HomeMy WebLinkAboutWTR2700374 RAINIER AVE. S FROM ST
11 VICTORIA ST.
TO S. 2ND ST. - Bid prop. & SpPcs .
' 4
STANDARD SPECIt'ICAr10NS
The Special Provisions for signallzation, illumination, and channelization
hereinafter contained ■hall supersede any provisions of the Standard Speci-
fications in conflict therewith.
The State of. Washington Standard Specifications for Road and Bridge C,. nstruc-
tion, 1969, shall be hereinafter referred to as the "Standard Specifications"
and said specifications together with the laws of the State cf Washington
and the Ordinances and Charter of the City of Renton, so far as applicable,
are hereby included in these specifications as though gvoted in their entirety -
and shall apply except as amended or superseded by these Special Provisions.
};r
A copy of these Standard Speci'icatior.s is on file ir. the office of the C.,y
Engineer, Municipal Building, Renton, Washington, where they may be examined and consulted consulted by any interested party.
Wherever reference is made in the Standard Specificatijr to the State, such
reference shall be construed to mean the City of Renton, and where reference
is made to the Engineer, such reference shall be construed to mean the City
Engineer, City of Rent.,n or his duly authorized assistant or assistants.
t
S' I
' � to
1
Measur-ment of Island Removal will be by the square yard.
Measurement of Type "C" channelization removal will be by the linear foot. ff
Et
Measurement of the Lane Marken removal will be by the linear foot of
striped line.
Payment will be made under:
1. "Island Removal ," per square yard.
2. "Type "C" Curb Removal ," per linear foot.
3. 'Lane Markers and Paint Removal ," per linear foot. - c
The unit contract prices for channelization removal shall be full compensation o
for all labor, material and equipment necessary for or incidental to removing
the channelization in accordance with these Special Provisions including all
cost and expense involved with traffic control .
Measurement for "Raised Island Construction" will he by the square foot ^`
installed in place. .2 '
Payment will be made under: ,
1 . "Raised Island Construction", per square foot.
The unit contra., price for "Raised Island Construction" shall be full
compensation for all costs of labor, materials, and equipment necessary
for or incidental to furnishing and insta4ling the crushed surface stone,
and asphalt concrete pavenent all in accordance with these Special Prcvi- ...
sions, the attached Plans, and the Standard Plans and Specifications.
Type "A" block traffic curb shall not be included in this unit price.
Measurement for the "Alternate Raised Island Construction" will be by the
square foot installed in place.
Payment will be made under :
'. . "Raised Islam' 'onstruction, Alternate" , per square foot.
The unit contract price per square foot for the "Alternate Raised Island
Construction'' shall be full compensation for all labor, materials, tools,
equipment and transportation required to provide and Tnst311 the crushed
surface stone expansion Joints and the colored, ,sprinted concrete all in
accordance with these Special Provisions and the Standard Plans and Speci-
fications .
,E
4
PAYMENTS-
The lum sun bid items on Schedule "B" shall constitute complete
compensation for all material , labor and equipment required by the
Contractor to accomplish the work as described in the Speciai Provisions
and shown on the plans mlated to signalization and illumination systems.
The City reserves the right to make additions or deletions of trenching
which proves ne:essan for the completion of this ,point usage operation.
Measurement for the select backfill will be measured by the ton.
Payment will be made under:
1 . "Trench and backfill , _" wide _deep," per linear foot.
2. "Trench and Backfill , 42" wide, 42" deep, Type ," per linear foot.
3. "Select Backfill ," per ton.
The unit contract price for trench and backfill per linear foot shall be full
compensation fcr excavating, loading, placing, tamping, hauling or otherwise
disposing of the material as shown on the Plans or as directed by the Engineer.
The unit contri,ct price for select backfill per ton shall be full compensation
for se'.ecting the source, furritihing, placing and tapping the material as out-
lined in the Standard Specifications.
Measurement of arrows will be by the unit for each arrow furnished and set
in place.
Measurement of crosswalk lines will be by the linear foot for 12" wide mater-
ial furnished and set in place.
Measurement of stop-bars will he by linear foot for 18" wide material furs-
ished and set in place.
Payment will be made wider:
1 . "Traffic Arrows," per each
2. "Crosswalk Marking," per linear foot.
3. "Stop-Bar Marking," per linear foot.
The +nit contract prices for Markings shall be Lull compensation for all
labor, material and equipment necessary for or incidental to furnishing and
installing the markings in accordance with these Special Provisions, including
all cost and expense involved with traffic contrel . r,
1
i
a
S P E C I A L P R 0 V I S t 0 N S
S lsnallzatlon, Ilion ination, Channeilzac ion
a J_
f-
R
•
,
w'
1-
Peg* 13 TECHNICAL PROVISIONS
2- 38 RESTORA71ON OF PRIVATE PROPERTY
Restoration of private property shall include top soil (Item 2.32),
grass seed (if required), shrubbery replanting and all private appur-
tenances restored to original condition. Relocation of existing
appurtenances shall be as shown on plans and/or directed by the Engineer.
Grass seed will tp considered incidental to the project and no compensation
will be made.
Any agreement between the Contractor and the abutting property owner for
installation of new, or rebuilding existing appurtenances, beyond what is
shown on plans and/or as directed by the City shall be between these parties
only. The City will be an interested party and shall be informed of any
such agreement. No compensation will be made.
2- 39 DRIVEWAYS. SIDEWALKS ON PRIVATE PROPERTY
Driveways and sidewalks on private property to be removed and/or
replaced shall be performed as for same in street right-of-way.
The unit price per cubic yard as included in Section 2-5 UNCLASSIFIED
EXCAVATInN shall constitute complete compensation for materials ex-
cavated from driveway and sidewalk areas on private property.
The unit price for placement shall be as for placement of driveways
and sidewalk in street right-of-way. (Ref: Technical Provisions
Section 2-15 and Section 2-16) .
2-40 DETOUR ROUTES AND SIGNING RESTRICTIONS
The Cnntractor shell submit in writine, including sufficient drawings,
a plan showing prr"used detour routes and signing to the City of Renton
Engineering Department for review by the Traffic Engineer. No detouring
blockading, or restriction of vehicular or pedestrian traffic will be
permitted until the plan is approved and returned to the Contractor.
NOTE: The Traffic Engineer should be consulted prior to plan submittal
for information regarding temporary disruption of traffic signals and
available streets for detour routes.
1
a ry
r
1x� � a4
1 ♦ fa+ 4',I s � f� e °I c
,
Page I '' TECHNICAL PROVISIONS
2-33 TOP SOIL
Top soil shall conform to Section 55-2.01 of the Standard Specifications.
Immediately prior to placing top soil, the surface area upon which it
is to be placed shall be cleaned of objectionable matter , leveled, raked,
and compacted.
Top soil shall be placed as directed by the Engineer. t shall be
leveled, raked, and compacted so as to provide a well-shaped and uniform
appearance.
The unit contract price per cubic yard for "Top Soil" shall be full
c-Mensation for the `urnishing, hauling and placing of the snit in
accoreance with the specifications, whether it be for the full depth
upon any area or an additional quantity required where removal and
replacement of top so"1 resulted in a deficiency.
2- 34 PORTLAND CEMENT CONCRETE PAVEMENT RESTORATION
At all locations shown on the plan or as directed by the Engineer
f irtland cement concrete paving which has been removed will be replaced
to the thickness of the auutting paving with Class 5, i-112, High Early
Portland cement concrete and finished to conform to the adjacent pavement.
The unit bid price per square yard for Portland cement concrete restoration
will be full compensation for furnishing ail tools, equipment and labor to
prepare subgrade, trim adjacent paving, to comp' to restoration of Portland
cement concrete pavement.
2- 35 FINISHING 1ND CLEAN-UP
Finishing and clean-up shall be performed in strict compliance with
Section 4.08, 57 and 68 of Standard Specifications
the lump sum bid for Finish and Cleanup shall be full compensation for
all labor and equipment, and all other costs necessary for the Contractor
to perform such. No partial payments will be paid on this item.
2- 36 SPECIAL ORDER
The funds in the account shall be drawn on a time and material basis
for special drainage connections, shrubber„ landscaping, slope treatment,
lawn replacement, fence removal and restoration, and other ecial items
not covered by unit bid item. All work and prices under this item are to
be covered by standard change order procedure.
2-i7 WORK ON PRIVATE.-PROPERTY
The Contractor will be solely responsible for all work done on private
property in cc-^•sfion with adjusting existing driveways and sidewalks
to meet new streat yrsdes. The Owner will obtain any necessary Rights
of Entry Agreements that may be necessary and the Contractor wilt refrain
from performing suc,i work until nrderec by the Owner.
•
Page 11 TECHNICAL PROVISIOYS
2-30 CONNECTION TO EXISTING LiNE, CATCH BASIN, CURB INLET OR MANHOLE
(Continued) — `-
Connection to existing will be allowed at any connection to an existing
structure. No connection charges will be accepted at location of new
installation, relocation and adjustments of line manholes, catcn besins
or curb inlets.
The unit price bid for each pipe connection to an existing catch basin,
curb inlet, line or manhole shall be full compensation for all labor,
equipment, material , excavation, and all incidental costs necessary to
connect new drain pipes to existing structure.
2-31 GRAVEL FOR PIPE. BEDDING - "CLASS 8"
Gravel for pipe bedding (pea gravel) shall have 100% passing the U.S.
Standard 3/4 inch opening and not more than 3% will pass the U.S. No.
200 (wet sieve) , 0-8% will pass the U.S. No. 8 Sieve and 95-100% will
pass the U.S. Standard 3/8 inch opening with a minimum sand equivalent
of 50.
Pipe bedding material shall be 6" deep.
The bid price for bedding gravel per cubic yard in place shall be full
compensation for selecting, transporting, implacement, and compacting
the bedding gravel 90 ' -rt`,r rompensation will he made.
2- 32 SELECT TRENCH BACKFILL
Select trench backfill for the pipe shall consist of crushed or
naturally occurring granular material from sources selected by the
Contractor. The source and quality of the material shall be subject
to approval by the Engineer. Select trench backfill shall meet require-
ments for bank run gravel Class "B" as outlined in Section 26-2.01 of the
Standard Specifications.
The horizontal limits for measuring select trench backfill in place shall
be the side of the excavatio- except no payment will be made for material
replaced outside of vertical planes, 2.5 feet outside of and parallel to
the barrel of the pipe and not the bell or collar.
The bid price for Select Trench Backfill shall be full compensation for
selecting , transporting, implacement an: compacting the backfill . No
further conpensa U on will be made
'r
'4
A
.ryyyy
•l
i
Page 10 TECHNICAL PROVISIONS 1
2-25 CATCH BASINS, INLETS ConttnuedJ
The unit pri.e bid per each basin and inlet shall be full compensation for
'ill labor, equipment, materials, including adjusting to final grade, and
all incidental costs necessary for furnishing and placing the Catch Basin
Type 1, Catch basin Type I1, and :nlets Type iV.
2-26 RELOCATE EXISTING CATCH BASIN OR CURB INLET
Relocation shall be performed as for new installation except for utilizing "
existing Basin and Grate.
The unit price bid per each relocation shall be full compensation for r
all labor, equipment, materials, including connection to existing,
adjusting to final grade, and all Incidental costs necessary for placing
the Catch Basin.
2-27 ADJUST EXISTING MANHOLES CATCH BASINS.- CURB INLETS, 6,ATER VALVE
CA3`lr _M MONUMENT CASE AND C6VER
Adjusting to finish grade shall be accomplished by methods that conform
to Section 53 of the Standard Specifications.
The bid price per each shall be full compensation for all labor,
materials, equipment, and ail incidental costs necessary to reconnect
existing line and adjust to tinal grade.
2-28 NEW, RELOCATION AND/OR ADJUSTMENT Of CATCh BASINS OR CURB INLETS
The Owner shall determine the need for installation of new catch basins
or curb inlet at iocatioos called out on plans As Reloration and/or
adjustment of existing.
22-29 REJOVE EXISTING MANHOLES CATCH BASINS AND CURB INLETS
Existing manholes, catch basins, or curb inlets as shrwr on the plans
or as directed by the Owner shall be removed by methods conff-rming to
Section 52-2.07 of the Standard Specifications.
All salvageable material shall become the property of the Owner. This
material shall be delivered to the City Yard.
The removal shall be included as Unclassified Excavation and paid for
as such.
y_ 30 CONNECTION TO EXISTING LINEi CATCH BASIN, CURB INLET OR P,,NKOLE ' µ
Where shown on the plans, new drain pipes shall be connected to existing
line, catch basins, curb inlets and/or manholes. The Contractor shall be
required to break into the structure, shape the new pipe to fit and
regrout the opening in a workmanlike manner. Where directed by the Owner
additional channelization will be required.
F,:
{
Page 9 TECHNICAL PROVISIONS
2-23 ADJUSTING MANHOLE OR CATCH BASIN WITH RiNG AND COVER
Adjusting existing manhole or catch basin (as noted above) shown on the
plan shall include removal of existing castings and subsequent delivery
to the City of Renton corporation yard. The contractor shall furnish
new manhole frame and cover and final adjustment to match finished pave-
ment surface. All shad be as i part of bid item for the respective
manhole or catch basin.
The unit price bid will be full compensation of all labor, material ,
equipment and inr dental costs necessary to complete the work as
specified.
2-24 MANHOLES
Manholes shall coaiform to Section 63 of the Standard Specifications and
the Standard Drawing as per these Special Provisions except as codified
herein. Manholes shall be 48" and/or 54" in diameter as shown on plans.
Manhole covers shall be. Olympic Foundry No. 5920 7" depth, Style C, or
approved equal .
The location of tie manholes shall be staked in the field by the Engineer.
A minimum of one (1) course of .9" wide brick shall Le placed under the
frame for adjusting.
The bid price foi• manholes shall be full compensation for all labor,
equipment, mater• als , including adjusting frame to final grade, and all
incidental costs necessary for furnishinq and placing manholes.
2-25 CATCH BASIN'i, INLETS
Catch basins and inlets shall cm form to Section 64 of the Standard
Specifications and Standard Puns No. 47, 48, 49, 50, 51 and 52 except
as modified herein.
Cast iron frame and covers shall be Olympia Foundry No. 5435 or approved
equal .
Catch Basin Type I shall be Graystone No. CB-15 or approved equal .
Catch basin Type 11 shall be Graystone No. CB-19 or approved equal.
Curb Inlets Type IV shall be Graystone No. CB-11 or approved equal .
A minimum of one course of 8" wine brick shall be placed ceder the trame
for adjusting.
a
t
4
j,
�i
Page 8 TECHNICAL PROVISIONS
2_19 ROCK RETAINING WALLS Continued)
Extreme care shall be exercised by the Contractor in ail operations so
that there is a minimum of disturbance to private property. Hock '
selection and placement shall be such that at least 80 percent of the
exposed face of tte wall is rock. Voids between, rocks shall be grouted kt
with mortor conforming to Section 63-2.04A of the Standard Specifications,
Each row of rocks shall be well seated in the rock below and bedded by
hand tamping the backfill material so as to provide a stable condition
for the entire wall .
1 1/2" plastic pipe sections shall be installed thru grouted rockwall
as shown on Dldn or as directed by the Engineer at 2 and 4 feet high with
6 to 8 fort spacing. Wall height less than 4 feet, one row of pipe may
be installed at the same spacing.
The unit bid price per ton :hall be full compensation for furnishing all
tools , materials, equipment and l;,bor including all excavation necessary
to construct a grouted rock retaining wall . No further compensation will
be made.
2-20 FILTER MATERIAL FOR RETAINING WALLS
Filter material for rock retaining walls shall be crushed rock (2-1/2"
minus) conforming to specifications for base course as outlined in
'ection 23-2.01 of the Standard Specifications.
The unit bid price per ton for filter material shall be full compensation
for all labor, material , and incidentals incurred in furnishing and
placing filter material as per plans. No further compensation will be
made.
2-21 MDNUiENT, CASE AND COVER
The Contractor shall furnish, ,'-liver to the project site, and install
concrete monuments complete with case and rover as outlined in Section
50 of Standard Details.
The case and cover shall be State of Washingtor Standard Pattern.
The bid price per each shall be full compensation for all labor,
equipment, materials, including adjusting case and cover to final
grade, and all incidental costs necessary for furnishing, delivering,
and installing monument, case and cover.
2-22 ADJUST WATER. METER 80XE.S
The bid price per each shah be full compensation for all labor, materials,
equipment and incidental costs necessary to adjust water meter boxes to
finish grade.
Any adjustment of meter wi ; l be done by the WATER DEPARTMENT.
for
pagr. 7 TEOINICAi PROVISUAN
2-17 SAW CUT"ING (Continued)
The unit price per linear foot for saw cutting shall be full compensation. � a
for all labor, materials, equipment and incidentals necessary for tare
completion of the work as specified.
Whe,e other methods of breaking other than saw cutting are utilized,
the price for saw cutting shall not be charged. '.
2.18 SEWER PiPE, FITTINGS
Concmv' pipe shall be furnished and installed in accordance with
Serti.i ; 60, 61 and 65 of the Standard Specificatinns except as nodified
herein. :k
Non-reinforced concrete pipe shall conform to A.S.T.M. designation .
C-14X, Talbe II (extra strength) except as otherwise provided. Joints a
shall be manufactured for use of Brant rubber gaskets or equal.
Reinforced concrete pipe, shall conform to A.S.T.M. designation C-76,
Class il, except as otherwise provided. Joints shalt be manufactured
for use of Brant rubber gaskets or equal .
Fitting shall be of the same material and class as the pipe.
Six (6) inches of bedding material shall he required under all sewer pipe.
Bedding msterial shall be the same material as described in Section 2-26
of these Special Provisions.
Section 61-3.05 shall include the following. The hand-placed backfill
around the pipe and to a point six inches above thm: corwn shalt be
foot-tanped until it is unyielding. The remaining backfill , whether
native material or select backfill , shall be mechanically tamped with
hand-operated mechanical or pneumatic tampers.
All excavation, placing of pipe, and backfilling shall be done in
accordance with State of Washington Sa4ety Standards for Construction
Work, Part C, of the latest edi ion.
The unit price Me per linear foot shall constitute complete compensation
for all labor, material , fittings, tools, and equipment necessary for its
complete installation; including excavation, placing of pipe, connecting
to existing storm line, and nechanically tamping the backfill material .
No further compensation will be made.
2-19 PACK RLTAINING WALLS
The rock material shall be hard, sound, durable rocl., free from
segregation, seams , cracks or other defects tending to destroy its
resistance to weather. The retaining wall shall be started bb excavatirq
not less than 6 inches or more an opt n �e�i �eTciww the iT�ew�T
s ra n tx.ava on sec ons or not re,—,— an nc es ur more t�ian
pp n p ow a ex ,H ng ground level in embankment sections.
Page 6 TECHNICAL PROVISIONS
2-14 CEMENT CONCRETE CURS AND GUTTER tContinued
Low curb poured in front of driveway and alley returns may be poured with
the curb. Payment shall be measured and paid for as cement concrete curb y�
and gutter. A4
The unit price per linear foct for cement concrete curb and gutter shall
be full compensation for all labor, equipment, materials and incidental yx ..
costs necessary for the furnishing and placing cement concrete curb. r
2-15 CEMENT CONCRETE SIDEWALK '
Cement concrete sidewalk shall be type "B" and shall be constructed in
strict compliance with Section 43 of the Standard Specifications ard
as shown on typical side.alk detail . a'
r r;
The unit price per square yard for cement concrete sidewalk shall be w Sys;
full compensation for all labor, equipment , materiels and incidental ,, ^,, . »�;
costs necessary for the furnishing and placing of cement concrete
sidewalk. wfss
Asphalt concrete taper at back of walk shall be of uniform length and
feathered edge shall be as straight as possible.
2-16 CEMENT CONCRETE DRIVEWAY REPLACEMENT
Cement concrete driveway shall be constructed where an existing cement
concrete driveway is being replaced, at all driveway openings where a
new sidewalk is being constructed adjacent to the curb and where directed
by the Engineer.
They shall be constructed in accordance with Section 41 of the Standard
Specifications and as shown on Standard P;an No. 10 Alternate 2.
Material shall be High-Early-Strength, Type III cement, Portland
cement concrete six (6) inches thick as per Section 37, Standard
Specifications.
The unit price bid per square yard for cement concrete driveway shall be
full -anpensation for ail labor, equipment, materials, and all incidental
costs necessary for furnishing and placing cement concrete driveway.
2-17 SAW CUTTING
The Contractor shall saw cut existing asphalt concrete pavement and
cement concrete pavement where shown on the plans or as directed by
the Engineer.
The depth of the saw cut shall be a minimum of 1-112 inches and such
additional depth as may be required to effect a uniform break.
The method of saw cutting shall be approved by the Engineer.
a
r.'
ii
A
XW."t
Page 5 TECHNICAL PROVISIONS
2-10 A.>PHALT CONCRETE CLASS "0' Continued
An asphalt tack coat (SS-i-) shall be placed in accordance with Section 34
of the Standard Specifications. The Tack coat shall be applied to all
existing pavement surfaces, asphalt or cement and between SULCesSive layers
of asphalt concrete pavement. The tack coat shall be considered as incidental
to the cost of the asphalt concrete.
Asphalt concrete pave ^ent Class "R' shall be used in layers of 1-1/2 inch. w
The unit price !)id per ton for asphalt treated base shall be full
compensation for all labor, equipment, materials, and all incidental i4o.
costs necessary for furnishing and placing the asphalt treated base.
2-11 MISCELLANEOUS ASPHALT
Miscellaneous asphalt shall conform to Section 34 of the Standard
Specifications except that it shall be placed by hand and rolled with
a roller weighing no more than 5 tons. Miscellaneous asphalt shall be
placed as directed by the Engineer. Tile unit bid price per ton for
miscellaneous asphalt shall be full compensation for furnishing all
labor, materials, tools, and equipment to place miscellaneous asphalt
complete. s.
2-12 COLD MIX ASPHALT PATCHING
Cold Mix Asphalt shall be placed and compacted as directed by the Engineer.
The unit bid price for Cold Mix Asphalt Patching per ton will be full
compensation for furnishing all labor, materials, and equipment necessary
to place patches to the satisfaction of the Engineer and no other compen-
sation shall be made.
2-13 ASPHALT CONCRETE JP.IVEWAY REPLACEMENT
Asphalt concrete drivew y replacement shall be used for all asphalt
driveways. The material shall conform to Section 34 of the Standard
Specifications.
The unit price hid per square yard for asphalt concrete driveway
replacement shall be full compensation for all labor, equipment and
materials including two (2) inches "Class B" asphalt, four (4)
inches of 1-1/4 inch (-) crushed surfacing, compacting the subgiade,
and all incidental costs necessary for furnishing and replacing asphalt
concrete driveway replacement.
2-14 CEMENT CONCRETE CURB AND GUTTER
Cement concrete curb and gutter shall be constructed in accordance with
Section 40 of the Standard Specifications and shall conform in shape to
Standard Plan No. 1 except that it shall be constructed of 14 day Class
5 (1-1/2) air-entrained Portland cement concrete, as per Section 37.
Standard Specifications.
4�
i
3-19 WARNING SIGN INSTALLATION
The Contractor shall provide and install all necessary equipment, wiring, •�
and fittings so as to
complete the installation of the advanced warning
sign as shownon the Plans. All materials and installatior, methods, t3f «
eacept as noted otherwise herein, shall comply with the Standard Spaciflca- II
ticus and the latest published regulations of the National Electrical Code.
a. Plashing Beacons
C �� a
The flashing oeacons shall be 8-inch amber-lane simgla-unit beacons and
conform to Section 9-29.21 of the Standard Specifications. The mounting •,' a <<.
of the beacons shall be as shown on the Detail Sheet—
b. Flashing Eaacon Control
y'
The amber lights will be controlled by the controller at South 4th Place
so that when the intersection is operating in 0 A, amber or red, the warn-
ing lights will flash alte,nAtely. .nr�
c. Sign Pole
i
The support for the sign shall be of mast arm construction with the pole
consisting of a round, tapered steel shaft, mast arm and attachment, anchor. _,,•Y
bolts and nuts, and associated pole hardware. k« .
All castings shall be clean and smooth. Steel castings shall conform to
ASTH Specification A27, Grade 65-35. and gray iron castings shall conform
to ASTN Specificstiun A48. "• •
1) Shaft
The round tapered shaft shall be made of one-ply, hot-rolled basic open
hearth steel. Structural •reel having a minima- yield point of 33,000 psi
or more, shall be used for all structural parts and shell be galvanre ■edam
fabrication in accordance with ASTH A-12_ The structure shall be desisigned
* r>
in accordance with Sections 4, 5, 6, and 8 of the Specifications for the
Supports for H_ hwa Signs. AASNO, 1971.
Design and Construction of Structural g Y :.,
T he following loads shall be uaed! Dead load shall consist of the weight of
the beacons. sign, and supporting structure, including appurtenances; wind
load shall be taken as 30 psi for the beacons and sign and 25 psf for the
supporting structures on the area of beacon and sign or structure in normal
elevation view for placement as indicated in Letail Sheet E-9 contained
herein; live load and ice load may be omitted.
A flange plats shall be welded to the pole near the top and supported with
side plates tangent to the pole and gusset plates both cop and bottom. The
flange plates shall have a deburred 26" diameter wiring hole and 4 tapp-
holes for high-tecsile bolts. A similar 21l" tale shall be provided in the shaft
a
" `$
yr,
b. optically Progremled iread ,Lontinued "
such that specified areas of the roadway wlII receive no indication. Each
section of the signal face shall provide a 12" indication as specified be-
low. All programmed signal heads shall be equipped with 5" border be
plates and mounting fr_»work. The type of mounting framework to be sup-
plied on this pr)ject indicated on the attached Detail Sheet. For the I
purposes of biddiig, the optically programmed I, ads shall be specified as
follows:
Type VII1 12" Red, 12" Amber, 12" Bi -Modal Lens (green arrow 6 green hall) .
-,17 PEDESTRIAN SIGNAL HEADS
The Contractor shell provide all pedestrian signal heads for the inter-
sections of S. jrd Street and S. 2nd Street. Pedestrian signals shall
conform to the requirements listed in Section 9-29.20(3) of the Standard
specifications. The neon grid type shall be used in all locatlu+s and
shall display the WALK-DON'T WALK messages in Lunar White and Portland r ,
Orange respectively.
Mounting hardware types shall be as specitied in standard Plan J-21L.
3-18 INTERNALLY ILLt1MINATEJ SIGt15 �
a
all conform to the size, di menaions, and
internally illuminated signs sh
shape as shown on the attached Plans and Detail Sheet. All silk screened y.
messages shall be applied to translucent sign faces. Sign messages shall
conform to the manual on Uniform Traffic Control Devices, 1971 edition,
and the Washin3ton State Sign Manual . The housing shall be either alum- 4'
inum or polyvinyl alloy, 0.215" thick. The Interior surfaces shall be
painted Polar White and the exterior surfaces shall be spray painted to
match the color of the signal heads.
Four
ratedmllne llfe,fluorescent
l ores entlamps,
20 watt, 1150 initial lumens, 7,500 hour
2 bulb shall be
furnished with each sign. The neon lamps shall be wired parallel with
each other.
Each internally illuminated sign shall also be equlp;3ed with a Type "L"
mounting bracket as per Standard Plan J-21c and the Jetail Sheet. 'y
s-13
Y
.i,
P_SM1
t. '
lr
a
I!
3-j TRAFFIC SIGNAL POLES AND INSTALLATION (CONTINUED)
For the purpose of mounting the traffic signals and in•ernally illuminated
signs, 2" pipe couplings shall De welded on the front side of the mast arms
at the locations specified in Table II .
f. Finish
All materials shall be hut-dipped galvanized after fabrication In accordance ,
with ASTM A-123. '".:d
y. The Contractor shall remove and reinstall the existing twin mast arm
S
pole at the intersection of S. 2nd Street as indicated on the attached
Plans. The Contractor shall also install 2" pipe couplings on the mast arms
y + :
as specified on he Plans and Detail Sheets.
i
3-16 VEHICLE SIGNAL HEADS 9
•«'v ;
The Contractor shall provide all vehi cl_ signal heads for the intersections
of S. 3rd Street and S. 2nd Street.
a. Standard Meads
All traffic signal heads shall conform to the applicable requirements of
Section 9-29. 16 of the Standard Specifications, Standard Plan J-21c, and the
» 4
attached Detail Sheet except that all signal head housings, including the out-
side of hoods and the bark of the backpiates shall be painted highway yellow. ` j�:
d
The size of the traffic signal head lenses shall be as indicated below. `, ;+•`
Each signal head shall have a 1/4'' drain hole in its base. All s. .,nal heads
shall have square doors a,'d shall be equipped wits 5" border backpiates and
with mounting framework, Type "L" as specified in Standard Plan J-21 c.
The signal heads shall be specified as follows: '
Type 1 12" Red, B" Amber, 8" Green -
Type It 12" Red, 8" Amber, 12" Green Arrow
Type IV 12" Red, &' Amber, 8" Green, 12" Green Arrow
Type Vil 12" Red, 12" Amber, 12" Green Arrow
b. Optically Prograroned Heads
Optically programmed .raffle signal heads shall conform to applicable require-
:cents of Section 9-29.16 of the Standard Specifications and Standard Plan J-21c,
except that ail signal head housings, including the outside of heads and the
back of aackpIates shall be painted highway yellow. The visibility of the signal
indication shall be programmable within the head " +,.•'k'
S-12
3- 15 TRAFFIC SIGNAL POLES AND INSTALLATIONS (CONTINUED)
A flange plate [lull be welded to the pole near the top and supported with
side plates tangent to the pole and gusset plates both top and bottom.
The flange plates shall have a deburred 211" diameter wiring hole and 4
taped holes for high-tensile bolts. A similar 24" hole shall be provided
in the shaft to align with the opening in the plate. The minimum vertical
clearance to any portion of the cantilevered am shall be 21'-0" + 6" from
the top of the pavement. Prior to hot-dip galvanizing, two (2) holes shall
be drilled and tapped and one hole drilled for receivinf a pedestrian sig-
nal terminal compartment. A 4" x 64" handhole reinforcing frame, complete
with cover, shall be welded into the shaft a short distance above the base.
A grounding nut or provision in handhole frame for accommodating a threaded
bolt or stud shall be provided on the inside of the shaft. All poles shall
be equipped with anchor bo_t covers fastened with stainless steel screws. '
A one-pike steel anchor F ..e of adequate strength, shape and size shall
be secured to the lower end of the shaft by two continuous electric arc
welds. The base shall telescupe the shaft and the one weld shall be on
the inside of the base at the end of the shaft, while the other veld shall
be on the outside at the top of the base. Tie two welds shall be not less
than two (2) inches apart, and the design shall be such that the welded
connection shall develop the full strength of the adjacent shaft section to .
resist bending action.
c, Anchor Bolts
Four high strength steel anchor bolts and nuts shall be furnished with each
pole. Each anchor bolt shall have an "L" bend at the bottom end and shall
be threaded at the top end. The threaded end of bolts ana all nuts shall
be galvanized. The anchor bolts shall be capable of resisting, at yield
strength stress, the bending moment of the shaft at its yield strength
stress.
d. Street Light Mast Arms
the street light meat arms shall be ealit style. The davit style armo shall
oe welded to the top of the shaft, r,nd shall be a minimum of 8' fn length,
measured from the centerline of the. shaft. Nominal luminaire mounting
height shall be 40'. The outer portion of the am shall be +50 above hori-
zontal. The davit am shall be fabricated to a constant radius of 5'-9".
A 2" x 75" pipe tenon shall be welded onto the end of the am to receive a
luminaire. A cone reducer of the correct size to &thieve a smooth transi-
tion between the shaft and the am shall be used.
e,Vehicle_>1gnal Mast Arms
The veh_^le signal mast am shall be straight in shape and of such sire and
gauge to resist cite bending moment of the signal heads placed as indicated
in Table -L The shaft end of the am shall Sav,, a steel flange plate welded
to :' which will permit the positioning of the am on the steel adaptor that
was provided on the shaft.
S-II
a
. 1,
4
h
a ltr
fa
-14 SPECIAL STREFT LIGHT POLE INSTALLATION s y
At the intersections of S. 3rd Street and S.2nd Street, the Contractor shall
attach a pedestrian signal head to the street light pole as indicated on the 1' f?
plans. The heads shall be attached to the pole using stainless steel straps $i.-
and shall be positioned as for the traffic signal poles as indicated om the
Detailed Sheet. 4 1iz '
-15 TRAFFIC SIGNAL POLES AND INSTALLATIONS ' %` ' n
The City shall provide all traffic mast arm signai poles , vehicles and
pedestrian signals, backplates , and mounting hardware for the intersections
of S. 7th Street, S. 4th Place, and S. 3rd Place. The Contractor shall
assemble and Install all such equipment as shown or the attached plans, the "
Decai 1 Sheet 3td Table I I .
The Contractor shall provide all traffic i nal p s q poles, mast arms and lumin-
aire arms for the intersections of S. 3rd Street anc S. 2nd Street as indica-
ted in the General Notes and as specified in 'abbe 11 . Luminaires shall be
provided by the City. The Contractor shall assemble and install all equipment
as shown on the attached Plans and Detail Sheets.
�q
a. General ``r`
The pole shall con<ist of a round, tapered steel shaft , signal mast arm and
attachment, street light mast arm and attachment , anchor bolts and nuts, and
associated pole hardware.
All castings shall be clean and smooth. Steel castings shall conform to '�*
ASTM Specification A27, Grade 65-35, and gray iron castings shall conform to
ASTM Specification A48.
r
b. Shy aft
a-
The round taper-d shaft shall be made of one-f Iy, hot roiled has ic open hearth
steel . Structural steel having a minimum yield point of 33,000 psi or more shall
be used for all structural parts and shall be galvanized after fabrication in
accordance with ASTM A-123. The structure shall L^ designed in accordance with
Sections 4, 5, 6 and 8 cf the Specifications for the Design and Construction of
Structural Supports for highway Signs, AASHO, .i71 . The following loads shall
be used: Dead Load shall consist of the weight the signals and supporting
structure, including appurtenances; wind load sh.., I be taken as 30 psf for the
signals and 25 psf for the supporting structures on the area of signal or _
structure in normal elevation view for placement of fixtures as indicated in
Table If contained herein; live load and ice load may be omitted.
3�
ti
5- 10
M
^,
S
3-11 PEDESTRIAN PUSHBUTTON AND SIGNS
Section 9-29. 19 of the Standard Specifications is hereby deleted and the follow-
ing Substituted:
Where shown on the Flans, peoestrian push buttons of tamperproof construction
shall be furnished and installed. The push button shall be constructed of a
single, round, chromeplated metal plunger approximately 2 1/4 inches in diameter
of the direct push type and a single momentary silver contract •_ritch in metal
enclosures rated at 125 volts , 10 amperes.
The assembly shall be made weatherproof by means of a synthetic rubber gasket '
between the switch and the enclosure, as well as a synthetic rubber gasket
between the plunger and the assembly shall also be constructed so that it will
be impossible to receive any electrical shock under any weather conditions.
Furthermore, the assembly shall have no sign fastened directly to it, though
the sign as shown in Detail Sheet E-5 shall be bid :n conjunction with each push
button unit.
The signs and message shall conform to all Specirications contained on Detail
Sheet E-5. MAY
i
The Contractor shall pru,ide and install the pedestrian push buttons and signs
On the pedestrian posts, on the 8' pedestal poles , and on the signal poles. fv ...
't.
The signs and push buttons will be mounted to the poles by means of bolts, except
on signal poles on which the signs will be mounted by means of stainless steel s
straps, all as shown on Detail Sheet E-4. All mountings shall be securely fastened t and approved approved by the =ngineer. �`? f
�A
The position of the buttons and signs shall be located generally parallel t) the
crosswalk for which the button is Intended to serve; however, final positioning
for optimum effectiveness shall be determined by the Engineer. Where two posh -
buttons and signs on the same pole are indicated on the Plans, the buttons Shall
app-oximately 180` opposite each other.
3- it PEDESTRIAN POST AND PEDESTAL POLE INSTALLATIONS
The Contractor shall provide and install all pedesta: poles, and pedestrian push
button posts and pedestrian push buttons as specified below:
(1) Pedes'al Poles shall be Type 1-0, 8' high as specified in Standard Plan J-21d.
(2) Pedestrian Push Button Posts shall be as specified in Standard Plan J-21b except
that they shall be 5' in height.
1-13 STREET LIGHT POLE INSTALLATION
The City shall provide all luminaires, poles, and pole hardware. The Contractor
shall assemble and install all equipment as ,hown on the attached Plans. The wye
connector kits specificd hereinbefore shall be furnished and installed and all
electrical connections shall be mad,.
s-9
r
� 1
5:
8 TRENCH M D BACKFILL
The Contractor shall supply the trench within the limits and to the depths
and widths and location as specified on the Plans. Utilities shall use the
trench jointly, and each utility shall supply and install their own, conduit,
pull boxes and wiring. The Contractors shall coordinate the trenching and
backfill 'ng with the utilities.
The Contractor shall also provide two different types of special trenches as
shown on the Detail Sheet and on the Plans.
All material and labor necessary for encasing the indicated conduits within
these special trenches shall be provided by the appropriate utility.
All trenches shall be backfi l led in accordance with the applicable portions
of Section 7-02.3(3) , Section 2-09.3. Section 5-04, and Section 9-03. 12 of the
Standard Specifications.
When trenching is being accomplished within the sidewalk area, the backfill can
be made with acceptable material from the excavation and shall be considered a _
necessary part of the incidental to the excavation in accordance with Section
2-09.3(I) E. of the Standard Specification,. The tamping requirements for
roadway backfill shall apply.
When trenching is being ace.,-,':shed within the roadway area, the Top 12"
of select trench backfi11 shall consist of crushed or -aturally occurring
granular material from sources selected by the Cont r, The source and
quality of the material shall be subject to approval oy the Engineer.
Select trench backfill stall meet requirements of Section 9-03 of the Standard
Specifications. -
3-9 CONTROLLER CABINET INSTAL,ATION
The City shall provide all controllers, cabinets, and mounting hardware. _
The Contractor shall assemble and install all equipment and make all electrical
connections.
3-10 MASTER coNTRACTOR
The Contractor shall provide and install master contractors and the cabinet
which shall be a Type N- i , at locations shown on the Flans. Contractors shall
crxrform to Sections 9-29.11 through 9-29. 11 (2) of tht Standard `pecifications
and Detail Sheet J-18c of the Standard Plans. The Type "C' service shall be as
indicated on Detail Sheet E-19.
5-R
x
AL
i {
3-6 ELECTRICAL (CONTINUED)
No splicing of any traffic traffic signal conductor shall be permitted unless
otherwise indicated on the Plans. All conductor runs shalt be pulled to the
appropriate signal terminal compartment board vith pressure type binding posts.
The only exceptions shall be the splices in detector loops at the nearest
junction box •.o the loop, in accordance with applicable provisions contained
in Section 8-t0.3(8) of the Standard Specifications and retail Sheet E-7.
The intercom,+ct multi-conductor may be solder spliced at a minimum of 1 ,000
foot intervals.
c.Special Interconnect Installation
At the intersections of S.M. Grady Way and Airport May the Contractor shali
provide conduit and interconnect to and coil interconnect in the junction boxes
as indicated on the Plans. The Contractor shall coordinate these operations
with the S.W. Grady Way and Airport Way Contractors.
At Airport Way the Contractor shall coil street light wire in the junction boxes
as indicated on the Plans. Wye connertor kits shall be supplied and installatior
provided by the Airport May Contractor.
The Contractor shall also provide all necessary material for and install con-
duit and 2/C interconnect cable f,om the controller at Rainier Avenue and S. 7th
Street to the intersection of Hardie Avenue and S. 7th Street as indicated on the
Plans. The Contractor shall coil interconnect in the junction box at Station 7+50
(7th Street) as directed by th_• Engineer. }
3-7 VEHICLE DETECTION LOOP
Wir;ng used in the installation of the vehicle detection loops be No. 12 AWG,
stranded copper wire with Type %HHW insulation. The lead-in between the road-
way loop and the junction box at the side of the road shall be the same wire as
usea for the loop. Where shown on the Plans, the lead-in between the roaiside
junction box and the controller shall be a 2/C consistent with the applicable
requirements contained in Section 9-29.3 of the Standard Specifications. At
those locations where two No. 12's are to be paced in a conduit run, they shall
be twisted two turns per foot.
The detection loops shall be installed by the following method:
the wire for the induction loop shall be placed in a 1-1/2 inch deep by 1/4 inch
,tide sawcut in the configuratior and locations shown on the Plans. The wire shall
be placed on approximately 1/4 incn of sand at the bottom of the sawcut and covered
Dy a 3/8 inch polyethylene cord. The remainder of the sawcut shall be filled and
sealed with patching tar. Refer to Detailed Sheet-E-7 for further specifications
of the installation of vehicle detection loops.
S-7
1
% IF
3-6 EUCTRICAL
The Contractor shall provide and install all the necessary wiring, :uses
and fittings so ab to complete the installation of the street lighting
and signal equipment as shown on the Plans. All materials and installation !
methods, except as noted otherwise herein, shall comply with the National "
Electric Code.
Illumination System
a• Underg. iund conductors in conduit shall be stranded popper, THW grade with
600 volt insulation of the sizes noted on the Plans. Two W), stranded
copper, THW grade wire with 600 volt insulation shall be placed in all poles
between the fixture and the pole base. All luminaires shall be wired foe 240
volt operation. The pole shall be bonded to the conduit. ..
All conncctions fn light standard bases shall be made with an approved, field
Applied. waterproff wye connector kit, capable of being diaconnected without
damage, eaual to ESNA Elastimold style 82s or a Buseman Tron Fuseholder. with
Y Type Sreak3way Receptable and insulating Boots. Wye connector kite shall
be supplied, wired in place and fused by the Contractor for every pole inatalled.
Where the above mentioned wye connector kit is supplied in the junction box,
a similar taarough connector kit capable of being disconnected without damage .
shall be supplied and installed in the base of the pole.
All of the above materials shall be compatible with the copper con.+..ctor and
its insulation. The Contractor shall submit samples of the connectors pro-
posed for the use of to the Eng'neer for approval.
b. Signal System
All single cor.ductorf as indicated on the Plans shall be stranded copper and
employ 600 volt THk1 anaulution of the sizes noted on the Plana. All multi-
conductors *hall conform to applicable provisions contained in Section 9-29.3
of the Standard Specifications.
The 2/C interconnect cable shall ba Belden No. 8227 shielded polyet%ylene twisted
pair AWG No. 18, or approved equal.
Each wire. shall be numbered at each terminal end or splice witi, a wrap-around
type numbering strip according to the schedule attached to these Special Provi-
sions.
All wires terminated at a tetminnl block st: li have an open end, crimp style
solderleas terminal. All terminals shall be installed with a tnol designed for
the installation of this type of terminal and crimping with plferr, wire cutters,
etc. , will not be allowed. All wiring inside the control cabinet and at inter-
mediate points shall be trimmed and cabled together to make a nest and clean
appearing installation.
S-6
ee,
3-3 ASPHALT WORT(
As directed by the Engineer, either a Class 8 or Class C asphalt concrete shall
be used to patch parking strips or roadways to replace bituminous not pavement
removed for any reason by the Contractor to facilitate the installation of the
electrical system.
All bituminous mat pavements to be removed for the bases or the trenches shall
be cut with either a Jack hammer spade or a saw. The Engineer shall be consulted
by the Contractor as to which method to use and shall make the ultimate decision.
j-4 JUNCTION BOXES (PULL BOXES)
The Contractor shall provide and install junction bores of the type and at the
locations specified on the attached Plans. Junction boxes to be provided and
installed for this project shall be of two types as specified below:
(1) Type I junction boxes shall conform to all specifications contained in
Standard Plan J-19 and shall be Design 8.
(2) Type ill junction braes shall conform to all specifications contained in
Standard Plan J-20 and shall be Design S.
(3) Type IV junction boxes shall conform to all specifications contained on the
Detail Sheet.
The inscription on the covers of all junction boats shall be as indicated below:
(I) "Street Lighting" or "Lighting"-- all exclusively fcr street lighting circuits.
(2) "Street Lighting" and "Traffic Signals" or "Lighting" and "Signals" --all used
for street lighting circuits and interconnect and/or vehicle loop detector
circuits .
(3) "Traffic Signals" or "Signals" --ail used exclusively for vehicle loop
detector circuits.
Inscriptions on junction boxes performing the same function, i .e. , street lighting,
traffic signal , or both, shall be consistent throughout the project.
All Junction boxes shall be installed in conformance with provisions containel
in Section 8-20.3(6) of the Standard Specifications and Standard Plan J-2 lb.
3-5 CUMDUIT
The Contractor shall provide and install at_' conduit and necessary fittings at
the locations indicated on the attached Plans. All conduit shall conform to
provisions contained in Section 9-29. 1 of the Stardard Specifications, except
that only hot-dipped galvanized rigid steel conduit conforming to the req ui renen is
of the National E;ectric Cole for rigid electrical conduit shall be used.
All conduit shall be installed in conformance with Section 8-2C.3(5) cf the
Standard Specifications. All conduit pulled into junction boxes shall be
connected by metal bonding straps as shown on Standard Pixn J-2 It.
S-5
i
s t
3-1 CONCRETE FOLINOAT13NS AND POLE LOCATIONS (CONTINUED)
All concrete foundations shall be constructed in the manner specified below:
(I) Where sidewal. or raised islands are to be constructed as a part of this project,
the top of the foundation shall be made flush with the top of the sidewalk or
island.
(2) Where .no sidewalks are to be installed, the grade for the top of the foundation
shall be set by the Engineer.
All concrete foundations shall be located es specified below:
( I) Where the foundation is to he installed within the sidewalk area, the center-
line of all traffic signal and street light poles shall be located as specified
on the Plans and Detail Sheet E-11 . Pedestal Poles and/or Pedestrian Push Button
Posts shall be located as speci °ied on the Plans 5' from the face of the curb.
The foundation shall be offset so as not to be placed on private property.
(2) where no sidewalks exist at present or w-ere the pole is to be placed on a raised
island, all poles shall be located as specified on the Plans.
(3) Where the foundation is to be at the back edge of the sidewalk, the centerline of
the pole shall be as specified on the Plans and Detail Sheet E-12.
All poles shall be installed so that the mast arm is perpendicular to the centerline
of the adjacent roadway, unless otherwise noted on the Flans. The poles shall be
installed on leveling nuts secured to the anchor bolts and with locking nuts on the
top of the base flange. The side of the shaft opposite the load shall be plumb by
adjusting the leveling nuts or as otherwise directed by the Engineer. The space
between the concrete base and the bottom of the pole flange shall be filled with
dry pack mortar to completely fill the span under the flange and arour"d the conduits
and be neatly troweled to the contour of the pole flange. A plastic drain hose
0/2" 0 ) shall be inse•ted through the mortar to provide drainage from the interior
of the pole base and be trimmed flush with the interior and exterior surface of the
mortar. Dry pack mortar shall consist of a 1 :3 mixture of cement and fine sand with
just enough water so that the mixture will stick together on being molded into a
ball t-y `.znd and will not exude free moisture when so pressed.
3-2 CONCRETE WORK
Ali concrete pavement to be removed for the bases or the trenches shall be cut with
a concrete saw to a depth of 1-1 1/2 inch unless any of the edges falls or a joint.
A Class C concrete shall be used to patch all concrete sidewalks or parking strips
removed for any reason by the Contractor to facilitate the installation of the
electrical system.
A Class A Concrete (NES) shall be used to patch all c^ncrete driveways or roadways
removed for any reason by the Contractor to facilitate the installation of the
electrical system. a curing period of 24 hours must be allowed before vesicular
traffic shall be allowed to cross any pavement patch using a Class A ConcretelEE$) .
The patch shall be protected by edither appropriate barricades or a ramp approved
by the Engineers.
S-4
t
3-1 GONCR£rE FOUNDATIONS AND POLE LOCATIO!.
foundations for all bases shall be excavated by the Contractor to a depth i
as specified in Table I below. All excess materials shall be removed from
the construction site anJ dfspeaed of at the contractor's expense.
The Contractor shall previde the material for and construct all concrete r
Pole foundations in accordance with applicable provisions contained in
-Section 8-20.3(4) cf the standard Specifications and Standard Plan J-21B,
J-21C and G-128. Concrete shall be placed against undistrubed ealLh, If
possible. Before placing the concrete, the Contractor shall block out
around any other underground uti:.ities that lie In the excavated base so
that the concrete will not adhere to the utility line. Concrete founda-
tions shall be troweled, brushed, edged, and finished in a workmanlike
maaner. Concrete shall be promptJ.y cleaned from anchor bolts and conduit
after placement. Foundaticns for all standards shall be Class C Concrete,
and steel rebar shall be furnished and placed as shown on the Standard
Plans and Detail Sheets.
After a curing period of one week, the ontractor may install the street
light poles, and -after a curing period of two weeks, the Contractor may
Install the mast arm poles.
Table I. below, shall be used in conjunction wit�i the construction of all
foundations.
Foundaticn
Signal Pole 15' Twin Mast Arm J-2:d 6' - 0"
20' Mast Arm J-21d 6' - 0'
25' Mast Arm J-21d 6' - 0"
30' Mast Arm J-21d 6' - 0"
35' Mast Arm J-21d 7' - 0"
40' Mast Arm J-21d 7' - 0" ' '
Street Light
Pole 25' S 30' MN Detail Sheet 3' - 0"
40' MM (Steel) E-10 4' - 0" .
Sign Pole G-12b 8' - 0"
Master Contactor J-21b As Shown
(Type M-1 Cabinet)
-3
SCOPE
The work to be performed shall consist of removing existing traffic
signals and illumination systems and installing new traffic signals,
illumination systems and interconnect circuits at the locations indicated -
on the Plans within the City of Renton. The work shall include but not
be limited to the furnishing and installing of all 8' pedestal p-les, con-
crete foundatlons, conduit, ?�^_tlo:. boxes, wiring, electrical service
pedtuttian push button standards, pedestrian push buttons, internally
illuminated signs, interconnect and master contactors for the entire pro-
ject; the furnishing and installing of all traffic mast arm signal poles,
vehicle and pedestrian signals., hackplates ai.d mounting hardware for the
intersections of S. 3rd Street and S. 2nd Street; and the installing of
the street light standards and luminaires, traffic controllers, traffic
mast arm signal poles, vehicle and pedestrian signals, backplates, and
mountlrg hardware to be furnished by the City for the intersections of
S. 7ch Street, S. 4th Flace and S. 3rd Place, all in accordance wtih the
attached Plans, Special Provisions, and the Standard Plans and Specifica-
t ions.
The Contractor shall furnish and/or install all materials necessary at
each location to have a properly functioning traffic signal system, and/
or a properly operating street illumination system, all in accordance
with the attached Plans, and the Special Provisions as contained herein.
All street light poles, luminaires, and traffic controllers as well as
all nuts, bolts, and other hardware needed for their installation, shall
be furnished by the City. Also all traffic swat arm signs:. poles, vehicle
and pedestrian signal heads, backplates, and mounting hardware as well as
all nuts and bolts needed for installation shall be furnished by the City
for the intersections of S. 1th Street, S. 4th Place and S. 3rd Place only.
The Contractor shall furnish all traific mast arm signal poles, except the
twin mart arm poly, at S. 2nd Street, internally illuminated signs, vehicle
signal heads, pedestrian signal heads, and mounting hardware as well as all
nuts, bolts needed for installation for tl.e intersections of S. 3rd Street
and S. 2nd Street.
Also, the Contractor shall furnish all materials for the enttre project not
supplied by the City as stated abova.
All equipment to be supplied by the City shall be delivered to the Conttsctot
at the City of Renton Yard, and it al•all be the responsibility of the Con-
tractor to move the equipsent to the job site.
Also, the Contractor shall emnve existing channelization itemp and furnish
and install materials fox the construction of traffic islands, other raised
channelization, buttons and pavement markers, all in accordance with the
attached Plans. Special provisions, and u s Standard Plans and Specifications.
S-2
1
a,
61GIVAL i�OLE o-
8' PEDESTAL 1-r�LE
STAU'/LEZS 576EL
BANG SrPAPS
11
51GN 1
� It
II
II PUSH gurroN,a�E�oBCY
11 WYE,OQ /ND/CATElJ ON
11 PL 4NS
i
L.—
In _�
P1/fM euTRw ♦lGEMSLY �
CRUL �` /
�OQILV"TAP
N
TOO•S1OE�.IALK •A/OrC: S5E SPEC;AL PROVI
E STANMRID PLAN ,I^a/B
f-FDEST-RIAN I-'�ST
,
I
11
II
12N 11 S 01, ..
I fll
Ij I
Y
I"
wN� CH~E PLAIrD PLUf/�ER
PUSH iUrr4W ASSEAWLY .'wn
Ili
T`A� I a�j•6ALVAN/i,f0 STSEL PIM
r 1n• �u s oe wAt rc
PEnESTiP/AN PC/SHW7TON "NT114 DETAIL
DETAIL sHEET E--¢
h
roV. 17W And
TC�vision Cf�nduit --�
1
_ -- Cify Of fri�nf�i i
Lbndv:t
6•
' �-r�Y�honc Ccx�/d�iit
Ca7duif —/ 4
TRE/VCH 4? ,r 4Z; TY
7tyfrPi4o/YI Ind
T///IY/liDn COro'uir`-�
Oil
� ,vdaif
/ sP"
I
—�--
PY�f ft uil/I MW. AL
ConaFiit L L� Rr/eP�oni► Conduif
'� --11 rConr�s�- Exosrd�
Il M
TRENCf� 4?"x 4?', rY-PF I
OETAiI Sf/EET f-3
� ti
IN- LINE FUSED
CONNECTOR KIT(S)
AS REQUIRED ON
PLANS — JUNCTION BOX
} I '>e�..,.;
TO TRANSFORMS R
2-*10, 120V POWER
GROUND CLAMP(S)
BOND IF METAL 5/g1 aX &o.,
RIDGED CONDUIT- AUNO ROD
GROUNDING AND SERVICE
120 VOLT (TYPE A)
LLF7-A L SHEETE92 '
+r► is
/. - 1" • LWT HOLE
�y
SLOT
IN CNANNEL
I�
� MO. a IKIN/ NAA CON[
W*314" RAT BAR--
. r
A \
A . vs" ;,��sne" 1rw to*ails
ANSLL CHANNEL �.
SECTION A—A SECTION �♦
TYPE vUNCT/ON BOX
DETAIL SHEET E-/
!M
�s
PIELD wIR"2SG CHART
Interconnect Conductor
-,Ol. AC+ Input 510 A11. Plash -
502 AC- 511
503 AC+ Lig' ce 512
504 AC+ Lie,.tr, A3
50= AC+ Ligr.t., 514
,C— AC. Conte: 515
501 AC+ Crosswa'AL 516
5(i& AC+ Detactjrs 517
50C AC+ 12 Volta 518
519
,2X Common
A B C D
R 611 621 631 641
o y 612 622 6632 66422
r 613 623
d y {i- associated w/Protectea LT Movement) 614 624 634 e44
> ; { f-associated w/Protected LT) 615 625 635 645
616 626 636 646
'�['. 711 721 731 7,41
a a
W 712 722 'J32 742
u a Comn.�r.-Lights 711 736
ietectionf i'25 ^4s
4i
m717 127 ..,z., 74"_
0 Common Detection
Detection 811 821 831 841
812 822 833 642
e 000p� Fair 813 8" 843
p 814 824 834 844
Loop) Pair 815 825 635 645
> $ Loop Pair 816 827 836 847
817 627 837
LO Pair (CALL) 818 828 838 849
LooLn,p 819 829 839
Red Pair 911 921 931 941
White 91'L 922 933 942
Red 111 Pair 913 923 933
Wti te1 914 924 935 944
a o Cominon
915 925 93 945
S-23
i
#C
• a
r,a.
3-29 EXISTI.NG UNDP.RGaOL'ND UTILITIES
Where possible, existing underground utilities have been approximately
located on the signal Plans and luminaire schedule. However, it shall be
the final responsibility of the Contractor to locate exactly any and exist-
ing underground utilities which may lie within the limits of proposed exca-
vation and/or trenching and to ensure that no damage results from his opera-
tions. Furthermore, it &hall be the responsibility of the Contractor to ,.
coordinat,- any re .ocation of existing utilities with the company concerned.
3-30 APPROVAL OF EQUIPMENT AND METHOD OF CONSTRUCTION
The Contractor shall supply equipment that conforms to that outlined in
these Special Provisions, other applicable specifications, and as indicated
on the Plans. Where the Contractor feels it would be beneficial to deviate
from these specifications, he shall submit a written request to the Engin-
eer for such deviations. Where items such as a change in the type of wire
supplied is requenced, an adequate ample shall be included. Where the change
involves other equipment, a complete description of the change shall be in-
cluded. The Engineer shall give written approval or disapproval of the re-
quested change.
If the Contractor should install, without proper approval, wiring and equip-
meat ocher than that outlined on the Plana and in the Specifications, sold -
equipment or wiring will be subjected to immediate rejection by the Engineer
and shall be removed at once by the Contractor.
No further work can be completed on the traffic signal or illumination instal-
lation until said equlpment is removed to the satisfaction of the Engineer.
3-31 CLEAN-UP WORK
All excess work from excavation, unused material, and other debris shall be
removed from the construction site and disposed of by the Contractor. All
trenches and excavation shall be dressed to original grade and raked so as
to be nest and clean in appearance.
3-32 PROJECT CONSTRUCTION SIGN AND FLAGGING
All construction and detour signing and flagging procedures shall conform
to the latest edition of the Manual on Uniform Traffic Control Devices.
5-22
a
' =jJ
3-27 ALTERNATE RAISED IS'--AND CONSTRUCTION (CONTINUED)
Expansion joints shall be constructed at the locations indicated on the
Detail °neet and as further specified be!ow:
I . A Continuous Joint 3/8" x 4" shall be provided between the concrete "
slab and the block traffic curb as well as between the slab and ali
concrete pole and controller cabinet foundations.
2. In median islands less than 20' in width, transverse expansion joints e;
1/4" x 2" shall be provided at maximum intervals of 20' .
3. In the intersection islands expansion joints 1/4" x 2" shall be provided
at 20' intervals to form a grid pattern as shown on the Detail Sheet.
Joints shall be provided such that no transverse or longitudinal
dimension is greater than 20' .
for the raised islands at the intersection of Rainier Avenue and Grady Way
as .dell as for the islands in the N.E. and S.E. quadrants at the intersection �k
of Rainier Avenue and Airport Way the Contractor shall provide and install
alternate raised island material only. The Tyre A curbing shall be provided
and installed by others.
3-28 EXISTING SIGNAL SYSTEM
Where there is an existing signal system at a location where a new system
is being installed, the existing system shall remain in operation until the
new system is sufficiently complete to allow changing from the old to the new
system. Said change-over shall not be made until the Engineer so directs.
If retention of the old system is unfeasible, however, the Contractor may,
at the direction of the Engineer, erect a temporary system until the new one
is completed.
After the changeover, the Contractor shall remove all parts of the old
signal system, or temporary system, that are not a part of the new system.
This shall include poles, controllers, signal heads , messenger cable wire, etc.
All used equipment shall be disposed of at the City of Renton Yard, or as
directed by the Engineer.
The same care specifier' for the handling and transportation of the new
equipment shall be exercised. Any parts that are damaged due to the
contractor's operations shall be repaired or replaced at the Contractor's
expense, to the, satisfaction of the Engineer.
5-21
7t
,y
•
3-27 ALTERNATE RAISED ISLAND CONSTRUCTION (CONTINUED)
The curing and finishing compound shall be Lithochrome color wan as man-
ufactored by L.M. Scofield, or equal and shall comply with ASTM-C-309 as
a curing membrane and with all applicable air pollution regulations.
i
The grout shall be a mixture of 2 parts @and and by parts cement. Sand,
cement and water skall conform to applicable provisions of the Standard
Specifications.
The the subgrade has been properly placed, the imprinted concrete ellb
shall be constructed in the following manner:
1. The concrete mix shall be placed and screened to the proper grade
and wood Ellomaed to a uniform surface in the normal manner.
2. The colored hardener shall be applied evenly to the plastic surface
by the dry-shake method using a minimum of 60 pounds per 100 square
feet. It shall be applied in two shake$, wood floated after each,
and traveled only after the final floating.
3. While the concrete is still in the plastic stage of set, the form-
ing tools shall be applied to make the specified patterned surface.
Flexable plastic sheeting shall be placed between the forming tools
and the slab during the impression, forming process in order to pro-
vide a "pillowad" affect.
4. The curing and finishing compound in the matching color, thinned in
the proportion of 4 parts compound to 3 parts mistral spirits (paint
thinner) shall then be applied uniformly for curing with a roller
or motor driven power sprayer. The coverage shall be approximately
600 to 650 square feet per gallon of unthinned compmndd. compound
application in the impressions shall be *voided.
5. After initial curing, the impressions shall be grouted. A slurry
of mortar shall be spread over the surface with a squeegee, and the
surplus grcut shall be removed by dragging wet sacks over tAe surface.
6. The sealed surface shall be polished by a fine brush to remove resides!
dust or grout from the surface.
Expansion Joint material shall conform to Section 9-04.1(1) of the Stand-
and Specifications, asphalt filler and Joint sealer shall be poured rubber
conforming to Sections 9-04.2(2) and 9-04.2(2)A of the Standard 5p9cificati011s.
9
5-20
am
i
r4
54ta
x4
y N!
�r
1
I
}
r
3 17 ALTERNATE RAISED ISLAND CONSTRUCTIUN
The Contractor shall bid an alternate method of island osnstruction
which shall include the furnishing of all materials and the construction
of raised traffic islands at the locations indicated on the Plane of the
size and dimensions specified on the Plans and Detail Sheets. Type A
block traffic curb shall be as apecified hereinbefore and shall not be
considered as part of this unit price.
Island wterisl shall consist of crushed surface stone conforming to
Section 6-09.3 of the Standard Specifications capped with 4" of imprinted,
colored, concrete. The concrete design shall be cobblestone and shall con-
form in size, shape and orientation within the traffic islands to that indi-
cated on the Decal' Sheets.
Prior to placing the crushed surface atone and concrete, a 6" concrete sewer
pips shall be installed upright on the existing road base for the purposes
of installing a 4" x 4" white sign post where indicated on the Plans and as
shown on the Detail Sheet. The top of the pip* shall bs installed flush with
the concrete.
The provision for the sign past shall be considered incidentxl to the psojeet
and no compensation will be made.
The concrete work shall conform to applicalbe provisions contained in Section
5-05 of the Standard Specifications except as herein amended:
Portland cement shall be Type II as specified in Section 9-01.20) of the
Standard Specifications. A minimum of six-94 pound bags per cubic yard shall
be used.
Water shall conform to Section 9-25.1 of the Standard Specifications. A max-
imum of 6 gallons per bag of cement shall be used.
Pine aggregate shall conform to Sections 9-03.1 and 9-03.2 of the Standard
Speclfieatlons. course aggregate shall conform to Sections 9-03.3(1) and
9-03.3(2) of the Standard Specifications and shall be minus 3/8".
Air entraining admixture shall conform to gection 9-23.6 of the Standard Spec-
ifications. Air content shall be 7VI% by volume. No admixture containing
calcium chloride will be allowed.
The colored hardener shall be Llthochrome color hardener as manufactorz, by
L.M. Scofield Company or equal and shall be a rea. y-to-use, dry shake type
with streak-free lntergrinds of pigments,
surface conditioning
he cand
dshallaing
agents, and Portland cement,
be Walnut.
'a
g
f
* w
3-26 RAISED ISLAND CONSTRUCTION
The Contractor shall furnish all material for and construct raised
traffic islands at the locations indicated on the Plans and of the
size and dimensions specified on the Plans, and Detail Sheets. Type
A. curbing shall conform to that specified in the preceding section
of these Special Provisions. island material shall consist of crushed
surface stone capped with 2" of class "B" asphalt concrete pavement
conforming to applicable provisions of the Standard Specifications.
Prior to placing the top course and asphalt, a 6" concrete sewer pipe
shall be installed upright an the existing road base for the purposes
of installing a 4"x 4" white sign post where indicated on the Plans
and as shown on the Detail Sheet. The top of the pipe shall be installed
flush with the asphalt concrete.
The prevision for the sign post shall be considered incidental to the
project and no compensation will be made.
For the raised islands at the intersection of Rainier Avenue and Grady Lay
as well as for the islands in the N.E. and S.E. 4uadrants at the intersection
_ of Rainier Avenue and Airport Way the Contractor shall provide and install
raised island mateial only. The Type A curbing shall be provided and
installed by others.
- 18
r
a
1
3-22 LANE MARKERS
Where shown on the attached Detail Shr.et and on the Plans, cr where directed
by the Engineer, the Contractor shall furnish and install white, Type No. 1
and Type No. 11 plastic markers.
4" Type I Lane Markers shall conform to provisions contained in Section
9-21 .1 of the Standard Highway Specifications. Markers shall be either white
or yellow in color as specified on the Detail Sheets.
4" Type II Lane Markers shall conform to provisions contained in Sectior
9-21. 1 of the Standard Highway Specifications. Markers shall be installed
such that the red reflections face opposite the traffic on the lene receiv-
ing markers.
3-2a REFLECTORIZED PLASTIC PAVEMENT MARKING
Where shown on the Plans and attached Details, or where directed by the
Engineer, the Contractor shall furnish and install white reflectorized
plastic pavement markers for all crosswalks, stop-bars, and left turn
arrows. The crosswalk lines shall be 12 inches wide, the stop-bars shall
be 18 inches wide, and the turn arrows shall conform to the Detail Sheet.
All crosswalks, step-bars, and left turn arrows shal ! be 6" Type IV Plastic
Marking, consisting of a homogeneous, extruded, prefabricated thermoplastic
ribbon of approximately 3/32 inch thickness which shall contain reflective
glass spheres uniformly distributed throughout the entire cross-section and
shail be capable of being affixed to bituminous or cement concrete by means
of a precosted adhesive.
Where applicable, the plastic marking shall be applied to the pavement prior
to the final rolling of the new surface, producing an installation that is
flush with the pavement surface. The surface temperature of the asphalt at
the time of application shall be 80-120' F. The adhesiv backing shall be
removed anf the material applied to the surface, followe.l Immediately by
rolling with a light hand roller to insure initial contact. Final in-lay
shall be accomplished with the use of a five or ten ton tandem roller while
surface is sufficiently warm to accept the material .
3-24 PAINTING
The Contractor will not be responsible for painting any lane lines and/or
painted islands that are indicated on the attached Plans.
3-2> REMOVAL OF ISLANDS , MARKERS AND ONANAELIZATION
The Contractor shall remove all existing islands, channelization, and lane
markers where shown on the attached Plans.
Where an asphalt overlay is being provided, it will not be necessary to re-
move paint and/or grout from the roadway Jett by the removed channelization.
S-17
r
t
ti i)►
.r3ht
c. Sign Pole (Cont.)
5) Finish
All moterials shail be hot-dipped galvanized after fabrication in
accordance with ASTM A-123.
6) Sign
The sign shall be constructed to meet appli •asble portions of Section 9-28
of the Standard Specifications and consist of either aluminum or high-
density plywood. The size, color and legenu of the sign is specified, in
Detail Sheet E-9• The sign shall be refier.tionized. The support for the
sign shall consist of suitahle back-bracing as specified in Catai) E-9•
The supports shall be clamped directly to the must arm for a secure mount-
ing to resist wind loads as specified above.
3-20 BLOCK PRE-CAST TRAFFIC CURB
Where shown on thL Plans, or where directed by the Engineer, the Contractor
shall furnish and install block, Type A, and Type C pre-cast traffic curt
in accordance with Sections 8-07 and9-18 of the Standard Specifications and
Standard Plan No. F-6.
For block traffic curb installations as referred to in the 4th paragraph of
Section 9-18.3 of the Standard Specifications, reflector block shall be In-
stalled every 4th block when 11-5/8 inch blocks are used, or every 6th block
_ when 7-5/8 inch biocis are u-ed.
Nosing pieces, connecting dividers and radial sections for block traffic curb
will be In accordance with Standard Plan F-5, pre-cost traffic curb.
Painting of tF.e traffic island curb shall be required prior to the installa-
tion of the crushed rock. Paint and painting shall be in yelacclow
pain with
Section 9-08 of the Standard Specifications, except that yellow paint shall
be used on air curbs and islands that delineate the separation of traffic flows
in opposing directions. White paint shall be used on all curbs and islands
that sepa•ate traffic flows in the same direction.
3-2i PLASTIC TRAFFIC BUTTONS
.There shown or. the Plans, or where directed by the Engineer, the Contractor
shall furnish and install white and yellow plastic traffic buttons.
8" Plastic Traffic Buttons and their installation shall conform to applicable
provisions of Sections 9-20 and 8-08 of the Standard Highway Specifications.
Buttons shall be of the dimensions and colors specified on the Plans and
Detail Sheets.
S-16
t
1
t, sign Pole (Cont,)
1) Shaft (cont.)
to align with the opening in the plate as shcwn on the Detail Sheet. The
minima vertical clearance to any portion of the cantilever arm shall be
18'-6" +6" from the top of the pavement. Prior to hot-dip galvanizing, four
(4) holes shall be drilled and tapped 5'-0" above the base, for receiving
the flasher cabinet. An addittonal 2Y' hole shall be drilled for electrical
cornicttons to the flasher cabinet assembly. A 4" x 6L" handhole reinforc-
ing frame, complete with cover, shall be welded into the shaft a short dis-
tance above the base. A grounding nut or provision in handhole frame for
accoa dating r. threaded bolt or stud shall be provided on the inside of the
ahaft. The pole shall be equipped with anchor bolt covers fastened with
stainless steel screws. The shaft shall have a cap which it securely fastened
to the top to prevent entrance of any foreign matter and keep the shaft
weathertl.ght. Provisions shall be made to accommodate the mounting of the
PEC on top of the shaft on the cap. '
k Lit
2) Anchor Base
Y
A one piece steel anchor base of adequate strength, shape and size shall be ,o^„
secured to the lower end of the shaft by two ca.tinuous electric are welds. ' � .x'•;
The bee,. shall t lescops the shaft and the one weld shall be on the Inside
of the base at the end of the shaft, while the other weld shall be on the out-
side at the top of the base. The two welds shall be not less than two (2)
inches apart, and the design shall be such that the welded connection shall ? !
develop the full strength of the adjacent shaft section to resist tandinq
action.
3) Anchor Bolts
Four high-strength steel anchor bolts and nuts shall be furn'.ehed with each
pole. Each anchor bolt shall have an "L" t-nd s: the bottom and and shall
be threaded at the top and. The threaded end of bolo and all nuts shall be �
galvanzied. The anchor bolts shall be capable of resisting, at yield strength _x
stress, the bending moment of the shaft at its yield strength stress.
4) net Arm
The mast arm shall be straight in shape and of such size and guage to resist
the bending moment of the beacon heads an$ sign structure placed as indicated
on the Detail Sheet, The are shall be +1 above horizontal when attached to
the shaft. The shaft and of the arm shall have a steel flange plate welded
to it 'Aiich will permit the positioning of the arm on the steel adaptor that
was provided on the shaft. The nominal length of the mast era shall be 20 z
feet. The end of the meet arm shall be fitted with a weather-tight, easily
removed cap.
5-15
a
>i �
i
i
i
is
•
B-3/4'
� y
25
J5—I/2'220
X
IMPRESSION WIDTH VARIES FROM I/4 TO ai e;7
I' AND DEPTH FROM 1/4' TO 3/4' ;' , > •
IMPRESSION SHALL ALL BE GROUTEDy 'u
PKS.• ♦ SAP.'{ •
COBBLESTONES SHALL BE IRREGULAR IN
SHAPE AND INDIVIDUAL STONES VARYAkI
SOMEWHAT IN DIMENSIONS .
� w
IMPRINTED CONCRETE ISLAND
CON :; 'l' `tUCTION DETAIL
DETAIL SHEET — 17
r
S '�
all
,mob Uy1�Nv.�s 1�
,LN v, T
c 1
Wot�,►rrv�rx� �' (,1I.1)
os
wnwl%vw
i
1 n+wr
ANeinafe
mo�.nkd CDxzte (f'OsPfh) -� Pippe For Sign Posf InrrS�/lotion
Mr �r S�o�cifiod .See ar/h//
A'��� Co/xrorE
F3�iniCnf C/Drr B
,`2"OrPfb)
rype A TivfYic
ryvw ,4 n6-6
/ � cinsf�o/ .5u�f�lciiq ToP Couns�
Exlsfw►y I�baduray Su oce•
ME0/,41V ISL ANQ
A/�t1p/�.': Im�inho' —pi`v foi Sign Posllnslbbfnh
;aa:.rfe /I'Cbpfh) —� itYfxir .Sere•%�io% Ser
�.sµ'�/f Lbx�tc Po�r�ns / �ifo�Y s'rlref /S.
TyPr A T.bff°.c / ,--Typs A ,�ct'!ie
rx
-Cn�s d S1,1feeie 7a Cam/se
L Exsfiny , uroy Se�f
IN7E"F�SECTIO/V ISL A�.'D
RASED 17-d IC
ISLA//O DE 4 i� s
.- DETA/L syEEr E-�s '
1 k
el
7Y*--j ,2'NPS /PE'TE
40'O"
9,.
"/<'cr FGANfE P[ATE'S
n GU_SSEl /SLATES �,,-(4)/Na"NI•rfN9oLT5
siDE PLArrsIAE
coo,7//Yo!/s WEGID//
i.vs�nF 6 ou r
7AFFREO
<TEEG MRST ARM - REMO✓ABLE CAP
�� /�iPE COUf'L/NG� M+� ���•
J ,J"PIPE CO./PL1N6
J
-- - --per
AYlES PE?P PL�JS S/iAl4C � _
M TAS�M
7AprA,so sm S44c7
k/CL a TAP ?htxEs FOR PEIVSTR/AN .iICAW F,PAMEN00P1'
cG I AGLE FOR CABLE r,-U/L1i'TERM/NAG _v.I r44'EA'T
(AS PER 54MAL MPW. SPECS-)
!�E Of57K/,M PCCSN B�/T'lON" f' S/GN SEE Af TA/L SHEET E-q�
t.
'tl -NMN>o 'Ni-4"rC9* 'w/CO✓E-"Ot S.S. SCMfW5
,'BASF FL,4A/4E . IsoCT COYERS T S.5. SOFff"
7,PAFFic S/G/V/.�L POcE
DETAIL SHEET E- 11
� ti
TABU II
TYPE MAST ARM LENGTH nISTANCE OF REMAINING
FIXTURES FROM SHAFT
CENTERLINE
A*a B** C** 0** g*•
B-1 25, 15,
* B_2 25' (b) 20'(d) 10'(d)
C-3 30, 19,
a u
* C_A 30'(d) 25' (a) 19'(0
* C-6 30'(d) 19'(d) 12'(b)
C-7 30' 19, 8'
C-8 30' 16'
D-1 35' 25'
D-2 35' 24' -
E-1 40' 29' 18,
E-3 40' 29'
* E-4 40'(a) 29'(f) 181(c) 71(c)
* E-5 40'(d) 35'(a) 29(e) 24'(a) 18'(c)
Notes: (1) All poles shall be equipped with a 2" pipe coupling welded to the
front side of the mast arm 4" from the outer end.
(2) All poles shall be equipped with 2" pipe couplings welded tc the
front odde of the mast arm at the remaining fixture locations or
the mast arm.
(3) For the purpose of structural calculations, the following fixtures
shall be considered at the locations specified above:
(a) 24" X 30" Internally illuminated sign
(b) 24" X 24" Internally illuminated sign
(c) 3 section traffic signal head: 1-12", 2-8" heads
(d) 3 section traffic signal head: 2-12", 1-8" heads
(a) 4 section traffi- signal head: 2-12 2-8" heads
(f) 3 sertlon optically programmed traffic signal
head: 3-12" heads ftu'
• Indicates unit to be supplied by Contractor for intersections of Rainier Ave.
with S. 2nd St. and with S. 3rd St.
•• See Detail Sheet 1,14.
r
i
i
E STRF.E 7 L/GNT IbLE
BACK c"4 Jf SJGFWALIr-
VARIABLE
?OcE BA56
r
Tk't 1 � , ,, "�Lt �.}�,E � tiL
DETAIL SHEET E-12
s�
M
Sr'Ecr r;y Hr GR ..
�-�TRAFFi:: StGAAAC POLE
t.0%. I _
ROLE MASE
STiPEF. T L 1�5HTI TPAFA-14r- S16,A1AL PGL E BASE
DETAIL SHEET E-//
• 1
GABANIZED STEEL ANCHOR ;, { I!' i . ViriN sp Ar - see ecla/
BOU5 4TI "TEND 4" AFiClVFFouN '+4'e• ttevisav�
hl
4- » J BARS4 111A,CORWR �p HOOPS AT a
I CBNTEFG
STREET LIGHT
caidcacr� EnuNoaT�e11�
ORTA1L $MEET 1-10
f
M
5WNLiSS 57C& AAMOS
txE Awyllvr QKACKEr-
/Y.t' TA "A-,O NU.Q
W/CAsie 41//OE �14�. 1�/."ZBAR
CLAMP
i
t 6 OF A�AD
//6"WtMD
-� �
REAM
i
4 2 BAIP5 a�' O.C.
NOTE:Fd*M/INLY3F.UI,2 EAR, $CL AA9P
cerA/L5 5EE STD OLAN Cr14
6"I SC � WEATHER w.
� � TIGHT
GRUMMET
I. STOP,44E1�D
W" FLA9"
DOLT
RE.C. WWE i
e,p„ co wlfc7KwS
STY AHEAD 8°
5'
WHEN FLA5HINGall
.�7ANKE55 r�
S'EEC —'_"w ,P v FLASNEAB/A*7
SFR/ES 0-go BLACK LETriRS 8ANO5
ryb
Jvv MEOW ,PEcLEcrcK/JEn
AW&MV M O.0 N/iN ooislTY 5 e
�L ✓woop "" IuB(ilY7�C,0
v 0.
Y-
Tye FC'Lh; T/fi/V :
PEP 5TANOAOM he/W G /98
'S
ADVANCE WAPN/NG SIGN /NSTALLATION
DETAIL SHEET E-y y
'I4
.4,
61
� I
u �
I
hi ►�C
i
N'I GKr.r�GiN r:�A L N A-rcr�
pETA/L SHEET E- 8
z �
I• 8 Il g�
� I '
TYPICAL 6X40 VEHICLE DETECTION TYPICAL 6X'6
LOOP W/dXfi HEAD LOOP VEHICLE DETECTION
L COP
TAR FILLER
1 I/2" ■ Na" —_ / �i�a/0" POLYETHYLENE COHD
SAWCUT 2 NO. 12 LOOPOETECTOR WIRES
1/4" SAND
.SAWCUT INSTALLATION
CABLE JACKET - LAYER VINYL ELE6 TAPE
ANO PROTECTIVE COATING
TWO LAYERS (ECOTCMKOTE)
OISEAL 2A
TAPE F
IIICAS6E JACKET
tf/,j•7. ,LOOP LEADS
�_VETAL TAPE
TO TERMINATE WRAP
WIRE (APPROK 20 GA
50,_IO) AS SHOWN AND
CAKE JACKET 60LOER
LAYER FRICTIOK TAPE / -- PLASTIC DYER
CCM►RESSIOn OR __r/// CONOuCTOR ;NSULATION
8960EA CONNECTION --
7W0 LAYERS SPLICING
COMPOUND TAPE
NOTE' CONDUCTORS THAT
,OW THE DETECTOR LOOP pET�ll SHEET E- 7'
4NO TERMINATE IN LEAD- v
w PULL-SON SMALL BE SPLICED
To OANt M SHOWN.
1
r
7YJ17r -1117 lO.2 .;7�'do
/Vr7d
rolp
. � .oAoR> sro,7.9
ter✓ ,o
AV
lop
P
_ �r'•�f' tea✓
J ,� O✓�
i$.s
n;
TO CROSS
h a N 11 to &I
y • • • JAW two
SLACK ENAMELED
PUSH CET7ERS ON WN/TF.
ENAMELED EdCKGROUNQ
BUTTON L�,,�fAl &ASE
WAIT FOR
WALK
i
SIGNAL
NOTES
1. APPROPRIATE STREET NAM65 SHALL HE USd'O AT ALL
LOCATIONS OF PEDESTR/AA/ CRO=5WALX CROSS/Al EACH
STREET AS /ND%CATED ON THE PCANS,
A ONE S/6N SHALL RE /NSTALLfD w/EACH PL/5N ,Bu1TON.
3. SCE DETAIL SNE6'T E-A A,VA SPECIAL PRriV/S/GMS A00
MOUNTING REQUIIPFM&� Pr.%
PEJ)ESTPIAN SIGN DETAIL
7AIL SHEET E—S
1
Y
SPECIAL TECHNICAL PROVISIONS (font. ) l
i
TS-13 MEASUREMENT AND PAYt•ENT (Coot_)
c, Partial Furnishing and Installation of Gate Valve Assemblies
The S" and smaller gate valve assemblies shall be measured and i
paid for at the applicable wit price per each, in place, complete,
which shall constitute full compensation for "- valve, valve box with
is extensions, i ! nuessary, concrete valve mark and for all other
necessar; accessories for a complete installa
NOTE: City to supply only the valve and valve bax.
d. Installation of Fire Hydrant
Fire hydrants assemdli=s shall be rwasured and paid for at the appli-
cable unit price per each, in place, complete, which shall constitute
full compensation for tee, valve, valve box, spool , fire hydrant,
shackling installatior. of blocking, bracing drains , fittings, and all
other necessary accessories for a complete installation.
NOTE: Ciiy to supply one the tee, valve, valve box, spool and fire
hydrant.
e. Installation of Fittings
Fitting installation shall be incidental to the contract f
f. Furnishing ..nd Installation of Concrete Blocking {
Concrete blocking shall be measured and paid for at the applicable con-
tract price, per cubic yard, payment of which shall constitute full F
compensation for furnishing the material in place, complete.
g. Furnishing and Installation of Select Trench Backf_ill
Select backfili shall be neasured and paid for at the applicable contrac' sl
price, per cu. yd.. payment of which shall constitute full compensation
for furnishing and installing the material , in place, complete.
IS - Page 10 "
a
i
I
x�
SPECIAL TECHNICAL PROVISIONS Cont
TS-11 DISINFECTION
Disinfection of ,he new water sys m,, . -ili be reaui ^ed prior to comple-
tion of the proiect and shall be. in ac..ordance with AWWA Specirication
C60t-54 an: SecL,'ln 74 of the A.P.W.A. Standard Specifications and
shall meet the acceptance of the State of Washington Department o'
Health. The initial concentration of chlorine in the line shall be 50
parts per million and this solution shall be held for a period of 24
Is hours. Disinfection of the entire water system installed or disturbed
under this contract, including pipe, pipe fittings, valves and appur-
tenances, is required to conform with the specifications stated herein.
TS-12 CLEANIA
During the time that the work is in progress, the contractor shall make
overy effort to maintain the site in a neat and orderly condition. All
refuse, broken pipe, excess excavated material , broken pavement, etc. ,
shall be removed as soon as practicable. Should the work not be main-
tained in a satis`actory condition, the engineer may cause the work to
stop until the "clean-up" portion of the work has been done to the
satisfaction of the owner and/or engineer.
TS-13 r4EASUP£HENT AND PAY14:14T
a. GeneraI
Unit or ,ump sum bid prices for all items shall include all costs for
labor, equipment, material (if included) , testing, reloc3tiun and
modifications tc existing utilities, and all incidentals necessary to
make the installation complete and operable.
b. Installation of Water Pie
The price per lineal foot for installing of the water pipe, size and
quantity listed in the bid scredule, shall constitute full compensation
for the water line in place, com. iete, including: clearing, grubbing,
stripping, all pavement removal , excavation, trenching, backfillinq,
foundation preparation, comp, :t,ion, pipe laying, ,iointing, fitting
installations, sheetinq, :.or nq. dewatering, temporary restoration, ` �•.;;.:
cement concrete and/or asphaltic concrete resurfacinq or patchirq.
Is- Page 5 }}
j
IM
f`
+f
T
e
• i
I
6,PPZ • AL TECHNIC161, PLOVMLW g.Oflr.)
TS-09 &TOIATION OF SURl!!&y.s `
a. Goderal
i
cue to the -act this work is being performed in conjunction with the j
street widening project. the extent and type of restoration will be
decided by the Engineer or his delegated representative.
u
ds Basic Requirements for surface reatoration are As follows: I1
Roach, streets, driveways, shoulders and all other surfaced areas,
removed, broken, caved, settled or otherwise damaged due to installa-
tion of the imprcv cents cooered by this contract shall be repaired
and resurfaced to match the axistin�p pavement or lands^r ad arms, as
set forth in Section 54, Of't&O'A.s,11.s.. OpssificettomV.. ..
e_ Te'Ee!AEX MC COId Mix IVDhalt
MC Cold premixed asphaltic concrete shall be required in arse areas for `
tsmpori-y patching on this project, where deemed necessary by tine Engi-
neer.
TyS_10 TEST%1�
a. general
Hydrostatic pressure and leakage tests o., the new pipeline shall be j
made in accordance with applicable provisions of AWWA C600-54r or
C603-64T and Section 74 of the A.P.W.A. standard specifications, except n 7 .
as modified herein.
i
All equipment necessary to make the testa shall be furnished )ry the {
s under the
contractor and the contractor shall conduct all test super-
vision of the engineer. 4
b. Pressure Twat
Prior to a.ceptAnce of the system, the installation shall be subjected
to a hydrostatic pressure test of 750 psi, and any leaks or imperfec-
tione developing under said press,ae shall be raedied by the contractor
before final acceptance of the system. The contractor shall provide all
necessary equipment and shall perform all work connected with the tests
and conduct said tests in the presencr f a Utilities Department
Inspector. Insofar as practical, tests shall be made with pipe joints,
fittings And valved exposed for inspection.
c. Laakaca Test&
Leakage tests may be required after the pressure test has been satisfac-
torily completed on the new pipeline or concurrently with the pressure
tut. The hyexoetatic pressure for the leakage test shall be equal to
100 psi
s-page D
1
t ti
{
SPECIAL TECHNICAL PROVISIONS (Cont.,�
TS-07 PIPE INSTALLATIONJCont.
f. Fire Hydrant Assemblies
Fire hydrant assemblies installation shall be in accordance with Section
77 of the A.P.d.A. Standard Specifications.
{
The Fire Hydrant >sembly shall include: 12" x 6" C.I. Tee (MJ x FL) ,
i
r 6" Gate Valve (FLxV', , 6" C. I . Pipe Spool (PE x PE, 5" MVO Fire
Hydrant (MJ Conne tion; , B" x 24" C.' . Gate Valve Box, and 3/4" Shackle
Rod with accessories, and hydrant extension where called for by Engineer.
Fire Hydrant guard post shall be installed where deemed necessary 'y the
City Engineer dnd/or shown on the construction plans. The City of Renton
standard Detail for hydrant assembly and hydrant guard posts is bound in
hese specifications.
Note: Only the Tee, Gate Valve, Pipe, Fire Hydrant, Gate Valve Box,
and Hydrant extension will be supplied by the City.
g. Concrete Blocking
General concrete thrust blocking shdll be in accordance with °rovision
M2.14 of Section 74, A.P.W.A. Standard Specifications. The City of Renton
Standard Detail for general blocking is bound in these specifications.
i
1E WATER SERVICES
The existing water services shall remain in service during construction
of the new water main and until final acceptance of the required tests '
on the new main. Upon final acceptance of the new main, the existing
services will be reinstalled or tapped into the new main and the meter
boxes relocated where necessary, or as directed by the Engineer. They i
shall be installed as per the City of Renton water servi,:e specifications I
as hound in this docuneiit. -
is
N
TS- Page 7
r
� t
ROVISIONS Cont.
SDECIAL TECNNICAL P ,.�__Z
TS-07 PIPE INSTALLATION Cont.)
d. �keclal Anchora
All free ends, bends, tees, laterals and any change in direction of
piping shall be adequately braced and blocked to prevent movement from
thrust by use of concrete thrust blocks , tie rods and joint harnesses.
Concrete thrust blocks must be poured against undisturbed ground.
Thrust blocks shall be provided at all changes in direction of piping.
14 In addition, all joints at bends or changed in direction, to a point at
least three_ joints beyond the tangent point on either sice of the bend, u
shall be provided with a positive locking device to prevent separation
of the joint under full test pressure. The locking may be accomplished
by use of tie rods and joint harness, subject to the prior approval of
the engineer. After the pipe has been joined, aligned and perimanectly
bedded, the joints shall be drawn up to assure permanent water-tightness
but not so tight as to prevent flexibility to allow for some aovement
caused by vibrations, expansion and contraction.
e. Connections to Existing Pipe and Structures
Connections to existing piping are indicated on the drawings. The con-
tractor must verify all existing piping, dimensions and elevations to
assure proper fit. {
The Contractor must also provide any specials required to make a satis-
factory connection. The City of Renton Utilities Department shall make
conectiotorn shall nalso bes required ting nto help s at ethe nCity tforces xwith The
to theconnection E
at the discretion of the engineer.
The contractor shall be responsible for the protection of all existing
piping and appurtenances during construction, and shall take care not t
to damage them or their protective coatings or impair the operation of
the existing system in any way.
4
r
TS - Peae 5
1 �
• SPECIAL TEC I14I98L PROVISIONS rCONT_1, ' -
i e
TS-rio PIPING NATI;RI AIZ VALVES AND F_17I M:S {Coat
t
materials, valves, and fittings shall conform to A.F.W.A. Standard Speci-
fications and shall be in accordance with the city of Penton Requirements.
All pipe, valves, fittings, and specials shall be for a minimum Water
working pressure of 150 psi or as revised by City of Renton standards, 1
and shall conform to the regairaments of the applicable AeetiOns of the
A.F W.A. Standard Specifications.
TS-07 PIPE LNSTALLATJ- L
is A. General is
Pipe installatior: shall be in accordance with Section 74 of the A.P.W.A.
Standard Specifications, except as modified herein.
All buried pipe shall be laid upon prepared foundation or bedding
material so that the bottom quairant is uniformly suprr3rted throughout
its entire length, as specified in Section TRENCH EXCAVATION, BEDDING
AND BACRFILL.
The average depth of cover for the water main shall be 310", and the
trench width shall be no greater than 30".
k
b. Hying and
Cast iron pipe a.�d accessories shall be hurdled in such a nanner as to
assure delivery to the trench in sound iinlamaged condition. P6rtlOr1ar a'
care shall b� taken not to injure the ripe lining and coating. { "
cutting of pipe shall be done in a neat, workmanlike manner with an '
cutter without damage to the pipe.
approved tyce m.ecnanlcal i( -
Jointing shall be accomplished in accordance with manufacturer's recoa'
mendations.
C. rids and Curves „
I, .ection from straight line and grade, as required by vertical curves. _.. -
horizontal curves and offsets shall not exceed the maximum deflection per
joint at recommended by the pipe manufacturer. If the alighm.ent requires
deflection in excess of the maximum recommended, special bends or a _
sufficient number of shorter langtha of pipe shall be used to provide
angular deflections within the limits set forth. '•°
r.
T3-Page 5
t
e"y
f e
SPWILAL TECHNICAL PROVISIONS (COW-1
(
TS-OS PAyimt r REwAnkL. TNENCit EnAVATION. BEDDImG AMD MCR)FILL 'Conk"
t
e. Trench backfill and Compaction (cmL-1
tests shall be selected by the Engineer. If one or more testa do not
meet the specifications as stated above, additional tests will be Takes
AS requested by the Engineer at the contractor's expense.
(3) Subsaguent Backfill: All subsequent backfill under street a"
shoulder areas shall be placed in lifts not exceeding 8 inches in loose
depth, and each lift c,apacted to at least 95 percent of maximum dry
density at optimum moisture content as determined by AS" Designation
D698-58T, Method D. In-place density determination shall he made in 's
accordance with ASTN Designa..ion D1556-5BT, except as otherwise approved
by the engineer. Testing for •.:onpsctions in the istproved areas Shall be
in accordance with the testing as stated in the section on initial back-
fill.
(4) payment: No sel•arate ,,r extra payment of any kind will be made
fox compaction, w„tti.ng, •living, water, or processing of materials, but
shall be include.: in the applicable .,.It price paid for the waterline in
l lase, complete.
f. Select Trench Ri[:k_
Select trench backfill fur the pl(,e shill consist of crushed or naturally
occurring granular material from sources selected by the Contractor. The
source and quality of the material shall he subject to approval by the e
Engineer. Select trench backfill shall mc"t for bank runt e
gravel Class "B" a5 outlinedl in Section 26-2.01 of the Standard Specifi-
cations. 4iF
The horizontal limits for measuring select trench b^ckfill in place shall "
he the side of the excavation except no payment will be made for material
replaced outside of vertical planeA, 1.0 feet outside of and parallel to
the barrel of the pipe end not the bell or collar.
Any excavation in excess of the above requirements shall be replaced with
the native naterial or select ty.nch harkfill, as directed by the Engineer ,
and at the :ontractnr's expanse.
The price4er c%W shall be f.,11 compensation of selecting the source,
furnishing and placing the material as outlined in Section 2e-2.01 of the
Standard Specificati,.ns.
{
TS__h P.3 PIt+G MATh� lA:�1 Vk2 VF:ii. At7U i'IT1 IlY.5 ��
All pipe sizes as shown on the drawings, a,ui as specified herein, are in
rrterence to "nominal." diameter, un1e98 Otherwiss indicated. All piping
b
T=-Page 4
• a
SPECIAL TECHNICAL Pia3VLSIQNS (CUNP•j.
TS_0i PAVF.I�NT HEMUVAL, TRENCH E%CAVATZUN, BEDDING AND BAC_KPI LL (Galt-
C. Excavation (cont1
the lines ana grades necessary for pipe, bedding and structures, and as
indicated on the drawings. Temporary drains an.l drainage ditches shall
be instal, d to intercept or direct surface water which may affect the
promotion r condition. of the work. All excavated materials not meeting
the requirements for backfill and all excess materials shall he wasted }
as specified.
No separate nor extra payment of any kind w .il be made :or storing,
handling, hauling or manipilation of excavated materials.
d. Foundation Prenarat'on and Bedding
Foundation preparation shall be in accordance with the applicable provi-
sion@ of Section 73, A.P.w.A. Standard Specifications, except that the
bottom of the trench must ne shaped to u,ifomly support the bottom
quadrant of the pipe througnout its entire lm,gth. ,
In case unstable or unsuitable existing m_cerial is encountered at the
trench bottom, the engineer may direct the use of borrow bedding material
in accordance with Section 73-2.05 of the A.P.w.A. Standard Specific&-
tiona. wet trench conditions will not necessarily be considered as an
indication of unstable conditions. The trench shall be de-vetered and an
inspection made by the Engineer to determine the suitability of the
trench material. All costs for de-watering shall be the responsibility
of the Contractor. Bedding material shall be as required for Beak Run '
Gravel Borrow.
e. Iran, BacYfill anal Cam tiosi
(1) Gen• 1: Excavated material> that are tree from mud, muck, -
organic mat broken bituminous surfacing, stones ).anger than B inches
in dimensio-, and other debris, shall be used for backfill except where
otherwise required.
(2) Initial Bagkfill extending to s plane at leant 12 in es along
the crown of the pipe shall be hand-placed, selected excavated material
free from stouea, hard lumps or other material harmfal to the Pipe-
Initial tackfill shall be placed al wand the pipe in layers not exceeding
eight inches in depth, and each layer shall be thoroughly compacted by
mechanical tampers to at least 95% percent of maximum dry density or
optimum moisture content as dvt_- mined by Standard Proctor Caroscticn
Test, ASTH Designation D698-59T, Nethod D. All works related to the
testing of the ccmlpaction, including proctor tests wand compaction, den-
test testa shal anbonttheCwater trench areas. The•1 ationsof theme
testa shall
TS-Fage 3 rl
E
(
� k
f
SPECIAL TECHNICAL PROVISIONS (CONT.1
TS-04 CLEARING
Pavement, or other street and road surfaces shall be cut only to the
minimum width which will permit the proper excavation and bracing of tho
trench, and which will allow passage of vehicular and pedestrial traffic.
All pavament cuts shall be made smooth, straight lines or to nearest cm-
struction joint, and shall be made with clean vertical faces.
Removal of bituminous and concrete pavements and utilities shall be Con-
ducted in accordance with Section 52, A.P.W.A. Standard Specification..,
s except as otherwise prcvided herein.
TS-05 PAVPJ4ENr REMOVAL, TRJ;M:N E%CAVATION. BEDDING AND BACAPILL
a. Genera
Pavement removal, trench excavation, backfill, foundation preparation and -
bedding for waterline and appurtenances eha71 be in accordance with the
applicable provisions of Section 73, A.P.W.A. Standard Specifications, P•` 15:= �
except as modified herein. r b. Pavement Removal
The contractor shall inform and satisfy himself as to the character, Z' . .
quantity and distribution of all pavement removal. Removal of existing :'r
pavement shall cover all types and thicknesses of pavement. The con- �
tract price per lineal foot for "installatiun of water main" shall L ' . .
include full compensation for cutting or line drilling, breaking and "0 •,t
removing all types and thicknes. of pavement encountered in this project. ,
� 9
Neither separate nor extra payment of any kind will be made for storing, v 1�
handling, hauling or manipulation Of removed pavement..
c. Excavatien- ` +,,•,,
ei
The contractor small inform, and satisfy himself As to the character,
quantity end distribution of all material to he excsvated. No payment
shall be made for any excavated material which to used for purposes .. ;f�. .
other than Chose designated. Should the :.ontractor excavate below the
designated lines and grades without prior appr•,val, he stall replace
such excavation with approve; materials, in an approved manner and con-
dition, at his own expense.
The engineer shall have complete control over the excavating, moving,
placing, and disposition of all material, and shall determine the suita-
bility of material to be used as backfill. All unsuitable material
shall be wasted as apeoified.
Excavation of every description, classification and of whatever substan-
ces encountered within the limite of the project shale be performed to
2
TS-Page 2
r
t ►
SPECIAL TECHNICAL PROVISIONS
TS-01 GENERAL STATEMENT
This section, Special Technical Provisions, is devoted to features of
on-the-site conditions which are peculiar to the facilities to be con-
structed for W-374 Rainier Avenue S., U.A.B. Project 88-1-102(15) ;.
Articles, and some materials , operations, or methods mentioned herein
J or indicated on the drawing as being required for the project shall be
provided by the contractor, (except material which is to be supplied by
the City of Renton - see Special Provision SP-03) and he shall provide ,.
each item mentioned or indicated and perform according to the conditions
stated in each operation prescribed, and provide therefore all necessary
labor, equipment and incidentals necessary to make a complete and opera-
ble installation.
No attaopt has been made in these specifications or plans to segregate
work covered by any trade or subcontract under one specification. Such
segregation and establishment of subcontract limits will be solely a
matter of specific agreement between each contractor and his subcon-
tractors , and shall be based upon any inclusion, segregation or
arrangement in , or of, these specifications. The contractor and subcon-
tractor in each case is warned that work included in any subcontract may
be divided between several general specifications, and thit each general
specification or sub-head of the technical specifications may include
work covered by two or morn subcontracts or work in excess of any one
subcontract.
TS-02 STANDARD SPECIFICATIONS
All work under this contract shall in �cneral be performed in accordance
with the applicable provisions of "Standard Specifications for Municipal
Public Works Construction" prepared by the Washington State Chapter,
American Public Works Association, and in accordance with the requirements
of the City of Renton, except as otherwise amended, modified, or specified
In these Special Technical Provisions. Items of work not specifically
covered in these Special Technical Provisions shall be performed in accor-
dance with the requirements specified in the A.P.W.A. Standard Specifications,
and in accordance with the City of Qenton requirements.
TS-03 E%ISTrNG UTILITIES
If, in the prosecution of the work it becomes necessary to interrupt
existing surface drainage, sewers, underdrains, conduit, utilities, or
similar underground structures, or parts thereof, the contractor shall
be responsible for, and shall take all nett sary precautions, to protert
and l ovide temporary services for same. The contractor shall at his own
expense repair all damage to such facilities or structures due to his
construction operations, to the satisfaction of the engineer.
a
1
Jr, TS - Page 1 '
m
4
v
tM
f
TABLE OF CUMTNTS
U
SPECIAL TECHNICAL PROVIS1Ok ;
.`-S£4.3.4II cri lion Pane
TS-01 General statement Ts-1
TS-02 Standard specificati,ns TS-I
TS-03 Existinq utilities TS-1
TS-04 Clearinq TS-2
TS-05 Favaniont Rmoval, Trench Exoavation
8eddtnq 3r..i Mckfill TS-2
TS-06 Pipinq Materials, Valves, and ^g-4
Fittinqs
TS-07 Pipe Installation•. T.,-5
TS-08 Water Services TS-T
TS-09 Restoration of Surfa< cs TS-8
TS-10 Testinq TS-8
TS-11 Disinfection TS-.9
TS-12 Cleanup TS-9
T5-13 Measurement and Fa—ent T"
y
+x
f20/ 24A Y,
PMOTQELEGTF(1,'..
ClCL
- _ _ _ _ ., r PROYODE OTHER
' i i CtRGuITS P`
3 i f{£QO ON Roos
comrmoLLFA
ro Ru:uLrARlf
_ � >:QurPh�ENT
i
T
W L- -�� - -1
r !T'
Q
:'!4 (SFr iLMEJULE UN PLANS)
,rS .H7TGi 3FS -7OiuSP , V"L. A F.P
dHANca YXF.Awr.M 2P-24CV (SEE SCHELU-E Jn N"ib)
NEUTRAL BAR 1/P"X 1"X 6" CU. !
MO/3/FIE0 TYPE /D
CuNTi4CTOA? SCHC,"APC 1
DETAIL SHEET E- 19 '
A
h
., K 3
4".x 4" w000 Posr
n
WOOD VMDGES SEWF4 PIPE
SURFACE
c 6"
Dl H
IS.
.Ra1T
ISLAND SIGN POST INSTALLATION
DETPIL SHEET i- 18