Loading...
HomeMy WebLinkAboutSEPA EPIC-283-85 - CITY OF TUKWILA / PUBLIC WORKS - 1984 SIGNALIZATION AND CHANNELIZATION IMPROVEMENT1984 SIGNALIZATION & CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY & S. 180T" ST & ANDOVER PARK WEST EPIC 283 -85 WAC 197 -11 -970 Description of Proposal 0. DETERMINATION OF NONSIGNIFICANCE 1984 Signalization and Channelization Improvement Prnjerte Proponent City of Tukwila , Public Works Department Location of Proposal, including street address, if any Tukwila Parkway and,S. 180th Sts. and Andover Park West Lead Agency: City of Tukwila File No. EPIC- - 283 -85 The lead agency for this proposal has determined that it does not have a probable significant adverse impact on the environment. An environmental impact statement (EIS) is not required under RCW 43.21C.030(2)(c). This decision was made after review of a completed environmental checklist and other information on file with the lead agency. This information is available to the public on request. There is no comment period for this DNS 0 This DNS is issued under 197 -11- 340(2). Comments must be submitted by . The lead agency will not act on this proposal for 15 days from the date below. Responsible Official Brad Collins Position /Title Planning Director Phone 433 -1845 Address 6200 Southcenter Boulevard, Tukwila, WA 98188 Date October 8 1985 Signature r. ,.,1, You may appeal this determination to the City Clerk at Ci 41111a 1, 6200 Southcenter Boulevard, Tukwila, WA 98188 no later than 10 days from the above date by written appeal stating the basis of the appeal for specific factual objections. You may be required to bear some of the expenses for an appeal. Copies of the procedures for SEPA appeals are available with the City Clerk and Planning Department. FM.DNS OF TUKWILA CENTRAL PERMIT SYSTEM ENVIRONMENTAL REVIEW ROUTING FORM TO: [ BLDG r i PLNG � P.W. ,, 1 PROJECT 12 1 6J J V YW nJAI J , LOCATION U V DATE. TRANSMITTED . CN EPIC FILE FIRE F--1 POLICE P & R 7-3© -55 STAFF COORDINATOR FILE NO. RESPONSE REQUESTED BY 3-1p-g5 RESPONSE RECEIVED THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE REVIEW AND. COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART- MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM. ITEM COMMENT DATE 5/e COMMENTS PREPARED BY C.P.S. Form 11 „,_,,CITY OF TUKWILA CENTRAL PERMIT SYSTEM ENVIRONMENTAL REVIEW ROUTING FORM TO: I 1 BLDG . ["PLNG I] P.W. PROJECT KW/ ,'Zl'(.fvati -61 � 0ti i LOCATION j/.1., J CN EPIC FILE FIRE I j POLICE n P & R DATE TRANSMITTED 7-30-25 STAFF COORDINATOR THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE REVIEW AND COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART- MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM. FILE NO. RESPONSE REQUESTED BY RESPONSE RECEIVED ITEM COMMEN DATE COMMENTS PREPARED BY C.P.S. Form 11 Dec, OFFICE MEMO CITY or TUKWILA T°: 14009ln0 � /lwUcc Pk3 ` °;` $iiMJPktLiz4iill Pi*th- iepa. tio Only !wo 5e4-, dJ' atwIcJk Or► YtiUS P4oet*. LLIQI* FD Fi r, Yvu 04+Wld u 5 /ocated 14/ � pin rutn y•DC�vnt If . yq�.n � ed eflpfoy9a4, rev/ ea), mea6t c cn +ei C.& and vc c zLi,ia . Diftexcae) kU I€0d in 9444 Pl°6441111 RoPutivia- 4Te your ra'ietv. iho4,5 TWO IMMEDIATE CONCERNS: BOTH IN SPECIAL PROVISIONS..PAGE SP10 ARTICLE 23 1. TIMELY NOTICE TO BE GIVEN PUBLIC SAFETY DEPARTMENTS OF POTENTIAL STREET CLOSURES. 2. THERE WOULD APPEAR TO BE NO PROVISION FOR PEDESTRIAN TRAFFIC, PARTICULARLY OVER S LINE BRIDGE DURING CONSTRUCTION. MANY PEOPLE FROM SUNWOODS, CANYON ESTATES, ETC. USE THIS ROUTE AS MEANS TO REACH MALL, METRO BUS STATION, BANK, ETC. 8/7/85 pjl U1�TY• OF TUKWILA CENTRAL PERMIT SYSTEM • ENVIRONMENTAL REVIEW ROUTING FORM TO: 1 4-BLDG PROJECT ( PLNG P.W. ( CN EPIC FILE .2 5131 FIRE J POLICE ( P & R i 'h k LOCATION ,, (,a FILE NO. DATE TRANSMITTED 7-,50-5- RESPONSE REQUESTED BY STAFF COORDINATOR RESPONSE RECEIVED THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE REVIEW AND. COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART- MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM. ITEM COMMENT DATE COMMENTS PREPARED B C.P.S. Form 11 -' Ct1r OF TUKWILA CENTRAL PERMIT SYSTEM ENVIRONMENTAL REVIEW ROUTING FORM TO: 1 1 BLDG PLNG fl P.W. PROJECT q q J/90(,,ZQ;t0U 4. J"" M7 LOCATION , . CN EPIC FILE S ) I ?3-35 FIRE 1 1 POLICE (1 P & R DATE TRANSMITTED 7-30-55 STAFF COORDINATOR FILE NO. RESPONSE REQUESTED BY RESPONSE RECEIVED THE ATTACHED ENVIRONMENTAL CHECKLIST WAS RECEIVED REGARDING THIS PROJECT. PLEASE REVIEW AND. COMMENT BELOW TO ADVISE THE RESPONSIBLE OFFICIAL REGARDING THE THRESHOLD DETERMINATION. THE ENVIRONMENTAL REVIEW FILE IS AVAILABLE IN THE PLANNING DEPART- MENT THROUGH THE ABOVE STAFF COORDINATOR. COMMENTS REGARDING THE PROJECT YOU WISH CARRIED TO THE PLANNING COMMISSION, BOARD OF ADJUSTMENT, AND CITY COUNCIL SHOULD BE MADE ON THE ATTACHED CENTRAL PERMIT SYSTEM ROUTING FORM. ITEM COMMENT NCO cv� DATE 8 / 5/ ' COMMENTS PREPARED BY C.P.S. Form 11 ENVIRONMENTAL CHECKLIST A. BACKGROUND Control No. D5 ,1I 1 Epic File No. ,.,2g3-15.— Fee $100.00 Receipt No. 1. Name of proposed project, if applicable: j9� � �l AF�,W� pflb��%C��4ti low krAPAgivoho- - �'► �c%r s 2. Name of applicant: (16/-.4 a� �le���•+��a� 3. Address -and phone number of applicant and contact person: (pa b 0 5; e�Lrj I";LAin 4. Date checklist prepared: (RA ,E- 5. Agency requesting Checklist: City of Tukwila 6. Proposed timing or schedule (including phasing, if applicable): 7. Do you have any plans for future additions, expansion, or further activity related to or connected with this proposal? If yes, explain. 1\13 _ 8. List any environmental information you know about that has been prepared, or will be prepared, directly related to this proposal. 9. Do you know whether applications are pending for governmental approvals of other proposals directly affecting the property covered by your proposal? If yes, explain. -- /cam 11-1\1 t:3‘. A 1.J1- J1 10. List any government approvals or permits that will be needed for your propo al. a Yom\ LA. xc v �CFT I 011. "� A.v�r\ r i s 4�_ S! (TN r ^ AtrA rt- i W S S -� 4' M IL Pliettay. _ 11. Give brief, complete description of your proposal, including the proposed uses and the size of the project and site. There are several questions later in this checklist that ask you to describe certain aspects of your proposal. You do not need to repeat those answers on this page. Section E requires a complete description of the objectives and alternatives of your proposal and should not be summarized here. -.!Nc.,-- 12. Location of the proposal. Give sufficient information for a person to understand the precise location of your proposed project, including a street address, if any, and section, township, and range, if known. If a proposal would occur over a range of area, provide the range or boundaries of the site(s). Provide a legal description, site plan, vicinity map, and topographic map, if reasonably available. While you should submit any plans required by the agency, you are not required to duplicate maps or detailed plans .submitted with any permit applica- tions related to this checklist. 5 E-C 13. Does the proposal lie within an area designated on the City's Comprehensive Land Use Policy Plan Map as environmentally-sensitive? 1\0. TO BE.COMPLETED BY APPLICANT • Evaluation for Agency Use Only b. ENVIRONMENTAL ELEMENTS 1. Earth a. General description of the site (circle one): Flat, rolling, hilly, steep slopes, mountainous, other MA,r-t y FL -T- sthnt= sc_c.Pc ji taos b. What is the steepest slope on the site (approximate percent slope)? '/' c. What general types of soils are found on the site (for example, clay, sand, gravel, peat, muck)? If you know the classification of agricultural soils, specify them and note any prime farmland. 7112uc_TCAML FILL d. Are there surface indications or history of unstable soils in the immediate vicinity? If so, describe. Lc...4 3L1 \ I e. Describe the purpose, type, and approximate quanti- ties of any filling or grading proposed. Indicate source of fill. Fiu_; APPr.s,x 4l5b L� f. Could erosion occur as a result of clearing, construction, or use? If so, "generally describe. 9. About what percent of the site will be covered with impervious surfaces after project construction (for example, asphalt or buildings)? 1 t)% • Evaluation for Agency Use Only h. Proposed measures to reduce or control erosion, or other impacts to the earth, if any: ES l L -piTLk„, Pc�t�• -ra . T�Ca a�lU W S1014 2. Air a. What types of emissions to the air would result from the proposal (i.e., dust, automobile odors, industrial wood smoke) during construction and when the project is completed? If any, generally' describe and give approximate quantities if known. FUw1ACS . �- A % b. Are there any off -site sources of emissions or odor that may affect your proposal? If so, generally • describe. c. Proposed measures to reduce or control emissions or other impacts to air, if any: L..� M ! Di) vr e��p 3. Water a. Surface: 1) Is there any surface water body on or in the immediate vicinity of the site (including year - round and seasonal streams, saltwater, lakes, ponds, wetlands)? If yes, describe type and provide names. If appropriate, state what stream or river it flows into. N9D • • Evaluation for Agency Use Only 2) Will the project require any work over, in, or adjacent to (within 200 feet) the described waters? If yes, please describe and attach available plans. ,,\1(3. 3) Estimate the amount of fill and dredge material that would be placed in or- removed from surface water or wetlands and indicate the area of the site that would. be affected. Indicate the source of fill material. 1.plve, 4) Will the proposal require surface water withdrawals or diversions? Give general description, purpose, and approximate quan- tities, if known. 1a, 5) Does the proposal lie within a 100 -year floodplain? If so, note location on the site plan. Nom. 6) Does the proposal involve any discharges of waste materials to surface waters? If so, describe the type of waste and anticipated volume of discharge. No,,,,1.1 Evaluation for Agency Use Only b. Ground: 1) Will ground water be withdrawn, or will water be discharged to ground water? Give general description, purpose, and approximate quan- tities, if known. P10 . 2) Describe waste materials that will be discharged into the ground from septic tanks or other sour- ces, if any (for example: Domestic sewage; industrial, containing the following chemicals...; agricultural; etc.) Describe the general size of the system, the number of such systems, the number of houses to be served (if applicable), or the number of animals or humans the system(s) are expected to serve. NoN 5 c. Water Runoff (including storm water): 1) Describe the source of runoff (including storm water) and method of collection and disposal, if any (include quantities, if known). Where will this water flow? Will this water flow into other waters? If so, describe. t LEA p4n.3,(xg t sic 1 M-1.-.411 • • 2) Could waste materials enter ground or surface. waters? If so, generally describe. NO. d. Proposed measures to reduce or control surface, ground, and runoff water impacts, if any: 4. Plants a. Check or circle types of vegetation found on the site: deciduous tree: alder, maple, aspen, other C L cus--" evergreen tree: fir, cedar, pine, other shrubs grass pasture crop or grain wet soil plants: cattail, buttercup, bullrush, skunk cabbage, other water plants: water lily, eelgrass, milfoil, other other types of vegetation b. What kind and amount of vegetation will be removed or altered? (AM s , 4J 12.kuaciAfg / nw, -4A0eN, c. List threatened or endangered species known to be on or near the site. ►., Evaluation for Agency Use Only • Evaluation for Agency Use Only d. Proposed landscaping, use of native plants, or other measures to preserve or enhance vegetation on the site, if any: wry 5. Animals a. Circle any birds and animals which have been observed on or near the site or are known to be on or near the site: birds: hawk, heron, eagle, songbirds, other: mammals: deer, bear, elk, beaver, other: fish: bass, salmon, trout, herring, shellfish, other: b. List any threatened or endangered species known to be on or near the site. ti,o c. Is the site part of a migration route? If so, explain. N o d. Proposed measures to preserve or enhance wildlife, if any: __ • • Evaluation for Agency Use Only 6. Energy and Natural Resources a. What kinds of energy (electric, natural gas, oil, wood stove, solor) will be used to meet the completed project's energy needs? Describe whether it will be used for heating, manufacturing, etc. N S ( WO A4. • t_ --k%Q b. Would your project affect the potential use of solar energy by adjacent properties? If so, generally describe. NO c. What kinds of energy conservation features are included in the plans of this proposal? List other proposed measures to reduce or control energy impacts, if any: GAS C.a.,,sOVI y►'�'Cuw C Nts, Wvo1? G INA.4404 lC(t`y TU Nra l(.ITAA Iva [%,Rs OcIR 7. Environmental Health a. Are there any environmental health hazards, including exposure to toxic chemicals, risk of fire and explosion, spill, or hazardous waste, that could occur as a result of this proposal? If so, describe. NomC A(v'C(c ('CiT% 1) Describe special emergency services that might be required. \(, 2) Proposed measures to reduce or.control environ- mental health hazards, if any: • • Evaluation for Agency Use Only b. Noise 1) What types of noise exist in the area which may affect your project (for example: traffic, equipment, operation, other)? .,IVKtuA,c _ 2) What types and levels of noise would be created by or associated with the project on a short - term or a long -term basis (for example: traf- fic, construction, operation, other)? Indicate what hours noise would come from the.site. tt w-14 s 3) Proposed- measures to reduce or control noise impacts, if any: K, t$ Wt1711,. MS 8. Land and Shoreline Use a. What is the current use of the site and adjacent properties? i— V.c,S� A stivuti.4. - b. Has the site been used for agriculture? If so, describe. - c. Describe any structures on the site. MD ME. • Evaluation for Agency Use Only d. Will any structures be demolished? • If so, ihat? e. What is the current zoning classification of the site? rat f. What is the current comprehensive plan desi nation of the site? 1 I� 1..(c , jZud� �p �,,,.h.� fVL. . If applicable, what is the current shoreline master program designation of the site? g. h. Has any part of the site been classified as ah "environmentally sensitive" area?— If so, specify. i. Approximately how many people would reside or work in the completed project? _oN c j. Approximately how many people would the completed project displace? •0t.)1 k. Proposed measures to avoid or reduce displacement impacts, if any: [yowl 1. Proposed measures to ensure the proposal is com- patible with existing and projected land uses and plans, if any: h IC_ • • Evaluation for Agency Use Only 9. Housing a. Approximately how many units would be provided, if any? Indicate whether high, middle, or low- income housing? - 'N (iv- b. Approximately how many units, if arty, would be eli- minated? Indicate whether high, middle, or low - income housing. ) c. Proposed measures to reduce or control housing impacts, if any: 1 10. Aesthetics a. What is the tallest height of any proposed structure(s), not including antennas; what is the principal exterior building materials) proposed? b. What views in the immediate vicinity would be altered or obstructed? i.,vpw,L c. Proposed measures to reduce or control aesthetic impacts, if any: M1.CT5 -0 • • • 11. Light and Glare a. What type of light or glare will the proposal produce? What time of day would it mainly occur? L rtA INK\ O'-&. S i (.z N.► v t A- 1 U lrlAc " c...`,Iw t o { k11,T-q, --a b. Could light or glare from the finished project be a safety hazard or interfere with views? c. What existing off -site sources of light or glare may affect your proposal? MUNEL d. Proposed measures to reduce or control light and glare impacts, if any: ' Tkivt0Q v t S un.S o ti S l li•Nr t A, [ TIAX IVA t.q- j1 f 12. Recreation a. What designed and informal recreational oppor- tunities are in the immediate vicinity? N' K./ b. Would the proposed project displace any existing recreational uses? If so, describe. N c. Proposed measures to reduce or control impacts on recreation, including recreation opportunities to be provided by the project or applicant, if any: Evaluation for Agency Use Only Evaluation for • Agency Use Only 13. Historic and Cultural Preservation a. Are there any places or objects listed on, or pro - posed for, national, state, or local preservation registers known to be on or next to the site? If so, generally describe. b. Generally describe any landmarks or evidence of historic, archaeological, scientific, or cultural importance known to be on or next to the site. ii c. Proposed measures to reduce or control impacts, if any: 14. Transportation a. Identify public streets and highways serving the site, and describe proposed accss to the existing street system. Show on site plans, if any. Al h b. Is the site currently served by public transit? If not, what is the approximate distance to the nearest transit stop? a -t0 -ALIT s,-P ory AO w,pr4), - [,h c y lW (IY1W l - (1.373 c rct- c. How many parking spaces would the completed project have? How many would the project eliminate? A pp t.e X 2b Pk t u No- s 'U- I e)c L-(CS3 (v I2 PA (LKA rut- s QM • • Evaluation for Agency Use Only d. Will the proposal require any new roads or streets, or improvements to existing roads or streets, not including driveways? If so, generally describe (indicate whether public or private). yC:S` e. Will the project use (or occur in the immediate vicinity of) water, rail, or air transportation? If so, generally describe. f. How many vehicular trips per day would be generated by the completed project? If known, indicate when peak volumes would occur. 1vlwT (i.1 >f' t. i' 1 I T (tri rY►r] U2.21 o-Ac 1 c wiLL '(Zr g. Proposed measures to reduce or control transpor- tation . impacts, if any: L T-1. n L u�..� t ►v. P hot) l FtAr 15. Public Services a. Would the project result in an increased need for public services (for example: fire protection, police protection, health care, schools, other)? If so, generally describe. 1.12 . b. Proposed measures to reduce or control direct impacts on public services, if any. N(19- • 1 Evaluation for • Agency Use Only 16. Utilities a. Cir -utilities_wric ntly . a_i_ able t_the site: t.r_icit nO .u.r_a_1_gas, water, refuse servic) telephone sani ary e^ , septic system, other. b. Describe the utilities that are proposed for the project, the utility providing the service, and the general construction activities on the site or in the immediate vicinity which might be needed. - G TkaJ P c+4 C. Signature The above answers are true and complete to the best of my knowledge. I understand that the lead agency is relying on them to make .i_t decision. Signature: Date Submitted: / . AE COMPLETED BY APPLICAN• s r • IIIEvaluation for Agency Use Only • E. SUPPLEMENTAL SHEET FOR ALL PROJECT. AND NON PROJECT. PROPOSALS The objectives and the alternative means of 'reaching the objectives for .a proposal will be helpful in reviewing the aforegoing items of the Environmental Checklist. This information provides a general overall perspective of the proposed action in the context of the environmental infor- mation provided and the submitted plans, documents, suppor- tive information, studies, etc. 1. What are the objective(s) of the proposal? -c-O TRo u 1 o A, OUG? U. s —CSI P> Urcp. . �-r k‘,.' -TU kc_ L i LIA Pr���n 1 L.. p l\. T :i l Zs CPl -s i\tcC�n ._ 1 LAI .. k 1.1s ! tS.l. • ■ llyMAIL it `tS �Cl\1 . What are the .alternative means of accomplishing •these objectives? 4--1 ENZ. ' lets No \I IM? I yr ►. 3. Please compare the alternative means and indicate the preferred course of action: ?JIFF GMAT) rmilts, \S Po 1,,D Tfl o& E — \ 84 a!GNALI.¼1.Jc*1 .. ,:&*CHANNELIZ IMPROVEMENT PROJECTS TUKWILA PARKWAY t. LINE BRIDGE TO ANDOVER PARK PUBLIC WORKS DIRECTQB BYRON -G• SNEVA CITY :.COUNCIL ED'BAUCH - COUNCIL. PRESIDENT MABEL J: HARRIS LIONEL C. BOHRER. JOE DUFFY CITYENGINEER ROSS_EARNST FINANCE DIRECTOR ALAN DOERSCHEL CITY ATTORNEY OGDEN, OGDEN & MURPHY VICINITY: MAP PROJECT SITE L.S. G.P HH. T. C. S "L C.I. C.8 FH MINKLER W.PL. Y. PL O.Y.PL • - EXISTING' LEGEND SHEET INDEX P_:ROR:OS.ED. TITLE LIGHT STANDARD GUARD. POST • . MANHOLE .. HANDHOLE ' . TRAFF IC. CONTROL STREET LIGHTING . , CURB INLET CATCH BASIN - FIRE HYDRANT. WATER VALVE GAS. VALVE ' WHITE PAINT LINE "YELLOW,. PAINT LINE .. DOUBLE YELLOW PAINT LINE" WATER LINE SANITARY SEWER STORM DRAIN UNDERGROUND TELEPHONE UNDERGROUND' ELECTRIC'. CONCRETE SIDEWALK ASPHALT PAVING- JUNCTION BOX • • SIGN . - -- CONDUIT. -+�- OBLITERATE PAINT LI NE v.�rrr., {.,ti•�•�r, REMOVE EXISTING SIDEWALK OR ASPHALT PAVEMENT ROADWAY SECTIONS MISC. DETAILS B SIGNAL COORDINATION S UNE BRIDGE T0- TUKWILA. PARKWAY-CHANNELIZATION TUKWILA PARKWAY CHANNEUZATION- . S LINE BRIDGE TO ANDOVER PARK WEST. ' ANDOVER. PARK WEST - CHANNELIZATION a SIGNALIZATION S 180 TH ST AND SOUTHCENTER PARKWAY - TUKWILA PARKWAY .a I-405 ON RAMP / SOUTHCENTER ACCESS - TRAFFIC SIGNAL. LAYOUT. TUKWILA. PARKWAY 9 I- 405 ON RAMP / SOUTHCENTER ACCESS - WIRING DIAGRAM. IsIAMME weQRs ROMP. •ENOINEERINO•BTREETB •WATER•BEWER•PARKB•BLIILOINO• . •1984, SIGNALIZATION 8t.CHANNELIZATION IMPROVEMENT PROJECTS (iaN hkIE INCA :ENGINEERS ING . • revisions VARIABLE SHOULDER VARIES VARIES - VARIES (SEE. PLAN ). - (SEE PLAN) (SEE PLAN) (SEE NOTE) _ 'SLOPE VARIES VERTICAL SAWCUT `' .EXISTING PAVEMENT .- EXISTING CURB ROADWAY SECTION A — TUKWILA PARKWAY STA. 45 + 12 , TO STA. 48+00 NOTE :.6' SHOULDER. FROM STA. 45+25 TO STA. 48 +00 LT. 5.5- SIDEWALK -FROM .STA. 45 +12 TO STA 47+0OR. S=2 0% 0 — VERTICAL SAWCUT EXISTING :PAVEMENT) - - SLOPE VARIES .-. `EXISTING PAVEMENT. '.VERTICAL SAWCUT S =20 %: ROADWAY SECTION C- TUKWILA PARKWAY ROADWAY SECTION B- TUKWILA PARKWAY LT. STA. 50+00 TO STA. 52 +50 RT '.. -STA. 47 +00 TO STA. 49t30 N.T.S. . N.T.S. '-VARIABLE S= 2.0 %. EXISTING PAVEMENT VERT I CAL .SAWCUT TYPICAL ROADWAY SECTION — ANDOVER PARK WEST RT. STA. 6 +44 TO STA.9+48 N.T.S.. 30.0 'MATERIALS LEGEND . ' O 3" ASPHALT CONCRETE: CLASS B- : 02 5 ASPHALT TREATED "BASE T." GRAVEL BASE ;.•0 CEMENT CONCRETE - CURB -B GUTTER. •.,05 , -:r 4" CEMENT CONCRETE-SIDEWALK.- - .COMPACTED SUBGRADE • • VARIES (SEE ;PLAN ),,. EXISTING: PAVEMENT':' SLOPE VARIES ".. 'MATCH .EXISTIN• PAVEMENT. SLOPE PRECAST CONCRETE BARRIER. STA. 0.82 TO STA. 1.92 - 2 "0' Ga004i E7 • . - - VERTICAL SAWCUT TYPICAL ROADWAY SECTION— S. 180TH. ST. LT .STA. 0 +50 TO STA:2 +40 ' NTS: AusiaE weQRs ' • ENOINEEPINO• BTREETB• WATER•BEWER•PARKB•BUILDINO•.,': des oed drawn 1984 ' INCA ENGINEERS IN SIGNALIZATION i8_,CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY TO 'ANDOVER -PARK WEST ;ROADWAY SECTIONS nvisions TYPE 0 METAL PPA.E AN0 GRATE . •• - P00 CATER -BASINS AND .INLETS T� A ,'rplTTEp LINE 30 (TYP1 3" CLASS B.ASPHALT.ODNCRETE . 5" ASPHALT TREATED BASE - 22 "E 17° JUNCTION BOX WITH TRAFFIC BEARING LID CONCRETE PAD-1 ',REMOLDED JT. FILLER - PREMDLOED • JT.• FILLER 3° (TYP) ....INLET DETAIL' TUKWILA' PARKWAY SO. CENTER PARKWAY .1 /2"•CONDUIT, OVERHEAD SIGNS N.T. S. OVERHEAD SIGN STRUCTURE SO CENTER BOULEWRD' APPROX. 475h WEST OF S. LINE BRIDGE INTERSECTION �-3 TYPICAL \EXISTING DIRECT • BURIED CABLE h TRAFFIC BEARING JUNCTION BOX N.T.S. •. 'TIE POURED IM PLACE - CEMENT CONCRETE.'. CURS AND GUTTER . FACE OF CURB SECTION A -A TYPICAL CATCH BASIN -INLET NT.S LANE MARKING DETAIL.' N.TS... PRECAST_ CONCRETE =• TRAFFIC CURB '" EXISTING SLOPE - TYPE A - '.� '�•� - -=ttr. EXISTING - PAVEMENT- - CLASS B ASPHALT - EXISTING A.C.P CONCRETE. AND. BASE- TRAFFIC ISLAND RECONSTRUCTION NTS. TUKWILA PARKWAY SIGNAL COORDINATION TIMING PLANS : o °S° LINE BRIDGE INTERSECTION ? -405 ON -RAMP INTERSECTION ANDOVER PARK W.INTERSECTION EE 'o w OFF- SPLIT o w - OFF -` SPLIT o w OFF - .SPLIT - F- a a . SET (SEC.) -� Q, -SET (SEC.) - p Q' `SET:- . (SEC.) . - 8 E. (SEC.) (°Y) o a (SEC.) ( %) v E • (SEC.) ' ( %) A.M. - SBLT EBLT WB _ EB WBLT NBLT EB WBLT NBLT PEAK SBLT 7:30- EB` 35.', 50' ' 0 31.6 _I23 '.61 E9 10. 36 7 ' 7.,_ EB. '21 27.3 136 9.1 8:30 �3 63% 25% 12% pi8 72% !4 %. 14% 06 55% 27% '18% P.M.• I SBLT EBLT WB EBLT WB NBLT' EB. WBLT .NBLT PEAK WB. 35 70' WB 21 ,27.8 31.1' 11.1. WB III 272: 29.7 13.1 .NBLT �0 `16.3 21.1 32 .6 4:30- 5:30 40% 44% 16% - �2 39% 42% 19% 04 23 % 30% •''47% OFF FREE - - PEAK. - CONCRETE CURB TRANSITION NTS, •ENGINEER,Nei•BTREETB• WATER •BEWER•PAPKB•BUILDING h dam duidadd MW drum J.W - e6eell pel Kg • Pi 'di • Lmtd drum 1984:.SIGNALIZATION 81 :CHANNELIZATION =IMPROVEMENT PROJECTS TUKWILA: PARKWAY TO ANDOVER PARK WEST MISC.'DETAILS: &.SIGNAL.000RDINATION revisions Ei9 200 lbd.0'.- 0 SCALE /N FEET . 9.lctl V E., �`, END S -LINE CONSTRUCTION STA. 6+18.37 ,FrofFA: •6' Cox. Curb •N 12° 44' 25'E White Turf/es 20' 0.C, • 20'0.C. bone Balustrade TLHH. s, 9 -6' Asph. Curb 6' Lydon : Fence END GORE STRIPE AND TRAFFIC BUTTONS Q4S /5 OF BEAR / .• . Ceolerhn✓ ofd: /5S,h .Sf. / 041•46:1492" ACrord /n9 fo Iry P/e/ air An 0 ri IATpsir o/ Ain* No / as area dd /n . . Xo/ Al o /prey.W & oi•.tin9 Cabo , Washing /eta PERT /CAL .247UM. EX /ST /NO LEGEND'. �4 [ s. L/gh/ $/b ./d P (war// ACM Menheb NA Ne/dhob re no/i/• aa?/D/ .. SL 5//+6 ).. ' tL e2rd'ink/ " CB. Oslai dzsin FN fiir *atm, Kew' Noir ifs,* K/hikfvin / .. . XRL- Xe/ %WfVih /hoe Drs amok Xe / %ow.''/q/Ace ==.aa== J/orm Llnyis --e — azkyrould Each* NOT E., Ondeowo,, Sxv''6nt lm/urs.ercr, /whew "raid o //%noise, airPu' /,C6/suntybQSJJwi. Rene* -ofdesbonuh %heW sY ,oer isccid /imps pvvrolt/dyn-: _ Crfy of 4Utwl6. LEGEND EXISTING -MAST ARM APPROX :475 -FT." WEST 'OF THE INTERSECTION .. . ',GENERAL NOTES REMOVE- LANE MARKERS .. 'REMOVE PAVEMENT MARKERS REMOVE PAINT STRIPING .'REMOVE .STOP, BAR.. REMOVE TRAFFIC ARROW OR' ""LETTER. INSTALL LANE.MARKERS (TYPE:11• INSTALL TRAPP IC BUTTONS' INSTALL PAINTED GORE' STRIPE (8 INCH) INSTALL PLAST IC.STOP BAR (24 •INCH1. INSTALL. PLASTIC TRAFFIC ARROW INSTALL PLAST IC' CROSSWALK. STRIPE ` 112 INCH) INSTALL PAINT. STRIPE 'INSTALL LANE - MARKERS "AT 30.(:: INSTALL DOJBLE YELLOW CENTERLINE .STRIPE CONSTRUCTION NOTES REMOVE EXISTING SIGN AND INSTALL TJKWILA PARKWAY SIGN ON EXISTING MAST ARM.- . SEE DETAIL SHEET NO. _2 CONCRETE SIDEWALK.. ASPHALT PAVING JUNCTION 'BOX • ''SIGN • . - -- CONDUIT . - -M-OBLITERATE PAINT LINE .• REMOVE EXISTING SIGN AND• INSTALL SO: .CENTER 'PARKWAY SIGN ON EXISTING MAST ARM. . SEE. DETAIL -SHEET N0.2•. DISCONNECT EXISTING LOOP: DETECTOR AND ABANDON:' INSTALL.G' - X 6 LOOP. DETECTOR-(4. TURNS EACH), CENTERED' IN LANE. . CONNECT NEW •LOOP DETECTOR •T) EXISTING LEAD -IN WIRE IN ,JUNCTION BOX... .. .. REMOVE EXISTING SIDEWALK . • OR-ASPHALT PAVEMENT.' HDA 535/.O •ENOINEBRINO•BTREETB• WATER•BBW BR•PARKB•BUILDINO• 1984 SIGNALIZATION 8i CHANNELIZATION IMPROVEMENT PROJECTS I. °S°-LINE BRIDGE TO TUKWILA PARKWAY - CHANNELIZATION nlilm GENERAL NOTES REMOVE -LANE MARKERS REMOVE PAVEMENT MARKERS `REMOVE PAINT. STRIPING REMOVE STOP BAR REMOVE TRAFFIC ARROW OR LETTER '.. INSTALL LANE-MARKERS (TYPE 11' INSTALL TRAFFIC.BUTTONS INSTALL PAINTED GORE STRIPE (8 INCH) INSTALL.PLASTIC STOP BAR-.(24 INCHI INSTALL-PLASTIC-TRAFFIC-ARROW < INSTALL'PLASTIC. CROSSWALK STRIPE (12-INCH) .INSTALL PAINT. STRIPE: INSTALL LANE MARKERS AT 3'.O.0 :' •INSTALLDOUBLE YELLOW CENTERLINE .STRIPE ANO RAFFIER sro,, • GI.' m. 3063 Inv -371 CONSTRUCTION NOTES REMOVE TRAFFIC. ISLAND. - INSTALL TYPE C'PRECAST TRAFFIC CURB AND MAKE NECESSARY C ONNECTION TO EXISTING CURB. RECONSTRUCTING REMAINING TRAFFIC ISLAND. SEE SHEET NO. 2. O57A. 45.20 TO STA. ,4842G ILT., REMOVE AND CONTRUCT. BEAM GUARDRAIL TYPEI WITH-TERMINALSECTIONDESIGN G ( -L. O INSTALL LIGHTING FOUNDATION. REMOVE AND RESET LIGHT STANDARD AND SIGNS TO NEW 'FOUNDATION. REMOVE EXISTING FOUNDATION. STA.' 45.72 LT., INSTALL CONDUIT AND TRAFFIC BEARING JUNCTION BOX WITH LID. . MAKE CONNECTION TO NEW LOCATION. - 5 -L1NE STA. 0.79 RT. TO STA. 48.00 LT., SAWCUT. EXISTING PAVEMENT AND REMOVE CEMENT CONCRETE CURB AND GUTTER. REMOVE CEMENT CONCRETE SIDEWALK. S-LINE STA. 0.79 RT. TO STA. 48.00 LT., CONSTRUCT 18 INCH CEMENT CONCRETE CURB AND GUTTER. S-LINE STA. 0.79 . TO STA. 45.22 LT., CONSTRUCT 5.5' WIDE CEMENT CONCRETE SIDEWALK. STA. 45.04 LT., CONSTRUCT SIDEWALK RAMP. REMOVE AND RESET SIGN TO.SAME.STA. LT.,' BEHIND .'. GUARDRAIL. . REMOVE AND RESET SIGN TOtSAME STA. LT.'. BEHIND - GUARDRAIL. -' STA. 45.12 RT. TO 48.25 RT., CONSTRUCT CEMENT CONCRETE' SIDEWALK. 1__ - - . Eoscmen/ /o 51,1e o/Nos% %1iyh..oy Oe,'/ fcv "5-Lone A " " .Ord 9/679 OLD R/W UNE LB. Rim• %.99 ND GORE tiSTRIPE. 8„`. Trofflc 'SS'Sm .96446 /N FEET N . bind,' On ref 4A,'z • . ' Irri9 (Div( Zkl. s5.5td 5 1r TUKWILA PARKWAY PO.T. 44 +51.40 S -LINE PO.Z:0 +00 P/Onfrd . Arro PARK 1N6 L07 CONSTRUCTION ' NOTES (CONT.) REMOVE AND RESET SIGN TO SAME STA:,-BEHIND SIDEWALK. • STA. 47.00 TO 48.25-RT.-, CONSTRUCT 418 INCH CEMENT' CONCRETE'CURB AND GUTTER. - - - •STA. 47.00.' TO 48.25. RT.,. REMOVE.AND .INSTALL' - TRRIGATION.'. PIPE -AND SPRINKLERS. • .. . REMOVE AND RESET SIGN TO STA.' 46.50,' BEHIND NEW'' SIDEWALK. ' -• • - -., :INSTALL' CONCRETE 'INLET AND 10 L.F. OF 8•-METAL DRAIN PIPE. CONNECT TO EXISTING CATCH BASIN. - ADJUST EXISTING'CATCH BASIN. TO, GRADE AND 'INSTALL SOLID METAL COVER. , - - -- .DISCONNECT AND ABANDON EXISTING LOOP - DETECTOR. INSTALL 6'.X 6' INDUCTION'LOOP DETECTOR' (3 TURNS EACH).'. CENTERED IN LANE.., - - CURVE DATA TUKWILA PARKWAY 16.28'30" 1432.39 45.87 207.37 REMOVE EXISTING'SIGN. SIGN TO BE DELIVERED TO LOCATION -DESIGNATED BY'THE ENGINEER.. "- .. REMOVE EXISTING SIGNAL HEAD AND RELOCATE TO MAST ARM ,STA. 43.88 LT. INSTALL NEW LEFT TURN SIGNAL.HEAD.AND' WIRE ACCORDINGLY. •CONNECT RELOCATED SIGNAL TO APPROPRIATE PHASE. REWIRE EXISTING SIGNALS TO SHOW CONTINUOUS GREEN OPERATION. ROTATE EXISTING SIGNAL FOR OPTIMUM VISIBILITY.' ,� INSTALL. FOUNDATION,. CONDUIT AND WIRING. RELOCATE W' EXISTING 'PEDESTRIAN POLE, SIGNAL AND PEDESTRIAN PUSH BUTTON.., . .. .. - INSTALL NEW JUNCTION BOXES AND CONDUIT FOR NEW LOOP DETECTORS. INSTALL NEW WIRING FOR NEW LOOP DETECTORS LEAD -IN TO CONTROLLER AND 'MAKE CONNECTIONS. f. INSTALL TIME BASE COORDINATION EQUIPMENT :AND SET TIMING PROGRAMS AS SHOWN IN THE PLANS. WIRE ALL NEW LOOP . DETECTORS IN CONTROLLER AND REWIRE SIGNAL HEADS TO PROVIDE A FUNCTIONAL SYSTEM. CONNECT NEW LOOP 'DETECTOR TO 'EXISTING'LEAD-IN WIRE IN JUNCTION BOX.. • OLD R/W NEW R/W' 1 EXTEND EXISTING CONDUIT TO NEW JUNCTION BOX. (PULL NEW WIRE TO CONTROLLER. REMOVE EXISTING JUNCTION BOX. . REMOVE PEDESTRIAN SIGNAL FOUNDATION CONDUIT•AND'W181NG. INSTALL TRAFFIC SIGN IR3 - 7R1 ON EXISTING LUMINAIRE . POLE. ETA.. 47.00 TO '48.25 RT., SAWCUT EXISTING PAVEFIENT AND REMOVE CEMENT CONCRETE CURB AND GUTTER. • . RELOCATE EXISTING TREE BEHIND SIDEWALK. LOCATION TO BE DETERMINED BY THE ENGINEER. . s HDA 535/.0 • ENGINE BRINGS •EST AOOTB• WATOA•BOWEA•PAAKB•BUILOING. 1984 SIGNALIZATION & CHANNELIZATION IMPROVEMENT PROJECTS INCA ENGINEERS INC TUKWILA PARKWAY CHANNELIZATION NS8 LINE BRIDGE TO ANDOVER PARK WEST 'OLD R/W N /0 /00 TO STA. 51.20.19 ID • O Cr 0 LL .44RL^EL ,4-- EASE//EN7 REEMENT RE, .4uo fizz,- No 5774d60 TCH (0 EX STING T OC :25.39 .U2rdr.7' / W2i re 7ur•f /e8 • .73w/ e* -Y' __ wP., /.r coy20.0C 06'0 20.0C b T.0.0 27.05 T,O. 6 8 C.[ " in, 2694 o - °a• v v - =^� imy sanary Neod [r EXISTING CURB AND GUTTER Inv &'.1/ w Aeverlfer. (01X Lane Orvider 27/J A2 0 • ,4CALE -/N FF�. 0 0 614 ' Panted' 4.174e Planted Area TUKWILA . PARKWAY y MY 7U Rim•ffi57 1 �\ Trri9. Sponkler/leld (7yp) t \&ried-iatYe Marker(T0/) - 44/e .Pecenl/econ,Ircrlinn t59,. 'life.' L. AWN... . 11 - N9,9er7• MATCH EXISTING :CURB ,GUTTER 'B '.GENERAL NOTES CONSTRUCTION NOTES SIDEWALK. END ASPHALT CURB. EXISTING 3" SPRINKLER LINE • 0229 SO FT EASEMENT \ FOR SIGNAL STANDARD, LOOP DETECTORS, SIGNING AND STRIPING REMOVE LANE MARKERS. REMOVE PAVEMENT MARKERS: - , REMOVE PAINT STRIPING REMOVE STOP BAR REMOVE TRAFFIC ARROW OR LETTER INSTALL LANE MARKERS (TYPE 1) INSTALL TRAFFIC BUTTONS • INSTALL PAINTED GORE STRIPE 18 INCH) .INSTALL PLASTIC STOP BAR 124 INCH) INSTALL PLASTIC TRAFFIC ARROW aINSTALL PLASTIC CROSSWALK STRIPE 112 INCH) INSTALL PAINT STRIPE 13 '`' INSTALL LANE MARKERS AT 3 OC 14 INSTALL DOUBLE YELLOW CENTERLINE STRIPE CURVE. DATA TUKWILA PARKWAY 16°2113e 1432.39 411,137 '207.37 P.I. STA. 47.7460 STA. 48.25 TO 49.12 RT :, REMOVE .'AND INSTALL, (2) STA. 48.25 TO 49.18: RT. -, SAWCUT EXISTING PAVEMENT:.: ✓✓ AND REMOVE CEMENT .CONCRETE CURB 'AND GUTTER. STA. 48:25 TO 49.18 RT., CONSTRUCT. 18. INCH CEMENT...' CONCRETE CURB AND GUTTER MATCH EXISTING _ • STA. 48 +25 TO 49.18 . RT., CONSTRUCT 5.5 WIDE' CEMENT CONCRETE SIDEWALK.'' 1 • '17 ,- STA. 4E1+ 90 TO 49+02 LT. , REMOVE 12 FT. PRECAST`., TRAFFIC CURB TYPE-.0 AND REPLACE NOSING. ,IB STA. 49.15 RT :,'CONSTRUCT SIDEWALK. RAMP. . (9 RELOCATE . EXISTING' TREE BEHIND SIDEWALK. LOCATION � .TO BE.DETERMINED. BY ENGINEER. • `J INSTALL 6' DRAIN PIPE. MAKE NECESSARY CONNECTION. • TO EXISTING UNDERDRAIN AND CONCRETE INLET- 5 INSTALL. CONCRETE INLET AND 10 L:F. 'OF' 8" METAL. DRAIN PIPE.' CONNECT TO EXISTING CATCH ,BAS IN. OADJUST EXISTING CATCH BASIN TO ,GRADE. .77 STA ..48.50 TO 49.12 RT. ,.CONSTRUCT. 6" EXTRUDED:'. ". ASPHALT CURB. O STA. 48.95 RT., CONSTRUCT SIDEWALK 'RAMP... 9 STA. 50.00 TO 52.50 LT., SAWCUT EXISTING PAVEMENT. AND REMOVE CEMENT CONCRETE CURB AND GUTTER.. • ... • 10 STA .'50.00 TO 52.50 'LT. , 'CONSTRUCT '18 INCH. CEMENT. CONCRETE CURB AND GUTTER.' . INSTALL ;LIGHTING FOUNDATION. ' ' REMOVE, AND RESET LIGHT STANDARD TO NEW FOUNDATION: . - • 12 REMOVE ' EXISTING FOUNDATION. STA:`' 50.83 LT. INSTALL' CONDUIT AND TRAFFIC BEARING :JUNCTION BOX WITH LID. '. MAKE, CONNECTION:TO NEW LOCATION. • ' 13 INSTALL 'TRAFFIC 'SIGN 1R3 - 7R) ON 4 "'•X 4' WOOD POST. 14 REMOVE ASPHALT CONCRETE PAVEMENT. ' - • IS REMOVE STOP SIGN. • . 16 STA 48+25 TO STA. 48+05 REMOVE AND CONSTRUCT BEAM .GUARD RAIL''. TYPE. I WITH TERMINAL SECTION DESIGN G. weQ!!!!s • e1:1A1111e • •ENOINEBAIN0•ISTRBBTB. WATES FS •BBW13R•PAPKB•BUILDING. • helped hoe HDA 535/.0 1984 SIGNALIZATION & CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY CHANNELIZATION "S11 LINE BRIDGE TO ANDOVER. PARK' WEST revision CONSTRUCTION NOTES STA. 6.44,'TO 9.49, SAWCUT EXISTING PAVEMENT CEMENT CONCRETE CURB AND GUTTER. AND •REMOVE.'. TO 9.49, CONSTRUCT 18 INCH CEMENT CONCRETE .CURB AND GUTTER. STA.' 6.44. TO 7.13, lCONSTRUOT 6.0'-WIDE CEMENT CONCRETE SIDEWALK. STA. -7.13 TO END OF RADIUS RETURN ON TUKWILA PARK CONSTRUCT 5.5' WIDE CEMENT CONCRETE SIDEWALK. TUKWILA PARKWAY 8 55 +28.40 PO.T. = STA. 7.55 RT., CONSTRUCT.A'.30'FT. CEMENT CONCRETE: .DRIVEWAY OR 'AS 'DIRECTED BY THE ENGINEER. • /06' 50 END OF PROJECT TUKWILA PARKWAY. STA. 56+10 STA. 8.14 RT., CONSTRUCT A-38 FT. CONCRETE DRIVEWAY OR AS DIRECTED BY THE ENGINEER. - INSTALL 'TRAFFIC SIGN (R3 - 7R( ON WOOD 4•.X 4" POST. INSTALL LIGHTING FOUNDATION.' REMOVE 'AND RESET LIGHT STANDARD TO-NEW FOUNDATION.'. . Fna. R-O-W Man , REMOVE - EXISTING FOUNDATION STA. 8.48 CONDUIT AND .TRAFFIC BEARING 'JUNCTION 'MAKE.CONNECTION TO NEW LOCATION.' 'INSTALL.NEW JUNCTION -BOX' AND CONDUIT FOR DETECTORS.'• INSTALL- WIRING FOR'.NEW LOOP.DETECTOR LEAD -IN TO CONTROLLER AND MAKE CONNECTIONS..' EXTEND .EXISTING CONDUIT TO NEW JUNCTION -BOX:' PULL ., NEW WIRE TO' CONTROLLER.:'- .REMOVE EXISTING JUNCTION RT.' INSTALL' BOX WITH LID. 6RA55' Ig. C.5: REMOVE'EXISTING JUNCTION BOX,CONOOIT 060 WIRING.- 105101.1. 6' X 6' LOOP DETECTOR' (4.TURNS EACH) CENTERED IN LANE. . INSTALL. TIME BASE: COORDINATION' EQUIPMENT- AND SET -. • TIMING PROGRAMS' AS SHOWN IN THE PLANS. • .WIRE.ALL NEW. . LOOP .DETECTORS IN- CONTROLLER TO' PROVIDE'A FUNCTIONAL; SYSTEM. - . RELOCATE EXISTING STREET NAME :SIGNS'AND POLE BEHIND SIDEWALK. 5TA. "9.43 RT.. CONSTRUCT- SIDEWALK RAMP. •ADJUST JUNCTION BOX TO GRADE'. -Fa' Mee,. in Case S88°40 00" W • O 0 N • TCHH Pon71g75' ti lax n /G W 4,7UKW II_ A PARKWAY m 3� Cm. 527 ' I 6-71iV52O -J J Q 02TWOlk CA d nal o c WilliiiirgriEW 360' �M�'��60' t� I t ■ oar 1 o ��1 link i r 111 0 LAW AL 781MH Rin•2s.b7 0 Rl. MN Rim - 0 5 to Tories_• MATCH NEW R/W EXISTING CURB 6 GUTTER • `T.0C 25.05 N9.90011'.. aA 2 C00 1 i/k T.O.C. 2350. LA -WN ° -- .9L DG. (`Atb61t. Late) ,. ate° Exfr Curt T.O.C.. 24.40 IP 6" 4urb AAsp4. Rick% y Lot Baker'.81vd. Fri Mal. in Car END" CONSTRUCTION STA.6 +44 MATCH EXIST. S/W BEGIN TAPER & TRANS. CURB GENERAL NOTES P/On/ed Arsc Guardrail :REMOVE :LANE MARKERS. ''.REMOVE- PAVEMENT. MARKERS •REMOVE-PAINT STRIPING REMOVE STOP "BAR © REMOVE TRAFFIC ARROW. CO LETTER, INSTALLLANE•NARKERS '.(TYPE 11.' O"INSTALL' TRAFFIC'BUTTONS -- INSTALL PAINTED,GORE 'STRIPE ` (B INCN):.: .O '.INSTALL; PLASTIC STOP BAR)24 INCH)" INSTALL PLASTIC TRAFFIC ARROW •INSTALL PLASTIC. CROSSWALK STRIPE';(12 INCH) INSTALL PAINT STRIPE'.. :INSTALL LANE MAR KERS.AT 3 O.C. -INSTALL DOUBLE YELLOW CENTERLINE STRIPE HOA'535/.0" 153611M6I!C : °�IIreQ�S ;; e�ATe •BNGIINBBRINGI•BTREIBTB• WATBR•BBWBR•PARKB•BUILDING 1984 SIGNALIZATION 81 CHANNELIZATION IMPROVEMENT PROJECTS ANDOVER PARK WEST - CHANNELIZATION 81. SIGNALIZATION SCALE /N FEET SO: 1 80th- ST. 'Or .) — -- - --�— • • FND. MOM. PAINT STRIPE IO.O.C. CONCRETE MEDIAN BARRIER TYPE 2 STA 0.50 " ATCH EXISTING "'- ``-CURB 6 GUTTER TERMINAL SECTION R ..Pt•';: 1 GENERAL NOTES REMOVE -LANE MARKERS REMOVE PAVEMENT, MARKERS + REMOVE:PAINT STItIPI NG REMOVE STOP BAR'.'` REMOVE TRAFFIC ARROW OR LETTER INSTALL .LANE MARKERS (TYPE . INSTALL TRAFFIC BUTTONS INSTALL. PAINTED LORE' STRIPE ;IS INCH) INSTALL ,PLASTIC ;STOP BAR:. (24 INCE.) • INSTALL PLASTIC'TRAFFIC ARROW INSTALL PLASTIC CROSSWALK STRIPE (12 :INCH).: YNSTALL.,PAINT STRIPE INSTAL(LANE MARKERS AT 3.O.C. INSTALL. DOUBLE YELLOW CENTERLINE STRIPE h`.IIM`' weQRs "OAT. •ENDINEERINO•STREETB• WATER•SEWER•PARKS•BUILDIND• ' -- designed drawn fatd biro INCA£NOIN CONSTRUCTION NOTES '.:,STA 0,82'. TO,I2.00 LT INSTALL :CONCRETE MEDIAN •BARRIER'.. STA 0451'.: TO 1.22. LT.. REMOVE CEMENT ..CONCRETE; CURB AND.:., -INSTALL:LIGHTING FOUNDATION.-;:REMOVE` AND' RESET LIGHT STANDARD �.TO NEW FOUNDATION. 'EXTEND. CONDUIT. TO NEW JUNCTION BOX. AND CONNECT TO NEW FOUNDATION.' jPULL NEW WIRE'TO :NEAREST :LIGHT STANDARD AND' MAKE- NECESSARY:ZONNECTIONS.. - STA. 0.50•TO2.00 LT. ", REMOVE AND RELOCATE EXISTING •CHAIN LINK.FENCE, AS" DETERMINED .BY *THE ENGINEER.. STA 0.50.1TO)0. 82` LT.;, CONSTRUCT. 38 .INCH. CEMENT REMOVE EXISTING'FOONDATION: ' RLrMOVE EXISTING JUNCTION BOX. INSTALL TRAFFIC SIGN (R3' 7 7R) .ON LIGHT STANDARD. 19.84..SIGNALIZATION`8c CHANNELIZATION IMPROVEMENT" PROJECTS S. 180TH. STREET AND SOUTHCENTER PARKWAY Mew • - :W46 • soak , 20 ";` •`.. date8 /21 / 84 SCALE ' /N FEET 2,22,43 '1 12,41,42: 68,69 - 61 ,62. : 51', 52 ALL VEH CULAR SIGNALS TO HAVE 12" LENSES SIGNAL INDICATIONS.` LEGEND . "" WSDOT 'TYPE' I CONCRETE JUNCTION BOX • WSDOT. TYPE 2 CONCRETE JUNCTION BOX 0' WSDOT TYPE "3 CONCRETE • JUNCTION BOX "6a 6 WSDOT TYPE 2 INDUCTION -LOOP WSDOT TYPE IL OR TYPE III POLE • THRU •SIGNAL HEAD • - ` SIGNAL CONTROLLER CABINET :PEDESTRIAN SIGNAL HEAD WSDOT TYPE I POLE SAW CUT . •• LUMINAIRE - : X32.39 01 +06 S88° 40' 007 W: TUKWILA PARKWAY SIGNAL SEQUENCE CHART ' SIGNAL PHASE 1 +5 PHASE 1.6 PHASE2 +5 PHASE2 +6 PHASE 4 w�ff w �f w HEAD CHANGE TO 3 CHANGE TO 3 CHANGE TO W CHANGE TO 3 CHANGE TO a a t w a +w yr aliti ND.S D: U) N � K i0 tD v V7 6 U) v ,[I U) K v °l tP � ID tD 1,)- J 2 w M � � N &T, N N (V ±_ ++ N - I N LL 1 � a a s o. o ,12 .646e`k�A• k<-6 *A, MA.46 - E6 21,22 G G A A A G A A A G A G 4L42 _ 46.k*" 1S - 46 43, - GAAAAiF G 5).52464A46 A 4Grt .A'46 HF A 46 61,62 GAGA A G AA G A - T 68,69 WGW$D WBb W 6WF66b I LEGEND CONSTRUCTION NOTES'' INSTALL. WSDOT SIGNAL POLE TYPE II' AT STA. 49.85. -48 RT. .. INSTALL 45' -.MAST -ARM WITH. THREE VEHICLE .SIGNAL ,HEADS US I NG- TYPE' "M "' MOUNTINGS : .INSTALL ONE PEDESTRIAN SIGNAL. HEAD USING MOUNTING . TYPE '0"„ ONE PUSH BUTTON : ASSEMBLY (PPB- 39.8) : :� 2. ".INSTALL SIGNAL POLE TYPE I AT STA. 48 +90, 56' RT. 'INSTALL ONE VEHICLE' SIGNAL.. HEAD USING- TYPE "D" MOUNTING, ONE PEDESTRIAN SIGNAL HEAD USING MOUNTING TYPE - "E ", AND ONE -PUSH BUTTON' ASSEMBLY.. (PPB -3A0). BLANK BLANK BLANK -RED BALL OR "DON'T WALK " AS' APPLICABLE. A -'- AMBER BALL. l"R- FLASHING. RED BALL -G - GREEN BALL ' ` :A - .FLASHING AMBER BALL 46- GREEN ARROW ` b'- FLASHING ' ' DON'T' WALK ".` W WALK *" ": I -- .INOPERATIVE' • *-A- -. AMBER ARROW - BLANK PHASE SEQUENCE DIAGRAM WIRING SCHEDULE RQO. CONDUIT CONDUCTOR RUNQNQ CONDUIT CONDUCTOR SAWCUT" 2 -#12• (TWISTED .PAIR) 11' .2-!'2W. 1-BC, 3 -2C (.SHIELDED) ,2 SAWCUT - - '4 -*12 (2 TWISTED PAIR) 12. 2 -V2 "RMC 4- 5C,3 -.3C (SHIELDED).. 3' SAWCUT. '6 -'4612 (3.- TWISTED PAIR) '3" RMC ', 4 -50, 2-20- (SHIELDED) " 4' 1" RMC '6 46)2 (3 TWISTED -. PAIR ) 2-1 /2`.RMC - 2-5C,'5-2C..(SHIELDED) .5 I V2RMC 3 -2C -( SHIELDED ) . • 13. 2 -1/2 " RMC . 1 - 5C ,.3-2C (SHIELDED) .. 6 - 212 "RMC' '4 -5C '2 -12 "RMC `3- 5C.,3 -3C (SHIELDED) - - 7 ' . 3" RMC ' 4- 5C,2-2C'(.SHIELDED) - 14' i "• RMC • '2 - #8 - _ - 8 2" RMC ` 2 -5C - - "IS - r RMC 2 4t6 SEPVICE 9 - 21/2" RMC -- 2 -5C, 3'-.2C - (SHIELDED) 16 11/2 "RMC - 2.-.20 (SHIELDED)' 10 - 2" RMC .1 -SC - - • 17 11/2 "RMC 2 #2 (6TWISTEO PAIR ). NOTE : 2 - #8: IN RUN -L `FOR LUMINAIRE. 18 2" RMC -.. "I6- 4i2 (B TWISTED PAIR ) 19 1" RMC' 8 - 4*12 (4 TWISTED PAIR.) 411STALL SIGNAL POLETYPE SD AT STA. - 49.20, 40'7 LT. WITH..' 12' TYPE 2 "'ARM-FOR ILLUMINATION. ".INSTALL 110' POLE:;; AND BRACKET CABLE IN POLE FOR. ILLUMINATION. '.INSTALI: TWO MAST.' ARMS *90 00014065 SEPARATION) 0146 AO' .MAST ARM'.'' WITH THREE VEHICLE. SIGNAL 069.05 AND TWO EMERGENCY 'PRE --, £MPTION- ;DETECTORS, AND ONE 45' MAST-ARM WITH `THREE . VEHICLE - HEADS " AND . ONE. EMERGENCY PRE - EMPTION DETECTOR ALL VEHICLE:HEADS - SHALL -:.USE TYPE. "M "`MOUNTING.' INSTALL SIGNAL. POLE TYPE.'I,:A2 STA..50 +05. '50'''LT .- INSTALL ONE VEHICLE HEAD ON "POLE USING TYPE "D' - MOUNTING.- . INSTALL 120 /240 - VOLT :' - -TYPE "B MODIFIED SERVICE,PAD "wrap. COORDINATE' WITH PUGET'S00ND..POWER AND:LIGHT FOR EXACT"," INSTALL''. TYPE . 2 . INDUCTION LOOP. 7WIND.'EACH -' LOOP. THREE TURNS. ,SPLICE LOOP' IN SERIES: TN THIE'JUNCTION BOX :: NOT USED - - INSTALL - PAD` MOUNT CONCRETE FUNDAT109 PER STANDARD PLAN J -6C.. INSTALL TYPE " "P " CONTROLLER CABINET, CONTROLLER- AND ALL IN- CABINET ACCESSORIES. CONTROLLER SHALL HAVE INTERNAL TIME BASE COORDINATION. CONTRACTOR SHALL SET_::,;`:;' `J 'INSTALL WSDOT TYPE' 1 CONCRETE JUNCTION BOX. 10 INSTALL WSDOT TYPE 2 CONCRETE JUNCTION BOX 11 - INSTALL •WSDOT TYPE ,137 CONCRETE JUNCTION BOX ' .,' TAP POWER :FROM EXISTING LUMINAIRE,POLE STA. 50.05 RT.,. 12. 0., FOR THE +PROPOSED ILLUMINATION SYSTEM'. a. BRANCH BREAKER 60 AMP 120 VOLT FOR SIGNAL ' GENERAL NOTES SIGNAL LEAD NO 11 AND 51' SHALL BE OPTICALLY PROGRAMMED. , . PROGRAMMING SHALL BE PERFORMED BY THE CONTRACTOR. ALL CONVENTIONAL. VEHICLE. SIGNAL HEADS -SHALL HAVE TUNNEL - VISORS AND - SQUARE'DOORS. ALL OPTICALLY. PROGRAMMED HEADS SHALL HAVE CUT .AWAY' -' VISORS liNO SQUARE 00005. -' ALL MAST ARM MOUNTED VEHICLE SIGNAL 'HEADS SHALL USE MOUNTING TYPE "M" WITH• THE ELEVATOR PLUMBIZER LOCATED : - BETWEEN THE RED AND AMBER. SECTIONS. ALL PEDLSTRI AN SIGNAL HEADS SHALL BE THE NEON TYPE WITH -Z CRATE VISORS... PROVIDE ALL SIGNALS WITH 5" BACKPLATES.' ALL VEH CLE AND PEDESTRIAN HEADS SHALL BE.- PAINTED: -. YELLOW ON ALL OUTSIDE 'SURFACES. THE . OUTSIDE -OP THE ;.VISORS' AND FACE. OF BACKPLATES' SHALL BE FLAT. BLACK. - Awe`Te weQMs esA�e • • • • • ENOINEERINO• BTREETB •.WATER•BEWER•PAPKB•BUILDING • by date designed MW. 3/85 drawn 'W 3185 checked �,s6 vrei rea- Frei designed drawn 1984 SIGNALIZATION & .CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY = a'1- 405'.ON— RAMP /SOUTHCENTER ACCESS TRAFFIC SIGNAL LAYOUT ', revisions a. SIGNAL PHASE 1 +5 PHASE 1.6 PHASE2 +5 PHASE2 +6 PHASE 4 w�ff w �f w HEAD CHANGE TO 3 CHANGE TO 3 CHANGE TO W CHANGE TO 3 CHANGE TO a a t w a +w yr aliti ND.S D: U) N � K i0 tD v V7 6 U) v ,[I U) K v °l tP � ID tD 1,)- J 2 w M � � N &T, N N (V ±_ ++ N - I N LL 1 � a a s o. o ,12 .646e`k�A• k<-6 *A, MA.46 - E6 21,22 G G A A A G A A A G A G 4L42 _ 46.k*" 1S - 46 43, - GAAAAiF G 5).52464A46 A 4Grt .A'46 HF A 46 61,62 GAGA A G AA G A - T 68,69 WGW$D WBb W 6WF66b I LEGEND CONSTRUCTION NOTES'' INSTALL. WSDOT SIGNAL POLE TYPE II' AT STA. 49.85. -48 RT. .. INSTALL 45' -.MAST -ARM WITH. THREE VEHICLE .SIGNAL ,HEADS US I NG- TYPE' "M "' MOUNTINGS : .INSTALL ONE PEDESTRIAN SIGNAL. HEAD USING MOUNTING . TYPE '0"„ ONE PUSH BUTTON : ASSEMBLY (PPB- 39.8) : :� 2. ".INSTALL SIGNAL POLE TYPE I AT STA. 48 +90, 56' RT. 'INSTALL ONE VEHICLE' SIGNAL.. HEAD USING- TYPE "D" MOUNTING, ONE PEDESTRIAN SIGNAL HEAD USING MOUNTING TYPE - "E ", AND ONE -PUSH BUTTON' ASSEMBLY.. (PPB -3A0). BLANK BLANK BLANK -RED BALL OR "DON'T WALK " AS' APPLICABLE. A -'- AMBER BALL. l"R- FLASHING. RED BALL -G - GREEN BALL ' ` :A - .FLASHING AMBER BALL 46- GREEN ARROW ` b'- FLASHING ' ' DON'T' WALK ".` W WALK *" ": I -- .INOPERATIVE' • *-A- -. AMBER ARROW - BLANK PHASE SEQUENCE DIAGRAM WIRING SCHEDULE RQO. CONDUIT CONDUCTOR RUNQNQ CONDUIT CONDUCTOR SAWCUT" 2 -#12• (TWISTED .PAIR) 11' .2-!'2W. 1-BC, 3 -2C (.SHIELDED) ,2 SAWCUT - - '4 -*12 (2 TWISTED PAIR) 12. 2 -V2 "RMC 4- 5C,3 -.3C (SHIELDED).. 3' SAWCUT. '6 -'4612 (3.- TWISTED PAIR) '3" RMC ', 4 -50, 2-20- (SHIELDED) " 4' 1" RMC '6 46)2 (3 TWISTED -. PAIR ) 2-1 /2`.RMC - 2-5C,'5-2C..(SHIELDED) .5 I V2RMC 3 -2C -( SHIELDED ) . • 13. 2 -1/2 " RMC . 1 - 5C ,.3-2C (SHIELDED) .. 6 - 212 "RMC' '4 -5C '2 -12 "RMC `3- 5C.,3 -3C (SHIELDED) - - 7 ' . 3" RMC ' 4- 5C,2-2C'(.SHIELDED) - 14' i "• RMC • '2 - #8 - _ - 8 2" RMC ` 2 -5C - - "IS - r RMC 2 4t6 SEPVICE 9 - 21/2" RMC -- 2 -5C, 3'-.2C - (SHIELDED) 16 11/2 "RMC - 2.-.20 (SHIELDED)' 10 - 2" RMC .1 -SC - - • 17 11/2 "RMC 2 #2 (6TWISTEO PAIR ). NOTE : 2 - #8: IN RUN -L `FOR LUMINAIRE. 18 2" RMC -.. "I6- 4i2 (B TWISTED PAIR ) 19 1" RMC' 8 - 4*12 (4 TWISTED PAIR.) 411STALL SIGNAL POLETYPE SD AT STA. - 49.20, 40'7 LT. WITH..' 12' TYPE 2 "'ARM-FOR ILLUMINATION. ".INSTALL 110' POLE:;; AND BRACKET CABLE IN POLE FOR. ILLUMINATION. '.INSTALI: TWO MAST.' ARMS *90 00014065 SEPARATION) 0146 AO' .MAST ARM'.'' WITH THREE VEHICLE. SIGNAL 069.05 AND TWO EMERGENCY 'PRE --, £MPTION- ;DETECTORS, AND ONE 45' MAST-ARM WITH `THREE . VEHICLE - HEADS " AND . ONE. EMERGENCY PRE - EMPTION DETECTOR ALL VEHICLE:HEADS - SHALL -:.USE TYPE. "M "`MOUNTING.' INSTALL SIGNAL. POLE TYPE.'I,:A2 STA..50 +05. '50'''LT .- INSTALL ONE VEHICLE HEAD ON "POLE USING TYPE "D' - MOUNTING.- . INSTALL 120 /240 - VOLT :' - -TYPE "B MODIFIED SERVICE,PAD "wrap. COORDINATE' WITH PUGET'S00ND..POWER AND:LIGHT FOR EXACT"," INSTALL''. TYPE . 2 . INDUCTION LOOP. 7WIND.'EACH -' LOOP. THREE TURNS. ,SPLICE LOOP' IN SERIES: TN THIE'JUNCTION BOX :: NOT USED - - INSTALL - PAD` MOUNT CONCRETE FUNDAT109 PER STANDARD PLAN J -6C.. INSTALL TYPE " "P " CONTROLLER CABINET, CONTROLLER- AND ALL IN- CABINET ACCESSORIES. CONTROLLER SHALL HAVE INTERNAL TIME BASE COORDINATION. CONTRACTOR SHALL SET_::,;`:;' `J 'INSTALL WSDOT TYPE' 1 CONCRETE JUNCTION BOX. 10 INSTALL WSDOT TYPE 2 CONCRETE JUNCTION BOX 11 - INSTALL •WSDOT TYPE ,137 CONCRETE JUNCTION BOX ' .,' TAP POWER :FROM EXISTING LUMINAIRE,POLE STA. 50.05 RT.,. 12. 0., FOR THE +PROPOSED ILLUMINATION SYSTEM'. a. BRANCH BREAKER 60 AMP 120 VOLT FOR SIGNAL ' GENERAL NOTES SIGNAL LEAD NO 11 AND 51' SHALL BE OPTICALLY PROGRAMMED. , . PROGRAMMING SHALL BE PERFORMED BY THE CONTRACTOR. ALL CONVENTIONAL. VEHICLE. SIGNAL HEADS -SHALL HAVE TUNNEL - VISORS AND - SQUARE'DOORS. ALL OPTICALLY. PROGRAMMED HEADS SHALL HAVE CUT .AWAY' -' VISORS liNO SQUARE 00005. -' ALL MAST ARM MOUNTED VEHICLE SIGNAL 'HEADS SHALL USE MOUNTING TYPE "M" WITH• THE ELEVATOR PLUMBIZER LOCATED : - BETWEEN THE RED AND AMBER. SECTIONS. ALL PEDLSTRI AN SIGNAL HEADS SHALL BE THE NEON TYPE WITH -Z CRATE VISORS... PROVIDE ALL SIGNALS WITH 5" BACKPLATES.' ALL VEH CLE AND PEDESTRIAN HEADS SHALL BE.- PAINTED: -. YELLOW ON ALL OUTSIDE 'SURFACES. THE . OUTSIDE -OP THE ;.VISORS' AND FACE. OF BACKPLATES' SHALL BE FLAT. BLACK. - Awe`Te weQMs esA�e • • • • • ENOINEERINO• BTREETB •.WATER•BEWER•PAPKB•BUILDING • by date designed MW. 3/85 drawn 'W 3185 checked �,s6 vrei rea- Frei designed drawn 1984 SIGNALIZATION & .CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY = a'1- 405'.ON— RAMP /SOUTHCENTER ACCESS TRAFFIC SIGNAL LAYOUT ', revisions o v a. en e M .4.. r ~ N CO N NN NN W QQ+ Of 1 �. U. U R }g W w N' w N W . '. W O W O N Q :_ d N a a a a d 1 a aa� g _ xN xa =p rte'° y a� ai$ 9. 8 S o $ o;.. ����I���I��I��I�I���I�I����� �����I�I����� l I I IImlmmmmlmmmmmmlmmmlm TO POWER TYPE I SIGNAL POLE JUNCTION . BOX I -5C,3 -2C JUNCTION -,; BOX 3 26 JUNCTION ,BOX JUNCTION ' LUMINAIRE Y -G — W 641 6 64 SPARE • 1 1 1 33�}a DET:' • -.HEAD 41 ¢ ® -HEAD 42. HEAD 43 • DET '• ML 584r-R 8 585 -8 Era MOE 05 DET. • .TUKWILA. PARKWAY 01 DET 06 DET • DET JUNCTION 1BOX JUNCTION BOX 3 2C 'JUNCTION BOX -.� 4-5C2-2C,2-* 8- JUNCTION BOX TYPE IT IGNAL POL• JUNCTION BOX Aws`s� weQSS •ENOINEERINO•BTREETB• WATER• BEWER•PARKB•BUILOINO• �; ' by date del wd W. drawn In dn:Fed :41M: (lam NI deeidned drawn 1984 SIGNALIZATION & CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY .& I -.405 ON- RAMP / SOUTHCENTER ACCESS WIRING DIAGRAM. . revision .9 J file no uab • date 4. ILI En ED • I o v a. en e M .4.. r ~ N CO N NN NN W QQ+ Of 1 �. U. U R }g W w N' w N W . '. W O W O N Q :_ d N a a a a d 1 a aa� g _ xN xa =p rte'° y a� ai$ 9. 8 S o $ o;.. ����I���I��I��I�I���I�I����� �����I�I����� l I I IImlmmmmlmmmmmmlmmmlm TO POWER TYPE I SIGNAL POLE JUNCTION . BOX I -5C,3 -2C JUNCTION -,; BOX 3 26 JUNCTION ,BOX JUNCTION ' LUMINAIRE Y -G — W 641 6 64 SPARE • 1 1 1 33�}a DET:' • -.HEAD 41 ¢ ® -HEAD 42. HEAD 43 • DET '• ML 584r-R 8 585 -8 Era MOE 05 DET. • .TUKWILA. PARKWAY 01 DET 06 DET • DET JUNCTION 1BOX JUNCTION BOX 3 2C 'JUNCTION BOX -.� 4-5C2-2C,2-* 8- JUNCTION BOX TYPE IT IGNAL POL• JUNCTION BOX Aws`s� weQSS •ENOINEERINO•BTREETB• WATER• BEWER•PARKB•BUILOINO• �; ' by date del wd W. drawn In dn:Fed :41M: (lam NI deeidned drawn 1984 SIGNALIZATION & CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY .& I -.405 ON- RAMP / SOUTHCENTER ACCESS WIRING DIAGRAM. . revision .9 J file no uab • date CITY OF TUKWILA Tukwila, Washington PROPOSAL AND SPECIFICATIONS FOR 1985 SIGNALIZATION AND CHANNELIZATION IMPROVEMENT PROJECTS TUKWILA PARKWAY AND SOUTH 180th STREET AND ANDOVER PARK WEST JULY, 1985 Table of Contents Call for Bids Information for Bidders Proposal Contract Performance Bond Certificate of Insurance General Conditions Special Provisions Detail Specifications Measurement and Payment Licenses to Construct CITY OF TUKWILA Tukwila, Washington Tukwila Council Members Mabel Harris, President Ed Bauch L. C. Bohrer Joe Duffy Wendy Morgan Doris Phelps Charles Simpson City Administration Gary L. Van Dusen, Mayor Maxine A. Anderson, City Clerk Byron G. Sneva, Director of Public Works City Engineer Ross Earnst Senior Engineer Phillip Fraser Attorney Ogden, Odgen & Murphy 2300 Westin Building 2001 Sixth Avenue Seattle, Washington 98121 Telephone: 672 -2991 Consulting Engineer INCA Engineers, Inc. 11820 Northup Way, E. Building Bellevue, Washington 98005 Telephone: (206) 822 -6888 -2- CITY OF TUKWILA CALL FOR BIDS CONSTRUCTION OF ROADWAY AND SIGNAL IMPROVEMENTS NOTICE IS HEREBY GIVEN that the City of Tukwila, Washington will receive sealed bids at the office of the City Clerk, Tukwila City Hall at 6200 Southcenter Boulevard, Tukwila, up to the hour of 10:00 a.m. on the 26th day of July, 1985. At this time, bids will be opened and publicly read aloud for: CONSTRUCTION OF ROADWAY AND SIGNAL IMPROVEMENTS "S" Line Bridge from Southcenter Boulevard to Tukwila Parkway., Tukwila Parkway from West of "S" Line Bridge to east of the I -405 on -ramp, Andover Park West from Tukwila Parkway to the south, and South 180th Street from Southcenter Parkway to the west. The work proposed includes all materials, equipment, labor and related items necessary to construct and improve approximately 2,100 feet of roadway including minor grading, draining, and asphalt concrete paving, construcitng curb, gutter and sidewalsk; installing one new traffic signal system and modification of two others; pavement channelization and other work, all in accordance with the plans, these special provisions and the standard specifications. Each bid shall be in accordance with the bid documents available at the Public Works Department, 6200 Southcenter Boulevard, Tukwila, Washington 98188 (433- 1856), for a NON- REFUNDABLE fee of $25.00. Each bid shall be accompanied by a bid proposal deposit in the form of a cer- tified check, cashier's check, - postal money order, or surety bond made payable to the City of Tukwila for a sum not less than five percent (5%) of the bid. The City of Tukwila hereby notifies all bidders that it will affirmatively ensure that in any contracts entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex or national origin in consideration for an award. The City reserves the right to reject any and all bids or waive any infor- malities in the bidding and to make the award as deemed to be in the best interest of the City. CITY OF TUKWILA Maxine Anderson City Clerk Published Record Chronicle - July 10 & 17, 1985 Published Daily Journal - July 10 & 17, 1985 Published The Facts - July 17, 1985 -3- INFORMATION FOR BIDDERS INDEX 1. General 2. Location 3. Examination of Plans, Specifications and Site 4. Proposals 5. Bid Proposal Deposit 6. Award of Contract 7. Failure to Execute Contract 8. Corrections, Interpretations and Addenda 9. Project Engineer 10. Subcontractors IB -I I B- I IB -I IB -I IB- I IB -2 IB -2 IB -2 IB -2 IB -3 INFORMATION FOR BIDDERS 1. GENERAL Plans and specifications are on file at the City of Tukwila, 6200 Southcenter Boulevard, Tukwila, Washington 98188 (telephone: 433 - 1800). Plans and specifications may be obtained from the Public Works Department for $25 per set. There will be no refunds and no returns. This project consists of approximately 2,100 feet of roadway, including minor grading, draining, and asphalt concrete paving, constructing curb, gutter and sidewalks; installing one new traffic signal system and modification of two others; pavement channelization and other miscellaneous items of work. 2. LOCATION The project improvements are located on "S" Line Bridge from Southcenter Boulevard to Tukwila Parkway, Tukwila Parkway from west of "S" Line Bridge to east of the I -405 on -ramp, Andover Park West from Tukwila Parkway to the south, and South 180th Street from Southcenter Parkway to the west. The specific locations of the facilities to be constructed are as shown on the Construction Plans. 3. EXAMINATION OF PLANS, SPECIFICATIONS AND SITE Bidders shall satisfy themselves as to construction conditions by personal examination of the plans, specifications and site of the proposed work and by any other examination and investigation which they may desire to make as to the nature of the soil and difficulties to be encountered. 4. PROPOSALS Proposals shall be made on the forms included herewith and shall be addressed to the City Clerk, City of Tukwila, 6200 Southcenter Boulevard, Tukwila, Washingotn 98188. Proposals shall be in a sealed envelope and shall be mailed or delivered to the above addresss to arrive not later than the time and date stated in the Advertisement for Bids. No proposal may be withdrawn after the time set for the bid opening or before award of contract unless said award is delayed for a period exceeding 90 calendar days. Proposals shall be submitted for the entire scope of work specified herein for all schedules. Bids submitted for only one schedule, specific portions of the entire scope of work, or a combination thereof shall be considered incomplete and shall become cause for rejection of the bid. 5. BID PROPOSAL DEPOSIT As guarantee of good faith and as required by law, each bid shall be accom- panied by a bid proposal deposit in the form of a certified check, cashier's check, postal money order or surety bond payable to the City of Tukwila for an amount not less than 5 per cent of the total amount of the bid. IB -1 ' The deposits of the three low bidders will be retained until a contract has been entered into between the successful bidder and th Owner and until a ' Performance Bond in an amount of 100 per cent of the contract price has been filed as required under these Contract Documents. The deposits of the other bidders will be returned as soon as it is determined that they are not one of the three low bidders. ' 6. AWARD OF CONTRACT IB -2 10. SUBCONTRACTORS Each proposal shall have listed on the form provided, the name and address of each subcontractor to whom the bidder proposes to sublet portions of the work in excess of thirty per cent (30 %) of the total amount of his proposal. For the purpose of this article, a subcontractor is defined as one who contracts with the Contractor to furnish materials and labor, or labor only, for the performance of work at the site of the work. Failure to list sub- contractors may result in the proposal being rejected as not responsive. Each bidder shall submit with his bid a description of the work he will per- form with his own organization, the percentage of the toal work this repre- sents, and the estimated cost thereof. All contractors shall prepare and submit the data contained in the "Statement of Bidder's Qualifications" bound with the proposal of these spe- cifications. PROPOSAL INDEX Proposal Proposal - 1 Tukwila Parkway and South 180th Street - Schedule A Proposal - 2 Andover Park West - Schedule B Proposal - 6 Proposal Signature Sheet Proposal - 9 Bid Security Proposal -11 Non - Collusion Affidavit Proposal -12 Bidder's Experience Record Proposal -13 Equipment and Manpower Schedule Proposal -14 Proposed Subcontractors Proposal -15 PROPOSAL Contractor's State License No. Contractor's State Tax No. City of Tukwila Contract No. Mayor and City Council City of Tukwila 6200 Southcenter Boulevard Tukwila, Washington 98188 The undersigned hereby certif(ies)(y) that (he)(they) (has)(have) personally examined the location and construction details of Work outlined in the Contract Documents for City of Tukwila 1984 Signalization and Channelization Improvement Projects, Tukwila Parkway and South 180th Street, and Andover Park West and (has)(have) read and thoroughly understand(s) these Documents which govern all Work embraced in this improvement and the methods by which payment will be made for said Work, and hereby propose(s) to undertake and complete all Work embraced in this improvement in accordance with these Contract Documents and at the following schedule of rates and prices: As evidence of good faith, cash, bid bond, cashier's check, certified check, or postal money order made payable to the City of Tukwila is attached hereto. The undersigned understands and here agrees that, should this offer be acepted and the undersigned fails or refuses to enter into a contract and furnish the required construction performance bond, and necessary liability insurance, the undersigned will forfeit to the City an amount from the "good faith token" equal to five per cent (5%) of the amount bid as liquidated damages, all as provided for in the specifications. The unit prices here submitted shall apply to the quantity actually allowed by the Owner regardless of the relationship to the quantities as indicated in this Proposal. (NOTE: Unit Prices for all items, all extensions and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail). Proposal - 1 SECTION 2 1984 SIGNALIZATION AND CHANNELIZATION IMPROVEMENT PROJECTS Bid Schedule A TUKWILA PARKWAY AND SOUTH 180th STREET ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL AMOUNT (Dollars) (Dollars) PREPARATION 1 Stripping Inc. Haul C.Y. 300 2 Removal of Structures L.S. L.S. and Obstructions 3 Removing Cement Concrete L.F. 950 Curb and Gutter 4 Removing Traffic Island S.Y. 35 5 Asphalt Concrete Sawcut L.F. 860 6 Removing Miscellaneous L.S. L.S. Traffic Items 7 Removing Paint Stripe L.F. 1450 8 Removing Painted Traffic EA 3 Arrow 9 Removing Painted Traffic S.Y. 18 Marking GRADING 10 Roadway Excavation C.Y. 250 Including Haul 11 Unsuitable Foundation C.Y. 100 Excavation Incl. Haul 12 Borrow Excavation C.Y. 300 Including Haul 13 Gravel Borrow Incl. C.Y. .120 Haul 14 Embankment Compaction C.Y. 470 Proposal - 2 BID SCHEDULE A Tukwila Parkway and South 180th Street Section 2 (continued) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL AMOUNT (Dollars) (Dollars) DRAINAGE 15 Concrete Inlet EA. 2 16 Drain Pipe 8 -Inch L.F. 30 Diameter SURFACING 17 Gravel Base TON 300 18 Crushed Surfacing Top TON 30 Course TREATED BASE 19 Asphalt Treated Base TON 240 Incl. Paving Asphalt ASPHALT CONCRETE PAVEMENT 21 Asphalt Concrete Pavement TON 140 Class B Including Paving Asphalt IRRIGATION AND WATER DISTRIBUTION 23 Removing and Installing L.S. L.S. Irrigation System SEEDING AND PLANTING 24 Seeding, Fertilizing and L.S. L.S. Mulching 25 Excelsior Matting S.Y. 800 TRAFFIC 26 Cement Concrete Curb and L.F. 875 Gutter 27 Type A Precast Traffic L.F. 12 Curb 28 Asphalt Concrete Curb L.F. 85 Proposal - 3 BID SCHEDULE A Tukwila Parkway and South 180th Street Section 2 (continued) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL AMOUNT (Dollars) (Dollars) 29 Beam Guard Rail, L.F. 340 Type 1 30 Precast Concrete L.F. 114 Barrier Type 2 31 Paint Stripe L.F. 160 32 Painted Gore Stripe L.F. 1545 33 Plastic Crosswalk Stripe L.F. 345 34 Plastic Stop Bar L.F. 195 35 Plastic Traffic Arrow EACH 25 36 Plastic Traffic Button EACH 95 37 Lane Marker Type 1 HUND 2 38 Permanent Signing L.S. L.S. 39 Illumination System L.S. L.S. Tukwila Parkway and So. 180th Street 41 Traffic Signal System L.S. L.S. S -Line Bridge 42 Traffic Signal System L.S. L•S• I -405 On -Ramp Proposal - 4 BID SCHEDULE A TUKWILA PARKWAY AND SOUTH 180th STREET Section 2 (continued) OTHER ITEMS 44 Cement Concrete Sidewalk S.Y. 305 45 Removing and Resetting L.F. 150 Chain Link Fence 46 Adjust Catch Basin EACH 2 47 Solid Metal Cover for EACH Catch Basin 48 Property Restoration EST. EST. $2000.00 $2000.00 49 Trimming and Cleanup L.S. L.S. 50 Drain Pipe, 6 in. L.S. 35 Diameter SUBTOTAL SCHEDULE A Tukwila Parkway and South 180th Proposal - 5 Bid Schedule B ANDOVER PARK WEST ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL AMOUNT (Dollars) (Dollars) PREPARATION 1 Stripping Inc. Haul C.Y. 60 2 Removal of Structures L.S. L.S. and Obstructions 3 Removing Cement Concrete L.F. 310 Curb and Gutter 5 Asphalt Concrete Sawcut L.F. 310 6 Removing Miscellaneous L.S. L.S. Traffic Items 7 Removing Paint Stripe L.F. 260 8 Removing Painted Traffic EA 2 Arrow GRADING 10 Roadway Excavation C.Y. 110 Including Haul 12 Borrow Excavation C.Y. 12 Including Haul 14 Embankment Compaction C.Y. 10 SURFACING 17 Gravel Base TON 120 TREATED BASE 19 Asphalt Treated Base TON 100 Incl. Paving Asphalt CEMENT CONCRETE PAVEMENT 20 Cement Concrete Driveway S.Y. 22 3 -Day Proposal - 6 BID SCHEDULE B Andover Park West Section 2 (Continued) ITEM NO. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL AMOUNT (Dollars) (Dollars) ASPHALT CONCRETE PAVEMENT 21 Asphalt Concrete Pavement TON 60 Class B Including Paving Asphalt 22 Asphalt Concrete Driveway TON 12 Class B Including Paving Asphalt TRAFFIC 26 Cement Concrete Curb and L.F. 310 Gutter 31 Paint Stripe L.F. 220 32 Painted Gore Stripe L.F. 100 35 Plastic Traffic Arrow EACH 6 36 Plastic Traffic Button EACH 6 37 Lane Marker Type 1 HUND 0.5 38 Permanent Signing L.S. L.S. 40 Illumination System L.S. L.S. Andover Park West 43 Traffic Signal System L.S. L.S. Andover Park West OTHER ITEMS 44 Cement Concrete Sidewalk S.Y. 190 48 Property Restoration EST. EST. $ 250.00 $ 250.00 49 Trimming and Cleanup L.S. L.S. SUBTOTAL - Schedule B Andover Park West Proposal - 7 BID SUMMARY Schedule A - Tukwila Parkway and South 180th Street Schedule B - Andover Park West Applicable State and Federal Taxes CONTRACT TOTAL Proposal - 8 PROPOSAL SIGNATURE SHEET The Contractor proposes to complete all work involved in the project in accor- dance with the Standard Specifications and the Special Provision and within the time frame specified in Section 2. Failure to complete the work within the stated time will be cause to retain the sum of Five hundred dollars ($500) per calendar day for costs of engineering inspection, supervision, plus legal expen- ses and court costs incurred beyond the stated time as liquidated damages. Contract No. City of Tukwila 1984 Signalization and Channelization Improvement Project Tukwila Parkway and South 180th Street and Andover Park West Construction of roadway, signal improvements and channelization along "S" line Bridge, Tukwila Parkway, South 180th Street and Andover Park West. Enclosed with this Proposal is a surety bond, cashiers check, certified check, or cash deposit in the amount of which it is agreed shall be collected and retained by the Owner as liquidated damages in the event this Proposal is accepted by the Owner within sixty (60) calendar days after the day of the Bid Opening and the Undersigned fails to execute 5 sets of the Contract and to pro- vide the required performance bond and certificate of insurance with the City, under the conditions thereof, within seven (7) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. It is understood that the Owner may accept or reject any or all bids. The undersigned's Washington State Department of Labor and Industries Workman's Compensation: Account Numer is: License or Registration Number is: Revenue Number is: Proposal - 9 PROPOSAL SIGNATURE SHEET (continued) (Bidder) (Signature of Authorized Official) (Date) (Printed Name and Title) (Address) (Telephone No.) NOTE: 1. If the bidder is a co- partnership, so state, giving firm name under which business is transacted. 2. If the bidder is a corporation, this proposal must be executied by its duly authorized officials. 3. A bid must be received on all items. If any are left blank or represent $0.00, the bid may be disqualified. Receipt of the following addenda to the Contract Documents is hereby acknowledged: Addendum No. Date of Receipt Signed Acknowledgement 1 2 3 4 Note: Failure to acknowledge receipt of Addenda may be considered as an irregu- larity in the Bid Proposal and the City reserves the right to determine whether the bid will be thrown out. Proposal - 10 BID SECURITY Herewith find deposit in the form of a certified check, cashier's check, cash or bid bond in the amount of $ , which amount is not less that five percent (5.0 %) of the toal bid including sales tax. Signature BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, , as Principal, and as Surety, are held and firmly bound unto the City of Tukwila, as Obligee, in the penal sum of dollars for the payment of which the Principal and the Surety bind themselves, their heirs, executors, admi- nistrators, successors and assigns, jointly and severally, by these presents. The conditions of this obligation is such that if the Obligees shall make any award to the Principal for: City of Tukwila 1984 Signalization and Channelization Improvement Projects Tukwila Parkway and South 180th Street, and Andover Park West according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the Penal amount of the deposit specified in the Invitation to Bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED this day of , 19 Principal Surety Proposal - 11 NON- COLLUSION AFFIDAVIT STATE OF ) COUNTY OF ) ss. The undersigned, being first duly sworn, deposes and says that the person, firm, association, co- partnership or corporation herein named, has not either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in the pre- paration and submission of a proposal to the City of Tukwila for consideration in the award of a contract on the improvement described as follows: CITY OF TUKWILA 1984 Signalization and Channelization Improvement Projects Tukwila Parkway and South 180th Street, and Andover Park West Sworn to before me this Name of Firm Signature of Authorized Member day of , 19 Notary Public Proposal - 12 SEAL Name of Bidder Business Address Telephone Number Individual ( ) BIDDER'S EXPERIENCE RECORD Partnership ( ) Corporation ( ) (Check One) Construction successfully completed within past five (5) years similar in size, scope, and difficulty of construction to the work bid upon. Name of Owner Name of Amount of and Telephone No. Project Nature of Works Contract 1 2 3 4 5 1 2 3 4 5 Number of Contract Days Allowed for Above Projects (Signed) (BY) (TITLE) Date Actual Number of Days to Complete Above Projects Name of Company Proposal - 13 EQUIPMENT AND MANPOWER SCHEDULE Equipment to be used: Manpower schedule: (use additional sheets if required) Name of Firm Signature of Authorized Member Proposal - 14 PROPOSED SUBCONTRACTORS The following is a list of the subcontractors that will be used in the work if the bidder is awarded the contract and no subcontractor doing work in excess of 30 per cent of the bid who is not listed will be used without the written appro- val of the City of Tukwila. 'Name of Subcontractor % of Bid Subbed To Subcontractor CONTRACT NO. THIS AGREEMENT, made and entered into this day of , 19 by and between the City of Tukwila, Washington hereinafter called the Owner, and hereinafter called the Contractor, WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto convenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, and equip- ment for: in accordance with and as described in the attached Plans and Specifications and the 1984 Standard Specifications for Road, Bridge and Municipal Construction, (Division 2 thru 9) prepared by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter, which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Contract time shall commence within 10 calendar days after execution of the contract or sooner, if agreed to by owner and contractor and so designated on the Notice to Proceed. The work under this contract shall be completed within 120 calendar days after the date on the Notice to Proceed. All work other than signal and illumination work shall be completed within 40 calendar days after Notice to Proceed. If said work under this contract is not completed by the date specified, the Contractor agrees to pay as liquidated damages to the Owner the sum of Two Hundred Ten Dollars ($210.00) for every calendar day said work remains uncompleted after the expiration of the contract time plus costs of engineering inspection, supervision, legal expenses and court costs incurred beyond the contract time. Liquidated damages will be assessed for failure to complete either, all work other than signal and illumination work or the entire project within the completion time specified. Such damages will not be additive. The Contractor shall provide and bear the expense of all equipment, work and labor of any sort whatsoever that may be required for the transfer of materials and for construction and completing the work provided for in this contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Tukwila. II. The City of Tukwila hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. -24- IIIII. The Contractor for himself, and for his heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all the con- , venants herein contained upon the part of the Contractor. IV. It is further provided that no liability shall attach to the City of Tukwila IIby reason of entering into this contract, except as expressly provided herein. IN WITNESS WHEREOF, THREE (3) identical counterparts of this agreement, each of which shall for all purposes be deemed an original thereof, have been duly executed by the IIparties herein above named on a day and year first written above. -25- PERFORMANCE BOND BOND TO CITY OF TUKWILA, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, , as principal, and, a corporation, organized and existing under the laws of the State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety, are jointly and severally held and firmly bound to the City of Tukwila, Washington, in the penal sum of dollars, for the payment of which sum on demand we bind ourselves and our successors, heirs, admi- nistrators or personal representatives as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Ordinances of the City of Tukwila, Washington. Dated at Tukwila, Washington, this day of , 19 Nevertheless, the conditions of the above obligation are such that: WHEREAS, the City of Tukwila on the day of , 19 , let to the above written bounden principal a certain contract. The said contract being numbered and providing for which contract is referred to herein and is made a part thereof as though attached hereto, and WHEREAS, the said principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time the forth: NOW, THEREFORE, if the above bounden principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, sub - contractors and material men, and all persons who shall supply principal or subcontractors with provisions and supplies for the carrying out of said work and shall hold said City of Tukwila, Washington, harmless from any loss or damaged occasioned to any person or property by reason of any carelessness or negligence on the part of said principal or any sub - contractor in the performance of said work, and shall indemnify and hold the City of Tukwila, Washington, harmless from any damage or expense by reason of failure or performance as specified in said contract, and The Surety, for value received, herein stipulates and agrees that no change, extension of time, alteration or addition to the terms on the contract or the work to be performed thereunder, or the specifications accompanying the same, shall in any way affect its obligations of this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or the specifications. -26- PROVIDED, however, that after the acceptance of this contract and the expiration of the lien period, and if there are not liens pending, then the penal sum of this bond, shall be reduced to the sum of 10% of estimate dollars, to insure against defects appearing or developing in the material or workmanship provided or performed under this contract with a period of one year after acceptance; not withstanding the reduction of this bond, the principal and surety shall hold the City of Tukwila harmless from all defects appearing or developing in the material or workmanship provided or performed under this contract within a period of one year after acceptance, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. It is hereby expressly agreed that if any legal action is necessary to be brought under the conditions of this bond, that the decision of the Courts of the State of Washington shall be binding. IN WITNESS WHEREOF, the above - bounden parties have executed this instrument this day of , 19 Countersigned: Resident Agent Approved By: Principal Surety By Attorney in Fact Resident Agent's Address CERTIFICATE OF INSURANCE Name of Insurance Company: Job Description: This is to certify to: Address: that the following policy(s), subject to its normal terms, conditions, and exclusions, has been issued as indicated below: Name of Insured: Address: INSURANCE IN FORCE Type of Insurance Policy No. Effective Expires Limits of Liability Manufacturers' and Contractors' (Bodily Injury) Manufacturers' and Contractors' in- cluding Completed Operations (Property Damage) Owners' and Con- tractors' Protective (Bodily Injury) Owners' and Con- tractors' Protective (Property Damage) Blanket Contractual (Bodily Injury) Blanket Contractual (Property Damage) Comprehensive General Bodily Injury $ 500,000 Each Person 1,000,000 Each Occurrence 250,000 Each Person 500,000 Aggregate 500,000 Each person 1,000,000 Each Occurrence 250,000 Each Occurrence 500,000 Aggregate 500,000 Each Person 1,000,000 Each Occurrence 250,000 Each Occurrence 500,000 Aggregate 500,000 Each Person 1,000,000 Each Occurrence -28- CERTIFICATE OF INSURANCE (Continued) Type of Insurance Policy No. Effective Expires Limits of Liability Comprehensive General (Property Damage) Automobile (Bodily Injury) Automobile (Property Damage) $250,000 Each Occurrence 500,000 Aggregate Operations 500,000 Aggregate Protective 500,000 Aggregate Products 500,000 Aggregate Contractual 500,000 Each Person 1,000,000 Each Occurrence 250,000 Each Occurrence Policy(s) has been endorsed to the occurrence basis, for both Bodily Injury and Property Damage Liability. Yes No The City of Tukwila and INCA Engineers Inc. has been added to the above policy(s) as additional named insureds. Yes No Explosion, blasting, collapse and destruction of underground utilities (X.C.U.) covered. Yes No In the event of cancellation of or any reduction of limits in the insurance or other material change as shown herein, the issuing company will give ten days' notice by certified mail to the parties to whom this certificate is issued and at the address stated herein. The mailing of such notice as aforesaid shall be sufficient proof of notice. Date Insurance Company By Authorized Representative -29- GENERAL CONDITIONS 1. Scope GC - 1 2. Definitions GC - 1 3. Abbreviations GC - 4 4. Execution, Correlation and Intent of Documents GC - 6 5. Plans and Specifications - Omissions and Discrepancies GC - 6 6. Examination of Site of Work GC - 7 7. Status of Engineer GC - 7 8. Engineer's Decision GC - 8 9. Contractor's Representations and Warranty GC - 8 10. Inspection and Tests GC - 9 11. Final Inspection and Acceptance GC - 10 12. Plans and specifications Accessible GC - 10 13. Ownership of Drawings GC - 10 14. Notice of Award GC - 10 15. Insurance GC - 11 16. Notice to Proceed GC - 11 17. Progress Schedule GC - 11 18. Schedule for Values of Lump Sum Work GC - 12 19. Pre - Construction Conference GC - 12 20. Material and Equipment - Material and Equipment List GC - -12 21. Shop Drawings GC - 14 22. Cutting and Fitting GC - 14 23. Labor, Materials, Equipment Facilities and Workmen GC - 14 24. Materials and Equipment Furnished by Owner GC - 15 25. Samples GC - 15 26. Determination of "Or Equal" GC - 15 27. Royalties and Patents GC - 16 28. Lands for Work GC - 16 29. Surveys, Permits, Laws and Regulations GC - 16 30. Points and Instructions GC - 17 31. Payment of Prevailing Wages GC - 17 32. Protection of Work and Property and Safety GC - 20 33. Existing Utilities or Obstructions GC - 20 34. Replacing Improvements GC - 21 35. Superintendance and Supervision GC - 21 36. Changes in the Work GC - 22 37. Increase or Decrease of Work 38. Claims for Extra Cost 39. Delays and Extension of Time 40. Completion and /or Correction of Work and Remedies Before Final Payment 41. Defects arising in One Year and Remedies 42. Suspension of Work 43. Owner's Right to Terminate Contract 44. Contractor's Right to Stop Work or Terminate Contract 45. Removal of Equipment 46. Use of Completed Portion of Work 47. Application for Payment 48. Payments Withheld 49. Indemnity 50. Performance Bond 51. Damages 52. Subletting and Subcontracting 53. Separate Contract - Interference with Other Contractors 54. Cleanup 55. Washington State Sales Tax 56. Use of Off -Shore Items 57. Attorney's Fees, Costs and Interest GC - 22 GC - 23 GC - 23 GC - 24 GC - 25 GC - 25 GC - 26 GC - 27 GC - 28 GC - 28 GC - 28 GC - 30 GC - 30 GC - 30 GC - 31 GC - 31 GC - 31 GC - 32 GC - 33 GC - 33 GC - 33 GENERAL CONDITIONS 1. SCOPE These are general conditions to all contracts. Reference to, or requirements for, non-applicable conditions for any particular contract will be construed to have no meaning relative to the perfor- mance of such work. 2. DEFINITIONS The following terms as used in this contract shall be defined and interpreted as follows: a. "Contract" or This Contract ": The particular contract executed by the Contractor and the Owner, of which these General Conditions are integral parts. b. "Contract Documents": All of the documents and information hereinafter set forth in subparagraph x. c. "Consultant ": A licensed registered engineer or an authorized member of a licensed consulting firm or orgainzation retained by the Owner for the design and /or the construction engineering of 'specific public works. pro jects. - d. "Owner ": The entity that is a part of this contract, contracting under the official .name set forth in the Agreement. e. "Contractor ": The person, partnership, firm or corporation contracting to do the work under these Contract Documents. The term shall also include the Contractor's agents, employees and subcontractors. The legal address is. shown in the Proposal. f. "Engineer ": The chief executive officer or immediate assistant of the engineering agency or department for the State, County, City, or other political subdivision who is currently a licensed registered Engineer of the State of Washington, acting directly or through his duly authorized representatives. The Engineer may also include a legally authorized agent. "Project": The structure or improvement to be constructed in whole or in part through the performance of the contract. h. "Plans ": The plans shall mean all official 'drawings or reproduc- tions of drawings made or to be made pertaining to the work pro- vided for in the contract, or to any structure connected therewith. i . "Specifications": The specifications shall mean the prescribed directions, requirements, explanations, terms and provisions per- taining to the various features of the work to be done, or manner and method of performance, and the manner and method of measure- ments and payments. They also include directions,' requirements, and explanations as set forth on the plans. g. 8W.Tuk22 GC - 1 "Reference Specifications ": Reference specifications shall mean the technical specifications of other agencies incorporated or referred to herein. j. "Proposal ": The proposal shall mean the approved proposal for upon which the bidder is to submit, or has. submitted, his proposal or bid for performing the work contemplated. k. "Work ": The work necessary to manufacture and deliver the machinery, equipment and material and /or the furnishing of all labor, tools, material, equipment, construction equipment, working drawings, where required, and other necessities for the construc- tion or erection of the structures shown and called for in the plans, specifications and contract, and the act of constructing or erecting said structures, complete. 1. "Item ": A convenient subdivision of work under these specifications, as herein separately described. m. "Material or Materials ": These words shall be construed to embrace machinery, manufactured articles, materials or construc- tion (fabricated or otherwise) and any other classes of material to be furnished in connection with the contract. n. "Equipment ": The machinery, accessories, appurtenances, and manu- factured articles to be .furnished and /or installed tinder the Contract. o. "Contractor's Equipment ": The phrase, "Contractor's Equipment ", shall include all items of materials or equipment remaining in the Contractor's ownership and removed from the site upon completion of the project. p. q. "Or Equal ": Any manufacutured article, material, method, or work which, in the opinion of the Engineer, is equally desirable or suitable for the purposes intended in these specifications and contract, as compared with similar articles specifically mentioned herein. "Contract Drawing or Drawings ": All drawings or plans prepared by the Engineers. r. "Details or Additional Drawings": All details or drawings pre- pared and issued by the Engineer subsequent to the signing of the contract, and, for further explanation or amplification of the Contract Drawings, or for the revision of the same, all as herein provided. "Supplemental Drawings and Instructions ": The Engineer may furnish, at his sole discretion, upon written request of the Contractor, with reasonable promptness, additional instructions by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the work. All such drawings and instructions shall be consistent with the Contract Documents. 8W.Tuk23 GC - 2 s. "Shop Drawings ": All shop details of structural steel, pipe, machinery, equipment, schedules and bending diagrams of rein- forcing steel, and other detail drawings furnished by the Contractor as required and provided for in the specifications. t. "Words and Phrases ": Whenever the words, "as directed ", "as required ", as permitted ", or words of like effect are used, it shall be understood. that the direction, requirement or permission of the Owner and Engineer is intended. The words, "sufficient ", "necessary", "proper ", and the like shall mean sufficient, necessary or.proper in the judgment of the Owner and Engineer. The words, "approved ", "acceptable ", "satisfactory", or words of like import shall mean approved by or acceptable to the Owner and Engineer. u. "Contract Price ": Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. v. "Surety ": Any firm or corporation executing a surety bond or bonds payable to the Owner, securing the performance of the contract, either in whole or in part. w. "Time Limits ": All time limits stated in the Contract Documents are of the essence of the contract. x. "Points ": Wherever reference is made to the Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tacks, etc., established by the Engineer for maintaining horizontal and vertical control of the work. y. "Contract Documents ": The Contract Documents shall consist of the following and, in case of conflicting provisions, the first men- tioned shall have precedence. Change Orders after the Agreement is Signed Addenda Agreement • Detail Drawings and Written Instructions Measurement and Payment Special Provisions Plans General Conditions Detail Specifications General Specifications Reference Specifications Information for Bidders Proposal • Performance Bond z. "Conflict of Provisions": In the event of any conflict between any provision or 'requirement of the component parts of this Contract, the component part having the highest order of sequence, as established in paragraph 2y above, shall govern 8L.Tukw15 GC - 3 zz. "Days ": Days as used in these specifications will be understood to mean working days or calendar days as stated. 3. ABBREVIATIONS Whenever the following abbreviations are used on the plans, specifications, proposals and contracts, they shall be construed to mean the words and terms listed below: A Acre AC Asbestos Cement AF Acre-Feet Ajd Adjust AIA American Institute of Architects AISC American Institute of Steel Construction AITC American Institute of Timber Construction Asp. Pay. Asphalt Pavement Asp. Conc. Pay. Asphalt Concrete Pavement ASTM American Society of Testing and Material ATB Asphalt Treated,Base AVE Avenue AWS American Welding Society AWWA American Water Works Association Bk Book Blvd Boulevard BO Blow Off BTU British Thermal Unit CB Catch Basin CB. Inlet Curb Inlet CFS Cubic Feet per Second CI Cast Iron CIP Cast. Iron Pipe CIVB Cast Iron Valve Box CL Centerline CMP Corrugated Metal Pipe CMU Concrete Mason Unit Conc - Concrete Conc. Cb. Concrete Curb Conc. Pay. Concrete Pavement . Conc. Ret. Wall Concrete Retaining Wall Conc. Sew Concrete Sewer Cond. Conduit Conn Connect Cr Cross CTB Cement Treated Base • C to C Center to Center Cu Cubic DDWSP Double Dipped and Wrapped Steel Pipe DFPA Douglas Fir Plywood Association Dr Drive or Driveway E East Elev. Elevation Exist. Existing Exc Excavation 8W.Tuk25 R GC -4 FBM a Foot Board Measure FH Fire Hydrant FL Flange FT, FT?, FT3 Foot, Square Feet, Cubic Feet Ga Gauge GIP Galvanized Iron Pipe GPAD Gallons Per Acre Day GPH Gallons Per Hour GPM Gallons Per Minute G Stl P Galvanized Steel Pipe GV Gate Valve Hyd Hydrant Hyd Ext Hydrant Extension ID Inside Diameter In, In2, Ina Inch, Square Inch, Cubic Inch Inl Inlet L Length Lbs Pound LF Lineal Feet Max Maximum MC Monument Case Min Minimum MG Million Gallons MGD Million Gallons per Day MH Manhole MJ Mechanical Joint N North NIC Not in Contract No. Number NRS Non Rising Stem OD Outside Diameter Pav _ Pavement PC Point of Curvature PJM Premolded Expansion Joint Material PL Property Line P1 Place Pik Planking Pos Position PP Power Pole Pri Primary Prop Proposed PSF Pounds Per Square Foot PSI Pounds Per Square Inch PT Point of Tangency R Radius RC Reinforced Concrete RCP Reinforced Concrete'Pipe Rem Remove Repl Replace RS Rising Stem S South Sec Secondary Sew Sewer Sp Special 8W .Tuk2 6 GC - 5 Sq Square SS Side Sewer SSPC Steel Structure Painting Council Std Standard Stl Steel Temp Temporary Trans Transformer USAS U.S.A. Standards VC Vertical Curve V Ch Valve Chamber VG Vertical Grain W West WM Water Main APWA American Public Works Association WSP Wood Stove Pipe Yd Yard 4. EXECUTION, CORRELATION AND INTENT OF DOCUMENTS a. The Contract Documents are complementary and what is called for by any one shall be as binding as if called for by all. The inte• tion of the documents is to include all labor and materials, equipment and transportation necessary for the proper execution of the work except where material or equipment is specifically excepted. Materials or work described in words which so applied have a well -known technical or trade meaning shall be held to refer to such recognized standards. b. It is intended that work not covered under any heading, section, branch, class or trade of the specifications shall be supplied if • it is shown on drawings or is reasonably inferable as being necessary tos produce the intended results. Minor items of work or material omitted from the original plans or specifications, but clearly inferable from the information presented and which are .called for by accepted good practice shall be provided and /or per- . formed by the Contractor as part of his original cost. c. Where the Contract Documents refer to referenced specifications, such specifications shall be applicable to technical provisions only, unless otherwise designated. S. PLANS AND SPECIFICATIONS - OMISSIONS AND DISCREPANCIES Upon receipt of award of contract, the Contractor shall carefully study and compare all drawings, specifications and other instructions and shall, prior to ordering material or performing work, report in writing to the Engineer any error, inconsistency .or omission in respect to design, mode of construction or cost which he may discover. If the Contractor, in the course of this study or in the accomplistr ment of the work, finds any discrepancy between the drawings and the physical condition of the locality as represented in the drawings, or any such errors or omissions in respect to design, mode of construc- tion or cost in drawings or in the layout as given by points and instructions, it shall be his duty to inform the Engineer immediately 8W.Tuk27 GC - 6 in writing and the Engineer shall promptly check the same. Any work done after such discovery, until correction of drawings or authoriza- tion of extra work is given, if the Engineer finds that extra work is involved, will be done at the Contractor's risk. If extra work is involved, the procedure shall be as provided in changes in the work. 6. EXAMINATION OF SITE OF WORK Before submitting his bid, the bidder shall examine the site of the work.and ascertain for himself all the physical conditions in relation thereto. Failure to do this shall not relieve the bidder from entering into a contract nor excuse him from performing the work in strict accordance with the terms of the contract and specifications. He will not be entitled to additional compensation if he subsequently finds the conditions to require other methods or equipment that he did not anticipate in making his unit contract bid prices. Any statement,or representation made by an officer, agent or employee of the Owner with respect to the physical conditions appertaining to the site of the work shall not be binding upon the Owner. 7. STATUS OF ENGINEER a. The Engineer shall act as advisor and consultant to the Owner in engineering matters relating to the contract, PROVIDED, HOWEVER, nothing contained herein or elsewhere in the Contract Documents shall be construed as requiring the Engineer to direct the method or manner of performing any work by the Contractor under this contract. The Owner, or his duly authorized official, has authority to stop the work whenever, in his opinion, such stoppage may be necessary to insure the proper execution of the contract. The Engineer may reject all work and materials which, in his opinion, do not conform to the contract. 'b. It is understood and agreed by and between the parties hereto that the work included in the contract is to be done to the complete satisfaction of the Engineer, or his duly authorized representative, and that the decision of the Engineer as to the true construction and meaning of the contract, plans, specifica- tions and estimates, and as to all questions arising as to proper performance of the work shall be final. The Engineer shall deter- mine the unit quantities and the classification of all work done and materials furnished under the provisions of this agreement and his determination thereof shall be final and conclusive and binding upon the Contractor. • • c. The Engineer shall decide any and all questions which may arise as to the quality or acceptability of materials furnished and work performed and as to the rate of progress of the work, and all questions as to acceptable fulfillment and performance of the contract on the part of the Contractor and as to compensation. The decision of the Engineer in such matters shall be final. 8W .Tuk28 GC - 7 d. The Engineer may direct the sequence of conducting work when it is in locations where the Owner is doing work either by contract or by his own forces, or where such other works may be affected by the Contract, in order that conflict may be avoided and the work under these specifications be harmonized with that under other contracts, or with other work being done in connection with, or growing out of, operations of the Owner. Nothing herein contained, however, shall be taken to relieve the Contractor of any of his obligations or liabilities under the contract. e. Neither the Engineer nor his representatives have authority to waive the obligation of the Contractor to peform the work in accordance with the Contract Documents. Failure or omission on the part of the Engineer or his representatives to condemn unsuitable, inferior or defective work and /or labor or material or equipment furnished under the contract shall not release the Contractor or his bond from performing the work in accordance with , the Contract Documents. 8. ENGINEERS'S DECISION a. The Engineer shall, within a reasonable time after presentation of written claims by the Contractor to him, make decisions in writing on all claims and on all matters relating to the execution and progress of the work or the interpretation of the Contract Documents. The Contractor must make all claims in writing. Oral instructions shall be disregarded°by the Contractor. Notice of all claims shall be addressed to the Chief Engineer at the address of the Engineer given in the Contract Documents. b. All the decisions of the Engineer shall be final, except in cases where disputed time and /or increase or decrease of the Contract price is involved, which, if no agreement in this regard thereto is reached, shall be subject to determination by a court of com- petent jurisdiction unless otherwise settled by compromise or arbitration. In respect to performance of the work prior to any such determination, if the Contractor does proceed with the work which is the subject of dispute, he does so at his own risk pending such determination. 9. CONTRACTOR'S REPRESENTATIONS AND WARRANTY In making a proposal under these Contract Documents, the Contractor represent and warrants that he has satisfied himself as to construc- tion conditions by personal examination of the plans, specifications and site of the proposed work, and by appropriate examinations and investigation as to'the nature of the soil and construction problems which may be encountered by reason thereof. Contractor also warrants and represents himself to be experienced and an expert in the construction contemplated. Contractor further understands that, in _making the contract award, Owner is relying upon the representations and warranties of Contractor herein contained. 8W.Tuk29 GC - 8 10. INSPECTION AND TESTS a. The Engineer and his representatives shall, at all times, have access to the work to observe the progress and quality wherever it is in preparation or progress, and the Contractor shall provide proper facilities for such access and for necessary inspection and testing. If any work should be covered up without approval or consent of the Engineer, it must, if required by the Engineer, be uncovered for inspection at the Contractor's expense. After inspection, a re- examination of questioned work may be ordered by the Engineer, and, if so ordered, the work shall be uncovered by the Contractor. If such work be found by the Engineer to be in accordance with the Contract Documents, the Owner shall pay the cost of re- examination and replacement. If such work be not found in accordance with the Contract Documents, the Contractor shall pay such costs. b. The Contractor shall make reasonable tests of the work at Contractor's expense upon Engineer's request and shall maintain a record of such tests. Prior to the time scheduled for a perfor- mance test to be observed by the Engineer, the Contractor shall make whatever preliminary tests are necessary to assure that the material and /or equipment are in accordance with the specifications. If, for any reason, the test observed by the Engineer is unsatisfactory, the Contractor shall pay all costs incurred by the Engineer for the inspection of the unsatisfactory test in the manner specified for liquidated damages. c. Should the Contractor elect to work more than 8 hours per day, or more than 5 days per week, or on holidays, during the course of the stated contract time limit, all costs of engineering and inspection thus entailed will be charged to the Contractor, at 2 times payroll costs. Such charges will be billed directly to the Contractor by the Owner and said costs shall be a lien against the Contractor's work. In the event the Contractor fails to pay said bill or bills by the 30th day of the month billed, such payments may be handled in accordance with Paragraph 47 of these specifica- tions. In addition to the above, where the inspector furnished for the project is an employee of the Owner, the Contractor shall reimburse the Owner for all inspection time required on holidays which are a part of the Owner's normal holiday schedule. d. Where the specifications, the Engineer's instructions, laws, ordinances, or any government authority require any work to'be specially tested, or inspected, the Contractor shall give the Engineer timely notice that such test of completed work is ready for inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer timely notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. 8W.Tuk30 GC - 9 11. FINAL INSPECTION AND ACCEPTANCE All material and completed work are subject to final inspection by the Engineer before acceptance by the Owner. The Engineer may require and shall have the right to subject all machinery and equipment and work to such tests, as in his opinion, will assist in determining whether the contract has been performed in accordance with the Contract Documents. All such tests shall be at the expense of the Contractor. 12. PLANS AND SPECIFICATIONS ACCESSIBLE a. The Contractor will be furnished three copies of plans and speci- fications and shall keep at least one copy of the same constantly accessible at the construction site. b. Where shop drawings are required to be submitted for acceptance, one copy of the approved shop drawings shall be kept constantly accessible at the construction site. 13. OWNERSHIP OF DRAWINGS All drawings, specifications and copies thereof prepared or furnished by the Engineer are his property. They are not to be used on other work and, with the exception of the signed contract set, are to be returned to him upon completion of the work. 14. NOTICE OF AWARD a. A notice of award will be forwarded by the Engineer in behalf of the Owner to the successful contractor, which notice will also state the date of a pre - construction conference to be held between the Engineer and the Contractor. The Notice of Award will be accompanied by the agreement to be signed by the Contractor and returned to the Engineer within seven (7) calendar days from receipt, along with the following items: Progress Schedule Public Liability Insurance Policy Performance Bond Materials List Schedule for Values of Lump Sum Work b. The award . of contract, if made, will be made to the lowest respon- sible bidder. No award will be made until necessary investiga tions are made by the Owner.as to the responsibility of the apparent low bidder. The Owner shall be the sole judge as to the responsibility of the bidder to satisfactorily perform the work as specified and within the time limit set. Upon failure of the Contractor to enter into a contract and to submit documents listed above within ten (10) calendar days after receiving notice of award, the bid deposit shall be forfeited to the Owner. The award may then, at the discretion of the Owner, be made to the next lowest responsible bidder, or the work may be re- advertised, or may be constructed by the Owner, in any legal manner. 8W.Tuk31 R . GC - 10 15. INSURANCE The Contractor shall carry liability and property damage insurance covering all work under this Contract, including that done by subcontractors. This insurance shall name the Owner and Engineer as co- insured and shall be primary coverage with any insurance carried by the Owner classified as additional coverage. Unless specified in other amounts in the Special Provisions, this insurance shall be carried as follows: Bodily Injury, each person $500,000, each acci- dent $1,000,000; Property Damage, each accident $250,000. In addition to liability and property damage insurance, the Contractor shall, on projects that consist of either above or below ground structures, other than standard sewer manholes, sewer lines or water lines, purchase "A11 -Risk" Builders Risk coverage of a sufficient limit so as to protect the replacement value of the work being performed and naming, besides himself as an insured, the Owner and the Engineer. 16. NOTICE TO PROCEED Notice to proceed is the official notice from the Engineer in behalf of the Owner to the Contractor to commence prosecution of the work, and commences the running of the time for completion of the work. • Notice to proceed will generally be given within two weeks of notice to the Contractor of award of contract and receipt of executed contracts by the contractor. No work shall be commenced by the Contractor prior to receipt of notice to proceed. 17. PROGRESS SCHEDULE a. The progress schedule shall set forth the order in which the Contractor plans to perform the work. The schedule may be in graph or tabular form and shall include the date of submission for approval of drawings as may be required, starting dates for construction of the several 'parts of the work, and estimated completion dates of such parts, and completion date of the project. b. The progress schedule shall- coordinate the work of the Contractor with the work of other contractors in respect to the availability of job sites upon completion of other work to be performed by other contractors. The progress schedule may be altered or revised by the Engineer when deemed necessary in the opinion of the Engineer in the interest of public safety, welfare or the interest of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this contract, or to reasonably meet the completion date of the project. c. The Contractor shall promptly report to the Engineer any con- ditions which the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. 8W.Tuk32 GC - 11 d. The progress schedule will be reviewed at the pre- construction conference between the Engineer and the Contractor. The Contractor shall furnish the Engineer with three (3) copies of the accepted progress schedule prior to commencement of the work. 18. SCHEDULE FOR VALUES OF LUMP SUM WORK If payments are to be made on lump sum items, the Contractor shall submit a schedule of values of the various parts of the work, including quantities, aggregating the total sum of the contract, made out in such form as the Engineer may require, and if required, sup- ported by such evidence as to its correctness as the Engineer may direct. This schedule, when approved by the Engineer, shall be used as the basis for certificates for payment unless it be found to be in error. In applying for payments for lump sum work, the Contractor shall submit estimates of the percentage of work completed, and payment will be based upon the schedule of values for lump sum work. 19. PRE- CONSTRUCTION CONFERENCE a. A pre - construction conference shall be held at a time and place fixed by the Engineer which will be within two weeks from date of notice of award. The Contractor must be prepared for -a thorough discussion and review, as well as revision which may be deemed necessary in the opinion of the Engineer, of the following: Progress Schedule Materials List Equipment List Job Procedures Inspection Procedures Plans and Specifications Shop Drawings Supplemental Drawings Schedule for Value of Lump Sum Work Other Matters pertaining to Performance of the Work b.' Acceptance by the Engineer of the progress schedule shall not in any event excuse the Contractor of the obligation to complete the work within the time specified in the agreement or of complying with all terms, conditions and provisions of the Contract Documents. Failure of the Contractor to follow the progress sche- dule submitted and accepted, including 'revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site from time to time, and will relieve the Owner of any responsibility for delays to Contractor in the performance of the work. 20. MATERIAL AND EQUIPMENT - MATERIAL AND EQUIPMENT LIST a. All materials and equipment shall be new and shall be as specified in the Contract Documents, or, if not specified, shall be of a 'quality approved by the Engineer. All material and equipment fur- nished are warranted by the Contractor as new and in accordance 8W.Tuk33 GC - 12 with the plans and specifications, if specified therein, and as suitable for the intended purpose. In addition thereto, the Contractor shall furnish the Owner with copies of the supplier's warranty, and adopt the same as the warranty, of the Contractor, and shall be liable thereon to the Owner. b. For'each proposed substitution, the Contractor shall submit samples, descriptive and technical data, and reports of tests to the Owner for approval. The Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute its shall be furnished or installed without the Owner's written 'approval. The Contractor shall reim- burse the Owner for any additional engineering charges and for any charges for changes in the work of other contractors resulting from substitutions. c. The Contractor shall file three (3) copies of a materials and equipment list with the Engineer prior to the pre - construction conference. This list shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed °under the Contract. This list will be checked by the Engineer as to conformity with the plans and specifications. The Engineer will pass upon the lists with reasonable promptness, making required corrections. The Contractor shall make any required corrections and file two (2) corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not • relieve the Contractor from responsibility for suitability for the intended purpose not for deviations from the drawings and specifi- cations unless the Contractor has in writing called the Engineer's attention to such deviations at the time of submittal, and secured the Engineer's written approval for such deviation. d.. In the event that the Contractor shall request, or submit, an alternate design, .or designs_for some portions of his work, the Engineer will consider such alternate designs with reasonable promptness. Such request for either a design review from alter- nate plans submitted by the Contractor, or request for a re- design initiated by the Contractor, as set forth above, shall be made in writing to the Engineer. When the Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. Provided that such proposed alternate design or requested re- design appear'reasonable and satisfactory to the Engineer, the Engineer will perform an engineering review of the proposed alter- nate design or, if requested by the Contractor, the Engineer will perform an engineering re- design of the work to assure its com- patibility within the framework of the complete operating unit or system ready for use.between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering re- design as requested by the Contractor will be billed to the Contractor by the Engineer at the rate of two times the Engineer's direct payroll costs, plus direct expenses directly attributable to the work. 8W.Tuk34 GC - 13 21. SHOP DRAWINGS The Contractor shall check and verify all field measurements. He shall submit with such promptness as to cause no delay in his own work or in that of any other contractor three (3) copies, checked and approved by the Contractor; of all shop or setting drawings, and sche- dules (all collectively herein referred to as "shop drawings ") required for the work of the various trades in the performance of the work or where requested by the Engineer, and shall verify all field measurements or conditions to which the shop drawings are applicable. The Engineer shall pass upon them with reasonable promptness, making required corrections, including those related to design and artistic effect. The Contractor shall make any corrections required by the Engineer and, within one week after receipt of the required corrections, shall file with the Engineer two (2) corrected copies and furnish such'other copies as may be needed by the Engineer. The Engineer's acceptance of such drawings or schedules shall not relieve Contractor from responsibility for deviation from drawings or specifications, unless the Contractor has in writing called the Engineer's attention to such deviation at the time of submission, and secured the Engineer's written approval, nor shall it relieve the Contractor from responsibility for errors in shop drawings or schedules. 22. CUTTING AND FITTING The Contractor shall do all cutting and fittings of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown or reasonably implied by the drawings and specifications for the completed structure and the Contractor shall restore all surfaces damaged by cutting and fitting as the Engineer may direct. 23. LABOR, MATERIALS, EQUIPMENT, FACILITIES AND WORKMEN a. The Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation and other facilities necessary for the execution and completion of the work, except as otherwise stipulated in the Contract Documents. b. The Contractor shall, at all times, enforce strict discipline and good order among his employees and shall not employ on the work any person unfit or not skilled in the work assigned to him. Employees or agents of the Contractor who, in the opinion of the Engineer, may impair the quality of the construction shall forth- with be discharged by the Contractor upon the written request of the Engineer. c. During the term of this contract, neither party shall employ nor. hire any employee of the other party, nor of the Engineer, without the written consent of the other party or of the Engineer. The Contractor shall not use any work performed or any information obtained from any employee hired in violation of this provision in making a claim against the Owner or Engineer and shall also be BW.Tuk35 GC - 14 liable to the Owner as liquidated damages in an amount equal to double the amount of salary or wages paid to any such employee so hired in violation hereof. d. Necessary sanitation conveniences for the use of workmen on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. 24. MATERIALS AND EQUIPMENT FURNISHED BY OWNER a. Contractor shall receive, inspect and accept all Owner - furnished items of material and equipment, subject only to latent defects. Claim by the Contractor to the Owner shall be made in writing within five (5) working days after discovery of any latent defect. Damages or loss to Owner shall be limited to the cost of and labor for replacement of any such damaged item. In any event, the liability of Owner to Contractor for furnishing an item having a latent defect is limited to damages or loss resulting from use thereof only to the extent that such loss or damage is recoverable by the Owner against the supplier. Owner shall include in his claim the amount of damage to the Contractor or may assign to Contractor any claim which Owner would otherwise have against any such supplier; and the sole remedy of Contractor shall be by suit or action on such assigned claim. Owner agrees to cooperate with Contractor in furnishing facts or data to assist Contractor in prosecuting such action. b. Delays in delivery of Owner - furnished materials or equipment shall not be cause for claims for extra costs or damages by Contractor • against Owner, except to the extent that damages can be recovered by Owner directly or by Contiactor directly from the material or equipment supplier of Owner. 25. SAMPLES The Contractor shall furnish for the Engineer. The finished work samples. Approval of samples by Contractor of performance of the Documents. 26. .DETERMINATION OF "OR EQUAL" approval all samples as directed by shall be in accordance with approved the Engineer does not relieve the work in accordance with the Contract The Engineer shall be the sole judge in the question of "or equal" of any supplies or material proposed by the Contractor. The Contractor shall pay to the Owner the cost of tests and evaluations by the Engineer to determine acceptability of alternates proposed by the Contractor, in accordance with the established rates of Engineer for time and expense work, the total cost of which may be offset by the Owner against the contract price. 8W.Tuk36 CC - 15 27. ROYALTIES AND PATENTS The Contractor shall be liable for all suits brought against the Owner by reason of infringement of patent rights or licenses on any material, machine, appliance-or process that he may use on the work or incorporate into the finished job, except where specifically exempted by special provisions. Prices named in the proposal shall include payment of royalties, if any. Contractor shall defend and hold Owner harmless from any such suit, costs of defense and any judgment which may be made or entered against Owner thereon. 28. LANDS FOR WORK The Owner will furnish all lands and rights -of -way necessary for carrying out this contract and completion of the work herein contemplated, and will use due diligence in acquiring said lands and rights -of -way as speedily as possible. But it is possible that all lands and rights -of -way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights -,of -way as the Owner may have.pre- viously acquired and no claim for damages whatever will be allowed by reason of the delay in obtaining the remaining land and rights -of -way. Should the Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the giving of notice to proceed by reason of any litigation, or by reason of its inability to procure any lands or rights -of -way for said work, the Contractor shall not'be entitled to any damages, costs, expenses, additional compensation or loss of profits by reason of said delay, or to withdraw from the contract except by consent of the Owner; but time for completion of the work will be extended to such time as the Owner determines will compensate for the time lost by such delay, such determination to be set forth in writing, provided.in any event the Contractor may terminate as provided in paragraph 43. 29. SURVEYS, PERMITS, LAWS AND REGULATIONS a. Owner shall furnish all property boundary surveys unless otherwise specified. Permits, permission under franchises, licenses And bonds of a temporary nature necessary for and during the prosecu- tion of the work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. Where Owner is required to secure such permits, permission under franchises, licenses and bonds and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and offset by Owner against the contract price. • b. Contractor shall give all'notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work required by the Contract Documents. If Contractor observes that the Contract Documents, or any part thereof, are inconsistent or at variance therewith, he shall promptly notify the Engineer in writing, and any necessary changes shall be made as provided in the contract for changes in the work. If the Contractor performs any work contrary to such laws, ordinances, rules and regulations, 8W.Tuk37 GC - 16 or prior to obtaining permits, permission under franchises, licen- ses and /or bonds as required to be furnished by or obtained by Owner, he does so at his own risk and without payment or reimbur- sement therefor from Owner unless Owner shall have given written approval thereof to Contractor. c. Wherever the law of the place of construction requires a sales, consumer, use or similar tax, the Contractor shall pay such tax. 30. POINTS AND INSTRUCTIONS a. Contractor shall provide reasonable and necessary opportunities and facilities for setting points and making measurements by Engineer as set forth in the Special Provisions. Contractor shall not proceed with the work until timely demand in writing has been made upon Engineer for, and Contractor has received from Engineer, such points and instructions. The work shall be done in strict conformity with such points and instructions. b. Contractor shall preserve bench marks, reference points and stakes, and, in case of destruction or removal thereof for any reason, Contractor is responsible for the resulting costs for replacement and shall be responsible for any mistakes and loss or damage arising therefrom which may be caused by the absence, destruction, removal or disturbance thereof. 31. PAYMENT OF PREVAILING WAGES a. In accordance with Revised Code of Washington, Chapter 39.12, et seq., as amended, there shall'be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the Contractor and any laborers, workmen, mechanics or subcontractors.' b. The "prevailing rate of wage" shall be the rate of hourly wage, usual benefits, and overtime paid in the locality, as hereinafter defined, to the majority of workmen, laborers, or mechanics, in the same trade or occupation. In the event that there is not a majority in the same trade or occupation paid at the same rate, then the average rate of hourly wage and overtime paid to such laborers, workmen or mechanics in the same trade or occupation shall be the prevailing rate. If the wage paid by any Contractor to laborers, workmen or mechanics on any public work is based on some period of time other than an hour, the hourly wage for the purposes of this shall be mathematically determined by the number of hours worked in such period of time. The "locality" shall be the largest city in the county wherein the physical work is being performed. 8W .Tuk38 GC - 17 The "usual benefits" shall include the amount of: 1) The rate of contribution irrevocable made by the Contractor to a trustee, or to a trustee or to a third person pursuant to a fund, plan, .or program; and The rate of costs•to the Contractor which may be reasonably anticipated in providing. benefits to workmen, laborers, and mechanics pursuant to an enforceable commitment to carry out a financially-responsible plan or program which was communicated in writing to the workmen, laborers, and mechanics affected, for medical or hospital care, pensions or retirement or death, compensation for injuries or illness resulting from occupa- tional activity, or insurance, for vacation and holiday pay, for defraying costs of apprenticeship or other similar programs, or for other bona fide fringe benefits, but only where the Contractor is not required by other Federal, State or local law to provide any of such benefits. c. The rules and regulations of the Department of Labor and Industries and the schedule of prevailing wage rates for the loca- lity or localities where this contract will be performed as deter- mined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this contract as though fully set forth herein. Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. On projects governed by wage rates determined by the State of Washington Department of Labor and Industries and by the U.S. Secretary of Labor, if there is a difference between the two in the prevailing rate of wage ,for similar classification of labor, the Contractor shall pay not less than the wage which is the higher of the two. ' d: The Contractor, on or before the date of commencement of work, shall file a statement under oath with the Owner and with the Director. of Labor and Industries certifying the rate of hourly wage paid and to be paid each classification of laborers, workmen, or mechanics employed upon the work by the'Contractor or Subcontractor which shall be not less than the prevailing rate of wage. Such statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and pro- cedures required by the Department of Labor and Industries. e. In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties in interest, including labor and manage- ment representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and his decision therein shall be final and conclusive and binding on all parties involved in the dispute. 8W.Tuk39 GC - 18 f. Prior to commencing -work, each contractor and each and every sub- contractor shall file a sworn statement of intent with the Owner and with the Department of Labor and Industries as to the pre- vailing wage rate, including fringe benefits, for each -job classi- fication to be utilized. g• Each voucher claim submitted by a contractor for payment on a pro- ject estimate shall state the prevailing wages have been paid in accordance with the'pre -filed statement or statements of intent on file with the Department of Labor and Industries as approved by the Industrial Statistician. h. At the conclusion of the project, the Contractor and his sub- contractors shall submit affidavits of wages paid to the Department of Labor and Industries for certification by the Director. Final payment on the contract shall be withheld until certification by the Director has been received by the Owner that the prevailing wage requirements of the law have been satisfied. i. The law of this State, R.C.W. Chapter 39.12, as amended, provides: "In all contracts let by the State, or any department thereof, or any County, City or Town for the erection, construction, alteration, demolition or repair of any public building, structure, bridge, highway, or any other kind of public work or improvements, the contractor, subcontractor, or person in charge thereof, shall employ 95 per cent or more bona fide Washington residents as employees where more than 50 persons are employed, and 90 per cent or more where 50. or less are employed; and shall pay the standard prevailing wages for the'specif is type of construction as determined by the U.S. Department of Labor in the City or County where work is being performed. The term residents, as used in this chapter, shall mean any person who has been a bona fide resident of the State. of Washington for a period of 90 days prior to such employment; provided, that in contracts involving the expenditure of Federal- aid funds, this chapter shall not be enforced in such manner to conflict with or be contrary to Federal Statute, rules and regulations prescribing a labor preference to honorable discharged soldiers, sailors, and marines, or prohi- biting as unlawful any other preference or- discrimination among the citizens of the United States.' "In the event a sufficient number of Washington residents shall not be available, the contractor or subcontractor shall imme- diately notify the public body with whom the contract has been executed of such facts, and shall state the'number.of non- residents needed. The public body shall immediately investigate the facts and, if the conditions are as stated, the public body shall, by written order, designate the number of non - residents and the period for which they may be employed; provided, that should residents become available within the period, such residents shall be immediately employed and the period shortened consistent with the supply of resident labor." 8W.Tuk40 GC - 19 "The provisions of this chapter shall be written into every such public contract, including the following penalty: Any contractor or subcontractor who shall employ a non- resident in excess of the percentage preferences, excepting as herein permitted, shall have deducted, for every violation, from the amount due him, the pre- vailing wages which should have been paid to a displaced resident. The money so deducted shall be retained by the public body for whom the contract is being performed." "Any person, firm or corporation violating any of the provisions of this chapter shall be guilty of misdemeanor." 32. PROTECTION OF WORK AND PROPERTY AND SAFETY a. Contractor shall continuously maintain adequate protection of the work from damage and shall protect Owner's property from injury or loss arising in connection with or during the. existence of this contract. He shall make good any such damage, injury or loss, except such as may be directed due to errors in the Contract Documents or caused by agents or employees of Owner. He shall adequately protect adjacent property from loss or damage occa- sioned by performance of the work. He shall provide and maintain all passageways, guard fences, lights and other facilities for protection required by public authority or local conditions. b. .Contractor shall bear_the risk of loss or damage for all finished or partially finished work until the entire contract is accepted by Owner. Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provi- sions of Federal, State and municipal safety laws and building codes. He shall erect and properly maintain, at all times, as required by the. conditions and progress of the work, all necessary safeguards for protection of workmen and the public; shall post danger signs warning against known or unusual hazards; and he shall designate a responsible member of his organization on the construction site whose duty shall be the prevention of accidents. The name•and position of such person so designated shall be reported in writing to Engineer by Contractor. 33. EXISTING UTILITIES OR OBSTRUCTIONS a. Contractor's work shall be confined to Owner's premises, including easements and construction permit limits, whenever possible. He shall not enter upon or place materials on other property except • by written consent of the individual owners and he shall save Owner harmless from all suits and actions of every kind and description that might result from his use of property other than that of the Owner. 8W.Tuk41 GC - 20 b. Existing utilities indicated anywhere on the drawings have been plotted from the best information available to the Engineer. Source of information generally consists of construction records and other data obtained verbally from officials associated with the particular utility. Neither the Owner nor the Engineer guarantee the accuracy or Completeness of this information and assume no responsibility for .improper locations or failure to show utility locations on the construction plans; and it is to be understood that.other above ground or underground facilities not shown. on the drawings may be encountered during the course of the work. Existing utilities, whether shown on the drawings or not, shall be maintained, relocated, re- routed, removed, and restored as may be necessary by the Contractor, in a manner satisfactory to Owners and operators of the. utilities. The right is reserved by Owners of public utilities and franchises to enter upon any street, road, right= of -way or easement for the purpose of maintaining their property and for making necessary repairs or adjustments caused by the Contractor's operations. The Contractor shall save the Owner and Engineer harmless of any cost so incurred. c. Contractor shall take adequate precautions to protect existing lawns, trees and shrubs outside rights -of -way, sidewalks, curbs, pavements, utilities, adjoining property, and structures, and to avoid damage thereto. He shall, at his own expense, completely repair any damage thereto caused by his operations to the satis- faction of the Engineer, except as otherwise provided in other sections of these specifications. 34.. REPLACING IMPROVEMENTS Whenever it is necessary in tl:e course of construction to remove or disturb culverts, driveways, roadways, pipelines, mail boxes, yard lighting, property stakes or other existing improvements, without limiting the generality thereof and whether on private or public property, they shall be replaced to a condition equal to that existing before they were so removed and disturbed. Shrubs and trees within the work limits shall be relocated to a reasonable location designated by the Engineer. Where relocation is impractical and upon approval of Engineer, the item may be replaced in kind with a size and age approved by Engineer. In any event, no less than 5 years old. All such costs for this replacement shall be borne by the Contractor and considered incidental to the construction and work covered by these specifications. 35. SUPERINTENDENCE AND SUPERVISION Contractor shall keep on the construction site during progress of the work a competent superintendent and any necessary assistants, all satisfactory to Engineer. The superintendent shall not be changed except with the consent of the Engineer, unless the superintendent 8W.Tuk42 GC - 21 proves to be unsatisfactory to Contractor and ceases to be in his employ. The superintendent shall represent Contractor in his absense and all directions given to the superintendent shall be as binding as though given to Contractor. Instructions to Contractor shall be con- firmed in writing upon his request in each case. Contractor shall give efficient supervision to the work, using his best skill and attention. 36. CHANGES IN THE WORK a. Except as limited by Paragraph 36, "Increase or Decrease of Work ", Owner, without invalidating the contract, may order extra work or make changes by altering, adding to or deducting from the work, the contract sum being adjusted accordingly. All such work shall be executed under the conditions of the original contract, except that any claim by Contractor for extension of time caused thereby shall be made at the time such change is ordered. b. In giving instructions, Engineer shall have authority to make minor changes in the work, not inconsistent with the purposes of the work. Except in any emergency endangering life or property, no extra work or changes shall be made unless in pursuance of a written order by Engineer and countersigned by Owner; and no claim for an addition to the contract sum shall be valid unless so ordered. c. The value of any such extra work shall be determined in one or more of the following ways: 1) By estimate and agreement on a lump sum. 2) By unit prices named in the contract or subsequently agreed upon. 3) If, for any reason, method 1) or 2) cannot be agreed upon, such work will be paid for the actual cost of labor, payroll taxes, material, equipment rental and field supervision required, with the addition of fifteen per cent (15%) to cover profit, overhead, use of small tools, taxes, insurance, bookkeeping and all other incidental costs. In such cases, the Contractor shall keep and present in such form as the Engineer may direct'a correct account of such costs, together with supporting time cards and vouchers. In any case, Engineer shall certify to the amount due Contractor. Pending final determination of value, payments on account of changes shall be made on Engineer's estimate. d. Additional work performed without authorization of a change order will not entitle Contractor to an increase in the contract price or an extension of the contract time.' 37. INCREASE OR DECREASE OF WORK a. The Owner reserves the right to make such alterations in the plans or in the quantities of work as may considered, necessary. Such alterations shall be in writing by the Engineer and shall not be 8L.Tukw16 GC - 22 considered a waiver of any condition of the contract nor invalidate any of the provisions thereof; provided, however, that the execution of supplemental .agreement acceptable to both parties of the contract shall be necessary before,any alteration is made which involves 1) an extension or shortening of the length of the project by more than twenty -five per cent (25X), 2) an increase or decrease of more than twenty -five per cent (25%) of the total cost of the work calculated from the original proposal quantities and the unit contract prices, 3) an increase or decrease of more than twenty -five per cent (25X) in the quantity of any one major contract item, or 4) a change in the nature of the design or in the type of construction which materially increases or decreases the cost of the performance of the work. For conditions 3 and 4 above, a major item is defined as any item, unless otherwise indicated on the plans-or designated in the Special Provisions, the contract price for which amounts to ten per cent (10X) or more of the total contract price as determined by the origi- nal proposed quantities and the unit contract prices. b. When an alteration requires the execution of a supplemental agreement, such agreement shall be signed'by both parties before any work on the alteration is started. Alterations involving a change of more than twenty -five per cent (25%) in the net of any one minor contract item will not require a supplemental agreement. 38. .CLAIMS FOR EXTRA COST a. If the Contractor claims that the cost of construction under the contract has been increased through instructions, by drawings•or other act of the Owner, after the contract has been made, he shall give the Engineer written notice thereof within a reasonable time after the receipt of any such instructions, or occurrence of any other act, and in any event before proceeding to execute the work, except in emergency endangering life or property, and the procedure shall then be as provided for changes in the work. No claim for • extra cost shall be valid unless so made. 4 b. The Contractor shall not be entitled to claim against owner for any damages, costs, expenses, additional compensation or lost profits due to work stoppage or delays caused by any governmental agency or .by act of third parties, 'or inability of Owner to make the jobsite available, or for any other cause beyond the control of the Owner. 39. DELAYS AND EXTENSION OF TIME a. Should the Contractor be delayed in the prosecution or completion of the work by the act, neglect or default of the Owner, any of its • officers or employees, any other contractor employed by the Owner upon the work, or by any damage caused by fire or other casualty for which the Contractor is not responsible, or by combined action of workmen, in no way caused by or resulting from default or collusion on the part of the Contractor, then the time herein set for comple- tion of the work shall be extended for a period equivalent to the .work time lost. by reason of any or all of the causes aforesaid. The extended time period shall be determined and fixed by the Owner, ' . 8W.Tuk44 GC - 23 which determination shall be final, but no such allowance shall be made unless a claim therefore is presented in writing to the Owner within ten (10) calendar days after the occurrence of such delay. b. Time for completion specified has taken into consideration the possi- bility of delay and work. interruption resulting from acts of other contractors, whether or not a contractor of Owner, and no extension of time will be allowed because of such interruption or delay. The .Contractor shall cooperate with the contractor of an adjoining or interdependent project to the full extent possible so that the opera- tions of both will suffer minimum of interference and delay:. In case of disagreement between the contractors, the decision of the Engineer shall be accepted as final. Any unavoidable delays to Contractor resulting therefrom shall be adjusted as to contract time in accordance with the specifications of. this section. c. In general, the number of working days allowed for completion of the project has been extended sufficiently to provide for the procure- ment of all materials necessary for construction. Failure to procure the materials involved for any reason shall not be the basis for an extension of time. If no schedule or agreement is made between the Engineer and the Contractor stating the dates upon which instruction and /or drawings shall be furnished by the Engineer, then no claim for delay shall be allowed Contractor on account of such failure to fur- nish drawings unless Contractor' shall have given two (2) weeks' notice of the need for such drawings and not then unless claim of need for such drawings is reasonable. When it has been determined that Contractor is entitled to an exten sion of time, the amount of such extension shall be only to compere -, sate for direct delays and shall be based upon Contractor's energetically pursuing the work at a rate not less than that which would have been necessary t� complete the basic contract on time. In determining the amount of extension, the Engineer will consider that the Contractor is applying efforts simultaneously on the several parts of the job to the maximum amount practicable. 40. COMPLETION AND /OR CORRECTION OF WORK AND REMEDIES BEFORE FINAL PAYMENT a. If the Contractor should neglect to prosecute the work properly "and /or fail to perform any provision of this contract, the Owner, upon certification by the Engineer and after five (5) working days' written notice to the Contractor, may, without prejudice to any other .remedy he may have, make good such deficiencies and deduct the cost thereof from payments then or thereafter due the Contractor. b. The Contractor shall promptly remove from the construction site all materials condemned by the Engineer as failing to conform to the contract, whether incorporated in the work or not; and the Contractor shall promptly replace and re- execute his own work in accordance with the intent of the contract and without expense to the Owner and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned work and materials and com- 8W .Tuk45 GC - 24 mence re- execution of the work within five (5) working days of notice from the Engineer, the Owner may correct the same as otherwise pro- vided herein. c. If the Contractor does not remove such condemned work and material within the period hereinabove described, the Owner may remove and store any such material at the expense of the Contractor. If the Contractor does not pay the cost of such removal within ten (1 0) calendar days from the date the notice to Contractor of the fact of such removal, the Owner may, upon an additional ten (10) calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred, including costs of sale, accounting to the Contractor for the net proceeds remaining, and Owner may bid at any such-sale. Contractor shall be liable to Owner for the.amount of any deficiency remaining between the costs incurred and the proceeds of sale. Owner may deduct the costs of such removal, storage and sale and /or remaining deficiency from any funds otherwise due the Contractor. 4 1. DEFECTS ARISING IN ONE YEAR AND REMEDIES a. The Contractor shall be responsible for correcting all defects in workmanship and material within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and /or materials in the corrected. work for one year after acceptance of the corrections by the Owner. The Contractor shall start work to remedy such defects within seven (7) calendar days of mailing notice of discovery thereof by Owner and shall complete such work within a reasonable time. In emergencies, where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor.does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. b. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's work including, but not limited to, cost of materials and labor extended by Owner in making emergency repairs and cost of engineering, inspection and supervision by Owner or Engineer. The Contractor shall hold the Owner harmless from any and all claims which may be made against the Owner as a result of any defective work and the Contractor shall defend any such claims at his own expense. 42. SUSPENSION OF WORK a. The Owner may, at any time, suspend the work, or any part thereof, by giving notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) working days after the date fixed in the written notice from the Owner to the Contractor to do s o. The Owner shall not reimburse the Contractor for expense incurred.by the Contractor in connection with the work under this Contract as a result of such suspension. 8W.Tuk46 GC - •25 b. Suspension of the work by the Engineer shall not furnish any ground for claim by the Contractor for damages or extra compen- sation, but the period of such suspensions shall be taken into consideration in determining the revised date for completion as hereinafter provided. The Contractor shall not suspend work under the contract without the written order of the Engineer as stated in the preceding paragraph. The Contractor will be required to work a sufficient number of hours per day in order to complete the project within the days specified. The question as to the necessity of discontinuing any portion of the work by reason of unfavorable weather conditions shall be determined by the Engineer. c. Upon failure of the Contractor to carry out the orders of the Engineer or to perform work under the contract in accordance with its provisions, the Engineer may suspend the work for such period as he may deem necessary. Time lost by reason of such failure or in replacing improper work or materials shall not furnish any ground to the Contractor for claiming an extension of time or extra compensation and shall not release the Contractor from dama- ges or liability from failure to complete the work within the time prescribed. 43. OWNER'S RIGHT TO TERMINATE CONTRACT a. The Owner may terminate the contract and take possession of the premises and of all materials thereon and finish the work by wha- tever methods he may deem expedient, upon the occurrence of any one or more of the events hereafter specified, and receipt of the certificate by the Engineer that sufficient cause exists to justify such action: 1) If the Contractor should be adjudged a bankrupt. 2) If the Contractor should make a general assignment for the benefit of his creditors. 3) If a receiver should be appointed on the account of insolvency of Contractor. 4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the work. 5) If the Contractor should fail to complete the work within the time specified in the contract. 6) If the Contractor should fail to make prompt payment to sub- contractors of for material or labor. If Contractor should persistently disregard laws, ordinances or regulations of Federal, State or municipal agencies or sub- divisions thereof. 8W.Tuk47 GC - 26 8) If Contractor should persistently disregard instructions of Engineer, or otherwise be guilty of a substantial violation of the contract. Owner shall give Contractor five (5) working days' written notice to cure the default and, if not cured to the satisfaction of Owner as certified by Engineer, the Owner may, upon three (3) working days' written notice, elect to so terminate. Any such termination shall be without prejudice to any other right or remedy which Owner may have against Contractor. b. In the event of the failure of Contractor to cure the default to which notice is given as above provided, or if the Contractor abandons the work undertaken under the contract, Owner may, at his option, upon ten days' written notice to the surety and 'without any written notice of Contractor, transfer the employment of said work from Contractor to surety. Upon receipt of such notice, the surety shall enter upon the premises and take posse - sion of all materials, tools and appliances thereon for the pur- pose of completing the work included under this contract and employ, by contract or otherwise, any person or persons to finish the work and provide the material therefore, without termination of the continuing full force and effect of the contract. In case of transfer of such employment,to the surety, the surety shall be paid in its own name on estimates covering. the work subsequently performed under the terms of the contract and according to the terms hereof, without any right of Contractor to make any claim for the same or any part thereof. c. In the event that the contract is terminated by the Owner, Contractor shall not be entitled to receive any further balance of the amount to be paid under this contract until the work shall have been fully finished. At such time, if the unpaid balance of the amount to be paid under this contract exceeds the expense incurred by Owner in finishing the work, and all damges sustained or which may be sustained by Owner by reason of such refusal, neglect, failure of discontinuance of employment, such excess shall be paid by Owner to Contractor. If such expense and damages shall exceed the unpaid balance, Contractor and his surety and each thereof shall be jointly and severally liable therefore to Owner and shall pay the difference to Owner. Such expense and damage shall include all legal costs incurred by Owner in the employment of attorneys to protect the rights and interests of Owner under the contract; provided such legal costs shall be reasonable. 44. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work should be stopped under an order of any court, or other governmental authority for a period of ninety (90) working days, through no act or fault of Contractor or of. anyone employed by him, including subcontractors, or if payments due Contractor under this contract are unreasonably delayed, or if Owner suspends the work for any reason other than act or neglect of Contractor for a period of one 8W.Tuk48 GC - 27 hundred eighty (180) consecutive calendar days,:the Contractor may stop work and terminate this contract and recover from the Owner payment for all work executed, but the Contractor shall not be entitled to claim against Owner for damages, expenses, costs, addi- tional compensation or lost profits due to the suspension or termination. Final payment to the Contractor shall be made pursuant to the provisions of Paragraphs 47 and 48. 45. REMOVAL OF EQUIPMENT In case of the termination of this contract before completion of any cause whatever, Contractor, if notified to do so by Owner, shall promptly remove any part or all of his'equipment and supplies from the property of the Owner and, if Contractor fails to do so within three (3) working days from such notice by Owner, Owner shall have the right . to remove such equipment and supplies at the expense of Contractor, deducting the cost thereof from any funds otherwise due Contractor. 46. USE OF COMPLETED PORTION OF WORK Owner shall have the right to take possession of and use any completed or partially completed portions of the work,.notwithstanding that the time may not have expired for completing the entire work. Such taking possession and use shall not be deemed to be completion of the contract in respect to such work nor shall the same be deemed to be any acceptance of any work not completed.in accordance with the Contract Documents. 47. APPLICATION FOR PAYMENT a. At least five (5) working days before each payment. falls due, Contractor shall submit to Engineer four (4) copies of an itemized application for payment, supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labors, payments to subcontractors, and such other evidence of Contractor's might to payment'as Engineer may direct. b. Contractor shall be entitled to monthly progress payments corresponding to the stage of the work. Progress estimates will be prepared by Engineer not later than thirty (30) calendar days after commencing work, and every thirty (30) calendar days thereafter, if so entitled, for the duration of construction. These shall be based upon an approximate estimate of quantities of work completed and considered acceptable, as extended by the unit prices established in the contract or as provided by the schedule of lump sum payments. The Owner shall deduct from each monthly progress payment an amount of retainage provided for by law and by this contract and also for any charges against the Contractor authorized by this Contract. c. Cost of materials, properly stored, protected and insured at the site of the work will be paid on monthly estimates only when pro- vided for in the Special Provisions, and then only for the speci- fic materials listed therein for partial payment. In preparing 8W .Tuk4 9 GC - 28 the monthly estimates, advancement will be made therein for ninety per cent (90X) of the cost.of such materials, as evidenced by invoices to Contractor. Advances will not be made for any item of material amounting to less than five hundred dollars ($500.00). All materials must conform to the requirements of these specifications. However, advancement for materials will not constitute acceptance and any faulty material will be condemned although advancement may have been made for same in the estimates. Deductions at the same rates and equal in amount to the advancements, will be made on the estimates as the material is used. All materials for which costs are allowed under this sub- paragraph must be substantiated by written documentation from the material supplier that the material has been paid for. d. Quantities used for progress estimates shall be considered only as approximate and provisional and shall be subject to recalculation, adjustment and correction by Engineer in subsequent progress esti- mates and in final estimates. Inclusion of any quantities in progress estimates, or failure to disapprove the work at the time of progress estimates, shall not be construed as acceptance of corresponding work or materials. e. The retained amount shall be withheld by the Owner for 30 calen- dar days following final acceptance or termination of the contract and shall be paid to the Contractor at the expiration of 30 calen- dar days if no claims have been filed against such funds as pro- vided by law and if the Owner has no unsatisfied claims against the Contractor. No payments shall be made until releases have been obtained from the Department of Labor and Industries, the Department of Revenue, the Employment Security Department, and any other department'or agency having jurisdiction over activities of the Contractor, unless by law such releases are not required. In the event claims are filed, the Owner shall withhold, until such . claims are satisfied, a sum sufficient to satisfy all claims and to defray the cost of foreclosing the liens of such claims and to pay attorneys' fees. In addition, the Owner shall withhold such _amount as is required to satisfy any claims by the Owner against the Contractor, until such claims have been finally settled. f. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, shall deliver to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as he has knowledge or information, the release and receipts include all labor and materials for.which a lien could be filed; but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a liond satisfactory to Engineer to indemnify Owner against any lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all moneys that the latter may be compelled to pay in discharging such lien, including all cost and reasonable engineer's and attor'ney's fees. 8W .Tuk50 GC - 29 48. PAYMENTS WITHHELD Notwithstanding the issuance of any certificate, Owner may withhold any payment or portion of payment or recover any payment theretofore made, to such extent as may be necessary to protect himself from loss on account of: a. Defective work not remedied. b. Claims filed or written notice that valid claims will be filed. c. Failure of Contractor to make payments properly to subcontractors or suppliers of material or labor. d. Reasonable doubt that the contract can be completed for the balance then unpaid. e. Liquidated damages, inspection and engineering charges, or other claims against Contractor by Owner. f. Damage to another contractor. g. Failure of Contractor to furnish invoices to support application for payment for materials not incorporated in the work but deli- vered and suitably stored at the site. • h. Expenses, including court costs and legal fees, whether or not incident to suit, incurred by the Owner due to any default of the Contractor. 49. INDEMNITY Contractor shall indemnify, defend and save harmless Owner and Engineer from and against all losses and claims, demands, payments, suits, actions, recoveries and judgments of every nature and descrip- tion brought and recovered against Owner and /or Engineer by reason of any act or omission of Contractor, subcontractors, agents and /or employees arising, directly or indirectly, from the performance of the , Contract or in the guarding of the work. Contractor will, after reasonable notice of any such suit or action, defend and pay the expense of defending any suit which may be commenced against -Owner or Engineer arising therefrom. 50. PERFORMANCE BOND a. Contractor shall furnish a surety bond or bonds covering faithful performance of the contract and the payment of all obligations arising thereunder. The bond shall be in the full amount of the contract and shall be upon the for of bond set forth herein. The surety shall be a firm qualified to conduct business as a surety in the state in which the work is done. 8W'..Tuk51 GC - 30 b. The performance bond for this contract shall not only indemnify Owner for the usual performance provisions of the contract, but in addition, shall be a bond to guarantee payment of any and all tax liability of any type, kind, nature or description due as a result of work performed pursuant to the contract. 51. DAMAGES Any claim against Owner for damages, expenses, costs, lost profits, or extra compensation arising out.of the performance of this contract shall be made in writing to Owner within a reasonable time after the discovery of such damage and, in no event, later than the time of approval by Owner of final payment. Contractor, upon making applica- tion for final payment, shall be deemed to have waived his right to claim for any other damages for which claim has not been made, unless such claim for final payment includes notice of additional claim and fully describes the alleged damage. 52. SUBLETTING AND SUBCONTRACTING a. Contractor shall not assign or sublet the contract in whole or in part without the written consent of Owner, nor shall Contractor assign any moneys due or to become due to him hereunder without the prior written consent of Owner. b. Contractor shall not subcontract more than forty per cent (40X) of the work without the written consent of Owner. In any event, Contractor shall, at least .five (5) working days prior- to start of a• subcontractor's work, notify Engineer in writing of the name of the subcontractor proposed for the work and shall not employ. any which Engineer may object to as incompetent or unfit. • c. Contractor agrees that he is fully responsible to Owner for the acts and omissions of the subcontractor and persons either directly or indirectly employed by subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Consent to subcontracting .part of the work'shall, in no way, release Contractor from responsibility for performance of the work and he will be held, in all respects, accountable for the same as if no consent had been given. Contractor shall be required to give his personal attention to the work which is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and'owner. 53. SEPARATE' CONTRACT - INTERFERENCE WITH OTHER CONTRACTORS a. Owner reserves the right to perform work with its own forces or to let other contracts for work under similar general conditions in connection with this project, of which the work is awarded to one or more contractors under separate contract is a part. Contractor shall afford Owner and other contractors reasonable opportunity for the introduction and storage of their materials and the execu- tion of their respective work and shall properly connect and coor- dinate his work with theirs. 8W.Tuk52 GC - 31 b. Bidders are required to inform themselves fully of the conditions relating to construction and labor under which the work will be or is now being performed and Contractor shall employ, as far as possible, such methods and means in the carrying out of his work as will not cause any interruption or interference with any other contractor or agency. If any part of Contractor's work depends for proper execution or results upon the work of any other contractor, Contractor shall inspect and promptly report,in writing to Engineer any defect in such work which renders it unsuitable for such proper execution and result. His failure to so inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work .after the execution of his work. (To insure proper execution of his subsequent work, Contractor shall measure work already in place and shall report at once to Engineer any discrepancies bet- ween the executed work and the drawings.) c. If the performance of any contract for the project is likely to be interfered with by the simultaneous execution of some other contract or contracts, Engineer shall decide which contractor shall cease work temporarily and which contractor shall continue, or whether the work under the contracts can be coordinated so that the contractors may proceed simultaneously. Owner shall not be responsible for any damages suffered or extra costs incurred by Contractor resulting directly or indirectly from the award or per- formance or attempted performance of any other contract or contracts on the project or caused by any decision or omission of Engineer respecting the order of precedence in the performance of the contracts other than for an extension of time. 54. CLEANUP a. Contractor shall clean up omit. daily basis all refuse, rubbish, scrap material and debris caused by his operations, to the end that, at all times, the site of the work shall present a neat, orderly and workmanlike appearance. b. Upon completion of the work, Contractor shall remove all rubbish, scrap material, tools, scaffolding and surplus materials, and equipment used in and about the work. Before the contract shall be considered complete and prior to final payment, Contractor shall remove all surplus materials, falseworks, temporary structures, including foundations thereof, plants of any description, and debris of every nature, resulting from his operations, shall clean out all ditches that may have been filled during the work, replace damaged surfacing, and put the site in a neat, orderly condition and, in respect to structures, shall clean all windows and leave buildings broom clean. 8W.Tuk53 - GC - 32 55. WASHINGTON STATE SALES TAX The Revenue Act of 1935, as amended, requires the Owner to pay the Contractor for transmittal to the State a sales tax on the total charges made for construction unless otherwise exempt by Rule 171. Rule 171, issued by the Excise Tax Division of the State of Washington, provides for certain exemptions and compensating tax in regard to public roadway improvements. In case of a public roadway improvement contract, the Contractor shall determine which activities are subject to tax in order to properly eva- luate the work. Any applicable sales taxes shall be included in the space provided on the proposal. If in doubt as to sales tax procedures in any particular case, the Contractor should consult with the Washington State Department of Revenue. The Contractor shall be responsible for the correct interpretation of any laws or regulations relating to the appli- cation of the State Sales Tax. 56. USE OF OFF -SHORE ITEMS The State Statutes require that, upon the completion of a public contract, the Contractor shall submit a certified statement to the Owner, setting forth the nature and source of off -shore items in excess of Two Thousand Five Hundred Dollars ($2,500), which have been utilized in the performance of the contract. Off-shore items are defined as those items procured from sources beyond the territorial boundaries of the United States, including Alaska and Hawaii. .57. ATTORNEY'S FEES, COSTS AND INTEREST The Contractor shall reimburse the Owner for any attorney's fees, whether incident to suit or not, court costs and other expenses incurred by the'Owner in enforcing any provision of this contract; or made necessary by any default of the Contractor. Any charge by the Owner to the Contractor, pursuant to the terms of this contract, shall.• bear interest at the rate of 8 per cent per annum from the date of demand by the Owner, except that, if such claims are satisfied from funds withheld by the Owner from the Contractor, no interest shall be charged. 8W.Tuk54 GC - 33 SPECIAL PROVISIONS 1. Materials SP - 1 2. Standard Specifications SP - 1 3. Construction Scheudule SP - 1 4. Construction Coordination SP - 3 5. Time. For Completion SP - 4 6. Liquidated Damages .SP - 5 7. Failure to Maintain Progress Schedule SP - 5 8. Measurement Of Roadway Excavation And SP - 5 Embankment 9. Final Payment For All Cubic Yard Quantities SP - 6 10. Progress Payments For Cubic Yard Qyantities SP - 6 11. Conctractor Organization, Superintendence SP - 6 And Equipment 12. Maintenance Of Streets And Utilities SP - 7 13. Material Orders SP - 7 14. Suitability of Material SP - 7 15. Contractor - Proposed Alternate Material And SP - 8 Equipment 16. Inspection Of The Work SP - 8 17. Prevailing Wage Rates SP - 8 18. The Contract Plans - 1984 Street Improvement SP - 8 Project 19. Permits, Franchises, Easements And License SP - 8 To Construct 20. Performance Bond 21. Order Of Completion 22. Sales Tax 23. Maintenance of Traffic 24. Construction Staking 25. Guarantees 26. Engineer 27. Insurance 28. Payment of Prevailing Wages 29. Retained Percentages SP - 9 SP - 9 SP - 9 SP - 9 SP - 10 SP - 11 SP - 12 SP - 12 SP - 12 SP - 12 SPECIAL PROVISIONS 1. MATERIALS The Contractor shall furnish all materials and equipment for the completion of the work to be performed under this contract and shall be fully responsible for all these materials and equipment until the completed project is delivered to and accepted by the Owner. The Contractor shall, at his own expense, secure and maintain a storage place for his materials and equipment. 2. STANDARD SPECIFICATIONS The work shall be accomplished in accordance with the requirements of the following Standard Specifications where specified. The responsibility for supplying himself with these Standard Specifications shall rest with the Contractor.. a. Divisions 2 through 9 of 1984 Standard Specifications for Road, Bridge and Municipal Construction, prepared by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter, hereinafter referred to as Standard Specifications. Reference to Standard Plans shall mean the Standard Plans for Road, Bridge and Municipal Construction, prepared by the Washington State Department of Transportation and the American Works Association, Washington State Chapter. 3. CONSTRUCTION SCHEDULE Immediately after execution and delivery of the Contract and before notice to proceed is given, the Contractor shall deliver to the City an estimated construction progress schedule in form satisfactory to the City, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due to the Contractor in accordance with the progress schedule. The estimated schedule of work prepared for the Engineer is for informational purposes only and no warranty, either expressed or implied, is made by the SP - 1 City or the Engineer that the estimated schedule to meet his own, unique construction operation. The Contractor shall allow in his schedule necessary time for any work required by private and City utilities to locate, monitor and adjust their utilities as required for the construction of this contract. No added time will be allowed the Contractor caused by those utility adjustments. The Contractor shall also furnish periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. The schedule shall include and identify adequate time requirements for various utilities to maintain and relocate their utilities as a result of the Contractor's activities. The Contractor shall make himself aware of all phases . of the construction and the time required to complete the work outlined in the Contract Documents. The Contractor shall indicate the anticipated progress and length of time to complete each phase of work including that of his subcontractors. The Contractor shall allow time for the average inclement weather expected during the period of construction and accordingly establish his progress schedule. Average inclement weather shall be based on the weather record of the last five years during the same period. The progress schedule shall be in the form of bar graphs developed under the critical path method, P.E.R.T., or other similar methods. Upon request of the Engineer, the Contractor shall submit supplementary progress schedules in the form required by the Engineer. Such supplemental schedule shall conform with the time of construction and delays which may have been encountered in the performance of work. The progress schedule and supplementary progress schedules shall be consistent with the time and order of work requirements of the Contract. Adequate material, equipment and labor shall be provided by the Contractor to carry out the progress schedule submitted by him and to complete the contract within the time specified. SP - 2 Approval of any schedule submitted by the Contractor shall not be construed to assign responsibility of performance of contingencies to the City or relieve the Contractor of his responsibility to adjust his forces, equipment, and work schedule as may be necessary to ensure completion of the work within prescribed contract time. The cost of preparing the progress schedule and supplementary progress schedule shall be considered incidental to the Contract and no compensation shall be made therefore. The construction schedule will include and identify time requirements for various private utilities to carry out their described activities. This construction schedule shall be prepared by the Contractor and presented at the preconstruction meeting for the City's and private Utilities' review and sign- off. 4. CONSTRUCTION COORDINATION Coordination of the work between the Contractor and all other utilities and the City's forces is essential for the successful completion of all work contemplated. The Contractor's attention is called to the paragraphs of the General Conditions and Special Provisions that apply. Other utilities, districts, agencies, and /or contractors who may be working within the project area are as follows: • a. City of Tukwila b. Pacific Northwest Bell Telephone Company c. Southcenter Shopping Center d. Seattle Water Department It is anticipated that the sequence of work may require grading operations around existing utilities. The Contractors shall notify the following entities of his construction schedule. a. Public Works Department 6200 Southcenter Boulevard Tukwila, Washington 98188 b. Fire Department 5900 South 147th Tukwila, Washington 98188 SP - 3 433 -1850 243 -5353 (emergency only) 244 -7221 • (business only) c. Police Department 6200 . Southcenter Boulevard Tukwila, Washington 98188 d. Pacific Northwest Bell 300 S.W. Seventh Street Renton, Washington 98055 e. Lee Alsager Southcenter Shopping Center 633 S.C. Shopping Center Tukwila, Washington 98188 f. Seattle Water Department Exchange Building 821 Second Avenue Seattle, Washington 98104 Attention: Jack Herlad 242 -0700 (emergency only) 433 -1808 (business only) 345 -6853 246 -7400 625 -4125 The Contractor shall hold harmless the City for disruption to his activities by utilities which must be maintained and /or relocated by the various utility companies. 5. TIME FOR COMPLETION Subject to the time lost due to inclement weather and delay in delivery of materials, should such delay not be the result of the undersigned's actions, the Contractor agrees to commence work within 10 days after Notice to Proceed and to complete all work embraced in the contract in 120 calendar days, after notice to proceed, and all work other than signal and illumination work shall be completed within 40 calendar days after notice to proceed. Within 20 calendar days after execution by the City, the Contractor shall provide the City with copies of purchase orders for all equipment items deemed critical by the City including signal controller materials and signal standards required for the completion of the contract. Such purchase orders shall disclose the estimated delivery dates for such equipment. Liquated damages, in accordance with item 6 of these special provisions, will be assessed for failure to complete either, all work other than signal and illumination work or the entire project within the completion time specified. Such damages will not be additive. The Contractor agrees to complete the work within the contract time contained in his proposal plus any extensions as provided for herein. It is the SP - 4 responsiblity of the Contractor to complete the work within the completion time. The City makes no promise or representation that this can or will be done. Extensions in completion time will be granted for delays beyond the control of the Contractor only, such as strikes or natural disasters, and may be granted for increases in the contract value of the work to be done. Requests for extensions in completion time shall be made in writing to the Engineer and approved through a change order prior to the commencement of such extensions. Extensions will also be granted if the Contractor is required, by the Engineer, to stop work in order to accommodate heavy traffic periods related to Labor Day and Christmas shopping seasons. 6. LIQUIDATED DAMAGES Liquidated damages for failure to execute the contract as specified will be assessed as follows; Delays Beyond the Date for Project Completion: Two - Hundred Ten Dollars ($210.00) per calendar day thereafter plus costs of engineering inspection, supervision, legal expense and court costs incurred beyond said date. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from futher obligations and liabilities to complete the entire contract. 7. FAILURE TO MAINTAIN PROGRESS SCHEDULE The Engineer will periodically check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of contract and shall constitute reason form invoking pertinent portions of the General Conditions of.these specifications. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer may require the Contractor to submit a revised schedule to the Engineer for,approval. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. 8. MEASUREMENT OF ROADWAY EXCAVATION AND EMBANKMENT Only one determination of the original ground elevation SP - 5 9.• will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract, and the alignment, profile, grade and control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjsuted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Copies of the ground cross - section notes will be made available for the bidder's inspection, before the opening of bids, at the office of the Public Works Director. Upon award of the contract, copies of the original ground cross - sections will be furnished the successful bidder on request to the Project Engineer. FINAL PAYMENT FOR ALL CUBIC YARD QUANTITIES Final payment quantities will be determined to neat lines of "as- built" cross- section in the plans. 10. PROGRESS PAYMENTS FOR CUBIC YARD QUANTITIES The Contractor shall provide truck trip tickets for progress payments only in the following manner: Where items are specified to be paid by the cubic yard, the following tally system shall be used unless otherwise noted elsewhere in these Special Provisions. All trucks to be employed on this work shall be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. The tickets shall include the following information: a. Truck Number b. Quantity and Type of Material delivered in cubic yards. SP - 6 c. Drivers' Name, Date and Time of Delivery d. Location of Delivery, by Street and Stationing on Each Street e. Place for Engineer to Acknowledge Receipt It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. 11. CONTRACTOR ORGANIZATION, SUPERINTENDENCE AND EQUIPMENT The names of superintendents authorized to act for the Contractor shall be submitted to the Engineer in writing. A list of emergency phone numbers of Contractor personnel shall also be furnished at the preconstruction conference for the Engineer's use. 12. MAINTENANCE OF STREETS AND UTILITIES The Contractor shall be responsible, at all times, for the maintenance of streets and other utilities affected by construction operations. Debris and rubbish shall not be permitted to accumulate and all premises shall be maintained in a neat and workmanlike condition. In the event the Contractor fails to conform to these requirements, the City shall have the right to have the work done by others and the cost shall be deducted from monies due to the Contractor in accordance with Paragraph 40 of the General Conditions. The Contractor shall provide in his schedule a timeframe by which overhead lighting will have outages during the course of his construction. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to and included in the unit price bid for the various items comprising these improvements. 13. MATERIAL ORDERS All material and equipment included under this contract shall be placed on order within five (5) working days after the date of written notice of award of the contract provided that no such material and equipment shall be ordered until a list of the same has been submitted to and approved by the Engineer. SP - 7 14. SUITABILITY OF MATERIAL The Contractor shall be responsible that all materials that are furnished conform to the specifications and are fit for the intended purpose and shall obtain warranties of the suitability for intended purpose from all material suppliers. 15. CONTRACTOR- PROPOSED ALTERNATE MATERIAL AND EQUIPMENT The Contractor may submit prices for basic materials or equipment specified on the bid. Alternate material or equipment that the Contractor wishes to propose shall be identified in the Proposal form in the space provided. The prices bid for alternate material and equipment proposed by the Contractor shall not be considered in the award of the contract. 16. INSPECTION OF THE WORK The Engineer will make periodic visits to the job to familiarize himself generally with progress and quality of the work. The Engineer's representative will carry out reasonable inspections of the work to determine if it is proceeding in accordance with the Contract Documents. The Contractor shall be soley responsible to provide labor and materials fit for the intended purpose and to construct a satisfactory system. 17. PREVAILING WAGE RATES The Contractor shall comply with all provisions of Paragraph 31 of the General Conditions regarding payment of prevailing wages. 18. THE CONTRACT PLANS - 1984 STREET IMPROVEMENT PROJECT The Contract Plans shall consist of the following sheets: Sheets 1 Sheets 2 Sheets 3 -7 Sheets 8 and 9 Title Sheet Roadway Sections Misc. Details & Signal Coordination Channelization & Signalization Tukwila Parkway at I -405 On -Ramp Southcenter Access Signal SP - 8 19. PERMITS, FRANCHISES, EASEMENTS AND LICENSE TO CONSTRUCT Work shall not be started on any private right -of -way until clearance is given the Contractor by the Engineer. The Contractor is required to protect the City of Tukwila from claims on all easements and license to construction and do all necessary work required to protect the covenants and stipulations on each. All bidders shall base their bids upon full restoration of all property within the easements or license to construct. The easements and license to construct documents are being acquired and documents that have been acquired are available for inspection and review. The successful bidder will be provided with a copy of all License to Construct. The bidder is advised to review the conditions of the permits, easements and license to construct as he shall be required to comply with all conditions at no additional cost to the City. All other permits, licenses, etc., will be the responsibility of the Contractor. The Contractor shall comply with the Special Provisions and requirements of each. Restoration of landscaping shall be performed by a qualified Landscape Gardener whose principal business is this type of work. The name and qualifications of the Landscape Gardener shall be submitted to the Engineer for approval prior to beginning of construction. 20. PERFORMANCE. BOND The Performance Bond posted for this contract shall not only indemnify the City for the usual performance provisions of the contract but, in addition thereto, shall be a bond to guarantee payment of any and all tax liabilities of any type, kind, nature or description due as a result of.work performed pursuant to the contract. 21. ORDER OF COMPLETION In cases involving health, safety or welfare, the City Engineer may direct the order of completion of the work. 22. SALES TAX The Contractor shall include in the space provided on the proposal an allowance for all applicable taxes. See Paragraph 55 of the General Conditions. SP - 9 23. MAINTENANCE OF TRAFFIC The Contractor's attention is directed to all the provisions of Paragraph 32, of the General Conditions, PROTECTION OF WORK AND PROPERTY AND SAFETY, and, particularly, to the subsections mentioned in the Special Provisions for emphasis and clarification. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsiblity of the Contractor and all methods and equipment used will be subject to the approval of the Owner. All unattended excavations shall be properly barricaded and covered at all times. All signs, barricades, related equipment, and their use must be in accordance with the Manual on Uniform Traffic Control Devices for Streets and Highways, as adopted by Washington State Transportation Department as prepared by the National Joint Committee on Uniform Traffic Control Devices. The Contractor shall maintain the roads during construction in a suitable condition to not adversely affect vehicular traffic. All cost to maintain the roads shall be borne by the Contractor. The Contractor may close the adjacent lane to the work site, during working hours, with the approval of the Engineer. Temporary access to all properties throughout the course of the project shall be maintained. Cost for all materials, equipment and labor this lane and accesses shall be incidental to the contract. This restriction shall not apply to the paving portion of the construction process. When it is necessary to limit through traffic movement to any degree, the Contractor shall provide all flagmen, warning signs and barricades as are required by the Manual on Uniform Traffic Control Devices for Streets and. Highways or by the Engineer. At the end of each working day, provisions shall be made for the safe passage of traffic during non - working hours. It shall be the Contractor's responsibility to provide all necessary warning signs, lights, barricades, etc., as specified. All costs of traffic control shall be considered incidental to the contract. The Contractor shall furnish flagmen certified by the Department of Labor and Industries and all necessary warning signs for flagging operations as necessary to insure safe movement of traffic. SP - 10 The Contractor shall furnish, place and maintain all necessary signs, barricades and warning lights. Barricades shall be reflectorized as specified in Part VI of the Manual on Uniform Traffic Control Devices for. Streets and Highways. Barricades shall also be equipped with flashers. The Contractor shall submit a traffic control plan to the Engineer for approval prior to commencing his operations. 24. CONSTRUCTION STAKING The Owner, or its authorized representative, will furnish one set of stakes for each area of work as follows: a. Staking curb and gutter at 50 -foot stations and all grade breaks (top of curb elevations) with offsets. b. Staking curb returns at intersections with offsets. c. Locating and staking limits of pavements and sidewalk removal. d. Locating and staking catch basins and inlets. e. Locating 'and staking storm sewer lines. f. Staking of right -of -way with offset reference stake showing cuts and fill to centerline at,50- foot stations. The placement of these stakes will be made in conjunction with the progress of the work. The Contractor shall give a forty -eight (48) hour (2 working days) notice of the requirement for stakes in writing. Once the stakes have been set, it shall be the responsibility of the Contractor to maintain the stakes until construction is complete. In the event that stakes must be replaced, the Contractor shall execute a signed, written request for restaking to the City, and the cost of such restaking shall be deducted from the payment due the Contractor. The above survey is the limit by which the City is obligated to provide for the project. If additional survey staking is required by the Contractor, it shall be his responsiblity to provide for it at his expense. SP - 11 The construction surveys are to be performed by the Consulting Engineer. or Surveyor as requested by the City. It is expressly understood that requests for survey will be performed based on an agreed -on schedule between the City and the Consulting Engineer or Surveyor. Requests for partial days of surveying are outside the scope of this agreement and will be considered extra work and the Consulting Engineer will be reimbursed by the City on a time and expense basis at the Contractor's expense. 25. GUARANTEES The Contractor shall be responsible for all work and materials for a period of one year from the date of final acceptance by the City of Tukwila City Council. 26. ENGINEER Unless otherwise specified, "Engineer" shall be defined as the Public Works Director, or his duly authorized assistants, including Chief Engineer, Project Engineer and inspectors. 27. INSURANCE Insurance coverage as shown in Paragraph 15 of the General Conditions is amended as follows: Bodily injury, each person $500,000 each accident $1,000,000; Property Damage, each accident $250,000, with a $2,000,000 limit for an aggregate combined bodily injury and property damage. • 28. PAYMENT OF PREVAILING WAGES. The following shall be added to Paragraph 31 of the General Conditions: "All costs associated with House Bill 795 (which amends the Washington State Public Works Statute RCW 39.12) regarding fees charged by the Department of Labor for approval of "Statements of Intent to Pay Prevailing Wages" and the certification of "Affidavits of Wages Paid" shall be paid by the contractor and shall be considered incidental to the contract, and no additional compensation will be made. 29. RETAINED PERCENTAGES. There will be reserved and retained from monies earned by the Contract, as determined by the progress estimates, a sum equal to five (5) percent of such estimates. Withholding, management, and release of SP - 12 such retained monies shall be in accordance with the provisions of RCW 60.28. If the Contractor wishes to exercise his option, as outlined in Chapter 38, Laws of 1970, Second Extra Session, in regard to investment of retained funds, he shall so notify the Tukwila City Treasurer in writing designating the financial institution and option for investing retained funds after signing the contract. If so notified, all retained monies will be deposited in a bank or placed in escrow to an account which must be set up by the contractor and not subject to withdrawal until 30 days after final acceptance of contract work and with agreement of both parties. DETAIL SPECIFICATIONS GENERAL 1. Scope of Work DS - 1 2. Contractor Safety Responsibilities DS - 1 3. Existing Facilities DS - 3 DIVISION 2 EARTHWORK 2 -01 Clearing, Grubbing and Roadside Cleanup 2 -02 Removal of Structures and Obstructions 2 -03 Roadway Excavation and Embankment 2 -11 Trimming and Cleanup DIVISION 4 BASES 4 -02 Gravel Base 4 -04 Ballasting and Crushed Surfacing 4 -06 Asphalt Treated Base DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 Asphalt Concrete Pavement 5 -05 Cement Concrete Pavement DIVISION 6 STRUCTURES DS - 5 DS - 5 DS - 8 DS - 9 DS - 9 DS - 9 DS - 9 DS - 9 DS - 10 6 -10 Concrete Barriers DS - 10 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUIT 7 -01 Drains 7 -05 Manholes, Grate Inlets, Drop Inlets and Catch Basins DIVISION 8 MISCELLANEOUS CONSTRUCTION DS - 10 DS - 10 8 -01 Roadside Seeding DS - 11 8 -03 Irrigation System DS - 13 8 -04 Curbs, Gutter, Spillways and Inlets DS - 14 8 -07 Precast Traffic Curb and Block Traffic Curb DS - 15 8 -08 Plastic Traffic Buttons DS - 15 8 -09 Lane Markers DS - 15 8 -11 Guard Rail DS - 15 8 -12 Chain Link Fence and Wire Fence DS - 16 8 -14 Cement Concrete Sidewalks 8 -20 Illumination, Traffic Signal Systems and Electrical 8 -21 Permanent Signing 8 -22 Pavement Marking DIVISION 9 MATERIALS DS - 16 DS - 16 DS - 23 DS - 23 9 -29 Illumination, Signals, Electrical DS - 24 DETAIL SPECIFICATIONS 1. SCOPE OF WORK These specifications cover the furnishing of all material, labor and equipment for the installation of the following improvements in accordance with these specifications and contract plans: 1984 Signalization and Channelization Improvement Projects Schedule A Signal Modification, "S" Line Bridge to Tukwila Parkway Tukwila Parkway "S" Line Bridge to Andover Park West Signal Modification, S. 180th and Southcenter Parkway Schedule B Andover Park West, Tukwila Parkway -South 2. CONTRACTOR SAFETY RESPONSIBILITIES In accordance with generally- accepted construction practices, the Contractor will be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The duty of the City and the Engineer to conduct construction review of the Contractor's performance is not intended to include review of the adequacy of the Contractor's safety measures, in, on or near the construction site. The Contractor and all subcontractors shall adhere to the requirements of the Occupational Safety and Health Act (OSHA), as well as other Federal, State and local safety and health statutes which may apply. These construction documents and the joint and several phases of construction hereby contemplated are to be governed, at all times, by applicable provisions of the Federal law(s), including, but not limited to, the latest amendments of the following: Williams- Steiger Occupational Safety and Health Act Public Law 91 -596. DS - 1 Part 1910 - Occupational Safety and Health Standards, Chapter XVII of Title 29, Code of Federal Regulations. Part 1518 - Safety and Health Regulations for Construction, Chapter XIII of Title 29, Code of Federal Regulations. The project, its prime contractor and his subcontractors shall, at all times, be governed by Chapter XIII of title 29, Code of Federal Regulations, Part 1518 - Safety and Health Regulations for Construction (36 FR 75) as amended to date. The prime contractor and all subcontractors shall immediately report all accidents, injuries, or health hazards to the City, or their designated representatives in writing. This shall not obviate any mandator reporting under the provisions of the Occupational Safety and Health Act of 1970. This program shall become a part of the contract documents and the contract between the City, the prime contractor, prime contractor and all subcontractors, as though fully written therein. The Contractor, at his expense, shall be required to maintain sufficient warning lights and adequate barricades on all trenches and open excavation to protect moving traffic and pedestrians. This shall include, not only open trenches, but also recently closed trenches, that have not been returned t_o full and safe operating surface for normal use. All the necessary flagmen, barricades and detour signs must be furnished by the Contractor, both during working hours, and also where the work is suspended during the construction period. The Contractor shall provide such additional barricades and protective devices as will be required to reasonably protect workmen and others, as well as animals from the excavation during the construction period. Upon failure of the Contractor to provide immediately and maintain adequate suitable barricades, lights and detour signs, when ordered to do so, the City shall be at liberty, without further notice to the Contractor of the surety, to provide the same and deduct the cost thereof from any monies or payments due or to become due the Contractor and the owner assumes no liability connected therewith. Signs used for posting shall be consistent with the provisions found in the State of Washington, "Manual on DS - 2 Uniform Traffic Control Devices for Streets and Highways ", and King County requirements. All costs for contractor safety responsibilities shall be merged in the prices bid for the several items as indicated in the Proposal. 3. EXISTING FACILITIES There now exists, along the construction and within the boundaries thereof, in addition to those improvements above the ground surface, certain underground improvements. A portion of these, where known, are shown on the plans. However, whether they are shown on the plans or later staked in the field by agents of the City or owners of the improvements, and the Contractor, in his operation, damages or disrupts these services, the repairs are to be made by the Contractor at his expense. In the event they are so damaged or their service disrupted and the Contractor fails or is unable to immediately restore the service, then the owners of the improvements may cause the repairs to be made by others and all costs for the same will be charged against the monies due the Contractor for work performed under this contract. All information pertaining to the existing conditions at the work site is presented only for the convenience of the Contractor. There is no guarantee expressed or implied that the information is correct or complete. It shall be understood that the City of Tukwila assumes no responsibility for any conclusions drawn by the Contractor. It shall be understood that the Contractor has satisfied himself regarding all surface and subsurface conditions at the site before bidding. If a prospective bidder desires to make borings prior to the bid date, permission will be granted, provided the Engineer shall have the right to have a representative present at the boring operation and shall be furnished with a copy of all data accumulated from such borings. Borings will be restricted per. the Engineer. The Contractor shall inform each property owner in ample time so that the property owner and the Contractor may take any precautions necessary to facilitate construction in the vicinity and thereby protect existing property and any underground facilities. Where the Contractor is allowed to use private property adjacent to the work, the property so used shall be returned to its original, or superior condition. A DS - 3 signed release from the property owner authorizing the use of said property by the Contractor shall be furnished the Engineer, prior to the land being used. Wherever existing drainage channels, culverts or structures are disturbed, The Contractor shall provide suitable means for diverting and maintaining all flows during construction in that area at his expense. Wherever it is necessary for the Contractor to connect to existing structures, the work shall be done so that existing use of the structures is unimpaired. No payment will be made for these connections and any damage to the existing structures shall be completely repaired at the Contractor's expense. The Contractor shall adequately protect and preserve from damage, destruction and interference with the use of all property or its appurtenances on or in the vicinity of the project, the removal or destruction of which is not ordered or provided for under this contract. This applies to all items occupying the right -of -way, trees, monuments, pipes, conduits, underground structures, culverts, lot corners, fences, rockeries, bulkheads and property of all descriptions. Wherever such property is damaged, destroyed, or the use is interfered with due to the operation of the Contractor, it shall be immediately restored to its former condition by the Contractor, at his own expense; provided, however, that notice should be given by the Contractor in advance of beginning work under this contract to the owner of the items which occupy the right-of-way. The Contractor may salvage existing pipe. However, the Contractor will be required to replace broken pipe in kind with new pipe, regardless of whether or not the pipe was damaged prior, during, or after removal. Pipes shall be replaced in a neat, orderly, straight alignment with joints well- seated and with the pipe slopes in the direction of drainage flow. No seperate payment will be made for the protection and /or repairing of existing facilities and any cost and expense incurred in protection and /or repairing these facilities shall be included in the prices bid for the several items as indicated in the Proposal. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. DS - 4 2 -01 CLEARING, GRUBBING AND ROADSIDE CLEANUP Clearing and grubbing, section 2 -01 of the Standard Specifications is amended to include: 2 -01.1 Description "Stripping" means removing and disposing of all unwanted vegetive matter and surface material, a minimum of 6 inches in depth, which is unsuitable for base material. 2 -01.2 (4) Disposal of Stripped Material The stripped material shall be hauled to a suitable waste site secured by the Contractor and shall be disposed of in such a manner to meet regulations regarding health, safety and public welfare. 2- 01.3(3) Stripping Stripping shall be a minimum of 6 inches deep. Stripping on this project shall also include the removal and storage of 3 -6 inch ornamental trees. Trees stored under temporary conditions shall be the responsibility of the Contractor. 'Temporary storage on the project may be allowed only after approval by the Engineer. Trees stored on the project under temporary conditions shall be protected at all times from extreme weather conditions by insulating the root balls with sawdust, soil, or other approved material and shall be kept moist at all times. •Temporary storage directly on paved areas without insulation between plants and pavement will not be permitted. The trees shall be protected from harm and replanted under property restoration. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS The following items shall be removed and disposed of in accordance with the requirements of section 2 -02 of the standard specifications: 1. REMOVING CEMENT CONCRETE SIDEWALK "S" Line Sta. 0 +79 Rt. to Tukwila Parkway Sta. 45 +19 Lt (40 S.Y.) Andover Park West Sta. 8 +68 Rt. (10 S.Y.) 2. REMOVING ASHPALT CONCRETE Tukwila Parkway Sta. 48 +82 - 52 Ft. Lt. to Sta. 49 +15 - 93 Ft. Lt. (70 S.Y.) DS - 5 3. REMOVING GUARD RAIL Tukwila Parkway Lt. Sta. 45 +20 to Sta. 48 +00 280 L.F. Removing Existing Guard Rail This work shall consist of removing existing guard rail and posts. The guard rail and posts removed shall remain the property of the City and shall be loaded, hauled and placed in the City of Tukwila's maintenance yard. The voids resulting from the removed posts shall be backfilled by placing and compacting gravel borrow to the satisfaction of the Engineer. REMOVING CEMENT CONCRETE CURB AND GUTTER Where shown in the plans or where directed by the Engineers, the Contractor shall remove existing cement concrete curb and gutter. The resulting debris shall become the property of the Contractor and shall be removed from the project site. Any areas below grade disturbed by the removal operations shall be brought up to grade with materials of the same type as those disturbed and compacted by the Contractor at his expense to the satisfaction of the Engineer. REMOVING TRAFFIC ISLAND The work shawl consist of completely removing an existing traffic island or removing only a portion of an existing traffic island to limits as staked by the Engineer. When only a portion of the island is to be removed, the island revision shall be completed with Type A precast Traffic Curb, and Asphalt Concrete Pavement, Class B in accordance with applicable portions of the Standard Specifications. Care in removal operations shall be taken so that no damage results-to the portion of the island designated to remain. Any damage resulting from the Contractor's operations shall be repaired by him at his own expense. All material removed shall become the property of the Contractor and shall be disposed of outside the limits of the project. DS - 6 ASPHALT CONCRETE SAWCUT Where shown on the plans or where directed by the Engineer the Contractor shall make a neat vertical saw cut at the boundaries of the area to be removed. Care shall be taken during saw cutting so as not to damage any of the existing asphalt concrete to remain in place. Any pavement damaged by the Contractor due to his operations shall be repaired or replaced by him at his own expense. REMOVING MISCELLANEOUS TRAFFIC ITEMS This work shall consist of removing lane markers and traffic buttons in accordance with these specifications. The resulting debris shall be disposed of outside the limits of the project. Where lane markers and traffic buttons are removed from the existing pavement that is not resurfaced, blemishes caused by the removal work shall be obliterated to conform to the coloration of the adjacent pavement. If the pavement is materially damaged by the lane marker removal, such damage shall be repaired at the Contractor's expense. Sand or other material desposited on the pavement as a result of removing lane markers and traffic buttons shall be removed as the work progresses to avoid hazarous conditions. The quantities shown on the plans for removing lane markers are approximate. Tukwila Parkway and "S" Line Bridge Traffic Buttons 50 (Throughout the Project) Lane Markers 200 (Throughout the Project) Andover Park West Traffic Buttons 10 (In Intersection) OBLITERATION OF PAVEMENT MARKINGS Where shown in the plans or where directed by the Engineer the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. If, in the opinion of the Engineer, the pavement is materially damaged by pavement marking removal, such damage shall be repaired by the Contractor at his expense and to the satisfaction of the Engineer. Sand or other material deposited on the pavement as a result of removing stripes and markings shall be removed as the work progresses to avoid hazardous conditions. DS 7 Accumulation of sand or other material which might interfere with drainage will not be permitted. Removal of stripes 8 inches or less in width will be measured by the width divided by 4 times the actual linear footage removed. Removal of stripes in excess of 8 inches in width, traffic letters and irregular areas such as traffic islands, etc., will be measured by the square yard. Removal of traffic arrows will be measured by the unit. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT Roadway excavation including haul shall conform to the requirements of Section 2 -03 of the Standard Specifications. Section 2- 03.3(13) Borrow Section 2- 03.3(13) shall be amended to include: The Contractor shall obtain borrow materials from sources provided by the Contractor. The source of borrrow and the borrow material shall be subject to approval by the Engineer. The Contractor shall secure the source of borrow at his own expense. Section 2- 03.3(14)D Compaction Control Tests Section 2- 03.3(14)D shall be amended to include: The compaction tests shall be done by a certified soils technician at locations designated by the Engineer. The City will pay for and have the testing performed. The cost of any retests necessary because of failed tests shall be paid by the Contractor. Such costs shall be deducted by the City from any payments due the Contractor. Section 2- 03.3(14)E Unsuitable Foundation Excavation Unsuitable foundation excavation shall conform to the requirements of Section 2- 03.3(14)E of the Standard Specifications. Section 2- 03.3(14)J Gravel Borrow Including Haul Gravel borrow including haul shall conform to the requirements of Section 2- 3.3(14)J of the Standard Specifications. DS - 8 2 -11 TRIMMING AND CLEANUP This work consists of dressing and trimming the roadways improved under this contract all in accordance with Section 2 -11 of the Standard Specifications. 4 -02 GRAVEL BASE This work shall consist of constructing one or more layers of gravel base upon a prepared subgrade in accordance with Section 4 -02 of the Standard Specifications and in reasonable close conformity with the lines, grades, depth and typical cross - section shown in the plans or as established by the Engineer. 4 -04 BALLASTING AND CRUSHED SURFACING This work shall consist of constructing one or more courses of crushed stone upon a prepared subgrade in accordance with Section 4 -04 of the Standard Specifications and in reasonably close conformity with the lines, grades, depth and typical cross - sections shown in the plans or as established by the Engineer. 4 -06 ASPHALT TREATED BASE Asphalt treated base consists of a compacted course of base material which has been weatherproofed and stabilized by treatment with an asphalt binder. The work shall consist of one or more courses of asphalt treated base placed on the subgrade in accordance with Section 4 -06 of the Standard Specifications and in reasonably close conformity with the lines, grades, thicknesses, and typical cross - sections shown in the plans or established by the Engineer. 5 -04 ASPHALT CONCRETE PAVEMENT Asphalt concrete pavement Class B for and driveways shall be in accordance with section 5 -04 of the Standard Specifications. Asphalt for tack coat shall be furnished and placed in accordance with section 5- 04.3(5)A of the Standard Specifications. Section 5 -04 shall be amended to include: Section 5- 04.3(21) Feathering Asphalt Concrete Pavement Where directed by the Engineer, the Contractor shall feather the asphalt concrete pavement overlay in a DS - 9 manner to produce a smooth riding connection to the existing pavement. Asphalt concrete pavement Class B, utilized in the construction of the feathered connections to existing pavement, shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source from which the Contractor obtains the mix or by raking the joint on the roadway, to the satisfaction of the Engineer. 5 -05 CEMENT CONCRETE PAVEMENT Section 5- 05.3(18) Cement Concrete Driveways Cement concrete driveways shall conform to the requirements of Section 5- 05.3(18). The Contarctor shall construct cement concrete driveways as shown in the plans or as directed by the Engineer, following consultation with the adjacent property Owners, in conformance with Standard Plan F -4. 6 -10 CONCRETE BARRIERS Precast Concrete Barrier Type 2 This work shall consist of constructing precast cement concrete barriers of the kind and design specified, in accordance with Section 6 -10 of the Standard Specifications and Standard Plan C -4, and in reasonable close conformity with the lines and grades as established by the Engineer. 7 -01 DRAINS Section 7 -01.2 Materials shall be amended as follows: Only materials meeting the requirements of the following sections of the Standard Specifications are acceptable: Zinc Coated (Galvanized) or Aluminum Coated (Aluminized) Corrugated Iron or Steel Drain Pipe . . .9- 05.1(2). Corrugated Aluminum Alloy Drain Pipe . . . 9- 05.1(3). 7 -05 MANHOLES, GRATE INLETS, DROP INLETS AND CATCH BASINS Section 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade. DS - 10 Adjusting catch basins shall conform to Section 7- 05.3(1) of the Standard Specifications. Solid Metal Cover For Catch Basin Where shown on the plans or as directed by the Engineer, the Contractor shall install solid metal covers in existing catch basins. The covers shall be as detailed on Standard Plan B -2. Prior to furnishing solid metal covers the Contractor shall satisfy himself as to the actual size of existing frame. The existing catch basin grate remains the property of the City, to be stockpiled by the Contractor as directed by the Engineer. Structure Excavation Structure excavation shall consist of excavating, removing and disposing of all materials encountered within the limits necessary for the construction of catch basins, storm sewers, drains, inlets and other structures as shown on the plans, all in accordance with these specifications and in reasonably close conformity with lines, grades and dimensions shown on the plans and or as staked by the Engineer. All costs for structure excavation will be incidental to installing structures in place. Shoring for Excavation The requirements of the Occupational Safety and Health Act (OSHA) and the Washington Industrial Safety and Health Act of 1973 (WISHA) shall apply to all excavation, trenching and ditching operations on this project. All trenches over four (4) feet in depth shall be shored in compliance with applicable Federal and /or State regulations. As a general rule, shoring shall be required in all street area excavations, and sloping to the angle of repose will be permitted only in non - critical, off - street areas. All shoring is the responsibility of the Contractor and shall be considered incidental to other bid items, and no extra compensation will be allowed. 8 -01 ROADSIDE SEEDING Where shown in the plans or where directed by the Engineer, the Contractor shall perform roadside seeding operations in accordance with the following: For estimating purposes the area of work involved for seeding, fertilizing and mulching is 0.2 Acres. DS - 11 Section 8- 01.3(4)A of the Standard Specifications is supplemented by the following: Seed Grass seed, of the following composition, proportion and quality shall be applied at the rate of * ** 80 * ** pounds per acre on all areas requiring roadside seeding within the project: Kind and Variety of % By Minimum % Minimum % Seed in Mixture Weight Pure Seed Germination Colonial Bentgrass (Highland or Astoria) Red Fescue (Illahee Rainier or Pennlawn) Perenial Rye 10 9.80 85 40 39.20 90 40 39.20 90 White Dutch Clover 10 9.80 90 (Pre - inoculated) Weed Seed .50% max. Inert and Other Crop 1.50% max. Total 100% Section 8- 01.3(4)B of the Standard Specifications is supplemented by the following: Fertilizer The Contractor shall apply sufficient quantities of fertilizer to supply the following amounts of nutrients: Total Nitrogen as N - * ** 135 * ** pounds per acre. Available Phosphoric Acid as P205 - * ** 60 * ** pounds per acre. Scluble Potash as K20 - * ** 60 * ** pounds per acre. * ** 95 * ** pounds of nitrogen applied per acre shall be derived from ureaform or ureaformaldehyde. The remainder may derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. DS - 12 Section 8- 01.3(5) of the Standard Specifications is supplemented by the following: Mulch * ** Wood cellulose fiber * ** mulch.shall be applied at a rate of * ** 2,000 * ** pounds per acre. Excelsior Matting This work shall consist of furnishing and placing excelsior matting on all slopes steeper than 3:1 and in accordance with applicable sub - sections of Section 8 -01 of the Standard Specifications. 8- 01.3(11) Property Restoration Property restoration will consist of fine grading of adjacent lawn and replacement of existing sod or new sod as directed. Bark areas will consist of topsoil and bark to bring the affected areas back to their original condition. Topsoil shall be type A, bark mulch shall be medium grade fir or hemlock and sod shall be 50% Perrenial Ryegrass, 30% Bluegrass and 20% Fine Fescuc as grown by Emerald Turfgrass Farms, Inc. in Sumner, Washington or approved equal. All materials shall conform to the applicable portions of Section 9- 14 of the Standard Specifications. Property restoration also includes planting of existing trees removed in the stripping operation and the purchase and planting of two (2) new trees as directed by the Engineer. If trees removed in the stripping operation are not carefully preserved, new trees of the same general species and variety shall be provided at no additional cost. 8 -03 IRRIGATION SYSTEM Section 8 -03 shal be supplemetned by the following: 8- 03.3(13) Project Summary Removing and Installing Irrigation System Work to be performed. shall include removing the existing system and installing a 3" diamteter P.V.C. irrigation.system including piping, sprinkler heads and all miscellaneous articles included in the system. The existing valves and backflow preventer shall be used in the new system. Sprinkler heads shall be the same lawn spray and body type as the existing system. DS - 13 The system shall be relocated as shown on the plans or as directed by the Engineer in accordance with the Standard Specifications. 8 -04 CURBS, GUTTER, SPILLWAYS AND INLETS CementeConcrete Curb and Gutter This work shall consist of the construction of cement concrete curb and gutter, as shown in Standard Plan F -1, at the locations shown in the plans or where designated by the Engineer in accordance with Section 8 -04.3 of the Standard Specifications, and in reasonable close conformity to the lines and grades as staked by the Engineer. The cement concrete curb and gutter shown on Standard Plan F -1 shall be amended to read 1" - 6" in width. Where shown on the plans and as staked in the field, cement concrete curb and gutter will be removed from existing asphalt concrete pavement. In these locations, the existing asphalt concrete pavement shall be neatly saw cut, excavated to a depth six (6) inches below subgrade, and backfilled to subgrade with compacted gravel borrow. The removed asphalt will be disposed of as roadway excavation. Aspahlt Concrete Curb This work shall consist of the construction of asphalt concrete curb, at the locations shown in the plans, or where designated by the Engineer in accordance with Section 8 -04 of the Standard Specifications, Standard Plan F -2b and in reasonable close conformity to the lines and grades as staked by the Engineer. Section 8- 04.3(3) Inlets Concrete inlets shall conform to the requirements of Section 8- 04.3(3) of the Standard Specifications and Standard Plan B -4a. All work necessary to intercept existing storm sewer lines and catch basins for the construction of concrete inlets, as shown on the plan or as directed by the Engineer, shall be considered incidental to the concrete inlets. Matching Existing Curb, Gutter and Sidewalk Where shown on the plans or where directed by the Engineer, the Contractor shall make necessary connections to existing curbs, gutters and sidewalks. DS - 14 Care shall be taken in removing the existing facility so as not to damage that portion of remain in place and that all removals are accomplished by making a neat, vertical saw cut at the boundaries of the area to be removed. Any existing facility damaged by the Contractor due to his operations shall be replaced by him at his own expense. All costs for matching existing curbs, gutter and sidewalks shall be considered incidental to other bid items, and no extra compensations will be allowed. 8 -07 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB Type A Precast Traffic Curb This work shall consist of furnishing and installing precast traffic curb, as shown in Standard Plan F -2, at the locations shown in the plans or where designated by the Engineer in accordance with Section 8 -07.3 of the Standard Specifications. 8 -08 PLASTIC TRAFFIC BUTTONS This work shall consist of furnishing and installing plastic traffic buttons in accordance with Section 8 -08 of the Standard Specifications and Standard Plan H -4a at the locations indicated in the plans or where designated by the Engineer. 8 -09 LANE MARKERS Lane Markers Type 1 This work shall consist of furnishing and installing lane markers type 1, in accordance with Section 8 -09 of the Standard Specifications, and in reasonbly close conformity to the dimensions and shape shown in Standard Plan H -3, and at the locations shown on the plans or where designated by the Engineer. 8 -11 GUARD RAIL Beam Guard Rail Type 1 This work shall consist of constructing guard rail of the kind and type specified in accordance with the plans, Section 8 -11 of the Standard Specifications and the Standard Plans C -1 and C -la, in reasonbly close conformity with the lines and grades as staked by the Engineer. DS - 15 8 -12 CHAIN LINK FENCE AND WIRE FENCE Where shown in the plans or where directed by the Engineer, the Contractor shall remove and reset the existing chain link fence. Following removal of the chain link fence, post and appurtenances the Contractor shall protect all fence components from loss or damage until such time as the fence is reset. All component parts lost, damaged or destroyed shall be replaced by the contractor, in kind, at his own expense. The resetting of the existing chain link fence shall be in accordance with applicable sub - sections of Section 8 -12 of the Standard Specifications. 8 -14 CEMENT CONCRETE SIDEWALKS This work shall consist of constructing cement concrete sidewalks in accordance with details shown in the plan, Standard Plan F -5 and Section 8 -14 of the Standard Specifications, and in reasonable close conformity to lines and grades shown in the plans or as established by the Engineer. Curb ramps will be constructed as detailed in the Standard Plans and at locations established by the Engineer. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS AND ELECTRICAL Illumination, Traffic Signal Systems and Electrical shall conform to the applicable sections of 8 -20 of the Standard Specifications and the revisions listed below: Section 8- 20.2(1) Equipment List and Drawings The last paragraph of section 8- 20.2(1) of the Standard Specifications is deleted and replaced by the following: The Contractor will not be required to submit shop drawings for approval for lighting standards conforming to the pre- approved plans listed in this contract. Pole base to light source distances (B1) for lighting standards with pre-approved plans will be determined or verified by the Engineer at the request of the Contarctor prior to fabrication. Light source to pole base distances (H1) for - lighting standards without pre- approved plans and for DS - 16 combination traffic signal and lighting standards will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. If traffic signal standards, strain pole standards, or combination traffic signal and lighting standards are proposed, final verified dimensions including pole base to distances (H1), mast arm length, offset distances to mast arm mounted appurtenances and orientations of pole mounted appurtenances will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. Section 8- 20.3(4) Foundations Section 8- 20.3(4) shall be amended to include: Foundation construction shall be in accordance with the Standard Plans listed below: Lighting Standard J -lb for 40' M.H. Signal Standards J -7a and J -8 Signal Controller Cabinet J -6e Pad mounted Service Cabinet J -3b Section 8- 20.3(10) Service Service shall conform to Section 8- 20.3(10) of the Standard Specifications except as amended below: The Contractor shall verify the service location and coordinate service activities with Puget Sound Power and Light Company. A meter base will be installed if required by the power company. The service provided at this location shall be an underground pad mounted service and shall be included in the price for the signal system. The electrical service shall be a Type B single phase, 120/240 Volt, 60 Hz A.C. system. Section 8- 20.3(14)E Signal Standards Signal Standards shall conform to Section 8- 20.3(14)E of the Standard Specifications and shall be amended to include: The existing traffic signal standards may be field drilled and welded to provide a new tenon. Any damage to galvanized pole surface resulting from field drilling shall be repaired with approved zinc rich paint. DS - 17 Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable standard plans, pre- approved plans or special design plans. In addition, all welds shall comply with the latest AASTO Standard Specifications for Highway Signs, Luminaires and Traffic Signals. Traffic signal standard types and applicable characteristics are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J -7a or the following pre- approved plan: Type PS Type I Type II Fabricator Drawing No. Union Metal TA- 10035 -R1 Pedestrian signal standards shall conform to Standard Plan J -7a or the following pre- approved plan: Fabricator Drawing No. Union Metal TA- 10025 -R5 Type I vehicle signal standards shall conform to Standard Plan J -7a or the following pre - approved plan: Fabricator Drawing No. Union Metal TA- 10025 -R5 Characteristics: Luminaire mounting height N.A. Luminaire arms N.A. Luminaire arm length N.A. Signal amrs One Only Signal arms length (max.) 50 ft. Signal arm loading (X)(Y)(Z)(max.) 1720 cu. ft. Type II standards shall be consistent with the following preapproved plan, provided all other requirements noted herein have been satisfied: Fabricator Drawing No. Valmont 5000 -1 -R3 Ameron 4000 -1B, 2B, & 3B with Load Case III Union Metal 71026- F34 -R2 DS - 18 Type III Characteristics: Luminaire mounting height 30 ft., 35 ft., 40 ft. or 50 ft. Luminaire arms One Only Luminaire arm type Type 2, std. plan J -1 Luminaire arm length (max.) 16 ft. Signal arms One Only Signal arm length (max.) 50. ft. Signal arm loading (X)(Y,)(Z)(max.) 1720 cu. ft. Type III standards shall be consistent with the following preapproved plan, provided all other requirements noted herein have been satisfied: Fabricator Valmont Ameron Union Metal Drawing No. 5000 -1 -R3 4000 -1B, 2B, & 3B with Load Case III and "T" luminaire arm 71026- F36 -R3 Type IV Type IV strain pole standards shall be consistent with details in the plans and standard plan J -7c or the following pre- approved plan: Type V Fabricator Drawing No. Union Metal EA- 10224 -R1 Type V combinaton strain pole and lighting standards shall be consistent with details in the plans and Standard Plan J -7c or the following pre- approved plan: Fabricator Drawing No. Union Metal EA- 10226 -R1 The luminaire arm shall by Type 2, standard plan J -1 and the luminaire mounting height shall be 40 feet or 50 feet as noted in the plans. DS - 19 Type SD Type SD standards require special design. At the Contractor's option, special designs may be submitted in lieu of any previously mentioned preapproved plans. All special designs shall be based on the latest AASHTO Standard Specifications for Highway Signs, Luminaires and Traffic Signals. An 80 mph wind loading shall be used. In addition, the signal mast arm cant shall be 5 degrees: the hand hole(s) shall conform to details on standard plan J -8: the luminaire arm connection, if required, shall be Type 2 as noted on Standard Plan J -1 and complete calculations for structural design, including anchor bolt details, shall be submitted for approval along with shop drawings. Foundations for various types of standards shall be as follows: Type PPB Type PS Type I Type II Type III Type IV Type V Type SD As noted on Standard Plan J -7a. As noted on Standard Plan J -7a. As noted on Standard Plan J -7a. As noted on Standard Plan J -8. As noted on Standard Plan J -8. As noted in the plans and Standard Plan J -7c. As noted in the plans and Standard Plan J -7c. 3' diameter, 10' deep, with #8 Vertical Base 8- 20.3(15) Project Summaries Work shall be competed to an operable system in accordance with these special provisions, as shown on the plans or as directed by the Engineer. 8- 20.3(15)A Traffic Signal System, "S" -Line Bridge 1) Installation of loop detector, junction boxes, conduit and wiring for an additional left -turn lane on S -Line Bridge and the through and dual right -turn movements on Tukwila Parkway. 2) Remove and relocate right -turn signal from mast arm Sta 44 +44 Rt. to mast arm Sta. 43 +88 Lt. for dual right -turn lane. 3) Install new left -turn head on mast arm in location vacated by moved right -turn head. DS - 20 Wire new head and existing right -turn head Sta. 43 +88 Rt. for continuous operation. 4) Rotate signal on pole Sta. 43 +88 Lt. for optimum visibility in right -turn lanes on Tukwila Parkway. 5) Install foundation, conduit and wiring for relocation of pedestrian signal pole and pushbutton. 6) Install Time Base Coordination Unit compatible with existing DSC - 3900 B, dual ring, 8 Phase controller with 4 overlaps. This signal is maintained by King County Forces. Timing Plans included in the plans shall be entered by the Contractor in the presence of the Engineer and King County Forces. 8- 20.3(15)B Traffic Signal System, I -405 On -Ramp 1) Install all loop detectors, conduit, junction boxes, wiring, poles, foundations, signal heads, pedestrian heads, pedestrian pushbuttons, opticom system (emergency pre - emption), controller cabinet, controller and auxiliary equipment and service to provide an operable system in accordance with the Standard Specifications, Special Provisions and detailed in the plans. 2) The controller provided shall be a fully actuated 8 phase dual ring controller with internal pre- emption and internal time base coordination. The controller shall be the HMP -290 or approved equal. 3) The luminaire for the signal pole Sta. 49 +20 ' Lt. shall be mounted at the same height, be the same type and wattage as exists along Tukwila Parkway. The Contractor shall verify type and wattage before making submittals. The luminaire shall be paid for under the Illumination System. 8- 20.3(15)C Traffic Signal System, Andover Park West 1) Installation of loop detectors, junction boxes, conduit and wiring for the left and right -turn lanes on Andover Park West. 2) Adjusting existing traffic signal junction box to new sidewalk grade. DS - 21 3) Installing a Time Base Coordination Unit compatible with the existing Econolite KMC -4000 controller. This signal is maintained by King County Forces. Timing Plans will be entered by the Contractor in the presence of the Engineer and King County Forces. 8- 20.3(15)D Illumination System Tukwila Parkway and S. 180th 1) Install new light standard foundation. Install new conduit and traffic bearing junction boxes where existing illumination circuit is direct buried cable (see detail in plans). Install wiring and make necessary connection as per the Standard Specifications. Remove existing foundation. Tukwila Parkway Sta. 45 +71 Lt. Sta. 50 +82 Lt. 2) Install new light standard foundaton. Install conduit from existng location to new junction box and from new junction box to new light standard foundation. Pull new wire from last light standard to new location and make necessary connections as per the Standard Specifications. Remove existing junction box and light standard foundation. So. 80th Sta 1 +37 Lt. 3) Install luminaire on signal standard Sta. 49 +20 Lt. Tukwila Parkway. Install conduit from lighting standard Sta. 50 +05 Rt. to signal junction box. Wire from light standard to new luminaire. 8- 20.3(15)E Illumination System Andover Park West 1) Install new light standard foundation. Install new conduit and traffic bearing junction boxes where existing illumination circuit is direct buried cable (see detail in plans). Install wiring and make necessary connection as per the Standard Specifications. Remove. existing foundation. Andover Park West Sta. 8 +48 Rt. DS - 22 8 -21 PERMANENT SIGNING Furnishing and installing permanent signing shall be in accordance with the applicable Sections of 8 -21 of the Standard Specifications and the following revisions. Sign locations and type are located in the plans. Sign height and lateral location shall conform to the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD) or as directed by the Engineer. Timber sign posts shall be 4" x 4" minimum and set in the ground a `minimum of 3 feet. Final lengths of timber posts will be detmined or verified by the Engineer at the request of the Contractor prior to fabrication. Permanent signing shall include fabrication and installation of new signs detailed in the plans. 8 -22 PAVEMENT MARKING This work shall consist of furnishing and installing pavement markings upon the roadway surface at locations shown in the plans or as directed by the Engineer in accordance with Section 8 -22 of the Standard Specifications. The following pavement markings shall be paint: Double Yellow Center Stripe Gore Stripe Lane Stripe The following pavement markings shall be plastic: Crosswalk Stripe Stop Bar Traffic Arrow Plastic material used to form pavement markings shall be selected from the following list: 1 3M STAMARK brand pliant polymer pavement marking film, 60 -mil thickness, coated with pressure - sensitive adhesive, manufactured by 3M Company, 3M Center, St. Paul, Minnesota 55101. 2 Prismo brand thermoplastic pavement marking material, 60 mil thickness (HT60), coated with pressure sensitive adhesive, manufactured by Prismo Universal Corporaion, 300 Lanidex Plaza, Parsippany, N.J. 07054. 3 Prismo brand thermoplastic pavement marking material, 90 mil thickness (HT90), coated with DS - 23 pressure sensitive adhesive, manufactuerd by Prismo Universal Corporation, 30C Lanidex Plaza, Parsippany, N.J. 07054. 4 Lafrentz brand, 125 mil thickness, hot extruded thermoplastic manufactured by Lafrentz Road Services Ltd., Edmonton, Alberta, Canada T6B4N7. 5 Catather ABITOL formulation, 125 mil thicnkness, hot extruded thermoplastic manufactured by Ferro Corporation, Cataphote Divison, P.O. Box 2369, Jackson, Mississippi 39205. 6 Cleanosol IT formulation, 126 mil thickness, hot extruded thermoplastic manufactured by Swedish A.B. Cleanosol, Kristanianstad, Sweden. 7 M.L.E. Code #R200/80 formulation, 125 mil thickness, hot extruded thermoplastic manufactured by M.L.E. Industries Ltd., Calgary, Alberta, Canada T201N6. 8 Pave -Mark SD formulation, 125 mil thickness, hot extruded thermoplastic manufactured by Pave -Mark Corporation, Smyrna, Georgia 30081. 9 -29 Illumination, Signals, Electrical These specifications describe a fully actuated, 8 phase traffic signal controller assembly with internal time base coordination and emergency vehicle pre - emption as in the HMP 290 or approved equal and shall consist of a complete electrical mechanism for controling the operation of the traffic control signal including timing mechanism and all auxiliary equipment mounted in a type "P" controller cabinet in accordance with Section 9 -29.13 of the Standard Specifications. Items to be included are: 1) Terminal Strip Input (Remote Flash) 2) Police Panel Switch 3) Controller Cabinet Switches 4) Power Interruption 5) Conflict Monitor, NEMA 6 Channel Section 9- 29.13(4) Wiring Diagrams Section 9- 29.13(6) Radio Interference Suppressors Section 9- 29.13(7) Traffic Actuated Controllers Section 9- 29.13(7)A Environmental, Performance and Test Standards for Solid State Traffic Controllers Section 9- 29.13(7)B Auxiliary Equipment for Traffic Actuated Contollers a) Solid -State Type 3 NEMA Flasher b) Solid -State load switches DS - 24 c) Power Panel d) Police Panel e) Auxiliary control panel f) Conflict Monitor g) Display and Detection Panel h) Insulated Terminal Blocks i) Vent Fan j) Interior Cabinet Light k) Wiring and Terminal Identification 1) Wiring Diagram Section 9- 29.13(7)D Controller Cabinets a) Construction b) Cabinet Shelves c) Cabinet type shall be type "P" d) Air intake vent e) Cabinet Door: 1. A Best CX spring loaded construction care lock shall be installed. Cast cabinets shall have an approved one (1) point positive latch. Formed cabinets shall have a three (3) point latch. 2. Police door panel 3. Gaskets 4. Door Stop Assembly f) Painting Time Base Coordinator The time base coordinator shall be, a fully self- contained microcomputer designed for traffic signal coordination. The unit shall have 52 - week clock with settings for week, day, hour, minute and seconds of the year and with automatic correction for Daylight Savings Time at preprogrammed times through a built -in keyboard or from another already programmed unit. The unit shall be equipped with a rechargeable sealed lead -acid battery with enough reservoir power for 100 hours of standby operation. Output signal patterns shall include but not limit to the following: o Variable cycle lengths programmable in one second increments over a range of 30 through 255 seconds o Variable offset selection programmable in 1% increments o Synch pulse width programmable in 1 second increments over a range of 1 through 99 seconds The timing circuits shall be designed so that the accuracy of each interval portion or period DS - 25 • of unit extension shall correspond to the accuracy of the Go Hz line power. This performance shall be obtained throughout an ambient temperature range of -30 degrees F. to +160 degrees F.. Emergency Vehicle Pre - emption System The Contractor shall furnish and install an emergency pre - emption system as described herein and shown in the plans at the Tukwila Parkway and I -405 on- ramp /Southcenter Access. The system shall be capable of pre - empting the traffic signal controller when an optical signal from a vehicle mounted "3M Opticom Emitter" has been received and maintained for a period of 1.7 seconds. The system shall operate over a temperature range of -40 degrees F. to +175 degrees F. and shall be electronically compatible with the traffic signal systems controller equipment. In addition to wiring assemblies and associated equipment, the individual system shall include detectors as shown in the plans, phase selectors, quad couplers and wiring harnesses needed, to be located in the Contractor supplied controller cabinet. The pre - emption system shall work as follows: When a pre - emption call is registered while the controller is serving a vehicular or pedestrian phase other than the pre - emption phases called for, a clearance interval (for pedestrians and vehicles) shall immediately be timed and the controller shall then go to the emergency pre- emption phases being called for, skipping all other vehicular and pedestrian calls whether or not calls exist. During any pre - emption phase, "DON'T WALK" shall be displayed on all pedestrian heads. Upon termination of pre - emption operation, the controller shall be allowed to sequence normally. Detectors The emergency vehicle pre - emption detector shall be a solid state device consisting of two photoelectric cells and an amplifier mounted in a weather resistant housing. The detector shall be capable of detecting an optical signal generated by an "Opticom" brand emitter assembly. The detector shall detect DS - 26 the optical signals from the emitter, amplify the signal and transmit it to the phase selector. The detector shall have a range control capable of being adjusted up to a maximum range of 1/3 mile. Phase Selector The phase selector shall be a solid state device which shall provide power to the detector. The phase selector shall receive the amplified signal from the detector, verify it as valid and send an input to the controller. This input shall be for the duration of the detected signal plus eight to ten seconds additional time after the signal is lost. Pre - emption Detector Lead -In Cable Three - conductor shielded cable shall consist of three No. 20 AWG stranded copper conductors, 600 volt rated, Opticom Brand Model 138 Detector Cable or approved equal. Quad Coupler Unit The quad coupling units shall be used to connect two detectors to a single channel of the phase selector. The unit shall receive, isolate, and amplify the detector signal and send the signal to the phase selector. Testing All signal control equipment to be provided on this project shall be shop- tested to the satisfaction of the Engineer. The equipment will also be functionally tested after installation in the field. Shop- testing will verify specific plan requirements in addition to testing requirements listed in the Standard Specifications. Testing and check -out of all timing circuits, phasing, vehicle pre - emption, time base coordination and signal operation shall be at the King County Signal Shop located at 155 Monroe Ave., N.E., Renton, Washington. All costs for transporting signal control equipment to and from the signal shop to the project location shall be included in the Contractor's bid price for the respective items. The County will make space available to the cnotractor for the required test demonstrations. The Contractor shall assemble the cabinets and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. All control elements shall function properly as a complete system for a minimum test period of 240 hours. The 240 hour test DS - 27 period need not be continuous. Any malfunction shall stop the test period until all parts are satisfactorily operating. All components of the signal system shall be totally integrated for the entire duration of this test. In the event of component malfunction or failure at any time during the last 72 hours of the test demonstration, the test shall be extended until a minimum of 72 hours continous satisfactory performance fo the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. Five working days advance notice to the Engineer is required prior to the start of the test period. 9 -29.16 Vehicular Signal Heads Vehicular signal heads shall meet the requirements of the applicable sections of Sections 9 -29.16 of the Standard Specifications. Section 9- 29.16(3) Polycarbonate Traffic Signal Heads This section will be deleted. Polycarbonate heads will not be allowed on this project. 9 -29.19 Pedestrian Push Buttons Pedestrian push buttons shall conform to Section 9- 29.19 of the Standard Specifications and the Pedestrian Push button Details on J -5a of the Standard Plans. Pedestrian push buttons on the project shall be designated code PPB -3AB. 9 -29.20 Pedestrian Signal Pedestrian signals shall be neon grid type with symbol messages and conform to the applicable requirements of Section 9 -19.20 of the Standard Specifications and the Type E mounting details on J -6f of the Standard Plans. 9 -29.24 Service Cabinets Service cabinets shall conform to Section 9 -29.24 of the Standard Specifications and the revisions listed below. The service shall be a pad mounted Modified Type B 120/240 volt service. The service cabinet door will be fitted with a Best CX series core lock. DS - 28 co a . c m >_ 501 AC+ Input 502 AC- 503 AC+ Lights 504 AC+ Lights 505 AC+ Lights 506 AC+ Control Phases Red Yellow Green 1 Green 2 Green 3 Common Don't Walk Walk Common- lights Push Button Common -Push Button AC- AC+ Common- detection Detection Det. (directional #2) Loop* Loop* Loop* Loop* To C. • Sampling e °' Detection m 2 o Loop* T) a n. Loop* t •- a Loop* >ou ) Loop* Traffic Signal - Feld Wiring Chart (N.EMA Standards) 507 AC+ Crosswalk 508 AC+ Detectors 509 AC+ 12 Volts 510 Remote -Flash 511 Remote -All Red 512 -520 Special 1 2 3 4 5 6 7 8 9 10 611 621:..._631 __ 641 612 622 632 642 613 623 633 643 614 624 634 644 615 625 635 645 616 626 636 646 _651 652 653 654 655 656 661 671 681 691 662 672 682. 692 663 673 683 693 664 674 684 694 665 675 685 695 666 676 686 696 601 602 603 604 605 606 711 721 731 741 751 761 771 781 791 701 712 722 732 742 752 762 772 782 792 702 713 723 733 743 753 763 -773 783 793 703 714 724 734 744 754 764 774 784 794 704 715 725 735 745 755 765 775 785 795 705 811 812 81.3 814 815 816 817 818 819 821 822 823 824 825 826 827 828 829 831 832 833 834 835 836 837 838 839 841 842 843 844 845 846 847 848 849 851 852 853 854 855 856 857 858 859 861 862 863 864 865 866 867 868 869 871 881 872 882 873 883 874 884 875 885 876 886 877 887 878 888 879 889 891 801 892 802 893 803 894 804 895 805 896 806 897 807 898 808 899 809 914 924 934 944 954 964 974 984 994 904 916 926 936 946 956 966 976 986 996 906 917 927 937 947 957 967 977 987 997 907 918 928 938 948 958 968 978 988 998 908 919 929 939 949 959 969 979 989 999 909 MEASUREMENT AND PAYMENT MEASUREMENT AND PAYMENT Bid Item No 1 - Stripping Stripping will be measured in cubic yards in its original position by cross section. Payment for stripping per cubic yard shall be full compensation for all work described in the special provisions. Removing and storage of three ornamental trees shall be incidental to and included in the price per cubic yard for stripping. Bid Item No. 2 - Removal of Structures and Obstructions Asphalt, pavement, cement concrete sidewalk and guard rail removal will be measured and paid for as provided under Section 2 -02.5. The lump sum contract price shall be full pay for all work specified. Bid Item No. 3 - Removing Cement Concrete Curb and Gutter Removing cement concrete curb and gutter will be measured by the linear foot along the slope and line of the existing curb and gutter removed as staked by the Engineer. The unit contract price per linear foot for "Removing Cement Concrete Curb and Gutter" shall be full compensation for furnishing all labor, tools, materials and equipment necessary or incidental to perform the work as specified. Bid Item No. 4 - Removing Traffic Island Traffic island removal will be measured by the square yard in place. The unit contract price per square yard for "Removing Traffic Island" shall be full compensation for furnishing all labor, equipment, tools, and materials necessary to remove and dispose of the islands as specified. Bid Item No. 5 - Asphalt Concrete Sawcut The unit contract price per linear foot for "Asphalt Concrete Sawcut" shall be full compensation for all materials, labor, tools and equipment necessary to saw cut the existing asphalt concrete pavement. Bid Item No. 6 - Removing Miscellaneous Traffic Items M & P 1 The lump sum contract price for "Removing Miscellaneous Traffic Items" shall be full compensation for the cost of all labor, material, tools and equipment necessary to remove and dispose of the items specified. Bid Item No.'s 7, 8 and 9 Payment will be made for the following bid items included in the proposal and payment will be made under 7 - Removing Paint Stripe, per linear foot 8 - Removing Painted Traffic Arrow, per each 9 - Removing Painted Traffic Marking, per square yard The contract price shall be full compensation for all labor, materials, tools and equipment necessary to remove the items as specified. Bid Item No. 10 - Roadway Excavation Including Haul The unit contract price per cubic yard shall include haul and shall be full pay for excavating, loading and disposing of the material. Bid Item No. 11 - Unsuitable Foundation Excavation Including Haul The unit contract price per cubic yard shall include haul and be full pay for excavating, loading and disposing of the material. Bid Item No. 12 - Borrow Excavation Including Haul The unit contract price per cubic yard shall be full pay for excavating, loading hauling and placing material. This price includes pay for removing from the surface of a cut, disposing of wasting, or stockpiling any material not suitable or embankment (forest debris, sod, decayed vegetable matter, etc.) Bid Item No. 13 - Gravel Borrow Including Haul Gravel borrow including haul per cubic yard shall be measured in the hauling vehicle at the point of dumping on the roadway. The unit contract price per cubic yard shall be full pay for the gravel borrow and for processing, hauling and placing it. M & P 2 Bid Item No. 14 - Embankment Compaction Embankment compaction by the cubic yard. Material will be measured to the neat lines of the staked cross - sections of compacted embankment. No allowance will be made for material that settles. No deduction will be taken for other items, constructed within the embankment (bridge abutments, piers, columns, backfill, pipes, etc.). In cuts and excavation below grade, compaction will be measured by the cubic yard in the cross - section of compacted backfill material. When material in cuts or below grade is scarified and recompacted, it shall be measured by its compacted depth, up to a maxiumum of 6 inches. The unit contract price per cubic yard shall be full pay for all material, labor, tools, equipment, and incidentals required. The quantities for embankment compaction shown in the proposals are estimates only. The Engineer will be the sole judge of the actual quantities needed. Bid Itelr No. 15 - Concrete Inlet Concrete inlet will be measured by the unit complete in place. For concrete inlets of the kind specified, the unit contract price per each shall be full compensation for structure excavation, placement backfill and compaction and all other materials, tools, equipment. Bid Item No. 16 - Drain Pipe 8 Inch Diameter The length of drain pipe will be the number of linear feet of completed installation measured along the invert. Pipe placed in excess of the length designated by the Egnineer will not be measured or paid for. The unit contract price per linear foot for "Drain Pipe 8 Inch Diameter ", option of material specified, shall be full compensation for furnishing, hauling, excavating, assembling, connecting to existing catch basin back filling, compacting in place the completed installation and all other work incidental to the construction and cleaning of the drain pipe. M & P 3 Bid Item No. 17 - Gravel Base Gravel base will be measured by the ton in accordance with section 4 -04.4 of the Standard Specifications. The unit contract price per ton shall be full compensation for furnishing all material, labor tools and equipment necessary for the fulfillment of all requirements of the specifications. Bid Item No. 18 - Crushed Surfacing Top Course Crushed surfacing top course will be measrued by the ton in accordance with section 4 -04.4 of the Standard Specifications as herein amended. The last sentence of Paragraph 1 is deleted. The unit contract price per ton for crushed surfacing top course shall be full compensation for furnishing all materials, labor, tools and equipment necessary for the fulfillment of all the requirements of the Standard Specifications in the execution of the work shown in the plans or as required by the Engineer. Bid Item No. 19 - Asphalt Treated Base Including Paving Asphalt Asphalt treated base including paving asphalt will be measured by the ton. The unit contract price per ton for "Asphalt Treated Base including Paving Asphalt ", shall be full compensation for furnishing all labor, equipment, materials, tools and supplies and for all other costs including producing, screening, loading, hauling and stockpiling the asphalt treated base aggregate, furnishing the asphalt cement, mixing, hauling, spreading, compacting the asphalt treated base, and all other work not set forth as bid items in this contract incidental to fulfilling the requirements of the Specifications. Bid Item No. 20 - Cement Concrete Driveway 3 Day Cement concrete driveway 3 day will be measured by the square yard to the limits shown in the plan or as directed by the Engineer. The unit contract price per square yard for "Cement Concrete Driveway, 3 day," shall be full compensation for all preparation of the subgrade, for furnishing all labor, materials including concrete and tie bars, M & P 4 equipment, tools and all work in connection with or incidental to constructing, curing and protecting the pavement. Bid Item No. 21 - Asphalt Concrete Pavement Class B Including Paving Asphalt Asphalt concrete pavement class B including paving asphalt will be measured by the ton with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. The unit contract price per ton for "Asphalt Concrete Payment Class B, Including Paving Asphalt," shall be full compensation for the furnishing of all labor, equipment, materials, tools and supplies required in the construction of asphalt concrete pavement, including the preparation of any existing surface, or pavement base, and all other work incidental to fulfilling the requirements described in Seciton 5 -04 of the Standard Specifications and not set forth as bid items including furnishing and placing tack coat. Bid Item No. 22 - Aspahlt Concrete Driveway Class B Including Paving Asphalt Asphalt concrete driveway class B including paving asphalt will be measured by the ton with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. The unit contract price per ton for "Asphalt Concrete Driveway Class B, Including Paving Asphalt," shall be full compensation for the furnishing of all labor, equipment, materials, tools and supplies required in the construction, including the preparation of any existing surface,or pavement base, and all other work incidental to fulfilling the requirements described in Seciton 5 -04 of the Standard Specifications and not set forth as bid items including furnishing and placing tack coat. Bid Item No. 23 - Removing and Installing Irrigation System The unit contract price per lump sum shall be full compensation for all costs necessary for furnishing and installing pipe and fittings including any values, and for trenching, including bracing and shoring if required, flushing, testing and for backfilling and compaction of the backfill material. M & P 5 Bid Item No. 24 - Seeding, Fertilizing and Mulching When shown as lump sum in the plans or in the proposal as seeding, fertilizing and mulching, no specific unit of measurement will apply, but measurement will be for the sum total of all items for the completed area in accordance with these specifications or as directed by the Engineer. The lump sum contract price shall be full compensation for furnishing of all materials, labor and equipment and all items required to complete the work as specified. Bid Item No. 25 - Excelsior Matting Measurement of excelsior matting will be by the square yard measurement of surface area covered and accepted in accordance with these Specifications. The unit contract price per square yard for excelsior matting shall be full compensation for furnishing of all materials, labor, tools and equipment required to complete the work as specified. Bid Item No. 26 - Cement Concrete Curb and Gutter The cement concrete curb and gutter will be measured by the linear foot along the line and slope of the completed curb and gutter including bends. Measurement of cement concrete curb and gutter, when constructed across driveways, will include the width of the driveway. The unit contract price per linear foot for "Cement Concrete Curb and Gutter," shall be full compensation for structure excavation, forms, preparation of subgrade placment, backfill and compaction, and all other materials, tools, equipment and labor required for construction as specified. Bid Item No. 27 - Type A Precast Traffic Curb Type A precast traffic curb will be measured in linear feet along the front face of the curb and return. Type A nosing pieces and dividers will be measured as Type A curb. The unit contract price for Type A precast traffic curb shall be full compensation for all costs of labor, tools, equipment and materials required for complete installation in accordance with the plans, standard plans and the specifications. Bid Item No. 28 - Asphalt Concrete Curb Asphalt concrete curb will be measured by the linear foot along the line and slope of the completed curb. M & P 6 The unit contract price per linear foot for asphalt concrete curb shall be full compensation for all materials, tools, equipment and labor required to complete the work as specified. Bid Item No. 29 - Beam Guard Rail Type 1 Measurement of beam guard rail will be by the linear foot measured along the line of completed guard rail from end to end of terminal sections. The contract price per linear foot shall be full compensation for furnishing all labor, tools, equipment, and materials, including all standard posts, Type G terminal sections and all other costs necessary to complete the work specified. Bid Item No. 30 - Precast Concrete Barrier Type 2 Precast concrete barrier will be measured by the linear foot along the line and slope of the completed barrier. The unit price per linear foot shall be full compensation for fabricating, placement, special construction features, and all other materials, tools, equipment and labor necessary to complete the work as specified. Bid Item No. 31 - Paint Stripe Lane stripe and double yellow center stripe will be measured by the linear foot as paint stripe. The measurement will be based on the travel distance required fo a marking system capable of simultaneous applciation of three 4 inch lines with two four inch spaces. No deduction will be made for unpainted area when the marking includes a skip line such as lane stripe. No addition will be allowed when more than one line can be installed on a single pass such as double yellow center stripe. The unit contract price per linear foot for paint stripe shall be full compensation for furnishing all labor, tools, materials and equipment necessary or incidental for the completion of the work as specified. M & P 7 Bid Item No. 32 - Painted Gore Stripe Gore stripe will be measured by the linear foot of marking placed. The unit contract price shall be full compensation for furnishing all labor, tools, material and equipment necessary or incidental for completion of the work specified. Bid Item No. 33 - Plastic Crosswalk Stripe Plastic crosswalk stripe will be measrued by the linear foot of marking placed. The unit conract price per linear foot for plastic crosswalk stripe shall be full compensation for furnishing all labor, tools, materials and equipment necessary or incidental for the completion of the work as specified. Bid Item No. 34 - Plastic Stop Bar Plastic stop bar will be measured by the linear foot of marking placed. The unit contract price per linear foot for plastic stop bar shall be full comensaton for furnishing all labor, tools, materials and equipment necessary or incidental for the completion of the work as specified. Bid Item No. 35 - Plastic Traffic Arrow Plastic traffic arrows will be measured by the unit with each arrow head defined as a unit. Type 1, 2 and 5 arrows are considered one unit each. Type 3 and 4 arrows are considered two units each. The unit contract price per each for plastic traffic arrows shall be full compensation for furnishing all labor, tools, materials and equipment necessary or incidental for the completion of the work as specified. Bid Item No. 36 - Plastic Traffic Buttons Plastic traffic buttons will be measured by the unit. The unit contract price per each shall be full compensation for furnishing and installing traffic buttons as specified. M & P 8 Bid Item No. 37 - Lane Marker Type 1 Measurement of lane marker Type 1 will be by units of one hundred, furnished and set in place. The unit contract price per hundred for "Lane Marker Type 1," shall be full compensation for all labor, material, tools and equipment necessary for incidental to furnishing and installing the markers in accordance with these specifications including all cost and expense involved with traffic control. Bid Item No. 38 - Permanent Signing When shown as a lump sum in the plans or in the proposal as permanent signing, no specific unit of measurement will apply, but measurement will be for the sum of all items to be furnished and installed. Sign covering, if requested by the Engineer, will be incidental to the price. The lump sum contract price shall be full compensation for furnishing and installing all signs as herein specified including treatment and erection of timber signs posts, hardware for mounting on luminaire poles and sign standard arm and removal and /or relocation of existing signs. Bid Item No.s 39, 40, 41 and 42 39 - Illumination System, Tukwila Parkway and So. 180th Street 40 - Illumination System, Andover Park West 41 - Traffic Signal System, "S" Line Bridge 42 - Traffic Signal System, I -405 On -Ramp 43 - Traffic Signal System, Andover Park West When shown in the plans or in the proposal as illumination system, or traffic signal system, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. The lump sum contract price for "Illumination System . . ." and "Traffic Signal System . . ." shall be full compensation for furnishing all labor, materials, M & P 9 tools, and equipment necessary or incidental to the construction of the complete electrical system, modifying existing systems, or both as shown in the plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, sawcutting, junction boxes, restoring facilities destroyed or damaged during construction, salvaging existing materials and for making all tests required. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the electrical system, shall be incidental to the construction and included in the lump sum contract price. Bid Item No. 44 - Cement Concrete Sidewalk Cement concrete sidewalk will be measured by the square yard of finished surface. Payment for excavation of material not related to the construction of the sidewalk but nevertheless necessary before the sidewalk can be placed, when and if shown in the plans, will be made in accordance with the provisions of Section 2 -03 of the Standard Specifications. Otherwise, the Contractor shall make all excavations, regardless of the depth of same, required for constructing the sidewalk to the lines and grades shown, and shall include all costs thereof in his unit contract price per square yard for cement concrete sidewalk. Payments as outlined above, shall be full compensation for all costs necessary or incidental to furnishing all labor, equipment, tools and materials in connection with excavating, loading, hauling and disposing of the excavated materials, preparing the subgrade, placing, furnishing, curing and protecting the concrete sidewalks, furnishing and placing all expansion joint material, and for all other costs necessary to the completion of the work specified. Bid Item No. 45 - Removing and Resetting Chain Link Fence Removing and resetting chain link fence will be measured by the linear foot of completed fence, along the ground line. The unit contrct price per linear foot for removing and resetting chain link fence shall be full compensation for furnishing all labor, materials, tools and equipment necessary or incidental to removing and resetting the existing chain link fence as specified. M & P 10 Bid Item No. 46 - Adjust Catch Basin Adjust catch basin will be measured by the unit for each catch basin adjusted. The unit contract price per each for adjust catch basin shall be full compensation for all costs or expense necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. Bid Item No. 47 - Solid Metal Cover for Catch Basin Measurement of solid metal cover shall be per each. The unit contract price per each shall be full compensation for furnishing all labor, tools, equipment and materials necessary to remove, replace and stockpile the existing catch basin grate. Bid Item No. 48 - Property Restoration Payment of fine grading, topsoil, sod and bark and planting of 3 existing trees and purchase and planting of 2 additional trees will be by Force Account as described in Section 1 -09.6 of the Standard Specifications and no other compensation wlil be allowed. Additional items of work will be compensated by the various other bid items of the project. Bid Item No. 49 - Trimming and Cleanup No specific unit of measurement shall apply to the lump sum item of trimming and cleanup. The lump sum price shall be full pay for all outlined in Section 2 -11 of the Standard Specifications. Bid Item No. 50 - Drain Pipe 6 Inch Diameter The length of drain pipe will be the number of linear feet of completed installation measured along the invert. Pipe placed in excess of the length designated by the Engineer will not be measured or paid for. The unit contract prices per linear foot for "Drain Pipe 6 Inch Diameter ", option of the material specified, shall be full compensation for furnishing, hauling, excavating, assembling, connecting to inlet, backfilling, compacting in place the completed installation and all other work incidental to the construction and cleaning of the drain pipe. M & P 11 • = B�• 8 pads I I /8" x 2" x i /8" thick 1,- ---------i "� - - - -- - ---�( f ( 3/4" q hole • 21 /2_dia.. JOT r handle I c 0 _,,il I,B l 7/812 J 12 1 /til"I 1 7,u1 s"' 3/4" q hole B 24" PLAN O a A AV -4 - 4 3/4" --� I--I 1/2" SECTION A -A M R I/4" See detail D SECTION B -B NOTES: When specified on the plans Solid Metal Cover for Catch of the grate provided for on compensation shall be mode 1 cover -H ft-I/4" co T /8 "-■ I/8 DETAIL D 4- or in the special provisions the Basin shall be furnished in place standard plan B -2a. No add'n'l. or replacing the grate with solid Raised designs other thon the may be used it opproved by diamond design shown hereon the Engineer. DETAIL OF HANDLE SECTION C -C 9 -19 -03 Revised notes. HSS DATE REVISION BY Apa'o. SOLID METAL COVER FOR CATCH BASIN r..MMro. raft wars.*, Or ,..n•wr,nol. MOO. OOMPO"Yr IIMIMw ...me September 19, 1983 STANDARD PLAN 8-2 It N r C-10 1/2" 2' -O" 2'- O 1/4" 2'- 2" 2'- 5 1/4" FRAME T 2 V2" -.w 15/8" SECTION A-A DIMENSIONS w1 •wt t R A _4 . 4 1 j /4" .., 1 I I" Min. C-10 1/2" 2' -O" 2'- O 1/4" 2'- 2" 2'- 5 1/4" FRAME T 2 V2" -.w 15/8" SECTION A-A DIMENSIONS w1 •wt t R d 1" Min. 1 3/4" Max. 1 j /4" 2G" 1 S /e" I" Min. 1 1/4 "Max. 11/2" 21" 2 3/4" IZOUnd /Elliptical Toago.nt batwao,t 2 radii B L Alternate A (Sea Nct6 5) Alternate B(SteMotwS) / "Opening (Typ.) • •r o - " 13/4" Normal to Bar ; /8 "R. or 1/8 "Chamfer (Typ.) 1111114111riar Car • c 2 O" 1 co GRATE_ OPTIONAL DESIGN F02 GRATE OPENING ENDS APPROXIMATE WEIGHTS Frame 170 Lbs. Grote 128 Lbs. Total 298 Lbs. 1 k1/2 " Normal (Typ.) to Bar [.1 .1 SECTION B-B Min. OPTIONAL RIB- BOTTOM VIEW •I SECTION C -C Tolerance • +o; - 1/14" t,, 3° to 5° Draft permitted as needed. 2. Welding not permitted. 3 Dimensions shall have ± 1/16" tolerance except os noted. 4. Foundry name shall be embossed on top of grate. Lettering to be recessed 1/167 5. Seating of grate shall be accomplished by one of the following. Atternote A shall be 8 pods 11/2" x 3/4"x 1/8" integrally cost with the grate. Alternate B sholl be a machined surface outside a 17" circle, bottom only. (See Section B -B)• 6. Materials in accord with Division 9 of Standard Specifications Section "METAL FRAME AND GRATE FOR CATCH BASIN OR INLETS" 7. Materiel used for gate shall be designoted by embossing °Df'( Duct Iron) or "CS"(Cost Steel) near Mfr's name. METAL FRAME AND GRATE FOR CATCH BASIN AND INLET •ure,o" nu. a.r+w, a ..uiv°.un°„ a,wy w.."ana, went, ay.wnun 110811.. ...•111 0ecembs. 12, 1983 . STAIDAB2PLAN B- 20 O tv 1n N 2.-6" e-8. 5" --low- 8 2(3)83 -Ir ®3 I / A t ®113' —f►- 8 PLAN -(D *3 3 105413* Standard metal frame 2' -I1/4" and grate I© *3 8" dia. outlet pipe I. -8 I /2° min .`rr.....,•`I 20* 202 *3 _5" min. 1 " -7 5 I /2 "mux. 2.-6" 5 "min 5 I /2"mox SECTION A -A BAR LIST For Precast Unit All dimensions are out to out MARK LO:;ATION NO. SIZE LENGTH BENDING DIAGRAM I Bottom slab and side walls 2 3 3 -g r .. 4'- 8 H I---- -- - - - --{ 2 Bottom slab and side walls 2 3 4' -Ire. -O° c���v "o 1'i LL ( Oi iv O C Td NN N ®s i.. 3 Side walls 2 3 9'.- 4" 01 2 -l" 41 Side walls 1 3 7' -6" ® 2. -5" 5' Top ring I 3 9' -4" 2'-4" 7 7' 'Two piece precast only U- shaped opening optional PRECAST UNIT 2(2)83 5 "min. t -11" 5 "min. 5 I/2" x. 5 I/2"max 2' -10" SECTION B -B 83 83 *3 NOTES Precast Inlets may be one or two piece units made of Class AX concrete. Cost -in -place inlets may be one or two piece nonreintorced units of the some general dimensions os precast units, and shall be mode of Class A concrete. Concrete inlets shall be set on a compacted or undisturbed level foundation. Reinforced cast -in -place concrete shall be Class A. Nonreinforced concrete shall be Gloss C. All precost concrete shall be Class AX. Reinforcing steel, when required, shall be Grade 40 or Grade 60. / -25.80 DATE Adlel e.t• on rebel, grades. Deleted Cass C concrete eancrets brick option. REVISION TO BY BRIDGE (�dQ APPR'D. CONCRETE INLET .n.101.01.04 n.•r .1.111..1.0111,11•1•1•0”1.10.4 d. 01■1000 1.a0err ....ours Jonuory 25, 1980 y STANDARD PLAN B -4o 5/8' Carrlape Ball with Her Nut and Cut washer 11/16'. 2• slot In Channel and Splice Pleb for 5/5' Carrico. Bolt wills Hes Nut and Cut washer. Center Ilse post connection than have 11/16' 2' slot In channel and splice plate for 5/8' button head bolt wills 1/3f oval grip and ree.e.ed he. nut. 4. Pet Cen..dNen 2 3/4" SECTION THRU RAIL ELEMENT 7'- 4 1/4" 6' -3" (-4 1/4" 4 I /41 Splice Bolt Slots "\ —Post Boll Slots 3/4" x 3 3/4' 29/32" x 2 I/2' Post Boll Slots 3/4" x 2 1/2' EXPANSION SECTION DETAIL 2" 10/8' 11/2• 1•- 11/16" Hates for 5/0 Carriage Boll w11h Her Nut. 1 3/4" 1 5/8' CHANNEL RAIL SPLICE Type 1 8 2 Rail. 5/8" x 18" button beod boll with 7/32' oval grip,- cut washer and recessed hex nut. C6.e.2 Type 3, 4, 5 8 6 Rail. 5/8" x 25" button head boll with 7/1" oval grip with recessed hex nut or 5/8 rod threaded both ends with hex nuts. TYPE 3 1/4" Plate 31/32 "—I 1- RAIL WASHER TYPE 4 8 Gage (0.164) MIN 11/16" 0 Hole POST BOLT WASHER (Snow load washer. See Notes) 5/8" • 1 1/4" button head splice bolt with 7/32" oval grip and recessed hex nut. (8 req d. per splice.) Screw slot or milled wrench shoulders in bolt head optional. Splice Bolt Slots 29/32" x 1 1/8" W000 POST ASSEMBLY DETAILS A 1 3/4" Post Bolt Washer See Note 6 r Il/16" N•d.s wexle Snide. O.rh oro.t Additional details in,l.4.4 •n eride• plans ler each rpeeilie Laotian. TYPE 5 -with Chen.., tail (S•• rye. 1 ler details) TYPE 6 - wHh..t Chown el tail t v4' Plat• r..t we • le S /16 SECTION A -A NOTES' 1. When called for in Special Provisions, a 4 "x4 "x 1/4" snow load plate washer shall be used on the backside of the post (in lieu of the 1 3/4" 0 post bolt washer), and a 1 3/4" x 3" x .164" rail washer on the face side of Type I and Type 2 Beam Guardrail. 2. Guardrail post spacing for all types sholl be 6%3" on centers. 3. A tolerance of 3 percent on any dimension of the rail element will be allowed. 4 TABLE A GUARDRAIL TYPE WOOD POSTS AUGER 8 BACKFILL STEEL POSTS AUGER 8 BACKFILL DRIVEN 1 6' 8' 7' 2,3 8 4 6' 7' 6' 6. Timber block shall be toe nailed to post with a 16d galvanized nail to restrict block rotation. 7. This alternative should be used only when anticipated overlays will reduce the guardrail height to less than 2' -0" during the life of the guardrail installation which is normolly considered 16 years. 1 -21-85 Added Expansion Section Detail, Revised Roil Washer 8 Note I MZ DATE REVISION BY APPR'D BEAM GUARDRAIL (W BEAM) ■ywnetaw Pan wYr wwt a eMM•rett.noa avlrst& w.r.wroa r.OM avwpa.wt .sera January 21, 1985 STANDARD PLAN C -I — - - -- TERMINAL SECTION - -- — DESIGN a b d A _27 1/2" 21 1/4" 10" 6 5 /8" ___8 27" Nom.I.20 3/4" — 8" �4 5/8" a io TOP VIEW 6 1 /4 "y I 3/8"0 Hole —1 ,L2" 2 "11/4 "41/4" Olonal in rr -i' --i �- =� I " ^i ,a C�Uip \►/ b Spites Boll S ots 29/32" x I I/8" DESIGN A OR B 2 1 /4 "r 8 1/2" Design D = 30" Nom. Design E = 22" Nom. TOP VIEW 3/4" x 2 1/2" post bolt slot (optional) 25 I /2° bend for use with Design G N•utrol axis SIDE VIEW J Splice Bolt Slots 29/32" x 1 1 /8" DESIGN 0 OR E 30" Nom TOP VIEW SIDE VIEW 7 1/4" 1' -10 3/4" 3-41/4'4 1/4" 29/32" x 3" dots l/ (See note 51 DESIGN F SIDE VIEW 4.4 N N —3/4" 0 hole (For Design G Terminal only) I" 0 holes (See note 2) TOP VIEW L Design D Terminal — Splice Bolt Slots 29/32" x 11/8" DESIGN G r 12 1/4" I NOTES: SECTION A -A SIDE VIEW Terminal Section Design G shall b• used for all Typ• 1, 2 and 3 B•om Guard Roil unless shown otherwise on the plans. 2. Bolts shall be 1/8" 0 smaller than hole 0 and shall be ASTM A -325 or expansion anchor type with washers approved by the Engineer. 3. A single place having similar dimensional shape to Design G and mating with the W- beam guardrail Is on alternate. 4. Design "F" shall be 10 gage steel. 5. In cases where Design F terminal is lapped on the outside of the guardrail, a galvanized I" 1.D., 2" 0.0., 0.134" .thick, narrow Type A Plain Washer will be placed under the splice boll heads. BEAM GUARDRAIL TERMINAL SECTIONS e•s•iwro„ 11.11 °wear"/ ar n,.rnro.r•no• "101rC1 NMMr"1 arm.. Mme° January 21, 1985 STANDARD PLAN C -7 /-Wire Rap• Loops (S•• Detail) 8" 3'- 8" -7.A5 Bars r "1 2 3/4° CI.- �.. ._ face of Concrete @ goI Barrier 1/8" L Pin 1/4" 2 "CI Wire Rop• Loop (S•• Detail) e2 I; e C la 0 c o0 c c d o e 0 -o E 1 1 1/2" I. r- -1 /B.. 10'-07 or I2' -6" INTERMEDIATE PLAN 1 #5 Bar 1N5Bar Pin bevel or round edges (3/4" max.) 1 1/2" Hole for 1 1/4" Jd x 3' -O" Drift Pin with Hex Nut & Washer, details similar to ling pin Hex Nut S•• Notes) lV - .m N x a 1 NS Bar 2l /2 "CI. L1._0" Pin FA L e0 i F- to j 1• -0" os - �i{.•• O,6De a Ro * I X31" 4 A TERMINAL ELEVATION 6' -0" TERMINAL PLAN Plats Wash•r Wire Rope Loop (S•• Detail) 3/4" Cham•r 1' -6" f 1 #S Bor 1� --- -JTh 3 1/1 8" ��f 11\112 "CI. CI /2 _ � a 2 #5 Barr) 2 3/8' INTERMEDIATE ELEVATION 3° Taper END SECTION VIEW 7/16" Hole For Pulling 6' -0" Pin Round Edge ALTERNATE PIN CONNECTING PINS TERMINAL VIEW 1 3/4" I.D. Bend Pin 2' -0" or 3' -8• #5 ear S /8" Diam.Wir• Rop• 1 1/2" Barrier WIRE ROPE DETAIL Wire Wring or Equivalent Fort•ning Use 2' -0" length for terminal section upper wire rope loop; 3' -8" length for all other placements. NOTES: To facilitate Pin removal, thread Hex Nvt half way onto the Pin and tack weld, or provide a Coupling Nut, tightened sufficiently to prevent loosening. Fill nut with grease to exclude ice or other con- taminants. I -21 -651 Deleted 16' barrier DATE REVISION sn BY APP.O CONCRETE BARRIER TYPE 2 .••.11wro. 111.11 oa•nWl Or n•won•no• OLYMPIA, rr••."°TO. AMYMMIO flour r11vnorwl rr.w•w January 21, 1985 STANDARD PLAN C -8 roomoosi A I. -D.. I l.r.i-2 I 1 /E'ER SECTION A -A SECTION C -C SNOWING CAST METAL INLET CEMENT CONCRETE OUTTER CEMENT CONCRETE CURS SECTION S. Top • D.. SECTION SNOWING CONCRETE INLET SINGLE FACED MOUNTABLE CEMENT CONCEIT CURS r.s- DOUBLE FACED MOUNTABLE CEMENT CONCRETE CURB INTEGRAL CEMENT CONCRETE CURS MOUNTABLE INTEGRAL CEMENT CONCRETE CURB F......1 CEMENT CONCRETE MOUNTABLE CEMENT CONCRETE CURS AND GUTTER CURB AND GUTTER •O.•... , J.►e to r. ......1..•ti.. *good 1 .. j..Ilr .A D, . P,.r b.. ..11 ........Ir b r-*- CURB CO RIVEW TS AT DRIVEWAYS CEMENT CONCRETE CURBS AND GUTTERS 01•00..90. PAW ••••...... «•••••••••,.. 0000.4. .•.•.....,. W. •. *NUM ro.r••• 1. , a — NN.mB• 51, ISTS STANDARD PLAN P-1 • -•• ji• 4'- 0• 2' -0' PLAN TYPE C NOSING 2.-0" Kay ELEVATION TYPES A 8 C NOSING 3' -0' PLAN TYPE C CURB NOTE: Scuppers to be provided of Intervals as required by the Engineer. PLAN TYPE A CONNECTING DIVIDER NO. 1 �• Transverse rib 3/8"0 d -0' PLAN TYPE A CONNECTING DIVIDER NO. 2 The main body of the curb and the Iongltudinol rib shall form o uniform transition from a Type C section to a Type A (bock to back) section. Vx412"to6V2'to8V2'I112I Vor.412 to6I/Yto8VYl PLAN TYPE A NOSING SECTION TYPE C CURB LONGITUDINAL SECTION THRU TRANSVERSE RIBS 3/8"• SECTION TYPE A CONNECTING DIVIDER PLAN TYPE A CURB RADIAL SECTION (See table for unit combinations) SECTION TYPE A RADIAL CURB • PLAN TYPE A CURB STRAIGHT SECTION SECTION TYPE A STRAIGHT CURB PRECAST TRAFFIC CURB November 2e. 1979 STANDARD PLAN F -2 TYPE A RADIAL CURB UNIT RADIUS CURB RETURN ANGLE (e) MULTIPLE R I 1' -3' 45' -00' R2 r -10' 30' -00' R3 2' - 6' 22' -30' R4 5' -O' I1- - 2754' R5 Id -O' 5' -4377' For odii greater than Id, use segments of straight curb. 3/8"• SECTION TYPE A CONNECTING DIVIDER PLAN TYPE A CURB RADIAL SECTION (See table for unit combinations) SECTION TYPE A RADIAL CURB • PLAN TYPE A CURB STRAIGHT SECTION SECTION TYPE A STRAIGHT CURB PRECAST TRAFFIC CURB November 2e. 1979 STANDARD PLAN F -2 1 8 s W Pavement Aeplwf concrete 2 widening r -4 • wrAvAvm ,Witiq\v//IAmvoA\gr nn uVJ/A \`(/n. \\\Vln1 \ / /”AN\WILUV, t U1l/ JO\YZIA\Vd1/1A\\\VIlAW,Y11/hl \\Y WA,\\V" /R\\WHAVAtlf /.i \AY! pov.n.d Asphalt concrete 10' dad shadow 4' and 6' de • dtoulder 2' —d • 37/ //>7\VI/A\\\Y//r AllltM•Val is An• /%Aga..inw\l 1 // /A \ \f,1// /A\RW/A \\W% AMMI. //P\ \V/ / /AU\`r//! \qV •N\`IN/.q\\Y/ / /.nlM' •/A\ \ \Y//!A\\ \Y/ / /A\\\ /// A\\\ p// il\ \\VJ, \\UT//%lI, \Y /I /A,,INXA.0 I I L-8 0 -10-» O..h.4. ai tickets, added ehoutder d:mensioq JS 1.22.71 Typ• A Curb lemoved sad Revised Cecilia/sweet CAL 1.2.70 !cubed Note CAL DATE ttVISlONS SY AR WD ASPHALT CONCRETE CURB .Ie.II\Ya w slr 000..1 Nov•mb• 2s, 19711 STANDARD PLAN F -2b = Variable c"- Property lire V4' s 4' pnraold•d joint DIM -ii( pomaded hit filler NONMAAL DRIVEWAY F Sidewalk Ear-- Ve prenmolded joint filler E DRIVEWAY PROFILE ROLLED CURB RETURN C SKEWED DRIVEWAY ONE WAY - MINIMUM SKEW 45" TWO WAY - MlWItN SKEW 75' NOTES: The ono 10 be paved as o unit is shown as ono A ,Et C,D,E,F,6,H,A. Cement concrete driveways shall be constructed to the minimum depth of 6" ad asphalt conaeks driveways to IM nominal depth of 0.20 feel, unless otherwise specified on the plans. Close of asphat shall be the sane as the proposed surfocing malerids. Driveways shall extend either to the bock side of the sidewalk or to the Prop' arty Ike as detailed on ttr plans or os directed by the Engirm. When driveways eve 'to be constructed, the roodwoy pourers or gutter con- struction shall extend only to the lines CD, DE. EF. For cement concrete driveways over 16 feet In width there will be a 1/4 Mtn Avery joint down the center of the driveway. TMs V4 inch dummy Join will be *hilted few asphalt concrete driveways. .. Any special Tams needed for IM construction of she cub shall be approved by the Engineer. TM back Ode of the curb return shall have o consistent radius of not Nu Mon 5 feet. lt shall be as much burger as N c*yistent wish adding conditions That portion of the "Pavement and Cub" or /he 't,b and WMei within IM driveway area, CDEF, will b measured and pdd as pavement and cub or as orb rd artier, of IM patio*. type celled for on the plans. That portion of the cement or asphalt concrete oboe the plow of the drive- - slay which forms a rolled or warped cub cod It thickened edge adjoce nt to the payment shall be considered Indd, t 1 10 ltw construction of to driveway. Widths may vary from 30 feel to 50 feet for commercial driveways tut are 14 feet only for residential drlvewoy. There will be a 10 foot minimal clearvas between edge of driveway and Drew Right of Way line. Ow 11-10-11 1.v.13.,..r.4 4.G' 1. w S" JS Inv 2 -I -71 Minor CAI SPPR'D DATE IIVISIONS IT PAVED DRIVEWAY 04•0.• smegamMa. mwr er.r ........ November 26, 1979 STANDARD PLAN F •4 — •• A >a V4" x 4" exp. Joint Obstruction Variable V4" s4" 070. joint J� e QPOJ' 4 Variable perking strip Variable Private cem. cons walk___ 5 Properly line Vac r +_ TYPICAL SIDEWALK LAYOUT 4, I' -6 "min. el 3 -O "mbs 4. I'- 6"min. I111"'' Variable Itl"' Variable Varioble "11 112 Molt. 1 1 Variable 3/8" a 4" exp. Joint SECTION A -A CURB RAMPS SECTION B -B Edge with 1/4" radigs SECTION C-C Thicken edge to full depth DATE Rae, .." eon, 'rad. 7.0 Removed Otep"V "Orooves• Added Cud) Ramps REVISIONS CM eY tP/iY APP'D. 0.02' /It. 4" NOTES: See plans for width and position of sidewalk. Transverse expansion joints (1/4 s4 ") to be constucled at approe- motely 15' intervals or as designated by the Engineer. "V" grooves shall be spaced so as to correspond to the mark- ings in the existing sidewalks, or os designated by the Engineer. Curb ramps shall be constructed at locations shown on the plans. CEMENT CONCRETE SIDEWALK ....NU. WicW.n.. . e • MOM a.....e • November 26. 1979 STANDARD PLAN P -5 jir 11MD (IAHI1 D.I W SEdge of Pav't. Elev. @ Edge of Pavt. X. 5' 8: 0.5x HEdge of Useable Shoulder M 3" Min. All Around Selected Backfill Material SINGLE POST SIGNS W Edge of Pov't. Elev. @ Edge of PaNit.--\ 1 Y. G. Min. To 4. Edge of Pov't. Level (TyP 3 "Min. Around Selected Backfill Material .5—Edge of Pov't. :t- 17' Min. To 22'Mox. Elev.@ > Edge of Pavt. —\ x Elev. Edge of Pavt - 25 3 "Min. All Around Selected Backfill Material TWO POST SIGNS THREE POST SIGNS ROADSIDE SIGNS ON TIMBER POSTS SOLUTION: (CWT.) • Values shown are the maximum permitted. If the Quantity x y z exceeds the limit for 8 x 12" Posts, use steel post installation. POST SELECTION TABLE DESIGN EXAMPLES GIVEN: 3 ft. wide, 4 ft. high sign with an 18 In. wide, 24 in. high sign mounted 3 in. below. 8 ff. sh'd'r. with .05 /Ff. slope and a 6:1 embankment. W • 30 ff. SOLUTION: Use Single Post. X•3ft.,Y =6.25ft.,V =5ft. 2" =ES +5.0 +.05x8 +22@ C'1= 12.2 ff. (x)(vri (2)" 3x6.25x 12.2 "229 ft' From Table select smallest post having (x)(Y)(2) of 229 or more. Use 6 AG Post. H,• 2+ 2 4D "12.2.43 +4.0. 19.3 ft. GIVEN: 1O ft. wide, 4 ft. high sign..IOft. sh'Id'r. with .05% slope and o 6:1 embankment. W. 30 ft. SOLUTION: Use 2 or 3 Posts. X•IOft.,Y•4ft.,V =7Ft. Fort 2.1 +7+.05x10*(2.0+.6 x10) @ 6:1 .13.83 ft. (x)(Y)(z) • 10x4 x13.83.593 ft.3 From Table select smallest post having (x)(Y)(I) of 553 or more. 2-.6 *6 are t sufficient, use 3 Posts. For 3 Posts. Z. tt7 +.05x 10+120 +.7 x 10) Im 6:1 =I4.Oft. (x)(Y)(0.10x4R14.0=560ft. From Table select smallest post having (x)(v)(z) of 560 or more. Use 3^-6x6 Posts. Hs- Z +I +0 • 14.0+ 2.0 +4.0 =20.OFt. H=• 20.04.35 x10)@ 6:1 19.4 Ft. H, =20.0- (.7x10) @6:I =18.8 Ft. For as ft. Posts. the purpose of post selection, X and Y ore follows: Single sign, or back to back signs, Xond Y are the overall dimensions of the sign. Multiple sign installations, X and Y are the dimensions of 0 rectangle enclosing all the signs. 2 is the height from ground line to mid - height of sign at the longest post. D•Min. post embedment depth for ovcroge soil conditions. Hi, H= etc. • Overall post length. b Is the smaller dimension of the post. W 0 V - See Sign Installation Sheet or Special Provisions. Notch • (See Post Selection Table) 42 Post Around Selected Backfill Material Saw Cut NotCh Full Width of Pas+.Omit Notch for Single Post Installations. �Bot. of Sign FOUR POST SIGNS TRAFFIC Edge of Nearest Lane (See Hole 4t (See Past Selection Table Drill Holes Thru Post, Parallel To Sign Face Finish Ground Line POST DETAIL Ty p. For 4'k 6" To 13"x12" Pasts. Holes Notch Are Not Regid. For 4 "x 4" Posts. W A Under 30' 93° 30' 90° Over 30' 87° SIGN INSTALLATION ANGLE `1`17- ellRaviwd Sten Installation Male detail. DATE 1 REVISION ROADSIDE SIGN STRUCTURES 1•411.0.110T0•111/•01 r.■■•• ON n•w°n••a. gemoVIIM JULY 17, MSI STANDARD PLAN 0-4o (x)(y)(z) in FT.9 • NOTCH E TH HOLE ql NO.OF POSTS I 2 3 4 0 4 x 4 80 155 235 310 3' -0 " w 4 x 6 180 365 545 725 4' -0" 1 3/4" nI 6 x 6 235 475 710 950 4' -0" 1 3/4" '^ 6 x B 300 850 1280 1700 4' -O" 2 1 2" IA 6 x 10 385 1180 1770 2360 5' -0" 3 1/2" 8 x 10 575 1610 2410 3215 5' -0" 3 1/2' 00 8 x12 775 2310 34654620 G' -O" 4" • Values shown are the maximum permitted. If the Quantity x y z exceeds the limit for 8 x 12" Posts, use steel post installation. POST SELECTION TABLE DESIGN EXAMPLES GIVEN: 3 ft. wide, 4 ft. high sign with an 18 In. wide, 24 in. high sign mounted 3 in. below. 8 ff. sh'd'r. with .05 /Ff. slope and a 6:1 embankment. W • 30 ff. SOLUTION: Use Single Post. X•3ft.,Y =6.25ft.,V =5ft. 2" =ES +5.0 +.05x8 +22@ C'1= 12.2 ff. (x)(vri (2)" 3x6.25x 12.2 "229 ft' From Table select smallest post having (x)(Y)(2) of 229 or more. Use 6 AG Post. H,• 2+ 2 4D "12.2.43 +4.0. 19.3 ft. GIVEN: 1O ft. wide, 4 ft. high sign..IOft. sh'Id'r. with .05% slope and o 6:1 embankment. W. 30 ft. SOLUTION: Use 2 or 3 Posts. X•IOft.,Y•4ft.,V =7Ft. Fort 2.1 +7+.05x10*(2.0+.6 x10) @ 6:1 .13.83 ft. (x)(Y)(z) • 10x4 x13.83.593 ft.3 From Table select smallest post having (x)(Y)(I) of 553 or more. 2-.6 *6 are t sufficient, use 3 Posts. For 3 Posts. Z. tt7 +.05x 10+120 +.7 x 10) Im 6:1 =I4.Oft. (x)(Y)(0.10x4R14.0=560ft. From Table select smallest post having (x)(v)(z) of 560 or more. Use 3^-6x6 Posts. Hs- Z +I +0 • 14.0+ 2.0 +4.0 =20.OFt. H=• 20.04.35 x10)@ 6:1 19.4 Ft. H, =20.0- (.7x10) @6:I =18.8 Ft. For as ft. Posts. the purpose of post selection, X and Y ore follows: Single sign, or back to back signs, Xond Y are the overall dimensions of the sign. Multiple sign installations, X and Y are the dimensions of 0 rectangle enclosing all the signs. 2 is the height from ground line to mid - height of sign at the longest post. D•Min. post embedment depth for ovcroge soil conditions. Hi, H= etc. • Overall post length. b Is the smaller dimension of the post. W 0 V - See Sign Installation Sheet or Special Provisions. Notch • (See Post Selection Table) 42 Post Around Selected Backfill Material Saw Cut NotCh Full Width of Pas+.Omit Notch for Single Post Installations. �Bot. of Sign FOUR POST SIGNS TRAFFIC Edge of Nearest Lane (See Hole 4t (See Past Selection Table Drill Holes Thru Post, Parallel To Sign Face Finish Ground Line POST DETAIL Ty p. For 4'k 6" To 13"x12" Pasts. Holes Notch Are Not Regid. For 4 "x 4" Posts. W A Under 30' 93° 30' 90° Over 30' 87° SIGN INSTALLATION ANGLE `1`17- ellRaviwd Sten Installation Male detail. DATE 1 REVISION ROADSIDE SIGN STRUCTURES 1•411.0.110T0•111/•01 r.■■•• ON n•w°n••a. gemoVIIM JULY 17, MSI STANDARD PLAN 0-4o it t1 11111 A • /We, Aa..n s/w/PP, ree ., .//.eh.,# Hy.H u r..e w. Is. 13!47 I s lw4.4 b.b.. AA.mw.n Jh r.. r SI s...ed. J.. ..yrd .! I.o.. 6.M *ono M 33.10433 M. /• TypeJ Cbp Jpociy� I I 11 4 PL YW000 Tae of Jyn J it 13 rh... A/y t ha- tLm! eo'Hd 0.ns/... -.:— MIMI NM MEIN Ma MIMI =I Typical ° . 4w'-. t -/ Typ.i.I Cap As any Aft- *toe/ 0..l•. w /s .4./ pwH. OR ALUM /NUM SHEET 0- *a no:Amenee oall n / ' 4M. (OM... 4.0 "Abe Aso speeln, lee /ina H. EXTRUDED ALUMINUM PANEL GROUND MOUNTED SIGNS A-o..ds a-`'•s.... :n peal /3 np• P.-t- ac (Alloy MO-7W., .r: Mrs. Ihod4 Nan t/4babrs per bent STEEL POST - TOP W/NOBEAM DETAIL 0IUU "R.?Ir) 1111 I/•WINOBEAM X-SECTION A /toy 4011.11-7W M1►Oi. 0.7- A /cea P:... s L t /-MIS o- so.../. !' WINOBEAM X-SECTION A0o 402-74 Ae.l cop bo/r llandorot r, /,•.tI PIP Poll lOAAPI, tat -ry AHD. '024-14 /9.• neasAse- he JCIOC? spy, Q% ' %l A /gbe Ar•/ NaTC. c. /2002nd AnAminve-. Jig.. Pane. 31..// be R on.v E.n..d d 8.1/.d A....1,. -VA/am A; A/w. 44 4043-71 on A/ f./...eW S. .d Pen./ . Type A. Alum. Alloy 4043 -T2 or el.../. w.• ! ess.n o/'.y p.ne/s ..d e //.eAmen/ H pea# shell de as d s jn./N by /Ae par ../ febr ae M. /_Gels.. LOoe an Loy 00'02/ Pyn.lTyp:ee/J. = OVERNEAO .5/6N3 1 r Y Ann.. Rm. /on "Non y r 4A.. Pole -. J A4. SMe. r- Ion mss, —c t o J M 33.10433 M. /• TypeJ Cbp Jpociy� I I 11 4 PL YW000 Tae of Jyn J it 13 rh... A/y t ha- tLm! eo'Hd 0.ns/... -.:— MIMI NM MEIN Ma MIMI =I Typical ° . 4w'-. t -/ Typ.i.I Cap As any Aft- *toe/ 0..l•. w /s .4./ pwH. OR ALUM /NUM SHEET 0- *a no:Amenee oall n / ' 4M. (OM... 4.0 "Abe Aso speeln, lee /ina H. EXTRUDED ALUMINUM PANEL GROUND MOUNTED SIGNS A-o..ds a-`'•s.... :n peal /3 np• P.-t- ac (Alloy MO-7W., .r: Mrs. Ihod4 Nan t/4babrs per bent STEEL POST - TOP W/NOBEAM DETAIL 0IUU "R.?Ir) 1111 I/•WINOBEAM X-SECTION A /toy 4011.11-7W M1►Oi. 0.7- A /cea P:... s L t /-MIS o- so.../. !' WINOBEAM X-SECTION A0o 402-74 Ae.l cop bo/r llandorot r, /,•.tI PIP Poll lOAAPI, tat -ry AHD. '024-14 /9.• neasAse- he JCIOC? spy, Q% ' %l A /gbe Ar•/ NaTC. c. /2002nd AnAminve-. Jig.. Pane. 31..// be R on.v E.n..d d 8.1/.d A....1,. -VA/am A; A/w. 44 4043-71 on A/ f./...eW S. .d Pen./ . Type A. Alum. Alloy 4043 -T2 or el.../. w.• ! ess.n o/'.y p.ne/s ..d e //.eAmen/ H pea# shell de as d s jn./N by /Ae par ../ febr ae M. /_Gels.. LOoe an Loy 00'02/ Pyn.lTyp:ee/J. = OVERNEAO .5/6N3 1 r T /MBER P057 4=1. lir:ego a.aM1.. r- Ion —c t o J *re.. ;4/./M3. 2002 +.l... tar t.v `Tnvr'e./ .9, sreerrqq Revenge .S,-...4 IS .s sA.... Owh.ed 3p s. ae.e s. o/I<•.vlr 7's es abw ALUM /NUM SHEET EXTRUDED ALUM /NUM PANEL OVERHEAD S /6N3 S/tlN ASSfA/BLY OVERNEAO .5/6N3 6ROUN0 MOUNTED 11SN5 T /MBER P057 STEE. POS7S Vs' 'S• [y! J �,[r<�S4� J�-r - C O'IAYy:..��H /"War I 7 »a.d .A ..��o...v�� /Rb:Wy...}H W.WYYA . 441 11C: 170% 1'A.....i.ee. 2'0. ,4./. Net Po..n.a : 1"wMDw.. 1, 5. . ".' / nb d . 1r0' /'t• ?. . ' !O' Y" "r Y yA4...irn. 3'0• •• Per /'Y •• !b' :Pe • Ci /nod d Alen Alert A d• y...Hd by A/en../ec L 114 /r J•3H.l a. AS. esnss, rs� I��ja9.r�v��..r -�� ___J �A/�L b- 41� saf71 L.eAry/ AL:✓ t014-s1 /HI ,w.A.w Alcoa Abe/ NA Pelage, oleo/. J.e..nndbe... O.H: / -fee fall ATTACHMENT 70 J7EEL POST ATTACHMENT TO TIMBER POST ^O PLYWOOD OR ALUM NUM SIGN ON SINGLE METAL POST ••wes,.)b. JH /. Mee..., O. 'A..... /.•sign hN:eaAo. Mrw. /' JH./ r Anoonon .... /a C / e . n 0 2 . . Pro h. fee 'dye s, Yd So N �,`PoN00 I per baN. J/. </ CLAMP DETAIL 30.03,3 pw./ Ss4.e4� s Kw.. evlw. • J'ion Aasenb/y r s. Hn..s 13. !/.. r,f An....: .r.. to 0.No re, of3.,�.. M -4-. zYe .. Hr/ er AA...•...••• S.r .S•••y /. Pas+ C/e•..o D.le.. I 31. ZS, A/..o....v.. [ 3s4/ co,. Yole ..047 •/ Lye., ono e dM � d ..h b..thel, e" /e:4, 324 C.•••gr/ Pov n:h.. LIGHTING BRACKETS GENERAL NOTES See 37d Ran 4-4 e+.1 4 /r con, roomer-roe. . and yyn 6/"../. 6/"../. .n . r .4.44 1..aMe.s Ice *Sp../ rtes. 0rd.n y.e Jrw/. !►.A.Mr.p.sl. .HATER /AL JPEC /f' /CAT /4./5 Aftdone Ad.. Qfe-t .0 - U • Nr.f Lee. - We.h•-s. R.r.Ia Po./ CY /A re/no...ono son •r• wa.•. - I ..h.•Hel — I 404/ •TI .4.34 JS4 -T4 • o- J•e:.J... J•.• A! )✓, A -t'I ye Jr, AOsA,.1 A Or ya/w.vssd P. -A A -?g7. ...d Ankne/a AA.n h.w •elate cooly .f a P.O. .......n. Ate-A-ons .4/4 d..A. ems /. on doinn..w /.. see ' Onnd rtrehny e/ AA.41/..n Aa-../s •'s / . ndbrn• rs penno / /ed 1 1 .a •■•■••.ny /qY• D.;'.I -� LLL... --0000 --Ill R. . '..s. .-s PLYWOOD OR ALUMINUM ' .r / "eYa 4 ~14. B /GN ON JINGLE TIMBER POST STEEL Z ;PLC /AL SECTION OW bra />•0 -4 "0 SION MOUNTING DETAILS -- Right Edge Stripe 0 0 a 0 ctre. 2e "•--7‘'.:y \Typ• 1 3' 3' 3' 3' 12' p O O O 0 0 0 I.LType 1e 80'IS•• Not. MI) 0 0 0 0 Q o 0 0 0 0 Type 2e 40' 40' O 0 0 0 0 1 O O O O Typ• 2e Left Edge Stripe 1 O 0 O 0 0 0 0 Type 2e ;rype'2f (Typ.) 0 Edo. Stripe 0 SPACING FOR MULTILANE ONE WAY TRAFFIC Stripe Skip Pattern Type 1 Lane Marken Type 2d Typ• 2d- f 80' ((Sax NoteT T-2) YD 1.- V— w .ti.- 30' 2.. O 0 0 15' Di 15 1----,--1 10' 10' 10' Edge Stripe 80' 30' 10'Ts•••- ___.4 Type 2d 15' N 0 3 T- i3.es•• to 4.0S" SECTION A -A TYPE 1 PLAN 0.65" to 0.75" T,alfic Lane LEFT /' EDGE LEFT EDGE OF LANE PLACEMENT (SEE NOTE M -2) SPACING FOR TWO LANE TWO WAY TRAFFIC B PLAN B f 30• Oir•ction of Traffic Prismatic R•ll.cti• Face 0'-30. 4.0••2 SECTION B -B TYPE 2 See Table •t PRISMATIC REFLECTIVE FACE COLORS Type 2a white and red Type 2e yellow and red g7 Type 2e allow and ellow white -one side only T •e 21 allow -one side only R•.i..d.„.7 d..y.m. 4:::,...,;#0.7/1;t .A Typ. TA reflecting fare ubc AI/.JC�PV /e n.fv. iG NOTES: Multilane One Way Troffic° M-I. For Lane Lines,Type 2e Lane Markers shall be spaced at 80 foot intervals on tangents and 40 foot intervals on horizontal curves having radii of less than 5;000 feet. M-2. When specified, Type 2f Lane Markers may be placed outside the left edge stripe. Placement is shown on "Edge of Lane Placement." M -3. When specified, Type 2a and 2c Lane Morkers are installed for the first 1,000 feet In advance of off -romp exits on freeways or grade intersections on multi- lane highways in lieu of Type 2e and 2f. Two Lane Two Way Traffic: T -1. For center lines, Type 2d Lane Markers shall be spaced 0180 foot intervals on tangents and 40 foot intervals on horizontal curves having radii of less thon 5,000 feet. Type 2d Lane Markers are to be centered between skip stripes. T -2. Where specified on contract plans, 5 equally spoced Type 1 Lane Makers ore placed in lieu of "skip stripes" as shown in the detail above. LANE MARKERS •••••• 0elob•r 5, 1919 STANDARD PLAN H -3 troth Revised Ione marker spocing on Iwo lane twowoy s. 4°25 3-19 -84 Revised notes. Revised edge of pavement 1ocement, JM l/ Qva /e -S-79 R•.i..d.„.7 d..y.m. 4:::,...,;#0.7/1;t .A Typ. TA reflecting fare ubc AI/.JC�PV /e n.fv. iG .A 3 -17.72 Added Typ•. 2. & 21, including not. J CAL 4#' 8.28.67 O.I.t.d Typ• 3, Add•d table for Typ• 2 R.0.5. ivj 3.10 -67 Typ•s 2 R 3 Spacing and Prismatic Fac• Angl. R.O.S. APPFYO. GATE REVISION AT NOTES: Multilane One Way Troffic° M-I. For Lane Lines,Type 2e Lane Markers shall be spaced at 80 foot intervals on tangents and 40 foot intervals on horizontal curves having radii of less than 5;000 feet. M-2. When specified, Type 2f Lane Markers may be placed outside the left edge stripe. Placement is shown on "Edge of Lane Placement." M -3. When specified, Type 2a and 2c Lane Morkers are installed for the first 1,000 feet In advance of off -romp exits on freeways or grade intersections on multi- lane highways in lieu of Type 2e and 2f. Two Lane Two Way Traffic: T -1. For center lines, Type 2d Lane Markers shall be spaced 0180 foot intervals on tangents and 40 foot intervals on horizontal curves having radii of less thon 5,000 feet. Type 2d Lane Markers are to be centered between skip stripes. T -2. Where specified on contract plans, 5 equally spoced Type 1 Lane Makers ore placed in lieu of "skip stripes" as shown in the detail above. LANE MARKERS •••••• 0elob•r 5, 1919 STANDARD PLAN H -3 - - - PLAN 0 a ELEVATION TYPE A 81 B T YPE NOMINAL DIMENSIONS a b c d A 8" 1 3/4" 3/4" BY APPR D B 9 3/4" 2 1/2" 1/8" C 12 3/4" 1/4" 4" PLAN d END VIEW TYPE C 12-28-84 Modified drawings, revised Owl RG 20,,,A, 8-20-84 Revised title RG ezg DATE REVISION BY APPR D 0 SIDE VIEW PLASTIC TRAFFIC BUTTONS w._,e" n•4 N•.,"A, a 4•rrp,•,w,i ".,w 11u.10.,o" 1701111C1 0.40011111•11 ."«"... •^••^• February 27, 1984 STANDARD PLAN H- 4 a NO TES, See contract for location and material requirements. Tient letters shall conform to RH FHWA Publication Standard ALPHABET for HIGHWAY SIGNS and PAVEMENT MARKINGS. With the esceotion of the railroad crossing symbol letters, all traffic lettere shall be feet in height. TYPE 3 Preferential Lane Symbol &boll be installed onty on designated bicycle lanes. SYMOOL SYMBOL CYCLE DETECTOR SYMBOL LOCATION PAVEMENT MARKINGS WOOOMOVON OWN •••■•••■••• OP ISAIIMPOIII•OOPI • Remove all slack before Installing Cable Tle —\ 1— Conductors Insulated Grounding Bushing 24" slack required lo allow Oulck Disconnects to be pulled outside Hand - hole 6" MIN. DETAIL A See Detail A\ Insulated Grounding Bushing Bond Conductor Attachment Bracket (See Detail) 120 -LB Unlocking Strength Black Cable Tie Strip outer Cable Sheath below bracket Eliminate all slack Quick Dlsconn (Std. Spec. 9-29.7) Galvanized Steel C Condult J Pole B Bracket Cable to Lamp Handhole Bond 1" MAX • Edge of Pavement Luminaire Arm S' NOM 10 MAX Edge of Shoulder Alternate locations allowed provided J.B. to Bose distance does not exceed Id *Application for Fixed Bass similar except no Cable TM Is required at Junction Box. WIRING DETAIL LIGHT STANDARD SLIP BASE" Install 2" x I" Reducing Washer and 1" Connector to secure Conductors al end of Most Arm. Single or Double Mast Arm as raqulredd r�J For Double Mast Arm, Install 2nd Cable between Luminaires when both Luminaires are on same circuit. MAST ARM WIRING DETAIL TYPICAL JUNCTION BOX LOCATION 1/4"41 r-I /6 1.1 N4 1/4" - 20 UNC - 3/4" S.S HEX CAP SCR Round Interior Edges PLAN SECTION A -A CONDUCTOR ATTACHMENT BRACKET DETAIL b -M e..lsed ••■•Dd .1 tO"°"° allach eel In 1e.. 044•4 plea tar 0.0. Imo - 11... 0•1.1•1 appear plate plan DATE REVISION TO BY APPD. LIGHT STANDARDS WIRING DETAIL aaar.a. r� aw.ww ..r.w..∎ a.... a.pa�raa .eEsC�L�• -Q ammo May 10, 1512 STANDARD PLAN J - le - - - • ..et ran • .lay t>ra. M.1•r- 3...v •.•v >✓. p LM Ss 3°- G..N ... fem.,. to pole ..e.., .• T Dow. InMeencl.n -- pb,hc !k.ilt. cu..Guil Min 4..9th.2f1 I4. 341 Strap ea poo -- bend c•Mwl to ow. ...no. wualrr..od. S .. b.* bma. C (aw.1 2.6 I•,4 O Clean V, Tr.. 4.d Ttn,ban Poles M.I.. base 3'6' W.006 or w•.p •44q nob i Genoa l8 Cerd.N . - 2. 7*3 V V.m11a.r.mt r1. ;:�• -�I, 3•31 C.d.. f :.n.,C1 r• S.a. to s•\rrt L_J b L.m..m4. to.d�A- 11t4 m n\,ar.d TYPE A SERVICE, 12oVOLT FL:mAA. 7.H 43.4 ..*,1MrMrd�a O C - Theo,ad J ud.l to p.M 3.410 .bale I' above motor Nod meddle W i strop fl. doom C.di1.21- 3 e....C.t+.I Mr, e^ t .ne4 21•1. ♦ am" WV o. u.. r..a •*I swN -.4 6 _J TYPE 8 SERVICE, t20y240 VoLT 121 abaft I:N2u VA,. /,j W... as. i ,L r Intobiebafrk Clonla Or r cl.o I Sr, no _lee / ! s1. et....d > �� .. Monwalodair Or Time Om! (an Saadore 3pept.eotion. sacW C.....wl 1 PoIrr1.1 Tn,n.0.ner, qfw dodo n.'.•d b/ 1. toil/. Irevbn ns w wI) -MAW b.•. L_J `Lora•. r°r tyy -e•a V A -- A I no on I v.,'. W. put 1_ V1Ya.d.1.11 oat i or wow. mw 'TYPE C SERVICE. 480 VOLT II/ 450 sb15. +,I When moon/ _\ -'O19 31nd..a. TYPE A WRING DIAGRAM 120 VOLT olectr, Cs- 0.11 .•n r> Te Lgna41 31or.donb TYPE 0 WRING DIAGRAM 120'240 VOLT \/Lh� iLVdlhen aana• O... 1 ••p* w,drd to :op Sts. Poo. Coo 3M M awe top at 4.1,"^\ 1.4.0,n4 Perm. *Arnmom -' 1,1 Ya1• 541 3c... (*,......d POLE TOP MOUNTING �(G Of 446 o. _.1 1. u.r.b S•r �� Thrsdnv C.shro> (ban .id.,) w , n _T. LigMip Mord.. TYPE C WIRING DIAGRAM 480 VOLT -•..oat 3.1e 'Nola b... Son t(tn.ri...) C.4 Pm..? 1. an r..la. tom 1%0..3 -:e1. Log Sam., (2 re...ed) .a0-2E B..ca •.1 ard. Ieunitnq shale y3tC Co.*, a2 ..sad where eond.tlon• •nf nolnlin photo control jnoran a.d. Or pole. BRACKET SIDE MOUNTING PHOTOELECTRIC CONTROL DETAILS k- r SECTION A -A 4 P• b and C sa.1 c• .*tt shall be 04 ..3314 Cen•t.vc•.n. Wade. bNt$ T/PE 8 S vsCE CAIDRJ[T 5•"" "Thi _ .. .T, ;;;•a.• J J A Soma. A -A and etn.. epw4t • -rp, 5 TYRE C SERVICE CAbN(T SERVICE CABINET DETAILS r v .• b'«... g. 3r..... Ten 3.' 4'• TYPE E I TYPE C • 1. -le0v • • 1P -4AOv Splc.- s:•- 23. 'r• Rated 3 roan. 11. I0-13A -1131 I� Ots Tale...' 1 150%. 400'120 V • • ,1(,T Cormm•.51 • C49 rI� . 1 - it ,be..: N... R.auWa 1.4. me+.fed, i�•.taen bar I •/(j41 cu- 6'•'.4.%3 .4-410fe «FO ^Boa•••- ed:, \. code ..c... •••• •. e.w r..4..4 r. -. Ae^t4- �.•.f.. Tyr. C ...SOSO .1. s ••.••c wW ti 500 V..n. • .----- n . ^.'.:�a• NOTES M•h r.nq 11...rg.m•n4. rr.l() 00,4 .•h ditr. r•..4 • • •. •nq u4i l'.•i. a, and 44.• con. ••a /.• !hell , 1b. .'ogs.....•.d• °046• uf.Iay p'.e- 10 .oNani..9 tn. s•re.ne •ell'3r anf• All s..-+.cg p.l. cond.'. I.hell 8• s•curad fo •1.• 3040 sl 3 4004 C•n4. r• w.4• co.du.1 Warman All nem.. •'.d aa.,..e. •0..4p."an• *loll be .lea •...d en .id• e4 ••1* f•eI .• 110304 4'en. •Tr.(tic. rat:: d pu M• •er11h uli li , �e r..e• 6 -.eke !hall b. ■n• f. t,.d 11La.. ~11.•�v...r 6eek.1 .n a � � n..n..q., . eIe •.. . For or e,.nd:•9 Ortoll ..e 5.d Phan J-9.. 31 LIGHTING DETAILS Wa.4i•8b• S/.te Depeert..anl el HI MsF. Mel *woo ••••••• b, •aM.•r •..r..r J-3 Eli DETAIL A —\ Motet R•oding Panel. — 1•'.6" Shear Noel 01... SEE DETAIL A-' I'.4" TYPE D A E SERVICE CABINET DETAILS I• -6" fWEIDE -11- INSIDE 1 4•e -t, tEg ►.dl.al ∎"1..i __How _ Kock Ey 11.1... Ma. •...14.11••••••441 11. Utility/ at W... 0•4 �—S%•• DRAIN SEE DETAIL A —Swiss ).tab R•r•d ►.r lost CR 3 E..6 A Roy ".4. INSIDE SS" . 12" 1.h r 4' Heel ' •. • 4.•0•' .1 Motor Settles 1.47(.1 Normal T.rwi.ati.. 01 S.r.k. C..d.N D..d Foot Sh1.1d it 1" 1,01611ng 10.hi.. lorries _6 "± 61.. 00.001 .nl.wn .3 1.0.44 u. 0 • tnabn 2' 0 r- . wawa pram. 0.0a.- lay 1.. «311' .1000101441.11- ..•..1 .4...011. Q C.cs... 'N ... N wad. Al wad 0 6. rhemen d 0400 .a 6' swamp es Y*... frama. .NM MI M made M 7A' do- .oe ...h ...M.041 -ap p..iM Mlr A0s•`•n Q 3000 •••11 O.gM.anO 00,7441 era, ....t. w • .11-1.0 ow. .w.. • 1.331 1/4 . 2 V2' We M J.i. 6MN, © IA. 6 wawa e.« kt0... w.M.3e Y � amoral r..al1 «3.t«✓. •.e 0. .rra .a.4.t. Q 74..11 r..•... © 1114M.w317 0.1700000.1. © 1.3.00 await. PHOTOELECTRIC CONTROL UNIT INSTALLATION DETAIL 1 /4" N 6 /1" Cdbl. Pa..) Covet N.opr.l.. O..k.t DETAIL A a G; • e 0 I. 120/240 Vohs Or 4E0 Vohs ( [SEND' ten 0.110 /140740. tiv. 1 • AN 7.6. Maw (0... 1444 .r C•44.0.1 M oa.y .e V+.e ma..I.. T......«v N 140e 0* ...J. 1.. 6..l C...1 ...J.. l I.1.. 11 ••■ • 600 r.. 1.. 1.0414 7411 • 16 Awe . 171 v■ -r 1..1 11.04......A. 11IT . 11 A... 140 v.. p.ed 0A. Ms... I.JI.4 1.r.1. Y..A. 1•• N... • f Ii 400 v1 404. 0.0..4. M••4 ere T.■•••• Ill-. •00/110 Y.• Coates.. 1.. N••■ I•••• 2 C.' .1.41 .••••■ ■..e'.4. 411 Ty.. 1..4..d. M.J. I st. 10 0., • 1116... 111 V. T 14.41 I.r.43. 40• 4 el*. 04.3 N.... 00 . r C..... N••1r•1 6•4 3• 6e040 RN It.. 4 -9. Hr wr..3. owh0) e y T. lut.i.dn• Dead Pent 261.14 -I Torwilants Service C..dul Ilea H Utility [p.k.. Malty Smolt. Ahead 01 Nets, 1! To Pew.. 1....• A B Dktdboti.n (*.auks A. R.q.ind SECTION A —A SECTION B —B TYPICAL SCHEMATIC •• 1.7 6VA •■•• (4..... r•wlr•0 NOTES: Metering arrange-nand .-nor sort' with .37ferenl serving utilities. The Contractor shall ascertain the requirements from the uti1ty prior to in- stoning the ser•.ce e... mmnt. Cabinets Shall be fotrtcotcd of 12 gage sheet steel and pointed in o0careonet with standard soeCif.COtior6 ona be rated NE•A 3R For breaker ratings ono contactor S Les See applicable plan3. Ile lurinelt.. 9..".•r•T..s.k....w 1.40. •3611•, 1 T6 4•e -t, l....••T.K•. 20.....• Ban* CAL 14. ∎"1..i ... 01...43 .• .• ..0r 5••-• I .5 1.1.11 11.1... Ma. •...14.11••••••441 11. 1.1.71 W... 0•4 0411 1071010Ms [ 1e MI, '3 e y T. lut.i.dn• Dead Pent 261.14 -I Torwilants Service C..dul Ilea H Utility [p.k.. Malty Smolt. Ahead 01 Nets, 1! To Pew.. 1....• A B Dktdboti.n (*.auks A. R.q.ind SECTION A —A SECTION B —B TYPICAL SCHEMATIC •• 1.7 6VA •■•• (4..... r•wlr•0 NOTES: Metering arrange-nand .-nor sort' with .37ferenl serving utilities. The Contractor shall ascertain the requirements from the uti1ty prior to in- stoning the ser•.ce e... mmnt. Cabinets Shall be fotrtcotcd of 12 gage sheet steel and pointed in o0careonet with standard soeCif.COtior6 ona be rated NE•A 3R For breaker ratings ono contactor S Les See applicable plan3. Ile lurinelt.. STANDARD LIGHTING' DETAILS::. Washington Slot• D•part.n•nl of Highways • r....1 .e..... 0•••• N 340.•• J -3l 9..".•r•T..s.k....w 1.40. •3611•, 1 T6 4•e -t, l....••T.K•. 20.....• Ban* CAL 14. ∎"1..i ... 01...43 .• .• ..0r 5••-• I .5 1.1.11 11.1... Ma. •...14.11••••••441 11. 1.1.71 W... 0•4 0411 1071010Ms [ 1e MI, '3 STANDARD LIGHTING' DETAILS::. Washington Slot• D•part.n•nl of Highways • r....1 .e..... 0•••• N 340.•• J -3l • TYPE I Single Phose 120 Volt Service a • 120 v 2 -Wire Secondary, —to supply 120 volts o y- TYPE Y Three Phase 120/240 Volt Service a N • Dc 1 1 t• r 240 v 120 v ' 1"' 240 v 201 1 8 v 240 v � 4 -Wire Secondary• —con provide 3 phone 240 volts with small omounls of 120/240 volts single pnes• power TYPE I% Single Phose 277/480 Volt Grounded Neutral Service a ,__�— Service a N b 1 1 277 v 277 r 480 3 -w,. Secondary. —lo supply both 277 and 480 volt Circuits TYPE II Single Phase 240 Voll Service : 240 2 -• •• Secondary, —•: supply 240 volts gnly- ¥G'E No neu /ro/ .ire TYPE YI Three Phase 120 /208 Volt Service a D N 20. 208+ 1 . I 208. 12:. 208. t 22. • • t 1 4 -stet Se:andary, —.r provide single and /or 3 phase .•:.er 01120 and /or 208 volts TYPE X Three Phose Delta 480 Volt Service __l$f•YKf D 480. 480 480 r 1 3 -Woe Secondarr —.o supply 480 rolls my —cast provide 3 phase pour and /or 3 ',ogle phase circuits lea -b, et-c and /e-o) wort- 1. Be /poet slop /. photo /odes t No a.elyd/ aid TYPE III Single Phase 120/240 Voll Grounded Neutral Service r__r- Sfr.ce o ; N D 1200 120 . 240 • 3 -Wire Secondary, —to supply 8,18120 volt and 240 volt circuits TYPE MU Single Phase 480 Volt Service •80 TYPE S Three Phase Delta 240 Volt Service ,__� —Ser rice n • 210. 240 Y t 240v I 3 -Wire Secondary, —lo supply 240 voile tali. —con provide 3 otiose power ono /or 3 'Ingle phase circus (50-8. /1-e, and e5 -0) NOTE, /. Bo /once .,ep/! pees! /doer t No neutral .ire TYPE VIII Single Phose 240/480 Volt Grounded Neutral Service ..r..—Service e • N; 240 v • 480v 2 -Wire Secondary • D 2i0v 1 —to supply 480 volts ;INK MOTE• No neulro /.ire _ 3 -Wire Secondary, —lo supply both 240 and •80 volt circ.111 TYPE El Three Phase 277/480 Y Volt Service a b 277. 480 r s N 277 v 480 v 1 1 480 • I.. 247, 4 -Wire Secondary, —can provide single and /pr 3 phase power at 277 and /or 480 volts 2 -4 -S2 Rerlete tits ewe saws, .umber. DATE I REVISION 1 VG BY 1 APPO. POWER SOURCES O. 11. FOAM stemma, - O 5, 197/ STANDARD PLAN J -3e r• s NM IS © z /4 CD t) 0 4- IMD•Aeea 0 0 TOP VIEW PPB -1 mele•■•• 0 0 0 0 Ylr-r 1 1 tt 1 0 `. o0 1 tJ_T 0 SIDE VIEW PPB- 1 (PPB-2 similar except use Series FD 3/4' Condulet and log screw fasteners.) KEY: (S. S. • Stainless St eel) OI FD Series Cost Condulet PPB - 1 4 3 FDA 5/4- PPB -244 F13•3/4" ✓ Condulet Fasteners PPB-14 3 3/6 ASA Bolts PP 8-244 5/11* Log Screws ® Aluminum Mtg. Channel PPB- 14 2 3-x 1 3/4" PPB-344 1 1 /e- ® Burton, Plate, 5.5. Fasteners 4 Gasket TOP VIEW PPB- 3 SIDE VIEW PPB- 3 (PPB-4 Similar except use series F D 3/4" Condulet and 109 screw fasteners.) C) Metal Pole ® Backing Plate-O.125 O5 Sign © 5. S.• Sign Fasteners 1© Backing Plate 4 Sign Radius to Match O 1/4" AlLminum Rivet Sign Fastener 1/4" Aluminum Rivet Backing PIateFasiener 19 1 S /s' Hole Drilled in Pole Aluminum TO CLADS PUSH BUTTON WAIT FOR WALK 516NAL TO CROSS PUSH BUTIOM wAIT FOR WALK SIGNAL PPB-IAB PPB-2A5 PPB-3A PPB-4A TYPICAL INSTALLATIONS TO CROSS Push BUTTON WAIT POR WALK SIGNAL SIGN A /-1/E- R. Typ. TO CROSS PUSH BUTTON WAIT FOR WALK SIGNAL TO CROSS PUSH BUTTON WAIT FOR WALK SIGNAL TO CROSS • PUSH BUTTON WAIT FOR GREEN SIGNAL TO CROSS PUSH BUTTON WAIT FOR GREEN SIGNAL TO C ROSS PUSH BUTTON WAIT FOR GREEN SIGNAL SIGN B 51004 C SIGN D SIGN E SIGN F SIGN DETAILS Ped. Push Button Assembly Type Number PPB- ``� ` ` Signs Required NOTES See Standard Specification 9-29.19 Sparer- I/2 "x 1/2 "71 1/16" orientation. Signs sholl hove 1/2" Series 0 © 1 I/2 -x 1 1,-'2' Hole Cut in Channel white enamel background on metal base. O 3 /4 "1/ x 2 1.2' Debarred Nipple 10 1 1/16' Hole Drilled in Pole 11 Drill 4 Top Pole For Fasteners Woter proof Sealant EXAMPLES: PPB -IAB Assembly 1 wish signs A 4 B. PPB-3D Assembly 3 with Sign 0. PLAN DESIGNATION CODE See Contract for mounting block enamel letters with PEDESTRIAN PUSHBUTTON DETAILS L JULY 17, 1911 STANDARD PLAN J -50 b 1 s I 1 111 ' O__1 LO ._ Maw IMD•Aeea 0 0 TOP VIEW PPB -1 mele•■•• 0 0 0 0 Ylr-r 1 1 tt 1 0 `. o0 1 tJ_T 0 SIDE VIEW PPB- 1 (PPB-2 similar except use Series FD 3/4' Condulet and log screw fasteners.) KEY: (S. S. • Stainless St eel) OI FD Series Cost Condulet PPB - 1 4 3 FDA 5/4- PPB -244 F13•3/4" ✓ Condulet Fasteners PPB-14 3 3/6 ASA Bolts PP 8-244 5/11* Log Screws ® Aluminum Mtg. Channel PPB- 14 2 3-x 1 3/4" PPB-344 1 1 /e- ® Burton, Plate, 5.5. Fasteners 4 Gasket TOP VIEW PPB- 3 SIDE VIEW PPB- 3 (PPB-4 Similar except use series F D 3/4" Condulet and 109 screw fasteners.) C) Metal Pole ® Backing Plate-O.125 O5 Sign © 5. S.• Sign Fasteners 1© Backing Plate 4 Sign Radius to Match O 1/4" AlLminum Rivet Sign Fastener 1/4" Aluminum Rivet Backing PIateFasiener 19 1 S /s' Hole Drilled in Pole Aluminum TO CLADS PUSH BUTTON WAIT FOR WALK 516NAL TO CROSS PUSH BUTIOM wAIT FOR WALK SIGNAL PPB-IAB PPB-2A5 PPB-3A PPB-4A TYPICAL INSTALLATIONS TO CROSS Push BUTTON WAIT POR WALK SIGNAL SIGN A /-1/E- R. Typ. TO CROSS PUSH BUTTON WAIT FOR WALK SIGNAL TO CROSS PUSH BUTTON WAIT FOR WALK SIGNAL TO CROSS • PUSH BUTTON WAIT FOR GREEN SIGNAL TO CROSS PUSH BUTTON WAIT FOR GREEN SIGNAL TO C ROSS PUSH BUTTON WAIT FOR GREEN SIGNAL SIGN B 51004 C SIGN D SIGN E SIGN F SIGN DETAILS Ped. Push Button Assembly Type Number PPB- ``� ` ` Signs Required NOTES See Standard Specification 9-29.19 Sparer- I/2 "x 1/2 "71 1/16" orientation. Signs sholl hove 1/2" Series 0 © 1 I/2 -x 1 1,-'2' Hole Cut in Channel white enamel background on metal base. O 3 /4 "1/ x 2 1.2' Debarred Nipple 10 1 1/16' Hole Drilled in Pole 11 Drill 4 Top Pole For Fasteners Woter proof Sealant EXAMPLES: PPB -IAB Assembly 1 wish signs A 4 B. PPB-3D Assembly 3 with Sign 0. PLAN DESIGNATION CODE See Contract for mounting block enamel letters with PEDESTRIAN PUSHBUTTON DETAILS L JULY 17, 1911 STANDARD PLAN J -50 All conduit to door Iona cents brace of cabinet by l/2. Mal Anchor both and data for spacing to be supplied bl cabinet nwulachra. Sham to plumb b51a1 7• spas ra.a 0-r and cop; others ai -sa.:ed. N 2 3/8e • plastic draw tube 21/2. cabinet base • 2' 6e 0- I/2• l' ( n� , -3• 11'11 N l II ) E- -21/2• >-'�4 bar each S N � 1 1 l e i cOrnel , i ':''T n hoops _____1..1 11 e 11 \-�-2 v2 1 fl 1 ‘-- Locale conduits centrally In foundation. utu 4 sllpflt ter — 4egah. steel pipe 3e a S' handhole wllh cover 5/8e a 2 -O a 4e gale. steel anchor bolts Z 3• Ise. or rd.1 PAD MOUNT PEDESTAL MOUNT bon a1 approx. 1' -0e centers 2 -x0-52 DATE 4e ■ 9• pale. pip. flange 7 I /2• (Horn. bolt deals for 41rntn.) boll holes 3/40 It sa. PEDESTAL BASE DETAILS NOTES, 1. Pad and Pedestal Mounts shall be Class B concrete unless not- ed otherwise on the Pbns. 2. Where Pad or Pedestal Mounts are located In o sidewalk, con- struct Mount top flush with sldwatk prods, omitting chamfer where top and sidewalk abut. 3. Pod Mount design Is typical, Contractor shall utilize cabinet manufacturer's specifications to proper fit of cabinet on base with respect to conduit placement. Controctor shall subndt for approval o proposed design with plan, elevation and any relevant section view. 4. Expansion anchor bolts (KWIK -BOLT, WEJ -IT, or squall may be used to fit cabinets to existing Pod Mounts. Deleted rel.r.nc• to lgN 1e lever el generic da•crirllea. 01.1..4 .O•l 1111•. T d' BY APP'D. REVISION CABINET FOUNDATION DETAILS P110/1[1, .�..� r•br.e.e 22. 1062 STANDARD PLAN J - 6c 'TYPE E MOUNTING DETAILS SIDE MOUNT TYPE B-- PED. TYPE K- VEHICLE O 0 O 0 O 0 0 m KEY Center Pipe Lock nipple Nipple Serrated Elbow Serrated or Flanged Elbow Reamed Tee with Set Screw Reamed Elbow with Set Screw Bronze Terminal Compartment with= - Gasketed Cover -Fasteners - wire Leads - Mounting Soddle for Side Mounts -1/4 "0 Drain Hole - 12 Position Terminal Strip - Wirewoy for Side Mounts Bronze Collor, 4 1/2" I.D. with Set Screws Ornament Cap Neoprene Gasket and Galvanized Washer Conduit Locknut Type E Hinge Mounting (See Detail) 14 Fastener with Spacer - 1/2' Lag Screws on Wood Pole - 1/2 "Bolts Topped to Metal Pole 0 TOP MOUNT TYPE C - PED. TYPE F -VEHICLE Flathead Socket Bolt 1/2" Insert Hole for External Wire Ent -once. Required on Timber Pole Mountings only. NOTES: See Contract for head type, mounting height and orientation: Fasteners shall be 1/2 "0 Galvonized Bolts topped to Metal Poles or Loy Screws for Wood Poles. All Nipples, Fittings and Center Pipes shall be 11/2 "0. See Standard Specification 9- 29.17. Install Neoprene Gasket outside Heod when Flanged Elbows are supplied. Bossed Fittin s with Pinned, Serrated Rings may be substituted for Serrated Fittings. SIGNAL HEAD MOUNTING DETAILS POLE 8 POST TOP MOUNTINGS 11.100.1•CI 111•711.04.111. •••••••• r•br..rt 22, 1912 STANDARD PLAN J - 6 f • — • • • • L T ARIA MOUNT TYPE L ARIA MOUNT TYPE LE (Type L with Extension Fittings) 11 Q—1 • ARM MOUNT TYPE N J ARM MOUNT TYPE M 9" Min. 1 L_ J SPAN WIRE. TYPE P (1 HEAD) S" Min. I 2 © L J E 0 z N >o z 1 •r SPAN WIRE TYPE Q (2 HEADS) TYPE R (3 HEADS) TYPE 5 (4 HEADS) KEY (5.5. • Stainless Steel) End Cop Conduit Locknut, I l/2 "0 Locknipple, 11/2 "O Galvanized Steel Washer Neoprene Gasket Bronze Serroted Ell Fitting with, - 3 /s "S.S. through Bolt arTd Nuts -3 Set Screws of Slipfitter Cennccton -3 Si c Screws (Allen Read S.S.) at M■pple Connect,on Serrated Ring with Pins 8 Hex Locknut with -2 Allen Head S.S. Set Screws -Pin Receptacles Nipple, Length varies, 1 1/2 "O Hex Locknut, 11/2 "0 Mounting Assembly High Strength Cost Aluminum Elevator Plumbizer with: Tapered Adjustment Washers, Flange Adopter G 5.5. Fasteners Aluminum Arm with Set Screw Slotted Tube with Closure Strip Tube Clomp, 2 1/2" I.D. Female Clomp Assembly with -2 Set Screws -0.50 "x0.050' S.S. Bands - Screw Buckles, 7 /16 "N.C. with Swivels, Nuts (.washers -Band Clips with S.S. Allen Head Set Screws 17 Bronze Messenger Monger with: -V2 -¢ J Bolts -Coble Lock Bar -Rivet - Cotter Key ® Bronze Female Wire Entrance with: - Bushing Insert - S.S. Allen Head Set Screw Bronze Balance Adjuster Multi-head Mounting Assembly Spider Assembly Serrated Ring with no Pins 4 0 0 0 0 m NOTES: Type M Mounting for Optically Programmed Heads shall hove a 3 1/2 0 Opening at the Signal Attachment. Type M Mounting for Conventional Heads shall have a 2 0 Opening dt the Signal Attachment. Type M Mountings shall hove "0 "Ring Groove and Seal Top and Bottom at Signal Attachment. Type N Mounting with Optically Programmed Heads sf oll be installed with 14 "nom. Arm . See Standord Plon J-6h for Visor, Tether Wire and Bockplate requirements. See Standard Specification 9- 29.1T. SIGNAL HEAD MOUNTING DETAILS MAST ARM a SPAN WIRE MOUNTINGS •••••• r.b,.orr 22, 111e2 STANDARD PLAN J-6p WIREWAY DETAIL EL EVATION PLAN VIEW SIDE POLE MOUNT ELEVATION CABINET MOUNTIA/0 DETAIL 0 -- -iij 0 0 G m TETHER WIRE DETAIL SPAN WIRI MAST ARM MOUNT MOUNT INTERNALLY /LL UM /MATED SIGN DETAILS Level -r 8 "&R /2 "SECT IONS 8"See X• a "- //2" 12'Sec. X•S i/2Y//2• CONE /NA7 /ON 11-OR /2-SECTIONS X•51 /2't //2" BACK PLATE DETAILS CD gp FULL CIRCLE CAP TUNNEL 6"I a2x I 0.3X I O.3X )p.2x SIGN BRACKET DETAIL LOUVERED PEDESTR IAN 17D CUTAWAY VISORS EGGCRATE KEY: S.S. = Stainless Steel) 4 0 fra 0.75-x 0.45 "5. S. Bond with Buck /e One Bolt, F/ored Leg, 0.075" Thick, S.S. Mounting Bracket Non- Melo //e Washer 5 /16I.0. S/16- IBNCr J /4 "3.S. Nex Head Bolt ANeto/ or Timber Po/, 2-A 3/16%54 Bond with 2 ea, 3/8 - I6 NCx 3/4 "S.3.1/ex Head Bo /f, Lock Washers ond Nuts 5//67 Eye and Eye, Oo /v, Turnbuck /e (75OIb. Min. Breaking Strength) S Hook, s/8 "Mi /d Steel, Go /v. (750 lb. Min. Breaking Strength) I/8" Wire Rope C/omp(U Bolt Type) / /8'S.S. Tether 1✓ire ( /700lb. Alin. Breaking Strength) Wire Clomp with Lead Wire Wrap Signo/ Head 6x8.2 Ib. /ft Channel 2eo. / /2- 20NFx2 (l2 "COdP /oted Hex lead Bolt, Lock Wosher(Dri// and Top Po/e to Accept Wirewoy(See Detail this Sheet) Meta Pole • Cabinet End Bushing(Cad. P /ofeda- P/astie) Conduit Locknut(Cod. Plated) Steel Washer (Cod. Poled) Weatherproof Seal(Neoprene or Equal) 2 "0 x 4-Nipp /e (Cod. Plated) Unless otherwise noted CabinetH'a / /Ori/led 1/8 •0rersize of 2"Nipp/e 0 0 0 0 Channel Drilled //8 "Oversize of 2" Nipp le Pole Dri lled 1 /8'OVersize of 2" Nipple 6063 Extruded A /uminum Frame 4 ea., FN 7K /CW F /ourescenf Tubes Translucent P/erig/oss Sign Foce See Controcl for Legend / l/2 "Cost Iron Nub with 5/16" Pin and Cotter Key See Key 2, 9, l7 and /8, Std Plan J -69. See Key 2, 6, 9 and 22, Std Plan J-6g. See Key 2,9 and 22, Std.Plan ✓ -6g. Serrated l l /2 "E /bow / 4/2 "0 Nipp/e(Ori / /ond Top Able M Accept) 2 ea., I /2-20NFZIp "S.S. Her Head Bolt arm Lock Washers (Drill and Top Pole to Accept Mounting Bracket (S.S. o- Aluminum) NOTES: Bockp/otes, when specified, shell/ be installed with 6 atoinless steel screws and /ockwashers. All pedestrian heads will be installed with ped or eggcrote visors. All opticolly proprommed heads shall be into /le wi h cutaway visors. All conventional heads shol /beinslo/led with tunnel visors, unless noted otherwise in the contract. All optically programmed heads, with type PO,R, ors mounting, shall be instol/ed with tether wire. Louvered visors shall provide 3 vane, 7• cutoff. See 3tandord Specification 9- 29./6Q)C, 9-79./6(2)0 and 9-29./7. MISCELLANEOUS SIGNAL DETAILS wnr r..w. .� rob a, net STANDARD PLAN J- 6h V I1 It_ III EL EVATION PLAN VIEW SIDE POLE MOUNT ELEVATION CABINET MOUNTIA/0 DETAIL 0 -- -iij 0 0 G m TETHER WIRE DETAIL SPAN WIRI MAST ARM MOUNT MOUNT INTERNALLY /LL UM /MATED SIGN DETAILS Level -r 8 "&R /2 "SECT IONS 8"See X• a "- //2" 12'Sec. X•S i/2Y//2• CONE /NA7 /ON 11-OR /2-SECTIONS X•51 /2't //2" BACK PLATE DETAILS CD gp FULL CIRCLE CAP TUNNEL 6"I a2x I 0.3X I O.3X )p.2x SIGN BRACKET DETAIL LOUVERED PEDESTR IAN 17D CUTAWAY VISORS EGGCRATE KEY: S.S. = Stainless Steel) 4 0 fra 0.75-x 0.45 "5. S. Bond with Buck /e One Bolt, F/ored Leg, 0.075" Thick, S.S. Mounting Bracket Non- Melo //e Washer 5 /16I.0. S/16- IBNCr J /4 "3.S. Nex Head Bolt ANeto/ or Timber Po/, 2-A 3/16%54 Bond with 2 ea, 3/8 - I6 NCx 3/4 "S.3.1/ex Head Bo /f, Lock Washers ond Nuts 5//67 Eye and Eye, Oo /v, Turnbuck /e (75OIb. Min. Breaking Strength) S Hook, s/8 "Mi /d Steel, Go /v. (750 lb. Min. Breaking Strength) I/8" Wire Rope C/omp(U Bolt Type) / /8'S.S. Tether 1✓ire ( /700lb. Alin. Breaking Strength) Wire Clomp with Lead Wire Wrap Signo/ Head 6x8.2 Ib. /ft Channel 2eo. / /2- 20NFx2 (l2 "COdP /oted Hex lead Bolt, Lock Wosher(Dri// and Top Po/e to Accept Wirewoy(See Detail this Sheet) Meta Pole • Cabinet End Bushing(Cad. P /ofeda- P/astie) Conduit Locknut(Cod. Plated) Steel Washer (Cod. Poled) Weatherproof Seal(Neoprene or Equal) 2 "0 x 4-Nipp /e (Cod. Plated) Unless otherwise noted CabinetH'a / /Ori/led 1/8 •0rersize of 2"Nipp/e 0 0 0 0 Channel Drilled //8 "Oversize of 2" Nipp le Pole Dri lled 1 /8'OVersize of 2" Nipple 6063 Extruded A /uminum Frame 4 ea., FN 7K /CW F /ourescenf Tubes Translucent P/erig/oss Sign Foce See Controcl for Legend / l/2 "Cost Iron Nub with 5/16" Pin and Cotter Key See Key 2, 9, l7 and /8, Std Plan J -69. See Key 2, 6, 9 and 22, Std Plan J-6g. See Key 2,9 and 22, Std.Plan ✓ -6g. Serrated l l /2 "E /bow / 4/2 "0 Nipp/e(Ori / /ond Top Able M Accept) 2 ea., I /2-20NFZIp "S.S. Her Head Bolt arm Lock Washers (Drill and Top Pole to Accept Mounting Bracket (S.S. o- Aluminum) NOTES: Bockp/otes, when specified, shell/ be installed with 6 atoinless steel screws and /ockwashers. All pedestrian heads will be installed with ped or eggcrote visors. All opticolly proprommed heads shall be into /le wi h cutaway visors. All conventional heads shol /beinslo/led with tunnel visors, unless noted otherwise in the contract. All optically programmed heads, with type PO,R, ors mounting, shall be instol/ed with tether wire. Louvered visors shall provide 3 vane, 7• cutoff. See 3tandord Specification 9- 29./6Q)C, 9-79./6(2)0 and 9-29./7. MISCELLANEOUS SIGNAL DETAILS wnr r..w. .� rob a, net STANDARD PLAN J- 6h TYPE pp' TYPE P3 a TYPE I STANDARD .P�TAILS S- 1 0&✓ 317 19 3.6D1 T a D POLE 4 POST DETAILS 2 Threads Min. 5/8" Max. j 3/4" Chamfer f IUI I.1 Unpaved Area ("to 2" K Paved Area 1 —N ■ • TYPE P5 I I ' f 4' -G" 8' -O' It t- 1 + —N tt HI (Square) H2 (Round) 2- CI. FOUNDATION DETAILS O SIGNAL STANDARD TYPE DESIGNATIONS TYPE PPB TYPE PS TYPE I PED. PUSH FED. HEAD VEHICLE BUTTON STANDARD HEAD POST See Detail STANDARD See Detail this Street See Detail this Sheet this Sheet • TYPEII MAST ARM STANDARD See Contract TYPE PPQTYPE PS TYPE I STANDARD DIMENSION CHART E ITEM TYPE PP8 TYPE P5 TYPE 1 A Height 4' -G" 8' -O' 10' -0' 8 Pole Bose Dio. 2 V2' tt x C Plate Thickness 1/2- 1/2" I /2" D Plate Width E Hole 0 5/8" 1" 1" F Bolt Circle 4 1/2" 8 1 /2' 8 1/2" G Foundation Depth HI Foundation Width 142 Foundation 0 J Anchor Bolt Nut 4 Loch Nbsher VLpe It,Cy4px3o 4 "34¢1c38k4' K Leveling Nut 2 Flat Washer None 5/4" 3/4" L Grout Pad Thickness None N tv M +t• M Plastic Drain Tube 0 None 3/8" 3/8" N Vertical Re -bar None 8 *4 804 P Horiz.Re -bar Hoop(Rd.orSy None 3.4 5114 O Handhole Size None 3 V2 x4" 3 V2 "x4" R Slipfitter 0 (I.D.) None 4" 4" 5 Cop 0 2 1/2" None None tt Tapered Round or Octagonal Shaft,4"0.0. at Slipfitter Weld. N *Leveling Nut Height + 1" Max. TYPE DI TYPED/ TYPE LIGHTING STRAIN POLE LIGHTING AND AND STANDARD STRAIN P0,2 MAST ARM See J- 7c STANDARZI STANDARD See J-7c See Contract MATERIAL CHART TYPE PPB STANDARD Shaft Seep- 2 Ve "0 Gel. Std. Steel P,pe Base Plate - Gal. Steel Note Anchor Belts, Washers, Nuts-Gel. Steel TYPE PS { TYPE I STANDARDS Slipfitter -4 "0 Gat. Std. Steel Pipe Shaft -II Gage Gel. Steel Base Plate - Gal. Steel Plate Hand hole -Gal. Steel, S.S. Fasteners Anchor Bolts -ASTM A307,Gat.Steel Nuts, Washers -Gol. Steel FOUNDATIONS Concrete -Class B Re- bor- ASTMQIS Gr.GO SIGNAL STANDARD TYPE DESIGNATIONS AND TYPE PPB, PS AND I DETAILS .�. Fesaerr u, usz STANDARD PLAN J -To -L s.ofl,v+wve64 n 1.9n0 go ,w.s.ng!..4.4,, L , cep / Cnd ato. .l+d Ca..rbng , d 3•• suer! /019 o.4... /:rya.) Set 510,90n.A6/ (0 • S,gno...o001.09 1,10 'O•a fern• 7.a •....WY' 14%,, -Arm .5e,c • (0pt o%.or/ 5e. 00...10, Ab1e5 Va.-rob/4 1 '4'4.06/..4''0 -wars No3!Arm - tbr.ob/ (15'0 - .pr. • TABLE I - MAST ARM e POLE SHAFT DATA MAST ARM O4 TA POLE 3•AfT DATA (0) YW6 )Mrt.s.Le.� Iran J'V" /A -,,..., Z9Arm 1. Ash• C n c /.an /IT 4 In .77..46.01 01a•,y. awl: 7-1 Opt,on E 8 I .No' f 4' /r (0w...cal In o• AA s � �Tn ,9,ee� In I Bo" j cr 41 !n 01793" Leas F Z '3 0 FFFF -��-- 94 G I OLS• -1 t G i074:0 7 1 •90 , 9/4 1 /' /i 1: ' t :: ' 9•G 41e I -1- 4%1 . >. 1 69 'O /'S / ' • 5 i M• b t! /o% 7'4 1 t 355 .tl%1 47'. -GO 1 t51,,,, 70 U1 6 8 t 934 4 8o toylI 94 1 . 0 y 30,, hots' 1--- 3 60 41.% 890 : / 8r r I /O t 75 . 1116; lit ! 35 , 304 LO'' 045',I435. ! 95 o1 >' /. Odo 03 /LS' �' 304 1045" A t ''5 70%1 like I 90 e5.' b 30' • 60 11 % e e ebb - 3 6 3 076 Pit 2 •o Jp'. • O. 35 35'' .b e0' • 70 IIY 611 8!i ; 3% ! .O '' o ; ./ /94 I 000 I 8 0 I • GO /2 f} gib 9 I {s 40% ! :e 442 t 93 •0 5 1 OP •5. • 55 I 13'00 .b f b // ' I 4% 1G# L 90 1 1 •G0 , 3,Iner irn9t nna,, ✓.e .s sne 1:s- .reriri mnera, Mv.d d the e�ea a/ l.9neL /01 0330 /mod 00.3 'AO/ 40000411541040,355. () 77.4 p+yec Mel .016.01 d ea: A aqn /..sy 6o di....e'd.by e.. 4'64 bebve = o' aq R 01..56.. Le sm I•a eP7"• 1 8'5•' 844.•dLA.+p re' 3/d Rpd••••.eo 5,e B oM� 01.-8704 e' 6.2 14..•p 3.3 444 44S' Le AsJAa../e' L8 bast,,../ 19 18 15, t.Aafev. /1I IV !Ole .Sp E 1.ae 5.,•b ••••.,, O. or ae v - s• .7.-4 .nda7e. n.r Le/ • Ane. t.••r, u....., w I. .on --1:2„..51. I' !: �1 • • `- 1[153 / ., ,. $!Of MOu,/rC LND Mo4N7fO (..1), N1/LV SH'(/FED ) SIGNAL COUPC /NG DETAIL Moral 4'6 Re/.vw64 ro.ongn/ bond w4 4004, writ, 342.nI.3J 54./(413 / 307 54r,ea) x.w.•a Pb/4 3p/oe 5e. Oe..ero/ .1bh3 6001.8 Plak ben/ a /rp on* fee .%.3 • - -) d o- 0,7 o• 4;17- '90 on7, Y w- 304 • 7 do ,4r.., 4 J de Arm e ,00 4.r,.. Mi a /o, .9 Go Arm }ro. ear :a..e3 C $o Wi+ /++gg 4 by Q03t c.rrYu - -e ♦•o 0/Mr 904 .0...rg •0 e /004.9. ,1 K._ -.. ':'onge 1- / "e.3t5 443 0.1/5 wr /A Tg.!en edit a, 4 5•,c•• /7 39no. • /1d a.00 o,n e-e w :,.. rev- 5o • ARM E COLE SPLICE DETAIL i• R rd hove 0/1e0 6X0 pray.ded 063/ -o./•d shop. .s no,rOmed Weld 0... aqw /3 pr.Jr -o// 'Aston." Grovel .y:,e 31•tt.• 00/33 / p.s 15,1•4 e'e/b4s 1,7'64 Able boss 0,M, er✓•.II3• 03 t'.O.....•w1504p -•.• B -14 rtica/ bars r dV' °'•sJ 00xed �� •y(re. er N. e. •R •••••[el•e 1 =0• ..Lere Fl7LE BASE 1 NANO HOLE DETAILS (t) WAnr aAe..., o-• ... ..air, r•gar.r• 0/4.4, ..A.m. my, dr .ta•d, p.ov.dod Ahoy de ..el .sued //v %/04.00 •how,' o+ M.a aAw/ 4.76.4 oprr«r r e op•..- t par Ans/t any .. wed to the er.u.rr3 •••:00 NOTES. All n.allrlol and ,ors mall be in accordance wllh the r•quiramenls of Ins Stott of Washington, Deparlmsnl of Transportation Slonitord Sp•cil,conions for Road end Bridge Construction. The iength of most airs, height of polo B u..•, typos 8 spacings of signals shall 51 as shown in 1M Plan.. Mast mm 8 pole srolr enact be round boated tubing B of uniform lhicsn•.. Nol more than one s5'•c• .eery 10 feel of mast tem or pole shaft langth snag be used. All .e4'• shall b• aqua. in strength to the bo.• metal 8 .hall conform lo Ina curl.nl sp•cilicotions of American W.lding Socleiy for Welded o,gnway 011 d Railway Bndgn. Pat i1 shag be goleoo rte after labrlcotlon par •57M A -123, steep, anchor bolls, nuts B •0.00.15 shall be poly. per 051M A -153. This shim pro•.aes 00,0 lot IM ..:•than of signal poly configurations with single mast arms only. For poles with 190 01101 or 1um190ira mast 0101 01 single moss arms with signal areas •ace•ding IM lim:o...ben an this sneel, 0 special assign approved by in1 Briggs, and Siruc- mwaJ 044X. •.n o. r0091r.d. N1 T s •sed red (Sao J -3a) • hook, AO - 743G7/G.c8o /h 151.6 0, • O • w M •M0 d s•rr./e p-rer oe• s° t ▪ r .. ,anr, ,e. SIGNAL SUPPORT ELEVATION MATERIAL SPECIFICATIONS Fla,!,. rN . ,2.44 bon mete. 430 T,brrg 9G • Prp. X63 -Gr 8 90[15/ S /e./ 6'S -0, IO O /A.ra 4• .V0100' � O /Aar aloe/ A.6.ny. rr,.. /.•g 4574.1 3p cntcw/o•.e ,aq.,rrg 3G.000p r born ye /d 0 1r..'g /A may b. Yd 'r' .I. in I.1 • 1 Qe role o/6,, 3' /Sued. ea pye Co..r bb wr /A ea/ "40+.4 •.4! x...15 ARM CONNECTION DETAILS FOVNDAT /ON REQU/'EMENTS 7 Vert Nast Arin r.' '0t Lona 0p to 4S' • • deem 7' up to 45' 3•d,...j/0' op to 45' ,3'39 17' 017 a7 -7 2,6,111..346 ,al. ...l•,..141 led leb4, (eundeaiioa, 3.9•0 cennectien mir• �. ea• 0/m AcVed nac.a n Cent,* le boat in eid•.ra /A • en 8•°"^.1'49 detail •• of cL /led ge..rnd.do,AttSQ I TG p (-/ 12 -1.9 •75 CA002ed 04,0463,0,' 015 Mondtlole CAL CAL r 1321213 I1-2s -73 DATE Cfsarlg4d Signal Post El. to S■gnol Support I. REVISIONS 81' APP•, •6.sed a .rep n..tuwr (2544 p•1 end / •2,1 I/1.• t me. ...ay. c nd•r.•.r ...•f • rI •r •e: d•a.gn.a el. rid CANTILEVER SIGNAL SUPPORT o re....., ••ww.o.....o.... e. lir awl", ”C11111•91, sass001 February 13,0E11 STANDARD PLAN J -8 See Plans w�v___-_-���� ��' Y ��, A L-7— A A m TYPE 1 2 N N �I 2 in • 1/4" Sowcul 1/2 Sowcul SECTION A - A SECTION 8 -8 LOOP TYPE 1 ♦A TYPE 2 Gone £ 1' Min. 0 0 B B t2- Type I Loop See Splice Detail 8 Nates- Supplemental Splice If Required-7 Paved Shoulder Or + - - -� Trovel led Way In Plans Sidewolk Area For Alternate Method Remove 6" x 6" Areo, See Detail A For Plan View Install Conduit And Replace Material In Kind Type 2 Loop PLAN SYMBOLS n Sealant See Std. Spec. 8-20.3(14)C ® Polypropylene Rope (Sized For Snug Fill ® Loop Wire-Number Varies (See Loop Winding Details) 0 Lead-In Wires: One Pair For Each Loop Served, 3 Pairs Max. Per Sawcut (See Installotlon Notes) ® Extend Sawcut Sufficient Length To Provide Full Sawcut Depth Around Corners TYPICAL CORNER SAWCUT SAWCUT DETAILS • h •gf TYPE 2 4.4, LOOP WINDING DETAILS Nolo: The Number Of Turns Shall Be As' Shown Unless Noted Otherwise In The Pions. e —'C d Standard Jct. Lox z geoasoo 00 oeoo- ag. go For Conduit Size To C$ Amplifier, See Plans �oo oeoo e,.,o ou., e..00e 000 Foil Shield Drain Wire*--.. Cable Jacket Detector Lead-in Coble (2cs), See Std. Spec. 9- 29.3(7) *Ground Drain Wire At Amplifier Only ry 1 aril ` l ♦ C S. For Conduit Size, See Table A TYPICAL CONDUIT PLACEMENT FOR LOOP LEAD —IN WIRES y— Scotchccst Epoxy 82A Or 82A -I Splice Kit Two Layers Vinyl Electric Tape Seal Both Ends With Electric Putty And Tape Plastic Mold TABLE A Z m 2" Deep Sawcut • Match Existing Paving Material, 3" Min. Depth -3" Crushed Surfacing Top Course Sand Conduit L W • Conduit Diameter Plus 2" SECTION C-C (Applicable For 011 - Rood Pave Areas Only) Loop Lead Pairs 1 -2 4 -5 6 -8 9 -12 Conduit Sae (Min.) I" 1 I/4" I I/2" 2" 2 1/2" �.�. fM �� �• 1' -� Soldered Compression Soldered Loop Wire Conne See Std. Spec. 9-29.3(8) SPLICE DETAIL Note: Splice Kits Shall Be Centered On Conductors And Sufficient Slack Shall Be Provided So Thal The Splice Can Be Raised A Minimum Of 12" Above Ground Line. LOOP INSTALLATION NOTES 1. Install Junction Box And Lead -In Condull. 2. Sow Loop Slots And Lead-In Slots. 3. Lay CIO Loop Wire Beginning At Junction Box, Allowing S' Minimum Stock. 4. Install Wire In Loop Slot. See Loop Winding Detail. 5. Relurn To Junction Box And Identity Leads With Plan Detector Number And "S" For Start And "F" For Finish. 6. Twist Each Palr 01 Lead -In Wires Two Turns Per Fool From Loop To Junction Box And Install In Lead-In Slot And Conduit. R Direction 01 Twist For Each Successive Pair Installed. 7. Construct Supplemental Splice Containing Any Series Or Parallel Loop Connections Required In Plans. Supplemental Splices Are Subject To The Some Requirements Shown For The Loop Lead And Shielded Coble Splice. B. Splice Loop Leads Or Supplemental Splice Leads To Shielded Cable As Noted. 9. Complete Installation And Test Loop Circuits Or Combinollon Loop Circuits. See Std. Spec. 8- 20.3(14)D 10. 11 Amplifier Is Within 40' Of Sawcut Termination And If Allowed In Plans, Install Twisted Loop Leads Directly To Amplifier. No Splice Is Allowed. Complete Installation And Test Loop Circuits. 238y•1Rearronged de!olls B enlerged printing for clarify MSS DATE f REVISION I BY I APPR'D. Install Non - Helailic Bushing And Seal Conduit vi/Electric Putty Lend -In Sawcut* o ; • Fo Conduit Drill Hole 1" Larger Thon Conduit Fill With Epoxy Lead -In Sowcuts And Conduit Placement Detail DETAIL A INDUCTION LOOP DETAILS .,..w• March 2s, 1ee2 STANDARD RAN J -8a 4,Th Parer Saud COM@INATION GA AND NON MET 10 GALVANIZED STEEL CONDUIT (CSC) APPLICATION GROUNDING DETAILS GROUND ROD DETAILS SUPPLEMENTAL GROUND $ ERVICE GROUND R•quired to supplement equ.prr0 OrounAnp for luminaire standards Mitt diva trial of perm teeth and errs marred in plans. 0 0 3 0 0 0 0 0 0 0 0 Service Neural SWAG Ground Grounding Electrode Conductor Bonding Jumper Grouding Busting (Igp. an aortal I*rrinaton s) Service Neutral Bus (Cooper) Some. Enclosure Equlpmsrd Grounding Correctors Junction Gas Electrical L.r.od Support (eo*dnatre pole) Copp*. Spilt Bolt Clomp Whored Steel Condets (SSC) 0 0 0 0 19 Reptred of alt 9vtAtaa Mad Seporol•7 derived systems KEY Non - metallic Conduit (NYC) Option A- IOOGSC rile FYId Bens - Approved Mope: Fitlig - (hounding Gering Option B- IO.OSC - OS Factory Elbows - Approved Meer. fNWw - GS Coupling - Warding Busting Ground Rod Edge of Foundation. Pate or Service Support Clamp Junction BOIL or If Droll TIM .IA Approved Cower Cods Sind BSC, VI're do. • To Service Neutral 6.. 21 To Grounding Terrdnol or Connection to Equipment smelting System NOTES II p.�li dreads. of diN....t .ins en bonoiod in one conduit. Or N. of Or ren6ins 0 .d.cte Ott b• d••■•••d on tlr bon of Or Argun conductor. Only or rowans, ooncludo0 • npwrd b mob omd.dt noodle of Or womb. of ermM oonoinnil S..i.s dowel p. ..o.5 o01Ny rgdnrion. If 0.a utility w 01.wwi.ww orgies mnAuemn, r. a prewdAf -Co protium Not grounding e..w..cb shall M snot to ..or. Oa orrice .rotD01 to the own cared bar in do ..rte .*90. E.ogt for d. &ion, rl rawding mwd..cmn ..r « coop.. Grou•di.t ..urea. conduct. 0..a it domed per lien bolo.: OROVNDINO ELECTRODE CONDUCTOR NEMO TAW 312E OF LARGEST SERVICE - ENTRANCE CONDUCTOR OR EOUIVALENI FOR PARALLEL CONDUCTORS 3111 OF OEOUNDINO BKTIOOE CONDUCTOR COPPER ALUMINUM OR COPPER -CLAD ALUMINUM COPPER 1 or smeller 0 «..ell« II 1 «0 2/0 et 3/0 6 2/0 or 3/0 0/0 « 230 MCA 4 Oe« 3/0 *... 330 INC/6 Oe« 230 MCM Han 500 MCM 2 Over 330 MCM titre 600 MCM Oe« 300 MCM IAw 900 MCM 0 Over 600 MCM *AI 1100 MCM O.« 900 MCM Are 1730 MCM Z/0 O.« Roo MCM Over 1730 MCM 3/0 Eau'pn..t rounding ooducton Ono be sired p. obi. Woe: EOUTPMENT GROUNDING CONDUCTOR SIZING TABU RATING OR SETTING OF AUTOMATK OVEICURtENT DEVICE IN CIRCUT AHEAD OE ECTUIPOBENT. CNDUIT. rm. MOT EXCDING( E (AMPERES) EQUIPMENT OROUNOINO CONDUCTOR -COPPER WIRE REOUIRED WRE NO. 100 a SMALLER 8@�� 3 690 I Equipment 'molding conductors r..a b ben moo. aonducten, Minded or .lid. Sr STANDARD SPECIFICATIONS for bond- ing reaei.....a Sr STANDARD SPECIFICATIONS for longways when non- await oondn '0. .lewd. bou.&.E B NUN. d.« « Peep., list taper . 33. 7- f7 -0J..:id gr• -�•7;i deer. •.,tom...,' Deartest est< _e..c.ng NEC i r•/l•a• Oros.. Addle o••d.na no' drPenn. 9-r9 dL\ DATE Perired r0u/P. Ornd. Conductor 0rr:na tCO /e. 6N TG Qual REVISION err APP'D TYPICAL GROUNDING DETAILS S.r•..wb.r 19, 4900 STANDARD PLAN J -9a A C I-1 ai PLAN VIEW == rc== _=- - -_-1r c7 U -- cr- ___ - - -) ELEVATION VIEW K v :.• 1" Nom., I "Nom. Q BOX FOUNDATION (Type 3 Box Only) Paved Area TRAFFIC SIGNAL SYSTEM LEGEND N " Nom.l 1 "Norm 2 ILLUMINATION SYSTEM LEGEND LEGEND DETAIL (Mark 1) Form Leiters with 1/8" Weld Bead. Grind off Diamond Pattern before forming letters. ,— Handle level with Lid Nut or Welded Washer HANDLE DETAIL (Mark M) Frame Top Center Bead at Hook FRAME SLOT MARK (Mark N) LID HOOK MARK DETAIL (Mark P) 0 Type 1 Box 14 Type 2 Box L1x1x3 /16,1 "Long 0 Type 3 Box HOOK DETAIL PLAN SYMBOLS (2 Hooks per Lid) Unpaved Area Type 3 Box Only TYPICAL JUNCTION BOX INSTALLATION DETAILS le cc i ITEM A N P „ TYPE 1 W - 7 ~ ii` 9' - - --{-- 11 u. E VP -1 —L M r_ r -i i 1 ii _j-r - -- AM1 i -- ,_r `-ak V ,N p V _N PLAN VIEW == rc== _=- - -_-1r c7 U -- cr- ___ - - -) ELEVATION VIEW K v :.• 1" Nom., I "Nom. Q BOX FOUNDATION (Type 3 Box Only) Paved Area TRAFFIC SIGNAL SYSTEM LEGEND N " Nom.l 1 "Norm 2 ILLUMINATION SYSTEM LEGEND LEGEND DETAIL (Mark 1) Form Leiters with 1/8" Weld Bead. Grind off Diamond Pattern before forming letters. ,— Handle level with Lid Nut or Welded Washer HANDLE DETAIL (Mark M) Frame Top Center Bead at Hook FRAME SLOT MARK (Mark N) LID HOOK MARK DETAIL (Mark P) 0 Type 1 Box 14 Type 2 Box L1x1x3 /16,1 "Long 0 Type 3 Box HOOK DETAIL PLAN SYMBOLS (2 Hooks per Lid) Unpaved Area Type 3 Box Only TYPICAL JUNCTION BOX INSTALLATION DETAILS le cc i ITEM BOX TYPE TYPE 1 TYPE 2 TYPE 3 ALTERNATE A _ ALTERNATE B A Box Outside length 22" 22" 33" 42" B Box Outside Width 17" 17" 22 4/2" 30" C Box Inside Length 18" 19" 28" 36" D Box Inside Width 13" 14" 17" 26 1/2" 24" 38" E Lid Length 18" 18" F Lid Width 13" 13" 17" 26" G Box Depth 12" 42" 12" 12" Lid 4 Frame Depth 5/46" 5/16" 5/16" 4/2" J Wall Thickness (Min) 1 1/2" 1 1/2" 1 1/2" 3" K Wire Reinforcement *G et l 11- l # 3 L Legend See Detail See Detail See Detail See Detail M Handle None None None See Detail N Frame Slot Mark None None None See Detail_ P Lid Hook Mark None None None See Detail Q Found.Outside Length None None None 48" R Found.Outside Width None None None 36" S Found.lnside Length None None None 36" T Found. Inside Width None None None 20" U Found. Depth None None None 3" V Found. Reinforcement None None None 2-tt 3 Wires CAPACITY-Conduit Inch (S's 6 6 12 24 JUNCTION BOX DIMENSION TABLE NOTES: All dimensions are minimum. Exact configurations vary among different manufacturers. The noted lid thicknesses are overall minimums. The Diamond Pattern for Type 1 or Type 2 Boxes shall be 28% minimum of overoll Thickness. The Diamond Paftern for Type 3 Boxes shall be 3/32 " minimum thick. Lid support members shall be welded to the frame. 4000 PSI concrete is allowed if box reinforcement consists of 6x6 -W6 x6 welded wire fabric welded to the frame. When noted in the contract, Type 2 and Type 3 Boxes shall be provided with 12" deep extension boxes. When noted in The contract, Type 2 Boxes shall be provided with a 10 "x 27 1/2" 10 9oge divider plate complete with fasteners. Non-concrete Boxes may be submitted for approval. Evaluation will include an H-20 Load Test. ITEM MATERIALS Box • 6000 PSI Concrete (See Notes) Frame Rot oroiamondPlate Steel -A786 Lid Support 1/8 "Min.Thick Steel C,Lor T. -A 36 Lid Diamond Plate Steel -A786 Anchors Steel wire or Tee Plate Reinforcement Steel Hondle Steel Foundation 3000 PSI Concrete 7 -20-84 Revised Diamond Plate Steel Specification RG DATE REVISION BY APPRb JUNCTION BOX DETAILS .•1••0e1• SUM .r•uw6r• a 111•.6•c•1•ro1• •.KI OVIKOM 1•r 61•0001i. F.bruart 22, 1982 STANDARD PLAN J - I I a L . L ! ax) j 8 I / A . SER / ES COA/NC C 7ED LOOPS /-2- LOOP 5C HEM AT IC O 0 • L -. 1 4A i 4B • • • --T • • • - -J SERIES CO/W -TED LOOS i- z -3 -¢ LOOP SC HEM AT IC J 11V V 2 )S D&-rrcrog 1.&%1, /A! -1 - -- --� r--- - - - - -1 Di -. 00 1)1��" 0 w T: to 1 fri ; 0 N W L -- to L- • co 13 • 1 4A L -- -• - - - --3 • • 4B 8A L -8 QB I 3A 3B 7A 7B SB S. SERIES COAJX/ECTED LOOPS / -e -s -6 LOc S 3 -4 -7-8 194 RALL EL COIt/NECTED LOOPS / -2-5-6 W 7W 3 -4- 7 -8. LOOP SC HE M AT 1C