Loading...
AG 23-100 - ICON MATERIALSRETURN TO: PW ADMIN EXT: 2700 ID #: 4218 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1, ORIGINATING DEPT/DIV: PUBLIC WORKS / Ca itaI Projects 2. ORIGINATING STAFF PERSON: John Cole . EXT: 2718 3. DATE REQ. BY: 3/24/23 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 p CONTRACT AMENDMENT (AG#): p INTERLOCAL ❑ OTHER 4. PROJECT NAME: 2023 Asphalt Overlay Project 5. NAME OF CONTRACTOR: ICON Materials ADDRESS: 1508 Valentine Ave SE Pacific, WA 98047 TELEPHONE: 206-574-3902 E-MAIL. mark eichelberger(aDiconmaterials.com FAX: SIGNATURENAME: Mike Eichelberger TITLE: Construction Manager 6, EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES p 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 # 601-006-854 ,. EXP. 7. TERM: COMMENCEMENT DATE: TBD COMPLETION DATE: Upon Completion 8. TOTAL COMPENSATION: $ 3,421,941.50 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES d NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: d YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: C12523-26500 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 6 PROJECT MANAGER JC 3/9123 6 DIVISION MANAGER y' 19°"'' 141 8 DEPUTY DIRECTOR -__ 6 DIRECTOR DSW 3/21/23 ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT KVA3/20/2023 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 3/e123 COMMITTEE APPROVAL DATE: 3/6123 SCHEDULED COUNCIL DATE: 3/21/23 COUNCIL APPROVAL DATE: 3121/23 11. CONTRACT SIGNATURE ROUTING r 2 ❑ SENT TO VENDOR/CONTRACTOR DATE SENT:- i3 DATE REC' D: I Z3 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT LAW DEPT 1 0,@1i,NATORY (MAYOR OR DIRECTOR) CITY CLERK '0�0 i ❑ ASSIGNED AG # Ab* 7 ❑ SIGNED COPY RETURNED E`Si'TF: COMMENTS: EXECUTE " " ORIGINALS Admin - Once wet signalure is received from contractor please notify John Cole so he can add Specs to this prior to routing to clerks. PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this __�_ day of 2023 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 2023 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 2.1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Three Million Four Hundred Twenty -One Thousand Nine Hundred Forty -One and 50/100 Dollars ($ 3,421,941.50), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-25 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 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 Contractor's failure to do so. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose Contractor waives any CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-26 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-27 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-28 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC 8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 8.8 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 Authority/Discretion/Judgment. 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 Governinq 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 Engineer. 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, Civil 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-29 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-30 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC CONTRACTOR: CPM Development Corporation dba ICON Materials Attn: Mark Eichelberger 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-31 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC DATED the day and year set forth above. CITY OF FEDERAL WAY: CPM DZVELOPMENT CORPORATION: Jim Fe , Mayor Si nature of *thcKzed In ' Idual 333 Avenue South Fed 1 Way, WA 98003-6325 Mark Eichelberger Printed Name of Authorized Individual ATTEST: 1 StWhdnie Courtney, CMC, Clerk AP OVEN AS TO FORM: — ILJ,--- Ryan Call, Ciy Att e NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ) ss. COUNTY OF Pierce ) 1508 Valentine Ave SE Street Address Pacific, WA 98047-2103 City, State, Zip On this day personally appeared before me Mark Eichelberger , to me known to be the Construction Manager of CPM Development CorporetimDBAICON Materials _ that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this 22nd day of March 2023. �t�'` Y���•"''"•yy ~-vVendy Hayes (typed/printed name of notary) .� ; •� Notary Public in and for the State of Washington. r "u NOTARY ���; ; My commission expires 02/01/2025 PUBLIC 4i�y�R WASt'_'' ui•`� CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-32 PROJECT #12523 I RFB #23-003 CFW RFB VERSION 2021-DEC CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-33 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER LibertyMutual Insurance Co. National Insurance East Valerie Reece 500 N3rd St, Suite 300 PHONE 513-867-3822 FAXIAJC. Nn: Wausau, WI 54403 E4iTAIir.,la__-4t. __a. l :1.—"..%A..4—t — www.LibertyMutual.com INSURED CPM Development Corporation (120-PAC) DBA ICON Materials 1508 Valentine Avenue SE Pacific WA 98047-2103 AFFORDING COVERAGE NAIC # =ire Insurance Company 23035 :e Corporation 42404 nnVFRArFR r.FRTIFIr..ATF NIIMRFR' 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 TYPE OF INSURANCE ADPt SUeft POLICY NUMBER MM DCY E_y MM OO/YYYY LIMITS LTR A COMMERCIAL GENERAL LIABILITY �/ v TB2-C81-004095-112 9/1/2022 9/1/2023 EACH OCCURRENCE $2000000 CLAIMS -MADE FVI OCCUR PrimarylNon-Contributor XCU Coverage Included ,I PREMSES Ea occurrence $ 300 000 MED EXP (Any one person) $ 50,000 ,1 Separation of Insured PERSONAL &ADV INJURY $2 00O 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 10,000,000 POLICYFvIjEO- f7 LOG PRODUCTS - COMP/OP AGG $ 10 000,000 $ OTHER: A AUTOMOBILE LIABILITY ,AS2-C81-004095-122 9/1/2022 9/1/2023 COMBINED�ISINGLELIMIT $2.000,000 BODILY INJURY (Per person) $ A ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY ,.AS2-C81-054502-522 Physical Damage only: Comprehensive Ded $10,000 9/1/2022 9/1/2023—BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Ear accidanl $ Is .Collision Ded $10.000 A UMBRELLA LAB �/ OCCUR TL2-681-054523-922 9/1/2022 9/1/2023 EACH OCCURRENCE $3 000 000 y/ EXCESS LAB CLAIMS -MADE (General Liability) AGGREGATE $ 3 OOO OOO DED RETENTIONS Products/Completed O $3 000 QQO B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN OFFP (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WA7-C8D-004095-022 All except OH, ND, WA, WY WC7-C81-004095-012 WI MN 9/1/2022 9/1/2022 9/1/2023 9/1/2023 ,/ s7PruTE FR E.L. EACH ACCIDENT $ 1 000,000 EL DISEASE - EA EMPLOYE SJy EL DISEASE- POLICY LIMIT $1,000,000 A Washington Stop Gap Employers Liability Coverage TB2-C81-004095-112 9/1/2022 9/1/2023 BI Each Accident $1,000,000 BI Aggregate Limit $1,000,000 BI Each Employee $1,000,000 A Excess Liabilitv - Auto Liability I I iTL2-681-054653-442 (Auto) 9/1/2022 9/1/2023 Each Occurrence $3.000.000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space Is required) RE. Project # 12523 RFB #23-003 2023 Asphalt Overlay Project. See Additional Remarks Schedule. CERTIFICATE 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 Valerie Reece ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 73538225 1 8-004095 1 09,22-09.23 Standard 10-2 WA Stop Gap Excess AUTO I Erin Celing 1 3/23/2023 2:48:58 PM (CST) I Page 1 of 2 AGENCY CUSTOMER ID: 8-004095 LOC #: AC"ORO►� AnnITInPJAI REMARKS Srwi=ni 1 F Paae of AGENCY NAMED INSURED Liberty Mutual Insurance Co. National Insurance East CPM Development Corporation (120-PAC) DBA ICON Materials POLICY NUMBER 1508 Valentine Avenue SE Pacific WA 98047-2103 TB2-C81-004095-112 _ CARRIER NAIC CODE Liberty Mutual Fire Insurance Companv 23035 EFFECTIVE DATE:9/1/2022 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. Project # 12523 RFB #23-003 2023 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. Waiver of subrogation is included in favor of the additional insured, where required by written contract, and where applicable by law. Excess liability follows form over the general liability and auto liability. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDENDUM 73538225 1 B-004095 109.22-09.23 Standard 10-2 WA Stop Gap Excess AUTO I Erin Celing 1 3/23/2023 2:48:58 PM (CST) I Page 2 of 2 .coo® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/24/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: ? MARSH USA, INC. PHONE FAX TWO ALLIANCE CENTER c No): 3560 LENOX ROAD, SUITE 2400 AODRL ATLANTA, GA 30326 CN 103150008--XS Pot-22-23 INSURED (PAC-120) CPM DEVELOPMENT CORPORATION DBA ICON MATERIALS 1508 VALENTINE AVE SE PACIFIC, WA 98047 INSURER B : INSURER C : INSURER D : INSURER E : COVERAGES CERTIFICATE NUMBER: ATL-005585417-01 REVISION NUMBER: 0 NAIC # 27960 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. R LT LTR TYPE OF INSURANCE ADDL SUB POLICY NUMBER MM ADPOLICY/Y YYY MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S CLAIMS -MADE ❑ OCCUR PREMISES JEa occurrence $ MED EXP (Any one person) $ PERSONAL& ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY J� LOC PRODUCTS - COMP/OP AGG $ $ OTHER: AUTOMOBILE LIABILITY COMBNED SINGLE LIMIT Ea accdent $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ HIRED NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLA LIAR OCCUR EACH OCCURRENCE S AGGREGATE $ EXCESS LIAR CLAIMS -MADE DED I I RETENTIONS S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N PER OTH- STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A E.L. EACH ACCIDENT S (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE S If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT S A Excess Environmental Liability EXC G71181297 005 09/01/2022 09/01/2023 Limit 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space is required) RE: PROJECT # 12523 RFB #23-003 2023 ASPHALT OVERLAY PROJECT. t:tK I IFIUA I t r1ULUtK 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 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) 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-004095-022 Issued to CRH Americas, Inc. Effective Date 03/23/2023 Premium $ WC 00 03 13 © 1983 National Council on Compensation Insurance. Ed. 04/01 /1984 Endorsement No. Page 1 of 1 POLICY NUMBER: TB2-C81-004095-112 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 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 1. All work, including materials, parts or equipment include as an additional insured the person(s) or furnished in connection with such work, on the organization(s) shown in the Schedule, but only project (other than service, maintenance or with respect to liability for "bodily injury", "property repairs) to be performed by or on behalf of the damage" or "personal and advertising injury" additional insured(s) at the location of the caused, in whole or in part, by: covered operations has been completed; or 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: 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 04 13 © ISO Properties, Inc., 2012 Page 1 of 2 0 SCHEDULE Name Of Additional Insured Person(s) Or Oraanization(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 12523, RFB #23-003 2023 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 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: TB2-C81-004095-112 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) I Location And Description Of Completed Or Organization(s) 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 12523, RFB #23-003 2023 Asphalt Overlay Project Location Code: 120-PAC 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. 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. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number TB2-C81-004095-112 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 20 11 18 © 2018 Liberty Mutual Insurance Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: TB2-C81-004095-112 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 Sec- tion 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 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATE® 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 ex- rences" under Section I — Coverage A, and for all penses shall reduce the Designated Construc- medical expenses caused by accidents under tion Project General Aggregate Limit for that Section I — Coverage C, which can be attributed designated construction project. Such pay - only to ongoing operations at a single designated ments shall not reduce the General Aggregate construction project shown in the Schedule above: Limit shown in the Declarations nor shall they 1. A separate Designated Construction Project reduce any other Designated Construction General Aggregate Limit applies to each des- Project General Aggregate Limit for any other ignated construction project, and that limit is designated construction project shown in the equal to the amount of the General Aggregate Schedule above. Limit shown in the Declarations. 4. The limits shown in the Declarations for Each 2. The Designated Construction Project General Occurrence, Damage To Premises Rented To Aggregate Limit is the most we will pay for the You and Medical Expense continue to apply. sum of all damages under Coverage A, except However, instead of being subject to the Gen - damages because of "bodily injury" or "prop- eral Aggregate Limit shown in the Declara- erty damage" included in the "products-com- tions, such limits will be subject to the applica- pleted operations hazard", and for medical ex- ble Designated Construction Project General penses under Coverage C regardless of the Aggregate Limit. 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 ❑ 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 des- ignated construction project shown in the Sched- ule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical ex- D. penses shall reduce the amount available un- der the General Aggregate Limit or the Prod- ucts -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggregate E. Limit. When coverage for liability arising out of the "prod- ucts -completed operations hazard" is provided, any payments for damages because of "bodily in- jury" or "property damage" included in the "prod- ucts -completed operations hazard" will reduce the Products -completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Ag- gregate Limit. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting par- ties deviate from plans, blueprints, designs, spec- ifications or timetables, the project will still be deemed to be the same construction project. The provisions of Section III — Limits Of Insurance 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-C81-004095-112 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) / 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 Location Code: 120-PAC 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-C81-004095-122 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 Location Code: 120-PAC 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-C81-004095-122 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 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-C81-004095-122 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 12523, RFB #23-003 2023 Asphalt Overlay Project 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-C81-004095-122 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 PERFORMANCE AND PAYMENT BOND 2023 ASPHALT OVERLAY PROJECT The City of Federal Way ("City') has awarded to CPM Development Corporation DBA ICON Materials ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. The Principal, and Fidelity & 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 Four Hundred Twenty One Thousand Nine Hundred Forty One & 50/100 US Dollars ($ 3,421,941.50 ) Total Contract Amount, subject to the provisions herein. This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond shall be signed by duly authorized officers and will only be accepted if accompanied by a fully executed, original power of attorney for the office executing on behalf of the surety. CPM Develop t Corporation PRIN A DBA ICoN terials Pr i 'Signature Date Mark Eichell Printed Name Construction Manager T it,'e r ETY: Fi I it Company of Maryland March 22, 2023 ret ig Date Linda Lee Nipper Printed Name Attorney -in -Fact Title CITY OF FE13ERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-34 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC LOCAL OFFICE/AGENT OF SURETY: Linda Lee Nipper Name 15 West South Temple, Ste. 700 Street Address Salt Lake City, UT 84101 City, State, Zip (801) 533-3629 Telephone BOND NO.: 9426851 APPROVED AS TO FORMb — J4 � : p (` J Ryan Call, City ttorney CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-35 PROJECT #12523 / RFB 923-003 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 Lee Nipper , 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 I Ith day of July, A.D. 2019. y­.. r SEAL INS 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 C. Brawn Secretory State of Maryland County of Baltimore On this 1 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, Attorneys -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 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 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of - - -Mar, }994,—and-the-following resolution- of the -Board -of Directors of the FIDELITY AND DEPOSIT COMPANY OF M-ARYEAND 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 22nd day of March 2023 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 www.reportsfclaims@zurichna.com 800-626-4577 CPM DEVELOPMENT CORPORATION rawraKeyrra Q HELENA SAND ab GRAVEL Adm1�NYr ICDN ACrilOFM1�' CERTIFICA'17 OF AUMOMW Please be advised, that the Indhdduals 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 Corporations, dba ICON Materials. ICON Materials is a CPM Development Corporation trade name. Name and Title Michael McBreen, Vice PresideW Mario Bichelbe>tger, Construction Manager Christopher Wigiams, Operations Manager STATE OF WASHINGTON ) ss. COUNTY OF SPOKANE ) Respectfully submitted, CPM DEVELOPMENT CORPORATION 4'j� V) 86-�� Susan L. Devaney Assistant Treasurer & Assistant Secretary 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 Materiels and aclmowledged 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 this . • w day of 2022. Signature of Notary MICHELLE M WELCH 14(� k-- M' WC& - - - PUBLIC COMM. EXPIRES NOV. 7, 2OCnt or Type Name of Notary STATE OF WASHINGTON ARY PuBL.1C in and for the State of Washington COMMISSION N0. 78431 Residing at i�.I!L,R. tvA My commission expires on _ ++ An Equal Opporkmky Employer 6111 E. Broadway, Spoimna Valley, WA 96212 PA. Box 3358. Spokane WA 90220■33M Oflim: (W* 534-=1 • Fax: (50)5364051 CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title 2023 Asphalt Overlay Project RFB No. 23-003 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. }�Q Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these Contract Documents. MEClBG___bG� 4/3/2023 Contractor Signature Date CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-36 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC Retainage Option - 2023 Asphalt Overlays - City of Federal Way Final Audit Report 2023-04-03 Created: 2023-04-03 By: Kristin Portillo (Kristin.Portillo@iconmatedals.corn) Status: Signed Transaction ID: CBJCHBCAABAA42VEmBrulHAmea1gnMtaPHBdUAKhGyNJ "Retainage Option - 2023 Asphalt Overlays - City of Federal Wa y" History Document created by Kristin Portillo (Kristin.Portillo@iconmaterials.com) 2023-04-03 - 9:18:43 PM GMT Document emailed to mark.eichelberger@iconmaterials.com for signature 2023-04-03 - 9:18:58 PM GMT Email viewed by mark.eichelberger@iconmaterials.corn 2023-04-03 - 9:20:25 PM GMT Signer mark.eichelberger@iconmaterials.com entered name at signing as Mark Eichelberger 2023-04-03 - 9:20:57 PM GMT Document e-signed by Mark Eichelberger (mark.eichelberger@iconmaterials.com) Signature Date: 2023-04-03 - 9:20:59 PM GMT - Time Source: server !� Agreement completed. 2023-04-03 - 9:20:59 PM GMT Names and email addresses are entered into the Acrobat Sign service by Acrobat Sign users and are unverified unless otherwise noted. a Adobe Acrobat Sign RETAINAGE BOND TO CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, CPM Development Corporation DBA ICON Materials as principal ("Principal"), and Fidelity & Deposit Company of Maryland , a Corporation organized and existing under the laws of the State of Illinois , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of: One Hundred Seventy One Thousand Ninty Seven Dollars & 08/100 ($ 171,097.08 ) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the above -referenced Project, which contract is incorporated herein by this reference ("Contract'), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $ 3,421,921.50 ; and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-37 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. 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 22nd day of March 20 23 , the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. CPM Development GarporAWn CORPORATE SEAL: PRINCIP : DBA e N Materials By: Title: Construction Manager Address: 1508 Valentine Ave SE Pacific, WA 98047-2103 CORPORATE STEAL: SURETY:Fi elity & ❑e ❑ it_ompany of Maryland r -Fact tna Davis (Attach Power of Attorney) Title: Attorney -in -Fact Address: 15 West South Temple, Ste. 700 Salt Lake City, LIT 84101 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-38 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC CERTIFICATES AS TO CORPORATE SEAL hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that Mark Eichelberger who signed the said bond on behalf of the Principal, was Construction Manager 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. UCLC'J'�_ 4j9k -" Secretary of Prin pal I here}j ji - e that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that who signed the said bond on behalf of the Surety, was 6f1he s_aid..Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and aft-esled-- r and in_ behalf of said Corporation by authority of its governing body. Secretary of Surety APPJZOVED AS TO FORM: - /A �C• J. Ryan Call City Aftornt See Surety Notary Acknowledgment attached CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-39 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC State of UTAH County of SALT ss: On March 22, 2023 , 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 July 5, 2026 Inds L Nipper tary Public W.NotaryPubll IPPER5tteofUtahmla�ionNumbar:72554i Commisslon Expires an jilluly 5, 2028 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 Lee Nipper , 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 Ith day of July, A.D. 2019. %`3�� swa ��� iw • � """ add 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 1 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 swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 VI z`'k EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -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 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_19-9-4, and- the-U-10-wi_ng-r-esol uti4an-0f-the-Board-of Director-s-ofthe- IiI-D] L-ITY-AND D> P-0SIT-CO-M-RAN-Y—OF MA RY LAND -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 22nd day of March � 2023 - 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 ww. repo rtsfc [ a i ms Ca)zttr i ch n a-com 800-626-4577 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 2023 ASPHALT OVERLAY PROJECT SP-1 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the 2023 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 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-2 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 1-02 BID PROCEDURES AND CONDITIONS CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-3 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Basis of Distribution Sets Reduced Plans (11" x 17") 1 Furnished automatically upon award. Contract Provisions 1 Furnished automatically upon award. Large Plans (e.g., 22" x 34") 1 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site Work (June 27, 2011 APWA GSP) 1-02.41 General (January 19, 2022 APWA GSP, Option B) The first sentence of the ninth 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 (January 19, 2022 APWA GSP) The third and fourth sentences in the first paragraph are 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. The boring logs and associated data, 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 2023 ASPHALT OVERLAY PROJECT SP-4 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 (August 3, 2015 WSDOT GSP, OPTION 5) Section 1-02.6 is supplemented with the following: Cumulative Alternates Bidding The Bid Proposal for this Contract requires the Bidder to bid cumulative Alternates as part of the bid. As such the Bidder is required to submit a Base Bid and a bid for each of the Alternate(s). Bid Proposal Bid Proposal includes the following: 1. Base Bid The Base Bid shall include constructing all items included in the Proposal except those items contained in the Alternate(s). Bidding Procedures To be considered responsive the Bidder shall submit a price on each and every Bid item included in the Base Bid and all Alternate(s). successful Bidder will be the Bidder submitting the lowest responsible Bid for the highest order Preference that is within the amount of available funds for the project. Available funds will be announced immediately prior to the opening of Bids. The Contracting Agency may, at their discretion, award a Contract for the Base Bid, without any additional Alternates, in the event that all Bids exceed the available funds announced. In any case, the award will be subject to the requirements of Section 1-03. (June 4, 2020 WSDOT GSP, OPTION 9) Item number 1 in the fifth paragraph of Section 1-02.6 is revised to read: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and Add the following new section: 1-02.6 1 Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-5 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 1-02.7 Bid ❑2 osit (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. 1-02.10 Withdrawing, Revising. or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-6 PROJECT #12623 CFW SPECIAL PROVISIONS VER. 2022.04 1-02.13 Irregular 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; 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. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-7 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor 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, CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-8 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022.04 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; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Biddinng Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-9 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing; describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-10 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. (***PROJECT -SPECIFIC SPECIAL PROVISION') Section 1-03.1 is supplemented with the following: The Owner reserves the right to reject bids on any or all schedules or alternates of the proposal. After reviewing the bids, the Owner may elect to delete any one or combination of schedules from the proposal. 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 "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 percentagethat is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (January 19, 2022 APWA GSP) Revise this section to read: Within 3 calendar days of Award date (not including Saturdays, Sundays, and Holidays), the successful Bidder shall provide the information necessary to execute the Contract to the Contracting Agency. The Bidder shall send the contact information, including the full name, email address, and phone number, for the authorized signer and bonding agent to the Contracting Agency. Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA I PROJECT #12623 CFW SPECIAL PROVISIONS VER 2022.04 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, the Transfer of Coverage form for the Construction Stormwater General Permit with sections I, III, and VI II completed when provided. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 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, Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA 2 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 Changes (January 19, 2022 APWA GSP) The first two sentences of the last paragraph of Section 1-04.4 are deleted. pirnmegaigememweiv 1-05.4 Conformity With and Deviations from Plans and Stakes CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-13 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022.04 (January 13, 2021 WSDOT GSP, OPTION 2) Section 1-05.4 is supplemented with the following: Contractor Surveying — Roadway The Contracting Agency has provided primary survey control in the Plans. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIS) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-14 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022 04 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. The Contractor shall submit these changes to the Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. The Contractor shall ensure a surveying accuracy within the following tolerances: Slope stakes Subgrade grade stakes set 0.04 feet below grade CITY OF FEDERAL WAY Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) 2023 ASPHALT OVERLAY PROJECT SP-15 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor -provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment Payment will be made for the following bid item when included in the proposal. "Roadway Surveying", lump sum. The lump sum contract price for "Roadway Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. (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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-16 PROJECT #12623 CFW SPECIAL PROVISIONS VER. 2022.04 shall build the ADA features within the specifications in the Standard Plans.and contract documents. ADA Feature As -Built Measurements The Contractor shall be responsible for providing electronic As -Built records of all ADA feature improvements completed in the Contract. The survey work shall include but not be limited to completing the measurements, recording the required measurements and completing other data fill-ins found on the ADA Measurement Forms, and transmitting the electronic Forms to the Engineer. The ADA Measurement Forms are found at the following website location: http://www.wsdot.wa.gov/Design/ADAGuidance.htm In the instance where an ADA Feature does not meet accessibility requirements, all work to replace non -conforming work and then to measure, record the as -built measurements, and transmit the electronic Forms to the Engineer shall be completed at no additional cost to the Contracting Agency, as ordered by the Engineer. Payment Payment will be made for the following bid item that is included in the Proposal: "ADA Features Surveying", lump sum. The unit Contract price per lump sum for "ADA Features Surveying" shall be full pay for all the Work as specified. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-17 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection (October 1, 2005 APWA GSP) Delete this section and replace it with the following! 1-05.11 Final Ins pections and O Perational Testin 1-05.11 1 Substantial Corn pletion 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 f 2 Final Ins pection and Ph sicai Com pletion 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-18 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11 3 O Perational Testin 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. 1-05.120) 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-19 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, In which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-06.13 Superintendents, Labor and Equipment. of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP, OPTION 1) Section 1-05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: Lakehaven Water and Sewer District water main replacement in Schedule B (S 308th St). 1-05.15 Method of Serving 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: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-05.17 As -Built Survey and Record Drawings (December 2, 2019 CFW GSP) CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-20 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022 04 Section 1-05.17 is a new section: As -Built Survey After construction has been completed the Contractor shall perform an as -built survey and provide the information (including point files) in a format compatible with AutoCAD 2019 or later version file to the Engineer. The applicable tolerance limits for the as -built survey include, but are not limited to the following: Vertical Horizontal As -built sanitary & storm invert and grate ± 0.01 foot ± 0.01 foot elevations As -built monumentation ± 0.001 foot ± 0.001 foot As -built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot hydrants As -built ponds/swales/water features ± 0.10 foot ± 0.10 foot As -built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As -built gas lines, power, TV, Tel, Com ± 0.10 foot ± 0.10 foot As -built signs, signals, etc. N/A ± 0.10 foot This as -built survey shall consist of the following: • Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts installed, flowline of open channel conveyance systems at 50-foot max. intervals, and retaining wall footing drains, including cleanouts. Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. Final curb elevations, with a minimum of 8 shots at each curb return. Also, final shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract (at flowline of the curbs). Final elevations at the front and back of walk throughout the project limits. Final wall elevations at the face and top of all walls installed in this contract. • Shots of all signs, trees, illumination and signal equipment installed as part of this contract. • Shots to delineate all channelization installed in this contract. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-21 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Record Drawings Throughout construction, the Contractor shall be responsible for tracking all relevant field changes to the approved construction drawings. These changes shall be clearly identified in red ink in a comprehensive manner on one set of full size Plans. These Record Drawing shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. The Record Drawings shall be kept on site, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. Upon completion of construction, the Contractor shall submit to the City a clean set of marked -up drawings in electronic PDF format that are signed and certified by the Contractor or their surveyor. The Certification on each page of the record drawings shall state that said drawings are an accurate depiction of built conditions. City acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. The certified Record Drawings shall, at a minimum, consist of the following: • Existing or abandoned utilities that were encountered during construction that were not shown on the approved construction drawings. Accurate locations of storm drainage (including invert elevations), sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, channelization and pavement markings, etc. Record drawings shall reflect actual dimensions, arrangement, and materials used when different than shown in the Plans. As -built survey information shall be used to confirm information shown on record drawings. Changes made by Change Order or Field Directive • Changes made by the Contractor as approved by the Engineer. • Pothole information gathered by the Contractor. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item(s) when included in the proposal: "As -Built Survey and Record Drawings", lump sum. The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any surveying, checking, correction of errors, preparation of record drawings, and coordination efforts. 1-06.18 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-22 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 At a minimum, the diary shall show on a daily basis: • The day and date. • The weather conditions, including changes throughout the day. • 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. • 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. • 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, CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-23 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 or acceptance by the City does not constitute waiver, modification, or exclusion of any express or implied warranty or any right under law. This warranty shall survive termination of this Contract. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1-05.8 of the Standard Specifications. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. The Contractor agrees the above one-year limitation shall not exclude or diminish the Owner's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. This warranty may also extend beyond the one year time period pursuant to any other warranties specified in the Special Provisions, Contract Plans, other parts of the Contract Documents, or incorporated by this reference. 1-06 CONTROL OF MATERIAL 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-24 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 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. Section 1-07.1 is supplemented with the following: (April 3, 2006 WSDOT GSP, OPTION 3) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296-809). CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-25 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. Section 1-07.1 is supplemented with the following: (April 12, 2019 CFW GSP) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296-809-100. The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296-809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 5 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-26 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.201 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-27 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 (April 12, 2018 CFW GSP) Section 1-07.6 is supplemented with the following: Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained on the DNR Public Land Survey Office website. The permit application must be stamped by a registered Washington State Land Surveyor. The Contractor shall obtain the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain and comply with the permit shall be considered incidental to other bid items and no additional payment will be made. 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(6) 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 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-28 PROJECT #12623 CFW SPECIAL PROVISIONS VER. 2022.04 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). 1-07.16 Protection and Restoration of Property 1-07.16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1-07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy (Power) Attn: Jason Airey 3130 S 38th St Tacoma, WA 98409 Telephone: (206) 348-9637 Puget Sound Energy (Gas) Attn: Brandon Platz Telephone: (425)495-4269 Lakehaven Water & Sewer District Attn: Naveen Chandra 31627 11 Avenue S 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 Attn: Steve Duppenthaler 11241 Willows Rd NE, #130 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-29 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 King Co. Traffic (Signals & Lighting) Attn: Mark Parrett 155 Monroe Ave NE Renton, WA 98056 Telephone: (206) 296-8153 ADDITIONAL CONTACTS King County Metro Transit 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) Redmond, WA 98052 Telephone: (425)286-3822 City of FW IT Dept (City Fiber) Attn: Thomas Fichtner 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-2547 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 (April 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: • Lakehaven Water and Sewer District water main replacement in Schedule B (S 308t" St). - 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-30 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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) 1-07.180) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after. the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, 'the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self -insured pool coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-31 PROJECT #12623 CFW SPECIAL PROVISIONS VER. 2022.04 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. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-32 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 1-07.18(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. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-33 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 Liability Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18 5 C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18 51D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-34 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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: ■ 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 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 lam weekdays, 8 pm-9am weekends & holidays) is not mandated by the City. Should the contractor schedule project work CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-35 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. G Lane closures shall not impact business accesses. All business accesses will remain open during business hours. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-36 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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, recycle, and yard waste collection days. Collection schedules are available at www.cityoffederalway.com/publicworks/recycling. Schedule A: Wednesday and Thursday Even ■ Schedule B: Thursday Even Schedule C: Thursday Even ■ Schedule D: Thursday Even Schedule E: Thursday Even Schedule F: Friday Even Schedule G: Friday Even Schedule H: Friday Even The Contractor shall have no more than 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. 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 Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-37 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours' notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Communication with Businesses and Property Owners (April 12, 2018 CFW GSP) Section 1-07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners / tenants that are located adjacent to the project. The Contractor, along with the City's inspector & project engineer, shall have one formal meeting (door-to-door project 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 2023 ASPHALT OVERLAY PROJECT SP-38 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Thereafter, the Contractor shall keep the property owners / tenants informed of their general work locations and upcoming activities by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the City's Project Engineer prior to distribution. 1-07.29 Coordination with Transit Agencies (December 1, 2021 CFW GSP) Section 1-07.29 is added: The Contractor is required to coordinate with impacted transit agencies. King County Metro and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. A copy of all communications between the contractor and transit agencies shall be forwarded to the City of Federal Way. King County Metro: King County should be notified in writing at construction.coord@kingcounty.gov a minimum of five business days prior to starting any work impacting bus stops, a temporary lane or road closure. Work requiring removing a bus shelter or sign requires notification in writing a minimum of 30 business days. Pierce Transit: Pierce Transit should be notified at (253)581-8130 to coordinate. Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.001 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-39 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 1-08.4 2 Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between the following: 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. Schedule G: 7:00 a.m. and 6:00 p.m. Schedule H: 7:00 a.m. and 3:30 p.m. . Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-40 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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) 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. (10 hour workday allowed) Schedule E: 7:00 a.m. and 6:00 p.m. (10 hour workday allowed) Schedule F: 7:00 a.m. and 6:00 p.m. (10 hour workday allowed) Schedule G: 7:00 a.m. and 6:00 p.m. (10 hour workday allowed) Schedule H: 7:00 a.m. and 3:30 p.m. (10 hour workday allowed) (August 14, 2020, 2021 CFW GSP) Add the following new section: The Contractor may request extended work hours on days when paving operations are occurring. Work hours may be modified to 7:00 a.m. to 5:30 p.m. on paving days if the Engineer determines that the benefits of extended working hours will minimize the overall impacts to traffic. Extended work hours for paving will require PCMS boards to be placed a minimum of 2 business days prior to the paving day. Payment for PCMS boards shall be considered incidental to the Contractor's operations, unless there is a specific bid item for PCMS boards. 1-08.1 Subcontracting (December 19, 2019 APWA GSP, OPTION A) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420-004). The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every Subcontractor and lower tier Subcontractor's retainage has been released. The ninth paragraph, beginning with "On all projects, ..." is revised to read: The Contractor shall certify to the actual amount received from the Contracting Agency and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-41 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 manufacturers, regular dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, Small, Veteran or Women's Business Enterprise firms. This Certification shall be submitted to the Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the Contract using the application available at: https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. (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 — SW 308th St (1st Ave S to 6th PI SW): The Contractor shall not start any work within Schedule D prior to June 16th, 2021 (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. 1-08.3 2 A Type A P rog ress 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 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-42 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. (December 1, 2021 CFW GSP) Section 1-08.4 is supplemented with the following. The Contractor shall provide adequate equipment and forces to carry out the construction schedule to completion of the contract by the date specified. 1-08.5 Time for Completion (January 19, 2022 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-43 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date. 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: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-44 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 *** Pedestrian Push Buttons *** 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 Li uidated 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, 2015APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the Scaleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-45 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 Payments (January 19, 2022 APWA GSP) Section 1-09.9 is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. 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 2023 ASPHALT OVERLAY PROJECT SP-46 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. Failure to perform any of the obligations under the Contract by the Contractor may be decreed by the Contracting Agency to be adequate reason for withholding any payments until compliance is achieved. Upon completion of all Work and after final inspection (Section 1-05.11), the amount due the Contractor under the Contract will be paid based upon the final estimate made by the Engineer and presentation of a Final Contract Voucher Certification to be signed by the Contractor. The Contractor's signature on such voucher shall be deemed a release of all claims of the Contractor unless a Certified Claim is filed in accordance with the requirements of Section 1-09.11 and is expressly excepted from the Contractor's certification on the Final Contract Voucher Certification. The date the Contracting Agency signs the Final Contract Voucher Certification constitutes the final acceptance date (Section 1-05.12). If the Contractor fails, refuses, or is unable to sign and return the Final Contract Voucher Certification or any other documentation required for completion and final acceptance of the Contract, the Contracting Agency reserves the right to establish a Completion Date (for the purpose of meeting the requirements of RCW 60.28) and unilaterally accept the CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-47 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Contract. Unilateral final acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending establishment of a Completion Date and unilateral final acceptance will be provided by email with delivery confirmation from the Contracting Agency to the Contractor, which will provide 30 calendar days for the Contractor to submit the necessary documents. The 30 calendar day period will begin on the date the email with delivery confirmation is received by the Contractor. The date the Contracting Agency unilaterally signs the Final Contract Voucher Certification shall constitute the Completion Date and the final acceptance date (Section 1-05.12). The reservation by the Contracting Agency to unilaterally accept the Contract will apply to Contracts that are Physically Completed in accordance with Section 1-08.5, or for Contracts that are terminated in accordance with Section 1-08.10. Unilateral final acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of their responsibility to comply with all Federal, State, tribal, or local laws, ordinances, and regulations that affect the Work under the Contract. Payment to the Contractor of partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 1-09.11(3) Time Limitation and Jurisdiction (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 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 1-09.131 General (January 19, 2022 APWA GSP) Revise this Section to Read Prior to seeking claims resolution through arbitration or litigation, the Contractor shall proceed in accordance with Section 1-04.5 and 1-09.11. The provisions of Sections 1-04.5 and 1-09.11 must be complied with in full as a condition precedent to the Contractor's right to seek claim resolution through binding arbitration or litigation. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-48 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be resolved, as prescribed herein, through binding arbitration or litigation. The Contractor and the Contracting Agency mutually agree that those claims or causes of action which total $1,000,000 or less, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. The Contractor and the Contracting Agency mutually agree that those claims or causes of action in excess of $1,000,000, which are not resolved by mediation, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Arbitration General (January 19, 2022 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-69.13(4) Venue for Litigation (January 19, 2022 APWA GSP) Revise this section to read: Litigation shall be brought in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. It is mutually agreed by the parties that when litigation occurs, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 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 2023 ASPHALT OVERLAY PROJECT SP-49 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 Management 1-10.20) General (January 10, 2022 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the following: The Traffic Control Supervisor shall be certified by one of the following- The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwiett.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 https://www.integritysafety.com US Safety Alliance (904)705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 hftps://www.kndservices.net 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: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-50 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of five (5) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3-19A. 2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or reflective tubular markers as required at the direction of the Engineer. 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and 'legends and shall be signed by the preparer. 1-10.3 Traffic Control Labor, Procedures and Devices 1-10.3(1)C Signalized Intersection Traffic Control (September 3, 2021 CFW GSP) Section 1-10.3(1)C is a new section: Signalized Intersection Traffic Control is required when a signal system is in flashing mode, or is not operational. Signalized intersection traffic may not be flagged with an active signal in full operation. Placing a signalized intersection into flash mode requires an approved traffic control plan. Additionally, the days/times that a signal is placed into flash mode must be pre -approved by the City. The signal should only be switched into flash mode by the City. The type of work that requires signals to be placed into flash mode may include, but is not limited to: installation of signal poles, signal switchover, paving, striping, or excavation in the intersection. The Contractor shall minimize the limits of the work zone area at intersections whenever possible in order to avoid having the signal be placed into flash mode. Signalized Intersection Traffic Control Labor shall conform to WAC 468-95-302 and approved traffic control plans. If flaggers are utilized to provide traffic control of signalized intersections: • At least two flaggers are required to flag from the center of the intersection, in addition to a flagger controlling each leg of the intersection. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-51 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022 04 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. • There is currently no availability of UPO's from the City of Federal Way Police Department. Many other law enforcement agencies also have little to no availability of off -duty officers. No other agencies or private companies are authorized to perform off -duty work within the City without project -specific approval from the Federal Way Police Chief or his designee. If the Contractor is able to procure a UPO from another law enforcement agency that is acceptable to the Federal Way Chief of Police, a change order will be required to add a bid item for "Contractor Provided Off -Duty Uniformed Police Officer". 1-10.3(3)C Portable Changeable Message Sign (January 10, 2022 WSDOT GSP, OPTION 1.2023) Section 1-10.3(3)C is revised to read: Where shown on a traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain a portable changeable message sign (PCMS), mini portable changeable message sign (mPCMS), or truck - mounted PCMS. mPCMSs are compact version of full-size PCMSs. Truck - mounted PCMSs are permanently affixed to a traffic control vehicle and meant to be mobile. When feasible, position PCMS or mPCMSs to provide at least 2 feet of lateral clearance from the nearest open lane and transversely delineate with at least 3 channelization devices. For truck -mounted PCMSs, provide 2 feet of lateral clearance when feasible but transverse delineation is not required. The Contractor shall remove these devices from the work zone clear zone when not in use unless protected by barrier or guardrail. 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. (***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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-52 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022.04 END OF DIVISION 1 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-53 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 2 EARTHWORK 2-01 CLEARING. R B6 N AND ROADSIDE CLEAN 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 Clearinq Limit Fence (April 12, 2018 CFW GSP) Section 2-01.3(3) is a new section: Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing with mesh openings 1'/2-inch by 3-inches nominal and weigh at least 7 oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1'/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 Grubbing" will be measured on a lump sum basis. Installation, maintenance, and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing bid item. "Roadside Cleanup", will be measured by force account. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-54 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 "Tree Removal", will be measured per each and includes root removal. 2-01.5 Payment (April 12, 2018 CFW GSP) Section 2-01.5 is supplemented with the following: "Clearing and Grubbing", lump sum. "Roadside Cleanup", force account. "Tree Removal", per each. 2-02.3 Construction Requirements (September 7, 2021 WSDOT GSP, OPTION 1) Section 2-02.3 is supplemented with the following: Removal of Obstructions The following miscellaneous Obstructions shall be removed and disposed of: ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE FOLLOWING:'. 2 STATION / OFFSET ITEM DESCRIPTION QUANTITY 1 EA 151+84, 19' Left Tree Removal (Schedule D) 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. (October 4, 2021 WSDOT GSP, OPTION 5) Section 2-02.3 is supplemented with the following: Removal and Disposal of Asbestos Material In the event suspected Asbestos Containing Material (ACM) is encountered, the Contractor shall immediately notify the Engineer and the provisions of Section 1-04.7 shall apply. Prior to commencing asbestos related work, the Contractor shall obtain all permits from and provide notification to, the Washington State Department of Labor and Industries, the Washington State Department of Ecology, the local clean air agency, and other permitting and regulatory agencies with jurisdiction over the work involving asbestos as the laws, rules, and regulations require. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-55 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 The ACM shall only be disturbed under the supervision of a Washington State Certified Asbestos Supervisor (CAS). The CAS shall be certified in accordance with WAC 295-65- 012. The CAS shall supervise the asbestos removal and ensure that the handling and removal of asbestos is accomplished by certified asbestos workers and in accordance with Washington State Department of Labor and Industries standards. The Contractor shall ensure that the removal and disposal of asbestos meets the requirements of EPA regulation 40 CFR Part 61, local health department regulations, and all other applicable regulations. No asbestos is expected to be encountered. However, if the Contractor believes they have encountered asbestos, they shall immediately notify the Engineer in accordance with Section 1-04.7. 2-02.3 3 Removal of Pavement Sidewalks Curbs and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full - depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. 2-02.3(4) Removal of Drainage Structures (April 12, 2018 CFW GSP) 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-66 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 Utility t4 Grade (April 12, 2018 CFW GSP) 2-02.3(5) is a new section: As shown in the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-67 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 fi 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 (December 1, 2021 CFW GSP) Section 2-02.4 Vacant shall be deleted and replaced with the following: 2-02.4 Measurement "Sawcutting" will be measured by the linear foot for pavement removal. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 2-02.4 is supplemented with the following: "Remove Sidewalk", shall include all sidewalk and ADA curb ramps and will be measured per square yard. ADA ramp removal requires a 2 foot cutback in HMA surface in front of ADA ramp. Removal and replacement of this HMA shall be incidental to "Remove Sidewalk". "Sawcutting" will be measured by the linear foot for pavement removal. ADA ramp removal requires a 2 foot cutback in HMA surface in front of ADA ramp. Removal and replacement of this HMA shall be incidental. "Remove Cement Conc. Curb and Gutter" will be measured per lineal foot. It includes removal of curb and gutter adjacent to ADA ramps. Excavation and disposal of existing pavement directly in front of curb that is required for removal in accordance with City standard detail is considered incidental to this bid item. "Tree Removal", shall include tree and root removal. 2-02.5 Payment (December 1, 2021 CFW GSP) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Removal of Structure and Obstruction", lump sum. Structure Excavation Class B for the removal of items shall be considered included in this bid item. "Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-58 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 2-02.5 is supplemented with the following: "Removal of Cement Cone. Sidewalk", per square yard. Removal and disposal of sidewalk and ADA curb ramps shall be considered included in this bid item. "Remove Cement Cone. Curb and Gutter" per lineal foot. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 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. 2-0,3.3 Construction Requirements Section 2-03.300) Selected Material (April 12, 2018 CFW GSP) Section 2-03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow. Section 2-03.3(14)E Unsuitable Foundation Excavation (August 27, 2021 CFW GSP) Section 2-03.3(14)E is supplemented with the following: All embankments shall be founded on dense, non -yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, or other deleterious material prior to beginning construction of new embankments. Proof roll the foundation. Section 2-03.3(14)G Backfilling (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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-59 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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: 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 Payment (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: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-60 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2-09 STRUCTUREEXCAVATION 2-09.3 Construction Requirements 2-09.30) General Requirements (March 17, 2020 CFW GSP) Section 2-09.3(l) 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, at 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. 2-09.3(1 ]0 Disposal of Excavated Material (March 17, 2020 CFW GSP) Replace the third paragraph with the following: If the Contract includes Structure Excavation, Class A or B, including haul; Shoring or Extra Excavation, Class A or B; or Trench Safety System, the unit contract price shall include all costs for loading and hauling excavated materials to a permitted disposal site, or to and from a temporary stockpile. Any such stockpiled materials, either suitable or designated for incorporation into the project, shall be handled in accordance with Section 2-09.3(1)E. 2-09.3 1I E Backfillin (April 12, 2018 CFW GSP) The first paragraph of Section 2-09.3(1) is replaced with the following. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-61 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 The backfilling of openings dug for Structures or for Removal of Structures and Obstructions shall be a necessary part of and incidental to the excavation. Backfill material shall be Gravel Borrow unless the use of native or other material is approved by the engineer. 2-09.4 Measurement (March 17, 2020 CFW GSP) Section 2-09.4 is supplemented with the following: Shoring or Extra Excavation Class B will be measured for payment only when the excavation is four -feet (4') or deeper. No unit of measurement shall apply to the lump sum price for "Trench Safety System"_ 2-09.6 Payment (March 17, 2020 CFW GSP) Replace the fourteenth paragraph with the following: The unit contract price per square foot for "Shoring or Extra Excavation Class B" shall be full pay for furnishing, placing, moving, and removing temporary shoring, or equivalent trench stabilization and worker protection system, and for all excavation, backfill, compact, and other work required when extra excavation is used in lieu of such temporary shoring or equivalent trench safety system. If select backfill material is required for backfilling within the limits of the excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. END OF DIVISION 2 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-62 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources 3-01.4 1 Acquisition and Develo ment (April 1 Z 2018 CFW GSP) Section 3-01.4(1) is supplemented with the following: No source has been provided for any materials necessary for the construction of these improvements. If the source of material provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of haul routes. END OF DIVISION 3 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-63 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022 04 DIVISION 4 BASES 4-04 BALLAST AND CRUSHED SURFACING (***PROJECT -SPECIFIC SPECIAL PROVISION*) Section 4-04.1 is supplemented with the following - Crushed Surfacing shall be placed 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. Crushed Surfacing shall be incidental to sidewalks, curb and gutter, ADA ramps, and driveways. 4-04.3 Construction Requirements 4-04.3(3) Mixing (April 12, 2018 CFW GSP) Item 2 of Section 4-04.3(3), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.3(4) Placing and Spreading (April 12, 2018 CFW GSP) Item 2 of Section 4-04(4), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.5 Payment (December 1, 2021 CFW GSP) Section 4-04.5 is supplemented with the following: The unit contract price for Ballast and Crushed Surfacing and Maintenance Rock shall also include compacting, spreading, and removing and hauling to waste when required by the Engineer. (December 1, 2021 CFW GSP) Section 4-04.5 is supplemented with the following: "Maintenance Rock, 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. END OF DIVISION 4 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-64 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 2023 ASPHALT OVERLAY PROJECT SP-65 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 5-04.201 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). 5-04.2(1)A Vacant 5-04.2(2) Mix Design — Obtaining_Proiect 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 2023 ASPHALT OVERLAY PROJECT SP-66 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022 04 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. 5-04.2013 Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. ■ Before using additives, obtain the Engineer's approval using WSDOT Form 350- 076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.30) 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 Pain Compacted Thickness (Feet) I Wearing Course I Other Courses Less than 0.10 55-F 45-F 0.10 to .20 45-F 35-F CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-67 PROJECT #12523 CFW SPECIAL PROVISIONS VER, 2022.04 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) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder— Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-68 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3- 01.2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3[3]B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F 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 2023 ASPHALT OVERLAY PROJECT SP-69 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022.04 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. 5-04.3131D _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 2023 ASPHALT OVERLAY PROJECT SP-70 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 2023 ASPHALT OVERLAY PROJECT SP-71 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3[41A Crack Sealin 5-04.3 4 Al General When the Proposal includes a pay item for crack sealing, seal all cracks'/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks'/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 2023 ASPHALT OVERLAY PROJECT SP-72 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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(41A2 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'/4 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)13 Vacant 5-04.3(4)C Pavement_IR 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(5) ProducingtSitockpiling 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 2023 ASPHALT OVERLAY PROJECT SP-73 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 5-04.361A Vacant 5-04.3 5 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 25°F 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 1/" and HMA Class'/2" wearing course 0.30 feet other courses 0.35 feet HMA Class %" 0.15 feet CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-74 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 (t_SL) required in Section 1-06.2 2 D2 1_J 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: First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non -Statistical Evaluation Commercial Evaluation 1" W. '/z°, and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-75 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 No. 200 sieve 1 +/- 2.0% 1 +/- 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 ", '/", 'h", 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 Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 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 2023 ASPHALT OVERLAY PROJECT SP-76 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 271T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor Asir$ All aggregate passing: 1'/z', 1", W,'/2", W and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-77 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 5-04.3(9105 Vacant 5-04.3 9 C6 Mixture Nonstatistical Evaluation — Price Ad'ustments 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 M0 Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3 10 HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using 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 2023 ASPHALT OVERLAY PROJECT SP-78 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 2023 ASPHALT OVERLAY PROJECT SP-79 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 5-04.3001A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 5-04.3(10)A is supplemented with the following: Compaction testing shall be incidental to "HMA Class'/2" PG 581-1-22" 5-04.3(10)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3001C Vacant 5-04.3[10)❑ HMA Nonstatistical Compaction 5-04.3 10 D1 HMA Nonstatistical Compaction— Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. 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 2023 ASPHALT OVERLAY PROJECT SP-80 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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]Q2 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(10)03 HMA Nonstatistical Compaction — Price Afflustments 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. 5-04.3(11) Reiect 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 Reiection 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 2023 ASPHALT OVERLAY PROJECT SP-81 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 5-04.301)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 D 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). 5-04.3 11 E Resection -An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3 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. 5-04.3 1'f IG Rejection - 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 2023 ASPHALT OVERLAY PROJECT SP-82 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 5-04.3(12)A 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 4HAV. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Pavinq Joint Seals 5-04.3 12 B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. 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)62 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 2023 ASPHALT OVERLAY PROJECT SP-83 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 '/8 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 '/4 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. 5-04.304] Planing [Milling] Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-84 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter -mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3 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 identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3041B 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 2023 ASPHALT OVERLAY PROJECT SP-85 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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, temporarystop bars, and maintaining temporary pavement marking must comply with Section 8- 23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre -paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, 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 2023 ASPHALT OVERLAY PROJECT SP-86 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordination 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. 5-04.304 B3 Pre -Paving and Pre -Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 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 2023 ASPHALT OVERLAY PROJECT SP-87 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3051 Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3 16 HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.307) Temporary Asphalt Pavement (December 1, 2021 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 2023 ASPHALT OVERLAY PROJECT SP-88 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any trench or pavement restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3-inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2-inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. 5-04.3 18 HMA Speed Humps (December 1, 2021 CFW GSP) Section 5-04.3(18) is a new section: Asphalt speed humps shall be removed and replaced as shown on the plans and per the City Standard Detail. 5-04.3(19) HMA Raised Crosswalks (*'`*PROJECT -SPECIFIC SPECIAL PROVISION`*) Section 5-04.3(19) is a new section: Asphalt raised crosswalks shall be removed and replaced as shown on the plans and per the City Standard Detail. 5-04.4 Measurement HMA Cl. _ PG _, HMA for _ Cl. _ PG _, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-89 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. Water will be measured by the M gallon as provided in Section 2-07.4. (April 12, 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. (December 1, 2021 CFW GSP) Section 5-04.4 is supplemented with the following: Compaction testing shall be incidental to "HMA Class'/2" PG 58H-22". "Remove and Replace HMA Speed Hump, Complete", per each. (***PROJECT -SPECIFIC SPECIAL PROVISION—') Section 5-04.4 is supplemented with the following: "Remove and Replace HMA Raised Crosswalk, Complete", per each. Planing bituminous pavement depths vary as shown on plans. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal "HMA Cl. _ PG _", per ton. "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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-90 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 ADDENDUM #2 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 _I' 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. 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-91 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. "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 1 Z 2018 CFW GSP) Section 5-04.5 is supplemented with the following: "Temporary Pavement", per ton. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-92 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 (December 1, 2021 CFW GSP) Section 5-04.5 is supplemented with the following: Compaction testing shall be incidental to "HMA Class'/z" PG 58H-22". "Remove and Replace HMA Speed Hump, Complete", per each. The unit contract price per each for Remove and Replace HMA Speed Hump, Complete shall be full compensation for all tools, labor, equipment, and materials necessary to remove and reinstall the HMA Speed Hump and pavement markings, including, but not limited to: grinding, pavement removal, excavation, asphalt placement, plastic pavement markings, and raised pavement markers. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 5-04.5 is supplemented with the following: "Remove and Replace HMA Raised Crosswalk, Complete", per each. The unit contract price per each for Remove and Replace HMA Raised Crosswalk, Complete shall be full compensation for all tools, labor, equipment, and materials necessary to remove and reinstall the HMA Raised Crosswalk and pavement markings, including, but not limited to: grinding, pavement removal, excavation, asphalt placement, plastic pavement markings, and raised pavement markers. (December 1, 2021 CFW GSP) Section 5-04.5 is supplemented with the following: The unit Contract price per ton for "HMA Cl. _ PG _", "HMA for Approach Cl. _ PG _", "HMA for Preleveling Cl. _ PG _", "HMA for Pavement Repair Cl. _ PG _", and "Commercial HMA" shall include compaction testing by the Contractor. END OF DIVISION 5 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-93 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.1 Description (April 12, 2018 CFW GSP) Section 7-01.1 is supplemented with the following: This work consists of removing and installing catch basins, installing stormwater media filters, and connecting wall drains to the storm drainage system. 7-01.3 Construction Requirements 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 Pa ment (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). �F1 0I:7i',�y�'►'l 7-04.3 Construction Requirements 7-04.3(11 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 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: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-94 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 "Ductile Iron Storm Sewer Pipe _ In. Diam.", per linear foot. 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. � ii � ■ . � i � ��1779fi►I�AI�� 7-05.3 Construction Requirements_ (December 1, 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 Methyl methacrylate (MMA) coating. Placement of the non -slip MMA coating shall be in accordance with the manufacturer's recommendations. Vertical edges of the utility shall be flush with the adjoining surface to the extent possible after installation. The following requirements shall be applicable to both existing and proposed structures, as shown 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 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-95 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 All structures, new or existing, shall utilize round lids, except for those that accept surface runoff (i.e. those located along a gutter flow line). Catch basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. Heavy -Duty Hinged Frames and Covers Heavy-duty hinged frames and covers shall be installed whenever round, solid lids are required as outlined above. 7-05.301 Adjusting Manholes, Valve Boxes and Catch Basins to Grade (April 12, 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 for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 7-05.3(3) Connections to Existing Manholes (April 12, 2018 CFW GSP) Section 7-05.3(3) is supplemented with the following CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-96 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022.04 The requirements of this section shall also apply to connections to existing catch basins. 7-05.3[5] Connections to Existing Pipe (April 12, 2018 CFW GSP) Section 7-05.3(5) is a new section: The contractor shall connect (or reconnect) existing pipes to new manholes or catch basins without obstructing flow from upstream locations. 7-05.3[6] Cleaning (April 12, 2019 CFW GSP) Section 7-05.3(6) is a new section: Prior to final project acceptance by the City, the Contractor shall be responsible to ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of sediment and debris. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 7-05.4 is supplemented with the following: "Non -slip MMA Coating" will be measured per square foot. "Adjust Sanitary Sewer Manhole to Grade" will be measured per each. "Adjust Water Valve To Grade", will be measured per each. "Replace Existing Frame Install City Provided Fame, 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 necessreary 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 the 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 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-97 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 "Non -slip MMA coating", will be measured per square foot. 7_-05.5 Pay (December 1, 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, and non -slip MMA coating for new lids in accessible surfaces shall be considered incidental to this bid item and will not be measured for separate payment. 50% of payment will be made once the catch basin or manhole is installed and the pipe inlets and outlets are grouted. The remaining 50% will be paid once risers/rings are grouted to the satisfaction of the City, the frame/grate is installed, and non -slip MMA coating is applied. The unit contract price for "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. "Non -slip MMA Coating", per square foot. The unit contract price for "Adjust Sanitary Sewer Manhole" applies to existing sanitary sewer 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 manholes 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. The unit contract price for "Install City Provided Frame, Grate, and Riser" applies to the conversion of catch basin / manhole / inlet lids (i.e. convert to heavy-duty, solid, round locking lid). The unit contract price includes all labor, tools, equipment, and materials CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-98 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 necessary to adjust structures to finished grade, saw cutting, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the converted structure. 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. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 7-05.5 is supplemented with the following: "Adjust Sanitary Sewer Manhole To Grade Non -slip MMA coating for lids in accessible surfaces shall be considered incidental to this bid item and will not be measured for separate payment. ", per each. "Adjust Water Valve To Grade", per each. "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 7-08.30 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-99 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 7-12 VALVES FOR WATER MAINS 7-12.4 Measurement (December 1, 2021 CFW GSP) Section 7-12.4 is supplemented with the following: "Adjust Water Valve to Grade" will be measured per each. 7-12.5 Payment (December 1, 2021 CFW GSP) Section 7-12.5 is replaced with the following: The unit contract price for "Adjust Water Valve to Grade" applies to existing water valves that require adjustment to grade. The unit contract price includes all labor, tools, equipment, and materials necessary to adjust valves to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure. Non -slip MMA coating for lids in accessible surfaces shall be considered incidental to this bid item and will not be measured for separate payment. Payment will be made once the adjustment is fully complete. END OF DIVISION 7 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-100 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTRA! 8-01.3 Construction Requirements 8.01.3 11 General (April 12, 20.18 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 BMP. 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 2023 ASPHALT OVERLAY PROJECT SP-101 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 Seedin-g. Fertilizing, and Mulchin 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 2023 ASPHALT OVERLAY PROJECT SPA02 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. � _ ; s r r r7:Ttli[flij 8-02.3 Construction Re uirements 8-02.30) Responsibility During Construction (April 12, 2018 CFW GSP) Section 8-02.3(1) is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8-02.3 5 Planting Area Preparation (April 12, 2018 CFW GSP) Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth of six -inches (6") except within critical root zones of existing trees to remain, as noted on plans. Scarified subgrade shall be inspected and approved by the 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 2023 ASPHALT OVERLAY PROJECT SPA03 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022.04 8-02.3(5)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. 8-02.310 Fertilizer (April 12, 2018 CFW GSP) Section 8-02.3(10) is supplemented with the following: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA04 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer manufacturer's recommendations. 8-02.3 11 Bark or Wood Chip 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. 8-02.307) 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. 8-02.4 Measurement (April 12, 2018 CFW GSP) Section 8-02.4 is supplemented with the following: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-105 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard in the haul conveyance at the point of delivery. "Seeded Lawn" will be measured in square yards of actual lawn completed, established, and accepted. "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 Payment (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" per force account. "Roadside Restoration" per force account. 8-03 IRRIGATION SYSTEMS 8-03.1 Description (April 12, 2018 CFW GSP) Section 8-03.1 is supplemented with the following: The work shall consist of installing a fully functioning and complete landscape irrigation system. Some private irrigation systems exist within the project limits which may be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary per Engineer directed force accounts to ensure satisfactory operation upon completion of the improvements. The Contractor is responsible to coordinate with affected property owners to ensure their existing sprinkler systems are fully functional before they are disturbed. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-106 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 8-03.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-03.3 is supplemented with the following: All work shall be in strict conformance with the Lakehaven Utility District Water System and Sewer Standards, together with the plans, details and manufacturer's written information regarding recommended installation procedures. References to the use of galvanized pipe in the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other Engineer accepted pipe material. Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. 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. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-04.3 is supplemented with the following: Mountable Curb shall be painted White and constructed per City Standard Detail 3-04. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-107 PROJECT #12523 CFW SPECIAL PROVISIONS VER 2022.04 8-04.6 Payment (April 12, 2018 CFW GSP) Section 8-04.5 is supplemented with the following: "Cement Conc. Pedestrian Curb", per linear foot. "Extruded Curb, Type 6", per linear foot. ( ..PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-04.5 is supplemented with the following: "Mountable Curb", per linear foot. $-06 CEMENT CONCREJE DRIVEWAY ENTRANCES 8-06.3 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. :.. 8-07.1 Description (December 12, 2012 CFW GSP) Section 8-07.1 is deleted and replaced with the following: This Work consists of furnishing and installing precast traffic curb, block traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design and type CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-108 PROJECT #12623 CFW SPECIAL PROVISIONS VER. 2022.04 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. 8-09.1 Description (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details. 8-09.4 Measurement (December 1, 2021 CFW GSP) Section 8-09.4 is supplemented with the following: "Hydrant Marker, Type 2BB" shall be measured per each. 8-09.5 Payment (December 1, 2021 CFW GSP) Section 8-09.5 is supplemented with the following. CITY OF FEDERAL WAY 2023 ASPHALT. OVERLAY PROJECT SP-109 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 "Hydrant Marker, Type 21313", per each. -13 MONUMENT CASES 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) 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. (***PROJECT -SPECIFIC SPECIAL PROVISION***) New Section All Monuments within the project limits and as noted on the plans will be located and surveyed by a licensed professional land surveyor, prior to paving, to determine if they have been disturbed from their recorded location. An electronic spreadsheet list of all surveyed monuments will be prepared and submitted to the City noting for each monument, its recorded location, the current location and if it has been disturbed. After completion of paving and all monument case adjustments, a second survey shall be conducted on all monuments. A second electronic spreadsheet list shall be prepared and submitted showing the final locations of all monuments. After submittal of the second list, if the monument was initially disturbed, based on the initial survey location from its recorded position, the contractor shall prepare and submit record of survey to re-establish the monument in the current location and provide a copy to the City, at the expense of the City. If the monument was initially in its recorded position but was disturbed during construction, a Record of Survey will be provided to the City to re-establish the monument in its current location at the contractors expense. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-110 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-13.4 is supplemented with the following: "Monument Establishment", will be measured per each "Monument Record of Survey", will be measured per each 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. (***PROJECT -SPECIFIC SPECIAL PROVISION***) "Monument Establishment", per each shall include all costs to provide initial survey of each monument, to determine if the monument has been disturbed from its initial recorded location, to provide an electronic spreadsheet list of all survey monuments noting the initial and recorded locations as well as provide a second survey of each monument after completion of monument adjustments to determine the final location of each survey monument, and provide an electronic spreadsheet list noting the final locations. "Monument Record of Survey", per each shall include all costs to perform a Record of Survey to re-establish each monument disturbed previous to the work at its current location.' "Monument Case, Cover, and Pipe", per each shall be to furnish all labor, materials and Record of Survey required to install new monument. u I =1 ZY996M, ■ iyffq 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA 11 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 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. 5-14.3(5) Detectable Warning Surface CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-112 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 (January 13, 2021 WSDOT GSP, OPT 1) The first paragraph of Section 8-14.3(5) is revised to read The detectable warning surface shall be located as shown in the Contract Plans or Standard Plans. Placement of the detectable warning surface shall be in accordance with the manufacturer's recommendation for placement in fresh concrete, before the concrete has reached initial set, or on a hardened cement concrete surface. Glued or stick down Detectable Warning Surfaces are allowed on asphalt surfaces only for temporary work zone applications. (April 12, 2018 CFW GSP) Section 8-14.3(5) is supplemented with the following MMA-Style Tfuncated Dome Detectable Warning Surfaces applied to asphalt surfaces shall be liquid -applied Vanguard ADA Systems, or approved equal. 8-14.4 Measurement (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. 8-20.1 Description 8-20.10) Regulations and Code (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1(2) Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA 13 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.1(3) Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). 8-20.2 11 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 8-20.3{1}_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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA14 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 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. (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 shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 remains the property of the City 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-115 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the City. 8-20.3(2) Excavatinq and Backfilling (March 18, 2022 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. Bedding and backfill materials for electrical trenches shall be as follows: Electrical conduit trench depth shall be a minimum of 24 inches cover over conduits. Bedding material for trenches 18 inches or less in width shall be crushed surfacing top course. Bedding material for trenches greater than 18 inches or for joint utility trenches shall be pit run sand. Bedding material shall be placed two inches below the conduit(s) and shall extend to two inches above the conduit(s). Backfill material for'trenches located within the roadway limits (back of curb to back of curb), including perpendicular crossings of roadways and underneath driveways shall be controlled density fill (CDF), vibrated in place. Backfill material for trenches located outside of roadway and driveway limits shall be Bank Run Gravel for Trench Backfill conforming to WSDOT 9-03.19, unless the engineer determines that native material is suitable. 3. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (April 12, 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 OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA 16 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 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(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 2023 ASPHALT OVERLAY PROJECT SP-117 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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(5)8 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 2023 ASPHALT OVERLAY PROJECT SPA 18 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products shall be non -slip Methyl methacrylate (MMA) coating. Placement of the non -slip MMA coating shall be in accordance with the manufacturer's recommendations. Vertical edges of the utility shall be flush with the adjoining surface to the extent possible after installation. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA 19 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Fiber vaults shall be installed in accordance with the following: 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: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-120 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 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 2023 ASPHALT OVERLAY PROJECT SP-121 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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+)_�.._..............W,....581-M 584 587 590 y Yellow Call 582 585 588 591 Vehicle Blue (BB) Preemptio 583 586 589 592 n...._....._.__ .---------- - .... ................ ...�w.__.._ Red ................ _._..... 611 621 631 641 _..�... 651 .. .. 661 671 681 691 601 ............ _..T_..�__....�.�_w........._.. Orange __...... ........................................... 622 .... .. 632 .. 642 652 662 -—.............__..�.._..._.._-----�. 672 682 692 602 --------........ Vehicle Green_ 613 623 633 .. . 643 653 663 ........ - 673 -.._.......... 683 _......__....M._.._._- 693 603 Heads _� Black __�...._.._ .,__._.m._..�..... 614 624 634 ............................ 644 654 ....--._...__� 664. .,._�... 674 684 _...�..�,.,_,......,..�....._ 694 604 _...... White 616 626 636 646 656 666 676 686 696 606 (Common) Red Nand 711 721 731 741 751 761 771 781 791. 701 Green (Man) 7i22 722 732 742 752 762 772 782 792...__�. 702 Pedestrian _ White (Common 716 726 736 746 756 766 776 786 796 706 for Lights) Heads and PPB Orange 714 724 734 744 754 764 774 784 794 704 (Push button), 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.........� 812 822 832 842 852 872..._ 882 892 802 ..�..-..__....... Loop 2 _ 813 823 833 843 ...862 853 863 873 883 ........ 893 ...... 803 . . Vehicle Loop 2 814 824 834 844 854 864 874 884 894 804 Detectors Loop 3 815 825 835 845 855 865 875 885 895 805 _ Loop 3 „ 816 826 836 846 .......... .I.............. 856 866 ..... 876 -� -.........._...�...... 886 896 . 806 Loop 4 _,.._.._W.._ . 817 827 837 847 857 867 877 _......_......... 887 897 807 Loop 4 818 828 838 848 858 868 878 888 898 808 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 914 924� 934 944� 954 964 ........... E 984 ......�.............................� ... .... .... 994 904 Count ..2 Loop 3 _ _ 915 625 935 945 955 965 975 985 995 905 Loops Loop 3 916 926 936 946 9.5.6.....9.6.6 976 986 996 906 T Loop 4 917 927 937 947 957 967 977 987 �988 997 T.998 907 Loop4 918 928 938 948 958 968 978 908 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA22 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA23 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 (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 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. 8-20.4 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. 8-20.5 Pa ment (December 1, 2021 CFW GSP) Section 8-20.5 is deleted and replaced with the following: Payment will be made in accordance with the following "Remove and Replace Pedestrian Push Button Pole", per each. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-124 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 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 -21 PERMANENT SIGNING 8-21.1 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 8-21.3(5) Siqn Relocation (December 1, 2021 CFW GSP) Section 8-21.3(5) is supplemented with the following: King County Metro and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: "Permanent signing" is measured on a lump sum basis 8-21.5 Payment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and equipment necessary to furnish and install permanent signing, sign removal, and sign relocation. Sign covering shall be incidental and shall not be measured. All costs for furnishing and installing signs on traffic signal mast arms poles shall be included in the lump sum price for "Traffic Signal System — Complete". SECTION 8-22 PAVEMENT MARKING 8-22.1 Description CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-125 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 (November 2, 2020 CFW GSP) Section 8-22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20. 8-22.2 Materials (August 27, 2021 CFW GSP) Section 8-22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: 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 8-22.3(3)E Installation (November 2, 2020 CFW GSP) CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-126 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Section 8-22.3(3)E is supplemented with the following: Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20. 8-22.3(3)G Glass Beads (March 13, 2012, CFW GSP) Section 8-22.3(3)G is supplemented with the following: Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Reflective elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. B-22.3(61 Removal of Pavement Markin -cis (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 8-22.3 is supplemented with the following: "Painted Sharrow Bicycle Symbol", are to be installed per the detail in plans. 8-22.4 Measurement (January 10, 2022 WSDOT GSP, OPT 1.2023) 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. (January 10, 2022 WSDOT GSP, OPT 2.2023) The fourth and fifth paragraphs of Section 8-22.4 are revised to read: Wide dotted circulating lane line, wide solid lane line, strong lane line, wide edge line, wide lane line, wide broken lane line, double wide lane line, wide dotted lane line, and wide dotted extension line will be measured by the completed linear foot as "Painted Wide Line", "Plastic Wide line", "Profiled Plastic Wide Line", "Profiled Embossed Wide Line", or "Grooved Plastic Wide Line". The measurement for "Painted Wide Line", "Plastic Wide Line", "Profiled Plastic Wide Line", "Profiled Embossed Wide Line", or "Grooved Plastic Wide Line" will be based on the total length of each 8-inch wide line installed. No deduction will be made for the unmarked area when the marking includes a broken or dotted line. (January 10, 2022 WSDOT GSP, OPT 3.2023) The second to last paragraph of Section 8-22.4 is revised to read: Removal of lines, regardless of width, will be measured by the linear foot, with no deduction being made for the unmarked area when the marking includes a gap. (December 13, 2012 CFW GSP) Section 8-22.4 is supplemented with the following: Measurement for the removal of all pavement markings will be incidental to paving. "Removing Plastic Traffic Marking", per each, were indicated on the plans. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-127 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-22.4 is supplemented with the following: "Painted Sharrow Bicycle Symbol" per each. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-22.5 is supplemented with the following: "Painted Sharrow Bicycle Symbol" per each. 8-30 POTHOLING AND RESOLUTION OF UTILITY CONFLICTS (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. 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-128 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. END OF DIVISION 8 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-129 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 9-03A2(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 2023 ASPHALT OVERLAY PROJECT SP-130 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 9-06.15 Metal Castings 9-05.15(41 Heavy Duty Hin ed 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 stati6g 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 9-14.1 Materials Submittals and Acceptance (January 10, 2022, WSDOT GSP, OPT1.2023) CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-131 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 In the table in Section 9-14.1, the row for Compost is revised to read: 9- Compos Cert & following information is required to be submitted 14.5(8 t fourteen days prior to application. a) A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with https:Happs.leg.wa.gov/WAC/default.aspx?cite=17 3-350 (Minimum Functions Standards for Solid Waste Handling). b) Compost Test Data submitted on WSDOT Form 220-038 that show the compost complies with the processes, testing, and standards specified in WAC 173-350 and this section. And independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the testing within 90 calendar days of application. c) A copy of the manufacturer's annual Seal of Testing Assurance STA certification as issued by the U.S. Composting Council. d) A sample of the compost approved for use. e) A list of feed stocks by volume for each compost type. f Compliance with the applicable section. 9-14.2 Topsoil 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-132 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 GERMINATION Tall Fescue / Festuca arundinacea 40% 98% 90% 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% 90% 5% 98% 90% 30% 95% 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. 9-14.6 Mulch and Amendments 9-14.5(3) 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'/z' screen. 9-14.7 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-133 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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. 9-14.7(6) 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA 34 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 9-14.8 Stakes, Guys, 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. SYSTEM 9-15.1 Pipe, 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. 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 9-15.70) 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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA35 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 commercial potable water applications, with screwed bonnet, non -rising stem, solid wedge disc and integral seats, size to fit line. 9-15.13 Pressure Regulating 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. SECTIO N 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. 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 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. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-136 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 Aiuminum Signs (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following. - Maximum Dimension Less than 30 inches Greater than 30 inches, inches Greater than 48 inches Blank Thickness 0.080 inches less than 48 0.100 inches 0.125 inches Section 9-28.8 is supplemented with the following: All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Sian Support Structures (March 15, 2022 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. Sign post sizes will be shown on Plans or shall be sized per the WSDOT Design Manual. Sign Supports (foundations) shall be Type ST-4 (concrete) as found on WSDOT Standard Detail G-24.50-05. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-137 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 t 11 Foam Conduit Sealant (January 7, 2019 WSDOT Option 1) Section 9-29.1(11) is supplemented with the following: The following products are accepted for use as foam conduit sealant: • CRC Minimal Expansion Foam (No. 14077) • Polywater FST Foam Duct Sealant • Superior Industries Foam Seal • Todol Duo Fill 400 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes (August 27, 2021 CFW GSP) Section 9-29.2 is supplemented with the following: Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, Fiber Vaults, and Pull Boxes All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products shall be non -slip MMA coating. Placement of the non -slip MMA coating shall be in accordance with the manufacturer's recommendations. Vertical edges of the utility shall be flush with the adjoining surface to the extent possible after installation. 9-29.2MA2 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 Shleided 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) CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SPA38 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A. 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. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-139 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9-34.3 4 Type D — Li uid 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. 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-140 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Element Gradations Mass Percent Passin ASTM D1214 US Mesh Micron Standard Elements "S" Series 12 1700 80-100 85-100 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 20 850 0-7 0-25 30 600 0-7 A sample of reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The reflective elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Reflective elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for wet -continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-141 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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 9-35.5 Portable Changeable Message Si ns (January 10, 2022, WSDOT GSP, Option 1.2023) Section 9-35.5 is revised to read: PCMS, mPCMS, and truck mounted PCMS shall meet the requirements of the MUTCD and the following general requirements: 1. Use light emitting diode (LED) technology capable of emitting a yellow or amber image when displayed with a flat black image matching the background when not activated. 2. Be capable of displaying 3-lines of at least 8 alphanumeric characters with a minimum of one pixel separation between each line. 3. Be capable of displaying 2 phases of messages at 2.0 second display each in addition to 3 phases of messages at 1.5 second display each. 4. PCMS characters shall be at least 18 inches in height. 5. mPCMS characters shall be at least 12 inches in height. 6. Truck -mounted PCMS characters shall be at least 10 inches in height. 7. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non -glare from all angles and shall not degrade due to exposure to ultraviolet light. 8. Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. This feature shall not occur when the sign is displaying an active message. 9. The light source shall be energized only when the sign is displaying an active message. 10. Primary source of power shall be solar power with a battery backup to provide continuous operation when failure of the primary power source occurs. 11. The sign controller software shall be NTCIP compliant. The PCMS panels and related equipment shall be permanently mounted on a trailer or truck with all needed controls and power generating equipment. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-142 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Standard Plans (January 10, 2022 WSDOT) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01, effective September 13, 2021 is made a part of this contract. The Standard Plans are revised as follows: B-90.40 Valve Detail — DELETED C-8 DELETED C-8a DELETED C-20.10 Note 1: "Refer to Standard Plan C-1 b and C-20.11 for additional details not shown on this plan." is revised to read: "Refer to Standard Plan C-1 b for additional details not shown on this plan." C-60.10 Sheet 1, ADD Note: NOTE: STEEL WELDED WIRE REINFORCEMENT DEFORMED FOR CONCRETE MAY BE SUBSTITUTED FOR REINFORCING STEEL IN ACCORDANCE WITH STANDARD SPECIFICATION, SECTION 6-10.3 Sheet 2, New Note 5: The connecting pin may be fabricated with a forged head as shown on Standard Plan C-60.15." C-60.80 DELETED C85.16 DELETED C85.20 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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-143 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 D-10.30 Wall Type 5 may be used in all cases. D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. G-90.11 DELETED G-90.40 DELETED J-10.16 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.17 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-10.18 Key Note 1, Standard Plan J-10.30 revised to Standard Plan J-10.14 J-20.26 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-144 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 Add Note 1, 1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS - 3/" (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS - 3/4" (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYR)" from the 2'/z' CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYR)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYR) -- 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) - 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) - Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) -- Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 '/2" DIAM., is revised to read; CHASE NIPPLE - 1 '/z" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was - LOCK NIPPLE - 1 1/" DIAM. is revised to read; CHASE NIPPLE 1 '/z° (IN) DIAM. J-40.10 Sheet 2 of 2, Detail F, callout, 12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 - 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-40.36 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-145 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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." 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-30.35-00....... 10/12/07 A-50.10-01........ 8/17/21 A-10.20-00...... 10/5/07 A-40.00-00......... 8/11/09 A-50.40-01...... 8/17/21 A-10.30-00.... ..10/5/07 A-40.10-04......... 7/31/19 A-60.10-03........ 12/23/14 A-20.10-00...... 8/31 /07 A-40.15-00......... 8/11 /09 A-60.20-03......... 12/23/14 A-30.10-00...... 11 /8/07 A-40.20-04......... 1 /18/17 A-60.30-01.......... 6/28/18 A-30.30-01...... 6/16/11 A-40.50-02......... 12/23/14 A-60.40-00.......... 8/31/07 B-5.20-03........ 9/9/20 B-30.50-03.......... 2/27/18 B-75.20-03------- .-8/17/21 B-5.40-02......... 1/26/17 B-30.60-00....... 9/9/20 B-75.50-01.......... 6/10/08 B-5.60-02......... 1/26/17 B-30-70-04... 2/27/18 B-75.60-00............ 6/8/06 B-10.20-02........ 3/2/18 B-30.80-01.......... 2/27/18 B-80.20-00......... 6/8/06 B-10.40-02........ 8/17/21 B-30.90-02........ 1/26117 B-80.40-00......... 6/1/06 B-10.70-02...... 8/17/21 B-35.20-00.......... 6/8/06 B-85.10-01....... ..6/10/08 B-15.20-01........ 2/7/12 B-35.40-00........... 6/8/06 B-85.20-00..........6/1/06 B-15.40-01........ 2/7/12 B-40.20-00........... 6/1/06 B-85.30-00---------- 6/1/06 B-15.60-02........ 1/26/17 B-40.40-02........ 1/26/17 B-85.40-00..........6/8/06 B-20.20-02....... 3/16/12 B-45.20-01........... 7/11/17 B-85.50-01......... 6/10/08 B-20.40-04....... 2/27/18 B-45.40-01........... 7/21/17 B-90.10-00.......... 6/8/06 B-20.60-03....... 3/15/12 B-50.20-00........... 6/1/06 B-90.20-00.......... 6/8/06 B-25.20-02........ 2/27/18 B-55.20-03........... 8/17/21 B-90.30-00....... ...6/8/06 B-25.60-02......... 2/27/18 B-60.20-02........... 9/9/20 B-90.40-01.......... 1/26/17 B-30.05-00...... 9/9/20 B-60.40-01........... 2/27/18 B-90.50-00....... ...6/8/06 B-30.10-03......... 2/27/18 B-65.20-01........... 4/26/12 B-95.20-02..... ..... 8/17/21 B-30.15-00........ 2/27/18 B-65.40-00........... 6/1/06 B-95.40-01.......... 6/28/18 B-30.20-04......... 2/27/18 B-70.20-00........... 6/1/06 B-30.30-03......... 2/27/18 B-70.60-01........... 1/26/17 B-30.4 0-03.......... 2/27/ 18 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-146 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 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-6 a ............ .... 10/ 14/09 C-7..................... 6/ 16/ 11 C-7 a ................... 6/ 16/ 11 C-8..................... 2/ 10/09 C-8a...................7/25/97 C-20.10-07......... 8/20/21 C-20.14-04.......... 8/12/19 C-20.15-02.......... 6/11 /14 C-20.18-03.......... 8/12/19 C-20.40-08.......... 8/20/21 C-20.41-03.......... 8/20/21 C-20.42-05.......... 7/14/15 C-20.45.02........... 8/12/19 D-2.04-K....... 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-2.46-02......... 8/ 13/21 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 G-10.10-00........ 9/20/07 G-20.10-03........ 8/20/21 G-22.10-04.......... 6/28/18 G-24.10-00...... 11 /8/07 G-24.20-01...... 2/7/12 G-24.30-02...... 6/28/18 G-24.40-07..... 6/28/18 G-24.50-05.. ... 8/7/19 G-24.60-05..... 6/28/ 18 G-25.10-05....... 9/ 16/20 CITY OF FEDERAL WAY 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-25.20-07........ 8/20/21 C-25.22-06........ 8/20/21 C-25.26-05........ 8/20/21 C-25.30-01....... 8/20/21 C-25.80-05........ 8/ 12/ 19 C-60.10-01....... 9/24/20 C-60.15-00........ 8/17/21 C-60.20-00 ...... 9/24/20 C-60. 30-01....... 8/17/21 C-60.40-00....... 8/17/21 C-60.45-00........ 8/17/21 C-60.50-0 0 ........ 8/17/21 C-60.60-0 0 ........ 8/17/21 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 D-6................... 6/ 19/98 E-4.................... 8/27/03 E-4a..................8/27/03 F-10.62-02........ 4/22114 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 G-26.10-00...... 7/31 /19 G-30.10-04....... 6/2 3/ 15 G-50.10-03....... 6/28/18 G-90.10-03...... 7/11 /17 G-90.20-05...... 7/11 /17 G-90.30-04...... 7/11 /17 G-95.10-02........ 6/28/18 G-95.20-03........ 6/28/ 18 G-95.30-03........ 6/28/ 18 C-60. 70-00........ 9/24/20 C-60.80-00.........8/17/21 C-70.15-00........ 8/17/21 C-70.10-03 ........ 8/17/21 C-75.10-02 ........ 9/16/20 C-75.20-03........ 8/20/21 C-75.30-03 ........ 8/21 /20 C-80.10-02 ........ 9/16/20 C-80.20-01 ........ 6/11 /14 C-80.30-02........ 8/20/21 C-80.40-01 ........ 6/11 /14 C-85.10-00 ........ 4/8/ 12 C-85.11-01......... 9/16/20 C-85.15-02........ 8/27/21 C-85-18-02........ 8/20/21 D-10.10-01....... 12/2/08 D-10.15-01...... 12/2/08 D-10.20-01......... 8/7/ 19 D-10.25-01......... 8/7/ 19 D-10.30-00......... 7/8/08 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-45.10-03........ 8/ 13/21 F-80.10-04...... .. 7/ 15/ 16 2023 ASPHALT OVERLAY PROJECT SP-147 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 H-10.10-00.......... 7/3/08 H-32.10-00....... 9/20/07 H-70.10-02...... 8/17/21 H-10.15-00.......... 7/3/08 H-60.10-01......... 7/3/08 H-70.20-02...... 8/17/21 H-30.10-00...... 10/12/07 H-60.20-01......... 7/3/08 1-10.10-01......... 8/11 /09 1-30.20-00......... 9/20/07 1-40.20-00......... 9/20/07 1-30.10-02......... 3/22/13 1-30.30-02......... 6/12/19 1-50.20-01....... ...6/10/13 1-30.15-02......... 3/22/13 1-30.40-02....... 6/12/19 1-60.10-01.......... 6/10/13 1-30.16-01......... 7/11 /19 1-30.60-02......... 6/12/19 1-60.20-01.......... 6/10/13 1-30.17-01......... 6/12/19 1-40.10-00......... 9/20/07 1-80.10-02.......... 7/15/16 J-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-10.16-02......8/18/21 J-28.60-03....... 8/27/21 J-75.41-01...... 6/29/16 J-10.17-02 ...... 8/18/21 J-28.70-03....... 7/21/17 J-75.45-02...... 6/1/16 J-10.18-02 ...... 8/18/21 J-29.10-01.......7/21/16 J-80.10-01...... 8/18/21 J-10.20-04.....8/18/21 J-29.15-01....... 7/21/16 J-80.12-00....... 8/18/21 J-10.21-02.. .... 8/18/21 J-29.16-02....... 7/21/16 J-80.15-00...... 6/28/18 J-10.22-02........ 8/18/21 J-30.10-00...... 6/18/15 J-81.10-02...... 8/18/21 J-10.25-00 ...... 7/11/17 J-40.05-00...... 7/21/16 J-81.12-00....... 9/3/21 J-12.15-00 ...... 6/28/18 J-40.10-04...... 4/28/16 J-86.10-00.....6/28/18 J-12.16-00 ...... 6/28/18 J-40.20-03...... 4/28/16 J-90.10-03.._....6/28/18 J-15.10-01 ........ 6/11/14 J-40.30-04...... 4/28/16 J-90.20-03.......6/28/18 J-15.15-02 ...... 7/10/15 J-40.35-01...... 5/29/13 J-90.21-02...... 6/28/18 J-20.10-04 ........ 7/31 /19 J-40.36-02...... 7/21 /17 J-90.50-00...... 6/28/18 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 J-26.20-01.....6/28/18 J-50.20-00.......6/3/11 J-27.10-01.....7/21 /16 J-50.25-00....... 6/3/11 J-27.15-00 ..... 3/15/12 J-50.30-00.......6/3/11 J-28.10-02 ....... 8/7/19 J-60.05-01....... 7/21/16 J-28.22-00 ....... 8/07/07 J-60.11-00....... 5/20/13 J-28.24-02 ........ 9/16/20 J-60.12-00....... 5/20/13 J-28.26-01 ....... 12/02/08 J-28.30-03 ....... 6/11 /14 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-148 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 K-70.20-01....... 6/1 /16 K-80.10-02....... 9/25/20 K-80.20-00----- 12/20/06 K-80.32-00........ 8/ 17/21 K-80.34-00...... 8/ 17/21 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-1.8 0-03......... 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-M......... 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 K-80.35-01....... 9/ 16/20 K-80.37-01....... 9/ 16/20 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-2 0.20-02........4/20/ 15 M-2 0.30-04........ 2/29/ 16 M-2 0.40-0 3........ 6/24/ 14 M-20.50-02... .....6/3/11 M-24.2 0-02.......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 L-70.20-01 M-40.20-00. M-40.30-01. M-40.40-00. M-40.50-00. M-40.60-00. M-60.10-01. M-60.20-03. M-65.10-03. M-80.10-01. M-80.20-00. M-80.30-00. 5/21 /08 5/21 /08 10/12/07 ...7/11/17 ...9/20/07 ...9/20/07 ...9/20/07 ...6/3/11 ...8/17/21 ...8/17/21 ...6/3/11 ...6/10/08 ...6/10/08 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT SP-149 PROJECT #12523 CFW SPECIAL PROVISIONS VER. 2022.04 CROSS SECTION TYP 3 LANES + BIKE `4�11 + r {' 391 8' 6' * 5' 1 1 ' 12' 1 1 ' 5' 1 fi' * 1 8' 139 MI. Sidewalk Planter Bike Bike Planter Sidewalk UHL PRINCIPAL ARTERIAL 1.0' HMA Y2", PG 58H-22 0.83' CSTC 44' 78' MINIMUM PAVEMENT SECTIONS MINOR ARTERIAL 0.67' HMA X", PG 581-1-22 0.50' HMA 1 ", PG 581-1-22 OR 0.83' HMA Y2", PG 58H-22 PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MULTIFAMILY 0.50' HMA V, PG 58H-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) 0.83' CSTC 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. * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR 2019I Wr-W PUBLIC ARTERIAL/COLLECTOR DWG. NO. o a O Wff WORKS 3-2K CROSS SECTION TYPE L 3 LAN ES +BIKE IN CITY CENTER 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 24] 19 a'4Op PUBLIC COLLECTOR DWG. NO. -2L CG�F,5)(g VU WORKS 3 r CROSS SECTION TYPE M 3 LAN ES 70' MINIMUM PAVEMENT SECTIONS PRINCIPAL MINOR ARTERIAL ARTERIAL 1.0' HMA Yz", PG 58H-22 0.67' HMA Y2", PG 581-1-22 0.83' CSTC 0.50' HMA 1 ", PG 58H-22 OR 0.83' HMA Y2", PG 58H-22 0.83' CSTC PRINCIPAL COLLECTOR COMMERCIAL, INDUSTRIAL, MULTIFAMILY 0.50' HMA Y2", PG 58H-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. * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR <%=<\��, PUBLIC ARTERIAL/COLLECTOR DWG. NO. L� 0• � `'n0 vVCIy WORKS 3-210 CROSS SECTION TYPE N 3 LAN ES + PARKING IN CITY CENTER it yiuiw 3'1 12' * 8' 1 1 ' 12' 1 1 ' 8' 12' * 139 MI. Sidewalk Parking Parking Sidewalk Util. Strip Strip 50' 80' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR 0.25' HMA h", 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 2019 cmvm PUBLIC COLLECTOR DWG. NO. p� WORKS 3-2N CROSS SECTION TYPE 0 2 LANES + BIKE MINIMUM PAVEMENT SECTIONS PRINCIPAL ARTERIAL 1.0' HMA Y2", PG 581-1-22 0.83' CSTC PRINCIPAL COLLECTOR COMMERCIAL, INDUSTRIAL,MULTIFAMILY 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. OR MINOR ARTERIAL 0.67' HMA Y2", PG 581-1-22 0.50' HMA 1 ", PG 581-1-22 OR 0.83' HMA Y2", PG 581-1-22 0.83' CSTC * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB REV: MAR 2019 PUBLIC ARTERIAL/COLLECTOR DWG. No. <%�F MI ANY WORKS 3-20 CROSS SECTION TYPE P 2 LAN ES + DITCH 3' b, 1 0' 4 12 1 L 4 1 U b 3 util. Ditch z z Ditch '_" util. Strip f c f Strip PRINCIPAL ARTERIAL 1.0' HMA Y2", PG 581-1-22 0.83' CSTC 32' 70' MINIMUM PAVEMENT SECTIONS MINOR ARTERIAL 0.67' HMA )C, PG 581-1-22 0.50' HMA 1 ", PG 581-1-22 OR 0.83' HMA Yz", PG 581-1-22 0.83' CSTC RESIDENTIAL 0.30' HMA Yen, 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. PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MULTIFAMILY 0.50' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) OR REV: MAR Cm a �n 0 PUBLIC ARTERIAL/COLLECTOR DWG. NO. tlM� `'v�'�% WORKS 3-2P CROSS SECTION TYPE 0 2 LAN ES + PARKING IN CITY CENTER x ' 3' 12' * 8' 12' 12' 8' 12' * 3' Util. Sidewalk Parking Parking Sidewalk Util. Strip Strip 3 40' 70' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL RESIDE TIAL 0.25' HMA Y2", 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 cmev PUBLIC COLLECTOR/LOCAL DWG. No. F'z[0_` M0 My WORKS 3-20 CROSS SECTION TYPE R 2 LANES + PARKING y _ 3' 6' 4'* 8' 12' 12' 8' 49* 6' 139 utll, a o Parking Parking n a Utll. Strip E m o E Strip 7 40' 6 6' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL ,RESIDENTIAL) 0.25' HMA Y2", 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 * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR 201 B amw PUBLIC COLLECTOR/LOCAL DWG. No. MOM a 0 My WORKS 3-2R CROSS SECTION TYPE S 2 LANES + PARKING ti. 3' S' 4'* 8' 10' 10' 8' 4' 5' 3' utll. Parking Parking v_ ti UHL a o o a Strip E a f Strip 36' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR 0.25' HMA 72", PG 581-1-22 0.17CSTC 0.50 CSBC LOCAL (RESIDENTIAL) 0.25' HMA Xi", 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 C%'\\tea' PUBLIC COLLECTOR/LOCAL DWG. NO. M' M l] UVCaIy WORKS 3-2.S CROSS SECTION TYPE T 2 LANES + DITCH 3:1 MAX. SLOPE 1:1 MAX. SLOPE C O' n n' 1 7' •'1' O C' z MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL (RESIDENTIAL) 0.25' HMA )r", PG 58H-22 0.25' HMA X2", 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 REV: MAR am-v PUBLIC COLLECTOR/LOCAL DWG. No. FO&- J WORKS 3-2T CROSS SECTION TYPE U 2 LAN ES + PARKING �, t s 3' 5' 4' 8' 4 8' 8' 8' 4' 5' 3' litil. a n Parking Parking n a Util. Strip ' ' f Strip 32' 56' MINIMUM PAVEMENT SECTION 0.25' HMA Kz PG 58H-22 0.17' C STC 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 �awe PUBLIC DWG. NO. �F-W-18 I] WORKS LOCAL 3-2U CROSS SECTION TYPE V 2 LANES + DITCH MAX SLOPE 3,1 MAX SLOPE 111 s 5 6' MINIMUM PAVEMENT SECTION 0.25' HMA X", PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT REV: MAR or PUBLIC LOCAL DWG. NO. <i'\\ FeMQ VVCIy WORKS 3-2V CROSS SECTION TYPE X 2 LAN ES + DITCH 3:1 MAX. SLOPE 1:1 MAX -SLOPE 9 ! a 3' S' 8' 1 10' 10' 8 5' 131 Util. a Ditch Ditch a Util. Strip Strip 20' 5 2' MINIMUM PAVEMENT SECTION 0.25' HMA X", 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 �Cmew PUBLIC LOCAL DWG. NO. Fhdffm0 W WORKS 3-2X CROSS SECTION TYPE Y INFILL CUL—DE—SAC d f - 2' 5' 12' 129 S' 2' Util. N Util. a Strip Strip 2 4' 3 8' MINIMUM PAVEMENT SECTION 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.42' CSBC * 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 2019 C�°"^1w PUBLIC LOCAL DWG. NO. Q 0 mS H Wft WORKS 3-2Y CROSS SECTION TYPE 7 CUL-DE-SAC TERMINUS BULB 32' 26' 32' 5'* 3' 106' MINIMUM PAVEMFNT SECTION 0.25' HMA Y2", PG 58H-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 2019 Util. rn '*Center Island [OpFionoi] L06 A Util. Strip � a E Strip o � 90' ����°"70P PUBLIC DWG. NO. �GRBlMp My WORKS CUL-DE-SAC 3-2Z NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED FULL DEPTH AROUND HYDRANTS, POLES, POSTS, AND UTILITY CASTINGS. SEE DETAIL AT RIGHT. 2. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED IN THE UPPER 2 INCHES OF CURBS AND SIDEWALKS AT 10 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. (JOINT MATERIAL OF 2YZ" 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 hM ALLOWED. 8. ALL UTILITY APPURTENANCES WITHIN THE SIDEWALK SHALL HAVE ADA-COMPLIANT NON -SLID LIDS. 1/4' 'V' a .PLANTING EXPANSION JOINT SEE NOTES AT LEFT 1/4" DEPTH "V" GROOVE ® MAX. 5' C-C 1' T"IL--1 I- ji ;� ? FULL -DEPTH EXPANSION �lowux , JOINT, ONE FOOT AROUND VALVES, HYDRANTS, POLES, ETC. +� 4-_. CURS AND GUTIEW 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. K EXPANSION JOINT I 2" CST A I A ........................... I BROOMED FINISH (TYP.) 3" WIDE, SMOOTH TROWELED PERIMETER (TYP) CONCRETE CURB AND GUTTER SEE CITY STANDARD DETAIL DWG. 3-4 FULL -DEPTH EXPANSION JOINT BETWEEN SIDEWALK AND CURB AND GUTTER SEE NOTE S. 1/4" 'V'-GROOVE EXPANSION JOINT IN BOTH CURB AND SIDEWALK SEE NOTE 3 ,—SIDEWALK AND I PLANTER STRIP REV JAN 2019 �cm or PUBLIC SIDEWALK AND CURB JOINTS DWG. NO. MISMMy WORKS AND SIDEWALK FINISH 1 3-3 �{ I 1/2"R �2m3;4"R P "\ I �(TYP) R� (TYP) I ------__ 1, r Y4 (TYP) I . 1 T 2" " OR 11%"I SECTION ISOMETRIC TYPE 'C' BLOCK TRAFFIC CURB ELEVATION + TO CONFORM TO CROWN SLOPE OR 0.02 FT./FT. MOUNTABLE CEMENT CONCRETE CURB EXPANSION JOINT 0.02 Fi•/FT- J 7� 0 � CEMENT CONCRETE SIDEWALK 2" CRUSHED SURFACING 1'-6" TOP COURSE (CSTC) NOTE: TOP OF LIP AT DRIVEWAYS. NEW CEMENT CQNCRETE CURB & R R - 1/2" NOTES: 1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. PAVEMENT 2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION. 3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT. TOP OF CURB AT APPROACH 7 3/4" CEMENT CONCRETE BARRIER CURB REV: FES 2011 �O1M0p PUBLIC DWG. NO. FS&MWay WORKS CURB DETAILS 3-4 12' RB AND GUTTER a� X 1 *TOP OF UP AT DRIVEWAYS _ Rs 1" F7z I VARIES V:7�] PATCH - MIN. 3" CLASS B ACP (OR MATCH E)(ISITING). MIN. 2" CSTC ANCHORAGE MAY BE VIA 1"NG PVMT EPDXY, MORTAR, OR REBAR. CEMENT CONCRETE CURB & GUTTER REPLACEMENT EXTRUDED ASPHALT OR CEMENT CONCRETE CURB IN PRIVATE PARKING AREAS ONLY NOTES: 1. EXISTING CURB REPLACEMENT WILL REQUIRE REMOVAL OF ASPHALT A MINIMUM OF 12" FROM FACE OF GUTTER. 1 /2, 5' 2 *TOP OF UP AT DRIVEWAYS Rx1� ANCHORAGE SHALL BE VIA EPDXY OR 1 MORTAR. REBAR SHALL NOT B APPROVED FOR USE IN RIGHT OF WAY. EXTRUDED CEMENT CONCRETE CURB FOR USE IN PUBLIC RIGHT OF WAY APRIL 2012 �`vto PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO. �`�C�M�I WORKS AND EXTRUDED CURB 3-4A EDC EDGE OF PAVE! SHOULDEF 41N. JAX. STR. 3-LANE. 2-LANE 12" SHOULDER WIDTH 6'-0" (MIN) W (VARIES) I w wl of w x 7 O w 0 I G •-- _ rl 0.02 FT./FT, W 0w .02-0.05 FT./F r. 10.02-0.p5 sa t_ � - E. p1,SpNG GRADE ` NOTES: 1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED BY THE ENGINEER CONSIDERING BOTH TRAFFIC SAFETY AND THE ACTIVITY BEING SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MID -WIDTH. SEE KCRS SEC. 3.04. 2. PIPE SHALL BE: A. SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND B. MIN. 12" DIAMETER, AND C. EQUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN 500' UPSTREAM, AND D. BEDDING SHALL BE 5/8" MINUS CSTC. 3. EXPOSED PIPE ENDS SHALL BE BEVELED TO MATCH THE SLOPE FACE AND PROJECT NO MORE THAN 2" BEYOND SLOPE SURFACE. PROJECTING HEADWALLS ARE NOT ACCEPTABLE. 4. ALL PIPE SHALL BE CLASS IV CONCRETE PIPE, AND SHALL HAVE A MINIMUM OF 12' COVER. S. 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. 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) A.C., BUT NOT P.C.C. 9. GRAVEL DRIVEWAYS SHALL HAVE A PAVED DRIVEWAY APPROACH BETWEEN THE EDGE OF PAVEMENT AND RIGHT-OF-WAY WITH 3" (MIN) A.C. ONLY WITH DIMENSIONS L=W. 10. SINGLE-FAMILY RESIDENTIAL USES SHALL SURFACE THE FIRST 40 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 PUBLIC SHOULDER & DITCH DWG. NO. WORKS SECTION DRIVEWAY 1 3-5 Ld a W M aLdz mL o a w U } w 3 ¢ 3 O 0 O� o 2 • ' ` a h c a > p Ww in N ¢ c C'J o w •� ix w w w = w •/ 4 U w U 5 Z a a= �,, a o vi wo a� !re o a� > w WE ww m— oo J O� a a- O > o Z cn zo t�� ¢vwi o ¢o o t' / W oo m }o ¢o F z p o } it ¢ •H+• •3 �$ Z7 O> j W� M > •� �* - �C7 ��m �� o¢¢ U 2,ng oo Z o N J m Zr • ZD Q WU z Z N /• w �U v~i� M jti a o a • UO W W 1 m y� 1! U H ¢x U p0 Z U pj �Z 2 a W O OZ / W HJ a W F- N ~ =W F m / ■ "� d' W W W / LW iQ W MU N J Li Zd' JW O Um I=i w / Z N fM 3 4 1f1 tO K w z , 4 a w U < W r R1 2 b S W 3 a o _ U Q ry n_z f U W U L b b � Q f 3•. U _ O U -7 I J•� 3 :y w o z w Y1 in� C O •, N o w w o U V 04 = o N Q } w a Of D W (n W LL Of live-' yv� 5 Sf� • 5) WIDTH: 30' 2-LANE. 40' 3-LANE EXPANSION JOINT 4' CRUSHED SURFACING TOP COURSE (CSTC) �� ♦ -�. RIGHT-OF-WAY LINE �t CURB TAPER - +' T S) 8 rc m g RIGHT-OF-WAY LINE I MATCH -_SIDEWALK MATCH EXISTING DRIVEWAY GRADE CONCRETE DEPTH: COMMERICAL/MULTI-FAMILY - B' THICK INDUSTRIAL USE - 10" THICK ` � Q CURB TAPER / • .�\ . " - • - �rLl• L�gftl � lgl v .' :r -� SIDEWALK iPLANTING STRIP, IF ANY SEE CURB DETAIL DRAWING 3-4 SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN EXISTING CURB/GUTTER SECTIONS. NOTES: 1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED BY THE ENGINEER CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MID -WIDTH. SEE KCRS SEC. 3.04. 2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4. 3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT. 4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. 5. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. MAR 2c woRKs COMMERCIAL, INDUSTRIAL, AND MULTI -FAMILY DWG. NO. DRIVEWAY APPROACH RIGHT—OF—WAY LINE 5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND J STREETLIGHTS AND OTHER UTILITIES. 6 ! . ... TRANSITION FROM 2% TOWARDS STREET TO 2% WITHIN RAMP. (TYP YMSTREET BOTHSI ES) yO R CURB TAPER 5' 15' MAX. V+y (SEE NOTE 8) � 2'-6" RESIDENTIAL,------- ESIDENTIAL, Q � 1 7'-6" COMMERCIAL SIDEWALK WIDTH: RESIDENTIAL PLANTING STRIP, IF ANY 10'—D" MIN. 30'-0" MAX. 2'-6" RESIDENTIAL, 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: 6" 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 2x MAX. CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION 2x zk JOINT LOCATED MID —WIDTH. SEE KCRS SEC. 3.04. ,: •Is; • ..jti' f�'..i= .._;I:� c: �:' ��.., ,••..,:.:.:;.q: i.w.?�' DRIVEWAY GRADE 7 •'.'.'>"'a''i 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 DRIVEWAY MATCH EXISTING 6" THICK FOR RESIDENTIAL DRIVEWAY GRADE 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 arrw PUBLIC DWG. NO. ❑ oQ�j WORKS REVERSE SLOPE DRIVEWAY 3-7 CEMENT CONC. BARRIER CURB TRANSITION SIDEWALK 5' MIN. 4' MIN. � 5' MIN. DISTANCE WILL TRANSITION SEE NOTE 2 (TYP) SEE NOTE__2' SIDEWALK \ VARY - SEE NOTE 1 SEE NOTE 1 y\ ` SAWCUT MATCH Q LINE (TYP) EX. SIDEWALK cN `� EX. SIDEWALK - - - - 00000000000 .PLANTER STRIP'.'.'. 00000000000 2' 00000000000 PLANTER STRIP 00 0000000 CURB 8,-------—--- GUTTER r — ^ DETECTABLE WARNING __j SURFACE - SEE DETAIL 5% MAX. DUMMY JOINT (TYP) CENTER OF RAMP AS SLOPE MARKED IN THE FIELD CEMENT CONCRETE BARRIER CURB PER NDIJVC DWG 3-4. TOP OF CURB TO BE FLUSH WITH �4 MN��I TOP BACK OF EXISTING SIDEWALK TRANSITION SIDEWALK (TYP. EACH END OF RAMP)jj�l�sP SEE NOTE 1�� EXISTING SIDEWALK DETECTABLE WARNING SURFACE (SEE DETAIL) Q PLANTER NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. DETECTABLE WARNING SURFACE SHALL BE A YELLOW, UNLESS SPECIFIED OTHERWISE A @—TB MIN MAX A 1.60" 2.40" B 0.65 — C 0.45' 0 90" D 0-90" 1.40" E 020" 0-20" PLAN FD _ FL` VAT 10 N DETECTABLE WARNING SURFACE DETAIL MAR 2017 <✓��°0p PUBLIC CURB RAMP IN SIDEWALK DWG. NO. ° M O MY WORKS WITH PLANTER STRIP 1 3-8 CEMENT CONC. BARRIER CURB 5MIN. TRANSITION SEE NOTE 2 SIDEWALK SEE NOTE 1- EX. SIDEWALK CURB & -- ---- — — ---- GUTTER 11 4' MIN. 5' MIN,_ (TYP) ''SEE NOTE 2 Q 9° N N < 00000000000 00000000000 00000000000 oow0000000 TRANSITION SIDEWALK —DISTANCE WILL VARY - SEE NOTE 1 WCUT MATCH LINE (TYP) EX. SIDEWALK DETECTABLE WARNINGS -\\\\Z/ SURFACE -SEE DETAIL 5% MAX. DUMMY JOINT (TYP) CENTER OF RAMP AS SLOPE 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 NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. DETECTABLE WARNING SURFACE SHALL BE YELLOW, UNLESS SPECIFIED OTHERWISE MIN I MAX 60" 2 4C' P O 65" — 0.45" 0 90' 0 90" 1.40" r 0 20" 0 20" DETECTABLE WARNIN( SURFACE (SEE DETAIL) w�-i I `�D E-EvATiON DETECTABLE WARNING SURFACE DETAIL MAR 2017 �ar"er PUBLIC CURB RAMP IN SIDEWALK DWG. NO. �D�l` WORKS NO PLANTER STRIP I 3-8A TRANSITION SIDEWALK TRANSITION 5' MIN. 4' MIN. 5' MIN. -DISTANCE WILL SIDEWALK SEE NOTE 2 (TYP) SEE NOTE 2 VARY - SEE NOTE 1 SEE NOTE 1 x o X SAWCUT MATCH EX. N N � LINE (TYP) SIDEWALK — — — 00000000000 — EX. SIDEWALK 00000000000 2' 00000000000 00 0000000 CURB &----- -- -- GUTTER v DETECTABLE WARNING ` SURFACE - SEE DETAIL 5% MAX. DUMMY JOINT (TYP) CENTER OF RAMP AS SLOPE MARKED IN THE FIELD TRANSITION SIDEWALK TYP. EACH END OF RAMP, AS NEEDED - SEE NOTE 1 •� EXISTING SIDEWALK a NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% h uAnIMtIM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. 4'A41� DETECTABLE WARNING SURFACE SHALL BE YELLOW, UNLESS SPECIFIED OTHERWISE MIN MAX 6C" 2 40" 0 65" 0 45" 0 90' _ 0 90" 1 40" E 0 20" 0 20" DETECTABLE WARNING SURFACE (SEE DETAIL) Al o w �I' _ -1i EILLLVATION )FTECTABLE WARNING SURFACE DETALI MAR 2017 PUBLIC CURB RAMP IN SIDEWALK DWG. NO. c�`1� WORKS 3-8B NO BARRIER CURB ACCEPTABLE J2AMP LOCATIONS„ FOR RETROFIT OR ALTERATION FOR NEW CONSTRUCTION OR STANDARD RECONSTRUCTION REV. 4/11/08 TAMPS LOCATIONS FOR NEW CONSTRUCTION OR STANDARD RECONSTRUCTION NOTES: I 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 SHALL BE CONSTRUCTED AT CORRESPONDING LOCATIONS ON OPPOSITE SIDE OF STREET. Of91°p PUBLIC DWG. NO. ftm�Way WORKS CURB RAMP LOCATIONS 3-9 CURB, OR CURB AND GUTTER DETECTABLE WARNING EXPANSION JO N1 RAMP SURFACE (SEE DETAIL) SEE NOTE 2 CEMENT CONCRETE SIDEWALK TOP OF -ROADWAY DEPRESSED CURB do GUTTER DETECTABLE WARNING q SURFACE 5HAI.L RAMP 11-II BE YELLOW Al- MIN. MAX. - i :115 A 1.60" 2.40" B 0.65' --- C 0.45" 0.90" 1.40" EL� I C A 0.90' E 0.20' 0.20" I I 0 0 (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. ancw PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO. 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 RA P CONCRETE TOP OF SIDEWALK 9 395 M ROADWAY SEE NOrE 2 2.0% MAX, DEPRESSED CURB & GUTTER SECTION [ A j DETECTABLE WARNING ' q RAMP SURFACE AREA SHALL I(---� BE YELLOW. B 4 MIN. MAX. Al - B A 1.60" 2.40" PLAN B 0.65" - C 0.45" 0-90" Ej� ❑ 0m90" 1.40" ^ E 0.20" 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 201 am" PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO. M %VCW WORKS WfTH PLANTER STRIP 3-10A Q ( 1 DETECTABLE WARNING - PATTERN PLANTING STRIP (SEE OEl'AL] (IF ANY) ov'v'o'0000"o'a'oo'aa'o' 12:1 ETA%. v�v�o4u4 o'vegac'oo'a COPE r OPE `o'o'o`o'oa'a''o'oo'o'oo'o'o0 12'1' PO........eegeep r TTT DEAR:: aSo i T PATTERN (SEE FLUSH 2- SDRNWNIG A TIETNL THICK CEMENT CONCRETE 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 CONSTRUCTED AT CORRESPONDING SIDEWALK LOCATIONS ON OPPOSITE 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.OR CURB RAMPS MAY BE CONSTRUCTED ONE PER RADIUS, AT MIDPOINT OF CURB RETURN OR AT MAIN PEDESTRIAN PATH. DETECTABLE WARNING PATTERN AREA SHALL BE A YELLOW, IN COMPLIANCE WITH B WSDOT STD- SPEC 8-14-�(3), Al :�113 MIN MAX A 1 5 8" 2 3 8" PLAN B 5/8" 1 1 2" C 7 16" 3 4 d 7 B°1 1 7 16- �VATIOAI DETECTABLE WARNING PATTERN DETAIL cnmw PUBLIC DWG. NO. 1C��� woRKs CURB RAMP IN VERTICAL CURB 3-11 VARIES SIDEWALK { 3/8" EXPANSION r IAI\IT -1 /n" DA rm is FOR CURB do GUTTER 2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4 VARIES PLANTER STRIP SIDEWALK 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 `war PUBLIC DWG. NO. oOMWSY WORKS SIDEWALK SECTION 3-12 RIGHT-OF-WAY LINE _ NOT OK NOT OK LOC _+ OK DIRECTION OF TRAVEL 1110 LOC: LENGTH OF CURVE (FEET) AT EDGE OF TRAVELED WAY FROM P.C. TO P.T. SOR: SAFETY OVERRUN (FEET) BEYOND P.T PPL• ?FOHIBITED POLE LOCATION (FEET) (LO•= + SOR) WHERE POLES OR OBSTACLES MUST BE REMOVED OR BARRICADED. PPL ON OUTSIDE OF CURVES WITH PO D 5 EED LIMIT OF 40 MPH h OVER. 40 MPH LOC + 220 (SOR) 45 LOC + 255 50 LOC + 290 55 LOC + 325 AEEM TO ROADWAY WITH SHOULDER OR MOUNTABLE CURB ON OUTSIDE OF CURVE, WITH: -RADIUS LESS THAN 2500'. AND -POSTED SPEED GREATER THAN OR EQUAL TO 40 M.P.H. _ EDGE OF TRAVELED WAY RIGHT-OF-WAY LINE / i EDG�TRAVELED WAY GENERAL CASE P/OC: POLE/OBSTACLE CLEARANCE TO NEAREST FACE OF POLE/OWACLE. APPLIES: 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 DR -RADIUS GREATER THAN 3500' 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 arvw PUBLIC CLEARANCE OF ROADSIDE OBSTACLES DWG. NO. Memo WORKS ON SHOULDER TYPE ROAD 3-13 REV. MAR. 2011 NOTES: 1. SEE SEC. 3.2.10 FOR LANDING REQUIREMENTS. 4" PUBLIC DWG. NO. CmO�ft WORKS INTERSECTION LANDING 3-14 SKIP CENTER LINE (SCL) 1 u' 1 5' TYPE 2YY RPM- \,-4" YELLOW LINE (TYP) SEE NOTE 6 DOUBLE YELLOW CENTER LINE (DYCL) U 4 } 4" YELLOW LINE a SEE NOTE . 6 TYPE 2YY RPM (TYP} WHITE EDGE LINE (WEL) --4" WHITE LINE YELLOW EDGE LINE (YEL) YELLOW LINE SEE NOTE 6 TYPE 2Y RPM (TYP) SEE NOTE 7 DIRECTION OF TRAFFIC DOTTED EXTENSION LINE (WDEL, YDEL) 2 L-61--i 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. LEGEND: ',I MONO -DIRECTIONAL RPM TYPE 2 BI-DIRECTIONAL RPM TYPE 2 WORKS D RAISED PAVEMENT MARKERS 3 17 2014 WIDE LINE (WL) NO PASS LINE (NPL) f--20'-�j 8" WHITE LINE 0' 15' 1 AN SEE NOTE 6 0 ih 0 „ TYPE 2YY RP 4" YELLOW LINE SEE NOTE 6 TYPE 2W RFM SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC TYPE 2Y RPM / DIRECTION PASSING IS PROHIBITED DOTTED WIDE LINE (DWL) REVERSIBLE LANE LINE LINE 24� _ i O' 1' -15' 4" YELLOW _ SEE NOTE 6 �� I-- n n +n nl n � `-�8" n � a 4,> 1 2' � . WHITE LINE � � Q TYPE 2W RPM SEE NOTE 2 SEE NOTE 8 DIRECTION OF TRAFFIC TYPE 2YY RPM LANE LINE (LL) TWO-WAY LEFT TURN LINE (TWLTL) 10' 15' _ 15' Am I� TYPE 2W RPM �4" WHITE LINE (TYP) �L7ZE � --HYPE 2YY RPMS 4" YELLOW SEE NOTE 8 SEE NOTE 6 SEE NOTE 6 DIRECTION OF TRAFFIC DIRECTION OF THRU TRAFFIC DROP LANE LINE (DLL) DIRECTION OF TRAFFIC BARRIER LINE (BL) f 12=� I �n 20" YELLOW LINE �� <JN SEE NOTE 6 TYPE 2W RPM'S n_B" WHITE LINE TYPE 2YY RPMS <%, SEE NOTE 8 SEE NOTE 6 - REV. NOV 204 crr4tl" PUBLIC DWG. NO. o 0 0 M0 %VW WORKS RAISED PAVEMENT MARKERS 3-18 Pavement markings may be curved here as shown to allow for continuous painting by the striping machine. Double yellow center stripe When RPM's required by contract, use Type 2YY, see Note 5 °o m Deceleration taper n o n EO FZ 'E 40I) ' RPM _ RPM 5In spacing I .J 40' RPM spacing DETAIL A � u1 _ 3 C Double yellow center stripe a 6 � Ca �u 6 Lane width measurement point Uji 4" Type 2YY RPMs 10' O.C. Double yellow center stripe Vf a' DETAIL B See Detail C 0 Two way left turn termination Left turn at tee intersection or where radius W = Approaching through lane left turns are not permitted W = Departing Lane and two way left turn is not T = Width of left turn lane continued beyond intersection. on approachleft turn londe e END TWO-WAY LEFT TURN LANE T =Width of left turn lane on departure side of W = Total width of channelization (W +W +T +T) Rev. NOV PUBLIC DWG. NO. ��'r°� GGd(:-moWey 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 Gore Stripe see Dwg. No. 3-18 T 50' W, WT T2 W2 Type 2L traffic arrows, see Note 1 Double yellow center stripe, see Dwg. No. 3-17 Variable Decel. taper see Table 2 Taper length = T, x taper rate See Table 3 NOTES: Double yellow 1. First Type 2L arrow is installed 50' center stripe See Table 1 back of stop bar or crosswalk. Second for taper rate arrow is located 100' back, or at left turn pocket. — Approach W� - — - -- — q - — -- 2. "S" = 140' for posted speed < 50 MPH. Departure — W2 "S" = 170' for posted speed > 50 MPH. f See Detail A Dwg. No. 3-19 Taper length = x taper rate LEFT TURN LANE See Note 2 100, ± 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 Length 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: 1 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 25 mph 1 75' 1 125 mph 1 150' No Pass Line See Table 1 on approach 3. Stopping point shall be marked with for taper rate side 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. 300' MAX 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 W2 = Departing Lane T, = Width of left turn lane on approach side of T2 = Width of left turn lane on departure side of W. = Total width of channelization IW +W2+T,+Tj Rev. NOV 201A mnrp PUBLIC DWG. NO. ISM MW WORKS PAVEMENT MARKING - TURN LANE 3-20 Centerline Crosswalk Stripe Crosswalk (TYP•) Lane Line Centerline Roadway �� f7'1 , CD Centerline Curb Ramp 4, 5= MID) 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 2014 CG<\ FM 00 W&F WORKS D� MISCELLANEOUS PAVEMENT MARKINGS 3 21 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2023 ASPHALT OVERLAY PROJECT PROJECT # 12523 RFB # 23-003 —Bids Accepted -Until-9:30-a-m:--February 24, 2023 at -- City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Prepared By: John Cole City of Federal Way Public Works The contract plans and specifications for this Project have been reviewed and approved by: Public Works Director/ Deputy Public Works Director IN E • CY1rZ Mulen 20PIO .20 08:00:44-07'00' �•' RQct9804 �•'� ZONAL 23 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RF13-i PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC TABLE OF CONTENTS PAGE ADVERTISEMENTFOR BIDS...............................................................................................................................1 INSTRUCTIONSTO BIDDERS S CHECKLISTS..................................................................................................3 BIDPROPOSAL.....................................................................................................................................................5 BIDBOND.............................................................................................................................................................22 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION.........................................................................23 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS.......................................................................24 PUBLICWORKS CONTRACT.............................................................................................................................25 SAMPLE CONTRACT CHANGE ORDER...........................:...............................................................................32 CERTIFICATEOF INSURANCE..........................................................................................................................34 PERFORMANCEAND PAYMENT BOND...........................................................................................................35 CONTRACTOR'S RETAINAGE OPTION.............................................................................................................37 RETAINAGE BOND TO CITY OF FEDERAL WAY.............................................................................................38 SPECIALPROVISIONS........................................................................................................................... STANDARDPLANS AND DETAILS........................................................................................................ PREVAILINGWAGES AND BENEFIT CODE KEY.,............................................................................................... PAVEMENTCORE RESULTS................................................................................................................................. PROJECTPLANS............................................................................................................. BOUND SEPARATELY CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-ii PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADVERTISEMENT FOR BIDS 2023 ASPHALT OVERLAY PROJECT SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will receive sealed bids through February 24, 2023, at 9:30 a.m. at the City Hall Finance Department at 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after said date and time will not be considered. All timely bids will be opened and read publicly aloud in the Hylebos Room, City Hall 33325 8th Avenue South, Federal Way, Washington 98003 at 9:35 a.m. on February 24, 2023. This meeting will also be available virtually at: The remote meeting can be accessed at www.Zoom.us by clicking on "Join a Meeting" and entering Meeting ID: 813 2379 2262 and Passcode: 696562 or by telephone at (206)337-9723. This project shall consist of: Furnishing all materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any, specified herein to be furnished by the Owner or others), for the construction, sequencing, and traffic control plan for overlaying existing asphalt concrete pavement in six (8) different locations within the City of Federal Way. The work shall include but is not limited to Hot Mix Asphalt (HMA Cl. '/" PG 58H-22) pavement overlay, 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 successful bidder and intends to give the Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work within 110 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available online through Builders Exchange of Washington at www.bxwa.com. Click on: "Posted Projects," "Public Works," and "City of Federal Way." It is recommended that Bidders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check online 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, Civil 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. OTHER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2023 (Standard Specifications), which is incorporated by this reference as though set forth in full. All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract. The recipient, in accordance with Title VI of the Civil Rights Act of 1964, (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-1 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC 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 February 10, 2023 and February 17, 2023 Federal Way Mirror Publish February 10, 2023 and February 17, 2023 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-2 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) ADVERTISEMENT FOR BIDS AND CONTRACT DOCUMENTS The Advertisement for Bids and Contract Documents contain bidder instructions that must be complied with. (2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and Contract Documents, the Project site, the availability of materials and labor, publically available information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. (3) INTERPRETATION OF BID AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to John Cole, Civil Engineer, by email at john.cole@cityoffederalway.com, or by letter addressed to same. The questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any interpretation deemed necessary by the City will be in the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall include everything necessary for the completion of the Contract and the Work including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (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. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-3 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC (8) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. ❑ Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Bond: This form is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). ❑ Contractor Certification — Wage Law Compliance: This form shall be filled in and fully executed by the bidder. ❑ Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by the bidder. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract ("Contract") from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payment Bond: The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ❑ Contractor's Retainage Option: The successful bidder will fully execute and deliver to the City the Contractor's Retainage Option. - El Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond. ❑ Business License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-4 PROJECT #12523 / RFB 423-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 BID PROPOSAL 2023 ASPHALT OVERLAY PROJECT PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder Full Legal Name of Firm Contact: Individual with Legal Authority to sign Bid and Contract Address: Street Address City, State Zip Phone: E-Mail: Select One of the Following. ❑ C'orporation ❑ Partnership. ❑ Individual ❑ Other State Contractor's License No. State Contractor's License Expiration Date: f t Month Day Year State UBI No. State Worker's Comp. Account No. CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-5 PROJECT #125231 RFB #23-003 CFW RFB VERSION 2021-DEC NOTE. All entries shall be written in ink or typed. Unit prices for all items, all 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 for any item, the unit price shall prevail, and totals shall be corrected to conform thereto The Bidder shall complete this entire Bid Form or this bid may be considered non -responsive. The City may correct obvious mathematical errors. 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. Schedule A - SW 312th St (8th Ave SW to 1st Ave S) All unit prices shall include applicable sales tax (Roadway Improvements) tem No. Spec. Div. Bid Item Description Unit Plan Qty Unit Price Amount 1 1-09 Mobilization 1 LS 2 1-10 Flaggers 530 HR 3 1-10 Other Traffic Control Labor 66 HR 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup 1 FA $2000 $2000 7 2-02 Sawcutting 38 LF 8 2-02 Removal of Cement Conc. Sidewalk 30 SY 9 2-02 Removal of Cement Conc. Curb and Gutter 34 LF 10 2-03 Roadway Excavation Incl. Haul 85 CY 11 4-04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 376 TN 12 5-04 Planing Bituminous Pavement 2246 SY 13 5-04 HMA Class l /2" PG 58H-22 2212 TN 14 5-04 HMA Class 1/2" PG 58H-22 for Pavement Repair 193 TN 15 5-04 HMA for Preleveling Class 1 /2" PG 58H-22 50 TN 16 7-05 Adjust Catch Basin 2 EA 17 7-05 Utility Adjustment 4 EA CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-6 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #1 18 7-OS Replace Existing Frame, Install City Provided Frame, Grate, and Riser I EA 19 8-02 Property Restoration 1 FA $2000 $2000 20 8-02 Sod Lawn, Incl. 4 In Topsoil 5 SY 21 8-02 Bark Mulch 5 CY 22 8-04 Cement Conc. Curb and Gutter 34 LF 23 8-04 Cement Conc. Pedestrian Curb 27 LF 24 8-09 Raised Pavement Marker, Type 2 1 HUND 25 8-09 Hydrant Marker, Type 2BB 3 EA 26 8-13 Monument Record of Survey 1 EA 27 8-13 Monument Establishment 2 EA 28 8-13 Adjust Monument Case & Cover 2 EA 29 8-14 Cement Conc. Sidewalk 3 SY 30 8-14 Cement Conc. Curb Ramp Type Parallel A 1 EA 31 8-22 Profiled Plastic Line 12008 LF 32 8-22 Profiled Plastic Wide Line 210 LF 33 8-22 Plastic Crosswalk Line 538 LF 34 8-22 Plastic Stop Line 31 i LF 35 8-22 Plastic Traffic Arrow 8 EA TOTAL — SCHEDULE A $ CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-7 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #1 Schedule B - SW 308th — 6th PL SE to 1st Ave S. All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qt Unit Price Amount 1 1-09 Mobilization 1 LS 2 1-10 Flaggers 300 HR 3 1-10 Other Traffic Control Labor 38 HR 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup i FA $2000 $2000 7 2-03 Roadway Excavation Incl. Haul 61 CY 8 4-04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 125 TN 9 5-04 Planing Bituminous Pavement 4119 SY 10 5-04 HMA Class 1 /2" PG 58H-22 723 TN 11 5-04 HMA Class 1 /2" PG 58H-22 for Pavement Repair 90 TN 12 5-04 HMA for Preleveling Class 1/2" PG 58H-22 50 TN 13 5-04 Remove and Replace HMA Raised Crosswalk, Complete 1 EA 14 5-04 Remove and Replace HMA Raised Speed Hump, Complete 3 EA 15 7-05 Utility Adjustment 16 EA 16 7-05 Adjust Catch Basin 16 EA 17 8-02 Bark Mulch 5 CY 18 8-02 Property Restoration 1 FA $2000 $2000 19 8-04 Mountable Curb 1920 LF 20 8-09 Raised Pavement Marker, Type 2 1 HUND CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-8 PROJECT #125231 RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #1 21 8-09 Hydrant Marker, Type 2BB 4 EA 22 8-13 Monument Record of Survey 2 EA 23 8-13 Monument Establishment 1 EA 24 8-13 Monument Case, Cover, and Pipe 5 EA 25 8-13 Adjust Monument Case & Cover 1 EA 26 8-22 Painted Shallow Bicycle Lane Symbol 18 EA 27 8-22 Profiled Plastic Line 4400 LF 28 8-22 Plastic Edge Line 4400 LF 29 8-22 Plastic Stop Line 33 LF 30 8-22 Plastic Crosswalk Line 400 LF TOTAL — SCHEDULE B $ Schedule C - SW 308th St (6th PI SW to SW Dash Pt Rd) All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description � Unit Plan Qty Unit Price Amount 1 1-09 Mobilization 1 LS HR 2 1-10 Flaggers 340 3 1-10 Other Traffic Control Labor 43 HR 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup 1 FA $2000 $2000 7 2-03 Roadway Excavation Incl. Haul 64 CY 8 4-04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 301 TN CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-9 PROJECT #125231 RFB 423-003 CFW RFB VERSION 2021-DEC ADDENDUM #1 9 5-04 Planing Bituminous Pavement 3205 SY 10 5-04 HMA Class 1/2" PG 58H-22 710 TN 11 5-04 HMA Class 1/2" PG 58H-22 for Pavement Repair 124 TN 12 5-04 HMA for Preleveling Class 1/2" PG 5 8H-22 50 TN 13 5-04 Crack Sealing 1 FA $5000 $5000 14 7-05 Utility Adjustment 7 EA 15 8-02 Bark Mulch 5 CY 16 8-02 Property Restoration 1 FA $2000 $2000 17 8-04 Mountable Curb 350 LF 18 8-09 Hydrant Marker, Type 2BB 4 EA 19 8-09 Raised Pavement Marker, Type 2 1 HUND 20 8-13 Monument Record of Survey 1 EA 21 8-13 Monument Establishment 3 EA 22 8-13 Adjust Monument Case & Cover 3 EA 23 8-22 Painted Sharrow Bicycle Lane Symbol 4 EA 24 8-22 Profiled Plastic Line 5520 LF 25 8-22 Plastic Stop Line 54 LF 26 8-22 Plastic Edge Line 5520 LF 27 8-32 Remove and Replace HMA Speed Hump, Complete 3 EA TOTAL — SCHEDULE C $ Schedule D - Dumas Bay Estates (Near 47th SW and Dash Pt.) All unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. Bid Item Description Unit I Plan Unit Price Amount CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-10 PROJECT #125231 RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #1 No. Div. Qt 1 1-09 Mobilization 1 LS 2 1-10 Flaggers and Spotters 586 FIR 3 1-10 Other Traffic Control Labor 73 HR 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup 1 FA I $2000 $2000 7 2-02 Tree Removal 1 EA 8 2-02 Sawcutting 251 LF 9 2-02 Removal of Cement Conc. Sidewalk 152 SY 10 2-02 Removal of Cement Conc. Curb and Gutter 227 LF 11 2-03 Roadway Excavation Incl. Haul 21 CY 12 4-04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 79 TN 13 5-04 Planing Bituminous Pavement 9638 SY 14 5-04 HMA Class 1/2" PG 58H-22 1224 TN 15 5-04 HMA Class 1/2" PG 58H-22 for Pavement Repair 1082 TN 16 5-04 HMA for Preleveling Class 1/2" PG 58H-22 50 TN 17 7-05 Adjust Catch Basin 1 EA 18 7-05 Adjust Manhole 9 EA 19 7-05 Utility Adjustment 1 EA 20 8-02 Property Restoration 1 FA $2000 $2000 21 8-02 Sod Lawn, Incl. 4 In Topsoil 13 SY CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-11 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 22 8-02 Bark Mulch 5 CY 23 8-04 Cement Cone. Curb and Gutter 227 LF 24 8-04 Cement Cone. Pedestrian Curb 165 LF 25 8-09 Raised Pavement Marker, Type 2 1 HUND 26 8-09 Hydrant Marker, Type 2BB 5 EA 27 8-13 Monument Record of Survey 2 EA 28 8-13 Monument Establishment 10 EA 29 8-13 Monument Case, Cover, and Pipe 2 EA 30 8-13 Adjust Monument Case & Cover 10 EA 31 8-14 Cement Cone. Sidewalk 47 SY 32 8-14 Cement Cone. Curb Ramp Type Parallel A 10 EA 33 8-14 Cement Cone. Curb Ramp Type Parallel B 1 EA 34 8-15 Quarry Spalls 4 CY 35 8-21 Permanent Signing 1 LS 36 8-22 Plastic Stop Line 15 LF TOTAL — SCHEDULE D $ Schedule E - Bayview Country Estates (SW 309th St) All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qt Unit Price Amount 1 1-09 Mobilization 1 LS 2 1-10 Flaggers and Spotters 387 HR 3 1-10 Other Traffic Control Labor 48 HR CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-12 PROJECT #125231 RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup 1 FA $2000 $2000 7 2-02 Sawcutting 360 LF 8 2-02 Removal of Cement Conc. Sidewalk 190 SY 9 2-02 Removal of Cement Conc. Curb and Gutter 308 LF 10 2-03 Roadway Excavation Incl. Haul 48 CY 11 5-04 Planing Bituminous Pavement 4042 SY 12 5-04 HMA Class 1/2" PG 581-1-22 808 TN 13 5-04 HMA Class 1/2" PG 581-1-22 for Pavement Repair 98 TN 14 5-04 HMA for Preleveling Class 1/2" PG 5 8H-22 50 TN 15 5-04 Crack Sealing 1 FA $3000 $3000 16 7-05 Adjust Manhole 12 EA 17 8-02 Property Restoration 1 FA $2000 $2000 18 8-02 Sod Lawn, Incl. 4 In Topsoil 50 SY 19 8-02 Bark Mulch 25 CY 20 8-04 Cement Conc. Curb and Gutter 308 LF 21 8-04 Cement Conc. Pedestrian Curb 274 LF 22 8-09 Raised Pavement Marker, Type 2 1 HUND 23 8-09 Hydrant Marker, Type 2BB 4 EA 24 8-13 Monument Record of Survey 4 EA 25 8-13 Monument Establishment 17 EA CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-13 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 26 8-13 Adjust Monument Case & Cover 17 EA 27 8-14 Cement Conc. Sidewalk 22 SY 28 8-14 Cement Conc. Curb Ramp Type Parallel A 7 EA 29 8-14 Cement Conc. Curb Ramp Type Parallel B 5 EA 30 8-21 Permanent Signing 1 LS 31 8-22 Painted Sharrow Bicycle Lane Symbol 11 EA 32 8-22 Plastic Stop Line 17 LF 33 9-29 Plastic Traffic Arrow 2 EA TOTAL —SCHEDULE E $ Schedule F - Marine Hills (11th Ave S) (Nautilus K-8 School) All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qty Unit Price Amount 1 1-09 Mobilization 1 LS 2 1-10 Flaggers and Spotters 872 HR 3 1-10 Other Traffic Control Labor 109 HR 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup 1 FA $2000 $2000 7 2-02 Sawcutting 664 LF 8 2-02 Removal of Cement Conc. Sidewalk 310 SY 9 2-02 Removal of Cement Conc. Curb and Gutter 561 LF CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-14 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 10 2-03 Roadway Excavation Incl. Haul 114 CY 11 5-04 Planing Bituminous Pavement 10029 SY 12 5-04 HMA Class 1/2" PG 581-1-22 1654 TN 13 5-04 HMA Class 1/2" PG 581-1-22 for Pavement Repair 234 TN 14 5-04 HMA for Preleveling Class 1/2" PG 5 8H-22 50 TN 15 7-05 Replace Existing Frame, Install City Provided Frame, Grate, and Riser 2 EA 16 7-05 Adjust Manhole 15 EA 17 7-05 Utility Adjustment 3 EA 18 8-02 Property Restoration 1 FA $2000 $2000 19 8-02 Sod Lawn, Incl. 4 In Topsoil 50 SY 20 8-02 Bark Mulch 25 CY 21 8-04 Cement Cone. Curb and Gutter 561 LF 22 8-04 Cement Cone. Pedestrian Curb 646 LF 23 8-09 Raised Pavement Marker, Type 2 1 HUND 24 8-09 Hydrant Marker, Type 2BB 8 EA 25 8-13 Monument Record of Survey 5 EA 26 8-13 Monument Establishment 25 EA 27 8-13 Monument Case, Cover, and Pipe 2 EA 28 8-13 Adjust Monument Case & Cover 25 EA 29 8-14 Cement Cone. Sidewalk 35 SY 30 8-14 Cement Cone. Curb Ramp Type Parallel A 8 EA 31 8-14 Cement Cone. Curb Ramp Type Parallel B 4 EA CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-15 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 32 8-14 Cement Conc. Curb Ramp Type Single 8 EA I Di rection 33 8-14 Cement Conc. Curb Ramp Type 4 EA Combination 34 8-22 Profiled Plastic Line 95 LF 35 8-22 Plastic Stop Line 17 LF TOTAL — SCHEDULE F Schedule G - Redondo Crest (25th Dr S) All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qt Unit Price Amount 1 1-09 Mobilization 1 LS 2 1-10 Flaggers and Spotters 321 HR 3 1-10 Other Traffic Control Labor 40 HR 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup 1 FA $2000 $2000 7 2-02 Sawcutting 93 LF 8 2-02 Removal of Cement Conc. Sidewalk 52 SY 9 2-02 Removal of Cement Conc. Curb and Gutter 80 LF 10 2-03 Roadway Excavation Incl. Haul 5 CY 11 5-04 Planing Bituminous Pavement 3827 SY 12 5-04 HMA Class 1/2" PG 58H-22 608 TN 13 5-04 HMA Class 1/2" PG 58H-22 for Pavement Repair 6 TN 14 5-04 HMA for Preleveling Class 1/2" PG 5 8H-22 50 TN CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-16 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 15 5-04 Remove and Replace HMA Speed Hump, Complete 2 EA 16 5-04 Crack Sealing I FA $2000 $2000 17 7-OS Replace Existing Frame, Install City Provided Frame, Grate, and Riser 1 EA 18 7-05 Adjust Manhole 7 EA 19 8-02 Property Restoration 1 FA $2000 $2000 20 8-02 Sod Lawn, Incl. 4 In Topsoil 10 SY 21 8-02 Bark Mulch 5 CY 22 8-04 Cement Conc. Curb and Gutter 80 LF 23 8-04 Cement Conc. Pedestrian Curb 63 LF 24 8-09 Raised Pavement Marker, Type 2 1 HUND 25 8-09 Hydrant Marker, Type 2BB 3 EA 26 8-13 Monument Record of Survey 2 EA 27 8-13 Monument Establishment 7 EA 28 8-13 Adjust Monument Case & Cover 7 EA 29 8-14 Cement Conc. Sidewalk 14 SY 30 8-14 'Cement Conc. Curb Ramp Type Parallel A 3 EA 31 8-21 Permanent Signing 1 LS 32 8-22 Painted Sparrow Bicycle Lane Symbol 15 EA 33 8-22 Paint Line 2556 LF 34 8-22 Plastic Crosswalk Line 538 LF 35 8-22 Plastic Stop Line 17 LF 36 9-29 Plastic Traffic Arrow 2 EA CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-17 PROJECT #12523 / RFB 423-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 TOTAL — SCHEDULE G Schedule H - S 304th St (Pac Hwy to Military Rd S) All unit prices shall include applicable sales tax (Roadway Improvements) Item No. Spec. Div. Bid Item Description Unit Plan Qt Unit Price Amount 1 l -09 Mobilization 1 LS 2 1-10 Flaggers and Spotters 707 HR 3 1-10 Other Traffic Control Labor 88 HR 4 1-10 'Traffic Control Supervisor 1 LS 5 1-10 Portable Changeable Message Sign 15 DAY 6 2-01 Roadside Cleanup 1 FA $2000 $2000 7 4-04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 470 TN 8 5-04 Planing Bituminous Pavement 15516 SY 9 5-04 HMA Class 1 /2" PG 58H-22 1789 TN 10 5-04 HMA Class 1 /2" PG 58H-22 for Pavement Repair 5 TN 11 5-04 HMA for Preleveling Class 1 /2" PG 5 8H-22 50 TN 12 5-04 Crack Sealing 1 FA $10,000 $10,000 13 7-05 Adjust Manhole 11 EA 14 7-OS Replace Existing Frame, Grate and Riser (City Provided ERGO) 3 EA 15 7-05 Adjust Catch Basin 17 EA 16 7-05 Utility Adjustment 32 EA 17 7-05 Non -slip MMA Coating 31 SF 18 8-02 Bark Mulch 5 CY CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-18 PROJECT #125231 RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 19 8-02 Property Restoration 1 FA $2000 $2000 20 8-04 Mountable Curb 300 LF 21 8-09 Raised Pavement Marker, Type 2 1 HUND 22 8-09 Hydrant Marker, Type 2BB 8 EA 23 8-13 Monument Record of Survey 2 EA 24 8-13 Monument Establishment 5 EA EA 25 8-13 Monument Case, Cover, and Pipe 2 26 8-13 Adjust Monument Case & Cover 5 EA 27 8-22 Profiled Plastic Line 8000 LF 28 8-22 Plastic Edge Line 8000 LF 29 8-22 Plastic Stop Line 68 LF 30 8-22 Plastic Crosswalk Line 1076 LF EA 31 8-22 Painted Sharrow Bicycle Lane Symbol 28 32 9-29 Plastic Traffic Arrow 4 EA TOTAL — SCHEDULE H BID SUMMARY ITEM SCHEDULE A: SW 312th St (8th Ave S to 1st Ave S) BID AMOUNT $ SCHEDULE B: SW 308th St (1st Ave S to 6th PI SW) $ SCHEDULE C: SW 308th St (6th PI SW to SW Dash Pt Rd) $ CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-19 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #2 SCHEDULE D: Dumas Bay Estates (Near 47th and Dash Pt.) SCHEDULE E: Bayview Country Estates (SW 309th St) SCHEDULE F: Marine Hills (11th Ave S) (Nautilus K-8 School) SCHEDULE G: Redondo Crest (25th Dr S) SCHEDULE H: S 304th St (Pac Hwy to Miltary Rd S) TOTAL BID AMOUNT (including Washington State sales tax, all other 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 bid amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. NON -COLLUSION AFFIDAVIT By signing this proposal, the undersigned acknowledges that the person(s), firm, association, or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with this project. To report rigging activities, call 1-800-424-9071. The U.S. Department of Transportation (USDOT) operates the toll -free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such activities. The hotline is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. CONFLICTS OF INTEREST, GRATUITIES, & NON-COMPETITIVE PRACTICES By signing this proposal, the undersigned agrees as follows: (1) That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require; and (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 CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-20 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #1 (3) That no gratuities in the form of entertainment, gifts 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 ELIGIBILITY 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 82.32.070(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. Date Issued: Addendum No. Date Issued: Addendum No. Date Issued: 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 corporation. By: Signature Printed Name Title Subscribed and sworn to before me this day of , 20— Signature of Notary Printed name of Notary Notary Public in and for the State of Washington My commission expires: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-21 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC ADDENDUM #1 BID BOND 2023 ASPHALT OVERLAY PROJECT OPTION 1: BID BOND DEPOSIT Attached is a deposit in the form of a certified check, cashier's check, or cash in the amount of $ which amount is not less than five percent (5%) of the total bid. Principal — Signature of Authorized Official Date Title —OR— OPTION 2: BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, as Principal, and as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the sum of five (5) percent of the total amount of the bid proposal for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above - mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS DAY OF , 20 Principal — Signature of Authorized Official Title Surety — Attorney in Fact (Attach Power of Attorney) Name and Address of Local Office/Agent of Surety Company is: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-22 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for Bids. Bidder Name: By: Print Full Legal Name of Firm Signature of Authorized Person Title Title of Person Signing Certificate Date. Print Name of Person Making Certifications for Firm Place: Print City and State Where Signed CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-23 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC PROPOSAL FOR INCORPORATING RECYCLED MATERIALS ,- APWA-WA Division 1 Committee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016 (SH81695). the Bidder shall propose below. the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be whin the amounts allowed in Section 9-03.21 (t )E, Table on Maximum Allowabie Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference. and will not affect the determination of award. unless two or more lowest responsive Bid totals are exactly equal, In which case proposed recycling percentages will be used as a tie -breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, In accordance with the APWA GSP in Section 1-06.6 of the Special Provisions_ Bidder: Signature of Authorized Official: Date: CITY OF FEDERAL WAY 2023 ASPHALT OVERLAY PROJECT RFB-24 PROJECT #12523 / RFB #23-003 CFW RFB VERSION 2021-DEC CPM DEVELOPMENT CORPORATION ar+arw4rwa+u� w �� f 1 HELENA SAND Ili GRAVEL womwiwr n— rwMSG CERTIFICATE OF AUTHORITY Please be advised, that the Individuals wbose names, titles and signatures appear below are authorized To execute proposals, contracts, bonds, and other documents and/or instruments on behalf of CPM Development Corporations, dba ICON Materials. ICON Materials Is a CPM Development Corporation trade name. Name and Title Michael McBreen, Vice President Mark Eichelberger, Construction Manager Christopher Williams, Operations Manager Respectfully submitted, CPM DEVELOPMENT CORPORATION Susan L. Devaney Assistant Treasurer & Assistant Secretary STATE OF WASHINGTON ) ss. COUNTY OF SPORANE ) 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 aclmowledged said instrument to be the free and vohmtary act of said Corporation for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this /Oh day of J. � 2022. Slgnattare of Notary MICHELLE M WELCH WfthrJ k M ' Wekh PUBLIC COMM. EXPIRES NOV. 7, 20ft or Type )►Frame ofNotary STATE OF WASHINGTON A.RY PUBuc to and for the State of Washington COMMISSION NO.78431 Residing at 1:. wR MY Commission expfiw on _ I 1 7, M Equal Oppordn* Employer 6111 r<_ 8rpadway, Spokane l+alley, WR 88P52 P.+R_ Book 3SM, Spokane WA 99220-3366 Office: (60) 6U4=1 • Fax: (509) 536-3051 N N O N N RFB # 23-003 Federal Way Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com • now what's below. Call . before you dig. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER CITY OF lFe i e ra Public Works Department 2023 OVERLAY PROJECT CITY PROJECT #: 12523 fE J /`^ gR , ' . 39804 �13TER�•'�� `SI�NAL ��- -2 d2 5 *NOTE-- SURVEY COLLECTED ON NAVD-88 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 APPROVED FOR CONSTRUCTION Sexo�� 3 - U)t��� ---� -) n - --) DESIRES S. WINKLER, P.E. DATE DEPUTY PUBLIC WORKS DIRECTOR 2023 OVERLAY PROJECT G-01 COVER 100% DESIGN CITY PROJECT 12523 SHT. 1 OF gg co M N 0 N O Sheet List Table Sheet Sheet Title Sheet Description Sheet Name Number 1 G-01 COVER 2023 OVERLAY 2 G-02. SHEET LIST TABLE CONTENTS TABLE 3 G-03. LEGEND LEGEND 4 G-04 TYPICAL SECTIONS CROSS SECTION DETAIL 5 G-05 PATCH DETAILS DETAILS 6 G-06 SHARROW DETAILS DETAILS 7 SC-A-01 SURV.CONT. & KEY SCHEDULE A - SW 312TH ST (8TH AVE SW TO 1 ST AVE SW 8 SP-A-01 STA: 25+00-35+00 SCHEDULE A - SW 312TH ST (8TH AVE SW TO 1 ST AVE SW 9 SP-A-02 STA: 35+00-45+00 SCHEDULE A - SW 312TH ST (8TH AVE SW TO 1 ST AVE SW 10 SP-A-03 STA: 45+00 - 54+75 SCHEDULE A - SW 312TH ST (8TH AVE SW TO 1 ST AVE SW 11 CR-A-01 RAMP-1 SCHEDULE A - SW 312TH ST (8TH AVE SW TO 1 ST AVE SW STA: 25+00 - 35+00 SCHEDULE A - SW 312TH ST (8TH AVE 12 PM-A-01 (CHAN) SW TO 1 ST AVE SW STA: 35+00 - 45+00 SCHEDULE A - SW 312TH ST (8TH AVE 13 PM-A-02 (CHAN) SW TO 1 ST AVE SW STA: 45+00 - 54+75 SCHEDULE A - SW 312TH ST (8TH AVE 14 PM-A-03 (CHAN) SW TO 1 ST AVE SW SCHEDULE B - SW 308TH ST (1 ST AVE 15 SC-13-01 SURV.CONT. & KEY SW TO 6TH PL SW) SCHEDULE B - SW 308TH ST (1 ST AVE 16 SP-B-01 STA: 55+00 - 65+00 SW TO 6TH PL SW) SCHEDULE B - SW 308TH ST (1 ST AVE 17 SP-B-02 STA: 65+00 - 75+00 SW TO 6TH PL SW) SCHEDULE B - SW 308TH ST (1 ST AVE 18 SP-13-03 STA: 75+00 - 83+24 SW TO 6TH PL SW) STA: 55+00 - 65+00 SCHEDULE B - SW 308TH ST (1 ST AVE 19 PM-B-1 (CHAN) SW TO 6TH PL SW) STA: 65+00 - 75+00 SCHEDULE B - SW 308TH ST (1 ST AVE 20 PM-B-2 (CHAN) SW TO 6TH PL SW) STA: 75+00 - 83+25 SCHEDULE B - SW 308TH ST (1 ST AVE 21 PM-B-3 (CHAN) SW TO 6TH PL SW) SCHEDULE C - SW 308TH ST (6TH PL 22 SC-C-01 SURV.CONT. & KEY SW TO SW DASH PT RD) SCHEDULE C - SW 308TH ST (6TH PL 23 SP-C-01 STA: 85+00-95+00 SW TO SW DASH PT RD) SCHEDULE C - SW 308TH ST (6TH PL 24 SP-C-02 STA: 95+00-105+00 SW TO SW DASH PT RD) SCHEDULE C - SW 308TH ST (6TH PL 25 SP-C-03 STA: 105+00-115+52 SW TO SW DASH PT RD) STA: 100+00 - 107+00 SCHEDULE C - SW 308TH ST (6TH PL 26 PM-C-01. (CHAN) SW TO SW DASH PT RD) SCHEDULE D - DUMAS BAY ESTATES 27 SC-D-01 SURV.CONT. & KEY (47TH AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES(47TH 28 SP-D-01 STA: 120+00 - 125+00 AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES 29 SP-D-02 STA: 125+00 - 136+00 (47TH AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES(47TH 30 SP-D-03 STA: 136+00 - 151 +50 AVE S & SW DASH PT. RD) STA: 142+00-146+50 & SCHEDULE D - DUMAS BAY ESTATES 31 SP-D-04 151 +00-156+00 (47TH AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES 32 SP-D-05 STA: 157+00-166+17 (47TH AVE S & SW DASH PT. RD) Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com now what's below. Ca 11 ;:.:, 1 `, I before you dig. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER SCHEDULE D - DUMAS BAY ESTATES 33 CR-D-01 RAMPS 1 & 2 (47TH AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES 34 CR-D-02 RAMPS 3 & 4 (47TH AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES 35 CR-D-03 RAMPS 5 & 6 (47TH AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES 36 CR-D-04 RAMPS 7 & 8 (47TH AVE S & SW DASH PT. RD) SCHEDULE D - DUMAS BAY ESTATES 37 CR-D-05 RAMPS 9 (47TH AVE S & SW DASH PT. RD) SCHEDULE E - BAYVIEW COUNTRY 38 SC-E-01 SURV. CONT. &KEY ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 39 SP-E-01 STA: 167+00-175+00 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 40 SP-E-02 STA: 175+00-183+00 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 41 SP-E-03 STA: 183+00-191+50 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 42 CR-E-01 RAMPS 1 & 2 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 43 CR-E-02 RAMPS 3 & 4 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 44 CR-E-03 RAMPS 5 & 6 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 45 CR-E-04 RAMPS 7 & 8 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 46 CR-E-05 RAMP 9 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 47 CR-E-06 RAMPS 10 & 11 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 48 CR-E-07 RAMP 12 ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 49 PM-E-01 CHAN PLAN ESTATES (SW 309TH ST) SCHEDULE E - BAYVIEW COUNTRY 50 PM-E-02 CHAN PLAN ESTATES (SW 309TH ST) SCHEDULE F - MARINE HILLS (11TH 51 SC-F-01 SURV.CONT. &KEY AVE SW) (NAUTILUS K-8 SCHOOL 52 SC-F-02 LINE CURVE TABLE LINE CURVE TABLE 53 SC-F-03 LINE CURVE TABLE LINE CURVE TABLE SCHEDULE F - MARINE HILLS (11TH 54 SP-F-01 STA:231+00-240+63 AVE SW) (NAUTILUS K-8 SCHOOL STA:193+00-198+00 & SCHEDULE F - MARINE HILLS (11TH 55 SP-F-02 STA:220+00-221+85 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 56 SP-F-03 STA: 196+00-208+00 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 57 SP-F-04 STA:208+00 - 218+00 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 58 SP-F-05 STA:218+00 - 223+99 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 59 CR-F-01 RAMPS 1 & 2 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 60 CR-F-02 RAMPS 3 & 4 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 61 CR-F-03 RAMPS 5 & 6 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 62 CR-F-04 RAMPS 7 & 8 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 63 CR-F-05 RAMPS 9 & 10 AVE SW) (NAUTILUS K-8 SCHOOL OV WAS rA� 39804� SIGNAL' ��- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 SCHEDULE F - MARINE HILLS (11TH 64 CR-F-06 RAMPS 11 & 12 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 65 CR-F-07 RAMPS 13 & 14 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 66 CR-F-08 RAMP 15 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 67 CR-F-09 RAMPS 16 &17 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 68 CR-F-10 RAMPS 18 & 19 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 69 CR-F-11 RAMPS 20 & 21 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 70 CR-F-12 RAMPS 22, 23 & 24 AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE F - MARINE HILLS (11TH 71 PM-F-01 CHAN PLAN AVE SW) (NAUTILUS K-8 SCHOOL SCHEDULE G - REDONDO CREST (25TH 72 SC-G-01 SURV.CONT.& KEY DR. SW) SCHEDULE G - REDONDO CREST (25TH 73 SP-G-02 STA: 252+00 - 262+00 DR. SW) SCHEDULE G - REDONDO CREST (25TH 74 SP-G-04 266+00-271+51 DR. SW) SCHEDULE G - REDONDO CREST (25TH 75 CR-G-01 RAMPS 1 & 2 DR. SW) SCHEDULE G - REDONDO CREST (25TH 76 CR-G-02 RAMPS 3 & 4 DR. SW) SCHEDULE G - REDONDO CREST (25TH 77 PM-G-02 CHAN PLAN DR. SW) SCHEDULE G - REDONDO CREST (25TH 78 PM-G-03 CHAN PLAN DR. SW) SCHEDULE H - SW 304TH ST ( PAC HWY 79 SC-H-01 SURV.CONT. & KEY TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 80 SP-H-01 STA: 269+00 - 276+00 TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 81 SP-H-02 STA: 276+00 - 286+00 TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 82 SP-H-03 STA: 286+00 -296+00 TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 83 SP-H-04 STA: 296+00 - 306+00 TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 84 SP-H-05 STA: 306+00 - 309+16 TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 85 PM-H-01 CHAN PLAN TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 86 PM-H-02 CHAN PLAN TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 87 PM-H-03 CHAN PLAN TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 88 PM-H-04 CHAN PLAN TO MILITARY RD.SW) SCHEDULE H - SW 304TH ST ( PAC HWY 89 PM-H-05 CHAN PLAN TO MILITARY RD.SW) 90 523 TC - 1 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 91 523 TC - 2 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 92 523 TC - 3 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 93 523 TC - 4 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 94 523 TC - 5 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 95 523 TC - 6 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 96 523 TC - 7 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 97 523 TC -8 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 98 523 TC - 9 TRAFFIC CONTROL TRAFFIC CONTROL PLAN 2023 OVERLAY PROJECT G-02. SHEET INDEX 100% DESIGN CITY PROJECT 12523 SHT. 2 OF gg LEGEND ABBREVIATIONS EXISTING M"'& MONUMENT IN CASE OT TELEPHONE MANHOLE P MON® SURFACE MONUMENT T0 TELEPHONE RISER P o PK NAIL 0 TELEPHONE VAULT LID T RC REBAR & CAP TELEPHONE POLE T & SPOT SHOT (DESCRIBED) Tv TV MANHOLE Fo ❑ CATCH BASIN TVA TV RISER Tv O STORM DRAIN MANHOLE Tv TV VAULT LID 0 YARD DRAIN Fo FIBER OPTIC MANHOLE T DOWNSPOUT Fo FIBER OPTIC VAULT LID c SD STORM DRAIN CLEAN -OUT m GAS VALVE G CULVERT o GAS METER OH- 0 SEWER MANHOLE © GAS MANHOLE SD s o SEWER CLEAN -OUT m WATER VALVE s -0- POWER POLE ® WATER METER X X X POWER POLE W/UNDERGROUND CONNECT OO WATER MANHOLE POWER POLE WITH LUMINAIRE 11] WATER VAULT LID PWR POLE W/LUMINAIRE & UNDGRD CONNECT FIRE HYDRANT © POWER MANHOLE BLOW -OFF P0 POWER RISER A FIRE DEPARTMENT CONNECT ............ • • • • • ❑P POWER VAULT LID POST INDICATOR VALVE • • ❑0 POWER TRANSFORMER R HOSE BIB 0 POWER METER ® IRRIGATION CONTROL VALVE — — ® POWER OUTLET OO UTILITY MANHOLE (GENERIC/UNK) — — — — — — — — — — — HIGH VOLTAGE POWER POLE 0 UTILITY VAULT LID (GENERIC/UNK) — — HIGH VOLTAGE PWR POLE W/UNDGRD CONNECT o UTILITY CLEAN -OUT (GENERIC/UNK) -0- GUY POLE UO UTILITY RISER (GENERIC/UNK) GUY ANCHOR SPo STAND -PIPE (GENERIC/UNK) ­=z=1:P TRAFFIC SIGNAL U0 UTILITY ACCESS (GENERIC/UNK) TRAFFIC SIGNAL WITH LUMINAIRE ® BORE SITE (WITH FIELD DESC) PEDESTRIAN SIGNAL MONITORING WELL O B JUNCTION BOX GP GUARD POST AC m TRAFFIC CONTROL CABINET o BOULDER CHLK FB P 51 BACKUP POWER SUPPLY SIGN DWY ® INTERCONNECT CABINET 2 MAILBOX (# OF BOXES) COL ® ELECTRICAL SERVICE CABINET C� SHRUB YD \ TRAFFIC ATTENUATOR LOOP la STUMP, DIAMETER STCR XX„ • STREET LIGHT (LUMINAIRE) XX„ SNAG, DIAMETER (# OF TRUNKS) FF LOT LIGHT O DECIDUOUS TREE, DIA (# OF TRUNKS) X„ A YARD LIGHT CONIFEROUS TREE, DIA (# OF TRUNKS) XX„ RAILROAD CROSSING ARM YF% RAILROAD CROSSING SIGNAL CITY OF Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com DRAFTED: D. MCINTOSH DESIGNED: J. COLE Mw wha#,sbelo N. REVIEWED: C. MULLEN Call 1 Ibefore you dig APPROVED: D. WINKLER PROPOSED PAINTED POWER MONUMENT RECORD POWER O■ STORMDRAIN MANHOLE PAINTED TELEPHONE ■ CATCH BASIN RECORD TELEPHONE 0 AREA DRAIN PAINTED FIBER OPTIC SD • STORMDRAIN CLEAN -OUT PAINTED TV CULVERT PAINTED WATER SO SEWER MANHOLE RECORD WATER SIGN PAINTED GAS MB MAILBOX RECORD GAS GP BOLLARD OVERHEAD UTILITY LINE (GENERIC) + BORE / POTHOLE LOCATION STORM O SHRUB SEWER 0xx DECIDUOUS TREE, DIA (# OF TRUNKS) FENCE xx° CONIFEROUS TREE, DIA (# OF TRUNKS) HEDGE (HEIGHT NOTED) O BOULDER BUILDING STREET LIGHT (LUMINAIRE) PAINTED STRIPE TRAFFIC SIGNAL, POLE & MAST ARM PAINTED SKIP STRIPE TRAFFIC SIGNAL POLE & MAST RAISED -BUTTON SOLID STRIPE ARM W/ LUMINAIRE ARM RAISED -BUTTON SKIP STRIPE (2), PEDESTRIAN PUSHBUTTON POLE EDGE OF PAVEMENT 8 TRAFFIC / ILLUM J-BOX FLOWLINE m TRAFFIC CONTROL CABINET CONTOUR FBPSI BACKUP POWER SUPPLY RIGHT OF WAY LINE ELECTRICAL SERVICE CABINET CONCRETE �" 1 TRAFFIC SIGNAL GRAVEL VEHICLE DETECTION GRASS Fo CITY FIBER OPTIC VAULT / J-BOX ROCKERY I FESTIVAL OUTLET BRICK -0- POWER POLE METAL GRATE POWER POLE GUY ANCHOR ASPHALT/CONCRETE POWER POLE W/ LUMINAIRE CHAINLINK POWER VAULT LID / J-BOX DRIVEWAY POWER TRANSFORMER COLUMN C1 POWER METER YARD DRAIN 0 TELECOMM VAULT / J-BOX STRUCTURE PED UTILITY PEDESTAL FINISHED FLOOR KL GAS VALVE ❑O GAS METER Da WATER VALVE ® WATER METER w� WATER VAULT LID FIRE HYDRANT 1 BLOW -OFF ZNWEJ ��: �. c 3980 ECISTE�$9 SSIONAL ' 11- -2023 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION SD UD ss w IRR UE TEL OE FO X X X a 0 0 o p REMOVE EXTRUDED CURB DITCH FLOWLINE EDGE OF PAVEMENT CONCRETE CURB & GUTTER SAWCUT LIMITS OF GRADING STORMDRAIN UNDERDRAIN SANITARY SEWER WATER IRRIGATION GAS UNDERGROUND POWER TELECOMMUNICATION OVERHEAD UTILITY LINE CITY FIBER CUT LINE FILL LINE FENCE - CHAINLINK FENCE - WOOD CONCRETE ASPHALT GRAVEL mmpr ROCKERY WALL I� PAVEMENT REPAIR/DIGOUT Y Y W W •Y •Y Y W W W •Y W W W W W GRASS Y Y W W •Y •Y Y Y Y Y Y W W W W Y + + + + + + + + + BARK / MULCH jPLANING 000000000000 DETECTABLE WARNING SURFACE 000000 000000 ABND ABANDONED N NORTHING/NORTH AC ASPHALT NO NUMBER AC ASBESTOS CEMENT WATER PIPE NTS NOT TO SCALE ACP ASPHALT CONCRETE PAVEMENT OC ON CENTER ADA AMERICANS WITH DISABILITIES ACT OD OUTSIDE DIAMETER AP ANGLE POINT OH OVERHEAD UTILITIES AVE AVENUE PC POINT OF CURVATURE BLDG BUILDING PCC POINT OF CURVE ON CURVE BMP BEST MANAGEMENT PRACTICE PE POLYETHYLENE BOW BACK OF WALK PG PERFORMANCE GRADE CB CATCH BASIN PI POINT OF INTERSECTION CDF CONTROLLED DENSITY FILL PIV POST INDICATOR VALVE CFW CITY OF FEDERAL WAY PM PAVEMENT MARKING CI CAST IRON POB POINT OF BEGINNING CL CENTERLINE POC POINT OF CONNECTION CL CLASS POE POINT OF ENDING CO CLEANOUT PRC POINT OF REVERSE CURVATURE CONC CONCRETE PT POINT OF TANGENCY CONT CONTAINER PVC POLYVINYL CHLORIDE CR CURB RAMP PVI POINT OF VERTICAL INTERSECTION CSBC CRUSHED SURFACING BASE COURSE R RIGHT DCVA DOUBLE CHECK VALVE ASSEMBLY RJ RESTRAINED JOINT DI DUCTILE IRON RT RIGHT DIA # DIAMETER S SLOPE/SOUTH E EASTING/EAST SC SURVEY CONTROL EL ELEVATION SD STORM DRAIN ELEV ELEVATION SDP STORM DRAIN PIPE EOP EDGE OF PAVEMENT SEW SEWER EX EXISTING SHT SHEET EXIST EXISTING SP SITE PREP & PAVING FDC FIRE DEPARTMENT CONNECTION SSMH SANITARY SEWER MANHOLE FG FINISHED GRADE ST STREET FL FLANGE STA STATION FL FLOWLINE STD STANDARD HORIZ HORIZONTAL T TANGENT LENGTH HMA HOT MIX ASPHALT T1 TYPE 1 CATCH BASIN ICV IRRIGATION CONTROL VALVE T2 TYPE 2 CATCH BASIN ID INSIDE DIAMETER TOC TOP OF CURB IE INVERT ELEVATION TOG TOP OF GRATE L LEFT TYP TYPICAL LT LEFT VC VERTICAL CURVE LF LINEAR FEET VERT VERTICAL LP LOW POINT VLT VAUILT MAX MAXIMUM W WEST / WITH MIN MINIMUM WAT WATER MH MANHOLE WSDOT WASHINGTON STATE MIC MONUMENT IN CASE DEPARTMENT OF MJ MECHANICAL JOINT TRANSPORTATION MW MONITORING WELL 2023 OVERLAY PROJECT G-03. LEGEND 100% DESIGN CITY PROJECT #: 12523 SHT. 3 OF gg EXISTING STREET WIDTH VARIES *0RI&0i]U4 0 CURB & GUTTER 10' TAPERED EDGE PLANING 10' TAPERED EDGE PLANING - — I MATCH EXIST. SLOPE MATCH EXIST. SLOPE . • 4 EXIST ACP 2 1/2" HMA CL 1/2" PG 58H -22 2 1/2" FOR PAVEMENT OVERLAY ARTERIAL 2 1/2" EXIST. SUBGRADE ARTERIAL TYPICAL SECTION OVERLAY WITH CURB AND GUTTER NTS SCHEDULE A STA 49+57 - 52+41 EXIST CONC. SIDEWALK EXIST CONC. CURB & GUTTER 10- PLANING EDGE MATCH EXIST. SLOPE 2 1/2" H MA CL 1 /2" PG 58H -22 ARTERIAL 2 1/2" EXIST CONC. ROLLED CURB & GUTTER EXISTING STREET WIDTH VARIES 1 MATCH EXIST. SLOPE MAINTENANCE ROCK AS DIRECTED —3 FT�I EXIST ACP EXIST. SUBGRADE ARTERIAL TYPICAL SECTION ASPHALT OVERLAY WITH CURBS AND SHOULDER NTS SCHEDULE A STA 43+23 - 49+57 EXIST. SLOPE SHOP% EXIST CONC. CURB & GUTTER • • :. • . • . 1 1/2" EXIST CONC. SIDEWALK EXIST CONC. CURB & GUTTER T PLANING EDGE I MATCH EXIST. SLOPE HMA CL 1/2" PG 58H -22 FOR PAVEMENT OVERLAY COLLECTOR 2" EXISTING STREET WIDTH VARIES MATCH EXIST. SLOPE EXIST ACP " 2 EXIST. SUBGRADE COLLECTOR TYPICAL SECTION OVERLAY WITH CURB AND GUTTER NTS SCHEDULE H 7PLANING EDGE I MATCH EXIST. SLOPE —• ,. 1 1/2" HMA CL 1/2" PG 58H -22 RESIDENTIAL 1 1/2" 3' I 7.5' I VARIES (LANE WIDTH = 11') 7' 3' CSTC � MATCH EXIST. SLOPE MATCH EXIST. SLOPE EXISTING HMA PRELEVEL HMA CL 1/2" PG 58H-22 HMA CL 1/2" PG 58H-22 0.25' DEPTH PCCP SUBGRADE *HMA PRE -LEVEL CL 1" PG 58H-22 DEPTH AND WIDTH VARIES TO ACHIEVE FINAL PROFILE ELEVATIONS MINUS OVERLAY DEPTH. PER WSDOT STD SPEC 5-04.3 4"* F CITY OF ederai W Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com TYPICAL PCCP SECTION NTS PRE -CAST CONCRETE PANELS (PCCP) SECTION SCHEDULE A STA 26+78 - 43+23 DRAFTED: D. MCINTOSH 0 8 DESIGNED: J. COLE a wh,sbeloW REVIEWED: C. MULLEN Ca II : before you dig APPROVED: D. WINKLER MOUNTABLE CEMENT CONC. CURB INCL. PAINT 2% MAX PRELEVEL EXISTING HMA _HMA CL 1/2" PG 58H-22 _ DEPTH VARIES *CRACK SEAL EXISTING TRANSVERSE AND LONGITUDINAL JOINTS PER WSDOT STD SPEC 5-04.3(4) ZNWE�J c R 3980 9 +�, ••�,CI5Tgg8,. � SSI�NAL F�' 11- -2025 DRAWING VERSION / REVISION LOG NO. DATE REVISION MAINTENANCE ROCK AS DIRECTED —3 FT-1 EXISTING STREET WIDTH VARIES 1 MATCH EXIST. SLOPE EXIST. SLOPE MAINTENANCE ROCK AS DIRECTED —3 FTi EXIST. SLOPE EXIST ACP EXIST. SUBGRADE RESIDENTIAL TYPICAL SECTION ASPHALT OVERLAY WITH CURBS AND SHOULDER NTS SCHEDULE B SCHEDULE C SCHEDULE D STA. 135+94 - 141 +00, 148+68 - 151 +33, 158+44 - 160+36,161 +42 - 163+16 SCHEDULE E SCHEDULE F SCHEDULE G CSTC RESIDENTIAL PLANE AND INLAY SECTION OVERLAY WITH CURB AND GUTTER NTS SCHEDULE D STA. 131+64 - 135+94, 142+14-146+51, 163+16 - 165+94, 160+36 - 161 +42, 157+00-158+44, 147+90 - 148+68, 151 +33-155+79 EXIST CONC. CURB & GUTTER i MATCH EXIST. SLOPE EXISTING STREET WIDTH VARIES MATCH EXIST. SLOPE PLANE AND INLAY 4.5" HMA CL 1/2" PG 58H -22 2023 OVERLAY PROJECT G-04 TYPICAL SECTIONS 4.5" EXIST. SUBGRADE SHOP% EXIST CONC. ROLLED CURB & GUTTER 100% DESIGN CITY PROJECT #: 12523 SHT. 4 OF gg PVMT REPLACEMENT FOR STREET PATCH SIZE AND LOCATION VARIES REMOVE ENDS OF PLANED ARE TO FORM VERTICAL FACE PVMT REPLACEMENT FOR STREET PATCH SIZE AND LOCATION VARIES ASPHALT PVMT OVERLAY (THICKNESS VARIES) NOTE: PAVEMENT PATCHING SHALL BE AS DIRECTED IN THE FIELD BY THE CITY INSPECTOR +++++++++++++++++++ ++++++++++++++++++++ +++++++++++++++++++++++++++++++++++++++ EXISTING GRAVEL BASE +++++++++++++++++++ ++++++++++++++++++++ PLANE EXISTING PAVEMENT TO BE REMOVED TO TOP OF EXISTING BASE MATERIAL MIN. 3" DEPTH FOR RESIDENTIAL, MIN. 6" DEPTH FOR ARTERIALS ALTERNATE PAVEMENT PATCHING DETAILS NTS ASPHALT PVMT OVERLAY (THICKNESS VARIES) PVMT REPLACEMENT FOR NOTE: PAVEMENT PATCHING SHALL STREET PATCH BE AS DIRECTED IN THE FIELD BY SIZE AND LOCATION VARIES THE CITY INSPECTOR ++++++++++ ++ ++ +++++++++ ++ + ++++++++++ +++ + +++++++++ +++ ++++++++++ ++++ +++++++++ ++++ SAWCUT TO SQUARE EDGE AS REQ'D TACK JOINT PRIOR TO PAVEMENT PATCHING EXISTING GRAVEL BASE HMA CL 1/2" PG 58H-22 MIN. 3" THICKNESS (MATCH EXISTING PAVEMENT THICKNESS PRIOR TO OVERLAY) CRUSHED SURFACING TOP COURSE (CSTC) 6" THICKNESS OR AS DIRECTED IN FIELD. COMPACTED SUBGRADE RESIDENTIAL PAVEMENT PATCHING DETAIL NTS ASPHALT PVMT OVERLAY (THICKNESS VARIES) PVMT REPLACEMENT FOR NOTE: PAVEMENT PATCHING SHALL STREET PATCH BE AS DIRECTED IN THE FIELD BY SIZE AND LOCATION VARIES THE CITY INSPECTOR +++++++++++ ++ N++ ++++++++++ ++ +++++++++++++++++++++ ++`++++++`++++EXISTING GRAVEL BASE ++++++++++ ++ HMA CL 1/2" PG 58H-22 MIN. 6" THICKNESS (MATCH EXISTING PAVEMENT THICKNESS PRIOR TO OVERLAY) CRUSHED SURFACING TOP COURSE (CSTC) 9" THICKNESS OR AS SAWCUT TO SQUARE EDGE DIRECTED IN FIELD. AS REQ'D TACK JOINT PRIOR TO PAVEMENT PATCHING COMPACTED SUBGRADE ARTERIAL PAVEMENT PATCHING DETAIL NTS CITY OF Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com • m what's below. Ca I I ':- i I before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER REMOVE GRASS AND OTHER VEGETATION FROM JOINT, USE COMPRESSED AIR OR OTHER METHOD TO THOROUGHLY CLEAN DEBRIS FROM JOINT - APPLY RESIDUAL HERBICIDE PRIOR TO JOINT SEALING PLANTER OR SIDEWALK EXISTING CURB EXISTING PAVEMENT 4 A.d ° ° ° ° °. ° ad d . .d d ° JOINT REPAIR/CLEANING NTS NOTE: PLANE PAVEMENT TO OVERLAY DEPTH AT FLOW LINE 10' ARTERIAL 7' RESIDENTIAL THICKENED FLOW LINE—\ EDGE LIMIT OF OVERLAY EXISTING PAVEMEN ARTERIAL 2 1/2" RESIDENTIAL 1 1/2" TACK OR SEAL JOIN EXISTING PAVE=T DEPTH AV RIES _ ARTERIAL 2 1/2" RESIDENTIAL 1 1/2" PLANING SURFACE PLANING DETAIL FOR THICKENED EDGE AREAS NTS 11-�4-2023 3 THICKENED EDGE DETAIL NTS SEE SITE PREP AND PAVING SHEETS. TYPICALLY 1' PER MILE PER HOUR. PLANE EXIST. PAVEMENT TO PROVIDE A SMOOTH TRANSITION AT BUTT JOINT BUTT -JOINT DETAIL NTS PT HMA CL 1/2" PG 58H-22 01. LIMITS OF PLANING FOR BUTT -JOINT END AT SMOOTH JOINT - TACK EDGE VARIES LIMITS TO BE DETERMINED IN THE FIELD CURBLINE PROJECTED THROUGH INTERSECTION STREET TO BE OVERLAYED BUTT -JOINT AT TYPICAL INTERSECTION NTS 100% DESIGN DRAWING VERSION / REVISION LOG CITY PROJECT #: NO. I DATE I REVISION 2023 OVERLAY PROJECT 1 12523 1 G-05 I s"' 5 PATCH DETAILS 1OF gg 'H V-LR 4- WHITE SCR. 10''„ S H A R ROW L-:'_FT RIGHT (w1ULE� i RIGHT TURN SHA 814'°J R Esl.iw-vR 4' -6* 7m 3'4r 41r 4" WH I TE MAIRKINGS IFi ow (WH 1ITE 47 WHITE OG RIGHT SHARROW {1NHITE] 4.-6. 4'1 H I1E MAFZKIWGS VEER RIGHT SHARROW (WHITE) CITY OF e era a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com SHW: L5R 4' i HIT€ 3'3' 8V' HARROW LEFT STR SHWL L 72 gi } (W)JITE) 138' a-V' LIGHT RIG MARKING 9 EFT TUR-NS HAR R O-W (VV H I T E) SFfW-,l L 1W-V'L A 4r Y-'cr I'-lo" ®-Er 4" WHITE MARKI NG JOG LEFTSHARROW ()NH-ITE) 40 WHITE i MAWNGS VEER LEFT SHARROW (WH[TE� DRAFTED: D. MCINTOSH i DESIGNED: J. COLE m wh#+�� owREVIEWED: C. MULLEN Ca I I :::. i 1 before you dig. APPROVED: D. WINKLER I .i! c 3980 +�s .$CISTL��• 1 SIGNAL �' 11- -202 4" tiffs Per AIRKIN G S 3FA* 001 SHARROW RIGHT RAIGHT (WHITE) DRAWING VERSION / REVISION LOG NO. DATE REVISION 72 SHARROW STRAIG HT SHARROW DET1TIN-CO SHW-LS � � 3. 31-4 r 6-� d' WHITE MARKINGS SHARROW LEFT STRAIGHT (WHITE) SHARRO-W BOTH DIRECT[ONS 2023 OVERLAY PROJECT G-07 SHARROW DETAILS 100% DESIGN CITY PROJECT #: 12523 SHT. 6 OF gg Al START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C1 25+00.00 28+11.09 10.4846 (d) 1700.00' 311.09' N/A 121294.59' 1265324.78' 121323.28' 1265634.10' N790 27' L1 28+11.09 31+79.17 N/A N/A 368.08' 33.26"E 121323.28' 1265634.10' 121390.61' 1265995.97' C2 31+79.17 35+20.91 27.9720 (d) 700.00' 341.74' N/A 121390.61' 1265995.97' 121370.28' 1266333.72' L2 35+20.91 38+00.00 N/A N/A 279.09' S720 34' 121370.28' 1266333.72' 121286.68' 1266599.99' 07.38"E C3 38+00.00 39+41.40 16.2025 (d) 500.00' 141.39' N/A 121286.68' 1266599.99' 121263.83' 1266739.05' L3 39+41.40 54+76.63 N/A N/A 1535.23' S880 46' 121263.83' 1266739.05' 121230.91' 1268273.93' 16.43"E IW I - - 32+00 � 00 34+00 - _ Q - _ - 31+00 C2 35+00 , +op A = I _ _ 30 - - S' VV 36+0 _ 2g+00 1 - .. 3 0 _ J 00 + 0 2$+00 T �2TH S 3��00 _ ?5+00 6+00 27 ,p W 312TH S / � T t2 _ -' C1 00 39+00- -------------- 7 Fe deral Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 15i., �w what's below. Call f _+il`il before you di DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN `sI�NAL �l 11- -2d25 40+00 41+00 42+00 43+00 44+00 45+00 46+00 T S�/V 312T ST I= � DI m < I c i Im I* I _ I� DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 HORIZONTAL AND VERTICAL DATUM HORIZONTAL DATUM: NAD 83/11 VERTICAL DATUM NAVD 88 HORIZONTAL AND VERTICAL DATUMS ESTABLISHED BY RTK GIPS OBSERVATION UTILIZING WSRN (WASHINGTON STATE REFERENCE NETWORK) Lj Pz --�N 47+00 48+ 0 49+00 50+00 51+00 52+00 - L3 SW 312TH ST II I � 2023 OVERLAY PROJECT SC-A-01 SURV.CONT. & KEY W Q 53+00 100% DESIGN CITY PROJECT #:I 12523 SHT. 7 OF gg APPROVED: D. WINKLER C1 Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 26+98 26+75 — _ � o now what's below. Call before you dig W S 312-�H S DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER � oNWA ,gyp• �j! 39804 SSIONai. •mil 21 -�4-2M 4'X25' 0 CD CD � — Z 30+00 UA L1 Ili 2A1 0 4'X65' / 3 \ 28+97 1 16.4 L 28+31 A n r1 1 _ DRAWING VERSION / REVISION LOG NO. DATE REVISION 1 21-FEB-20 ADDENDUM #2 GRAPHIC SCALE 0 10 20 40 V D i n 7- 0 W W U) W z_ _I 0 Q OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 2.5 IN AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER 2 EDGE PLANE PER SHEE a 86 G-04 AND G-05 3 DIG OUT AND REPAIR ROA 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER., PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-A-01 STA: 25+00-35+00 E:1 100% DESIGN CITY PROJECT #: 12523 SHT. 8 OF gg m� 2 � 40+47 IT Ire% = - -I V11 A/ Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 41+00 7 22' LT 41+00 SW 312TH ST 42+00 11 2 41+33 19 1 now what's below, Call before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER 19 �ZNE•a F NAs �~ 0 BINc��� *41 �A 39804 �,t,,•.!?EGI STE4t�. •lS SSIONAL �yCs 21 -�4-2023 4'X85' ( . � 43+13 �/ 6.8 L 43+00 PCCP SECTION PAGE G-05 DRAWING VERSION / REVISION LOG NO. DATE REVISION 1 21-FEB-2023 ADDENDUM #2 TYPICAL SECTION PAGE G-05 I 4'X121' l 3 44+03 �/ 10.6 L 44+00 cr c 0 U L 45 < C LL LL U, LL z c) Q OX OVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 2.5 IN AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER. 2 EDGE PLANE PER SHEE fi-9E G-04 AND G-05 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER. IVOIV-SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER. RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-A-02 STA: 35+00-45+00 100% DESIGN CITY PROJECT #: 12523 SHT. 9 OF gg m m Z7 C� Z G) cn N Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com ow what's below. Call before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER N E �;•.�� OF IIASgfNC�� A 39804 ° •'''�e�rs��•'1� �sjorrai..� 21 -�4-2023 52+41 DN PAGE G-04 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 1 1 121-FEB-2023 ADDENDUM #2 GRAPHIC 1 1 1P 1 41 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 2.5 IN AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER 2 EDGE PLANE PER SHEE fa-6a G-04 AND G-05 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL 25 F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-A-03 STA: 45+00 - 54+75 100% DESIGN CITY PROJECT #:I 12523 SHT. 10 OF gg 1'X8' vg:*�L Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com r now what's below. Ca II -' l before you dig 1 a PROPOSED RAMP, 52+17, 28.6' L SCALE: 1 "=3' DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 6. CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS IS INCIDENTAL TO CURB RAMP BID ITEM(S). 2023 OVERLAY PROJECT CR-A-01 RAMP-1 60% DESIGN CITY PROJECT # 12523 SHT. 11 OF gg APPROVED: D. WINKLER 1 LU I _ 00 r- / / / / / / k Ile / / L / Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com z ►w what's below. Ca I I before you di 0 CD 3 27+01 4 27+01 14.6'LT 3.3'LT - 3p{ 0 o (n + 2g+pp ul N J c) DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN NkY SIGNAL �' DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 N O CL m z>_ Q ry 0 w U) w z_ J 0 Q X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-A-01 STA: 25+00 - 35+00 (CHAN) F-1 100% DESIGN CITY PROJECT #:I 12523 SHT. 12 OF gg APPROVED: D. WINKLER A? G) 00 I a O D —i 2 _— z m W m D z G� D 00 O m 0_ Federal Wa Centered on Opportunity 40+51 12.5' LT 41+00 41+02 6.4' LT SW 312TH ST 40+60 / 0.1' RT 41+18 3 6.6' RT iW what's below. Call 1- .:.1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 42+00 131 N E F •11AS • 0 8 137+71 3 38+p0 C3 — 39+00 43+00 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 NEENEEME 12 O W m z Q ry 0 W 0 W z_ J Q 75 0 Q 0 _z Q 0 W W Cn W _z J Q n443+77 3.3' RT X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-A-02 100% DESIGN CITY PROJECT #:I 12523 SHT. 13 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �SSIONA �'l� 11- -2 d2 5 STA: 35+00 - 45+00 (CHAN) OF gg --�-- -i n 2 _r Z m U) m m p u C� Z O co D O IV 45+54 6.1' LT d46+61 47+00 — _ 48+00 L3 SW-3.12TH ST - - - - - - - - - - - I - - - - - - - - T - - 45+54 45+83 46+34 4.9' RT L11 17.1' RT r2l 18.3' RT C� 2 _r Z m cn m m0 51+—U0" S 12TH ST z G) 00 0 m 51+06 25.4' RT CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 51+06 1.6' RT - - F 7 - —/- - — - - 51+38 8.2' RT 51+56 25.2' RT 52+05.50 8.2' RT 15 51+56 2.3 RT 52+05.03 19.1' RT DRAFTED: D. MCINTOSH f I DESIGNED: J. COLE iw whars below. REVIEWED: C. MULLEN II 1 I before you dig. APPROVED: D. WINKLER �Z N E pT ®AS f `l CSSI0NAL 52+05.85 15.77 RT 152+05.92 4.77 RT 52+16 52+07 2' X 31.63' DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 48+53 N GRAPHIC SCALE 20 0 10 20 40 X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-A-03 45+00 - 53+00 100% DESIGN f PROJECT #:2523 14 98 B1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L1 55+00.00 83+23.51 N/A N/A 2823.51' S880 52' 122596.75' 1265901.72' 122541.22' 1268724.68' 23.12"E I I ' c ' co , o � Q +00 5(3+nn . .. ..... ...... ...... ...... ...... i I I I I I I HORIZONTAL AND VERTICAL DATUM HORIZONTAL DATUM: NAD 83/11 VERTICAL DATUM NAVD 88 HORIZONTAL AND VERTICAL DATUMS ESTABLISHED BY RTK GPS OBSERVATION UTILIZING WSRN (WASHINGTON STATE REFERENCE NETWORK) I I I - — I I I ► I I ccn c I > I_ I I I ► I Q Q I _ I z �— — co co I I I I - — �_Iz . ............ 111111 . . \ / / I I co w a \ c ? SW 308TH ST _.� o��uu /u+UU 71+00 72+00 73+00 74+00 75+00 SW 308TH ST 76+00 7 +00 (�--- I -- -- I— I L1 I I I 00% DESIGN CITY OF DRAFTED: D. MCINTOSH DRAWING VERSION / REVISION LOG CITY PROJECT #: �ZNE J NO. DATE REVISION 2023 OVERLAY PROJECT OF 11ASg ti...�$ 2523 edera ay x DESIGNED: J. COLEF Centered on Opportunity 15 REVIEWED: C. MULLEN C o SC—B-01 SHT. new what's below. 33325 8th Avenue South (253) 835-2700Ca I I f _+ ill before you did SIONAL'l ��- -2d2� Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER SURV.CONT. & KEY OF 98 58+71 9 21.4' LT 2.7� 58+82 �> 60+09 O 60+30 / \ 60+70 4'X4' O 60+73 �/ 18.3 LT 9 21.9' L 2 � 60+96 2.1 60+59 10.7 L 5'X58' 3 62+51 2.9' L m I �/,V,,I Z D m 59+00 1� 58+97 7.7 R 41X29' / .� \ 59+18 �/ 5.3 L 'T OF I iry Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com — -V — — 4'X65' l 3 59+86 / 5.3 L 61+00 4'X4' 60+46 4'X37' 60+68 3 V R (2) 11.7' L DRAFTED: D. MCINTOSH DESIGNED: J. COLE now what's below. REVIEWED: C. MULLEN Call before you dig APPROVED: D. WINKLER �ZN EBJ� •' F WAS °' •. P 39804 �ECISTE4� ° SSIONAL �l 21 -�4-2M SW 308T�= +00 %3160+83 4'X14' 61 +67%0'X16'61+81 4'X23'3 62+31 4'X37' 3 63+12 5.7 L 34.8' L1.1' R 1.5' R 4. 1' L DRAWING VERSION / REVISION LOG NO. DATE REVISION 1 21-FEB-20 3 ADDENDUM #2 N A 2.7� 63+57 63+63 N O m ti >_z Q f� W LU U) W _z J U H Q %4'X4'63+57 7.7' L OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL 25 F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE PER 27 CFW DETAIL 3-26 REMOVAL AND REPLACE CROSSWALK, 28 COMPLETE PER CFW DET tIlL 9 28 3-27 2023 OVERLAY PROJECT SP-B-01 STA: 55+00 - 63+63 100% DESIGN CITY PROJECT #: 12523 SHT. 16 OF gg N _ IT'. 1WV Centered on Opportunity - 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com now what's below. Call before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER �Z N E J ''pF 1PASgj •.'�' �P 39804 • +P ��ISTEg.0 * ssIONAL� 21 -�4-2023 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 1 1 121-FEB-2023 ADDENDUM #2 1 c) O m e0 CD _Z Q ry r) W W Cn W _Z _J U Q OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND L GUTTER.", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE POCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE PER CFW DETAIL 3-26 28 REMOVAL AND REPLACE CROSSWALK, COMPLETE PER CFW DET L-3-i 3-27 2023 OVERLAY PROJECT SP-B-02 STA: 63+63-73+75 100% DESIGN CITY PROJECT A 12523 SHT. 17 OF gg CIT®: .1 V. W Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com now what's below. Call before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER �ZNE•a OF WASgj 39804 �SSIONai; .��1 21 -�4-2023 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 1 1 121-FEB-2023 ADDENDUM #2 1 76+58 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONIC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR. LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE 27 PER CFW DETAIL 3-26 REMOVAL AND REPLACE MEWFVRRXM&q CROSSWALK, 28 COMPLETE PER CFW DET L-a-iG 3-27 2023 OVERLAY PROJECT SP-B-03 STA: 73+75 - 76+67 100% DESIGN CITY PROJECT A 12523 SHT. 18 OF 98 ,, 158+75 �11.5LT c> _ 55,+0j r,Q-L7n 59+00 60+00 12 1 58+81 J58+88 [L]59+53 11.4 LT5.7 LT CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 14 59+97 18.5 LT 55+16 13.8' LT 55+18 2.3' RT 60+28 21.1' LT co Q t J 60+44 E 60+80 11.1 LT 10.6 LT DRAFTED: D. MCINTOSH / DESIGNED: J. COLE Mw what'sbelow. REVIEWED: C. MULLEN a I I -I before you dig APPROVED: D. WINKLER I I � SW 308TH ST 56+00» 61+00 ZN�E J,�_ ISTE�; 'l SSIONAL �yG ��- -2 d2 5 60+75 21.2' LT SW 308TH ST 14 56+80 5.4 LT 0 14 62+03 4.7 LT DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 57100 56+91 20.9' LT N 27+01 21' LT HORIZONTAL GRAPHIC SCALE 20 0 10 20 40 2 O m >_Z 58+00 Q 0 LLJ LU I ~ Q 4 56+98 57+38 11.2 LT 4 11.1' LT 14 62+46 15.2' LT 1�-179 -------- — 63+00 :4] 63+50 12 1 63+57 7 LT N O m ti _z Q 0 LLJ LU Cn W _Z J U Q X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 12 PLASTIC SPEED BUMP SYMBOL PER CFW DETAIL 3-26. INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-B-1 STA: 55+00 - 65+00 100% DESIGN T12 PROJECT #: 523 SHT. 19 CHAN) I of gg 4 64+23 1 0.5' LT > I C7 I _r Z m R 64+25 3 10.8' LT I U I W Q 8 64+5 �I I 3 64+84 9.6' LT 1 4 1 64+84 14 64+98 5 LT 14 66+36 4.7 LT 0 0 C 66+00 ll 6 3 66+97 8 67+50 9.5' LT I U) u1 > Q I x I o I I a +000 I I N GRAPHIC SCALE 67+76 20 0 10 20 40 9.8' LT W W U) W _Z J Q uuluf 14 64+19 1 8 1 64+79 14 5 8' RT 66+97 66+97 4.6 RT I I 10.4 RT 12 67+09 8 67+09 F 67+76 3 67+76 11.2 RT 64+31 64+84 3 16.5' RT 3 10.6' RT C�-fc 69+00 68+85 [L4] 69+17 14 4.1' LT 6.3 RT CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 69+99 9.3' LT 70+00 SW 308TH ST, m 1 f :. DRAFTED: D. MCINTOSH i DESIGNED: J. COLE m what's below. REVIEWED: C. MULLEN Ca II -]before- you dig APPROVED: D. WINKLER 171 +08 3.9 LT U: 80 �S R��I5TSg�• •l SI0NAL ' ��- -2 M J72+40 3 8.9' LT 72+00 72+25 72+32 72+40 4 1. 3' RT 12 4 1.3' RT DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 73+15 12.3' LT 73+00 00 z W W Cn W _Z .J U H Q 44 73+15 73+15 73+58 2.2' LT 3 11.9' RT 4 1' +5 X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B 12 PLASTIC SPEED BUMP SYMBOL PER CFW DETAIL 3-26. INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-B-2 STA: 65+00 - 75+00 (CHAN) 100% DESIGN f PROJECT #: 2523 20 gg CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com now what's below. Ca I i `,1 before you diq. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER l'VZ N E pF BAS c��`� III�,cao ��CISTEg�••l� sSI�NAL �' 11- -2 d2 5 76+56 0.9' LT DRAWING VERSION / REVISION LOG NO. I DATE I REVISION X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B 12 PLASTIC SPEED BUMP SYMBOL PER CFW DETAIL 3-26. INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-B-3 STA: 75+00 - 83+25 (CHAN) 100% DESIGN CITY PROJECT #: 12523 SHT. 21 OF gg C1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L2 85+00.00 87+21.89 N/A N/A 221.891 S770 56' 122663.42' 1263699.03' 122617.07' 1263916.03' 34.61 "E L3 87+21.89 107+07.68 N/A N/A 1985.79' S890 24 122617.07' 1263916.03' 122596.75' 1265901.72' 49.68"E :91, CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com N�l DRAFTED: D. MCINTOSH DESIGNED: J. COLE iw what's below. REVIEWED: C. MULLEN all.. =-] before you dig APPROVED: D. WINKLER 92+00 93+00 94+00 N...EBJ +� •.rCISTER,. ,l s`SIDNAL' ��- -2 d2 5 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION C2 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L4 108+00.00 115+51.79 N/A N/A 751.79' N37012 122571.99' 1263899.27' 123170.72' 1264353.92' 41.63"E +O�U1+VV 1 .U3+00—104+00 1 VJ+VV 1065 +VV 1 & 2023 OVERLAY PROJECT Sc-c-01 SURV.CONT. & KEY 00% DESIGN 7CITY PROJECT #: 12523 SHT. 22 OF gg D 0 r_ Z m m m 0 D z G) O m Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 1 m what's below. Call : ] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN ZNWEX\ 4�: .. 39804 oRB� STEg�,.�'tS 44q;, n, DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 E O J LU m Z>_ 0 W LU 0 LL1 Z J 2 CU Q OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.51N. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE PER 27 CFW DETAIL 3-26 2023 OVERLAY PROJECT SP-C-01 STA: 85+00-95+00 100% DESIGN CITY PROJECT #J 12523 SHT. 23 OF gg APPROVED: D. WINKLER 11-L4-2023 Federal Wa Centered on Opportunity iW what's below. 2l -]before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN NAEB\ DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 N r"PAPPIrl grAl F OX OVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.51N. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE PER 27 CFW DETAIL 3-26 2023 OVERLAY PROJECT SP-C-02 100% DESIGN CITY PROJECT #: 12523 SHT. 24 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �,• RISTER� '� s`SIONAL �' 11- -2 d2 5 STA: 95+00-105+00 OF gg C� _r Z m U) m m ;U CD Z G) cn n N z m CD m m �00 z G) N CA) Cn 10'X 19' 110+62 3 3.7' L ---/-V-. 12'X4' / 111 + 17 3 % 3.3' L 111+00 21'X35' O 110+27 11'X5' 110+77 4'X10' 07. 110+82 12'X4' (2) 111+12 8.4 3 R 6.9' R 1 R 6.3 R CITY OF e eraWa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 106+69 3.8' RT 12TH PL SW L4 N_ 112+00 18'X4' / 111 +85 3 % 4.9' R DRAFTED: D. MCINTOSH DESIGNED: J. COLE iw what'sbelow. REVIEWED: C. MULLEN Call'-.": before you dig APPROVED: D. WINKLER INAEB\ c 3980 SS;ONAL ' 11- -20 1 � 112+93 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION Ll 114+00 1 � 113+75 GRAPHIC 1 1 1P 1 41 CPO 1 � 114+65 115+( - - , 1 � 114+91 OX OVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.51N. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE PER 27 CFW DETAIL 3-26 2023 OVERLAY PROJECT SP-C-03 STA: 105+00-115+52 100% DESIGN CITY PROJECT #: 12523 SHT. 25 OF gg J100+80 0 J 101 +36 L�] 101+34 9.9 L 10.9 L 101+00 11 cn w I Q I = 00 CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 2-1101+36 20.6 L I I14 101+38 5.4 L P 14 101+52 15.2 L 1n��nn J101 +48 0.4 R 103+00 J105+02 L4]105+18 7.9 L 8.9 L L, 2 r- - z SW 308TH ST m m + 0 106+00 m o - D z — --�-- OD 105+10 r 12 7.4' L L m DRAFTED: D. MCINTOSH I� DESIGNED: J. COLE iw what's below. REVIEWED: C. MULLEN 21 � � =-] before you dig APPROVED: D. WINKLER ca`SX NE8J .. 398 .• ' SIDNnL' ��- -2 d2 5 107+00 i %—A 107+08 J n 06+73 3 2. 'R DRAWING VERSION / REVISION LOG NO. I DATE I REVISION )6+89 1' L n na-t-nn N „E 104+05 L�l 104+44 7.8' L 8.5 L I 0 W 00 z i U1 P Q ry 0 W W U) W -- � _z J Q X PAVEMENT MARKING CONSTRUCTION NOTES 1 PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PAINTED EDGE LINE (MATERIAL TYPE D) 4 PAINTED DOUBLE YELLOW CENTERLINE 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 8 PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 12 PLASTIC SPEED BUMP SYMBOL PER CFW DETAIL 3-26. INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 15 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING 18 PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT Pm-C-01. STA: 100+00 - 107+00 (CHAN) 100% DESIGN CITY PROJECT #: 12523 SHT. 26 OF gg 3 31�+pp 132+00 133+00 �34+00 135+00 �3 6 L3 (DI - y�00 i v 0 + O M T- d'x 00 r I 127+00 126+00 ter; -�-�- s o ti X0 +I LO _N p D I � N I � I C I Io r + Ico � I N PI 2 +00 121+00 <« f - -r _d1n62+00 163+00 164+00,.e,- 165+00 LO CD I 1 FCC 160+66.96 �e � I o\ to I I I I I I + PT 137+04.94 o I I I I I I - - I �I I � - L 16166+17 1 I to +t r o o I o LO I� vlo I o I- I o I f -00 I + - I J _ LO - cm I I T l oo le o J + _ _ I + � I co I � I o FPC -- -- N I� I I I o 139� 8.15 t oI I co . c 100+ I + I of C) I I 1 �� a I I I I PT 15r+1 6+ Ico 2 00 J - - 3��p� �n5 17+00 148+0 149+00z«M=-150+00 «Ms151 +00 G3 rl- o 0 FF cli Fe deral Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com zrt. m what}s below. Call ry `i;` �l before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN ti $NA NAL -2d2�l 11- 5 0 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 D4 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C3 151+33.92 152+12.66 90.2313 (d) 50.00' 78.74' N/A 120357.93' 1253416.44' 120406.73' 1253467.81' L7 147+00.00 151 +33.92 N/A N/A 433.92' S880 24' 120369.93' 1252982.69' 120357.93' 1253416.44' 52.34"E L8 152+12.66 155+79.47 N/A N/A 366.81' N 1 ° 21' 15.11 "E 1 120406.73' 1253467.81' 1 120773.43' 1 1253476.48' D5 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C4 160+66.96 161+45.71 90.2420 (d) 50.00' 78.75' N/A 120733.37' 1253115.19' 120782.15' 1253166.58' L9 157+00.00 160+66.96 N/A N/A 366.96' N 1 0 22' 09.59"E 120366.51' 1253106.42' 120733.37' 1253115.19' L10 161+45.71 166+16.67 N/A N/A 470.96' S880 23' 120782.15' 1253166.58' 120768.91' 1253637.35' 19.24"E 2023 OVERLAY PROJECT SC-D-01 SURV.CONT. & KEY 100% DESIGN CITY PROJECT 12523 SHT. 27 OF gg APPROVED: D. WINKLER CITY OF Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com RAMP #11 RAMP #3 —Z__ I DRAFTED: D. MCINTOSH DESIGNED: J. COLE m what'sbelow• REVIEWED: C. MULLEN Call !-']before you dig APPROVED: D. WINKLER i DRAWING VERSION / REVISION LOG NO. DATE I REVISION GRAPHIC 1 1 1=0 2P 41 30+1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 QUARRY SPALLS INCLUDEING PLACEMENT 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 TREE REMOVAL 2023 OVERLAY PROJECT SP-D-01 STA: 120+00 - 125+00 100% DESIGN T12 PROJECT # 523 SHT. 28 OF gg CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com f m what's below. Call ; l before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER 0 Eg\ r0',' �ECISTEg�•'.l' SSI0IVAL 11- -2 d2 5 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION )2 7 A Ic 3 MATCHLINE SEE DRAWING 24 - SP-C-02 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 QUARRY SPALLS INCLUDEING PLACEMENT 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 TREE REMOVAL 2023 OVERLAY PROJECT SP-D-02 STA: 125+00 - 136+00 100% DESIGN CITY PROJECT # 12523 SHT. 29 OF 98 MATCHLINE SEE DRAWING 29 - SP-D-02 *SEE "RESIDENTIAL PLANE AND INLAY SECTION OVERLAY WITH CURB AND GUTTER" MATCHLINE SEE DRAWING 29 - SP-D-02 Federal Wa Centered on Opportunity m what's below. Ca I I ;,, i I before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 1.9 INAE\ U L 6'X29' (1 1 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 QUARRY SPALLS INCLUDEING PLACEMENT 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 TREE REMOVAL +02 2023 OVERLAY PROJECT SP-D-03 100% DESIGN CITY PROJECT 12523 SHT. 30 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER ��. RB:ISTL+Rbf9•.��yY'' ss'I�NAL fir' 11- -2 d2 5 STA: 136+00 - 151+50 OF 98 CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com iW what's below. 21 l l -]before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER `4 -r� •. �� aa�4 �.• +� ISTER�•.•' SSIONaL �l 11- -2 d2 5 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 16 U OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 QUARRY SPALLS INCLUDEING PLACEMENT 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 TREE REMOVAL SIGN NOTES: 0 NO PED CROSSING SIGN, WSDOT R9-3A 0 USE CROSSWALK SIGN, WSDOT R9-31B L (QD USE CROSSWALK SIGN, WSDOT R9-31B R 2023 OVERLAY PROJECT SP-D-04 STA: 142+00-146+50 & 151+00-156+00 100% DESIGN CITY PROJECT # 12523 SHT. 31 OF gg Federal Wa Centered on Opportunity iw whafs below. Call ., . l before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN �ZNWE 41 rrill DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 QUARRY SPALLS INCLUDEING PLACEMENT 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 TREE REMOVAL 2023 OVERLAY PROJECT SP-D-05 100% DESIGN CITY PROJECT # 12523 SHT. 32 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �sSIONAL .�'1�` ��- -2 d2 5 STA: 157+00-166+17 OF gg I2'X4.8' 18 MATCH EXISTING ' 4.9' I _ 203.88 TOC 203.97 FG 203.55 FL N T ANSITION PANEL `V 2'X4.9' 18 203.54 FG 1.8% MATCH EXISTING 5 4.8� 4.9' 6 5 10 o I dam -' N TRANSITION PANE 2 44.11 TOC 204.20 FG 14 LF 25 14 LF 1.80o 204.16 FG 204.10 FL 1.8% 25 4.9' 204.09 FG 204.17 FL 4.8 0 204.59 FG o 204.49 TOC 17 LF 17 �`� > o 0 o 0 .10 J >°°°° o N 0 0 ° ° �- 204.19 TOC-------- - - --- -- 0 204.18 FL 204.16 TOC >0000 1.8 /0 204.15 FL 1 204.17 FG )0°0° 0 0 4.9 18 LF 17 204.14 FG I 0000 0°0° o 1.8% 204.28 FG 0°0 �1� o 1 °N0 0 N 1 I� 4 8' 204.25 FG OX OVERLAY CONSTRUCTION NOTES: __-- ------ _ _-_-_-_ -_ _- - 0 o000 1 �� \ �1� N 0000 204.49 TOC CO I 0 0 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE I 204.16 FL I 1 8% 1 4.9' 204.27 FG 204.15 FG 204.28 FL 1.8% 4.8' 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 T ANSITION PANEL 204.38 FG �- I 204.29 TOC r-18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 L � � � 204.58 FG CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL MATCH EXISTING 1" �' I 204.64 TOC nn n �n rr+ 4:8' � 25 F-10.12-04 1.8% `204.30 FG1.8 VX4.8' 5' N TRANSITION P NE N 1 2 CURB RAMP STA:128+42.88 MATC H EXISTING SCALE. 1 =3 5' I 18 2'X5' 1 CURB RAMP STA: 123+41.14 SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 100% DESIGN CITY OF DRAFTED: D. MCINTOSH DRAWING VERSION / REVISION LOG CITY PROJECT # �ZNE J NO. DATE REVISION 2023 OVERLAY PROJECT of ►►ASg �...�$ rNG�� 2523 ederal iDESIGNED: J. COLE Centered on Opportunity sHT. 33 C REVIEWED: C. MULLEN 3980 CR-D-01 now W11�# S_�BIQW. `�$crsTaR$°••' 33325 8th Avenue South (253) 835-2700 Ca II : before you dig SS101YAL Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER RAMPS 1 & 2 OF 98 I JJ.JV I MATCH EXISTING 13.5 L F 2.5 4.8' TRANSITION P NE[.�- 1.1% 195.17 FG 4.7' 195.18 FL 00 �� 0 195.51 TOC O�� � 195.27 FG I 195.22 TOC 195.21 FL 1.1% 195.20 FG 0000< 000 < CDI 0000 0000 00000 00000 00000 6% 195.26 FG 4.6' 195.27 FL 0 rn 195.31 FG 195.28 TOC o 00�- C6LO 195.62 TOC 1.4% 195.29 FL 4.7' 195.28 FG 195.69 FG �- TRANSITION PA EL �- MATCH EXISTING - - J 4.9' 3 CURB RAMP STA: 122+71.01 SCALE: 1 "=3' 1 'X4.8_y1.8 16 L�Z17 5 18� VX4.9' VX4.9' 6 8 F 198.19 FG 198.53 TOC 5 16.5 LF r. 198.17 F!L�L 198.18 F 198.13 TOC 1' 6.8% 5' 198.60 FG I 4' 0 0 000 0000030000 0 0 oo 3.1 % 00000 5.5' 0000co 8-0 z 14,% 3.10 z I 5, 1, 73 198.20 FG 4 CURB RAMP STA:121 +84.14 SCALE: 1 "=3' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 100% DESIGN CITY OF DRAFTED: D. MCINTOSH DRAWING VERSION / REVISION LOG CITY PROJECT # �ZNE J NO. DATE REVISION 2023 OVERLAY PROJECT OF 1►ASg �...�$ rNG��12523 e eraWa DESIGNED: J. COLEF Centered on Opportunity C {4��**L+� below. C. MULLEN 3980 ��� �f1CR-D-02 SHT. 34 �$CIST61«�•.••••. 33325 8th Avenue South (253) 835-2700 Call i `'Ibeforeyou dig.SSIONAL'` Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER RAMPS 3 & 4 OF 98 16 LF Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 5 CURB RAMP STA: 122+70.22 SCALE: 1 "=3' { m what's below. Ca II 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 2'X4.8' ZNWE r 6 CURB RAMP STA: 155+53.36 SCALE: 1 "=3' OX 6 CURB RAMP STA: 155+53.36 SCALE: 1 "=3' OX OVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE CURB RAMP NOTES RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE DOCUMENTS PREPARED BY ENGINEER. 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 100% DESIGN DRAWING VERSION / REVISION LOG 2023 OVERLAY PROJECT CITY PROJECT # 1 12523 NO. I DATE I REVISION CR—D-03 I s"' 35 RAMPS 5 & 6 1OF gg APPROVED: D. WINKLER 11-¢-4-2023 N MWE'd AW 2'X4.3' 7 CURB RAMP STA:155+48.75 SCALE: 1 "=3' 8 CURB RAMP STA: 157+25.86 SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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. RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN DOCUMENTS PREPARED BY ENGINEER. F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 1 { m what's below. Ca II 1 before you dig DRAFTED: D. MCINTOSH NE J ,.$ pF BABgIN DESIGNED: J. COLE 4~4' ` REVIEWED: C. MULLEN C •• �so +� ��CISTE��• SIGNAL DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-D-04 RAMPS 7 & 8 100% DESIGN CITY PROJECT A 12523 sHT. 36 OF gg APPROVED: D. WINKLER 1 11 / n- 2025 13 LF MATCH EXISTING 5' 9 CURB RAMP STA: 157+41.00 SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com iW what's below. 21 l l -]before you dig 3'X5' 6 81 204.6 TOC 704.26 FL 204.27 FG . DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER 3' 14 LF 6.9% 5' 1'X5' 2-5 6.9% 5' / 1.8% 4' 0 0 0000 00180 >0006 6000 )DODO OD0 OR i°o°o0 0 0 1 8% 4' 20 LF67 5 11 CURB RAMP STA: 121+87, 18.5' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. 204.44 FG 3' w 1 FG z a � o z X w 00P O 6.9% cn Q 5' z 204.01 TOC ?04.00 FL 3' 204.02 FL 204.03 FG 18� 3'X5' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 10 CURB RAMP STA: 164.37, 16.2 L SCALE: 1 "=3' 319804 ti SSIONaL � 11- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 100% DESIGN 2023 OVERLAY PROJECT 1CITY PROJECT 12523 CR-D-05 SHT. 37 RAMPS 9 1OF 98 76 CITY OF Fe d e ra Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 01 iW what's below. CaII `i`"�1 before you di m DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER NAL -2d2�l 11- 5 E1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C1 168+65.29 170+14.07 60.8901 (d) 140.00' 148.78' N/A 122319.00' 1256809.49' 122316.83' 1256951.36' C2 171+48.39 175+96.16 146.6021 (d) 175.00' 447.77' N/A 122383.11' 1257068.17' 122151.36' 1257310.41' C3 179+48.27 181+66.45 83.3395 (d) 150.00' 218.18' N/A 121837.72' 1257150.37' 121644.74' 1257200.77' C4 181+74.92 182+55.96 33.1656 (d) 140.00' 81.04' N/A 121640.04' 1257207.81' 121578.58' 1257258.88' S580 40' L1 167+00.00 168+65.29 N/A N/A 165.29' 122404.93' 1256668.29' 122319.00' 1256809.49' 41.51"E N600 25 L2 170+14.07 171 +48.39 N/A N/A 134.31' 122316.83' 1256951.36' 122383.11' 1257068.17' 54.13"E S270 02' L3 175+96.16 179+48.27 N/A N/A 352.11' 122151.36' 1257310.41' 121837.72' 1257150.37' 01.53"W S560 18' L4 181 +66.45 181 +74.92 N/A N/A 8.47' 121644.74' 1257200.77' 121640.04' 1257207.81' 20.63"E S230 08' L5 182+55.96 182+97.52 N/A N/A 41.56' 121578.58' 1257258.88' 121540.36' 1257275.21' 24.40"E E2 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C5 186+50.05 187+09.91 48.9920 (d) 70.00' 59.86' N/A 122226.84' 1256940.70' 122284.80' 1256944.01' L11 183+00.00 186+50.05 N/A N/A 350.05' N270 45' 121917.09' 1256777.63' 122226.84' 1256940.70' 52.36"E L12 187+09.91 187+35.91 N/A N/A 26.00' N21 ° 13' 122284.80' 1256944.01' 122309.04' 1256934.59' 38.87 W E3 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C6 187+42.53 189+94.89 51.6408 (d) 280.00' 252.36' N/A 122423.84' 1257254.73' 122666.67' 1257277.66' L13 187+00.00 187+42.53 N/A N/A 42.53' N31 ° 12' 122387.47' 1257232.69' 122423.84' 1257254.73' 55.23"E E4 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L14 190+00.00 191+80.44 N/A N/A 180.44' S64012' 38.78"E 121930.22' 1257197.57' 121851.72' 1257360.03' DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 2023 OVERLAY PROJECT SC-E-01 SURV. CONT. & KEY 100% DESIGN CITY PROJECT 12523 OF gg OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 100% DESIGN CITY OF DRAFTED: D. MCINTOSH DRAWING VERSION / REVISION LOG CITY PROJECT �ZNE J NO. DATE REVISION 2023 OVERLAY PROJECT � �J of rrasg �..�� J��2523 Federal DESIGNED: J. COLE �':��" '��•��, Centered on Opportunity CSP—E-0139 Know wha#'sbelow. REVIEWED: C. MULLEN R SHT. �'G STER gyp... 33325 8th Avenue South (253) 835-2700 Ca II 1 before you digSSIONALl Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER 11- -2�23 STA. 167+00-175+00 OF 98 � 2 79+53 iimRT Fe deral Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 178+48 7 4.7' RT Z. �� ow what's below. Call before you di RAMP #1062 1�178+46 1.4 RT 0 cJP . t1A DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN Ic `sI�NAL �l -2d25 GRAPHIC SCALE 410 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 11 Z'RT 6+03 175+94 5.3 RT 11 �2 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-E-02 STA: 175+00-183+00 100% DESIGN CITY PROJECT 12523 SHT. 40 OF gg APPROVED: D. WINKLER h 2'X32' Federal Way Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com r m what's below. Call ;:'` i " I before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN ZN�E c 3980i . �EGISTE��•'�t�y DRAWING VERSION / REVISION LOG NO. I DATE I REVISION GRAPHIC SCALE 1 1 1 20 �1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-E-03 STA: 183+00-191+50 100% DESIGN CITY PROJECT 12523 SHT. 41 APPROVED: D. WINKLER 12 Leh-2D23 7 SY 20 LF i REMOVE EXISTING SIDEWALK PANELS i 1 EXISTING CURB RAMP STA: 167+91.30 SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. CITY OF Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com i iw what's below. Call :_'::1 "Ibeforeyou dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER �IN E 'OF 11AS IONAi. 11- 4-2023 29 2 PROPOSED CURB RAMP STA: 167+90.86 SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. DRAWING VERSION / REVISION LOG NO. I DATE I REVISION PANELS OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-E-01 RAMPS 1 & 2 100% DESIGN CITY PROJECT 12523 SHT. 42 OF gg 2'X5' 3 EXISTING CURB RAMP, 169+78, 12.7 L SCALE: 1 "=10' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. Federal Wa Centered on Opportunity w what's below. Call'.'' before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 2'X5' 4 PROPOSED( SCALE: 1 "=3' RAMP DESIGNED DOCUMENTS PRE c,t C ST0RUO.1t`' SSIONAL'� DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-E-02 100% DESIGN CITY PROJECT 12523 SHT. 43 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER c—4-2d25 RAMPS 3 & 4 OF gg 9L 5 EXISTING CURB RAMP, 186+86, 13.7' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. Federal Wa Centered on Opportunity w what's below. Call'.'' before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 33.7 LF 6 PROPOSED CURB RAMP STA: 183+94.60, 21.68' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. DRAWING VERSION / REVISION LOG 1 NO. 1 DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-E-03 100% DESIGN CITY PROJECT 12523 SHT. 44 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �SSIONA ��'1l�' RAMPS 5 & 6 OF gg 7 EXISTING CURB RAMP STA: 173+16.41 SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. Federal Wa Centered on Opportunity w what's below. Call'.'' before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 8 PROPOSED CURB RAMP STA: 187+19.72, 22.2' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-E-04 100% DESIGN CITY PROJECT 12523 SHT. 45 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER mil;•, +P�ISTER��,.••.1� '" s`SIONAL �' 11- -2 d2 5 RAMPS 7 & 8 OF gg 01 9 PROPOSED CURB RAMP STA: 173+52.62 SCALE: 1 "=3' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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. RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER DOCUMENTS PREPARED BY ENGINEER. 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 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 100% DESIGN CITY OF DRAFTED: D. MCINTOSH DRAWING VERSION / REVISION LOG CITY PROJECT �ZN E J NO. DATE REVISION 2023 OVERLAY PROJECT OF 1►ASg ti•..�$ 2523 edera a 8 DESIGNED: J. COLE Centered on Opportunity REVIEWED: C. MULLEN CR-E-05 SHT. 46 398 4 Know what's below. .� 33325 8th Avenue South (253) 835-2700 Call'.'' before you dig ss oNAL 1 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER RAMP 9 OF 98 10 EXISTING CURB RAMP STA: 178+23.53 SCALE: 1 "=3' Federal Wa Centered on Opportunity w what's below. Call'.'' before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 3'X5' 11 PROPOSED CURB RAMP STA: 178+65.16, 30.18' L SCALE: 1 "=3' DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-E-06 100% DESIGN CITY PROJECT 12523 SHT. 47 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER 8� ST�UO, ass • . IONAL'.S� Z IN-4-2d25 RAMPS 10 & 11 OF gg 12 PROPOSED CURB RAMP STA: 178+26, 30.7 L SCALE: 1 "=3' Federal Wa Centered on Opportunity w what's below. Call'.'' before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN OVE SHRUB DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-E-07 RAMP 12 100% DESIGN CITY PROJECT 12523 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �SS�1 STER!��. • •.1S ZONAL i IN-4-2d25 OF gg Fe deral Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com lull ►w what's below. CaII 11 befare you dig. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN NALl ��- -2d25 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 X PAVEMENT MARKING CONSTRUCTION NOTES 1 PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PAINTED EDGE LINE (MATERIAL TYPE D) 4 PAINTED DOUBLE YELLOW CENTERLINE 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 8 PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B 12 PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 15 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING 18 PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) SIGN NOTES: 10 NO PED CROSSING SIGN, WSDOT R9-3A 0 USE CROSSWALK SIGN, WSDOT R9-313 L 0 USE CROSSWALK SIGN, WSDOT R9-313 R 2023 OVERLAY PROJECT PM-E-01 CHAN PLAN 100% DESIGN CITY PROJECT 12523 SHT. 49 OF 98 APPROVED: D. WINKLER Fe deral Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com SQ . �3 t1A 178+83 1 13' L 11 Qi ►w what's below. CaII 11 befare you dig. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN �� STL �' SIGNAL �' ��- -2025 GRAPHIC SCALE 0 10 20 UN 10 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 X PAVEMENT MARKING CONSTRUCTION NOTES 1 PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PAINTED EDGE LINE (MATERIAL TYPE D) 4 PAINTED DOUBLE YELLOW CENTERLINE 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 8 PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B 12 PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 15 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING 18 PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) SIGN NOTES: 1� NO PED CROSSING SIGN, WSDOT R9-3A USE CROSSWALK SIGN, WSDOT R9-313 L USE CROSSWALK SIGN, WSDOT R9-313 R GRAPHIC SCALE 414 2023 OVERLAY PROJECT PM-E-02 CHAN PLAN 100% DESIGN CITY PROJECT 12523 SHT. 50 OF gg APPROVED: D. WINKLER -o ado ON 6� o� ,. "rokp0 Q.. 1 S� g�k00 / 1 1 f +o oPT 201 +01.03 o rZ- 0 N N 0 N o PC 202+87.71 M N N 3-O�x 02 k00 22 o Q�0' k0�22`bk � 223 � 22`b xo sxoo 2`L1 k kv- 2� . v � + xl` N �n xo `LO'l o -or' QG 23k9� N 29+00 M J L.7JRLJ J N CITY OF Fe d e ra Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com n1 PT 209+19.1514, S o 0 'o IN 10+�7.09 0 0 + PC 212+11.23 I N �E z�. 7Z N DRAFTED: D. MCINTOSH 1 x DESIGNED: J. COLE W wha**,� below. C. MULLEN C 3980 L ��C.ISTL��••. Call before you dig �SI�NAL �l APPROVED: D. WINKLER 11- -2025 F1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING N61 ° 09' L2 193+00.00 195+64.05 N/A N/A 264.05' 129442.30' 1270757.93' 129569.71' 1270989.22' 03.99"E N480 01' L3 195+64.05 197+39.70 N/A N/A 175.65' 129569.71' 1270989.22' 129687.18' 1271119.80' 23.65"E 13 66 C36 197+39.70 201 +01.03 (d5j 155.00' 361.33' N/A 129687.18' 1271119.80' 129567.65' 1271378.41' 13 66 C31 197+39.70 201 +01.03 (d5j 155.00' 361.33' N/A 129687.18' 1271119.80' 129567.65' 1271378.41' 13 66 C26 197+39.70 201 +01.03 (d5j 155.00' 361.33' N/A 129687.18' 1271119.80' 129567.65' 1271378.41' 13 66 C21 197+39.70 201 +01.03 (d5j 155.00' 361.33' N/A 129687.18' 1271119.80' 129567.65' 1271378.41' 13 66 C16 197+39.70 201+01.03 (d5j 155.00' 361.33' N/A 129687.18' 1271119.80' 129567.65' 1271378.41' 13 66 C11 197+39.70 201+01.03 (d5j 155.00' 361.33' N/A 129687.18' 1271119.80' 129567.65' 1271378.41' 13 66 C1 197+39.70 201+01.03 (d5j 155.00' 361.33' N/A 129687.18' 1271119.80' 129567.65' 1271378.41' S10 35' L4 201+01.03 202+87.71 N/A N/A 186.68' 129567.65' 1271378.41' 129381.05' 1271373.23' 23.24"W C37 202+87.71 204+78.61 43.7500 (d) 250.00' 190.90, N/A 129381.05' 1271373.23' 129206.31' 1271437.81' C32 202+87.71 204+78.61 43.7500 (d) 250.00' 190.90, N/A 129381.05' 1271373.23' 129206.31' 1271437.81' C27 202+87.71 204+78.61 43.7500 (d) 250.00' 190.90, N/A 129381.05' 1271373.23' 129206.31' 1271437.81' C22 202+87.71 204+78.61 43.7500 (d) 250.00' 190.90, N/A 129381.05' 1271373.23' 129206.31' 1271437.81' C17 202+87.71 204+78.61 43.7500 (d) 250.00' 190.90, N/A 129381.05' 1271373.23' 129206.31' 1271437.81' C12 202+87.71 204+78.61 43.7500 (d) 250.00' 190.90, N/A 129381.05' 1271373.23' 129206.31' 1271437.81' C2 202+87.71 204+78.61 43.7500 (d) 250.00' 190.90, N/A 129381.05' 1271373.23' 129206.31' 1271437.81' S420 09 L37 204+78.61 207+92.64 N/A N/A 314.04' 129206.31' 1271437.81' 128973.52' 1271648.60' 36.92"E S42009' L33 204+78.61 207+92.64 N/A N/A 314.04' 129206.31' 1271437.81' 128973.52' 1271648.60' 36.92"E S42009' L29 204+78.61 207+92.64 N/A N/A 314.04' 129206.31' 1271437.81' 128973.52' 1271648.60' 36.92"E M. DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 2023 OVERLAY PROJECT SC-F-01 SURV.CONT. & KEY 100% DESIGN 7,2 PROJECT #: 523 SHT. 51 OF gg M N 0 N O F1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING S420 09' L25 204+78.61 207+92.64 N/A N/A 314.04' 129206.31' 1271437.81' 128973.52' 1271648.60' 36.92"E S420 09' L21 204+78.61 207+92.64 N/A N/A 314.04' 129206.31' 1271437.81' 128973.52' 1271648.60' 36.92"E S420 09' L17 204+78.61 207+92.64 N/A N/A 314.04' 129206.31' 1271437.81' 128973.52' 1271648.60' 36.92"E S420 09' L5 204+78.61 207+92.64 N/A N/A 314.04' 129206.31' 1271437.81' 128973.52' 1271648.60' 36.92"E C38 207+92.64 209+19.54 36.3545 (d) 200.00' 126.90' N/A 128973.52' 1271648.60' 128859.51' 1271699.32' C33 207+92.64 209+19.54 36.3545 (d) 200.00' 126.90' N/A 128973.52' 1271648.60' 128859.51' 1271699.32' C28 207+92.64 209+19.54 36.3545 (d) 200.00' 126.90' N/A 128973.52' 1271648.60' 128859.51' 1271699.32' C23 207+92.64 209+19.54 36.3545 (d) 200.00' 126.90' N/A 128973.52' 1271648.60' 128859.51' 1271699.32' C18 207+92.64 209+19.54 36.3545 (d) 200.00' 126.90' N/A 128973.52' 1271648.60' 128859.51' 1271699.32' C13 207+92.64 209+19.54 36.3545 (d) 200.00' 126.90' N/A 128973.52' 1271648.60' 128859.51' 1271699.32' C3 207+92.64 209+19.54 36.3545 (d) 200.00' 126.90' N/A 128973.52' 1271648.60' 128859.51' 1271699.32' S50 48' L6 209+19.54 210+97.09 N/A N/A 177.55' 128859.51' 1271699.32' 128682.88' 1271717.28' 20.82"E S40 20' L38 210+97.09 212+11.23 N/A N/A 114.14' 128682.88' 1271717.28' 128569.06' 1271725.93' 51.80"E S40 20' L34 210+97.09 212+11.23 N/A N/A 114.14' 128682.88' 1271717.28' 128569.06' 1271725.93' 51.80"E S40 20' L30 210+97.09 212+11.23 N/A N/A 114.14' 128682.88' 1271717.28' 128569.06' 1271725.93' 51.80"E S40 20' L26 210+97.09 212+11.23 N/A N/A 114.14' 128682.88' 1271717.28' 128569.06' 1271725.93' 51.80"E S40 20' L22 210+97.09 212+11.23 N/A N/A 114.14' 128682.88' 1271717.28' 128569.06' 1271725.93' 51.80"E S40 20' L18 210+97.09 212+11.23 N/A N/A 114.14' 128682.88' 1271717.28' 128569.06' 1271725.93' 51.80"E S40 20' L7 210+97.09 212+11.23 N/A N/A 114.14' 128682.88' 1271717.28' 128569.06' 1271725.93' 51.80"E C39 212+11.23 214+01.73 54.5746 (d) 200.00' 190.50' N/A 128569.06' 1271725.93' 128412.93' 1271822.11' Federal Wa Centered on Opportunity m what's below. Call i ' l before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN �ZN E ••OF 1PAS • DRAWING VERSION / REVISION LOG F1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C34 212+11.23 214+01.73 54.5746 (d) 200.00' 190.50' N/A 128569.06' 1271725.93' 128412.93' 1271822.11' C29 212+11.23 214+01.73 54.5746 (d) 200.00' 190.50' N/A 128569.06' 1271725.93' 128412.93' 1271822.11' C24 212+11.23 214+01.73 54.5746 (d) 200.00' 190.50' N/A 128569.06' 1271725.93' 128412.93' 1271822.11' C19 212+11.23 214+01.73 54.5746 (d) 200.00' 190.50' N/A 128569.06' 1271725.93' 128412.93' 1271822.11' C14 212+11.23 214+01.73 54.5746 (d) 200.00' 190.50' N/A 128569.06' 1271725.93' 128412.93' 1271822.11' C4 212+11.23 214+01.73 54.5746 (d) 200.00' 190.50' N/A 128569.06' 1271725.93' 128412.93' 1271822.11' S580 55' L39 214+01.73 214+12.94 N/A N/A 11.21' 128412.93' 1271822.11' 128407.15' 1271831.71' 20.31 "E S580 55' L35 214+01.73 214+12.94 N/A N/A 11.21' 128412.93' 1271822.11' 128407.15' 1271831.71' 20.31 "E S580 55' L31 214+01.73 214+12.94 N/A N/A 11.21' 128412.93' 1271822.11' 128407.15' 1271831.71' 20.31 "E S58055 L27 214+01.73 214+12.94 N/A N/A 11.21' 128412.93' 1271822.11' 128407.15' 1271831.71' 20.31 "E S580 55' L23 214+01.73 214+12.94 N/A N/A 11.21' 128412.93' 1271822.11' 128407.15' 1271831.71' 20.31 "E S58055' L19 214+01.73 214+12.94 N/A N/A 11.21' 128412.93' 1271822.11' 128407.15' 1271831.71' 20.31 "E S580 55' L8 214+01.73 214+12.94 N/A N/A 11.21' 128412.93' 1271822.11' 128407.15' 1271831.71' 20.31 "E C40 214+12.94 216+49.23 45.1273 (d) 300.00' 236.29' N/A 128407.15' 1271831.71' 128221.74' 1271968.20' C35 214+12.94 216+49.23 45.1273 (d) 300.00' 236.29' N/A 128407.15' 1271831.71' 128221.74' 1271968.20' C30 214+12.94 216+49.23 45.1273 (d) 300.00' 236.29' N/A 128407.15' 1271831.71' 128221.74' 1271968.20' C25 214+12.94 216+49.23 45.1273 (d) 300.00' 236.29' N/A 128407.15' 1271831.71' 128221.74' 1271968.20' C20 214+12.94 216+49.23 45.1273 (d) 300.00' 236.29' N/A 128407.15' 1271831.71' 128221.74' 1271968.20' C15 214+12.94 216+49.23 45.1273 (d) 300.00' 236.29' N/A 128407.15' 1271831.71' 128221.74' 1271968.20' C5 214+12.94 216+49.23 45.1273 (d) 300.00' 236.29' N/A 128407.15' 1271831.71' 128221.74' 1271968.20' F1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING S 130 47' L9 216+49.23 216+50.66 N/A N/A 1.43' 41.90"E 128221.74' 1271968.20' 128220.35' 1271968.54' C41 216+50.66 220+35.83 22.0688 (d) 1000.00' 385.17' N/A 128220.35' 1271968.54' 127872.94' 1272129.28' C6 216+50.66 220+35.83 22.0688 (d) 1000.00' 385.17' N/A 128220.35' 1271968.54' 127872.94' 1272129.28' 1 NO. I DATE I REVISION 1 2023 OVERLAY PROJECT SC-F-02 100% DESIGN CITY PROJECT #: 12523 SHT. 52 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �' R�'GISTER�•'•' 11-L4-2023 LINE CURVE TABLE OF gg n M N O N O m F2 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L40 220+00.00 221 +85.21 N/A N/A 185.21' S370 55' 129569.71' 1270989.22' 129423.62' 1271103.06' 41.90"E F3 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L10 220+00.00 221+17.07 N/A N/A 117.07' N80 54' 128966.15' 1271233.85' 129081.81' 1271215.72' 35.72"W C8 221+17.07 222+69.96 72.9979 (d) 120.00' 152.89' N/A 129081.81' 1271215.72' 129208.34' 1271281.83' C7 221+17.07 222+69.96 72.9979 (d) 120.00' 152.89' N/A 129081.81' 1271215.72' 129208.34' 1271281.83' L11 222+69.96 223+99.39 N/A N/A 129.43' N640 05' 129208.34' 1271281.83' 129264.90' 1271398.25' 16.66"E F4 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L12 226+00.00 228+61.59 N/A N/A 261.59' N61 ° 50' 129132.21' 1271504.91' 129255.67' 1271735.53' 21.73"E F5 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L13 229+00.00 230+90.69 N/A N/A 190.69' N740 05' 128939.72' 1271673.29' 128992.00' 1271856.68' 21.40"E F-6 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L41 231 +00.00 231 +96.44 N/A N/A 96.44' S850 33' 128682.88' 1271717.28' 128675.40' 1271813.42' 09.43"E 100% DESIGN CITY OF DRAFTED: D. MCINTOSH DRAWING VERSION / REVISION LOG CITY PROJECT #: �ZNES J NO. DATE REVISION 2023 OVERLAY PROJECT of a Federa 12523 DESIGNED: J. COLE �:y�� �: Centered on Opportunity SC-F-03 53 REVIEWED: C. MULLEN 'SHT. Know what's below. 0 ., R 3980 33325 8th Avenue South (253) 835-2700 Call ' ��� i ' I before you dig. SSIONni. •� LINE CURVE TABLE Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER ��_ _���� OF g$ CITY OF vz*�: �1111 Fe d e ra I Way Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com now what's below. Call 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER INAEB\ c• � 3980 r' ftl STER��� ` 11-�4-2023 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION :: GRAPHIC 1 1 1i0 2iO 41 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED T WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-F-01 STA:232+00-240+63 100% DESIGN CITY PROJECT #: 12523 SHT. 54 OF gg Federal Wa Centered on Opportunity iW what's below. 21 l l -]before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN N N DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OX OVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-F-02 100% DESIGN CITY PROJECT #:I 12523 SHT. 55 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �SS�1 STER!��. • •.1S I IONAi.i 11-L4-2023 STA: 193+00-197+00 & STA:220+00-221+85 OF gg 4.5' x 15' / 3 200+30 �( 3.01 L 13� RAMP #17 198+11 8 6.9' L 20 1197+9i VV 5.5 L 1 7`�197+16 f 16.2 LT X11 1 � 4' x 30' 3 199+82 2) 3.42L 12 2 12� RA 10.5' x 13.5' �' 3 197+24 \ 4.07R 6.7' X 66'7 3 \ 197+15 �/ 6.40L CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com S ��TH AVE � DRAFTED: D. MCINTOSH DESIGNED: J. COLE iw what's below. REVIEWED: C. MULLEN 21 � � = ] before you dig APPROVED: D. WINKLER �SSIONA -2 02 5 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 12 GRAPHIC SCALE 20 0 10 20 40 O i OX OVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-F-03 STA: 196+00-208+00 100% DESIGN TCITY PROJECT #: 12523 SHT. 56 OF gg Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com iw what's below. 21 l l -]before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER �ZN E J ,����$ OF •11ASgI�C��� W 39804 �s �ISTER�••.1t SIDNnL' ��- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 n OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-F-04 STA:208+00 - 218+00 100% DESIGN CITY PROJECT #:I 12523 SHT. 57 OF gg 4(i Federal Wa Centered on Opportunity Mw what's below. Call 1 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN r GRAPHIC 1 1 19 1 �1 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 EXTRUDED CONC. CURB, PER CFW STD. DETAIL 3-04A 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-F-05 100% DESIGN CITY PROJECT #:I 12523 SHT. 58 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER 39804 ,,{,� �1STER�••.1e SSIDNAL' 11- -2 d2 5 STA:218+00 - 223+99 OF gg IN Federal Wa Centered on Opportunity 1 CURB RAMP, 195+38, 23.2' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. m what's below. Call :: _ . I d before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN ..�� pF •1YASgj�C �'. -H-CFI►, 14.5 LF DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 2 CURB RAMP, 195+91, 22.6' R SCALE: 1 "=3' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-01 100% DESIGN CITY PROJECT #:I 12523 SHT. 59 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER 39804 • ��I STEg� •'lt SSIONai' ��- -2 d2 5 RAMPS 1 & 2 OF 98 Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 3 CURB RAMP, 196.03, 19.1' L SCALE: 1 "=3' i m what's below. Call :. 1 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 0, 8 39804 \ISTER�• SIGNAL / 4 CURB RAMP, 203+71, 16.5' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 2'X5' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-02 RAMPS 3 & 4 100% DESIGN CITY PROJECT # 12523 SHT. 60 OF gg APPROVED: D. WINKLER IN-4-2d25 15 LF %i 5 CURB RAMP, 203+79, 23.4 R SCALE: 1 "=3' Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com GA m what_}s below. Call i 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 0, 8 39804 \ISTER�• SIGNAL / 6 CURB RAMP, 204+26, 31.5 R SCALE: 1 "=T DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-03 RAMPS 5 & 6 100% DESIGN CITY PROJECT # 12523 SHT. 61 OF gg APPROVED: D. WINKLER IN-4-2d25 VX5' 7 CURB RAMP, 206.30, 23.2' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com GA m what_}s below. Call i 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER 4'X5' CURB RAMP, 207+08, 17' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. _e. l 39804 �1STER�••.1e SSIDNAL' 11- -2 d2 5 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION \ Ni 4'X5' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT 100% DESIGN TCITY PROJECT #: 12523 CR-F-04 SHT. 62 RAMPS 7 & 8 1OF 98 Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com GA m what_}s below. Call i 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 39804 �1STER�••.1e SSIDNAL' 11- -2 d2 5 30 Lf 10 CURB RAMP, 208+61, 28.4' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-05 RAMPS 9 & 10 100% DESIGN CITY PROJECT #:I 12523 SHT. 63 OF gg APPROVED: D. WINKLER 255.67 TOC c I cs� �, f •� crf ao I 9 LF 1-7 I 255.48 FG I 0 0 1.8% o 0 0 5 0 0 255.37 FG I 00000 255.38 FL I 255.64 FG 0 0 255.39 TOC P� 00000 1 •� 000000o F I 255.53 FG 255.54 FL 14 LF125 E CURB RAMP, 209+25, 15.3' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com I� iw what's below. 2l `-] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 0, 8 39804 \ISTER�• SIGNAL / 28 LF 12 CURB RAMP, 208+58, 20.6' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-06 RAMPS 11 & 12 100% DESIGN CITY PROJECT #:I 12523 SHT. 64 OF gg APPROVED: D. WINKLER 11-L4-2023 287.85 FG 15 LF �25 Federal Wa Centered on Opportunity 287.25 FG 287.26 FL 287.76 TOC 287.46 FG S�00 \ 287.47 FL 1I 61�, -s 6' 6'\So O \ 5 287.61 FG 287.62 FL 287.63 TOC \ 16 LF 1.7 \ 287.73 FG 287.74 FL 1$0l0 � P Q G �P�GJ 13 CURB RAMP, 215+34, 13.5' R SCALE: 1 "=3' 288.24 TOC 1-8 1 X5 RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com I� iw what's below. 21 l l =-] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 39804 ,,{,� �1STER�••.1e SSIDNAL' 11- -2 d2 5 14 CURB RAMP, 220+12, 21.5' L SCALE: 1 "=3' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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. RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER DOCUMENTS PREPARED BY ENGINEER. APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 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 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-07 RAMPS 13 & 14 100% DESIGN CITY PROJECT #:I 12523 SHT. 65 OF gg APPROVED: D. WINKLER 21 L Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 15 CURB RAMP, 239+67, 16.4' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. I� iw what's below. 21 l l =-] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 0, 8 39804 \ISTER�• SIGNAL / DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-08 RAMP 15 100% DESIGN CITY PROJECT # 12523 �1:0 OF gg APPROVED: D. WINKLER IN-4-2d25 -11 Federal Wa Centered on Opportunity AAA_ 17 CURB RAMP, 198+44, 19.4' L SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. 16 CURB RAMP, 197+90, 24.3' L SCALE: 1 "=3' D C) 2 m X Y) OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF CURB RAMP NOTES DOCUMENTS PREPARED BY ENGINEER. 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. iw what's below. 21 l l =-] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-09 100% DESIGN CITY PROJECT # 12523 SHT. 67 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER 0, 8 39804 \�ISTER�•' S SIGNAL �'/ IN-4-2d25 RAMPS 16 &17 OF gg L 18 CURB RAMP, 197+83, 19.1' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. Federal Wa Centered on Opportunity iw what's below. 21 l l -]before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN VX4.7' _e. l 0, 8 39804 \ISTER�• SIGNAL / VX4.7' 19 CURB RAMP, 198+47, 19.3' R SCALE: 1 "=3' OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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. RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. 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. DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 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 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-1 0 100% DESIGN CITY PROJECT # 12523 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER IN-4-2d25 RAMPS 18 & 19 OF 98 Federal Wa Centered on Opportunity 20 CURB RAMP, 205+56, 19.8' L SCALE: 1 "=3' iw what's below. 21 l l =-] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 0, 8 39804 \ISTER�• SIGNAL / 21 CURB RAMP, 206+27, 18.9' L SCALE: 1 "=3' DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-1 1 100% DESIGN CITY PROJECT # 12523 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER IN-4-2d25 RAMPS 20 & 21 OF gg IZ 26 LF 22 CURB RAMP, 206+78, 21.5 R SCALE: 1 "=3' 23 CURB RAMP, 208+17, 18.4' L SCALE: 1 "=3' Federal Wa Centered on Opportunity x iw what's below. 21 l l -]before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN RAMP DE DOCUME _e. l 0, 8 39804 \ISTER�• SIGNAL / DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-F-1 2 100% DESIGN CITY PROJECT #:I 12523 SHT. 70 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER 11-L4-2023 RAMPS 22, 23 & 24 OF gg CIT Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com GA m what_}s below. Call i 1 before you dig. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 39804 �1STER�•'.1e SSIDNAL' 11- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 X PAVEMENT MARKING CONSTRUCTION NOTES 1 PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PAINTED EDGE LINE (MATERIAL TYPE D) 4 PAINTED DOUBLE YELLOW CENTERLINE 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 8 PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 12 PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 15 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING 18 PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-F-01 CHAN PLAN 100% DESIGN CITY PROJECT #: 12523 SHT. 71 OF gg APPROVED: D. WINKLER HORIZONTAL AND VERTICAL DATUM HORIZONTAL DATUM: NAD 83/11 VERTICAL DATUM NAVD 88 HORIZONTAL AND VERTICAL DATUMS ESTABLISHED BY RTK GPS OBSERVATION UTILIZING WSRN (WASHINGTON STATE REFERENCE NETWORK) GRAPHIC SCALE N 100 0 50 100 200 CITY OF i Federal Centered on Opportunity now what's below. 33325 8th Avenue South (253) 835-2700 Ca II before you di Federal Way, WA 98003-6325 www.cityoffederalway.com DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER 751 • NWE# �PD . 39804 �ISTL��•',�t SIGNAL �' ��- -2025 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 G3 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING C10 257+00.00 263+08.33 79.2153 (d) 440.00' 608.33' N/A 131876.45' 1276170.01' 132399.99' 1276371.65' L9 263+08.33 264+34.98 N/A N/A 126.65' N 180 32' 132399.99' 1276371.65' 132520.06' 1276331.37' 38.27"W C11 264+34.98 268+57.85 80.7618 (d) 300.00' 422.87' N/A 132520.06' 1276331.37' 132880.89' 1276475.96' L10 268+57.85 269+16.11 N/A N/A 58.26' N62013' 132880.89' 1276475.96' 132908.05' 1276527.51' 04.15"E L11 269+16.11 271+51.37 N/A N/A 235.26' N520 53' 132908.05' 1276527.51' 133049.99' 1276715.12' 22.12"E 2023 OVERLAY PROJECT SC-G-01 SURV.CONTA KEY 60% DESIGN CITY PROJECT #1 12523 SHT. 72 OF gg Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com Ir iw. what's below. Call ­'1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 1?0, '�?? 1ST04 Eg�°' i SSIONAi' 11- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 16 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED T WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE PER CFW DETAIL 3-26 L 2023 OVERLAY PROJECT SP-G-02 STA: 252+00 - 262+00 100% DESIGN CITY PROJECT 12523 SHT. 73 OF gg APPROVED: D. WINKLER CITY OF e e raWa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com I� now what's below. Call ^`� 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER N E F WAS 4 V= 6� • 18 EF� 'i�'• .. 44 SSI0NAL' 11- -2023 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 CEMENT CONC. CURB 12 IN. WIDE 22 DETECTOR LOOPS, PER CFW STD. DETAIL 3-44 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 27 REMOVAL AND REPLACEMENT OF SPEED HUMP, COMPLETE PER CFW DETAIL 3-26 2023 OVERLAY PROJECT SP-G-04 266+00-271+51 100% DESIGN CITY PROJECT # 12523 SHT. 74 OF gg 1 CURB RAMP 269+50, 33.6' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com I� iw what's below. 21 l l -]before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 1 1x 0, 8 39804 \�ISTER�•• t SIGNAL �'/ 2 CURB RAMP 269+01, 35' R SCALE: 1 "=3' RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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 DET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-G-01 RAMPS 1 & 2 100% DESIGN CITY PROJECT #1 12523 SHT. 75 OF gg APPROVED: D. WINKLER IN-4-2d25 2'X4.8' 18 `L 14 L F �2.5 320.24 FG 320.69 FG 0�0 o O OVERLAY CONSTRUCTION NOTES: n ° lJ , 00 - 319.90 TOC s?��= 0000 � ° 0 0 -' 319.57 FL 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 0000 O O O0 O o�o - 319.56 FG 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 O � 17 18 LF 320.44 FG O 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 320.15 TOM cP° - 320.14 FL 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL �� o �� F-10.12-04 2'X4.818 2f �O,L 320.13 FG y �� \' 320.35 TOC 320.34 FL 5 cS� 320.33 FG - ' 320.60 TOC -' 320.27 FL v 320.26 FG 3 CURB RAMP 269+48, 19.1' L SCALE: 1 "=3' FL = GUTTER FLOW LINE TOC = TOP OF CURB FG = FINISH GRADE 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. RAMP DESIGNED TO MAXIMUM EXTENT FEASIBLE. MEF DOCUMENTS PREPARED BY ENGINEER. 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. Federal Wa Centered on Opportunity iw what's below. 21 `-] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 39804 ,,{,� �1STER�••.1e SSIDNAL' 11- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 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 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.10-02. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 2023 OVERLAY PROJECT CR-G-02 RAMP 3 100% DESIGN CITY PROJECT #1 12523 SHT. 76 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER OF gg 25 257+45 6.1', R Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com i m what's below. Call :. 1 1 before you dig 258+93 10' R DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN _e. l 39804 �1STER�••.1e SSIONAL' 11- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 X PAVEMENT MARKING CONSTRUCTION NOTES 1 PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PAINTED EDGE LINE (MATERIAL TYPE D) 4 PAINTED DOUBLE YELLOW CENTERLINE 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 8 PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 12 PLASTIC SPEED BUMP SYMBOL PER CFW DETAIL 3-26. INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 15 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING 18 PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-G-02 STA: 252+00-262+00 100% DESIGN CITY PROJECT # 12523 SHT. 77 OF gg APPROVED: D. WINKLER -"*� �-02 CIT Fe deral Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com lull ►w what's below. CaII 11 befare you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN Nol WE� 4 �PD . 39804 �ISTL��•',�t SIGNAL �' ��- -2025 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 X PAVEMENT MARKING CONSTRUCTION NOTES 1 PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PAINTED EDGE LINE (MATERIAL TYPE D) 4 PAINTED DOUBLE YELLOW CENTERLINE 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 8 PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 2B 12 PLASTIC SPEED BUMP SYMBOL PER CFW DETAIL 3-26. INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 15 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING 18 PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN M-24.40-02 (MATERIAL TYPE A) SIGN NOTES: 10 NO PED CROSSING SIGN, WSDOT R9-3A USE CROSSWALK SIGN, WSDOT R9-313 L USE CROSSWALK SIGN, WSDOT R9-313 R 2023 OVERLAY PROJECT PM-G-03 STA: 266+00-272+00 60% DESIGN CITY PROJECT # 12523 SHT. 78 OF 98 APPROVED: D. WINKLER 266,+00 267+00 268,+00 269+00 270+00 271 +00 272+00 273+00 274+00 275+00 276+00 277+00 278+00 279+ 00 ell I co cm 0 N + M m N 290+00 291'+00 292+00 293+00 294+00 295+00 296+00 CITY OF Fe d e ra Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 297 00 298,+00 299+00 300+00 280+00 281 '+00 L- J - 301+00 302+00 303+00 304+00 ,'I - co 6 LO + 00 00 N 282+00 283+00 284+00 285+00 286+00 287+00 288+00 289+00 290+00 j I I L-1 - 1---1) ____j +00 306+00 307+00 308+00 309,+00 309+81 H1 START END START START END END SEGMENT DELTA RADIUS LENGTH BEARING STA STA NORTHING EASTING NORTHING EASTING L1 266+00.00 288+59.34 N/A N/A 2259.34' S880 50' 123770.85' 1273432.27' 123725.42' 1275691.15' 52.31 "E L2 288+59.34 293+20.63 N/A N/A 461.29' S880 28' 123725.42' 1275691.15' 123713.17' 1276152.28' 43.33"E L3 293+20.63 309+81.30 N/A N/A 1660.67' S870 45' 123713.17' 1276152.28' 123648.28' 1277811.68' 37.86"E L5 288+59.34 293+20.63 N/A N/A 461.29' S880 28' 123725.42' 1275691.15' 123713.17' 1276152.28' 43.33"E L6 293+20.63 309+81.30 N/A N/A 1660.67' S870 45' 123713.17' 1276152.28' 123648.28' 1277811.68' 37.86"E L8 288+59.34 293+20.63 N/A N/A 461.29' S880 28' 123725.42' 1275691.15' 123713.17' 1276152.28' 43.33"E L9 293+20.63 309+81.30 N/A N/A 1660.67' S870 45' 123713.17' 1276152.28' 123648.28' 1277811.68' 37.86"E z I ►w what's below. Call ' ,T d before you dig. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER Nol WE# �PD . 39804 �ISTL��•',�t SIGNAL �' ��- -2025 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION HORIZONTAL AND VERTICAL DATUM HORIZONTAL DATUM: NAD 83/11 VERTICAL DATUM NAVD 88 HORIZONTAL AND VERTICAL DATUMS ESTABLISHED BY RTK GPS OBSERVATION UTILIZING WSRN (WASHINGTON STATE REFERENCE NETWORK) 2023 OVERLAY PROJECT SC-H-01 SURV.CONT. & KEY 100% DESIGN CITY PROJECT #: 12523 SHT. 79 OF 98 Federal Wa Centered on Opportunity w what's below. Call'.'' before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 NON -SLIP MMA COATING 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-H-01 100% DESIGN CITY PROJECT #:I 12523 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER 0 . �, 39804 \�ISTER�•' S SIGNAL �'/ 11-L4-2023 STA: 269+00 - 276+00 OF gg c r r Federal Wa Centered on Opportunity iw what's below. Ca I I ! before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN GRAPHIC1 1 19 1 41 �ZN E pF AAS I DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO 10 GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT 12 STD. PLAN F-40.12.03 13 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT STD. PLAN F-40.12.03 14 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER CFW STD. DETAIL 3-10 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER 15 CFW STD. DETAIL 3-11 16 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, 19 COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 NON -SLIP MMA COATING 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL J LJ 2023 OVERLAY PROJECT SP-H-02 100% DESIGN CITY PROJECT #:I 12523 SHT. 81 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER Pp 39804 ICI SIQNAL ' ��- -2 d2 5 STA: 276+00 - 286+00 OF 98 m m 0 C� Z G) Oo 2 N Federal Way Centered on Opportunity DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN �IN E 'OF 11AS u v= 80, \SI0NAL �� GRAPHIC SCALE 20 0 10 20 40 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 NON -SLIP MMA COATING 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL J LJ k I I—) f 2023 OVERLAY PROJECT SP-H-03 100% DESIGN CITY PROJECT #:I 12523 SHT. 82 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com m what's below. Call". - 1 before you dig APPROVED: D. WINKLER STA:286+00-296+00 OF 98 Federal Wa Centered on Opportunity DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN GRAPHIC SCALE 1 1 11P 1 41 �� •. �, 39804 �1STER�•'.1e SSIDNAL' 11- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 9 OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 NON -SLIP MMA COATING 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL J LJ L 1 -1 1 I l �n u r-i 2023 OVERLAY PROJECT SP-H-04 100% DESIGN CITY PROJECT #:I 12523 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com Mw wha#'a below. Call 1 1 before you dig APPROVED: D. WINKLER STA: 296+00 - 306+00 OF gg Federal Wa Centered on Opportunity U) m m 0 Z7 CD Z G) W cn -P a what's below. Call', 7.. f : -1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN iN E OF ❑A8 I 001001ME DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 09+63 +f OOVERLAY CONSTRUCTION NOTES: BUTT JOINT AT STATION OR LOCATION INDICATED, 1.5 IN. AT 1 MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON "PLANING WIDTH AT CURB AND 2 GUTTER", FULL DEPTH AT FACE OF GUTTER 3 DIG OUT AND REPAIR ROAD SECTION 4 THICKENED EDGE, REDUCE HEIGHT ALONG DRIVEWAYS BY 50% 5 SAWCUT ASPHALT PAVEMENT OR CONCRETE 6 UTILITY COVER NON -SLIP MMA COATING 7 ADJUST UTILITY, PER CFW STD. DETAIL 3-55 8 ADJUST MANHOLE, PER CFW STD. DETAIL 3-55 9 ADJUST CATCH BASIN, PER CFW STD. DETAIL 3-55 10 CONVERT SQUARE LID & FRAME TO ROUND AND ADJUST TO GRADE 11 ADJUST MONUMENT CASE AND COVER, PER CFW STD. DETAIL 3-36 12 CEMENT CONCRETE CURB RAMP TYPE PARALLEL A, PER WSDOT STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE PARALLEL B, PER WSDOT 13 STD. PLAN F-40.12.03 CEMENT CONCRETE CURB RAMP TYPE SINGLE DIRECTION, PER 14 CFW STD. DETAIL 3-10 15 CEMENT CONCRETE CURB RAMP TYPE 1 PERPENDICULAR, PER CFW STD. DETAIL 3-11 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. 16 REMOVAL PAID UNDER ROADWAY EXCAVATION. 17 CEMENT CONC. CURB & GUTTER PER CFW STD. DETAIL 3-04 18 CEMENT CONC. SIDEWALK, PER CFW STD. DETAIL 3-12 19 MAINTENANCE ROCK FOR SHOULDER RECONSTRUCTION, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH REPLACE EXISTING FRAME AND GRATE WITH ERGO FRAME LID 20 WITH AN IMPACT RISER AND ADJUST TO FINISHED GRADE (BOTH PROVIDED BY CITY) 21 INSTALL MONUMENT CASE, COVER, AND PIPE 22 NON -SLIP MMA COATING 23 CEMENT CONC. BARRIER CURB, PER CFW STD. DETAIL 3-04 24 PRECAST DUAL FACED SLOPED MOUNTABLE CURB 25 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 26 SOD LAWN, INCLUDE 4" TOPSOIL 2023 OVERLAY PROJECT SP-H-05 100% DESIGN CITY PROJECT #:I 12523 SHT. 84 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER �PD 39804 �:ISTL��•',�t SIGNAL �' ��- -2 d2 5 STA: 306+00 - 309+16 OF 98 7 1269+2 269+30 17.9' L 269+28 2.1' L 16T269+75 15.3' L 10 270+28 14.9 L 14 270+53 7.6 L 270+58 10 15' L T271+64 15' L 269+00 270+00 271+00 272+00 cn x co co Federal Wa Centered on Opportunity J269+24 9.6 R GRAPHIC SCALE 1 1 1 1 1 �1 1.4 271 +94 2.5 R 2 a) N >z Q W W Cn W z J U Q S 304TH ST 274+00 � 275+00 _ 276+00 ®� 277+00 ® 278 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com I� iw what's below. 21 l l =-] before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN 39804 ,,{,� �1STER�••.1e SSIDNAL' 11- -2 d2 5 DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 a I- 3 0 _z Q Q W Cn W _z J U Q 2023 Overlay PM-H-01 STA:269+00-278+00 X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 MOUNTABLE CEMENT CONC. CURB, PER CFW STD. DETAIL 3-04. REMOVAL PAID UNDER ROADWAY EXCAVATION. 11 HYDRANT MARKER TYPE 2B PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) r� n 100% DESIGN CITY PROJECT #:I 12523 SHT. 85 OF 98 APPROVED: D. WINKLER D C� _r z m m m D z G� CD• CD Federal Wa Centered on Opportunity 14 281+83 L14] 283+20 El 283+89 n 284+21 3.4R 7.6L 13.09'L 1.4L 28 02+ 0 w what's below. Call'.'' before you dig 283+00 DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN ® j S 304TH ST �� •. �, 39804 �1STER�••.1e SSIDNAL' 11- -2 d2 5 284+00. U) Q U) N 14 284.17 3.4 R DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 r�PAPHIr CrAI F 285+00 286+ X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-H-02 100% DESIGN CITY PROJECT #:I 12523 �:11:? 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER CHAN PLAN OF gg D n r— Z m m m 0 Z CD CD 11 1287+04 4.3 R CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com w what's below. Call'.'' before you dig 1-41 288+04 7L DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER �� •. �, 39804 �1STER�••.1e SSIONAL' 11- -2 d2 5 J288+63 3 12.1' L 288+81 4 2' L 289+0 J289+08 2.1 L DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 290+00 14 290+85 7.2 L N GRAPHIC SCALE 20 0 10 20 40 C F- ry C LU W 7) _U _z J X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) 2023 OVERLAY PROJECT PM-H-03 CHAN PLAN 100% DESIGN CITY PROJECT #: 12523 SHT. 87 OF 98 Wj 296+34 12.2' L U) J n i H LO N J296+48 1.9 L 296+88 13.3' L 296+83 4 2, L 297+00g m4TH ST 29 Federal Way Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 1.4 297+02 2.9 R I� ►w what's below. Call .� i��i� before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN �ZN E ,����$ OF 11ASgj�C�o C ,? 39804 1STER� 1e SSIDNAL' 11- -2023 298+90 8' L 9+0 3 L„ 1299+49 3.5 R DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 300+22 13.4' L co J 0_ N 301+00 J300+32 2.1 L J300+74 2.2 L N GRAPHIC SCALE 20 0 10 20 40 32 X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) J LJ 4 1 ,L It �n u r-i 2023 OVERLAY PROJECT PM-H-04 CHAN PLAN 100% DESIGN CITY PROJECT #: 12523 �:1:? OF gg APPROVED: D. WINKLER 14 306+29 13.1 L J306+67 7.5 L 307,+00 „ 1307+08 4.7 R J307+66 LL308+10 L-il 309+31 309+00 5.7 L 2.4 L7 L 2.3 L 308.+00 S 304TH ST J 309+40 L�j 309+31 29.1 L 7.5 L o �309+45 8 0.2' L 14 306+29 15 306+63 2 308+05 2 309+33 tl309+37 7 309+35 N 9.8' R 0.2' L 4.1' R 4.3' R 5.3' R 5.6' R GRAPHIC SCALE 20 0 10 20 40 CITY OF I� Federa a Centered on Opportunity now what's below. 33325 8th Avenue South (253) 835-27002l II I `] before you dig Federal Way, WA 98003-6325 www.cityoffederalway.com DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER _r. l 39804 ,,{,� �1STER�••.1e SSIDNAL' 11- -2 d2 5 DRAWING VERSION / REVISION LOG NO. I DATE I REVISION X PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TWO WAY LEFT TURN CENTER LINE 1 (MATERIAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) 3 PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PLASTIC DOUBLE YELLOW CENTERLINE (MATERIAL 4 TYPE D) 5 PROFILED PLASTIC WIDE LINE (MATERIAL TYPE D) 6 SURFACE APPLIED DETECTABLE WARNING SURFACE PER CFW DETAIL 3-58 7 PLASTIC STOP LINE PER CFW DETAIL 3-21 (MATERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL 3-21 (MATERIAL 8 TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER WSDOT STD. PLAN M-24-60-04 10 NOT USED ON THIS SCHEDULE 11 HYDRANT MARKER TYPE 213 PLASTIC SPEED BUMP SYMBOL PER WSDOT STD. PLAN 12 M-24.60-04 (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED SHARROW BICYCLE LANE SYMBOL PER DETAIL G-06 PLASTIC TRAFFIC ARROW PER WSDOT STD. PLAN M-24.40-02 15 (MATERIAL TYPE A) 16 NOT USED ON THIS SCHEDULE 17 REMOVE PLASTIC TRAFFIC MARKING PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD. PLAN 18 M-24.40-02 (MATERIAL TYPE A) �n u 2023 OVERLAY PROJECT PM-H-05 CHAN PLAN 100% DESIGN TCITY PROJECT #: 12523 �:1'61 OF gg MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 11 115 165 225 295 495 550 605 660 12 125 180 245 320 540 600 660 720 780 840 MINIMUM SHOULDER TAPER LENGTH = L/3 (feet) SHOULDER Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 8' 40 40 60 90 120 130 150 160 170 190 10' 40 60 90 90 150 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8'. LEGEND TEMPORARY SIGN LOC TRAFFIC SAFETY DRUM >>D SEQUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR P C M S PORTABLE CHANGEABLE MESSAGE SIGN CITY OF vg:*�L Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com 15.. kw what's below. Call ",�1i. `ll before you dig W20-5R DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER SIGN SPACING = X (1) FREEWAYS & EXPRESSWAYS 55 / 70 MPH 1500' RURAL HIGHWAYS 60 / 65 MPH 800' RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' (2) (1) ALL SPACING MAY BE 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 SPACING (feet) MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS 1'NWE J 39804 O,y� CISTO 'l SSI�NAL' jj- -2 M NOT TO SCALE DRAWING VERSION / REVISION LOG NO. I DATE I REVISION BUFFER DATA LONGITUDINAL BUFFER SPACE = B 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 495 570 645 730 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. 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. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. EXTEND DEVICE TAPER AT L/3 ACROSS SHOULDER. 3. DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE. 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT) (RECOMMENDED). 5. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT). 6. ALL SIGNS ARE BLACK ON ORANGE. 2023 OVERLAY PROJECT 523 TC - 1 TRAFFIC CONTROL 100% DESIGN TCITY PROJECT 12523 SHT. go Xref .\COFW - Titleblock_22x34.dwg 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 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 100 FEET MAX. MANUFACTURERS RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED x 48�� ROAD WORK W20-1 48" NE LAN ROAD AHEAD 48" x W20-4 4811 BE PREPARED To STOP 48" W20-7B W20-71113 (OPTIONAL IF 40 MPH OR LESS) W20-7A SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH 800' RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS, URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH 200' (2) URBAN STREET' 25 MPH OR LESS 100' (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. x 00 50' TO 300' 50' TO 100' 50' TO 100' 6 DEVICE 6 DEVICE MIN. R B MIN. Oo o WORK O Oo AREA O� o a 0 0 z cn w w z 0 3 3 W20-7A / 48�� ONE LAN ROAD AHEAD 48" W20-4 W20-7A ' BE PREPARED TO STOP 48" W20-7B 48„ ROAD\\ WORK AH EAD// W20-71113 (OPTIONAL IF 40 MPH OR LESS) BE PREPARED TO STOP W20-7B W20-71113 (OPTIONAL IF 40 MPH OR LESS) / 48�� ONE LAN ROAD AHEAD 48" 0 NOTES: 101 48�� ROAD\\ WORK AH EAD// W20-1 N CHANNELIZATION DEVICE SPACING FEET MPH TAPER TANGENT 50/65 10 TO 20 80 35/45 10 TO 20 60 25/30 10 TO 20 40 1. ALL SIGNS ARE BLACK ON ORANGE. LEGEND I I W20-1 2. EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS SHOULDER IS RECOMMENDED. FLAGGING STATION • 3. NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT IQ TEMPORARY SIGN LOCATION FLAGGING STATIONS. SEE THE STANDARD SPECIFICATIONS FOR ONE -LANE, TWO-WAY TRAFFIC CONTROL ADDITIONAL DETAILS. 0 CHANNELIZING DEVICES WITH FLAGGERS 4. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. PROTECTIVE VEHICLE CITY OF Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com DRAFTED: D. MCINTOSH 1 DESIGNED: J. COLE iyy what'I�IQ1N. REVIEWED: C. MULLEN Ca II, before you dig. APPROVED: D. WINKLER �ZN E J ��•�� pF AASgj�G ��+�• ��CISTEg�9•'��' SSIONAL 11- -2025 NOT TO SCALE DRAWING VERSION / REVISION LOG NO. DATE REVISION 2023 OVERLAY PROJECT 523 TC - 2 TRAFFIC CONTROL 100% DESIGN 711 PROJECT 2523 SHT. 91 OF 98 Xref .\COFW - Titleblock_22x34.dwg LEGEND ♦ FLAGGING STATION NOTES: b TEMPORARY SIGN LOCATION 1. REFER TO SHEET TC1 FOR ADDITIONAL SIGNING AND FLAGGING DETAILS NOT SHOWN. � CHANNELIZING DEVICES 2. CHANNELIZING DEVICES ARE RECOMMENDED ALONG CENTERLINE TO SEPARATE TRAFFIC FROM WORK OPERATION. DEVICES ARE REQUIRED AT TAPERS TO SHIFT TRAFFIC MOVEMENT PILOT VEHICLE PILOT CAR OPERATION BETWEEN LANES AND TO PROTECT FLAGGING STATIONS. MOTORIST VEHICLE 3. SIGN G25-101 IS RECOMMENDED FOR NON-STOP SIGN CONTROLLED APPROACHES SUCH AS PRIVATE ROADS AND DRIVEWAYS. THIS SIGN IS NOT REQUIRED TO BE ALUMINUM SUBSTRATE AND CAN BE MADE OF ALTERNATIVE MATERIALS. NOT TO SCALE 100% DESIGN CITY OF DRAFTED: D. MCINTOSH ZNE J DRAWING VERSION / REVISION LOG CITY PROJECT �NO. DATE REVISION 2023 OVERLAY PROJECT OF AAS� 12523 edera ay DESIGNED: J. COLE Centered on Opportunity y i REVIEWED: C. MULLEN 523 TC 3 SHT. 92 now what's below. O � 398049 �CISTERt .•' 33325 8th Avenue South (253) 835-2700 Call 1 before you dig .sIONAL1 Q Federal Way, WA 98003-6325 www.cityoffederalway.com APPROVED: D. WINKLER TRAFFIC CONTROL OF 98 11- -2(�2� Xref .\COFW - Titleblock_22x34.dwg SIGN SPACING = X (1) RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS, URBAN ARTERIALS, 25 30 MPH 200' (2) RESIDENTIAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. LEGEND b TEMPORARY SIGN LOCATION 0 CHANNELIZING DEVICES �=FH PROTECTIVE VEHICLE CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com MINIMUM SHOULDER TAPER LENGTH = L/3 (feet) SHOULDER Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 8' 40 40 60 90 — — - — — 10' 40 60 90 90 USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN 8' *1 4811 48�� ROAD WORK SHOULDER AHEAD WORK U;1 W20-1 W21-5 DRAFTED: D. MCINTOSH DESIGNED: J. COLE iw what's below. REVIEWED: C. MULLEN Call ': l l before you dig. APPROVED: D. WINKLER *1 �ZN E J4 OF AASrNC�o ��;' �$ClSTER�9•' SSIDNAL 'l O O L/3 CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 35/40 30 60 25/30 20 40 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 z-�:. 55 60 65 70 LENGTH (feet) 155 200 250 305 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 MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED z z 0 7 � N ❑O ❑O O ❑O C ❑O ❑O i 0 SHOULDER CLOSURE - LOW SPEED (40 MPH OR LESS) NOT TO SCALE DRAWING VERSION / REVISION LOG NO. I DATE I REVISION iiiiiiz/z/ O WORK AREA O 50' NOTES: 1. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT). 2. ALL SIGNS ARE BLACK ON ORANGE. 2023 OVERLAY PROJECT 523 TC - 4 TRAFFIC CONTROL 100% DESIGN T12 PROJECT523 SHT. 93 OF 98 Xref .\COFW - Titleblock_22x34.dwg SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS & URBAN ARTERIALS 25 30 MPH 200' (2) RESIDENTAL & BUSINESS DISTREICTS URBAN STREETS 25 MPH OR LESS 100' (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. 48" 48" ROAD WORK AHEAD i 48" 48" W 0 1 / X\! " W 4-2(L) IGHT LANE CLOSED �,H EA/ W20-5R LEGEND MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 11 115 165 225 295 495 550 12 125 180 245 320 540 600 W1-4(L) E1901 He"S CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50 40 80 35/45 30 60 25/30 20 40 / I I1 Zi _. •--- 48�� ROAD WORK RHEA/48 48" W20-1 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 BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. PROTECTIVE VEHICLE MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD THE WORK AREA. PCMS #1 1 2 RIGHT 1 MILE LANE AHEAD CLOSURE 2.0 SEC j 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. K TEMPORARY SIGN LOCATION NOTES: 30 FEET MIN. TO 100 FEET MAX. NO SPECIFIED DISTANCE REQUIRED PCMS #2 1 2 NNO CENTER LEFT LANE TURNING CLOSED 2.0 SEC j 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. a CHANNELIZING DEVICES 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. [>[>i SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PCMS PORTABLE CHANGEABLE MESSAGE SIGN N TEMPORARY SIGN LOCATION (5- MOUNTING HEIGHT) CITY OF Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com Mw what's below. Ca I I`' i` 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER RIGHT LANE CLOSURE WITH SHIFT - 5 LANE ROADWAY 39804 . 'STj . SSIONAL' -2 d2 5 NOT TO SCALE DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 2. RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER. 3. FOR POSTED SPEED LIMITS OF 30 MPH OR LESS, USE SIGN W1-3 IN LIEU OF SIGN W14. 4. ALL SIGNS ARE BLACK ON ORANGE UNSLESS OTHERWISE DESIGNATED. 2023 OVERLAY PROJECT 523 TC - 5 TRAFFIC CONTROL 100% DESIGN CITY PROJECT 12523 SHT. 94 OF 98 Xref .\COFW - Titleblock_22x34.dwg 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 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 MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED 0 R CCD PCMS LEGEND TEMPORARY SIGN LOCATION CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN CITY OF Federa a Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com W20-5L now what's below. Ca I I 1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER SIGN SPACING = X (1) RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' (2) RESIDENTAL & BUSINESS DISTREICTS URBAN STREETS 25 MPH OR LESS 100' (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. �ZN E. J aT iAS f ,gyp, j APO . R 39804 9 ST20 'lS SSIONAL �' 1141 -2M MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 11 115 165 225 295 495 550 12 125 180 245 320 540 600 — — LEFT LANE AND CENTER TURN LANE CLOSURE - 5 LANE ROADWAY NOT TO SCALE DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 48" 48" ROAD WORK i HEAD 48" 48" 48" W4-2 R I= PT I A KI W20-1 NOTES CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 50 40 80 35/45 30 60 25/30 20 40 is 2 NNO LEFT TURNING 2.0 SEC IN ADVANCE kRY SIGNS. 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. ALL SIGNS ARE BLACK ON ORANGE. 2023 OVERLAY PROJECT 523 TC - 6 TRAFFIC CONTROL 100% DESIGN CITY PROJECT 12523 SHT. 95 OF 98 Xref .\COFW - Titleblock_22x34.dwg 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 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 MA RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED W20-OAHEAD 4-2R LEGEND IQ TEMPORARY SIGN LOCATION 0 CHANNELIZING DEVICES C>> SEQUENTIAL ARROW SIGN W20-5L H TRANSPORTABLE ATTENUATOR �PCMS� PORTABLE CHANGEABLE MESSAGE SIGN ® TEMPORARY SIGN LOCATION (5- MOUNTING HEIGHT) CITY OF 11111::A�L Federal Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com iw what's below. Ca I I before you dig SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH 800' RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH RESIDENTAL & BUSINESS DISTREICTS 200' (2) URBAN STREET`-- 25 MPH OR LESS 100' (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN APPROVED: D. WINKLER 11 XN E J g WAS 1 •. C� 0 �Id'G 804 -2M 24" KEEP 30" RIGHT R4-7 B B/W MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 11 115 165 225 295 495 550 605 660 12 125 180 245 320 540 600 660 720 780 — LANE SHIFT - THREE LANE ROADWAY NOT TO SCALE DRAWING VERSION / REVISION LOG NO. I DATE I REVISION 48" ROAD WORK HEAD 48" W20-1 48" I NOTES CHANNELIZATION DEVICE SPACING (feet) MPH TAPER TANGENT 50/60 40 80 35/45 30 60 25/30 20 40 PCMS #1 1 2 LEFT 1 MILE LANE AHEAD CLOSURE 2.0 SEC j 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. PCMS #2 1 2 LANE SHIFTS LEFT 1 MILE AHEAD 2.0 SEC 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. FOR SPEED LIMIT OF 30 MPH OR LESS, USE SIGN W1-3 IN LIEU OF SIGN W1-4. 3. RECOMMENDED EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER. 4. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED. 2023 OVERLAY PROJECT 523 TC - 7 TRAFFIC CONTROL 100% DESIGN CITY PROJECT 12523 SHT. 96 OF 98 Xref .\COFW - Titleblock_22x34.dwg 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 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 MA RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED j 48" ROAD \\\, WORK AHEAD 48" W20-1 48" W1�4(L) 48" NE LAN ROAD AHEAD 48" W20-4 O 48" ROAD\\ WORK AHEAD 48" W20-1 x 48" x BE PREPARED TO STOP 48" x u W20-7B x W20-7A L/2 DEVICE SPACING 1/2 DISTANCE FOR OPPOSING TRAFFIC DEVICES �000 OPTIONAL IF 40 MPH OR LESS LEGEND FLAGGING STATION IQ TEMPORARY SIGN LOCATION ❑o CHANNELIZING DEVICES PROTECTIVE VEHICLE - RECOMMENDED ® TEMPORARY SIGN LOCATION (5' MOUNTING HEIGHT) CITY OF Fe eral Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com W20-7B DRAFTED: D. MCINTOSH 0 0 DESIGNED: J. COLE what'shelQw. REVIEWED: C. MULLEN Call .:3] before you dig. APPROVED: D. WINKLER W20-7A I I I I I I I I I I I I `I I MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 11 115 165 225 295 495 550 605 660 12 125 180 245 320 540 600 660 720 O W20-7A X X BE 48" PREPARED STX/4 \TO� W20-7B DEVICE SPACING 1/2 DISTANCE FOR OPPOSING TRAFFIC DEVICES 48" W20-7A BE PREPARED 1O STOP 48" U W20-713 ONE LAN ROAD AHEAD 48" 48" ROAD W20-4 WORK A H EAD \\ 48" W20-1 O O O L/2 L/2 O 24" KEEP 30" RIGHT R4-7 B B/W 48" ENTER LAN CLOSED EA 48" W20-5C X X INTERSECTION LANE CLOSURE - THREE LANE ROADWAY ZNWE �{ o al,,- To Sioivai � 1141 _201- L/ NOT TO SCALE DRAWING VERSION / REVISION LOG NO. DATE REVISION SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH 800' RURAL ROADS 45 / 55 MPH 500' RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350' RURAL ROADS & URBAN ARTERIALS 25 / 30 MPH 200' (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 10 0' (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. 48" ROAD WORK AHEAD 48" W20-1 CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50/70 40 80 35/45 30 60 25/30 20 40 NOTES 1. RECOMMEND EXTENDING DEVICE TAPER (L/3) 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 W1-4. 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. 2023 OVERLAY PROJECT 523 TC -8 TRAFFIC CONTROL 100% DESIGN CITY PROJECT 12523 SHT. 97 OF 98 Xref .\COFW - Titleblock_22x34.dwg NOTES NO PARKING 1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ON 2. A 60" PATH WIDTH SHOULD BE MAINTAINED (48" IS THE 3. CONTACT AND COORDINATE IMPACTED TRANSIT AGEN PRIOR TO IMPLEMENTING ANY CLOSURES. 4. SEE SHEET TC-52 FOR TEMPORARY PEDESTRIAN RAMF 5. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED. SE STANDARD SPECIFICATION 1-10.2(1)B. 6. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE PI THE DIVERTED PATH WHEN EXISTING BUTTONS ARE N( ACCESSIBLE TO PEDESTRIANS. LEGEND N TEMPORARY SIGN LOCATION 0 CHANNELIZING DEVICES R8-3 INSTALL ON TYPE 2 BARRICADES THROUGHOUT THE WORK AREA 24" x 30" 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL. R/W PRIOR NOTIFICATION OF LOCAL LAW ENFORCEMENT REQUIRED. SIDEWALK DIVERSION SIDEWALK DETOUR � PEDESTRIAN CHANNELIZING DEVICES INTERSECTION PEDESTRIAN TRAFFIC CONTROL TEMPORARY PEDESTRIAN RAMP FOR SIDEWALKS Federal Wa Centered on Opportunity 33325 8th Avenue South (253) 835-2700 Federal Way, WA 98003-6325 www.cityoffederalway.com iw. what's below. Call -': ". ;1 before you dig DRAFTED: D. MCINTOSH DESIGNED: J. COLE REVIEWED: C. MULLEN �ZN E �l o . 3980 0NAL ' NOT TO SCALE DRAWING VERSION / REVISION LOG 1 NO. I DATE I REVISION 1 2023 OVERLAY PROJECT 523 TC - 9 TRAFFIC CONTROL 100% DESIGN CITY PROJECT 12523 SHT. gg OF gg Xref .\COFW - Titleblock_22x34.dwg APPROVED: D. WINKLER 11- 4-2CJ23