Loading...
AG 22-035 - ICON MATERIALSRETURN TO: PW ADMIN EXT: 2700 ID #: 4156 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIY: PUBLIC WORKS / Engineering Division 2. ORIGINATING STAFF PERSON: John Cole EXT: 2718 3. DATE REQ. BY: 9/29/22 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) 0 PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): 22-035 ❑ INTERLOCAL 0 OTHER Change Order 4. PROJECT NAME: 20ZZ Asphalt Overlay Project 5. NAMEOFCaNTRACTOR: CPM Development Corporation DBA ICON Materials ADDRESS: TELEPHONE: 206-574-3931 E-MAIL: kevin.iewett aaiconmaterials.com FAX: SIGNATURENAME: Kevin Jewett TITLE: Pro ect Manager 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / / 7. TERM: COMMENCEMENT DATE: COMPLETION DATE: Until Complete 8. TOTAL COMPENSATION: $ C01 +$50 576.80 Total: 3. 26Z H78.75 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED, ❑ YES 0 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: a RETAINAGE AGREEMENT (SEE CONTRACT) OR IS RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 116-3200-250-537-10-635 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED A PROJECT MANAGER JRC 912W2 squ�.ey yi rrn Marc - 8 DIVISION MANAGERC {/eT 7 1 r '%'a•aroc 8 DEPUTY DIRECTOR 6 DIRECTOR EJW 11/10/2022 ❑ RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT KVA 11/8/2022 r7 r7 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: I 2 LC- COMMITTEE APPROVAL DATE: 217/22 SCHEDULED COUNCIL DATE: I5�Z2 COUNCIL APPROVAL DATE: 2115/22 11. CONTRACT SIGNATURE ROUTING / / ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: / 1 b 1 2-1L DATE REC' D: ,k 1 24 l z:Z ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNET] ❑ FINANCE DEPARTMENT , ❑ LAW DEPT 8 SIGNATORY (MAYOR OR DIRECTOR) W( CITY CLERK ❑ ASSIGNED AG # AG# k ❑ SIGNED COPY RETURNED DATE SENT: jq COMMENTS: EXECUTE • " ORIGINALS _ 1112020 12522 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 22-035 AGREEMENTNUMBER 01 CHANGE ORDER NUMBER 1 112 q /22 EFFECTIVE DATE CPM Development Corporation 2022 ASPHALT OVERLAY PROJECT DBA ICON Materials PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. PER FIELD DIRECTIVE 002 and FIELD DIRECTION (Attached) Add additional Cement Conc. Pedestrian Curb to ramp designs. Payment for this work will be 230 linear feet added to existing bid item D-24 "Cement Conc. Pedestrian Curb". Also, 24 additional hours will also be added to D-3 "Flaggers".� Increase contract working days by 1 day. 2. PER FIELD DIRECTIVE 004 (Attached) Delete the 12" curb, and place a 2' wide black detectable warning surface per WSDOT Standard Plan F-14.10-02. Payment for this work will be paid under the new bid item "Additional Cast in Place Black Detectable Warning Surfaces", $137.76 per LF. An additional 24 hours will also be added to existing bid item C-3 "Flaggers". Increase contract working days by 1 day. 3. PER FIELD DIRECTIVE 005 (Attached) Tree trimming is required on Schedule B, Ramp #4 for ped and vehicle clearance Payment for this work will be paid as force account under the new bid item "Tree Trimming" An additional 14 hours will also be added to existing bid item B-3 "Flaggers" Increase contract working days by 0.5 days. 4. PER FIELD DIRECTIVE 006_(Mac_h_Md Painted bike lane symbols are to be installed on Schedule E. Payment for this work will be adding an additional 10 each of bid item D-33 "Painted Bike Lane Symbols". An additional 14 hours will also be added to existing bid item E-3 "Flaggers". Increase contract working days by 0.5 days. S. PER FIELD DIRECTIIM Two speed humps are to be removed and replaced on Schedule E. Added 60 linear feet of pedestrian curb to ramps on Schedule B. CHANGE ORDER AGREEMENT 1 Rev. 8/19 Payment for this work will be adding an additional 2 each of bid item B-35 "Removal and Replacement of speed humps, complete". An additional 24 hours will also be added to existing bid item E-3 "Flaggers". An additional 60 linear feet to be added to bid item B-24 "Cement Conc. Pedestrian Curb". Increase contract working days by 1 days. The time provided for completion in the Contract is ❑ Unchanged ® Increased by 4 Working Day(s)❑ Decreased by _ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect the expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No EXISTING UNIT PRICES: ITEM ITEM QTY UNIT UNIT PRICE ADD NO. B-3 FLAGGERS 14 HR 1 $63.50 $ 689.00 C-3 FLAGGERS 24 HR $63.50 $1.524.00 D-3 FLAGGERS 24 HR $63.50 $1.524.00 E-3 FLAGGERS 24 HR $63.50 $1, 524.00 D-24 CEMENT CONC. PEDESTRIAN CURB 230 LF $36.50 $8.395.00 D-33 PAINTED BIKE LANE SYMBOLS 10 _ EA $190.00 $1.900.00 B-35 REMOVAL AND REPLACEMENT OF SPEED HUMPS, COMPLETE 2 EA $5,780.00 $11,560.00 B-24 CEMENT CONC. PEDESTRIAN CURB 60 LF $64.20 $3.852.00 NEW UNIT PRICES: ITEM ITEM QTY UNIT UNIT PRICE ADD NO. ADDITIONAL CAST IN PLACE BLACK DETECTABLE WARNING SURFACES 130 LF $137.76 $17,908.80 TREE TRIMMING 1 FA $1.500.00 $1.500.00 J TOTAL NET CONTRACT: ONCREASE $ 50,575,80 1 DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER NEW CONTRACT AMOUNT S 3.212.301.95 $ 0 $ 50,576.80 $3,262.378755 CHANGE ORDER AGREEMENT 2 Rev. 8/19 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship, and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiverof any and all claims by the Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deletedkSIGNATURE Change Order except as specifically described in this Change Order. zzz C t4TR DAT PI [C WORKS DIRECTOR DATE CHANGE ORDER AGREEMENT 3 Rev. 8/19 Liberty Mutual Insurance Co National Insurance East 2000 Westwood Dr. Wausau, WI 54401 City of Federal Way Public Works Department 33325 8th Avenue South Federal Way WA 98003 This document was issued by the Liberty Mutual Insurance Group MAIL DOCUMENT Certificate of Insurance Delivery by ecertsonlineTM Sender: Erin Celing Phone: Subject: Cert No. 69732169 - Certificate of Liability: CRH Americas, Inc. - Date: 8/16/2022 No. of Pages: 3 URL: www.LibertyMutual.com The attached document(s) contains a Certificate of Insurance for the Insured named above. Your company is listed as the organization requesting receipt of this document(s). If you have any questions regarding the content of this message, please contact your local sales producer whose name and telephone number appears in the lower right hand corner of the attached Certificate. THIS MESSAGE IS INTENDED FOR THE USE OF THE INDIVIDUAL OR ENTITY TO WHICH IT IS ADDRESSED AND MAY CONTAIN INFORMATION THAT IS PRIVILEGED, CONFIDENTIAL AND EXEMPT FROM DISCLOSURE UNDER APPLICABLE LAW. IF THE READER OF THE MESSAGE IS NOT THE INTENDED RECIPIENT, OR THE EMPLOYEE OR AGENT RESPONSIBLE FOR DELIVERING THE MESSAGE TO THE INTENDED RECIPIENT, YOU ARE HEREBY NOTIFIED THAT ANY DISSEMINATION, DISTRIBUTION OR COPYING OF THIS COMMUNICATION IS STRICTLY PROHIBITED. IF YOU HAVE RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMEDIATELY BYTELEPHONE, AND RETURN THE ORIGINAL MESSAGE TO US AT THE ABOVE ADDRESS VIA REGULAR POSTAL SERVICE. Certificate of Insurance Delivered by ecertsonlineTM Insurance Visions, Inc. All rights reserved. ACOR"' CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) i6k� 1 8/16/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Libertyy Mutual Insurance Co. National Insurance East NAME: Valerie Reece 2000 Westwood Dr. PHONE No�Ext): 513-867-3822 Lp cJ_�lo _ Wausau, WI 54401 E-MAIL ADDRESS. OldcasUe.certs Libe Mutual.com INSURERISI AFFORDING COVERAGE NAIC # wwwLibertyMutual.com INSURERA: Liberty Mutual Fire Insurance Company 23035 INSURED INSURERB: Llber Insurance Corporation 42404 CPM Development Corporation (120-PAC) DBA ICON Materials INsuRERc: 1508 Valentine Avenue SE INSURERD: Pacific WA 98047-2103 INSURER E: INSURER F : CnVFRAr;FS CERTIFICATE NUMBER: Fg777iRL1 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSURANCE AIS. LTR POLICY NUMBER PMIDD/YYYY P0 /DDIYYYY LIMITS A COMMERCIAL GENERAL LIABILITY �/ TB2-C81-004095-112 9/1/2022 9/1/2023 EACH OCCURRENCE $2,000,000 DAMAGE TO RENTEU_ PREMISES Ea odrurramel $ 30O OOO CLAIMS -MADE ,/ OCCUR -Pdmary/Non-Contributory XCU Coverage Included V MED EXP (Any one person) S 5O OOO Separation of Insured PERSONAL & ADV INJURY s2 000.000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 10,000,000 PRODUCTS - COMP/OP AGG $10,000,000 POLICY , /] j LOC OTHER $ A AUTOMOBILE LIABILITY AS2-C81-004095-122 9/1/2022 9/1/2023 (EoaMaB��t)s LET $2,000,000 _ BODILY INJURY (Per person) A ANY AUTO r OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED LAUTOS ONLY AUTOS ONLY AS2-C81-054502-522 Physical Damage only: Comprehensive Ded $10,000 9/1/2022 9/1/2023 S $ S BODILY INJURY (Per accident) OPERTY DAMAGE P. Wen $ Collision Ded $10.000 A UMBRELLA LIAB �/ OCCUR ,/ ,/ TL2-681-054523-922 9/1/2022 9/1/2023 EACH OCCURRENCE $3000.000 EXCESS LIAB CLAIMS -MADE (General Liability) AGGREGATE s 3 000,000 DED I I RETENTIONS Products/Completed Op $3 000 000 B B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N I A WA7-C8D-004095-022 9/1/2022 • All except OH, ND, WA, WY 'WC7-C81-004095-012 9/1/2022 DWI. MN 9/1/2023 9/1/2023 V 7STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 I S 1 00O OOO E L DISEASE - EA EMPLOYE E L DISEASE - POLICY LIMIT A Washington Stop Gap ✓ (Employers Liability Coverage TB2-C81-004095-112 9/1/2022 9/1/2023 BI Each Accident BI Aggregate Limit $1,000,000 $1,000,000 BI Each Employee $1,000,000 A (Excess Liabilitv - Auto Liability TL2-681-054653-442 (Auto) 9/1/2022 9/1/2023 Each Occurrence $3.000.000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project. See Additional Remarks Schedule. l./-LIVu.0 1 IVIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Federal Way THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS. 33325 8th Avenue South Federal Way WA 98003 AUTHORIZED REPRESENTATIVE I_ Valerie Reece ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD G9732169 I LM_44 1 09.22-09.23 Standard 10-2 WA Stop Gap Excess AUTO I Erin Celing 1 8/16/2022 10:15:08 AM (CDT) I Page 1 of 2 AGENCY CUSTOMER ID: LM_44 _ LOC #: A`C)RUF ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED Liberty Mutual Insurance Co. National Insurance East psA ICONIMaterials orparation (120 PAC) POLICY NUMBER 1508 Valentine Avenue SE PacEflc WA 98047-2103 TB2-C81-004095-112 CARRIER NAIC CODE Liberty Mutual Fire Insurance Comoanv 123035 EFFECTIVE DATE:911/2022 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability (03/16) HOLDER: City of Federal Way Public Works Department ADDRESS: 33325 8th Avenue South Federal Way WA 98003 RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project. City of Federal Way, its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering design and project plans, its officers, employees, agents and subconsultants, consultants hired by the contracting agency for design, construction support or materials testing are listed as additional insured with regards to the general liability, automobile liability, and excess liability policies, on a primary and non-contributory basis, where required by written contract. The excess liability policy follows form. Waiver of subrogation is included in favor of the additional insured, where required by written contract, and where applicable by law. ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ADDENDUM 69732169 1 LM-44 109.22-09.23 Standard 10-2 WA Stop Gap Excess AUTO I Erin Celing 1 8/16/2022 10:15:08 AM (CDT) I Page 2 of 2 9/26/22, 8:30 AM Corporations and Charities System BUSINESS INFORMATION Business Name: CPM DEVELOPMENT CORPORATION UBI Number: 601 006 854 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 5111 E BROADWAY AVE, SPOKANE VLY, WA, 99212-0928, UNITED STATES Principal Office Mailing Address: 5111 E BROADWAY AVE, SPOKANE VLY, WA, 99212-0928, UNITED STATES Expiration Date: 07/31 /2023 Jurisdiction: UNITED STATES, WASHINGTON Formation/ Registration Date: 07/26/1984 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION CONTRACTOR, SUPPLIER OF READY -MIX CONCRETE, ASPHALT, AGGREGATES REGISTERED AGENT INFORMATION Registered Agent Name: CORPORATION SERVICE COMPANY Street Address: 300 DESCHUTES WAY SW STE 208 MC-CSC1, TUMWATER, WA, 98501, UNITED STATES Mailing Address: 300 DESCHUTES WAY SW STE 208 MC-CSC1, TUMWATER, WA, 98501, UNITED STATES GOVERNORS Title Governors Type GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL GOVERNOR INDIVIDUAL Entity Name First Name Last Name PAUL FRANZ TROY HOLT JOHN MADDEN JEREMIAH LEMONS K. C. KLOSTERMAN MICHAEL MCBREEN WILLIAM MCCALL ROB MEIDINGER STEVEN J. SMITH RICARDO LINARES SUSAN L. DEVANEY SCOTT W. PARSON DANIEL STOVER https://ccfs.sos.wa.gov/#/BusinessSearch/Businessinformation 1/1 9/26/22, 8:24 AM Washington State Department of Revenue NNashington State Departmeot or Revenue < Business Lookup License Information: New search Back to results Entity name: CPM DEVELOPMENT CORPORATION Business name: ICON MATERIALS Entity type: Profit Corporation UBI #: 601-006-854 Business ID: 001 Location ID: 0009 Location: Active Location address: 1508 VALENTINE AVE SE PACIFIC WA 98047-2103 Mailing address: PO BOX 3366 SPOKANE WA 99220-3366 Excise tax and reseller permit status: Click here Secretary of State status: Click here Page 1 of 2 Endorsements Filter Endorsements held at this loc License # Count Details Status Expiration dat First issuance Algona General Business— Active Aug-31-2023 Aug-09-2022 Non -Resident Auburn General Business - BUS-06763 Active Dec-31-2022 Sep-14-2022 Non -Resident Benton City General 4516 Active Jul-31-2023 Feb-02-2022 Business - Non -Resident Bonney Lake General Active Jul-31-2023 Jan-19-2016 Business - Non -Resident Buckley General Business - Active Jul-31-2023 Jul-23-2015 Non -Resident https://secure.dor.wa.gov/gteunauth/—/#3 1 /4 9/26/22, 8:24 AM Washington State Department of Revenue Endorsements held at this loc License # Count Details Status Burien General Business - 01391 Active Non -Resident Carbonado General Active Business - Non -Resident Covington General Active Business - Non -Resident Eatonville General Business Active - Non -Resident Edgewood General Active Business - Non -Resident Enumclaw General Business CUST0000570 Active - Non -Resident Federal Way General 98-105308-00 Active Business - Non -Resident Fife General Business - Active Non -Resident Fircrest General Business - Active Non -Resident Issaquah General Business Active - Non -Resident Governing People May include governing people not registered with Secretary of State Governing people Title DEVANEY, SUSAN L. Secretary, Treasurer FRANZ, PAUL Vice President HOLT, TROY Vice President KLOSTERMAN, K. C. Vice President LEMONS, JEREMIAH Vice President LINARES, RICARDO President MADDEN, JOHN Vice President MCBREEN, MICHAEL Vice President Expiration dat First issuance Jul-31-2023 May-20-2020 Jul-31-2023 Jan-13-2016 Jul-31-2023 Jul-14-2015 Jul-31-2023 Dec-23-2015 Jul-31-2023 Jul-13-2015 Jul-31-2023 Jul-05-2013 Jul-31-2023 Dec-29-2000 Jul-31-2023 Jan-09-2014 Jul-31-2023 Dec-18-2015 Jul-31-2023 Aug-04-2009 Filter https://secure.dor.wa.gov/gteunauth/_/#3 2/4 9/26/22, 8:24 AM Washington State Department of Revenue Governing people Title MCCALL, WILLIAM Vice President MEIDINGER, ROB Vice President PARSON, SCOTT W. SMITH, STEVEN J. Vice President STOVER, DANIEL Registered Trade Names Filter Registered trade names First issued ACME MATERIALS & CONSTRUCTION CO Active Sep-19-2017 CENTRAL PRE MIX CONCRETE COMPANY Active Jul-27-2010 CENTRAL PREMIX CONCRETE CO Active Jun-13-2008 CENTRAL PRE -MIX CONCRETE CO. Active Jan-03-2002 CENTRAL WASHINGTON CONCRETE Active Jan-03-2002 CPM DEVELOPMENT CORPORATION Active Apr-10-2012 GRAHAM & MORRIS Active Sep-19-2017 ICON MATERIALS Active Jan-03-2002 INLAND ASPHALT COMPANY Active Jan-03-2002 RIVERBEND MATERIALS Active May-07-2018 SALEM ROAD AND DRIVEWAY Active Jun-27-2014 VALLEY READY -MIX Active Feb-06-2003 WENATCHEE SAND & GRAVEL Active Jan-03-2002 WINDSOR ROCK PRODUCTS Active May-09-2019 YAKIMA ROCK PRODUCTS Active Sep-19-2017 View Additional Locations The Business Lookup information is updated nightly. Search date and time: 9/26/2022 8:24:22 AM hftps://secure.dor.wa.gov/gteunauth/_/#3 3/4 9/26/22, 8:24 AM Washington State Department of Revenue Contact us Ho,,v are we doing? Take our survey! Don't see what you expected? Check if your browser is supported https://secure.dor.wa,gov/gteunauth/_/#3 4/4 RETURN TO: PW ADMIN EXT: 2700 ID #: 4032 / 4057 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATINGDEPT/DIV: PUBLICWORKS/CAPITAL PROJECTS 2. ORIGINATING STAFF PERSON: JOHN COLE EXT: 2718 3. DATE REQ. BY: 2/15/22 3. TYPE OF DOCUMENT (CHECK ONE): p CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ® PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER RFB 22-001 4. PROJECT NAME:.2022 ASPHALT OVERLAY PROJECT 5. NAME OF CONTRACTOR: ICON Materials ADDRESS: 1508 Valentine Ave SE Pacific, WA 98047 TELEPHONE: 206-574-3902 E-MAIL: mark.eichelbercerfa7'conmaterials.com FAX: SIGNATURENAME: Mike Eichelberger TITLE: Construction Manager 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/J UBI # 601-006-854 , EXP. 7. TERM: COMMENCEMENT DATE: TB❑ ?7 1 r3 1 COMPLETION DATE: TB 8. TOTAL COMPENSATION: $ 3,212,301.95 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 13 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, S PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED d PURCHASING: PLEASE CHARGE TO: PO # to be assigned i. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED A PROJECT MANAGER Jc 12MI JC 2/6/22 A DIVISION MANAGER qm 08-Feb-2022 8 DEPUTY DIRECTOR DSW 12/14/21 DSW 2/9/22 A DIRECTOR EJW 1/4/2022 EJW 2/23/2022 ❑ RISK MANAGEMENT (IF APPLICABLE) 6 LAW DEPT KVA 12/31/2021 KVA 2/23/2022 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 2/7/22 COMMITTEE APPROVAL DATE: 2/7/22 SCHEDULED COUNCIL DATE: 2/15122 COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 02/24/22 DATE REC' D; 03/09/22 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDERINOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT 8 LAW DEPT 3 7- 8 SIGNATORY (MAYOR OR DIRECTOR) S 6 CITY CLERK K ASSIGNED AG # AG# 22-035 Of SIGNED COPY RETURNED DATE SENT: 03/18/2022 COMMENTS: EXECUTE, 'ORIGINALS Admin -Once wet signature is received from contractor please notify John Cole so he can add Specs to this prior to routing to clerks. �A ,r1Lt� 1 /2020 - ok-77 CITY OF Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2022 ASPHALT OVERLAY PROJECT PROJECT # 12522 RFB # 22-001 City of Federal Way PUBLIC WORKS DEPARTMFNr 33325 8th Avenue South Federal Way, WA 98003 CPM Development Corporation DBA ICON Materials BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2022 ASPHALT OVERLAY PROJECT PROJECT # 12522 RFB # 22-001 Bids Accepted Until 10:00 a.m., January 28, 2022 at City of Federal Way 33325 6th Avenue South Federal Way, WA 98003 Prepared By: City of Federal Way PUBLIC WORKS DEPARTMENT The contract plans and specirmations for this Project have been reviewed and approved by: Public Woks Director/Deputy Public Wolks Dlrectar ! ; 'L W ► c'1 [n r2 �! CPM Development 33709 Corporation � " 9�ir►St'F�,.r� v I. DBA ICON Materials lnA� CITY OF FEDERAL WAY 2=ASPHALT OVERLAY PROJECT RF04 PROJECT #121M t RF8 #22-MI CFW RFB VERSION 2021-DEC TABLE OF CONTENTS PAGE ADVERTISEMENT FOR BIDS........................................................... »................................................. ...... _......... 1 INSTRUCTIONS TO BIDDERS S CHECKLISTS ... ............................................................................................ 8 BID PROPOSAL ................................. ...... ...... ................................. ................... .......... _................... .............. 6 BIDBOND ............. .............................................. ...........................................................................................19 CONTRACTOR WAGE LAW COMPLIANCE CERTIFICATION........................................................................20 PROPOSAL FOR INCORPORATING RECYCLED MATERIALS .............. _..................................................... .21 PUBLICWORKS CONTRACT ........... »................... ......... ...... _................... ..._.......... ...... ........ ................... _....... 22 SAMPLECONTRACT CHANGE ORDER...........................................................................................................29 CERTIFICATEOF INSURANCE .............................................. _......................... ........... ............... ..... ............ 31 PERFORMANCEAND PAYMENT BOND .............. ....... ............. .............................................................. .._....... 32 CONTRACTOR'S RETAINAGE OPTION_..............................._..............................................................._.......34 RETAINAGE BOND TO CITY OF FEDERAL WAY .................... ...................... ....................................... _,_.......� SPECIALPROVISIONS ...... ...... ........ .............. .................. .................... .......... ................................. ... ....... 41 STANDARDPLANS AND DETAILS ........... ............ ............................ ................. ............................. ........... 200 PREVAILING WAGES AND BENEFIT CODE KEY....................._....................................._................_........... 204 PAVEMENTCORING RESULTS ............. ............... ...................... ...................................... ...... .................... 282 PROJECTPLANS _ ...................... ......... ..._._.......... ......... ............ ............ ......................... BOUND SEPARATELY CPM Development Corporation DBA ICON Materials CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-11 PROJECT #126=1 RFB #224001 CFW RFS VERSION 2021-DEC ADVERTISEMENT FOR BIDS 2022 ASPHALT OVERLAY PROJECT SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way will recelve sealed bids through January 26, 2022, at 10:00 a.m. at the City Hall Finance Department at 33325 8th Avenue South. Federal Way, Washington 98003. Proposals received after said date and time will not be considered All timely bids will be opened and read publicly aloud via Zoom Video Conference, at 10:05 a.m. on January 28, 2022 at the following meeting id and link: htt s:llcitvoffederelwa y. zoom. usl1953053345587 wd=UERLbUYaUllsdVV402t4UdF pMRVRNZZC9 Meeting ID: 953 0633 4658 Passcode: 574083 One tap mobile +12063379723„95306334658# US (Seattle) +12532158782„95306334658# US (Tacoma) Dial by your location +1 206 337 9723 US (Seattle) +1 253 215 8782 US (Tacoma) +1 213 338 8477 US (Los Angeles) 877 853 5247 US Toll -free 988 788 0099 US Toll -free This project shall consist of: Furnishing all materials, equipment, tools, labor, and other worts or items Incidental thereto (excepting any materials, equipment, utilities, or service, if any, specified herein to be furnished by the Owner ar others), for the construction, sequencing, and traffic control plan for overlaying existing asphalt concrete pavement in six (6) different locations within the City of Federal Way. The work shall include, but is not limited to: Hot Mix Asphalt (HMA Cl. W PG 58H-22) pavement overlay (approximately 13,750 tons), roadway excavation, planing bituminous pavement, pavement repair, removal and replacement of curb and gutter, sidewalk, curb ramps, traffic curb, repairing or re -aligning manholes and catch basins, pedestrian push button, and foundation, channelization, restoration, utility adjustments, and all items necessary to complete the Work as described in the Contract Documents. The City anticipates awarding this project to the succ"sful bidder and intends to give Notice to Proceed as soon as the Contract and all required documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all worts within 110 working days. BID DOCUMENTS: Plans, Specifications, Addenda, and plan holders list are available on-line through Builders Exchange of Washington at www.b)cwa.com Click on: "Posted Projects; "Public Works," and "City of Federal Way." It is recommended that Bldders "Register" in order to receive automatic e-mail notification of future addenda and to place themselves on the "Bidders List." Bidders that do not register will need to periodically check on-line for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 if you require assistance with access or registration. An informational copy of plans, specifications, and addenda are available for viewing only at the City of Federal Way Finance Department_ QUESTIONS: Any questions must be directed to John Cole, Capital Engineer, by email at john.cole@cityoffederalway.com, or by letter addressed to same. Questions must be received by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of bids. 07I4ER PROVISIONS: All bids and this Project shall be governed by the Contract, as defined by the Washington State Department of Transportation Standard Specifications for Road, Bridge, and Municipal Construction 2022 (Standard Specifications), which is incorporated by this reference as CPM tt ougheset ffprCthh intfuulht Corporation DBA ICON Materials CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-1 PROJECT #126221 RFB 022-WI CFW RFB VERSION 2021-DEC All bid proposals shall be in accordance with the Contract and all bid proposals shall be accompanied by a bid deposit or bond in the amount required in the Contract. Forfeiture of the proposal bond or deposit to the City shall be in accordance with the Contract The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to ensure that such firms are afforded the ma)dmum practicable opportunity to compete for and obtain public contracts. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. DATES OF PUBLICATION: Daily Journal of Commerce Publish January 7, 2022, and January 14, 2022 Federal Way Mirror Publish January 7, 2022, and January! 4, 2022 CPM Development Corporation DBA ICON Materials CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-2 PROJECT #12622 I RFB #22-001 CFWRFB VERSION2021-DEC INSTRUCTIONS TO BIDDERS & CHECKLISTS (1) ADVERTISEMENT FOR B IDS AND CONTRACT DOCUMENTS The Advertisement for Bids and Contract Documents contain bidder Instructions that must be complied with. (2) EXAMINATION OF BID AND CONTRACT DOCUMENTS — BIDDER RESPONSIBILITIES The submission or a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and Is familiar with the bid and Contract Documents, the Project site, the availability or materials and labor, publically available information, and has reviewed and inspected all applicable federal, state, and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents; statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any an iinnmenlal factors, which may impact current or future prices for this requirement (3) INTERPRETATION 00 BID AND CONTRACT DOCUMENTS No oral clarifications, interpretations, or representation will be made to any bidder as to the meaning of the bid or Contract Documents. Bidders shall not rely upon any oral statement or conversation they may have with City's employees, agents, representatives, consultants, or design professionals regarding the Contract Documents, whether at the pre -bid meeting or otherwise and no oral communications will be binding upon the City. Any questions must be directed to John Cole, Capital Engineer, by email at john.cde@Woffederalway.corri, or by letter addressed to same. The questions must be teceived by the City no later than 5:00 p.m. three business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their bids. Any Interpretation deemed necessary by the City will be In the form of an Addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such Addenda shall become part of the bid. (4) BID PRICE The bid price shall Include everything necessary for the completion of the Contract and the Work Including, but not limited to, furnishing all materials, equipment, tools, freight charges, facillties and all management, superintende nce, labor and service, except as may be provided otherwise in the Contract Documents. All Washington State sales tax and all other government taxes, assessments and charges shall be Included in the various Bid Item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. (5) POSTPONEMENT OF BID OPENING The City reserves the right to postpone the date and time for the opening of bids by Addendum at any time prior to the bid opening date and time announced in these documents. (6) REJECTION OF BIDS The City reserves the right to reject any bid for any reason Including, but not limited to, the reasons listed in Special Provisions Section 1-02.13. The City further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of Its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. If, in the opinion of the City, there Is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. (7) RECYCLED PRODUCTS The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. CPM Development Corporation CITY OF FEDERAL WAY 2o22 ASPHALiMpR gVyikWt9a;DrialS RFB-3 PROJECT 91262211RF8 #2Z-001 CFW RFB VERSION 2021-DEC (B) BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required. Failure to comply may result in rejection of any bid not so complying. Bid Proposal: The Bid Proposal shall be completed and fully executed, including filling in the total bid amount Sid Bond: This form Is to be executed by the bidder (and the surety company as appropriate, depending upon the option selected by the bidder). Subcontractor List: The Subcontractor List shall be filled in by the bidder. j� Contractor Certification - Wage Law Compliance: This form shall be filled in and fully / executed by the pidder. Proposal for Incorporating Recycled Materials: This form shall be filled in and executed by the bidder. (9) CONTRACT CHECKLIST The following documents are to be executed and delivered to the City after the Bid is awarded: ❑ Public Works Contract: The successful bidder will fully execute and deliver to the City the Public Works Contract ("Contract") from these Bid Documents. ❑ Certificate of Insurance: The successful bidder will provide a Certificate of Insurance evidencing the Insurance requirement set forth in the Contract. ❑ Performance/Payment Hoed: The successful bidder will provide a fully executed Performance/Paymeht Bond as appropriate. ❑ Contractor's Retaina e Op tion: The successful bidder will fully execute and deliver to the City the Contractor's Retainage Option. Q Contractor's Retainage Bond: If the retainage bond option is chosen, then the successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond. ❑ ausInes s License: The successful bidder will provide a copy of a current Business License with the City of Federal Way. CPM Development Corporation DBA ICON Materials CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-4 PROJECT 9126221 RFB #224M CFWRFB VERSfON2021-DEC DID PROPOSAL 2022 ASPHALT OVERLAY PROJECT PROPOSAL SUBMITTED TO: City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 PROPOSAL SUBMITTED BY: Bidder: CPM Development Corporation DBA ICON Materials Full Legal Name of Firm Contact: Mark Eichelberger 1 Construction Manager individual with Legal Authority to s47n Bid and Gordract Address: 1508 Valentine Ave SE Steel Address Pacific, WA 98047-2103 City, State Zip Phone: 206 574-3902 E Mail: mark.eichelberger@tconmaterials.com Select One of the Following: • Corporation o Partnership. o individual o Other State Contractor's License No.: ICONM**9820F State Contractor's License Expiration Date: 21 1 7 1 2022 hG; Day Year State UBI No.: 601-006-854 State Worker's Comp. Account No.: 700,174-00 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-5 PROJECT #125221 RFB ;f12?r001 CFW RFS VERSION 2W14DEC NOTE All entries shall be written in ink or typed. Unit prices for all items, ad extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the unit price column will be regarded as nonresponsive. Where conflict occurs between the unit price and the total amount specified far any item, the unit price shall prevail, and totals shall be corrected to conform thereto. The Budder shall complete this entire Bid Form or this bid may be considered non -responsive. The City may correct obvious mathematical errors. 71w City of Federal Way resmes the right to reject any and ad bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Schedule A - S 373rd at (Pac Hwy S to 12th Ave S) All unit pdow shall include applicable sales tax (Roadway lmpmvementss) hem Spec' Bid Item Description ` Flan Unit Unit Price Amount i No. Div. I 1 ty 1-04 Minor Change 1 FA $2,000.00 $2,000.00 2 1-09 Mobilization 1 LS !S �( ,4D 3 1-10 Flaggers 435 FIR 63$D tea. SO 4 1-10 'Traffic Control Supervisor 1 LS 5 1-10 Other Traffic Control Labor 43 HR �a3. �Q►Sp 6 1-10 Construction Signs Class A 1 LS 7 1-10 Portable Changeable Message Sign 10 DAY 535.Od 8 2-01 Roadside Cleanup 1 FA $2,000.00 $2,000.00 9 4-04 Maintenance Rock for Shoulder Reconstruction, Ind. Haul 195 TN 60,00 CI��j0000 10 5-03 Crack Sealing 1 FA $5,000.00 $5,000.00 11 5-04 Pavement Repair Excavation Incl. Haul 98 CY 140,00 13 �aO�01t� 12 5-04 Planing Bituminous Pavement 3185 SY 66-015 BACA .2 13 5-04 HMA Cl. 1/2" PG 58H-22 1413 TN 14 5-04 HMA for Pavement Repair Cl. 1/2" PG 58H-22 221 TN 15 7-05 Adjust Water Valve To Grade 2 EA 191fil 963,U0 16 8-02 Roadside Restoration 1 FA $2,000.00 $2,000.00 17 8-09 Raised Pavement Marker Type 2 2 HUND 031.SO bL 3 , 00 CPM Development CITY OF FEDERAL WAY Cor OrS.ti{ n R., P RFg, 2022 ASPHALT OVERLAY PROJECT -6 PROJECT #12622 / RFS #22.001 ICON WWO VkRSlON 2021-DEC 18 8-09 Hydrant Marker, Type 2B 7 EA a l •SO Ir"0.S0 19 8-13 Adjust Monument Case and Cover 2 EA #91 S1G 96 X a0 20 8-22 Paint Line �! — 11818 LF — I/O TOTAL —SCHEDULE A oi6D/6��• 4S Schedule B -16th Ave S (S 360th St to S 362nd) All unit prices shall include applicable sales tax (Roadway Improvements) Bid Item Description Plan Unit Unit Price Amount Item Spec. My No. Div. II i 1 1 1-04 Minor Change 1 FA $2,000.00 $2,000.00 2 1-09 Mobilization 1 LS 50,a00,00 _40,, A00,C6 3 1-10 Flaggers 416 HR l (03.50 ll 016 Aig aD 4 1-10 Traffic Control Supervisor 1 LS 5 1-10 IOther Traffic Control Labor 42 HR 50 6 1-10 Portable Changeable Message Sign 10 DAY ,SO 7 1-10 Construction Signs Class A 1 LS 5 � Ifio 6rW 8 2-01 iRoadside Cleanup 1 FA $2,000.00 $2,000.00 9 2-02 Sawcutting 198 LF -4.a5 j o-t35.5 10 I 2-02 Remove Sidewalk 80 SY 5700 41560.00 11 2-02 Remove Cement Ccnc. Curb and Gutter 186 LF Qq,50 Y 551� 010 12 5-03 Crack Sealing 1 FA $2,000.00 $2,000.00 13 5-04 Pavement Repair Excavation Incl. Haul 63 CY 1P.00 q 571•a0 14 5-04 Planing Bituminous Pavement 5726 SY 3-650 '?oJ0A 1-00 15 5-04 HMA CI. 1/2" PG 58H-22 1263 TN SA -50 /04 0-7. 50 CPM Development CITY OF FEDERAL WAY Corporation 2022 ASPHALT OVERLAY PROJECT DBA ICON "W�r�TSrON 2021-�G PROJECT #12522 / RFB #22-001 ' 16 5-� IHMA for Pavement Repair Cl. 1/2" PG 58H-22 129 TN 133 zo 17 7-05 Adjust Sanitary Sewer Manhole To Grade 5 EA 55.00 3 5.D0 18 7-05 .Adjust Catch Basin 1 EA G'M Do 19 1 7-05 Adjust Water Valve To Grade 11 EA 20 8-02 Sod Lawn, Incl. 4InTopsoil 12 SY 1�0•� �0,� 21 8-02 Roadside Restoration 1 FA $2,000.00 $2,000.00 22 8-04 Cement Conc. Traffic Curb and Gutter 186 LF 0.00 9 'Sw '00 23 8-04 Cement Conc. Curb 12 In. Wide 45 LF "415 24 8-04 Cement Conc. Pedestrian Curb 1 6 LF 4. o 3$$•0� 25 8-09 Raised Pavement Marker Type 2 2 HUND 26 8-09 Hydrant Marker, Type 2B 2 EA 21 .150 45.O0 27 8-13 Adjust Monument Case and Cover 1 EAR .50 4fd' L•SD 28 8-14 Cement Conc. Curb Ramp Type Parallel 7 EA a aZ ��� 29 8-21 (Permanent Signing 1 LS %8� � so "G 30 1 8-22 Paint Line 4240 LF . LP5 I g08' DO 31 8-22 iPlastic Traffic Arrow 4 EA 3:0,00 0 , 00 1 32 8-22 Plastic Crosswalk Line 860 LF 8,00 to s80'60 33 8-22 III Plastic Yield Line Symbol 12 EA 10�. 00 <jo981/.06 34 8-22 _ Painted Bicycle Lane Symbol 4 EA 1470,00 35 8-32 Removal and Replacement of Speed 1 EA Hump, Complete L 5i--$0.00 TOTAL -SCHEDULE B 5,1160,00 $ 361a I /g0.g5 CPM Development Corporation DBA ICON Materials CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-8 PROJECT #12522 / RFB #22-001 CFW RFB VERSION 2021-DEC r Schedule C - S 338th St (113th Ave S to Weyerhaeuser Wy S) e U ....» .1-11 f—h-4- -nnli^'hfl 00%1�0 by 111MM urw I•nnr m e,r.cnfel it u. n. jj.v.,w .anou n w,.w+v �.�.nvu..,...a.a,w .w �............� ....r............... ttem Spec. Bid Item Description Plan Unit Unit Price Amount No. Div. _ _ _. o ty 1 1-04 Minor Change 1 FA $2,000.00 $2,000.00 2 1-09 Mobilization 1 LS 65/ SIaO•�p (v5180o•� 3 1-10 Flaggers 932 HR 03.S0 54 1. 2 .Do 4 1-10 Traffic Control Supervisor 1 LS as a54,00 as a5(0•00 5 1-10 Other Traffic Control Labor 93 HR � ,Sf7 5 905.So 6 1-10 Portable Changeable Message Sign 10 DAY 53 . So 7 1-10 Construction Signs Class A 1 LS L d7D.GL7 t O •G� 8 2-01 Roadside Cleanup 1 FA $2,000.00 $2,000.00 9 2-02 Sawcutting 437 LF :1 1 A5 3 10 2-02 Remove Sidewalk 417 SY 53.00 a IUl .00 11 2-02 Tree Removal 2 EA 3 •O 12 2-02 Remove Cement Conc. Curb and Gutter 373 LF 39a.50 13 4-04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 92 TN —4q,2 5 2g1-00 14 5-03 Crack Sealing 1 FA $5,000.00 $5,000.00 15 5-04 Pavement Repair Excavation Incl. 447 CY I Haul /05.00 Qp 16 5-04 Planing Bituminous Pavement 7205 SY 17 5-04 HMA Cl. 1/2" PG 58H-22 3244 TN ,CEO a63 630,0D 1 18 5-04 HMA for Pavement Repair Cl- 1/z' PG 58H-22 919 TN 19 7-05 Non -slip MMAcoating 20 SF ii33.75 o�illof�i,W 20 7-05 Adjust Sanitary Sewer Manhole To Grade16 EA �or73,00 /O �%g• CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-8 PROJECT #125221 RFB #22-001 CPM DeveloprnenbFWRFS VERSION2021-DEC Corporation DBA ICON Materials- 21 7-05 Adjust Catch Basin 2 FEA C455,00 1 306.00 22 7-05 .Adjust Water Valve To Grade � 11 EA $/ , SD 5 29( • Sa 23 7-05 Replace Existing Frame, Grate and 2 EA Riser 18005100 Qeoi0000 24 8-02 (Roadside Restoration 1 FA $2,000.00 $2,000.00 25 8-02 (Sod Lawn, Incl. 4InTopsoil 36 Sy -'.4.00 .7, 59a.00 26 8-04 Cement Conc. Curb 12 In. Wide 84 LF 27 8-04 Cement Conc. Pedestrian Curb 167 LF 28 8-04 Conc. Traffic Curb and Gutter 373 LF 29 (Cement 8-09 (Raised Pavement Marker Type 2 2 HUND Sat -SO / 66310 30 B-09 (Hydrant Marker, Type 2B 3EA 1,50 6dl,sa 31 8-13 Adjust Monument Case and Cover 5 EA Afr� • s0 �� �O 50 32 8-14 Surface Applied Detectable Warning Surfaces 32 SF (oZ00 33 8-14 Cement Conc. Curb Ramp Type .parallel 8 EA ,j IN71M zz 9 74.AO F34 8-14 Cement Cone. Curb Ramp Type Single Direction 2 EA 4042'!t7, X 40 • 35 8-14 Cement Conc. Curb Ramp Type Perpendicular A 2 EA �ev -ell *d/. 36 8-14 Cement Conc. Sidewalk 65 SY t�L S��•Sa +,SD 37 I 8-14 Detectable Warning Surface 16 SF 38 8-20 Remove and Replace Pedestrian Push 8 EA Button Pole 5 7818 DO cog, C0 39 8-21 Permanent Signing 1 LS co .00 40 8-22 Plastic Crosswalk Line 680 LF 41 8-22 Plastic Stop Line 108 LF 42 8-22 Plastic Traffic Arrow 14 EA `tJs, DO �� /;O•� CITY OF FEDER&_-WAV eVelopment 2022 ASPHALT OVERLAY PROJECT Corporation RFB-10 PROJECT #125221 RFB #22.001 p CFW RFS VERSION 2021-DEC DBA ICON Materials 43 8-22 Plastic Line 44 8-22 Profiled Plastic Line 45 8-22 Removing Plastic Traffic Marking 3933 LF 15732 LF 5 EA Cr6 ' SO ' SO TOTAL — SCHEDULE Schedule D - Green Gables/Stone Brook (SW 3201h Way, 51st PI SW, SW 326'" St) All unit prices shall include applicable sales tax (Roadway Improvements) Item Ste' Bid Item Description Plan Unit Price Amount r No. Div. Qty - 1 1-04 Minor Change 1 FA $2,000.00 $2,000.00 2 I 1-09 (Mobilization 1 LS 701'440,00 f0j740,CD 3 1-10 �Flaggers 701 HR 4 1-10 Traffic Control Supervisor 1 1 LS v?7 4�tFg�,?O•QO 5 1-10 Other Traffic Control Labor 70 HR SD f A y5. DD 6 1-10 Portable Changeable Message Sign 10 DAY 53,50 .00 7 1-10 Construction Signs Class A 1 LS r 0�0100 f 0 `00 8 2-01 Roadside Cleanup 1 FA $5,000.00 $5,000.00 9 2-02 Sawculting 1565 LF �.195 /13516•-?5 10 2-02 Remove Sidewalk 576 SY 59, 00 33 Q8q.00 11 2-02 Remove Cement Conc. Curb and 1381 LF Gutter 12 5-03 Crack Sealing 1 FA $3,000.00 $31000.00 13 5-04 Pavement Repair Excavation Incl. 40 CY Haul d3.5D d•� 14 j ! 5-04 Planing Bituminous Pavement 13789 SY 3. 5 rr 708,?S 15 5-04 HMA Cl. 1/2" PG 58H-22 2699 TN qtr/, 00 A:53�06"Co CITY OF FEDERAL Development 2022 ASPHALT OVERLAY PROJECT Corporation RFB-11 PROJECT #125221 RFB #22-W CFW RFB VERSION 2021-DEC DBA ICON MaterialS 16 5-04 HMA for Pavement Repair Cl. 1/2" PG 58H-22 72 TN 3a . 50 9, 396 17 5-04 H M A for Preleveling Class 1/2" PG 58H-22 100 TN //5• AD �I �ov.0i0 18 7-04 Corrugated Polyethylene Storm Sewer Pipe 12 In. Diam. 5 LF r 55 (o •00 g U *00 19 7-05 Adjust Sanitary Sewer Manhole To Grade 48 EA 653100 3l 34. 00 20 7-05 Replace Existing Frame, Grate and 6 EA Riser l 00 S.Oa b30,o�p 21 8-02 Sod Lawn, Incl. 4 In Topsoil 92 SY MIX 68100 22 8-02 Roadside Restoration 1 FA $5,000.00 $5,000.00 23 8-04 Cement Conc. Traffic Curb and Gutter 1381 LF .00 24 8-04 Cement Conc. Pedestrian Curb 558 LF 3�v r 5b ;Q q -7. 00 25 8-09 Hydrant Marker, Type 26 9 EA A1.50 % 3. SO 26 8-09 Raised Pavement Marker Type 2 1 HUND S31150 9-31- 50 27 8-13 Adjust Monument Case and Cover 48 EA e�&�. SD o?3 /a•�rj 28 8-14 Cement Conc. Curb Ramp Type Parallel 46 EA . GD 29 8-14 Cement Conc. Sidewalk 92 SY �0 30 8-22 Paint Line 650 LF 31 8-22 Plastic Traffic Arrow 4 EA 00 "o.40 32 B-22 Plastic Yield Line Symbol 16 EA l66 , 00 % 96, 00 33 8-22 Painted Bicycle Lane Symbol 8 I EA /90, 00 TOTAL — SCHEDULED $ Q�R.500.St CITY OF FEDERAL WA'CPM Development 2022 ASPHALT OVERLAY PROJECT COr Of off RFB-12 PROJECT #12522 / RFB #22-001 CFVVRF VF-ROON 2021-DEC DBA ICON Materials Schedule E - 20th Ave S (S 288th St to S 280th Pill AM unit prices shall include applicable sales tax (Roadway Improvements) Item Spec. Bid Item Description Plan Unit ~ Unit Price Amount No. Div. Qty 1 1-04 Minor Change 1 FA $2,000.00 $2,000.00 2 1-09 (Mobilization 1 LS e��r(o�5-«j �/�675.60 3 1-10 Flaggers 351 HR 4 1-10 Traffic Control Supervisor 1 FLS a00+00 $ a00'co 5 1-10 Other Traffic Control Labor 35 HR 63.5b oZ-SD 6 1-10 Portable Changeable Message Sign 10 DAY 535.tb 7 1-10 �ConstructlonSigns Class A 1 LS 8 2-01 Roadside Cleanup 1 FA $5,000.00 $5,000.00 9 2-02 100 LF 00 10 2-02 jSawcutting IRemove Sidewalk IRemove 33 SY C".00 3A01 •C160 11 2-02 Cement Conc. Curb and Gutter 78 LF 9 9 -M a, a (oa xv 12 5-03 Crack Sealing 1 FA $3,000.00 $3,000.00 13 5-04 (Pavement Repair Excavation Incl. 15 CY 3 �.txj 591D� 14 5-04 {(Haul IiPlaning Bituminous Pavement 8897 SY , 30 39A 15 If. 10 15 5-04 !HMA Cl. 1/2" PG 58H-22 1300 TN gq ,cep /6-4501co 16 5-04 IHMA for Pavement Repair Cl. 1/2" PG 58H-22 815 TN /DO�Ob 8/r5-4014D 17 5-04 IHMA for Preleveling Class 1/2" PG 581-11-22 50 TN 750,00 18 7-05 Adjust Sanitary Sewer Manhole To 11 EA Grade 653, ono 193. 00 19 j I 7-05 Adjust Water Valve To Grade 9 EA 5b 20 , 7-05 Adjust Catch Basin 1 EA 53DU 653. CPM Development CITY OF FEDERAL WAY i✓p oration W.1.1� 2022 ASPHALT OVERLAY PROJECT �,� i= -13 PROJECT #126221 RFB #22-001 I CON ' A49WVA'VERSION 2021-DEC 21 7-05 Replace Existing Frame, Grate and Riser 1 EA 1, 10015.00 (dOS.DO 22 8-02 Sod Lawn, Ind. 4 In Topsoil 11 SY 23 8-02 :Roadside Restoration 1 FA $5,000.00 $5,000.00 24 8-04 Extruded Cement Cow. Curb 113 LF R5,00 '25 25.CO 25 8-04 ICement Cone. Traffic Curb and Gutter 78 LF 5 26 18-09 Raised Pavement Marker Type 2 1 HUND 951.50 F 3 t •SO 27 8-09 Hydrant Marker, Type 213 4 EA .21150 96•00 28 8-13 Adjust Monument Case and Cover 9 EA L fg/ , 50 333. SO 29 8-14 Cement Cone. Sidewalk 4 SY 5155, 00 /i &20•� 30 8-14 Cement Cone. Curb Ramp Type Parallel 3 3s�,dd 06A-00 31 8-22 Plastic Traffic Arrow 4 EA /55, 00 &ZO-00 32 8-22 Profiled Plastic Line 426 LF //, 00 � L86.co 33 8-22 Plastic Stop Line 25 LF /0r00 D -d0 34 8-22 Plastic Yield Line Symbol 12 EA TOTAL — SCHEDULE E $ 3gf -1%I It 40 Schedule F - Lake Grove Park (100 Ave SW, 7'" Ave SW, 60 Ave SW) All unit prices shall include applicable sales tax (Roadway Improvements) Item Ste' Bid Item Description Plan Unit Unit Price Amount I No. Div. Q 1 1-04 Minor Change 1 FA $2,000.00 $2,000.00 2 i 1-09 !Mobilization 1 LS 5( Sb0.00 51 $bb.� 3 1-10 305 HR 63+5o 19, 3167•50 4 1-10 l!Flaggers ITraffic Control Supervisor 1 LS �5 Do�O+LO ��Oo?O•� CPM Development CITY OF FEDERAL WAY Corporafin in -I 2022 ASPHALT OVERLAY PROJECT ICON M,� R8JON2021-DEC PROJECT #12522► RFB #22-001 5 1-10 .Other Traffic Control Labor 31 HR 6 3, S O qd 8 • $d 6 II 1-10 Portable Changeable Message Sign 10 DAY 53.50 S•o0 7 1-10 Construction Signs Class A 1 LS ! D� • ` 0 70,40 8 2-01 Roadside Cleanup 1 FA $5,000.00 $5,000.00 9 2-02 :Sawcutting 1383 LF �•ac, /O O�6•�S 10 2-02 Remove Sidewalk 363 SY 5� .264 691.60 11 2-02 Remove Cement Conc. Curb and Gutter I 363 I LF 23.oO $ 34q •O0 12 4-04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 92 TN 70. eZ$ S�(o3•00 13 4-04 Crushed Surfacing Top Course 1372 TN 37, So ova 14 5-03 ICrack Sealing 1 FA $3,000.00 $3,000.00 15 5-04 iPavement Repair Excavation Incl. Haul 1055 Cy F16I 5-04 Planing Bituminous Pavement 14478 SY 3� a�fi4 b 17 5-04 HMA CI. V2" PG 58H-22 I 1475 TN� 3�5.�� 18 ` 5-04 HMA for Pavement Repair Cl. 1/2" PG 58H 22 18 TN 3 334.E 19 5-04 HMA for Preleveling Class 1/2" PG 58H-22 50 TN 20 7-05 lAdjust Sanitary Sewer Manhole To Grade 9 EA 21 7-05 Adjust Water Valve To Grade 5 EA 22 7-05 Adjust Catch Basin 11 EA 653.00 1 s3. AO 23 7-05 Replace Existing Frame, Grate and 1 EA Riser l b0 5.Ofl I . b "W 24 8-02 Lawn, Incl. 4 In Topsoil 733 Sy� �l �� 5O 25 8-02 IISod 1Roadside Restoration 1 FA $20,000.00 $20,000.00 26 8-04 Cement Conc. Traffic Curb and Gutter 363 I LF I 36.SD I r3 ay9SD CITY OF FEDERAL WAY - CPM Development>f 2022 ASPHALT OVERLAY PROJECT COrporatiO&B-15 PROJECT #125221 RFB #22-M DBA IC0NWtffl0 ION2021-DEC 27 I 8-09 Hydrant Marker, Type 213 6 EA , Sb 11qq1 00 28 8-13 Adjust Monument Case and Cover 11 EA . 50 :.q( .So Cement Conc. Curb Ramp Type 29 8-14 parallel 9 EA ".00 46 IIA5.00 30 8-14 CementConc. Sidewalk 24 SY p�,DO 56g,Oi0 TOTAL — SCHEDULE F $ 5,51+, q2 .a BID SUMMARY ITEM BID AMOUNT Schedule A - S 373rd St (Pac Hwy S to 12th Ave S) $ aroo (P4I. Schedule B -16th Ave S (S 366th St to S 362nd) $ 3;ta, I gb-q5 Schedule C - S 33M St (18th Ave S to $ is8 i-33-30 Weyerhaeuser Wy S) Schedule D - Green Gables/Stone Brook (SW 328th $ 500.50 Way. 515t PI SW SW 32e St) Schedule E - 20th Ave S (S 288th St to S 280th PI) $ 3F5% g I I . (00 Schedule F - Lake Grove Park $ 554/ a a3•Z TOTAL BID AMOUNT (including Washington State sales tax, all other $ 3,A WM0 ,q5 government taxes, assessments, and charges) The documents incorporated by reference, as if fully set forth, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. Pursuant to and in compliance with the Advertisement for Bids for the Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents, considered conditions which may affect the delivery, supply and maintenance for the Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the referenced CPM Development CITY OF FEDERAL WAY Corporation 2022 ASPHALT OVERLAY PROJECT DBA ICON Vle kl� PROJECT M25221 RFB #22-001 C N 8 VERSION 2021-DEC (2) That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and (3) That no gratuities in the form of entertainment, gift or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. AFFIDAVIT OF ELIGMILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under Chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The Contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act now or as herein after amended, 8 U.S.C. 1101 et. Seq., and that. all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided In this agreement with the City of Federal Way. Receipt of the following Addendums is hereby acknowledged: Addendum No. 01 Date Issued: 1/18/2022 Addendum No. 02 Date Issued: 1i2012022 Addendum No. 02-Revised Date Issued: 112012022 The undersigned individual represents and warrants that he or she Is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporabo . BY Sig re Subscribed and sworn to before pY L..l�; NOTARY fm `+ Y PUBLIC •' ` ,CFwAv., Mark Eichelberger Printed Name Construction Manager Title me this 28th day of January 2022 Wendy Hayes Printed name of Notary Notary Public in and for the State of Washington CITY OF FEDERAL WAY 2022 ASIONALT OVERLAY PROJECT RFB-17 PROJECT 0126221 RFB #22-W1 CF W RFB VERSION 2U21-DEC Addendum No. 03 Addendum No. 04 Addendum No. 05 Date Issued: 1/2412022 Date Issued: 1/2512022 Date Issued: 1/2612022 The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporqV?n, Subscribed and sworn to before me this �����nNrnr,i� y4rrr R Printed Name Construction Manager Title 28th day of January , 2022 . µoTnRy ' Signarure of Notary i Wendy Hayes F Printed name of Notary f,: G•�� Notary Public in and for the State of Washington My commission expires: 211/2025 ''�n++�wuurr►u�` CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-18 PROJECT #126221 RFB #22-001 CFW RFB VERSION 2021-DEC Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal CPM DEVELOPMENT CORPOFUTION A CRH Company wa�n'u�4, r�vosc ZgOlWC�6 COOµLUM$!A 0 HELENA SAND 8& GRAVEL AHUCOINUNY AALMWY rag RlverBend MATEIM" Aa4C0 w WENATCHEE SAND a 6MVEL ACUM COMPANY CERTIFICATE OF AUTHORITY Please be advised, that the individuals whose names, titles and signatures appear below are authorized to execute proposals, contracts, bonds, and other documents and/or instruments on behalf of CPM Development Corporation, d/b/a ICON Materials. ICON Materials is a CPM Development Corporation trade name. Signature Name and Title Ric Linares, Regional President Rob Meidinger, General Manager/Vice President Mark Eichelberger, Construction Manager Darci Morris, Operations Analyst Respectfully submitted, CPM DEVELOPM�,�EQNT CORPORATION 6awr v 1 oa/� Susan L. Devaney Northwest Division CFO STATE OF WASIIINNGTON ) ) ss. COUNTY OF SPOKANE ) On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials and acknowledged said instrument to be the free and voluntary act of said Corporation for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me thikil day of 1Jer , 2019. ��Wllh JEFF L CAVINESS Notary PublIC Slate of Washington My Appoudment Expires Mar 18, 2022 An Equal Opportunity Employer '7M..... SigWur& ofdVolary+ `X L- &V -5 Print or Pype Name of Nolary NOTARY PUBLIC in and for the State of Washington Residing at_%-3-1 . My Commission expires on VAuh—S:, i 5111 E. Broadway, Spokane Valley, WA 99212 P.O. Box 3366, Spokane WA 99220-3366 Office: (509) 634-6221 • Fax: (509) 536-3051 BID BOND 2022 ASPHALT OVERLAY PROJECT OPTION 1: • BID BOND DEPOSIT Attached is a deposit in the form of a certified check, cashier's check, or cash M the amount of $ , which amount is not less than five percent (5%) of the total bid. Principal — Signature of Authorized Official Date Title —OR— OPTION 2: BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, CPM Development Corporation DBA ICON Materials as Principal, and Fidelity and Deposif ompany of Marylandas Surety, are'held and firmly bound unto the City of Federal Way, as Obligee, in the sum of five (6) percent of the total amount of the bid proposal for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents_ The condition of this obligation is such that if the Obligee shall make any award to the Principal for the above - mentioned Project according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the berms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond. SIGN ALED AND DATED THIS 26thDAY OF 1�6 Principal — Signature of rued official General Manager / V Title Name and Address of Local Office/Agent of Surety Company is: Fidelity and Deposit Company of Maryland 1299 Zurich Way Schaumburg, IL. 60196-1066 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-19 PROJECT #125221 RFB #224M CFW RFB VERSION 2021-DEC ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby oertified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint, Rob D. ME10DINGER, Karen 11111NEHART, Susan L. DEVANEY and Mark EICHELBERGER, all of Pacific, Washington, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, sea] and deliver, for, and on its behalf as surety, and us its act and deed, any and all bid bonds issued on behalf of CPM DEVELOPMENT CORPORATION dba ICON MATERIALS, pacific, Wasbington each In a penalty not to exceed the sum of SI,000,000, and the execution of such bid bonds in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officcas of the ZURICH AMERICAN INSiTRANCF- COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WfINESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and LiT1 COA IV OF MARYLAND, this loth day of October, A.D. 2019. •— r �l4AL ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By. Robert D. Murray Vice President �Dcr4oi" 4 vwy%_� By. Dawn E. Brown Secretary State of Maryland County of Baltimore on this IOth day of October. A. D. 2019, bcfore the sobscrihtr, a Notary Public of the Statc of Maryland, duly cornmissioncd and yuaiificd, Rohert D. Murray, Vice President a a d Dann L Bra s%a, Secretary of the Cornpanirs, to me personally known to be the individuals and officers described in mid who executed ibe preceding instru eM and aclmow[edged the execution of same, and being by me duly sworn, deposeth and saith, that helshe is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seats of said Companies, and that the vid Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. s„sisuir'+r IN TES11MONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year lust above written. �s'v<f '~fir' Q.�� hfa r�Ud rY ++ry r+7inutt� Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 CONTRACTOR WAGE LAIN COMPLIANCE CERTIFICATION FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the taws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined In RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for Bids. Bidder Name: CPM Development Corporation DBA ICON Materials Print Full Legal Name of Firm By: Rob Meldinger Signature of Aufhcl ized ri Print Name of Person Making Certifications for Firm Title: General Manager 1 VP Place: Pacific, WA T>Ne of Person Signing Csrtifirats Print City and State 141we Signed Date; 1/2812022 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-20 PROJECT #126221 RFB #2Z.001 CFWRFB VERSION2021-DEC PROPOSAL FOR INCORPORATING RECYCLED MATERIALS APWA-WA Division 1 Committee rev. 1jawi6 Prop wal for In=wpomdng Recycled Materials Into the Project In cwnpllance with a new law OW went into effect January 1, 2016 (SHB1695). the BW&r shell propose bebw. the Iolal percent of consbunU n aggregate and concrete materials to be in©vrporated inb the Projectthat are mpyclad materials. Calculated percentages must be within the wrioerift alk wed In Section 9.03.21(1)E, Table on Maidmum ANDwable Pament (Ely Weight) of Recycled Materlal, of the Standard SpecftaNris. Proposed total peroentsge: Not To Exceed 20 percent. Ms. Use of recycled mahsriats is highly erxarraged within ft ibnb shown above, bld Boas not CartWute a &drier Preference, and wale nof affect the ditm n of sward, wrlew two or mare burst rrspans49 Nd totals are exacdfy egwl, in wirFelr c na FOPO ed recycling pomrrfagss wN b6 used as a Vo-bmaksr, Pert* APWA GSP in Sect bn 1-03.1 of ft Spedel Provisifuns; Regardless, the t9ldderis atatadproposed pemeaftes swot www a goal um Carrlractar should dD !ta baW to ac Mpbah. &dders wM be mq Aw d t0 report on reels d ffMedals nOWy ftma poratad beta the Rest In lrccardance with the APWA GW in Secdon 1-06 B of On Spedid Pm*bm. Bidder, CPM Development Corporation DBA ICON Materials Signature of Authorized Official: Date: January 28, 2021 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-21 PROJECT #126221 RFB #22-001 CF W RFB VERSION 2021-DEC PUBLIC WORKS CONTRACT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 15 day of MCkLki , 2022 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and CPM Development Corporation DBA ICON Materials, a Corporation ("Contractor"), for the project known as 2022 Asphalt Overlay Project (the "Project"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the Project; and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR Contractor shall perform all Work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the Project. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors and in accordance with and as described in the Contract Documents, which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 2. TERM T1 This Contract shall commence on the effective date of this Contract and continue until the Project is formally accepted as complete by the City Council, Notice of Project Completion is filed with State agencies, and all bonds for the Project are released by the City. 2.2 The Contractor must complete the Work in accordance with the number of Working Days for the Project as identified in the Contract Documents. With regard to obtaining Substantial Completion and the Completion Date by the Contractor, time is of the essence. In the event the Work is not substantially completed within the time specified in the Contract Documents, Contractor agrees to pay to the City liquidated damages in the amount set forth in the Contract Documents. The parties acknowledge that delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision of the Project and diverting City resources from other projects and obligations. 2.3 If the Contractor is unreasonably delayed by others, notification shall be made in writing to the Engineer in accordance with the Contract Documents. Any request for a time extension or additional compensation (including expectancy or consequential damages) allegedly resulting from such delay shall be made in accordance with the procedures of the Contract Documents. Failure to follow the notice procedures in the Contract Documents is a full and complete waiver of Contractor's right to additional time, money, damages, or other relief (including expectancy or consequential damages) as a result of the event or condition giving rise to such request. 3. COMPENSATION 3.1 In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Three Million Two Hundred Twelve Thousand Three Hundred One and 95/100 Dollars ($ 3,212,301.95), which amount shall constitute full and complete payment by the City ("Total Compensation"). The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 3.2 The City shall pay the Contractor for Work performed under this Contract as detailed in the Bid Proposal, which is incorporated herein and made a part hereof by this reference, and as detailed in the Contract Documents. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole and absolute discretion, which shall be withheld until such time as CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-22 PROJECT #12522 / RFB #22-001 CFW RFB VERSION 2021-DEC Contractor modifies or repairs the Work so that the Work is acceptable to the City. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 3.3 In addition to the requirements set forth in the Contract Documents, the Contractor shall maintain Project cost records by cost codes and shall contemporaneously segregate and separately record, at the time incurred, all costs (1) directly associated with each work activity, (2) directly or indirectly resulting from any event, occurrence, condition, or direction for which Contractor seeks an adjustment in Contract price Contract time, or related to any other Claim or protest. Any work performed for which Contractor intends to seek an adjustment in Contract Price or Contract Time, or related to any other Claim or protest, shall be recorded on the same day the work is performed and kept separate so as to distinguish it from Contract Work. 4. INDEPENDENT CONTRACTOR 4.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall not conduct itself as nor claim to be an officer or employee of the City. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. Nothing contained in this Contract shall create a contractual or direct relationship with or a cause of action in favor of a Subcontractor or third party against the City, or by the Contractor against the Engineer, or against any of their agents, employees, engineers, or consultants. 4.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractors failure to do SO. 5. INDEMNIFICATION 5.1 Contractor Indemnification. 5.1.1 The Contractor shall indemnify, defend, and hold the City, its elected officials, officers, employees, agents, consultants, and volunteers (collectively "the Indemnified Parties") harmless from any costs or losses, and pay and damages or judgments, related to any claim brought by any person employed in any capacity by the Contractor or subcontractor or supplier (of any tier) performing the Work, with respect to the payment of wages, salaries, or other compensation or benefits including but not limited to benefits such as medical, health, retirement, vacation, sick leave, etc. 5.1.2. To the fullest extent permitted by law, the Contractor shall defend, release, indemnify, and hold harmless the City and the Indemnified Parties for, from, and against any and all claims, demands, losses, costs, damages, suits, actions, expenses, fines, penalties, response costs, and liabilities (including costs and all attorney and expert fees and internal personnel costs of investigation) of whatsoever kind or nature to the extent arising from, resulting from, connected with, or incident to the Contractor's performance or failure to perform this Contract or the Work or its breach of this Contract; provided, however, that if the provisions of RCW 4.24.155 apply to the Work and any injuries to persons or property arising out of the performance of this Contract are caused by or result from the concurrent negligence of the Contractor or its subcontractors, agents, employees, or anyone for whom they are legally liable, and an Indemnified Party, the indemnification and defense obligations under this Section 5.1.2 apply only to the extent of the negligence of the Contractor, its subcontractors, agents, employees, and anyone for whom they are legally liable. 5.1.3 Contractor specifically assumes potential liability for actions brought by the Contractor's own employees or former employees against any Indemnified Party, and for that purpose Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-23 PROJECT #12522 / RFB #22-001 CFW RFB VERSION 2021-DEC compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. Provided, however, the Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against the Contractor by any Indemnified party, and does not include, or extend to, any claims by the Contractor's employee directly against the Contractor. The Contractor recognizes that this waiver was specifically entered into. 5.2 Contractor Release. Any deviation, alteration, variation, addition, or omission in the Work by Contractor from the Contract Documents shall preclude Contractor from bringing any Claim or request for additional time or compensation on the basis of an alleged defect or error in the Contract Documents related to or arising, in any way, from that deviation, alteration, variation, addition, or omission. The Contractor further warrants that any alteration, variation, deletion, or omission fully complies with or exceeds all requirements of the Contract Documents and assumes all risk thereof. 5.3 Survival. The provisions of this Section shall (1) survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination, final payment hereunder, and any applicable statute of repose with respect to claims, fines, costs or damages brought or made against any Indemnified Party; (2) shall not be limited by RCW 4.16326(g); and (3) are in addition to any other rights or remedies which the City and/or any of the Indemnified Parties may have by law or under this Contract. 5.4 Offset. In the event of any claim or demand made against any Indemnified Party hereunder, the City may, in its sole discretion, reserve, retain or apply any monies due to the Contractor under the Contract or any other agreement or contract with the City for the purpose of resolving such claims; provided, however, that the City may, in the City's sole discretion, release such funds if the Contractor provides the City with adequate assurance of the protection of the City's and the other Indemnified Parties interests. 5.5 The Contractor shall ensure that each Subcontract includes a provision requiring each Subcontractor to indemnify and defend the City and the Indemnified Parties in the same manner, to the same extent, and for the same duration as Contractor agrees to indemnify and defend the City and the Indemnified Parties in this Section 5. 6. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work, whether or not required to be furnished to the City, shall become the property of the City, shall be delivered to the City at its request, and may be used by the City without restriction. 7. PATENTS, COPYRIGHTS, AND RIGHTS IN DATA 7.1 Any patentable result or material suitable for copyright arising out of this Contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. 7.2 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this Contract, whether or not complete (referred to in this subsection as "Subject Data"), is hereby irrevocably transferred and assigned to the City and shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. The Contractor shall execute and deliver such instruments and take such other action(s) as may be requested by the City to perfect or protect the City's rights to such Subject Data and work product, and to perfect the assignments and transfers contemplated in Sections 6 and 7. 7.3 All such Subject Data furnished by the Contractor pursuant to this Contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-24 PROJECT #12622 / RFB #22-001 CFW RFB VERSION 2021-DEC 7.4 The Contractor shall ensure that substantially the foregoing paragraphs in Sections 6 and 7 are included in each subcontract for the work on the Project. 8. GENERAL PROVISIONS 8.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. In entering into this Contract, neither party has relied upon any statement, estimate, forecast, projection, representation, warranty, action or agreement of the other party except for those expressly contained in the Contract Documents. 8.2 Documents. The documents incorporated by reference, as if fully set forth in this Contract, are the Advertisement for Bids, the Instructions to Bidders and Checklists, the Contractor's Bid Proposal (including all forms and supplemental information listed on the Bidders Checklist), the Contract Documents (including Project Plans, Specifications, and all Appendices, Amendments, and Supplemental Reports & Information), the Contract Provisions (including all forms and supplemental information listed on the Contract Checklist), the version of the Washington State Standard Specifications for Road, Bridge, and Municipal Construction identified herein, and any other documents provided to bidders and/or referenced in or referred to by the Contract Documents. 8.3 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest in accordance with the Contract Documents. 8.4 Change Orders. In addition to its rights under the Contract Documents, the City may unilaterally issue a Change Order at any time making changes within the general scope of the Contract, without invalidating the Contract and without providing notice to sureties. The City's issuance of a unilateral Change Order shall not be construed as a waiver of any rights afforded the City, including its right to reject a prior protest or request for change or Claim due to untimeliness or the Contractor's failure to fully comply with the requirements of the Contract Documents, or to void the unilateral Change Order due to unilateral mistake, misrepresentation, or fraud. 8.5 Total Cost Method / Claims. In no event shall a Total Cost Method or a modified Total Cost Method be used by the Contractor to calculate any adjustments to the Contract price. For the purpose of this provision, any cost method, or variety of cost methods, using the difference between the actual cost of the Work and the Bid or Contract price of the Work to calculate any additional compensation or money owed to the Contractor shall be considered a Total Cost Method. In addition, the City shall not be responsible for, and the Contractor shall not be entitled to, any compensation for unallowable costs. Unallowable costs include, but are not limited to: (i) interest or attorneys' fees, except as mandated by statute; (ii) Claim preparation or filing costs; (iii) the costs of preparing notices or protests; (iv) lost profits, lost income, or lost earnings; (v) costs for idle equipment when such equipment is not at the Site, has not been employed in the Work, or is not scheduled to be used at the Site; (vi) claims consulting costs; (vii) expert fees and costs; (viii) loss of other business; and/or (ix) any other special, consequential, expectancy, incidental, or indirect damages incurred by the Contractor, Subcontractors, or suppliers. 8.6 Warranties and Guarantees. In addition to the requirements of the Contract Documents, the Contractor warrants that all portions of the Work that will be covered by a manufacturer's or supplier's guarantee or warranty shall be performed in such a manner so as to preserve all rights under such guarantees or warranties. If the City attempts to enforce a claim based upon a manufacturer's or supplier's guarantee or warranty and such manufacturer or supplier refuses to honor such guarantee or warranty based, in whole or in part, on a claim of defective installation by the Contractor or a Subcontractor, the Contractor shall be responsible for any resulting loss or damage, and repairs, incurred by the City as a result of the manufacturer's or supplier's refusal to honor such guarantee or warranty. This obligation survives termination of this Contract. 8.7 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-25 PROJECT #12522 / RFB #22-001 CFW RFB VERSION 2021-DEC 8.8 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 8.9 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 8.10 Time Limitation and Venue. For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims, causes of action, or disputes which the Contractor has against the City arising from the Contract shall be brought within the following time period: (i) 180 calendar days from the date of Substantial Completion for those claims, causes of action, or disputes arising prior to the date of Substantial Completion, and (ii) 180 calendar days from the date of Final Acceptance of the Contract by the City for those claims, causes of action, or dispute arising after the date of Substantial Completion. It is further agreed that the venue for any claim, cause of action, or dispute related to this Contract shall be King County, Washington, which shall have exclusive jurisdiction over any such case, controversy, or dispute. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims, causes of action, or disputes which the Contractor asserts against the City arising from the Contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims, action, or dispute. 8.11 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 8.12 Sole Authodt /Discretion/Jud ment. Where the Contract Documents provide the City or its Engineer with "sole" authority, discretion, or judgment, such authority, discretion, or judgment shall be considered unconditional and absolute. 8.13 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 8.14 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 8.15 End. The Engineer is the City's representative who directly supervises the engineering and administration of a construction Contract. The Engineer's authorities, duties, and responsibilities are limited to those specifically identified in the Contract Documents. Designation of an individual or entity as the Engineer for the Project is solely to identify the representative of the City as the entity to act as the Engineer as described in the Contract Documents. Using the term "engineer" does not imply that such entity or person is a licensed professional engineer or an engineering company and does not import any additional obligations upon the actions of the Engineer that may govern licensed professional engineers when performing engineering services. The Engineer for this Project is designated as: John Cole, Capital Engineer 8.16 Notices. Any notices required to be given to Contractor or to the Engineer shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. CONTRACTOR: CPM Development Corporation DBA ICON Materials Attn: Mark Eichelberger CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-26 PROJECT #12622 / RFB #22-001 CFW RFB VERSION 2021-DEC 1508 Valentine Ave SE Pacific, WA 98407-2103 ENGINEER: City of Federal Way Attn: John Cole 33325 8th Ave S Federal Way, WA 98003 8.17 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 8.18 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 8.19 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. 9. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, the Contractor's payment and performance bonds must be conditioned upon: (i) faithful performance of all of the provisions of the Contract, including warranty obligations; (ii) the payment of all laborers, mechanics, Subcontractors, and Suppliers, and all persons who supply such persons with provisions or supplies in carrying out the Work; and (iii) payment of any taxes, liabilities, increases, or penalties incurred on the Project under Titles 50, 51, and 82 RCW which may be due on (a) projects referred to in RCW 60.28.011(1)(b), and (b) projects for which the bond is conditioned on the payment of such taxes, liabilities, increases, or penalties. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. DATED the day and year set forth above. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-27 PROJECT #12522 / RFB #22-001 CFW RFB VERSION 2021-DEC CITY OEA95DERALWAY: 8th Avenue South I Way, WA 98003-6325 ATTEST: AgAii (ep anie Courtney, CMC, u Clerk AP ROT AS TO ORM: /x— — M - J Ryan Call, City Attome NOTARY OF CONTRACTOR'S SIGNATURE: STATE OF WASHINGTON ) ss. COUNTY OF _ ?�GWGG_ ) CONTRACTOR: Signature of Authorized In dual Rob Meidinger Printed Name of Authorized Individual 1508 Valentine Ave SE Street Address Pacific, WA 98047-2103 City, State, Zip On this day personally appeared before me Rob Meidin er to me known to be the General Manager I VP of ICON Materials that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. (AVEN my hand and official seal this 11th day of March 20?2 1��p� Yi!HHrh�. � Ja� w � ►yam En y a]185 (typed/printed name of notary) OTA V`�' Notary Public in and for the State of Washington. s ; N Ry "__ My commission expires 21112025 PUBUC � s us�, CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-28 PROJECT #12622 / RFB #22-001 CFW RFB VERSION 2021-DEC Christine Tollefson From: Hayes, Wendy (ICON Materials) <wendy.hayes@icon materials.com> Sent: Monday, March 14, 2022 6:29 AM To: Christine Tollefson Cc: Rhinehart, Karen A (ICON Materials) Subject: FW: 12522 - RE: [EXT] Document for Signature Attachments: 20220309091539.pdf Categories: Contract Routing [EXTERNAL EMAIL WARNINI This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Good Morning Christine, In response to your e-mail below, the contract document was signed and notarized in Pierce County, WA. My apologies for missing that line. If you have any further questions or concerns, please do not hesitate to reach out. Thank you. Sincerely, Wendy Hayes Subcontracts Administrator Notary Public ICON Materials A CRH COMPANY 1508 Valentine Ave SE Pacific, WA 98047 O (206) 574 3946 F (206) 575 3207 E wendy hayes(@iconmateriais.com www. icon materiaIs. com From: Christine Tollefson <Christine.Tollefson cit ❑ffederalwa .com> Sent: Friday, March 11, 2022 1:36 PM To: Rhinehart, Karen A (ICON Materials)<karen.rhinehartpiconmaterials.com> Subject: RE: 12522 - RE: [EXT] Document for Signature Good afternoon, We've received the signed paperwork and there was one item missing. It looks like the notary missed filling in the County where this was signed. The easiest way to resolve this would be if I could get an email from the person who notarized the document, Wendy Hayes, with confirmation we can fill in the county for her and which county that is. PROJECT NUMBER SAMPLE CONTRACT CHANGE ORDER AGREEMENT NUMBER PROJECT TITLE CHANGE ORDER NUMBER SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: The time provided for completion in the Contract is EFFECTIVE DATE CONTRACTOR ❑ Unchanged ❑ Increased by _Working Day(s) ❑ Decreased by_ Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No MODIFICATIONS TO UNIT PRICES: PREVIOUS REVISED ITEM NO. ITEM fO. TY UNIT PRICE UNIT PRICE ADD OR DELETE THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QTY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE DECREASE $ DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ NEW CONTRACT AMOUNT $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. The execution of this Change Order shall constitute full satisfaction and a waiver of any and all claims by the CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-29 PROJECT #125221 RFB #22-001 CFW RFB VERSION 2021-DEC Contractor arising out of, or relating in any way to, the Work identified, to be performed, or deleted pursuant to Change Order except as speciftcally described in this Change Order. CONTRACTOR'S SIGNATURE PUBLIC WORKS DIRECTOR DATE DATE Contract Change Order provided for Contractor's reference. Change orders executed during the project Will use this form. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-30 PROJECT #126221 RFB #22-001 CFW RFB VERSION 2021-DEC CERTIFICATE OF INSURANCE Contractor's Certificate of Insurance to be inserted here during Contract Execution CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-31 PROJECT #12522 / RFB #22-001 CFW RFB VERSION 2021-DEC AI a� CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Liberty Mutual Insurance Co. National Insurance East NAME' CONTACT Valerie Reece HONFAX 2000 Westwood Dr. (ACC, Ne 513-867-3822 (OW o Wausau, WI 54401 E-MAIL ...._ nlr afln ifiartvhii thin en www.LibertyMutual.com INSURED CPM Development Corporation (120-PAC) DBA ICON Materials 1508 Valentine Avenue SE Pacific WA 98047-2103 INSURERS AFFORDING COVERAGE NAIC # INSURERA: Libe Mutual Fire Insurance Company 23035 INSURERS: Liberty Insurance Corporation 42404 INSURER C : INSURER D : INSURER E : roorlClrerC rdllaaDCD• -—A -,n RFVIRI[1N NtIMRFR- THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. EN5i2 ADOL SUBR POLICY -MP POLICY EXP LIMBS LTR TYPEOFINSURANCE N yyyp POLICY NUMBER MM/DD71'YYY MMIDDfYYYY A COMMERCWLGENERALLIABILITY CLAIMS -MADE u OCCUR PrimaWNon-Contributory �/ I TB2-C81-004095-111 XCU Coverage Included 9/1/2021 9/1/2022 EACH OCCURRENCE $2000.000 PREMISES Ea occurrence) $ 300 000 MED EXP (An one person) $ 50 000 Separation of Insured PERSONAL & ADV INJURY $ 2 000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 00O 000 POLICY ✓� PRO LOC $ OTHER: AUTOMOBILE LIABILITY AS2-C81-004095-121 9/1/2021 9/1/2022 COIA Eaa Id r3SlNGLELlMIT $2000,000 BODILY INJURY (Per person) $ A ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY I AUTOS ONLY AS2-C81-054502-521 9/1/2021 9/1/2022 Physical Damage Only: Comprehensive Ded $10,000 BODILY INJURY (Per accident) $ PROPERTY DAMAGE PerPERTnl $ $ Collision Ded $10.000 A UMBRELLALIAB EXCESS LIAB ,/ OCCUR CLAIMS -MADE ,/ ,/ TL2-681-054523-921 9/1/2021 9/1/2022 (General Liability) EACH OCCURRENCE $3000,000 AGGREGATE $ 3 000.000 DED I I RETENTION $ Products/Completed Op 3 $ 3 000 000 B B WORKERS COMPENSATION AND EMPLOYERS' LUIBILITY YIN ANYPROPRIETORIPART14ER/FXECUTIVE OFFICER/MEMBEREXCLUDED? ❑N (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A �/ WA7-C8D-004095-021 .All except OH, ND, WA, WY WC7-C81-004095-011 I WI. MN 9/1/2021 9/1/2022 9/1/2021 9/1/2022 S ATUTE ER E.L. EACH ACCIDENT $1 OOO 000 E.L. DISEASE - EA EMPLOYEE, $1.QQ0000 E.L. DISEASE- POLICY LIMIT I $1 000.000 A 'Washington Stop Gap Employers Liability Coverage TB2-C81-004095-111 9/1/2021 9/1/2022 BI Each Accident $1,000,D00 BI Aggregate Limit $1,000,000 BI Each Employee $1,000,000 A I Excess Liability - Auto Liabilitv TL2-681-054653-441 Auto 9/1/2021 9/1/2022 Each Occurrence $3 000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required) RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project. See Additional Remarks Schedule. City of Federal Way Public Works Department 33325 8th Avenue South Federal Way WA 98003 1.n19 t,LL Ln 1 IM11 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Valerie Reece U 19t$U-ZU1 b AL:UKU t;UKI-VKA I IUN. All rlgnis re5erveo. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD 66920122 1 LM_44 1 09.21-09.22 Standard 2-2 WA Stop Gap Excess AUTO I Erin Celing 1 2/25/2022 1:36:40 PM (CST) I Page 1 of 2 AGENCY CUSTOMER ID: LM_44 LOC #: AC EP ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMEDINSUREDpD Liberty Mutual Insurance Co. National Insurance East DBA ICON Materials (120-PAC) POLICY NUMBER 1508 Valentine Avenue SE Pacific WA 98047-2103 T62-C81-004095-111 CARRIER NAIC CODE Mutual Fire AUVI IIUIVAL Kr-MAKI%b F ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, NUMBER: 25 FORM TITLE: Certificate of Liability (03116) HOLDER: City of Federal Way Public Works Department ADDRESS: 33325 8th Avenue South Federal Way WA 98003 EFFECTIVE DATE: RE: P/N 12522 RFB #22-001 2022 Asphalt Overlay Project. City of Federal Way, its officers, elected officials, employees, agents and volunteers, the consultant that completed the preparation of the engineering design and project plans, its officers, employees, agents and subconsultants, consultants hired by the contracting agency for design, construction support or materials testing are listed as additional insured with regards to the general liability, automobile liability, and excess liability policies, on a primary and non-contributory basis, where required by written contract. The excess liability policy follows form. Waiver of subrogation is included in favor of the additional insured, where required by written contract, and where applicable by law. ACORD 101 (2008/01) U ZUU5 ACUKU WKrUKAI IUN. Au rlgnis reserves. The ACORD name and logo are registered marks of ACORD ADDENDUM 66920122 1 LM_44 1 09.21-09.22 Standard 2-2 WA Stop Gap Excess AUTO 1 Erin Celing 1 2/25/2022 1:36:40 PM (CST) I Page 2 of 2 " CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYYY) 03/02/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA,GA 30326 CN 1 03150008--ConPo-21-22 INSURED (PAC-120) CPM DEVELOPMENT CORPORATION DBA ICON MATERIALS 1508 VALENTINE AVE SE PACIFIC, WA 98047 Kathy A. Gregory (404)995.2724 kathedne.a.gregory@marsh.com COVERAGES CERTIFICATE NUMBER: ATL-005401880-01 REVISION NUMBER: 1 (404)995-2725 NAIC # 25445 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR R TYPE OF INSURANCE L SUBR POLICY NUMBER MMIDDYrfYYY MMIEFF ODY � LIMBS LT COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ n CLAIMS -MADE l I OCCUR DAMAGEO PREMISES Eaoavnence $ MED EXP (Anyone person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG POLICY jE'CT- 7 LOC $ $ OTHER' AUTOMOBILE LIABILITY COMBINEDl SiNGL LIMIT Ea acclden $ BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED _ AUTOS ONLY i_ AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per acctde $ $ UMBRELLA LIAR EACH OCCURRENCE $ HOCCUR AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N OFFCERRIET REXCLUDED?ECUTIVE (Mandatory in NH) NIA SA TUTS ER E.L. EACH ACCIDENT $ E.L. DISEASE -EA EMPLOYE $ E.L. DISEASE- POLICY LIMIT $ If yes, dssalbe under C OF OPERATIONS below I A Contractors Pollution ICELLUW00113184 09/01/2021 09/01/2022 Incident 1,000,000 Liability Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: P/N 12522 RFB #22-001 2022 ASPHALT OVERLAY PROJECT THE CITY OF FEDERAL WAY, ITS OFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, THE CONSULTANT THAT COMPLETED THE PREPARATION OF THE ENGINEERING DESIGN AND PROJECT PLANS, ITS OFFICERS, EMPLOYEES, AGENTS AND SUBCONSULTANTS, CONSULTANTS HIRED BY THE CONTRACTING AGENCY FOR DESIGN, CONSTRUCTION SUPPORT OR MATERIALS TESTING ARE INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT. CFRTIFII'_ATE HOLDER CANCELLATION CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT 33325 8TH AVENUE SOUTH FEDERAL WAY, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 01938-2016 ACORD CORPORATION. All rights reservea. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD I DATE (MM/DDNYYY) ACa�OCERTIFICATE OF LIABILITY INSURANCE 03/02/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pOlicy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER MARSH USA, INC. TWO ALLIANCE CENTER 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 CN103150008—XSPol-21-22 INSURED (PAC-120) CPM DEVELOPMENT CORPORATION DBA ICON MATERIALS 1508 VALENTINE AVE SE PACIFIC, WA 98047 Kathy A. Gregory (404)995-2724 1PAXN�1, (404)995-2725 kathedne.a.gregory@marsh.com COVERAGES CERTIFICATE NUMBER: ATL-005401887-01 REVISION NUMBER: 0 NAIC # 36420 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSIiADDLISUBM POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICYNUMBER MMfDDIYYYY MMIDDfYYYY COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAG PREMISS Ea occurrence $ MED EXP ny oneperson) $ PERSONAL SADVINJURY $ GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ POLICYFI JECT LOC $ OTHER; AUTOMOBILE LIABILITY COMBINE l LI [Ea aaxdent $ BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accdent $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR CLAIMS -MADE DEC) I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE - OFFICERIMEMBEREXCLUDED9 (Mandatory In NH) N / A I STATUTE E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT $ If yes, describe under DESCRIPTION OF OPERATIONS below A Excess Environmental Liability USLO1368321 09/01/2021 i 09/01/2022 Limit 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: P/N 12522 RFB #22-001 2022 ASPHALT OVERLAY PROJECT THE CITY OF FEDERAL WAY, ITS OFICERS, ELECTED OFFICIALS, EMPLOYEES, AGENTS AND VOLUNTEERS, THE CONSULTANT THAT COMPLETED THE PREPARATION OF THE ENGINEERING DESIGN AND PROJECT PLANS, ITS OFFICERS, EMPLOYEES, AGENTS AND SUBCONSULTANTS, CONSULTANTS HIRED BY THE CONTRACTING AGENCY FOR DESIGN, CONSTRUCTION SUPPORT OR MATERIALS TESTING ARE INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT. LtKI IIILA I t nULLICK 4ml9 - 1 ­31 CITY OF FEDERAL WAY PUBLIC WORKS DEPARTMENT 33325 8TH AVENUE SOUTH FEDERAL WAY, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1&4tM44;'r ZL.Srg 9'ru. 01933-2015 ACORD CORPORATION. All rtgnts reservea. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. All work associated with: City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Location Code: 120-PAC Premium is included in the applicable state blanket waiver's premium charge. Issued by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-C8D-004095-021 Issued to CRH Americas, Inc. Effective Date 02/28/2022 Premium $ WC 00 0313 ©1983 National Council on Compensation Insurance. Ed. 04/01 /1984 Endorsement No. Page 1 of 1 POLICY NUMBER: TB2-C81-004095-111 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 10 0413 © ISO Properties, Inc., 2012 Page 1 of 2 0 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) I Location(s) Of Covered Operations City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Project Number 12522, RFB #22-001 2022 Asphalt Overlay Project Location Code: 120-PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. J CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: TB2-C81-004095-111 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations City of Federal Way, its Officers, Elected Officials, Project Number 12522, RFB #22-001 Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and 2022 Asphalt Overlay Project Location Code: 120-PAC Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 2 B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 37 0413 0 POLICY NUMBER: T132-C81-004095-111 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Location Code: 120-PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants; Consultants hired by the Consulting Agency for design, construction support or materials testing Location Code: 120-PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by 'occur- damages or under Coverage C for medical rences" under Section I — Coverage A, and for all expenses shall reduce the Designated Con - medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- t. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli- "property damage" included in the "products- cable Designated Construction Project Gen - completed operations hazard", and formed!- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 13 B. For all sums which the insured becomes legally C. obligated to pay as damages caused by "occur- rences" under Section I — Coverage A, and for all medical expenses caused by accidents under Section I — Coverage C, which cannot be at- tributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical D. expenses shall reduce the amount available under the General Aggregate Limit or the Products -completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. E. When coverage for liability arising out of the "products -completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard" will reduce the Products -completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 Policy Number TB2-C81-004095-111 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT — SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Person(s) or Organization(s): City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Location Code: 120-PAC If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person(s) or organization(s) shown in the Schedule of this endorsement that qualifies as an additional insured on this Policy, this Policy will apply solely on the basis required by such written agreement and Paragraph 4.Other Insurance of Section IV — Conditions will not apply. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4.Other Insurance of Section IV — Conditions will apply. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured for the same "occurrence", claim or "suit". LC 24 2011 18 © 2018 Liberty Mutual Insurance Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number TB2-C81-004095-111 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY — UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Or anization s Email Address or mailing address: Number Days Notice: City of Federal Way Public Works Department 33325 8th Ave South Federal Way, WA 98003 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 05 11 © 2011 Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number: AS2-C81-004095-121 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF -INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Other Person(s)/ Organization(s): Email Address or mailing address: Number Days Notice: City of Federal Way Public Works Department 33325 8th Ave South Federal Way, WA 98003 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 0511 © 2011, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc. with its permission. POLICY NUMBER: AS2-C81-004095-121 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Location Code: 120-PAC Premium: $ Included I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number: AS2-C81-004095-121 Issued by: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s) or Organizations(s): City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Regarding Designated Contract or Project: Project Number 12522, RFB #22-001 2022 Asphalt Overlay Project Location Code: 120-PAC Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 © 2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER:AS2-C81-004095-121 COMMERCIAL AUTO CA20481013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): City of Federal Way, its Officers, Elected Officials, Agents and Volunteers, the Consultant that completed the preparation of the engineering design and project plans, its Officers, Employees, Agents and Subconsultants, Consultants hired by the Consulting Agency for design, construction support or materials testing Location Code: 120-PAC Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Bond No. 9397395 PERFORMANCE AND PAYMENT BOND 2022 ASPHALT OVERLAY PROJECT The City of Federal Way ("City') has awarded to CPM Development Corporation DBA ICON Materlals ("Principal"), a contract for the construction of the above referenced project, and said Principal is required to furnish a bond for performance of all obligations under the Contract and for payment in accord with Chapter 39.08 Revised Code of Washington (RCW) and (where applicable) Chapter 60.28 RCW. The Principal, and Fidelity and Deposit Company of Maryland ("Surety"), a corporation organized under the laws of the State Of _ Illinois _ and licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies Acceptable in Federal Bonds' as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Federal Way, in the sum of Three Million Two Hundred Twelve Thousand Nine US Dollars ($_ 3,212,901.95 _,Total Contract Amount, subject to the provisions herein. Hundred One & 951100 This bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall: 1) Well and faithfully perform all of the Principal's obligations under the Contract and fulfill all terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in force and effect; and 2) Pay all persons in accordance with Chapters 39.08, 39.12, and 60.28 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all person who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Titles 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. 'Jrttllrlr! This bond shall be signed by duly authorized officers and will only be accepted if accompanied original power of attorney for the office executing on behalf of the surety. CPM Development Corporation dba I�diC AL:ricon Materials SURETY: Fidellt and Deposit Cor Principal Signature Date ety a "j'I tlltt1141.1"" CITY OF FEDERAL WAY Linda Nipper Printed Name Attorney -in -Fact Title 2022 ASPHALT OVERLAY PROJECT RFB-32 PROJECT #125221 RFB #22-001 CFW RFB VERSION 2021-DEC LOCAL OFFICEIAGENT OF SURETY: Linda Nipper Name 15 W South Temple Ste 700 Street Address Salt Labe City UT 84101 City, State, Zip 801.533.3629 Telephone BOND NO.: 9397395 rr I, APPROVED AS TO FORM: F' /. Ryan ball, City Attomey CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-33 PROJECT #125221 RFB #22-001 CFW RFB VERSION 2021-DEC ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Linda Dipper its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 11 th day of July, A.D. 2019. �r�+�°O�GRL_ss�3y av Orrprr ���� • �. 3 nlow JS P ,q_ SlE:AI. byµ *IYp� ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND l3�; T�,atrerl �J. ter�ay Dice Pztesiifi�}i► ti. Bv.., Down E. Bi n 5ecretart ' State of Maryland County of Baltimore On this I Ith day of July, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of Site Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that helsbe is the said offices of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �p �5ulyhs .`�;r:'•',. fir, ` 4.r�4 4 f�jr� !l HIS11l Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attome s-in-1~act. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 25th day of February 2022 . 0(a ',�111�11Sr17'fli. f C' 71F i rlr. Ir CC Brian M. Hodges, Vice Pf&si*jk.% TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.renortsfclainis(&zurichna.com . 800-626-4577 CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: 2022 Asphalt Overlay Project RFB No: 22-001 Contractor: CPM Development Corporation DBA ICON Materials GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City. 2. All investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011, 1 hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: 0 Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 0 Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. 0 Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. . Option 4: Contractor shall submit a "Retainage Bond" on City -provided form included in these Contract Documents. a-"_. j r 314f2022 Contractor Signature n rn O Date CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-34 PROJECT #126221 RFB #22-001 CFW RFB VERSION 2021-DEC Christine Tollefson From: Meidinger, Rob D (ICON Materials) <rob.meidinger@icon materials.com> Sent: Monday, March 14, 2022 10:33 AM To: Christine Tollefson Cc: Rhinehart, Karen A (ICON Materials) Subject: Follow up Attachments: 20220309091539.pdf [EXTERNAL EMAIL WARNING] This email originated from outside of the City of Federal Way and may not be trustworthy. Please use caution when clicking links, opening attachments, or replying to requests for information. If you have any doubts about the validity of this email please contact IT Help Desk at x2555. Christine, Please accept this email to verify that Option 4 should be checked on the attached document. Please call with any questions or concerns. Thank you. Rob Rob Meidinger General Manager ICON Materials A CRH COMPANY 1508 Valentine Ave SE Pacific, WA 98047 O (206) 575 3200 T (253) 9816321 C (253) 261 5286 E Rob. Meidinger __iconmaterials.com www.iconmaterials.com Bond No. 9397396 RETAINAGE BOND TO CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, CPM Development Corporation DBA ICON Materials as principal ("Principal'), and Fidelity and Deposit Company of Maryland€ , a Corporation organized and existing Under the laws of the State of Illinois , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety'), are jointly and severally held and firmly bonded to the City of Federal Way CCity") in the penal sum of: One Hundred Sixty Thousand Six Hundred Fifteen & 101100 ($ 160 615.10 for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the above -referenced Project, which contract is incorporated herein by this reference ('Contract's, and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $ 3,212,901.95 and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said world, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-36 PROJECT #125221 RFB #22-001 CFW RFB VERSION 2021-DEC The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this 25th day of February , 2022 , the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. c0oRA SEAL: i' .4 �fl�y� Niltill11115ti CORPORATE SEAL: CITY OF FEDERAL WAY CPM Development Corporation dba PRINCIPAL: Icon Materials By: Y Title: General Manager/ VP Address: 1508 Valentine Ave SE Pacific, WA 98407-2103 SURETY: Fidelity and Deposit Company of Maryland By: Attomey-in-Fact Tina Davis (Attach Power ofAttomey) Title: ` Attorney -in -Fact Address: Marsh USA Inc. 15 W South Temple Ste 700 Salt Lake City UT 84101 2022 ASPHALT OVERLAY PROJECT RFB-36 PROJECT #12522 I RFB #22-001 CFW RFB VERSION 2021-DEC CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that Rob Meidin er who signed the said bond on behalf of the Principal, was General Manager / VP of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. S9Me- tary of Priricipal I hereby am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that who signed the said bond on behalf of the Surety, was f the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sea . and attested for and in behalf of said Corporation by authority of its governing body. Secretary of Surety AP ROVED AS TO ORM: 77i -- , J Ryan Call, City ttome See Power -of -Attorney and Notarial Acknowledgment Attached CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT RFB-37 PROJECT #12522 / RFB #22-001 CFW RFB VERSION 2021-DEC State of _ County of Utah Salt Lake ss: On February 25, 2022 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Tina Davis known to me to be Attorney -in -Fact of Fidelity and Deposit Company of Maryland the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Commission Expires June s, 2022 L da L. Nipper Public Notary Public - Stag of Utah comm. No. 700561 11 Ay Com"40m Expires on Jun 9, 2022 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Tina Davis , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1 lth day of July, A.D. 2019. .r,�.':' M°°'re,�: g+' ►"o zeros+ rJ�+kfy� SEAL k�3 or�� ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this I Ith day of July, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attvrnevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the I Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore -or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 25th day of February 2022 , 0. 1� J: � as � r Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 w w w: repartsic l a im s �u7z uri chn a.c o m 800-626-4577 SUBCONTRACTOR LIST Washington l" of IlPor on Subcontractor List Ph"redln oo npu nor WO MW3930.M as.morseled To Be Submitted with the Bid Proposal Pmjed Name 2022 Asphalt Overlay Project Project #12522 / RFB #22-001 Fallore to list subcontrractora with whom On bidder, If awarded the car,iract ►A dkoatly eubcontrad for parfom►ance of the warlt aI atructual steel Instarstion, rebar Instefedorr, harrBrrg, vorAIWI n and air eonditimiag, pksnbbrg, as described In chapter 14111E Raw, and daalricel, is described In choptw 19,E RCW or narning mori than am ribootwsclor to petfona the awns work will result In your bid belne notr•respon live and therefore vold. Subccntrwclor(s) with whom the bidder uA dVectty subcontract that we proposed to purfixm the werk of ntruchual steel inslelsdan, mbar InelslaUon, hesdng, vantlellon end air condllionkW, plumbing, as deavibed In Chapter IE.ID6 RCW, end eteclrlcel as described In Chapter 19228 ftaW must be Lsted below. The wtsk to be pelfotmed Is to be listed below the subcontredor(s) name. To the extant We Pmjset Includes one or tnne categories of work raferenced In RCMP 39-Va OW. cad no subsadreetor Is listed below to poeforn such wwk, the bidder cerlNles that lie work win'~ (Q be performed 14 the bidder ltask, or NQ be performed by a lowertler subcontractor who will not c*a"tt directly with the bidder. 5uboorrtredorName Work to be performed _ Subcontractor Name Work to be performed Subcontractor Name Work to be perforawd Subcontractor Nome Work to be perfomred Subcordracior Norse Work to be perionned • Bidders are nodfied that It Is the opinion of The enforcement ap nW that PVC or metal conduik Junctlan boxes, eie, are considered electrical equipment and therefore considered part of efechfcai work, even 0 the Instalefim In for future use and no wiring or electrical current is connected during the project DOT Fetm 271-016 Revised eB12020 CPM Development CITY OF FEDERAL WAY; Corporation =2 ASPHALT OVERLAY PROJECT 2 DBA ICON �'=LoNmi-vEc Provided to Builders Excbange of NA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CPS, DEVELOPMENT CORPORATION A CRH Company WdEFUCAH ROCK PRPOUCT4 (0 CENTRAL PRE -MIX Cuxr,Rn�• � OM COMMNY COLUMStA HELENA SAND & GRAVEL ACRHCOMPAMY 1CON qua Fr -A I RiverBend MATERIALS ■ r WENATCHEE SAND 8 GRAVEL A CRM COMPANY CERTIFICATE OF AUTHORITY Please be advised, that the individuals whose names, titles and signatures appear below are authorized to execute proposals, contracts, bonds, and other documents and/or instruments on behalf of CPM Development Corporation, d/b/a ICON Materials. ICON Materials is a CPM Development Corporation trade name. Name and Title Ric Linares, Regional President Rob Meidinger, General ManagerNice President Mark Eichelberger, Construction Manager Darci Morris, Operations Analyst Respectfully submitted, Signature r CPM DEVELOPMENT CORPORATION 6AW;11 vll� ytwwe- Susan L. Devaney Northwest Division CFO STATE OF WASIIINGTON ) ) ss. COUNTY OF SPOKANE ) On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of CPM Development Corporation, d/b/a ICON Materials and acknowledged said instrument to be the free and voluntary act of said Corporation for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me thisb�'-, day of r3etr— 2019. JEFF L CAVINESS Notary Public State of Washington My Appointment Expires Mar 1S, 2022 Ei u-4 of otary Print or Type Name of Notary NOTARY PUBLIC in and for the State of Washington Residing at, My Commission expires on Vy\u>z S,4, 1 V Z An Equal Opportunity Employer 5111 E. Broadway, Spokane Valley, WA 99212 P.O. Box 3366, Spokane WA 99220-3366 Office: (509) 534-6221 • Fax: (509) 536-3051 i• sue' 4 - BUSINESS LICENSE � Issue Date: May 14, 2021 WASHINGTON STATE Unified Business ID #: 601006854 Profit Corporation Business ID #: 001 Location: 0009 CPM DEVELOPMENT CORPORATION Expires: Jul 31, 2022 ICON MATERIALS 1508 VALENTINE AVE SE PACIFIC, WA 98047-2103 SEATAC GENERAL BUSINESS - NON-RESIDENT - ACTIVE MERCER ISLAND GENERAL BUSINESS - NON-RESIDENT #190050 - ACTIVE FEDERAL WAY GENERAL BUSINESS - NON-RESIDENT #98-105308-00-BL - ACTIVE BURIEN GENERAL BUSINESS - NON-RESIDENT #01391 - ACTIVE WILKESON GENERAL BUSINESS - NON-RESIDENT #58 - ACTIVE DUTIES OF MINORS: Ages 16-17: Filing, General Office Work, Janitorial Work, Washing Trucks. 'MINOR MAY NOT WORK AT HEIGHTS GREATER THAN 10 FT OFF THE GROUND OR FLOOR LEVEL.* LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC 296-125-033 for Non -Agricultural and WAC 296-131-125 for Agricultural guidelines and restricted activities. Occupations involving exposure to substances which are carcinogenic, corrosive, highly toxic, toxic sensitizers, or that cause reproductive health effects or irreversible end organ damage is prohibited for minors under 18. WAC 296-125-030(25) REGISTERED TRADE NAMES: ICON MATERIALS This document lists the registrations, endorsements, and licenses authorized for the business named above. By accepting this document, the licensee certifies the Information on the application was complete, true, and accurate to the best of his or her knowledge, and that business will be conducted in compliance with all applicable Washington state, county, and city regulations. Director, Department of Revenue INTRODUCTION TO THE SPECIAL PROVISIONS (December 10, 2020 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2022 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project -specific fill-ins; and project -specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project -specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (April 12, 2018 CFW GSP) (...PROJECT -SPECIFIC SPECIAL PROVISION"') Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Federal Way Public Works Development Standards National Electric Code, current edition Contractor shall obtain copies of these publications, at Contractor's own expense. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-1 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the 2022 Asphalt Overlay Project Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency." CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-2 PROJECT #12522 CFW SPECIAL PROVISIONS VER 2021.09 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location." All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract." Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non -vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 2 BID PROCEDUEE5AND CONDITIONS CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-3 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 1-02.1 Prequalifiication of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no rnst ns detailed below: To Prime Contractor No. of I Sets Reduced Plans (11" x 17") Contract Provisions Large Plans (e.g., 22" x 34") Basis of Distribution Furnished automatically upon award. Furnished automatically upon award. Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications, and Site Work (June 27, 2011 APWA GSP) 1-02.41 General (June 24, 2021 APWA GSP, Option B) The first sentence of the seventh paragraph, beginning with "Any prospective Bidder desiring...", is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business three (3) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4 2 Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-4 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UBDE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (December 10, 2020 APWA GSP, OPTION B) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last two paragraphs, and replace them with the following: The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form, provided by the Contracting Agency. Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any UDBE requirements are to be satisfied through such an agreement. (June 4, 2020 WSDOT GSP, OPTION 9) Item number 1 in the fifth paragraph of Section 1-02.6 is revised to read: 1. Subcontractors who will perform the work of structural steel installation, rebar installation, heating, ventilation, air conditioning and plumbing as described in RCW 18.106 and electrical as described in RCW 19.28, and CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-5 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Add the following new section: 1-02.601 Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency -assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal (June 17, 2021 APWA GSP, OPTION B) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: • DBE Utilization Certification • DBE Written Confirmation Document from each DBE firm listed on the Bidder's completed DBE Utilization Certification (WSDOT 272-056) • Good Faith Effort (GFE) Documentation • DBE Bid Item Breakdown (WSDOT 272-054) • DBE Trucking Credit Form (WSDOT 272-058) DBE Utilization Certification CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-6 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The DBE Utilization Certification shall be received at the same location and no later than the time required for delivery of the Proposal. The Contracting Agency will not open or consider any Proposal when the DBE Utilization Certification is received after the time specified for receipts of Proposals or received in a location other than that specified for receipt of Proposals. The DBE Utilization Certification may be submitted in the same envelope as the Bid deposit. DBE Written Confirmation and/or GFE Documentation The DBE Written Confirmation Documents and/or GFE Documents are not required to be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit Written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification and/or the GFE as required by Section 1-02.6. DBE Bid Item Breakdown and DBE Trucking Credit Form The DBE Bid Item Breakdown and the DBE Trucking Credit Forms (if applicable) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit a completed DBE Bid Item Breakdown and a DBE Trucking Credit Form for each DBE Trucking firm listed on the DBE Utilization Certification, however, minor errors and corrections to DBE Bid Item Breakdown or DBE Trucking Credit Forms will be returned for correction for a period up to five calendar days (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. A DBE Bid Item Breakdown or DBE Trucking Credit Forms that are still incorrect after the correction period will be determined to be non -responsive. Supplemental bid information submitted after the proposal submittal but within 48 hours of the time and date the proposal is due, shall be submitted as follows: 1. In a sealed envelope labeled the same as for the Proposal, with "Supplemental Information" added, or 2. By e-mail to the following e-mail address: PW.Bids@cityoffederalway.com Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any "Supplemental Information" (DBE confirmations or GFE documentation) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-7 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 1-02.10 Withdrawing, Revising, orSupplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1-02.13 Irre ular Proposals (October 1, 2020 APWA GSP) Delete this section and replace it with the following: A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized Proposal form furnished by the Contracting Agency is not used or is altered; C. The completed Proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete an Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidder's DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-8 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 k. The Bidder fails to submit a DBE Bid Item Breakdown form, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; I. The Bidder fails to submit DBE Trucking Credit Forms, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; M. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or n. More than one Proposal is submitted for the same project from a Bidder under the same or different names. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Dis uglification of Bidders (May 17, 2018 APWA GSP, OPTION B) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet Supplemental Criteria 1-7 listed in this Section. Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder does not owe delinquent taxes to the Washington State Department of Revenue, or if delinquent taxes are owed to the Washington State Department of Revenue, the Bidder must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-9 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Claims Against Retainage and Bonds A. Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; A list of claims filed against the retainage and/or payment bond for any of the projects listed; • Awritten explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 5. Public Bidding Crime A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 6. Termination for Cause / Termination for Default CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-10 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 A. Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. ❑ocumentaticn: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 7. Lawsuits A. Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the Supplemental Criteria stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets the supplemental criteria together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with the Supplemental Criteria. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. The Contracting Agency also reserves the right to obtain information from third -parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-11 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency -will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie -breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal then the tie -breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions including the unsigned Form of Contract will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Age . Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre - award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency -furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-13 PROJECT #12522 CFW SPECIAL PROVISIONS VER 202109 a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-03.7 Judicial Review (November 30, 2018 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (January 8, 2021 CFW GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Contract, 2. Change Orders, with those of a later date taking precedence of those of an earlier date, 3. Addenda, with those of a later date taking precedence of those of an earlier date, 4. Proposal Form, 5. Special Provisions, 6. Contract Plans, 7. Standard Specifications, 8. Contracting Agency's Standard Plans or Details (if any), and CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-14 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1- 5 CONIROL OF WORK 1-05 4 Conformity With and Deviations from Plans and Stakes (April 2, 2018, WSDOT GSP, OPTION 4) Section 1-05.4 is supplemented with the following: Contractor Surveying - ADA Features ADA Feature Staking Requirements The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, and grades necessary for the construction of the ADA features. Calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall build the ADA features within the specifications in the Standard Plans and contract documents. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection_ CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-15 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 (October 1, 2005 APWA GSP) Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testinq 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-16 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11 3 Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance (April 12, 2019 CFW GSP) Delete the third and fourth sentences in the first paragraph and replace it with the following: Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. Add the following new section. 1-05.12(1) One -Year Guarantee Period_ (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, In which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-17 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Servinq Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.1S Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1-05.18 Contractor's Daily Diary (April 12, 2018 CFW GSP) Section 1-05.18 is a new section: The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: • The day and date. • The weather conditions, including changes throughout the day. a A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. a Listing of any materials received and stored on or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-18 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 • Listing of materials installed during each day. • List of all subcontractors working on -site during each day. • Listing of the number of Contractor's employees working during each day by category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. • Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. • Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. • Summary of total number of working days to date, and total number of delay days to date. The Contractor's designated project superintendent must sign the diary at the end of each working day. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. It is expressly agreed between the contractor and the owner that the daily diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The daily diary maintained by the Contractor does not constitute the official record of the project. The official record of the project is prepared and maintained exclusively by the engineer. 1-05.19 Defects Arising in One Year and Remedies (February 15, 2019 CFW GSP) Section 1-05.19 is a new section: The Contractor shall, at its own sole cost and expense, be responsible for correcting all defects in workmanship and material discovered within one year after acceptance of this work by the City of Federal Way. When corrections of defects are made, the Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the Owner. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification, or exclusion of any express or implied warranty or any right under law. This warranty shall survive termination of this Contract. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by the Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1-05.8 of the Standard Specifications. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-19 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by the Owner or the Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work, and the Contractor shall defend any such claims at his own expense. The Contractor agrees the above one-year limitation shall not exclude or diminish the Owner's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 9.16.040 limiting actions upon a contract in writing or liability, expressed or implied, arising out of a written agreement. This warranty may also extend beyond the one year time period pursuant to any other warranties specified in the Special Provisions, Contract Plans, other parts of the Contract Documents, or incorporated by this reference. pall.. ■U -■ 0 AM-11INIVY-11 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-06.7 Hazardous Chemicals (April 12, 2019 CFW GSP) Section 1-06.7 is a new section: In order to comply with WAC 296-62-054 Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-20 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's Plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit Bid prices or other Contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all Contract -related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this Contract or not. Any amount so deducted will be paid into the proper State fund. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-21 PROJECT #12522 CFW SPECIAL PROVISIONS VER 2021.09 1-07.20) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid item prices, or other Contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full Contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. 1-07.2 3 Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.6 Permits and Licenses (April 12, 2018 CFW GSP) Section 1-07.6 is supplemented with the following: Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained on the DNR Public Land Survey Office website. The permit application must be stamped by a registered Washington State Land Surveyor. The Contractor shall obtain the permit to Remove or Destroy a Survey Monument as necessary. All costs to obtain CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-22 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 and comply with the permit shall be considered incidental to other bid items and no additional payment will be made. 1-07.7 Load Limits (March 13, 1995 WSDOT GSP, OPTION 6) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9(3) Apprentices (February 15, 2019 CFW GSP) Section 1-07.9(3) is supplemented with the following: General Requirements No less than fifteen percent (15%) of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors is required to be performed by apprentices enrolled in an apprenticeship training program approved or recognized by the Washington State Apprenticeship and Training Council. The Contractor may elect to accomplish apprenticeship utilization requirements as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions. Apprentices shall be paid at least the prevailing hourly rate for an apprentice of that trade. Any workman for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journeyman, and therefore shall be paid at the prevailing hourly rate for journeymen. Documentation and Monitoring Apprenticeship Plan (1) The Contractor shall submit a draft Apprenticeship Plan with their bid package on the form provided in the Contract Documents. (2) At the preconstruction meeting, the Contractor shall submit a final Apprenticeship Plan to the City on the form provided in the Contract Documents. These plans shall include the following: How the Contractor plans to meet the 15% requirement. Specifically, the plan should include the planned hours for each trade or craft; the total number of prime apprentice hours proposed for the project; and the total number of subcontractor apprentice hours proposed for the project. • A description of how the Contractor will satisfy the apprenticeship goal on the project and include a summary of outreach and recruitment procedures to hire apprentices to work on the project. Prevailinq Wage Report Contractor prevailing wage documentation shall be supplemented to monitor compliance with this requirement throughout the contract as follows - CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-23 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 (1) A copy of the certificate showing apprentice registration for an individual must accompany the first certified payroll report on which the individual appears; (2) A summary shall be provided with each certified payroll report (for both Prime Contractor and all Subcontractors) that identifies: a. The total number of hours worked by apprentices on this job during the pay period. This shall be listed on the summary even if there are zero apprentice hours during the pay period. b. The total number of hours worked by all employees (including both apprentices and non -apprentices) on this job during the pay period. Certified payrolls that are submitted without this supplemental documentation will be rejected and it will be necessary for the Contractor to resubmit with the supplemental documentation. Failure to Meet Apprenticeship Utilization Requirements Unless otherwise waived or reduced, any contractor or subcontractor failing to comply with the apprenticeship requirements of this section shall not be considered a responsible bidder on City of Federal Way Public Works projects for a period of two years from final acceptance of the contract in which noncompliance occurred. Waivers or Reductions The Public Works Director may waive or reduce requirements as follows: (1) The apprenticeship requirement conflicts with state or federal funding conditions, or the conditions of any other grant or funding program; (2) An insufficient number of apprentices are available to meet the contract requirements; (3) The project involves a high proportion of equipment and materials. costs compared to the anticipated labor hours; (4) The contractor has demonstrated a good faith effort to meet the established ercentage requirement, but remains unable to fulfil the goal; (5) In order to meet the requirement, the contractor will be forced to displace members of its workforce; or (6) For other reasons deemed appropriate by the Public Works Director. 1-07.9(5) Required Documents (January 3, 2020 APWA GSP) Delete this section and replace it with the following: General All "Statements of Intent to Pay Prevailing Wages", "Affidavits of Wages Paid" and Certified Payrolls, including a signed Statement of Compliance for Federal -aid projects, shall be submitted to the Engineer using the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. Intents and Affidavits On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for themselves and for each firm covered under RCW 39.12 that will or has provided Work and materials for the Contract: 1. The approved "Statement of Intent to Pay Prevailing Wages" State L&I's form number F700-029-000. The Contracting Agency will make no payment under CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-24 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 this Contract until this statement has been approved by State L&I and reviewed by the Engineer. 2. The approved "Affidavit of Prevailing Wages Paid", State L&I's form F700-007- 000. The Contracting Agency will not grant Completion until all approved Affidavit of Wages paid for the Contractor and all Subcontractors have been received by the Engineer. The Contracting Agency will not release to the Contractor any funds retained under RCW 60.28.011 until "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and all of the approved forms have been submitted to the Engineer for every firm that worked on the Contract. The Contractor is responsible for requesting these forms from State L&I and for paying any fees required by State L&I. Certified Payrolls Certified payrolls are required to be submitted by the Contractor for themselves, all Subcontractors and all lower tier subcontractors. The payrolls shall be submitted weekly on all Federal -aid projects and no less than monthly on State funded projects. Penalties for Noncompliance The Contractor is advised, if these payrolls are not supplied within the prescribed deadlines, any or all payments may be withheld until compliance is achieved. In addition, failure to provide these payrolls may result in other sanctions as provided by State laws (RCW 39.12.050) and/or Federal regulations (29 CFR 5.12). 1-07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP, OPTION 1) Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or suspected of having facilities within the project limits are supplied for the Contractor's convenience. UTILITY CONTACTS Puget Sound Energy (Power) Attn: Jason Airey 3130 S 381h St Tacoma, WA 98409 Telephone: (206) 348-9637 Puget Sound Energy (Gas) Attn: Brandon Platz Telephone: (425)495-4269 Lakehaven Water & Sewer District Lumen Attn: Tanaiya Anderson 23315 66th Ave S Kent, WA 98032 Telephone: (253) 313-8961 Comcast Attn: Kyle Kinney 410 Valley Ave NW Puyallup, WA 98371 Telephone: (253) 293-3838 AT&T CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-25 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Attn: Andrew Weygandt 31627 1 "1 Avenue S Federal Way, WA 98003 Telephone: (253)945-1624 Zayo Attn: Jason Tesdal 4905 Pacific Hwy E, Suite 4 Fife, WA 98424 Telephone: (253) 221-7585 Attn: Steve Duppenthaler 11241 Willows Rd NE, #130 Redmond, WA 98052 Telephone: (425)286-3822 Tacoma Water Attn: Geff Yotter 3628 S 35th St Tacoma, WA 98409 Telephone: (253) 502-8742 King Co. Traffic (Signals & Lighting) City of FW IT Dept (City Fiber) Attn: Mark Parrett Attn: Thomas Fichtner 155 Monroe Ave NE 33325 8th Ave S Renton, WA 98056 Federal Way, WA 98003 Telephone: (206) 296-8153 Telephone: (253) 835-2547 ADDITIONAL CONTACTS King County METRO Transit 81270 6th Ave S, Bldg 2 Seattle, WA 98134 Telephone: (206) 684-2785 City of Federal Way Police 33325 8th Ave S Federal Way, WA 98003 Telephone: (253) 835-6701 (for officer traffic control scheduling) Telephone: (253) 835-6767 (for traffic / road closure issues) South King Fire & Rescue 31617 1 st Ave S Federal Way, WA 98003 Telephone: (253) 946-7253 Federal Way School District Attn: Transportation Department 1211 S. 332nd St Federal Way, WA 98003 Telephone: (253) 945-5960 A ri! 2 2007 WSDOT GSP OPTION 2 Section 1-07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: • Quantities of utili adjustments per schedule below: Schedule Lakehaven Lakehaven Federal Way Water Sewer Storm A 2 0 0 B 11 _ 4 1 C 11 13 2 f D 0 48 0 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-26 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 E 9 11 1, 1 F b 1 9 8 Any other relocations, replacements, or adjustments as necessary The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: • See contact info listed in Section 1-07.17, Option 1 The Contractor shall: • Provide franchise utilities with a minimum two -week advance notice to facilitate scheduling for their crews. Work will be completed by utilities after the area has been prepared by the City's contractor, including excavation and staking of appurtenant facilities such as right-of-way & back of sidewalk (line & grade). • The Contractor shall coordinate scheduling of utility work with the utility companies involved and incorporate that work into the project schedule. • Contact Lakehaven Water and Sewer to coordinate manhole or water valve iron upgrades that will be provided. 1-07.18 Public Liability and Property damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18 1 General Re uirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims - made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-27 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self -insured pool coverage. Any insurance, self-insurance, or self -insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: • The Contracting Agency and its officers, elected officials, employees, agents, and volunteers. • The consultant that completed the preparation of the engineering design and project plans, and its officers, employees, agents, and subconsultants. • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above -listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor -provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-28 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18 4 Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07A 5 Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self -insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self -insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self -insured retention, said deductibles or self -insured retention shall be the responsibility of the Contractor. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-29 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 1-07.18 5 A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products -completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident (August 27, 2021 CFW GSP) The Commercial General Liability minimum coverage limit, per each occurrence shown in Section 1-07.18(5)A of the APWA Special Provision included herein is modified as follows: The minimum limit for Commercial General Liability Insurance, per each occurrence shall be $2,000,000. (January 4, 2016 APWA GSP, cont.) 1-07.18 5 B Automobile Liabilit Automobile Liability shall cover owned, non -owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18 5 C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1-07.18 5 D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1-07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-30 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1-07.1$ 5 J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1-07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. Such Pollution Liability policy shall provide the following minimum limits: $2,000,000 each loss and annual aggregate 1-07.23 Public Convenience and Safety (January 5, 2015 WSDOT GSP, OPTION 5) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: 10 Only one lane of traffic (northbound or southbound)may be closed to traffic between the hours of 7:OOAM and 3:30PM. Approval to close both one northbound and one southbound lane at the same time will require prior approval by the Project Engineer. • Left turns may be restricted (by the Contractor) within the project limits at the discretion of the Project Engineer. • Closure of one lane at a time may occur between the hours of 7AM to 7PM. Any closures between 7PM to 7AM require prior approval by the City • If a lane closure is required, at least one lane of traffic (alternating directions / flagger controlled) shall be maintained at all times. • Unless otherwise approved or shown on plans, the Contractor shall maintain two-way traffic during construction. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-31 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. • Working at night (8pm to 7am weekdays, 8 pm-9am weekends & holidays) is not mandated by the City. Should the contractor schedule project work during nighttime hours, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. For approved night work, the Contractor shall, at no additional cost to the City, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from or shielded from residences and oncoming traffic. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. ® The Contractor shall keep all pedestrian routes & access points (including, but not limited to, sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. An ADA accessible route must be provided through the project site at all times. • Pedestrians must have access to pedestrian push buttons at all times. The Contractor shall provide flaggers, signs, and other traffic control devices. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. • All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists • The Contractor shall be responsible for notifying all affected property owners and tenants prior to commencing the barricading of streets, alleys, sidewalks and driveways. Notifications should be at least 48 hours in advance of closures, if possible. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-32 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. o Lane closures shall not impact business accesses. All business accesses will remain open during business hours. Lane closures shall not restrict vehicular access for buses through the project site. Bus stops shall remain ADA accessible to pedestrians at all times throughout the project • No paving shall occur in residential areas during refuse, yard waste, and recycling days. • Schedule A: Monday ® Schedule B: Monday • Schedule C: Wednesday • Schedule D: Tuesday • Schedule E: Friday ■ Schedule F: Thursday If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. Lane closures are not allowed within the City Center zone from the Friday after Thanksgiving Day ("Black Friday") until the first City recognized business day of the following year without written approval by the Engineer. The boundaries of the City Center zone are identified in the City of Federal Way Comprehensive Plan. In general, it is the area located within the following boundaries: Northern boundary: S 312th Street Southern boundary: S 324th Street Eastern boundary: Interstate 5 Western boundary: 14th Ave S (future extension) / west of 320th Public Library / 11th PI S 1-07.24 Rights of Wa (July 23, 2015 APWA GSP) Delete this section and replace it with the following: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-33 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Communication with Businesses and Property Owners (April 1 Z 2018 CFW GSP) Section 1-07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners / tenants that are located adjacent to the project. The Contractor, along with the City's inspector & project engineer, shall have one formal meeting (door-to-door project walk-through) with the property owners/tenants prior to the start of construction. It will be the Contractor's responsibility to initiate and set up the meeting. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-34 PROJECT #12522 CFW SPECIAL PROVISIONS VER 2021.09 Thereafter, the Contractor shall keep the property owners / tenants informed of their general work locations and upcoming activities by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the City's Project Engineer prior to distribution. 1-08 PROSECUTION D PR Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1-08.0(1] Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Add the following new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period within the allowable hours below: Schedule A: 7:00 a.m. and 3:30 p.m Schedule B: 7:00 a.m. and 3:30 p.m Schedule C: 7:00 a.m. and 3:30 p.m Schedule D: 7:00 a.m. and 6:00 p.m Schedule E: 7:00 a.m. and 6:00 p.m Schedule F: 7:00 a.m. and 6:00 p.m CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-35 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non -working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 1-08.0(2) is supplemented with the following: Project specific limitations: Schedule A: 7:00 a.m. and 3:30 p.m. Schedule B: No work prior to June 16th (Last day of school) Schedule C: 7:00 a.m. and 3:30 p.m. Schedule D: 7:00 a.m. and 8:00 p.m (10 hour workday allowed) Schedule E: 7:00 a.m. and 8:00 p.m (10 hour workday allowed) Schedule F: 7:00 a.m. and 8:00 p.m (10 hour workday allowed) (August 14, 2020 CFW GSP) CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-36 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Add the following new section: The Contractor may request extended work hours on days when paving operations are occurring. Work hours may be modified to 7:00 a.m. to 5:30 p.m. on paving days if the Engineer determines that the benefits of extended working hours will minimize the overall impacts to traffic. Extended work hours for paving will require PCMS boards to be placed a minimum of 2 business days prior to the paving day. Payment for PCMS boards shall be considered incidental to the Contractor's operations, unless there is a specific bid item for PCMS boards. 1-08.1 Subcontractincl (May 30 2019 APWA GSP OPTION B Delete the ninth paragraph, beginning with "On all projects, the Contractor shall certify...". 1-08.3 Progress Schedule (--PROJECT-SPECIFIC SPECIAL PROVISION'`'``) Section 1-08.3 is supplemented with the following: Schedule B — 16th Ave S (S 356th St to S 362nd): The Contractor shall not start any work within Schedule B prior to June 16th, 2022 (last day of school), unless otherwise approved by the Engineer. The Contractor is restricted to have two (2) schedules under construction at a time unless otherwise approved by the engineer. "Under Construction" for the purpose of this Section means any work up to, including, and after the final pavement overlay. Adequate equipment and forces based on the construction schedule shall be made available by the Contractor to start work immediately upon order of the Engineer and to carry out the schedule to completion of the contract by the date specified. Sidewalk and curb ramps shall be completed within 10 working days of removal. No more than one (1) quadrant of any one intersection may be under construction at a time. Should it become evident at any time during construction that operations will or may fall behind the schedule, the Contractor shall, upon request, promptly submit a revised schedule in the same form as specified herein, setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the contract provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. 1-08.3I21A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-37 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (November 30, 2018 APWA GSP, OPTION A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. if the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-38 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(per Section 1-07.9 5 . b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 (March 13, 1995 WSDOT GSP, OPTION 7) Section 1-08.5 is supplemented with the following: This project shall be physically complete within 110 working days. 1-08.6 Suspension of Work (January 2, 2018 WSDOT GSP, OPTION 2) Section 1-08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 21 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 21 calendar days, then contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: *** List Critical Items *** CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-39 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 *** Decorative Luminaire Poles *** Charging of contract time will resume upon delivery of the critical materials to the Contractor or 120 calendar days after execution by the Contracting Agency, whichever occurs first. 1-08.9 Liquidated Dama es (March 3, 2021 APWA GSP, OPTION A) Replace Section 1-08.9 with the following: Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Accordingly, the Contractor agrees: 1. To pay liquidated damages in the amount of ***$2,100***for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine the Contract Work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, liquidated damages identified above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. 1-09 MEASUREMENT AND PAYMENT 1-09.2(1) General Requirements for Weighing Equipment (July 23, 2015 APWA GSP, OPTION 2) Revise item 4 of the fifth paragraph to read: 4. Test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily Report, unless the printed ticket contains the same information that is on the 5caleman's Daily Report Form. The scale operator must provide AM and/or PM tare weights for each truck on the printed ticket. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-40 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read: Scale Verification Checks — At the Engineer's discretion the Engineer may erform verification checks on the accuracy of each batch, hopper, or platform scale used in weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. (***PROJECT -SPECIFIC SPECIAL PROVISION—*) Section 1-09.6 is supplemented with the following: The Contractor shall not start any Force Account work prior to approval of the Engineer. All Force Account work shall be monitored by the inspector 1-09.7 Mobilization (April 12, 2018 CFW GSP) Supplement Section 1-09.7 with the following: Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, access and personnel parking spaces, and other general operations shall be the responsibility of the Contractor. The Contactor will be responsible for maintaining these spaces in a safe and orderly condition throughout the duration of the project. The Contractor shall provide the City with a copy of agreement(s) with property owner. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made. 1-09.9 Paymerbts (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-41 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: Unit Price Items in the Bid Form —the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9 1 Retai na e (June 27, 2011 WSDOT GSP, OPTION 1) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant 1-09.11 3 Time Limitation and Jurisdiction (November 30, 2018 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-42 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 1-09.13 3 Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration (November 30, 2018 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contractin Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.050 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY FF NTR 1-10.1 General 1-10.1(2) Description (April 12, 2018 CFW GSP) Section 1-10.1(2) is supplemented with the following: Business Open During Construction Signs The Contractor shall provide a "Business Open During Construction" sign at every non-residential driveway approach within the project limits. Business Open During Construction Signs shall be considered Construction Signs Class A. City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8') per the detail available from the City. 1-10.2 Traffic Control Mana ement 1-10.20) General (January 3, 2017 WSDOT GSP, OPTION 1) Section 1-10.2(1) is supplemented with the following. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-43 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers -Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwieft.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.org The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https:Haltssa.com/training Integrity Safety 13912 NE 20th Ave Vancouver, WA 98686 (360) 574-6071 hftps://www.integritysafety.com US Safety Alliance (904)705-5660 https://www.ussafetyalliance.com 1-10.2(2) Traffic Control Plans (April 12, 2018 CFW GSP) Section 1-10.2(2) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of five (5) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. m Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3-19A. 2. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-44 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 3. Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or reflective tubular markers as required at the direction of the Engineer. 4. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, and shall contain accurate dimensions and legends and shall be signed by the preparer. 1-10.3 Traffic Control Labor Procedures and Devices 1-10.3 1 C Si nalized Intersection Traffic Control (September 3, 2021 CFW GSP) Section 1-10.3(1)C is a new section: Signalized Intersection Traffic Control is required when a signal system is in flashing mode, or is not operational. Signalized intersection traffic may not be flagged with an active signal in full operation. Placing a signalized intersection into flash mode requires an approved traffic control plan. Additionally, the days/times that a signal is placed into flash mode must be pre -approved by the City. The signal should only be switched into flash mode by the City. The type of work that requires signals to be placed into flash mode may include, but is not limited to: installation of signal poles, signal switchover, paving, striping, or excavation in the intersection. The Contractor shall minimize the limits of the work zone area at intersections whenever possible in order to avoid having the signal be placed into flash mode. Signalized Intersection Traffic Control Labor shall conform to WAC 468-95-302 and approved traffic control plans. If flaggers are utilized to provide traffic control of signalized intersections: At least two flaggers are required to flag from the center of the intersection, in addition to a flagger controlling each leg of the intersection. If off -duty Uniformed Police Officers are utilized to provide traffic control of signalized intersections: A uniformed police officer (UPO) is a sworn police officer from a local law enforcement agency or a Washington State Patrol officer. • Off -duty uniformed police officers must have a marked police vehicle with them on the project site. Unmarked police vehicles or personal vehicles are not acceptable. 1-10.4 Measurement 1-10.4 2 item Bids with Lump Sum for Incidentals (August 2, 2004 WSDOT GSP, OPTION 1) Section 1-10.4(2) is supplemented with the following: The proposal does not contain the item "Project Temporary Traffic Control", lump sum. The provisions of Section 1-10.4(2) shall apply. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-46 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 (***PROJECT -SPECIFIC SPECIAL PROVISION') Section 1-10.5(2) is supplemented with the following: "Portable Changeable Message Sign" will only be paid a max of 10 days per schedule without engineers approval. "Construction Signs Class A" shall be lump sum. END OF DIVISION 1 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-46 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, ANA ROADSIDE CLEANUP 2-01.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) Section 2-01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the following limits: Limits for clearing & grubbing shall be as shown on the plans. Clearing shall include removal of trees as noted on the plans or as directed by the Engineer to accommodate the improvements. Tree removal shall include removal of stumps and/or grinding of stumps to a depth at least two feet below finish grade. 2-01.3 Construction Requirements 2-01.3 3 Clearing Limit Fence (April 12, 2018 CFW GSP) Section 2-01.3(3) is a new section: Clearing limit fence shall be 4-feet high, orange, high density polyethylene fencing with mesh openings 1'/-inch by 3-inches nominal and weigh at least 7 oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 1'/z inches by 1'/z inches by the minimum length of 5 feet, and shall be free of knots, splits, or gouges. Steel posts shall consist of either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs./ft. or other steel posts having equivalent strength and bending resistance to the post sizes listed. The spacing of the support posts shall be a maximum of 6'/z feet. 2-01.3 4 Roadside Cleanup (January 5, 1998 WSDOT GSP, OPTION 1) Section 2-01.3(4) is supplemented with the following: The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9-14 and 9-15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8-02 and 8-03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing the work. 2-01.4 Measurement (April 12, 2018 CFW GSP) Section 2-01.4 is supplemented with the following: "Clearing and Grubbier" will be measured on a lump sum basis. Installation, maintenance, and removal of the Clearing Limit Fence shall be included in the Clearing and Grubbing bid item. "Roadside Cleanup", will be measured by force account. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-47 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 2-01.5 Pa ment (April 12, 2018 CFW GSP) Section 2-01.5 is supplemented with the following: "Clearing and Grubbing", lump sum. "Roadside Cleanup", force account. 2-02 REMOVAL OF STRUCTUREraAND OBSTRUCTIONS 2-02.1 Description (September 30, 1996 WSDOT GSP, OPTION 4) Section 2-02.1 is supplemented with the following: The Contractor is advised that asbestos may be present on this project. 2-02.3 Construction Requirements (September 7, 2021 WSDOT GSP, OPTION 1) Section 2-02.3 is supplemented with the following: Removal of Obstructions The following miscellaneous Obstructions shall be removed and disposed of: ITEMS TO BE REMOVED INCUDE, BUT IS NOT LIMITED TO, THE FOLLOWING:'s STATION / OFFSET ITEM DESCRIPTION QUANTITY 118+50, 32' RT Tree Removal 2 EA ITEMS TO BE SALVAGED TO THE CITY INCLUDE, BUT IS NOT LIMITED TO THE FOLLOWING: The above list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications, and project site to verify other items to be removed. 2 Removal of pavements, curbs, sidewalks, concrete, and driveway approaches are included in the "Roadway Excavation Incl. Haul" bid item. 2-02.3 Construction Requirements 2-02.3 3 Removal of Pavement Sidewalks Curbs, and Gutters (April 12, 2018 CFW GSP) Section 2-02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full - depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be measured and paid as "Roadway Excavation incl. Haul" in accordance with Section 2-03. 2-02.3(4) Removal of Drainage Structures (April 12, 2018 CFW GSP) CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-48 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 Section 2-02.3(4) is a new section: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re -useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2-02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Plugging pipe ends shall be considered incidental and included in the pipe removal and no additional payment will be made. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2-02.3 5 Ad'ust Existing Utili to Grade (April 12, 2018 CFW GSP) 2-02.3(5) is a new section: As shown in the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-49 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1-05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6-inch-deep and 6-inch-wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of Topsoil Type A, and seed. 3. Within an Asphalt Cement Concrete Paved Surface: See City standard detail for Utility Adjustment. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 2-02.3(5) is supplemented with the following: Cold mix shall not be used to lower utilities prior to paving operations. 2-02.3(6) Existing Utilities to Remain (April 12, 2018 CFW GSP) 2-02.3(6) is a new section: Utilities indicated in the Plans to remain shall be protected and supported in place in such a manner that they remain functional and undamaged. Utilities indicated to remain that are damaged as a result of Contractor's activity shall be repaired or replaced to the satisfaction of the Contracting Agency at no additional cost. 2-02.4 Vacant (April 12, 2018 CFW GSP) Section 2-02.4 Vacant shall be deleted and replaced with the following: 2-02.4 Measurement "Sawcutting" will be measured by the linear foot for pavement removal. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 2-02.4 is supplemented with the following: "Remove Sidewalk", shall include all sidewalk and ADA curb ramps. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-60 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 "Remove Cement Conc. Curb and Gutter", shall include all curb and gutter including adjacent to ADA curb ramps. "Tree Removal", shall include tree and root removal. 2-02.5 Payment (April 12, 2018 CFW GSP) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Sawcutting", per linear foot. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items. (***PROJECT -SPECIFIC SPECIAL PROVISION--) Section 2-02.5 is supplemented with the following: "Removal of Cement Conc. Sidewalk", per square yard. "Removal of Cement Conc. Curb and Gutter", per linear foot. "Tree Removal", per each. 2-03.2 Pavement Removal (April 12, 2018 CFW GSP) Section 2-03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Alternatively, the Contractor may elect grinding for pavement removal, where appropriate. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2-03.3 Construction Requirements Section 2-03.30M Selected Material (April 12, 2018 CFW GSP) Section 2-03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3) for Common Borrow. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-51 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Section 2-03.3(14)E Unsuitable Foundation Excavation (August 27, 2021 CFW GSP) Section 2-03.3(14)E is supplemented with the following: All embankments shall be founded on dense, non -yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, or other deleterious material prior to beginning construction of new embankments. Proof roll the foundation. Section 2-03.3 14 G BaWillin (April 12, 2018 CFW GSP) Section 2-03.3(14)G is supplemented with the following: Remove all water and non -compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2-03.3(14)C, Compacting Earth Embankments, Method C. Section 2-03.3(14)N Wet Weather Earthwork (April 12, 2018 CFW GSP) Section 2-03.3(14)N is a new section: Earthwork completed in wet weather or under wet conditions shall be accomplished in small sections to minimize exposure to wet weather. Each section shall be sufficiently small so that the removal of soil and placement of backfill can be accomplished on the same day. No soil shall be left un-compacted and exposed to water. Soil that is too wet for compaction shall be removed and replaced with Gravel Borrow material. Grading and earthwork should not be accomplished during periods of heavy continuous rainfall. 2-03.4 Measurement (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross -sections will be furnished to the successful bidder on request to the Engineer. (April 12, 2018 CFW GSP) Section 2-03.4 is supplemented with the following: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-52 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 If the Contractor excavates outside the neat -line limits designated for "Roadway Excavation, Incl. Haul" or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. 2-03.5 Pa ment (April 12, 2018 CFW GSP) Section 2-03.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul", per cubic yard. (March 13, 1995 WSDOT GSP, OPTION 2) Section 2-03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2-09 STRUCK EXCAVATION 2-09.3 Construction Requirements 2-09.301 General Requirements (March 17, 2020 CFW GSP) Section 2-09.3(1) is supplemented with the following: All shoring, including sheeting and bracing, or equivalent trench stabilization and worker protection system required to perform and protect the excavation, and to safeguard the personnel who may enter the excavation, shall be furnished by the Contractor. If workers enter any trench or other excavation four feet (4') or more in depth that does not meet the open pit requirements as generally set forth in Section 2-09.3(3)B, it shall be shored. The Contractor alone shall be responsible for worker safety, and the Contracting Agency assumes no responsibility therefore. Upon completing the Work, the Contractor shall remove all shoring, unless otherwise shown on the Plans or directed by the Engineer. The Contractor is advised that the Contracting Agency has not so delegated, and the Engineer does not purport to be, a trench excavation system safety expert, is not so engaged in that capacity under this Contract, and has neither the authority nor the responsibility to enforce construction safety laws, rules, regulations, or procedures, or to order the suspension of work for claimed violations of trench excavation safety. The furnishing by the Contracting Agency of resident project representation and inspection shall not make the Contracting Agency responsible for the enforcement of such laws, rules, regulations, or procedures, nor shall such make the Contracting Agency responsible for construction means, methods, techniques, sequences, procedures, or for the Contractor's failure to properly perform the Work necessary for proper trench excavation. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-53 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 2-09.3 1 D ❑is osal of Excavated Material (March 17, 2020 CFW GSP) Replace the third paragraph with the following: If the Contract includes Structure Excavation, Class A or B, including haul; Shoring or Extra Excavation, Class A or B; or Trench Safety System, the unit contract price shall include all costs for loading and hauling excavated materials to a permitted disposal site, or to and from a temporary stockpile. Any such stockpiled materials, either suitable or designated for incorporation into the project, shall be handled in accordance with Section 2-09.3(1) E. 2-09.3(1)E Backfilling (April 12, 2018 CFW GSP) The first paragraph of Section 2-09.3(1) is replaced with the following: The backfilling of openings dug for Structures or for Removal of Structures and Obstructions shall be a necessary part of and incidental to the excavation. Backfill material shall be Gravel Borrow unless the use of native or other material is approved by the engineer. END OF DIVISION 2 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-54 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM QUARRY AND PIT 51TES 3-01.4 Contractor Furnished Material Sources 3-01.4(1) Acquisition and Development (April 12, 2018 CFW GSP) Section 3-01.4(1) is supplemented with the following: No source has been provided for any materials necessary for the construction of these improvements. If the source of material provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at his own cost and expense, make all arrangements for the use of haul routes. END OF DIVISION 3 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-55 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 DIVISION 4 BASES (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 4-04.1 is supplemented with the following: Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways, and pavement, at existing driveways to provide temporary access, as backfill for unsuitable foundation excavation at mailbox supports, or for any other purposes deemed necessary by the Engineer. 4-04.3 Construction Requirements 4-04.3 3 Mixing (April 12, 2018 CFW GSP) Item 2 of Section 4-04.3(3), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.3 4 Placing and S readin (April 12, 2018 CFW GSP) Item 2 of Section 4-04(4), is replaced with the following: 2. Road Mix Method - The road mix method of mixing surfacing material will not be allowed. 4-04.5 Payment_ (April 12, 2018 CFW GSP) Section 4-04.5 is supplemented with the following: The unit contract price for Ballast and Crushed Surfacing shall also include compacting, and removing and hauling to waste when required by the Engineer. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 4-04.5 is supplemented with the following: "Maintenance Rock for Shoulder Reconstruction, Incl. Haul" per ton. The unit contract price for Maintenance Rock for Shoulder Reconstruction, Incl. Haul, shall also include compacting, spreading, removing, and hauling to waste when required by the Engineer. Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Crushed Surfacing Top Course", per ton. The unit contract price per ton for "Crushed Surfacing Top Course" shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-56 PROJECT #12522 CFW SPECIAL PROVISIONS VER 2021.09 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT (July 18, 2018 APWA GSP) Delete Section 5-04 and amendments, Hot Mix Asphalt and replace it with the following 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross -sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti -Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-57 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. 5-04.2(1] How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Specification 5-04.2(1). 5-04.201A Vacant 5-04.2(2) Mix Design — Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-58 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Have anti -strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti -strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.2(2)B Usinq Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. Before using additives, obtain the Engineer's approval using WSDOT Form 350- 076 to describe the proposed additive and process. 5-04.3 Construction Re uirements 5-04.3 1 Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1 st through March 31 st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Pavin Compacted Thickness (Feet) Less than 0.10 i 0.10 to .20 CITY OF FEDERAL WAY Wearing Course 55-F 45-F Other Courses 45-F 35-F 2022 ASPHALT OVERLAY PROJECT SP-59 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 More than 0.20 35-F 35^F 5-04.3 2 Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8- 23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Eauir)ment 5-04.3 3 A Mixinq Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder— Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial -scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-60 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials —The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3- 01.2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 6-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 450F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3 3 C Pavers HMA pavers shall be self-contained, power -propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-61 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A Material Transfer DeviceNehicle (MTDN) shall only be used with the Engineer's approval, unless other -wise required by the contract. Where an MTDN is required by the contract, the Engineer may approve paving without an MTDN, at the request of the Contractor. The Engineer will determine if an equitable adjustment in cost or time is due. When used, the MTDN shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-62 PROJECT #12522 CFW SPECIAL PROVISIONS VER 2021.09 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscilatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3 4 Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-63 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3MA Crack Sealin 5-04.3MA1 General When the Proposal includes a pay item for crack sealing, seal all cracks % inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks'/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-64 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: A. Cracks % inch to 1 inch in width - fill with hot poured sealant. B. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor -provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(51 Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-65 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 5-04.3(51A Vacant 5-04.316) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti - stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25OF as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class %" and HMA Class'/" wearing course 0.30 feet other courses 0.35 feet HMA Class %" 0.15 feet CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-66 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. 5-04.3 8 Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3 9 HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL required in Section 1-06.2 2 D2 Property Non -Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 1 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Non -Statistical Commercial Evaluation Passing Evaluation I", %", '/2", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- S% +/-8% CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-67 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 No. 200 sieve +/- 2.0°/a +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1'/2", 1", W 1/2" W and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation — Lots and 5ublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASH-TO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-68 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04 3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 6-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent TFactor up9 2 All aggregate passing: 1'/z", V, W, 1/2", W and No.4 sieves All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 1 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the toler-ance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro-priate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-69 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 5-04.319105 Vacant 5-04.3[9]C6 Mixture Nonstatistical Evaluation — Price Adiustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3 9 C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 MID Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents failing within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3 10 HMA Compaction Acce tance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-70 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-71 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3 10 A HMA Compaction — General Compaction Re uirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175'F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. (***PROJECT -SPECIFIC SPECIAL PROVISION--) Section 5-04.3(10)A is supplemented with the following: Compaction testing shall be incidental to "HMA Class'/" PG 581-1-22" 5-04.3 10 6 HMA Compaction — Cyclic Densit Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3 10 C Vacant 5-04.31101D HMA Nonstatistical Compaction_ 5-04 3(10)Dl HMA NonstatisticaI Compaction —Lots. and Sy blots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-72 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04 3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3 'IQ ❑3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture -density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non -Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3111) Reject Work 5-04.3 11 A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3 11 B Remection by. Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-73 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 5-04.3(11)C Resection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3 11 l3 Resection -A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.30111E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3 11 F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PR for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.301)G Resection -An Entire Lot [Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.302) Joints CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-74 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 5-04.3021A HMA Joints 5-04.3 12 Al Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20HAV shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3 12 A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than '/z of the compacted lift thickness and then taper down on a slope not steeper than 4H:1 V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3[1218 Bridge Paving Joint Seals 5-04.3 12 B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer's application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-75 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3 13 Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than % inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than % inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre -Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3 14 Planing- (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-76 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the sur-face by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as deter -mined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 6-04.3 14 A Pre -Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can iden-tify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre -planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.304113 Pavinq and Planing Under Traffic 5-04.3 14 B'I General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-77 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post -paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8- 23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)62 Submittals — Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre -planing briefing and pre -paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-78 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the se-quencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A'copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3041133 Pre -Paving and Pre-Planinq Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con -tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-79 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equip-ment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3 1 fi HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3117) Temporary Asphalt Pavement (April 12, 2018 CFW GSP) Section 5-04.3(17) is a new section: Temporary asphalt pavement shall be placed by the Contractor immediately upon the request of the Engineer for the maintenance of traffic during construction. These areas include: voids created by the removal of existing improvements (i.e. Traffic islands, curbs), providing paved access to private properties, and ramps for property access during cement concrete driveway approach construction. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer beforehand. This work shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-80 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Hot Mix Asphalt Temporary Pavement: Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS-1 asphalt emulsion and apply a minimum 3-inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Cold Mix Asphalt Temporary Pavement: Cold mix asphalt is allowed for temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2-inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. 5-04.4 Measurement HMA CI, _ PG �, HMA for _ Cl. _ PG _, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-81 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Water will be measured by the M gallon as provided in Section 2-07.4. (April 1 Z 2018 CFW GSP) Section 5-04.4 is supplemented with the following: Hot Mix Asphalt Temporary Pavement shall be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Hot Mix Asphalt Temporary Pavement shall be paid under the "Temporary Pavement" bid item and shall include placement and compaction of hot mix asphalt, removal and disposal of temporary pavement. Cold Mix Asphalt Temporary Pavement will not be measured and shall be considered incidental to other bid items. (* -PROJECT-SPECIFIC SPECIAL PROVISION*) Section 5-04.5 is supplemented with the following: Compaction testing shall be incidental to "HMA Class'/z" PG 58H-22"_ 5-04.5 Payme��t Payment will be made for each of the following Bid items that are included in the Proposal. "HMA Cl. _ PG _", per ton. "HMA for Approach Cl. _ PG _", per ton. "HMA for Preleveling Cl. _ PG _", per ton. "HMA for Pavement Repair Cl. _ PG _", per ton. "Commercial HMA", per ton. The unit Contract price per ton for "HMA Cl. _ PG _", "HMA for Approach Cl. _ PG ", "HMA for Preleveling Cl. _ PG _", "HMA for Pavement Repair Cl. _ PG _", and "Commercial HMA" shall be full compensation for all costs, including anti -stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Preparation of Untreated Roadway", per mile. The unit Contract price per mile for "Preparation of Untreated Roadway" shall be full pay for all Work described under 5-04.3(4) , with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for "HMA Cl. _ PG _" which was used for patching. If the Proposal does not include a Bid item for "Preparation of Untreated Roadway", the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. "Preparation of Existing Paved Surfaces", per mile. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-82 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The unit Contract Price for "Preparation of Existing Paved Surfaces" shall be full pay for all Work described under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for "HMA Cl. _ PG _" which was used for patching. If the Proposal does not include a Bid item for "Preparation of Untreated Roadway", the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. "Crack Sealing", by force account. "Crack Sealing" will be paid for by force account as specified in Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. "Pavement Repair Excavation Incl. Haul", per square yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl. _ PG per ton. "Asphalt for Prime Coat", per ton. The unit Contract price per ton for "Asphalt for Prime Coat" shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5- 04.3(4). "Prime Coat Agg.", per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for "Prime Coat Agg." shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities required by the Engineer. "Asphalt for Fog Seal", per ton. Payment for "Asphalt for Fog Seal" is described in Section 5-02.5. "Longitudinal Joint Seal", per linear foot. The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(12). "Planing Bituminous Pavement", per square yard. The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23.5. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-83 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 "Water", per M gallon. Payment for "Water' is described in Section 2-07.5. "Job Mix Compliance Price Adjustment", by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.3(9)C6. "Compaction Price Adjustment", by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5- 04..3(10)D3. "Roadway Core", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. "Cyclic Density Price Adjustment", by calculation. "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)B. (April 12, 2018 CFW GSP) Section 5-04.5 is supplemented with the following: "Temporary Pavement", per ton. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 5-04.5 is supplemented with the following: Compaction testing shall be incidental to "HMA Class'/2" PG 581-1-22". END OF DIVISION 5 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-84 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS ADD AND CUSTOMIZE THIS SECTION TO DESCRIBE PROJECT - SPECIFIC STORM IMPROVEMENTS BEING INSTALLED BEYOND DRAIN PIPE & UNDERDRAIN PIPES. Possible storm work endin decision. 7-01.1 Description (April 1 Z 2018 CFW GSP) Section 7-01.1 is supplemented with the following: This work consists of removing and installing stormwater pipe at SW 330th St and 491h PI SW. 7-01.3 Construction Requirements 5 linear feet of 12 inch corrugated metal 7-01 3[3] Cleanouts and Fittings for Drain and Underdrain Pipe (April 12, 2018 CFW GSP) Section 7-01.3(3) is a new section: The Contractor shall install cleanouts at the terminal end of any drain or underdrain pipe not entering into a drainage structure. Cleanouts shall be installed at 150' maximum spacing with a maximum of two (2) cleanouts per section of drain or underdrain pipe. 7-01.5 Payment (April 12, 2018 CFW GSP) Section 7-01.5 is supplemented with the following: Excavation, laying pipe, fittings, cleanouts, pipe bedding, imported backfill material (or native material if approved by the engineer), construction geotextile, connections to new or existing storm drainage structures, haul and disposal of trench material to be wasted including unsuitable material, cleaning, and testing will not be measured as these items are incidental to the drain pipe and/or underdrain pipe pay item(s). 7.04.3 Construction Requirements 7-04.30) Cleaning and Testing (April 12, 2018 CFW GSP) Section 7-04.3(1) is supplemented with the following: Cleaning and testing of storm sewer pipe shall be in accordance with Section 7- 04.3(1) of the Standard Specifications, except as modified herein: Any departures from the best construction practices by the Contractor, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-85 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. 7-04.5 Payment (June 12, 2020 CFW GSP) Section 7-04.5 is supplemented with the following: Section 7-04.5 is modified as follows: The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all tools, labor, and equipment, and materials necessary for its complete installation, including, but not limited to: sawcutting, pavement removal, trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, imported or native backfill, compaction, connection to new or existing storm sewers or drainage structures, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing, and costs related to maintaining existing drainage system during construction or to provide temporary drainage systems. 90% of payment will be made once the storm sewer pipe is installed. The remaining 10% will be paid once pipe testing has been completed with satisfactory results. The engineer will have the discretion to adjust these payment percentages as may be appropriate. Payment percentages may be adjusted for any reason the engineer deems necessary, including but not limited to, a high number of unsatisfactory test results. 05 MANHQ ES IN# 9T$CATCH BASINS AND DRIVELLS 7-05.3 Construction Requirements (August 27, 2021 CFW GSP) Section 7-05.3 is supplemented with the following: Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans or as directed by the Engineer. All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products shall be non -slip MMA coating. Placement of the non -slip MMA coating shall be in accordance with the manufacturer's recommendations. Vertical edges of the utility shall be flush with the adjoining surface to the extent possible after installation. The following requirements shall be applicable to both existing and proposed structures, as shown on the plans, or as designated by the Engineer: Vaned Grate vs Solid Lid A vaned grate and associated frame shall be installed on manholes and catch basins located where they will accept runoff. Bi-directional vaned grates shall be installed at all roadway sag locations and at low points along curb returns. All structures not receiving surface runoff shall include solid lids, unless otherwise indicated on the plans or directed by the Engineer. Locking vs Non -Locking Lid CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-86 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 All lids and frames shall be locking unless shown as non -locking on plans or directed otherwise by the Engineer. The Contractor shall place anti - seize compound on all locking lid bolts prior to the final project punch list inspection. Round vs Square Lid All structures, new or existing, shall utilize round lids, except for those that accept surface runoff (i.e. those located along a gutter flow line). Catch basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. Heavy -Duty Hinged Frames and Covers Heavy-duty hinged frames and covers shall be installed whenever round, solid lids are required as outlined above. 7-05 30) Adjusting Manholes, Valve Boxes and Catch Basins to Grade (April 1 Z 2018 CFW GSP) Section 7-05.3 is supplemented with the following: Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for circular grates and covers and a neat rectangular shape for rectangular grates and covers. The edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall remain operational and accessible. (Reference City of Federal Way Standard Drawing 3-55 for Utility Adjustment). The Contractor shall adjust manholes and catch basins with pre -cast grade rings, and mortar and high impact adjustment risers with a maximum 2-inch thickness where required for heavy-duty frames and covers within the travelled roadway. Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a manhole or Type 2 catch basin to final grade, including existing grade rings, the Contractor shall remove the existing cone section or top slab, install a pre -cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section or top slab prior to paving operations. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer prior to frame installation. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking frames and covers and high -impact risers. Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the adjustment shall then be filled with Commercial HMA, placed and compacted in maximum 3-inch lifts, to match the adjacent pavement surface. The joint between the patch and existing pavement shall then be painted with asphalt CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-87 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 7-05.313) Connections to Existing Manholes (April 12, 2018 CFW GSP) Section 7-05.3(3) is supplemented with the following: The requirements of this section shall also apply to connections to existing catch basins. 7-05.3(5) Connections to Existing Pipe (April 12, 2018 CFW GSP) Section 7-05.3(5) is a new section: The contractor shall connect (or reconnect) existing pipes to new manholes or catch basins without obstructing flow from upstream locations. 7-05.3 fi Cleaning (April 12, 2019 CFW GSP) Section 7-05.3(6) is a new section: Prior to final project acceptance by the City, the Contractor shall be responsible to ensure the sumps of all manholes, inlets, catch basins, and drywells are clean of sediment and debris. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 7-05.4 is supplemented with the following: "Adjust Sanitary Sewer Manhole To Grade", will be measured per each. "Adjust Water Valve To Grade", will be measured per each. "Replace Existing Frame, Grate and Riser", will be measured per each. The unit contract price for Adjust Sanitary Sewer Manhole To Grade, Adjust Water Valve To Grade, and Replace Existing Frame, Grate and Riser shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all sawcutting, pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, imported or native backfill, compaction, surface restoration, testing, cleaning, and furnishing and placing of all accessories and conversion risers, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers, grade rings and adjustment risers including conversion risers shall be considered incidental to this bid item and will not be measured for separate payment. 50% of payment will be made once the adjustment has been made. The remaining 50% will be paid once the work has been accepted by the utility. The unit contract price for "Adjust Sanitary Sewer Manhole To Grade" and/or "Adjust Water Valve To Grade" and/or "Replace Existing Frame, Grate and Riser" applies to existing utilities that require adjustment to grade by addition or removal of adjustment risers. The unit contract price includes all labor, tools, equipment, and materials necessary to adjust utilities to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure. Conversion of catch basin/manhole/inlet lids (i.e. convert to heavy duty, solid, round locking lid) shall be CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-88 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 included in this bid item. Grade rings and adjustment risers (concrete or high -impact) shall be considered incidental to this bid item and will not be measured for separate payment. Payment will be made once the adjustment is fully complete and grouted. Partial payment will not be made if risers have been added, but the grouting has not been completed to the satisfaction of the City or utility. "Non -slip MMA coating", will be measured per square foot. 7-05.5 Pay (August 27, 2021 CFW GSP) Section 7-05.5 is supplemented with the following: The unit contract price for catch basins and/or manholes shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all sawcutting, pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, imported or native backfill, compaction, surface restoration, testing, cleaning, and furnishing and placing of all accessories and conversion risers, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers, grade rings and adjustment risers including conversion risers shall be considered incidental to this bid item and will not be measured for separate payment. 50% of payment will be made once the catch basin or manhole is installed and the pipe inlets and outlets are grouted. The remaining 50% will be paid once risers/rings are grouted to the satisfaction of the City and frame/grate is installed. The unit contract price for "Adjust Manhole" and/or "Adjust Catch Basin" and/or "Adjust Inlet" applies to existing storm drainage catch basins, inlets, and manholes that require adjustment to grade by addition or removal of adjustment risers. The unit contract price includes all labor, tools, equipment, and materials necessary to adjust drainage structures to finished grade, sawcutting, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Conversion of catch basin/manhole/inlet lids (i.e. convert to heavy duty, solid, round locking lid) shall be included in this bid item. Grade rings and adjustment risers (concrete or high -impact) shall be considered incidental to this bid item and will not be measured for separate payment. Payment will be made once the adjustment is fully complete and grouted. Partial payment will not be made if risers have been added, but the grouting has not been completed to the satisfaction of the City. The unit contract price for "Connection to Drainage Structure" applies to connecting new storm drain pipe to existing storm drainage catch basins and manholes and includes all labor, tools, equipment, and materials necessary to core drill the existing drainage structure and provide the necessary pipe connection. Any associated sawcutting, pavement removal and disposal, excavation, imported or native backfill, compaction, and pavement restoration are incidental to this bid item. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 7-05.5 is supplemented with the following: "Adjust Sanitary Sewer Manhole To Grade", per each. "Adjust Water Valve To Grade", per each. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-89 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 "Replace Existing Frame, Grate and Riser", per each. "Non -slip MMA coating", will be measured per square foot. 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.5 Payment (April 12, 2018 CFW GSP) Section 7-07.5 is replaced with the following: All costs associated with cleaning existing drainage structures shall be considered incidental to and included in the various bid items and no additional payment shall be made. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 1)A Trenches (April 12, 2018 CFW GSP) Section 7-08.3(1)A is supplemented with the following: Where water is encountered in the trench, it shall be removed during pipe -laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. Trenching may disturb existing pavement markings that are not shown to be replaced on the plans. All such pavement markings damaged by trenching shall be repaired after trenching is backfilled and restored. The new pavement markings shall match the damaged pavement marking. All pavement marking repair cost shall be incidental to the pipe installation, including all necessary labor and materials. 7-08.3(3) Backfilling_ (April 12, 2018 CFW GSP) Section 7-08.3(3) is supplemented with the following: Initial backfilling shall be performed only after inspection and approval of the installed pipe. Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. Water settling will not be permitted. If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. END OF DIVISION 7 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-90 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL. 8-01.3 Construction Requirements 8.01.30) General (April 12, 2018 CFW GSP) The first paragraph of 8-01.3(1) is deleted and replaced with the following: The Contractor shall install a high visibility fence along the right-of-way lines shown in the Plans or as instructed by the Engineer. 8-01.3 1 A Submittals (April 12, 2018 CFW GSP) Section 8-01.3(1)A is revised to read: A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1-07.15(1). The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMR The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and method of construction. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the SWPPP work and incorporate it into the Contractor's progress schedule. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-91 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season. D. BMPs that will be removed at the end of each construction season. E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction/ Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on -site measures/revisions including additional source control, BMP maintenance, and/or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and/or pH benchmarks. 2. The regulatory notification to the Dept. of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8-01.3(2) Seeding, Fertilizing, and Mulching 8-01.3(2)B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-01.3(2)B is supplemented with the following: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-92 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. Fertilizer shall be a commercially prepared mix of 10- 20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8.02 ROADSIDE RESTOR61IONN 8-02.3 Construction Requirements 8-02.31 Responsibility During Construction (April 12, 2018 CFW GSP) Section 8-02.3(1) is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8-02.3 6 Planting Area Preparation (April 12, 2018 CFW GSP) Section 8-02.3(5) is supplemented with the following: Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth of six -inches (6") except within critical root zones of existing trees to remain, as noted on plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two -inches (2") in diameter prior to placing topsoil. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless otherwise noted on plans. Lightly compact soil and establish a smooth and uniform finished grade to allow to surface drainage and prevents ponding. The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-93 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 8-02.3 6 B Fertilizers (September 3, 2019 WSDOT GSP, OPTION 3) Section 8-02.3(6)B is supplemented with the following: Fertilizer shall be a commercially prepared mix of 10-20-20 and shall be applied at the rate of 10 pounds per 1000 square feet. 8-02.3(8) Planting (April 12, 2018 CFW GSP) Section 8-02.3(8) is supplemented with the following: All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as specified on the plans, shall be considered incidental to and included in the unit contract price of the trees. Use loosened and replaced compacted mineral native soil without organics under tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for shrubs. Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall remain intact until trees are set in their final positions within each planting pit. Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until topsoil has been backfilled and water settled free of voids and air pockets and tamped firmly around the ball or roots. When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent to the root system. Carefully place water and compact planting topsoil, filling all voids. Tree root crowns to be 1" higher than finished grade to allow for settlement. When the planting pit is three quarters backfilled, fill with water and allow water to soak away. Fill the pits with additional topsoil to finish grade and continue backfilling as detailed on the Plans. Water trees immediately after planting. The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates in tree wells per City Standard Detail 3-31. 8-02.3 9 B Seeding and Fertilizing (September 3, 2019 WSDOT GSP, OPTION 2) Section 8-02.3(9)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and accepted by the Engineer. The application rate shall be two pounds per 1000 square feet. B-02.3(10) Fertilizer (April 12, 2018 CFW GSP) Section 8-02.3(10) is supplemented with the following: All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-94 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer manufacturer's recommendations. 8-02.3 11) Bark or Wood Chi P Mulch (April 12, 2018 CFW GSP) Section 8-02.3(11) is supplemented with the following: Bark Mulch shall be placed over all tree planting pits to a depth no less than two (2) inches, or as detailed on the Plans. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. 8-02.3 17 Protection of Private Property and Property Restoration (April 12, 2018 CFW GSP) Section 8-02.3(17) is a new section: Property Restoration shall consist of fine grading and restoration of adjacent landscaped areas; adjustment and/or replacement of private irrigation systems; slope restoration behind sidewalks; timber edgings; installing and replacing private wood and chain link fencing; and other work not currently identified on the plans, as directed by the Engineer. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under "Property Restoration". Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special Provisions. All materials shall conform to Sections 9-14 Erosion Control and Roadside Planting and 9-15 Irrigation System of the Standard Specifications. The force account provided for property restoration also includes any adjustments and/or replacements of existing irrigation systems not covered under Section 8-03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. 5-02.4 Measurement (April 12, 2018 CFW GSP) Section 8-02.4 is supplemented with the following: Topsoil, bark mulch, compost, and/or soil amendments will be measured by the cubic yard in the haul conveyance at the point of delivery. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-95 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 "Seeded Lawn" will be measured in square yards of actual lawn completed, established, and accepted. "Sod Lawn, Incl. 4 in Topsoil" will be measured in square yards of actual lawn completed, established, and accepted. "Property Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. "Roadside Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. Fertilizer shall be incidental to other bid items unless specifically listed as a bid item. 8-02.5 Pa ment (April 12, 2018 CFW GSP) Section 8-02.5 is supplemented with the following: "Bark Mulch" per cubic yard. The unit contract price shall be full pay for furnishing and spreading the mulch. "Seeded Lawn" per square yard. The unit contract price will include all preparation, fertilizer, establishment, and mowing as called for in the specifications. "Sod Lawn, Incl. 4 in Topsoil" per square yard. The unit contract price will include all preparation, fertilizer, establishment, and mowing as called for in the specifications. "Property Restoration" perforce account. "Roadside Restoration" per force account. 8-04 CURBS GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-04.3 is supplemented with the following: The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2-03.3(14)D revised, before placing the curb and gutter. White -pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one -eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet (10'). Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. Where shown on the plans, the Contractor shall paint the curbs with 2-coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-96 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 8-04.4 Measurement (April 12, 2018 CFW GSP) Section 8-04.4 is supplemented with the following: Painting of curbs, where required, will not be measured and is considered incidental to the unit price of the type of curb. 5-04.5 Payment (April 12, 2018 CFW GSP) Section 8-04.5 is supplemented with the following: "Cement Conc. Curb 12 in Wide", per linear foot. "Cement Conc. Pedestrian Curb", per linear foot. "Extruded Curb, Type 6", per linear foot. 8-06 -CEMENT CONCRETE DR1VESlVAY ENTRANCES 8-0$.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-06.3 is supplemented with the following: All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one-half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick -setting mix prior to use. Property owners shall be notified in writing at least 48 hours in advance of any planned driveway closures Crushed rock may be used, with Engineer approval, to maintain a driving surface. 8-06.5 Payment (April 12, 2018 CFW GSP) Section 8-06.5 is supplemented with the following: If the Contractor chooses to use a quick -setting concrete mix for driveway construction, any additional costs to use such mix shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment will be made. If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall be made. - 7 PRECAST F CURB 8-07.1 Description (December 12, 2012 CFW GSP) CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-97 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 Section 8-07.1 is deleted and replaced with the following: This Work consists of furnishing and installing precast traffic curb, block traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans, in the locations indicated in the Plans or as identified by the Engineer. 8-07.2 Materials (August 9, 2014 CFW GSP) Section 8-07.2 is supplemented with the following. Block Traffic Curb 9-18.3 8-07.3 Construction Requirements 8-07.3(1) Installing Curbs (March 30, 2018 CFW GSP) Section 8-07.3(1) is supplemented with the following: For both types of curb, nosing pieces, connecting dividers, and radial sections, as detailed in the Plans, will be required at the ends of the curb lines, at transitions from Type C traffic curb to Type A traffic curb, and at Type A traffic curb installation with radii less than 10 feet. 8-07.4 Measurement (August 9, 2014 CFW GSP) Section 8-07.4 is supplemented with the following: Type A precast traffic curb and Type A block traffic curb will be measured by the linear foot along the front face of the curb and return. Type A nosing pieces and dividers will be measured as Type A curb. Type C precast traffic curb and Type C block traffic curb will be measured by the linear foot along the axis of the curb. Type C nosing pieces will be measured as Type C curb. 8-07.5 Payment (August 9, 2014 CFW GSP) Section 8-07.5 is supplemented with the following: "Type A Precast Traffic Curb", per linear foot. "Type C Precast Traffic Curb", per linear foot. "Type A Block Traffic Curb", per linear foot. "Type C Block Traffic Curb", per linear foot. 8-09 RAISED PAVEMENT MARKERS 8-09.1 Description (December 12, 2012 CFW GSP) Section 8-09.1 is supplemented with the following: RPM's shall be installed per City of Federal Way Standard Details. (***PROJECT SPECIFIC SPECIAL PROWSION--) Section 8-09.5 is supplemented with the following "Hydrant Marker, Type 2B", per each. 8-12 CHAIN I INK FENCE AND IRE FENCE CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-98 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 8-12.2 Materials (September 8, 2020 WSDOT GSP OPTION 1) Section 8-12.2 is supplemented with the following: Coated Chain Link Fence Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet -insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match SAE AMS Standard 595 color number 37038 (black), or be as approved by the Engineer. Samples of the coated fencing materials shall have received the Engineer's acceptance prior to installation on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. (September 17, 2019 CFW GSP) Section 8-12.2 is supplemented with the following: Chain link fencing installed with the project shall include a top rail. 8-12.5 Payment (April 12, 2018 CFW GSP) Section 8-12.5 is supplemented with the following: "Black Vinyl Coated Chain Link Fence", per linear foot. The unit Contract price per linear foot for "Black Vinyl Coated Chain Link Fence" shall be full payment for all costs for the specified Work including brace post installation; end, corner, and pull posts; top rail and bottom rail; and all other requirements of Section 8-12 for Chain Link Fence, unless covered in a separate Bid Item in this section. 8-13.1 Description (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-13.1 is deleted and replaced by the following: This work shall consist of furnishing and placing monument cases, covers, and pipes in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer. 8-13.2 Materials (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-13.2 is supplemented with the following: The pipe shall be Schedule 40 galvanized pipe. 8-13.3 Construction Requirements (April 12, 2018 CFW GSP) CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-99 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The last paragraph of Section 8-13.3 is revised to read: The Contractor will be responsible for placing the concrete core and tack or wire inside the pipe. Section 8-13.3 is supplemented with the following: Where shown in the Plans or where directed by the Engineer, existing monument case and covers shall be adjusted to grade as designated by the Engineer. The existing monument shall be carefully protected so as not to disturb its location in any way. The Contractor shall have a licensed professional land surveyor locate the monument prior to the case and cover adjustment if any disturbance of the existing monument is probable. The existing cast iron ring and cover shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The materials and method of construction shall conform to the requirements of the Standard Plan as approved by the Engineer. 8-13.4 Measurement (March 13, 1995 WSDOT GSP, OPTION 1) Section 8-13.4 is deleted and replaced by the following: Measurement of monument case, cover, and pipe will be by the unit for each monument case, cover, and pipe furnished and set. 8-13.5 Payment (April 12, 2018 CFW GSP) Section 8-13.5 is supplemented with the following: "Adjust Monument Case and Cover", per each. "Monument Case, Cover, and Pipe", per each. -14 CEMENJ CONCRETE D LK 8-14.3 Construction Re uirements (April 3, 2017 WSDOT GSP, OPTION 1) Section 8-14.3 is supplemented with the following: The Contractor shall request a pre -meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-100 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 6. Form work 7. Installation of detectable warning surfaces 8. Contractor ADA survey and ADA Feature as -built requirements 9. Cold Weather Protection (January 7, 2019 WSDOT GSP, OPTION 2) Section 8-14.3 is supplemented with the following: Timing Restrictions Curb ramps shall be constructed on one leg of the intersection at a time. The curb ramps shall be completed and open to traffic within five calendar days before construction can begin on another leg of the intersection unless otherwise allowed by the Engineer. Unless otherwise allowed by the Engineer, the five calendar day time restriction begins when an existing curb ramp for the quadrant or traffic island/median is closed to pedestrian use and ends when the quadrant or traffic island/median is fully functional and open for pedestrian access. (January 7, 2019 WSDOT GSP, OPTION 3) Section 8-14.3 is supplemented with the following: Layout and Conformance to Grades Using the information provided in the Contract documents, the Contractor shall layout, grade, and form each new curb ramp, sidewalk, and curb and gutter. (April 12, 2018 CFW GSP) Section 8-14.3 is supplemented with the following: Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be constructed at a maximum distance of 5 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage. Any damaged sections shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed during construction shall be restored to original condition at the Contractor's expense. Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. (April 12, 2018 CFW GSP) Section 8-14.3(5) is supplemented with the following: MMA-Style Truncated Dome Detectable Warning Surfaces applied to asphalt surfaces shall be liquid -applied Vanguard ADA Systems, or approved equal. 8-14.4 Measurement CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-101 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 (April 12, 2018 CFW GSP) Section 8-14.4 is supplemented with the following: Thickened Edge Sidewalk will be measured per linear foot. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-14.4 is supplemented with the following: Surface Applied Detectable Warning Surfaces will be measured per square foot. 8-14.5 Payment (April 12, 2018 CFW GSP) Section 8-14.5 is supplemented with the following: Payment for "Cement Conc. Curb Ramp Type " will not be made until the City has verified that the ramp(s) meet ADA requirements. "Thickened Edge Sidewalk" per linear foot. Payment for "Thickened Edge Sidewalk" will be made in addition to any payment per square yard for "Cement Conc. Sidewalk." (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-14.4 is supplemented with the following: "Surface Applied Detectable Warning Surfaces" per square foot. This is a separate item from cast in place detectable warning surfaces that are incidental to curb ramps. l! RNM11 i 8-20.1 Description 8-20.1 1 Regulations and Code (March 13, 2012 CFW GSP) Section 8-20.1(1) is supplemented with the following: Where applicable, materials shall conform to the latest requirements of Puget Sound Energy and the Washington State Department of Labor and Industries. 8-20.1[2] Industry Codes and Standards (March 13, 2012 CFW GSP) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC) Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.10) Permitting and Inspections (April 12, 2018 CFW GSP) Section 8-20.1(3) is supplemented with the following: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8-20.2 Materials Section 8-20.2 is supplemented with the following: (March 13, 2012 CFW GSP) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-102 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). 8-20.2 1 Equipment List And Drawings (January 26, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: Within one (1) week following the pre -construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, Safe City Cameras and related equipment (Pan -Tilt -Zoom, Fisheye, Bullet and License Plate Reader), electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. 8-20.3 Construction Requirements 8-20.31 General (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. Remove foundations entirely, unless the Plans state otherwise. Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2-09.3(1)E. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Signal System Changeover The Contractor shall provide a detailed work plan for the signal system changeover to be approved by the Engineer. They shall not deviate from the work plan without prior written approval from the Engineer. The work plan shall show the exact date of the signal system changeover. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-103 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The changeover of the signal equipment shall commence after 8:30 AM and be completed by 3:00 PM on the same day (unless as noted below). Changeovers musttake place on Tuesday, Wednesday, or Thursday, unless otherwise approved by the Engineer. During changeover, traffic control shall be provided. The exact work plan and schedule for changeover shall be pre -approved by the Engineer. Certain intersections may require a night-time changeover due to traffic volumes. If the City determines a night-time switchover is required, they will provide direction as to the allowable hours of work. No additional payment will be made to the Contractor for a night-time switchover. (January 26, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Signal Display Installation Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or changeover. Signal displays and reflectorized backplates when installed prior to signal turn -on or changeover shall be covered and not visible to vehicular traffic at any time. (November 14, 2014 CFW GSP) Section 8-20.3(1) is supplemented with the following: Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the City shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. The Contractor shall be responsible for unloading the equipment where directed by the Engineer or Signal Tech at the delivery site. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the City. (December 17, 2012 CFW GSP) Section 8-20.3(1) is supplemented with the following: Fiber Optic Cable Service Outage Duration & Notification The maximum allowable interruption to the operation of the existing fiber optic cable service is three days, including testing. Outages of fiber optic cable may CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-104 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 affect multiple parties, including but not limited to, the City, King County, and/or WSDOT. Proposed outage dates shall be reviewed and approved by the City. The City shall coordinate the outage with WSDOT. The Contractor shall coordinate the outage with King County Metro and King County Traffic at least two (2) weeks in advance of the proposed outage. The notification shall include description of work, location, duration of outage including start and ending date/time and emergency contact information. Notification in writing shall be sent to the following: Owen Kehoe King County Metro Phone: 206-477-5811 Email: owen.kehoe@kingcounty.gov Jeffery Barnett King County Metro Phone: 206-263-7826 Email: Jeffery. Barnett@kingcounty.gov King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206-396-3763 8-20.3 2 Excavatinq and Backfillin (January 8, 2013 CFW GSP) Section 8-20.3(2) is supplemented with the following: The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA Cl 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2. 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks shall be installed to conform with the City of Federal Way Luminaire Electrical Trench Detail. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-105 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 determines that the native material is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed and replaced as specified. 4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and outside the traveled way shall have a minimum of twenty-four inches (24'� cover over conduits. Such trenches shall be backfilled with bedding material two inches (2'1 above and below the conduit, with the remaining depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (April 1 Z 2018 CFW GSP) Section 8-20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-106 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, underground vaults and directional boring operations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(4) Foundations (November 2, 2020 CFW GSP) Section 8-20.3(4) is supplemented with the following: Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch-thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-107 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. Foundations for Type 1 traffic signal poles shall conform to Standard Plan J-21.10. Foundations for Type II and Type III traffic signal poles shall conform to details on the Signal Standard Sheet in the Plans. Foundations for streetlight poles shall conform to City of Federal Way Drawing Number 3-39 except that foundation depth shall be as noted on the Illumination Pole Schedule. Foundations for the decorative streetlight poles shall conform to City of Federal Way Drawing Number 3-43 except that foundation depth shall be as noted on the Illumination Pole Schedule. 8-20.3(4A) Controller Foundations (November 5, 2012 CFW GSP) Section 8-20.3(4)A is a new section: The controller foundation shall conform to the City of Federal Way's Drawing No. 3-45B and 3-45C included in the Appendix of these Specifications. Additionally, the pad mount shall conform to the following: 1. The concrete pedestal height shall be 20 inches. 2. The spare two-inch conduit shall run to the nearest junction box, unless placement of such would exceed the junction box capacity in which case the spare two-inch conduit shall run to the next nearest junction box. 3. Conduits shall be centered horizontally except service conduit which shall be placed at the side of the power panel. 4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides. 5. Unit shall be mounted on a cement concrete pad per Plan Details. 6. Conduits shall be placed in the front 1/3 of the foundation. Foundations constructed with conduits located within the three (3) inch cabinet mounting flange shall be removed and reconstructed. Modification of the three (3) inch cabinet mounting flange will not be accepted. The service cabinet foundation shall also be constructed on the larger cement concrete pad noted on the Plans and shall conform to the City of Federal Way's Drawing No. 3-45 included in the Appendix of these Specifications. 8-20.3(5) Conduit 8-20.3(5)A General (March 16, 2011 CFW GSP) Section 8-20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-108 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot -dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT&T)/C — Cable COMCAST(AT&T)/F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra — COBRA luminaire system Traffic signal interconnect shall be placed, wherever feasible, in the joint utility trench being constructed under this contract (if applicable). This work shall be coordinated with the other utilities to ensure a 2" minimum conduit is provided solely for the traffic signal interconnect. Conduit size shall be verified with City Traffic Engineer prior to installation. 8-20.3 6 B Conduit TYPe (March 16, 2011 CFW GSP) Section 8-20.3(5)B is supplemented with the following: All conduits for signal cable raceways under driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (November 2, 2020 CFW GSP) Section 8-20.3(6) is supplemented with the following: Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy-duty. Standard Duty nonconcrete junction boxes shall not be installed within the City of Federal Way. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-109 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 All streetlight junction boxes not placed in the sidewalk shall be placed immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent the box from lifting out of the dirt. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30. Junction box lids and frames shall be grounded per Section 8-20.3(9). Junction boxes shall be located at the station and offset indicated on the Plans except that field adjustments may be made at the time of construction by the Engineer to better fit existing field conditions. Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30. Communications/fibers vaults shall be provided for the purpose of storing slack cabling and installing splice enclosures. The location of all communication vaults shall be as indicated on the Plans and shall be field verified by the Contractor. Communication/fibers vaults shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. Where indicated in the Plans, new vaults shall be installed as described herein and shown in the Plans. The Contractor shall furnish and install racking hardware for cable storage in all new vaults and in all existing vaults where cable storage is identified on the plans. The Contractor shall secure and store the cable in the racking hardware per manufacturer's instruction. Fiber vaults shall be installed in accordance with the following: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-110 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 1. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the fiber vault manufacturers. 2. Backfilling around the work shall not be allowed until the concrete or mortar has set. 3. Upon acceptance of work, fiber vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 4. Fiber vaults shall be adjusted to final grade using risers or rings manufactured by the fiber vault and pull box manufacturer. Fiber vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. All voids created in and around the vault while adjusting it to grade shall be filled with grout. 5. Fiber vaults shall be installed at the approximate location shown in the Drawings. Final location to be approved by the Engineer. 6. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will extend 2 inches within the vault walls. At the 2-inch mark the excess conduit on the existing structure will need to be removed and all cables exposed. 7. Once the conduits are located, excavate a hole large enough to install the fiber vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course. If a fiber vault is installed outside a paved area, an asphalt pad shall be constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. If the existing conduits contain existing cables, the new vault will need to be bottomless to allow the existing conduit and cable to be routed into the new vault. (March 6, 2012 CFW GSP) Section 8-20.3(8) is supplemented with the following: Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. Circuit conductors shall be standard copper wire in all conduit runs with size specified on the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14 AWG pole and bracket cable. (March 6, 2012 CFW GSP) The following is inserted between the 3rd and 4th paragraph of this section: Loop wires will be spliced to lead in wires at the junction box with an approved mastic tape, 3-M 06147 or equal, leaving 3 feet of loose wire. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 11 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Connectors will be copper and sized for the wire. Mastic splice material will be centered on the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/lighting connector kits. Installation shall conform to details in the Standard Plans. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 12 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The following is inserted between the 11th and 12th paragraphs of this section: Field Wiring Chart (IMSA Standards) 501 +Input 506 AC+Control 511 Remote -All Red 502 AC- 507 AC+Crosswalk 512-520 Special 503 AC+Lights 508 AC+Detectors 551-562 Interconnect 504 AC+Lights 509 AC+12 Volts 593-598 Rail Road Preemption 505 AC+Lights 510 Remote -Flash Phases 1 2 3 4 5 6 7 8 A B Emergenc Orange (B+)_ 581 584 587 590 y Yellow (Call) T.-_.._...................M_... 582 585 __ ............�..__....-- 588 ........_ .. 591 - ............... ._. _............ ..... - Vehicle Blue (BB) Preemptio 583 586 589 592 n Red 611 621 631 641 651 661 671 . ... 681 691 __._.............._..� 601 �.._ ._ .._ Orange_ ........................_ _ 612 m...... 622 632 642 - — 652 --- 662 672 .. -.._....................................m............, 682 692 602 _.._. Vehicle Green 613 623 633 643 .................................... 653 663 673 .. ...................... 683 693 ........................ 603 Heads ....... _. �............... Black _........................ 614 624 634 644 654 664 674 684 694 604 White 616 626 636 646 656 666 676 686 696 606 (Common) Red (Hand) 711 721 Green (Man) 712 722 Pedestrian White (Common 716 726 for Lights) Heads and Orange PPB 714 724 (Push button) 731 741 751 761 771 781 791 --..... 701 ..... .... .......�. ................. 732 742 752. .. ,.......__. 762 __ 772 � 782 792 702 736 746 756 766 776 786 796 706 734 744 754 764 774 784 794 704 Black (Common 715 725 735 745 755 764 775 785 795 705 for Push button) .............. _......... - Loop 1 _ _ _ 811 821 831 841 851 861 871 881 891 801 Loop 1 812 822 832 .....Y_................_........ 842 852 .... 862 ,... 872 882 892 _.._._.................... 802 Loop 2 813 823 833 843 ........ 853 ........_....... 863 873 _.. 883 m 893 �........ 803 .................. Vehicle Loop 2 814 824 834 844 854 864 874 884 894 804 Detectors r Loop 3 815 825 835 ..............................._....... 845 855 865 875 885 895 805 �..,_,..,.........�. _ Loop 3 _ .... 816 826 836 846 856 866 876 886 ... 896 — - ............... 806 Loop 4 _ _ 817 827 837 847 857 867 877 887 .... __..........._...... 897 807 . Loo�4............- 818 828 838 848 858 868 878 88. ........ _... Loop 1 911 921 931 941 951 961 971 981 991 901 Loop, 1 912 922 932 942 ...,_.__-........... 952 962 972 - .....- 982 -- ... 992_ _,.902. ..... Vehicle Loop 2 913 923 933 . ............ 943 __............ 953 .................... 963 973 983 __... 993 903 .,_..,.......... Detectors/ Loop 2 914 924 934 944 954 ............. 964 ....- 974 984 994 904 Count _ Loop 3 915 925 5 ............... 93......... 945 955 965 ......_ 975 985 995 905 _.... Loops Loop 3 916 926 936 946 956 966 ----------.._.... 976 986 996 906 ....I........... Loop 4 917 927 937 ............... 947 ....... 957 967 977 987 997 907 Loop 4 918 928 938 948 958 968 978 988 998 908 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 13 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 8-20.3 8 A Copper Interconnect Cable Installation (June 6, 2012 CFW GSP) Section 8-20.3(8)A is a new section: Copper interconnect cable shall be 12 pair No. 19 AWG communications cable meeting IMSA Specification No. 40-20-1984. A 12 position terminal block shall be mounted on a panel on the rack on the interior side of the controller cabinet. Interconnect cables shall not be spliced or terminated except inside the traffic signal controller cabinet at terminal panel locations. Termination of copper interconnect cable shall be performed by a King County Signal technician. The contractor shall notify King County when cable is ready for terminations with a minimum of two working day's notice. 8-20 3(8)C Video, Voice, and Data Distribution and Transmission System (January 26, 2012 CFW GSP) Section 8-20.3(8)C and all it's subsections are new sections: All wiring, cable, and cords associated with this equipment shall be neatly dressed and secured to the rack frames or cable trays by nylon ties. 8-20.3 8 C1 Documentation Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring schematic and parts list, owner's manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. 8-20.3(8]C2 Warranty The Data Distribution and Transmission Systems and components shall be provided with a one-year, on -site parts and labor warranty from the date that the system successfully completed testing. This quality assurance shall cover each piece of equipment and shall be provided by the manufacturer or agent of said equipment. (March 13, 2012 CFW GSP) Section 8-20.3(9) is supplemented with the following: Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered "modified" if new current -carrying conductors are installed, including low -voltage conductors. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 14 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, %-inch in diameter by 10-feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. (October 23, 2014 CFW GSP) Section 8-20.3(9) is supplemented with the following: In addition to the service grounds provided at the service cabinet each Type II, III, IV, or V signal standard shall have a supplemental ground installed. 8-20.3003 Services, Transformer, Intelligent Transportation System Cabinet (March 13, 2012 CFW GSP) Section 8-20.3(10) is supplemented with the following: The Contractor shall apply for an electrical service connection with Puget Sound Energy or Tacoma Public Utilities as applicable and make arrangements for a new electrical service connection. The Engineer will approve Electrical Service Installations. The Contractor shall request the City of Federal Way Building Division to perform required inspections for service approval. Electrical service is detailed in the Plans. The Contractor shall notify the City of Federal Way inspector when the service is ready for connection. A two -circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground electrical service shall be brought to the load center in minimum 2-inch conduit. Wire sizes and conduit terminations between the load center and the connection location shall meet the requirements of PSE or Tacoma Public Utilities as applicable. The service shall be split in the load center into a 120-volt circuit for the signals and 240 volt for the illumination. When the service is to be provided from an overhead source, the Contractor shall provide conduit from the electrical service to ten feet up the power pole from which service is provided. Stand-off brackets 14 inches long shall be installed on the pole every ten feet. In addition, the Contractor shall provide service conductors from the electrical service to the top of the conduit on the power pole with 30 feet of service wire coiled at top and provide the local electrical utility with 30 feet of 2-inch conduit to make the connection. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-115 PROJECT #12522 CFW SPECIAL PROVISIONS VER 202109 Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat in accordance with Section 6-07. Outside will be bare aluminum finish. The twist lock photocell shall be mounted on top of the luminaire closest to the electrical service. All circuit breakers shall be clearly marked or labeled. B-20.3111 Testing (April 12, 2018 CFW GSP) Section 8-20.3(11) is supplemented with the following: After power switch over, the signal system shall be put into operation by King County personnel. The Contractor shall be present during the turn -on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of power switch over. 8-20.303) Illumination Systems (April 12, 2018 CFW GSP) Section 8-20.3(13) is supplemented with the following: The existing lighting systems shall remain operational until the new systems are functioning. The Engineer may approve partial interruptions required because of staging. B-20.3 13 A Light Standards (January 11, 2019 CFW GSP) The 8th paragraph of this section is deleted and replaced with the following: All new and relocated metal light standards shall be numbered per City of Federal Way Development Standard Drawing number 3-39B. Section 8-20.3(13)A is supplemented with the following: Each roadway luminaire shall be installed with a CIMCON control node on each individual luminaire fixture. 8-20.3 13 B Vacant (January 11, 2019 CFW GSP) Section 8-20.3(13)B is deleted and replaced with the following: 8-20.3 14 A Sianal Controllers (December 18, 2009 CFW GSP) Section 8-20.3(14) is supplemented with the following: The new signal controller and cabinet shall conform to all of the sections and requirements within and under the Sections and Sub Sections of 9-29.13 Traffic Signal Controllers within the Standard Specifications and these Special Provisions. Signal controller and cabinet shall be tested by King County at their shop located at 155 Monroe Avenue NE in Renton, Washington. The contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. 8-20.3 14 B Signal Heads CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-116 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 (March 13, 2012 CFW GSP) The first paragraph is deleted and replaced with the following: If the Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to entirely cover the display. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. Signal heads shall be installed with back plates. A two (2) inch wide strip of Type IX yellow retro reflective sheeting shall be applied to the outside border of the back plates in accordance with the manufacturer's recommendations. The application surface of the back plate shall be cleaned, degreased Section 8-20.3(14)B is supplemented with the following: Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer prior to system turn -on. All new vehicular and pedestrian signal heads shall be covered (sacked) completely including backplates with a 6 mil black polyethylene sheeting until placed into initial operation. The fitted covers shall use adjustable straps. The fitted covers shall have a one -inch hole for each signal display to flash out indications. The type of mounting hardware specified for the mast arm mounted vehicle signals may require modification at the time of installation to accommodate as built conditions. After the pole assembly has been installed and leveled, the Contractor shall measure the distance between each mounting point on the arm and the roadway. A type of mounting bracket different from that specified on the Plans shall be provided and installed by the Contractor if necessary to achieve the following criteria: 1. Red indications shall be in as straight a line as possible. 2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the pavement. 8-20.3(14)C Induction Loop Vehicle Detectors (January 31, 2014 CFW GSP) Item 2 and the last two sentences of Item 4 are deleted. Item 5 of this section is deleted and replaced with the following. 5) Each loop shall have 3 turns of loop wire. Item 11 of this section is deleted and replaced with the following: 11) The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 17 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Section 8-20.3(14)C is supplemented with the following: One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6-foot-diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1-inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8-inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead-ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12-foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. The Contractor shall install and maintain interim video detection until the permanent systems are in place. The interim video detection shall be operational simultaneously with decommission of the existing pavement loops. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. (March 31, 2012 CFW GSP) Section 8-20.3(14)D is supplemented with the following: Test A — The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance of lead-in cable ft 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 18 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. 8-20.3 14 E Signal Standards (December 18, 2009 CFW GSP) Section 8-20.3(14)E is supplemented with the following: Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. 8-20.307] "As Built" Plans (December 18, 2009 CFW GSP) Section 8-21.3(17) is deleted and replaced with the following: Upon completion of the project, the Contractor shall furnish an "as -built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6") vertically above or below the finished surface grade. 8-24.308)Removal of Existing Signal Equipment (April 12, 2018 CFW GSP) Section 8-21.3(18) is a new section: Where noted on the Plans, existing signal, illumination, Safe City Cameras and relate equipment, and interconnect equipment shall be removed by the Contractor. The Engineer shall decide the ownership of all salvaged signal, illumination, Safe City Cameras and related equipment, and interconnect equipment materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall be the property of the Contractor, except that any existing controllers and UPS cabinets and all contents shall be delivered to the King County Signal Shop at 155 Monroe Avenue NE, Renton, Washington 98056. All other material removed shall become the property of the Contractor and shall be disposed of off - site at a legal disposal site. All pole foundations and anchor bolts shall be removed to 6 feet below new subgrade, and the resulting hole shall be backfilled with compacted gravel borrow meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Where junction boxes are removed, the conduit and wire shall also be removed to the bottom of the trench and the resulting hole backfilled with gravel borrow CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-119 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 meeting the requirements of Section 9-03.14(1), unless the Engineer has approved the use of native material. Removals associated with the electrical system shall not be stockpiled within the jobsite without the Engineer's approval. 8-20.4 Measurement (April 12, 2018 CFW GSP) Section 8-20.4 is replaced with the following: "Remove and Replace Pedestrian Push Button Pole", shall be measured per each and shall include conduit, wiring, trenching, the connection from old to new, as well as any other labor or materials required to remove and replace pedestrian push button pole. 8-20.5 Payment (April 12, 2018 CFW GSP) Section 8-20.5 is deleted and replaced with the following: Payment will be made in accordance with the following: "Remove and Replace Pedestrian Push Button Pole", per each. All costs for removing and replacing pedestrian push button pole including conduit and wiring shall be incidental to the bid item(s) of this section and no additional compensation will be made. Sawcutting, pavement removal, excavation, trenching, bedding and backfill materials, backfilling of trenches, pavement restoration of trenches and conduit/junction box installations shall be incidental to the bid items included in this section and no additional compensation will be made. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. Coordination with communication connections with Comcast, Qwest, or other communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, decorative illumination system, festival outlet system and/or interconnect system wiring shall be incidental to the bid item(s) of this section and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-120 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. SECTION 8-21 PERMANENT SIGNINQ B-21.1 Description (November 3, 2020 CFW GSP) Section 8-21.1 is deleted and replaced with the following: This work shall consist of furnishing and installing permanent signing, sign removal, and sign relocation, in accordance with the Plans, these Specifications, the Standard Plans,' MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. Colors of all permanent signs shall be submitted to the City for approval prior to installation in the field. Installed signs that do not have color approved by the City may be required to be removed and replaced in an acceptable color at the Contractor's expense. 8-21.3 Construction Requirements B-21.3(51 Sign Relocation (December 18, 2009 CFW GSP) Section 8-21.3(5) is supplemented with the following: King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at (206)684-2732 or Pierce Transit at (253)581-8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8-21.4 Measurement (April 12, 2018 CFW GSP) Section 8-21.4 is deleted and replaced with the following: "Permanent signing" is measured on a lump sum basis 8-21.5 Pa ment (April 12, 2018 CFW GSP) Section 8-21.5 is deleted and replaced with the following: The lump sum price for "Permanent Signing" shall include all labor, materials, tools, and equipment necessary to furnish and install permanent signing, sign removal, and sign relocation. Sign covering shall be incidental and shall not be measured. All costs for furnishing and installing signs on traffic signal mast arms poles shall be included in the lump sum price for `Traffic Signal System — Complete". 8-22.1 Description (November 2, 2020 CFW GSP) Section 8-22.1 is supplemented with the following - CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-121 PROJECT #12522 CFW SPECIAL PROVISIONS VER 2021.09 Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20. 8-22.2 Materials (August 27, 2021 CFW GSP) Section 8-22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: Glass beads for Type D plastic and Reflective Elements shall be per Section 9-34.4, 8-22.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-22.3 is supplemented with the following: Temporary Pavement Marking Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of temporary pavement markings. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details Dwg 3-17, Dwy 3-18, and Dwg 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in the Special Provisions. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. Paint lines shall be provided for temporary pavement marking conditions not applicable for reflective tape. All costs in connection with the use of (placement and removal) reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control will be paid under those respective bid items. 8-22.3(3) Marking Application 8-22.3ME Installation (November 2, 2020 CFW GSP) Section 8-22.3(3)E is supplemented with the following: Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-122 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 8-22.3(3)G Glass Beads (March 13, 2012, CFW GSP) Section 8-22.3(3)G is supplemented with the following: Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Reflective elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8-22.30) Removal of Pavement Markings (April 12, 2018 CFW GSP) Section 8-22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-22.4 is supplemented with the following: Removal of all pavement markings shall be incidental to paving except were indicated on the plans. (***PROJECT -SPECIFIC SPECIAL PROVISION***) Section 8-22.5 is supplemented with the following: Removal of all pavement markings shall be incidental to paving. "Removing Plastic Traffic Marking", per each, were indicated on the plans. R-30 POTIJOLING AND RESOLUTION OF UTILITY gQ FLN 1CTS (April 12, 2018 CFW GSP) Section 8-30 and it's subsections are new sections as follows: 8-30.1 Description (April 12, 2018 CFW GSP) Section 8-30.1 is a new section: This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The City will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 8-30.3 Construction Requirements (April 12, 2018 CFW GSP) Section 8-30.3 is a new section: The City may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSTC compacted to 95%, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 23 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts. Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: a. For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and/or reassign his work forces and equipment to other areas of work to minimize standby time. b. If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. b. Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1- 04.4 of the Standard Specifications. 8-30.4 Measurement (April 12, 2018 CFW GSP) Section 8-30.4 is a new section: "Potholing", will be measured for force account per Section 1-09.6. "Resolution of Utility Conflicts" will be measured for force account per Section 1-09.6. 8-30.5 Payment (April 12, 2018 CFW GSP) Section 8-30.5 is a new section: "Potholing", will be paid by force account. "Resolution of Utility Conflicts", will be paid by force account To provide a common proposal for all bidders, the City has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. 8-32 Asphalt Concrete Speed Hum (September 29, 2021 2022 Overlay GSP) 8-32.1 Descri Lion CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-124 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The work shall consist of removal of existing and construction of new asphalt concrete speed humps associated with Asphalt Overlay Project and per City of Federal Way Detail DWG No. 3-26. 8-32.2 Materials Asphalt concrete for speed humps shall be HMA Class 'h" PG 64-22 meeting the requirements of Section 5-04 of the Standard Specifications. Pavement marking materials shall be white plastic meeting the requirements of Section 8-22.2 of the Standard Specifications. Raised pavement markers should be Type 2 YY and Type 2W meeting the requirements of Section 8-09.2 of the Standard Specifications. 8-32.3 Construction Requirements The various materials shall be installed as noted on the plan detail. 8-32.4 Measurement Measurement will be per each where a speed hump and associated pavement markings are installed. 8-32.5 Payment "Removal and Replacement of Speed Hump, Complete", per each. The unit bid price per each proposal will be full compensation for the cost of all tools, labor, equipment, and materials necessary or incidental to remove and re -install the asphalt concrete speed hump and pavement markings. END OF DIVISION 8 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-125 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 DIVISION 9 MATERIALS 9-03 AGGREGATE 9-03.12 Gravel Backfill 9-03.12(6) Pit Run Sand (April 12, 2018 CFW GSP) Section 9-03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14 3 Common Borrow (April 12, 2018 CFW GSP) Section 9-03.14(3) is modified with the following requirements: Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and/or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2-03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever/whenever possible. To the extent practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square100 4" square 90-100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. For geosynthetic reinforced walls or slopes, 100percent passing 1'/4-inch square sieve and 90 to 100 percent passing the 1-inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-126 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 9-05 DBAINAGEAND CULVERTS 9-05.15 Metal Castings 9-05 15(4) Heavy D uty Hinged Style Ductile_ Iron Frame and Cover (December 2, 2019 CFW GSP) Section 9-05.15(4) is a new section: Heavy -Duty hinged style ductile iron frame and covers shall meet the requirements for metal castings found in Section 9-05.15. The covers shall be hinged and incorporate a 90-degree blocking system to prevent accidental closure. The cover shall be operable by one person using standard tools and shall allow for the cover to open to 120-degrees where it can either remain open in a secure position or be removed if needed. The cover pick slot shall provide a solid point of removal for most removal tools and be designed to eliminate surface water inflow. The covers shall be lockable with a cam lock assembly and have a cap or cover to prevent debris from entering and preventing access to the lock assembly. Keys for all lock assemblies will be provided to the City. The frame and cover assembly shall be capable of withstanding a test load of 100,000 Ibs and include a "T" shaped durable gasket to cushion traffic shock and resist water infiltration. The frame and cover assembly shall be circular, compatible with City of Federal Way standard top slab openings, and available in a 24-inch clear opening. The frame and cover depth shall not exceed 4 inches and the flange shall incorporate bedding slots and bolt holes. The cover shall be installed with the hinge facing oncoming traffic so the lid will open towards traffic. Heavy -Duty Hinged Style Frame & Cover shall be ERGO Assembly: Product Number 001040401-01, Manufactured by EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI 49727, (800)626-4653, www.ejco.com 9-05 15(5) High Impact Multi -Purpose Rubber Composite Adjustment Risers (December 2, 2019 CFW GSP) Section 9-05.15(5) is a new section: Risers shall be minimum 80% by weight recycled rubber and minimum 10% by volume recycled RFL fiber. Adjustment risers shall be of uniform quality and free from cracks, holes, and any other surface defects. Adjustment risers shall be designed for heavy duty street traffic and shall meet or exceed minimum load capacity requirements of AASHTO. Adjustment risers shall be installed as a single unit and shall not be cut into pieces or used as shims. Manufacturer certification shall be furnished upon request stating that the product meets the requirements of this specification. Risers shall be available in standard thicknesses from 1/2-inch to 3-inches; available flat or tapered; and in round, square, and rectangular shapes. High Impact Adjustment Riser shall be Infra -Riser Multi -Purpose Rubber Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI, 49727, (800)626-4653, www.ejco.com :■ ■ ■ -■ �■ -■•■ ■ [►Cep 9-14.2 Topsoil CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA27 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 9-14.2 1 Topsoil Type A (June 12, 2020 CFW GSP) Section 9-14.2(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. No fresh sawdust or other fresh wood by-products shall be added to extend the volume after the composting process. Chemical and physical characteristics of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 5 mmhos/cm Maximum 9-14.3 Seed (June 12, 2020 CFW GSP) Section 9-14.3 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. Seed shall be applied at manufacturer's recommended rate. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: SEEDED LAWN MIXTURE NAME BY % WEIGHT PURITY Tall Fescue / Festuca arundinacea 40% 98% Creeping Red Fescue / Festuca rubra Highland Colonial Bentgrass /Agrostis capillaris var. 'Highland' Perennial Rye / Lolimum perenne (blend of two: 'Fiesta II', 'Prelude II', 'Commander' 25% 98% 5% 98% 30% 95% GERMINATION 90% 90% 90% 90% 9-14.4 Fertilizer (June 12, 2020 CFW GSP) Section 9-14.4 is supplemented with the following: Fertilizer for trees shall be biodegradable fertilizer packets, 20-10-5. Apply per manufacturer's recommendations. 9-14.5 Mulch and Amendments CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-128 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 9-14.501 Bark or Wood Chips (June 12, 2020 CFW GSP) Section 9-14.5(3) is supplemented with the following: Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The moisture content of bagged mulch shall not exceed 22%. The acceptable size range of bark mulch material is '/2" to 1" with maximum of 20% passing the'/2" screen. 944.7 Plant Materials 9-14.7 2 Quality (June 12, 2020 CFW GSP) Section 9-14.7(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9-14.7(3) Handling and Shipping (June 12, 2020 CFW GSP) Section 9-14.7(3) is supplemented with the following: Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. 9-14.7(4) Sod (June 12, 2020 CFW GSP) Section 9-14.7(4) is supplemented with the following: Sod Lawn shall be three-way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with degradable netting, or approved equal. 9-14.7[5] Tagging (June 12, 2020 CFW GSP) Section 9-14.7(5) is a new section:: All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA29 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 9-14.7;6i Inspection (June 12, 2020 CFW GSP) Section 9-14.7(6) is a new section: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9-14.7 7 Temporary Storage (June 12, 2020 CFW GSP) Section 9-14.7(7) is a new section: Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. 9-14.8 Stakes Gus and Wrapping (June 12, 2020 CFW GSP) Section 9-14.8 is supplemented with the following: Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted product. No wrapping required. 9-14.9 Root Barrier (June 12, 2020 CFW GSP) Add the following new section: Root Barrier shall be 18-inch high, minimum thickness 0.090-inch, interlocking root barrier panels constructed of high -impact polypropylene with 1/2-inch reinforcing ribs. -15 IFZRIGATION SYSTE 9-15.1 Pie Tubing And Fittings (June 12, 2020 CFW GSP) Section 9-15.1 is replaced with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All pipe for the main, laterals, and sleeving shall be Sch 40 PVC. 9-15.5 Valve Boxes (June 12, 2020 CFW GSP) Section 9-15.5 is supplemented with the following: Valve boxes for control valves shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE drop in locking lid. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-130 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25"L x 15-16"W and 24" D designed to withstand H-10 and H-20 loading in incidental and non -deliberate traffic areas. Valve box must be compliant with AASHTO H-10 Design Load; ASTM C 857-95 Design Load of A-8, 8,000lbs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter, flared box with bolt down cover. 9-15.6 Gate Valves (April 12, 2018 CFW GSP) Section 9-15.6 is supplemented with the following: Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stern, solid wedge disc and integral seats. 9-15.7 Control Valves 9-15.7 1 Manual Control Valves (April 12, 2018 CFW GSP) Section 9-15.7(1) is supplemented with the following: Shut off valves upstream of automatic control valves shall be a heavy duty cast brass body gate valve with heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non -rising stem, solid wedge disc and integral seats, size to fit line. 9-15.13 Pressure Re ulatin Valves (April 12, 2018 CFW GSP) Section 9-15.13 is supplemented with the following: Pressure regulating valve shall be designed to reduce incoming water pressure from up to 400psi to a range of 25-75psi. Valve shall be all bronze body construction, with thermal expansion bypass, serviceable in line, with internal stainless steel strainer. SECTION 9-18 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB 9-18.3 Vacant (December 12, 2012 CFW GSP) Section 9-18.3 is deleted and replaced with the following new Section: 9-18.3 Block Traffic Curb In construction of the block traffic curb, the Contractor shall have the option of using either length block shown in the plans, provided the same length block is used throughout the entire project. The curb units shall be made from portland cement and high quality sand and gravel, the proportions of which will be left to the discretion of the producer as long as the unit develops a minimum compressive strength of 1,600 psi at 28 days when tested for end loading. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA31 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The proportions of sand, gravel, and cement, the type of forms used, and the method of compacting the concrete in the forms shall all be such that as dense, smooth, and uniform a surface as is practicable for a concrete masonry unit is obtained on the finished curb units. The faces that are to be exposed shall be free from chips, cracks, air holes, honeycomb, or other imperfections except that if not more than 5 percent of the curb units contain slight cracks, small chips not larger than inch, or air holes not more than'/z inch in diameter or depth, this shall not be deemed grounds for rejection. The units used in any contiguous line of curb shall have approximately the same color and surface characteristics. SECTION 9-28 SICNING MATERIAL$ AND FABRICATION 9-28.1 General (January 8, 2013 CFW GSP) Paragraph three is deleted and replaced with the following: All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9-28.2 Manufacturer's Identification and Date (October 23, 2014 CFW GSP) Section 9-28.2 is deleted and replaced with the following: All signs shall show the manufacturer's name and date of manufacture on the back. 9-28.8 Sheet Aluminum Signs (January 8, 2013 CFW GSP) Section 9-28.8 table is deleted and replaced with the following Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA32 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 Greater than 30 inches, less than 48 j 0.100 inches _ inches Greater than 48 inches 1 0.125 inches 1 Section 9-28.8 is supplemented with the following: All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D-3 street -name signs shall be constructed with 0.100-inch-thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 CFW GSP) Section 9-28.9 is deleted in its entirety. 9-28.14 Sign Support Structures (January 8, 2021 CFW GSP) Section 9-28.14 is supplemented with the following: Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be steel sign posts. SEA ON 9-29 ILLUMINATION SIGNAL, ELECTRICAL 9-29.1 Conduit Innerduct and Outerduct (October 23, 2014 CFW GSP) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9-29.1(11) Foam Conduit Sealant (January 7, 2019 WSDOT Option 1) Section 9-29.1(11) is supplemented with the following: The following products are accepted for use as foam conduit sealant: CRC Minimal Expansion Foam (No. 14077) • Polywater FST Foam Duct Sealant Superior Industries Foam Seal Todol Duo Fill 400 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes (August 27, 2021 CFW GSP) Section 9-29.2 is supplemented with the following: Slip -Resistant Surfacing for Junction Boxes, Cable Vaults, Fiber Vaults, and Pull Boxes All lids located within sidewalk areas, along an ADA pedestrian route, or in other accessible surfaces within the public right-of-way or on publicly owned properties, must meet ADA requirements and be slip -resistant. Acceptable slip -resistant products shall be non -slip MMA coating. Placement of the non -slip MMA coating shall be in accordance with the manufacturer's recommendations. Vertical edges CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA33 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 of the utility shall be flush with the adjoining surface to the extent possible after installation. 9-29.2(11A2 Non -Concrete Junction Boxes (February 3, 2020 CFW GSP) Section 9-29.2(1)A2 is replaced with the following: Non -Concrete junction boxes are not allowed for use within the City of Federal Way. 9-29.3(2)F detector Loop Wire (April 12, 2018 CFW GSP) Section 9-29.3(2)F is modified as follows: Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross -linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9-29.3 2 H Three -Conductor Shielded Cable (March 13, 2012 CFW GSP) Section 9-29.3(2)H is supplemented with the following: Lead-in cable back to the controller for pre-emption units shall be 6TT detector 138 cable or equivalent. 9-29.3 2 1 Twisted Pair Communications Cable (October 23, 2014 CFW GSP) Section 9-29.3(2)1 is deleted in its entirety. See Section 8-20.3(8)A. 9.29.6(1) Steel Light and Signal Standards (December 18, 2009 CFW GSP) Section 9-29.6(1) is supplement with the following: Traffic signal standards and illumination standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre -approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Support of Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A, Welding Inspection. All traffic signal standards and arms shall be round tapered. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. Galvanized steel light and signal standards shall not be painted. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA34 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 9-29.5 5 Foundation Hardware (January 13, 2021, WSDOT GSP, OPTION 1) Section 9-29.6(5) is supplement with the following: Anchor bolt assemblies for light standards installed on top of barrier (median barrier mount) shall consist of the following: (4) 1-inch diameter threaded rods (bolts), minimum 36 inches in length (24) heavy hex nuts, six per anchor rod o (24) flat washers, six per anchor rod e Two anchor plates Each anchor plate shall be constructed from 1/2" ASTM A36 plate and hot - dip galvanized in accordance with AASHTO M111. Each anchor plate shall be ring shaped, with an outside diameter of 16 inches and an inside diameter of 12 inches. Each anchor plate shall have four 1 1/8" diameter holes on a 13.89" bolt circle, with the holes positioned to match the anchor rod layout shown in the Standard Plans. Anchor rods shall extend a minimum of five inches and a maximum of six inches above the top of the traffic barrier. The lower anchor plate shall be embedded 29 inches below the top of the traffic barrier. Each anchor plate shall be clamped with a heavy hex nut and washer above and below the anchor plate. The lower heavy hex nut for the pole base plate shall be no more than one inche from the top of the traffic barrier. 9-29.7 Luminaire Fusinq and Electrical Connections at Light Standard Bases Cantilever Bases, and Sign Bridge Bases 9-29.7121 Fused Quick -Disconnect Kits (March 13 , 2012 CFW GSP) Section 9-29.7(2) is supplemented with the following: Fused quick -disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/light connector kits. Installation shall conform to details in the Standard Plans. 9-29.10 Luminaires (March 7, 2018 CFW GSP) Section 9-29.10 paragraph 3 and 4 are deleted and replaced with the following: All cobra -head style roadway luminaires shall be provided with markers for positive identification of light source type and wattage in accordance with ANSI C136.15- 2011 with whole number wattage value and "LED" text. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. 9-29.100) Conventional Roadway Luminaires (January 11, 2019 CFW GSP) Section 9-29.10(1) is supplemented with the following: New roadway luminaire installations shall be cobra -head style light -emitting diode (LED), wattage per plan, with 7-pin photocell receptacle and shall be CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA35 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 supplied and installed by the Contractor. The terminal board shall have lugs of a 240-volt 3-wire power source. Terminals shall be labeled line -neutral - line. The neutral terminal shall be grounded to the metal housing of the luminaire. The LED luminaire shall be factory set to produce IES pattern Type II. Conductors serving the luminaires shall be copper of the size shown on the Plans and shall run to the service pole in separate conduit from the signal conductors as shown in the plan view. Fused quick disconnect wye cable connector kits shall be installed at the handhole inside the base of each pole supporting a luminaire. Top conductors from the pole base to the luminaire shall be a minimum No. 12 stranded copper. The grounding conductor shall be connected to the neutral terminal in the luminaire fixture. Pole type and mounting heights shall be as specified in the Contract Plans and Standard Plans. 9-29.10 2 Vacant (January 11, 2019 CFW GSP) Section 9-29.10(2) is deleted and replaced with the following new section: 9-29.10(2) Decorative Luminaires Section 9-29.10(2) is supplemented with the fallowing: All new decorative luminaire installations shall be light -emitting diode (LED) luminaires. LED luminaires must meet City standards for average maintained footcandles, uniformity ratio, mounting height, distribution pattern, and spacing as indicated in City of Federal Way Development Standard Drawing 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K. Pole and fixtures shall meet requirements of Special Provision 8-20.3(13)B, Decorative Light Standards. 9-29.10M Vacant (January 11, 2019 CFW GSP) Section 9-29.10(3) is deleted and replaced with the following new section: 9-29.10(3) L.E.D. Roadway Luminaires All new roadway luminaire installations shall be Eaton Archeon light - emitting diode (LED) luminaires. LED luminaires shall be furnished and installed by the Contractor. The units shall meet City standards for wattage, average maintained footcandles, uniformity ratio, mounting height, and distribution pattern, spacing, and model as indicated in City of Federal Way Development Standard Drawings 3-38 and 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K and minimum color rendering index (CRI) of 70. Any variations from this standard must be approved by the City Traffic Engineer and shall require a lighting design performed by a Licensed Engineer. The Contractor shall provide a photometric plot of the proposed streetlight system and line loss calculations for these variation requests. Units shall incorporate the following features: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-1136 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 1. A housing with 2.5-degree leveling steps capable of being mounted on a standard 2-inch roadway pole pipe tenon. 2. A housing and door manufactured from a die-cast low copper alloy aluminum designed to minimize corrosion. 3. Electrical components accessible through a swing -down entry door secured by a trigger latch or similar tool -less entry mechanism. 4. Resistance to vibration and impact, 3G vibration rated.. 5. Provisions for installing a 7-pin photoelectric cell. 6. An LED light engine protected from the elements by a prismatic glass lens. 7. A thermal management system that promotes maximum air flow through the luminaire to ensure a mimnum of 60,000 hours of operation at 25 degree centigrade with 90% lumen maintenance. 8. Protection against solar heating when not in operation. 9. Dark sky optics. 10. Glass tertiary optics that will not discolor or become brittle over time. 11. Sealed optics system rated for IP66 against water and dirt infiltration. 12. Surge protection module to protect the LED drivers, photo controls, transfer switches, and relays from electrical disturbances as defined by ANSI/IEEEC62.41, Category C. The unit shall be replaceable through the use of modular plug and wiring. 13. Solid state multi volt electrical drivers with a rated life of 50,000 hours. 14. Electrical drivers mounted in a heat sink and located such that they are isolated from heating by the sun when not in use. 15. 7-Pin Photo control receptacle that is adjustable without tools and is designed to meet U11598 specifications for wet operation. Retro-fit Existing Luminaires LED luminaires shall be installed when existing luminaire replacement is required. Replacement LED luminaires shall meet the requirements of this chapter. 9-29.11 Control Equiprn 9-29.11 2 Photoelectric Control (January 11, 2019 CFW GSP) Section 9-29.11(2) is supplemented with the following: One CIMCON control node, model #iSLC-3100-7P-U-A-G-10-CATB-05-T shall be installed on the top of each cobra head roadway luminaire. 9-29.13 Control Cabinet Assemblies CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA37 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 9-29.13(2) Traffic Signal Controller Assembly Testier (October 23, 2014 CFW GSP) Section 9-29.13(2) is supplemented with the following: Replace all references to ' WSDOT Materials Laboratory", ' WSDOT facility", and "WSDOT" with "King County Traffic Maintenance". 9-29.13(3) Traffic Signal Controller (November 17, 2014 CFW GSP) Section 9-29.13(3) is supplemented with the following: Equipment includes the following • Quantity One (1) — NEMA TS2 Type 1 or Type 2 cabinet with 16 position load bay. • Quantity One (1) — TS2 Controller unit Cobalt. • Quantity One (1) — Type 16 Malfunction Management Unit EDI 16LE. • Quantity One( 1) — TS2 Detector racks capable of 16 channels. • Quantity One (1) — TS2 Power Supply. • Auxiliary equipment so as to form completely functional eight phase traffic signal control cabinets. • Video Detection Equipment and Advanced Loop Detection Equipment. • Fiber Optic Patch Panel - _ fiber count. • Fiber Optic Ethernet Switch(s). • Fiber Optic Patch Cords. Documentation and Training Contractor to supply complete technical information, shop drawings, schematic diagrams, photographs, circuit diagrams, programming and operation instruction manuals, and any other necessary documents to fully describe the proposed equipment. Schematics & Manuals: The cabinet(s) shall have a waterproof envelope with a side access attached to the inside of the door. At the time of delivery the envelope shall have two complete sets of schematics and manuals for all assemblies and sub -assemblies. In addition, the cabinet shall arrive with two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD format including circuit schematics for each model of the following: 1. Controller 2. Conflict Monitor 3. Opticom Equipment 4. Video Detection Equipment 5. Fiber Optic Communication Equipment The supplier shall provide a minimum of a one -day (8 hour) training session, given by qualified technical representative(s) of the manufacturer's firm. The sessions shall be conducted at the County and the training sessions shall be coordinated with the City Traffic Engineer. The supplier shall contact the City Traffic Engineer approximately three weeks prior to delivery of the equipment for the purpose of discussing the format and CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA38 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 scheduling of the training sessions. The sessions shall be conducted within five (5) working days AFTER delivery of the equipment. The training sessions shall as a minimum meet the following requirements: 1. Session 1: Basic operation, detector programming, special configuration programming, and time of time of day operation. This would cover operator front panel instruction for each component (i.e., Controller, Malfunction Management Unit, and Detector). 2. Session 2: Preemption, telemetry, diagnostics, cabinet operation, preventative maintenance, computer software, and troubleshooting. Technical maintenance and troubleshooting instruction shall be the main focus. 3. Presentations shall be made by "factory trained personnel'. Supplier shall provide all necessary equipment needed for the training. The instructional materials provided with the training sessions shall include the following information: 1. Table of Contents 2. Operating Procedure 3. Theory of Operation 4. Maintenance and Troubleshooting Information 5. Circuit Wiring Diagrams 6. Pictorial Diagrams of Part Locations 7. Timing Sheet The controller shall be a NEMA TS2 controller, specifically, an Econolite Cobalt and be installed within a complete NEMA TS2 Type 1 eight phase signal cabinet. 9-29.13 5 Flashing Operations (February 2, 2012 CFW GSP) Section 9-29.13(5) is modified as follows: Paragraph 2, Item 2 is deleted and replaced with the following: Police Flash Switch - The switch shall have two positions, "Auto" and "Flash". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. When the flash switch is returned to the "Automatic" position, the controller shall restart except when the conflict monitor has commanded flash operation. The effect shall be to disable the police panel when the conflict monitor has detected a malfunction and all controller and conflict monitor indications shall be available to the technician regardless of the position of the police panel flash. The controller shall restart with all -flash for a preset period of time. (March 15, 2012 CFW GSP) Section 9-29.13(5) is supplemented with the following: All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between Phases 1, 2, 5, 6 and Phases 3, 4, 7, 8. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-139 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 9-29.13{6) Emergency Preemption (March 31, 2012 CFW GSP) Section 9-29.13(6) is supplemented with the following: Emergency Preemption System (EPS) equipment shall be compatible with the operational requirements of the existing Opticom brand (GTT (formerly 3M)) emitters, detectors, phase discriminators and confirmation lights owned by the City. EPS equipment shall meet the following requirements: 1. Detector. The Contractor shall provide and install emergency preemption detectors at locations shown in the plans. The emergency preemption detectors shall be solid-state devices consisting of photoelectric cells and an amplifier mounted in weather - resistant housings. The detectors (GTT Model #711 or approved equal) shall be capable of detecting an optical signal generated by an Opticom brand emitter assembly (GTT). The detectors shall detect the optical signals from the emitter, amplify the signal, and transmit it to the phase discriminator. The detectors shall have a range control capable of being adjusted up to a maximum of 1/3 mile. Detectors shall be installed in a drilled and tapped hole in the top of the mast -arm or street -light arm, unless shown otherwise in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. 2. Detector Lead-in Cable. The detector lead-in cable shall be GTT (formerly 3M) Opticom Model 138 shielded detector cable, or approved equal. No splicing will be allowed between the detector and the controller cabinet. All lead in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. 3. Confirmation Light. Mounted below the OPTICOM detector there shall be placed a white, 100 watt (minimum), standard screw socket, flood light which shall indicate, by being on, when the preemption interval is in effect and the desired phase is being held in a green display, unless otherwise noted in the plans. Indicator lights shall be actuated by utilizing the unused yellow output of pedestrian signal switch packs. 4. Multimode Phase Selector. The phase selector shall be GTT (formerly 3M) Opticom Model 764 capable of communication both IR and GPS based systems. Maintenance and operation manuals shall be furnished for all emergency preemption equipment to the City of Federal Way or its designated agents by the Contractor. 9-29.13 10 A AuxilliarV Equipment for NEMA Controllers (February 2, 2012 CFW GSP) Section 9-29.13(10)A is modified as follows: Paragraph 1, Item 1 is supplemented with the following: CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-140 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 All flasher units shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. Paragraph 1, Item 2 is supplemented with the following: All load switches shall as a minimum meet NEMA TS-2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. Paragraph 1, Item 3a is deleted and replaced with the following: A 50-amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3b is deleted and replaced with the following: A 15-amp auxiliary breaker shall supply power to the fan, light, and GFI outlet. Paragraph 1, Item 3c is supplemented with the following: Spare neutral buss bars shall be provided on the bottom left and right of the cabinet. Paragraph 1, Item 3 is supplemented with the following: g. A normally -open, 60-amp, solid-state device, "Crydom CWA4850 relay", or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 4 is supplemented with the following: Inside the police door there shall be a flash switch, which shall be the only switch on that panel. The switch shall have two positions, "Auto' and "Flash". The up position shall be "Auto' and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. The switch shall be a general-purpose bat style toggle switch with 0.688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. Paragraph 1, Item 6 is supplemented with the following: Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. Paragraph 1, Item 7, sub -paragraph 1 is deleted and the section is supplemented with the following: The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. Detector Racks Two vehicle detector amplifier racks and two detector interface panels shall be provided in each cabinet. Each rack shall support up to 16 channels of loop detection, one 4-channel preemption device, and one BIU. Paragraph 1, Item 8 is supplemented with the following. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-141 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8-20.3(8). Pedestrian Detector Field Wiring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. Main Panel and Wire Terminations All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. Field Terminal Locations Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the Screw type per NEMA TS2 5.3.6. Paragraph 1, Item 9 is supplemented with the following: The cabinet shall be provided with a thermostatically -controlled (adjustable between 80-150 degrees F) ventilation fan and shall be installed in the top of the cabinet plenum. Paragraph 1, Item 10 is deleted and replaced with the following: The cabinet shall have an incandescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on/off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by a circuit breaker rated at 25 amps. An incandescent 150-watt bulb shall be provided. Paragraph 1, Item 11 is supplemented with the following: All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. Color Coding All cabinet wiring shall be color coded as follows: Purple = MMU Wiring Orange = Flash Color Programming Brown = Green Signal Wiring Yellow = Yellow Signal Wiring CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-142 PROJECT #12622 CFW SPECIAL PROVISIONS VER. 2021.09 Red = Red Signal Wiring Blue - Controller wiring Gray = DC ground AC+ = Black AC- = White Chassis Ground = Green Paragraph 1 is supplemented with the following: 13. Main Panel Configuration - The main panel shall be fully wired in the following configuration: a) Sixteen (16) load sockets. b) Six (6) flash -transfer -relay sockets. c) One (1) flasher socket. d) Two (2) main panel rack slots for BTUs 1 and 2. Two rack slots for Terminal and Facilities BIU's 3 and 4 which shall be wired to numbered terminal strips. e) Wiring for 2 detector racks and 1 Type-16 MMU. 14. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS-P-SP-120A-60A-RJ or approved equivalent surge arrester. 15. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non -ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: (a) Cabinets shall be supplied with eight 4-channel loop detectors minimum or sixteen 4-channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. (b) Equipment and loop detection for advanced loops shall be as shown in the plans. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-143 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model # EDCO PC642C-00-AD or approved equivalent). 18. Preemption - The cabinet shall be completely wired to accept and service calls from GTT (formerly 3M) Opticom, Model 764 multimode phase -selector modules and their related optical -detector units. 19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2- 1992 Section 8 requirements. In addition, all BIUs shall provide separate front panel indicator light emitting diode (LEDs) for Valid Data. 20. Cabinet Power Supply - The cabinet power supply shall as a minimum meet all TS2-1992, Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 21. Fiber Optic Interconnect - The cabinet shall be furnished with equipment to accommodate the fiber optic interconnect cable including an IFS model D9130 fiber to serial modem or approved equal and RuggedCom brand Ethernet switch(s) including RuggedSwitch RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or RuggedSwitch RS930L (copper only) or approved equal(s). 22. Inside Control Panel Switches - Service Panel Switches (a) Power Switches: There shall not be a main power switch inside the cabinet(s) that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing the controller or load switching devices. The switch shall be a general- purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (b) Stop Time Switch: There shall be a 3-position switch located inside the cabinet door identified as the Stop Time switch. Its positions shall be labeled "Normal" (up), "Off' (center), and "On" (down). With the switch in its Normal position, a stop timing command may be applied to the controller by the police flash switch or the conflict monitor unit. When the switch is in its "Off' position, stop -timing commands shall be removed from the controller. The "On" position of the switch shall cause the controller to stop timing. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (c) Technician Flash Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall be a general-purpose bat style toggle switch with .688-inch-long bat. The switch shall have a protective cover, which must be lifted to operate the switch. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-144 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 (d) Detector Test Switches: All eight controller phase inputs shall have push button momentary test switches. Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see - through Plexiglas cover shall cover all detector disconnect/test switches. (e) Preenot Test Switches_ All Six preempt inputs shall have disconnect/test switches. These switches shall have three positions labeled "Normal" (up) which shall connect the controller to the Opticom output: "Off' (center) which shall isolate the controller from the Opticom output: and "Test" (down) which shall provide a momentary true input to the controller. (f) Switches shall be in groups of eight (8), matching the phase groupings of the intersection. Section 9-29.13(10)C is supplemented with the following "Plug and Play" Cabinets are not acceptable. "Modular" Main Panels shall not be permitted. Section 9-29.13(10)C is modified as follows: Paragraph 1, Item 1 is deleted and replaced with the following: Cabinet Construction A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and installed by the Contractor. The size of the cabinet shall be Type 6 (P 55"). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2-1998. Where differences occur, this Specification shall govern. The cabinets shall meet the following criteria: 1. Material shall be 5052-H32 0.125-inch-thick aluminum. 2. The cabinet shall be supplied with a natural finish inside and out, unless otherwise specified. 3. The door hinge shall be of the continuous type with a stainless steel hinge pin. 4. All external fasteners shall be stainless steel. 5. The door handle shall be cast aluminum. 6. All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. Paragraph 1, Item 2 is deleted and replaced with the following: The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, rotating or relocating one device to remove another. Shelf Height The cabinet shall be supplied with two removable shelves manufactured from 5052-H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. Paragraph 1, Item 4 is supplemented with the following CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-145 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 Air Filter Assembly The cabinet air filter shall be a one-piece removable, noncorrosive, vermin - and insect -proof air filter and shall be secured to the air entrance of the cabinet. Paragraph 1 is supplemented with the following: 6. Additional Panel Space - Adequate space shall be left open for the addition of a master interface panel and an AVI interface panel. 9-29.14 Vacant Section 9-29.14 is deleted and replaced with the following 9-29.19 Pedestrian Push Buttons (February 15, 2019 CFW GSP) Section 9-29.19 is deleted and replaced with the following: The Contractor shall provide and install accessible pedestrian pushbuttons and signs, as shown on the Plans. The position of the pedestrian pushbuttons shall be located in a manner such that the tactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve; however final positioning for the optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Pushbutton units shall be Campbell Company Guardian Model Advisor Guide Accessible Pedestrian Station (AGPS) or approved equal. The station shall have a black body color and white actuator button and shall meet the following requirements: Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. The sign legend to be used shall be sign designation R10-3e and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non -corrosive stainless steel. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). Pedestrian indicators shall include an audible speaker, call confirmation LED and vibrotactile arrow. The audible speaker shall be programmable to have a button locator tone, acknowledgement tone/message, walk cycle tone/message and clearance tone/message. The unit(s) shall have automatic volume controls for message strength over ambient noise levels. The walk tone/message shall be programmable to stop with the walk signal or other user settable time. The unit(s) shall be user settable for Accessible Pedestrian Signal (APS) message initiation with an extended press or on call. The call confirmation LED shall be red with 160 degree view ability and once activated shall remain illuminated until the corresponding walk indication is given. An audible acknowledgement message of WAIT" shall accompany each activation of the call confirmation LED. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-146 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 second intervals. The locator tone shall be intensity responsive to ambient sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA louder than ambient sound. A walk cycle audible message shall be set for each pushbutton unit and shall be patterned after the model: "Broadway. Walk sign is on to cross Broadway." The walk cycle message shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the beginning of the associated crosswalk during the walk interval only. The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. 9-29.20 Pedestrian Signals (November 2, 2020 CFW GSP) Section 9-29.20 is supplemented with the following: The symbol message modules shall plug directly into the transformer or be solid- state modules. Side mountings shall be clamshell mountings Type "E," as shown on WSDOT Standard Plan J-20.16 unless otherwise noted on The Plans. All terminal compartments shall be painted in the same manner as specified for signal housings. All pedestrian head mounting bolts shall be noncorrosive stainless steel. Where pedestrian signal heads are to be fastened to the vehicle signal pole, the Contractor shall securely attach the clamshell mounting to the pole using stainless steel Allen -head bolts. Pedestrian display housings shall have a minimum depth capable of accommodating a Campbell Advisor Pedestrian Pushbutton Controller in the rear of the housing. Pedestrian signals shall be LED Countdown units as manufactured by Dialite Corporation or approved equal per the specifications included in the appendices of these Special Provisions. All pedestrian signal displays shall be the light emitting diode (LED) type with displays for "RAISED HAND", "WALKING PERSON" and a countdown timer. Each LED pedestrian signal module shall not require special tools for installation. The installation of an LED pedestrian module shall not require any modification to the housing. Each LED pedestrian module shall be a single, self-contained device, not requiring any on -site assembly for installation into any pedestrian signal housing. The power supply for the LED pedestrian module may be packaged as a separate module. All pedestrian "RAISED HAND" modules and countdown timer display modules shall be Portland Orange and shall conform to current ITE Standards for size, CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-147 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 chromaticity, and intensity. LED pedestrian "RAISED HAND" modules shall be manufactured with a matrix of AIInGaP LED light sources. All pedestrian "WALKING PERSON" modules shall be Lunar White and shall conform to current ITE Standards for size, chromaticity, and intensity. LED pedestrian "WALKING PERSON" modules shall be manufactured with a matrix of InGaN LED light sources. The "RAISED HAND" and "WALKING PERSON" message -bearing surfaces shall be filled (not outline) symbols. The LED pedestrian modules shall be operationally compatible with controller and conflict monitors on this Project. The LED pedestrian module shall be rated for use in the ambient operating temperature range of minus 40 degrees C to 74 degrees C. Each LED pedestrian module shall be protected against dust and moisture intrusion per the NEMA Moisture Resistance STD 250-1991 for Type 4 enclosures to protect all internal components. The assembly, manufacturing, and mounting of the LED pedestrian module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. The manufacturer's name, trademark, serial number, and other necessary identification shall be permanently marked on the backside of the LED pedestrian module. LED signal pedestrian modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing, and the Contractor shall mark the label with a permanent marker to note the installation date. LED pedestrian modules shall operate at a maximum power consumption of 15W. Each LED pedestrian module shall be operated from a 60 plus 3-Hz AC line over a range of 80 VAC to 135 VAC. Nominal operating voltage for all measurements shall be 120 plus 3 volts rms. The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified above. Fluctuations in the line voltage specified above shall not affect luminous intensity by more than plus 10 percent. The signal module on -board noise transients and low -repetition high-energy transients shall be as stated in Section 2.1.6, NEMA Standard TS-2, 1992. The individual LED light sources shall be wired so that catastrophic failure of any one LED light source will result in the loss of not more than 20 percent of the signal module light sources. LED pedestrian signal modules shall provide a power factor of 0.90, or greater, when operated at nominal operating voltage, and 25 degrees C. Total harmonic distortion induced into an AC power line by an LED pedestrian module shall not exceed 20 percent. Each LED pedestrian module and associated onboard circuitry shall meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electrical noise. Two secured, color -coded, 600V, 20AWG minimum, jacketed wires, conforming to the National Electric Code, rated for service at 105 degrees C, are to be provided for electrical connection. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months and against loss of intensity below 50 percent of original values for a period of 36 months after CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-148 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9-29.22 Vacant (January 8, 2013 CFW GSP) Section 9-29.22 is deleted and replaced with the following new section: SECTION 9-34 PAVEMENT MARKING MATERIAL 9-34.3 Plastic 9-34.3(4) Type D — Liguid Cold Applied Methyl Methacrylate (March 13, 2012 CFW GSP) Section 9-34.3(4) is supplemented with the following: The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet -continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro -crystalline elements of the drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Marking Materials (August 27, 2021 CFW GSP) Section 9-34.4 is supplemented with the following: Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass beads shall be the Swarco Series 3132 bead that has a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Reflective Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry -performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-149 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 There are two gradations for the reflective elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing ASTM D1214 US Mesh Micron Standard Elements "S" Series 12 1700 80-100 85-100 _ 14 1410 45-80 70-96 _ 16 1180 5-40 50-90 18 1000 0-20 5-60 20 _ 30 850 0-7 0-25 0-7 600 A sample of reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The 1 % acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The reflective elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Reflective elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for wet -continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-150 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow D ASTM E1710 700 500 Wet recovery ASTM E2177 375 280 Wet continuous (ASTM E2176) 150 _ 125 Standard Plans (January 13, 2021 WSDOT) The State of Washington Standard Plans for Road, Bridge and Municipal Construction M21-01, effective September 30, 2020 is made a part of this contract. The Standard Plans are revised as follows- A-50.10 DELETED A-50.20 DELETED A-50.30 DELETED A-50.40 DELETED B-90.40 Valve Detail — DELETED C-1 DELETED C-8 Add new Note 5, "5. Type 2 Barrier and Barrier Terminals are allowed in temporary installations only. New Type 2 Barrier and Barrier Terminals are not allowed to be fabricated after December 31, 2019. The plan is provided as a means to verify that any Type 2 barrier and Barrier Terminals fabricated prior to December 31, 2019 meets the plan requirements and cross -sectional dimensions as specified in Standard Specifications 6- 10.3(5)." C-8a Add new Note 2, "2. Type 4 Barrier and Barrier Transition are allowed in temporary installations only. New Type 4 Barrier and Barrier Transition are not allowed to be fabricated after December 31, 2019. The plan is provided as a means to verify that any Type 4 barrier and Barrier Transition fabricated prior to December 31, 2019 meets the plan CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-151 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 requirements and cross -sectional dimensions as specified in Standard Specifications 6- 10.3(5)." C-8b DELETED C-8e DELETED C-8f DELETED C-16a DELETED C-20.10 The following table is added: SLOPE \ EMBANKMENT TABLE (FOR 8', 9', 11' LONG POSTS) POST LENGTH 8-FOOT 8-FOOT 9-FOOT 11-FOOT C-20.11 DELETED C-20.19 DELETED C-40.16 DELETED C-40.18 DELETED C-80.50 DELETED C-85.14 DELETED C85.15 1 H : 1 V OR FLATTER 2H : 1V OR FLATTER 1.5H : 1V OR FLATTER 1 H : 1 V OR FLATTER 2.5 MIN 0 (FACE OF BARRIER AT SLOPE BREAK POINT) 0 (FACE OF BARRIER AT SLOPE BREAK POINT) 0 (FACE OF BARRIER AT SLOPE BREAK POINT) CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-152 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 SECTION B detail, the callout reading "ANCHOR BOLT (TYP.) SEE DETAIL, STANDARD PLAN C-8b", is revised to read "ANCHOR BOLT (TYP.) - SEE DETAIL IN PLANS". SECTION B detail, the callout reading "ANCHOR PLATE (TYR) - SEE STANDARD PLAN J-8b", is revised to read "ANCHOR PLATE (TYP.) - SEE DETAIL IN PLANS". D-2.14 DELETED D-2.16 DELETED D-2.18 DELETED D-2.20 DELETED D-2.42 DELETED D-2.44 DELETED D-2.46 DELETED D-2.48 DELETED D-2.82 DELETED D-2.86 DELETED D-10.10 Wall Type 1 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT Bridge Design Manual (BDM) and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.15 Wall Type 2 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.30 Wall Type 5 may be used in all cases. CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-153 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 D-10.35 Wall Type 6 may be used in all cases. D-10.40 Wall Type 7 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the 11/3/15 Bridge Design memorandum. D-10.45 Wall Type 8 may be used if no traffic barrier is attached on top of the wall. Walls with traffic barriers attached on top of the wall are considered non-standard and shall be designed in accordance with the current WSDOT BDM and the revisions stated in the revisions stated in the 11/3/15 Bridge Design memorandum. D-15.10 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.20 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. D-15.30 STD Plans D-15 series "Traffic Barrier Details for Reinforced Concrete Retaining Walls" are withdrawn. Special designs in accordance with the current WSDOT BDM are required in place of these STD Plans. G-20.10 SIGN INSTALLATION BEHIND TRAFFIC BARRIER detail, dimension callout "S MIN.", is revised to read "S MIN.". H-70.20 Sheet 2, Spacing Detail, Mailbox Support Type 1, reference to Standard Plan 1-70.10 is revised to H-70.10 H-70.30 DELETED J-10.16 Key Note 14, reads: "Mounting Hole — See Standard Plan J-10.30 for mounting Details." Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details." General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." J-10.17 Key Note 16, reads: "Mounting Hole — See Standard Plan J-10.?? for mounting Details." Is revised to read: "Mounting Hole — See Standard Plan J-10.14 for mounting Details." CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SPA 54 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 202109 General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." J-10.18 Key Note 12, reads: "Mounting Hole - See Standard Plan J-10.20 for mounting Details." Is revised to read: "Mounting Hole - See Standard Plan J-10.14 for mounting Details." General Note 12, reads: "See Standard Plan J-10.30 for pole installation details." Is revised to read: "See Standard Plan J-10.14 for pole installation details." J-20.26 Add Note 1, "1. One accessible pedestrian pushbutton station per pedestrian pushbutton post." J-20.16 View A, callout, was - LOCK NIPPLE, is revised to read; CHASE NIPPLE J-21.10 Sheet 1, Elevation View, Round Concrete Foundation Detail, callout - "ANCHOR BOLTS - W (IN) x 30" (IN) FULL THREAD - THREE REQ'D. PER ASSEMBLY" IS REVISED TO READ: "ANCHOR BOLTS - W (IN) x 30" (IN) FULL THREAD - FOUR REQ'D. PER ASSEMBLY" Sheet 1 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR.. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 1 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2 '/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Round), add dimension depicting the distance from the top of the foundation to find 2 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2'/z" CLR. dimension, depicting the distance from the bottom of the foundation to find 2 # 4 reinf. Bar. Sheet 2 of 2, Elevation view (Square), add dimension depicting the distance from the top of the foundation to find 1 #4 reinforcing bar shown, to read; 3" CLR. Delete "(TYP.)" from the 2'/2" CLR. dimension, depicting the distance from the bottom of the foundation to find 1 # 4 reinf. Bar. Detail F, callout, "Heavy Hex Clamping Bolt (TYR) -- 3/4" (IN) Diam. Torque Clamping Bolts (see Note 3)" is revised to read; "Heavy Hex Clamping Bolt (TYR) -- 3/4" (IN) Diam. Torque Clamping Bolts (see Note 1)" Detail F, callout, "3/4" (IN) x 2'- 6" Anchor Bolt (TYR) - Four Required (See Note 4)" is revised to read; "3/4" (IN) x 2'- 6" Anchor Bolt (TYP.) - Three Required (See Note 2)" J-21.15 Partial View, callout, was - LOCK NIPPLE - 1 1/" DIAM., is revised to read; CHASE NIPPLE - 1 '/2" (IN) DIAM. J-21.16 Detail A, callout, was - LOCKNIPPLE, is revised to read; CHASE NIPPLE J-22.15 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-155 PROJECT #12522 CFW SPECIAL PROVISIONS VER 2021.09 Ramp Meter Signal Standard, elevation, dimension 4' - 6" is revised to read; 6'-0" (2x) Detail A, callout, was — LOCK NIPPLE — 1 '/2" DIAM. is revised to read; CHASE NIPPLE 1 '/2" (IN) DIAM. J-40.10 Sheet 2 of 2, Detail F, callout, "12 — 13 x 1 'h" S.S. PENTA HEAD BOLT AND 12" S. S. FLAT WASHER" is revised to read; "12 — 13 x 1 '/2" S.S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER" J-40.36 Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-40.37 Note 1, second sentence: "Finish shall be # 2B for backbox and # 4 for the cover." Is revised to read: "Finish shall be # 2B for barrier box and HRAP (Hot Rolled Annealed and Pickled) for the cover. J-75.20 Key Notes, note 16, second bullet point, was: "1/2" (IN) x 0.45" (IN) Stainless Steel Bands", add the following to the end of the note: "Alternate: Stainless steel cable with stainless steel ends, nuts, bolts, and washers may be used in place of stainless steel bands and associated hardware." J-81.10 All references to "Type 170 Controller" are replaced with "Controller". L-40.10 DELETED The following are the Standard Plan numbers applicable at the time this project was advertised. The date shown with each plan number is the publication approval date shown in the lower right-hand corner of that plan. Standard Plans showing different dates shall not be used in this contract. A-10.10-00........ 8/7/07 A-10. 20-00......10/5/07 A-10.30-00...... 10/5/07 A-20.10-00...... 8/31 /07 A-30.10-00...... 11 /8/07 A-30.30-01...... 6/16/11 B-5.20-03...----- 9/9/20 B-5.40-02......... 1 /26/17 B-5.60-02.........1 /26/17 B-10.2 0-02........ 3/2/ 18 B-10.40-01........ 1 /26/17 B-10.70-01...... 9/9/20 B-15.2 0-01........ 2/7/ 12 B-15.40-01........ 2/7/ 12 CITY OF FEDERAL WAY A-30.35-00..- ..... 10/12/07 A-40.00-00......... 8/11 /09 A-40.10-04......... 7/31 /19 A-40.15-00...... ...8/11 /09 A-40.20-04......... 1 /18/17 A-40.50- 02.........12/2 3/ 14 B-30.50-03.......... 2/27/18 B-30.60-00....... 9/9/20 B-30-70-04...... 2/27/18 B-30. 80-01..........2/27/ 18 B-30.90-02........ 1 /26/17 B-35.20-00........... 6/8/06 B-35.40-00.......... 6/8/06 B-40.20-00.......... 6/1 /06 A-60.10-03........ 12/23/14 A-60.20-03......... 12/23/ 14 A-60.30-01.......... 6/28/ 18 A-60.40-00.......... 8/31 /07 B-75.20-02.......... 2/27/18 B-75.50-01.......... 6/ 10/08 B-75.60-00............ 6/8/06 B-80.20-00......... 6/8/06 B-80.40-00......... 6/1 /06 B-85.10-01......... 6/ 10/08 B-85.20-00...... ....6/1 /06 B-85.30-00.......... 6/1 /06 2022 ASPHALT OVERLAY PROJECT SPA56 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 B-15.60-02.... .... 1 /26/17 B-20.20-02.......3/16/12 B-20.40-04....... 2/27/18 B-20.60-03....... 3/15/12 B-25.20-02........ 2/27/ 18 B-25.60-02......... 2/27/18 B-30.05-00...... 9/9/20 B-30.10-03... ...... 2/27/18 B-30.15-00........ 2/27/18 B-30.20-04......... 2/27/18 B-30.30-03......... 2/27/18 B-30.40-03.......... 2/27/18 C-1.................... 9/9/20 C-1 b...................9/9/20 C-1 d................ 10/31 /03 C-2 c................... 8/ 12/ 19 C-4f................... 8/ 12 / 19 C-6a................10/14/09 C-7 ..................... 6/ 16/ 11 C-7 a ................... 6/ 16/ 11 C-8.....................2/10/09 C-8 a ................... 7/25/97 C-20.10-06 ......... 9/16/20 C-2 0.14-04.......... 8/ 12/ 19 C-20.15-02 .......... 6/11 /14 C-20.18-03 .......... 8/12/19 C-20.40-07 .......... 8/12/19 C-20.41-02 .......... 8/12/19 D-2.04-00........ 11 /10/05 D-2.06-01........ 1 /6/09 D-2.08-00........ 11 /10/05 D-2.32-00........ 11 /10/05 D-2.34-01... .....1 /6/09 D-2.36-03........ 6/11 /14 D-2.60-00........ 11 /10/05 D-2.62-00........ 11 /10/05 D-2.64-01........ 1 /6/09 D-2.66-00........ 11 /10/05 D-2.68-00........ 11 /10/05 E-1............. .......2/21 /07 E-2.................... 5/29/98 F-10.12-04....... 9/24/20 F-10.16-00....... 12/20/06 F-10.18-02......... 9/24/20 F-10.40-04........... 9/24/20 F-10.42-00......... 1 /23/07 CITY OF FEDERAL WAY B-40.40-02........ 1 /26/17 B-45.20-01.......... 7/11 /17 B-45.40-01.......... 7/21 /17 B-50.20-00.......... 6/1 /06 B-55.20-02.......... 2/27/18 B-60.20-02.......... 9/9/20 B-60.40-01.......... 2/27/18 B-65.20-01....... ...4/26/12 B-65.40-00....... ...6/1 /06 B-70.20-00.......... 6/1 /06 B-70.60-01.......... 1 /26/17 C-20.42-05.......... 7/14/15 C-20.45.02........... 8/12/19 C-22.16-07........ 9/16/20 C-22.40-08........ 9/16/20 C-22.45-05........ 9/16/20 C-23.60-04........ 7/21 /17 C.24.10-02........ 8/12/19 C-25.20-06........ 7/14/15 C-25.22-05........ 7/14/15 C-25.26-04........ 8/12/19 C-25.30-00....... 6/28/18 C-25.80-05........ 8/ 12/ 19 C-60.10-01... .... 9/24/20 C-60.20-00...... 9/24/20 C-60.30-00... .... 9/24/20 C-60.70-00... .... 9/24/20 D-2.80-00........ 11 /10/05 D-2.84-00........ 11 /10/05 D-2.88-00... .....11 /10/05 D-2.92-00........ 11 /10/05 D-3.09-00... ..... 5/ 17/ 12 D-3.10-01...... 5/29/13 D-3.11-03...... 6/11 /14 D-3.15-02 ...... 6/ 10/ 13 D-3.16-02 ...... 5/29/ 13 D-3.17-02...... 5/9/16 D-4................ .12/11 /98 E-4............. ....... 8/27/03 E-4a.................. 8/27/03 F-10.62-02.... .... 4/22/ 14 F-10.64-03.... .... 4/22/ 14 F-30.10-04.... .... 9/25/20 F-40.12-03........ 6/29/16 F-40.14-03........ 6/29/ 16 B-85.40-00 .......... 6/8/06 B-85.50-01 ......... 6/10/08 B-90.10-00 .......... 6/8/06 B-90.20-00 .......... 6/8/06 B-90.30-00 .......... 6/8/06 B-90.40-01 .......... 1 /26/17 B-90.50-00 .......... 6/8/06 B-95.20-01 .......... 2/3/09 B-95.40-01 .......... 6/28/18 C-70.10-02........ 9/16/20 C-75.10-02........9/16/20 C-75.20-02..... ... 9/16/20 C-75.30-02........ 9/16/20 C-80.10-02........ 9/16/20 C-80.20-01........ 6/11 /14 C-80.30-01........ 6/11 /14 C-80.40-01........ 6/11 /14 C-85.10-00......... 4/8/12 C-85.11-01........ 9/16/20 C-85.15-01......... 6/30/14 C-85.16-01......... 6/ 17/ 14 C-85-18-01........6/11 /14 C-85.20-01......... 6/11 /14 D-6................... 6/ 19/98 D-10.10-01------ 12/2/08 D-10.15-01...... 12/2/08 D-10.2 0-01......... 8/7/ 19 D-10.2 5-01......... 8/7/ 19 D-10.30-00......... 7/8/08 D-10.35-00......... 7/8/08 D-10.40-01......12/2/08 D-10.45-01......12/2/08 F-40.15-04........ 9/25/20 F-40.16-03........ 6/29/ 16 F-45.10-02........ 7/ 15/ 16 F-8 0.10-04........ 7/ 15/ 16 2022 ASPHALT OVERLAY PROJECT SP-167 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 G-10.10-00........ 9/20/07 G-20.10-02........ 6/23/ 15 G-22.10-04 .......... 6/28/18 G-24.10-00 ...... 11 /8/07 G-24.20-01...... 2/7/ 12 G-24.30-02...... 6/28/ 18 G-24.40-07..... 6/2 8/ 18 G-24.50-05 ..... 8/7/19 G-24.60-05 ..... 6/28/18 H-10.10-00.......... 7/3/08 H-10.15-00... ....... 7/3/08 H-30.10-00......10/ 12/07 G-25.10-05....... 9/16/20 G-26.10-00...... 7/31 /19 G-30.10-04....... 6/23/15 G-50.10-03....... 6/28/18 G-90.10-03...... 7/11 /17 G-90.11-00... ...4/28/16 G-90.20-05...... 7/11 /17 G-90.30-04...... 7/11 /17 G-90.40-02...... 4/28/16 H-32.10-00....... 9/20/07 H-60.10-01......... 7/3/08 H-60.20-01......... 7/3/08 G-95.10-02........ 6/28/18 G-95.20-03........ 6/28/18 G-95.30-03........ 6/28/18 H-70.10-01...... 2/7/12 H-70.20-01...... 2/ 16/ 12 1-10.10-01......... 8/11 /09 1-30.20-00......... 9/20/07 1-40.20-00........ .9/20/07 1-30.10-02... ...... 3/22/13 1-30.30-02......... 6/12/19 1-50.20-01.......... 6/ 10/ 13 1-30.15-02......... 3/2 2/ 13 1-30.40-02....... 6/ 12/ 19 1-60.10-01.......... 6/ 10/ 13 1-30.16-01... ..._..7/11 /19 1-30.60-02......... 6/12/19 1-60.20-01.......... 6/10/13 1-30.17-01......... 6/12/19 1-40.10-00......... 9/20/07 1-80.10-02.......... 7/15/16 J-10..................7/18/97 J-28.40-02...... 6/11/14 J-60.13-00------ .6/16/10 J-10.10-04 ...... 9/16/20 J-28.42-01.. ..... 6/11/14 J-60.14-01------ 7/31/19 J-10.12-00 ....... 9/16/20 J-28.43-01....... 6/28/18 J-75.10-02...... 7/10/15 J-10.14-00 ........ 9/16/20 J-28.45-03....... 7/21/16 J-75.20-01...... 7/10/15 J-10.15-01........ 6/11/14 J-28.50-03....... 7/21/16 J-75.30-02....... 7/10/15 J-10.16-01 ...... 9/16/20 J-28.60-02....... 7/21/16 J-75.40-02.....6/1/16 J-10.17-01 ...... 9/16/20 J-28.70-03....... 7/21/17 J-75.41-01...... 6/29/16 J-10.18-01 ...... 9/16/20 J-29.10-01....... 7/21/16 J-75.45-02...... 6/1/16 J-10.20-03 ...... 9/16/20 J-29.15-01....... 7/21/16 J-80.10-00...... 6/28/18 J-10.21-01 ...... 9/16/20 J-29.16-02....... 7/21/16 J-80.15-00......6/28/18 J-10.22-01 ........ 9/16/20 J-30.10-00...... 6/18/15 J-81.10-01...... 9/16/20 J-10.25-00 ...... 7/11/17 J-40.05-00...... 7/21/16 J-86.10-00...... 6/28/18 J-12.15-00 ...... 6/28/18 J-40.10-04...... 4/28/16 J-90.10-03.....6/28/18 J-12.16-00 ...... 6/28/18 J-40.20-03 ...... 4/28/16 J-90.20-03 . ..... 6/28/18 J-15.10-01 ........ 6/11/14 J-40.30-04 ...... 4/28/16 J-90.21-02...... 6/28/18 J-15.15-02 ...... 7/10/15 J-40.35-01 ...... 5/29/13 J-90.50-00...... 6/28/18 J-20.10-04 ........ 7/31 /19 J-40.36-02...... 7/21 /17 J-20.11-03 ........ 7/31 /19 J-40.37-02...... 7/21 /17 J-20.15-03 ........ 6/30/14 J-40.38-01 ....... 5/20/13 J-20.16-02 ........ 6/30/14 J-40.39-00 ...... 5/20/13 J-20.20-02 ........ 5/20/13 J-40.40-02 ....... 7/31/19 J-20.26-01 ........ 7/12/12 J-45.36-00 ...... 7/21/17 J-21.10-04 ...... 6/30/14 J-50.05-00.......7/21 /17 J-21.15-01 ...... 6/10/13 J-50.10-01........7/31/19 J-21.16-01 ...... 6/10/13 J-50.11-02....... 7/31/19 J-21.17-01 ...... 6/10/13 J-50.12-02 ....... 8/7/19 J-21.20-01 ...... 6/10/13 J-50.13-00 ........ 8/22/19 J-22.15-02 ...... 7/10/15 J-50.15-01 ....... 7/21/17 J-22.16-03 ...... 7/10/15 J-50.16-01 ........ 3/22/13 J-26.10-03 ...... 7/21 /16 J-50.18-00 ....... 8/7/19 J-26.15-01 ..... 5/17/12 J-50.19-00 ....... 8/7/19 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-158 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 J-26.20-01 ..... 6/28/18 J-27.10-01 ..... 7/21 /16 J-27.15-00 ..... 3/ 15/ 12 J-28.10-02...... 8/7/ 19 J-28.22-00....... 8/07/07 J-28.24-02....... 9/16/20 J-28.26-01 ...... 12/02/08 J-28.30-03 ...... 6/11 /14 K-70.20-01....... 6/1 /16 K-80.10-02....... 9/25/20 K-80.20-00.....12/20/06 K-80.35-01....... 9/16/20 K-80.37-01....... 9/16/20 L-10.10-02........ 6/21 /12 L-20.10-03........ 7/14/15 L-30.10-02...... ..6/11 /14 M-1.20-04 ......... 9/25/20 M-1.40-03 ......... 9/25/20 M-1.60-03 ......... 9/25/20 M-1.80-03 ......... 6/3/ 11 M-2.20-03 ......... 7/ 10/ 15 M-2.21-00...... 7/10/15 M-3.10-04 ......... 9/25/20 M-3.20-03 ......... 9/25/20 M-3.30-04......... 9/25/20 M-3.40-04 ......... 9/25/20 M-3.50-03......... 9/25/20 M-5.10-03 ......... 9/25/20 M-7.50-01 ......... 1 /30/07 M-9.50-02 ......... 6/24/14 M-9.60-00........ 2/10/09 J-50.20-00....... 6/3/11 J-50.25-00....... 6/3/11 J-50.30-00 ....... 6/3/11 J-60.05-01....... 7/21 /16 J-60.11-00... .... 5/20/13 J-60.12-00 .. .... 5/20/13 L-40.15-01........ 6/ 16/ 11 L-40.20-02........ 6/21 /12 M-11.10-03........ 8/7/19 M-12.10-02 ...... 9/25/20 M-15.10-01 ........ 2/6/07 M-17.10-02 ........ 7/3/08 M-20.10-03........ 9/25/20 M-20.20-02 ........ 4/20/15 M-20.30-04 ........ 2/29/16 M-2 0.40-03........ 6/24/ 14 M-20.50-02 ........ 6/3/11 M-24.20-02 ....... 4/20/15 M-24.40-02 ....... 4/20/15 M-24.60-04 ....... 6/24/14 M-24.65-00...... 7/ 11 / 17 M-24.66-00 ...... 7/11 /17 M-40.10-03 ...... 6/24/14 END DIVISION 9 L-70.10-01....... 5/21 /08 L-70.20-01....... 5/21 /08 M-40.20-00 ... 10/ 12/07 M-40.30-01 ...... 7/11 /17 M-40.40-00 ...... 9/20/07 M-40.50-00 ...... 9/20/07 M-40.60-00 ...... 9/20/07 M-60.1 0-01 ...... 6/3/ 11 M-60.20-02 ...... 6/27/11 M-65.10-02 ...... 5/11 /11 M-80.10-01 ...... 6/3/11 M-80.20-00 ...... 6/10/08 M-80.30-00 ...... 6/10/08 CITY OF FEDERAL WAY 2022 ASPHALT OVERLAY PROJECT SP-159 PROJECT #12522 CFW SPECIAL PROVISIONS VER. 2021.09 CROSS SECTION TYPE K 3 LAN ES + BIKE 1 3 91 8' 16' * 1 5' 1 1 ' 12' 1 1 ' 5' 1 6' * 8' 139 Al. Sidewalk Planter Bike Bike Planter Sidewalk Utll. 44' PRINCIPAL ARTERIAL 1.0' HMA Xz", PG 581-1-22 0.83' CSTC PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MULTIFAMILY 0.50' HMA XZ", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING `. (SEE NOTE 2) RESIDENTIAL 0.30' HMA Xz", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN — THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. OR 78' MINIMUM PAVEMENT SECTIONS MINOR ARTERIAL 0.67' HMA Xz", PG 581-1-22 0.50' HMA 1 ", PG 581-1-22 OR 0.83' HMA Xz", PG 581-1-22 0.83' CSTC * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR �c"TW PUBLIC ARTERIAL/COLLECTOR DWG. No. FadM9%t WORKS 3-2K CROSS SECTION TYPE L 3 LAN ES +BIKE IN CITY CENTER S'l 12' * 5' 1 1 1 ' 12' 1 1 ' S' 12' * 3' Itil. Sidewalk Bike Bike Sidewalk Utfl. ;trip Stri p 44' 74' MINIMUM PAVEMENT SECTIONS PRINCIPAL COLLECTOR COMMERCIAL, INDUSTRIAL, MULTIFAMILY 0.50' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 1) OR RESIDENTIAL 0.30' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 1) NOTES: 1. THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. 2. USE DECORATIVE PEDESTRIAN LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43. 3. USE STANDARDS DETAILS 3-30, 3-30A, 3-31 & 3-32 FOR STREET TREES AND STREET LIGHTS. * SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. REV: MAR 2012 arrm PUBLIC COLLECTOR DWG. NO. FMOAM0 Wft WORKS 3-21L PRINCIPAL ARTERIAL 1.0' HMA )�", PG 581-1-22 0.83' CSTC CROSS SECTION TYPE M 3 LAN ES 70' MINIMUM PAVEMENT SECTIONS MINOR ARTERIAL 0.67' HMA Y2", PG 581-1-22 0.50' HMA 1 ", PG 58H-22 OR PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MULTIFAMILY 0.50' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) OR 0.83' HMA Y2-, PG 581-1-22 0.83' CSTC RESIDENTIAL 0.30' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR cnvCQ PUBLIC ARTERIAL/COLLECTOR DWG. NO. 0 n.p� WORKS 3-21VI CROSS SECTION TYPE N 3 LAN ES + PARKING IN CITY CENTER L 3'1 12' * 8' 1 1 ' 12' 1 1 ' 8' 12' * 3' Util. Sidewalk Parking Parking Sidewalk Util. Strip Strip 50' 80' MINIMUM PAVEMENT SECTIONS MJNOR COLLECTOR 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.50' CSBC NOTES: 1. SUBBASE SHALL BE BANK RUN — THICKNESS TO BE DETERMINED BY DESIGN. 2. USE DECORATIVE PEDESTRIAN STREET LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43. 3. USE STANDARD DETAILS 3-30, 3-30A, 3-31, & 3-32 FOR STREET TREES AND STREET LIGHTS. * SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. REV: MAR 2D 19 �cwvw PUBLIC COLLECTOR DWG. NO. ��� WORKS 3-2N CROSS SECTION TYPE 0 2 LANES + BIKE .: MINIMUM PAVEMENT SECTIONS PRINCIPAL MINOR ARTERIAL ARTERIAL 1.0' HMA Y2", PG 58H-22 0.67' HMA Y2", PG 58H-22 0.83' CSTC 0.50' HMA 1 ", PG 58H-22 OR 0.83' HMA X", PG 58H-22 0.83' CSTC PRINCIPAL COLLECTOR COMMERCIAL.S IAL ULTIE,, 1, LY 0.50' HMA )�", PG 58H-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) RESIDENTIAL 0.30' HMA Y2", PG 58H-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. OR * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB REV: MAR 20:9 FM PUBLIC ARTERIAL/COLLECTOR DWG. No. &M �� WORKS 3-20 CROSS SECTION TYPE P 2 LAN ES + DITCH 70' MINIMUM PAVEMENT SECTIONS PRINCIPAL MINOR ARTERIAL ARTERIAL 1.0' HMA Y2", PG 581-1-22 0.67' HMA Y2", PG 581-1-22 0.83' CSTC 0.50' HMA 1 ", PG 581-1-22 OR 0.83' HMA )�", PG 581-1-22 0.83' CSTC Cl z9 PRINCIPAL COLLECTOR COMMERCIAL. INDUSTRIAL. MUl..TiFA-MILY 0.50' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) RESIDENTIAL 0.30' HMA Y2", PG 581-1-22 0.50' ATB AND/OR CRUSHED SURFACING (SEE NOTE 2) NOTES: 1) SUBBASE FOR ALL SECTIONS SHALL BE BANK RUN - THICKNESS TO BE DETERMINED BY DESIGN. 2) THICKNESS TO BE DETERMINED BY DESIGN W/MIN. THICKNESS OF 0.67' IF ATB IS NOT USED. x REV: MAR PUBLIC ARTERIAL/COLLECTOR DWG. NO. Q �Q WORKS 3-2P CROSS SECTION TYPE 0 2 LANES + PARKING IN CITY CENTER r i 3'1 12' * 8' 12' 12' 8' 12' * 3' Util. Sidewalk Parking Parking Sidewalk UHL Strip Strip 40' 70' MINIMUM PAVEMENT SECTIONS - MINOR COLLECTOR LOCAL (REMENTIAL 0.25' HMA X", PG 581-1-22 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.17' CSTC 0.50' CSBC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT. 2. USE DECORATIVE PEDESTRIAN LIGHTS IN CITY CENTER. SEE STANDARD DETAILS 3-42 & 3-43. 3. USE STANDARD DETAILS 3-30, 3-30A, 3-31, & 3-32 FOR STREET TREE & STREET LIGHTS. * SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. REV: MAR 2019 DWG. NO. cm�,�,a�r PUBLIC COLLECTOR/LOCAL DWG. N 1�L�[G� � � VVCaIy WORKS CROSS SECTION TYPE R 2 LAN ES + PARKING 3' 8' 4' * 8' 12' 12' 8' 4' * 6' 3 Util. a n Parking Parking n 0 Utll. Strip f o f Strip 40' MINIMUM PAVEMENT SECTIONS MINOR COLLECT R LOCAL (ESIDENTIALI 0.25' HMA Y2", PG 58H-22 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.17' CSTC 0.50' CSBC 0.42' CSBC NOTES: 1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR 2Q19 arvep PUBLIC COLLECTOR/LOCAL DWG. No. o 0 0 Vff WORKS 3-2R CROSS SECTION TYPE S 2 LAN ES + PARKING 3' S' 4' * 8' 10' 10' 8' 4' S' 3' Util. a n Parking Parking ti Utll. Strip f a06 Strip 36' 60' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL (RESIDENTIAL) 0.25' HMA iz", PG 581-1-22 0.25' HMA X", PG 581-1-22 0.17 CSTC 0.17' CSTC 0.50 CSBC 0.42' CSBC NOTES: 1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR 20 i9 arym PUBLIC COLLECTOR/LOCAL DWG. NO. ft&Mg W WORKS 3-2S CROSS SECTION TYPE T 2 LANES + DITCH 3:1 MAX. SLOPE 7\ 1:1 MAX. SLOPE s 3' 5' 8' 2' 12' 1 12' 1 2' 8 1 5' 3' Util. a Ditch s Ditch � Util. r °e Strip strip f n a a o 77 • U 28' 60' MINIMUM PAVEMENT SECTIONS MINOR COLLECTOR LOCAL (RESIDENTIAL-) 0.25' HMA X", PG 58H-22 0.25' HMA X", PG 58H-22 0.17' CSTC 0.17' CSTC 0.50' CSBC 0.42' CSBC NOTES: 1) SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT REV: MAR 2019 �am PUBLIC COLLECTOR/LOCAL DWG. NO. FadEngMyV WORKS 3-2T CROSS SECTION TYPE U 2 LAN ES + PARKING x, 3, 4,* 89 $, $, $, 4, 5, 3' Utll. a n Parking Parking n a Util. Strip o m E Strip o A c 5F PC 32' 56' MINIMUM PAVEMENT SECTION 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT * PLANTER STRIP DIMENSION IS MEASURED FROM THE SIDEWALK TO THE FACE OF CURB. REV: MAR 2019 �ar10' PUBLIC LOCAL DWG. NO. C,�m[I W WORKS 3-2U CROSS SECTION TYPE V 2 LANES + DITCH MAX SLOPE 3,1 MAX SLOPE 1o1 3' S' 8' 12' 12' 8 5' 3' Wit- Ditch Y Ditch 0 Utll. 0. Strip 30, E Strip c o 24' 56' MINIMUM PAVEMENT SECTION 0.25' HMA Kz", PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT REV: MAR 2019 Of4OF PUBLIC DWG. NO. FS&Mg VAY WORKS LOCAL 3-2V CROSS SECTION TYPE X 2 LAN ES + DITCH 3:1 MAX. SLOPE --1 3" 5 6 1U I Util. a Ditch Ditch N Util. Y.) Strip Strip o c 2 0' 5 2' MINIMUM PAVEMENT SECTION 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT REV: MAR 20U CN7 w PUBLIC DWG. NO. o p WORKS LOCAL 3-2X CROSS SECTION TYPE Y NFILL CUL-DE-SAC j2'i5' "2'5 LIM. a Strip 2 4' 389 MINIMUM PAVEMENT SECTION 0.25' HMA X'*, PG 581-1-22 0.17' CSTC 0.42' CSBC N util. Strip * SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. USE: THIS SECTION MAY ONLY BE USED IN CLUSTER AND SHORT SUBDIVISIONS WHEN ALL OF THE FOLLOWING CONDITIONS ARE MET: 1. THE STREET IS IN A PRIVATE TRACT. 2. THE TRACT ABUTS, OR WILL ULTIMATELY SERVE, FOUR OR LESS DWELLING UNITS. 3. THE TRACT IS LESS THAN 150 FEET IN LENGTH. REV: MAR �am PUBLIC DWG. NO. MSIMO%%y WORKS LOCAL 3-2Y CROSS SECTION TYPE Z CUL—DE—SAC TERMINUS BULB 3' S'* 32' 26• sz T 0 Util. L, **Center Island (Optional) 0 Utll. CL a Strip E E Strip 90' 106' MINIMUM PAVEMENT SECTION 0.25' HMA Y2", PG 581-1-22 0.17' CSTC 0.42' CSBC NOTES: 1. SUBBASE TO BE BANK RUN AS NECESSARY TO STABILIZE PAVEMENT * SIDEWALK DIMENSION IS MEASURED FROM THE BACK OF WALK TO THE FACE OF CURB. ** CENTER ISLAND OPTIONAL — AS APPROVED BY PUBLIC WORKS REV: MAR cffvw PUBLIC DWG. NO. n e o p� WORKS DE -DE -SAC 3_2Z NOTES: - - - a 1. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED FULL DEPTH AROUND HYDRANTS, POLES, POSTS, AND UTILITY CASTINGS. SEE DETAIL AT RIGHT. o 2. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED IN THE UPPER 2 INCHES OF CURBS AND SIDEWALKS AT 10 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. (JOINT MATERIAL OF 2Nz" DEPTH MAY BE USED IN LIEU OF 2" DEPTH). 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE JOINTS IN THE CURB AND GUTTER, WHETHER THE SIDEWALK IS ADJACENT TO THE CURB OR SEPARATED BY A PLANTER STRIP. 4. TOOL MARKS, CONSISTING OF 1/4-INCH 'V'-GROOVES SHALL BE MADE IN THE SIDEWALK AT 5 FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION JOINTS. 5. AN EXPANSION JOINT CONSISTING OF 3/8" PRE -MOLDED JOINT MATERIAL SHALL BE PLACED FULL -DEPTH BETWEEN THE CURB AND ADJACENT SIDEWALK. 6. EXPANSION JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF ASTM D1751 (AASHTO M 213). 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE 1JQI ALLOWED. 8. ALL UTILITY APPURTENANCES WITHIN THE SIDEWALK SHALL HAVE ADA-COMPLIANT NON -SLID LIDS. 1 /4" 'V' .... . PLANTING STRIP.' . . . . . . - I I I 1 1 I I f - - - - EXPANSION JOINT ff SEE NOTES AT LEFT / -- µ �- 1/4" DEPTH "V" GROOVE ff ® MAX. 5' C-C • r . FULL -DEPTH EXPANSION �oEwtilx •A JOINT, ONE FOOT AROUND VALVES, y" HYDRANTS, POLES, ETC. 4- L J GURU AW W1 ILK � SEE NOTE 1 BROOMED FINISH (TYP.) 3" WIDE, SMOOTH -TROWELED PERIMETER (TYP) CEMENT CONCRETE CURB AND GUTTER SIDEWALK EXPANSION JOINT IN BOTH ADJACENT CURB AND SIDEWALK TO CURB SEE NOTE 3. !� EXPANSION JOINT 2" CST BROOMED FINISH (TYP.) 3" WIDE, SMOOTH TROWELED PERIMETER (TYP) CONCRETE CURB AND GUTTER SEE CITY STANDARD r DETAIL DWG. 3-4 FULL -DEPTH EXPANSION JOINT BETWEEN SIDEWALK AND CURB AND GUTTER SEE NOTE 5. 1/4" 'V'-GROOVE EXPANSION JOINT IN BOTH CURB AND SIDEWALK SEE NOTE 3 Z_SIDEWALK AND PLANTER STRIP REV JAN 7.014 �a'a@ PUBLIC SIDEWALK AND CURB JOINTS DWG. NO. Fsd) ra0 WWORKS AND SIDEWALK FINISH 3-3 ri / ( 1 }2'R T1'P _ �2 3/4"R (TYA) ` 3' R I �(TYP) (TYP)7 Y I Y4 (TYP) — _ — — i r _ 5- ` 2 - -I 1 12 7%' OR 11N` SECTION ELEVATION ISOMETRIC TYPE 'C' BLOCK TRAFFIC CURB • TO CONFORM TO CROWN SLOPE OR 0.02 FT./FT. MOUNTABLE CEMENT CONCRETE CUR83 6" EXPANSION JOINT io r4o.02, �- FT./FT. 0.05 FT./FT.2 CEMENT CONCRETE s SIDEWALK CRUSHEDSURFACINGING (CSTC) TOP NOTE: TOP OF UP AT DRIVEWAYS. NEW CEMENT CONCRETE CURB & GUTTER R - 1/2" NOTES: f P 1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. PAVEMENT I �" 2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION. uo 3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT. TOP OF CURB AT APPROACH i 7 3/4" CEMENT CONCRETE BARRIER CURB REV: FEB 2011 PUBLIC DWG. NO. �FSX&MpW1 y WORKS CURB DETAILS 3-4 12" MIN, /,-70 AND GUTTER 5 71EM� V:7 PATCH — MIN. 3' CLASS B ACP OR MATCH EXISITING). MIN. 2" CSTC Ex;5T114G PVMi CEMENT CONCRETE CURB & GUTTER REPLACEMENT NOTES: * Tf EPf EXTRUDED ASPHALT OR CEMENT CONCRETE CURB IN PRIVATE PARKING AREAS ONLY 1/2' 5" 2 1. EXISTING CURB REPLACEMENT WILL REQUIRE REMOVAL OF ASPHALT A MINIMUM OF 12" FROM FACE OF GUTTER. *TOP of UP AT DRIVEWAYS =, VnRiE5 ANCHORAGE SHALL BE VIA EPDXY OR , MORTAR. REBAR SWILL NOT B APPROVED FOR USE IN RIGHT OF WAY. EXTRUDED CEMENT CONCRETE CURB FOR USE IN PUBLIC RIGHT OF WAY APRIL ?01 c�`a^►or PUBLIC CURB AND GUTTER REPLACEMENT DWG. NO. MOM WRY WORKS AND EXTRUDED CURB 3-4A EDG EDGE OF PAVET SHOULDEF DRIVEWAY WIDTH 12' 1 SHOULDER WIDTH 1 61-0 (MIN) W (VARIES) x I wi O� w Z al w1 Z 3I o wl o� o w w mu�I �5 0.02 w 0.02-0. 55 FT./FT. I •05 EXISTNG GRADE 10.02 I FT. FT_ •AoSSiBLE GRADE SECTION A —A NOTES: 1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WInER THAN 40' MAY BE APPROVED BY THE ENGINF,FR CONSIDERING BOTH TRAFFIC SAFETY AND THE ACTIVITY BEING SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MID —WIDTH. SEE KCRS SEC. 3.04. 2. PIPE SHALL BE: A. SIZED TO CONVEY COMPUTED STORM WATER RUNOFF, AND B. MIN. 12" DIAMETER, AND C. EQUAL TO OR LARGER THAN THE EXISTING PIPES WITHIN 500' UPSTREAM. AND D. BEDDING SHALL BE 5/8" MINUS CSTC. 3. EXPOSED PIPE ENDS SHALL BE BEVELED TO MATCH THE SLOPE FACE AND PROJECT NO MORE THAN 2" BEYOND SLOPE SURFACE. PROJECTING HEADWALLS ARE NOT ACCEPTABLE. 4. ALL PIPE SHALL BE CLASS IV CONCRETE PIPE, AND SHALL HAVE A MINIMUM OF 12' COVER. 5. PIPE SHALL BE INSTALLED IN A STRAIGHT UNIFORM ALIGNMENT AT A MIN. 0.5% SLOPE (0.5 FT. PER 100 FT.) WITH THE DOWNSTREAM END LOWER THAN THE UPSTREAM END. SIN. SAX. 3TR. 3—LANE. 2—LANE 6. PIPE MAY BE OMITTED IF ROADSIDE DITCH DOES NOT EXIST AND DRIVEWAY DOES NOT BLOCK NATURAL FLOW. 7. DRIVEWAY SLOPE SHALL MATCH TO BACK EDGE OF SHOULDER, BUT SHOULDER SLOPE AND EDGE OF SHOULDER SHALL NOT BE ALTERED AS A RESULT OF DRIVEWAY CONSTRUCTION. B. PAVED DRIVEWAYS SHALL BE PAVED THROUGH THE RIGHT—OF—WAY WITH 3" (MIN) AC., BUT NOT P.C.C. 9. GRAVEL DRIVEWAYS SHALL HAVE A PAVED DRIVEWAY APPROACH BETWEEN THE EDGE OF PAVEMENT AND RIGHT—OF—WAY WITH 3" (MIN) A.C. ONLY WITH DIMENSIONS L=W. 10. SINGLE—FAMILY RESIDENTIAL USES SHALL SURFACE THE FIRST 40 FT OF UNPAVED DRIVEWAYS MEASURED FROM THE BACK OF THE SIDEWALK OR PUBLIC RIGHT—OF—WAY, WHICHEVER IS GREATER. 11. SEE SEC. 3.2.13. REV: MARCH �C"°" PUBLIC SHOULDER & DITCH DWG. NO. MOM WRY WORKS SECTION DRIVEWAY 3-5 (SEE EXPANSION JOINT rs RIGHT -Of -WAY LINE 5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND py�4 STREETLIGHTS AND OTHER UTILITIES. + CURB TAPE jj r CURB TAPER RIGHT-OF-WAY LINE I r :7r�=•,"-:,,� - %— MATCH EXISTING DRIVEWAY GRADE 2" CSTC for RESIDENTIAL 4" CSTC for COMMERCIAL CEMENT CONCRETE DRIVEWAY 6" THICK SECTION A -A REV. FEBRUARY 2014 — SIDEWALK — PLANTING STRIP, IF ANY. SEE CURB DETAIL DRAWING 3-4 SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN EXISTING CURB/GUTTER SECTIONS. NOTES: 1. REFER TO CITY STANDARD DETAIL DRAWING 3-6A FOR COMMERCIAL, INDUSTRIAL, OR MULTI —FAMILY USE DRIVEWAYS. 2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4. 3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH CEMENT CONC. CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT. 4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. 5. REFER TO SECTION 3.2.13 FOR DRIVEWAY SPACING. 6. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. DWG. NO. c�M- 0ff �j W0RKS RESIDENTIAL CURB AND GUTTER SECTION DRIVEWAY 3-6 RIGHT-OF-WAY LINE CURB TAPER ale* 44r.'er T WIDTH: 30' 2-LANE, 40' 3-LANE S) IT CURB TAPER �� • � . + + -� SIDEWALK al.PLANTING STRIP, IF ANY SEE CURB DETAIL DRAWING 3-4 mSAWCUT EXPANSION JOINT RIGHT-OF-WAY LINE LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN EXISTING CURB/GUTTER SECTIONS. r VARIES MATC WiAWHEWA" VARflM ° NOTES: % 1. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY {y a BE APPROVED BY THE ENGINEER CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION JOINT LOCATED MIO---WIDTH. SEE KCRS SEC. 3.04. MATCH EXISTING DRIVEWAY GRADE 2. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4. CONCRETE DEPTH: 3. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH 4' CRUSHED SURFACING COMMERICAL/MULTI-FAMILY - B- THICK CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT. TOP COURSE (CSTC) INDUSTRIAL USE - 10" THICK 4. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. SECTION 6— 5. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. MAR 20 �Q1T°' PUBLIC COMMERCIAL, INDUSTRIAL, AND MULTI -FAMILY DWG. NO. ���� WORKS DRIVEWAY APPROACH 3-6A RIGHT—OF—WAY LINE 5' MINIMUM CLEARANCE BETWEEN EDGE OF DRIVEWAY AND J STREETLIGHTS AND OTHER UTILITIES. • TRANSITION FROM 2% TOWARDS STREET TO 2% AWAY FROM STREET — - . WITHIN RAMP. (TYP. BOTH SIDES) ROgOpf NOT TCI B— CURB TAPER 5' MIN., — 15' MAX. (SEE NOTE 8) � 2'-6" RESIDENTIAL,­-___ ESIDENTIAL, 7'-6" COMMERCIAL SIDEWALK WIDTH: RESiDEM'1AL PLANTING STRIP, IF ANY 10'-0" MIN. 2'--6" RESIDENTIAL, 30'-0` MAX. COMM./INDUSTR.: 7'--6" COMMERCIAL — SEE CURB DETAIL DRAWING 3-4 30'-0" 2—LANE 5' MIN., 40'-0" 3—LANE 15' MAX. (SEE NOTE 8) SAWCUT LINE FOR NEW OR REPLACEMENT DRIVEWAYS IN EXISTING CURB/GUTTER SECTIONS. NOTES: 5- VARIES VARIES 1. A REVERSE SLOPE DRIVEWAY IS SUBJECT TO APPROVAL BY ENGINEER CONSIDERING NEED FOR AND COMPATIBILITY OF THIS FEATURE. RIGHT—OF—WAY LINE 2. COMMERCIAL/INDUSTRIAL DRIVEWAYS WIDER THAN 40' MAY BE APPROVED sx MAAY. CONSIDERING TRAFFIC SAFETY AND NEEDS OF THE ACTIVITY SERVED. ALL COMMERCIAL/INDUSTRIAL DRIVEWAYS SHALL HAVE AN EXPANSION 2x M—M JOINT LOCATED MID —WIDTH. SEE KCRS SEC. 3.04. /cc'..; r =r '[;NF`•,2.._ r, DRIVEWAY GRADE? ;�r,r�.•.;:;.�,: -+ .� i a''�e 3, A STORM SEWER INLET SHALL BE LOCATED WITHIN 20' BUT NO CLOSER THAN 10' UPGRADE FROM NEAREST EDGE OF CURB TAPER. 4. SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3-4 EXPANSION JOINT CEMENT CONCRETE DRNEWAY MATCH EXISTING 5" THICK FOR RESIDENTIAL DRIVEWAY GRADE it 5. CEMENT CONCRETE DRIVEWAY APPROACHES SHALL BE CONSTRUCTED WITH 8" THICK FOR COMMERCIAL CEMENT CONCRETE CLASS 4000 WITH 4% TO 6% AIR ENTRAINMENT. 2" CSTC RESIDENTIAL 4" CSTC COMMERCIAL 6. FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. SECTION A —A 7. SEE SECTION 3.2.13 FOR MAX CHANGE IN DRIVEWAY GRADE 8. LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. REV. FEBRUARY 2014 DWG. NO. �p�� WORKS REVERSE SLOPE DRIVEWAY 3-7 CEMENT CONC. BARRIER CURB 5' MIN. TRANSITION $SEE NOTE 2� SIDEWALK SEE NOTE 1 f X EX. SIDEWALK Q (V .PLAi�iTElR STRIP'.'.'. CURB 8r------ GUTTER DETECTABLE WARNING SURFACE - SEE DETAIL CENTER OF RAMP AS MARKED IN THE FIELD 4' MIN. 5MIN. TRANSITION SIDEWALK (TYP) ' 'SEE NOTE 2 DISTANCE WILL VARY - SEE NOTE 1 SAWCUT MATCH Q -..-i LINE (TYP) CV b\ Q N EX. SIDEWALK 00000000000 °o°a°ao°o0000000 0000 2 • PLANTER STRIP oe o000000 - I 5% MAX. SLOPE CEMENT CONCRETE BARRIER CURB PER DWG 3-4. TOP OF CURB TO BE FLUSH WITH TOP BACK OF EXISTING SIDEWALK TRANSITION SIDEWALK (TYP. EACH END OF RAMP) SEE NOTE 1 EXISTING SIDEWALK d PLANTER STRIP NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS -SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E.. D5STING PANEL CROSS -SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; OR 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. DUMMY JOINT (TYP) 4' Min, DETECTABLE WARNING SURFACE (SEE DETAIL) DETECTABLE WARNING SURFACE SHALL BE �A YELLOW, UNLESS y , SPECIFIED OTHERWISE Y c Al 0. 8 MIN MAX A 1.60" 2 40" - C 0.45" 0 90" 01 0 90" 1 40" El 0.20" 1 0.20" PLAN �L iff _ D �LEVATI N DETECTABLE WARNING SURFACE DETAIL MAR 2017 m1Or PUBLIC CURB RAMP IN SIDEWALK DWG. NO. °�` My WORKS WITH PLANTER STRIP 3-8 CEMENT CONC. BARRIER CURB A' AAIAI V AAIAI TRANSI SIDE` SEE N( EX. SIDEWALK CURB & — — — GUTTER TRANSITION SIDEWALK DISTANCE WILL VARY - SEE NOTE 1 ION ALK )TE 1 SEE NOTE 2 (TYP) 'SEE NOTE 2 CN Q 2 Ll SAWCU EX. SID o x 0000000000o 00000000000 00000000000 o0 0000000 -- i DETECTABLE WARNING_:�7 SURFACE -SEE DETAIL s L `--- 5% MAX. DUMMY JOINT (TYP) SLOPE CENTER OF RAMP AS MARKED IN THE FIELD CEMENT CONCRETE BARRIER CURB PER DWG 3-4. TOP OF CURB TO BE FLUSH WITH TOP BACK OF EXISTING SIDEWALK TRANSITION SIDEWALK TYP. EACH END OF RAMP, AS NEEDED - SEE NOTE 1 EXISTING SIDEWALK NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; Q$ 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. DETECTABLE WARNING SURFACE SHALL BE YELLOW, UNLESS SPECIFIED OTHERWISE MIN MAX. 1 60" 2 40" 65" — 45" 90" 0.90' 1 40" MATCH INE (TYP) --WALK DETECTABLE WARNIN SURFACE (SEE DETAIL) PLAN wL�I� —i l a ELEVATION DETECTABLE WARNING SURFACE DETAIL MAR 2017 c��w-w PUBLIC CURB RAMP IN SIDEWALK DWG. NO. FOdMO My WORKS NO PLANTER STRIP 3-8A 5' MIN. 4' MIN. 5' MIN. TRANSITION SIDEWALK TRANSITION SEE NOTE 2-0'—(TYP) SEE NOTE 2 +DISTANCE WILL SIDEWALK VARY - SEE NOTE 1 SEE NOTE 1 o x N a o x SAWCUT MATCH EX. N � LINE (TYP) SIDEWALK — 00000000000 EX. SIDEWALK iL o0000000000 2 00000000000 00 0000000 Li CURB&----- GUTTER _ _ DETECTABLE WARNING {f~ SURFACE - SEE DETAIL L 5% MAX. DUMMY JOINT (TYP) SLOPE CENTER OF RAMP AS MARKED IN THE FIELD TRANSITION SIDEWALK TYP. EACH END OF RAMP, AS NEEDED - SEE NOTE 1 .� EXISTING SIDEWALK NOTES: 1. THE LENGTH OF THE TRANSITION SIDEWALK SECTION SHALL BE EQUAL TO 1 FOOT MULTIPLIED BY THE DIFFERENCE BETWEEN THE CROSS —SLOPE PERCENTAGE OF THE NEW AND EXISTING PANELS. (I.E., EXISTING PANEL CROSS —SLOPE IS 4% AND NEW PANEL CROSS —SLOPE IS 2% FOR A DIFFERENCE OF 2. 2 MULTIPLIED BY 1 FOOT = 2 FOOT TRANSITION SECTION). IF THE NEW AND EXISTING CROSS —SLOPES ARE EQUAL, THEN THE TRANSITION SECTION IS NOT NEEDED. 2. LENGTH SHALL BE: 5 FEET (MIN.) AND UP TO 8.3%; M 'X' FEET ® 8.3% (WHERE 'X' IS EQUAL TO THE LENGTH REQUIRED TO ACHIEVE 8.3% MAXIMUM SLOPE), BUT NOT TO EXCEED 15 FEET IN LENGTH. 41 MrA, DETECTABLE WARNIN( SURFACE (SEE DETAIL) DETECTABLE WARNING SURFACE SHALL BE �A YELLOW, UNLESS B SPECIFIED OTHERWISE ::�B Al �-11- MIN MAX 1 60' 2 40' _ 0 65" - 0.45 0 90" 0.90" 1 .40- 0.20 0 20 PLAN r-I I D ELEVATION DETECTABLE WARNING SURFACE DETAIL MAR 2017 a1°m PUBLIC CURB RAMP IN SIDEWALK DWG. NO. M020 my WORKS NO BARRIER CURB 3-8B ACCEPTABLE RAMP LOCATIONS FOR RETROFIT OR ALTERATION FOR NEW CONSTRUCTION OR STANDMD RECONSTRUCTION REV. 4/11/08 LAMPS RAMP LOCATIONS FOR NEW CONSR2UCRON OR STANDARD RECONSTRUCTION NOTES: 1. CATCH BASIN AND INLETS SHALL BE OUTSIDE THE CURB RAMP (24" MIN. CLEARANCE FROM RAMP). 2. CARE SHALL BE TAKEN TO KEEP THE RAMP FROM CONFLICTING WITH HYDRANTS, POLES, INLETS, AND OTHER UTILITIES. 3. CONSTRUCT RAMP IN ACCORDANCE WITH STANDARD DRAWING 3-10 OR 3-11. 4. CROSSWALKS ARE NOT ALWAYS MARKED. 5. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF STREET, RAMPS 13 SHALL BE CONSTRUCTED AT CORRESPONDING LOCATIONS ON OPPOSITE SIDE OF STREET. �`���10� PUBLIC DWG. NO. � % Q �papWRY WORKS CURB RAMP LOCATIONS 3-9 RADIUS POINT OF CURB RETURN CURB, OR CURB AND GUTTER CEMENT CONCRETE PEDESTRIAN CURB DETECTABLE WARNING A RAMP SURFACE SMALL BE YELLOW. ,8 19 MIN. MAX. I- - O A 1.60" 2.40' B 0.65' -- C 0.45" .0" EL� p 1 0.90" .40" E 0.20" 0.20" I I 0 r r r r l s� a RAMP "�.............. - a o �.:. A A ...* cc - W N Y Q ---------------- l11 O DETECTABLE WARNING SURFACE (SEE DETAIL) 5'-0' MIN. 4'-0" i5'-W MAX. MIN. Op MC[ NnTF 71 DETECTABLE WARNING EXPANSION JOINT RAMP SURFACE (SEE DETAIL) SEE NOTE 2 CEMENT CONCRETE SIDEWALK TOP OF `a f ROADWAY DEPRESSED CURB & GUTTER O .J O (AT GRADE BREAK, TOP OF RAMP) TRUNCATED DOMES NOTES: 1. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY PART OF THE CURB RAMP OR LANDING. 2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES. WHEN APPLYING THE 15 FOOT MAX. LENGTH, THE RUNNING SLOPE OF THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE. FEB. am op PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO a. o � %Vg& WORKS WITHOUT PLANTER STRIP 3-10 SIDEWALK (SEE NOTE 2) CURB AND GUTTER PLAN VIEW SIDEWALK RAMP PLAN DETECTABLE WARNING SURFACE (SEE DETAIL) EXPANSION JOINT CEMENT RAMP CONCRETE TOP OF SIDEWALK $_3 p�I % ROADWAY SEE NOTE 2 2.096 MAX. I! DEPRESSED CURB & GUTTER SECTION 0 DETECTABLE WARNING A RAMP SURFACE AREA SHALL BEYELLOW.� B tl) MIN. MAX. ap A 1.60" 2.40" LA B 0.65" - PLAN C 0.45" 0.901, ELI C D o.sa' 1.40" E 0.2a' 0.20" f ELEVATION TRUNCATED DOMES DETECTABLE WARNING SURFACE DETAIL ISOMETRIC VIEW NOTES: 1. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS OR OTHER APPURTANENCES IN FRONT OF THE RAMP OR ON ANY PART OF THE CURB RAMP OR LANDING. 2. THE CURB RAMP MAXIMUM RUNNING SLOPE SHALL NOT REQUIRE THE RAMP LENGTH TO EXCEED 15 FEET TO AVOID CHASING THE SLOPE INDEFINITELY WHEN CONNECTING TO STEEP SLOPES. WHEN APPLYING THE 15 FOOT MAX. LENGTH, THE RUNNING SLOPE OF THE CURB RAMP SHALL BE AS FLAT AS FEASIBLE. REV. JAN O1Kw PUBLIC SINGLE DIRECTION CURB RAMP DWG. NO. %ft WORKS WITH PLANTER STRIP 3-10A a � � T DETECTA-aa WARNING • • • • PATTERN PIANTTNG STRIP (SEE DETAIL) (IF ANY) Dpaappvp 12:1 MAX r � oovava o'ovpooe°eoo°gv Dvaaaavve opD`nvo o'oa"a�'D'p`D'vpap 12 1 M=%• `E eBoSSoO$ GSOSpDOOapeaeeeplI DETECTABLE y6ARHY18 PATTERN (5EE DETA1Lj S'-D' FLIM 0.02 Ff./Ff. P" CMC—J `--4- TI CK cemDT CDNCRETE SIDEWALK NOTES: 1. RAMP AND APPROACHES SHALL BE CLEAR OF OBSTACLES INCL HYDRANTS, POLES, AND INLETS. 2. RAMP CENTER LINE SHALL BE PERPENDICULAR TO OR RADIAL TO CURB RETURNS UNLESS OTHERWISE APPROVED BY ENGINEER. 3. WHEN RAMPS ARE CONSTRUCTED ON ONE SIDE OF THE STREET, RAMPS SHALL BE Carr7TiRLICTED AT CORRESPONDING SIDEWALK LOCATIONS ON OPPG�ITE SIDE OF STREET SEE DWG. NO. 3-9. 4. ON ARTERIAL STREETS, IN GENERAL CASE, CURB RAMPS SHALL BE CONSTRUCTED TWO PER RADIUS, IN OR PREFERABLY ADJACENT TO THE MAIN PEDESTRIAN PATHS. 5. ON RESIDENTIAL STREETS OR WHERE UTILITIES ARE IN CONFLICT OR STREET GRADE EXCEEDS 4.0% CURB RAMPS MAY BE CONSTRUCTED ONE PER RADIUS, AT MIDPOINT OF CURB RETURN OR AT MAIN PEDESTRIAN PATH. DETECTABLE WARNING A PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH B WSDOT STD. SPEC 8-141M E3 Al-�-� p MIN I MAX. A 1 5 S' 2 3 8 PLAN E S 18" 1 1 2" T: 7 .5 3 4 Q 7;`B`' 1 7.16 a I n OVATION DETECTABLE WARNING PATTERN DETAIL �CW F PUBLIC DWG. NO. MMl lMli W WORKS CURB RAMP IN VERTICAL CURB 3-11 VARIES SIDEWALK VARIES SIDEWALK 3/8" EXPANSION J(11NT — 1 /9" RAD1111r, \_ FOR CURB do GUTTER 2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4 PLANTER STRIP AS REQUIRED 2" CRUSHED SURFACING TOP COURSE USE DETAIL 3-4 NOTES: 1. FOR JOINTS AND SCORING, SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS, AND SCORE MARKS. 2. SEE DETAILS 3-6, 3-6A, & 3-7 FOR MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS. 3. WHEN CHECKED WITH A 10 FOOT STRAIGHTEDGE, GRADE SHALL NOT DEVIATE MORE THAN 1 /8 INCH AND ALIGNMENT SHALL NOT VARY MORE THAN 1 /4 INCH. 4. CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8-14. REV. MAR 2011 �<mw PUBLIC DWG. NO. Qpapll� WORKS SIDEWALK SECTION 3-12 RIGHT-OF-WAY LINE NOT OK - NOT OK LOC _ OK DIRECTION OF TRAVEL 2\ c LOC: LENGTH OF CURVE (FEE7j AT EDGE OF TRAVELED WAY FROM P.C. TO P.T. SOR: SAFETY OVERRUN (FEET) BEYOND P.T. PPL• PROHIBFTEO POLE LOCATION (FW) (wc + sOR) WHEK POLES 0R OBSTACLES MUST BE REMOVED OR BARRICADED. PPL (FEEn ON OUTSIDE OF CURVES WfTH POSTED SPEED LIMIT OF 40 MPH k OVER. 40 MPH I + 220 (SOR) 45 LOG + 255 50 LOC + 290 55 LOC + 325 APPLIES TO ROADWAY WITH SHOULDER OR MOUNTABLE CURB ON OUTSIDE OF CURVE, WITH: -RADIUS LESS THAN 2500'. AWL -POSTED SPEED GREATER THAN OR EQUAL TO 40 M.P.H. EDGE OF TRAVELED WAY RIGHT-OF-WAY UNE _ i EDGE OF TRAVELED WAY 4 4• OK OF AG ' P/OC: P� OB5FTACLEjLEMANCE TO p03.E/OBSTACLE. aEEM: TO ROADWAY WITH SHOULDER OR MOUNTABLE CURB ON: 1. TANGENT, OR 2. INSIDE OF CURVE, OR 3. OUTSIDE OF CURVE, EITHER WITH -POSTED SPEED LESS THAN 40 MPH DE -RADIUS GREATER THAN 35DO' ON ROADWAY MEETING ALL CURRENT DESIGN STANDARDS. NOTES: 1. THE STANDARDS SHALL APPLY TO EVERY NEW PLACEMENT AND EVERY PLANNED, NON -EMERGENCY REPLACEMENT OF EXISTING POLES AND OTHER UTILITY STRUCTURES WITHIN THE CITY OF FEDERAL WAY RIGHT-OF-WAY. 2. NO POLES MAY BE ,REPLACED ON THE OUTSIDE OF A CURVE WITH A POSTED SPEED LIMIT OF 40 MPH OR OVER UNLESS APPROVED THROUGH A VARIANCE REQUEST. JULY 201.1 1 �cw w PUBLIC CLEARANCE OF ROADSIDE OBSTACLES DWG. NO. � °��� WORKS ON SHOULDER TYPE ROAD 3-13 NOTES: 1. SEE SEC. 3.2.10 FOR LANDING REQUIREMENTS. REV. MAR. 2011 A"cw PUBLIC DWG. NO. ��FSdCo MUVft WORKS INTERSECTION LANDING 3-14 SKIP CENTER LINE (SCL) _I I 1 0 TYPE 2YY RPM \-4" YELLOW LINE (TYP) SEE NOTE 6 DOUBLE YELLOW CENTER LINE (DYCL) 4a' 4" 4" YELLOW LINE d SEE NOTE 6 1 TYPE 2YY RPM (TYP WHITE EDGE LINE (WEL) --4" WHITE LINE YELLOW EDGE LINE (YEL) 4 C' YELLOW LINE SEE NOTE 6 F*,,_11E 2Y RPM (TYP) SEE NOTE 7 DIRECTION OF TRAFFIC DOTTED EXTENSION LINE (WDEL, YDEL) 2 \-4" LINE, YELLOW OR WHITE PER PLANS. SEE NOTE 6 GENERAL NOTES: 1. LONGITUDINAL STRIPING ON ARTERIALS SHALL BE PLASTIC TYPE D METHYLMETHACRYLATE (MMA). TRANSVERSE MARKINGS SHALL BE PLASTIC TYPE A. ALL OTHER STRIPING SHALL BE PAINT. 2. ALL STRIPING WITHIN INTERSECTIONS SHALL BE PLASTIC TYPE A OR D. 3. ALL RPM'S SHALL BE LOCATED TO PROVIDE 4 INCHES BETWEEN STRIPING AND RPM'S. 4. TYPE 2 RPM'S SHALL BE USED ON ALL ARTERIALS AND COLLECTORS, IF STRIPED 5. WHERE TYPE C CURB IS USED IN PLACE OF STRIPING, USE RPM PATTERN APPLICABLE TO THE STRIPING BEING REPLACED. SPECIFIC NOTES: 6. IF MMA IS USED, MMA SHALL BE PROFILED. 7. WHERE RAISED MEDIAN OR TYPE C CURBING IS USED, USE TYPE 2YR RPM'S, WITH RED FACING OPPOSITE THE DIRECTION OF TRAFFIC. 8. WHERE RAISED MEDIAN OR TYPE C CURBING IS USED, USE TYPE 2WR RPM'S, WITH RED FACING OPPOSITE THE DIRECTION OF TRAFFIC. MONO —DIRECTIONAL RPM TYPE 2 BI—DIRECTIONAL RPM TYPE 2 WIDE LINE (WL) I-20' 8" WHITE LINE SEE NOTE 6 TYPE 2W RPM , SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC DOTTED WIDE LINE (DWL) 24' 2' �� �8" WHITE LINE AN TYPE 2W RPM SEE NOTE 2 SEE NOTE 8 DIRECTION OF TRAFFIC LANE LINE (LL) TYPE 2W RPM / \,-4" WHITE LINE (TYP) SEE NOTE 8 SEE NOTE 6 DIRECTION OF TRAFFIC DROP LANE LINE (DLL) DIRECTION OF TRAFFIC _ 1 12-I 3� TYPE 2W RPM'S8" WHITE LINE SEE NOTE 8 SEE NOTE 6 SEE NOTE 6 NO PASS LINE (NPL) 1 ' 1 I II L LI 1 1\I (- TYPE 2Y RPM DIRECTION PASSING IS PROHIBITED REVERSIBLE LANE LINE 4" YELLOW LINE 'I 0 ' 15' SEE NOTE 6 0 TYPE� Qf " 2YY RPM TWO-WAY LEFT TURN LINE (TWLTL) 15' `$> --TYPE 2YY RPMS BARRIER LINE (BL) 4" YELLOW LINE SEE NOTE 6 DIRECTION OF THRU TRAFFIC r--20�+ 20" YELLOW LINE SEE NOTE 6 TYPE 2YY RPMS ••V I REV. NOV 201 c <\O1Mm PUBLIC DWG. NO. Fb&mO MIS WORKS RAISED PAVEMENT MARKERS 3-18 Pavement markings may be curved here as shown to allow for continuous painting by the striping machine. When RPM's required by contract, use Type 2YY, see Note 5 Deceleration taper pin g__ � LLl� 20 SAP" A 5 ennP.T i7 Double yellow center stripe 40' RPM 91 spacing Lane width measurement point 4" Type 2YY RPMs -� 10' O.C. Double yellow center stripe DETAIL B ME/ N N I See Detail C ® ® ® 0 e Two way left turn termination Left turn radius at tee intersection or where Ell ® Double yellow W = Approaching through lane left turns are not permitted ® W = Departing Lane and two way left turn is not center stripe m T = Width of left turn lane continued beyond intersection- 40' RPM spacing m on approach side of a T = Width of left turn lane END TWO-WAY LEFT TURN LANE on departure side of DETAIL A W =Total width of channelization (W +W +T +T) Rev. NOV �arvor PUBLIC DWG. NO. �p�p� WORKS RAISED PAVEMENT MARKERS 3-19 Stopping point see Note 3 Gore Stripe see Dwg. No. 3-18 Stopping point see Note 3 Type 2L traffic arrows, see Note 1 Variable 50' Taper length = T, x taper rate See Table 3 Double yellow Gore Stripe Decel. taper see Dwg. No. 3-18 center stripe See Table 1 see Table 2 for taper rate W' ' — Wr Approach W, Departure — W2 T2 W2 No Pass Line See Detail A See Table 1 on approach Type 2L traffic Dwg. No. 3-19 for taper rate side arrows, see Note 1 Taper length = 1 x taper rate Double yellow center stripe, see Dwg. No. 3-17 LEFT TURN LANE ,IS„ Variable See Note 2 100' ± 300' MAX NOTES: C. First Type 2L arrow is installed 50' back of stop bar or crosswalk. Second arrow is located 100' back, or at left turn pocket. 2. "S" = 140' for posted speed < 50 MPH. "S" = 170' for posted speed > 50 MPH. 3. Stopping point shall be marked with stop bar only when mainline movement is controlled by a stop sign or traffic signal. 4. Raised pavement markers shall be installed only when specified in the Contract Plans. 5. See Dwg. No. 3-17 for marker designation. — — — — - - ------------ - — Double yellow center stripe, see Dwg. No. 3-17 LEFT TURN LANE TABLE 2 TABLE 3 TABLE 1 Posted Speed Decel. Taper Posted Speed No pass length Posted Taper Speed Rate Len th Minimum 55 mph 55: 1 55 mph 165' 55 mph 725' 50 mph 50-.1 50 mph 150' 50 mph 660' 45 mph 45 : 1 45 mph 135' 45 mph 590' 40 mph 40: l 40 mph 120' 40 mph 360' 35 mph 35: 1 35 mph 105' 35 mph 260' 30 mph 30: 1 30 mph 90, 30 mph 200' 25 mph 1 25 ; 1 125 mph 1 75' 1 125 mph 150' Two-way left turn lane, see Dwg. No. 3-18 Type 2L traffic arrows, see WSDOT Stnd. Plan M-24.20 TWO-WAY LEFT TURN LANE TWO-WAY LEFT TURN LANE W, = Approaching through lane Wz = Departing Lane T, = Width of left turn lane on approach side of Tz = Width of left turn lane on departure side of WT = Total width of channelization (W, +W+T,+Tx) Rev. NOV ca"W PUBLIC DWG. NO. oCp�NJ� WORKS PAVEMENT MARKING - TURN LANE 3-20 Centerline Crosswalk Stripe Crosswalk (TYP•) Lane Line Centerline Roadway �r 4, 1 0 Centerline Curb Ramp b' 7' 8' 4' (T� 8� \ L 18" STOP LINE CROSSWALK STRIPE DETAIL TRAFFIC ARROWS TYPE 1 S, 2SL, 2SR, 3SL, 3SR, 4S, AND 5S - SEE WSDOT STANDARD PLAN M-24.40 "SHARKS TOOTH" YIELD LINE SYMBOL - SEE WSDOT STANDARD PLAN M-24.60 HANDICAPPED PARKING STALL SYMBOL - SEE WSDOT STANDARD PLAN M-24.60 BIKE LANE SYMBOL - SEE WSDOT STANDARD PLAN M-9.50 PREFERENTIAL LANE SYMBOL - SEE WSDOT STANDARD PLAN M-7.50 Rev. NOV aoia auvW PUBLIC DWG. NO. ,: MSMWW WORKS MISCELLANEOUS PAVEMENT MARKINGS 3-21 S 4' j 150' (TYP.� 2 FOOT WIDE, 74" DEPTH ASPHALT GRIND, ` I TYP. BOTH ENDS (SEE NOTE 1) Z i M_ iZ fn33 I v13 I i 7. Y J. 1 � RPM TYPE II { I i \-RPM TYPE I]. YELLOW - ON STREETS WITH A MARKED CENTERLJNE (TYP.) i 1 e _ WHITEPLASTICMARKINGS PER WSDOT STND PLAN M-24.60 (TYPICAL) l a� 10 s ;Z N SIGN DESIGNATION / SIZE WB-1 BUMP 30" x 30" W8-1A BUMP AHEAD 30" x 30" W13-1(15) 15 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8-1A WITH W8-1A(S) (BUMPS AHEAD) SECTION A —A — o c eo v o vi N N N N PARABOLIC CROWN 2 FOOT WIDE, 74" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) STANDARD CLASS D OR Lj CLASS C MIX (TYP) 6" 6" } 1 -2' MAXtTAPERI MAX. APR CURB FACE GUTTER I SHOULDER TACK COAT (TYP) SECTION B-B (CURB AND GUTTER) SECTION B-B (SHOULDER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION. THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. REV. MAY 2015 �cnv°- PUBLIC DWG. NO. Oj@M5 WORKS SPEED HUMP 3-26 SEAL JOINT PAVEMENT RESTORATION MINIMUM 3" HMA CL I" EXISTING ACP LIMITS, 1' BACK FROM PG 64-22 (COMPACTED DEPTH) EDGE OF TRENCH OR MATCH EXISTING (3' MIN. WIDTH) WHICHEVER IS GREATER EXISTING BASE 1' 1' NATIVE SUBBASE ACP TRENCH RESTORATION 5/8" MINUS BACKFILL FOR TRENCH 1.2 PAVEMENT RESTORATION MATCH EXISTING DEPTH SEAL JOINT LIMITS, 1' BACK FROM PCCP PAVEMENT IS TO EDGE OF TRENCH EXCEPT BE CONSTRUCTED PER EXISTING ACP IF WITH 3' OF JOINT THEN WSDOT STANDARD 5-05 USE 1" EPDXY COATED REPLACE TO JOINT 15' MIN SMOOTH DOWEL BAR 3' MIN. WIDTH d } J EXISTING BASE .25' MIN. 1 ' 0.5' BAR NATIVE SUBBASE LENGTH PCCP TRENCH 5/8" MINUS BACKFILL RESTORATION FOR TRENCH 1.2 MATCH EXISTING ACP PAVEMENT RESTORATION COMPACTED DEPTH LIMITS, 1' BACK FROM WITH HMA X", PG 64,-22 SEAL JOINT EDGE OF TRENCH EXCEPT MATCH EXISTING DEPTH EXISTING ACP IF WITH 3' OF JOINT THEN PCCP PAVEMENT IS TO BE CONSTRUCTED PER REPLACE TO JOINT WSDOT STANDARD 5-05 USE 1" EPDXY COATED 3' MIN. WIDTH 15' MIN SMOOTH DOWEL BAR a Q, e .25' MIN. J �`�````"` EXISTING BASE 1 ' 1 ' 0.5' BAR NATIVE SUBBASE LENGTH 5/8" MINUS BACKFILL ACP OVER PCCP FOR TRENCH1.2 TRENCH RESTORATION NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT-OF-WAY SHALL BE MIN. %" CSTC. JULY 2014 �OfM°p PUBLIC DWG. NO. F8MM W WORKs TRENCH RESTORATION 3_28 I /I \\ A 11 1 1 !I 11 SECTION OF LETTER \ �� PORTLAND CEMENT CONCRETE PAVEMENT PIPE MONUMENT 2' GALVANIZED IRON PIPE WITH CONCRETE CORE REV. APR 2012 COPPER PLUG OR TACK NOTES: 1. CASTINGS SHALL BE GRAY IRON ASTM A48, AASHTO M 105, CLASS 30. 2. COVER AND SEAT SHALL BE MACHINED FOR PERFECT CONTACT AROUND CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. A 3. APPROXIMATE WEIGHTS, STANDARD. A A CASE 60 LBS COVER 19 LBS TOTAL 79 LBS a 4 PAVEMENT SHALL BE ASPHALT CONCRETE , OR APPROVED SUBSTITUTE. 5. CONCRETE SHALL BE CLASS 4000. 6. SEE SECTION 3.8.5. 7. COVER LETTERING MAY READ MONUMENT OR MON PLAN OF MONUMENT . d 2' MIN. NOTE 4 ASPHALT CONC. PAVEMENT CRUSHED ROCK CONCRETE MONUMENT - (ALTERNATE) - a - K 6. TACK, ESTABLISHMENT AND/OR RE -ALIGNMENT OF A ROADWAY/RIGHT-OF-WAY CENTERLINE REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37). EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABLISHED AS PART OF A RECORDED SUBDIVISION. PUBLIC DWG. NO. �[�k�pVft WORKS ROADWAY SURVEY MONUMENT WITH CASE 3-36 $250 FINE FOR DISTURBING 1/B' DIAM. �1/2'. 5-.11/2•L- I TS A343 BM A1362Al �E Y M NOTE: ONLY THE ASSIGNED IDENTIFICATION NUMBERS ARE TO APPEAR ON THE BRASS DISC. REV. NOV 2010 PLAN 3' BRASS DISC ELEVATION 3/64' DETFOR 1/4F LETTERS D D m PLAN T 1 DETAIL OF GROOVE FOR 3/16' LETTERS AND UNES �_j �] - :3/32- SECTION A -A SECTION C-C WOTE EXCAVATION TO BE MADE LARGE ENOUGH TO CLEAR MARKER 1 1/2' AT ALL POINTS. LEDGE ROCK OR CONCRETE INSTALLATION 1' CHAMFER ' GROUND UNE 3n , '9 1 2' ''T 4 NOTES; 1. THE BRASS DISC SHALL BE CAST OF YELLOW q BRASS SAE 41. ' a 2. CONCRETE SHALL BE CLASS 4000. +• '`: ' •' "' 3. THE HOLE SHALL BE 2.5' MIN. IN DEPTH OR 0.5' _ _ BELOW THE DEEPEST RECORDED FROST LINE. ALL �, . -. • '� ':. ' =; LOOSE MATERIAL SHALL BE REMOVED FROM THE • ,; BOTTOM OF THE HOLE SO THAT THE CONCRETE IS ON FIRM, UNDISTURBED EARTH. 4. THE TOP OF THE CONCRETE SHALL BE TROWLED SMOOTH AND THE BRASS DISC SET IN THE CENTER WITH ITS TOP EDGE FLUSH AND LEVEL. 5. COORDINATES OR ELEVATIONS SHALL NOT GENERAL INSTALLATION SECTION D—D BE PLACED ON THE BRASS DISCS. ESTABLISHMENT AND/OR RE —ALIGNMENT OF A ROADWAY/RIGHT—OF—WAY CENTERLINE REQUIRE THAT MONUMENTS BE SET PER SECTION 3.8.5 OF THE PUBLIC WORKS DEVELOPMENT STANDARDS. ALL NEW MONUMENTS SHALL BE DOCUMENTED WITH A RECORD OF SURVEY AND CITY OF FEDERAL WAY MONUMENT RECORD FORM (DETAIL 3-37). EXCEPTION: ROADWAY MONUMENTS THAT ARE SET/ESTABLISHED AS PART OF A RECORDED SUBDIVISION. PUBLIC DWG. NO. WORKS OFF -ROADWAY SURVEY MONUMENT 3-36A CITY OF FEDERAL WAY MONUMENT RECORD MONUMENT RECORD NUMBER (TO BE COMPLETED BY CITY STAFF): DATE SET: ELEVATION: (FT) (M) DATUM ESTABLISHED BY (NAME): (COMPANY) - LEVEL LOOP: PRECISION OF SURVEY: ORDER: CLASS: LOCATION: SECTION ��T� HIP NORTH RANGE EAST, W.M. LOCATION DESCRIPTION: SKETCH (INCLUDE ANY REFERENCE TIES) - NOTES: PLS SEAL: JULY 2014 c C�"w PUBLIC DWG. NO. � o Cad �jy WORKS MONUMENT RECORD 3-37 7/16" 0 1 " HOLES (TYP.) 1 " (TYP.) 24 8" O 7" 2�4„ MIN, X 3/4" O HOLES (TYP.) O O �WELD (TYP.) l I �4� k 7" MIN.-�I O O O O -SEE NOTE 1 SEE NOTE 2 O O O O O 0 D NOTES: 1) PREGALVANF EO PERFORATED SQUARE TUBING SHALL BE ACCURATELY AND CAREFULLY COLD -FORMED TO SIZE FROM LOW --CARBON 12 GAUGE, ASTM A653 GRADE 33. 2) Y4" THICK PLAIN STEEL BOTTOM PLATE; ASTM A1101 SS GRADE 33. 3) FINAL ASSEMBLED PIECE SHALL BE PAINTED GRAY FOR WEATHER RESISTANCE. 4) LOCATE SIGN PER PLAN OR AS DIRECTED BY CITY TRAFFIC ENGINEER. IN CITY CENTER, THIS IS TYPICALLY ALIGNED WITH TREE WELLS AND STREET LIGHTS, NEAR THE STREET. 5) LOCATE BASE PLATE TO MAINTAIN A.D.A. PATH ON SIDEWALK (MIN. 4-FOOT PASSAGE WIDTH). JAN 2017 SURFACE MOUNT BASE PLATE AND DWG. NO. PUBLIC C�<\ MHO ��I WORKS RECEIVI POST ON SIODEWALK EL SIGN 3_52 CITY OF V�tA�k Federal Way Public works Department STREET SIGN STANDARD SPECIFICATIONS SIGN FACE MATERIALS All permanent signs faces shall be constructed from aluminum sign blanks unless otherwise approved by the engineer. Sign blank minimum thicknesses, based on maximum dimensions, are as follows: Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches All D-3 street name signs shall be constructed with 0.100 thick blanks. The contractor shall install permanent signs, which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation and parking prohibition signing, shall be constructed with Type III sheeting in accordance with Section 9-28.8 of the Standard Specifications. This sheeting has a retro-reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This high intensity sheeting shall be 3M Series 3800 or its equivalent. All street name (D-3) sign sheeting shall meet this specification. All overhead signing shall meet the specifications of Type IX sheeting. This sheeting has a minimum retro-reflection rating of 800 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms. Motorist information and parking signing shall be constructed with Type I sheeting, in accordance with Section 9-28.6 of the Standard Specifications. This sheeting has a minimum retro-reflection rating of 70 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2E and an incidence angle of -4E. These signs include guide signing (D Series — except D-3), corporate limit signing (I Series), and motorist information signing (K Series). The reflectivity standard of supplemental plates shall match that of the primary sign. SIGN INVENTORY City of Federal Way, (253) 835-2700, shall be contacted within two working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. OTHER SIGNS Refer to 2009 MUTCD or equivalent approved source. Includes pavement markings as supplement to signing. ADDITIONAL OUESTIONS/111 LJESTS SHALL j3E Q1RECTEU To: Design — Traffic Engineer (253) 835-2740 Installation/Removal — Public Works Inspector (253) 835-2741 Sign Fabrication — King County Sign Shop (206) 296-8153 Street Addressing — Building Department (253) 835-2607 REV. November 2014 Page 1 of 1 Standard Detail No. 3-54 SEAL JOINT —. WITH PAVING ASPHALT RING OR FRAME —GRATE OR LID 1' 1'-6" SEAL JOINT WITH PAVING ASPHALT COMMERCIAL - = COMMERCIAL HMA .' HMA 2" MINIMUM e ° ADJUSTING BRICK, d I I — DIG OUT LIMIT AND CONCRETE RISER OR ASPHALT PERIMETER GRADE RING. NO STEEL Ia I �a SHALL EXTEND 2" RISERS ALLOWED (TYP.) ° ❑ al ° a e BELOW ADJUSTMENT RINGS OR RISERS. SEE NOTE 2. STING CB OR MANHOLE SECTION THROUGH STRUCTURE NTS NOTES: 1) THE EXISTING STRUCTURE SHALL BE RAISED OR LOWERED TO THE REQUIRED ELEVATION USING CONCRETE BLOCKS, BRICK, AND/OR CONCRETE RINGS. EACH JOINT SHALL BE GROUTED USING A ;$ INCH LAYER OF NON —SHRINK MORTAR, PLASTERED SMOOTH INSIDE AND OUT. COVERS SHALL BE SEATED ON A UNIFORM LAYER OF GROUT TO PREVENT ROCKING. 2) IF RISERS OR GRADE RINGS ARE LESS THAN 2" THICK, THEN THE DIG —OUT LIMITS (AND HMA DEPTH) SHALL BE EXTENDED TO 2" BELOW THE NEXT RING OR RISER THAT IS GREATER THAN 2" THICK. 3) HMA SHALL BE MECHANICALLY COMPACTED IN 3" MAXIMUM LIFTS. 4) SEE DETAIL 3-36 FOR ADJUSTMENT OF SURVEY MONUMENT CASTINGS. REV: NOV 22 il PUBLIC DWG. NO. �I�1C � 1 WORKS UTILITY ADJUSTMENT 3-55 � � s• 5 1 /3 BAR HOOP °i S• Jp. � � s• I �l _ 7 12" 2 /3 BAR HOOPS /3 BAR EACH CORNER /3 BAR EACH SIDE FRAME AND GRATE NOTES: 1. CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C478 (AASHTO M 199) & C590 UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT/APWA STANDARD SPECIFICATIONS. 2. AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WELDED WIRE FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY TO ASTM A497 (AASHTO M 221). WIRE FABRIC SHALL NOT BE PLACED IN KNOCKOUTS. 3. ALL REINFORCED CAST —IN —PLACE CONCRETE SHALL BE 6" RISER SECTION CLASS 4000. 4. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MIN. ALL PIPE SHALL BE INSTALLED IN FACTORY PROVIDED KNOCKOUTS. UNUSED KNOCKOUTS NEED NOT BE GROUTED IF WALL IS LEFT INTACT. 5. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAM. PLUS CATCH BASIN WALL THICKNESS. 6. ROUND KNOCKOUTS MAY BE ON ALL 4 SIDES, WITH MAX. DIAM. OF 20". KNOCKOUTS MAY BE EITHER ROUND OR "D" SHAPE. 7. THE MAX. DEPTH FROM THE FINISHED GRADE TO THE 12' RISER SECTION PIPE INVERT IS 5'-0". S. THE TAPER ON THE SIDES OF THE PRECAST BASE SECTION AND RISER SECTION SHALL NOT EXCEED 1/2"/FT. PRECAST BASE SECTION (MEASUREMENT AT THE TOP F THE BASE) M3 BAR EACH WAY 9. CATCH BASIN FRAME AND GRATE SHALL BE IN ACCORDANCE WITH STANDARD SPECIFICATIONS AND MEET THE STRENGTH REQUIREMENTS OF FEDERAL SPECIFICATION RR—F-621D. MATING SURFACES SHALL BE FINISHED TO ASSURE NON —ROCKING FIT WITH ANY COVER POSITION. 10. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO RISER. 11. EDGE OF RISER OR BRICK SHALL NOT BE MORE THAN 2" FROM VERTICAL EDGE OF CATCH BASIN WALL JULY 2014 Ci<`0010p PUBLIC DWG. NO. 1FF_* M0%VRI WORKS CATCH BASIN TYPE 1 4-1 FRAME AND GRATE NOTES: 1. CATCH BASINS SHALL BE CONSTRUCTED IN ACCORDANCE WITH ASTM C478 (AASHTO M 199) & CB90 UNLESS OTHERWISE SHOWN ON S, PLANS OR NOTED IN THE WSDOT/APWA STANDARD SPECIFICATIONS. Jyp" ye; 2. AS AN ACCEPTABLE ALTERNATIVE TO REBAR. WELDED WIRE S� FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY y r - TO ASTM A497 (AASHTO M 221). WIRE FABRIC SHALL NOT BE �L PLACED IN KNOCKOUTS. 6' OR 12' RISER sEcrloN 3. ALL REINFORCED CAST —IN —PLACE CONCRETE SHALL BE . \ CLASS 4000. 1 j3 BAR HOOP FOR 6' �'t �� f 4. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR 2 /3 BAR HOOP FOR 12' KNOCKOUTS. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MIN. ALL PIPE SHALL BE INSTALLED IN FACTORY PROVIDED KNOCKOUTS. UNUSED KNOCKOUTS NEED NOT $ a� BE GROUTED IF WALL IS LEFT INTACT. 5. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAM. PLUS CATCH BASIN WALL THICKNESS. 6. KNOCKOUTS MAY BE ON ALL 4 SIDES WITH MAX. DIAM. OF 28". KNOCKOUTS MAY BE EITHER ROUND OR "D" SHAPE. 6 6' REDUCING SECTION 7. THE TAPER ON THE SIDES OF THE PRECAST BASE SECTION \ r T AND RISER SECTION SHALL NOT EXCEED 1/2"/FT. 2 /3 BAR HOOP 03 BAR EACH CORNER /3 BAR EACH SIDE PRECAST BASE SECTION (MEASUREMENT AT THE TOP OF THE BASE) 03 BAR EACH WAY B. CATCH BASIN FRAME AND GRATE SHALL BE IN ACCORDANCE WITH STANDARD SPECIFICATIONS AND MEET THE STRENGTH REQUIREMENTS OF FEDERAL SPECIFICATION RR—F-621D. MATING SURFACES SHALL BE FINISHED TO ASSURE NON —ROCKING FIT WITH ANY COVER POSITION. 9. FRAME AND GRATE MAY BE INSTALLED WITH FLANGE DOWN OR CAST INTO RISER. 10. MAX. DEPTH FROM FINISHED GRADE TO PIPE INVERT SHALL BE 5'-0". 11. EDGE OF REDUCING SECTION OR BRICK SHALL NOT BE MORE THAN 2' FROM VERTICAL EDGE OF CATCH BASIN WALL. JULY 2014 ar°w PUBLIC DWG. NO. o(p� WORKS CATCH BASIN TYPE 1-L 4-2 /4 BARS O 6' CENTERS BOTTOM FACE WITH 1' MIN. COVER 2' CLR. TSP. ' L\\20" 46'_ 54' O 60' i0P_SIA6� IS BARS O 6" CENTERS BOTTOM FACE WITH 1" MIN. COVER r20' � 72' TOP SLAB " n //6 BARS O 7' CENTERS 60TTDM FACE WITH 1' MIN. COVER 20' tv n � I s 96' TOP SLAB TYPICAL ORIENTATION FORS 1� � 117 C HANDFIOLe� a *ALL STEPS k RUN CS 6 CATCH BASIN S[cP GALV. DEFORMED Oft COPOLYMER PROPYLENE. 12" MIN. 12" MIN. . �IJ� N2 m I ELEVATION PLAN DROP RUNG CH BASIN 5 S' 24" S' LII I[- a I JL1' CLEARANCE REBAR GRADE RING (SEE NOTE 4) NOTES: 1. PROPRIETARY CATCH BASIN HANDHOLDS AND STEPS ARE ACCEPTABLE, PROVIDED THAT THEY CONFORM TO SEC. R. ASTM C478, AASHTD M--199 AND MEET ALL WISHA REQUIREMENTS. 2. CATCH BASIN STEP/HANDHOLD LEGS SHALL BE PARALLEL OR APPROXIMATELY RADIAL. AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY CATCH BASIN SHALL BE SIMILAR. PENETRATION OF OUTER WALL BY A LEG IS PROHIBITED, 3. HANDHOLDS AND STEPS SHALL HAVE "DROP" RUNGS AS SHOWN ON DETAIL OR PROTUBERANCES TO PREVENT SIDEWAYS SLIP. 4. SLAB OPENING MAY BE 24" X 20" OR 24" DIAM. 5. AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WELDED WIRE FABRIC HAVING A MIN. AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY TO ASTM A497. 6. LADDERS OR STEPS SHALL EXTEND TO WITHIN 16' OF BOTTOM OF CATCH BASIN. 7. HANGING LADDERS SHALL BE PERMANENTLY FASTENED AT iOP BY HANGING ON STEP OR BY BOLTING OR EMBEDDING IN CONCRETE. EACH SHALL BE EMBEDDED AT BOTTOM IN BASE. 8. ADDITIONAL SAFETY FEATURES MAY BE REQUIRED IN VERY DEEP OR UNUSUAL STRUCTURES. R-3/4" NI { 6I D6 GALV. EFORMED REHAB 17 OALV.MOOTH STEEL I� II 3/4' JULY 201 �OF DWG. NO. �p� WORKS MISC. TYPE 2 CATCH BASIN DETAILS 4-4 I 7 1/4- FOR MACHINING CLEARANCE THIS BAR 1' THICK 4 PLACES) BAR THICK BARS �fTHIS Al AA/B' R 1 1/8- TYP. BAR q BARS 1 3/8• THICK i L n THIS AREA 7/8" TYP. SLOT SEE FF- F DUAL I PAX Q p ILEVELING ro 8- 3/4 11 3/4- X 1/8- s wiff IO�LL4 O d ON dI1J4-�L 71VlIM N I �11/� �17/8. TOP VIEW BOTTOM VIEW 23 3/4" O f I n n ` 1 � R-7 t 4- 1 3/4J 7 8' _3/4 23 , 2' 3w 1/2" I-- __.! I-vB. SLOT DETAIL SEE NOTE 1 17 3/4" N N 3I4- l� 1 1/4. f 17 1/2- NOTES: 1. SLOT FORMTD AND RECESSED FOR 5/8"-11 NC X 2" SOCKET HEAD (ALLEN HEAD) CAP SCREW. 2. GRATE SHALL BE CAST IRON PER ASTM A48 CLASS 30 UNLESS OTHERWISE SPECIFIED. JULY ��op PUBLIC STANDARD HERRINGBONE GRATE DWG. NO. ftdm� Way WORKS (NOT FOR USE IN PUBLIC ROADWAYS) 4-5 25" •-" ^AD 16 - 3/4% 2 1/4' % 1/0' u 15• % 22' OPENING n 17 3 4' X 23 V4' [+1/32'. --0' TYP.] 25' SECTION A -A NOTES: 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/13"-11 INC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2' LONG WHEN USED wr H SOLID COVER [DWG. NO. 4-7) OR WHEN SPECIFIED BY ENGINEER. 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 3. SET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. CEMENT CONCRETE CURB CATCH BASIN WALL IUW GUM CATCH BASIN WALL JULY PUBLIC TYPE 1 CATCH BASIN FRAME IN DWG. NO. ���� WORKS VERTICAL OR EXTRUDED CURB INSTALLATION 4-6 23 3 4• 2 3�" I2 3/B'i 5/B' 1 fI A R�3/4' SEE NOTE 2- �= 'ry � L3/4' 1/2 LERS RECESSED J L/2" TYP i. BEERFLUSH. SEE NOTE 4 Typ. LEVH PAD/4) B.1/8 3% 1 3/4' NOTES: 1. USE WITH FRAME DRILLED AND TAPPED FOR LOCKING BOLTS. N 'r- 'I N 3/4' 3fi" 4 3/4' FINISH DIM. ON LEVELING PAD. SECTION A -A 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS STEEL TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS, 2" LONG. 3. MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 4. THE WORDS "CITY OF FEDERAL WAY" TO BE OMITTED IF COVER IS ON A PRIVATE SYSTEM. REV MAR 20111 O1°Or PUBLIC DWG. NO. WORKS SOLID RECTANGULAR COVER 4-7 DRILL a 5/6"-11NC HOLES THRU FRAME MIN. DRAFT ON THIS SIDE i V TYP. 7—t/e" X 3/4' X 2 1/4" PAN SECTION B-B �I in i f 20' 2a' SEE NOTE 2 — 1' DVW. HOLD FOR 3 4' BOLT. WA! k N .SEE NOTE C SECTION C-C NOTES: 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. 2. SEE DWG. NO. 4-10 FOR VANED GRATE. 3. PATTERN ON TOP SURFACE OF HOOD SHALL BE 3/16" NON—SKID DIAMOND. 4. BOLT, WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT. JULY ®"w PUBLIC DWG. NO. opt WORKS THROUGH -CURB INLET FRAME 4-8 Q PLANTING STRIP OR SIDEWALK B B LJ u c� $ at V t W o in DUMMY JOINTS Q PLAN CURB � DUMMY JOINTS GUTTER _______ k.r�• GUTTER CATCH BASIN - CATCH BASIN SECTION A —A SECTION B—B NOTES: 1. SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. REV MAR 2011 PUBLIC THROUGH -CURB INLET FRAME AND GRATE IN owc. NO. ����1 WORKS VERTICAL CURB INSTALLATION 1 4-9 23 3/4' -1 DI AM 5' DRAFT REV. MAR 2011 NOTES: 1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT TO APPROVAL BY ENGINEER. 2. USE WITH TWO LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. NOTE SLOT DETAIL. 3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06. 4. "OUTFALL TO STREAM DUMP NO POLLUTANTS" MAY BE LOCATED ON BORDER AREA. 5. INSTALL BI-DIRECTIONAL VANED GRATES AT SAG LOCATIONS. 6. THE WORDS "CITY OF FEDERAL WAY SHALL BE OMITTED IF GRATE IS ON A PRIVATE SYSTEM. FOR SLOT DETAIL SEE DWG. NO. 4-5 PUBLIC QDWG. NO. S, pint WORKS VANED GRATE (FOR USE IN PUBLIC ROADWAYS) 4-10 Eff -H-- TOP 23 3/4" C4 EQUAL SPACES 4 E DIIAL SPACES I SECTION �fDR SLOT DETAIL SEE DWG. NO. 4-5 NOTES: 1. SELF -LOCK VANED GRATE MANUFACTURER SUBJECT TO APPROVAL BY ENGINEER. 2. USE WITH TWO LOCKING BOLTS' 519"-ll NC STAINLESS TYPE 304 STEEL SOCh:-T HEAD (ALLEN HEAD) CAP SCREWS 2' LONG. NOTE SLOT DETAIL. 3. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 60-55-05. 4. "OUTFALL TO STREAM DUMP NO POLLUTANTS' MAY BE LOCATED ON BORDER AREA 5. INSTALL BI-DIRECTIONAL VANED GRATES AT SAG LOCATIONS. 6. THE WORDS "CITY OF FEDERAL WAY SHALL BE OMITTED IF GRATE IS ON A PRIVATE SYSTEM. ISOMETRIC JAN �c4"°P PUBLIC DWG. NO. p WORKS BI-DIRECTIONAL VANED GRATE 4-10A TOP OF SKID DE P REV MAR 2011 - -I- TE 4. DRILLED LIFDNG HOLE 3 1 z S0. 1 /4" 50. -� r�nJ NOTES: N 1. USE WITH THREE LOCKING BOLTS 5/8"-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCREWS 2" LONG. DRILL HOLES SPACED 120' AT 11 1/16' RADIUS. SECTION A -A 2. MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80-55-06 3. DRILL THREE 1 INCH HOLES SPACED AT 120- AND 9 1/2" RADIUS. 4. THE WORDS "CITY OF FEDERAL WAY" SHALL BE OMITTED IF COVER REV MAR 2011 IS ON A PRIVATE SYSTEM. �Cry or PUBLIC DWG. NO. Rk�BMp% W WORKS ROUND LOCKING COVER 4-12 P a 2634' 25 1 4" 24" L- r. 5/8 26 3/4- 34 1/8' 1 7/18' 11 1/16" FROM CENTER 5/16' m BOLT -DOWN DETAIL NOTES: 1. MATERIAL IS CAST IRON ASTM A48 CLASS 30. 2. DRILL AND TAP THREE 5/8'-11 NC HOLES THROUGH FRAME AT 120- AND 11 1/16" RADIUS. JULY cwm PUBLIC DWG. NO. WORKS FRAME FOR ROUND LOCKING COVER 4-13 12 L all PR❑VIDE V COVER MIN, (TYP,) 36" #5 HOOP BARS (TYP,) #5 HOOP BARS (TYR) #4 HOOP BARS (TYP,) M❑DIFIED TYPE 1L CATCH BASIN REDUCING SECTI❑N JULY 2014 PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO. M WORKS (CONVERTS RECTANGULAR 4_18 2� LID TO ROUND LID) 18" OR LONGEST POINT OF EXISTING JOINT, WHICHEVER IS GREATER (TYP) SEE NOTE 1 SEAL JOINT WITH PG 64-22 ASPAHLT BINDER PER WSDOT STANDARD SPEC. 9-02.1(4) (TYP.) INFRA -RISER (TYP) SEE NOTE 5 CONCRETE ADJUSTING BRICK RISER, OR GRADE RING AS NEEDED (TYP.) SEE NOTE 4 FRrn 1 nrkwr. EXISTING CB OR MANHOLE SECTION THROUGH STRUCTURE COMMERCIAL HMA (TYP) WELL COMPACTED SUBGRADE (TYP). PLACE CRUSHED SURFACING TOP COURSE IF NECESSARY. NTS NOTES: 1. PAVEMENT CUT SHALL BE CIRCULAR AND CENTERED ON THE CENTER OF 5. ON ALL STRUCTURES WITHIN THE ROADWAY TRAVEL LANES, INSTALL INFRA -RISER THE MANHOLE OR CATCH BASIN LID. RECTANGULAR OR POLYGON CUTS MULTI -PURPOSE RUBBER COMPOSITE ADJUSTMENT RISER, MANUFACTURED BY EAST NOT ALLOWED. JORDAN IRON WORKS. INFRA -RISER SHALL BE INSTALLED PER THE MANUFACTURER'S RECOMMENDATIONS. REMOVE EXISTING CONCRETE RISER IF NECESSARY TO MAKE ROOM 2. CONVERT ALL RECTANGULAR FRAMES AND LIDS TO ROUND, USING FOR INFRA -RISER. STACKED INFRA -RISER SHALL NOT EXCEED 3" TOTAL HEIGHT. CONCRETE CONVERSION RISER PER CITY OF FEDERAL WAY STANDARD INFRA -RISER SHALL BE INSTALLED ON TOP OF ALL CONCRETE RISERS, DIRECTLY UNDER PLAN DWG 4-18. THE ERGO MANHOLE ASSEMBLY. 3. RAISE OR LOWER STRUCTURE TO THE REQUIRED ELEVATION AND SLOPE 6. ON ALL STRUCTURES, INSTALL NEW EAST JORDAN IRON WORKS ERGO 4"x24" CAM USING ONLY INFRA -RISER AND/OR CONCRETE RINGS AND BRICKS AS LOCKING HINGED MANHOLE ASSEMBLY (PRODUCT NO. 00104028L03), PER NECESSARY. NO OTHER MATERIALS ARE ALLOWED. TO ACHIEVE MANUFACTURER'S RECOMMENDATIONS. SET TOP OF ASSEMBLY TO BE FLUSH WITH WATER -TIGHT CONSTRUCTION, GROUT INSIDE AND OUTSIDE OF EACH JOINT EXISTING ROAD AND/OR GUTTER SURFACE. LOCATE HINGE SO THAT IT'S NEAREST TO USING A LAYER OF NON -SHRINK MORTAR NO MORE THAN 3/4" THICK, ON -COMING TRAFFIC. AND FINISHED SMOOTH. 7. HMA SHALL BE MECHANICALLY COMPACTED IN 3" (MAX.) LIFTS. . �Fo PUBLIC DWG. NO. Ae RW WORKS MANHOLE / CATCH BASIN LID IN ROADWAY TRAVEL LANE 4-20 LANE LINE BICYCLE LANE SYMBOL LAYOUT TOTAL MARKING AREA 10.27 SQ.FT. KEY NOTES 1Q Bid Item "Bicycle Lane Symbol" includes Bike Lane Arrow and Bike Rider Symbol. (2) 2' (ft) x 6' (ft) White Bike Lane Arrow. (Q) Bike Rider Symbol. nl : r MARKING AREA GRID IS V (IN) SQUARE 6.02 SQ.FT BIKE RIDER SYMBOL DETAIL MARKING AREA 425 SQ.FT. BIKE LANE ARROW DETAIL GENERAL NOTE See Contract for location and material requirements. BICYCLE LANE SYMBOL LAYOUT STANDARD PLAN M-9.50-02 SHEET 1 OF 1 SHEET APPROVED FOR PQBLICATK]N e TATE D-N ENDINEER AVAV wnhi,gfe Stine Dapmlm.nl uI Tm,s Hi — FACE OF CURB VARIES 12" TO 24" FACE OF CURB Y' VARIES 10" TO 22" 6 1/2" 1" � {SEE CONTRAC{� 5.112' MATCH ROADWAY SLOPE � ,r MATCH ROADWAY 1/2" (IN) R. �� SLOPE !s ROADWAY ROADWAY e F • t.-1/2" (IN) R. (IN) R. ° 1/2" (IN) R-� 11 112" 11 1/2" DUAL -FACED CEMENT CONCRETE o TRAFFIC CURB AND GUTTER 0 z w m 6- 1/2" (IN) R. �- r� r V ON) R. • leZ NCRETECEMENT CONCRETE OR R PATH 36() D JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB FACE OF CURB B 12" TO 24". FACE OF CUR 1" (IN) R —ti 1" (IN) R. T_ ROADWAY -. ROADWAY 5 1 314" _ 1 314" DUAL -FACED CEMENT CONCRETE TRAFFIC CURB FACE OF CURB 1" (IN) R• " MATCH ROADWAY SLOPE V2" (IN) ROADWAY !� R- 1.-6w CEMENT CONCRETE TRAFFIC CURB AND GUTTER FACE OF CURB 6 V2" VARIES FROM 6" (IN) TO D" (IN) - MAINTAIN 1H : 6V SLOPE VARIES 1" (IN) ON SIDE OF CURB R. MATCH ROADWAY SLOPE 1/2" (IN) R. --•-- 112';lNV -- ROADWAY Se R %r LL'iD wN j _ FLUSH WrrK GUTTER PAN AT CURB 0 RAMP ENTRANCE — 112" (IN) VERTICAL LIP AT DRIVEWAY ENTRANCE DEPRESSED CURB AND GUTTER SECTION AT CURB RAMPS AND DRIVEWAY ENTRANCES BCEMENT CONCRETE 1/2" (IN) R. CURB RAMP, LANDING, r 1" (IN} OR DRIVEWAY VARIES FROM R. ENTRANCE 8" °6 •6 3/B" (IN) PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 6 1/2" 5tYd 1• 1/2" (IN) R. — 1" (IN) R. .f tv ROADWAY B 1l4" CEMENT CONCRETE TRAFFIC CURB NOTE 1 Sea Standard Plan F-30.10 fur Curb Expansion and Contraction Joint spacing. See Standard Specification, Sections 8-04 and 9434 for addllional regUIrement5. FACE OF CURB 7 1/4" 3" 4" Ir 1 12" (IN) R. 112" (IN) R. ! e — ROADWAY s 1 • 6 tl4" MOUNTABLE CEMENT CONCRETE TRAFFIC CURB Michael S Dg,i,*ag—Dy Amh"S Fleming Fleming Date: 2020 0924 07A939 -0T00' CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Date: 2D20.09.24 07:57:43 0' SWE DESIGN ENG14UR Wwhln9lan Stole Deportment olTmnapoAolion N _ W _ 1Z MIN. _ 12' MIN. - SHOULDER - _ 6' SIGN Y 51HOULDER _ _ L• SIGN y MIN. MIN. r EDGE OF -} EDGE OF TRAVELED TRAVELED —� WAY V WAY - V (7' MIN.) (7' MIN) FILL SLOPES I _ _ I STEEPER THAN 6H : 1V SLOPE BREAK SLOPE BREAK SIGN INSTALLATION SIGN INSTALLATION o IN FILL SECTION ON STEEP FILL SLOPES 0 z w LL - 5' 12, MIN. SIGN y _ SHOULDER 6 PRIMARY Fy SIGN MINA 0" MIN 13" MAX EDGE OF EDGE OFTRAVELED TRAVELED WAYSUPPLEMENTAL IWAY (7 MIN.} PLAQUE 1. TRAFFIC BARRIER .-_ SLOPE BREAK SIGN INSTALLATION SIGN WITH SUPPLEMENTAL BEHIND TRAFFIC BARRIER PLAQUE INSTALLATION IN FILL SECTION _ W W 2• ITMIN - SIGN _ MIN~ r , SHOULDER _ ' � SIGN MIN r Jl DITCH EDGE OF EDGE OF TRAVELED V TRAVELED } WAY - IT IN) WAY _ IV IT MIN) T PAIN CURB SLOPE BREI BACKSLOPE SIGN INSTALLATION SIGN INSTALLATION IN CURB SECTION IN DITCH SECTION W NOTES 12' MIN' 1. Refer to the Sign Specification Sheet of the SHOULDER 6 SIGN --.. � Contract for the'V' and'W distances. MIN. � 2. The minimum Vertical distance from the bottom of the sign to the ground shall not be less than 7' (ft) for signs located within the Design Clear Zone. EDGE OF TRAVELED WAY V (7' MIN.) SLOPE ! OR FLATTER SLOPE BREAK MULTIPLE SIGN POST INSTALLATION IN FILL SECTION W ' 12 MIN, 94OUL13ER 6' MIN - EDGE OF r TRAVELED V WAY (B' MIN ) F V M MIN.) I _.1. SLOPE BREAK GUIDE OR DIRECTIONAL SIGN WITH SECONDARY SIGN INSTALLATION ON EXPRESSWAYS AND FREEWAYS MAJOR SIGN 0" MIN r 3" MAX- I i 1 SECONDARY SIGN HINGE OR NOTCH POINT KEY NOTE Q 3' (FT) MIN. FROM ANY POINT ALONG BOTTOM EDGE OF SIGN PANEL TO THE GROUND W ,�1. n +r I_ MIN OI,y 5G103 O 5HDUL r.FR 4' SIGN MIN. DITCH Aug 20, 2021 EDGE OF GROUND MOUNTED TRAVELED + r + SIGN PLACEMENT WAY ^- V T MIN 3' MIN (7•MIN) STANDARD PLAN 0-20.10-03 A . SHEET 1 OF 1 SHEET ! APPROVED FOR PUBLICATION SLOPE BREAK BACKSLOPE ��-- Aug 20, 2021 MULTIPLE SIGN POST INSTALLATION wmnrnyle� saF. o.Pem »m orr�na�n.n.� 1 IN DITCH SECTION NOTES TYPE 1S TRAFFIC ARROW - 1 These details can vary greatly according to the SEE STANDARD PLAN M-24.40 Contract plans. SEE NOTE 3 (TYP.) TYPE 3SL TRAFFIC ARROW WIDE DOTTED ENTRY LINE - SEE 2 The need for Advance Roundabout Traffic Arrows SEE STANDARD PLAN M-24.40 STANDARD PLAN M-20.10 (TYP.) is based upon posted speed of approach roadway SEE NOTE 3 (TYP) (USE ON WSDOT PROJECTS) TA Plara Arrnwc in fha nirridatinn lanac ac rinaa ac Date: 2020.09.25 14:57:53-07'00' SIGN POST - 2" (IN) OR 2 1/4" (IN) SQUARE, 12-GAGE STEEL TUBE FINISHED GROUND LINE L a°I VvT SIGN POST - 2 1/4" (IN) SQUARE, 12-GAGE- STEELTUBE TOP OF LOWER SQUARE TUBE �{ FINISHED < I GROUND 111 y LINE 11 COMPACTED NATIVE BACKFILL MATERIAL ELEVATION TYPE STA SIGN SUPPORT TOP OF SIGN �- n TOP OF SIGNPOST of t- -- C SIGN POST SIGN PANEL •- �Y NOTES �l J 1. Dimensions for the parts used to assemble the base con- nections are intentionally not shown. Base connections are SIGN PANEL ' patented, manufactured products that are in compliance with NCHIRP 350 crash test criteria. The base connectioR details T SIGN BRACE, WHENare shown on this plan only to illustrate how the parts are REQUIREDSEE assembled. STD. PLAN GSSIGN POST-2" (IN), _______ _2. For "H1", refer to the Sign Specification Sheet in the Contract. 2 114" (IN), OR 2 1/2" (IN)SQUARE, 12-GAGE T71 w N _ 3. A 2" (in) post with a 2 114" (in) PSST anchor or a STEELTUBE= w F r SIGN POST- 2112"(IN) 2 1/4" (in) post with a 2 1/2" (in) PSST anchor may Z SQUARE, 12-GAGEbe substituted. See Contract Plans. O STEEL TUBE (SEE M °1 ci NOTE 3) 4. Perforated square steel post shall meet the requirements of FINISHED t n ci z Standard Specification, Section 9-06. GROLINE w OF SIGN m 5. Use only base connection manufacturer supplied hardware TOP of x that meets the Tequirements of Standard Specification, g �...LOWER E Sections 9-06 and 9-28. STABILIZER FIN CLEAN -OUT BAR ~ BOLT STOP w i FOR SIGN POST ANCHOR m j F LOWER SIGN POST LEG ANGLE SUPPORT - 2 V2" (IN) SQUARE, 12-GAGE STEEL TUBE ELEVATION ^- COMPACTED NATIVE BACKFILL MATERIAL TYPE ST-3 SIGN SUPPORT ILAN ELEVATION TYPE ST-2 SIGN SUPPORT BURIED DEPTH POST SIZE z-6" 2" 21/4" S - 0" 2 1/2" fIR 0 0 SIGNPOST - 0 0 o 0 0 0 0 0 0 0 O 0 0-0 v .9 WEDGE o a c v v a o SIGNPOST -•. ° a �= 0 u 9 p o O D ❑ STABILIZER FIN — rC o • o ° v i o o D A7 0 0 BOTTOM J o o SIGN OF SIGN o o POST 0 0 0 •� ° ; HEX BOLT WITH NUT r' VIEW I R i a y AND WASHER (TYP.) LJ o ° o a 0 o CLEAN OUT 0 o LOWER SIGN — • n ANCHOR BAR 0 o POST SUPPORT LEG ANGLE 0 o BOLTSTOP �' • " FOR SIGN POST TYPE STA TYPE ST-2 TYPE ST-3 FINISHED v+ ��`IL GROUND --. µ�fj Eli( 11 LINE s � v NYLON WASHER • 6 3/8" (IN) HEX BOLT STOP 7/16- (IN) INSIDE DIAMETER (I.D.) FLAT WASHER O HEAD NUT FOR SIGN POST STEEL p 3IB"(IN)DIAM. >' '-=� LOWER SIGN POST 3 112" (IN) LONG p 7116" (IN) I.D. SUPPORT - 3" (IN), •-f' HEX HEAD BOLT Q STEEL LOCK 7-GAGE, HOT -DIP GALV., Of WASHER HEAVY-DUTY ANCHOR �. SIGN PANEL SIGN POST 12" - COMMERCIAL CONCRETE tip D InV � DETAIL ELEVATION G! TYPE ST-4 SIGN SUPPORT C LOWER SIGN POSTSUPPORT ®• 6 I LFLANGED SHOULDER BOLT WITH NUT AND WASHERS - 2 REQUIRED (TYP.) v. BOLT STOP FOR SIGN POST TYPE ST-4 STEEL SIGN SUPPORT TYPES ST-1 - ST-4 INSTALLATION DETAILS STANDARD PLAN 6-24.50-OS SHEET 1 OF 1 SHEET I APPROVED FOR PUBLICATION Woahinglon Slola U.parlmenl orTmnsporlalion 12/6/21, 4:01 PM about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 01 /28/2022 *Risk County_ Trade Job C lassifica€ 3ori Wage Holiday Overtime Note Class King Asbe5tos Abatement Workers Journey Level $54.62 5D 1 H View King Boilermakers Journey Level $70.79 5N 1 C View King Brick Mason Journey Level $63.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $63.32 7E 1 N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $29.98 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.98 5S 2F View King Cabinet Makers (In Shop), Journey Level $22.74 1 View King Carpenters Acoustical Worker $68.24 7A 4C View King Carpenters Bridge, Dock And Wharf $68.19 7A 4C View Carpenters King Carpenters Carpenter $68.19 7A 4C View King Carpenters Floor Finisher $68.19 7A 4C View King Carpenters Floor Layer $68.19 7A 4C View King Carpenters Scaffold Erector $68.19 7A 4C View King Cement Masons Application of all Composition $67.41 7A 41J View Mastic King Cement Masons Application of all Epoxy $66.91 7A 41J View Material King Cement Masons Application of all Plastic $67.41 7A 41J View Material King Cement Masons Application of Sealing $66.91 7A 41J View Compound King Cement Masons Application of Underlayment $67.41 7A 41J View King Cement Masons Building General $66.91 7A 41J View King Cement Masons Composition or Kalman Floors $67.41 7A 41J View King Cement Masons Concrete Paving $66.91 7A 41J View King Cement Masons Curb Et Gutter Machine $67.41 7A 41J View King Cement Masons Curb Et Gutter, Sidewalks $66.91 7A 41J View King Cement Masons Curing Concrete $66.91 7A 41J View about:blank 1/18 12/6/21. 4:01 PM about:blank King Cement Masons Finish Colored Concrete $67.41 7A 4U View King Cement Masons Floor Grinding $67.41 7A 4U View King Cement Masons Floor Grinding/Polisher $66.91 7A 4U View King Cement Masons Green Concrete Saw, self- $67.41 7A 4U View powered King Cement Masons Grouting of all Plates $66.91 7A 4U View King Cement Masons Grouting of all Tilt -up Panels $66.91 7A 4U View King Cement Masons Gunite Nozzleman $67.41 7A 4U View King Cement Masons Hand Powered Grinder $67.41 7A 4U View King Cement Masons Journey Level $66.91 7A 4U View King Cement Masons Patching Concrete $66.91 7A 4U View King Cement Masons Pneumatic Power Tools $67.41 7A 4U View King Cement Masons Power Chipping Et Brushing $67.41 7A 4U View King Cement Masons Sand Blasting Architectural $67.41 7A 4U View Finish King Cement Masons Screed Et Rodding Machine $67.41 7A 4U View King Cement Masons Spackling or Skim Coat $66.91 7A 4U View Concrete King Cement Masons Troweling Machine Operator $67.41 7A 4U View King Cement Masons Troweling Machine Operator on $67.41 7A 4U View Colored Slabs King Cement Masons Tunnel Workers $67.41 7A 4U View King Divers Et Tenders Bell/Vehicle or Submersible $122.49 7A 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $86.04 7A 4C View King Divers Et Tenders Diver $122.49 7A 4C 8V View King Divers Et Tenders Diver On Standby $81.04 7A 4C View King Divers Et Tenders Diver Tender $73.60 7A 4C View King Divers Et Tenders Manifold Operator $73.60 7A 4C View King Divers Et Tenders Manifold Operator Mixed Gas $78.60 7A 4C View King Divers Et Tenders Remote Operated Vehicle $73.60 7A 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $68.64 7A 4C View Tender King Dredge Workers Assistant Engineer $73.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $73.05 5D 3F View King Dredge Workers Boatmen $73.62 5D 3F View King Dredge Workers Engineer Welder $75.03 5D 3F View King Dredge Workers Leverman, Hydraulic $76.53 5D 3F View King Dredge Workers Mates $73.62 5D 3F View King Dredge Workers Oiler $73.05 5D 3F View King Drywall Applicator Journey Level $67.54 5D 1 H View King Drywall Tapers Journey Level $67.91 5P 1 E View King Electric L Fixture fvMaint n atce Journey Level $33.19 5L 1E View Workers King Electricians - Inside Cable Splicer $94.22 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $101.27 7C 4E View King Electricians - Inside Certified Welder $91.00 7C 4E View about:blank 2/18 12/6/21, 4:01 PM about:blank King Iectricians - Inside Certified Welder (tunnel) $97.74 7C 4E View King Electricians - Inside Construction Stock Person $44.78 7C 4E View King Electricians - Inside Journey Level $87.80 7C 4E View King Electricians - Inside Journey Level (tunnel) $94.22 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1 B View King Electricians - Powerline Cable Splicer $82.39 5A 4D View Construction King Electricians - Powertine Certified Line Welder $75.64 5A 4D View Construction King Electricians - Powerline Groundperson $49.17 5A 4D View Construction King Electricians - Powerlin Heavy Line Equipment $75.64 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $75.64 5A 4D View Construction King jars - Powerline Electric Line Equipment Operator $64.54 5A 4D View Construction King Etectri ians - Paw rune Meter Installer $49.17 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $75.64 5A 4D View Construction King Electricians - Powerline Powderperson $56.49 5A 4D View Construction King Electronic Technicians Journey Level $57.07 7E 1E View King Elevator Constructors Mechanic $100.51 7D 4A View King Elevator Constructor Mechanic In Charge $108.53 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 111 View Products Work Only King Fence Erectors Fence Erector $46.29 7A 4V 8Y View King Fence Erectors Fence Laborer $46.29 7A 4V 8Y View King Flaggers Journey Level $46.29 7A 4V 8Y View King Glaziers Journey Level $72.41 7L 1Y View King Heak Et Frost Insu ators And Journey Level $82.02 15H 11 C View Asbestos W rkers King Heating Equipment Mechanics Journey Level $91.83 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $57.31 7A 4V 1Y View King Industrial Power Vacuum Journey Level $13.69 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 513 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $13.69 1 View Sewer Et Water Systems By Remote Control about:blank 3/18 12/6121, 4:01 PM about:blank King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King InspectioW(:Ioaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $68.19 7A 4C View King Ironworkers Journeyman $78.53 7N 10 View King Laborers Air, Gas Or Electric Vibrating $54.62 7A 4V 8Y View Screed King Laborers Airtrac Drill Operator $56.31 7A 4V 8Y View King Laborers Ballast Regular Machine $54.62 7A 4V 8Y View King Laborers Batch Weighman $46.29 7A 4V 8Y View King Laborers Brick Pavers $54.62 7A 4V 8Y View King Laborers Brush Cutter $54.62 7A 4V 8Y View King Laborers Brush Hog Feeder $54.62 7A 4V 8Y View King Laborers Burner $54.62 7A 4V 8Y View King Laborers Caisson Worker $56.31 7A 4V 8Y View King Laborers Carpenter Tender $54.62 7A 4V 8Y View King Laborers Cement Dumper -paving $55.62 7A 4V 8Y View King Laborers Cement Finisher Tender $54.62 7A 4V 8Y View King Laborers Change House Or Dry Shack $54.62 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $55.62 7A 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $54.62 7A 4V 8Y View King Laborers Choker Setter $54.62 7A 4V 8Y View King Laborers Chuck Tender $54.62 7A 4V 8Y View King Laborers Clary Power Spreader $55.62 7A 4V 8Y View King Laborers Clean-up Laborer $54.62 7A 4V 8Y View King Laborers Concrete Dumper/Chute $55.62 7A 4V 8Y View Operator King Laborers Concrete Form Stripper $54.62 7A 4V 8Y View King Laborers Concrete Placement Crew $55.62 7A 4V 8Y View King Laborers Concrete Saw Operator/Core $55.62 7A 4V 8Y View Driller King Laborers Crusher Feeder $46.29 7A 4V 8Y View King Laborers Curing Laborer $54.62 7A 4V 8Y View King Laborers Demolition: Wrecking Et Moving $54.62 7A 4V 8Y View (Intl. Charred Material) King Laborers Ditch Digger $54.62 7A 4V 8Y View King Laborers Diver $56.31 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, $55.62 7A 4V 8Y View Diamond) King Laborers Dry Stack Walls $54.62 7A 4V 8Y View King Laborers Dump Person $54.62 7A 4V 8Y View King Laborers Epoxy Technician $54.62 7A 4V 8Y View about:blank 4/18 12/6/21, 4:01 PM about:blank King Laborers Erosion Control Worker $54.62 7A 4V 8Y View King Laborers Faller Et Bucker Chain Saw $55.62 7A 4V 8Y View King Laborers Fine Graders $54.62 7A 4V 8Y View King Laborers Firewatch $46.29 7A 4V 8Y View King Laborers Form Setter $54.62 7A 4V 8Y View King Laborers Gabian Basket Builders $54.62 7A 4V 8Y View King Laborers General Laborer $54.62 7A 4V 8Y View King Laborers Grade Checker Et Transit Person $57.31 7A 4V 8Y View King Laborers Grinders $54.62 7A 4V 8Y View King Laborers Grout Machine Tender $54.62 7A 4V 8Y View King Laborers Groutmen (Pressure) Including $55.62 7A 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $54.62 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level $56.31 7A 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $55.62 7A 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $54.62 7A 4V 8Y View C) King Laborers High Scaler $56.31 7A 4V 8Y View King Laborers Jackhammer $55.62 7A 4V 8Y View King Laborers Laserbeam Operator $55.62 7A 4V 8Y View King Laborers Maintenance Person $54.62 7A 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 7A 4V 8Y View King Laborers Material Yard Person $54.62 7A 4V 8Y View King Laborers Motorman -Dinky Locomotive $55.62 7A 4V 8Y View King Laborers nozzleman (concrete pump, $57.31 7A 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $55.62 7A 4V 8Y View King Laborers Pilot Car $46.29 7A 4V 8Y View King Laborers Pipe Layer (Lead) $57.31 7A 4V 8Y View King Laborers Pipe Layer/Tailor $55.62 7A 4V 8Y View King Laborers Pipe Pot Tender $55.62 7A 4V 8Y View King Laborers Pipe Reliner $55.62 7A 4V 8Y View King Laborers Pipe Wrapper $55.62 7A 4V 8Y View King Laborers Pot Tender $54.62 7A 4V 8Y View King Laborers Powderman $56.31 7A 4V 8Y View King Laborers Powderman's Helper $54.62 7A 4V 8Y View King Laborers Power Jacks $55.62 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 7A 4V 8Y View King Laborers Raker - Asphalt $57.31 7A 4V 8Y View King Laborers Re-timberman $56.31 7A 4V 8Y View King Laborers Remote Equipment Operator $55.62 7A 4V 8Y View King Laborers Rigger/Signal Person $55.62 7A 4V 8Y View about:blank 5/18 12/6/21, 4:01 PM about:blank King Laborers Rip Rap Person $54.62 7A 4V 8Y View King Laborers Rivet Buster $55.62 7A 4V 8Y View King Laborers Rodder $55.62 7A 4V 8Y View King Laborers Scaffold Erector $54.62 7A 4V 8Y View King Laborers Scale Person $54.62 7A 4V 8Y View King Laborers Sloper (Over 20") $55.62 7A 4V 8Y View King Laborers Sloper Sprayer $54.62 7A 4V 8Y View King Laborers Spreader (Concrete) $55.62 7A 4V 8Y View King Laborers Stake Hopper $54.62 7A 4V 8Y View King Laborers Stock Piler $54.62 7A 4V 8Y View King Laborers Swinging Stage/Boatswain $46.29 7A 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $55.62 7A 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $55.62 7A 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $55.62 7A 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $54.62 7A 4V 8Y View King Laborers Topper $54.62 7A 4V 8Y View King Laborers Track Laborer $54.62 7A 4V 8Y View King Laborers Track Liner (Power) $55.62 7A 4V 8Y View King Laborers Traffic Control Laborer $49.50 7A 4V 9C View King Laborers Traffic Control Supervisor $52.45 7A 4V 9C View King Laborers Truck Spotter $54.62 7A 4V 8Y View King Laborers Tugger Operator $55.62 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air $142.82 7A 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $147.85 7A 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $151.53 7A 4V 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $157.23 7A 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $159.35 7A 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $164.45 7A 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $166.35 7A 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $168.35 7A 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $170.35 7A 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $57.41 7A 4V 8Y View Tender King Laborers Tunnel Work -Miner $57.41 7A 4V 8Y View King Laborers Vibrator $55.62 7A 4V 8Y View King Laborers Vinyl Seamer $54.62 7A 4V 8Y View King Laborers Watchman $42.08 7A 4V 8Y View about:blank 6/18 12/6/21, 4:01 PM about:blank King Laborers Welder $55.62 7A 4V 8Y View King Laborers Well Point Laborer $55.62 7A 4V 8Y View King Laborers Window Washer/Cleaner $42.08 7A 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $54.62 7A 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $55.62 7A 4V 8Y View Et Water King Landscape Construction Landscape $42.08 7A 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $75.50 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $67.54 5D 1 H View King Marble Setters Journey Level $63.32 7E 1 N View King Metal Fabrication (in Shop). Fitter/Certified Welder $40.39 151 11E View King Metal Fabrication 11n Shop), General Laborer $28.86 151 11E View King Metal Fabrication (In Shop). Mechanic $41.78 151 11E View King Metal Fabrication (In Shop). Welder/Burner $37.64 151 11E View King Millwright Journey Level $69.64 7A 4C View King Modular Buildings Cabinet Assembly $13.69 1 View King Modular Buildings Electrician $13.69 1 View King Modular Buildings Equipment Maintenance $13.69 1 View King Modutar Buildings Plumber $13.69 1 View King Modutar Buildings Production Worker $13.69 1 View King Modular Buildings Tool Maintenance $13.69 1 View King Modular Buildings Utility Person $13.69 1 View King MMpdu it Buildings Welder $13.69 1 View King Painters Journey Level $47.70 6Z 2B View King Pile Driver Crew Tender $62.69 7A 4C View King Pile Driver Crew Tender/Technician $62.69 7A 4C View King Pile Driver Hyperbaric Worker - $85.00 7A 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $90.00 7A 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $94.00 7A 4C View Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $99.00 7A 4C View Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - $101.50 7A 4C View Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - $106.50 7A 4C View Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $108.50 7A 4C View Compressed Air Worker 68.01 - 70.00 PSI about:blank 7/18 12/6/21, 4:01 PM about:blank King Pile Driver Hyperbaric Worker - $110.50 7A King King King King King King King King King King King King King King King King King King King King King King King King King King Compressed Air Worker 70.01 - 72.00 PSI Pile Driver Hyperbaric Worker - $112.50 7A Compressed Air Worker 72.01 - 74.00 PSI Pile Driver Journey Level $68.64 7A Plasterers Journey Level $64.14 M Plasterers Nozzleman $67.64 ZQ Playground Et Park Equipment Journey Level $13.69 Installers Plumbers Et Pipefitters Journey Level $93.69 6Z Power Equipment Operators Asphalt Plant Operators $76.77 15J Power Equipment Operators Assistant Engineer $72.30 7A Power Equipment Operators Barrier Machine (zipper) $76.09 15J Power Equipment Operators Batch Plant Operator: concrete $76.09 15J Power Equipment Operators Boat Operator $76.87 7A Power Equipment Operators Bobcat $72.20 15J Power Equipment Operators Brokk - Remote Demolition $72.20 15J Equipment Power Equipment Operators Brooms $72.20 15J Power Equipment Operators Bump Cutter $76.09 15J Power Equipment Operators Cableways $76.77 15J Power Equipment Operators Chipper $76.09 15J Power Equipment Operators Compressor $72.20 15J Power Equipment Operators Concrete Finish Machine - $72.20 15J Laser Screed Power Equipment Operators Concrete Pump - Mounted Or $75.50 15J Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators about:blank Trailer High Pressure Line Pump, Pump High Pressure Concrete Pump: Truck Mount $76.77 15J With Boom Attachment Over 42 M Concrete Pump: Truck Mount $76.09 15J With Boom Attachment Up To 42 m Conveyors $75.50 15J Cranes Friction: 200 tons and $79.20 7A over Cranes, A -frame: 10 tons and $72.30 7A under Cranes: 100 tons through 199 $77.63 7A tons, or 150' of boom (including jib with attachments) Cranes: 20 tons through 44 $76.19 7A tons with attachments Cranes: 200 tons- 299 tons, or $78.44 7A 250' of boom including jib with attachments Cranes: 300 tons and over or $79.20 7A 300' of boom including jib with 4C View 4C View 4C 111 1R 1 1G 11G 11H 11G 11G 11H 11G 11G 11G 11G 11G 11G 11G 11G 11G View View View View View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View 8X View JIG 8X View 11G 8X View 8X View 8X View 8X View 8X View 11H 8X View 11H 8X View 11H 8X View 8/18 12/6/21, 4:01 PM about:blank King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King King King King King King King King King King King King King King King King King King King King King King King King about:blank Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators attachments Cranes: 45 tons through 99 $76.87 7A tons, under 150' of boom(including jib with attachments) Cranes: Friction cranes through $78.44 7A 199 tons Cranes: through 19 tons with $75.60 7A attachments, a -frame over 10 tons Crusher $76.09 15J Deck Engineer/Deck Winches $76.09 15J (power) Derricks, On Building Work $76.77 15J Dozers D-9 Et Under $75.50 15J Drill Oilers: Auger Type, Truck $75.50 15J Or Crane Mount Drilling Machine $77.53 15J Elevator and man -lift: $72.30 7A permanent and shaft type Finishing Machine, Bidwell And $76.09 15J Gamaco Et Similar Equipment Forklift: 3000 lbs and over with $75.60 7A attachments Forklifts: under 3000 lbs. with $72.30 7A attachments Grade Engineer: Using Blue $76.09 15J Prints, Cut Sheets, Etc Gradechecker/Stakeman $72.20 15J Guardrail Punch $76.09 15J Hard Tail End Dump $76.77 15J Articulating Off- Road Equipment 45 Yards. Et Over Hard Tail End Dump $76.09 15J Articulating Off -road Equipment Under 45 Yards Horizontal/Directional Drill $75.50 15J Locator Horizontal/Directional Drill $76.09 15J Operator Hydralifts/Boom Trucks Over $75.60 7A 10 Tons Hydralifts/boom trucks: 10 $72.30 7A tons and under Leverman $78.44 7A Loader, Overhead, 6 Yards. But $76.77 15J Not Including 8 Yards Loaders, Overhead Under 6 $76.09 15J Yards Loaders, Plant Feed $76.09 15J Loaders: Elevating Type Belt $75.50 15J Locomotives, All $76.09 15J 11 H 8X View 11 H 8X View 11 H 8X View 11G 8X View 11G 8X View 11G 8X View 11G 8X View 11G 8X View 11G 8X View 11 H 8X View 11G 8X View 11 H 8X View 11 H 8X View 11G 8X View JIG 8X View 11G 8X View 11G 8X View 11G 8X View 11G 8X View 11G 8X View 11 H 8X View 11 H 8X View 11 H 8X View 11G 8X View 11G 8X View 11G 8X View 11 G 8X View 11G 8X View 9/18 12/6/21, 4:01 PM about:blank King Power Equipment Operators Material Transfer Device $76.09 15J 11 G 8X View King Power Equipment Operators Mechanics: all (Leadmen - $77.63 7A 11 H 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $76.77 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $72.20 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators and $75.60 7A 11 H 8X View manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type: 100 $77.63 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $76.87 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $72.20 15J 11 G 8X View King Power Equipment Operators Pile Driver (other Than Crane $76.09 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $72.20 15J 11G 8X View King Power Equipment Operators Power Plant $72.20 15J 11G 8X View King Power Equipment Operators Pumps - Water $72.20 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View King Power Equipment Operators Remote Control Operator On $76.77 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and BeRman $72.30 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $75.60 7A 11H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $76.77 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $72.20 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $75.50 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $76.09 15J 11G 8X View King Power Equipment Operators Saws - Concrete $75.50 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $76.09 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete it Carry All $75.50 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: equipment $75.60 7A 11 H 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $72.20 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $76.09 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View about:blank 10/18 12/6/21, 4:01 PM about:blank Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $78.33 15J JIG 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $76.77 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $76.77 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $76.09 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $75.50 15J 11 G 8X View King Power Equipment Operators Tower Crane: over 175' through $78.44 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $77.63 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $79.20 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $76.77 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $75.50 15J 11G 8X View King Power Equipment Operators Truck crane oiler/driver: under $75.60 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $76.09 15J JIG 8X View King Power Equipment Operators Welder $76.87 7A 11 H 8X View King Power Equipment Operators Wheel Tractors, Farman Type $72.20 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $76.09 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $76.77 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $72.30 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $76.09 15J 11G 8X View Undergro nd Sewer Et Water King Power Equipment Operators- Boat Operator $76.87 7A 11 H 8X View Underground Sewer ft Water King Power Equipment Operators- Bobcat $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $72.20 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $72.20 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $76.09 15J JIG 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $76.09 15J 11G 8X View Underground Sewer Ek Water King Power Equipment Operators- Compressor $72.20 15J 11G 8X View Underground Sewer & Water King Power Equipment Operators- Concrete Finish Machine - $72.20 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $75.50 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line about blank 11/18 12/6/21.4:01 PM about:blank Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $76.77 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $76.09 15J 11G 8X View Underground —Sewer Et Water With Boom Attachment Up To 42 m King Power Equipment Operators- Conveyors $75.50 15J 11 G 8X View ulid Sewer Et Water Undergr—o— King Power Equipment Operators- Cranes Friction: 200 tons and $79.20 7A 11H 8X View Underground Sewer E< Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $72.30 7A 11H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $77.63 7A 11H 8X View Underground Sewer Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11H 8X View Underground Sewer Et Water, tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $78.44 7A 11H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $79.20 7A 11H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $76.87 7A 11H 8X View Undergr and Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $78.44 7A 11H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $75.60 7A 11H 8X View Underground Sewer Er Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $76.09 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $76.77 15J 11G 8X View Underground Sewer Et Wat-er King Power Equipment Operators- Dozers D-9 Et Under $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $77.53 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man -lift: $72.30 7A 11H 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $76.09 15J 11G 8X View Underground Sewer & Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $75.60 7A 11H 8X View Underground Sewer Et Water attachments about:blank 12/18 12/6/21, 4:01 PM about:blank King Power Equipment Operators- Forklifts: under 3000 lbs. with $72.30 7A 11H 8X View Underground Sewer EL Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $76.09 15J 11 G 8f View Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $76.77 15J 11G 8X View Underground Sewer a Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $76.09 15J 11G SX View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $75.50 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $76.09 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $72.30 7A 11H 8X View Underground Sewer 4 Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $75.60 7A 11H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $78.44 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $76.09 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $76.09 15J 11G 8X View t Water Undergro nd Sewer F King Power Equipment Operators- Mechanics: all (Leadmen - $77.63 7A 11H 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $72.20 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators and $75.60 7A 11H 8X View Underground Sewer Et Water manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type: 100 $77.63 7A 11H 8X View Underground Sewer Et Wate tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $76.87 7A 11H 8x View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $72.20 15J 11G 8X View about -blank 13/18 12/6/21, 4:01 PM about:blank Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $76.09 15J 11G View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8x View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On $76.77 15J 11G BX View Underground Sewer Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $72.30 7A 11 H 8X View Underground Sewer 4 Water King Power Equipment Operators- Rigger/Signal Person, $75.60 7A 11H 8X View Underground Sewer Et W er Bellman(Certified) King Power Equipment Operators- Rollagon $76.77 15J 11G 8X View Underg ound Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $75.50 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $76.09 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View Underground Sewer Er Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $76.77 15J 11G BX View Undergra nd 5ewer Water Yards And Over King Power Equipment Operators- Service Engineers: equipment $75.60 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $76.77 15J 11 G DX View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $76.09 15J 11G 8x View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $76.77 15J 11G BX View about:blank 14/18 12/6/21, 4:01 PM about:blank Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $76.77 15.1 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $78.44 7A 11H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $77.63 7A 11H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $79.20 7A 11H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $76.77 15J 11G 8X View Underground Sewer & Water Type King Power Equipment Operators- Trenching Machines $75.50 15J 11G 8X View Underground Sewer at Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $76.19 7A 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $75.60 7A 11H 8X View Underground Sewer Et W er 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $76.87 7A 11H 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $72.20 15J 11G 8X View Underground Sewer 1t Water King Power Equipment Operators- Yo Yo Pay Dozer $76.09 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $55.03 5A 4A View Trimmers King Power Line_learance Tree Spray Person $52.24 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $55.03 5A 4A View Trimmers King Power Line Clearan_c� Tree Tree Trimmer $49.21 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $37.47 5A 4A View Trimmers King Refrigeration Et Air Journey Level $88.51 6Z 1 G View Conditioning Mechanics King Residential Brick Mason Journey Level $63.32 7E 1N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall_Applicators Journey Level $68.19 7A 4C View King Residentia Drywall Tapers Journey Level $36.36 1 View King Residential_ Electricians Journey Level $48.80 1 View King Residenti aziers Journey Level $28.93 1 View King Residential_ Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View about:blank 15/18 12/6/21, 4:01 PM about:blank King Residential M r le Sette Journey Level $27.38 1 View King Residential Paint rs Journey Level $23.47 1 View King Residential Plumbers Journey Level $93.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $88.51 6Z 1G View Conditioning Mechanics King Residential Sheet Meta E Journey Level $91.83 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $51.91 5A 3.1 View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View .(Fire Protection). King Residential Stone Masons Journey Level $63.32 7E 1 N View King Residential Terrazzo Workers Journey Level $57.71 7E 1N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $57.30 5A 3H View King Roofers Using Irritable Bituminous $60.30 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $91.83 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View about:blank 16/18 12/6/21, 4:01 PM about:blank King Shipbuilding Et Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $47.45 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Er Installers Journey Level $53.62 0 1 View .(Electrical), King Sign Makers Et Installers (Non- Journey Level $34.43 0 1 View Electrical), King Soft Floor Layers Journey Level $51.91 5A 3J View King Solar Controls For Windows Journey Level $13.69 1 View King Sprinkter Fit ters_(Fire Journey Level $87.99 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $13.69 1 View Structural), King Stone Masons Journey Level $63.32 7E IN View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $75.60 7A 11 H 8X View Surveyor King Surveyors Chainman $72.30 7A 11 H 8X View King Surveyors Construction Site Surveyor $76.87 7A 11 H 8X View King Surveyors Drone Operator (when used in $72.30 7A 11H 8X View conjunction with survey work only) King Telecommunication Technicians Journey Level $57.07 7E 1 E View King Telephone Line Construction - Cable Splicer $38.27 5A 2B View Outside King Telephone Ljnei Construction Hole Digger/Ground Person $25.66 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $31.96 5A 2B View Outside (Light) King Telephone Line Construction Telephone Lineperson $36.17 5A 2B View Outside King Terrazzo Workers Journey Level $57.71 7E 1 N View King Tile Setters Journey Level $57.71 7E 1 N View King Tile, Marble Et Terrazzo Finisher $48.54 7E 1 N View Finishers King Traffic Control Stripers Journey Level $50.51 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $69.95 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $69.11 5D 4Y 8L View King Truck Drivers Dump Truck $69.11 5D 4Y 8L View King Truck Drivers Dump Truck Et Trailer $69.95 5D 4Y 8L View King Truck Drivers Other Trucks $69.95 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $69.95 5D 4Y 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $13.69 1 View about:blank 17/18 12/6/21, 4:01 PM about:blank Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 Coring samples Sch D Location Depth 1 Center 2 Shoulder 3 Center , 4 Shoulder Z . 5 Center 6 Shoulder 7 Center , 8 Shoulder 9 ICenter 10 Shoulder 11 Center r 12 Shoulder �. 13 Center 57 14 IShoulder 3 sch E Location Depth 15 Deleted Deleted 16 Deleted Deleted 17 Deleted Deleted 18 Deleted Deleted 19 Center 20 Shoulder 21 ICenter 22 IShoulder Sch F Location Depth 23 Deleted Deleted 24 Deleted Deleted 25 Deleted Deleted 26 Deleted Deleted 27 Deleted Deleted 28 Deleted Deleted 29 Center Z 30 Shoulder 3 31 Center �. 32 IShoulder 33 Center: 34 Shoulder 35 Center ), 36 Shoulder 37 Center Z 38 Shoulder Z , 39 ICenter 2, 2 40 Shoulder 41 Center 42 Shoulder 43 jCenter s 44 IShoulder 2022 Federal Way Overlay - Schedule D S`� ' Dash Point Dash Point " Q" 321 State Park State ParkCD h J a 322 ; °aa #3,4 a_to 2v 4 � �j� #1,2 .y Sol �23 `ryya Dash Point Highlands Park 'N 324 PL Q /ti► Lo F � SW 325 PL a. P U) 326 �c� PL F- #5,6 CL C) 3: I-C) It a. U) O SVV 327 ST 327 PL #7,8 SW 327 PL .a S lr r 91 � 32 P L #9,10 '� ay O #11,12 . ]� S�V 330 � 0 sYv "C #13,14 CT Q 330 CT p C% vn 0 00kP b '0 Tacoma 2 U) G Map Date: 1/2021. This map is accompanied by NO warranties. A 0 250 500 Feet The streets that comprise this schedule are subject to change. N - 2022 Federal Way Overlay - Schedule E F S 280 P , .-- #21,: S 280 PL 280 ©F2S WY --I 281 #19,20 (/)2t5z 2 Heritage A ST woods S a Park 282 °' 82 283 co S 2g3 Pz N rL I PL o i . 283 ST S 284 ��84 P�- S cO ST al�' _ T�o C/) S 284 LN Q 00 #17,18 T- S 285 Q S 286 00 LN 288 ST PL U) Q 0 � � CN S2841 J� S 285 ST 286 S Q S 286 ST c1i S 286 N #15,16 N Q c 7 PL N Q S 287 ST Map Date: 3/2021. This map is accompanied by NO warranties. The streets that comprise this schedule are subject to change. S 288 ST Q 0 250 500 Feet N 1 2022 Federal Way Overlay - Schedule F 5�V307 ST SW 308 ST #39,40 #27, 28 C O S W cCn 309 Q Q 310 ST PL #29,30 Q cGrove Lake 00 SW #31,32 r Park 310 #33,34 #25,26 U) #35, 36 a- - 311Ik„ QT r Sport Courts #23,24 r- 3 ST 3: 4 ,��'� oQ�- cn Map Date: 3/2021. This map is accompanied by NO warranties The streets that comprise this schedule are subject to change. SV 31 I ST SW 307 ST #43 44 3: SW 308 ST J Co #41,42 #37,38 Mirror � Lake Q 0 250 500 Feet N F I YIN— - AtlssirwW�._-i-LE I S-T cEs.al nnu.A owe =ueg 1 NAM-;f MILL :inM�LAK. R'e£ib Fis.[f wNL�e[E eno PA.1•L n mrcaRLAyA,..�•�• spun MI mw, aI I MEF/bly'�1!•+ MTwINL�IEaRs#Aw annu AaNA'-WHT NWc`t+ .4 W-E wit FlkNwsueNrNwnr3 A-E-N r' ie aiERU N Es�EEAR[I.,,. 14 ficxrn�.,.v�rs .tL `�iw,rw»,.ana = a11FaL� AC1 AIttlEEA ' mlee= ARirv+i ll letN c•+Ip nyllx: Nqx: wa lfAVa Alil; tnEa Atn n..ltn >viY-µr:0 L'+ia Lu�1 µ•.Mr },i .n041letlY� 4tlENivwiucfunvaiwe AITEF ActRalwc c .lW� c�EliR W � xs >>vsT � R__ a < �m[diC W4FRE/I+di nr.'.Pa. A,'�.ie, Aa*8NN1..11gt 1•I.cr+u: r,.r•:= a al�x xauw>.yic Fs�A.n rr rl•A, 1f kzi] AAIFi�.LmEFRLa.ti7 pAn,c T2 iRrN iRiFRIALars �.;:=-��rMlllc City of Federal Way Public Works Department 2022 ASPHALT OVERLAY PROJECT :Feat Aq[ENMS eFiE RacnANu=A'R� r.Nra.bA cC-JW RNImnWN aqb AAwFb •.[ MEC�Cm cult lu[m• VA:�1 wbrlW„A ur...Nau W4� NwnN: rau[ 1Llveu/J Ano v_ r.L[ lwy� RT-LP EMENT -s yxtl nrF.ri cr+mn� arF.Y �XAEST+ s ntKnuxo .newer=m w �oAnEa+9N hvrsavu NyA,^,-4 el -IOE wL sIiE PREP t•:0 12 XEnIXRlRL-LnllE„Aut Y•nty �� Yam- etiNLt¢iE lrNt�+rm c .INL 111E PIRAA`Ltl RE _ u�NIb N�INAAW YA[iN: xEaoe cnll7ME AVO - ut Nt[FgrP+Nn snNa 4=�2JFul ei6 fnin+•G F+ - E YF!?REPRW � r�y[A u>®wLP PLMa ps x brt r - caam [Hai! RAynb=1A[a JAN UARY, 2022 PROJECT #12-522 yrvx¢ V ISE �ura..A1e AW�c]tyrr .�rra.:14S. cno-a n+uaA'aAa coo-u R.Mw ArAn n! as �AIJ aka 3u4 ��u�b�ArA cro-u dal[ Nlwa r✓<lN* NWArANiP •WIENYAI �0•� lausc[s?3 cam:: kvPawc Cr6]1 R�+E w�+EW[I01`A. yEu[lu ta+ln vu� r • v.."M A NL+ aIH:Hri LUEDA4E E -E-R W � s�r0u-Ei •ugJJ wY>•�IM4 IMci-t ^�uLe F P,wP.vCniy.aaxueq ••¢1ICAAi Aa,lcrw.r PEe.nn.eY:�xr vu�eE.s -7 ssC u1PF11 R[sl0_n not =hE PR[P AtiO 5-1 RESICE.7-A TEPREPA- M REe Y[ ---nVu FSaAR¢R.Npa�NpE uv-0 1� rR•A H ckl� AAy/NM TINlNiCaa,�Aal Taa=Rt{.—t rc1 scr TWO-r�intt vi{Iral A la - 'mvii C•mY]Le -T L Nlapt i - caNrA7i IN Ta4 'LRiIGa APPROVES] FOR CONSTRUCTION D ESI R E E SN N�LER P.E. GATE tl4lLLT' ✓yLLALJG ]M]ilAa DIIIEC'NF � r EMI 4w1 D *Iv Al Way B A 100% D env op J.CDLE r DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 DATE RE1I6aA7 Federal Way DESIGNED J. CDLEDRAFTED . EE Centered ort Opportunity r . COVER G-01 -' 33325BTHAVE S FEDERAL WAY WA98003 REVIEWED: D.WINRLER PHONE (25]) b35.2700 • •Dr:IOW VAAMCITYOFFEDERALWAYCOM �IIII e.rlp -ft APPROVED D-WINKLER 1 aE 99 14 LEGEND EXISTING tPER KPG -, r:.-.+l:W In CAX i7 ....[ rC.r luwr.l� rkplin I, •I r� • •A r. JSLLw %I +- rfl iH le] A. IC,4! ome fill • ' i'AN'iD ILWlI-1.1 Z�014:t .-r.l f — NLKKhu AtfWrt:L • ram' wdl IL H•elli SS 'V &411110 •- velr!1't2 Illli 11FI1 ;1 ..-J }'Sa Y-JCL_ AN '1 .111.V is +1r::••Y. 1! 'iia=l'•. uAt?.1 • LN[TJF]'MAU a '+-IAXaF i.l .. fi'1L'r'=.ti:l :Y --•V— ryllll tl� u _e5 tr.•t p.� — r:tue..:= aLTE-lI O 'ii Y.W. ...• r HAa. 'Ai�H :A4 1I4W 111AN'rl .1711 Ya:n -r 1Trlu r iiMDl -Cf Ij.[i4R-1mv1'>A ' IV q[i µWILL �• Wa li • f Y: *.• Pula I'UI. NAN i.suj it lu HEi fb'Al UIY rs __= 2!.' d. y,1;13Nn mFR1 ABCYm"LAL6(-Wo A JR II••„Itgl .Apu 'iwyl ft*iA YAVw'.sl K.A-01 TAN;SI 1.I ,i . I'.+-1 .iJ . M. LFAKIYEI7 (NVIti 4jkVL2,LU1 '.Vl :=•';-'-:•.I' J MWA wAt.w A ADS' . rA:L'A .)LSf iivIcl) I n:1IMI .A' 1•: E �] rL'sJ Ix ali2:.Lks + •L: 14L Of v4viw;' W !-A 1c1L1 • A<ULI tl ra1•i RIVAL k"46I1 c It" Nu' I� ri:l l' 1YtiullyY ja'.�i'N•_�la! - L•.Y1L41 r x:+L ti. fxc •Y 6'_w.C�:- JI1H' C.LAL wl' . _ ._.. _ , - '.I: i! .• Lit N„1 4'w1• kx•1 i+u.....-. _ ... —tea W I: 11 J'N I Ihl� :aw W l"i .--a• A4'"1;AIAE.ML6�tc A.-_1tv.4iuA Z-1 u AI _.'L"I,.N rl. -A': :ra: .. aEy.41f..•.... ac IRL._ rttiTki cAa.,.. � . �cr.l .-• . •.��• s a�.•rl..ctR17i•.T .cN ,., Ls KfI,Riv%Ll;r FAiNCT " ur•L.Ii [f 7r L'. II x ."LiS rla: �l--Ar M-1.1 I .Le :.A •+ •n'R' i .. . UWF; AIMEIITIS F'F ■ .:I•J' III IF., iR-• S' -I LF,-I. II INERAtiY .16, 'AX. III-W;.1W to + ••I11n.71 �• li:vifl rwJ 4 • 0 im4&6Sa11lt4 �'n•f I .. .Ct ,I;Im IAC .L:x1 .k'£.�.zT»i• -.L I1A'1 5 ". x•I I a n,.N:lm �I:h3 PROPOSED IS MONUMENT O STORMDRAIN MANHOLE A CATCH BASIN (] AREA DRAIN sG• STORMDRAIN CLEAN -OUT n CULVERT © SEWER MANHOLE a SIGN 0 MAILBOX GP• BOLLARD + BORE/ POTHOLE LOCATION C] SHRUB OKX DECIDUOUS TREE, DIA (A OF TRUNKS) T CONIFEROUS TREE. OM II OF TRUNKS) O BOULDER )lk-• STREET LIGHT (LUMINAIRE) TRAFFIC SIGNAL, POLE 6 MASTARM TRAFFIC SIGNAL POLE 6 MAST ARMWI LUMINAIREARM • PFDFSTRANPUSlBUTIOVPOIE 8 TRAFFIC ILLUM}BDX m TRAFFIC CONTROL CABINET eQPs BACKUP POWER SUPPLY ® ELECTRICAL SERVICE CABINET TRAFFIC SIGNAL VEHICLE DETECTION CITY FIBER OPTIC VAULT/JNBOX ® FESTIVAL OUTLET 4 POWER POLE POWER POLE GUY ANCHOR POWER POLE WI LUMINAIRE POWER VAULT LID IJ-BOX ❑ POWER TRANSFORMER ® POWER METER MT TELECOMM VAULT/J-BOX UTILITY PEDESTAL m GAS VALVE ® GAS METER pd WATER VALVE ® WATER METER w0 WATER VAULT LID FIRE HYDRANT T BLOALOFF INLET PROTECTION XXX CONTOUR -->-� DITCH FLOWLINE EDGE OF PAVEMENT CONCRETE CURB B GUTTER SAWCUT STORMDRAIN —U� UNDERDRAIN SANITARY SEWER WATER —�• IRRIGATION GAS UE UNDERGROUND POWER TEL TELECUMMUNICATION OE OVERHEAD UTILITY LINE FO CITY FIBER F CUT LINE F FILL LINE FENCE-CHAINLINK FENCE -WOOD CONCRETE ASPHALT GRAVEL ROCKERY WALL ABBREVIATIONS ABNO ABANDONED MW MONITORING WELL AC ASPHALT N NORTHIN&NORTH AC ASBESTOS CEMENT WATER PIPE NO NUMBER ACP ASPHALT CONCRETE PAVEMENT NTS NOT TO SCALE AD A AMERICANS WITH DISABILITIES ACT OC ON CENTER AP ANGLE POINT OD OUTSIDE DIAMETER AVE AVENUE OH OVERHEAD UTILITIES BLDG BUILDING PC POINT OF CURVATURE BMP BEST MANAGEMENT PRACTICE PCC POINT OF CURVE ON CURVE BOW BACK OF WALK PE POLYETHYLENE CB CATCH BASIN PG PERFORMANCE GRADE CDF CO NTROLLED DENSITY FILL PI POINT OF INTERSECTION CI CAST IRON PIV POST INDICATOR VALVE CIE CENTERLINE POB POINT OF BEGINNING CL CI -Ass POC POINT OF CONNECTION CO CLEANOUT POE POINT OF ENDING CONC CONCRETE PCCP PRECAST CONCRETE PANELS CONT CONTAINER PRC POINT OF REVERSE CURVATURE DC VA DOUBLE CHECK VALVE ASSEMBLY PT POINT OF TANGENCY DI DUCTILE IRON PVC POLYVINYL CHLORIDE DIAL DIAMETER PVI PONTOFVERTALMERSECTION CFW CITYOF FEDERALWAY R RADIUS CSBC CRUSHED SURFACING BASE COURSE RJ RESTRAINED JOINT E EASTING/EAST RT RIGHT EL ELEVATION S SLOPEISOUTH ELEV ELEVATION SO STORM DRAIN EDP EDGE OF PAVEMENT SDP STORM DRAIN PIPE EX EXISTING SEW SEWER E%IST EXISTING SHT SHEET FOC FIREDEPARTMENT CONNECTION SSMH SANITARY SEWER MANHOLE FL FLANGE ST STREET FL FLOWUNE STA STATION FG FINISH GRADE STD STANDARD HORIZ HORIZONTAL T TANGENT LENGTH HMA HOT MIX ASPHALT TI TYPE I CATCH WSW ICV IRRIGATION CONTROL VALVE T2 TYPE 2 CATCH BASIN ID INSIDE DIAMETER TOG TOP OF CURB IE INVERT ELEVATION TOG TOP OF GRATE L LENGTH OF CURVE TYP TYPICAL LT LEFT VC VERTICAL CURVE LF LINEAR FEET VERT VERTICAL LP LOW POINT VLT VAUILT MAX MAXIMUM W WESTIWITH MIN MINIMUM WAT WATER MH MANHOLE MOOT WASHINGTON STATE MIC MONUMENT IN CASE DEPARTMENT OF MJ MECHANICAL JOINT TRANSPORTATION BUTT JOINT AT MATCH LINE LAND TRNSITIONTO FULL DEPTH C MATCH ED Y E TRANSITION TO D IN AT DISTANCE DIRECTED BY ENGINEER. PLANE MOTH AS INDICATED ON'PIANING MOTH AT CURB AND GUTTER• FULL DEPTH AT FACE OF wR GUTTER .AVuwo R"A McTit 1 100% DRAWINGS - V' TM DRAFTED J. COLE DRAWING VERSION REVISION LOG 2022 ASPHALT OVERLAY PROJECT -12522... No-�`�'°" Federal )Nay DESIGNED: J. COLE Ceptered an Opportunity Qkp LEGEND G-03 x JJJZB BTH AVE S FEDERAL WAY WA 9800] REVIEWED: D. WINKLER i is PHONE (353) B3S00 2T VMW.CITYOFFEDERALWAY COM ' n�m K LaQCaH••a dk& WI APPROVED D_NKLER F BB E } EXISTING EXIST ARTERIAL 1 HMA L'A 1�_Pf.i�9 �7a 2" RESIDENTIAL1 10 fr ARTERIAL21- FOF�AI}I� RESIDENTIAL la' ARTERIAL212" EY aT SUtl+RAGE RESIDENTIAL 1 la' TYPICAL SECTION OVERLAY WITH CURB AND GUTTER NTS I@ + EXISTING STREET EXIST CONC EXIS7 CONC. IE AIOU1 + �.-i 10'ARTE _�1- TRESIOENTIATIAL �T� � MATCtMti%IEi SCOPE ARTERIAL]III' HIMCI1/2"PGSSN- ARTERIAL 21 G RESR]'tNT1AL 1 1?' - LASS SOSGAADE RESIDENTIAL I I2' TYPICAL SECTION ASPHALT OVERLAY WITH CURBS AND SHOULDER NTS OVERLAP DEPTTIVAT FLOW LINE rD uL THIE![E%ER nnwa,��.... FLOWLNE COOS P AVER s ARTERIAL 2 ITC RESIDENTIAL 11Z' PLANING SURFACE PLANING DETAIL FOR THICKENED EDGE AREAS NTS MAINTENANCE ROCK ASNEEDED I�}GDTTEN MAINTENANCE ROCK MAINTENANCE ROCK ASIIEEq_ F{3 FT`T-/'7 EEDOGE IAfAi5T 1C'.4c1 E9N •x � y TInCKENEPEDS+E ti CIAuSHEG Si91FAC✓: T4P Ca11A8S. Ga FT t DETAIL PAGE 13-415 J'�Y' COMPAGFED SU6GAADE TYPICAL SECTFDN ROAD REBUILD A -A CENTER LINE STA 420-65 TO 431+34 CENTER LINE STA 410t07 TO 408-90 EXIST. �AAIEAHLe. / ARTERIAL 2 } 24' - - � - - - - - - ES]sT 11Cp ARTERIAL751I- v o _ CE SfF P3 H+Y: 2 EXIST. GUdORA9E TYPICAL SECTION OVERLAY WITH PERMEABLE HMA SHOULDER NTS 100% DRAWINGS T CITY OF Federal lrl%y DRAFTED: JCOLE ^ • .0 DRAWING VERSION /REVISION LOG NO SATE REVISION 2022 ASPHALT OVERLAY PROJECT cIT1 221 DESIGNED: J COLEf' eitL!' Centered on opporLl�lrty ROADWAY SECTIONS G-04 M25 STH AVE S FEDERAL WAY. WA 9M3 ^ ENoY[ r~III-1-T-ft REVIEWED: D WNKLER - PHONE: 253 () 535-2700 _ V VhV CITYOFFEDERALWAY-COM APPROVED: D WANKLER 3 of 99 ASPHALTFVMi OVERLAY [TMCxHESS VRA>Fsl PVMTREPLACEMENTFOR STREETPATCH S IZE ANOLOCAT10N VARIES NOTE PAVEMENT PATCHING SHALL BE AS MECTEO IN THE FIELD BY. THE CITY INSPECTOR CSTING GRAVEL BASE GRIND EXISTING PAVEMENT TO BE REMOVED TO TOP OF EXISTING BASE MATERIAL MIN 3" DEPTH FOR RESIDENTIAL, MIN 6" DEPTH FOR ARTERIALS ALTERNATE PAVEIIPENT REPAIR DETAILS NTS A"RALTPVMT OVERLAY (THICKNESS VARIES) PVMT RU'LACEME+IT FOR NOTE: PAVEMENT PATCHING SHALL STREET PATCH BE AS DIRECTED IN THE FIELD BY SIZE AND LOCATgH VARIES fHE CITY IN6PEtWIT EXISTING GRAVEL BASE HMA FOR PAVEMENT REPAIR CL 12" PG 5BH-22 MIN 3" THICKNESS 1r22 (MATCH EXISTING PAVEMENT THICKNESS PRIOR TO OVERLAY) CRUSHED SURFACING TOP COURSE (CSTC) 6" THICKNESS OR AS DIRECTED IN FIELD SfTY'ICVT TO SQUARE EDGE AS REQU TACK JOINT PRIOR TO PAVEMENT PATCHING COMPACTED SUBGRAOE RESIDENTIAL PAVEMENT REPAIR DETAIL lI1I ASPHALT PVMT OVL PLAY Cnm[I E55 VARIES} PVMTREPLACEMENTFOR NOTE: PAVEMENT PATCHING SHALL 5T61EEwT= BE AS DIRECTED IN THE FIELD BY A¢EATTQLDUVTIWL VARIES THE CITY INSPECTOR EXISTING GRAVEL BASE NMA FOR PAVEMENT REPAIR CL Trr P015WM MR. 6" THICKNESS IMATCKLWTM�PAVEWNT ICKNESS PRIOR TO OVERLAY) .CIR KO SURFACING TOP COURSE (CSTC)B"THICKNESS OR AS 0IRECTED IN FIELD. SAWCUTTO SQUARE EDGE AS REOD TACK JOINT PRIOR TO PAVEMENT PATCHING COMPACTED SUBGRADE ARTERIAL PAVEMENT REPAIR DETAIL NTS PVMT REPLACEMENT FOR REPAIR SIZE AND LOCATION VARIES REMOVE ENDS OF MILLED AREA TO FORM VERTICAL FACE LR A 3' THICKENED EDGE DETAIL NTS 16" LENGTH F5 REBAR, DRIVEN INTO GROUND WITH TOP OF REBAR FLUSH WITH TOP OF C URA, TiF CEMENT COHC- CURBM INGIOENTAL To CURB RAMPS GS IY fi' y a VRR ED W CEMENT CONCRETE CURS (TYP1 NTS OURw. 1'B' EXPANSION JOINT IY CE3IWNT CONCRETE SIDEWALK B 2FiJET04 H4Z O11.101 FOR INTEGRAL POUR CEMENT CONCRETE ROLLED CURB NTS EDESTRIAN ACCESSIBLE PEDESTRIAN PLMKBVnON POST(PPRI AND FOUNDATION SEESTANOARDPLANS J-20 10 03 AND J-20 26-01 PEDESTRIAN PUSHBUTTON DETAIL (PIPS) NTS LIMIT OF OVERLAY 75 FEETRESIDENTIAL DS FEET AATEIDAL F EXIOT DEPTH V RIESPAWEN DEPTH VARIES ---` ARTERML212 HMA CL 1 ft?<0 SC1r-TI I��{,TjAC ].]� TACK OR SEAL JOINT— PLANE ElL7T PAYEYEiT TO PROVIDE A 30GO7H TRAN':CTION AT BUTT JOINT SUTT.IOINT DETAIL 100% mya DRAFTED: JCOLE DRAWINGVERSION /REVISION LOG NO- DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522 _ . Federal Way DESIGNED: J. COLE : ' ~t os1 Centered on Opportunity PAVING DETAILS G-05 333258THAVFS FEDERAL WAY, WA 9WM REVIEWED: D,WINKLER r _ PHONE: (�)B3S-27M R'�"�"I' VWM.CITYOFFEDERALWAY-COM CBII MLrEIeetR& APPROVED: D WINKLER 4 J•.l' J'xSC' --- li STA • J Y E'c1�' - — J•.si' sYSA i'ETD' .. 11.1, T 4 •!4 04SB (] U W = U GRAPHIC SCALE w p sD :p ao E Ct7NSTRUCT1ON NOTES NE]T UEED CV TII SCHEDULE Nfif USED tai THIS SCHEDULE /iDJyg,CATCHMA LK!CMSTD DETAIL155 N REPLACE.IUGfII HFIH CM HEDFA 4-MnTE W.I. Ara 6 ADJUST MONUMENT CASE ANO COVER, PER CFW DETAIL ]Jfi A JTFMITER VALVE TuORAM PER CFW LM-DETAIL1W ADJUST MANHOLE, PER CM STD. DETAIL 1S5. NOIU WON THIS SCHEDULE NClT USED ON THIS SCHEDULE 19 alarvaeopx rins�cl�DwE 11 NSF USED ON THIS SCHEDULE 11 NOT USED ON THIS SCHEDULE 13 IA]T UUUPO IM SCHEDULE 14 WT USER ON THQ SCHEDULE 15 OW Q-6.ON NCS SCHEDULE 1fi NOT ICED M THIS SCHEDULE 17 lmr VUEO ON THIS SCHEDULE EYYF] S 373RD 47 CIiYAQOF �p�jyy E��y Federal way • ' : J. COLE ESID: J. COLE Centered on Opportunity [D-FTED EVEWINKLERPHONE:(25])11 T� 33325 BTH AVES FEDERALWAY WA"003 S2700WWW-CITYOFFEDERALWAY.COM CEII DIYu'ND014PPROVED: D. WIN, DRAWING VERSION / REVISION LOG LEGEND: N ®SUIT U) JOINT AT STATION OR LOCATIONINDICATED. FULLDEPTH AT MATCH TOO EDBY EIGINEETION IN AT DISTANCE DIRECTED BYEWINEER PLANE WIDTH AS INDICATED ON'PIANING WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF - - — -- ❑ GUTTER. PAVEMENT REPAIR SECTION. W 20 % }. A, REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK U ® REBUILD ROAD dIEE r PR0 r1v 0l1 4aTB' - KEY MAP 100% DRAWINGS CI ;• rDcJ�—� 2022 ASPHALT OVERLAY PROJECT 12522 ARTERIAL SITE PREP AND PAVING SHEET SPA-0 1 SCH A - STA 10+00 TO 20+00 5 DE 99 �- 22-00— ' 27-00 2800 _ 29.00 GRAPHIC SCALE 20 0 10 20 AO USED ON THIS SCHEDULE USED ON THIS SCHEDULE ' S AuAt M! FAIBNICASE AND COVER, PER CFWDETAIL — Is AD]16TNKiFB VbLW TO BKADf� PM CAW STO, DETAE N 7 11DJyE MANHUILEPERCFWSTD.DETAIL%5 FYTT uau ON THIS SiHEOAE 0 NOT USED ON THIS SCHEDULE 10 NOT UD OV.T SCHEDULE 11 tK I^EDONIHSSCHEDULE 11 11171 k.ETI ON THIS SCHEDULE 13 NOT USED ON THIS SCHEDULE 14 NOV YSEC ON TIC BOREDULe 15 NOT USED ON THIS SCHEDULE 1E NOT USED ON THIS SCHEDULE 17 NOTUSEO ON THLS SCHEDULE 1B HOT WHO ON THIS SCHEDULE 1i MOT uneD INI IHmw EOIJtE aR uOT IAEO ON THO 6C1ERlE FJfTiA BUTT JOINT AT STATION OR LOCATION INDICATED, �Cd FULL DEPTH AT MATCH UNE AND TRANSITION TOO IN AT DISTANCE DIRECTED BY ENGINEER. OPIANENADTHASINDICATEDON-PLAMNGVADTH AT CURB AND GUTTER' FULL DEPTH AT FACE OF GUTTER PAVEMENT REPAIR SECTION �.' REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD PERMEAMBLE HMA INLET PROTECTION �k�y xA KEY MAP 10.0% DRAWINGS CITY Orr DRAFTED: JCOLE DRAWING VERSION I REVISION LOG 2022 ASPHALT OVERLAY PROJECT CITY PROJECT•: 12522 DATiE R�"'°" Federal lrlra DESIGNED: J COLE I -Eh, CenWred on Opportunityy '= ARTERIAL SITE PREP AND PAVING SPA-02 s33a 6TT5 AVE 5 FEO4RALYYAr VVlS B;DOi R[vl>:BNED D-WBNALLR - - I PHONE (253,B3B.2700 w...B•• SCH A - STA 20+00 TO 30+00 VA".CITYOFFEDERALWAY.COM (JIILrIWPWdk& APPROVED: D.WINKLER 7 OF W GMPHIC SCALE w r 0 O CONSTRUCTION NOTES o_ ]] N 21 1 NOT USED ON THIS SCHEDULE ' Q ] NOT USED ON THIS SCHEDULE -2�-(q— LLI i AWATCATCH BASIN, PER CFW STD. DETAIL MS. _ —T DO TgfPR ]]iT1]CRT < IF*"Ai � — ]2+00 LU nRAiKD GRATE AND RISER LU- — Z S AOAIOTA1wu11ENT CAS4 AND COVER, PER CFW DETAIL JJ6 - - - - -- —_ ADAlSTTA]TTER V.] TOONADdPER CMSTD. DETAIL — W Z U T M IAS]i1f MRCFwETll. tlITAL 240. J < B NOT Ll IYJBD Ok TflD SCHEDULE (=.T Q 1 A'.]i IIOT USROwTTXf LYHEOVIF � S 373RD ST --�-- ------ -------------`----- 1D NOT USESw THIS SCHEDULE W _ « W Z — S H 1 aB• po ED SZS S W N W U) Q W T 5 bC n = 13 HOT USED ON THIS SCHEDULE 13 NOTUSEOONTHISSCHEDULE li NOT USEOON T11N 6cHElaA-E 15 B!.2!EDONTHISSCHEDULE ]tl NOTUSED ON TI4 tCHF�uL2 1T IMOIUSEDONTHIESCHEDULE 1S NOTf WRif SCHEDULE 19 N UDL DON I'Fffi SCHEDULE ]B W1l M Oil nif SCHEDULE 21 NOT ON THIS SCHEDULE LEGEND: ®BUTT JOINT AT STATION OR LOCATION INDICATED. FULL DEPTH AT MATCH UNE AM TRANSITION TO 0 IN AT DISTANCE DIRECTED BY ENGINEER. PIANE WOTH AS INDICATED ON-PLANING.DTH AT CURB AND GUTTER•. FULL DEPTH AT FACE OF DURER. PAVEMENT REPAIR SECTION, REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD PRE1 "OTECTIOII KEY MAP pa I 100% DRAWINGS Sny or Federal Way T DRAFTED: JCOLE �.i L • '�•� � ~ T DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT CITY PROJECT N. 12522 liRE� ND. DATE R�VI50H DESIGNED: J. COLE - - Centered an nl ry -, Y ARTERIAL SITE PREP AND PAVING SPA-03 aaa 13325 BTH AVER FEDERAL WAY, WA YB003 PHONE: (25](83'2T00 REVIEWED: D W NKLER SCH A — STA 30+00 TO 36+00 VWAN.CITYOFFEDERALWAY COM LbLmHG APPROVED: O.WINKLER 8 OF 0 GRAPHIC SCALE =r�ti CONSTwnm NOTES _ K TUSEDONTHISSCHEDULE - eTrlAVE s - "—` NOT USED ON THIS SCHEDULE r AiuMaruTw }ASIN FEa csTlr sin. oETAk 2.e REPLACE ENIMW RBAIAS, ORATE AND N9 WTH CITY A FURNISHED FA&MF. G-11' A1iO FMk S AO.TJSTMY UMMW CASE AND COVER, PER CM DETAIL S AOJLKTBAITER VALVE TDGEADE. PER CM STD DETAIL MS i ADJUST IAAu11L• MR W &M DETAIL ]d5. NOT UfED ON THIS SCHEDULE ..� } 9 HOT' ON THIS SCHEDULE �. a ♦s 10 iWTYaO mIHN. LCH[O'JLE ��L� Ojai-� 11 NOT UI:SOGH THIS SCHEDULE TA t .S•J '4 IA t[�•a E . �w Z4 12 IIOT USED ON THIS SCHEDULE 12 NOTU]EDON 9HIa SCflSa E 14 NO T USED ON THIS SCHEDULE 19 UOT MtD ON HIS fcnAJAAE % WFUSEDONTHISSCHEOULE tT HOT USED ON hr SCHEDULE 1S NOE UBEO GN THIS SCHEDULE LEGEND ®SUTT JOINTAT STATION OR LOCATION INDICATED, FULL DEPTH AT MATCH LIW AND TRANSITION TO D IN AT DISTANCE DIRECTED BY ENGINEER ®PIANEVADTH ASINDICATEDON'PLAWNGVADTH AT CURB AND GUTTER' FULL DEPTH AT FACE OF GUTTER PAVEMENT REPAIR SECTION. REMOVE AND R EP LACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLJFT- Tlpx .. a r' KEY Mn.n a� 100% D ^ �r� �rW W� €� Centered onQppwtunity g3]35 BTHAVES FE'SERhL'YAY.VW OLP7o9 l PHONE: (253)835-27DO '� WAAN.CITYOFFEDERALWAY.COM • II..r..bdDDL C50beft Wft DRAFTED: JCOLE _ 'I'I�} = DRAWING /REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 HD. GTE r;VIWNVERSION IfEVI>UDN DESIGNED: J.COLE REVIEWED: D.WINKLER ARTERIAL SITE PREP AND PAVING SCH A - STA 40+00 TO 50+00 & 36+00 TO 37+95 SPA-04 APPROVED: D WINKLER 9 of 9B GRAPHIC SCALE a t] l CONSTRIJCMN NOTES 1 NOT U5m Q. THIS 6CHEIA," ] IEat IY, 0. THPJ KCHEOYIE D =U:TCA'i MRI, PSR&W STD, DETAIL 165 fYPL/,�.AJOK0NG F9O.ME.ORaTE AHpfuSER WSII CITY NRNiI�I] FRAAE, ORATII AIL] KaER. 5 ADJLL6TMONUMENT CASE AND COVER, PER CFWDETAIL — 6 ADLTi VOTETO OIIADO, PER CFWSTD DETAIL 155. T ADJUSTMANHOLE, PER CEW 7111 O. TAIL36J_ s Nprystaal THIS SCRERJLE 9 NOT USES DAI THIS SCHEDULE 10 NOT USED ON THIS SCHEDULE 1 11 II&T USED ON THIS SCHEDULE li LEGEND: ®BUTTJDINTATSTATIONOR IOCATIONINDICATED, FULL DEPTH AT KLATCH LINE AND TRANSITION TO a IN. AT DISTANCE DIRECTED BY ENGINEER. r® PIANEVADTH AS INDICATED ON PUAMNG WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLEFPRDTEC'I113fI KEY AAAP ~ r, 100% DRAWINGS QZT Federal inlay Centered an Dpporiunity 33325 BTH AVE S FEDERAL WAY WA BKfAY3 PHONE (253)83S2700 MMW.CITYOFFEDERALWAY CO. . KnwWYbMOKI. CIMbihIKW ft DRAFTED: JCOLE _ 7 Nr ~' "'<<' '•" DRAWING VERSION I REVISION LOG 2022 ASPHALT OVERLAY PROJECT ICY PHCI'CTs 12522 p LT � DATE RnD N�N DESIGNED: J. COLE REVIEWED: D.WINKLER ARTERIAL SITE PREP AND PAVING SCH A - STA 50+00 TO 59+46 SPA-05 APPROVED: D.WINKLER 10 of 99 t S;-11 t! d''� •St t05 LT EmN iz•r 1as Rr ST t 5 GRAPHIC SCALE X p ip w �Q 1 ��UBlJ1tlq THo uHrwLE z rnrDceoor-1ws :creauc rntU. SCHEWLE R IoDTU;ED ON THE SCHEDULE 5 MOT USED M WE SCHEDULE 6 tW USED W-SCHEWLE 1, NOT USED W THIS SCHEDULE S rat UMb u1 TH =,r LE NOT USED THIS SCHEDULE 10 Nt]T-ED a TMS DCHEDIAE r m MK NARK. TYPE28 12 NDT LEED osr THIS SCHEDULE 1J Arll[ED EWELINEPER NSDOTSTD. PLAN NL]P.1DN 1� PWNfEOOvuHCF TEL40 Ct+^ERLL"�PER NDOOt:m. A.Nr M.MlWaAMOSNn.TS.iR 15 1 F,QT USED ON THIS SCHEDULE IJ' 100% DRAWINGS u �9DN Federal Way Centered on Opportunity 77u mt,kh'E R 'WERAL%yAT m mW3 PHDNE Als]m WfAALn" rFEOERALYJAY,GDM F R-CAbN aILL �DEIneIDD01y DRAFTED: J.COLE �,;s• _ • V-.H .. ' DRAWING VERSION I REVISION LOG 2022 ASPHALT OVERLAY PROJECT CITY PROJE.:YI 12522 E- �� gEvwDrs DESIGNED: J. WNKLER REVIEWED: O WINKLER ARTERIAL PAVEMENT MARKINGS AND SIGNAGE SCH A - STA 10+00 TO 20+00 PMA-01 ,APPROVED: D. WINKLER 11 of 99 a s a � N GRAPHIC SCAL zE Q D 1a m � W In ul w U1 W N N W W 2 — z QS 373RD ST a❑ PAVEM%TMAaMNaWfflTay.CUDN NOTES 1 NOT USEO W THIS SCHEDULE NOr DEED DN THIS SCHEDULE T WTUSEDONT %SCHEDUUE rr-.E uUsO off TNa SclldllE S rnf u0E06U ilia ACLIIDYUE 6 NOT MO CN TaS SCHEDULE 7 NOTUOEDON IMIS:CHEOLSE 1 WT USED ON THIS SCHEDULE 9 WTUMDONTga Sp1E0UM1c 10 %IUD ON TTS SCHEDULE n.zoLT .I 11 1H'OW wiI,WpNEp TYPE 3B •I.Lr 4 12 NOT USED W T•A SCHEDULE w N 13 MWEOEDOEUNEPEp N5DOTSTOPL W20.— > m PAINIW DDUELE wnW CEwEALO:C nq WCOOTdTO nNN x 1a hl.7p,1G1R10lb Y]WYw Q — Ty w _ Na _ � 1s Nprv�OON tINS ttHEONf" w N W w W co S 3/3' f7 S1 S 373RD 5T Z C=1 H Q J U � � w �i KEY MAF F a 100% DRAWINGS 5 arrow DRAFTED: 3COLE Na• DRAWINGVERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT cirriP�WEc7E 12522 NO OA E REVl�iON DESIGNED' Federal Wcly ARTERIAL PAVEMENT MARKINGS AND SIGNAGE PRIA-02 i Centered on Opportunity = " 33D]5 BTH AVE S FEDERAL WAY, WA BB007 9 PHONE (253)635-27DO KI�iiYt1MOW. REVIEWED: DD. VANK.WINKLER REVIEWED: •�Ha - SCH A - STA 20+00 TO 30+00 APPROVED: D.WINKLER 12 OF 99 VWWVCIWOFFEDERALWAY.COM CabMIMPUft 5 Q GRAPHIC SCALE N I i ---"— --�--- 13 1 3 D 1D ]fl w w u J1 0 LU W w 1n W Z 1LI S 373RD ST = 2 a F a x r a l eAVE]033if NDDi%WO CONSSNS1SD0b wTEi TUGT33 ON 1HI5 SCHEDULE 2 W VEED ON THe]SCHEDULE 4 NOtUCE00NTHISSCHEDULE 4 NOTIISEPMTHISSCHEDULE S Hior E0ONTll]SCHED4AE wr L6lo ON THIS MmmAE i ee�I USi061THe]SOHEDVLE B NPTUESDO%THIS SCHEDULE B 1 r USED ON T,M NNWDµE y 10 HOTU]EDONTHISSCHEDIRE BE Np LT 11 T •SOLT 11 HTD%AUi NARClRTVPE 2B I --T E'a•f .. N L je. �I D. G7 11 pTI DED SON THIS SCHEDULE w ——J J — ------'—_'_—S �t DO—' 14 MNTIM WUIEFk.4CWCFW�KFlE t5lMtlr�Tr]i0. FUV! IRx�.TA-m lum Erra]004. DO SD Nl DJ DJ 1S NDTLS WIIM SCHEDULE W !u W 2 a ` � w .••�*I]G+ T4 e1�1V RT L.T M. L �V KEY MAP 100% DRAWINGS arroF DRAFTED: J.COLE DRAWING VERSION REVISION LOG 2022 ASPHALT OVERLAY PROJECT LI PROJECT* 12522 D �� R�e�N DESIGNED: J-GOLF Federal Way = ARTERIAL PAVEMENT MARKINGS AND SIGNAGE PMA-03 CerflaradOndppOrturlity 'JD:S 6LH •4E ^. FEDERAL N+AY. lti1 f1100]�yq�� A PHONE (2ERALWAY. EeoC0010—mlt REVIEWED: D_VANKLER �.: SCH A - STA 30+00 TO 36+00 APPROVED: D. WINKLER 1D a BB W4WV.CITYOFFEOERALWAV.LOM �YI�e1DDE� END JJ .RTH AVE S 3 r: Ir I- GRAPHIC SCALE _DIn THi SCHEDULE I I INDTINDT USED ON THIS SCHEDULE ' 11 D IWT USED ON TWS SCHEDULE I SCHEDULE w w sLe_— as es ,R , ut eE rw ¢ w In —44 Of - U) UJ �r iiaT a BEGIN — - - � ` - o Rr � KEY MAP 8 ¢ 100% DRAWINGS ��y O! DRAFTED: J CDLE �J :.. DRAWING VERSION / REVISION LOG 2022 ASPHALT OVERLAY PROJECT CITY PROJECT 12522 N� DATE REMIGI Federal Way DESIGNED: J COLE �` M1I HiM1�t Centered I I ARTERIAL PAVEMENT MARKINGS AND SIGNAGE PMA-04 JZ3258TN AVEI FEDFIIAL WAY %VA"M5 PHONE (75])S35-27M IIvSY\bdom at D: Dv LfR SCH A - STA 40+00 TO 50+00 & 36+00 TO 37+95 VWM.CITYOFFEDERALWAY COM IY bW—,.ft APPROVED: D-WINRLER I� (fir orDRAFTED: J. COLE Federal Way DESIGNED J COLE Centered on Opportunity REVIEVYED: D. VANKLER 33775 BTM AVES FEDERAL WAY, WA SUM Ila PHONE EDERALWAY tl Cand-7. NNAN.CIIYOFFEDERALWAY COM tiitlrY�PDdig APPROVED: D. WINKLER GRAPHIC SCALE I 1 INOT USED ON THIS SCHEDULE T IS SCHEDULE 1 2 NOTUSEDONTHIS SCHEDULE SCHEDULE DRAWING VERSIONIREVISION LOG DATE RsvlsOn 2022 ASPHALT OVERLAY PROJECT fy S�` F KEY MAP 100% DRAWING: G:, PROJEOT 12522 1 SHEET ARTERIAL PAVEMENT MARKINGS AND SIGNAGE SCH A - STA 50+00 TO 59+46 CITY OF Federal Way Centered on Opportunity 33325 BTH AVE S FEDERAL WAY WA 98003 PHONE (253) 835-2700 V WW.CITYOFFEDERALWAY.COM � 1 Ksw.rlr bolmFL CellblsFTwdly DRAFTED: J. COLE DESIGNED' J COLE REVIEWED: D. WINKLER APPROVED: D-WINKLER N-� GRAP3065CA1E ?g 0 SD 20 LEGEND: ®BUIT JOINT AT STATKIN OR LOCATIN I NDICATED. FULL DEPTH AT MATCH UNE AND TRANSITION TO 0 IN AT DISTANCE DIRECTED BY ENGINEER. PLANE WIDTH AS INDICATED ON'PLAMM3 WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF CUTTER. PAVEMENT REPAIR SECTION R EMOVE AN D R EP LACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTECTION GVERSION /REVISION LOG II&TE IR�IDu 2022 ASPHALT OVERLAY PROJECT DATt: ARTERIAL SITE PREP AND PAVING SCH B - STA 70+00 TO 79+00 e>o n AJ.11,T�7 KEY MAP A DRAWINGS CITF PR03ECT f: 12522 S P B-01 GRAPHIC SCALE D IO D a! PERPENDICULAR. LEGEND' ®BUTT JOINT AT STATION OR LOCATION INDICATED. FULL DEPTH AT MATCH UNE ANO TRANSITKIN TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER. ®j PLANEWIDTHASINDIGATEDON-PLANINGWIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER. r1PAVEMENTREPAIRSECTION REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTECTION r easJTH�r KEY MAP 100% DRAWINGS carer Federal Wpy Cen[ered on Opportunity ]33�D-WAVEA FEDEIIALWAYWµ5B0S3 PHONE (253)aj- WVWO.CITYOFFEDERALWAY COM • CRUbsi iRiBIG DRAFTED J.COLE .r M�`ry _ .�tiN;, DRAWING VERSION LOG 2022 ASPHALT OVERLAY PROJECT CfTY PRODECT0 12522 WERT 1L0. DATE REVISION DESIGNED: J COLE REVTEWCV ¢.1MRKLER ARTERIAL SITE PREP AND PAVING SCH B - STA 79+00 TO 84+00 SPB-02 APPROVED: O. WINKLER IS DF 99 ro Lr u r r . xx ty• {t e 4E t F{ epge °ace f• ! �y�` �SY 15 � r 15TH AVE S AHD S 75STN ST tei ., TI "• NAVD 68 = 15T11AVE S AND S 359TH ST yrAva NAVD BB +4p ORPPHIC SCALE CURB RAMP NDTES 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS -OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE MOOT STD PLAN F-10.12-0 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DETAA FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F45AM2. 5. CURBRAMP LANDING. AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS B-14 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES- 8rl-E PREP COXSTXNii14AL AQTE7. 1 AW SCUT ASPHALT PAVEMENT OR CONCRETE T ADJUST MANHOLE, PER CFW STD. DETAIL 3 55 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT GONG. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL, 4"TOPSOIL 15 CEMENT CONC. CURB 121N WIDE. PER DETAIL PAGE G415. KEY MAP 100% DRAWINGS z CffvOF DRAFTED: J COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT CITY PROJ[GT i. 12522 DA REVf;mR Federal Vllay OEDFGNED J.COLE < Centered an Opportunity r" RAMP 1 &2 CRB-01 33325 BTH AVES FEDERAL WAY WA BB003 --Mow. REVIEWED: D. WINKLER .�♦..h.'a• SCH B 16TH AVE S PHONE (253)835-270 WNWN.CITYOFFEDERALWAY.COM CIIIUIIu Iou®G APPROVED: O-WINKLER - 1B VF 9B 16VLT `r/ s 15 s e NAVD BB 16TH AVE S AND S 350TH ST is e'NAVD I>8 GRAPHIC SCALE D 10 w . CURB RAMP NOTES 1- SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REOUIREMENTS- 2, DO NOT PLACE GRATINGS JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED, SEE WS DOT STD PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFWSTD DET3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS, 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F4 10-02. 5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. Ox 917E PREP Loff9TRUGTION NOT" 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CM DETAIL 3-04 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12 1S SOD LAWN, INCL. 4"TOPSOIL 18 CEMENT CONC-CURB 12IN- VNOE,PER DETAIL PAGE G-05- 20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.124 KEY MAP DRAWINGS DRAWINGVISION NI REVISION LOG 2022 ASPHALT OVERLAY PROJECT -12522 rrTY OF DRAFTED: ']a�� E DRAFTED: J. COLE Federal >R a t.iiy.y N9. DATE REVISION _Y/ ' 1 DESIGNED: A DOLE ' � sK[Si �"'� -i .- Qp A } Centered on Opportunity REVIEWED: D.WINKLER RAMPS 3014 CF2B-�2 33325 BTH AVE S FEDERAL WAY WA 95003 PHONE ,253,935-2709 K.,.r..l. SCH B - 16TH AVE S WAW.CITYOFFEDERALWAY.COM CIIJJ 6/6901p APPROVED: D-WINKLER 20 ar 99 16uiavr :; SIGN SCHEDULE 61GN NO. CD SIGN CODE STATION OFF- 1 STEEL POST RaL EL POST IS'Ri ]M�t16- ­14 GRAPHIC SCALE ID :D MO ON THIS SCHEDULE ON THIS SCHEDULE ON THIS SCHEDULE ON THIS SCHEDULE ON THIS SCHEDULE ] PLAb 531&1JI]tl PER CPNOETA9• 2•11 h ATQAIFL VrPE Al PLASTC CROSSNMLK LINE PER CFW DETAIL } I (MATERIAL TYPE S A) 9 PLASTIC YIELD UNE SYMBOLS PER NSDOT STD. PLAN MdMEDOM 1O NOT WSL I.]LI THIS SCHEDULE 11 ML 169RFFR TYPE 2B 12 PLASTIC SPEED BUMP SYMBOL PER WSDOT SM PLAN M3A.SOOM (ATSID WPEA) INCIDENTAL TO SPEED HUMP INSTAUATK]N 13 PANTED EDGE LINE PER NSDOT STD. PLAN AY3910MD QK SIGNAGE NOTES 1 PERMANENT SIGNING. INSTALL R}17 SIGN AND STEEL POST 2 PERMANENT SIGNING, INSTALL R3-17 SIGN AND STEEL POST 3 PERMANENT SIGNING, INSTALL R3.17 SIGN AND STEEL POST M �3�fr S— Hal V Ot -TH 1 KEY MAP 1nnoA nRAwmi s c�rrw Federal Way Centered on Opportunity 33325 STH AVE S FEDERAL WAY WA 9BW3F+•� PHONE: (253)835.2700 WAMAV.CITYOFFEDERALWAY. CON 1 CAiIDer I-ft DRAFTED: J.COLE :, +• •• DRAWING /REVISION LOG 2022 ASPHALT OVERLAY PROJECT DT]1'PRVJECTM: 12522 wEEI NG �TE REVERSION RLAl1B0tl DESIGNED: J. COLE REVIEWED: D.WINKLER - - ARTERIAL PAVEMENT MARKINGS AND SIGNAGE SCH B - STA 70+00 TO 79+00 (� PMB-01 APPROVED: D.WINKLER 21 OF B9 crry Or Federal Way Centered on Opportunity 33325 STH AVE S FEDERAL WAY. WA 98W3 PHONE: (253)935-27M VA Nd.CITYOFFEDERALWAY.COM DRAFTED: J COLE e DESIGNED: J COLE REVIEWED: D. WINKLER I{s. below. Cepudm Inu Ny APPROVED: D. WINKLER "BIKELANE GRAPHICi0 SCALE �] Q 2- THIS SCHEDULE THIS SCHEDULE THR SCHEDULE bit SCHEDULE T PLASTCSTOPLINEPER—DETAIL—(MATEFML TYPE A) PLASfFCROS5YNILK LINE PER —DETAIL 331(MA RIALTYPE Y INTbYIELD LINE SYMBOLS PER WSDOT STD PLAN M-24SDD1 ' 10 WiUSED ON THIS SCHEDULE I p4A10AULTYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 1J PAINilb. GIIL�%NSDOTSTD.PLA 401- 1 15 IP—OIIC !-A IESYMBOLPERNSDOTSTD-PIANM-0050-03 AQ SIGNAGENOTES 1 PERMANENT SIGNING. INSTALL 113-17 SIGN AND STEEL POST 6" 5 Si 1 J5 1 KEY MAP 1000% DRAWI DRAWING VERSION/REVISION LOG DATE 2022 ASPHALT OVERLAY PROJECT , 12522 ATE HEV15lDN- ARTERIAL PAVEMENT MARKINGS AND SIGNAGE SCH B - STA 79+00 TO 84+00 m 104a00 �03.+WW MATCHLINE SEE ABOVE GRAPHIC SCALE I 9 to T3 ♦0 LEGEND ®BUTTJOINTATSTATIONORLOCATIONINDICATED. FULL DEPTH AT MATCH UNE AND TRANSITION TO D IN AT DISTANCE DIRECTED BY ENGINEER. s®u� PLANE WIDTH AS INDICATED ON'PIANING WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTECTION Lo Bti W.1 Q I' N S 336TH ST KEY MAP 100B/a DRAWINGS �OF Federal Way Centered on Opportunity 33375 BTM AVES FEDERALWAY WA BB003 PHONE EDERALWAY, VNAN.CITYOFFEOERALWAY.COM L e II�...r,balm -7. '�EilweplBy GRAFTED: J. COLE '_ _ 'r, n�i •� DRAWINGN/REVISION LOG 2022 ASPHALT OVERLAY PROJECT G PROJfCTi 12522 MD. DATE REVISIONVISION D�wHEO >_ caLe REVIEWED: D VANKLER ARTERIAL SITE PREP AND PAVING SCH C — STA 100+00 TO 109+00 SPC-01 APPROVED: D WINKLER 24 or 90 SZ S w z zi 12VW I GRAPH IC SCALE O D id 26 �D x CONSTRUCTION NOTES 1 EA1 r11 ASPHALT PAVEMENT OR CONCRETE TIOC MDE➢GE. REOUOE;F6W ALONG DRIVEWAYS W526. SEE PAYOYR L>wTA1Ll PAGL W S ] AD r CATCH DASiI. PER CM SM DETAIL }S5. 4 R£R -'F KXIS A AWIC. GRW AW RISER WTH CITY FT1R1�1lD ARAME GRAFEAeRI�- 5 A0.1UEr M011WAerlrsASEANDc11PRi. Pr}cewcerouuaB E ADJUST WATER VALVE TO GRADE, PER CM STD. DETAIL T ADJleT MI'VAIOLI, PPJL p1W am MtAl EA- CEA�NTSO"GC11R!%AM TfPE PARALLEL A. PER OT DETAIL ° rwB.ucT i C216lMTG .cvu PANP TYPE PARALLEL B-PER WSDOT OETAA FI0.12d] CDAFNr CONC.CUAS RAMP TYPE SINGLE OpiECTpN. AuW G6 TMC IG j1 ceaewr .slxilcAw+nPElenRPc !-Ap "GFW DETAIL 2111 12 L'[YE G .CL MO OUTTF.R, PER CM DETAIL381 1] ClNlNT CDIC'dIGEHKLp. PER CFW OBTA¢ LIT 14 RLM}JE MOUNTABLE CEMENT CONCRETE CURB. 15 LWIMITI INCL 4'TOPSOIL 16 UIRCAGED Cff I CONC CURB PER CM SM DETAIL -A 17 N9T NEED Od2 DG6 SCHEDULE IB GF1MENr:yt.Ouy 12 K WOO PER DETAIL PAGE G-0 19 UTLITTY COVER LIP MMA COATING 20 CEMENTCS�RB'!!PlVYSiR1AN GIJIEg PEp Y25P0!'�lAE T•tA.Ixw 1 /Ai U6L0 ml Ty] OCFx: W LE 23 1 NOT USED ON THIS SCHEDULE LEGEND' ®BUTT JOINT AT STATION OR LOCATION INDICATED. FULL DEPTH AT MATCH UNE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON'PLANING WIDTH AT CURB AND GU TER'. FULL DEPTH AT FACE OF GUTTER. YAYEMETFT REPAN Bt-MN .'. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD V/] Lu INLET PROTECTION 41 S 336TH ST KEY MAP cry�Vwa 1 DRAFTED: JCOLE M DDAAM AG�'VERIS�ION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 Federal Way i DESIGNED: J COLE _ ricFT Centered an Opportunity= ARTERIAL SITE PREP AND PAVING SPC_02 33D7 DTHAVFY EEl1ERALAAYVWie00I REVIEWED: MWINKLER L..:" PHONE (253)B3S2T00 Kro. IbapB19. SCH C — STA 109+00 TO 119+00 VMW CITYOFFEOERALWAY.COM Callb� pudl4 APPROVED: D. WINKLER E of BB 6 w 0 a LU a00 W Q 120I100 _ _ _121 00 CITY OF Federal Way Centered on OpFwrtuntty 33325 BTH AVE S FEDERAL WAY WA 9B003 PHONE (253) 835-2700 MNWV.CITYOFFEDERALWAY COM V Q; GRAFTED: J LOLE DESIGNED: J. COLE REVIEWED: 0- WINKLER KI r, below Callb.lmer¢DOI` APPROVED: 0. WINKLER S 336TH ST 123a00 _ s — 123_0 — GRAPHIC SCALE 0 10 20 b < CONSTRUCTION NOTES l sALlcur ABTBTALT'FWEMEIFT ne CGOLEfE THICKENED EWE, REDIICEHEIGHTALCNG DRIVEYMYS BYSOK. SEE PAVING DETAILS PAGE GOS O J 'AOJ.@iCATca(BA51il WER gRV 51D. DEYAT.OA)i _ J W r m ILL!1 W R4LALFrE>NBTw ife.Wl gRATE AWRIZER W1 cm rmM W Y6A1III!. DAAN AAV 111JEi. U1 5 AWU6TNKRAA"Y CASE AND COVER, PER CFW DETAIL-1 _ 1241 Z_ s AOIDST%knVµVeMU ADE. PER fAVLTD. PET;&--. 7 AOATiTMA1BID fLJ CFW STD.DETA1L 55 J 2 C3\4TR QNG.D]IRO RAMP TFKE PARALLEL A-AV1sDOT NO F�B.].a Q DEMENT ONC. CURB RAMP TYPE PARALLEL B PER YYSLVT DYT E�I=Y7J. ° Lt I 7 COND.G1/1B CAMP T 00f DU],U Oil. pi*Y. ca•W DETAIL �.1¢ T'} 11 CEMENT CONC- CURB RAMP TYPE I PERPENDICUTAR, PER CFW DETAIL }I1 12 CEMENTCONC-CURBAND GUTTER, PER CM DETAIL S 1 1] CEMENT LONL SIDEYMLK, PER CFW DETAIL 111 11 R(fAOVE NDUNFMCE CEMENT CONCRETE CURB. 15 SY✓p IAWN,INLL-A'TOP6gL 1E OTRI✓I OCEMENTC0NC.CURB.PERCFWSTCIDETAIL 17 IUT USED ON THIS SCHEDULE fB fRlREMTwIC aIlK 111N. WIDE -PERDETAILPAGED-0S- 1B l7FlUTT COVER NONSLIPMMACOATING. A 21 MO EDVMTHISSCHEWLE (U) 22 NOTUSEDONTHISSCHEDULE d 22 W IltK2PD+CE ROCK Ti1R.egI,K,QER' 7/WCTION. � OCNPACY#L?lAIPE .E!OL'EgLILY pEnH W A IIEJMS'E rImPFIG 15yVQ 2i GETEOTABLEWLTIH�6¢u1CAgE O p0 Y MRREMOVAL .1 YEMOPE YR1EWRiY v P a a AE"Md1E CDNC CWEAM dfRER / N 2E A[MOVE KWSfIC TRAFEie NMANO z �2R Z LEGETJp; >S BUTT ILLDE T AT MATC LINE LND TR1NINgCATO SF7,�Bp Q ® FULL DEPTHC DIRECTINEANDGINEER. TOD K IN -AT DISTANCE DIRECTED BY ENGINEER. W PLANE VADTH AS INDICATED ON'PIANINO WIDTH W AT CURB AND CUTTER' FULL DEPTH AT FACE OF UJ GUTTER 336TH ST _ W PAVEMENT R> Am secnDu z z:L REMOVE AND REPLACE CONCRETE U � Q REMOVE SIDEWALK REBUILD ROAD 1n INLET PROTECTION LLI LU Q Q KEY MAP x ry S 336TH ST 100% DRAWINGS DRAWING RE%4tRSION/REVISIONLOG 2022 ASPHALT OVERLAY PROJECT -+"IurF N0. OATi RELgBWN IA. ARTERIAL SITE PREP AND PAVING SCH C - STA 119+00 TO 129+00 12522 C-03 n 0A, z � r 131+00 l » ii N S 336TH ST 1 \ P GRAPHIC SCALE qe 20 0 XI %• CONSTRUCTION NOTES 1 SAWGUTASPHALTPAVEMENTOi CONCRETE R CKENEDEDGE,REDUCEHECHTALONOg2IVEWAYSBY50% SEE PAVING DETAILS PAGE - PDJUST CATCH BASIN, PER CFW STD -DETAIL MS. M REPLACE EMSTIND FRAME, GRATE AND RISER WITH CITY FURNISHED FRAME, GRATE AND RISER. J ADJUST MONUMENT CASE AND COVER, PER CM DETAIL 2 6 6 ADJUSTVMTERVALVETOGRADE,PERCFWSTD OETAILMS I. AWIXI VIANNOLE. AERCFW M. DETAIL 3-0 9 CENENTCONC CURB RAMP TYPE PARALLEL A. PER VbDOT DETAIL F M0 i— B CEMENT CONIC. CURB RAMP TYPE PARALLEL B. PER WSDOT DETAIL FJB.1 10 CEMENT DOW CURB RAMPlYPES"DEB'DT tIDN. pm env DETAIL- 11 CDEMENT CONC. CURB RAMP PE lFERTEIQLINR. PERCFW 5-11 12 CEMENT CONC. CURB AND GUTTER, PER j WDETAIIB-09 1J [EMENTLONC.BCEWMLK-P.B0. cfA20E 1< REMOVE MDUNTABLE CEMENT CONCRET 15 SOD LANN,INCL.O'TOPSdL tfi EXTRUDED CEMENT CONC, CURB -PER C1T NDY USED O%I THIS SCHEd11E1B CEMENT CONIC CURB 121N. WIDE, PER D19 UTILITY COVER NONBUP MMA COATING.20 CEMENT CONCRETE PEDESTRIAN CURB F-1d12-01 21 IE]I USm Oi TTts SCREFILC 22 NOT USED ON THIS SCHEDULE 2] MAINTENANCEROCKFOR SICULDERRECONSTRUCTION. COMPACTED 2' WIDE MAX- BY OVERLAY DEPTH T4 REMOVE TRAFFIC M—D 5 DETECTABLEW%RMNO SURFACE LEGENO: ®BUT JOINT AT STATION OR LOGTION INDICTED. FULL DEPTH AT MATCH UNE AID TRANSITION TO 0 IN.AT DISTANCE DIRECTED SY ENGINEER. PLANE WIDTH A6 WDIGTEO DN'PUMNG VAOTH AT CURB AND OUTTEW. FULL DEPTH AT FACE OF GUTIER- PAWAIENT IlFAIIRSECiiDM REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD U) INLET PROTECTION ; U) Q Q S 336TH ST KEY MAP g CITY OF DRAFTED: J-COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT--12522 Federal Way r 5 NO GATE REVSION s EET @ f REVIEWED: D WINKLER _ Centered on Opportunity ;l . ARTERIAL SITE PREP AND PAVING SPC-04 r J7R5 BTH AVE B FEDERAL WAY, WA BB003 3i PHONE: EDERALWAY X.cambamy u SCH C - STA 129+00 TO 139+00 WWN.CITVOFFEDERALWAY.COM IYIIBFIOIRyRIaL APPROVED: D WINKLER I ZT aF B9 J m _ W � w x L) h a � g 336TH ST rp �d J W C GRAPHISCALE m a C 3B AD E x• CONSTRUCTION NOTES 1 IrYiUTMFMALTPAVue[Irt "CONCRETE 2 WIC WOEDOE. REDUCE HEIVIlVALTONG aNWMn BY 50%. GEE PhAlA1 DETA3LS PAGE oA1R 3 AOAATCA1CH BASIN, PER CM STD. DETAIL MS ]IE:PLAGe E]&7EIG I !!. ORATE ALOR13EN WTH dTr !uR1�Nm AIUIME amm Am R15F2i. f AD.wSC3m1F1L�R EAND CDYE3LpE/+OFIVDET+LO.]J6 S Ap.nlsTNkTE11 VALVE TOOMDE,PERCFWSTC.DETAIL—. AaJIATAM /R U E PER GVlfD1 DEiA1LS� f LYMIYi'CVNC. CURB RAMP TYPE PARALLEL A, PER NSDOT DETAIL F�0.13-0] A CEN@ITIONCcuRR RAMPTYPE PARALLEL R.PEBAupoT �Tf1A F-.13-0] 10 aft"T C.o C.CURS RAMS TYPE SINGLE DIRECTKIN, PER CM OETAA. }10 11 ODLIENT GDNLOM AAMP TYPE I �LPM. MCOW Damsµ:ll 12 CLRB NN0 PUTTER. PER CFW DETAIL3-01 I3 MidmTLO110, 010&ALLK. PER CM DETAIL 3A2 to WA04 MOUNTABLE CEMENT CONCRETE CURB. ,S ROD LMW NC rTOPS4IL B EATEBmmMENT OC%Ia, CURB. PER qw= WAIL 4� 1T Mf]TVSEDALTEff SGHEOULE 1B CDMENT COC. TU4121H. MWE�P DETAIL PALEO•� 1B UlI COVER NONSLIP MMA COATING. / IFrFNQi ®BUTT JOINT AT STATION OR LOCATKIN INDICATED, FULL DEPTH AT MATCH LINE AND TRANSITION TO 0 IN. AT gSTANCE DIRECTED BY ENGINEER. PLANE WDTH AS INDICATED ON PLANING MOTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER. PAMY'Ji&NTREVIIRSECTEON ��—• R EMOVE AND REPLAC E CO NCRETE REMOVE SIDEWALK ® REBUILD ROAD STA 10-Ja KIFON U) W INLET PROTECTION Q LL' = Q S r S 336TH ST KEY MAP CRy pr 1 DRAFTED: J. COLE -.� DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 NO. OAIE REVISION . Tr Federal a DESIGNED: J COLE Centered on Oppart Erty — ARTERIAL SITE PREP AND PAVING SPC-05 1xL ]]]]B BTH AVES FEDERAL WAY, WA 96003 REVIEWED: D W1NKlER A PHONE (]5 ])B]5.0700 x..rr%ef1oML.:..�'`� SCH C - STA 139+00 TO 146+70 5 NVJN.CITYOFFEDERALWAY-COM CgBidiius NOdL APPROVED: D. WINKLER 28 of 99 1`.3% 15.0' 'A ' •. CRC`Sr5LOPE FJICEEAF ^.%. +FE _ u ib.nc F •� iti� _ - - -s FI uoo+�oAoq G r: 7 4.3% _ 150' O I% u5 t nanu-� �. M _ 2tl �1.F RI c16iA]:4GL �. 26 NAVDNAVD BB k y 1 / ➢ELF f> 1 _tF _ - f FL Q 0' A 16 0' '1 7 4 f :• - J y✓� A d • ' 1.2N �.._ Y• 141% S C `.fi% �, d 6.0' �145W 5.5' n f f \ � Al1 `•• 1555sY -p 1i LF nr . 1 #3 s S36TH BT uAvofie h f s GRAPHIC SCALE CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FO R REFERENCE ONLY. FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-1012413 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEECFWSTD DET3A FOR CURBAND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4 INSTALL DETECTABLE WARNING SURFACE PER MOOT STD PLAN F45.10-02 5 CURBRAMP IANDING, AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS 8.14. 6. ACCESSIBLE PEDESTRIAN PUSHBUTTON POST (PPB(TO BE RELOCATED PER PLANS. PPB DETAIL REFER TO WSDOT STD PLAN J-20.11_M 7 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DO ft. O .91TE PREI cg45TALAI'TRQN NOTFS 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 7 ADJUST MANHOLE, PER CFW STD. DETAIL 3 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4"TOPSOIL 18 CEMENT CONCRETE CURB 121NCH WIDE, PER DETAIL PAGE G-05 20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12434 26 NON -SLIP MMA COATING � V! Q � m F s �T S 336TH ST L A LY t M�IIAW 6E d KEY MAP 100% DRAWINGS CRY OF DRAFTED: J. COLE DRAWING VERSION I REVISION LOG Gf1Y PRaJECTN: DATE REVImo 2022 ASPHALT OVERLAY PROJECT 12522 Federal Way DESIGNED J COLE T 31 00 Centered on Opportunity = CURB RAMPS 1-3 33325 BTH AVES FEDERAL WAY WA 983 REVIEWED: D. WINKLER CRC-01 PHONE (253)835-2700 ;,Wow. SCH C - S 336TH ST VWAV.CITYOFFEDERALWAY COM CBQQ LM" DUft APPROVED: D WINKLER 23 OF 49 �� s a�srrl sr >ft «OT�1�i•i,• .l INA�VO S! 'A Y GRAPHIC SCALE 0 ID 20 b CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY. FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3- SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WSDOT STD PLAN F-1012-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS- 3EE CFW 6TD OST ,7.4 FOR CURB AIP]OUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F4 5.1002. 5- CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS 5-14. S ACCESSIBLE PEDESTRIAN PUSHBUTTON POST IPPBI TO BE RELOCATED PER PLANS. PPE DETAIL REFER TO MOOT STOPLANJ-2L11143- 7. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES, O SITE PREP CDM5TRUCTIGN WTli 1 5AWCUT ASPHALT PAVEMENT OR CONCRETE 7 ADJUSTMANHOLE, PER CFW STD. DETAIL 365 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 304 13 CEMENT CONIC. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4 TOPSOIL 1B CEMENT CONCRETE CURB 12INCH WIDE, PER DETAIL PAGE C-05 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-04 28 NONSLIP MMA COATING U) Ld � Q Y S 33UTH ST D KEY MAP 100% DRAWINGS cr"of DRAFTED: J.COLE �V"11u Ai LOG 2022 ASPHALT OVERLAY PROJECT V ;2522 W. DATE REVISION Way Federal #Ray GESIONED: J-CaLE � __.• SHEET Centered on Opportunity CURB RAMP 4 CRC-02 33325 BTH AVES FEDERAL BBOm REVIEWED: D-VMNKLER PHONE: -27WO k�.,rKr be101a t'�9'b'l1�dMF SCH C - S 336TH ST 30 W EDERA3S2700 VMAN.CITYOFFEOERALNWY.COM APPROVED: D-WINKLER 0E 1H Cir Yr , 5 336TH ST iiA »a.1S! NAVD SB E GRAPHIC SCALE CURB RAMP NOTES 7. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING- 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WSDOT STD PLAN F40.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFWSTD DET3-0 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-451D02. 5 CURB RAMP. LANDING, AND FLARES SHALL RECEIVE BROOMFINISH SEE STANDARD SPECIFICATIONS 9-14 S ACCESSIBLE PEDESTRIAN PUSHBUTTON POST(PPB) TO BE RELOCATED PER PLANS PPB DETAIL REFER TO WSDOT STD PLAN J-2011-03- 7. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. OX SD'E PROP GONSTRUCTnNHDTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC CURBANDGUTTER,PERCFWDETAIL3-04 13 CEMENT CONC. SIDEWALK. PER CFW DETAIL3-12 15 SOD LAWN, INCL 4" TOPSOIL 1B CEMENT CONCRETE CURB 121NCHV0DE, PER DETAIL PAGE O-05 20 CEMENT CONCRETE PEDESTRIAN CURB PER WSOOT DETAIL F40.12-04 411 [O LLI Q Q S S 336TH 5'F KEY MAP 100% DF cm Of DRAFTED: J COLE �. DRAWING VERSION I REVISION LOG 2022 ASPHALT OVERLAY PROJECT a n rnuaeu 1. 12522 NO DATE REVISION Federal Way DESIGNED: J COLE Centered on Opportunity �;' CURB RAMP 5 CRC-03 - 03325 BTH AVE S FEDERAL WAY. WA 98003 PHONE: (253)935-2700 --.• REVIEWED: D. WINKLER SCH C - S 336TH ST WAW.CITYOFFEDERALWAY COM Ceti-I4 W-dy APPROVED: D.WINKLER L �6L ` i1 NAVD BB rl GRAPHIC SCALE C17 (1 1D 20 M NMI CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSOOT STD PLAN F-10.1243 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DIET 3-0 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS S- INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PUN F-05.10-02 5- CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH- SEE STANDARD SPECIFICATIONS 5-19. 6 ACCESSIBLE PEDESTRIAN PUSHBUTTON POST(PPB) TO BE RELOCATED PER PLANS PPS DETAIL REFER TO MOOT STD PUN J-2011-03. 7 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES, O 9TT M' CYJNBTRUCTION NCTEA 1 SAWCUTASPHALT PAVEMENT OR CONCRETE 7 ADJUST MANHOLE, PER CFW STD DETAIL 355 12 CEMENT CONC CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL Y' TOPSOIL 18 CEMENT CONCRETE CURB 121NCH WIDE, PER DETAIL PAGE G-05 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12-01 29 NONSLIP MMA COATING LV Q S 336TH ST. KEY MAP 100% DRAWINGS (�Y� Federal Woy � DRAFTED: J. COLE �i1Li�r �M1. • Y DRAWING 2022 ASPHALT OVERLAY PROJECT '12522 6 EEi PEWSRSIONIREVISIONLOG DATE REVIFOOR DESIGNED: J. COLE Centered on Opportunity � CURB RAMP 6 CRC-04 33D35 B[Li AV'S PBVERAL WRY WA WM PHONE (253)835-2�BD 6 REVIEWED: D-WINKLER .,,y1=• SCH C - S 336TH ST WVWV.CITYOFFEDERALWAY,COM �IIO�'T1� APPROVED: D. WNKLER 32 of 99 k � 5 336i4 ST :4 JY+� NAVD BB V 0 GRAPHIC SCALE � 10 :9 a CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP LENGTH FOR REFERENCE ONLY. FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS. JUNCTION BOXES, ACCESS LOVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED, SEE WSDOT STO PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS SEE CFW STD DET3-0 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.104R. 5 CUM RAMP. LANDING -AND FORES S1 a RECEIVE LiROON1Etl w SErstAmOMOSPECIFICATIONS8-14. B ACCESSIBLE PEDESTRIAN PUSHBUTTON POST (PPB)TO BE RELOCATED PER PLANS. PPS DETAIL REFER TO MOOT STD PLAN J-2D.11-03. 7 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. Ox MTV PREP Ci11JSTRUCTgN NUT" 1 SAWCUTASPHALT PAVEMENT OR CONCRETE 12 CEMENT CO NC. CURB AND GUTTER, PER CFW DETAIL 3414 13 CEMENT GONG. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL.G TOPSOIL 1B CEMENT CONCRETE CURB 121NCH WIDE, PER DETAIL PAGE G-05 20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-WA2-04 V � } x #7 s�asTHST rFR1i4•It2 %l1 S 336TH STI J NAVDBS 101 KEY MAP 100% DRAWINGS CITY PROJECTC Cyr of _ y ,ay DRAWINGVERSION/REVISION LOG ORAfTEOJ COLE : N0, DATE REV1510N 2022 ASPHALT OVERLAY PROJECT 12522 •rRrr Federal � DESIGNED: J COLE Gentered On C)pperwnity 1 ; CURB RAMPS 7-8 CRC-D5 y REVIEWED: D-VJINNLER x b,.,r• _ 33325 STH AVES FEDERAL WAY WA L PHONE: (253)83.5-2700 ILwWfAbalm SCH C - S 336TH ST VMW.CITYOFFEDERALWAY COM CaOB.b.1-ft APPROVED: D.VANKLER 33 - 99 W Q i LD 1 1 1aA. 615i f RGIL� 121i 1 Iw,o B 1PL.r, a" or Federal Wpy Centered an Opperiunily 33325 BTH AVE S FEDERAL WAY WA 98003 PHONE (253)a3 2700 W WN.CITYOFFEDERALWAY. COM DRAFTED: J. COLE DESIGNED: J-GOLF REVIEWED: D-WINKLER �BRIaLR pLd6 APPROVED: D WINKLER Vl {i S 336TH ST LU _ LU 01 10v 00 _ i W — 2 S U - I � F GRAPHIC SCALE A D 16 aD PAVEMENT MARKING CONSTRUCTION NOTES PROFILED PLASTIC TMO MY LEFT TURN CENTER LINE P —IAL TYPE D) 2 PROFILYOPLASTICLRAF WE/AL,tENtA1 LYPi Tk 3 PLASTIC EDGE LINE MATERIAL TYPE D) 4 PRO FILED PLASTIC DOUBLE YELLOW CENTERLINE MATERIAL TYPE D) S PnO 7 PLASTIC MUE Lim OA -.TFPE0] 1 SURFACE APPLIED DETECTABLE T NIHO MRFx5 nR�W DETAIL l51 T PLASTIC STOP LINE PER CM DETAIL YEI(ANTERIAL TYPE A) PLASTIC CROSSWALK LINE PER CFW DETAIL }21(MA RMLTYPE A) 1 PSA;TLC Y{E2.8 UNE aYMSRG PEp LA'SPJTRT4 PLFTl ux.{:-.TA 10 NOT USED ON THIS SCHEDULE 11 HTGRMIT.MARAU TYPL 2S 12 PIASTICSPEEDBUMP SYMBOLPERWSDOTSTD.PIANM-24.BOOA 11ATERML TYPE AI INCIDENTAL TO SPEED HUMP INSTALLATION 10 NOT USED ON-1. SCHEDULE 14 PAINTED&CYCLE WAIS iYMBOLyERYnuTTSPO-PLAN M-0PSB-02 15 PLASTIC TRAFFIC ARROW PER WSDDT STD -PLAN M-24A0-02 (MATERIAL TYPE A) 1B NOT USED ON THIS SCHEDULE 17 REJ—E P—C TRAFFIC MARKING ,S PLASTIC ROUNDABO)T CIRCLE MARKING PER WSDOTSTD PLAN M-24 AD-02(1ATERIAL TYPE A) U) V; d 4 S 336TH ST KEY MAP GATEDRAWINGVISION N/REVISION LOG 2022 ASPHALT OVERLAY PROJECT GATE REVISION ARTERIAL PAVEMENT MARKINGS AND SIGNAGE - SCH C - STA 100+00 TO 109+00 12522 1 ti N K m — W _ _ 11 j,� 1�1100 W 6 E RT • 11: I16•pi 11-1 IB LT BEG N I16•pJ 66'LT EGIN et6•.1 65 IT i O m W _ _ S = Q � I 'I � 1 s•As 1E 16•pB I..' a 17 RT b s of IB Ri 5- 1B RT IMM-Iu.A, RI nYe6 R - 1 ENDS BEGIN B LT I 1.- 9 17 LT M W W — Z S 1:•pB L=_ BT 3.6x 1 E1ND •il I6' RT Gape 6 E R � ! T I,1•ee Jx IIT 11J1M IY'Rf stt-1S ri RT IIA.ee IB .•,.,VI CCGL ®fill Y_i Ru ��� EIiEi.Pp,—RENY.T.L w E,nmc Aon REIrvAL=. s - M=•r1 o-recL.�IR RlsnrunE MUST pp�Y TURR Iucxr eWL4 •Ail Lr op x•�r 6 B LT p{ U a _ I>7 — _ W N —'z GRAPHIC SCALE 2D D IC AL i0 El AAVEMEN7 MN9R1l16 rnNlrrwJctNwellrTEa 1 PRO RLEDPIASTICTIN0VAYLE TURNCENTER LINE (MATERIAL TYPE.) PRORLED PLASTIC LANE LINE (MATERIAL TYPE D) 2 PLASTIC EWE LINE 9AATERIAL TYPE D) A ORpRLEDPLASTIGDDUBLEYELLOWCENTERLINEeAMRML IYPE OI E PRORLED PLASTIC WIDE LINE PMTERLAL TYPE DI CUIaACE IIRiROrgETELTA � Smnii PER C>rW p=_TAe pJ•A PLASTIC STOP LINE PER CPW DETAIL -1 (MATERIAL TYPE A) B PLASTICCROSSMMLK LINE PER CM DETAIL p-21(MAMRIALTYPE A) i RLAFTA2 vIMW11E � PER V&W0 STD. PLANM�IRW 10 NOT USED ON THIS SCHEDULE 11 —AAO rMARKm TAPE M 1x PLASTIC SPEED BUMP SYMBOL PER W600T 6TD PLAN M-4A (MATERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALLATION 13 NOT USED ON THIS SCHEDULE 14 PAINTED BICYCLE LANE SYMBOL PER YSDOT Sm PLAN MAOe50Oi is PlAllTC 1MW mAIHIW11T, L&%Oa,Sm. ALA M ,RLIQ IL•M ALTYPEA) P'T A4tIS PLASTICRDUNMBOUT CIRCLND PER YJ600T 610PLAN IA39 AGO2 (MATERIAL TYPE A) ® SIGNAGENOTES 1 PERMANENT SIGNING, INSTALL R3-7(RIGHT) SIGN AND STEEL POST 2 PERMANENT SIGNING, REMOVE SIGN AND STEEL POST 3 PERMANENT SIGNING. INSTALL R3 SIGN AND STEEL POST d PERMAW04Ts0541014a.MTULRi,dLONANDSTEELPGST w w 4 � N � S 336TH ST KEY MAP 100% DRAWINGS �,� Federal Way Centemd on Opportunity 33325 STH AVE5 FEDERALWAY WA980W PHONE (253)B3S2700 NM AN.CITYOFFEDERALWAY COM I�«r... Rp, �1II�/a> wmuft DRAFTED JCOLE L DRAWING VERSION I REVISION LOG 2022 ASPHALT OVERLAY PROJECT ITY PROJECT N: 12522 „a DATE AEA»04 DESIGNED J, COLE REVEYIEO D.YyVMLER ARTERIAL PAVEMENT MARKINGS AND SIGNAGE SCH C - STA 109+00 TO 119+00 PMC-02 APPROVED: D WINKLER 35 DE 99 B22•li 9s Lf D 2 — O z — — --- (u z DO oB w i?Too — ---- _ — w m — — — V) n1 a � — F 0 S 336TH ST a 1' I! t i •!Y BEDIN +•Tl 5' Ri A A U) a w > O w j h Q V) < U a rn S 336TH ST � z s GRAPHIC SCALE ±D D .n pR1fEA1ENT W+RISl114_ +�TRunbx wult3 1 PROFILED PLASTIC TWD WAY UFTTURN CENTER LINE(MAMMAL TYPE D) 2 PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) I PLASTIC EDGE LINE MAMMAL TYPE D) 4 PROFILED PLASTIC DOUBLE YELLOWCENTERDNE(MATERIAL TYPE D) 5 PROFILED PLASTIC WIDE DNE MATERIAL TYPE D) .B SURFACEAPPLIEDDETECTABUOARNINOSURFACE PERCFW OETNL J6B 7 PIASMC STOP LINE PER CM DETAIL -1 (MAMMAL TYPE A) S PLASTIC CROSSWALK LINE PER CFW DETAIL — WTERIAL TYPE A) 9 PLASTIC YIELD LINE SYMBOLS PER MDOT STD PLAN 10 PpTL�EO17111B5.C¢EN.A 11 Wd [`RAWER: EI¢ 12 PLASTIC SPEED BUMP SYMBOL PER%SWTSTD.PUWM-4—I (MATERIALTYPEA) IWIDENTALTO SPEED HUMP INSTALLATION I1 eq—. ISN nKs Bo1[ U 14 PAIN TEONCYCLELANESTMINXMIl WS¢OTSRAASAfy M-0B.5W2 15 PLASMCTRAFFK: ARROW PER YSDOT STD PLAN M-24-02 (LATERAL TYPE A) 16 NOTUSEDONTHISSCHEWLE 17 REMOVE PLASTIC TRAFFIC MARKBIc 1B PLASTIC ROUNDABOUT CIRCLE MARKING PER WSDOT STD PLAN NL24 40-021MATERML TYPE AI [17 � w � 2 S 336TH ST 2 KEY MAP 100% DRAWINGS - -- aY � � DRAFTED: J COLE � ,I i.• DRAWING VERSION REVISION LOG NID, EA*f REIABLON 2022 ASPHALT OVERLAY PROJECT em PRagcrr 12522 Federal Way DESIGNED: J COLE -1.1 Cerrtererl On Oppmuniry _ ARTERIAL PAVEMENT MARKINGS AND SIGNAGE PMC-03 D]JiS BTH AVES FEDERALWAY WA 9BD03 REVIEWED: D WINKLER t'^"'' PMONE: RSDI Frn AAr. DcIOI11. /T .r (� SCH C - STA 119+00 TO 129+00 ALWAY.0 7 WWJICITYOFFEDERALWAY.COM WW-�*F APPROVED: D WINKLER 36 DF BB �m1yl Li VJ 7 2 TF S 3361H ST EGIN QG IS LT I.J ..LS 1� � II]•IB! ID LT W BEGIN IM. 11 LT O m ELI Q 1 - END W ENO 5 •� t1 L+ du J BEGIN KI IS�YNiI 1✓• Iu BB wroe I I 1D 2 Eu•m ra RT v}ry lffel .e0 _A = IB2-XIRi I� •BB U'flT j BEGIN II I2 RT N�. • 6 GRAPHIC SCALE D n 70 AO PAVEMENT MARKING CONSTRDOT�N NOTE6 PROFILED PLASTIC TWO WMY LEFT TURN CENTER LINE DNTERNL TYPE D) PROFILED PLASTIC LANE LINE (MATERIAL TYPE D) PLASTIC EDGE LINE (MATERIAL TYPE D) PROFILED PIASTI—BLE YELUONCENTERUNE (MATERIAL YPE D) 5 PROFILED PLASTIC WIDE UNE(MATERIAL TYPE D) S SURFACE APPLIED DETECTABLE WARNING SURFACE PER CM DETAIL] T PLASTIC STOP UNE PER CFW DETAIL -1(AMTERIAL TYPE A) B PLASTIC CROSSWALK LINE PER CM DETAIL—(NTERIAL TYPE A) 0 PLASTIC YIELD UNE SYMBOLS PER WSDOT STO PLAN W2LSD01 1B NOT USED ON THIS SCHEDULE 11 FIFORANTMARAFRTYPETB 12 01ASTICSPEEDEW SYMBOL PER VADOT 5111PWJM-3i.B000 IIMTERIAL TYPE A). INCIDENTAL TO SPEED HUMP INSTALIATION 13 I•V✓•lREO W THID SOHEBVAC 1A PAINTE.BICYLLELANESYMBOLPERYSDOTSTD-PLAN Mmwm 15 PUISTIG TRAFFICARROW PER WSDOT STD -PLAN W24.i002 (INTERNE TYPE A) 1S NOT USE. ON THIS SCHEDULE 11 REMOVE PLASTIC TRIIFFIL IMRKINO 19 PLASTIC RDUNMBDUT CIRCLE MARNING PER NSOOT SIDPLAN M-3i.AD0E MMATERIAL TYPE A) [11 N Q Z F S 336TH STI KEY MAP DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT ••12522 ( ny o DRAFTED: J. COLE ' .1i4� Federal Way � �� REVISION GsnteredonO�pportunity , DESIGNED: 0WIN �; ARTERIAL PAVEMENT MARKINGS AND SIGNAGE PMC o5 REVIEWED: O WINKLER '�.;w . Y 33375 BTH AVE 5 FEDERAL WAY. WA —11 �'�yy i.•', ie PHONE: (253)835-27DO-N•�Fwa•• SCH C - STA 139+00 TO 146+70 VWVW..CITYOFFEDERALWAY-COM Ccller"WWk. APPROVED: D.WINKLER 36 OF 99 GRAPHIC SCALE Iv 6 :D © CONSTRUCT04 NOTES 1 CORRUGATED POLYETHYLENE STORM SEWER PIPE 12 INCH DIAM 2 CO INLET PROTECTION GENERAL?:CTES TRENCH BACKFILL SHALL BE CSTC. I I KEY MAP c 100% DRAWINGS CRY pf DRAFTED: J. COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT a 12522' 4& Federal Wcjy IL, DAM _ DESIGNED: J COLE '�- ♦' Centared on Opportunity REVIEWED' D.WINKLER PIPE REPAIR PRD-09 3} 33325 BTH AVE S FEDERAL WAY WA IRMQPHONE (253) .f7 7 WWWCITYOFFEDERA WAVCOM VAU�jft APPROVED: D WINKLER SCH D - SW 330TH ST AND 49TH PL SW Q OF 19 Y W O D3 Q W W Z U MATCHLINE SEE BELOW :5,• 10 7 •HLi GRAPHIC SCALE o m m mr.lj-�- I EGEND: ®BUTTJOINTATSTATIONORLOCATIONINDICATEO, FULL DEPTH AT MATCH UNE AND TRANSITION TO D IN. AT DISTANCE DIRECTED BY ENGINEER. I PLANE WIDTH AS INDICATED ON PLANING WIDTH AT CURB AND GUTTER', FULL DEPTH AT FACE OF GUTTER. O PAVEMENT REPAIR SECTION '�.." REMOVE A N D R EP LACE CONC FETE REMOVE SIDEWALK ® REBUILD ROAD *LEY'RE�TI�1— _ �w.szsrH PL � �I 4k KEY MAP 100%. DRAWINGS am OF DRAFTED: J,COLE Imo. J DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT -12522 W. DAM Ref MN f6d V i a I Way DESIGNED: J, GOLE - Centered on Opportunity . E ` RESIDENTIAL SITE PREP AND PAVING SPD-01 33325 BTN AVE S FEDERAL WAY WA 98993 PHONE ,253,83E-2709 -- REVIEWED: D.WINKLER •�Mi �� �• SCH D - STA 151+00 TO 155+00 & 251+00 TO 252+91 WAW.CITYOFFEDERALWAY COM CaMlnepoufp APPROVED: D•WINKLER 99 GRAPHIC SCALE 7�1 Q 10 27 t 1 13 IOxil NT-C.iiDI-PERCFWDETAILJ-11 1 LEGEND. ®BUR JOINT AT STATION OR LOCATION INDICATED, FULL DEPTH AT MATCH LINE AND TRANSITION TOO IN AT DISTANCE DIRECTED BY ENGINEER. PLANE WIDTH AS INDICATED ON'PUNING WIDTH AT CURB AND GUTTER' FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION. -©-� REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD DTcCTIDN KEY MAP G[�� DRAFTED: J COLE fly DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT -„iz52... IYD DATE REVISION �- Federal Way DESIGNED J.COLE-'• SHEET Centered on Opportunity ? RESIDENTIAL SITE PREP AND PAVING SP -02. D]D25 BTH AVE S FEDERAL WAY WA9B003 PHONE -� MT.tl111ir1en11�0d1{ REVIEWED: D-VANKLER ,• `'""""`� SCH D - STA 155+00 TO 161+50 & 230+00 TO 232+37 EDERA]S2Y. NM W.CITYOFF(253)3 WAV.COM APPROVED: D. WINKLER 42 or 99 GRAIC SCALE PH Dp ¢ C ti /0 CpNSTHI1CnOfJ NOTES 9 _ .AWCUf A:ANLT PAV'cuE1++u+�AMIfE •� 1R[ uneD M THIS scmEov o ADYAYf DATCH BAmI,MQLW n - d imFi-ACf a tTmu ATJ+1E wore Ain Al mwrn =T f •. a "N[ GFnweSO . Lsw�re umeuLu. s AonuTw �>TvcAsenrlcrnea. PUr OPJ/I1kTAIE r.x .. I: • a - .�z . ADJucT W&MIT VALVD ID r ff.•ER CPWs-MrA4Da1. ADIDeT MA F P—C—mx IL J45 W ti� ... — — 16 •Dp cC-0AC CURB RJWRTTPF PAERAU2' R, pl11 WSDOT DETAIL rao.iiTaa W B CEMEM C+INCC B> 1 TYPgPARAUXL I. PER MOOT DETAIL t 40.%= �• •',L•. 10 CEMENT§'-cm1.w1P TYPOEDRFCTIOII. PASFY! 11 1 CEAF.IfFCONC- CURB RAWF T E 1 PERPENDICULAR, PER CM fi] —T T a RAMP 11 = 11 DET1{tyls . A PAT T1 rrn U�1]G11 M:SCHE[A1LE 1 Q 13 GP",Cm:c.>:..]'L^MFCB. PER OhW DETAIL: -If j f11 •elRT TA 4E3i NOUN[ABLE DEI/4 ml-.VmITCURB- I 15 1a0 LAWN.INCL I' i0v1011 to CFRiUTED CEMEN[eOueCTML PEP CIWITO CE-rA1U 31M1 •--I IT raTlaly ON TNps EDHlDU[L �� I _ in CENEH3 COKC C<JIW }31N. WIDI. pEA (11SAl1 P.50EG�, Da.TY u Wi11TY CGVFR w]H-9L✓P u[uCDAilrs ry pewk Cael 1R �TNAL 1:3RLB AEI"DOT 0.`n roMD. I.0 MINIA CEAEIIT COATmETE OURS ppA CTWDBf+NL D.x 1' 31 BREAK EIIE'RVWD'AND3ID—Ai�slrtal.E:o1HE11.1 I aTED. I _x IBm��Dw TPli sol®uLE :3 NDTuwD ON s—vU,E a IVD7Da:mw+na:almuLe 3s NOTU-EDDN 13uesDHl:mA.E 4'Afi1' K DrMMT COMMEW IIIdUl0 MR1 PER OEM PAC✓`s-¢f 37 REIATJlElIOeIMLx n IAOTmw ONTNISA!ctEIK.A I LEGEND' 3 ® BUTT JOINT AT STATION OR LOCATION INDICATED, FULL DEPTH AT MATCH UNE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER. PLANE WIDTH AS INDICATED ON'PLAMNG WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD :11•Ys T ' � INLET PROTECTION -) a I kW�sTllnL-; .I II =-• - I .I is r -— KEY MAP � u 100% DRAWINGS r. Sim c�o' DRAWING VERSION REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 �}s��{�r GRAFTED: J. COLE Federal Way JCOLE NO. DATE REVISION � DESIGNED: . Warr Centered on opponunrry 33325 BTH AVES FEDERAL WAY WA BB00] REVIEWED: D. WANKIER:RESIDENTIAL SITE PREP AND PAVING SPD-03 PHONE (253)835-270D KwrAllhM1M1. SCH D - STA 161+50 TO 166+00 & 240+00 TO 242+48 &CIIYOFFEDERALWAY.COM CNl11W1T109p APPROVED: D-WINKLER 43 or 9B VW GRAPHIC SCALE 1D m KE TRUCTEON NOTES .V WLI PgYLYENT4 COM:RETE I ON i b lMRmDI.E ATCH OASvi PER DFwm tllTAl3-ff. E%LGTq,Na PAA51E, a Tl AND MEN VAN cm y PAAeR3 GAME MOM 12% KPA/F V—E AND—M. PERCINY NTAR S36 mm VALVC TG OIUAOE. PER CFHWtAmE v3 I11e10.[, P8T CFW STq DETAlL 1b5. :YpA' cuRB—P TY1E FAl1AlaELA PER WSOOTGI ZtlC WpR RAMP TYPE PARALLEL B, PER YROD'ie :ONc-CURB KW TYPE Mkg 2 1EG1pN. PER cr 10 :ONC CURB RAMP'ITPE 1 pltlplNDICUTAR, Pp� CPI 11 ]ON5 SCHEDULE :91C. SIDE9V1L1T.-AC WOC1AIL Yt2 M1 7? CEU;NT -_IL CUA1L M, WCL. a• HOLY OCEMR C04C. cum. PER CT'W STu-J,11 Yu B on THls scHEOuIE CONC CURB 121N.1 PER ➢ETAL PAGE .� Ova hR1ELffi Ml6l [aAAI� cvucAlTlr PiOE3TANN CLRO %R MOOT OEZA4 NE CENATT CONCRETEOU"PER v MTAIL }IH. RA? 1 W AND 1' MEA1L ATO29 LAALS.R OTHERWISE LEGEND ®BUTT JOINT AT STATION OR LOCATION INDICATED FULL DEPTH AT MATCH LINE AND TRANSITION TO D IN.AT DISTANCE DIRECTED BY ENGINEER. PLANE WIDTH AS INDICATED ON'PUNING WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE /® REMOVE SIDEWALK ® REBUILD ROAD INLET F OTECMN 100% DRAWINGS C{n of DRAFTED: J COLE DRAWING VERSION I REVISION LOG cw, PHOJEcI R. Federal Way N1 40: DR'{', REVISION 2022 ASPHALT OVERLAY PROJECT 12522 1 DESIGNED: J COLE •lu [ Centered on OppWvnky ' RESIDENTIAL SITE PREP AND PAVING .� REVIEWED: D WINKLER �' SPD-OQ' JJ]iS BTH AVES FEDERAL WAY WA 96003 PHONE: (253)835-2700 �-��� 10,�W SCH D - STA 166+00 TO 174+50 VWklW.CITYOFFEDERALWAY.COM QPWIW"11)14 APPROVED: D.WINKLER 94 Or 99 in MATCHLINE SEE DRAWING SPn_nd rl'I ---cil0-to ma.BD 77 RAMPN21 - Mqr . cyclvt SSE°f?a A IN 42S -as GRAPHIC SCALE D ID �D LEGEND' ®BUTT JDINT AT STATION OR LOCATION INDICATED. FULL DEPTH AT MATCH LINE AND TRANSITION TO 0 IN AT DISTANCE DIRECTED BY ENGINEER. PLANE WIDTH AS INDICATED ON'PLANINGblIDTH AT CURB AND GUTTER' FULL DEPTH AT FACE OF GUTTER PAVEMENT REPAIR SECTION R EMOVE AND R EP LAC E CONC RETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTECTION KEY MAP 1nnDi nRAwINGS s cm pw Y Federal Way Centered on Opportunity 33325 BTH AVES FEDERAL WAY WA BBD03PHONE (253)13�27013 WWW.CITYOFFEOERA WAYCOM N 1 CMI- y—&o. DRAFTED: J COLE •� DRAWING VERSION l REVISION LOG 2O22 ASPHALT OVERLAY PROJECT EIIY PRGJt01 R: 12522 ND- DATE REVI£i0H DESIGNED: J COLE 9jr REVIEWED: D.WINKLER RESIDENTIAL SITE PREP AND PAVING SCH D - MULTIPLE (SEE KEY SHEET) sk¢ SPD-05 APPRIWEOD.WwK 45 OF 99 pA M{� sn y 51STPL] / v m dar.]s• r 1-20RT Beat 11' U I C3 � NP NiV b LWVcw DRAFTED: J,COLE Federal Way ` DESIGNED: J. COLE Centered on Opportunity REVIEWED' D. VJINKLER 3]]25 BTH AVES FEDERAL WAY WA 98003 PHONE 3S2700 KroNiwNNM1h NMW.CITYOFFEDEREDERALWAY.COM WlMevepuYW tlp APPROVED: O. WINKLER DRAWING VERSION / REVISION LOG GRAPHIC SCALE 30 D IO .0 +7 IPA ®BUTT JOINT ATSTATION OR LOCATION INDICATED. FULL DEPTH AT MATCH UNE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER, PLANE WIDTH AS INDICATED ON'PIAMNG WIDTH AT CURB AND GUTTER' FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE REMOVESIDEWALK ® REBUILD ROAD INLET PROTECTION,y . O j T SW_ 325TH PL.� r —s KEY MAP i m 100% DRAWING: C-. PRDrCT 2022 ASPHALT OVERLAY PROJECT 12522 RESIDENTIAL SITE PREP AND PAVING SPD-0 SCH D - STA 185+00 TO 195+00 to\TCHL,— GRAPHIC SCALE L T NOT ICCD rnI TIPS ic1�Etl4�E ❑ a NI CEMGNTCONC CUAB I:IU.VAOE.PE�iDETAILFf,OE4M- f° a ununeweRxgl—nln. ceMElrrcaHrAc*newEcmiAu cola PER Rv]pOrpETAn SSz :o r-1q.i:N 24 MOUHTA➢LE co&_W O VRET2 C� PER CTW DUAIL}W.r BREAK EVERY 1W' AND 2' BREAK AT CB'S UNLESS DTHERVACE ❑ I TPA. W No} usLDCN 1HP. LCMOULE N 1} No71aEp oN THs s¢yEOUIE 14 NOTMEDW-1191�1EOL4 W Z :5 NOT u[Eo di TBBSCHlOW. _ 'L cERlM['cAICRBTE R0LL6D C1RIB IR'R pETA1L PADBO4 UI 1T REawen�wALE Q ri NOT IY.EOON TWs%CH{ouLi LEGEND ®BUTTJOINTAT MATCHUNE NOTIONINdCATOO FULL DEPTH C MATCH ED ANDTMNSITION TOB IN. AT DISTANCE DIRECTED BY ENGINEER. FPIA NEWIDTHASINDICATEDOWFI-ANINGWDTH AT CURB AND GUTTER. FULL DEPTH AT FACE OF GUTTER, PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTECTION A - .. ISW r�TN P� KEY MAP -1 100% DRAWINGS error Federal Way Centered nrr OpportunityA ]]]75 BTH AVE S FEDERAL WAY WA BB003 PHONE: EDER LWAY.. WAMN.CITYOFFEDERALWAY.COM S �.r•• IyIIlEMEpBft DRAFTED: J-GOLF w II • �,: _ ,'��wk , DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT -.,92522_. W. DATE REVISION DESIGNED: J. COLE REVIEWED: D.WINKLER RESIDENTIAL SITE PREP AND PAVING SCH D - STA 195+00 TO 200+00 & 217+00 TO 220+25 SHEET SPD-07 APPROVED: D. VANKLER 47 aF 99 0 0 a m F - _ W WU1 fig_ LI,o o fi Jr3li- 201�� W0 D !SC C GRAPHIALE 72 b c I 21 IBREAKrI�E ylY 'AND2'BREAKATCB UNl SSOTERME 11 Ec�ND. ® BUTT STATION OR NDTR1NINgCATEO. FULL DEPTH C MATCH ED ANDGINEEITION TOD W. AT DISTANCE DIRECTED BY ENGINEER �PLANEWIDTHASINDICATEDON'PWMNOWDTH AT CURB AND GUTTER' FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTEZ" �I KEY MAP intro/ nPAWINrS CRYcr OF V F�det�Ia7 Centered On Opportunity 333250THAVE S FEDERAL WAY WA BBW] PHONE: (253)535-2700 WWW.CITYOFFEDERALWAY.COM 0 KR bdm OIIB.r�Terld4 DRAFTED: JCOLE tirllj� %- 'n. [. - DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT f PRDr DT P. 12522 1q. IKY� REVISION DESIGNED J.COLE REVIEWED: D WINKLER RESIDENTIAL SITE PREP AND PAVING SCH D - STA 200+00 TO 203+91 SHEET SPD-08 APPROVED: D WINKLER _!LIF BB GRAPHIC SCALE :n D I 2a w DETAIL- 6 LEGENR ® TONINOOATO BUR JOINT AT STATIONUN AND ED AND TRANSITION TOD FULL DEPTH AT DIRECTED IN AT DISTANCE dRELTED BY ENGINEER ®PLANE MOTH AS INDICATED ON'PLAMNG WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTECTION .n � I:�w s7z7N p� •,. L= KEY MAP 10D% DRAWINGS 1� DRAWING VERSION / REVISION LOG CITY PROJECT 2022 ASPHALT OVERLAY PROJECT 12522 [Ar of DRAFTED: J COLE �eI N.nAh � DATE AWN Federal Way DESIGNED: J. COLE` f y Centered onOpportuniiy * REVIEWED: D_WINKLER �. RESIDENTIAL SITE PREP AND PAVING SPD-09 W] 33325 BTH AVES FEDERAL WAY WA BB'I•�•+•� WWW.CITYOFFEDERALWAVCOM M�Mdl0. APPROVED: D.WINKLER SCH D - STA 270+00 TO 273+91 & 210+00 TO 213+00 C a z z 3 LU LU 1n UU z J 2 U H Q W O m Q W W N W z 2 L: a 9 GRAPHIC SCALE ;a O W 1 21 IB'IENC.EYER11W'ANDTBREAKATCB'SUNLE6L0'XI- II LEGEND' ®BUTT JOINT AT STATION OR LOCATION INDICATED, FULL DEPTH AT MATCH LINE AND TRANSITION TO O IN. AT DISTANCE DIRECTED BY ENGINEER OEMPLANE WIDTH AS INDICATED ON'PUINING WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER, PAVEMENT REPAIR SECTION. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD W INLET PROTECTION am DRAFTED: J.COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 i � Federal VICay Y �� REVISION �� DESIGNED: J. COLE �� 3HeuI a Centered on OpporWnitqkpy 33]25 BTH AVE 5 REVIEWED: D WNNLER RESIDENTIAL SITE PREP AND PAVING 5PD-10 y RA d$ PHONE: FEDEL WAY WA BB003 (253)83-127M K.....�DI�. SCH D - STA 213+00 TO 217+00 WAAN.CITYOFFEDERALWAY.COM Cab lmWoDaa APPROVED: D-WINKLER 50 DF BB Bum 7 Si'Y 11 PLFT 5T5TAVE S1M c •Rcw Lea 14 Hrr.a a.nR1 n1414 NAVO SB yr, 1 I SW iYa [Fk PLRT SW 329TF{ PL .c .. claru�e-. m.vl lcw.r narzl MMVD 88 Q5 GRAPHIC SCALE L may'— -� CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WSDOT STD PLAN F-1012-0 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFWSTD DET3 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTASLE WARNING SURFACE PER WSDOT STD PLAN F<5.10412. S. CURB RAMP. LANDING, AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS 8-14. B- STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OFTRUNCATED DOMES- Ox 617E PREP CONBTRur—NOTES 1 SAW'CUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC. CURB AND GUTTER, PER CFW DETAIL 3-0 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3.12 15 SOD LAWN, INCL 4" TOPSOIL 1B CEMENT CONC. CURB 121N WIDE, PER DETAIL PAGE N. gQ S� . $W 3ATH PL... m ,N KEY MAP QTIf A DRAFTED: J COLE �r ' DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 �` REYWD� Federal Way DESIGNED: J COLE 3 Centered on Opportunity RAMPS � &2 /(1 I LlRD-O I 33725 BTH AVE S FEDERAL WAY WA 9BW3 PHONE: (253)835-2700 II..r..bdm REVIEWED: D VANKLER ..,,✓ i 1} SCH D - GREEN GABLES WMN.CITYOFFEDERALWAY-COM Ott119MIa iII& APPROVED: D WINKLER SI of 9D �� SW lj PLAT 51STAVE SW ^� sl..:-..cu�IwEFrn ivKaF r=aT1r eL�xw NAVD BB� -In hT 6T gT AVE 5W a. rwwelnenA,r+•n rs,r •r, NAVD BB Y Gi4PHLC F — Q '1 6 CURB RAMP NOTES 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS 2. DO NOT PLACE GRATINGSJUNCTION , BOXES, ACCESS COVERS, OR OTHERAPPURTENANCESINFRONT OFTHE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3 SEE CONTRACT PLANS FOR THE CURB DESIGNSPECIFIED. SEE WSDOT STD PUN F-1012413 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD GET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN FAS.1D . 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS S-14. 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES O% SRE PREP CONBTRUCRQN NOTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 C EMENT CONC CURB AND GUTTER, PER CFW DETAIL 3-D4 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4" TOPSOIL 18 CEMENT CONC. CURB 12 IWWIDE, PER DETAIL PAGE 04. �.. � ISVJ325TH PL s•L. I ,I C n+ I� I. KEY MAP CITY DRAFTED: J. COLE Y DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 DATE REIR9LON e Federal Federal'I�iay DESIGNED ACOLE { ' Centered an Opportunity _ RAMPS 3&4 CRp-p2 y 33325 BTM AVE S F (253) 6 WAY. WA BB003 ILL PHONE (253,B3S2T00 .-rnhmwLL REVIEWED: D. WINKLER .. ,. _ ,. ��-ya •�.✓ SCH D -GREEN GABLES W Wtl.CITYOFFEDERALWAY.COM '�hrYe*11BB. APPROVED: D. WINKLER 52 w BB s-m-n— ea csD PL SW cL-FLOW LIH .N Li, ®-TAN' NAVO 66 GRAPHIC SCALE D Is CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS, 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET3i FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PUN F45.1002 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH, SEE STANDARDSPECIFICATIONS&14. 6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRyI wq'fEv D.'S' O STTE PRF_A CON6TROCTIQN NOTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC- CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT GONG ID— LK, PER CFW DETAIL 3-12 15 SGO UVft INC. r TOPSOIL 1B CEMENT GONG. CURB 121N WIDE, PER DETAIL PAGE 22aLP� A �7 p�. � a sw7zarrl PLAT szsa PI- s+v - :� A r.A lu.rs,a ra4r:r e�nr SW-3 MTH PL a I I = 14ALF JA fD I• KEY MAP cy" of Federal Way Centered on Opportunity 77325 BTM AVES FEDERAL WAY WA B60W W W.CITYOFFEOERALWAYCOM f CWhW eT°0d4 DRAFTED: J COLE r tti. f•, 3" i DRAWING VERSION I REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 NOL DATE REVISION DESIGNED: J COLE Re.� ADD. D. W1v ER RAMPS 5&6 SCH D -GREEN GABLES enF, CRD-03 APPROVED: D. WINKLER c� yB Dim e7 SW0247F1 PLAT97A0 PLSW r.r.cwwir>t.e1u•r,.rc rJsr.*.u=,ram NAYD B5 � SW 324THPL AT S3f1L]AL SW -!w+rure sr4 lBr scuv.-.w cau� NAVDNAVD N Y „� GRAPHIC SCALE 0 15 E CURB RAMP NOTES 7. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3. SEECONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-10-12H13 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFWSTD DET 3A FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F4510-0 5- CURB RAMP, LANDING. AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 814. & STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O on DOLLI UOTK3N NOTESNOTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 72 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3414 13 CEMENT CONC- SIDEWALK, PER CFW DETAIL 3.12 15 SOD LAWN, INCL.4"TOPSOIL 1S CEMENT CONC-CURB 121N WADE, PER DETAIL PAGE 04. ill crvy OF p Federal Way Centered on Opportunity 03315 BTH AYE A FEQEPJVL YW4Y 4VA 9B003 PHONE Ltsrle�s�mp WV4V.CnYQFFEOERALWAYSOM r ti Ka.rr.edow GII B.IOre PVC DRAFTED: J. COLE 4'�'��•�, DRAWING VERSION I REVISION LOG 2022 ASPHALT OVERLAY PROJECT RAMPS 7&8 SCH D - GREEN GABLES 12522 Np- DATE I REVISRIN DESIGNED: J.COLE CRDI D4 REWEWED a:WmKLER APPROVED: D.WINKLER 54 of BB 324TH PL AT SW 32BTH CT Cz-PI:M'le�i=i{ 1.1 •�xpe.: LI. EA Yl.n NAVD85 rik �� SW ]24TH PL AT SW 32gTF1 CT CI Pux,i�iE seA lee-ne�.xW LT:�:es eP' NAVD BB y GRAPHIC SCALE CURB RAMP NOTES 1. SLOPES SHOWN INPLANVIEW,RAMPLAYOUTANDRAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING, 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F4012-D3 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F45.10-02. 5 CURB RAMP. LANDING, AND FLARES SHALL RECEIVE BROOM FQOBH, RSA STAROARO SPECIFICATIpry6614. B. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES O BTwuDTlok TFa'- 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC CURB AND GUTTER, PER CFWOETAIL 3-04 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4"TOPSOIL 1B CEMENT CONC CURB 121N. WIDE, PER DETAIL PAGE 04, JSW USTH PI. �N KEY MAP 1 c,,,,OF DRAFTED JCOLE J DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 DATE REVISON I Federal Way DESIGNED: J COLE EET Centered onOFpanuni[y RAMPS 9&10 CRD-051 33325BTHAVES FEDERALWAY WABB003 REVIEWED: D. NANNLER i PHONE (253)83 2100 Krrw.bBLOpL SCH D -GREEN GABLES WAVN.CITYOFFEDERALWAY COM I��l.d6 ARPRVVi:Cm D_VAHKLER 11 1BB &SW 324TH 11 SIT SV� 326TH OT u •/1rnURE 6Th +C>'•IIAI. 16.�1' AT a vs so NAVD BB ���arW sa24TtI PI-4 I TK CT � u wv..11�iesull�.:11T ,s rr rr 6l aAaw NAVD BB N� %+RAPHLC :GALE CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING- 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED, SEE MSDOT STD PLAN F-10.12M FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F451"2 5 CURB RAMP. LANDING. AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS B-14 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES- G MIM PREP CONiTRUCTKM MOTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3A2 15 SOD LAWN, INCL 4"TOPSOIL 18 CEMENT CONC CURB 121N. WIDE. PER DETAIL PAGE 04• ;. l _ �w�gsrFl PL.. `_-: � l — r r ILI, 1i II-TTI KEY MAP 100% DRAWINGS m„,F DRAFTED: J.COLE DRAWING VERSION REVISION LOG 2022 ASPHALT OVERLAY PROJECT - 12522 NO. DATE gE3IILON Federal Way � DESIGNED: J. COLE R; centeFao on Opportunity C r = RAMPS 11 &12 CRD-06 33725 BTH AVE S FEDERAL WAY WA NOW•Ai��� REVIEWED: D-WINKLER �.�+ PHONE: (253)83S27D0 r�.r bdou SCH D - GREEN GABLES VMW.CITYOFFEDERALWAY-COM CIIIQ eVauft APPROVED: D.WINKLER Sfi ov PB N U'FAPJlIC SCALE A CU BCU B R 7 SLOPES SHCWN IN PUN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS ST AFIIJ 57ND PLSY Aft �7J•fD PL SW COVERS, OR OTHER APPURTENANCES IN FRONT OF THE �SW_826TH r� -r ur:Pr.�A 1u•xv x1Lr Fr n.: .ar CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING NAVONAVO BB� 3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED, Mi SEE W5DOT STD PLAN F-101243 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD GET 3-0 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F45.10-02 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 6 STATION AND OFFSETTAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O GO l2RTE8 1 SAWCUTASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12 IS SDP LAVBN-1Na_ 4' TDP6 18 CEMENTCONC CURB121N WADE, PER DETAIL PAGE N. #14 sW a2aT!! 37 �NAvo ae AT52ND PL Sw �A Ax-FLNY1u >•-•u.T�.nrm aaesr �' .. �O s �SW 325TH Pt - KEY MAP p7r pK DRAFTED: J. COLE NO DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 Federal Way DATE REVISION SH[[T a Centered on opportunity 5REVIEWED D WINKLER RAMPS 13&14 CRD-07' }} =25ATH AYE, FEPP4AL WAV WA BBDa3 "� + WWW.CITYOFFEDERALWAYCOM .IY�lAMYeutll4 APPROVED: D.WINKLER SCH D - GREEN GABLES 57 of 99 r v #i 6 � 82NBT�ST A'l 5TND Av6 Sw At115HY.35 ��ar l:I eS ZMH NAVD BS 151T, BT AT 51ST 11 SW ��� u-naarlrrE rtA Nw•1+�1ASI[r Eiler- NAVD W N cPArHN: DDaLE S 8 ] CURB RAMP NOTES 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DD NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED - SEE WSDOT STD PLAN F-10.1240 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DIET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F45.1 D-02 5. CURB RAMP LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 5-14. S STATION AND OFFSET TAKEN FROM TOP BACK OF CURB. CENTER OF TRUNCATED DOMES. O WTEPRW*DNfiTRUCMNMOTE3 1 SAWCUTASPHALTPAVEMENTOR CONCRETE 12 CEMENTCONC CURB AND GUTTER, PER CPW DETAIL 3-04 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL- 4" TOPSOIL 1B CEMENT CONC-CURB121N- WIDE. PER DETAIL PAGE 04. r. j r" { -!PV 325Tri PL fft -} i•N KEY MAP - _ or DRAFTED: J COLE FHy 3` DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 R£195R1N . Fed Federal Wpy f DESIGNED: J. COLE A• �1 centered onoppnituniry RAMPS 15&16 GRD-Q8 33025 BTH AVE S FEDERAL WAY WA 9E003 PHONE . •� „CallL REVIEWED: D WINKLER � ��.f� SCH D GREEN GABLES (253)635-2TDD VWWVCITYOFFEDERALWAY.COM —Mi 4 APPROVED: D. WINKLER - DE of BB W4 NAVDNAVD BB1.41 h = ..• 67».m aaL--3 5*7 AiT 6x1P NAVD SO h r UlmPH1 SCALE 5 CURB RAMP NOTES 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND. CONSTRUCT CURB RAMPS TO MEET ADA RED UIREMENTS 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE VSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS- SEE CFW STD DET3 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F< 10-02. 5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14, 6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O OR PRP} CON91R17CTIDN No 1 SAWCUTASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENTCONC SIDEWALK, PERCFWOETAIL3-12 15 SOD LAWN, INCL 4 TOPSOIL 18 CEMENT CONC, CURB 121W WIDE, PER DETAIL PAGE 04 - 'r1C„. ILLS 1 �V N i� T1 11 KEY MAP 100% DRAWINGS Cm or Federal � DRAFTED: J.coLE NO DRAWING VERSION/REVISION LOG GATE I RISION (EV 2022 ASPHALT OVERLAY PROJECT 12522 Wpy Centered on Opportunity DESIGNED J. COLE WINKLER 1 'Y' RAMPS 17&18 snseT CRD-nn a =S B1H'AvE 9 FEOERALVAAD9V WA &M REVIEWED: D l.r PHONE (253)935-27 K—e.taL SCH D - GREEN GABLES WWN.CITYOFFEDERALWAY COM C0Nb bMw9ss APPROVED: D-WINKLER 59 or 99 crtr O! Federal Way Centered on Opportunity 33325 BTH AVE S FEDERAL WAY, WA S8003 PHONE: (253) a35-2700 W AAN CITYOFFEDERALWAY.COM 01 DRAFT ED: J COLE DESIGNED: J COLE RESISDNE : D,MNLER X— bdOYI. MDbmkmVwft APPROVED: D-WINKLER DRAWING VERSION / REVISION LOG GRAPHIC SCALE 4. ] 0 IC .S S CURB RAMP NOTES 1 SLOPES SHOWN IN PLANVIEW, RAMP LAYOUTAND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS #79 SN 328TH 5F AT St$TFLr+W COVERS,OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING, O. +TRN1FC i*A 11:•'Ra. leir•u,Fl ze�ec' 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. NAVD BB SEE WSDOT STD PLAN F-10.1240 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFWSTD DET 3-0 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F45-10-02. S. CURB RAMP, LANDING, AND FIARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONSS-14. S. STATION AND OFFSETTAKEN FROM TOP BACK OF CURB, F@NTER OF TRUNCATE3 D[WEB. O CO N[rtE8 1 SAWCUTASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC CURB AND GUTTER. PER CFW DETAIL 3-04 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL}12 15 SOD LAWN, INCL 4"TOPSOIL 1B CEMENT CONC CURB 121N. WAGE, PER DETAIL PAGE N. fy^w.` 9V''f 77HTN_PL AT S1ST PL 5W "� - '-+ RGY Cy-Ltfn1�£1TA 1u.63(JLn'Ri =_L ]0116 %__.__ NAVD 00 i li 1 KEY MAP 100% DRAWING; C(TY PRO C 2022 ASPHALT OVERLAY PROJECT 12522 RAMPS 19&20 cZ-1 SCH D - GREEN GABLES 60 . 99 SW 5T6TH PL AT 9I ST PL SW 1,riy�ylirJ'al�r�l•Piy •1:•nT EL]OTu NAVD BB #27 SW 3�TH PLAT 575T PLSW ss nowua3 1 all .�n wrr wser NAVDBB N� ui.ipHle B sevLe 6 CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-I0.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET3 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F4510-02 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS B-14. 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O SITE MVP CONUTRUCTKA NOTE6 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC, CURB AND GUTTER, PER CFW DETAIL ]419 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 112 15 SOD LAWN, INCL 4"TOPSOIL 18 CEMENT CONC CURB 121N WADE, PER DETAIL PAGE 04 KEY MAP 100% DRAWINGS C]"OF Federal Way � DRAFTED: J. COLE •. �. DRAWINGVERSION DATE /REVISION LOG 1fL\6610H 2022 ASPHALT OVERLAY PROJECT L"12522 Centered on Opportunity DESIGNED: J.COLE REVIEWED: DWINKLER RAMPS 21&22 T CRD-11 33375 BTH AVES FEDERAL WAV, WA9B003 PHONE: (253)B3S2700 SCH D -GREEN GABLES WWW.CITYOFFEDERALWAY.COM CAI na —I-dp APPROVED: D WINKLER 61 of 99 #�3 SW 3'LETIN a L EIJD OF ROAp teas-+i ra l:a:e vL�xe z1 NAVD BB Ti 327TH PLAT S15T PL 5YJ 'MGY. CI .��C LIV41iA i4•Cr.�+i3'Ri [L3i5 eo NAVDBB I GRAPHIC SCALE CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP IAYOUTAND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEETADA REQUIREMENTS 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WS00T STD PLAN F40A2-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRWN CURB DETAILS SEECFWSTDDET3-4FOR CURBANDGUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN FPS 10f S. CURB RAW. 1JLHIXNG. AHD FLARSS BFWI REOMN BROOM ANIi SEE BTANDARD fiaEC[Fn-JV}IONO EFIA S. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O ME PREP CQau LKIMN NOTSB 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC CURB AND GUTTER, PER CFW DETAIL 3O4 13 CEMENTCONC SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL. 4" TOPSOIL 18 CEMENT CONC. CURB 121N WADE, PER DETAIL PAGE 04 KEY MAP 100% DRAWINGS an of • DRAFTED: JCOLE DRAWING VERSION REVISION2022 ASPHALT OVERLAY PROJECT _......_....... 12522 NO DATE REVISION F ■ ederal Wgy f DESIGNED: J. COLE _ —T Centered on ❑pporturrity WINKLER RAMPS 23&24 CRD-12. 33325 BTH AVES FEDERAL WAY WA BBDW REVIEWED: O - L PHONE 00 Me�lUbMI—II. SCH D -GREEN GABLES EDE ALWA 1 NMAN.CINOFFEOERALWAV COM �IMeIe1o04G APPROVED: D-WINKLER 52 of BB n' 9v 025 $W 027IH PL AT 5IST PL SW L-a Lin1M � u al RAi SL i4AgF NAVONAVO KBA .11 77 T1 •I PI -IT Pl77.11 •I ry I IT SS:T PL S'ar NAVD B aAAPHIc BCALE 0 1.s T B CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA R EOUIREMENTS 2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3, BE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED, SEE WSDOT STD PLAN F-10.124C FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4 INSTALL DETECTABLE WARNING SURFACE PER WSOOT STD PLAN F45.1002. S. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 9-14. 6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES O SITE PREP CUNSIT1U0110N NOTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC CURBANDGUTTER,PERCFWDETAIL309 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4"TOPSOIL 18 CEMENT CONC CURB 121N WOE PER DETAIL PAGE 04 I 11i KEY MAP c" a Federal Way 0REVIEWED: DRAFTED: J COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT y 125zz.. O,Ai"E REV I_ION DESIGNED J COLE Centered on Opportunq RAMPS 25&26 CRD-131 33325 BTH AVES FEDERAL WAY WA 9BW3 PHONE (253)635-2700 K...r..b.BRL D.WINKLER t.'d S,s i.✓ I SCH D - GREEN GABLES VMAN.CITYOFFEDERALWAY.COM Clfih b YSOd4 APPROVED: D. WINKLER S3 cF BS .1 j 5a.THHPL5�W AT SW 329TH VYY - uinL rA n.n-cr.� ssi ar NAVD AS� %� sum�s4yarsW3¢sn+frr cittM'ir4: STA „�•,r9 n�, [1.¢mn NAVD BB /'` Y OnAP�ncscALE CURB RAMP NOTES 1 SLOPES SHOVM IN PLAN OREM, RAM1"LAYOOT AND RAMP LENGTH FOR R"TI-NCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING, 3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED, SEE WSDOT STD PLAN F-10.1240 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS, SEE CFW STD DET 34 FOR CURB AND GUTTER AND CEMENT CONC BETE BARRIER CURB DETAILS, 4 INSTALL DETECTABLE WARNING SURFACE PER WSOOT STD PLAN F4 1 D02. S CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14 S STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES O SRE PREP CONSTRUCTION Nor TEi 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL ]414 73 CEMENT CONC. SIDEWALK PER CFW DETAIL 3-12 15 SOD LAWN, INCL, 4' TOPSOIL 15 CEMENT CONC. CURB 121N WIDE, PER DETAIL PAGE 04 s SW 725TH PL KEY MAP E 100% DRAWINGS crrY P R oJE�T r crrY op DRAFTED: J.COLE Federal Way DESIGNED: J COLE 10F?AWING VERSION I REVISION LOG w„_,.�, DATE RM54OH r 2O22 ASPHALT OVERLAY PROJECT 12522 Centered on Q ort�nft PA Y 0 Q.ywtmLR RAMPS 27&28 CRD-14 r vIiBwED: - M325 BTH AVE S FEDERAL WAY, WA 980M PHONE: (253)835-27DO X��-rm.�bolcw SCH D -GREEN GABLES WWW.CITYOFFEDERALWAY.COM Call4nrymy APPROVED: D WINKLER fig - Yi MLJ+,,,,,,'071B 6PL ieFW SAT sW 3-'8TH NII' -FLxW Oiw�¢i.ix'+Y 1iF1'Ri [i noel NAVD BB i $pTFd PLSW AT SSN TH YJV Gl-n1M'IRE e1A �i•JLr trc•Ri �af5r NAVD 58 V GRAPHIC SCALE CURB RAMP NOTES 1. SLOPES SHONM IN PLAN VIEW, RAMP lAYOUTAND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS- 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. BE VSDOT STD PLAN F-10 12-0 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DIET FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS C. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F45-1002 S. CURB RAMP LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS 8-14. 6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES O firM PnP 1;ON4iMCTiOM MOTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC.CURB AND GUTTER, PER CFW DETAIL 3-09 13 CEMENT CONC-SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL. 4" TOPSOIL 18 CEMENT CONC. CURB 12 IWWIDE. PER DETAIL PAGE 09. I� y� KEY MAP 100% DRAWINGS [� Ot I DRAFTED: J COLE y.i�„� DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT —11-1—. 2522 NO. DATE REVLBLON � Federal Way '�•-J y 11 CanturedOil Oppomuniry 33325BTHAVES FEDERALWAYWABB003 DESIGNED J COLE REVIEWED: O.WINKLER � �, .,�..:Y:� RAMPS 29&30 sHE[i CRD-1�I PHONE (253) 835-2,DD WWN.CITYOFFEDERALWAY.COM K..W1. bd6.E COIIMWRyoUft APPROVED: D WINKLER � SCH D -GREEN GABLES 65 of BB . 4BTH AVE SW AT SW 32BTH WY -1L�41 tn'RT r-v m.'S:1'Ri guru NAVO 98 V r [YAPHIC SCFLE 7 4 I•s 3� CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REOUIREMENTS- 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3- SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE MOOT STD PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45.1G02. 5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH- SEE STANDARD SPECIFICATIONS B-14 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. 1 O 6n1E Pkv CDAla'TRIdS iION NLttFS 1 SAWCUTASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENTCONC SIDEWALK, PER CFW DETAIL342 19 SW LLW1i. IY4L S TOPSO< 1B CEMENT CONC CURB 12IN- WIDE. PER DETAIL PAGE 04. 1nJ � - h�E_SW:AY SW 326THEL. ,�. vLewUw=sn 1e-iiN. isuu EL I ro NAVD 88 Ah IV s 5'5I I PI - ® i N KEY MAP RAFTED J COLE DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT Y 12522 NO DATEREVISION O: �ih•U�[� Federal Way DESIGNED J COLE y sneer Centered On Opportunity RAMPS 31 &32 WA9BW3 c q 33325BTHAVE S FEDERAL WAY REVIEWED: D-WINKLER S PHONE (2 )835-27W R•--w•s>aww SCH D — GREEN GABLES 7 VWAV.CITYGFFEDERALWAY-COM CLII6.1�^yw�cq. APPROVBD D, VAR%LEft' I SB of BB ISY] �A 4 15 J � i s�k33 i9THAYESNlATSVIF3igTFiV'lf ax•F�ISCO •3=�•44.] 11 u'Lr.s3lkm NAV0 BB as d47NwVECVlA7SW32BTFiNY 1.f, 1� 3 a . e•Bs ]] .Fs Lr �211.N' NAVOEB GRAPHIC SCALE 1 q 1'5 4 6 CUCU B R 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 DO NOT PLACE GRATINGS. JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING- 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE MOOT STD PLAN F-10.124 G FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS, SEE CFW STD DET 3A FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4- INSTALL DETECTABLE WARNING SURFACE PER V5DOT STD PLAN F45.1002 5 CURB RAMP,LANDING, AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS B-14. 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES p irra PREPCDNBTRIJCTK]N NOTES 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC- CURB AND GUTTER, PER CFW DETAIL 3-D4 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 342 15 SOD LAWN, INCL 4"TOPSOIL 1B CEMENT CONC. CURB 121N WADE, PER DETAIL PAGE 04. yQ F� �Q Sj_ Z ,51N3757H PL Y w KEY MAP m„,� DRAFTED: JCOLE 1j�•. DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 GATE BEVSIQN Federal Way fi DEBCNED. J. GLE �` , Centered on Opportunity D WINNLER ~ RAMPS 33&34 CRC?-17 33325 BTH AYES FEDERAL WAY, VVA 9B003 REVIEWED: ���,•' SCH D -GREEN GABLES WNW.CITYOFFEDERA WAVCOM �bFWBTk11� APPROVED: D WINKLER 67 of 99 GRAPHIC SCALE 4 CURB RAMP NOTES 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEETADA REQUIREMENTS. 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WSDOT STD PLAN F-I0-1240 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFWSTD DET3 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4. INSTALL DETECTABLE WARNING SURFACE PER MOOT STD PLAN F45,1002 S. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS B-14. 5. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES, O CITE PREP COysiRLR:TION NOTE 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEM ENT CONC CURB AND GUTTER, PER CFW DETAIL 3414 13 CEMENT CONC- SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL.4'TOPSOIL 18 CEMENTCONC.CURB 121N.WIDE, PER DETAIL PAGE D4. f h PIL 3.I5TH IN Y KEY MAP 100% DRAWINGS CIS Federal Way . DRAFTED: J.COLE DESIGNED: J COLE DRAWING VERSION / REVISION LOG _ DATE ,rEriBICN �•�, , 2022 ASPHALT OVERLAY PROJECT CITY PRDJELTr. 12522 �' = RAMPS 35 36&37 Centered anoWrtunity REVIEWED D-WINKLER j 1 CRD-18 D3]25 BTH AVE S FEDERAL WAY, WA 95003 wy• �'�w v" SCH D -GREEN GABLES WWW.CITYOFFEOERALWAYCOM �B ^ -' APPROVED 0.WINKLER 0 OF 99 #39 A6�CT 11T 6W l4 H WY _ L•4.Br it rl>7• Ei his ofi' NAVO W &--jt{orLu 11-m T1111 Y n w1.w ArA x�•ava lrr�l NAvoae ti MV GRAPHIC SCALE ] � Z 5 CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS ANO CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS 2, DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSOOT STD PLAN F-10.1240 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS SEE CFW STD GET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STO PLAN F451002. 5. CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH- SEE STANDARD SPECIFICATIONS 8-14 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O : R PREP NSTRDCTXJN NOTEB 1 SAWCUTASPHALTPAVEMENT OR CONCRETE 72 CEMENT CONC, CURB AND GUTTER, PER CFW DETAIL 3-0 13 CEMENT CONG. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL. 4" TOPSOIL 1B CEMENT CONC CURB 121N. WADE, PER DETAIL PAGE D4 R KEY MAP 100% DRAWINGS DRAWING VERSION / REVISION LOG am vRnaEGTR: IdnGF DRAFTED: JCOLE DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522 Federal 1Nay1r " 1 DESIGNED: J COLE ' Centered on Opportunity D. D Wrex ER G: ` RAMPS 38&39 CRD-19 33]25 STH AVE S FEDERAL WAY WA PHONE: (253)83 27D0 Kor.nbMBRL SCH D -GREEN GABLES WNWN.CITYOFFEDERALWAY.COM C�rII WBua APPROVED: D.WINKLER BB of BB . Federal lay Centered on Dpportuntty 33325 BTH AVE S FEDERAL WAY WA QGXG PHONE: (253) 03 2700 W AM.CITYOFFEDERALWAY.COM DRAFTED: J COLE i�. DESIGNED: J. COLE REVIEWED: D WINKLER aOblbnlouft APPROVED: D_WINKLER N AnAi10 9[ALE 3 5 a o CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AN CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS- 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD GET 3-4 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F4510-02 5, CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS B-14, B. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O 1►REP'C9NifRUCT101Y N911:5 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT GONG. CURB AND GUTTER, PER CFW DETAIL 34M 13 CEMENT CONC SIDE WALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4"TOPSOIL 18 CEMENT CONC CURB 12 IN WIDE PER DETAIL PAGE N. � I U1 DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT wTE REM" RAMPS 40&41 SCH D - GREEN GABLES KEY MAP 100% DRAWINGS cm PROJEQ I R: 12522 R 49TH1 aVESW RT'SW 339T14 ST u rwaPLa*ei+.-i�1r.cK'Ai [Lies se• NAVO 58 V Iy.�l 49TH PL SW AT SW 330TH STREET �`3 [1 •[[.AI>ti`•*n iri�O.w Nu'Li.u.w ii• NAvoee � —�KNJIfA GRAPH IC SCgLE -}]i-pfJ 15 CURB RAMP NOTES 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2 00 NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING- 3 SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED, SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DIET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F45.1042. 5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS B-14 6 STATION AND OFFSETTAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. Oz iRF PIIEP COMST��tON NQIEE' 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENTCONC.CURB AND GUTTER, PER CFWDETAIL3414 13 CEMENT CONC, SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL. 4"TOPSOIL 18 CEMENT CONC. CURB 121N. WIDE. PER DETAIL PAGE 04. KEY MAP 100% cr"of . Federal Way DRAFTED: J.COLE 114e DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT ei n rnwec i P. 12522 NO DATE REVISION DESIGNED: J. COLE Centered on Opportunity 33325 BTH AVES FEDERAL WAY WA 98003 qkpREVIEWED: D. WINKLEfl RAMPS 42&43 CRD-21 PHONE: EDERALWAY VNVN.CITVOFFEDERALWAY COM IL..r..b. VW Lyll��rytlC APPROVED D WINNLER SCH D - GREEN GABLES 71 � gy �� asrH P� s+a aT auyaaarH Br reY1 1.FSgli✓=ElAlrs.nll 1i] nt _� ql FF NmDas 0 4[-APHI r 4SCALE CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS- 2 DO NOT PUCE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED - SEE WSDOT STD PLAN F-10.12-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-4S 1002. 5 CURB RAMP, LANDING, AND FLARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS 5-14. B STATION AND OFFSET TAKEN FROM TOP BACK OF CURB. CENTER OF TRUNCATED DOMES. O J PR CONSTnmmT []IOTE9. 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4"TOPSOIL 1S CEMENT CONC CURB 121N. WIDE, PER DETAIL PAGE 04. SYlH PL SW AT SW 330TH ST ■ f 1A aiax]4 �vF 3¢ ]39 IF yQ, s. o'o°e 7L ^1 P. KEY MAP DRAWING VERSION l REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522 F r,IiY O� DRAFTED: J COLE F.11yC� pgTE REVISION Federal >f way , CEBIGNED. J COLE n ; • •• ••• 6 SEl Gentered on Opportunity RAMPS 44&45 CR;T ' 33325BTHAVES FEDERAL WAY, WA BB003 REVIEWED: D WINKLER „ PHONE : (253)0352700 •• �""""'" SCH D - GREEN GABLES VAA'W.CITYOFFEDERALWAY.COM Calle.]ry V-ft APPROVED: D.WINKLER cm Of Federal Way Centered on Opportunity 33325 BTH AVES FEDERALWAY WA98M PHONE: (253) 835-2700 WWW.CITYOFFEDERALWAY COLA DRAFTED: J COLE DESIGNED: J COLE ztVIEWED: M WNKLER SAP bd01A CIBEYI-VIRIMy APPROVED: D.WINKLER 49TH PL SW AT SW 330TH ST MNO nitc+ntP4!nrA]t!•r3ri11 M'L1 Yl ro]m NAVD BB / h DRAWING VERSION I REVISION LOG �NAPHICSCALE a B 45 a S CURB RAMP NOTES 1. SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING, 3 BE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-10,124O FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS- SEE CFW TO GET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4 INSTALL DETECTABLE WARNING SURFACE PER WSDOT STO PLAN F4510-02. 5 CURB RAMP LANDING, AND FLARES SHALL RECEIVE BROOM FINISH- SEE STANDARD SPECIFICATIONS B-14. 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. OX iI1l PRlP GOYSf]WCTtlH YOTFS 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC CURB 'INC GUTTER, PER CPW OETAIL]4M 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4" TOPSOIL 10 CEMENT CONC. CURB 121N-VIDE, PER DETAIL PAGE 04. 3j. • 1•- 5VV '25TH PL r r. KEY MAP 100% DRAWINGS CYPROjEc x 2022 ASPHALT OVERLAY PROJECT 12522 RAMP 46 CRD-23 SCH D - GREEN GABLES lY I \ I r 1 i f Ju•LB/L+ 3 ' z+e h IA K1Efl+ 3IS 9]T 199reS�e1 :i Li' 2 I9bg�l1+ RT • s LJ IMDII 1.YRT GRAPHIC SCE J1 to ALA 40 i C FIIVEYENT N1BIfl914B CDHETRLCTIDN NOIEII 1 NOTUSEDONTHISSCHEDDLE 2 PAINTED LANE LINE PER WSDOT STO PLAN M3P.10.W AND M2ATDo4 x Irorl�EDpNnI¢asNFmLee 4 NOT USED ON THIS SCHEDULE S NOTWBDDNTH:1-gEDW-E PLASTICTRAFFICARROWPERNSLTOTSTU.PLANM I.w MATERIALTYPE A) 1 IIOT IdEO p19 THIS SEER: W LE B —7 US rM Cp1EDYLE 9 P—TIC YIELD LINE SYMBOLS PER MOOT STD. PLAN NL2LS001 1B OW CROS YELLSHATCH No11. pm WBOOTST0. FLJJL M-12.16R2 11 11YORANT MAKER SYPEa 12 NOTUSEDONTHISSCHEDULE 13 PAINTEDEDOEIJNEPERWSDOTSM.PIANM-2 I—E 14 PAINTED DOUBLE YELLOW CENTERLINE PER WSDOT STD PLAN M-xa.1Dm AND Mm 15 NOT USED ON THIS SCHEDULE 16 PAINTED BICYCLE LANE SYMBOL PER WSDOT STD. PLAN I—S-2 r1L '•7 �sw axsrFi P1, KEY MAP 100% DRAWINGS �Y of Federal Vllay Centered on Opportunity ' 33325BTHAVES FEDERALWAY WA0003 PHONE: EDERALWAY0 YWMN.CITVOFFEOERALWAY CON a 9„�...blil"T,, CAI tib+ADBG DRAFTED: J COLE �1 DRAWING LOG 2022 ASPHALT OVERLAY PROJECT 12522A GATE REVISRSION/REVISION REVISION DESIGNED: J.COLE .f —44. x% —1Ff � ;,^,�"`" Le°wu L' REVIEWED: D WINKLER RESIDENTIAL PAVEMENT MARKINGS AND SIGNAGE SCH D — STA 195+00 TO 200+00 & 217+00 TO 220+25 pMD-07 APPROVED: D. WINKLER 74 of Be _ SPE-01 20TH AVE S LSD _ 31 JDQ iW L61 2 to00 d 00 H N N OD UJ � N 1n SCH E - 20 AVE S NUMBER START STATION NORTHING EASTING LENGTH BRNG/DELTA L57 3DO�.00 12872517 1274977.91 270.001 270,00 L56 302.70.00 126995.09 1274084.49 566.63B 565,64 L59 306+56 64 129583.59 12749B7.37 63.091 63 09 L60 309+41.73 12D66666 127499903 165594 16569 L61 311e10.62 12 552 1275002.67 109,547 109.85 L62 312-20.47 129945 36 12750U3.95 240250 240 N L63 314a61A1 13018631 1275D04.71 114.025 11402 L64 315i75-45 1X000-33 1275OD6.03 153.346 15335 L65 317-25.5D 130453 62 1275010.12 103 390 103 39 L66 31B+32.19 130556 99 1275012,50 141.164 141 16 L67 319-73.37 130696 15 1275014.89 55.719 88.72 G43 320.62 09 130766 64 1275017 21 120 726 0D9. 20'5Y' Lee 321-a2 82 130907-00 1275027.40 65.612 65.61 L69 ]22.45 43 13097166 1275038.53 101 578 101 fib L70 323-50 11 131071,95 1275055 30 45.157 46.16 C44 323r96 27 13111T. 1275D53 94 257 565 073- 16'40' L71 326+54 13 131269.64 1275250-22 57.622 57.52 L72 327.1175 1 13INS02 1275307.61 36].]2$ 36i 33 SCH E - S 281 ST NUMBER START STATION NORTHING EASTING LENGTH BRNG/DELTA L73 340a0000 13102D.55 1275017.14 10767 I90-77 C45 341+90]7 13095771 1275205.00 61.591 0))6-WW L74 342+72 36 130995 02 12752LSS6 47.620 4782 QIY Or Federal Way Centered on Opportunity 33325 8TH AVE 5 FEDERAL WAY, WA 96003 PHONE: (253) 83 2700 VANW.CIWOFFEDERALWAY. COM DRAFTED: J COLE 1 DESIGNED: J COLE REVIEWED: 0 WINKLER =7-d{ APPROVED: D.WINKLER -* GRAPHIC SCALE 1q0 D SD 1H0 T SPE-02 �r - - SPE-03 L62 �15.00 _L63 L64 _L65 LN _ E2V [qy �~ LOB SPE-04 J J z N Z N 07 N N 03 N U) L U) ` _ 0 to 1 I g I 100% DRAWINGS GVERSION/REVISION LOG UATE ■£]060'U9 2022 ASPHALT OVERLAY PROJECT 12522 U117E RESIDENTIAL SURVEY CONTROL & KEY SHEET SC-E SCH E N� [' -A1 M S 20- +1 > >� 2 1 NOT=0 OK THIS SCHEDULE 3 ADJUST CATCH BAS IN, PER CM STD. DETAILISS. W UL W A RBARM1CFR1NGRATEIS FRAME. GRATE AND RISER WITH CITY FlIBXCI9D ED FAAME, GRATE AND RISER W to 9 ADJu:i 1b XAJL1lNT LA6E AAIy DGVER.F_T COW DETAIT. �N W Z 6 ADJUST MAxR VAVTO GRADE. PER CFW STD. DETAIL ]55 J = U i •n u.sT NANHp'.E AER LFW STD.DETAIL ]SS. Q � CBMERt coW. CV9m RAMPTYREPARAu1-EA RER MDGT DETAIL X•W.+:A1 CEAVEM COIF CURB RAMP TYPE PARALLEL B. PER WSDOT DETAIL F-0n.12- 10 QMWTC�IC'T.IMY RwvP TYFE PARALLEL 11 ffJ,l�[1 COW, CURB OAMP TYPE I PERPENDICULAR PERCFW DETAIL 3-11 CEMENTCONC.CUREIMDGUTTER, PER CFWDETAIL]JM�HTC .SIDEWALK.PERCFWDETAIL]-I21-1 d USED ON THIS SCHEDULE R>191ATgI,INCL .e TOPfi OE 16 NOT USED ON THIS SCHEDULE 1B CEM6iTCONC. CURB 121N.VADE, PER DETAIL PAGE G-0 19 YTIL _W R NONSUP MMA COATING. THIS SCHEDULE LEGEND: ®BUTT JOINT AT STATION OR LOCATION INDICATED. FULL DEPTH AT MATCH UNE AND TRANSITION TO D IN -AT DISTANCE DIRECTED BY ENGINEER. PLANE WIDTH AS INDICATED ON'PLANING WIDTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION . .�. .'. REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD INLET PROTECTION " — S 280TH PL n a KEY MAP m N S 288TH 5T I _ 1i l 100% DRAWING g �,o DRAFTED: J-COLE DRAWING VERSION/REVISION LOG Federal Inlay DESIGNED: A COLE 2022 ASPHALT OVERLAY PROJECT 12522 i yNI, p ' �3. ,+•` NO. DATE AEV1SN1 bEE' Centerednn QPWIunfry REVIEWED: D.WINKLER RESIDENTIAL SITE PREP AND PAVING SPE-01 , 333256TH AVES FEDERAL WAY WA 98003 ,'Vn. Ly PHONE (253)B3S2700 xB9R.rTsbNDw. SCH E - STA 300+00 TO 310+00 WV.W.CITYOFFEDERALWAY.COM CMbW 7BvdIG APPROVEDD. WINKLER 76 OF 99 a GRAPHIC SLALE ;s D 1R A m '•1O i71111 ClONSTRUCnoN NOTES 1 iAP1eU1 ASPHALT PAVEMENT DR CONCRETE UqJ 1 WT u: 9 Mo SCHEDULE _ .. .. L '_ p} ] ADJUST CATCH BASIN- PER CFW STD- DETAIL —� W ]IFRIAGE¢A,Oma FRAME, N TE N10 MEB NAM CJTI' 311,DD _ — 31 OO — — 51 w ° CWBJWL'G ARAME DIIATE AK]ia.^ER, S ADJUST MONUMENT CASE AND COVER, PER CM DETAIL lJ6 9 ADJUSTWATERVALVETO GPADE, PER CM STD DETAIL 3d 7 ADJUST MANHOLE, PER CM STD. DETAIL JJiS Q CEMENTCONC CURB RMIPTYPE PARALLELA PEFI-DOTDETAIL T CEMENT CONC. CURB RAMP TYPE PARALLEL B PER VADOTDETAIL FJU 13-0] 10 CEMG]!�CIM KIWP TYPE SINGLE dREC—N, PER CM PeTAIL]•1G = CI MENT TYM I PER CPw BBTAIL]M 1L CEMl CvIC. CURD AND UUTTER PER CM DETAIL ]-0° N tlI NPAIECOI1C. LJtlCNXLIL PER CFW DETAIL]-13 IA NDr UR20 CPJ TH9'JCNEOIJL2 T3 1GD LAVITA INQ. T TOPSOIL IA Mw usmal T SCHEDULE IT AIOTIJM;]]M[ SCHEDULE U CFJJEN3f�GC]Bt9Ix W.5NDC PER DETAIL VACS OCS. III UTILITYCOVERNONSUPMIAACOATING BUTT JOINT AT STATION TIO OR LOCAN INDICATED. U¢] FULLDEPTHATMATCHUNEANDTRANSITIONTOO INATd DIRECTED ENGINEER N WIDTH PLANEWIDTHAS INDICATED ON ® TER'.FUU_DEPIAHNGWIDTH AT CUNB ANO GUTTER'. FULL DEPTH AT FACE OF GUTTER • � O PAVEMENT REPAIR SECTION. 900 -�.� REMOVEAND REPLACE CONCRETE W .. W REMOVE SIDEWALK 20TH AVE S _ UJ ® REBUILD ROAD J ULI INLET PROTECTION J_ I � °-:•S 260TH PL a I N KEY MAP _.:y TH ST e 100% DRAWINGS cm7af DRAFTED: 1COLE yTfl;y DRAWING VERSION I REVISION L06 2022 ASPHALT OVERLAY PROJECT CITY Pr,.,EDT A: 12522 NO. WE NvV9a0M DESIGNED: J.COLE p ~` Federal Way SHEET RESIDENTIAL SITE PREP AND PAVING SPE-02 Centered on Opportunity r- 31]?S!T]i AVE 5 FEUC L VARY WA 9803] REVIEWED: D. WINKLER j •"��.I �y I PHONE 8 II�....I.ImIDU SCH E - STA 310+00 TO 320+00 EDER LWAY NMNN.CITYOFFEDERALWAY COM CellewempDNp APPROVED: D. VJINKLER 77 of 99 GRAPHIC SCALE v D 10 2D w C710N NOTES LT PAVEMENT OR CONCRETE i1G:C11E -- W.J. M CFW sm.O LFBf. W FRAME, GRATE AND RISER MATH CITY M oRAMAI40 RASER. .ENT CASE AND COVER. PER CFW DETAIL — VALVE TO GRADE, PER CM SM DETAILBSS- LE, PER CM STD DETAIL 0S6 CURB RAMP TYPE PARALLEL A, PER MOOT DETAIL CURB MMP TYPE PARALLEL B- PER MSDOT DE — CURB RAMP TYPE SINGLE DIRECTION, PER CM —WIP TVP!I PBR NI=U R. PM WW a I CENCNT CONIC SNOSMRLK. PM— MTAIL] iT IA N Dbmm THm SLY1lPJLE 15 SOOUAWLINCL A'MPSNL 16 NOY USED DN THIS SCHEDULE 17 i-T USED ON THIS SCHEDULE 1B LFA"FC CLNB 12 IN-VADE,PER DETAIL PAGE O-0B- 1B UTIUTYCOVER lbN LIP MMA COATING, 1 21 I NOT USED ON THIS SCHEDULE 1 LEGEND ®BUTT JOINT AT STATION OR LOCAIMN INDICTED, FULL DEPTH AT WTCH LINE AND TRANSITION TO 0 IN -AT DISTANCE DIRECTED BY ENGINEER - PLANE WIDTH AS INDICATED ON RIAMNG WIDTH AT CURB AND GUTTER', FULL DEPTH AT FACE OF GUTTER PAVEMENT REPAIR SECTION- REMOVE AND REPUCE CONCRETE REMOVE SIDEWALK REBUILD ROAD J® ' gg MET PROTECTIDV 280TH PL 7� KEY MAPI �y� 5 288 TH ST _ A GRAFTED: J COLE DRAWING VERSION IREVISIONLOG 2022 ASPHALT OVERLAY PROJECT �..;25zz� NO, DATE REVISION Federal Way DESIGNED: J COLE vY4T Centered an Opportunity REVIEWED: D-WNKLER A RESIDENTIAL SITE PREP AND PAVING SPE-03 pp n3rff11f AVE a FBOFAAL WAr. WA e 3 crime SCH E - STA 320+00 TO 325+00 & 341+00 TO 343+20 7 IN VhWPHONE V.CITYOFFEDERALWAYCOM dt APPROVED: D. WINKLER ,B OF 9B GRAPHIC SCALE D 10 20 I I IUA IJT ASPHALT PAVEMENT OR CONCRETE 1 1 AO—T— BASIN PERCFWSTD. DETAIL— 1 S AnX5T MONUMENTCASE AND COVER, PER CM DETAIL 34K 1 ADdUS1"MR VALVE TO GRADE. PER CFW STD.DETAILM5 } AMST MI IDE. PER CFW STU. O E.TA z a t,,Wmpac .CORB RAMP TYPE PARAALZ A PER WAW DETAIL r..uimI j CEMENTCONC CURB RAMPTYPE PARALLELS PER-DOTOETAIL F� -1- 10 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION, PER CM DETAIL 3-1D _. CWIPNT CCNC- CURB RANIP TYPE I PERPENDICULAR, PER CM 10 INCTUSED ON THIS SCHEDULE 16 xoo LAVM.INR.r TOPSdI a NOT unE0�TI9�CWAEOIfLF 1] NOTO�OLW ]MI SCHEDULE 1 19 LDILRY COVER NONSLIP MMA COATING. 1 LEGEND JJ SUTJOINTATSTATIONORLOCATIONINDICATED. FULL DEPTH AT MATCH UNE AND TRANSITION TOO IN AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTH AS INDICATED ON'PLANING MOTH AT CURB AND GUTTER'. FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROADp' 280TH PL W INLfiTpR41ED7iON _ _ KEY MAP 51288TH ST CITY OII]}w® C * DRAFTED : J COLE DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT F 12522 NO GATE RFVIG3011 1w� ■ ederal Wa DESIGNED: J.COLE Centered onOppartunity RESIDENTIAL SITE PREP AND PAVING SPE-04 333M BTH AVE S FEDEflAL WAY WA W03 REVIEWED: D.VANKLER . PHONE: (253)83 2700 SCH E - STA 325+00 TO 330+95 VW.WCITYOFFEDERALWAY.COM CeRea pmdly APPROVED: MWINKLER 20TH AVE S AND 5 29TTH FL �LrA ]yn� �•�NAvoaa i 287TTH PL L iyE 5 AND S 2eSTH 9T as MV w C GRAPHIC SCALE q } a I CURB RAMP NOTES 1 SLOPES SHOWN IN PLAN VIEW. RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING. 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-1012-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS- SEE CFW STD DET 3-0 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS, 4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PUN F4510-02 5. CURB RAMP, UNDING, AND FURES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS 8-14. 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB. CEKIER OF mlfl=TED OOMES O SRf PREP CONSTHUG110H NOT[6 1 SAWCUTA5PHALTPAVEMENTORCONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12 15 SOO LAWN, INCL 4" TOPSOIL 20 CEMENT CONCRETE PEDESTRIAN CURB PER WSDOT DETAIL F-10.12414 aTMOp Federal DRAFTED: J coLE DESIGNED: J. COLE a �•� I�k�, • N DRAWING VERSION / REVISION LOG FEW9NJN 2022 ASPHALT OVERLAY PROJECT 12522 Kay Centered an Opp _, RAMPS 1-3 w31 CRE-01 33325 BTH AVE S FEDERAL WAY, WA BaW3 4 PHONE (253- 27M a..r.n nYOBB REVIEWED: D, WINKLER '�ywu •r+�, SCH E - 20TH AVE S VMW.CITYOFFEUERALWAY COM ftbbW a]ard4 APPROVED: D.WINKLER IBO of BB a tra LE mTHAvea HHrDRPxTMVH �iYPE:6 30i-aD Rr PLASTIC L.'�DD:lY SYMDS. Xi•� HYDAAHT tAARR6I TYRE iB 1i0•K RT -xfciH PL P{A9T'. �Em bF1P SYAIDOL IYID*AAR WRKER TrPE ie 5:6lO ET PRESERVE AND PROTECT PAVEMENT MARKINGS J1,rpo 1 20T AVE S 3•n GRAPHIC SCALE El PAVE39ENs MARmmo coN5TWc7WN NQiE§ 1 HGT YS®CN T116 SCHEDULE t NOTUSEDONTHMSCHEDUIE D NOT—DONTHISSCHEDULE NOT khM OUT SCHEP A NWTUSiDCNIMvSCHEDULE ° n•.amm.xu ARTOW PER MOOT selx puw Mvti4W IWrE'NATYPEA) T NOT US ED ON THIS SCHEDULE ° IATNDED of Ttc SDIlmxz fy THIS SCHEDULE 1. NDi USEDD°1THISSCHEDULE 11 ---.1-TYPE2S 1. PUSTHDDPE4DIWMPSYMBOLPER WSDOTSTDPLANM-l4•BD61 DAATERIALTYPEAI. DXIUEWT in nED KU U:T.TAH3A11Of1 13 NOT USED ON THIS SCHEDULE 14 PAIfmD POUNLEFYiLO'//CE1iHErLIHL' PER -DOT STD PUN IA?IIJM A%I 1TZp-hIN 1S HOT UEEO ON THIS SCHEDULE "5 280TH PL I S v' C rn — (moo S 288TH ST KEY MAP 100% DRAWINGS a„op Federal Wcjy DRAFTED ICOLE DRAWING VERSION IREVISION LOG DESIGNED: J. COLE � �•� •• T^. NO. DATE REVISION 2022 ASPHALT OVERLAY PROJECT c Y -. rCT» 12522 4& CenleredanOppartunfty - - RESIDENTIAL PAVEMENT MARKINGS AND SIGNAGE "I11 PME-02 333258TH AVE S FEDERAL WAY WA 9SOM PHONE (253)05-2700 REVIEWED. D.WINKLER 4� i vt'• SCH E - STA 310+00 TO 320+00 WAW.CITYOFFEDERALWAY COM PYBbohmi 19S APPROVED: D WINKLER S1 of BB SPF-03 SPF-01 '� Y i SCH F - 7TH AVE SW I NUMBER START STATION NORTHING I EASTING LENGTH BRNG/DELTA _ Um 4 .ffl00 12155168 125556778 247.423 247.42 / SW 3107H-ST LBS 442.47 42 121 BBB 05 1 1265603 00 52 D04 82 M � LOS 443+29 Q 121681.04 1 1265604 70 850.726 1 650.73 SCH F - 10TH AVE SW $ w NUMBER STARTSTATION NORTHING EASTING LENGTH BRNG/DELTA - Q L51 420a003p 721263.15 126472B.02 665.371 665 37 coF L52 428+65,37 12102B 3fi 7264743.28 fif1964 SB B6 J f O LB3 427+35133 121M 32 1264744.13 1 411.132 411 A3 I SCH F - 310TH 311TH AND 11TH PL SW SW 311TH CT c NUMBER START STATION NORTHING EASTING 1 LENGTH BRNWDELTA L75 40D+00 DO 121M-15 128451321 49380 4838 iii cm 400+48.08 121645 BS 1254477 6B 62 580 044' 4B' 12' I L76 401+11.96 121623 43 1264420 96 IN.192 120.19 C47 402+32.15 121625-18 1264300 78 56 971 OBO'36'03' L77 403+18.12 121681.55 1264246 50 65 074 M 07 C48 4D3+8520 121747.60 1254248.25 17475E 064. 3V 4W $ L78 4D5+59B5 121884.15 1214141,01 133.470 133A7 o i SW 312TH ST LN 406+93-43 121925-11 1264468.04 81.180 64.18 SPF-02 CQ 407+57.51 121 RM25 1264528.28 SO.B7s 02" 49' 15" LBO 40Ba08.46 12195894 7264578.15 20B 393 20B 7B SHD F- STH PL SW NUMBER START STATION NORTHING I EASTING LENGTH BRNG/DELTA SPF-04 SPF-05 s a $ � I I 3 1n a s = I U a a = I I r w Q I I J GRAPHIC SCALE I' arlrof Centered on Oppomnity Fn:Le$raN Wiy 33325 BTH A O F (253) 8 WAV WA 9BOW PHONE EDERALWAY.0 VMW.CITYOFFEDERALWAV.COM Kw W�bMBlll. W54r14A561G DRAFTED: 3coLE ✓-1i�ty :F` DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT �12522 NO DATE REY61(W DESIGNED: DD LE REVIEWED: D. WINNLER NKLER RESIDENTIAL SURVEY CONTROL & KEY SHEET SCH F SC-F APPROVED: O. WINKLER 52 or 9B _ 7� _ sw �� GRAPHIC SCALE 19 0 20 AO P+ E 5 I 6AWl:UT ASPWILT PAVEMENTORCDNCRETE I 2 NOT=EDGNTI KWODULE 1 3 ADJUSTUTCHBAMN, PERCFWSTD DETAILSES ■ 5 IADJUSTMONILAENTCASE AND COVER. PER CFWDETAIL — S ADJUST WATER VALVE TO GRADE. PER CMSTD. DETAIL 3-55 T ADJUSTMANHOLE PER CFW STD DETAIL-S CPMEO CLVC, 0131191 P TRE�LEL A. PER MCAT DETAIL —12- CEMENT CONC. CURB RAMP TYPE PARALLEL B. PER MOOT DETAIL 1-12- 1D CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION PER CM DETAIL IN 11 CEMENT CONIC. CURB RAMP TYPE I PERPENDICULAR. PER CM DETAIL 111 12 rNw'NT=d CYRK JOIO OU TTE R. PEG L'FiV91ETAIL]Ae 13 CEMENT COLIC. SIDEWALK, PER CM DETAIL 112 10 NZST DSE60N M]SiHFLULE 15 60D LAWN, INCL G'TOPSCIL 15 NOT USED ON THIS SCHEDULE IT .@ "ED ON-9 DCHEPUAE 15 CEMENTCONC.CURB 121N-WIDE, PER DETAIL PAGE GUS SCHEDULE I MATCHLINE SEE ABO a RAMP MS LEGEND ®B.TT-INTATSTATIONOR—TK]1IN—TE1, FULL DEPTHATMATLH TRANSITION TOD IN AT DISTANCE DIRECTEDED BYyENGINEER. 3 +' rN �•"1r-,,51 D AT LURBANDGUITTER' FULLD�NDEPTHALAEOF GUTTER. PAVEMENT REPAIR SECTION. I- REMOVE AND REPLACE CONCRETE ti ---401.00 SW311THCT — 40 '00 REMOVE SIDEWALK P' ` _ -- _ -J -. :.•! ® REBUILD ROAD MATCHLINE SEE BELOW RAMP NI a _ INLETPROTiCT b SVV 308TH ST .�I � 402-31 2LF RAMP N3 KEY MAP � _ N ILAur Ns ^ I F I 5� S W 312 - 100% DRAWINGS � DRAWING VERSION / REVISION LOG �* PROJEt"n. �„� � DRAFTED: J.COLE Federal Way ND DATE RER11i1011 2022 ASPHALT OVERLAY PROJECT 12522 DESIGNED J COLE y Y sHBE gT Centered on Opportunity RESIDENTIAL SITE PREP AND PAVING SW-01 33325 BTH AVE S FEDERAL WAY WA.1 REVIEWED: D. WINKLER _ 9 PHONE (253)835-27M Km.M.. bdov. SCH F - STA 400+00 TO 409+00 VWWJ.CITYOFFEDERALWAY.COM Cdln.rm3aum4 APPROVED: XVANKLER 83 OF 99 W I➢ W W 0 W Z H MATCHLINE SEE DRAWING SPF-01 cRAPmc s DALE 1 I SAV.CUrABTHALT PAVEMENT OR CONCRETE J NOT USED ON— SCHEDULE ADJUST CATCH BASIN, PER LFW STD. DETAIL ]36 ' REPLACE 61mTPJ(+FAAMe, ORATE ANORISERWITHCITY FIRw WED FRAME. GRATE AND RISER 1 ADJUST MONLMENT CASE AND COVER PER CM DETAIL ]-]6 1 N]YV"TERVALVCTOGRADE,PERCFWSTD.DETNL 166 7 AD=TWNHNLE. PER CFWSTO, DETAIL—. CEMEUT Cb1IC. CURB RAMP TYPE PAMLLEL A. PER VRODT DETAIL 1 _ ILEYENTCOMC CWi RAW TYPE PARALLEL B. PER MGDOT DETAIL 11 I .- ILEMeuT coNO. CURB AAAN TYRe :V1B1L BFECTK'M. PEB,^,FW 1� I , ]CRENTCNIL6RBRANPTYPEIPERPENDICULAR,PERLFW 11 11 CE�MRII A v,TER wE.T C:FW VEFA1L 501 13 C'EN CONIC, SIGELIMLK, PERCPW DETAIL xIi fA NOTUSLOm11 .CHEDULE 11 SOGLAVAf.INCL K'TOPSOIL 10 fNTUREOONYN4SCHEDULE 1 11 ICEMENTCp CUR01x IN WIDE,PERDETAILPAGEI— 11 ®BUTT JDINTATSTATIONORLOCATIONINI)KATED, FULL DEPTH AT MATCH UNE AND TRANSITKIN TO D IN AT DISTANCE DIRECTED BY ENGINEER PIA NEWIDTHASINDICATEDON'PLANINGWIDTH • AT CURB AND GUTTER' FULL DEPTH AT FACE OF GUTTER. PAVEMENT REPAIR SECTION REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD 10 INLET PROTFCTIO-q- naT W WMTH 4❑\ KEY MAP 3 W 3124- ('Ry Q� Federal Way DRAFTED: JCOLE +'1f'Ta 3- DRAWING VERSION/REVISION LOG 2022 ASPHALT OVERLAY PROJECT L1 �2522A aII Yl DESIGNED J COLE Centered on Opportunity REVIEWED, D.VWNKLER PDATEREVISION RESIDENTIAL SITE PREP AND PAVING SPF-02 0037.R BTH AVES FEDERAL WAY WA BB003 WA0 ��e�� PHONE: (253)83S3700 WWW.CITYOFFEDERALWAY.COM CBIIBIWBIBMft APPROVED: D.WINKLER SCH F - STA 420+00 TO 428+00 B4 OF BB GRAPHIC SCALE x D to w Q 5TRUC1IdN NOT" T wm!.T PAVEMENTDR COEICRBTM ED DN THIS SCHEDULE CATCH BASIN. PER CM STD. DETAIL 355 'E EXISTING FRAME -ORATE AND RISER WITH CITY HED FRAME, GRATE AND RISER, MONUMENT CASE AND COJER, PER CM DETAIL D 5 ' TNXTEN VALVE TO ❑AK1E-PER cFW LTG.D rt. fuS. 2Ln1>•HOL` PER CM STD DETAIL T CURB RAMP TYPE PARALLEL A. PER MDOT DETAIL DY TOWC. QM5 RAW T-E PARALLEL 1.P yWOX1 OF? ' w CON. EDRB RAMP TYPE --LP tC nN.P 0w T OO . C W91 RAMP TYPE 1 PERPENDICULAR, PER CM T.11 T CONE CDRB ANO OUTTER- PER CM DETAIL 3-0/ t DDNG. MDEWu2L PER CM DETAIL &12 ED ON THIS SCHEDULE M INCL. C'TOPSOIL ED ON THIS SCHEDULE IF ON THIS SCHEDULE T CONC."RE 12 IN WIDE PER DETAL PACE CLtiEp 1XD2amN MiIA CW taN4 '-'a>'EAfs'TRIAfI c.IRe Fucwsa�T nETUL IIXS 0 ON TyI11L SCHEDULE ALAND REPLACEMENT OF SPEED HUMP, COMPLETE PER LEGEND: ®BUTT JOINT AT STATION OR LOCATION INDICATED. FULL DEPTH AT MATCH LINE AND TRANSITION TO 0 IN. AT DISTANCE DIRECTED BY ENGINEER PLANE WIDTHAS INDICATEDOWPLANING WIDTH AT CURB AND GUTTER' FULL DEPTH AT FACE OF .UTTER. PAVEMENT REPAIR SECTION REMOVE AND REPLACE CONCRETE REMOVE SIDEWALK ® REBUILD ROAD IIRETPRu1ECTIP SW 308TI1 ST'.. Q0� -! KEY MAP.! T1 s' SW 318T -- — 100% DRAWINGS GI I Y PHG3EG 1.: y 1}TM� DRAFTED: J. COLE DRAWING VERSION REVISION LOG A7. DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522 ' ., � Federal DESIGNED J. COLE aEEt I Centered on Opportunity REVIEWED: D WINNIER RESIDENTIAL SITE PREP AND PAVING SPF-03 33325 BTHPHVES ONE FI250)8B 2AT00 3 Mw W1t6dOMl. 3 WVAW.CITYOFFEDERALWAY.COM C111IM—yIWft APPROVED: D WINKLER SCH F - STA 428+00 TO 431+46 B5 OF 99 GR.VPINt SGYC 20 D 10 20 40 Ay1A' T m Oz CONSTRUCTION NOTES I i µWCTEPISPIAIL[4N.vENENT 0400NCRFIE ] NOT USED ON T1155CHEDULE �••X, -SI', - - � ] ADJUSTCATCH BASIN, PER CFWSTD.DETAIL]d5- 4 REPLACE EXISTING FRAME -CRATE AND RISER WITI CRY -:. _ _ ♦ W FURNISHEDFRAME,GRATEANDRISER- �L.00— — —44 —-- - �.- �•'��� •..�•.....`.__ W S ADJUST MONUMENT CASE AND COVER. PER LFW DETAIL }]6 _ _44 •2�W I POlUST WATER VALVE TO GRADE, PER CFW STD DETAIL 355 7 ADJUST MANHOLE. PER CFW SM. DETAIL }55 ' 7 7TH AVE SW �T� U CEMENTCONL-CURB RAMP TYPE PAMLLELA, PER WSOOTOETAIL Q F�0.12d] - - CEMENTLONCCURB RAMP TYPE PARALLEL B. PER WSOOTDETAIL F<o.ud] CEMENT CONC CURB RAMP TYPE SINGLE DIRECTION PER CM 10 DETAIL }10 F /ap.F, w•2��LT 6 CEMENTC.CURB MMP ttPE 1 PERPENDICULAR, PER CFW DETAIL IL 11}l1 a14a' 12 CEMENTCONC. CURB AND GUTTER, PER CFW OETNL]d4 13 CEMENT CONC. S IDEWALK, PER CFW DETAIL 3-12 14 EarusmoV lLaa aalE�ine 15 SOD LAVd4, INCL-4-TOPSOIL 16 IR7Y4[D OR nn JIDHUUL 17 NOT USED ON THIL SLHEOIAE 18 CEMENTCLNJC CURB1a IN WIDE,PERDETAILPAGEGd5. B 1l15]7Y COY9] WI+iLT MIN [oA ' 20 OYJKLIILOMCfiEYE peDESTIpAN 6W,E PBpt YnwrpET" F.10.13d4 21 NOT USED ON THIS SCHEDULE LU REMOVALANDNEPIACEMENT OF SPEED HUMP. COMPLETE=. PER i — _ ss •. LF CFN DETAIL 13fi m7TH AVE SW 2LEGEND W •.___._ _ __ __ __.._ .._.., �' _ -- _ _ _ _I.'_ Jam'. - i -�`'� ® B�DEMATCH LINE AND TMNSION T00 L PTH AT9 - ''�- ! !' _ `�I '�- •' _ IN. ATgSTANCEgRECTEDBY ENGINEER. In _ � •� ��••T� �` l ��• • _ PLANEATCUOTT ASINDI INDICATED OEPTHATFACDTH W — — E OF _,.�- J _.. '.� _ - _ __ - _- 7�pp .44 •W PLANE MOTH AS INgCATED ON"PLANING WIDTH GUTTER •• - -- --- PAVEMENT REPAIR SECTION- " • '.. Q f 2. ,�.'-' REMOVE AND REPLACE CONCRETE � G1 y :I REMOVE SIDEWALK 1 ® REBUILD ROAD etT• I EG.1Y 5P a - J_l IN1-CY PBQYECTIDI� 4 SW 308TH ST i E KEY MAP q�r7•�� • ' _ it . i�;;: II - G� SW3i2 =�-- 100% DRAWINGS ' off OF Federal Way Centered an Opportunity i 33325BTHAVES FEDERALWAY WA 9B00] I PHONE (253)335-2700 VAN.CIWOFFEDERALWAY.COM • ii Km..en.6NOW CBlbWMWUd4 DRAFTED: J.COLE -u11�a A: LP DRAWING VERSION REVISION LOG 2022 ASPHALT OVERLAY PROJECT 12522A NITS AVIShH4 DESIGNED: 1COLE REVIEWED: D. WINKLER RESIDENTIAL SITE PREP AND PAVING SCH F - STA 440+00 TO 449+80 =HEFT SPF-04 APPROVED: D.WINKLER 85 OF 99 vslMHIC'+CALE 1 •7-0 N] I 1 ["A9 MTAS�T PAVEMENT OR CONCRETE 11 ] AWUSTCATCHBASINPER CFWSTD.DETAI—S. REPLACE EAT+'TEND FR .ORATE AND RISER WITH CITY A Fl R{. ERFlLAED:c, DRATA AND RISER ADJUST MONUMENT CASE AND COVER, PER CFW DETAIL— 6 ADJUST WATER VALVE TO GRADE PER CM STD. DETAIL 345. �OTCOMG.CURB RMIP TYPE PAMLLEL A, PERDETAIL 6TH PL SW I 1Jf 9 GeMdLrcla�cvnn nAMr nre pAAALLEL r.reK _VIl_ D[R DET,uL FaR.12-01 Q CBAHITS•ONC. CURB RAMP TYPE SINGLE DIRECTION PER CFW 1: CEMf RCOf CURB AF DrIITER PER CM DETAIL 3A1 10 CETIENTf . 9DCIMAI+. PER CFW DETAIL 3.12 14 VUT USED ON THIS SCHEDULE 1S C00U .INCL 11100901L IA WT U510 m"a wtabui& 11 1KTT USED ON THIS SCHEDULE 16CURB 121N WIDE, PER DETAIL PAGE G-0S 19 LIT! COVER NON -SUP ATAA CGATINc 21 I`f 11"EG jtl SCNEOULE l MADVAL AND REPLACEMENT OF SPEED HUMP. COMPLETE PER j 6TH PL SW 0 LEGEND Q - yS'.`�1—R---^.ter ® BUR JOINT AT STATION OR LOCATION INDICATED, W--��-�- ---. -.--"- ..`���- - - ''J'�___ �� FULL DEPTH AT MATCH LINE AND TRANSITION TO W - — tgcj�-��"`�J--�A �--- N IN. AT DISTANCE DIRECTED BY ENGINEER. Rom_ — W -- _--- — — iOHF PLANE MOTH AS INDICATED ON'PLAMNG WIDTH x -- — - — _ _ _ AT CURB AND GUTTER', FULL DEPTH AT FACE OF a _. _�- _ •,T mo GUTTER PAVEMENT REPAIR SECTION EJ REMOVE AND REPLACE CONCRETE I `F REMOVE SIDEWALK II ® REBUILD ROAD A T M 13'N0, l:IE7 PRG7EGsjW 4 SW 30BTH STD; . KEY MAP 4��,Z,_, n� i.. I tl fl .� T �. 100% DRAWINGS : DRAWING VERSION/REVISION LOG mmY PFOJE CITY OF DRAFTEDJ-coLE cI n: f "'y�• DATE REVISION 2022 ASPHALT OVERLAY PROJECT 12522 I i DESIGNED J COLE Federal Way I Carllemdor? Opporiunrty REVIEWED: DWINKLER ti.s.Y: RESIDENTIAL SITE PREP AND PAVING SW-05 33325 BTH AVE S FEDERAL WAY WA 98003 I�A�L IPHONE (253)835-2700 KM6R�Abd= SCH F - STA 460+00 TO 467+36 B7 OF 99 WWW.CITYOFFEDERALWAY.COM WbriliKpIft APPROVED: D.WINKLER NAVD BB � L4 NAVD BB � 1Bcrc �T3+ n ,mr � 1 A Lf 4 l 4 va Pv 4 � i!F GRAPHIC SCALE CURB RAMP NOTES 1 SLOPES SHOWN IN IL"VIEW, RAMP LAYOUT AND RAMP LENGTH FOR REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS- 2 DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-1012-03 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS. SEE CFW STD DET 34 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4, INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F451 D02 S. CURB RAMP LMM MO, AND FLARES 51HALL RECEFvE BRQOM FiNI$N- 9EE STANOARO SPECIFICATIONS 8-14. 6 STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. p% BRIE PRPP GONBTRUOTLON NOT" I SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-04 13 CEMENT CONC SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4"TOPSOIL 19 UTILITY COVER NONSLIP MMA COATING. 20 CEMENT CONCRETE BARRIER CURB PER CFW DETAIL 34. SW 308TH ST — I KEY MAP Q�r S1Tj�1 p{, syu _AFu]W+S7ITH CT + _ Q 1k2 i� `w w••.�e_ .A 11T11 PL tiW A- 5VV 2-1TH CT :cTc• 'NAVD BB s - aA.p mow„ �o�y NAW N 1 SYV 312TH 100% DRAWINGS cm OF N DRAFTEDJ COLE DRAWING VERSION/REVISION LOG crrY PRoJEOT It QATy RCYR:m DESIGNED: J COLE 2022 ASPHALT OVERLAY PROJECT 12522 � : .yi•I ��= M1 Federal Way u�H:C� Centered on Opportunity H RAMPS 1-4 CRF-01 REVIEWED: D. WINNLER 1 33325 BTH AVE S FEDERAL WAY Gi{ WA 98003 PHONE (253)835.27M SCH F - 11TH PL SW _ WWW-CITYOFFEDERALWAY.COM Mb-Vmft APPROVED: D.WINKLER BB vv 99 S11TH PL SW RNO yW }TTI" CT f.1•� NAVD BB GW 31 DTH SZ AND 15 T H AY � n e1A n.•cr ys'NAYP � I �-. 1 SW.31pT_k_BT M1ND 11T --1 Mf V � �NAvo Be N� 11 MIC 5 ;LF 3 v 1s e CURB RAMP NOTES 1- SLOPES SHOWN IN PLAN VIEW, RAMP LAYOUTAND RAMP LENGTH FO R REFERENCE ONLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEETADA REQUIREMENTS. 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PARTOF THE CURB RAMP OR LANDING 3. SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE WSDOT STD PLAN F-101240 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS, SEE CFW STD DET 3 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS. 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-45-1002. 5. CURB RAMP LANDING, AND FLARES SHALL RECEIVE BROOM FINISH. SEE STANDARD SPECIFICATIONS B-14 6. STATION AND OFFSET TAKEN FROM TOP BACK OF CURB, CENTER OF TRUNCATED DOMES. O So pRBP OGHSTRLCTwk Nom 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-0 13 CEMENTCONC, SID EWALK, PERCFW DETAIL 3-12 15 SOD LAWN, INCL P TOPSOIL 19 UTILITY COVER NONSLIP MMA COATING, 20 CEMENT CONCRETE BARRIER CURB PER CFW DETAIL 34. �¢4 SWW8--t 4Si. KEY MAP 'I lL SW312T is cffy OF Federal Way DRAFTED: J COLE 3`N DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT y"12522^ NO 4AT4 REWBION S DESIGNED: J. COLE y sneer Centered on Opportunity REVIEWED: D. WINKLER RAMPS 5-7 CRF-02 33329 BTH AVES FEDE AL WAY WA eB003 1Kwu'i �• PHONE: Nrw WYMI0Y/. .1 SCH F — SW 3 1 OTH ST EDERALWAY-527W VJVJW.CITYOFFEDERALWAY.COM .IbII0W-1-IIIW APPROVED: O. WINKIER BS or W SW 310T11--11 11 TH AVE frs ttllA N•4 - �R NAVD N IRV N� OMPHIC &CALF CURB RAMP NOTES 7 SLOPES SHOVM IN PLAN VIEW, NAMIP LAYOUT AND RAMP LENGTH FOR REFERENCEOMLY FIELD VERIFY EXISTING CONDITIONS AND CONSTRUCT CURB RAMPS TO MEET ADA REQUIREMENTS. 2. DO NOT PLACE GRATINGS, JUNCTION BOXES, ACCESS COVERS, OR OTHER APPURTENANCES IN FRONT OF THE CURB RAMP OR ANY PART OF THE CURB RAMP OR LANDING 3, SEE CONTRACT PLANS FOR THE CURB DESIGN SPECIFIED. SEE MOOT STD PLAN F-10.1240 FOR DEPRESSED CURB SECTION AND CEMENT CONCRETE PEDESTRIAN CURB DETAILS, SEE CFW STD DET 3 FOR CURB AND GUTTER AND CEMENT CONCRETE BARRIER CURB DETAILS 4. INSTALL DETECTABLE WARNING SURFACE PER WSDOT STD PLAN F-451002 5, CURB RAMP LANDING, AND FIARES SHALL RECEIVE BROOM FINISH SEE STANDARD SPECIFICATIONS 8-14, 6. STATION AND OFFSET TAKEN FROM TOPBACKOFCURB, CENTER OF TRUNCATED DOMES. O SITE PREP LON9TRYCT1IDN WM 1 SAWCUT ASPHALT PAVEMENT OR CONCRETE 12 CEMENT CONC. CURB AND GUTTER, PER CFW DETAIL 3-0 13 CEMENT CONC. SIDEWALK, PER CFW DETAIL 3-12 15 SOD LAWN, INCL 4" TOPSOIL 19 UTILITY COVER NONSLIP MMA COATING 20 CEMENT CONCRETE BARRIER CURB PER CM DETAIL I-0. SW 3d87H ST . KEY MAP cc 4P Lj 5� SIN 372 — 100% DRAWINGS t L7l16! DRAFTED: JCOLE DRAWING VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT yII T I41 Iq, �py1TE Riw74NFederal 12522n WayDESIGNED a J COLE Y' Centered w Opportunity RE [ o DVAIfG{R RAMPS 8-9 CRFJ03 �pI 33325 BTH AVE SPHONE: FEDERAL WAY WA MW3 LOM �. �w, i �..P� SCH F - SW 310TH ST 1� WWWCITYOFFEDERA WAY CaDMrAp ft APPROVED: D-WINKLER W or eB CHANNELIZATION SPACING DEVICE Fee I�PH TAPER TA-1 50170 4o BO 15fR5 30 I BE3 29 .Sa 213 l 4D � � b fv U � L13 SEE NOTE 4 l X X x B R I sD6 48" 4r 111 ROAD WORK i HEA j 48" 4IF VV20-1 ..e W4-2(L) BUFFER DATA LONGITUDINAL BUFFER SPACE = B 25 30 1 35 40 45 50 55 1 60 1 65 1 7D LENGTH (1-t) 1 155 200 250 305 3fi0 425 495 570 645 730 BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLEATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 CBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET MAX. RECOMMENDATION- PCMS 1 2 RIGHT 1 MILE LANE AHEAD CLOSURE 2-0 SEC 2.0 SEC FIELD LOCATE 1 MILE IN ADVANCE OF LANE CLOSURE SIGNING, NOTES: <1'11LHTlN,1. OSLEGEND SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. HI 2. EXTEND DEVICE TAPER AT U3 ACROSS SHOULDER 46" q TEMPORARY SIGN LOCATION 3 DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANE- ® TRAFF{O SAFPTV DRUM W20-SR 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000' (FT) (RECOMMENDED). ! C� SFGUENTIAL ARROW SIGN 5- DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS I ® TRANSPORTABLE ATTENUATOR 20'(FT, PCMS PORTABLE CHANGEABLE MESSAGE SIGN 6 ALL SIGNS ARE BLACK ON ORANGE I NOT TO SCALE 100% DRAWINGS Ill flIF Federal INayK DRAFTED: J. COLE s-.•- 4 DATE R VERSION/REVISION LOG DATE REVISION cTY 2022 ASPHALT OVERLAY PROJECT rD,—tLT9: 12522 J =HEFT Centered an O artunrt as v REVIEWED: D. WINKLER TRAFFIC CONTROL 1 TIC 1 333255TH AYES FEDERAL WAY, WA B6003 PHONE (253)835-27M bal �CBR• ____ I WAW.CITYOFFEDERALWAY-COM Mllill APPROVED: D WINKLER 91 OF ➢B A BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 1 25 1 30 1 35 1 40 1 45 1 50 55 1 60 65 70 LENGTH (FEET) 155 200 250 JOS 760 1 425 1 4B5 1 510 645 - BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MIN WNAAUNfHOSTVEH[CLEWEOpHT IBPM LOS. PRE MAXIMUM TO WEIGHT SHALL BE INACCOROANCE WrrH THE 100 FEET MAX MANUFACTURERS RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORKVEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE REQUIRED THE WORKAREA SIGN SPACING = X (1) RURAL HIGHWAYS 60 / 65 MPH ROD, RURAL ROADS 45 / 55 MPH 500' RURAL RDAm k. -Ram ARTERIALS 3$ 40 UPH _'50' URAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' (2) RESIDENTIAL 8 BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100' (2) 111)�)TLL SPACING MAY BE ADJUSTED ERSECTIONS AND DRIVEWAYS. TO ACCOMMODATE (2RTHIS S V CI NOIT DNBE S. REDUCED IN URBAN AREAS TO FIT OAD x % X X 5V TO 300' 48 48' NE LAN ROAD AHEAD 48" W20-4 48 W20-7A ROAD BE WORK 1 PREPARED HEA / TO STOP 40 f W21M W20-713 W20"13 (OPTIONAL IF 40 MPH OR LESS) 50' TO 100' 6 DEVICE MI I O f �O_ ON W20"13 (OPTIONAL IF 40 MPH OR LESS) 4B" 43' BE ♦ ROAD PREPARED WOR I TO STOP HEA ; 4w, 48' 48" W20-78 % NE LAN W20-1 { ROAD AI"IFAD W 50' TO 100' W20-7A W20-4 6 DEVICE WN X X x x up 01 cl. Nt[ 13 13 x 48° o K 4W o j W20-7A HE PREPARED W20-78 (OPTIONAL IF 40 MPH OR LESS) TO STOP . w '49' i ONE LAN W20-7B — I ROAD AHEAD jl wzb-a // ROAD WORK CHAW1,1ELILA I ION DEVICE SPACING FEE MPH TAPER TANGENT 3D 65 10 TD 2D.I 8D: 35/45 10 TD z) I BO e5 -m in TO 2a I 40 NOTES: II 1 ALL SIGNS ARE BLACK ON ORANGE. LEGEND W20-1 2. EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS FLAGGINGSTATION SHOULDER IS RECOMMENDED. 3. NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT q TEMPORARY SIGN LOCATION ONE -LANE, TWO-WAY TRAFFIC CONTROL FLAGGING STATIONS SEE THE STANDARD SPECIFICATIONS FOF ADDITIONAL DETAILS. O CHAANELIHNGDEVICE51 WITH FLAGGERS 4. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. PROTECTIVE VEHICLE NOT TO SCALE 100% DRA1 I crm of L DRAFTED: J COLE Federal Way DESIGNED J COLE Centered on Opportunity y =258TH AVE 3 1EOE6A1WAY IPA EB@j REVIEWED: D. WINKLER B PHONE (253)83527GO • �W �1 ~.CIWOFFEDERALWAY.COM CdII a'1n�Ma��6 APPROVED: D WINKLER DRAWING VERSION I REVISION LOG 1U11 A5F'MAL I UVtKLAY F'KUJt:U 1 12522 TRAFFIC CONTROL 2 TIC 2 __-_ Y2 aF 99 LEGEND fFLAGGING STATION IQ TEMPORARY SIGN LOCATION O CHANNELILNG DEVICES = PILOT VEHICLE ® MOTORIST VEHICLE Cffv OP DRAFTED: J COLE DESIGNED J COLE Federal Way 0 Gerored on Opportunity M3 BTH AVE 5 FEDERAL WAY WA B90D3 REVIEWED: D, WINKLER PHONE: (253)835-27M IIwWI\bMURL VJWAN CITYOFFEDERALWAY COM .Mbelmro L APPROVED: D.WINKLER NOTES: 1 REFER TO SHEET TC1 FOR ADDITIONAL SIGNING AND FLAGGING DETAILS NOT SHOWN. 2. CHANNELILNG DEVICES ARE RECOMMENDED ALONG CENTERLINE TO SEPARATE TRAFFIC FROM WORK OPERATION. DEVICES ARE REQUIRED AT TAPERS TO SHIFT TRAFFIC MOVEMENT PILOT CAR OPERATION BETWEEN LANES AND TO PROTECT FLAGGING STATIONS. 3 SIGN G25-101 IS RECOMMENDED FOR NONSTOP SIGN CONTROLLED APPROACHES SUCH AS PRIVATE ROADS AND DRIVEWAYS THIS SIGN IS NOT REQUIRED TO BE ALUMINUM SUBSTRATE NOT TO SCALE AND CAN BE MADE OF ALTERNATIVE MATERIALS. 100% DRAWING DRAWING VERSION / REVISION LOG �Y FKOrIc ]A7E REV15ION 2022 ASPHALT OVERLAY PROJECT 12522 TRAFFIC CONTROL 3 TC 3 SIGN SPACING = X (1) RURAL ROADS do URBAN ARTERIAL$ 35 / 40 MPH 35O' RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200' (2) RESLDENTIAL S aUSWESS OLSTRICTS URBAN STREETS 25 MPH OR LESS 100 2 (1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAYBE REDUCED IN URBAN AREAS TO... ROADWAY CONDITIONS. MINIMUM SHOULDER TAPER LENGTH = U3 (feet) SHOULDER Posted Speed (mph) WIDTH (I..t) 25 30 1 35 40 1 45 1 50 1 57 60 1 65 70 B' 40 40 1 60 90 1 - -- - - - - 10' 40 60 90 90 j - - - - - USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN B' CHANNELIZATION DEVICE SPACING feet MPIJ TAPCR 71WOE71T 35 40 30 60 ]5 3D 20 s4 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 1 25 1 30 1 35 1 40 1 45 1 50 55 1 50 65 1 70 LENGTH (feet) 1 155 1 200 1 250 1 305 BUFFER VEHICLE ROLL AHEAD DISTANCE= R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET MAX. RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAYBE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED T- - - - - - - - - - - - - - - - - - - - - - - - - - f'- `- - - - - - - - - - - - - - O T p b O WORKARFA O O O R o x x Ln 411" �8- ROAD WORK SHOULD tiEA WORT( 48"" Vlidai W21-5 ' LEGEND r TEMPORARY SIGN LOCATION SHOULDER CLOSURE - LOW SPEED NOTES: G CHANNELIZING DEVICES PROTECTIVE VEHICLE (40 MPH OR LESS) p 1 DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT) I{i NOT TO SCALE 2 ALL SIGNS ARE BLACK ON ORANGE. 100% DRAWINGS DRAWING VERSION IREVISION LOC 2022 ASPHALT OVERLAY PROJECT 12522 C"ror DRAFTED: J. COLE �- Federal Way TATE ReVmWI sH�. DESIGNED: J COLE E �� Centered On OPPOrIUi*y TRAFFIC CONTROL 4 33325 ETH AVES FEDERAL WAY WA BE003 REVIEWED: D NINKLER ., TC 4 PHONE (253)13 S2T00 Kw bdwa •~�•L �� ---- NMAN.CITYOFFEDERALWAY.COM G8100-7 -ft APPROVED: D. WINKLER 94 p 99 SIGN SPACING = X (11 RLAAL ROADS 4`a / 55 MPH 530' RUPAI ROADS k yR9AN FRTMA45 ]'A / 40 MPH LF1 RURAL ROADS B URBAN ARTERIALS 25 / 30 MPH 260' (2) a606AAL B BUSINESS DISTREICTS URBAN STREETS 25 MPH OR LESS 1W (2) I1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS, 12) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. V1/20-5R LEGEND 10 TEMPORARY SIGN LOCATION Q CHANNEL17ING DEVICES SEQUENTIAL ARROW SIGN Imo' PROTECTIVE VEHICLE PCMS PORTABLE CHANGEABLE MESSAGE SIGN 0 TEMPORARY SIGN LOCATION IS' MOUNTING HEIGHT) CrTy Olt Federal Vlray Cnnlered Qtr Opp Drtuflity 33325 BTH AVE S FEDERAL WAY, WA BBW3 PHONE: (253) 835-27M VNANFITYOFFEDERALWAY.COM MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH fleet) 25 30 35 40 45 50 55 60 65 70 1D 105 150 205 270 450 500 — — 11 115 165 225 295 495 550 — — — 12 125 180 gas 320 540 600 — — — — DRAFTED: J COLE DESIGNED: J.COLE qkpgr� 14Fn: O. WiF!✓<LER �bdm CalliM o1ou41i APPROVED: D WANKLER ff AIVNCLILAI L)N C 1. SPACING(feetl 4iQY+ TAP TANCpI'I 5D 3lY: 6A 35/45 1 30 60 i51:0 20 405 4B" ROAD WORK EA BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) I 25 30 135 I 40 I 45 SD 55 60 65 1 70 LENGTH (feet) 155 1 200 250 305 360 1 425 - - — BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLEATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET MAX. RECOMMENDATION. PRaTBOme VEFDDLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE REQUIRED THE WORK AREA. PCMS #1 2 RIGHT 1 MILE LANE AHEAD CLOSURE 2.0 SEC ZO SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS PC MS #2 1 2 NNO CENTER LEFT LANE CLOSED TURNING yD SEC 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. NOTES: 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. RECOMMEND EXTENDING DEVICE TAPER (1-13) ACROSS SHOULDER FOR POSTED SPEED RIGHT LANE CLOSURE WITH SHIFT- 5 LANE ROADWAY 3 IN LIEU OF SIGN WI4 LIMITS OF 30 MPH OR LESS, USE SIGN Wta 4 ALL SIGNS ARE BLACK ON ORANGE UNSLESS OTHERWISE DESIGNATED NOT TO SCALE 100% DM12522 DRAWING VERSION I REVISION LOG IEg2022 ASPHALT OVERLAY PROJECT TRAFFIC CONTROL 5 TIC 5 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) I 25 30 35 40 45 50 55 60 65 70 LENGTH (I-L) 1 155 1 200 1 250 1 305 1 360 1 425 I - I - I - - BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLEATTENUATOR 30 FEET MIN_ MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET MAX RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAYBE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA. REQUIRED LEGEND 10 TEMPORARY SIGN LOCATION ® CHANNEL0NG DEVICES SEQUENTIAL ARROW SIGN ® PROTECTIVE VEHICLE PCMS PORTABLE CHANGEABLE MESSAGE SIGN OP Federal Way Centered on Opporfunily =3 MCAVES TEOERRLVAIYVVA9&00J PHONE (253)635-27DO WWW.CITYOFFEDERALWAY COM W20-51- GRAFTED: J COLE DESIGNED: J COLE REVIEWED: D WINKLER s—W bdm ,Iaboft■imft APPROVED: D.WINKLER SIGN SPACING = X (1) (; AL RQAD8 45 t 55 MPH 'S06' . "AL RDADS & URBAN A4TERIALS 35 / 40 MPH 350' LANE WIDTH RURAL ROADS& URBAN A13TERIALS 25 / 30 MPH 200' (2) (I..t) RFSIO. & BUSINESS DISTREICTS . URBAN. STREETS 25 MP. OR LOSS Itm 10 11)ALLSPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE S1 RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS, (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. 12 MINIMUM TAPER LENGTH = L (feel) Posted Speed (mph) 48" " <OA> OR ■ ■ EA 48' W4-2R .. VM-1 GHANNEU7-ATION DWCE SPACING fee MPH TAPER TANGENT 5B au eo 35 45 30 60 25 30 d0 i0 IS 2 NNO LEFT TURNING 20 SEC IN ADVANCE CRY SIGNS. LEFT LANE AND CENTER TURN LANE NOTES CLOSURE - 5 LANE ROADWAY 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS 2. ALL SIGNS ARE BLACK ON ORANGE NOT TO SCALE 100% DRAWINGS DRAWING VERSION / REVISION LOG DATE IREVI51011 2022 ASPHALT OVERLAY PROJECT 12522 TRAFFIC CONTROL 6 TIC 6 BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 1 30 1 35 40 1 45 1 50 55 1 60 1 65 70 LENGTH (I-L) 155 1 200 1 250 305 LMO 1 425 1 495 1 570 645 - BUFFER VEHICLE ROLL AHEAD DISTANCE= R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM TO WEIGHT SHALL BE IN ACCORDANCE WITH THE MANUFACTURERS 100 FEET M RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE REQUIRED THE WORK AREA. LEGEND 11 TEMPORARY: d CHANNELILNI SE QUEN TIA L I_...._ TRANSPORTABLEATTENUATOR PCMS PORTABLE CHANGEABLE MESSAGE SIGN ® TEMPORARY SIGN LOCATION (5' MOUNTING HEIGH' W20-5L I SIGN SPACING = X (1). 1 RUBAL ROADS 45 / 56 MPhI 5Ua RU111 ROADS k URBAN ARTERIALS 35 : 40 MPH 35D RURAL ROADS a UMAN ARTE1uALS 25 / 30 MPH RE.9IDEHTA6 A BUSINESS DISTREICTS (1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS 12) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. MINIMUM TAPER LENGTH = L (feet) LANE Posted Speed (mph) WIDTH (feet) 25 30 35 40 45 50 55 60 1 65 1 70 10 105 150 205 270 450 500 550 - - 11 115 165 225 295 495 550 605 660 1 - - 12 125 1130 245 320 540 600 660 720 1 780 - LANE SHIFT - THREE LANE ROADWAY NOT TO SCALE RCIA❑ VV0RK HEA 4d' IACtQ-1 CH IVNELILAIION DEVICE SPACING feet MPH TARpR 1'ANC+ENT 50 60 I 40 BO W45 ]D QD 15130 20 40 PCMS #1 1 2 LEFT 1 MILE LANE CLOSURE AHEAD 2.0 SEC 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. PC MS #2 1 2 LANE 1 MILE SHIFTS AHEAD LEFT 2.0 SEC 2.0 SEC FIELD LOCATE IN ADVANCE OF TEMPORARY SIGNS. OR WORK HOUR RESTRICTIONS. Y. FOR SPEED LIMIT OF 30 MPH OR LESS, USE SIGN W1-31N LIEU OF SIGN W14 3. RECOMMENDED EXTENDING DEVICE TAPER (L3) ACROSS SHOULDER 4. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED 100% DRAWINGS Federal W?IY DRAFTED: J COLE _ �:YLI [ DRAWINGREVISION VERSION /REVISION LOG 2022 ASPHALT OVERLAY PROJECT GI I Y PNOJ1G 1 B '. 12522 DAMREVIS DESIGNED J.COLE Centered on Opportunity 333258THAVES FEDERALWAY WA9B003 qkpREVIEWED: D. WINKLER _ TRAFFIC CONTROL 7 4�1 TIC 7 PHONE (253)535-2700 WVAVCITYOFFEDERALWAY.COM Kw WIt.bMB1Y. CMbftm7B04q APPROVED: D. WINKLER B] ar BB BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 495 570 645 - BUFFER VEHICLE ROLL AH FAD DISTANCE= R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VBI-1141-E WEf6Hi 13pp0 L6�: THE MAXIMUM, TO WEIGHT SHALL WIN AECORDRNCE VNTN THE MA"ACTCR 100 FEET M RECOMMENDATION. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE REQUIRED THE WORK AREA. tvnD � 4VORK I{ � nC r 0•t W14(L) 1O OPTIONAL IF 40 MPH OR LESS LEGEND /4 FLAGGING STATION 10 TEMPORARY SIGN LOCATION 13 CHANNELI7JNG DEVICES ® PROTECTIVE VEHICLE - RECOMMENDED ® TEMPORARY SIGN LOCATION(5' MOUNTING HEIGHT) B4 � OAR EaAR ED W20-7B MINIMUM TAPER LENGTH = L (feel) LANE Posted Speed (mph) WIDTH (feat) 25 30 1 35 1 40 45 50 60 65 70 10 105 150 205 270 450 500 11 115 165 225 295 495 55O - - 12 125 160 245 320 540 S - - WORK I 0.NE LPJ'! l LYf6t ROAD x 4e- I I W10-0 I DE 1O PRIPMeo SE To µTOP I. EREPARED O 4a' K 5Ye0.r8 ❑ TOA AV VM-7B W26-7A I W20-7A ACING V2 Ots.TANCE ' x # A ING 110AFFIC DEVlcu g lti 1 gEYKIESPAeIKu In QISTJu} ! LnLr?- -N — R FOR OPPOSING TRAFFIC DEVIMM 24" E > 1 x °t �'�F KEEP so-- RIGHT R4-7B 4F is BAN 1 y, aa' Writ-7A A. 1 I I 1 J®ROAD eE PREFAAFB O TO;iOP V2P7B NE LAN . ROAD AHEAD N2o-4 INTERSECTION LANE CLOSURE — THREE LANE ROADWAY NOT TO SCALE SIGN SPACING = X (1)) IA'URAL HIGnWAiS 60 / 65 MPH afla, RUR81L ROADS S URBAN ARTERIALS 25 / 30 MPH MD (2) RE-SiDENTALL BUSINESS DISTRICTS URBAN STREETS 35 NPH O LESS 10 vi (1) ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS- CHANNELIZATION DEVICE SPACWG feet MPI'I IAPER Tp\CC11T Sa �Q iD Atr 35 {51 SD SO :5 O1 20 1 s0 RpAO. 1'JL]RK ' CLRSEO I AREA° NOTES 1. RECOMMEND EXTENDING DEVICE TAPER (L13) ACROSS SHOULDER. 2. IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE" OR TURNED OFF DURING FLAGGING OPERATIONS 3, FOR SPEED LIMIT OF 30 MPH OR LESS USE SIGN W1-3 IN LIEU OF SIGN W14 4. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA LIMITS. 5. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED 100% DI {� ����� ■_� DRAFTED: J COLE DRAWING VERSION / REVISION LOG 2022 ASPHALT OVERLAY PROJECT�Rn'/ NG DATE REVISION DESIGNED: ACOLECentere58THAVES nity FED OppoRALWAY A980TRAFFIC 33723BTHAVES FEDERALWAY WA98003 CIB a.I.a All Elµ REVIEWED: D.WINKLER �PHONE:(253)835-2700____VAMW.CITYOFFEDERALWAY.COM CONTROL 8 M APPROVED: D.WINKLER gRI-3 INSTALL ON TYPE 2 BARRICADES THROUGHOUT THE WORK AREA 24" x 30" 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL RNV PRIOR NOTIFICATION OF LOCAL LAW ENFORCEMENT REQUIRED. NOTES 1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY 2 A 61)" PATH WIDTH SHOULD BE MAINTAINED (4B" IS THE MINIMUM} 3. CONTACT AND COORDINATE IMPACTED TRANSIT AGENCIES PRIOR TO IMPLEMENTING ANY CLOSURES L 4, SEE SHEET TC-52 FOR TEMPORARY PEDESTRIAN RAMP DETAILS_ I'- 5. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED SEE STANDARD SPECIFICATION 1-102(1)B. / S. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE PLACED ON THE DIVERTED PATH WHEN EX STING BUTTONS ARE NOT D ACCESSIBLE TO PEDESTRIANS. Si 'V J id MIN. SIDEWALK DIVERSION ]yA0" ❑ETOiJR 24- I M4-BB B/O I]ETOLIR 2d" M4-BB BIG {AREA _D SIDEWALK DETOUR 'B6` LEGEND N TEMPORARY SIGN LOCATION ... CHANNELIZING DEVICES INTERSECTION PEDESTRIAN TRAFFIC CONTROL Errs PEDESTRIAN CHANNELIZING DEVICES W TEMPORARY PEDESTRIAN RAMP FOR SIDEWALKS NOT TO SCALE 100% DRAWINGS [{fir QF DRAFTED: J. COLE � � y ` DRAWING VERSION LOG 2022 ASPHALT OVERLAY PROJECT c :F.—WECTa. 12522 DATE R{ri=�N Federal Way DESIGNED: J. COLE ;'� � 9HEE CenleTed on Opportunity 33325 BTH AVE S FEDERAL WAY WA 960IXi REVIEWED: D.WINKLER 4 _�.- TRAFFIC CONTROL 9 TC 9 PHONE (253)835-27M 4r WYhdOR WAW.CITYOFFEDERALWAY.COM COhftmyou G APPROVED: D. WINKLER PS QF 99