7N
10
View
King
Laborers
Air, Gas Or Electric Vibrating
$54.62
7A
4V
8Y
View
Screed
King
Laborers
Airtrac Drill Operator
$56.31
7A
4V
8Y
View
King
Laborers
Ballast Regular Machine
$54.62
7A
4V
8Y
View
King
Laborers
Batch Weighman
$46.29
7A
4V
8Y
View
King
Laborers
Brick Pavers
$54.62
7A
4V
8Y
View
King
Laborers
Brush Cutter
$54.62
7A
4V
8Y
View
King
Laborers
Brush Hog Feeder
$54.62
7A
4V
8Y
View
King
Laborers
Burner
$54.62
7A
4V
8Y
View
King
Laborers
Caisson Worker
$56.31
7A
4V
8Y
View
King
Laborers
Carpenter Tender
$54.62
7A
4V
8Y
View
King
Laborers
Cement Dumper -paving
$55.62
7A
4V
8Y
View
King
Laborers
Cement Finisher Tender
$54.62
7A
4V
8Y
View
King
Laborers
Change House Or Dry Shack
$54.62
7A
4V
8Y
View
King
Laborers
Chipping Gun (30 Lbs. And
$55.62
7A
4V
8Y
View
Over)
King
Laborers
Chipping Gun (Under 30 Lbs.)
$54.62
7A
4V
8Y
View
King
Laborers
Choker Setter
$54.62
7A
4V
8Y
View
King
Laborers
Chuck Tender
$54.62
7A
4V
8Y
View
King
Laborers
Clary Power Spreader
$55.62
7A
4V
8Y
View
King
Laborers
Clean-up Laborer
$54.62
7A
4V
8Y
View
King
Laborers
Concrete Dumper/Chute
$55.62
7A
4V
8Y
View
Operator
King
Laborers
Concrete Form Stripper
$54.62
7A
4V
8Y
View
King
Laborers
Concrete Placement Crew
$55.62
7A
4V
8Y
View
King
Laborers
Concrete Saw Operator/Core
$55.62
7A
4V
8Y
View
Driller
King
Laborers
Crusher Feeder
$46.29
7A
4V
8Y
View
King
Laborers
Curing Laborer
$54.62
7A
4V
8Y
View
King
Laborers
Demolition: Wrecking Et Moving
$54.62
7A
4V
8Y
View
(Intl. Charred Material)
King
Laborers
Ditch Digger
$54.62
7A
4V
8Y
View
King
Laborers
Diver
$56.31
7A
4V
8Y
View
King
Laborers
Drill Operator (Hydraulic,
$55.62
7A
4V
8Y
View
Diamond)
King
Laborers
Dry Stack Walls
$54.62
7A
4V
8Y
View
King
Laborers
Dump Person
$54.62
7A
4V
8Y
View
King
Laborers
Epoxy Technician
$54.62
7A
4V
8Y
View
about:blank
4/18
12/6/21, 4:01 PM
about:blank
King
Laborers
Erosion Control Worker
$54.62
7A
4V
8Y
View
King
Laborers
Faller Et Bucker Chain Saw
$55.62
7A
4V
8Y
View
King
Laborers
Fine Graders
$54.62
7A
4V
8Y
View
King
Laborers
Firewatch
$46.29
7A
4V
8Y
View
King
Laborers
Form Setter
$54.62
7A
4V
8Y
View
King
Laborers
Gabian Basket Builders
$54.62
7A
4V
8Y
View
King
Laborers
General Laborer
$54.62
7A
4V
8Y
View
King
Laborers
Grade Checker Et Transit Person
$57.31
7A
4V
8Y
View
King
Laborers
Grinders
$54.62
7A
4V
8Y
View
King
Laborers
Grout Machine Tender
$54.62
7A
4V
8Y
View
King
Laborers
Groutmen (Pressure) Including
$55.62
7A
4V
8Y
View
Post Tension Beams
King
Laborers
Guardrail Erector
$54.62
7A
4V
8Y
View
King
Laborers
Hazardous Waste Worker (Level
$56.31
7A
4V
8Y
View
A)
King
Laborers
Hazardous Waste Worker (Level
$55.62
7A
4V
8Y
View
B)
King
Laborers
Hazardous Waste Worker (Level
$54.62
7A
4V
8Y
View
C)
King
Laborers
High Scaler
$56.31
7A
4V
8Y
View
King
Laborers
Jackhammer
$55.62
7A
4V
8Y
View
King
Laborers
Laserbeam Operator
$55.62
7A
4V
8Y
View
King
Laborers
Maintenance Person
$54.62
7A
4V
8Y
View
King
Laborers
Manhole Builder-Mudman
$55.62
7A
4V
8Y
View
King
Laborers
Material Yard Person
$54.62
7A
4V
8Y
View
King
Laborers
Motorman -Dinky Locomotive
$55.62
7A
4V
8Y
View
King
Laborers
nozzleman (concrete pump,
$57.31
7A
4V
8Y
View
green cutter when using
combination of high pressure
air Et water on concrete Et
rock, sandblast, gunite,
shotcrete, water blaster,
vacuum blaster)
King
Laborers
Pavement Breaker
$55.62
7A
4V
8Y
View
King
Laborers
Pilot Car
$46.29
7A
4V
8Y
View
King
Laborers
Pipe Layer (Lead)
$57.31
7A
4V
8Y
View
King
Laborers
Pipe Layer/Tailor
$55.62
7A
4V
8Y
View
King
Laborers
Pipe Pot Tender
$55.62
7A
4V
8Y
View
King
Laborers
Pipe Reliner
$55.62
7A
4V
8Y
View
King
Laborers
Pipe Wrapper
$55.62
7A
4V
8Y
View
King
Laborers
Pot Tender
$54.62
7A
4V
8Y
View
King
Laborers
Powderman
$56.31
7A
4V
8Y
View
King
Laborers
Powderman's Helper
$54.62
7A
4V
8Y
View
King
Laborers
Power Jacks
$55.62
7A
4V
8Y
View
King
Laborers
Railroad Spike Puller - Power
$55.62
7A
4V
8Y
View
King
Laborers
Raker - Asphalt
$57.31
7A
4V
8Y
View
King
Laborers
Re-timberman
$56.31
7A
4V
8Y
View
King
Laborers
Remote Equipment Operator
$55.62
7A
4V
8Y
View
King
Laborers
Rigger/Signal Person
$55.62
7A
4V
8Y
View
about:blank
5/18
12/6/21, 4:01 PM
about:blank
King
Laborers
Rip Rap Person
$54.62
7A
4V
8Y
View
King
Laborers
Rivet Buster
$55.62
7A
4V
8Y
View
King
Laborers
Rodder
$55.62
7A
4V
8Y
View
King
Laborers
Scaffold Erector
$54.62
7A
4V
8Y
View
King
Laborers
Scale Person
$54.62
7A
4V
8Y
View
King
Laborers
Sloper (Over 20")
$55.62
7A
4V
8Y
View
King
Laborers
Sloper Sprayer
$54.62
7A
4V
8Y
View
King
Laborers
Spreader (Concrete)
$55.62
7A
4V
8Y
View
King
Laborers
Stake Hopper
$54.62
7A
4V
8Y
View
King
Laborers
Stock Piler
$54.62
7A
4V
8Y
View
King
Laborers
Swinging Stage/Boatswain
$46.29
7A
4V
8Y
View
Chair
King
Laborers
Tamper Et Similar Electric, Air
$55.62
7A
4V
8Y
View
Et Gas Operated Tools
King
Laborers
Tamper (Multiple Et Self-
$55.62
7A
4V
8Y
View
propelled)
King
Laborers
Timber Person - Sewer (Lagger,
$55.62
7A
4V
8Y
View
Shorer Et Cribber)
King
Laborers
Toolroom Person (at Jobsite)
$54.62
7A
4V
8Y
View
King
Laborers
Topper
$54.62
7A
4V
8Y
View
King
Laborers
Track Laborer
$54.62
7A
4V
8Y
View
King
Laborers
Track Liner (Power)
$55.62
7A
4V
8Y
View
King
Laborers
Traffic Control Laborer
$49.50
7A
4V
9C
View
King
Laborers
Traffic Control Supervisor
$52.45
7A
4V
9C
View
King
Laborers
Truck Spotter
$54.62
7A
4V
8Y
View
King
Laborers
Tugger Operator
$55.62
7A
4V
8Y
View
King
Laborers
Tunnel Work -Compressed Air
$142.82
7A
4V
9B
View
Worker 0-30 psi
King
Laborers
Tunnel Work -Compressed Air
$147.85
7A
4V
9B
View
Worker 30.01-44.00 psi
King
Laborers
Tunnel Work -Compressed Air
$151.53
7A
4V
9B
View
Worker 44.01-54.00 psi
King
Laborers
Tunnel Work -Compressed Air
$157.23
7A
4V
9B
View
Worker 54.01-60.00 psi
King
Laborers
Tunnel Work -Compressed Air
$159.35
7A
4V
9B
View
Worker 60.01-64.00 psi
King
Laborers
Tunnel Work -Compressed Air
$164.45
7A
4V
9B
View
Worker 64.01-68.00 psi
King
Laborers
Tunnel Work -Compressed Air
$166.35
7A
4V
9B
View
Worker 68.01-70.00 psi
King
Laborers
Tunnel Work -Compressed Air
$168.35
7A
4V
9B
View
Worker 70.01-72.00 psi
King
Laborers
Tunnel Work -Compressed Air
$170.35
7A
4V
9B
View
Worker 72.01-74.00 psi
King
Laborers
Tunnel Work-Guage and Lock
$57.41
7A
4V
8Y
View
Tender
King
Laborers
Tunnel Work -Miner
$57.41
7A
4V
8Y
View
King
Laborers
Vibrator
$55.62
7A
4V
8Y
View
King
Laborers
Vinyl Seamer
$54.62
7A
4V
8Y
View
King
Laborers
Watchman
$42.08
7A
4V
8Y
View
about:blank
6/18
12/6/21, 4:01 PM
about:blank
King
Laborers
Welder
$55.62
7A
4V
8Y
View
King
Laborers
Well Point Laborer
$55.62
7A
4V
8Y
View
King
Laborers
Window Washer/Cleaner
$42.08
7A
4V
8Y
View
King
Laborers - Underground Sewer
General Laborer Et Topman
$54.62
7A
4V
8Y
View
Et Water
King
Laborers - Underground Sewer
Pipe Layer
$55.62
7A
4V
8Y
View
Et Water
King
Landscape Construction
Landscape
$42.08
7A
4V
8Y
View
Construction/Landscaping Or
Planting Laborers
King
Landscape Construction
Landscape Operator
$75.50
15J
11G
8X
View
King
Landscape Maintenance
Groundskeeper
$17.87
1
View
King
Lathers
Journey Level
$67.54
5D
1 H
View
King
Marble Setters
Journey Level
$63.32
7E
1 N
View
King
Metal Fabrication (in Shop).
Fitter/Certified Welder
$40.39
151
11E
View
King
Metal Fabrication 11n Shop),
General Laborer
$28.86
151
11E
View
King
Metal Fabrication (In Shop).
Mechanic
$41.78
151
11E
View
King
Metal Fabrication (In Shop).
Welder/Burner
$37.64
151
11E
View
King
Millwright
Journey Level
$69.64
7A
4C
View
King
Modular Buildings
Cabinet Assembly
$13.69
1
View
King
Modular Buildings
Electrician
$13.69
1
View
King
Modular Buildings
Equipment Maintenance
$13.69
1
View
King
Modutar Buildings
Plumber
$13.69
1
View
King
Modutar Buildings
Production Worker
$13.69
1
View
King
Modular Buildings
Tool Maintenance
$13.69
1
View
King
Modular Buildings
Utility Person
$13.69
1
View
King
MMpdu it Buildings
Welder
$13.69
1
View
King
Painters
Journey Level
$47.70
6Z
2B
View
King
Pile Driver
Crew Tender
$62.69
7A
4C
View
King
Pile Driver
Crew Tender/Technician
$62.69
7A
4C
View
King
Pile Driver
Hyperbaric Worker -
$85.00
7A
4C
View
Compressed Air Worker 0-30.00
PSI
King
Pile Driver
Hyperbaric Worker -
$90.00
7A
4C
View
Compressed Air Worker 30.01 -
44.00 PSI
King
Pile Driver
Hyperbaric Worker -
$94.00
7A
4C
View
Compressed Air Worker 44.01 -
54.00 PSI
King
Pile Driver
Hyperbaric Worker -
$99.00
7A
4C
View
Compressed Air Worker 54.01 -
60.00 PSI
King
Pile Driver
Hyperbaric Worker -
$101.50
7A
4C
View
Compressed Air Worker 60.01 -
64.00 PSI
King
Pile Driver
Hyperbaric Worker -
$106.50
7A
4C
View
Compressed Air Worker 64.01 -
68.00 PSI
King
Pile Driver
Hyperbaric Worker -
$108.50
7A
4C
View
Compressed Air Worker 68.01 -
70.00 PSI
about:blank
7/18
12/6/21, 4:01 PM about:blank
King Pile Driver Hyperbaric Worker - $110.50 7A
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
Compressed Air Worker 70.01 -
72.00 PSI
Pile Driver
Hyperbaric Worker -
$112.50
7A
Compressed Air Worker 72.01 -
74.00 PSI
Pile Driver
Journey Level
$68.64
7A
Plasterers
Journey Level
$64.14
M
Plasterers
Nozzleman
$67.64
ZQ
Playground Et Park Equipment
Journey Level
$13.69
Installers
Plumbers Et Pipefitters
Journey Level
$93.69
6Z
Power Equipment Operators
Asphalt Plant Operators
$76.77
15J
Power Equipment Operators
Assistant Engineer
$72.30
7A
Power Equipment Operators
Barrier Machine (zipper)
$76.09
15J
Power Equipment Operators
Batch Plant Operator: concrete
$76.09
15J
Power Equipment Operators
Boat Operator
$76.87
7A
Power Equipment Operators
Bobcat
$72.20
15J
Power Equipment Operators
Brokk - Remote Demolition
$72.20
15J
Equipment
Power Equipment Operators
Brooms
$72.20
15J
Power Equipment Operators
Bump Cutter
$76.09
15J
Power Equipment Operators
Cableways
$76.77
15J
Power Equipment Operators
Chipper
$76.09
15J
Power Equipment Operators
Compressor
$72.20
15J
Power Equipment Operators
Concrete Finish Machine -
$72.20
15J
Laser Screed
Power Equipment Operators
Concrete Pump - Mounted Or
$75.50
15J
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
about:blank
Trailer High Pressure Line
Pump, Pump High Pressure
Concrete Pump: Truck Mount
$76.77 15J
With Boom Attachment Over 42
M
Concrete Pump: Truck Mount
$76.09 15J
With Boom Attachment Up To
42 m
Conveyors
$75.50 15J
Cranes Friction: 200 tons and
$79.20 7A
over
Cranes, A -frame: 10 tons and
$72.30 7A
under
Cranes: 100 tons through 199
$77.63 7A
tons, or 150' of boom
(including jib with
attachments)
Cranes: 20 tons through 44
$76.19 7A
tons with attachments
Cranes: 200 tons- 299 tons, or
$78.44 7A
250' of boom including jib with
attachments
Cranes: 300 tons and over or
$79.20 7A
300' of boom including jib with
4C View
4C View
4C
111
1R
1
1G
11G
11H
11G
11G
11H
11G
11G
11G
11G
11G
11G
11G
11G
11G
View
View
View
View
View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
8X View
JIG 8X View
11G 8X View
8X View
8X View
8X View
8X View
11H 8X View
11H 8X View
11H 8X View
8/18
12/6/21, 4:01 PM
about:blank
King Power Equipment Operators
King Power Equipment Operators
King Power Equipment Operators
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
King
about:blank
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
Power Equipment Operators
attachments
Cranes: 45 tons through 99
$76.87
7A
tons, under 150' of
boom(including jib with
attachments)
Cranes: Friction cranes through
$78.44
7A
199 tons
Cranes: through 19 tons with
$75.60
7A
attachments, a -frame over 10
tons
Crusher
$76.09
15J
Deck Engineer/Deck Winches
$76.09
15J
(power)
Derricks, On Building Work
$76.77
15J
Dozers D-9 Et Under
$75.50
15J
Drill Oilers: Auger Type, Truck
$75.50
15J
Or Crane Mount
Drilling Machine
$77.53
15J
Elevator and man -lift:
$72.30
7A
permanent and shaft type
Finishing Machine, Bidwell And
$76.09
15J
Gamaco Et Similar Equipment
Forklift: 3000 lbs and over with
$75.60
7A
attachments
Forklifts: under 3000 lbs. with
$72.30
7A
attachments
Grade Engineer: Using Blue
$76.09
15J
Prints, Cut Sheets, Etc
Gradechecker/Stakeman
$72.20
15J
Guardrail Punch
$76.09
15J
Hard Tail End Dump
$76.77
15J
Articulating Off- Road
Equipment 45 Yards. Et Over
Hard Tail End Dump
$76.09
15J
Articulating Off -road
Equipment Under 45 Yards
Horizontal/Directional Drill
$75.50
15J
Locator
Horizontal/Directional Drill
$76.09
15J
Operator
Hydralifts/Boom Trucks Over
$75.60
7A
10 Tons
Hydralifts/boom trucks: 10
$72.30
7A
tons and under
Leverman
$78.44
7A
Loader, Overhead, 6 Yards. But
$76.77
15J
Not Including 8 Yards
Loaders, Overhead Under 6
$76.09
15J
Yards
Loaders, Plant Feed
$76.09
15J
Loaders: Elevating Type Belt
$75.50
15J
Locomotives, All
$76.09
15J
11 H 8X View
11 H
8X
View
11 H
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11 H
8X
View
11G
8X
View
11 H
8X
View
11 H
8X
View
11G
8X
View
JIG
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11 H
8X
View
11 H
8X
View
11 H
8X
View
11G
8X
View
11G
8X
View
11G
8X
View
11 G
8X
View
11G
8X
View
9/18
12/6/21, 4:01 PM
about:blank
King
Power Equipment Operators
Material Transfer Device
$76.09
15J
11 G
8X
View
King
Power Equipment Operators
Mechanics: all (Leadmen -
$77.63
7A
11 H
8X
View
$0.50 per hour over mechanic)
King
Power Equipment Operators
Motor Patrol Graders
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Mucking Machine, Mole, Tunnel
$76.77
15J
11G
8X
View
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators
Oil Distributors, Blower
$72.20
15J
11G
8X
View
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators
Outside Hoists (elevators and
$75.60
7A
11 H
8X
View
manlifts), Air Tuggers, Strato
King
Power Equipment Operators
Overhead, bridge type: 100
$77.63
7A
11 H
8X
View
tons and over
King
Power Equipment Operators
Overhead, bridge type: 45 tons
$76.87
7A
11 H
8X
View
through 99 tons
King
Power Equipment Operators
Pavement Breaker
$72.20
15J
11 G
8X
View
King
Power Equipment Operators
Pile Driver (other Than Crane
$76.09
15J
11G
8X
View
Mount)
King
Power Equipment Operators
Plant Oiler - Asphalt, Crusher
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Posthole Digger, Mechanical
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Power Plant
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Pumps - Water
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Remote Control Operator On
$76.77
15J
11G
8X
View
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators
Rigger and BeRman
$72.30
7A
11 H
8X
View
King
Power Equipment Operators
Rigger/Signal Person,
$75.60
7A
11H
8X
View
Bellman(Certified)
King
Power Equipment Operators
Rollagon
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Roller, Other Than Plant Mix
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Roller, Plant Mix Or Multi -lift
$75.50
15J
11G
8X
View
Materials
King
Power Equipment Operators
Roto-mill, Roto-grinder
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Saws - Concrete
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Scraper, Self Propelled Under
$76.09
15J
11G
8X
View
45 Yards
King
Power Equipment Operators
Scrapers - Concrete it Carry All
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Scrapers, Self-propelled: 45
$76.77
15J
11G
8X
View
Yards And Over
King
Power Equipment Operators
Service Engineers: equipment
$75.60
7A
11 H
8X
View
King
Power Equipment Operators
Shotcrete/Gunite Equipment
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Shovel, Excavator, Backhoe,
$75.50
15J
11G
8X
View
Tractors Under 15 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoe:
$76.77
15J
11G
8X
View
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes,
$76.09
15J
11G
8X
View
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$77.53
15J
11G
8X
View
about:blank
10/18
12/6/21, 4:01 PM
about:blank
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators
Shovel, Excavator, Backhoes:
$78.33
15J
JIG
8X
View
Over 90 Metric Tons
King
Power Equipment Operators
Slipform Pavers
$76.77
15J
11G
8X
View
King
Power Equipment Operators
Spreader, Topsider Et
$76.77
15J
11G
8X
View
Screedman
King
Power Equipment Operators
Subgrader Trimmer
$76.09
15J
11G
8X
View
King
Power Equipment Operators
Tower Bucket Elevators
$75.50
15J
11 G
8X
View
King
Power Equipment Operators
Tower Crane: over 175' through
$78.44
7A
11 H
8X
View
250' in height, base to boom
King
Power Equipment Operators
Tower crane: up to 175' in
$77.63
7A
11 H
8X
View
height base to boom
King
Power Equipment Operators
Tower Cranes: over 250' in
$79.20
7A
11 H
8X
View
height from base to boom
King
Power Equipment Operators
Transporters, All Track Or Truck
$76.77
15J
11G
8X
View
Type
King
Power Equipment Operators
Trenching Machines
$75.50
15J
11G
8X
View
King
Power Equipment Operators
Truck crane oiler/driver: under
$75.60
7A
11 H
8X
View
100 tons
King
Power Equipment Operators
Truck Mount Portable Conveyor
$76.09
15J
JIG
8X
View
King
Power Equipment Operators
Welder
$76.87
7A
11 H
8X
View
King
Power Equipment Operators
Wheel Tractors, Farman Type
$72.20
15J
11G
8X
View
King
Power Equipment Operators
Yo Yo Pay Dozer
$76.09
15J
11G
8X
View
King
Power Equipment Operators-
Asphalt Plant Operators
$76.77
15J
11 G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Assistant Engineer
$72.30
7A
11 H
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Barrier Machine (zipper)
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Batch Plant Operator, Concrete
$76.09
15J
11G
8X
View
Undergro nd Sewer Et Water
King
Power Equipment Operators-
Boat Operator
$76.87
7A
11 H
8X
View
Underground Sewer ft Water
King
Power Equipment Operators-
Bobcat
$72.20
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Brokk - Remote Demolition
$72.20
15J
11G
8X
View
Underground Sewer Et Water
Equipment
King
Power Equipment Operators-
Brooms
$72.20
15J
11 G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Bump Cutter
$76.09
15J
JIG
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Cableways
$76.77
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Chipper
$76.09
15J
11G
8X
View
Underground Sewer Ek Water
King
Power Equipment Operators-
Compressor
$72.20
15J
11G
8X
View
Underground Sewer & Water
King
Power Equipment Operators-
Concrete Finish Machine -
$72.20
15J
11G
8X
View
Underground Sewer Et Water
Laser Screed
King
Power Equipment Operators-
Concrete Pump - Mounted Or
$75.50
15J
11G
8X
View
Underground Sewer Et Water
Trailer High Pressure Line
about blank
11/18
12/6/21.4:01 PM
about:blank
Pump, Pump High Pressure
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$76.77
15J 11G 8X View
Underground Sewer Et Water
With Boom Attachment Over 42
M
King
Power Equipment Operators-
Concrete Pump: Truck Mount
$76.09
15J 11G 8X View
Underground —Sewer Et Water
With Boom Attachment Up To
42 m
King
Power Equipment Operators-
Conveyors
$75.50
15J 11 G 8X View
ulid Sewer Et Water
Undergr—o—
King
Power Equipment Operators-
Cranes Friction: 200 tons and
$79.20
7A 11H 8X View
Underground Sewer E< Water
over
King
Power Equipment Operators-
Cranes, A -frame: 10 tons and
$72.30
7A 11H 8X View
Underground Sewer Et Water
under
King
Power Equipment Operators-
Cranes: 100 tons through 199
$77.63
7A 11H 8X View
Underground Sewer Water
tons, or 150' of boom
(including jib with
attachments)
King
Power Equipment Operators-
Cranes: 20 tons through 44
$76.19
7A 11H 8X View
Underground Sewer Et Water,
tons with attachments
King
Power Equipment Operators-
Cranes: 20 tons through 44
$76.19
7A 11H 8X View
Underground Sewer Et Water
tons with attachments
King
Power Equipment Operators-
Cranes: 200 tons- 299 tons, or
$78.44
7A 11H 8X View
Underground Sewer Et Water
250' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 300 tons and over or
$79.20
7A 11H 8X View
Underground Sewer Et Water
300' of boom including jib with
attachments
King
Power Equipment Operators-
Cranes: 45 tons through 99
$76.87
7A 11H 8X View
Undergr and Sewer Et Water
tons, under 150' of
boom(including jib with
attachments)
King
Power Equipment Operators-
Cranes: Friction cranes through
$78.44
7A 11H 8X View
Underground Sewer Et Water
199 tons
King
Power Equipment Operators-
Cranes: through 19 tons with
$75.60
7A 11H 8X View
Underground Sewer Er Water
attachments, a -frame over 10
tons
King
Power Equipment Operators-
Crusher
$76.09
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Deck Engineer/Deck Winches
$76.09
15J 11G 8X View
Underground Sewer Et Water
(power)
King
Power Equipment Operators-
Derricks, On Building Work
$76.77
15J 11G 8X View
Underground Sewer Et Wat-er
King
Power Equipment Operators-
Dozers D-9 Et Under
$75.50
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Drill Oilers: Auger Type, Truck
$75.50
15J 11G 8X View
Underground Sewer Et Water
Or Crane Mount
King
Power Equipment Operators-
Drilling Machine
$77.53
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Elevator and man -lift:
$72.30
7A 11H 8X View
Underground Sewer Et Water
permanent and shaft type
King
Power Equipment Operators-
Finishing Machine, Bidwell And
$76.09
15J 11G 8X View
Underground Sewer & Water
Gamaco Et Similar Equipment
King
Power Equipment Operators-
Forklift: 3000 lbs and over with
$75.60
7A 11H 8X View
Underground Sewer Et Water
attachments
about:blank
12/18
12/6/21, 4:01 PM
about:blank
King
Power Equipment Operators-
Forklifts: under 3000 lbs. with
$72.30
7A 11H 8X View
Underground Sewer EL Water
attachments
King
Power Equipment Operators-
Grade Engineer: Using Blue
$76.09
15J 11 G 8f View
Underground Sewer & Water
Prints, Cut Sheets, Etc
King
Power Equipment Operators-
Gradechecker/Stakeman
$72.20
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Guardrail Punch
$76.09
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Hard Tail End Dump
$76.77
15J 11G 8X View
Underground Sewer a Water
Articulating Off- Road
Equipment 45 Yards. Et Over
King
Power Equipment Operators-
Hard Tail End Dump
$76.09
15J 11G SX View
Underground Sewer Et Water
Articulating Off -road
Equipment Under 45 Yards
King
Power Equipment Operators-
Horizontal/Directional Drill
$75.50
15J 11G 8X View
Underground Sewer Et Water
Locator
King
Power Equipment Operators-
Horizontal/Directional Drill
$76.09
15J 11G 8X View
Underground Sewer Et Water
Operator
King
Power Equipment Operators-
Hydralifts/boom trucks: 10
$72.30
7A 11H 8X View
Underground Sewer 4 Water
tons and under
King
Power Equipment Operators-
Hydralifts/boom trucks: over
$75.60
7A 11H 8X View
Underground Sewer Et Water
10 tons
King
Power Equipment Operators-
Leverman
$78.44
7A 11 H 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loader, Overhead, 6 Yards. But
$76.77
15J 11G 8X View
Underground Sewer Et Water
Not Including 8 Yards
King
Power Equipment Operators-
Loaders, Overhead Under 6
$76.09
15J 11G 8X View
Underground Sewer Et Water
Yards
King
Power Equipment Operators-
Loaders, Plant Feed
$76.09
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Loaders: Elevating Type Belt
$75.50
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Locomotives, All
$76.09
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Material Transfer Device
$76.09
15J 11G 8X View
t Water
Undergro nd Sewer F
King
Power Equipment Operators-
Mechanics: all (Leadmen -
$77.63
7A 11H 8X View
Underground Sewer Et Water
$0.50 per hour over mechanic)
King
Power Equipment Operators-
Motor Patrol Graders
$76.77
15J 11G 8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Mucking Machine, Mole, Tunnel
$76.77
15J 11G 8X View
Underground Sewer Et Water
Drill, Boring, Road Header
And/or Shield
King
Power Equipment Operators-
Oil Distributors, Blower
$72.20
15J 11G 8X View
Underground Sewer Et Water
Distribution Et Mulch Seeding
Operator
King
Power Equipment Operators-
Outside Hoists (elevators and
$75.60
7A 11H 8X View
Underground Sewer Et Water
manlifts), Air Tuggers, Strato
King
Power Equipment Operators-
Overhead, bridge type: 100
$77.63
7A 11H 8X View
Underground Sewer Et Wate
tons and over
King
Power Equipment Operators-
Overhead, bridge type: 45 tons
$76.87
7A 11H 8x View
Underground Sewer Et Water
through 99 tons
King
Power Equipment Operators-
Pavement Breaker
$72.20
15J 11G 8X View
about -blank
13/18
12/6/21, 4:01 PM
about:blank
Underground Sewer Et Water
King
Power Equipment Operators-
Pile Driver (other Than Crane
$76.09
15J
11G
View
Underground Sewer Et Water
Mount)
King
Power Equipment Operators-
Plant Oiler - Asphalt, Crusher
$75.50
15J
11G
8x View
Underground Sewer Et Water
King
Power Equipment Operators-
Posthole Digger, Mechanical
$72.20
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Power Plant
$72.20
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Pumps - Water
$72.20
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators
Quad 9, Hd 41, D10 And Over
$76.77
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Remote Control Operator On
$76.77
15J
11G
BX View
Underground Sewer Water
Rubber Tired Earth Moving
Equipment
King
Power Equipment Operators-
Rigger and Bellman
$72.30
7A
11 H
8X View
Underground Sewer 4 Water
King
Power Equipment Operators-
Rigger/Signal Person,
$75.60
7A
11H
8X View
Underground Sewer Et W er
Bellman(Certified)
King
Power Equipment Operators-
Rollagon
$76.77
15J
11G
8X View
Underg ound Sewer Et Water
King
Power Equipment Operators-
Roller, Other Than Plant Mix
$72.20
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Roller, Plant Mix Or Multi -lift
$75.50
15J
11G
8X View
Underground Sewer Et Water
Materials
King
Power Equipment Operators-
Roto-mill, Roto-grinder
$76.09
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Saws - Concrete
$75.50
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Scraper, Self Propelled Under
$76.09
15J
11G
8X View
Underground Sewer Et Water
45 Yards
King
Power Equipment Operators-
Scrapers - Concrete Et Carry All
$75.50
15J
11G
8X View
Underground Sewer Er Water
King
Power Equipment Operators-
Scrapers, Self-propelled: 45
$76.77
15J
11G
BX View
Undergra nd 5ewer Water
Yards And Over
King
Power Equipment Operators-
Service Engineers: equipment
$75.60
7A
11 H
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Shotcrete/Gunite Equipment
$72.20
15J
11G
8X View
Underground Sewer Et Water
King
Power Equipment Operators-
Shovel, Excavator, Backhoe,
$75.50
15J
11G
8X View
Underground Sewer Et Water
Tractors Under 15 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoe:
$76.77
15J
11 G
DX View
Underground Sewer Et Water
Over 30 Metric Tons To 50
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes,
$76.09
15J
11G
8x View
Underground Sewer Et Water
Tractors: 15 To 30 Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$77.53
15J
11G
8X View
Underground Sewer Et Water
Over 50 Metric Tons To 90
Metric Tons
King
Power Equipment Operators-
Shovel, Excavator, Backhoes:
$78.33
15J
11G
8X View
Underground Sewer Et Water
Over 90 Metric Tons
King
Power Equipment Operators-
Slipform Pavers
$76.77
15J
11G
BX View
about:blank
14/18
12/6/21, 4:01 PM
about:blank
Underground Sewer Et Water
King
Power Equipment Operators-
Spreader, Topsider Et
$76.77
15.1
11G
8X
View
Underground Sewer Et Water
Screedman
King
Power Equipment Operators-
Subgrader Trimmer
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Bucket Elevators
$75.50
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Tower Crane: over 175' through
$78.44
7A
11H
8X
View
Underground Sewer Et Water
250' in height, base to boom
King
Power Equipment Operators-
Tower crane: up to 175' in
$77.63
7A
11H
8X
View
Underground Sewer Et Water
height base to boom
King
Power Equipment Operators-
Tower Cranes: over 250' in
$79.20
7A
11H
8X
View
Underground Sewer Et Water
height from base to boom
King
Power Equipment Operators-
Transporters, All Track Or Truck
$76.77
15J
11G
8X
View
Underground Sewer & Water
Type
King
Power Equipment Operators-
Trenching Machines
$75.50
15J
11G
8X
View
Underground Sewer at Water
King
Power Equipment Operators-
Truck Crane Oiler/Driver: 100
$76.19
7A
11H
8X
View
Underground Sewer Et Water
tons and over
King
Power Equipment Operators-
Truck crane oiler/driver: under
$75.60
7A
11H
8X
View
Underground Sewer Et W er
100 tons
King
Power Equipment Operators-
Truck Mount Portable Conveyor
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Welder
$76.87
7A
11H
8X
View
Underground Sewer Et Water
King
Power Equipment Operators-
Wheel Tractors, Farman Type
$72.20
15J
11G
8X
View
Underground Sewer 1t Water
King
Power Equipment Operators-
Yo Yo Pay Dozer
$76.09
15J
11G
8X
View
Underground Sewer Et Water
King
Power Line Clearance Tree
Journey Level In Charge
$55.03
5A
4A
View
Trimmers
King
Power Line_learance Tree
Spray Person
$52.24
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Equipment Operator
$55.03
5A
4A
View
Trimmers
King
Power Line Clearan_c� Tree
Tree Trimmer
$49.21
5A
4A
View
Trimmers
King
Power Line Clearance Tree
Tree Trimmer Groundperson
$37.47
5A
4A
View
Trimmers
King
Refrigeration Et Air
Journey Level
$88.51
6Z
1 G
View
Conditioning Mechanics
King
Residential Brick Mason
Journey Level
$63.32
7E
1N
View
King
Residential Carpenters
Journey Level
$36.44
1
View
King
Residential Cement Masons
Journey Level
$46.64
1
View
King
Residential Drywall_Applicators
Journey Level
$68.19
7A
4C
View
King
Residentia Drywall Tapers
Journey Level
$36.36
1
View
King
Residential_ Electricians
Journey Level
$48.80
1
View
King
Residenti aziers
Journey Level
$28.93
1
View
King
Residential_ Insulation
Journey Level
$28.18
1
View
Applicators
King
Residential Laborers
Journey Level
$29.73
1
View
about:blank
15/18
12/6/21, 4:01 PM
about:blank
King
Residential M r le Sette
Journey Level
$27.38
1
View
King
Residential Paint rs
Journey Level
$23.47
1
View
King
Residential Plumbers
Journey Level
$93.69
6Z
1G
View
Pipefitters
King
Residential Refrigeration Et Air
Journey Level
$88.51
6Z
1G
View
Conditioning Mechanics
King
Residential Sheet Meta E
Journey Level
$91.83
7F
1 E
View
Workers
King
Residential Soft Floor Layers
Journey Level
$51.91
5A
3.1
View
King
Residential Sprinkler Fitters
Journey Level
$53.04
5C
2R
View
.(Fire Protection).
King
Residential Stone Masons
Journey Level
$63.32
7E
1 N
View
King
Residential Terrazzo Workers
Journey Level
$57.71
7E
1N
View
King
Residential Terrazzo/Tile
Journey Level
$24.39
1
View
Finishers
King
Residential Tile Setters
Journey Level
$21.04
1
View
King
Roofers
Journey Level
$57.30
5A
3H
View
King
Roofers
Using Irritable Bituminous
$60.30
5A
3H
View
Materials
King
Sheet Metal Workers
Journey Level (Field or Shop)
$91.83
7F
1 E
View
King
Shipbuilding Et Ship Repair
New Construction Boilermaker
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Carpenter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Crane
$39.58
7V
1
View
Operator
King
Shipbuilding Et Ship Repair
New Construction Electrician
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Heat Et Frost
$82.02
15H
11C
View
Insulator
King
Shipbuilding Et Ship Repair
New Construction Laborer
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Machinist
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Operating
$39.58
7V
1
View
Engineer
King
Shipbuilding Et Ship Repair
New Construction Painter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Pipefitter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Rigger
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Sheet Metal
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction Shipfitter
$39.58
7V
1
View
King
Shipbuilding Et Ship Repair
New Construction
$39.58
7V
1
View
Warehouse/Teamster
King
Shipbuilding Et Ship Repair
New Construction Welder /
$39.58
7V
1
View
Burner
King
Shipbuilding Et Ship Repair
Ship Repair Boilermaker
$47.45
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Carpenter
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Crane Operator
$45.06
7Y
4K
View
King
Shipbuilding Et Ship Repair
Ship Repair Electrician
$47.42
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Heat Et Frost
$82.02
15H
11C
View
Insulator
King
Shipbuilding Et Ship Repair
Ship Repair Laborer
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Machinist
$47.35
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Operating Engineer
$45.06
7Y
4K
View
about:blank 16/18
12/6/21, 4:01 PM
about:blank
King
Shipbuilding Et Ship Repair
Ship Repair Painter
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Pipefitter
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Rigger
$47.45
7X
4.1
View
King
Shipbuilding Et Ship Repair
Ship Repair Sheet Metal
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Shipwright
$47.35
7X
4J
View
King
Shipbuilding Et Ship Repair
Ship Repair Warehouse /
$45.06
7Y
4K
View
Teamster
King
Sign Makers Er Installers
Journey Level
$53.62
0
1
View
.(Electrical),
King
Sign Makers Et Installers (Non-
Journey Level
$34.43
0
1
View
Electrical),
King
Soft Floor Layers
Journey Level
$51.91
5A
3J
View
King
Solar Controls For Windows
Journey Level
$13.69
1
View
King
Sprinkter Fit ters_(Fire
Journey Level
$87.99
5C
1X
View
Protection),
King
Stage Rigging Mechanics (Non
Journey Level
$13.69
1
View
Structural),
King
Stone Masons
Journey Level
$63.32
7E
IN
View
King
Street And Parking Lot Sweeper
Journey Level
$19.09
1
View
Workers
King
Surveyors
Assistant Construction Site
$75.60
7A
11 H
8X
View
Surveyor
King
Surveyors
Chainman
$72.30
7A
11 H
8X
View
King
Surveyors
Construction Site Surveyor
$76.87
7A
11 H
8X
View
King
Surveyors
Drone Operator (when used in
$72.30
7A
11H
8X
View
conjunction with survey work
only)
King
Telecommunication Technicians
Journey Level
$57.07
7E
1 E
View
King
Telephone Line Construction -
Cable Splicer
$38.27
5A
2B
View
Outside
King
Telephone Ljnei Construction
Hole Digger/Ground Person
$25.66
5A
2B
View
Outside
King
Telephone Line Construction -
Telephone Equipment Operator
$31.96
5A
2B
View
Outside
(Light)
King
Telephone Line Construction
Telephone Lineperson
$36.17
5A
2B
View
Outside
King
Terrazzo Workers
Journey Level
$57.71
7E
1 N
View
King
Tile Setters
Journey Level
$57.71
7E
1 N
View
King
Tile, Marble Et Terrazzo
Finisher
$48.54
7E
1 N
View
Finishers
King
Traffic Control Stripers
Journey Level
$50.51
7A
1K
View
King
Truck Drivers
Asphalt Mix Over 16 Yards
$69.95
5D
4Y
8L
View
King
Truck Drivers
Asphalt Mix To 16 Yards
$69.11
5D
4Y
8L
View
King
Truck Drivers
Dump Truck
$69.11
5D
4Y
8L
View
King
Truck Drivers
Dump Truck Et Trailer
$69.95
5D
4Y
8L
View
King
Truck Drivers
Other Trucks
$69.95
5D
4Y
8L
View
King
Truck Drivers - Ready Mix
Transit Mix
$69.95
5D
4Y
8L
View
King
Well Drillers Et Irrigation Pump
Irrigation Pump Installer
$17.71
1
View
Installers
King
Well Drillers Et Irrigation Pump
Oiler
$13.69
1
View
about:blank
17/18
12/6/21, 4:01 PM
about:blank
Installers
King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View
Installers
about:blank 18/18
Coring samples
Sch D
Location
Depth
1
Center
2
Shoulder
3
Center
,
4
Shoulder
Z .
5
Center
6
Shoulder
7
Center
,
8
Shoulder
9
ICenter
10
Shoulder
11
Center
r
12
Shoulder
�.
13
Center
57
14 IShoulder
3
sch E
Location
Depth
15
Deleted
Deleted
16
Deleted
Deleted
17
Deleted
Deleted
18
Deleted
Deleted
19
Center
20
Shoulder
21
ICenter
22
IShoulder
Sch F
Location
Depth
23
Deleted
Deleted
24
Deleted
Deleted
25
Deleted
Deleted
26
Deleted
Deleted
27
Deleted
Deleted
28
Deleted
Deleted
29
Center
Z
30
Shoulder
3
31
Center
�.
32
IShoulder
33
Center:
34
Shoulder
35
Center
),
36
Shoulder
37
Center
Z
38
Shoulder
Z ,
39
ICenter
2, 2
40
Shoulder
41
Center
42
Shoulder
43 jCenter
s
44 IShoulder
2022 Federal Way Overlay - Schedule D
S`�
'
Dash Point
Dash Point
"
Q" 321
State Park
State ParkCD
h
J
a 322 ;
°aa #3,4
a_to 2v
4 �
�j�
#1,2
.y Sol �23
`ryya Dash Point
Highlands Park
'N 324 PL
Q
/ti► Lo
F
�
SW 325 PL
a. P
U) 326 �c�
PL
F-
#5,6
CL
C) 3:
I-C) It a. U) O
SVV 327 ST
327 PL
#7,8
SW 327 PL
.a
S lr r 91 �
32 P L
#9,10
'�
ay
O
#11,12
. ]� S�V
330
�
0
sYv
"C
#13,14
CT
Q
330 CT
p
C% vn
0
00kP
b
'0
Tacoma 2
U)
G
Map Date: 1/2021. This map is accompanied by NO warranties. A 0 250 500 Feet
The streets that comprise this schedule are subject to change. N -
2022 Federal Way Overlay - Schedule E
F
S 280 P
, .-- #21,:
S 280 PL
280
©F2S
WY
--I
281
#19,20
(/)2t5z
2
Heritage
A
ST
woods
S
a
Park
282
°'
82
283 co
S 2g3 Pz
N
rL I PL o i .
283 ST S 284 ��84 P�- S
cO ST al�' _ T�o
C/) S
284 LN
Q
00 #17,18
T-
S 285
Q S 286
00 LN
288 ST
PL
U)
Q
0
� �
CN S2841
J�
S 285 ST 286 S
Q
S 286 ST c1i S 286
N
#15,16 N Q
c 7
PL N Q
S 287 ST
Map Date: 3/2021. This map is accompanied by NO warranties.
The streets that comprise this schedule are subject to change.
S 288 ST
Q 0 250 500 Feet
N 1
2022 Federal Way Overlay - Schedule F
5�V307 ST
SW 308 ST
#39,40
#27, 28
C
O
S W cCn
309 Q
Q
310 ST PL
#29,30
Q
cGrove
Lake
00
SW
#31,32
r
Park
310
#33,34
#25,26
U)
#35, 36 a-
- 311Ik„ QT
r Sport Courts
#23,24
r-
3 ST 3:
4 ,��'� oQ�- cn
Map Date: 3/2021. This map is accompanied by NO warranties
The streets that comprise this schedule are subject to change.
SV
31 I
ST
SW 307
ST #43 44
3: SW 308 ST
J
Co #41,42
#37,38
Mirror
� Lake
Q 0 250 500 Feet
N F I
YIN— -
AtlssirwW�._-i-LE I S-T cEs.al
nnu.A
owe
=ueg
1
NAM-;f MILL
:inM�LAK. R'e£ib
Fis.[f
wNL�e[E eno PA.1•L
n mrcaRLAyA,..�•�•
spun MI mw, aI I MEF/bly'�1!•+
MTwINL�IEaRs#Aw annu
AaNA'-WHT NWc`t+ .4 W-E
wit FlkNwsueNrNwnr3
A-E-N
r'
ie
aiERU N Es�EEAR[I.,,.
14
ficxrn�.,.v�rs
.tL `�iw,rw»,.ana
=
a11FaL� AC1 AIttlEEA
' mlee=
ARirv+i ll letN c•+Ip nyllx:
Nqx: wa lfAVa Alil; tnEa Atn n..ltn
>viY-µr:0 L'+ia
Lu�1
µ•.Mr
},i
.n041letlY� 4tlENivwiucfunvaiwe
AITEF
ActRalwc c .lW�
c�EliR W � xs >>vsT
�
R__ a <
�m[diC
W4FRE/I+di nr.'.Pa.
A,'�.ie,
Aa*8NN1..11gt 1•I.cr+u: r,.r•:=
a
al�x
xauw>.yic Fs�A.n rr rl•A,
1f
kzi]
AAIFi�.LmEFRLa.ti7 pAn,c
T2
iRrN
iRiFRIALars �.;:=-��rMlllc
City of Federal Way
Public Works Department
2022 ASPHALT OVERLAY PROJECT
:Feat Aq[ENMS eFiE RacnANu=A'R�
r.Nra.bA cC-JW RNImnWN
aqb AAwFb •.[
MEC�Cm
cult lu[m•
VA:�1 wbrlW„A
ur...Nau
W4� NwnN:
rau[ 1Llveu/J Ano v_ r.L[
lwy�
RT-LP EMENT -s
yxtl nrF.ri
cr+mn� arF.Y �XAEST+
s
ntKnuxo .newer=m
w
�oAnEa+9N
hvrsavu
NyA,^,-4
el
-IOE wL sIiE PREP t•:0
12
XEnIXRlRL-LnllE„Aut
Y•nty
��
Yam- etiNLt¢iE lrNt�+rm
c .INL 111E PIRAA`Ltl
RE _ u�NIb N�INAAW
YA[iN:
xEaoe cnll7ME AVO
-
ut Nt[FgrP+Nn
snNa
4=�2JFul ei6 fnin+•G
F+
- E
YF!?REPRW
�
r�y[A
u>®wLP PLMa
ps
x
brt r
-
caam
[Hai!
RAynb=1A[a
JAN UARY, 2022
PROJECT #12-522
yrvx¢ V
ISE
�ura..A1e
AW�c]tyrr
.�rra.:14S.
cno-a
n+uaA'aAa
coo-u
R.Mw ArAn
n!
as �AIJ
aka 3u4
��u�b�ArA
cro-u
dal[
Nlwa r✓<lN*
NWArANiP
•WIENYAI
�0•�
lausc[s?3
cam::
kvPawc
Cr6]1
R�+E
w�+EW[I01`A.
yEu[lu
ta+ln vu�
r
•
v.."M A NL+ aIH:Hri
LUEDA4E
E
-E-R W
�
s�r0u-Ei
•ugJJ wY>•�IM4
IMci-t
^�uLe F P,wP.vCniy.aaxueq ••¢1ICAAi
Aa,lcrw.r PEe.nn.eY:�xr vu�eE.s
-7 ssC
u1PF11
R[sl0_n not =hE PR[P AtiO
5-1
RESICE.7-A TEPREPA-
M
REe Y[ ---nVu
FSaAR¢R.Npa�NpE
uv-0
1�
rR•A H
ckl�
AAy/NM
TINlNiCaa,�Aal
Taa=Rt{.—t
rc1
scr
TWO-r�intt
vi{Iral A
la
-
'mvii C•mY]Le
-T
L Nlapt i
-
caNrA7i
IN
Ta4
'LRiIGa
APPROVES] FOR CONSTRUCTION
D ESI R E E SN N�LER P.E. GATE
tl4lLLT' ✓yLLALJG ]M]ilAa DIIIEC'NF
� r
EMI
4w1
D *Iv Al Way
B
A
100% D
env op
J.CDLE
r
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
DATE
RE1I6aA7
Federal Way
DESIGNED J. CDLEDRAFTED
. EE
Centered ort Opportunity
r .
COVER
G-01
-' 33325BTHAVE S FEDERAL WAY WA98003
REVIEWED: D.WINRLER
PHONE (25]) b35.2700
• •Dr:IOW
VAAMCITYOFFEDERALWAYCOM
�IIII e.rlp -ft
APPROVED D-WINKLER
1 aE 99
14
LEGEND
EXISTING tPER KPG
-,
r:.-.+l:W In CAX
i7
....[ rC.r luwr.l�
rkplin I, •I r�
•
•A r. JSLLw %I
+-
rfl iH
le]
A. IC,4! ome fill
• '
i'AN'iD ILWlI-1.1
Z�014:t .-r.l
f —
NLKKhu AtfWrt:L
•
ram' wdl IL H•elli
SS
'V &411110
•-
velr!1't2 Illli 11FI1
;1
..-J }'Sa Y-JCL_
AN
'1 .111.V
is
+1r::••Y.
1!
'iia=l'•. uAt?.1
•
LN[TJF]'MAU
a
'+-IAXaF i.l
..
fi'1L'r'=.ti:l :Y
--•V—
ryllll tl�
u
_e5 tr.•t
p.� —
r:tue..:=
aLTE-lI
O
'ii Y.W.
...• r HAa. 'Ai�H
:A4
1I4W
111AN'rl
.1711 Ya:n
-r
1Trlu
r
iiMDl -Cf Ij.[i4R-1mv1'>A '
IV
q[i µWILL
�•
Wa li • f Y: *.•
Pula I'UI. NAN i.suj it
lu
HEi fb'Al UIY
rs __= 2!.' d.
y,1;13Nn
mFR1 ABCYm"LAL6(-Wo
A
JR II••„Itgl
.Apu 'iwyl
ft*iA YAVw'.sl
K.A-01
TAN;SI 1.I ,i .
I'.+-1 .iJ
.
M. LFAKIYEI7 (NVIti
4jkVL2,LU1 '.Vl :=•';-'-:•.I'
J
MWA wAt.w
A
ADS' . rA:L'A .)LSf
iivIcl) I n:1IMI .A' 1•: E
�]
rL'sJ Ix ali2:.Lks
+
•L: 14L
Of v4viw;'
W
!-A 1c1L1
•
A<ULI tl ra1•i RIVAL
k"46I1
c
It" Nu'
I�
ri:l l' 1YtiullyY ja'.�i'N•_�la!
-
L•.Y1L41
r
x:+L ti. fxc •Y 6'_w.C�:-
JI1H' C.LAL wl' . _ ._.. _ ,
-
'.I: i!
.•
Lit N„1
4'w1• kx•1 i+u.....-.
_
...
—tea
W I: 11
J'N I Ihl� :aw W l"i
.--a•
A4'"1;AIAE.ML6�tc
A.-_1tv.4iuA Z-1
u
AI
_.'L"I,.N rl.
-A':
:ra:
..
aEy.41f..•....
ac
IRL._ rttiTki cAa.,..
�
. �cr.l
.-•
. •.��•
s
a�.•rl..ctR17i•.T
.cN
,.,
Ls
KfI,Riv%Ll;r FAiNCT
"
ur•L.Ii [f 7r L'. II
x
."LiS rla: �l--Ar M-1.1 I
.Le
:.A
•+
•n'R' i .. .
UWF; AIMEIITIS F'F
■
.:I•J' III IF.,
iR-•
S' -I LF,-I. II INERAtiY
.16,
'AX. III-W;.1W to + ••I11n.71
�•
li:vifl rwJ 4
•
0
im4&6Sa11lt4 �'n•f
I
..
.Ct ,I;Im
IAC .L:x1
.k'£.�.zT»i• -.L I1A'1 5 ". x•I
I a
n,.N:lm �I:h3
PROPOSED
IS
MONUMENT
O
STORMDRAIN MANHOLE
A
CATCH BASIN
(]
AREA DRAIN
sG•
STORMDRAIN CLEAN -OUT
n
CULVERT
©
SEWER MANHOLE
a
SIGN
0
MAILBOX
GP•
BOLLARD
+
BORE/ POTHOLE LOCATION
C]
SHRUB
OKX
DECIDUOUS TREE, DIA (A OF TRUNKS)
T
CONIFEROUS TREE. OM II OF TRUNKS)
O
BOULDER
)lk-•
STREET LIGHT (LUMINAIRE)
TRAFFIC SIGNAL, POLE 6 MASTARM
TRAFFIC SIGNAL POLE 6 MAST
ARMWI LUMINAIREARM
•
PFDFSTRANPUSlBUTIOVPOIE
8
TRAFFIC ILLUM}BDX
m
TRAFFIC CONTROL CABINET
eQPs
BACKUP POWER SUPPLY
®
ELECTRICAL SERVICE CABINET
TRAFFIC SIGNAL
VEHICLE DETECTION
CITY FIBER OPTIC VAULT/JNBOX
®
FESTIVAL OUTLET
4
POWER POLE
POWER POLE GUY ANCHOR
POWER POLE WI LUMINAIRE
POWER VAULT LID IJ-BOX
❑
POWER TRANSFORMER
®
POWER METER
MT
TELECOMM VAULT/J-BOX
UTILITY PEDESTAL
m
GAS VALVE
®
GAS METER
pd
WATER VALVE
®
WATER METER
w0
WATER VAULT LID
FIRE HYDRANT
T
BLOALOFF
INLET PROTECTION
XXX
CONTOUR
-->-�
DITCH FLOWLINE
EDGE OF PAVEMENT
CONCRETE CURB B GUTTER
SAWCUT
STORMDRAIN
—U�
UNDERDRAIN
SANITARY SEWER
WATER
—�•
IRRIGATION
GAS
UE
UNDERGROUND POWER
TEL
TELECUMMUNICATION
OE
OVERHEAD UTILITY LINE
FO
CITY FIBER
F
CUT LINE
F
FILL LINE
FENCE-CHAINLINK
FENCE -WOOD
CONCRETE
ASPHALT
GRAVEL
ROCKERY WALL
ABBREVIATIONS
ABNO
ABANDONED
MW
MONITORING WELL
AC
ASPHALT
N
NORTHIN&NORTH
AC
ASBESTOS CEMENT WATER PIPE
NO
NUMBER
ACP
ASPHALT CONCRETE PAVEMENT
NTS
NOT TO SCALE
AD A
AMERICANS WITH DISABILITIES ACT
OC
ON CENTER
AP
ANGLE POINT
OD
OUTSIDE DIAMETER
AVE
AVENUE
OH
OVERHEAD UTILITIES
BLDG
BUILDING
PC
POINT OF CURVATURE
BMP
BEST MANAGEMENT PRACTICE
PCC
POINT OF CURVE ON CURVE
BOW
BACK OF WALK
PE
POLYETHYLENE
CB
CATCH BASIN
PG
PERFORMANCE GRADE
CDF
CO NTROLLED DENSITY FILL
PI
POINT OF INTERSECTION
CI
CAST IRON
PIV
POST INDICATOR VALVE
CIE
CENTERLINE
POB
POINT OF BEGINNING
CL
CI -Ass
POC
POINT OF CONNECTION
CO
CLEANOUT
POE
POINT OF ENDING
CONC
CONCRETE
PCCP
PRECAST CONCRETE PANELS
CONT
CONTAINER
PRC
POINT OF REVERSE CURVATURE
DC VA
DOUBLE CHECK VALVE ASSEMBLY
PT
POINT OF TANGENCY
DI
DUCTILE IRON
PVC
POLYVINYL CHLORIDE
DIAL
DIAMETER
PVI
PONTOFVERTALMERSECTION
CFW
CITYOF FEDERALWAY
R
RADIUS
CSBC
CRUSHED SURFACING BASE COURSE
RJ
RESTRAINED JOINT
E
EASTING/EAST
RT
RIGHT
EL
ELEVATION
S
SLOPEISOUTH
ELEV
ELEVATION
SO
STORM DRAIN
EDP
EDGE OF PAVEMENT
SDP
STORM DRAIN PIPE
EX
EXISTING
SEW
SEWER
E%IST
EXISTING
SHT
SHEET
FOC
FIREDEPARTMENT CONNECTION
SSMH
SANITARY SEWER MANHOLE
FL
FLANGE
ST
STREET
FL
FLOWUNE
STA
STATION
FG
FINISH GRADE
STD
STANDARD
HORIZ
HORIZONTAL
T
TANGENT LENGTH
HMA
HOT MIX ASPHALT
TI
TYPE I CATCH WSW
ICV
IRRIGATION CONTROL VALVE
T2
TYPE 2 CATCH BASIN
ID
INSIDE DIAMETER
TOG
TOP OF CURB
IE
INVERT ELEVATION
TOG
TOP OF GRATE
L
LENGTH OF CURVE
TYP
TYPICAL
LT
LEFT
VC
VERTICAL CURVE
LF
LINEAR FEET
VERT
VERTICAL
LP
LOW POINT
VLT
VAUILT
MAX
MAXIMUM
W
WESTIWITH
MIN
MINIMUM
WAT
WATER
MH
MANHOLE
MOOT
WASHINGTON STATE
MIC
MONUMENT IN CASE
DEPARTMENT OF
MJ
MECHANICAL JOINT
TRANSPORTATION
BUTT JOINT AT MATCH LINE
LAND TRNSITIONTO
FULL DEPTH C MATCH ED Y E TRANSITION TO D
IN AT DISTANCE DIRECTED BY ENGINEER.
PLANE MOTH AS INDICATED ON'PIANING MOTH
AT CURB AND GUTTER• FULL DEPTH AT FACE OF
wR GUTTER
.AVuwo R"A McTit 1
100% DRAWINGS
-
V' TM
DRAFTED J. COLE
DRAWING
VERSION REVISION LOG
2022 ASPHALT OVERLAY PROJECT
-12522...
No-�`�'°"
Federal )Nay
DESIGNED: J. COLE
Ceptered an Opportunity
Qkp
LEGEND
G-03
x JJJZB BTH AVE S FEDERAL WAY WA 9800]
REVIEWED: D. WINKLER
i
is PHONE (353) B3S00 2T
VMW.CITYOFFEDERALWAY COM
' n�m
K LaQCaH••a dk&
WI
APPROVED D_NKLER
F BB
E
} EXISTING
EXIST
ARTERIAL 1
HMA L'A 1�_Pf.i�9 �7a
2"
RESIDENTIAL1 10
fr
ARTERIAL21-
FOF�AI}I�
RESIDENTIAL la'
ARTERIAL212"
EY aT SUtl+RAGE
RESIDENTIAL 1 la'
TYPICAL SECTION OVERLAY WITH CURB AND GUTTER
NTS
I@
+ EXISTING STREET
EXIST CONC
EXIS7 CONC.
IE AIOU1 +
�.-i
10'ARTE
_�1-
TRESIOENTIATIAL �T� �
MATCtMti%IEi SCOPE
ARTERIAL]III'
HIMCI1/2"PGSSN-
ARTERIAL 21 G RESR]'tNT1AL 1 1?'
-
LASS SOSGAADE
RESIDENTIAL I I2'
TYPICAL SECTION ASPHALT OVERLAY WITH CURBS AND SHOULDER
NTS
OVERLAP DEPTTIVAT FLOW LINE
rD uL
THIE![E%ER
nnwa,��.... FLOWLNE COOS
P AVER
s
ARTERIAL 2 ITC
RESIDENTIAL 11Z'
PLANING SURFACE
PLANING DETAIL FOR THICKENED EDGE AREAS
NTS
MAINTENANCE ROCK
ASNEEDED
I�}GDTTEN
MAINTENANCE ROCK
MAINTENANCE ROCK
ASIIEEq_ F{3
FT`T-/'7
EEDOGE
IAfAi5T 1C'.4c1 E9N •x � y TInCKENEPEDS+E ti
CIAuSHEG Si91FAC✓: T4P Ca11A8S. Ga FT t DETAIL PAGE 13-415
J'�Y' COMPAGFED SU6GAADE
TYPICAL SECTFDN ROAD REBUILD A -A
CENTER LINE STA 420-65 TO 431+34
CENTER LINE STA 410t07 TO 408-90
EXIST.
�AAIEAHLe.
/ ARTERIAL 2
} 24'
- - � - - - - - - ES]sT 11Cp ARTERIAL751I- v o
_ CE SfF P3 H+Y:
2
EXIST. GUdORA9E
TYPICAL SECTION OVERLAY WITH PERMEABLE HMA SHOULDER
NTS
100% DRAWINGS
T CITY OF
Federal lrl%y
DRAFTED: JCOLE
^ • .0
DRAWING VERSION /REVISION LOG
NO SATE REVISION
2022 ASPHALT OVERLAY PROJECT
cIT1 221
DESIGNED: J COLEf'
eitL!'
Centered on opporLl�lrty
ROADWAY SECTIONS
G-04
M25 STH AVE S FEDERAL WAY. WA 9M3
^ ENoY[
r~III-1-T-ft
REVIEWED: D WNKLER
-
PHONE: 253 () 535-2700
_ V VhV CITYOFFEDERALWAY-COM
APPROVED: D WANKLER
3 of 99
ASPHALTFVMi OVERLAY [TMCxHESS VRA>Fsl
PVMTREPLACEMENTFOR
STREETPATCH
S IZE ANOLOCAT10N VARIES NOTE PAVEMENT PATCHING SHALL
BE AS MECTEO IN THE FIELD BY.
THE CITY INSPECTOR
CSTING GRAVEL BASE
GRIND EXISTING PAVEMENT TO BE REMOVED TO TOP OF EXISTING BASE MATERIAL
MIN 3" DEPTH FOR RESIDENTIAL, MIN 6" DEPTH FOR ARTERIALS
ALTERNATE PAVEIIPENT REPAIR DETAILS
NTS
A"RALTPVMT OVERLAY (THICKNESS VARIES)
PVMT RU'LACEME+IT FOR NOTE: PAVEMENT PATCHING SHALL
STREET PATCH BE AS DIRECTED IN THE FIELD BY
SIZE AND LOCATgH VARIES fHE CITY IN6PEtWIT
EXISTING GRAVEL BASE
HMA FOR PAVEMENT REPAIR CL 12" PG 5BH-22 MIN 3" THICKNESS
1r22
(MATCH EXISTING PAVEMENT THICKNESS PRIOR TO OVERLAY)
CRUSHED SURFACING TOP COURSE (CSTC) 6" THICKNESS OR AS
DIRECTED IN FIELD
SfTY'ICVT TO SQUARE EDGE AS
REQU TACK JOINT PRIOR TO
PAVEMENT PATCHING COMPACTED SUBGRAOE
RESIDENTIAL PAVEMENT REPAIR DETAIL
lI1I
ASPHALT PVMT OVL PLAY Cnm[I E55 VARIES}
PVMTREPLACEMENTFOR
NOTE: PAVEMENT PATCHING SHALL
5T61EEwT= BE AS DIRECTED IN THE FIELD BY
A¢EATTQLDUVTIWL VARIES THE CITY INSPECTOR
EXISTING GRAVEL BASE
NMA FOR PAVEMENT REPAIR CL Trr P015WM MR. 6" THICKNESS
IMATCKLWTM�PAVEWNT ICKNESS PRIOR TO OVERLAY)
.CIR KO SURFACING TOP COURSE (CSTC)B"THICKNESS OR AS
0IRECTED IN FIELD.
SAWCUTTO SQUARE EDGE
AS REOD TACK JOINT PRIOR
TO PAVEMENT PATCHING COMPACTED SUBGRADE
ARTERIAL PAVEMENT REPAIR DETAIL
NTS
PVMT REPLACEMENT FOR
REPAIR
SIZE AND LOCATION VARIES
REMOVE ENDS OF MILLED AREA
TO FORM VERTICAL FACE
LR
A
3'
THICKENED EDGE DETAIL
NTS
16" LENGTH F5 REBAR,
DRIVEN INTO GROUND WITH
TOP OF REBAR FLUSH WITH
TOP OF
C URA, TiF
CEMENT COHC- CURBM
INGIOENTAL To CURB RAMPS
GS
IY
fi' y
a VRR ED
W CEMENT CONCRETE CURS (TYP1
NTS
OURw.
1'B' EXPANSION JOINT
IY
CE3IWNT CONCRETE SIDEWALK
B 2FiJET04
H4Z
O11.101 FOR
INTEGRAL POUR
CEMENT CONCRETE ROLLED CURB
NTS
EDESTRIAN
ACCESSIBLE PEDESTRIAN
PLMKBVnON POST(PPRI
AND FOUNDATION
SEESTANOARDPLANS
J-20 10 03 AND J-20 26-01
PEDESTRIAN PUSHBUTTON DETAIL (PIPS)
NTS
LIMIT OF OVERLAY
75 FEETRESIDENTIAL DS FEET AATEIDAL F
EXIOT
DEPTH V RIESPAWEN
DEPTH VARIES
---` ARTERML212 HMA CL 1 ft?<0 SC1r-TI
I��{,TjAC ].]�
TACK OR SEAL JOINT— PLANE ElL7T PAYEYEiT TO PROVIDE
A 30GO7H TRAN':CTION AT BUTT JOINT
SUTT.IOINT DETAIL
100%
mya DRAFTED: JCOLE DRAWINGVERSION /REVISION LOG NO- DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522
_
. Federal Way DESIGNED: J. COLE : ' ~t os1
Centered on Opportunity PAVING DETAILS G-05
333258THAVFS FEDERAL WAY, WA 9WM REVIEWED: D,WINKLER r _
PHONE: (�)B3S-27M R'�"�"I'
VWM.CITYOFFEDERALWAY-COM CBII MLrEIeetR& APPROVED: D WINKLER 4
J•.l' J'xSC'
---
li
STA • J
Y
E'c1�'
- —
J•.si'
sYSA i'ETD'
..
11.1, T
4 •!4
04SB
(]
U
W
=
U
GRAPHIC SCALE
w p sD :p ao
E
Ct7NSTRUCT1ON NOTES
NE]T UEED CV TII SCHEDULE
Nfif USED tai THIS SCHEDULE
/iDJyg,CATCHMA LK!CMSTD DETAIL155
N
REPLACE.IUGfII HFIH CM
HEDFA 4-MnTE W.I. Ara
6
ADJUST MONUMENT CASE ANO COVER, PER CFW DETAIL ]Jfi
A JTFMITER VALVE TuORAM PER CFW LM-DETAIL1W
ADJUST MANHOLE, PER CM STD. DETAIL 1S5.
NOIU WON THIS SCHEDULE
NClT USED ON THIS SCHEDULE
19
alarvaeopx rins�cl�DwE
11
NSF USED ON THIS SCHEDULE
11
NOT USED ON THIS SCHEDULE
13
IA]T UUUPO IM SCHEDULE
14
WT USER ON THQ SCHEDULE
15
OW Q-6.ON NCS SCHEDULE
1fi
NOT ICED M THIS SCHEDULE
17
lmr VUEO ON THIS SCHEDULE
EYYF]
S 373RD 47
CIiYAQOF �p�jyy E��y
Federal way
•
'
: J. COLE
ESID: J. COLE
Centered on Opportunity
[D-FTED
EVEWINKLERPHONE:(25])11
T� 33325 BTH AVES FEDERALWAY WA"003
S2700WWW-CITYOFFEDERALWAY.COM
CEII DIYu'ND014PPROVED:
D. WIN,
DRAWING VERSION / REVISION LOG
LEGEND:
N ®SUIT
U)
JOINT AT STATION OR LOCATIONINDICATED.
FULLDEPTH AT MATCH TOO
EDBY EIGINEETION
IN AT DISTANCE DIRECTED BYEWINEER
PLANE WIDTH AS INDICATED ON'PIANING WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
- - — -- ❑
GUTTER.
PAVEMENT REPAIR SECTION.
W
20 % }. A,
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
U ®
REBUILD ROAD
dIEE r PR0 r1v 0l1
4aTB'
- KEY MAP
100% DRAWINGS
CI ;• rDcJ�—�
2022 ASPHALT OVERLAY PROJECT
12522
ARTERIAL SITE PREP AND PAVING
SHEET
SPA-0 1
SCH A - STA 10+00 TO 20+00
5 DE 99
�- 22-00— '
27-00 2800 _ 29.00
GRAPHIC SCALE
20 0 10 20 AO
USED ON THIS SCHEDULE
USED ON THIS SCHEDULE
' S AuAt M! FAIBNICASE AND COVER, PER CFWDETAIL —
Is AD]16TNKiFB VbLW TO BKADf� PM CAW STO, DETAE N
7 11DJyE MANHUILEPERCFWSTD.DETAIL%5
FYTT uau ON THIS SiHEOAE
0 NOT USED ON THIS SCHEDULE
10 NOT UD OV.T SCHEDULE
11 tK I^EDONIHSSCHEDULE
11 11171 k.ETI ON THIS SCHEDULE
13 NOT USED ON THIS SCHEDULE
14 NOV YSEC ON TIC BOREDULe
15 NOT USED ON THIS SCHEDULE
1E NOT USED ON THIS SCHEDULE
17 NOTUSEO ON THLS SCHEDULE
1B HOT WHO ON THIS SCHEDULE
1i MOT uneD INI IHmw EOIJtE
aR uOT IAEO ON THO 6C1ERlE
FJfTiA BUTT JOINT AT STATION OR LOCATION INDICATED,
�Cd FULL DEPTH AT MATCH UNE AND TRANSITION TOO
IN AT DISTANCE DIRECTED BY ENGINEER.
OPIANENADTHASINDICATEDON-PLAMNGVADTH
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
GUTTER
PAVEMENT REPAIR SECTION
�.' REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
® REBUILD ROAD PERMEAMBLE HMA
INLET PROTECTION
�k�y xA
KEY MAP
10.0% DRAWINGS
CITY Orr
DRAFTED: JCOLE
DRAWING VERSION I REVISION LOG
2022 ASPHALT OVERLAY PROJECT
CITY PROJECT•:
12522
DATiE R�"'°"
Federal lrlra
DESIGNED: J COLE
I -Eh,
CenWred on Opportunityy
'=
ARTERIAL SITE PREP AND PAVING
SPA-02
s33a 6TT5 AVE 5 FEO4RALYYAr VVlS B;DOi
R[vl>:BNED D-WBNALLR
- -
I PHONE (253,B3B.2700
w...B••
SCH A - STA 20+00 TO 30+00
VA".CITYOFFEDERALWAY.COM
(JIILrIWPWdk&
APPROVED: D.WINKLER
7 OF W
GMPHIC SCALE
w r
0
O CONSTRUCTION NOTES
o_
]]
N
21
1 NOT USED ON THIS SCHEDULE
'
Q
] NOT USED ON THIS SCHEDULE
-2�-(q—
LLI
i AWATCATCH BASIN, PER CFW STD. DETAIL MS.
_
—T
DO
TgfPR ]]iT1]CRT
< IF*"Ai
�
—
]2+00
LU
nRAiKD GRATE AND RISER
LU-
— Z
S AOAIOTA1wu11ENT CAS4 AND COVER, PER CFW DETAIL JJ6
-
- - - -- —_
ADAlSTTA]TTER V.] TOONADdPER CMSTD. DETAIL —
W
Z
U
T M IAS]i1f MRCFwETll. tlITAL 240.
J
<
B NOT Ll IYJBD Ok TflD SCHEDULE
(=.T
Q
1
A'.]i
IIOT USROwTTXf LYHEOVIF
�
S 373RD ST
--�--
------ -------------`-----
1D NOT USESw THIS SCHEDULE
W _ «
W
Z —
S
H
1 aB• po
ED
SZS
S
W
N W
U)
Q W
T 5
bC n =
13 HOT USED ON THIS SCHEDULE
13 NOTUSEOONTHISSCHEDULE
li NOT USEOON T11N 6cHElaA-E
15 B!.2!EDONTHISSCHEDULE
]tl NOTUSED ON TI4 tCHF�uL2
1T IMOIUSEDONTHIESCHEDULE
1S NOTf WRif SCHEDULE
19 N UDL DON I'Fffi SCHEDULE
]B W1l M Oil nif SCHEDULE
21 NOT ON THIS SCHEDULE
LEGEND:
®BUTT
JOINT AT STATION OR LOCATION INDICATED.
FULL DEPTH AT MATCH UNE AM TRANSITION TO 0
IN AT DISTANCE DIRECTED BY ENGINEER.
PIANE WOTH AS INDICATED ON-PLANING.DTH
AT CURB AND GUTTER•. FULL DEPTH AT FACE OF
DURER.
PAVEMENT REPAIR SECTION,
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
PRE1 "OTECTIOII
KEY MAP
pa
I
100% DRAWINGS
Sny or
Federal Way
T
DRAFTED: JCOLE
�.i L •
'�•� � ~
T
DRAWING VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
CITY PROJECT N.
12522
liRE�
ND.
DATE
R�VI50H
DESIGNED: J. COLE
-
-
Centered an nl ry
-, Y
ARTERIAL SITE PREP AND PAVING
SPA-03
aaa 13325 BTH AVER FEDERAL WAY, WA YB003
PHONE: (25](83'2T00
REVIEWED: D W NKLER
SCH A — STA 30+00 TO 36+00
VWAN.CITYOFFEDERALWAY COM
LbLmHG
APPROVED: O.WINKLER
8 OF 0
GRAPHIC SCALE
=r�ti
CONSTwnm NOTES
_
K TUSEDONTHISSCHEDULE
- eTrlAVE s -
"—`
NOT USED ON THIS SCHEDULE
r
AiuMaruTw }ASIN FEa csTlr sin. oETAk 2.e
REPLACE ENIMW RBAIAS, ORATE AND N9 WTH CITY
A
FURNISHED FA&MF. G-11' A1iO FMk
S
AO.TJSTMY UMMW CASE AND COVER, PER CM DETAIL
S
AOJLKTBAITER VALVE TDGEADE. PER CM STD DETAIL MS
i
ADJUST IAAu11L• MR W &M DETAIL ]d5.
NOT UfED ON THIS SCHEDULE
..�
}
9
HOT' ON THIS SCHEDULE
�.
a
♦s
10
iWTYaO mIHN. LCH[O'JLE
��L�
Ojai-�
11
NOT UI:SOGH THIS SCHEDULE
TA t .S•J
'4
IA t[�•a E . �w
Z4
12
IIOT USED ON THIS SCHEDULE
12
NOTU]EDON 9HIa SCflSa E
14
NO T USED ON THIS SCHEDULE
19
UOT MtD ON HIS fcnAJAAE
%
WFUSEDONTHISSCHEOULE
tT
HOT USED ON hr SCHEDULE
1S
NOE UBEO GN THIS SCHEDULE
LEGEND
®SUTT
JOINTAT STATION OR LOCATION INDICATED,
FULL DEPTH AT MATCH LIW AND TRANSITION TO D
IN AT DISTANCE DIRECTED BY ENGINEER
®PIANEVADTH
ASINDICATEDON'PLAWNGVADTH
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
GUTTER
PAVEMENT REPAIR SECTION.
REMOVE AND R EP LACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLJFT- Tlpx ..
a r'
KEY Mn.n
a�
100% D
^ �r�
�rW W�
€� Centered onQppwtunity
g3]35 BTHAVES FE'SERhL'YAY.VW OLP7o9
l PHONE: (253)835-27DO
'� WAAN.CITYOFFEDERALWAY.COM
•
II..r..bdDDL
C50beft Wft
DRAFTED: JCOLE
_ 'I'I�}
=
DRAWING
/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
HD.
GTE
r;VIWNVERSION
IfEVI>UDN
DESIGNED: J.COLE
REVIEWED: D.WINKLER
ARTERIAL SITE PREP AND PAVING
SCH A - STA 40+00 TO 50+00 & 36+00 TO 37+95
SPA-04
APPROVED: D WINKLER
9 of 9B
GRAPHIC SCALE
a t]
l
CONSTRIJCMN NOTES
1 NOT U5m Q. THIS 6CHEIA,"
] IEat IY, 0. THPJ KCHEOYIE
D =U:TCA'i MRI, PSR&W STD, DETAIL 165
fYPL/,�.AJOK0NG F9O.ME.ORaTE AHpfuSER WSII CITY
NRNiI�I] FRAAE, ORATII AIL] KaER.
5 ADJLL6TMONUMENT CASE AND COVER, PER CFWDETAIL —
6 ADLTi VOTETO OIIADO, PER CFWSTD DETAIL 155.
T ADJUSTMANHOLE, PER CEW 7111 O. TAIL36J_
s Nprystaal THIS SCRERJLE
9 NOT USES DAI THIS SCHEDULE
10 NOT USED ON THIS SCHEDULE
1 11 II&T USED ON THIS SCHEDULE li
LEGEND:
®BUTTJDINTATSTATIONOR
IOCATIONINDICATED,
FULL DEPTH AT KLATCH LINE AND TRANSITION TO a
IN. AT DISTANCE DIRECTED BY ENGINEER.
r®
PIANEVADTH AS INDICATED ON PUAMNG WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLEFPRDTEC'I113fI
KEY AAAP ~
r,
100% DRAWINGS
QZT
Federal inlay
Centered an Dpporiunity
33325 BTH AVE S FEDERAL WAY WA BKfAY3
PHONE (253)83S2700
MMW.CITYOFFEDERALWAY CO.
.
KnwWYbMOKI.
CIMbihIKW ft
DRAFTED: JCOLE
_
7 Nr ~'
"'<<'
'•"
DRAWING VERSION I REVISION LOG
2022 ASPHALT OVERLAY PROJECT
ICY PHCI'CTs
12522
p LT
�
DATE
RnD N�N
DESIGNED: J. COLE
REVIEWED: D.WINKLER
ARTERIAL SITE PREP AND PAVING
SCH A - STA 50+00 TO 59+46
SPA-05
APPROVED: D.WINKLER
10 of 99
t S;-11 t! d''�
•St t05 LT
EmN
iz•r 1as Rr
ST
t
5
GRAPHIC SCALE
X p ip w �Q
1 ��UBlJ1tlq THo uHrwLE
z rnrDceoor-1ws :creauc
rntU. SCHEWLE
R IoDTU;ED ON THE SCHEDULE
5 MOT USED M WE SCHEDULE
6 tW USED W-SCHEWLE
1, NOT USED W THIS SCHEDULE
S rat UMb u1 TH =,r LE
NOT USED THIS SCHEDULE
10 Nt]T-ED a TMS DCHEDIAE
r m MK NARK. TYPE28
12 NDT LEED osr THIS SCHEDULE
1J Arll[ED EWELINEPER NSDOTSTD. PLAN NL]P.1DN
1� PWNfEOOvuHCF TEL40 Ct+^ERLL"�PER NDOOt:m. A.Nr
M.MlWaAMOSNn.TS.iR
15 1 F,QT USED ON THIS SCHEDULE
IJ' 100% DRAWINGS
u �9DN
Federal Way
Centered on Opportunity
77u mt,kh'E R 'WERAL%yAT m mW3
PHDNE Als]m
WfAALn" rFEOERALYJAY,GDM
F
R-CAbN aILL
�DEIneIDD01y
DRAFTED: J.COLE
�,;s• _
• V-.H .. '
DRAWING
VERSION I REVISION LOG
2022 ASPHALT OVERLAY PROJECT
CITY PROJE.:YI
12522
E-
��
gEvwDrs
DESIGNED: J.
WNKLER
REVIEWED: O WINKLER
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
SCH A - STA 10+00 TO 20+00
PMA-01
,APPROVED: D. WINKLER
11 of 99
a
s
a
�
N
GRAPHIC SCAL
zE
Q D 1a m �
W
In
ul
w
U1
W
N
N
W
W
2
— z
QS
373RD ST
a❑ PAVEM%TMAaMNaWfflTay.CUDN NOTES
1 NOT USEO W THIS SCHEDULE
NOr DEED DN THIS SCHEDULE
T WTUSEDONT %SCHEDUUE
rr-.E uUsO off TNa SclldllE
S rnf u0E06U ilia ACLIIDYUE
6 NOT MO CN TaS SCHEDULE
7 NOTUOEDON IMIS:CHEOLSE
1 WT USED ON THIS SCHEDULE
9 WTUMDONTga Sp1E0UM1c
10 %IUD ON TTS SCHEDULE
n.zoLT .I
11 1H'OW wiI,WpNEp TYPE 3B
•I.Lr 4 12 NOT USED W T•A SCHEDULE
w
N 13 MWEOEDOEUNEPEp N5DOTSTOPL W20.—
>
m
PAINIW DDUELE wnW CEwEALO:C nq WCOOTdTO nNN
x 1a hl.7p,1G1R10lb Y]WYw
Q
—
Ty
w
_ Na
_ � 1s Nprv�OON tINS ttHEONf"
w
N
W
w
W
co
S 3/3' f7 S1
S 373RD 5T
Z
C=1
H
Q
J
U
�
� w
�i
KEY MAF
F
a
100% DRAWINGS
5
arrow
DRAFTED: 3COLE
Na•
DRAWINGVERSION/REVISION
LOG
2022 ASPHALT OVERLAY PROJECT
cirriP�WEc7E
12522
NO
OA E
REVl�iON
DESIGNED'
Federal Wcly
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
PRIA-02
i Centered on Opportunity
=
" 33D]5 BTH AVE S FEDERAL WAY, WA BB007
9 PHONE (253)635-27DO
KI�iiYt1MOW.
REVIEWED: DD. VANK.WINKLER
REVIEWED:
•�Ha -
SCH A - STA 20+00 TO 30+00
APPROVED: D.WINKLER
12 OF 99
VWWVCIWOFFEDERALWAY.COM
CabMIMPUft
5
Q
GRAPHIC SCALE
N I
i ---"— --�---
13
1
3
D 1D ]fl
w
w
u J1 0
LU
W
w
1n
W
Z
1LI
S 373RD ST
=
2
a
F
a
x
r
a
l eAVE]033if NDDi%WO CONSSNS1SD0b wTEi
TUGT33 ON 1HI5 SCHEDULE
2 W VEED ON THe]SCHEDULE
4 NOtUCE00NTHISSCHEDULE
4 NOTIISEPMTHISSCHEDULE
S Hior E0ONTll]SCHED4AE
wr L6lo ON THIS MmmAE
i ee�I USi061THe]SOHEDVLE
B NPTUESDO%THIS SCHEDULE
B 1 r USED ON T,M NNWDµE
y
10 HOTU]EDONTHISSCHEDIRE
BE
Np
LT 11 T •SOLT
11 HTD%AUi NARClRTVPE 2B
I
--T
E'a•f
..
N
L je. �I
D.
G7
11 pTI DED SON THIS SCHEDULE
w ——J J
—
------'—_'_—S
�t
DO—'
14 MNTIM WUIEFk.4CWCFW�KFlE t5lMtlr�Tr]i0. FUV!
IRx�.TA-m lum Erra]004.
DO SD
Nl DJ DJ
1S NDTLS WIIM SCHEDULE
W
!u
W
2
a
`
�
w
.••�*I]G+ T4 e1�1V RT
L.T
M. L
�V
KEY MAP
100% DRAWINGS
arroF
DRAFTED: J.COLE
DRAWING
VERSION REVISION LOG
2022 ASPHALT OVERLAY PROJECT
LI PROJECT*
12522
D
��
R�e�N
DESIGNED: J-GOLF
Federal Way
=
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
PMA-03
CerflaradOndppOrturlity
'JD:S 6LH •4E ^. FEDERAL N+AY. lti1 f1100]�yq��
A PHONE (2ERALWAY.
EeoC0010—mlt
REVIEWED: D_VANKLER
�.:
SCH A - STA 30+00 TO 36+00
APPROVED: D. WINKLER
1D a BB
W4WV.CITYOFFEOERALWAV.LOM
�YI�e1DDE�
END
JJ .RTH AVE S
3 r: Ir I-
GRAPHIC SCALE
_DIn
THi SCHEDULE
I I INDTINDT USED ON THIS SCHEDULE '
11 D IWT USED ON TWS SCHEDULE I
SCHEDULE
w
w
sLe_—
as es ,R
,
ut eE rw
¢
w
In
—44
Of
-
U)
UJ
�r
iiaT a BEGIN
— - - � ` -
o Rr
�
KEY MAP
8
¢
100% DRAWINGS
��y O!
DRAFTED: J CDLE
�J :..
DRAWING VERSION / REVISION LOG
2022 ASPHALT OVERLAY PROJECT
CITY PROJECT
12522
N�
DATE
REMIGI
Federal Way
DESIGNED: J COLE
�` M1I
HiM1�t
Centered
I
I
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
PMA-04
JZ3258TN AVEI FEDFIIAL WAY %VA"M5
PHONE (75])S35-27M
IIvSY\bdom
at D: Dv LfR
SCH A - STA 40+00 TO 50+00 & 36+00 TO 37+95
VWM.CITYOFFEDERALWAY COM
IY bW—,.ft
APPROVED: D-WINRLER
I�
(fir orDRAFTED: J. COLE
Federal Way DESIGNED J COLE
Centered on Opportunity
REVIEVYED: D. VANKLER
33775 BTM AVES FEDERAL WAY, WA SUM Ila
PHONE EDERALWAY tl Cand-7.
NNAN.CIIYOFFEDERALWAY COM tiitlrY�PDdig APPROVED: D. WINKLER
GRAPHIC SCALE
I 1 INOT USED ON THIS SCHEDULE
T IS SCHEDULE
1 2 NOTUSEDONTHIS SCHEDULE
SCHEDULE
DRAWING VERSIONIREVISION LOG DATE RsvlsOn 2022 ASPHALT OVERLAY PROJECT
fy
S�` F
KEY MAP
100% DRAWING:
G:, PROJEOT
12522
1 SHEET
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
SCH A - STA 50+00 TO 59+46
CITY OF
Federal Way
Centered on Opportunity
33325 BTH AVE S FEDERAL WAY WA 98003
PHONE (253) 835-2700
V WW.CITYOFFEDERALWAY.COM
�
1
Ksw.rlr bolmFL
CellblsFTwdly
DRAFTED: J. COLE
DESIGNED' J COLE
REVIEWED: D. WINKLER
APPROVED: D-WINKLER
N-� GRAP3065CA1E
?g 0 SD 20
LEGEND:
®BUIT
JOINT AT STATKIN OR LOCATIN I NDICATED.
FULL DEPTH AT MATCH UNE AND TRANSITION TO 0
IN AT DISTANCE DIRECTED BY ENGINEER.
PLANE WIDTH AS INDICATED ON'PLAMM3 WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
CUTTER.
PAVEMENT REPAIR SECTION
R EMOVE AN D R EP LACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLET PROTECTION
GVERSION /REVISION LOG II&TE IR�IDu 2022 ASPHALT OVERLAY PROJECT
DATt:
ARTERIAL SITE PREP AND PAVING
SCH B - STA 70+00 TO 79+00
e>o n
AJ.11,T�7
KEY MAP
A DRAWINGS
CITF PR03ECT f:
12522
S P B-01
GRAPHIC SCALE
D IO D a!
PERPENDICULAR.
LEGEND'
®BUTT
JOINT AT STATION OR LOCATION INDICATED.
FULL DEPTH AT MATCH UNE ANO TRANSITKIN TO 0
IN. AT DISTANCE DIRECTED BY ENGINEER.
®j
PLANEWIDTHASINDIGATEDON-PLANINGWIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER.
r1PAVEMENTREPAIRSECTION
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLET PROTECTION
r
easJTH�r
KEY MAP
100% DRAWINGS
carer
Federal Wpy
Cen[ered on Opportunity
]33�D-WAVEA FEDEIIALWAYWµ5B0S3
PHONE (253)aj-
WVWO.CITYOFFEDERALWAY COM
•
CRUbsi iRiBIG
DRAFTED J.COLE
.r M�`ry
_
.�tiN;,
DRAWING VERSION LOG
2022 ASPHALT OVERLAY PROJECT
CfTY PRODECT0
12522
WERT
1L0.
DATE
REVISION
DESIGNED: J COLE
REVTEWCV ¢.1MRKLER
ARTERIAL SITE PREP AND PAVING
SCH B - STA 79+00 TO 84+00
SPB-02
APPROVED: O. WINKLER
IS DF 99
ro Lr u r
r .
xx ty•
{t
e 4E t
F{ epge
°ace
f• ! �y�` �SY
15
� r
15TH AVE S AHD S 75STN ST
tei ., TI
"• NAVD 68
= 15T11AVE S AND S 359TH ST
yrAva
NAVD BB
+4p
ORPPHIC SCALE
CURB RAMP NDTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS -OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING.
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE MOOT STD PLAN F-10.12-0 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DETAA FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F45AM2.
5. CURBRAMP LANDING. AND FLARES SHALL RECEIVE
BROOM FINISH SEE STANDARD SPECIFICATIONS B-14
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES-
8rl-E PREP COXSTXNii14AL AQTE7.
1 AW SCUT ASPHALT PAVEMENT OR CONCRETE
T ADJUST MANHOLE, PER CFW STD. DETAIL 3 55
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT GONG. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL, 4"TOPSOIL
15 CEMENT CONC. CURB 121N WIDE. PER DETAIL PAGE G415.
KEY MAP
100% DRAWINGS
z
CffvOF
DRAFTED: J COLE
DRAWING VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
CITY PROJ[GT i.
12522
DA
REVf;mR
Federal Vllay
OEDFGNED J.COLE
< Centered an Opportunity
r"
RAMP 1 &2
CRB-01
33325 BTH AVES FEDERAL WAY WA BB003
--Mow.
REVIEWED: D. WINKLER
.�♦..h.'a•
SCH B 16TH AVE S
PHONE (253)835-270
WNWN.CITYOFFEDERALWAY.COM
CIIIUIIu Iou®G
APPROVED: O-WINKLER
-
1B VF 9B
16VLT `r/ s 15
s e NAVD BB
16TH AVE S AND S 350TH ST
is e'NAVD I>8
GRAPHIC SCALE
D 10 w
. CURB RAMP NOTES
1- SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REOUIREMENTS-
2, DO NOT PLACE GRATINGS JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING.
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED,
SEE WS DOT STD PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFWSTD DET3-4 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS,
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F4 10-02.
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE
BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14.
6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
Ox 917E PREP Loff9TRUGTION NOT"
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CM DETAIL 3-04
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12
1S SOD LAWN, INCL. 4"TOPSOIL
18 CEMENT CONC-CURB 12IN- VNOE,PER DETAIL PAGE G-05-
20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL
F-10.124
KEY MAP
DRAWINGS
DRAWINGVISION NI REVISION LOG 2022 ASPHALT OVERLAY PROJECT -12522
rrTY OF DRAFTED:
']a�� E
DRAFTED: J. COLE
Federal >R a t.iiy.y N9. DATE REVISION
_Y/ ' 1 DESIGNED: A DOLE ' � sK[Si
�"'� -i .- Qp A
} Centered on Opportunity REVIEWED: D.WINKLER RAMPS 3014 CF2B-�2
33325 BTH AVE S FEDERAL WAY WA 95003
PHONE ,253,935-2709 K.,.r..l. SCH B - 16TH AVE S
WAW.CITYOFFEDERALWAY.COM CIIJJ 6/6901p APPROVED: D-WINKLER 20 ar 99
16uiavr :;
SIGN SCHEDULE
61GN NO. CD SIGN CODE STATION OFF-
1 STEEL POST RaL
EL POST
IS'Ri ]M�t16-
14
GRAPHIC SCALE
ID :D MO
ON THIS SCHEDULE
ON THIS SCHEDULE
ON THIS SCHEDULE
ON THIS SCHEDULE
ON THIS SCHEDULE
] PLAb 531&1JI]tl PER CPNOETA9• 2•11 h ATQAIFL VrPE Al
PLASTC CROSSNMLK LINE PER CFW DETAIL } I (MATERIAL TYPE
S A)
9 PLASTIC YIELD UNE SYMBOLS PER NSDOT STD. PLAN MdMEDOM
1O NOT WSL I.]LI THIS SCHEDULE
11 ML 169RFFR TYPE 2B
12 PLASTIC SPEED BUMP SYMBOL PER WSDOT SM PLAN M3A.SOOM
(ATSID WPEA) INCIDENTAL TO SPEED HUMP INSTAUATK]N
13 PANTED EDGE LINE PER NSDOT STD. PLAN AY3910MD
QK SIGNAGE NOTES
1 PERMANENT SIGNING. INSTALL R}17 SIGN AND STEEL POST
2 PERMANENT SIGNING, INSTALL R3-17 SIGN AND STEEL POST
3 PERMANENT SIGNING, INSTALL R3.17 SIGN AND STEEL POST
M �3�fr
S— Hal V
Ot
-TH
1
KEY MAP
1nnoA nRAwmi s
c�rrw
Federal Way
Centered on Opportunity
33325 STH AVE S FEDERAL WAY WA 9BW3F+•�
PHONE: (253)835.2700
WAMAV.CITYOFFEDERALWAY. CON
1
CAiIDer I-ft
DRAFTED: J.COLE
:, +• ••
DRAWING /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
DT]1'PRVJECTM:
12522
wEEI
NG
�TE
REVERSION
RLAl1B0tl
DESIGNED: J. COLE
REVIEWED: D.WINKLER
- -
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
SCH B - STA 70+00 TO 79+00
(�
PMB-01
APPROVED: D.WINKLER
21 OF B9
crry Or
Federal Way
Centered on Opportunity
33325 STH AVE S FEDERAL WAY. WA 98W3
PHONE: (253)935-27M
VA Nd.CITYOFFEDERALWAY.COM
DRAFTED: J COLE
e
DESIGNED: J COLE
REVIEWED: D. WINKLER
I{s. below.
Cepudm Inu Ny
APPROVED: D. WINKLER
"BIKELANE
GRAPHICi0 SCALE
�] Q 2-
THIS SCHEDULE
THIS SCHEDULE
THR SCHEDULE
bit SCHEDULE
T PLASTCSTOPLINEPER—DETAIL—(MATEFML TYPE A)
PLASfFCROS5YNILK LINE PER —DETAIL 331(MA RIALTYPE
Y INTbYIELD LINE SYMBOLS PER WSDOT STD PLAN M-24SDD1 '
10 WiUSED ON THIS SCHEDULE I
p4A10AULTYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION
1J PAINilb. GIIL�%NSDOTSTD.PLA 401-
1 15 IP—OIIC !-A IESYMBOLPERNSDOTSTD-PIANM-0050-03
AQ SIGNAGENOTES
1 PERMANENT SIGNING. INSTALL 113-17 SIGN AND STEEL POST
6"
5 Si 1 J5
1
KEY MAP
1000% DRAWI
DRAWING VERSION/REVISION LOG
DATE 2022 ASPHALT OVERLAY PROJECT , 12522
ATE HEV15lDN-
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
SCH B - STA 79+00 TO 84+00
m
104a00
�03.+WW
MATCHLINE SEE ABOVE
GRAPHIC SCALE I
9 to
T3 ♦0
LEGEND
®BUTTJOINTATSTATIONORLOCATIONINDICATED.
FULL DEPTH AT MATCH UNE AND TRANSITION TO D
IN AT DISTANCE DIRECTED BY ENGINEER.
s®u�
PLANE WIDTH AS INDICATED ON'PIANING WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLET PROTECTION Lo Bti
W.1
Q
I' N
S 336TH ST
KEY MAP
100B/a DRAWINGS
�OF
Federal Way
Centered on Opportunity
33375 BTM AVES FEDERALWAY WA BB003
PHONE EDERALWAY,
VNAN.CITYOFFEOERALWAY.COM
L
e
II�...r,balm
-7.
'�EilweplBy
GRAFTED: J. COLE
'_
_
'r, n�i •�
DRAWINGN/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
G PROJfCTi
12522
MD.
DATE
REVISIONVISION
D�wHEO >_ caLe
REVIEWED: D VANKLER
ARTERIAL SITE PREP AND PAVING
SCH C — STA 100+00 TO 109+00
SPC-01
APPROVED: D WINKLER
24 or 90
SZ
S
w
z
zi
12VW
I
GRAPH IC SCALE
O D id 26 �D
x CONSTRUCTION NOTES
1 EA1 r11 ASPHALT PAVEMENT OR CONCRETE
TIOC MDE➢GE. REOUOE;F6W ALONG DRIVEWAYS W526.
SEE PAYOYR L>wTA1Ll PAGL W S
] AD r CATCH DASiI. PER CM SM DETAIL }S5.
4 R£R -'F KXIS A AWIC. GRW AW RISER WTH CITY
FT1R1�1lD ARAME GRAFEAeRI�-
5 A0.1UEr M011WAerlrsASEANDc11PRi. Pr}cewcerouuaB
E ADJUST WATER VALVE TO GRADE, PER CM STD. DETAIL
T ADJleT MI'VAIOLI, PPJL p1W am MtAl EA-
CEA�NTSO"GC11R!%AM TfPE PARALLEL
A. PER OT DETAIL
° rwB.ucT
i C216lMTG .cvu PANP TYPE PARALLEL B-PER WSDOT OETAA
FI0.12d]
CDAFNr CONC.CUAS RAMP TYPE SINGLE OpiECTpN. AuW
G6 TMC IG
j1 ceaewr .slxilcAw+nPElenRPc !-Ap "GFW
DETAIL 2111
12 L'[YE G .CL MO OUTTF.R, PER CM DETAIL381
1] ClNlNT CDIC'dIGEHKLp. PER CFW OBTA¢ LIT
14 RLM}JE MOUNTABLE CEMENT CONCRETE CURB.
15 LWIMITI INCL 4'TOPSOIL
16 UIRCAGED Cff I CONC CURB PER CM SM DETAIL -A
17 N9T NEED Od2 DG6 SCHEDULE
IB GF1MENr:yt.Ouy 12 K WOO PER DETAIL PAGE G-0
19 UTLITTY COVER LIP MMA COATING
20 CEMENTCS�RB'!!PlVYSiR1AN GIJIEg PEp Y25P0!'�lAE
T•tA.Ixw
1 /Ai U6L0 ml Ty] OCFx: W LE
23 1 NOT USED ON THIS SCHEDULE
LEGEND'
®BUTT
JOINT AT STATION OR LOCATION INDICATED.
FULL DEPTH AT MATCH UNE AND TRANSITION TO 0
IN. AT DISTANCE DIRECTED BY ENGINEER
PLANE WIDTH AS INDICATED ON'PLANING WIDTH
AT CURB AND GU TER'. FULL DEPTH AT FACE OF
GUTTER.
YAYEMETFT REPAN Bt-MN
.'.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD V/]
Lu
INLET PROTECTION
41
S 336TH ST
KEY MAP
cry�Vwa 1 DRAFTED: JCOLE M DDAAM AG�'VERIS�ION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522
Federal Way i DESIGNED: J COLE _ ricFT
Centered an Opportunity= ARTERIAL SITE PREP AND PAVING SPC_02
33D7 DTHAVFY EEl1ERALAAYVWie00I REVIEWED: MWINKLER L..:"
PHONE (253)B3S2T00 Kro. IbapB19. SCH C — STA 109+00 TO 119+00
VMW CITYOFFEOERALWAY.COM Callb� pudl4 APPROVED: D. WINKLER E of BB
6
w
0
a
LU a00
W
Q
120I100 _ _ _121 00
CITY OF
Federal Way
Centered on OpFwrtuntty
33325 BTH AVE S FEDERAL WAY WA 9B003
PHONE (253) 835-2700
MNWV.CITYOFFEDERALWAY COM
V
Q;
GRAFTED: J LOLE
DESIGNED: J. COLE
REVIEWED: 0- WINKLER
KI r, below
Callb.lmer¢DOI` APPROVED: 0. WINKLER
S 336TH ST
123a00 _ s — 123_0 —
GRAPHIC SCALE
0 10 20 b
<
CONSTRUCTION NOTES
l
sALlcur ABTBTALT'FWEMEIFT ne CGOLEfE
THICKENED EWE, REDIICEHEIGHTALCNG DRIVEYMYS BYSOK.
SEE PAVING DETAILS PAGE GOS
O
J
'AOJ.@iCATca(BA51il WER gRV 51D. DEYAT.OA)i
_ J
W
r m
ILL!1
W
R4LALFrE>NBTw ife.Wl gRATE AWRIZER W1 cm
rmM W Y6A1III!. DAAN AAV 111JEi.
U1
5
AWU6TNKRAA"Y CASE AND COVER, PER CFW DETAIL-1
_ 1241 Z_
s
AOIDST%knVµVeMU ADE. PER fAVLTD. PET;&--.
7
AOATiTMA1BID fLJ CFW STD.DETA1L 55
J
2
C3\4TR QNG.D]IRO RAMP TFKE PARALLEL A-AV1sDOT NO
F�B.].a
Q
DEMENT ONC. CURB RAMP TYPE PARALLEL B PER YYSLVT DYT
E�I=Y7J.
°
Lt I 7 COND.G1/1B CAMP T 00f DU],U Oil. pi*Y. ca•W
DETAIL �.1¢
T'}
11
CEMENT CONC- CURB RAMP TYPE I PERPENDICUTAR, PER CFW
DETAIL }I1
12
CEMENTCONC-CURBAND GUTTER, PER CM DETAIL S 1
1]
CEMENT LONL SIDEYMLK, PER CFW DETAIL 111
11
R(fAOVE NDUNFMCE CEMENT CONCRETE CURB.
15
SY✓p IAWN,INLL-A'TOP6gL
1E
OTRI✓I OCEMENTC0NC.CURB.PERCFWSTCIDETAIL
17
IUT USED ON THIS SCHEDULE
fB
fRlREMTwIC aIlK 111N. WIDE -PERDETAILPAGED-0S-
1B
l7FlUTT COVER NONSLIPMMACOATING.
A 21 MO EDVMTHISSCHEWLE
(U) 22 NOTUSEDONTHISSCHEDULE
d 22 W IltK2PD+CE ROCK Ti1R.egI,K,QER' 7/WCTION.
� OCNPACY#L?lAIPE .E!OL'EgLILY pEnH
W A IIEJMS'E rImPFIG 15yVQ
2i GETEOTABLEWLTIH�6¢u1CAgE
O p0 Y MRREMOVAL
.1 YEMOPE YR1EWRiY
v P a a AE"Md1E CDNC CWEAM dfRER
/ N 2E A[MOVE KWSfIC TRAFEie NMANO
z
�2R Z LEGETJp;
>S BUTT ILLDE T AT MATC LINE
LND TR1NINgCATO
SF7,�Bp Q ® FULL DEPTHC DIRECTINEANDGINEER. TOD
K IN -AT DISTANCE DIRECTED BY ENGINEER.
W PLANE VADTH AS INDICATED ON'PIANINO WIDTH
W
AT CURB AND CUTTER' FULL DEPTH AT FACE OF
UJ GUTTER
336TH ST _ W PAVEMENT R> Am secnDu
z
z:L REMOVE AND REPLACE CONCRETE
U
� Q REMOVE SIDEWALK
REBUILD ROAD 1n
INLET PROTECTION LLI LU
Q Q
KEY MAP x
ry
S 336TH ST
100% DRAWINGS
DRAWING RE%4tRSION/REVISIONLOG 2022 ASPHALT OVERLAY PROJECT
-+"IurF N0. OATi RELgBWN
IA.
ARTERIAL SITE PREP AND PAVING
SCH C - STA 119+00 TO 129+00
12522
C-03
n
0A, z
� r
131+00 l
»
ii
N S 336TH ST 1 \
P
GRAPHIC SCALE
qe 20 0 XI
%• CONSTRUCTION NOTES
1 SAWGUTASPHALTPAVEMENTOi CONCRETE
R CKENEDEDGE,REDUCEHECHTALONOg2IVEWAYSBY50%
SEE PAVING DETAILS PAGE -
PDJUST CATCH BASIN, PER CFW STD -DETAIL MS.
M REPLACE EMSTIND FRAME, GRATE AND RISER WITH CITY
FURNISHED FRAME, GRATE AND RISER.
J ADJUST MONUMENT CASE AND COVER, PER CM DETAIL 2 6
6 ADJUSTVMTERVALVETOGRADE,PERCFWSTD OETAILMS
I. AWIXI VIANNOLE. AERCFW M. DETAIL 3-0
9 CENENTCONC CURB RAMP TYPE PARALLEL A. PER VbDOT DETAIL
F M0 i—
B CEMENT CONIC. CURB RAMP TYPE PARALLEL B. PER WSDOT DETAIL
FJB.1
10 CEMENT DOW CURB RAMPlYPES"DEB'DT tIDN. pm env
DETAIL-
11 CDEMENT CONC. CURB RAMP PE lFERTEIQLINR. PERCFW
5-11
12 CEMENT CONC. CURB AND GUTTER, PER j
WDETAIIB-09
1J [EMENTLONC.BCEWMLK-P.B0. cfA20E
1< REMOVE MDUNTABLE CEMENT CONCRET
15 SOD LANN,INCL.O'TOPSdL
tfi EXTRUDED CEMENT CONC, CURB -PER C1T NDY USED O%I THIS SCHEd11E1B CEMENT CONIC CURB 121N. WIDE, PER D19 UTILITY COVER NONBUP MMA COATING.20 CEMENT CONCRETE PEDESTRIAN CURB
F-1d12-01
21 IE]I USm Oi TTts SCREFILC
22 NOT USED ON THIS SCHEDULE
2] MAINTENANCEROCKFOR SICULDERRECONSTRUCTION.
COMPACTED 2' WIDE MAX- BY OVERLAY DEPTH
T4 REMOVE TRAFFIC M—D
5 DETECTABLEW%RMNO SURFACE
LEGENO:
®BUT
JOINT AT STATION OR LOGTION INDICTED.
FULL DEPTH AT MATCH UNE AID TRANSITION TO 0
IN.AT DISTANCE DIRECTED SY ENGINEER.
PLANE WIDTH A6 WDIGTEO DN'PUMNG VAOTH
AT CURB AND OUTTEW. FULL DEPTH AT FACE OF
GUTIER-
PAWAIENT IlFAIIRSECiiDM
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
U)
INLET PROTECTION ; U)
Q Q
S 336TH ST
KEY MAP
g CITY OF DRAFTED: J-COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT--12522
Federal Way r 5 NO GATE REVSION s EET
@ f REVIEWED: D WINKLER _
Centered on Opportunity ;l . ARTERIAL SITE PREP AND PAVING SPC-04
r J7R5 BTH AVE B FEDERAL WAY, WA BB003
3i PHONE: EDERALWAY X.cambamy u SCH C - STA 129+00 TO 139+00
WWN.CITVOFFEDERALWAY.COM IYIIBFIOIRyRIaL APPROVED: D WINKLER I ZT aF B9
J
m
_ W
� w
x
L)
h
a �
g 336TH ST
rp
�d
J
W
C GRAPHISCALE
m a C 3B AD
E
x• CONSTRUCTION NOTES
1 IrYiUTMFMALTPAVue[Irt "CONCRETE
2 WIC WOEDOE. REDUCE HEIVIlVALTONG aNWMn BY 50%.
GEE PhAlA1 DETA3LS PAGE oA1R
3 AOAATCA1CH BASIN, PER CM STD. DETAIL MS
]IE:PLAGe E]&7EIG I !!. ORATE ALOR13EN WTH dTr
!uR1�Nm AIUIME amm Am R15F2i.
f AD.wSC3m1F1L�R EAND CDYE3LpE/+OFIVDET+LO.]J6
S Ap.nlsTNkTE11 VALVE TOOMDE,PERCFWSTC.DETAIL—.
AaJIATAM /R U E PER GVlfD1 DEiA1LS�
f LYMIYi'CVNC. CURB RAMP TYPE PARALLEL A, PER NSDOT DETAIL
F�0.13-0]
A CEN@ITIONCcuRR RAMPTYPE PARALLEL R.PEBAupoT �Tf1A
F-.13-0]
10 aft"T C.o C.CURS RAMS TYPE SINGLE DIRECTKIN, PER CM
OETAA. }10
11 ODLIENT GDNLOM AAMP TYPE I �LPM. MCOW
Damsµ:ll
12 CLRB NN0 PUTTER. PER CFW DETAIL3-01
I3 MidmTLO110, 010&ALLK. PER CM DETAIL 3A2
to WA04 MOUNTABLE CEMENT CONCRETE CURB.
,S ROD LMW NC rTOPS4IL
B EATEBmmMENT OC%Ia, CURB. PER qw= WAIL 4�
1T Mf]TVSEDALTEff SGHEOULE
1B CDMENT COC. TU4121H. MWE�P DETAIL PALEO•�
1B UlI COVER NONSLIP MMA COATING.
/ IFrFNQi
®BUTT
JOINT AT STATION OR LOCATKIN INDICATED,
FULL DEPTH AT MATCH LINE AND TRANSITION TO 0
IN. AT gSTANCE DIRECTED BY ENGINEER.
PLANE WDTH AS INDICATED ON PLANING MOTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER.
PAMY'Ji&NTREVIIRSECTEON
��—•
R EMOVE AND REPLAC E CO NCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
STA 10-Ja KIFON
U)
W
INLET PROTECTION Q LL'
= Q
S
r
S 336TH ST
KEY MAP
CRy pr 1 DRAFTED: J. COLE -.� DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522
NO. OAIE REVISION
. Tr
Federal a DESIGNED: J COLE
Centered on Oppart Erty — ARTERIAL SITE PREP AND PAVING SPC-05
1xL ]]]]B BTH AVES FEDERAL WAY, WA 96003 REVIEWED: D W1NKlER
A PHONE (]5
])B]5.0700 x..rr%ef1oML.:..�'`� SCH C - STA 139+00 TO 146+70
5 NVJN.CITYOFFEDERALWAY-COM CgBidiius NOdL APPROVED: D. WINKLER 28 of 99
1`.3%
15.0' 'A ' •.
CRC`Sr5LOPE
FJICEEAF ^.%.
+FE
_
u ib.nc
F
•�
iti� _
- - -s FI
uoo+�oAoq
G
r:
7 4.3% _
150' O
I%
u5 t
nanu-�
�.
M
_
2tl �1.F
RI c16iA]:4GL
�.
26
NAVDNAVD BB k
y
1
/
➢ELF
f>
1
_tF _
-
f FL
Q 0'
A 16 0' '1
7
4
f :•
-
J
y✓�
A
d
• ' 1.2N
�.._
Y•
141%
S
C
`.fi% �,
d
6.0'
�145W
5.5'
n f
f
\
�
Al1
`••
1555sY
-p 1i LF
nr .
1
#3 s S36TH BT
uAvofie h
f
s
GRAPHIC SCALE
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FO R REFERENCE ONLY. FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING.
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-1012413 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEECFWSTD DET3A FOR CURBAND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4 INSTALL DETECTABLE WARNING SURFACE PER MOOT
STD PLAN F45.10-02
5 CURBRAMP IANDING, AND FLARES SHALL RECEIVE
BROOM FINISH SEE STANDARD SPECIFICATIONS 8.14.
6. ACCESSIBLE PEDESTRIAN PUSHBUTTON POST (PPB(TO BE
RELOCATED PER PLANS. PPB DETAIL REFER TO WSDOT
STD PLAN J-20.11_M
7 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DO ft.
O .91TE PREI cg45TALAI'TRQN NOTFS
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
7 ADJUST MANHOLE, PER CFW STD. DETAIL 3
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4"TOPSOIL
18 CEMENT CONCRETE CURB 121NCH WIDE, PER DETAIL PAGE
G-05
20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL
F-10.12434
26 NON -SLIP MMA COATING
� V!
Q �
m F
s �T S 336TH ST
L A LY
t M�IIAW 6E
d KEY MAP
100% DRAWINGS
CRY OF DRAFTED: J. COLE DRAWING VERSION I REVISION LOG Gf1Y PRaJECTN:
DATE REVImo 2022 ASPHALT OVERLAY PROJECT 12522
Federal Way DESIGNED J COLE T 31
00
Centered on Opportunity = CURB RAMPS 1-3
33325 BTH AVES FEDERAL WAY WA 983 REVIEWED: D. WINKLER CRC-01
PHONE (253)835-2700 ;,Wow. SCH C - S 336TH ST
VWAV.CITYOFFEDERALWAY COM CBQQ LM" DUft APPROVED: D WINKLER 23 OF 49
�� s a�srrl sr
>ft «OT�1�i•i,•
.l INA�VO S! 'A
Y
GRAPHIC SCALE
0 ID 20 b
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY. FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING
3- SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE WSDOT STD PLAN F-1012-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS- 3EE CFW 6TD OST ,7.4 FOR CURB AIP]OUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT
STD PLAN F4
5.1002.
5- CURB RAMP, LANDING, AND FLARES SHALL RECEIVE
BROOM FINISH SEE STANDARD SPECIFICATIONS 5-14.
S ACCESSIBLE PEDESTRIAN PUSHBUTTON POST IPPBI TO BE
RELOCATED PER PLANS. PPE DETAIL REFER TO MOOT
STOPLANJ-2L11143-
7. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES,
O SITE PREP CDM5TRUCTIGN WTli
1 5AWCUT ASPHALT PAVEMENT OR CONCRETE
7 ADJUSTMANHOLE, PER CFW STD. DETAIL 365
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 304
13 CEMENT CONIC. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4 TOPSOIL
1B CEMENT CONCRETE CURB 12INCH WIDE, PER DETAIL PAGE
C-05
CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL
F-10.12-04
28 NONSLIP MMA COATING
U)
Ld
� Q
Y
S 33UTH ST D
KEY MAP
100% DRAWINGS
cr"of
DRAFTED: J.COLE
�V"11u Ai
LOG
2022 ASPHALT OVERLAY PROJECT
V ;2522
W.
DATE
REVISION
Way
Federal #Ray
GESIONED: J-CaLE
� __.•
SHEET
Centered on Opportunity
CURB RAMP 4
CRC-02
33325 BTH AVES FEDERAL BBOm
REVIEWED: D-VMNKLER
PHONE: -27WO
k�.,rKr be101a
t'�9'b'l1�dMF
SCH C - S 336TH ST
30 W
EDERA3S2700
VMAN.CITYOFFEOERALNWY.COM
APPROVED: D-WINKLER
0E
1H Cir Yr , 5 336TH ST
iiA »a.1S!
NAVD SB
E
GRAPHIC SCALE
CURB RAMP NOTES
7. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING-
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE WSDOT STD PLAN F40.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFWSTD DET3-0 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT
STD PLAN F-451D02.
5 CURB RAMP. LANDING, AND FLARES SHALL RECEIVE
BROOMFINISH SEE STANDARD SPECIFICATIONS 9-14
S ACCESSIBLE PEDESTRIAN PUSHBUTTON POST(PPB) TO BE
RELOCATED PER PLANS PPB DETAIL REFER TO WSDOT
STD PLAN J-2011-03-
7. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
OX SD'E PROP GONSTRUCTnNHDTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC CURBANDGUTTER,PERCFWDETAIL3-04
13 CEMENT CONC. SIDEWALK. PER CFW DETAIL3-12
15 SOD LAWN, INCL 4" TOPSOIL
1B CEMENT CONCRETE CURB 121NCHV0DE, PER DETAIL PAGE
O-05
20 CEMENT CONCRETE PEDESTRIAN CURB PER WSOOT DETAIL
F40.12-04
411
[O
LLI
Q Q
S
S 336TH 5'F
KEY MAP
100% DF
cm Of
DRAFTED: J COLE
�.
DRAWING VERSION I REVISION LOG
2022 ASPHALT OVERLAY PROJECT
a n rnuaeu 1.
12522
NO
DATE REVISION
Federal Way
DESIGNED: J COLE
Centered on Opportunity
�;'
CURB RAMP 5
CRC-03
- 03325 BTH AVE S FEDERAL WAY. WA 98003
PHONE: (253)935-2700
--.•
REVIEWED: D. WINKLER
SCH C - S 336TH ST
WAW.CITYOFFEDERALWAY COM
Ceti-I4 W-dy
APPROVED: D.WINKLER
L
�6L ` i1 NAVD BB rl
GRAPHIC SCALE
C17 (1 1D 20 M
NMI
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING.
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSOOT STD PLAN F-10.1243 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DIET 3-0 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
S- INSTALL DETECTABLE WARNING SURFACE PER WSDOT
STD PUN F-05.10-02
5- CURB RAMP, LANDING, AND FLARES SHALL RECEIVE
BROOM FINISH- SEE STANDARD SPECIFICATIONS 5-19.
6 ACCESSIBLE PEDESTRIAN PUSHBUTTON POST(PPB) TO BE
RELOCATED PER PLANS PPS DETAIL REFER TO MOOT
STD PUN J-2011-03.
7 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES,
O 9TT M' CYJNBTRUCTION NCTEA
1 SAWCUTASPHALT PAVEMENT OR CONCRETE
7 ADJUST MANHOLE, PER CFW STD DETAIL 355
12 CEMENT CONC CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL Y' TOPSOIL
18 CEMENT CONCRETE CURB 121NCH WIDE, PER DETAIL PAGE
G-05
CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL
F-10.12-01
29 NONSLIP MMA COATING
LV
Q
S 336TH ST.
KEY MAP
100% DRAWINGS
(�Y�
Federal Woy
�
DRAFTED: J. COLE
�i1Li�r
�M1. • Y
DRAWING
2022 ASPHALT OVERLAY PROJECT
'12522
6 EEi
PEWSRSIONIREVISIONLOG
DATE REVIFOOR
DESIGNED: J. COLE
Centered on Opportunity
�
CURB RAMP 6
CRC-04
33D35 B[Li AV'S PBVERAL WRY WA WM
PHONE (253)835-2�BD
6
REVIEWED: D-WINKLER
.,,y1=•
SCH C - S 336TH ST
WVWV.CITYOFFEDERALWAY,COM
�IIO�'T1�
APPROVED: D. WNKLER
32 of 99
k
� 5 336i4 ST
:4
JY+�
NAVD BB
V
0
GRAPHIC SCALE
� 10 :9 a
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY. FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS. JUNCTION BOXES, ACCESS
LOVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING.
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED,
SEE WSDOT STO PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS SEE CFW STD DET3-0 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT
STD PLAN F-45.104R.
5 CUM RAMP. LANDING -AND FORES S1 a RECEIVE
LiROON1Etl w SErstAmOMOSPECIFICATIONS8-14.
B ACCESSIBLE PEDESTRIAN PUSHBUTTON POST (PPB)TO BE
RELOCATED PER PLANS. PPS DETAIL REFER TO MOOT
STD PLAN J-2D.11-03.
7 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
Ox MTV PREP Ci11JSTRUCTgN NUT"
1 SAWCUTASPHALT PAVEMENT OR CONCRETE
12 CEMENT CO NC. CURB AND GUTTER, PER CFW DETAIL 3414
13 CEMENT GONG. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL.G TOPSOIL
1B CEMENT CONCRETE CURB 121NCH WIDE, PER DETAIL PAGE
G-05
20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL
F-WA2-04
V
�
}
x
#7 s�asTHST
rFR1i4•It2
%l1
S 336TH
STI
J
NAVDBS
101
KEY MAP
100% DRAWINGS
CITY PROJECTC
Cyr of
_ y ,ay
DRAWINGVERSION/REVISION LOG
ORAfTEOJ COLE
:
N0, DATE REV1510N
2022 ASPHALT OVERLAY PROJECT
12522
•rRrr
Federal
� DESIGNED: J COLE
Gentered On C)pperwnity
1 ;
CURB RAMPS 7-8
CRC-D5
y
REVIEWED: D-VJINNLER x b,.,r• _
33325 STH AVES FEDERAL WAY WA
L PHONE: (253)83.5-2700
ILwWfAbalm
SCH C - S 336TH ST
VMW.CITYOFFEDERALWAY COM
CaOB.b.1-ft APPROVED: D.VANKLER
33 - 99
W
Q
i
LD 1
1 1aA. 615i f RGIL� 121i
1 Iw,o B 1PL.r,
a" or
Federal Wpy
Centered an Opperiunily
33325 BTH AVE S FEDERAL WAY WA 98003
PHONE (253)a3 2700
W WN.CITYOFFEDERALWAY. COM
DRAFTED: J. COLE
DESIGNED: J-GOLF
REVIEWED: D-WINKLER
�BRIaLR pLd6
APPROVED: D WINKLER
Vl
{i
S 336TH ST
LU
_ LU
01
10v 00 _ i W
— 2
S
U
- I �
F
GRAPHIC SCALE
A D 16 aD
PAVEMENT MARKING CONSTRUCTION NOTES
PROFILED PLASTIC TMO MY LEFT TURN CENTER LINE P —IAL
TYPE D)
2
PROFILYOPLASTICLRAF WE/AL,tENtA1 LYPi Tk
3
PLASTIC EDGE LINE MATERIAL TYPE D)
4
PRO FILED PLASTIC DOUBLE YELLOW CENTERLINE MATERIAL
TYPE D)
S
PnO 7 PLASTIC MUE Lim OA -.TFPE0]
1
SURFACE APPLIED DETECTABLE T NIHO MRFx5 nR�W
DETAIL l51
T
PLASTIC STOP LINE PER CM DETAIL YEI(ANTERIAL TYPE A)
PLASTIC CROSSWALK LINE PER CFW DETAIL }21(MA RMLTYPE
A)
1
PSA;TLC Y{E2.8 UNE aYMSRG PEp LA'SPJTRT4 PLFTl ux.{:-.TA
10
NOT USED ON THIS SCHEDULE
11
HTGRMIT.MARAU TYPL 2S
12
PIASTICSPEEDBUMP SYMBOLPERWSDOTSTD.PIANM-24.BOOA
11ATERML TYPE AI INCIDENTAL TO SPEED HUMP INSTALLATION
10
NOT USED ON-1. SCHEDULE
14
PAINTED&CYCLE WAIS iYMBOLyERYnuTTSPO-PLAN
M-0PSB-02
15
PLASTIC TRAFFIC ARROW PER WSDDT STD -PLAN M-24A0-02
(MATERIAL TYPE A)
1B
NOT USED ON THIS SCHEDULE
17
REJ—E P—C TRAFFIC MARKING
,S
PLASTIC ROUNDABO)T CIRCLE MARKING PER WSDOTSTD PLAN
M-24 AD-02(1ATERIAL TYPE A)
U) V;
d 4
S 336TH ST
KEY MAP
GATEDRAWINGVISION N/REVISION LOG 2022 ASPHALT OVERLAY PROJECT
GATE REVISION
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
- SCH C - STA 100+00 TO 109+00
12522
1
ti
N
K m —
W _ _ 11 j,� 1�1100
W
6 E RT
• 11:
I16•pi 11-1 IB LT
BEG N
I16•pJ 66'LT EGIN
et6•.1 65 IT
i
O
m
W _ _
S =
Q
� I 'I � 1 s•As 1E 16•pB
I..' a 17 RT
b s of IB Ri 5- 1B RT
IMM-Iu.A, RI
nYe6 R
- 1 ENDS BEGIN
B LT I 1.- 9 17 LT
M
W
W
— Z
S
1:•pB L=_ BT
3.6x
1 E1ND
•il I6' RT Gape 6 E R � ! T
I,1•ee Jx IIT
11J1M IY'Rf
stt-1S ri RT IIA.ee IB
.•,.,VI CCGL
®fill
Y_i
Ru
���
EIiEi.Pp,—RENY.T.L
w
E,nmc Aon REIrvAL=.
s
-
M=•r1
o-recL.�IR
RlsnrunE
MUST
pp�Y TURR Iucxr
eWL4 •Ail Lr op x•�r
6 B LT p{
U
a
_ I>7
— _ W
N
—'z
GRAPHIC SCALE
2D D IC AL i0
El
AAVEMEN7 MN9R1l16 rnNlrrwJctNwellrTEa
1
PRO RLEDPIASTICTIN0VAYLE TURNCENTER LINE (MATERIAL
TYPE.)
PRORLED PLASTIC LANE LINE (MATERIAL TYPE D)
2
PLASTIC EWE LINE 9AATERIAL TYPE D)
A
ORpRLEDPLASTIGDDUBLEYELLOWCENTERLINEeAMRML
IYPE OI
E
PRORLED PLASTIC WIDE LINE PMTERLAL TYPE DI
CUIaACE IIRiROrgETELTA � Smnii PER C>rW
p=_TAe pJ•A
PLASTIC STOP LINE PER CPW DETAIL -1 (MATERIAL TYPE A)
B
PLASTICCROSSMMLK LINE PER CM DETAIL p-21(MAMRIALTYPE
A)
i
RLAFTA2 vIMW11E � PER V&W0 STD. PLANM�IRW
10
NOT USED ON THIS SCHEDULE
11
—AAO rMARKm TAPE M
1x
PLASTIC SPEED BUMP SYMBOL PER W600T 6TD PLAN M-4A
(MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION
13
NOT USED ON THIS SCHEDULE
14
PAINTED BICYCLE LANE SYMBOL PER YSDOT Sm PLAN
MAOe50Oi
is
PlAllTC 1MW mAIHIW11T, L&%Oa,Sm. ALA M ,RLIQ
IL•M ALTYPEA)
P'T
A4tIS
PLASTICRDUNMBOUT CIRCLND PER YJ600T 610PLAN
IA39 AGO2 (MATERIAL TYPE A)
® SIGNAGENOTES
1 PERMANENT SIGNING, INSTALL R3-7(RIGHT) SIGN AND
STEEL POST
2 PERMANENT SIGNING, REMOVE SIGN AND STEEL POST
3 PERMANENT SIGNING. INSTALL R3 SIGN AND STEEL POST
d PERMAW04Ts0541014a.MTULRi,dLONANDSTEELPGST
w w
4
� N �
S 336TH ST
KEY MAP
100% DRAWINGS
�,�
Federal Way
Centemd on Opportunity
33325 STH AVE5 FEDERALWAY WA980W
PHONE (253)B3S2700
NM AN.CITYOFFEDERALWAY COM
I�«r... Rp,
�1II�/a> wmuft
DRAFTED JCOLE
L
DRAWING
VERSION I REVISION LOG
2022 ASPHALT OVERLAY PROJECT
ITY PROJECT N:
12522
„a DATE
AEA»04
DESIGNED J, COLE
REVEYIEO D.YyVMLER
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
SCH C - STA 109+00 TO 119+00
PMC-02
APPROVED: D WINKLER
35 DE 99
B22•li 9s Lf
D
2 — O
z — — --- (u
z DO
oB w
i?Too — ---- _ — w
m — — — V)
n1
a
� — F
0 S 336TH ST a
1' I! t i •!Y
BEDIN +•Tl
5' Ri
A
A
U)
a
w
>
O
w
j
h
Q
V)
<
U
a
rn
S 336TH ST
�
z
s
GRAPHIC SCALE
±D D .n
pR1fEA1ENT W+RISl114_ +�TRunbx wult3
1
PROFILED PLASTIC TWD WAY UFTTURN CENTER LINE(MAMMAL
TYPE D)
2
PROFILED PLASTIC LANE LINE (MATERIAL TYPE D)
I
PLASTIC EDGE LINE MAMMAL TYPE D)
4
PROFILED PLASTIC DOUBLE YELLOWCENTERDNE(MATERIAL
TYPE D)
5
PROFILED PLASTIC WIDE DNE MATERIAL TYPE D)
.B
SURFACEAPPLIEDDETECTABUOARNINOSURFACE PERCFW
OETNL J6B
7
PIASMC STOP LINE PER CM DETAIL -1 (MAMMAL TYPE A)
S
PLASTIC CROSSWALK LINE PER CFW DETAIL — WTERIAL TYPE
A)
9
PLASTIC YIELD LINE SYMBOLS PER MDOT STD PLAN
10
PpTL�EO17111B5.C¢EN.A
11
Wd [`RAWER: EI¢
12
PLASTIC SPEED BUMP SYMBOL PER%SWTSTD.PUWM-4—I
(MATERIALTYPEA) IWIDENTALTO SPEED HUMP INSTALLATION
I1
eq—. ISN nKs Bo1[ U
14
PAIN TEONCYCLELANESTMINXMIl WS¢OTSRAASAfy
M-0B.5W2
15
PLASMCTRAFFK: ARROW PER YSDOT STD PLAN M-24-02
(LATERAL TYPE A)
16
NOTUSEDONTHISSCHEWLE
17
REMOVE PLASTIC TRAFFIC MARKBIc
1B
PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD PLAN
NL24 40-021MATERML TYPE AI
[17 �
w
� 2
S 336TH ST
2
KEY MAP
100% DRAWINGS
- --
aY �
�
DRAFTED: J COLE
� ,I i.•
DRAWING VERSION REVISION LOG
NID, EA*f REIABLON
2022 ASPHALT OVERLAY PROJECT
em PRagcrr
12522
Federal Way
DESIGNED: J COLE
-1.1
Cerrtererl On Oppmuniry
_
ARTERIAL PAVEMENT MARKINGS AND SIGNAGE
PMC-03
D]JiS BTH AVES FEDERALWAY WA 9BD03
REVIEWED: D WINKLER
t'^"''
PMONE: RSDI
Frn AAr. DcIOI11.
/T .r (�
SCH C - STA 119+00 TO 129+00
ALWAY.0
7 WWJICITYOFFEDERALWAY.COM
WW-�*F
APPROVED: D WINKLER
36 DF BB
�m1yl
Li VJ
7
2
TF
S 3361H ST
EGIN
QG IS LT
I.J ..LS 1� � II]•IB! ID LT
W BEGIN IM. 11 LT
O
m
ELI
Q 1
-
END
W ENO 5 •� t1 L+
du
J
BEGIN
KI IS�YNiI 1✓• Iu BB
wroe I I 1D 2 Eu•m ra RT
v}ry lffel .e0 _A
= IB2-XIRi
I� •BB U'flT j BEGIN
II I2 RT N�. •
6
GRAPHIC SCALE
D n 70 AO
PAVEMENT MARKING CONSTRDOT�N NOTE6
PROFILED PLASTIC TWO WMY LEFT TURN CENTER LINE DNTERNL
TYPE D)
PROFILED PLASTIC LANE LINE (MATERIAL TYPE D)
PLASTIC EDGE LINE (MATERIAL TYPE D)
PROFILED PIASTI—BLE YELUONCENTERUNE (MATERIAL
YPE D)
5
PROFILED PLASTIC WIDE UNE(MATERIAL TYPE D)
S
SURFACE APPLIED DETECTABLE WARNING SURFACE PER CM
DETAIL]
T
PLASTIC STOP UNE PER CFW DETAIL -1(AMTERIAL TYPE A)
B
PLASTIC CROSSWALK LINE PER CM DETAIL—(NTERIAL TYPE
A)
0
PLASTIC YIELD UNE SYMBOLS PER WSDOT STO PLAN W2LSD01
1B
NOT USED ON THIS SCHEDULE
11
FIFORANTMARAFRTYPETB
12
01ASTICSPEEDEW SYMBOL PER VADOT 5111PWJM-3i.B000
IIMTERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALIATION
13
I•V✓•lREO W THID SOHEBVAC
1A
PAINTE.BICYLLELANESYMBOLPERYSDOTSTD-PLAN
Mmwm
15
PUISTIG TRAFFICARROW PER WSDOT STD -PLAN W24.i002
(INTERNE TYPE A)
1S
NOT USE. ON THIS SCHEDULE
11
REMOVE PLASTIC TRIIFFIL IMRKINO
19
PLASTIC RDUNMBDUT CIRCLE MARNING PER NSOOT SIDPLAN
M-3i.AD0E MMATERIAL TYPE A)
[11 N
Q
Z
F
S 336TH STI
KEY MAP
DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT ••12522
( ny o DRAFTED: J. COLE ' .1i4�
Federal Way � �� REVISION
GsnteredonO�pportunity , DESIGNED: 0WIN �; ARTERIAL PAVEMENT MARKINGS AND SIGNAGE PMC o5
REVIEWED: O WINKLER '�.;w .
Y 33375 BTH AVE 5 FEDERAL WAY. WA —11 �'�yy i.•',
ie PHONE: (253)835-27DO-N•�Fwa•• SCH C - STA 139+00 TO 146+70
VWVW..CITYOFFEDERALWAY-COM Ccller"WWk. APPROVED: D.WINKLER 36 OF 99
GRAPHIC SCALE
Iv 6 :D
© CONSTRUCT04 NOTES
1 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12
INCH DIAM
2 CO INLET PROTECTION
GENERAL?:CTES
TRENCH BACKFILL SHALL BE CSTC.
I I
KEY MAP
c 100% DRAWINGS
CRY pf DRAFTED: J. COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT a 12522'
4& Federal Wcjy IL, DAM _
DESIGNED: J COLE '�- ♦'
Centared on Opportunity REVIEWED' D.WINKLER PIPE REPAIR PRD-09
3} 33325 BTH AVE S FEDERAL WAY WA IRMQPHONE (253) .f7
7 WWWCITYOFFEDERA WAVCOM VAU�jft APPROVED: D WINKLER SCH D - SW 330TH ST AND 49TH PL SW Q OF 19
Y
W
O
D3
Q
W
W
Z
U
MATCHLINE SEE BELOW
:5,• 10
7 •HLi
GRAPHIC SCALE
o m m
mr.lj-�-
I EGEND:
®BUTTJOINTATSTATIONORLOCATIONINDICATEO,
FULL DEPTH AT MATCH UNE AND TRANSITION TO D
IN. AT DISTANCE DIRECTED BY ENGINEER.
I PLANE WIDTH AS INDICATED ON PLANING WIDTH
AT CURB AND GUTTER', FULL DEPTH AT FACE OF
GUTTER.
O PAVEMENT REPAIR SECTION
'�.." REMOVE A N D R EP LACE CONC FETE
REMOVE SIDEWALK
® REBUILD ROAD
*LEY'RE�TI�1—
_ �w.szsrH PL �
�I
4k
KEY MAP
100%. DRAWINGS
am OF
DRAFTED: J,COLE
Imo.
J
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
-12522
W.
DAM
Ref MN
f6d V i a I Way
DESIGNED: J, GOLE
-
Centered on Opportunity
. E `
RESIDENTIAL SITE PREP AND PAVING
SPD-01
33325 BTN AVE S FEDERAL WAY WA 98993
PHONE ,253,83E-2709
--
REVIEWED: D.WINKLER
•�Mi �� �•
SCH D - STA 151+00 TO 155+00 & 251+00 TO 252+91
WAW.CITYOFFEDERALWAY COM
CaMlnepoufp
APPROVED: D•WINKLER
99
GRAPHIC SCALE
7�1 Q 10 27
t
1 13 IOxil NT-C.iiDI-PERCFWDETAILJ-11 1
LEGEND.
®BUR JOINT AT STATION OR LOCATION INDICATED,
FULL DEPTH AT MATCH LINE AND TRANSITION TOO
IN AT DISTANCE DIRECTED BY ENGINEER.
PLANE WIDTH AS INDICATED ON'PUNING WIDTH
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION.
-©-� REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
® REBUILD ROAD
DTcCTIDN
KEY MAP
G[��
DRAFTED: J COLE
fly
DRAWING
VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
-„iz52...
IYD DATE
REVISION
�- Federal Way
DESIGNED J.COLE-'•
SHEET
Centered on Opportunity
?
RESIDENTIAL SITE PREP AND PAVING
SP -02.
D]D25 BTH AVE S FEDERAL WAY WA9B003
PHONE
-�
MT.tl111ir1en11�0d1{
REVIEWED: D-VANKLER
,•
`'""""`�
SCH D - STA 155+00 TO 161+50 & 230+00 TO 232+37
EDERA]S2Y.
NM W.CITYOFF(253)3 WAV.COM
APPROVED: D. WINKLER
42 or 99
GRAIC SCALE PH
Dp ¢ C ti /0
CpNSTHI1CnOfJ NOTES
9
_ .AWCUf A:ANLT PAV'cuE1++u+�AMIfE
•� 1R[ uneD M THIS scmEov
o ADYAYf DATCH BAmI,MQLW
n - d imFi-ACf a tTmu ATJ+1E wore Ain Al mwrn =T
f •. a "N[ GFnweSO . Lsw�re umeuLu.
s AonuTw �>TvcAsenrlcrnea. PUr OPJ/I1kTAIE r.x
.. I: • a - .�z . ADJucT W&MIT VALVD ID r ff.•ER CPWs-MrA4Da1.
ADIDeT MA F P—C—mx IL J45
W ti� ... — — 16 •Dp cC-0AC CURB RJWRTTPF PAERAU2' R, pl11 WSDOT DETAIL
rao.iiTaa
W B CEMEM C+INCC B> 1 TYPgPARAUXL I. PER MOOT DETAIL t 40.%=
�• •',L•. 10 CEMENT§'-cm1.w1P TYPOEDRFCTIOII. PASFY!
11 1 CEAF.IfFCONC- CURB RAWF T E 1 PERPENDICULAR, PER CM
fi] —T T a RAMP 11 = 11 DET1{tyls
. A PAT T1 rrn U�1]G11 M:SCHE[A1LE
1 Q 13 GP",Cm:c.>:..]'L^MFCB. PER OhW DETAIL: -If
j f11 •elRT TA 4E3i NOUN[ABLE DEI/4 ml-.VmITCURB-
I 15 1a0 LAWN.INCL I' i0v1011
to CFRiUTED CEMEN[eOueCTML PEP CIWITO CE-rA1U 31M1
•--I IT raTlaly ON TNps EDHlDU[L
�� I _ in CENEH3 COKC C<JIW }31N. WIDI. pEA (11SAl1 P.50EG�,
Da.TY u Wi11TY CGVFR w]H-9L✓P u[uCDAilrs
ry pewk Cael 1R �TNAL 1:3RLB AEI"DOT 0.`n
roMD. I.0
MINIA CEAEIIT COATmETE OURS ppA CTWDBf+NL D.x 1'
31 BREAK EIIE'RVWD'AND3ID—Ai�slrtal.E:o1HE11.1
I aTED.
I _x IBm��Dw TPli sol®uLE
:3 NDTuwD ON s—vU,E
a IVD7Da:mw+na:almuLe
3s NOTU-EDDN 13uesDHl:mA.E
4'Afi1' K DrMMT COMMEW IIIdUl0 MR1 PER OEM PAC✓`s-¢f
37
REIATJlElIOeIMLx
n IAOTmw ONTNISA!ctEIK.A
I LEGEND'
3 ® BUTT JOINT AT STATION OR LOCATION INDICATED,
FULL DEPTH AT MATCH UNE AND TRANSITION TO 0
IN. AT DISTANCE DIRECTED BY ENGINEER.
PLANE WIDTH AS INDICATED ON'PLAMNG WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
® REBUILD ROAD
:11•Ys T
' � INLET PROTECTION
-)
a I kW�sTllnL-;
.I II =-• - I .I is
r -—
KEY MAP �
u
100% DRAWINGS
r. Sim c�o' DRAWING VERSION REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522
�}s��{�r GRAFTED: J. COLE
Federal Way JCOLE NO. DATE REVISION
� DESIGNED: .
Warr
Centered on opponunrry
33325 BTH AVES FEDERAL WAY WA BB00] REVIEWED: D. WANKIER:RESIDENTIAL SITE PREP AND PAVING SPD-03
PHONE (253)835-270D KwrAllhM1M1. SCH D - STA 161+50 TO 166+00 & 240+00 TO 242+48
&CIIYOFFEDERALWAY.COM CNl11W1T109p APPROVED: D-WINKLER 43 or 9B
VW
GRAPHIC SCALE
1D m KE
TRUCTEON NOTES
.V WLI PgYLYENT4 COM:RETE
I ON i b lMRmDI.E
ATCH OASvi PER DFwm tllTAl3-ff.
E%LGTq,Na PAA51E, a Tl AND MEN VAN cm
y PAAeR3 GAME MOM 12%
KPA/F V—E AND—M. PERCINY NTAR S36
mm VALVC TG OIUAOE. PER CFHWtAmE v3
I11e10.[, P8T CFW STq DETAlL 1b5.
:YpA' cuRB—P TY1E FAl1AlaELA PER WSOOTGI
ZtlC WpR RAMP TYPE PARALLEL B, PER YROD'ie
:ONc-CURB KW TYPE Mkg 2 1EG1pN. PER cr
10
:ONC CURB RAMP'ITPE 1 pltlplNDICUTAR, Pp� CPI
11
]ON5 SCHEDULE
:91C. SIDE9V1L1T.-AC WOC1AIL Yt2
M1 7? CEU;NT -_IL CUA1L
M, WCL. a• HOLY
OCEMR C04C. cum. PER CT'W STu-J,11 Yu
B on THls scHEOuIE
CONC CURB 121N.1 PER ➢ETAL PAGE .�
Ova hR1ELffi Ml6l [aAAI�
cvucAlTlr PiOE3TANN CLRO %R MOOT OEZA4
NE CENATT CONCRETEOU"PER v MTAIL }IH.
RA? 1 W AND 1' MEA1L ATO29 LAALS.R OTHERWISE
LEGEND
®BUTT
JOINT AT STATION OR LOCATION INDICATED
FULL DEPTH AT MATCH LINE AND TRANSITION TO D
IN.AT DISTANCE DIRECTED BY ENGINEER.
PLANE WIDTH AS INDICATED ON'PUNING WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
/®
REMOVE SIDEWALK
®
REBUILD ROAD
INLET F OTECMN
100% DRAWINGS
C{n of DRAFTED: J COLE DRAWING VERSION I REVISION LOG cw, PHOJEcI R.
Federal Way
N1 40: DR'{', REVISION 2022 ASPHALT OVERLAY PROJECT 12522
1 DESIGNED: J COLE •lu [
Centered on OppWvnky ' RESIDENTIAL SITE PREP AND PAVING .�
REVIEWED: D WINKLER �' SPD-OQ'
JJ]iS BTH AVES FEDERAL WAY WA 96003
PHONE: (253)835-2700 �-��� 10,�W SCH D - STA 166+00 TO 174+50
VWklW.CITYOFFEDERALWAY.COM QPWIW"11)14 APPROVED: D.WINKLER 94 Or 99
in
MATCHLINE SEE DRAWING SPn_nd
rl'I
---cil0-to
ma.BD
77
RAMPN21
-
Mqr .
cyclvt SSE°f?a A
IN 42S -as
GRAPHIC SCALE
D ID �D
LEGEND'
®BUTT
JDINT AT STATION OR LOCATION INDICATED.
FULL DEPTH AT MATCH LINE AND TRANSITION TO 0
IN AT DISTANCE DIRECTED BY ENGINEER.
PLANE WIDTH AS INDICATED ON'PLANINGblIDTH
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
GUTTER
PAVEMENT REPAIR SECTION
R EMOVE AND R EP LAC E CONC RETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLET PROTECTION
KEY MAP
1nnDi nRAwINGS
s cm pw
Y
Federal Way
Centered on Opportunity
33325 BTH AVES FEDERAL WAY WA BBD03PHONE (253)13�27013
WWW.CITYOFFEOERA WAYCOM
N
1
CMI- y—&o.
DRAFTED: J COLE
•�
DRAWING
VERSION l REVISION LOG
2O22 ASPHALT OVERLAY PROJECT
EIIY PRGJt01 R:
12522
ND-
DATE
REVI£i0H
DESIGNED: J COLE
9jr
REVIEWED: D.WINKLER
RESIDENTIAL SITE PREP AND PAVING
SCH D - MULTIPLE (SEE KEY SHEET)
sk¢
SPD-05
APPRIWEOD.WwK
45 OF 99
pA
M{�
sn
y 51STPL] / v m
dar.]s• r
1-20RT Beat 11'
U I
C3 � NP NiV
b
LWVcw
DRAFTED: J,COLE
Federal Way
`
DESIGNED: J. COLE
Centered on Opportunity
REVIEWED' D. VJINKLER
3]]25 BTH AVES FEDERAL WAY WA 98003
PHONE 3S2700
KroNiwNNM1h
NMW.CITYOFFEDEREDERALWAY.COM
WlMevepuYW tlp APPROVED: O. WINKLER
DRAWING VERSION / REVISION LOG
GRAPHIC SCALE
30 D IO .0 +7
IPA
®BUTT
JOINT ATSTATION OR LOCATION INDICATED.
FULL DEPTH AT MATCH UNE AND TRANSITION TO 0
IN. AT DISTANCE DIRECTED BY ENGINEER,
PLANE WIDTH AS INDICATED ON'PIAMNG WIDTH
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
REMOVESIDEWALK
®
REBUILD ROAD
INLET PROTECTION,y
. O
j
T
SW_ 325TH PL.�
r
—s
KEY MAP
i m
100% DRAWING:
C-. PRDrCT
2022 ASPHALT OVERLAY PROJECT 12522
RESIDENTIAL SITE PREP AND PAVING SPD-0
SCH D - STA 185+00 TO 195+00
to\TCHL,—
GRAPHIC SCALE
L
T
NOT ICCD rnI TIPS ic1�Etl4�E
❑
a
NI
CEMGNTCONC CUAB I:IU.VAOE.PE�iDETAILFf,OE4M-
f°
a
ununeweRxgl—nln.
ceMElrrcaHrAc*newEcmiAu cola PER Rv]pOrpETAn
SSz
:o
r-1q.i:N
24
MOUHTA➢LE co&_W O VRET2 C� PER CTW DUAIL}W.r
BREAK EVERY 1W' AND 2' BREAK AT CB'S UNLESS DTHERVACE
❑
I TPA.
W
No} usLDCN 1HP. LCMOULE
N
1}
No71aEp oN THs s¢yEOUIE
14
NOTMEDW-1191�1EOL4
W
Z
:5
NOT u[Eo di TBBSCHlOW.
_
'L
cERlM['cAICRBTE R0LL6D C1RIB IR'R pETA1L PADBO4
UI
1T
REawen�wALE
Q
ri
NOT IY.EOON TWs%CH{ouLi
LEGEND
®BUTTJOINTAT
MATCHUNE NOTIONINdCATOO
FULL DEPTH C MATCH ED ANDTMNSITION TOB
IN. AT DISTANCE DIRECTED BY ENGINEER.
FPIA NEWIDTHASINDICATEDOWFI-ANINGWDTH
AT CURB AND GUTTER. FULL DEPTH AT FACE OF
GUTTER,
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
® REBUILD ROAD
INLET PROTECTION A -
.. ISW r�TN P�
KEY MAP
-1
100% DRAWINGS
error
Federal Way
Centered nrr OpportunityA
]]]75 BTH AVE S FEDERAL WAY WA BB003
PHONE: EDER LWAY..
WAMN.CITYOFFEDERALWAY.COM
S
�.r••
IyIIlEMEpBft
DRAFTED: J-GOLF
w II •
�,:
_
,'��wk ,
DRAWING
VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
-.,92522_.
W.
DATE
REVISION
DESIGNED: J. COLE
REVIEWED: D.WINKLER
RESIDENTIAL SITE PREP AND PAVING
SCH D - STA 195+00 TO 200+00 & 217+00 TO 220+25
SHEET
SPD-07
APPROVED: D. VANKLER
47 aF 99
0
0
a
m
F -
_
W
WU1
fig_ LI,o
o fi Jr3li- 201�� W0
D !SC C GRAPHIALE
72 b
c
I 21 IBREAKrI�E ylY 'AND2'BREAKATCB UNl SSOTERME 11
Ec�ND.
®
BUTT STATION OR
NDTR1NINgCATEO.
FULL DEPTH C MATCH ED ANDGINEEITION TOD
W. AT DISTANCE DIRECTED BY ENGINEER
�PLANEWIDTHASINDICATEDON'PWMNOWDTH
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLET PROTEZ"
�I
KEY MAP
intro/ nPAWINrS
CRYcr
OF
V
F�det�Ia7
Centered On Opportunity
333250THAVE S FEDERAL WAY WA BBW]
PHONE: (253)535-2700
WWW.CITYOFFEDERALWAY.COM
0
KR bdm
OIIB.r�Terld4
DRAFTED: JCOLE
tirllj�
%-
'n.
[. -
DRAWING VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
f PRDr DT P.
12522
1q.
IKY�
REVISION
DESIGNED J.COLE
REVIEWED: D WINKLER
RESIDENTIAL SITE PREP AND PAVING
SCH D - STA 200+00 TO 203+91
SHEET
SPD-08
APPROVED: D WINKLER
_!LIF BB
GRAPHIC SCALE
:n D I 2a w
DETAIL- 6
LEGENR
®
TONINOOATO
BUR JOINT AT STATIONUN
AND
ED AND TRANSITION TOD
FULL DEPTH AT DIRECTED
IN AT DISTANCE dRELTED BY ENGINEER
®PLANE
MOTH AS INDICATED ON'PLAMNG WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLET PROTECTION
.n
� I:�w s7z7N p� •,.
L=
KEY MAP
10D% DRAWINGS
1� DRAWING VERSION / REVISION LOG CITY PROJECT
2022 ASPHALT OVERLAY PROJECT 12522
[Ar of DRAFTED: J COLE �eI N.nAh � DATE AWN
Federal Way DESIGNED: J. COLE` f y
Centered onOpportuniiy * REVIEWED: D_WINKLER �. RESIDENTIAL SITE PREP AND PAVING SPD-09
W] 33325 BTH AVES FEDERAL WAY WA BB'I•�•+•�
WWW.CITYOFFEDERALWAVCOM M�Mdl0. APPROVED: D.WINKLER SCH D - STA 270+00 TO 273+91 & 210+00 TO 213+00
C
a
z
z
3
LU
LU
1n
UU
z
J
2
U
H
Q
W
O
m
Q
W
W
N
W
z
2
L:
a
9
GRAPHIC SCALE
;a O W
1 21 IB'IENC.EYER11W'ANDTBREAKATCB'SUNLE6L0'XI- II
LEGEND'
®BUTT
JOINT AT STATION OR LOCATION INDICATED,
FULL DEPTH AT MATCH LINE AND TRANSITION TO O
IN. AT DISTANCE DIRECTED BY ENGINEER
OEMPLANE
WIDTH AS INDICATED ON'PUINING WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER,
PAVEMENT REPAIR SECTION.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
W
INLET PROTECTION
am DRAFTED: J.COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522
i � Federal VICay Y �� REVISION
�� DESIGNED: J. COLE �� 3HeuI
a Centered on OpporWnitqkpy
33]25 BTH AVE 5 REVIEWED: D WNNLER RESIDENTIAL SITE PREP AND PAVING 5PD-10
y RA
d$ PHONE: FEDEL WAY WA BB003 (253)83-127M K.....�DI�. SCH D - STA 213+00 TO 217+00
WAAN.CITYOFFEDERALWAY.COM Cab lmWoDaa APPROVED: D-WINKLER 50 DF BB
Bum
7 Si'Y 11 PLFT 5T5TAVE S1M
c •Rcw Lea 14 Hrr.a a.nR1 n1414
NAVO SB
yr, 1 I SW iYa [Fk PLRT SW 329TF{ PL
.c .. claru�e-. m.vl lcw.r narzl
MMVD 88 Q5
GRAPHIC SCALE L
may'— -�
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE WSDOT STD PLAN F-1012-0 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFWSTD DET3 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTASLE WARNING SURFACE PER WSDOT STD
PLAN F<5.10412.
S. CURB RAMP. LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH SEE STANDARD SPECIFICATIONS 8-14.
B- STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OFTRUNCATED DOMES-
Ox 617E PREP CONBTRur—NOTES
1 SAW'CUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC. CURB AND GUTTER, PER CFW DETAIL 3-0
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3.12
15 SOD LAWN, INCL 4" TOPSOIL
1B CEMENT CONC. CURB 121N WIDE, PER DETAIL PAGE N.
gQ
S�
. $W 3ATH PL...
m
,N
KEY MAP
QTIf
A
DRAFTED: J COLE
�r '
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
�`
REYWD�
Federal Way
DESIGNED: J COLE
3 Centered on Opportunity
RAMPS � &2
/(1 I
LlRD-O I
33725 BTH AVE S FEDERAL WAY WA 9BW3
PHONE: (253)835-2700
II..r..bdm
REVIEWED: D VANKLER
..,,✓
i 1}
SCH D - GREEN GABLES
WMN.CITYOFFEDERALWAY-COM
Ott119MIa iII&
APPROVED: D WINKLER
SI of 9D
�� SW lj PLAT 51STAVE SW
^� sl..:-..cu�IwEFrn ivKaF r=aT1r eL�xw
NAVD BB�
-In hT 6T gT AVE 5W
a. rwwelnenA,r+•n rs,r •r,
NAVD BB
Y
Gi4PHLC F —
Q '1 6
CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS
2. DO NOT PLACE GRATINGSJUNCTION , BOXES, ACCESS
COVERS, OR OTHERAPPURTENANCESINFRONT OFTHE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3 SEE CONTRACT PLANS FOR THE CURB DESIGNSPECIFIED.
SEE WSDOT STD PUN F-1012413 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD GET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN FAS.1D .
5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH SEE STANDARD SPECIFICATIONS S-14.
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES
O% SRE PREP CONBTRUCRQN NOTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 C EMENT CONC CURB AND GUTTER, PER CFW DETAIL 3-D4
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4" TOPSOIL
18 CEMENT CONC. CURB 12 IWWIDE, PER DETAIL PAGE 04.
�.. � ISVJ325TH PL
s•L.
I
,I
C
n+
I�
I.
KEY MAP
CITY
DRAFTED: J. COLE
Y
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
DATE
REIR9LON
e
Federal
Federal'I�iay
DESIGNED ACOLE
{ '
Centered an Opportunity
_
RAMPS 3&4
CRp-p2
y 33325 BTM AVE S F (253) 6 WAY. WA BB003
ILL PHONE (253,B3S2T00
.-rnhmwLL
REVIEWED: D. WINKLER
.. ,. _
,.
��-ya •�.✓
SCH D -GREEN GABLES
W Wtl.CITYOFFEDERALWAY.COM
'�hrYe*11BB.
APPROVED: D. WINKLER
52 w BB
s-m-n— ea csD PL SW
cL-FLOW LIH .N Li, ®-TAN'
NAVO 66
GRAPHIC SCALE
D Is
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS,
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING.
3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET3i FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PUN F45.1002
5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH, SEE STANDARDSPECIFICATIONS&14.
6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRyI wq'fEv D.'S'
O STTE PRF_A CON6TROCTIQN NOTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC- CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT GONG ID—
LK, PER CFW DETAIL 3-12
15 SGO UVft INC. r TOPSOIL
1B CEMENT GONG. CURB 121N WIDE, PER DETAIL PAGE
22aLP� A �7
p�.
�
a
sw7zarrl PLAT szsa PI- s+v
-
:� A r.A lu.rs,a ra4r:r e�nr
SW-3 MTH PL
a
I I
=
14ALF JA
fD
I•
KEY MAP
cy" of
Federal Way
Centered on Opportunity
77325 BTM AVES FEDERAL WAY WA B60W
W W.CITYOFFEOERALWAYCOM
f
CWhW eT°0d4
DRAFTED: J COLE
r tti.
f•,
3"
i
DRAWING
VERSION I REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
NOL
DATE
REVISION
DESIGNED: J COLE
Re.� ADD. D. W1v ER
RAMPS 5&6
SCH D -GREEN GABLES
enF,
CRD-03
APPROVED: D. WINKLER
c� yB
Dim
e7 SW0247F1 PLAT97A0 PLSW
r.r.cwwir>t.e1u•r,.rc rJsr.*.u=,ram
NAYD B5
� SW 324THPL AT S3f1L]AL SW
-!w+rure sr4 lBr scuv.-.w cau�
NAVDNAVD N
Y
„� GRAPHIC SCALE
0 15 E
CURB RAMP NOTES
7. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3. SEECONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-10-12H13 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFWSTD DET 3A FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F4510-0
5- CURB RAMP, LANDING. AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS 814.
& STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O on DOLLI UOTK3N NOTESNOTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
72 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3414
13 CEMENT CONC- SIDEWALK, PER CFW DETAIL 3.12
15 SOD LAWN, INCL.4"TOPSOIL
1S CEMENT CONC-CURB 121N WADE, PER DETAIL PAGE 04.
ill crvy OF
p
Federal Way
Centered on Opportunity
03315 BTH AYE A FEQEPJVL YW4Y 4VA 9B003
PHONE Ltsrle�s�mp
WV4V.CnYQFFEOERALWAYSOM
r
ti
Ka.rr.edow
GII B.IOre PVC
DRAFTED: J. COLE
4'�'��•�,
DRAWING
VERSION I REVISION LOG
2022 ASPHALT OVERLAY PROJECT
RAMPS 7&8
SCH D - GREEN GABLES
12522
Np-
DATE
I REVISRIN
DESIGNED: J.COLE
CRDI D4
REWEWED a:WmKLER
APPROVED: D.WINKLER
54 of BB
324TH PL AT SW 32BTH CT
Cz-PI:M'le�i=i{ 1.1 •�xpe.: LI. EA Yl.n
NAVD85 rik
�� SW ]24TH PL AT SW 32gTF1 CT
CI Pux,i�iE seA lee-ne�.xW LT:�:es eP'
NAVD BB
y
GRAPHIC SCALE
CURB RAMP NOTES
1. SLOPES SHOWN INPLANVIEW,RAMPLAYOUTANDRAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING,
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F4012-D3 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F45.10-02.
5 CURB RAMP. LANDING, AND FLARES SHALL RECEIVE BROOM
FQOBH, RSA STAROARO SPECIFICATIpry6614.
B. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES
O BTwuDTlok TFa'-
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC CURB AND GUTTER, PER CFWOETAIL 3-04
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4"TOPSOIL
1B CEMENT CONC CURB 121N. WIDE, PER DETAIL PAGE 04,
JSW USTH PI.
�N
KEY MAP
1
c,,,,OF
DRAFTED JCOLE
J
DRAWING
VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
DATE
REVISON
I
Federal Way
DESIGNED: J COLE
EET
Centered onOFpanuni[y
RAMPS 9&10
CRD-051
33325BTHAVES FEDERALWAY WABB003
REVIEWED: D. NANNLER
i
PHONE (253)83 2100
Krrw.bBLOpL
SCH D -GREEN GABLES
WAVN.CITYOFFEDERALWAY COM
I��l.d6
ARPRVVi:Cm D_VAHKLER
11 1BB
&SW 324TH 11 SIT SV� 326TH OT
u •/1rnURE 6Th +C>'•IIAI. 16.�1' AT a vs so
NAVD BB
���arW sa24TtI PI-4 I TK CT
� u wv..11�iesull�.:11T ,s rr rr 6l aAaw
NAVD BB
N� %+RAPHLC :GALE
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING-
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED,
SEE MSDOT STD PLAN F-10.12M FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET3-4 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F451"2
5 CURB RAMP. LANDING. AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS B-14
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES-
G MIM PREP CONiTRUCTKM MOTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3A2
15 SOD LAWN, INCL 4"TOPSOIL
18 CEMENT CONC CURB 121N. WIDE. PER DETAIL PAGE 04•
;.
l
_ �w�gsrFl PL..
`_-:
�
l
—
r
r
ILI,
1i
II-TTI
KEY MAP
100% DRAWINGS
m„,F
DRAFTED: J.COLE
DRAWING
VERSION REVISION LOG
2022 ASPHALT OVERLAY PROJECT
- 12522
NO.
DATE
gE3IILON
Federal Way
�
DESIGNED: J. COLE
R;
centeFao on Opportunity
C
r =
RAMPS 11 &12
CRD-06
33725 BTH AVE S FEDERAL WAY WA NOW•Ai���
REVIEWED: D-WINKLER
�.�+
PHONE: (253)83S27D0
r�.r bdou
SCH D - GREEN GABLES
VMW.CITYOFFEDERALWAY-COM
CIIIQ eVauft
APPROVED: D.WINKLER
Sfi ov PB
N U'FAPJlIC SCALE
A
CU BCU B R
7 SLOPES SHCWN IN PUN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
ST AFIIJ 57ND PLSY Aft �7J•fD PL SW
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
�SW_826TH
r� -r ur:Pr.�A 1u•xv x1Lr Fr n.: .ar
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
NAVONAVO BB�
3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED,
Mi
SEE W5DOT STD PLAN F-101243 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD GET 3-0 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F45.10-02
5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS 8-14.
6 STATION AND OFFSETTAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O GO l2RTE8
1 SAWCUTASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12
IS
SDP LAVBN-1Na_ 4' TDP6
18 CEMENTCONC CURB121N WADE, PER DETAIL PAGE N.
#14 sW a2aT!! 37
�NAvo ae AT52ND PL Sw �A
Ax-FLNY1u >•-•u.T�.nrm aaesr �' ..
�O
s
�SW 325TH Pt -
KEY MAP
p7r pK DRAFTED: J. COLE NO DRAWING VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT 12522
Federal Way DATE REVISION SH[[T
a Centered on opportunity 5REVIEWED D WINKLER RAMPS 13&14 CRD-07'
}} =25ATH AYE, FEPP4AL WAV WA BBDa3 "�
+ WWW.CITYOFFEDERALWAYCOM .IY�lAMYeutll4 APPROVED: D.WINKLER SCH D - GREEN GABLES 57 of 99
r v
#i 6 � 82NBT�ST A'l 5TND Av6 Sw
At115HY.35 ��ar l:I eS ZMH
NAVD BS
151T,
BT AT 51ST 11 SW
��� u-naarlrrE rtA Nw•1+�1ASI[r Eiler-
NAVD W
N cPArHN: DDaLE
S 8 ]
CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DD NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING.
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED -
SEE WSDOT STD PLAN F-10.1240 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DIET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F45.1 D-02
5. CURB RAMP LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS 5-14.
S STATION AND OFFSET TAKEN FROM TOP BACK OF CURB.
CENTER OF TRUNCATED DOMES.
O WTEPRW*DNfiTRUCMNMOTE3
1 SAWCUTASPHALTPAVEMENTOR CONCRETE
12 CEMENTCONC CURB AND GUTTER, PER CPW DETAIL 3-04
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL- 4" TOPSOIL
1B CEMENT CONC-CURB121N- WIDE. PER DETAIL PAGE 04.
r.
j
r"
{ -!PV 325Tri PL
fft
-}
i•N
KEY MAP
- _
or
DRAFTED: J COLE
FHy 3`
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
R£195R1N
. Fed
Federal Wpy
f
DESIGNED: J. COLE
A•
�1
centered onoppnituniry
RAMPS 15&16
GRD-Q8
33025 BTH AVE S FEDERAL WAY WA 9E003
PHONE
. •�
„CallL
REVIEWED: D WINKLER
� ��.f�
SCH D GREEN GABLES
(253)635-2TDD
VWWVCITYOFFEDERALWAY.COM
—Mi 4
APPROVED: D. WINKLER
-
DE of BB
W4
NAVDNAVD BB1.41
h
= ..• 67».m aaL--3 5*7 AiT 6x1P
NAVD SO h
r UlmPH1 SCALE
5
CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND. CONSTRUCT CURB RAMPS TO MEET ADA
RED UIREMENTS
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE VSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS- SEE CFW STD DET3 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F< 10-02.
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS 8-14,
6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O OR PRP} CON91R17CTIDN No
1 SAWCUTASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENTCONC SIDEWALK, PERCFWOETAIL3-12
15 SOD LAWN, INCL 4 TOPSOIL
18 CEMENT CONC, CURB 121W WIDE, PER DETAIL PAGE 04
- 'r1C„. ILLS 1
�V
N
i�
T1 11
KEY MAP
100% DRAWINGS
Cm or
Federal
�
DRAFTED: J.coLE
NO
DRAWING VERSION/REVISION LOG
GATE I RISION
(EV
2022 ASPHALT OVERLAY PROJECT
12522
Wpy
Centered on Opportunity
DESIGNED J. COLE
WINKLER
1 'Y'
RAMPS 17&18
snseT
CRD-nn
a
=S B1H'AvE 9 FEOERALVAAD9V WA &M
REVIEWED: D
l.r
PHONE (253)935-27
K—e.taL
SCH D - GREEN GABLES
WWN.CITYOFFEDERALWAY COM
C0Nb bMw9ss
APPROVED: D-WINKLER
59 or 99
crtr O!
Federal Way
Centered on Opportunity
33325 BTH AVE S FEDERAL WAY, WA S8003
PHONE: (253) a35-2700
W AAN CITYOFFEDERALWAY.COM
01 DRAFT ED: J COLE
DESIGNED: J COLE
RESISDNE : D,MNLER
X— bdOYI.
MDbmkmVwft APPROVED: D-WINKLER
DRAWING VERSION / REVISION LOG
GRAPHIC SCALE
4.
] 0 IC .S S
CURB RAMP NOTES
1 SLOPES SHOWN IN PLANVIEW, RAMP LAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
#79 SN 328TH 5F AT St$TFLr+W
COVERS,OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING,
O. +TRN1FC i*A 11:•'Ra. leir•u,Fl ze�ec'
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
NAVD BB
SEE WSDOT STD PLAN F-10.1240 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFWSTD DET 3-0 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F45-10-02.
S. CURB RAMP, LANDING, AND FIARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONSS-14.
S. STATION AND OFFSETTAKEN FROM TOP BACK OF CURB,
F@NTER OF TRUNCATE3 D[WEB.
O CO N[rtE8
1 SAWCUTASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC CURB AND GUTTER. PER CFW DETAIL 3-04
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL}12
15 SOD LAWN, INCL 4"TOPSOIL
1B CEMENT CONC CURB 121N. WAGE, PER DETAIL PAGE N.
fy^w.` 9V''f 77HTN_PL AT S1ST PL 5W "� - '-+
RGY Cy-Ltfn1�£1TA 1u.63(JLn'Ri =_L ]0116 %__.__
NAVD 00
i li 1
KEY MAP
100% DRAWING;
C(TY PRO C
2022 ASPHALT OVERLAY PROJECT 12522
RAMPS 19&20 cZ-1
SCH D - GREEN GABLES 60 . 99
SW 5T6TH PL AT 9I ST PL SW
1,riy�ylirJ'al�r�l•Piy •1:•nT EL]OTu
NAVD BB
#27 SW 3�TH PLAT 575T PLSW
ss nowua3 1 all .�n wrr wser
NAVDBB
N� ui.ipHle B sevLe
6
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING.
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-I0.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET3 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F4510-02
5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS B-14.
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O SITE MVP CONUTRUCTKA NOTE6
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC, CURB AND GUTTER, PER CFW DETAIL ]419
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 112
15 SOD LAWN, INCL 4"TOPSOIL
18 CEMENT CONC CURB 121N WADE, PER DETAIL PAGE 04
KEY MAP
100% DRAWINGS
C]"OF
Federal Way
�
DRAFTED: J. COLE
•.
�.
DRAWINGVERSION
DATE
/REVISION LOG
1fL\6610H
2022 ASPHALT OVERLAY PROJECT
L"12522
Centered on Opportunity
DESIGNED: J.COLE
REVIEWED: DWINKLER
RAMPS 21&22
T
CRD-11
33375 BTH AVES FEDERAL WAV, WA9B003
PHONE: (253)B3S2700
SCH D -GREEN GABLES
WWW.CITYOFFEDERALWAY.COM
CAI na —I-dp
APPROVED: D WINKLER
61 of 99
#�3 SW 3'LETIN a L EIJD OF ROAp
teas-+i ra l:a:e vL�xe z1
NAVD BB
Ti 327TH PLAT S15T PL 5YJ
'MGY. CI .��C LIV41iA i4•Cr.�+i3'Ri [L3i5 eo
NAVDBB
I
GRAPHIC SCALE
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP IAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEETADA
REQUIREMENTS
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE WS00T STD PLAN F40A2-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRWN CURB
DETAILS SEECFWSTDDET3-4FOR CURBANDGUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN FPS 10f
S. CURB RAW. 1JLHIXNG. AHD FLARSS BFWI REOMN BROOM
ANIi SEE BTANDARD fiaEC[Fn-JV}IONO EFIA
S. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O ME PREP CQau LKIMN NOTSB
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC CURB AND GUTTER, PER CFW DETAIL 3O4
13 CEMENTCONC SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL. 4" TOPSOIL
18 CEMENT CONC. CURB 121N WADE, PER DETAIL PAGE 04
KEY MAP
100% DRAWINGS
an of
•
DRAFTED: JCOLE
DRAWING VERSION REVISION2022
ASPHALT OVERLAY PROJECT
_......_.......
12522
NO
DATE REVISION
F
■ ederal Wgy
f
DESIGNED: J. COLE
_
—T
Centered on ❑pporturrity
WINKLER
RAMPS 23&24
CRD-12.
33325 BTH AVES FEDERAL WAY WA BBDW
REVIEWED: O
-
L PHONE 00
Me�lUbMI—II.
SCH D -GREEN GABLES
EDE ALWA
1 NMAN.CINOFFEOERALWAV COM
�IMeIe1o04G
APPROVED: D-WINKLER
52 of BB
n' 9v
025 $W 027IH PL AT 5IST PL SW
L-a Lin1M � u al RAi SL i4AgF
NAVONAVO KBA
.11
77 T1 •I PI -IT
Pl77.11 •I ry I IT SS:T PL S'ar
NAVD B
aAAPHIc BCALE
0 1.s T B
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
R EOUIREMENTS
2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES
IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING.
3, BE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED,
SEE WSDOT STD PLAN F-10.124C FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4 INSTALL DETECTABLE WARNING SURFACE PER WSOOT STD
PLAN F45.1002.
S. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS 9-14.
6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES
O SITE PREP CUNSIT1U0110N NOTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC CURBANDGUTTER,PERCFWDETAIL309
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4"TOPSOIL
18 CEMENT CONC CURB 121N WOE PER DETAIL PAGE 04
I
11i
KEY MAP
c" a
Federal Way
0REVIEWED:
DRAFTED: J COLE
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
y 125zz..
O,Ai"E
REV I_ION
DESIGNED J COLE
Centered on Opportunq
RAMPS 25&26
CRD-131
33325 BTH AVES FEDERAL WAY WA 9BW3
PHONE (253)635-2700
K...r..b.BRL
D.WINKLER
t.'d
S,s i.✓
I
SCH D - GREEN GABLES
VMAN.CITYOFFEDERALWAY.COM
Clfih b YSOd4
APPROVED: D. WINKLER
S3 cF BS
.1 j 5a.THHPL5�W AT SW 329TH VYY
- uinL rA n.n-cr.� ssi ar
NAVD AS�
%� sum�s4yarsW3¢sn+frr
cittM'ir4: STA „�•,r9 n�, [1.¢mn
NAVD BB /'`
Y
OnAP�ncscALE
CURB RAMP NOTES
1 SLOPES SHOVM IN PLAN OREM, RAM1"LAYOOT AND RAMP
LENGTH FOR R"TI-NCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING,
3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED,
SEE WSDOT STD PLAN F-10.1240 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS, SEE CFW STD DET 34 FOR CURB AND GUTTER
AND CEMENT CONC BETE BARRIER CURB DETAILS,
4 INSTALL DETECTABLE WARNING SURFACE PER WSOOT STD
PLAN F4 1 D02.
S CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS 8-14
S STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES
O SRE PREP CONSTRUCTION Nor TEi
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL ]414
73 CEMENT CONC. SIDEWALK PER CFW DETAIL 3-12
15 SOD LAWN, INCL, 4' TOPSOIL
15 CEMENT CONC. CURB 121N WIDE, PER DETAIL PAGE 04
s
SW 725TH PL
KEY MAP
E
100% DRAWINGS
crrY P R oJE�T r
crrY op DRAFTED: J.COLE
Federal Way DESIGNED: J COLE
10F?AWING VERSION I REVISION LOG
w„_,.�, DATE RM54OH
r
2O22 ASPHALT OVERLAY PROJECT
12522
Centered on Q ort�nft
PA Y 0 Q.ywtmLR
RAMPS 27&28
CRD-14
r vIiBwED:
- M325 BTH AVE S FEDERAL WAY, WA 980M
PHONE: (253)835-27DO X��-rm.�bolcw
SCH D -GREEN GABLES
WWW.CITYOFFEDERALWAY.COM Call4nrymy APPROVED: D WINKLER
fig - Yi
MLJ+,,,,,,'071B 6PL
ieFW SAT sW 3-'8TH NII'
-FLxW Oiw�¢i.ix'+Y 1iF1'Ri [i noel
NAVD BB
i $pTFd PLSW AT SSN TH YJV
Gl-n1M'IRE e1A �i•JLr trc•Ri �af5r
NAVD 58
V
GRAPHIC SCALE
CURB RAMP NOTES
1. SLOPES SHONM IN PLAN VIEW, RAMP lAYOUTAND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS-
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING.
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
BE VSDOT STD PLAN F-10 12-0 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DIET FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
C. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F45-1002
S. CURB RAMP LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS 8-14.
6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES
O firM PnP 1;ON4iMCTiOM MOTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC.CURB AND GUTTER, PER CFW DETAIL 3-09
13 CEMENT CONC-SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL. 4" TOPSOIL
18
CEMENT CONC. CURB 12 IWWIDE. PER DETAIL PAGE 09.
I� y�
KEY MAP
100% DRAWINGS
[� Ot
I
DRAFTED: J COLE
y.i�„�
DRAWING VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
—11-1—.
2522
NO.
DATE
REVLBLON
� Federal Way
'�•-J y 11
CanturedOil Oppomuniry
33325BTHAVES FEDERALWAYWABB003
DESIGNED J COLE
REVIEWED: O.WINKLER
�
�, .,�..:Y:�
RAMPS 29&30
sHE[i
CRD-1�I
PHONE (253) 835-2,DD
WWN.CITYOFFEDERALWAY.COM
K..W1. bd6.E
COIIMWRyoUft
APPROVED: D WINKLER
�
SCH D -GREEN GABLES
65 of BB
. 4BTH AVE SW AT SW 32BTH WY
-1L�41 tn'RT r-v m.'S:1'Ri guru
NAVO 98
V
r [YAPHIC SCFLE
7 4 I•s 3�
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REOUIREMENTS-
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3- SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE MOOT STD PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F-45.1G02.
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH- SEE STANDARD SPECIFICATIONS B-14
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
1 O 6n1E Pkv CDAla'TRIdS iION NLttFS
1 SAWCUTASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENTCONC SIDEWALK, PER CFW DETAIL342
19 SW LLW1i. IY4L S TOPSO<
1B CEMENT CONC CURB 12IN- WIDE. PER DETAIL PAGE 04.
1nJ �
- h�E_SW:AY SW 326THEL. ,�. vLewUw=sn 1e-iiN. isuu EL I ro
NAVD 88 Ah
IV
s
5'5I I PI
-
®
i
N
KEY MAP
RAFTED J COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT Y 12522
NO DATEREVISION
O: �ih•U�[�
Federal Way DESIGNED J COLE y sneer
Centered On Opportunity RAMPS 31 &32
WA9BW3
c
q 33325BTHAVE S FEDERAL WAY REVIEWED: D-WINKLER
S PHONE (2 )835-27W R•--w•s>aww SCH D — GREEN GABLES
7 VWAV.CITYGFFEDERALWAY-COM CLII6.1�^yw�cq. APPROVBD D, VAR%LEft' I SB of BB
ISY]
�A
4 15
J
�
i
s�k33 i9THAYESNlATSVIF3igTFiV'lf
ax•F�ISCO •3=�•44.] 11 u'Lr.s3lkm
NAV0 BB
as d47NwVECVlA7SW32BTFiNY
1.f, 1� 3 a . e•Bs ]] .Fs Lr �211.N'
NAVOEB
GRAPHIC SCALE
1 q 1'5 4 6
CUCU B R
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 DO NOT PLACE GRATINGS. JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING-
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE MOOT STD PLAN F-10.124 G FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS, SEE CFW STD DET 3A FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4- INSTALL DETECTABLE WARNING SURFACE PER V5DOT STD
PLAN F45.1002
5 CURB RAMP,LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH SEE STANDARD SPECIFICATIONS B-14.
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES
p irra PREPCDNBTRIJCTK]N NOTES
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC- CURB AND GUTTER, PER CFW DETAIL 3-D4
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 342
15 SOD LAWN, INCL 4"TOPSOIL
1B CEMENT CONC. CURB 121N WADE, PER DETAIL PAGE 04.
yQ
F�
�Q
Sj_ Z
,51N3757H PL
Y
w
KEY MAP
m„,�
DRAFTED: JCOLE
1j�•.
DRAWING
VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522
GATE
BEVSIQN
Federal Way
fi
DEBCNED. J. GLE
�`
,
Centered on Opportunity
D WINNLER
~
RAMPS 33&34
CRC?-17
33325 BTH AYES FEDERAL WAY, VVA 9B003
REVIEWED:
���,•'
SCH D -GREEN GABLES
WNW.CITYOFFEDERA WAVCOM
�bFWBTk11�
APPROVED: D WINKLER
67 of 99
GRAPHIC SCALE
4
CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEETADA
REQUIREMENTS.
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE WSDOT STD PLAN F-I0-1240 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFWSTD DET3 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4. INSTALL DETECTABLE WARNING SURFACE PER MOOT STD
PLAN F45,1002
S. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS B-14.
5. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES,
O CITE PREP COysiRLR:TION NOTE
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEM ENT CONC CURB AND GUTTER, PER CFW DETAIL 3414
13 CEMENT CONC- SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL.4'TOPSOIL
18 CEMENTCONC.CURB 121N.WIDE, PER DETAIL PAGE D4.
f
h PIL
3.I5TH
IN
Y
KEY MAP
100% DRAWINGS
CIS
Federal Way
.
DRAFTED: J.COLE
DESIGNED: J COLE
DRAWING VERSION / REVISION LOG
_ DATE ,rEriBICN
�•�, ,
2022 ASPHALT OVERLAY PROJECT
CITY PRDJELTr.
12522
�' =
RAMPS 35 36&37
Centered anoWrtunity
REVIEWED D-WINKLER
j
1
CRD-18
D3]25 BTH AVE S FEDERAL WAY, WA 95003
wy•
�'�w v"
SCH D -GREEN GABLES
WWW.CITYOFFEOERALWAYCOM
�B ^ -'
APPROVED 0.WINKLER
0 OF 99
#39 A6�CT 11T 6W l4 H WY
_ L•4.Br it rl>7• Ei his ofi'
NAVO W
&--jt{orLu 11-m T1111 Y
n w1.w ArA x�•ava lrr�l
NAvoae ti
MV
GRAPHIC SCALE
] � Z 5
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS ANO CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS
2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING.
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSOOT STD PLAN F-10.1240 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS SEE CFW STD GET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STO
PLAN F451002.
5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH- SEE STANDARD SPECIFICATIONS 8-14
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O : R PREP NSTRDCTXJN NOTEB
1 SAWCUTASPHALTPAVEMENT OR CONCRETE
72 CEMENT CONC, CURB AND GUTTER, PER CFW DETAIL 3-0
13 CEMENT CONG. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL. 4" TOPSOIL
1B CEMENT CONC CURB 121N. WADE, PER DETAIL PAGE D4
R
KEY MAP
100% DRAWINGS
DRAWING VERSION / REVISION LOG am vRnaEGTR:
IdnGF DRAFTED: JCOLE DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522
Federal 1Nay1r "
1 DESIGNED: J COLE '
Centered on Opportunity D. D Wrex ER G: ` RAMPS 38&39 CRD-19
33]25 STH AVE S FEDERAL WAY WA
PHONE: (253)83 27D0 Kor.nbMBRL SCH D -GREEN GABLES
WNWN.CITYOFFEDERALWAY.COM C�rII WBua APPROVED: D.WINKLER BB of BB
. Federal lay
Centered on Dpportuntty
33325 BTH AVE S FEDERAL WAY WA QGXG
PHONE: (253) 03 2700
W AM.CITYOFFEDERALWAY.COM
DRAFTED: J COLE
i�. DESIGNED: J. COLE
REVIEWED: D WINKLER
aOblbnlouft APPROVED: D_WINKLER
N AnAi10 9[ALE
3 5 a o
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AN CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS-
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING.
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED
SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD GET 3-4 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F4510-02
5, CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS B-14,
B. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O 1►REP'C9NifRUCT101Y N911:5
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT GONG. CURB AND GUTTER, PER CFW DETAIL 34M
13 CEMENT CONC SIDE WALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4"TOPSOIL
18 CEMENT CONC CURB 12 IN WIDE PER DETAIL PAGE N.
�
I
U1
DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT
wTE REM"
RAMPS 40&41
SCH D - GREEN GABLES
KEY MAP
100% DRAWINGS
cm PROJEQ I R:
12522
R
49TH1 aVESW RT'SW 339T14 ST
u rwaPLa*ei+.-i�1r.cK'Ai [Lies se•
NAVO 58
V
Iy.�l 49TH PL SW AT SW 330TH STREET
�`3 [1 •[[.AI>ti`•*n iri�O.w Nu'Li.u.w ii•
NAvoee �
—�KNJIfA GRAPH IC SCgLE
-}]i-pfJ 15
CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2 00 NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING-
3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED,
SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DIET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F45.1042.
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH. SEE STANDARD SPECIFICATIONS B-14
6 STATION AND OFFSETTAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
Oz iRF PIIEP COMST��tON NQIEE'
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENTCONC.CURB AND GUTTER, PER CFWDETAIL3414
13 CEMENT CONC, SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL. 4"TOPSOIL
18 CEMENT CONC. CURB 121N. WIDE. PER DETAIL PAGE 04.
KEY MAP
100%
cr"of
. Federal Way
DRAFTED: J.COLE
114e
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
ei n rnwec i P.
12522
NO
DATE
REVISION
DESIGNED: J. COLE
Centered on Opportunity
33325 BTH AVES FEDERAL WAY WA 98003
qkpREVIEWED:
D. WINKLEfl
RAMPS 42&43
CRD-21
PHONE: EDERALWAY
VNVN.CITVOFFEDERALWAY COM
IL..r..b. VW
Lyll��rytlC
APPROVED D WINNLER
SCH D - GREEN GABLES
71 � gy
�� asrH P� s+a aT auyaaarH Br
reY1 1.FSgli✓=ElAlrs.nll 1i] nt _� ql FF
NmDas
0
4[-APHI r 4SCALE
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS-
2 DO NOT PUCE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED -
SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F-4S 1002.
5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH SEE STANDARD SPECIFICATIONS 5-14.
B STATION AND OFFSET TAKEN FROM TOP BACK OF CURB.
CENTER OF TRUNCATED DOMES.
O J PR CONSTnmmT []IOTE9.
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4"TOPSOIL
1S CEMENT CONC CURB 121N. WIDE, PER DETAIL PAGE 04.
SYlH PL SW AT SW 330TH ST ■
f 1A aiax]4 �vF 3¢
]39 IF
yQ,
s.
o'o°e
7L
^1 P.
KEY MAP
DRAWING VERSION l REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 F
r,IiY O� DRAFTED: J COLE F.11yC� pgTE REVISION
Federal >f way , CEBIGNED. J COLE
n ; • •• ••• 6 SEl
Gentered on Opportunity RAMPS 44&45 CR;T
' 33325BTHAVES FEDERAL WAY, WA BB003 REVIEWED: D WINKLER „
PHONE : (253)0352700 •• �""""'" SCH D - GREEN GABLES
VAA'W.CITYOFFEDERALWAY.COM Calle.]ry V-ft APPROVED: D.WINKLER
cm Of
Federal Way
Centered on Opportunity
33325 BTH AVES FEDERALWAY WA98M
PHONE: (253) 835-2700
WWW.CITYOFFEDERALWAY COLA
DRAFTED: J COLE
DESIGNED: J COLE
ztVIEWED: M WNKLER
SAP bd01A
CIBEYI-VIRIMy APPROVED: D.WINKLER
49TH PL SW AT SW 330TH ST
MNO nitc+ntP4!nrA]t!•r3ri11 M'L1 Yl ro]m
NAVD BB / h
DRAWING VERSION I REVISION LOG
�NAPHICSCALE
a B 45 a S
CURB RAMP NOTES
1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING,
3 BE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-10,124O FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS- SEE CFW TO GET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STO
PLAN F4510-02.
5 CURB RAMP LANDING, AND FLARES SHALL RECEIVE BROOM
FINISH- SEE STANDARD SPECIFICATIONS B-14.
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
OX iI1l PRlP GOYSf]WCTtlH YOTFS
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC CURB 'INC GUTTER, PER CPW OETAIL]4M
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4" TOPSOIL
10 CEMENT CONC. CURB 121N-VIDE, PER DETAIL PAGE 04.
3j. •
1•-
5VV '25TH PL
r
r.
KEY MAP
100% DRAWINGS
CYPROjEc x 2022 ASPHALT OVERLAY PROJECT 12522
RAMP 46 CRD-23
SCH D - GREEN GABLES
lY
I \ I
r
1 i
f
Ju•LB/L+ 3 '
z+e h
IA K1Efl+ 3IS 9]T
199reS�e1 :i Li' 2
I9bg�l1+
RT • s LJ IMDII 1.YRT
GRAPHIC SCE
J1 to ALA 40
i
C
FIIVEYENT N1BIfl914B CDHETRLCTIDN NOIEII
1
NOTUSEDONTHISSCHEDDLE
2
PAINTED LANE LINE PER WSDOT STO PLAN M3P.10.W AND
M2ATDo4
x
Irorl�EDpNnI¢asNFmLee
4
NOT USED ON THIS SCHEDULE
S
NOTWBDDNTH:1-gEDW-E
PLASTICTRAFFICARROWPERNSLTOTSTU.PLANM I.w
MATERIALTYPE A)
1
IIOT IdEO p19 THIS SEER: W LE
B
—7 US rM Cp1EDYLE
9
P—TIC YIELD LINE SYMBOLS PER MOOT STD. PLAN NL2LS001
1B
OW CROS
YELLSHATCH No11. pm WBOOTST0. FLJJL
M-12.16R2
11
11YORANT MAKER SYPEa
12
NOTUSEDONTHISSCHEDULE
13
PAINTEDEDOEIJNEPERWSDOTSM.PIANM-2 I—E
14
PAINTED DOUBLE YELLOW CENTERLINE PER WSDOT STD PLAN
M-xa.1Dm AND Mm
15
NOT USED ON THIS SCHEDULE
16
PAINTED BICYCLE LANE SYMBOL PER WSDOT STD. PLAN I—S-2
r1L
'•7
�sw axsrFi P1,
KEY MAP
100% DRAWINGS
�Y of
Federal Vllay
Centered on Opportunity
' 33325BTHAVES FEDERALWAY WA0003
PHONE: EDERALWAY0
YWMN.CITVOFFEOERALWAY CON
a
9„�...blil"T,,
CAI tib+ADBG
DRAFTED: J COLE
�1
DRAWING
LOG
2022 ASPHALT OVERLAY PROJECT
12522A
GATE
REVISRSION/REVISION
REVISION
DESIGNED: J.COLE
.f —44.
x% —1Ff
�
;,^,�"`"
Le°wu L'
REVIEWED: D WINKLER
RESIDENTIAL PAVEMENT MARKINGS AND SIGNAGE
SCH D — STA 195+00 TO 200+00 & 217+00 TO 220+25
pMD-07
APPROVED: D. WINKLER
74 of Be
_ SPE-01
20TH AVE S
LSD _ 31 JDQ iW L61
2 to00
d
00 H
N N OD
UJ � N
1n
SCH E - 20 AVE S
NUMBER
START STATION
NORTHING
EASTING
LENGTH
BRNG/DELTA
L57
3DO�.00
12872517
1274977.91
270.001
270,00
L56
302.70.00
126995.09
1274084.49
566.63B
565,64
L59
306+56 64
129583.59
12749B7.37
63.091
63 09
L60
309+41.73
12D66666
127499903
165594
16569
L61
311e10.62
12 552
1275002.67
109,547
109.85
L62
312-20.47
129945 36
12750U3.95
240250
240 N
L63
314a61A1
13018631
1275D04.71
114.025
11402
L64
315i75-45
1X000-33
1275OD6.03
153.346
15335
L65
317-25.5D
130453 62
1275010.12
103 390
103 39
L66
31B+32.19
130556 99
1275012,50
141.164
141 16
L67
319-73.37
130696 15
1275014.89
55.719
88.72
G43
320.62 09
130766 64
1275017 21
120 726
0D9. 20'5Y'
Lee
321-a2 82
130907-00
1275027.40
65.612
65.61
L69
]22.45 43
13097166
1275038.53
101 578
101 fib
L70
323-50 11
131071,95
1275055 30
45.157
46.16
C44
323r96 27
13111T.
1275D53 94
257 565
073- 16'40'
L71
326+54 13
131269.64
1275250-22
57.622
57.52
L72
327.1175
1 13INS02
1275307.61
36].]2$
36i 33
SCH E - S 281 ST
NUMBER
START STATION
NORTHING
EASTING
LENGTH
BRNG/DELTA
L73
340a0000
13102D.55
1275017.14
10767
I90-77
C45
341+90]7
13095771
1275205.00
61.591
0))6-WW
L74
342+72 36
130995 02
12752LSS6
47.620
4782
QIY Or
Federal Way
Centered on Opportunity
33325 8TH AVE 5 FEDERAL WAY, WA 96003
PHONE: (253) 83 2700
VANW.CIWOFFEDERALWAY. COM
DRAFTED: J COLE
1 DESIGNED: J COLE
REVIEWED: 0 WINKLER
=7-d{ APPROVED: D.WINKLER
-*
GRAPHIC SCALE
1q0 D SD 1H0 T
SPE-02
�r -
-
SPE-03
L62 �15.00 _L63 L64 _L65
LN _ E2V [qy
�~
LOB
SPE-04
J
J
z
N
Z
N
07
N
N
03
N
U)
L U)
`
_
0
to
1
I
g
I
100% DRAWINGS
GVERSION/REVISION LOG
UATE ■£]060'U9
2022 ASPHALT OVERLAY PROJECT 12522
U117E
RESIDENTIAL SURVEY CONTROL & KEY SHEET SC-E
SCH E
N� [' -A1 M S 20-
+1
>
>�
2 1
NOT=0 OK THIS SCHEDULE
3
ADJUST CATCH BAS IN, PER CM STD. DETAILISS.
W
UL
W
A
RBARM1CFR1NGRATEIS FRAME. GRATE AND RISER WITH CITY
FlIBXCI9D ED FAAME, GRATE AND RISER
W
to
9
ADJu:i 1b XAJL1lNT LA6E AAIy DGVER.F_T COW DETAIT. �N
W
Z
6
ADJUST MAxR VAVTO GRADE. PER CFW STD. DETAIL ]55
J
=
U
i
•n u.sT NANHp'.E AER LFW STD.DETAIL ]SS.
Q
�
CBMERt coW. CV9m RAMPTYREPARAu1-EA RER MDGT DETAIL
X•W.+:A1
CEAVEM COIF CURB RAMP TYPE PARALLEL B. PER WSDOT DETAIL
F-0n.12-
10
QMWTC�IC'T.IMY RwvP TYFE PARALLEL
11
ffJ,l�[1 COW, CURB OAMP TYPE I PERPENDICULAR PERCFW
DETAIL 3-11
CEMENTCONC.CUREIMDGUTTER, PER CFWDETAIL]JM�HTC
.SIDEWALK.PERCFWDETAIL]-I21-1
d
USED ON THIS SCHEDULE
R>191ATgI,INCL .e TOPfi OE
16
NOT USED ON THIS SCHEDULE
1B CEM6iTCONC. CURB 121N.VADE, PER DETAIL PAGE G-0
19 YTIL _W R NONSUP MMA COATING.
THIS SCHEDULE
LEGEND:
®BUTT
JOINT AT STATION OR LOCATION INDICATED.
FULL DEPTH AT MATCH UNE AND TRANSITION TO D
IN -AT DISTANCE DIRECTED BY ENGINEER.
PLANE WIDTH AS INDICATED ON'PLANING WIDTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION
. .�. .'.
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
INLET PROTECTION "
— S 280TH PL
n
a
KEY MAP
m
N
S 288TH 5T
I _ 1i l
100% DRAWING
g �,o DRAFTED: J-COLE DRAWING VERSION/REVISION LOG
Federal Inlay DESIGNED: A COLE 2022 ASPHALT OVERLAY PROJECT 12522
i yNI, p
' �3. ,+•` NO. DATE AEV1SN1 bEE'
Centerednn QPWIunfry REVIEWED: D.WINKLER RESIDENTIAL SITE PREP AND PAVING SPE-01
,
333256TH AVES FEDERAL WAY WA 98003 ,'Vn. Ly
PHONE (253)B3S2700 xB9R.rTsbNDw. SCH E - STA 300+00 TO 310+00
WV.W.CITYOFFEDERALWAY.COM CMbW 7BvdIG APPROVEDD. WINKLER 76 OF 99
a
GRAPHIC SLALE
;s D 1R A m
'•1O i71111
ClONSTRUCnoN NOTES
1 iAP1eU1 ASPHALT PAVEMENT DR CONCRETE
UqJ 1 WT u: 9 Mo SCHEDULE
_ .. .. L '_ p} ] ADJUST CATCH BASIN- PER CFW STD- DETAIL
—� W ]IFRIAGE¢A,Oma FRAME, N TE N10 MEB NAM CJTI'
311,DD _ — 31 OO — — 51 w ° CWBJWL'G ARAME DIIATE AK]ia.^ER,
S ADJUST MONUMENT CASE AND COVER, PER CM DETAIL lJ6
9 ADJUSTWATERVALVETO GPADE, PER CM STD DETAIL 3d
7 ADJUST MANHOLE, PER CM STD. DETAIL JJiS
Q CEMENTCONC CURB RMIPTYPE PARALLELA PEFI-DOTDETAIL
T CEMENT CONC. CURB RAMP TYPE PARALLEL B PER VADOTDETAIL
FJU 13-0]
10 CEMG]!�CIM KIWP TYPE SINGLE dREC—N, PER CM
PeTAIL]•1G
= CI MENT TYM I PER CPw
BBTAIL]M
1L CEMl CvIC. CURD AND UUTTER PER CM DETAIL ]-0°
N tlI NPAIECOI1C. LJtlCNXLIL PER CFW DETAIL]-13
IA NDr UR20 CPJ TH9'JCNEOIJL2
T3 1GD LAVITA INQ. T TOPSOIL
IA Mw usmal T SCHEDULE
IT AIOTIJM;]]M[ SCHEDULE
U CFJJEN3f�GC]Bt9Ix W.5NDC PER DETAIL VACS OCS.
III UTILITYCOVERNONSUPMIAACOATING
BUTT JOINT AT STATION TIO OR LOCAN INDICATED.
U¢] FULLDEPTHATMATCHUNEANDTRANSITIONTOO
INATd DIRECTED ENGINEER
N
WIDTH
PLANEWIDTHAS INDICATED ON
®
TER'.FUU_DEPIAHNGWIDTH
AT CUNB ANO GUTTER'. FULL DEPTH AT FACE OF
GUTTER
• � O PAVEMENT REPAIR SECTION.
900
-�.� REMOVEAND REPLACE CONCRETE
W
..
W REMOVE SIDEWALK
20TH AVE S
_ UJ ® REBUILD ROAD
J
ULI
INLET PROTECTION
J_ I
� °-:•S 260TH PL
a
I
N
KEY MAP
_.:y TH ST
e
100% DRAWINGS
cm7af
DRAFTED: 1COLE
yTfl;y
DRAWING
VERSION I REVISION L06
2022 ASPHALT OVERLAY PROJECT
CITY Pr,.,EDT A:
12522
NO.
WE
NvV9a0M
DESIGNED: J.COLE
p ~`
Federal Way
SHEET
RESIDENTIAL SITE PREP AND PAVING
SPE-02
Centered on Opportunity
r-
31]?S!T]i AVE 5 FEUC L VARY WA 9803]
REVIEWED: D. WINKLER
j
•"��.I �y
I PHONE 8
II�....I.ImIDU
SCH E - STA 310+00 TO 320+00
EDER LWAY
NMNN.CITYOFFEDERALWAY COM
CellewempDNp
APPROVED: D. VJINKLER
77 of 99
GRAPHIC SCALE
v D 10 2D w
C710N NOTES
LT PAVEMENT OR CONCRETE
i1G:C11E --
W.J. M CFW sm.O LFBf.
W FRAME, GRATE AND RISER MATH CITY
M oRAMAI40 RASER.
.ENT CASE AND COVER. PER CFW DETAIL —
VALVE TO GRADE, PER CM SM DETAILBSS-
LE, PER CM STD DETAIL 0S6
CURB RAMP TYPE PARALLEL A, PER MOOT DETAIL
CURB MMP TYPE PARALLEL B- PER MSDOT DE —
CURB RAMP TYPE SINGLE DIRECTION, PER CM
—WIP TVP!I PBR NI=U R. PM WW
a I CENCNT CONIC SNOSMRLK. PM— MTAIL] iT
IA N Dbmm THm SLY1lPJLE
15 SOOUAWLINCL A'MPSNL
16 NOY USED DN THIS SCHEDULE
17 i-T USED ON THIS SCHEDULE
1B LFA"FC CLNB 12 IN-VADE,PER DETAIL PAGE
O-0B-
1B UTIUTYCOVER lbN LIP MMA COATING,
1 21 I NOT USED ON THIS SCHEDULE 1
LEGEND
®BUTT
JOINT AT STATION OR LOCAIMN INDICTED,
FULL DEPTH AT WTCH LINE AND TRANSITION TO 0
IN -AT DISTANCE DIRECTED BY ENGINEER -
PLANE WIDTH AS INDICATED ON RIAMNG WIDTH
AT CURB AND GUTTER', FULL DEPTH AT FACE OF
GUTTER
PAVEMENT REPAIR SECTION-
REMOVE AND REPUCE CONCRETE
REMOVE SIDEWALK
REBUILD ROAD
J®
' gg
MET PROTECTIDV
280TH PL
7�
KEY MAPI
�y� 5 288 TH ST
_
A
GRAFTED: J COLE
DRAWING VERSION IREVISIONLOG
2022 ASPHALT OVERLAY PROJECT
�..;25zz�
NO,
DATE REVISION
Federal Way
DESIGNED: J COLE
vY4T
Centered an Opportunity
REVIEWED: D-WNKLER
A
RESIDENTIAL SITE PREP AND PAVING
SPE-03
pp n3rff11f AVE a FBOFAAL WAr. WA e 3
crime
SCH E - STA 320+00 TO 325+00 & 341+00 TO 343+20
7
IN VhWPHONE V.CITYOFFEDERALWAYCOM
dt
APPROVED: D. WINKLER
,B OF 9B
GRAPHIC SCALE
D 10
20
I I IUA IJT ASPHALT PAVEMENT OR CONCRETE
1 1 AO—T— BASIN PERCFWSTD. DETAIL— 1
S AnX5T MONUMENTCASE AND COVER, PER CM DETAIL 34K
1 ADdUS1"MR VALVE TO GRADE. PER CFW STD.DETAILM5
} AMST MI IDE. PER CFW STU. O E.TA z
a t,,Wmpac .CORB RAMP TYPE PARAALZ A PER WAW DETAIL
r..uimI
j CEMENTCONC CURB RAMPTYPE PARALLELS PER-DOTOETAIL
F� -1-
10 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION, PER CM
DETAIL 3-1D
_. CWIPNT CCNC- CURB RANIP TYPE I PERPENDICULAR, PER CM
10 INCTUSED ON THIS SCHEDULE
16 xoo LAVM.INR.r TOPSdI
a NOT unE0�TI9�CWAEOIfLF
1] NOTO�OLW ]MI SCHEDULE
1 19 LDILRY COVER NONSLIP MMA COATING. 1
LEGEND
JJ
SUTJOINTATSTATIONORLOCATIONINDICATED.
FULL DEPTH AT MATCH UNE AND TRANSITION TOO
IN AT DISTANCE DIRECTED BY ENGINEER
PLANE WIDTH AS INDICATED ON'PLANING MOTH
AT CURB AND GUTTER'. FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROADp' 280TH PL
W
INLfiTpR41ED7iON _
_
KEY MAP
51288TH ST
CITY OII]}w®
C
*
DRAFTED : J COLE
DRAWING
VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
F
12522
NO
GATE
RFVIG3011
1w�
■ ederal Wa
DESIGNED: J.COLE
Centered onOppartunity
RESIDENTIAL SITE PREP AND PAVING
SPE-04
333M BTH AVE S FEDEflAL WAY WA W03
REVIEWED: D.VANKLER
.
PHONE: (253)83 2700
SCH E - STA 325+00 TO 330+95
VW.WCITYOFFEDERALWAY.COM
CeRea pmdly
APPROVED: MWINKLER
20TH AVE S AND 5 29TTH FL
�LrA ]yn�
�•�NAvoaa
i 287TTH PL
L
iyE 5 AND S 2eSTH 9T
as
MV
w C
GRAPHIC SCALE
q } a
I
CURB RAMP NOTES
1 SLOPES SHOWN IN PLAN VIEW. RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING.
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-1012-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS- SEE CFW STD DET 3-0 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS,
4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PUN F4510-02
5. CURB RAMP, UNDING, AND FURES SHALL RECEIVE
BROOM FINISH SEE STANDARD SPECIFICATIONS 8-14.
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB.
CEKIER OF mlfl=TED OOMES
O SRf PREP CONSTHUG110H NOT[6
1 SAWCUTA5PHALTPAVEMENTORCONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12
15 SOO LAWN, INCL 4" TOPSOIL
20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL
F-10.12414
aTMOp
Federal
DRAFTED: J coLE
DESIGNED: J. COLE
a �•� I�k�, •
N
DRAWING
VERSION / REVISION LOG
FEW9NJN
2022 ASPHALT OVERLAY PROJECT
12522
Kay
Centered an Opp
_,
RAMPS 1-3
w31
CRE-01
33325 BTH AVE S FEDERAL WAY, WA BaW3
4 PHONE (253- 27M
a..r.n nYOBB
REVIEWED: D, WINKLER
'�ywu •r+�,
SCH E - 20TH AVE S
VMW.CITYOFFEUERALWAY COM
ftbbW a]ard4
APPROVED: D.WINKLER
IBO
of BB
a tra LE
mTHAvea
HHrDRPxTMVH �iYPE:6
30i-aD Rr
PLASTIC L.'�DD:lY SYMDS.
Xi•�
HYDAAHT tAARR6I TYRE iB
1i0•K RT
-xfciH PL
P{A9T'. �Em bF1P SYAIDOL
IYID*AAR WRKER TrPE ie
5:6lO ET
PRESERVE AND PROTECT
PAVEMENT MARKINGS
J1,rpo 1
20T AVE S
3•n
GRAPHIC SCALE
El
PAVE39ENs MARmmo coN5TWc7WN NQiE§
1
HGT YS®CN T116 SCHEDULE
t
NOTUSEDONTHMSCHEDUIE
D
NOT—DONTHISSCHEDULE
NOT khM OUT SCHEP
A
NWTUSiDCNIMvSCHEDULE
°
n•.amm.xu ARTOW PER MOOT selx puw Mvti4W
IWrE'NATYPEA)
T
NOT US ED ON THIS SCHEDULE
°
IATNDED of Ttc SDIlmxz
fy THIS SCHEDULE
1.
NDi USEDD°1THISSCHEDULE
11
---.1-TYPE2S
1.
PUSTHDDPE4DIWMPSYMBOLPER WSDOTSTDPLANM-l4•BD61
DAATERIALTYPEAI. DXIUEWT in nED KU U:T.TAH3A11Of1
13
NOT USED ON THIS SCHEDULE
14
PAIfmD POUNLEFYiLO'//CE1iHErLIHL' PER -DOT STD PUN
IA?IIJM A%I 1TZp-hIN
1S
HOT UEEO ON THIS SCHEDULE
"5 280TH PL
I
S
v'
C
rn —
(moo
S 288TH ST
KEY MAP
100% DRAWINGS
a„op
Federal Wcjy
DRAFTED ICOLE DRAWING VERSION IREVISION LOG
DESIGNED: J. COLE � �•� •• T^. NO. DATE REVISION
2022 ASPHALT OVERLAY PROJECT
c Y -. rCT»
12522
4&
CenleredanOppartunfty
- -
RESIDENTIAL PAVEMENT MARKINGS AND SIGNAGE
"I11
PME-02
333258TH AVE S FEDERAL WAY WA 9SOM
PHONE (253)05-2700
REVIEWED. D.WINKLER
4� i vt'•
SCH E - STA 310+00 TO 320+00
WAW.CITYOFFEDERALWAY COM
PYBbohmi 19S APPROVED: D WINKLER
S1 of BB
SPF-03
SPF-01
'�
Y
i
SCH F - 7TH AVE SW
I
NUMBER
START STATION
NORTHING I EASTING
LENGTH BRNG/DELTA
_
Um
4 .ffl00
12155168 125556778
247.423
247.42
/
SW 3107H-ST
LBS
442.47 42
121 BBB 05 1 1265603 00
52 D04
82 M
�
LOS
443+29 Q
121681.04 1 1265604 70
850.726 1
650.73
SCH F - 10TH AVE SW
$
w
NUMBER
STARTSTATION
NORTHING EASTING
LENGTH BRNG/DELTA
-
Q
L51
420a003p
721263.15 126472B.02
665.371
665 37
coF
L52
428+65,37
12102B 3fi 7264743.28
fif1964
SB B6
J f
O
LB3
427+35133
121M 32 1264744.13
1 411.132
411 A3
I
SCH F - 310TH 311TH AND 11TH PL SW
SW 311TH CT
c
NUMBER
START STATION
NORTHING
EASTING 1
LENGTH
BRNWDELTA
L75
40D+00 DO
121M-15
128451321
49380
4838
iii
cm
400+48.08
121645 BS
1254477 6B
62 580
044' 4B' 12'
I
L76
401+11.96
121623 43
1264420 96
IN.192
120.19
C47
402+32.15
121625-18
1264300 78
56 971
OBO'36'03'
L77
403+18.12
121681.55
1264246 50
65 074
M 07
C48
4D3+8520
121747.60
1254248.25
17475E
064. 3V 4W
$
L78
4D5+59B5
121884.15
1214141,01
133.470
133A7
o i
SW 312TH ST
LN
406+93-43
121925-11
1264468.04
81.180
64.18
SPF-02
CQ
407+57.51
121 RM25
1264528.28
SO.B7s
02" 49' 15"
LBO
40Ba08.46
12195894
7264578.15
20B 393
20B 7B
SHD F- STH PL SW
NUMBER
START STATION
NORTHING
I EASTING
LENGTH
BRNG/DELTA
SPF-04 SPF-05
s a
$ � I
I 3
1n
a
s =
I
U
a
a =
I I r
w
Q
I
I
J
GRAPHIC SCALE
I' arlrof
Centered on Oppomnity Fn:Le$raN Wiy
33325 BTH A O F (253) 8 WAV WA 9BOW
PHONE EDERALWAY.0
VMW.CITYOFFEDERALWAV.COM
Kw W�bMBlll.
W54r14A561G
DRAFTED: 3coLE
✓-1i�ty
:F`
DRAWING VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
�12522
NO
DATE
REY61(W
DESIGNED: DD LE
REVIEWED: D. WINNLER NKLER
RESIDENTIAL SURVEY CONTROL & KEY SHEET
SCH F
SC-F
APPROVED: O. WINKLER
52 or 9B
_
7�
_ sw ��
GRAPHIC SCALE
19 0 20 AO
P+ E
5
I 6AWl:UT ASPWILT PAVEMENTORCDNCRETE I
2 NOT=EDGNTI KWODULE 1
3 ADJUSTUTCHBAMN, PERCFWSTD DETAILSES ■
5 IADJUSTMONILAENTCASE AND COVER. PER CFWDETAIL —
S ADJUST WATER VALVE TO GRADE. PER CMSTD. DETAIL 3-55
T ADJUSTMANHOLE PER CFW STD DETAIL-S
CPMEO CLVC, 0131191 P TRE�LEL A. PER MCAT DETAIL
—12-
CEMENT CONC. CURB RAMP TYPE PARALLEL B. PER MOOT DETAIL
1-12-
1D CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION PER CM
DETAIL IN
11 CEMENT CONIC. CURB RAMP TYPE I PERPENDICULAR. PER CM
DETAIL 111
12 rNw'NT=d CYRK JOIO OU TTE R. PEG L'FiV91ETAIL]Ae
13 CEMENT COLIC. SIDEWALK, PER CM DETAIL 112
10 NZST DSE60N M]SiHFLULE
15 60D LAWN, INCL G'TOPSCIL
15 NOT USED ON THIS SCHEDULE
IT .@ "ED ON-9 DCHEPUAE
15 CEMENTCONC.CURB 121N-WIDE, PER DETAIL PAGE GUS
SCHEDULE
I
MATCHLINE SEE ABO a RAMP MS LEGEND
®B.TT-INTATSTATIONOR—TK]1IN—TE1,
FULL DEPTHATMATLH TRANSITION TOD
IN AT DISTANCE DIRECTEDED BYyENGINEER.
3 +'
rN �•"1r-,,51 D AT LURBANDGUITTER' FULLD�NDEPTHALAEOF
GUTTER.
PAVEMENT REPAIR SECTION.
I- REMOVE AND REPLACE CONCRETE
ti ---401.00 SW311THCT —
40 '00 REMOVE SIDEWALK
P' ` _ -- _ -J -. :.•! ® REBUILD ROAD
MATCHLINE SEE BELOW RAMP NI a _ INLETPROTiCT b SVV 308TH ST
.�I �
402-31
2LF RAMP N3 KEY MAP � _
N ILAur Ns ^ I F I
5� S W 312 -
100% DRAWINGS
�
DRAWING VERSION / REVISION LOG �* PROJEt"n. �„� � DRAFTED: J.COLE Federal Way ND DATE RER11i1011 2022 ASPHALT OVERLAY PROJECT 12522
DESIGNED J COLE y Y sHBE
gT
Centered on Opportunity RESIDENTIAL SITE PREP AND PAVING SW-01
33325 BTH AVE S FEDERAL WAY WA.1 REVIEWED: D. WINKLER _
9 PHONE (253)835-27M Km.M.. bdov. SCH F - STA 400+00 TO 409+00
VWWJ.CITYOFFEDERALWAY.COM Cdln.rm3aum4 APPROVED: XVANKLER 83 OF 99
W
I➢
W
W
0
W
Z
H
MATCHLINE SEE DRAWING SPF-01
cRAPmc s DALE
1 I SAV.CUrABTHALT PAVEMENT OR CONCRETE
J NOT USED ON— SCHEDULE
ADJUST CATCH BASIN, PER LFW STD. DETAIL ]36
' REPLACE 61mTPJ(+FAAMe, ORATE ANORISERWITHCITY
FIRw WED FRAME. GRATE AND RISER
1 ADJUST MONLMENT CASE AND COVER PER CM DETAIL ]-]6
1 N]YV"TERVALVCTOGRADE,PERCFWSTD.DETNL 166
7 AD=TWNHNLE. PER CFWSTO, DETAIL—.
CEMEUT Cb1IC. CURB RAMP TYPE PAMLLEL A. PER VRODT DETAIL
1 _ ILEYENTCOMC CWi RAW TYPE PARALLEL B. PER MGDOT DETAIL 11
I .- ILEMeuT coNO. CURB AAAN TYRe :V1B1L BFECTK'M. PEB,^,FW 1�
I , ]CRENTCNIL6RBRANPTYPEIPERPENDICULAR,PERLFW 11
11 CE�MRII A v,TER wE.T C:FW VEFA1L 501
13 C'EN CONIC, SIGELIMLK, PERCPW DETAIL xIi
fA NOTUSLOm11 .CHEDULE
11 SOGLAVAf.INCL K'TOPSOIL
10 fNTUREOONYN4SCHEDULE
1 11 ICEMENTCp CUR01x IN WIDE,PERDETAILPAGEI— 11
®BUTT
JDINTATSTATIONORLOCATIONINI)KATED,
FULL DEPTH AT MATCH UNE AND TRANSITKIN TO D
IN AT DISTANCE DIRECTED BY ENGINEER
PIA NEWIDTHASINDICATEDON'PLANINGWIDTH
•
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
GUTTER.
PAVEMENT REPAIR SECTION
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
10
INLET PROTFCTIO-q-
naT
W WMTH
4❑\
KEY
MAP
3 W 3124-
('Ry Q�
Federal Way
DRAFTED: JCOLE
+'1f'Ta
3-
DRAWING
VERSION/REVISION LOG
2022 ASPHALT OVERLAY PROJECT
L1 �2522A
aII Yl
DESIGNED J COLE
Centered on Opportunity
REVIEWED, D.VWNKLER
PDATEREVISION
RESIDENTIAL SITE PREP AND PAVING
SPF-02
0037.R BTH AVES FEDERAL WAY WA BB003
WA0
��e��
PHONE: (253)83S3700
WWW.CITYOFFEDERALWAY.COM
CBIIBIWBIBMft
APPROVED: D.WINKLER
SCH F - STA 420+00 TO 428+00
B4 OF BB
GRAPHIC SCALE
x D to w Q
5TRUC1IdN NOT"
T wm!.T PAVEMENTDR COEICRBTM
ED DN THIS SCHEDULE
CATCH BASIN. PER CM STD. DETAIL 355
'E EXISTING FRAME -ORATE AND RISER WITH CITY
HED FRAME, GRATE AND RISER,
MONUMENT CASE AND COJER, PER CM DETAIL D 5
' TNXTEN VALVE TO ❑AK1E-PER cFW LTG.D rt. fuS.
2Ln1>•HOL` PER CM STD DETAIL
T CURB RAMP TYPE PARALLEL A. PER MDOT DETAIL
DY
TOWC. QM5 RAW T-E PARALLEL 1.P yWOX1 OF? '
w
CON. EDRB RAMP TYPE --LP tC nN.P 0w
T OO . C W91 RAMP TYPE 1 PERPENDICULAR, PER CM
T.11
T CONE CDRB ANO OUTTER- PER CM DETAIL 3-0/
t DDNG. MDEWu2L PER CM DETAIL &12
ED ON THIS SCHEDULE
M INCL. C'TOPSOIL
ED ON THIS SCHEDULE
IF ON THIS SCHEDULE
T CONC."RE 12 IN WIDE PER DETAL PACE
CLtiEp 1XD2amN MiIA CW taN4
'-'a>'EAfs'TRIAfI c.IRe Fucwsa�T nETUL
IIXS
0 ON TyI11L SCHEDULE
ALAND REPLACEMENT OF SPEED HUMP, COMPLETE PER
LEGEND:
®BUTT
JOINT AT STATION OR LOCATION INDICATED.
FULL DEPTH AT MATCH LINE AND TRANSITION TO 0
IN. AT DISTANCE DIRECTED BY ENGINEER
PLANE WIDTHAS INDICATEDOWPLANING WIDTH
AT CURB AND GUTTER' FULL DEPTH AT FACE OF
.UTTER.
PAVEMENT REPAIR SECTION
REMOVE AND REPLACE CONCRETE
REMOVE SIDEWALK
®
REBUILD ROAD
IIRETPRu1ECTIP
SW 308TI1 ST'..
Q0�
-!
KEY MAP.! T1
s'
SW 318T -- —
100% DRAWINGS
GI I Y PHG3EG 1.:
y 1}TM� DRAFTED: J. COLE DRAWING VERSION REVISION LOG
A7. DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522
' ., �
Federal DESIGNED J. COLE aEEt
I Centered on Opportunity REVIEWED: D WINNIER RESIDENTIAL SITE PREP AND PAVING
SPF-03
33325 BTHPHVES ONE FI250)8B 2AT00 3 Mw W1t6dOMl.
3 WVAW.CITYOFFEDERALWAY.COM C111IM—yIWft APPROVED: D WINKLER SCH F - STA 428+00 TO 431+46 B5 OF 99
GR.VPINt SGYC
20 D 10 20 40
Ay1A' T
m Oz CONSTRUCTION NOTES
I i µWCTEPISPIAIL[4N.vENENT 0400NCRFIE
] NOT USED ON T1155CHEDULE
�••X, -SI', - - � ] ADJUSTCATCH BASIN, PER CFWSTD.DETAIL]d5-
4 REPLACE EXISTING FRAME -CRATE AND RISER WITI CRY
-:. _ _ ♦ W FURNISHEDFRAME,GRATEANDRISER-
�L.00— — —44 —-- - �.- �•'��� •..�•.....`.__ W S ADJUST MONUMENT CASE AND COVER. PER LFW DETAIL }]6
_ _44 •2�W
I POlUST WATER VALVE TO GRADE, PER CFW STD DETAIL 355
7 ADJUST MANHOLE. PER CFW SM. DETAIL }55
' 7
7TH AVE SW
�T� U CEMENTCONL-CURB RAMP TYPE PAMLLELA, PER WSOOTOETAIL
Q F�0.12d]
- - CEMENTLONCCURB RAMP TYPE PARALLEL B. PER WSOOTDETAIL
F<o.ud]
CEMENT CONC CURB RAMP TYPE SINGLE DIRECTION PER CM
10 DETAIL }10
F /ap.F, w•2��LT 6
CEMENTC.CURB MMP ttPE 1 PERPENDICULAR, PER CFW
DETAIL IL 11}l1
a14a'
12 CEMENTCONC. CURB AND GUTTER, PER CFW OETNL]d4
13 CEMENT CONC. S IDEWALK, PER CFW DETAIL 3-12
14 EarusmoV lLaa aalE�ine
15 SOD LAVd4, INCL-4-TOPSOIL
16 IR7Y4[D OR nn JIDHUUL
17 NOT USED ON THIL SLHEOIAE
18 CEMENTCLNJC CURB1a IN WIDE,PERDETAILPAGEGd5.
B 1l15]7Y COY9] WI+iLT MIN [oA
' 20 OYJKLIILOMCfiEYE peDESTIpAN 6W,E PBpt YnwrpET"
F.10.13d4
21 NOT USED ON THIS SCHEDULE
LU REMOVALANDNEPIACEMENT OF SPEED HUMP. COMPLETE=. PER
i — _ ss •. LF CFN DETAIL 13fi
m7TH AVE SW 2LEGEND
W •.___._ _ __ __ __.._ .._.., �' _ -- _ _ _ _I.'_ Jam'. - i -�`'� ® B�DEMATCH LINE AND TMNSION T00 L PTH AT9
- ''�- ! !' _ `�I '�- •' _ IN. ATgSTANCEgRECTEDBY ENGINEER.
In _ � •� ��••T� �` l ��• • _ PLANEATCUOTT ASINDI INDICATED
OEPTHATFACDTH
W — —
E OF
_,.�-
J _.. '.� _ - _ __ - _-
7�pp .44 •W PLANE MOTH AS INgCATED ON"PLANING WIDTH
GUTTER
•• - -- --- PAVEMENT REPAIR SECTION-
" • '..
Q f 2. ,�.'-' REMOVE AND REPLACE CONCRETE
� G1
y
:I REMOVE SIDEWALK
1 ® REBUILD ROAD
etT•
I EG.1Y 5P a - J_l IN1-CY PBQYECTIDI�
4 SW 308TH ST
i
E
KEY MAP q�r7•�� • ' _ it . i�;;: II
-
G� SW3i2 =�--
100% DRAWINGS
' off OF
Federal Way
Centered an Opportunity
i
33325BTHAVES FEDERALWAY WA 9B00]
I PHONE (253)335-2700
VAN.CIWOFFEDERALWAY.COM
•
ii
Km..en.6NOW
CBlbWMWUd4
DRAFTED: J.COLE
-u11�a
A:
LP
DRAWING VERSION REVISION LOG
2022 ASPHALT OVERLAY PROJECT
12522A
NITS
AVIShH4
DESIGNED: 1COLE
REVIEWED: D. WINKLER
RESIDENTIAL SITE PREP AND PAVING
SCH F - STA 440+00 TO 449+80
=HEFT
SPF-04
APPROVED: D.WINKLER
85 OF 99
vslMHIC'+CALE
1 •7-0 N]
I 1 ["A9 MTAS�T PAVEMENT OR CONCRETE 11
] AWUSTCATCHBASINPER CFWSTD.DETAI—S.
REPLACE EAT+'TEND FR .ORATE AND RISER WITH CITY
A Fl R{. ERFlLAED:c, DRATA AND RISER
ADJUST MONUMENT CASE AND COVER, PER CFW DETAIL—
6 ADJUST WATER VALVE TO GRADE PER CM STD. DETAIL 345.
�OTCOMG.CURB RMIP TYPE PAMLLEL A, PERDETAIL
6TH PL SW
I
1Jf
9 GeMdLrcla�cvnn nAMr nre pAAALLEL r.reK _VIl_ D[R DET,uL
FaR.12-01
Q CBAHITS•ONC. CURB RAMP TYPE SINGLE DIRECTION PER CFW
1: CEMf RCOf CURB AF DrIITER PER CM DETAIL 3A1
10 CETIENTf . 9DCIMAI+. PER CFW DETAIL 3.12
14 VUT USED ON THIS SCHEDULE
1S C00U .INCL 11100901L
IA WT U510 m"a wtabui&
11 1KTT USED ON THIS SCHEDULE
16CURB 121N WIDE, PER DETAIL PAGE G-0S
19 LIT! COVER NON -SUP ATAA CGATINc
21 I`f 11"EG jtl SCNEOULE
l MADVAL AND REPLACEMENT OF SPEED HUMP. COMPLETE PER
j 6TH PL SW
0
LEGEND
Q - yS'.`�1—R---^.ter ® BUR JOINT AT STATION OR LOCATION INDICATED,
W--��-�- ---. -.--"- ..`���- - - ''J'�___ �� FULL DEPTH AT MATCH LINE AND TRANSITION TO
W - — tgcj�-��"`�J--�A �--- N IN. AT DISTANCE DIRECTED BY ENGINEER.
Rom_ —
W -- _--- — — iOHF PLANE MOTH AS INDICATED ON'PLAMNG WIDTH
x -- — - — _ _ _ AT CURB AND GUTTER', FULL DEPTH AT FACE OF
a _. _�- _ •,T mo GUTTER
PAVEMENT REPAIR SECTION
EJ
REMOVE AND REPLACE CONCRETE
I `F
REMOVE SIDEWALK
II ® REBUILD ROAD
A T M
13'N0, l:IE7 PRG7EGsjW
4 SW 30BTH STD; .
KEY MAP 4��,Z,_,
n� i.. I tl fl
.� T �.
100% DRAWINGS
: DRAWING VERSION/REVISION LOG mmY PFOJE
CITY OF DRAFTEDJ-coLE cI n:
f "'y�• DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522
I i DESIGNED J COLE
Federal Way
I Carllemdor? Opporiunrty REVIEWED: DWINKLER ti.s.Y: RESIDENTIAL SITE PREP AND PAVING SW-05
33325 BTH AVE S FEDERAL WAY WA 98003 I�A�L
IPHONE (253)835-2700 KM6R�Abd= SCH F - STA 460+00 TO 467+36
B7 OF 99
WWW.CITYOFFEDERALWAY.COM WbriliKpIft APPROVED: D.WINKLER
NAVD BB
� L4
NAVD BB
� 1Bcrc �T3+ n ,mr
� 1
A Lf 4
l
4
va Pv 4 �
i!F
GRAPHIC SCALE
CURB RAMP NOTES
1 SLOPES SHOWN IN IL"VIEW, RAMP LAYOUT AND RAMP
LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS-
2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-1012-03 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F451 D02
S. CURB RAMP LMM MO, AND FLARES 51HALL RECEFvE
BRQOM FiNI$N- 9EE STANOARO SPECIFICATIONS 8-14.
6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
p% BRIE PRPP GONBTRUOTLON NOT"
I SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04
13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4"TOPSOIL
19 UTILITY COVER NONSLIP MMA COATING.
20 CEMENT CONCRETE BARRIER CURB PER CFW DETAIL 34.
SW 308TH ST
—
I KEY MAP Q�r
S1Tj�1 p{, syu _AFu]W+S7ITH CT + _ Q
1k2 i� `w w••.�e_ .A 11T11 PL tiW A- 5VV 2-1TH CT :cTc•
'NAVD BB s - aA.p mow„ �o�y
NAW N 1 SYV 312TH
100% DRAWINGS
cm OF
N DRAFTEDJ COLE DRAWING VERSION/REVISION LOG crrY PRoJEOT It
QATy RCYR:m
DESIGNED: J COLE 2022 ASPHALT OVERLAY PROJECT 12522
� : .yi•I ��= M1
Federal Way u�H:C�
Centered on Opportunity H RAMPS 1-4 CRF-01
REVIEWED: D. WINNLER
1 33325 BTH AVE S FEDERAL WAY
Gi{ WA 98003
PHONE (253)835.27M
SCH F - 11TH PL SW
_ WWW-CITYOFFEDERALWAY.COM Mb-Vmft APPROVED: D.WINKLER BB vv 99
S11TH PL SW RNO yW }TTI" CT
f.1•�
NAVD BB
GW 31 DTH SZ AND 15 T H AY
� n e1A n.•cr
ys'NAYP �
I �-. 1 SW.31pT_k_BT M1ND 11T --1
Mf V
� �NAvo Be
N� 11 MIC 5 ;LF
3 v 1s e
CURB RAMP NOTES
1- SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP
LENGTH FO R REFERENCE ONLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEETADA
REQUIREMENTS.
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PARTOF THE CURB RAMP OR
LANDING
3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE WSDOT STD PLAN F-101240 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS, SEE CFW STD DET 3 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS.
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F-45-1002.
5. CURB RAMP LANDING, AND FLARES SHALL RECEIVE
BROOM FINISH. SEE STANDARD SPECIFICATIONS B-14
6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB,
CENTER OF TRUNCATED DOMES.
O So pRBP OGHSTRLCTwk Nom
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-0
13 CEMENTCONC, SID EWALK, PERCFW DETAIL 3-12
15 SOD LAWN, INCL P TOPSOIL
19 UTILITY COVER NONSLIP MMA COATING,
20 CEMENT CONCRETE BARRIER CURB PER CFW DETAIL 34.
�¢4 SWW8--t 4Si.
KEY MAP
'I lL
SW312T is
cffy OF
Federal Way
DRAFTED: J COLE
3`N
DRAWING
VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
y"12522^
NO
4AT4
REWBION
S
DESIGNED: J. COLE
y
sneer
Centered on Opportunity
REVIEWED: D. WINKLER
RAMPS 5-7
CRF-02
33329 BTH AVES FEDE AL WAY WA eB003
1Kwu'i �•
PHONE:
Nrw WYMI0Y/.
.1
SCH F — SW 3 1 OTH ST
EDERALWAY-527W
VJVJW.CITYOFFEDERALWAY.COM
.IbII0W-1-IIIW
APPROVED: O. WINKIER
BS or W
SW 310T11--11 11 TH AVE
frs ttllA N•4 -
�R
NAVD N
IRV
N� OMPHIC &CALF
CURB RAMP NOTES
7 SLOPES SHOVM IN PLAN VIEW, NAMIP LAYOUT AND RAMP
LENGTH FOR REFERENCEOMLY FIELD VERIFY EXISTING
CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA
REQUIREMENTS.
2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS
COVERS, OR OTHER APPURTENANCES IN FRONT OF THE
CURB RAMP OR ANY PART OF THE CURB RAMP OR
LANDING
3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED.
SEE MOOT STD PLAN F-10.1240 FOR DEPRESSED CURB
SECTION AND CEMENT CONCRETE PEDESTRIAN CURB
DETAILS, SEE CFW STD DET 3 FOR CURB AND GUTTER
AND CEMENT CONCRETE BARRIER CURB DETAILS
4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD
PLAN F-451002
5, CURB RAMP LANDING, AND FIARES SHALL RECEIVE
BROOM FINISH SEE STANDARD SPECIFICATIONS 8-14,
6. STATION AND OFFSET TAKEN FROM TOPBACKOFCURB,
CENTER OF TRUNCATED DOMES.
O SITE PREP LON9TRYCT1IDN WM
1 SAWCUT ASPHALT PAVEMENT OR CONCRETE
12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-0
13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12
15 SOD LAWN, INCL 4" TOPSOIL
19 UTILITY COVER NONSLIP MMA COATING
20 CEMENT CONCRETE BARRIER CURB PER CM DETAIL I-0.
SW 3d87H ST .
KEY MAP
cc
4P Lj
5� SIN 372 —
100% DRAWINGS
t L7l16!
DRAFTED: JCOLE
DRAWING VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
yII T
I41
Iq, �py1TE Riw74NFederal
12522n
WayDESIGNED
a
J COLE
Y'
Centered w Opportunity
RE [ o DVAIfG{R
RAMPS 8-9
CRFJ03
�pI 33325 BTH AVE SPHONE: FEDERAL WAY WA MW3
LOM
�.
�w, i �..P�
SCH F - SW 310TH ST
1� WWWCITYOFFEDERA WAY
CaDMrAp ft
APPROVED: D-WINKLER
W or eB
CHANNELIZATION
SPACING
DEVICE
Fee
I�PH
TAPER
TA-1
50170
4o
BO
15fR5
30
I BE3
29 .Sa
213
l 4D
� � b
fv
U � L13 SEE
NOTE 4 l
X X x B R I sD6
48" 4r 111
ROAD
WORK i
HEA j
48" 4IF
VV20-1 ..e W4-2(L)
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
25 30
1 35 40 45
50
55
1 60
1 65
1 7D
LENGTH (1-t) 1 155 200
250 305 3fi0
425
495
570
645
730
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLEATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 CBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX.
RECOMMENDATION-
PCMS
1 2
RIGHT 1 MILE
LANE AHEAD
CLOSURE
2-0 SEC 2.0 SEC
FIELD LOCATE 1 MILE IN
ADVANCE OF LANE CLOSURE SIGNING,
NOTES:
<1'11LHTlN,1.
OSLEGEND
SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
HI
2. EXTEND DEVICE TAPER AT U3 ACROSS SHOULDER
46"
q TEMPORARY SIGN LOCATION
3 DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE-
® TRAFF{O SAFPTV DRUM
W20-SR
4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT)
(RECOMMENDED).
! C� SFGUENTIAL ARROW SIGN
5- DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE
SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS
I ® TRANSPORTABLE ATTENUATOR
20'(FT,
PCMS PORTABLE CHANGEABLE MESSAGE SIGN
6 ALL SIGNS ARE BLACK ON ORANGE
I
NOT TO SCALE
100% DRAWINGS
Ill flIF
Federal INayK
DRAFTED: J. COLE
s-.•- 4
DATE R VERSION/REVISION LOG
DATE REVISION
cTY
2022 ASPHALT OVERLAY PROJECT
rD,—tLT9:
12522
J
=HEFT
Centered an O artunrt
as v
REVIEWED: D. WINKLER
TRAFFIC CONTROL 1
TIC 1
333255TH AYES FEDERAL WAY, WA B6003
PHONE (253)835-27M
bal
�CBR•
____
I WAW.CITYOFFEDERALWAY-COM
Mllill
APPROVED: D WINKLER
91 OF ➢B
A
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
1 25
1 30
1 35
1 40 1
45 1 50
55 1
60
65
70
LENGTH (FEET)
155
200
250
JOS
760 1 425
1 4B5 1
510
645
-
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLE ATTENUATOR
30 FEET MIN
WNAAUNfHOSTVEH[CLEWEOpHT IBPM LOS. PRE MAXIMUM
TO
WEIGHT SHALL BE INACCOROANCE WrrH THE
100 FEET MAX
MANUFACTURERS RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAY BE A WORKVEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
REQUIRED
THE WORKAREA
SIGN SPACING = X (1)
RURAL HIGHWAYS 60 / 65 MPH ROD,
RURAL ROADS 45 / 55 MPH 500'
RURAL RDAm k. -Ram ARTERIALS 3$ 40 UPH _'50'
URAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' (2)
RESIDENTIAL 8 BUSINESS DISTRICTS
URBAN STREETS 25 MPH OR LESS 100' (2)
111)�)TLL SPACING MAY BE ADJUSTED ERSECTIONS AND DRIVEWAYS. TO ACCOMMODATE
(2RTHIS S V CI NOIT DNBE S. REDUCED IN URBAN AREAS TO FIT
OAD
x
% X
X 5V TO
300'
48
48'
NE LAN
ROAD
AHEAD
48" W20-4
48
W20-7A
ROAD
BE
WORK 1
PREPARED
HEA /
TO STOP
40 f
W21M
W20-713
W20"13 (OPTIONAL IF
40 MPH OR LESS)
50' TO 100'
6 DEVICE
MI I
O
f �O_
ON
W20"13 (OPTIONAL IF
40 MPH OR LESS)
4B" 43'
BE ♦ ROAD
PREPARED WOR I
TO STOP HEA ;
4w, 48' 48"
W20-78 % NE LAN W20-1
{ ROAD
AI"IFAD
W
50' TO 100' W20-7A W20-4
6 DEVICE
WN X X x x
up 01 cl. Nt[
13
13
x
48°
o
K
4W
o j
W20-7A HE
PREPARED W20-78 (OPTIONAL IF
40 MPH OR LESS)
TO STOP .
w
'49'
i
ONE LAN W20-7B
—
I ROAD
AHEAD
jl
wzb-a // ROAD
WORK
CHAW1,1ELILA I ION DEVICE
SPACING FEE
MPH
TAPER
TANGENT
3D 65
10 TD 2D.I
8D:
35/45
10 TD z)
I BO
e5 -m
in TO 2a
I 40
NOTES:
II
1 ALL SIGNS ARE BLACK ON ORANGE.
LEGEND
W20-1
2. EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS
FLAGGINGSTATION
SHOULDER IS RECOMMENDED.
3. NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT
q
TEMPORARY SIGN LOCATION
ONE -LANE, TWO-WAY TRAFFIC CONTROL
FLAGGING STATIONS SEE THE STANDARD SPECIFICATIONS FOF
ADDITIONAL DETAILS.
O
CHAANELIHNGDEVICE51
WITH FLAGGERS
4. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
PROTECTIVE VEHICLE
NOT TO SCALE
100% DRA1
I crm of L DRAFTED: J COLE
Federal Way DESIGNED J COLE
Centered on Opportunity
y =258TH AVE 3 1EOE6A1WAY IPA EB@j REVIEWED: D. WINKLER
B PHONE (253)83527GO • �W
�1 ~.CIWOFFEDERALWAY.COM CdII a'1n�Ma��6 APPROVED: D WINKLER
DRAWING VERSION I REVISION LOG
1U11 A5F'MAL I UVtKLAY F'KUJt:U 1 12522
TRAFFIC CONTROL 2 TIC 2
__-_ Y2 aF 99
LEGEND
fFLAGGING
STATION
IQ
TEMPORARY SIGN LOCATION
O
CHANNELILNG DEVICES
=
PILOT VEHICLE
®
MOTORIST VEHICLE
Cffv OP DRAFTED: J COLE
DESIGNED J COLE
Federal Way 0
Gerored on Opportunity
M3 BTH AVE 5 FEDERAL WAY WA B90D3 REVIEWED: D, WINKLER
PHONE: (253)835-27M IIwWI\bMURL
VJWAN CITYOFFEDERALWAY COM .Mbelmro L APPROVED: D.WINKLER
NOTES:
1 REFER TO SHEET TC1 FOR ADDITIONAL SIGNING AND FLAGGING DETAILS NOT SHOWN.
2. CHANNELILNG DEVICES ARE RECOMMENDED ALONG CENTERLINE TO SEPARATE TRAFFIC
FROM WORK OPERATION. DEVICES ARE REQUIRED AT TAPERS TO SHIFT TRAFFIC MOVEMENT
PILOT CAR OPERATION BETWEEN LANES AND TO PROTECT FLAGGING STATIONS.
3 SIGN G25-101 IS RECOMMENDED FOR NONSTOP SIGN CONTROLLED APPROACHES SUCH AS
PRIVATE ROADS AND DRIVEWAYS THIS SIGN IS NOT REQUIRED TO BE ALUMINUM SUBSTRATE
NOT TO SCALE AND CAN BE MADE OF ALTERNATIVE MATERIALS.
100% DRAWING
DRAWING VERSION / REVISION LOG �Y FKOrIc
]A7E REV15ION 2022 ASPHALT OVERLAY PROJECT 12522
TRAFFIC CONTROL 3
TC 3
SIGN SPACING = X (1)
RURAL ROADS do URBAN ARTERIAL$ 35 / 40 MPH 35O'
RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' (2)
RESLDENTIAL S aUSWESS OLSTRICTS
URBAN STREETS 25 MPH OR LESS 100 2
(1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE
INTERSECTIONS AND DRIVEWAYS.
(2) THIS SPACING MAYBE REDUCED IN URBAN AREAS TO...
ROADWAY CONDITIONS.
MINIMUM SHOULDER TAPER LENGTH = U3 (feet)
SHOULDER
Posted Speed (mph)
WIDTH
(I..t)
25
30
1 35
40
1 45
1 50
1 57
60
1 65
70
B'
40
40
1 60
90
1 -
--
-
-
-
-
10'
40
60
90
90 j
-
-
-
-
-
USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN B'
CHANNELIZATION DEVICE
SPACING feet
MPIJ
TAPCR 71WOE71T
35 40
30 60
]5 3D
20 s4
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
1 25
1 30 1 35
1 40 1 45
1 50
55 1
50
65
1 70
LENGTH (feet)
1 155
1 200 1 250
1 305
BUFFER VEHICLE ROLL AHEAD DISTANCE= R
TRANSPORTABLE ATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX.
RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAYBE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
THE WORK AREA.
REQUIRED
T- - - - - - - - - - - - - - - - - - - - - - - - - - f'- `- - - - - - - - - - - - - -
O
T
p b O WORKARFA O O
O R o
x x Ln
411" �8-
ROAD
WORK SHOULD
tiEA WORT(
48""
Vlidai W21-5 '
LEGEND
r TEMPORARY SIGN LOCATION SHOULDER CLOSURE - LOW SPEED NOTES:
G CHANNELIZING DEVICES PROTECTIVE VEHICLE (40 MPH OR LESS)
p 1 DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT)
I{i NOT TO SCALE 2 ALL SIGNS ARE BLACK ON ORANGE.
100% DRAWINGS
DRAWING VERSION IREVISION LOC 2022 ASPHALT OVERLAY PROJECT 12522
C"ror DRAFTED: J. COLE
�- Federal Way TATE ReVmWI sH�.
DESIGNED: J COLE E ��
Centered On OPPOrIUi*y TRAFFIC CONTROL 4
33325 ETH AVES FEDERAL WAY WA BE003 REVIEWED: D NINKLER ., TC 4
PHONE (253)13 S2T00 Kw bdwa •~�•L �� ----
NMAN.CITYOFFEDERALWAY.COM G8100-7 -ft APPROVED: D. WINKLER 94 p 99
SIGN SPACING = X (11
RLAAL ROADS 4`a / 55 MPH 530'
RUPAI ROADS k yR9AN FRTMA45 ]'A / 40 MPH LF1
RURAL ROADS B URBAN ARTERIALS 25 / 30 MPH 260' (2)
a606AAL B BUSINESS DISTREICTS
URBAN STREETS 25 MPH OR LESS 1W (2)
I1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS,
12) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
V1/20-5R
LEGEND
10 TEMPORARY SIGN LOCATION
Q CHANNEL17ING DEVICES
SEQUENTIAL ARROW SIGN
Imo' PROTECTIVE VEHICLE
PCMS PORTABLE CHANGEABLE MESSAGE SIGN
0 TEMPORARY SIGN LOCATION IS' MOUNTING HEIGHT)
CrTy Olt
Federal Vlray
Cnnlered Qtr Opp Drtuflity
33325 BTH AVE S FEDERAL WAY, WA BBW3
PHONE: (253) 835-27M
VNANFITYOFFEDERALWAY.COM
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
fleet)
25
30
35
40
45
50
55
60
65
70
1D
105
150
205
270
450
500
—
—
11
115
165
225
295
495
550
—
—
—
12
125
180
gas
320
540
600
—
—
—
—
DRAFTED: J COLE
DESIGNED: J.COLE
qkpgr� 14Fn: O. WiF!✓<LER
�bdm
CalliM o1ou41i APPROVED: D WANKLER
ff AIVNCLILAI L)N C 1.
SPACING(feetl
4iQY+ TAP
TANCpI'I
5D 3lY:
6A
35/45 1 30
60
i51:0 20
405
4B"
ROAD
WORK
EA
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
I 25 30 135
I 40
I 45
SD
55
60
65
1 70
LENGTH (feet)
155 1 200 250
305
360
1 425
-
-
—
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLEATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX.
RECOMMENDATION.
PRaTBOme VEFDDLE
NO SPECIFIED
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
REQUIRED
THE WORK AREA.
PCMS #1
2
RIGHT 1 MILE
LANE AHEAD
CLOSURE
2.0 SEC ZO SEC
FIELD LOCATE IN ADVANCE
OF TEMPORARY SIGNS
PC MS #2
1 2
NNO
CENTER LEFT
LANE CLOSED TURNING
yD SEC 2.0 SEC
FIELD LOCATE IN ADVANCE
OF TEMPORARY SIGNS.
NOTES:
1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS.
2. RECOMMEND EXTENDING DEVICE TAPER (1-13) ACROSS SHOULDER
FOR POSTED SPEED
RIGHT LANE CLOSURE WITH SHIFT- 5 LANE ROADWAY 3 IN LIEU OF SIGN WI4
LIMITS OF 30 MPH OR LESS, USE SIGN Wta
4 ALL SIGNS ARE BLACK ON ORANGE UNSLESS OTHERWISE DESIGNATED
NOT TO SCALE
100% DM12522
DRAWING VERSION I REVISION LOG IEg2022 ASPHALT OVERLAY PROJECT
TRAFFIC CONTROL 5
TIC 5
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH) I 25 30 35 40
45
50 55
60 65
70
LENGTH (I-L) 1 155 1 200 1 250 1 305
1 360
1 425 I - I
- I -
-
BUFFER VEHICLE ROLL AHEAD DISTANCE = R
TRANSPORTABLEATTENUATOR
30 FEET MIN_
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET MAX
RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAYBE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
THE WORK AREA.
REQUIRED
LEGEND
10
TEMPORARY SIGN LOCATION
®
CHANNEL0NG DEVICES
SEQUENTIAL ARROW SIGN
®
PROTECTIVE VEHICLE
PCMS
PORTABLE CHANGEABLE MESSAGE SIGN
OP
Federal Way
Centered on Opporfunily
=3 MCAVES TEOERRLVAIYVVA9&00J
PHONE (253)635-27DO
WWW.CITYOFFEDERALWAY COM
W20-51-
GRAFTED: J COLE
DESIGNED: J COLE
REVIEWED: D WINKLER
s—W bdm
,Iaboft■imft APPROVED: D.WINKLER
SIGN SPACING = X (1)
(; AL RQAD8 45 t 55 MPH 'S06'
.
"AL RDADS & URBAN A4TERIALS 35 / 40 MPH 350'
LANE
WIDTH
RURAL ROADS& URBAN A13TERIALS 25 / 30 MPH 200' (2)
(I..t)
RFSIO. & BUSINESS DISTREICTS
.
URBAN. STREETS 25 MP. OR LOSS Itm
10
11)ALLSPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE
S1
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS,
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
12
MINIMUM TAPER LENGTH = L (feel)
Posted Speed (mph)
48" "
<OA>
OR
■
■ EA
48'
W4-2R .. VM-1
GHANNEU7-ATION DWCE
SPACING fee
MPH
TAPER
TANGENT
5B
au
eo
35 45
30
60
25 30
d0
i0
IS
2
NNO
LEFT
TURNING
20 SEC
IN ADVANCE
CRY SIGNS.
LEFT LANE AND CENTER TURN LANE NOTES
CLOSURE - 5 LANE ROADWAY 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS
2. ALL SIGNS ARE BLACK ON ORANGE
NOT TO SCALE
100% DRAWINGS
DRAWING VERSION / REVISION LOG
DATE IREVI51011 2022 ASPHALT OVERLAY PROJECT 12522
TRAFFIC CONTROL 6
TIC 6
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
1 30
1 35
40
1 45 1 50
55 1
60
1 65
70
LENGTH (I-L)
155
1 200
1 250
305
LMO 1 425
1 495 1
570
645
-
BUFFER VEHICLE ROLL AHEAD DISTANCE= R
TRANSPORTABLE ATTENUATOR
30 FEET MIN.
MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM
TO
WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS
100 FEET M
RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
REQUIRED
THE WORK AREA.
LEGEND
11 TEMPORARY:
d CHANNELILNI
SE QUEN TIA L I_...._
TRANSPORTABLEATTENUATOR
PCMS PORTABLE CHANGEABLE MESSAGE SIGN
® TEMPORARY SIGN LOCATION (5' MOUNTING HEIGH'
W20-5L
I SIGN SPACING = X (1). 1
RUBAL ROADS 45 / 56 MPhI 5Ua
RU111 ROADS k URBAN ARTERIALS 35 : 40 MPH 35D
RURAL ROADS a UMAN ARTE1uALS 25 / 30 MPH
RE.9IDEHTA6 A BUSINESS DISTREICTS
(1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS
12) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS.
MINIMUM TAPER LENGTH = L (feet)
LANE
Posted Speed (mph)
WIDTH
(feet)
25
30
35
40
45
50
55
60
1 65
1 70
10
105
150
205
270
450
500
550
-
-
11
115
165
225
295
495
550
605
660
1 -
-
12
125
1130
245
320
540
600
660
720
1 780
-
LANE SHIFT - THREE LANE ROADWAY
NOT TO SCALE
RCIA❑
VV0RK
HEA
4d'
IACtQ-1
CH IVNELILAIION DEVICE
SPACING feet
MPH TARpR 1'ANC+ENT
50 60 I 40 BO
W45 ]D QD
15130 20 40
PCMS #1
1 2
LEFT 1 MILE
LANE
CLOSURE AHEAD
2.0 SEC 2.0 SEC
FIELD LOCATE IN ADVANCE
OF TEMPORARY SIGNS.
PC MS #2
1 2
LANE 1 MILE
SHIFTS AHEAD
LEFT
2.0 SEC 2.0 SEC
FIELD LOCATE IN ADVANCE
OF TEMPORARY SIGNS.
OR WORK HOUR RESTRICTIONS.
Y. FOR SPEED LIMIT OF 30 MPH OR LESS, USE SIGN W1-31N LIEU OF SIGN W14
3. RECOMMENDED EXTENDING DEVICE TAPER (L3) ACROSS SHOULDER
4. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED
100% DRAWINGS
Federal W?IY
DRAFTED: J COLE
_
�:YLI [
DRAWINGREVISION
VERSION /REVISION LOG
2022 ASPHALT OVERLAY PROJECT
GI I Y PNOJ1G 1 B '.
12522
DAMREVIS
DESIGNED J.COLE
Centered on Opportunity
333258THAVES FEDERALWAY WA9B003
qkpREVIEWED:
D. WINKLER
_
TRAFFIC CONTROL 7
4�1
TIC 7
PHONE (253)535-2700
WVAVCITYOFFEDERALWAY.COM
Kw WIt.bMB1Y.
CMbftm7B04q
APPROVED: D. WINKLER
B] ar BB
BUFFER DATA
LONGITUDINAL BUFFER SPACE = B
SPEED (MPH)
25
30
35
40
45
50
55
60
65
70
LENGTH (feet)
155
200
250
305
360
425
495
570
645
-
BUFFER VEHICLE ROLL AH FAD DISTANCE= R
TRANSPORTABLE ATTENUATOR
30 FEET MIN.
MINIMUM HOST VBI-1141-E WEf6Hi 13pp0 L6�: THE MAXIMUM,
TO
WEIGHT SHALL WIN AECORDRNCE VNTN THE MA"ACTCR
100 FEET M
RECOMMENDATION.
PROTECTIVE VEHICLE
NO SPECIFIED
MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD
DISTANCE
REQUIRED
THE WORK AREA.
tvnD �
4VORK
I{
� nC
r 0•t
W14(L)
1O OPTIONAL IF 40 MPH OR LESS
LEGEND
/4
FLAGGING STATION
10
TEMPORARY SIGN LOCATION
13
CHANNELI7JNG DEVICES
®
PROTECTIVE VEHICLE - RECOMMENDED
®
TEMPORARY SIGN LOCATION(5' MOUNTING HEIGHT)
B4 �
OAR EaAR ED
W20-7B
MINIMUM TAPER LENGTH = L (feel)
LANE
Posted Speed (mph)
WIDTH
(feat)
25
30
1 35
1 40
45
50
60
65
70
10
105
150
205
270
450
500
11
115
165
225
295
495
55O
-
-
12
125
160
245
320
540
S
-
-
WORK
I
0.NE LPJ'!
l
LYf6t
ROAD x
4e-
I I
W10-0
I
DE
1O PRIPMeo
SE
To µTOP
I.
EREPARED O
4a' K
5Ye0.r8
❑ TOA
AV
VM-7B
W26-7A
I
W20-7A
ACING V2 Ots.TANCE
'
x #
A
ING 110AFFIC DEVlcu
g
lti
1 gEYKIESPAeIKu In QISTJu} !
LnLr?- -N —
R
FOR OPPOSING TRAFFIC DEVIMM
24"
E
>
1
x
°t
�'�F
KEEP
so--
RIGHT
R4-7B
4F
is
BAN
1
y,
aa' Writ-7A
A.
1
I
I
1
J®ROAD
eE
PREFAAFB O
TO;iOP
V2P7B NE LAN .
ROAD
AHEAD
N2o-4
INTERSECTION LANE CLOSURE — THREE LANE ROADWAY
NOT TO SCALE
SIGN SPACING = X (1))
IA'URAL HIGnWAiS 60 / 65 MPH afla,
RUR81L ROADS S URBAN ARTERIALS 25 / 30 MPH MD (2)
RE-SiDENTALL BUSINESS DISTRICTS
URBAN STREETS 35 NPH O LESS 10 vi
(1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE
RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS.
(2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT
ROADWAY CONDITIONS-
CHANNELIZATION DEVICE
SPACWG feet
MPI'I
IAPER
Tp\CC11T
Sa �Q
iD
Atr
35 {51
SD
SO
:5 O1
20
1 s0
RpAO.
1'JL]RK '
CLRSEO I
AREA°
NOTES
1. RECOMMEND EXTENDING DEVICE TAPER (L13) ACROSS SHOULDER.
2. IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE"
OR TURNED OFF DURING FLAGGING OPERATIONS
3, FOR SPEED LIMIT OF 30 MPH OR LESS USE SIGN W1-3 IN LIEU OF
SIGN W14
4. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS
WITHIN WORK AREA LIMITS.
5. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED
100% DI
{�
����� ■_�
DRAFTED: J COLE
DRAWING
VERSION / REVISION LOG
2022 ASPHALT OVERLAY PROJECT�Rn'/
NG DATE
REVISION
DESIGNED: ACOLECentere58THAVES
nity
FED OppoRALWAY A980TRAFFIC
33723BTHAVES FEDERALWAY WA98003
CIB a.I.a All Elµ
REVIEWED: D.WINKLER
�PHONE:(253)835-2700____VAMW.CITYOFFEDERALWAY.COM
CONTROL 8
M
APPROVED: D.WINKLER
gRI-3 INSTALL ON TYPE 2 BARRICADES THROUGHOUT THE WORK AREA
24" x 30" 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL
RNV PRIOR NOTIFICATION OF LOCAL LAW ENFORCEMENT REQUIRED.
NOTES
1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY
2 A 61)" PATH WIDTH SHOULD BE MAINTAINED (4B" IS THE MINIMUM}
3. CONTACT AND COORDINATE IMPACTED TRANSIT AGENCIES
PRIOR TO IMPLEMENTING ANY CLOSURES
L
4, SEE SHEET TC-52 FOR TEMPORARY PEDESTRIAN RAMP DETAILS_
I'-
5. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED SEE
STANDARD SPECIFICATION 1-102(1)B.
/
S. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE PLACED ON
THE DIVERTED PATH WHEN EX STING BUTTONS ARE NOT
D
ACCESSIBLE TO PEDESTRIANS.
Si
'V
J id MIN.
SIDEWALK DIVERSION
]yA0"
❑ETOiJR 24-
I M4-BB
B/O
I]ETOLIR 2d"
M4-BB
BIG
{AREA
_D
SIDEWALK DETOUR
'B6`
LEGEND
N TEMPORARY SIGN LOCATION
... CHANNELIZING DEVICES
INTERSECTION PEDESTRIAN TRAFFIC CONTROL
Errs PEDESTRIAN CHANNELIZING DEVICES
W TEMPORARY PEDESTRIAN RAMP FOR SIDEWALKS
NOT TO SCALE
100% DRAWINGS
[{fir QF
DRAFTED: J. COLE
� � y `
DRAWING VERSION LOG
2022 ASPHALT OVERLAY PROJECT
c :F.—WECTa.
12522
DATE
R{ri=�N
Federal Way
DESIGNED: J. COLE
;'� �
9HEE
CenleTed on Opportunity
33325 BTH AVE S FEDERAL WAY WA 960IXi
REVIEWED: D.WINKLER
4
_�.-
TRAFFIC CONTROL 9
TC 9
PHONE (253)835-27M
4r WYhdOR
WAW.CITYOFFEDERALWAY.COM
COhftmyou G
APPROVED: D. WINKLER
PS QF 99