HomeMy WebLinkAbout000797 Original Contract! /C"ORKS 01
Contract Title: Eclipse Feeder Upgrade
City of Port Angeles
Record # 000797
SMALL WORKS ROSTER
❑ Request for Bid
❑ Contract
Project Number: CL01 -2006
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
( "CITY ") AND CANNON CONSTRUCTION INC WASHINGTON ( "CONTRACTOR ").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment "A" (Attachment "A" may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2. TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
❑ All work under this Contract is to be completed by this date:
❑ All work under this Contract is to be completed calendar days from the Notice to Proceed.
No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for
specific schedule for work).
® The performance period under this Contract commences 10 calendar days after notice to
proceed and ends 120 days thereafter.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract (check one):
❑ Force Account - Time and material, not to exceed: $
❑ Force Account - Time and actual expenses incurred, not to exceed: $
❑ Force Account - Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $235,895.74 `%!
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment "A ".
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 constructing and completing
the work provided for in this contract and every part thereof; except those indicated to be furnished by the
City of Port Angeles in Attachment A.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The Contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
CL01 -2006 Page 1 Rev. 4/16/2014
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon
request.
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor
shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and the public and shall post danger signs warning against
known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and /or
materials discovered 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 City. The Contractor shall start work to remedy such
defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a
reasonable time. In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, 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.
C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of
materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and
supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at its own
expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the
professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination /Affirmative Action. Contractor agrees not to discriminate against any employee or applicant
for employment or any other persons in the performance of this Contract because of race, creed, color, national
origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by Contractor setting forth
the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third party as consequence of any negligent act or
omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or
rendered herein, shall not be the obligation of the City.
S. COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the
work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of
a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the
Contract by the City, in whole or in part, and may result in ineligibility for further work for the City.
6. TERMINATION OF CONTRACT
CL01 -2006 Page 2 Rev. 4/16/2014
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final
payment by the City.
B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish
the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon
the occurrence of any one or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of its creditors.
2. A receiver is appointed as a result of the insolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein.
4. Contractor fails to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of this Contract.
7. The City determines that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as
scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this
Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and
interests of the City under the Contract, provided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract
shall become the property of the City and shall be forwarded to the City upon its request.
B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by
the Contractor under this Contract will be kept confidential and shall not be made available to any individual or
organization by the Contractor without prior written approval of the City or by court order.
B. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract
must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in
no event later than the time of approval by the City for final payment. Contractor, upon making application for
final payment, shall be deemed to have waived its right to claim for any other damages for which application has
not been made, unless such claim for final payment includes notice of additional claim and fully describes such
claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his /her designee shall have primary responsibility for
the City under this Contract and shall oversee and approve all work to be performed, coordinate communications,
and review and approve all invoices, under this Contract.
10. INSURANCE, BONDS, & RETAINAGE
A. The Contractor shall maintain insurance as set forth in Attachment B.
B. If the total bid amount including tax exceeds $35,000, this project will be awarded as a small works roster
contract and payment and performance bonds and retainage will apply in accordance with Washington State law.
A retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment and performance
bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security
Transmittal Form, Performance and Payment Bond forms, and Escrow Agreement for Retained Percentage form
CL01 -2006 Page 3 Rev. 4/16/2014
are available from the Operations Office of Public Works & Utilities (Telephone 360 - 417 - 4541). Performance and
Payment Bond and Retainage forms are provided in Attachment D. The party to whom the Contract is awarded
will be required to execute the Contract and obtain the Performance and Payment Bonds within ten (10) calendar
days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by
the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney
appointing the signatory of the bond(s) as the person authorized to execute it (them).
11. PREVAILING WAGE
This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to
prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws
and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE
PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE
as determined by the Industrial Statistician of the Department of Labor and Industries for the State of
Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though
fully set forth herein.
Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement
of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries.
It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage ". The
Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that
prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance
of services rendered, Contractor shall submit an "Affidavit of Wages Paid ".
For a contract award or an on -call contract work order under $2,500, and in accordance with RCW 39.12.040(2),
the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages
& Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form
developed by the Washington State Department of Labor and Industries and available from the City of Port
Angeles Public Works and Utilities Department.
In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decision shall be final, conclusive, and binding on all parties involved in the dispute.
12. INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington.
13. BRANDS OR EQUAL
When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
14. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
15. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from
this Contract without the express prior written consent of the other.
CL01 -2006 Page 4 Rev. 4/16/2014
16. INDEPENDENT CONTRACTOR
The Contractor is and shall be at all times during the term of this Contract an independent contractor and not
an employee of the City.
17. EXTENT OF CONTRACT/ MODIFICATION
This Contract, together with the attachments and /or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
18. SUBCONTRACTOR RESPONSIBILITY
The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require
each of its subcontractors to include substantially the same language of this section in each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to
all subcontractors regardless of tier.
At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors
meets the following bidder responsibility criteria:
- At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27
RCW;
- Have a current state unified business identifier number;
- If applicable, have:
1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in
Title 51 RCW;
2) An employment security department number as required in Tile 50 RCW; and
3) A state excise tax registration number as required in Tile 82 RCW;
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
19. COMPENSATION AND METHOD OF PAYMENT.
A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as
incorporated in the Contract.
B. Payments for work provided hereunder shall be made following the performance of such work, unless
otherwise permitted by law and approved in writing by the City. No payment shall be made for any work
rendered by the Contractor except as identified and set forth in this Contract.
C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment
request form.
D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance
with the Request For Information (RFI) and /or Construction Change Order (CCO) process as set forth in Division
1 of the Washington State Department of Transportation 2014 Standard Specifications referenced in Attachment
"A ". Following approval of the RFI and /or CCO, the Contractor shall submit the standard payment request
form(s).
E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of
which is included in Attachment E to this Contract. This form includes a lien waiver certification and shall be
notarized before submission. Applications for payment not signed or notarized shall be considered incomplete
and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a
satisfactorily completed payment request form and shall make payment to the Contractor within approximately
CL01 -2006 Page 5 Rev. 4/16/2014
thirty (30) days thereafter. Final payment requests shall also include a Certification of Work Completion and
Acceptance located in Attachment E).
IN WITNESS WHEREOF, the parties have executed this Contract as of (� , 2014.
CANNON CONSTRU ON, INC. CITY OF PORT 4GELES
By: By:
Printed Name: Michael Cannon Printed Name: AOC#rnk"
Title: President
Address: 406 Porter Way
City: Milton, WA 98354
Tax ID #: 91- 1662877
Phone Number: (253)922 -2787
Title:
APPROVED AS TO FORM:
BY: '
CITY ATTORNEY
ATTEST:
BY:
CV CLERK
Purchase Order #:
CL01 -2006 Page 6 Rev. 4/16/2014
City of Port Angeles ATTACHMENT "A"
Engineering Office
Public Works and Utilities Department WORK BY CONTRACTOR
360- 417 -4700
The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project
described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for
obtaining and paying for any and all permits required for this work.
General Scope: Install new underground distribution cable and switch cabinets.
Location: Highway 101 from Fairmount to C- Street Extension, Port Angeles, WA
Site Point of Contact: Bruce Rowley, (360) 808 -3980
Work Hours and Schedule: The Contractor will work from 7:00 AM to 3:30 PM, Monday through Friday,
excluding all City holidays. Work outside of these hours may be requested from and is at the discretion of the City
Engineer.
Permits: None required.
Work Requirements:
1.0 Project Description
Extend A- Street feeder 1201 to connect provide additional source to Eclipse Industrial Park.
2.0 Standard Specifications
The Contract incorporates the Washington State Department of Transportation's 2014 Standard Specifications for
Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City of Port
Angeles Urban Service Standards and Guidelines (current edition).
The following City of Port Angeles Specification Sections and Construction Standards are included as part of this
contract: Section 16124 — Underground Distribution; MDUS -301 — Pad - Mounted 600A Switch Cabinets, A001,
G401, G403, H002, OM002, PF305B2, PF107, S004A, 0301, U307, 0309, U304, U305, U306, UM006, and UM008.
3.0 Drawings:
The following drawing sheets are part of this contract: E -1, E -2, and E -3.
4.0 Description of Work
Install underground cable in existing conduit and two new switch cabinets to connect to existing distribution
system.
5.0 Safety
Feeders will be de- energized by City of Port Angeles Light Operations personnel. Contractor must coordinate
schedule with PALO and allow 2 business days for feeder to be de- energized.
CL01 -2006 Page 7 Rev. 4/16/2014
6.0 Observance of the Law
The Contractor shall be responsible for the strict observance by his employees of the laws of the United States
and the State of Washington (including State of Washington Department of Transportation regulations) and all
local ordinances and regulations. The Contractor shall comply with said laws, ordinances, and regulations.
7.0 Payment
The City will process monthly payments for work completed and accepted by the Project Engineer within 30 days
following submittal of a completed and signed Payment Request Form. Retainage in the amount of 5% will be
withheld in accordance with RCW 60.28.010.
After the expiration of 30 days following the final acceptance of said work by the Port Angeles City Council and
receipt of proper releases for applicable agencies of the State of Washington, the final payment of the retainage,
or all amounts thereof in excess of a sufficient sum to meet and discharge valid claims filed pursuant to the
statutes of the State of Washington, will be made.
Washington State sales tax will apply and be paid when billed on invoices.
8.0 Contract Amount/ Cancellation
The City reserves the right to terminate the Contract at any time, for any reason.
9.0 Warranty
Contractor to repair or replace arresters that fail in workmanship within the manufacturer's standard warranty
period, but not less than one year from date of Substantial Completion.
10.0 Special Conditions
The City of Port Angeles requires that bid submittals be made on the bid form supplied by the City, and in no
other manner.
CL01 -2006 Page 8 Rev. 4/16/2014
City of Port Angeles ATTACHMENT "A"
Engineering Office
Public Works and Utilities Department SPECIFICATIONS
360- 417 -4700
SECTION 16124 — UNDERGROUND DISTRIBUTION
ZT_1C4 Ewe] 0,42ia'
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 of the Standard Specifications, apply to this Section.
1.2 SUMMARY
A. This Section includes cables and related splices, terminations, trenching and backfilling,
conduit, switch cabinets, and accessories for medium - voltage electrical distribution systems.
B. Contractor shall provide and install all material described herein and shown on the drawings,
except where noted otherwise. Material removed shall become the Contractor's property and
be disposed of legally, except where noted to be returned to the City for salvage.
1.3 DEFINITIONS
A. ANSI: American National Standards Institute
B. IEEE: Institute of Electrical and Electronics Engineers
C. NETA ATS: Acceptance Testing Specification.
D. NESC: National Electrical Safety Code, ANSI /IEEE C2, 2012 Edition
E. PAES: City of Port Angeles Department of Public Works & Utilities, Engineering Services
Division
F. PALO: City of Port Angeles Department of Public Works & Utilities, Light Operations Division.
1.4 SUBMITTALS
A. Product Data: For each type of cable indicated. Include splices and terminations for cables
and cable accessories.
B. Material Certificates: For each cable and accessory type, signed by manufacturers.
C. Source quality - control test reports.
D. Field quality - control test reports.
CL01 -2006 Page 9 Rev. 4/16/2014
1.5 QUALITY ASSURANCE
A. Installation of conduit, cable, terminations, and equipment shall be supervised and inspected
by a Journeyman Lineman trained and certified to install, splice, and terminate medium -
voltage cable. Progress inspections and final inspection will be conducted by PALO and /or
PAES personnel.
B. Obtain cables and accessories through one source from a single manufacturer. Cable shall be
purchase in full, new reels. Cable remaining on the reels at the end of the project shall be
delivered to the City at PALO's storage yard at Second and Valley Streets.
C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for
intended use.
D. Comply with applicable provisions of the NESC.
1.6 PROJECT CONDITIONS
A. Interruption of Existing Electric Service: Do not interrupt electric service to customers unless
permitted under the following conditions and then only after arranging to provide temporary
electric service according to requirements indicated:
1. Notify PALO no fewer than two days in advance of proposed interruption of electric
service.
2. Do not proceed with interruption of electric service without PALO permission.
MH 'G*�
2.1 MANUFACTURERS
A. Manufacturers: Subject to compliance with requirements, provide products by one of the
following, or approved equals:
Cables:
a. Kerite Co. (The); Hubbell Incorporated.
b. Okonite Company (The).
C. Prysmian Cables
d. Rome Cable Corporation.
e. Southwire Company.
2. Cable Splicing and Terminating Products and Accessories:
a. Engineered Products Company.
b. G &W Electric Company.
C. MPHusky.
d. Raychem Corp.; Telephone Energy and Industrial Division; Tyco International Ltd.
e. RTE Components; Cooper Power Systems, Inc.
f. Thomas & Betts Corporation.
g. Thomas & Betts Corporation /Elastimold.
h. 3M; Electrical Products Division.
CL01 -2006 Page 10 Rev. 4/16/2014
3. Switch Cabinets:
a. S &C Electric
b. Trayer Engineering Corp.
2.2 CABLES
A. Cable Type: MV105.
B. Comply with UL 1072, AEIC CS 8, ICEA S -94 -649. Test and inspect before shipping.
C. Conductor: Aluminum.
D. Conductor Stranding: Concentric lay, Class B.
E. Conductor Insulation: Ethylene - propylene rubber (EPR).
1. Voltage Rating: 15 kV.
2. Insulation Thickness: 133 percent insulation level.
F. Concentric Neutral: Bare #12 copper wires. One -third neutral on main feeder; full neutral on
single -phase distribution to transformers.
G. Overall Cable Jacket: Chlorosulfonated polyethylene, CPE.
f► oloLibilik1r
A. New conduit shall be schedule 40 PVC or better, flame retardant, resistant to low temperature
and sunlight, impact, and crushing. Conduit to be electrical gray. Fittings to be of the same
manufacturer as the conduit. Minimum bend radius shall be 48 inches. Joints shall be solvent
welded to prevent the entrance of moisture.
2.4 SPLICE KITS
A. Connectors and Splice Kits: Comply with IEEE 404; type as recommended by cable or
splicing kit manufacturer for the application.
B. Splicing Products: As recommended, in writing, by splicing kit manufacturer for specific sizes,
ratings, and configurations of cable conductors. Include all components required for complete
splice, with detailed instructions.
1. Combination tape and cold- shrink - rubber sleeve kit with rejacketing by cast - epoxy -resin
encasement or other waterproof, abrasion - resistant material.
2. Heat - shrink splicing kit of uniform, cross - section, polymeric construction with outer heat -
shrink jacket.
3. Premolded, cold- shrink - rubber, in -line splicing kit.
4. Premolded EPDM splicing body kit with cable joint sealed by interference fit of mating
parts and cable.
CL01 -2006 Page 11 Rev. 4/16/2014
2.5 SOLID TERMINATIONS
A. Nonshielded -Cable Terminations: Kit with compression -type connector. Include silicone -
rubber tape, cold- shrink - rubber sleeve, or heat - shrink plastic - sleeve moisture seal for end of
insulation whether or not supplied with kits.
2.6 SEPARABLE INSULATED CONNECTORS
A. Description: Modular system, complying with IEEE 386, with disconnecting, single -pole, cable
terminators and with matching, stationary, plug -in, dead -front terminals designed for cable
voltage and for sealing against moisture.
B. Load -Break Cable Terminators: Elbow -type units with 200 -A load make /break and
continuous - current rating; coordinated with insulation diameter, conductor size, and material of
cable being terminated. Include test point on terminator body that is capacitance coupled.
C. Dead -Break Cable Terminators: Elbow -type unit with 600 -A continuous- current rating;
designed for de- energized disconnecting and connecting; coordinated with insulation diameter,
conductor size, and material of cable being terminated. Include test point on terminator body
that is capacitance coupled.
D. Dead -Front Terminal Junctions: Modular bracket - mounted groups of dead -front stationary
terminals that mate and match with above cable terminators. Two -, three -, or four - terminal
units as indicated, with fully rated, insulated, watertight conductor connection between
terminals and complete with grounding lug, manufacturer's standard accessory stands,
stainless -steel mounting brackets, and attaching hardware.
1. Protective Cap: Insulating, electrostatic - shielding, water - sealing cap with drain wire.
2. Portable Feed - Through Accessory: Two - terminal, dead -front junction arranged for
removable mounting on accessory stand of stationary terminal junction.
3. Grounding Kit: Jumpered elbows, portable feed - through accessory units, protective
caps, test rods suitable for concurrently grounding three phases of feeders, and carrying
case.
4. Standoff Insulator: Portable, single dead -front terminal for removable mounting on
accessory stand of stationary terminal junction. Insulators suitable for fully insulated
isolation of energized cable -elbow terminator.
2.7 FAULT INDICATORS
A. Indicators: Automatically reset fault indicator with inrush restraint feature, arranged to clamp
to cable sheath and provide a display after a fault has occurred in cable. Indicator shall have
remote fiber -optic display of trip indication visible on switch cabinet exterior. Instrument shall
not be affected by heat, moisture, and corrosive conditions and shall be recommended by
manufacturer for installation conditions.
B. SEL Type ARUZ, catalog #1 BARUZR2 -GY2, or equal.
ham:
0071100 11 ley-Al 1.119 1
A. All pad- mounted enclosures shall have five -sided (pentahead) tamper- resistant bolts on all
access doors. Vault lids and equipment pads shall be pre -cast concrete, as detailed in
Standard 0309.
CL01 -2006 Page 12 Rev. 4/16/2014
B. Cabinet 56 -ES -06 on drawings: Comply with PAES Standard Specification MDUS -301, in this
Appendix A for S &C PME -9.
C. Cabinet 55 -DR -32 on drawings: Pad - mounted switch cabinet with five (5) 600 Amp vacuum
switches configured as shown on the drawings. Tank to be 7 gauge mild steel, RTemp
insulating fluid with "Low Oil" indicator, 3 -phase operating handle for each switch, (4) sets of
600A dead -front bushings, (5) 600A load -break visible disconnects. Bottom of cabinet shall be
painted with coal tar epoxy. Trayer Engineering #13053C, or approved equal. Mount on
precast pad capable of supporting 3,000 lbs. over an open vault. Oldcastle Precast #20710,
or equal.
2.9 IDENTIFICATION TAGS
A. Apply both device and switch numbers to switch cabinets. Switch numbers to be black text on
yellow reflective background with full color impregnation. Numbers shall mount in black nylon
mounting plate.
B. Switch numbers to be 2 ", pole and cabinet numbers to be 1" high.
C. Shall be one of the following, or equal:
1. Tek I.D. laminated Tele -Tags, #TR1 or TR3.
2. Tech Products, Inc. injection - molded "Everlast" tags #EL2KY or #ELHKY.
2.10 POLE - MOUNTED DISCONNECTS — COPA Stock Number 285 - 067 -00001
A. 600A Distribution class open blade switch, 600A continuous, 40kA symmetrical fault.
B. Hubbell #M3D66B, or equal.
C. Switch mounting brackets (COPA #285 - 078 - 00009) shall be 3 -phase aluminum mounting
bracket with provisions for 3- switches and 3- arresters. Aluma -Form #RSCSA -48, or equal.
PART 3 - EXECUTION
3.1 INSTALLATION
A. Contractor to provide all trenches, backfill, select fill as required for construction of a complete
system as detailed. Excavations left open overnight or on non - working days shall be covered
of secured to protect the public. All trenching and backfilling shall be done in accordance with
City and OSHA requirements and standards to protect workers and the public. Contractor is
responsible for locating all existing utilities within the construction zone. All conduits shall
have a minimum of 36- inches of cover.
B. Install cables according to IEEE 576.
C. Pull Conductors: Do not exceed manufacturer's recommended maximum pulling tensions and
sidewall pressure values.
Where necessary, use manufacturer - approved pulling compound or lubricant that will not
deteriorate conductor or insulation.
CL01 -2006 Page 13 Rev. 4/16/2014
2. Use pulling means, including fish tape, cable, rope, and basket -weave cable grips that
will not damage cables and raceways. Do not use rope hitches for pulling attachment to
cable.
D. Install exposed cables parallel and perpendicular to surfaces of exposed structural members
and follow surface contours where possible.
E. Install buried conduits on leveled and tamped bed of 3 -inch thick, clean sand. Separate
cables crossing other cables or piping by a minimum of 4 inches of tamped earth. Install
permanent markers with indicated cable numbers at ends of cable runs, changes in direction,
and buried splices.
F. No outages will be allowed to Eclipse Industrial Park on Mondays through Fridays. Any
outages required to reconnect the existing cable on Highway 101 to the new switch cabinets
must be on weekends, and cannot exceed 8 hours in length. This is to be included in the
Contractor's bid. No extra compensation will be allowed for weekend work. Contractor must
provide PALO 72 hours advance notice of any proposed outages.
G. Install "buried- cable" warning tape 12 inches above cables.
H. In manholes, handholes, pull boxes, junction boxes, and cable vaults, train cables around
walls by the longest route from entry to exit and support cables at intervals adequate to
prevent sag.
I. Install cable splices at pull points and elsewhere as indicated; use standard kits. Install
terminations at ends of conductors.
J. Install separable insulated- connector components as follows:
1. Protective Cap: At each terminal junction, with one on each terminal to which no feeder
is indicated to be connected.
2. Portable Feed - Through Accessory: Three.
3. Standoff Insulator: Three.
K. Install fault indicators on each phase where indicated.
L. Ground neutral conductors at terminations, splices, and separable insulated connectors.
Ground metal bodies of terminators, splices, cable and separable insulated- connector fittings,
switch cabinets, and hardware.
M. Provide ground rods at switch cabinets with a minimum separation of 8 -feet. Ground rods
shall be exothermic weld type (Cadweld) and using a #2 CU bare ground wire entering each
vault and bonded as detailed on the drawings.
END OF SECTION 16124
CL01 -2006 Page 14 Rev. 4/16/2014
CITY OF PORT ANGELES
ECLIPSE INDUSTRIAL PARK - FEEDER UPGRADE
TABLE OF CONTENTS
SHEET t: OVER PAGE - PROJECT oVERV EW
SHEET 2: -OCATION DESCRPTIONS
SHEET 3: ONE LINE J(AGEAM
OVERVIEW
'.ST— UNDERGROUND CABLES AND FACILITIES JAAK NG RRCVIi.ONS — A
S_CONDANDALTERNATEE AMAE CKUPSYSTEIATDECLI E NDl STR.AL
PARK.
SITE MAP
CONTACTS
TERRY DAHLD'JIST ELECTRIC ALENV NEERNG —ACER
BRIAN ANDERS ELECTRICAL ENGINEERING SPEC
—AN DEANE JOE SITE COOED:NATOft
lati,la c> j�
IT
rt '�l +� -09 bmo spy
E -1
ZOry,,
m � V
�oo
'In
L
Z
NZ
SNOlidNOS30 NOl1VO01 o E
.,F _ ��� a I -O El_
toy /—_
0 1� S i
7 z F
0 r
LIZ
6
5D
ONOD31 102NAS
10 -11.
FFE
—41
C
A
(D
ffl
I
i
l aMEE
F I
E-3
ZOO
EXISTING ONE-LINE DIAGRAM
n.
A-1 4
2"—
NEW ONE-LINE DIAGRAM
i
l aMEE
F I
E-3
ZOO
ANGLE 'A' TO BE WITHIN
o� ////,
aLE
ITEM QUANTITY STOCK No.
1. Anchor, screw - 8" single 1 285 074 00001
2. Rod, anchor - j4" x 7 ft 1 285 074 00004
3. Eye, triple 1 _
4. Rod, anchor extension %" x 3 X ft as required 285 074 00003
5. Coupling, rod extension 1 _
Date: 4/07
SCREW ANCHOR, 8" Sheet 1 of 1
Appd. Eng: TD
Appd. Ops: CITY OF PORT ANGELES A Q Q
Revised:
ELECTRICAL ENGINEERING SPECIFICATION
2. Bolt, machine, galv. 5A' x 12"
3. Washer, 31/4" x 3 7 14' x 1/4 ", curved
4. Wire, guy, 10M Alumoweld 10,000 LBS.
5. Grip, guy wire, preformed, 10M Alumoweld
6. Insulator, porcelain, strain 10,0001bs.
7. Dead end, strand vise, automatic, 10M
8. Marker, guy, plastic yellow
p. Split -Bolt Ground Connector
aw Spring Washer, 5/8"
Date: 4/07
Appd. Eng:
Appd, Ops:
Revised:
1
1
30 ft
3
DOWNGUY - 10M ALUMOWELD
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
32U U2U UUU15
320 092 00003
280 040 00001
285 074 00019
285 074 00033
285 074 00015
285 074 00023
285 097 00016
320 092 00010
Sheet 1 of 1 1
I .
Pole Eye Attachment Plate
1
285 074 00030
2.
Bolt, machine, galv. �Y4" x 12"
2
320 020 00027
3.
Washer, 31/4" x 3 '/4'x ,/4', curved
2
320 092 00003
4.
Wire, guy, 18M Alumoweld 20,000 lbs.
30 ft
280 040 00002
5.
Grip, guy wire, preformed 18M Alumoweld
3
285 074 00020
6.
Insulator, porcelain, strain 20,000 lbs.
1
285 074 00033
7.
Dead end, strand vise, automatic, 18M
1
285 074 00016
8. Marker, guy, plastic yellow 1 285 074 00023
p. Split -Bolt Ground Connector 1 285 097 00016
aw Spring washer, 3/4" 2 320 092 00012
Sheet 1 of
Date: 3/07 DOWNGUY - 18M ALUMOWELD
Appd. Eng: TD
Appd. Ops: JK CITY OF PORT ANGELES G 4 03
Revised: ELECTRICAL ENGINEERING SPECIFICATION
SIGN-V
R
V.
located on the side of pole opposite
roaaway ana In quaarant opposite climbing space
or pole top pin.
B. Staples on ground wire shall be 2 ft. apart, except for a
a distance of 8 ft above ground and 8 ft. from top of pole
where they shall be 6 inches apart.
C. Ground wire to clear all hardware by 2 inches minimum and II
shall be stapled to maintain this position.
D. Top of ground rod shall be minimum 2 inches below grade. 11
1 FT. MIN
F0
ITEM
QUANTITY STOCK No.
cj Wire, #6 Copperweld
30 ft
280 016 00027
al Staples
1 box
285 074 00048
aj Clamp, ground rod 5/8" bronze
1
285 097 00011
ai Ground rod 5/8" x 8 ft. Copperbonded
1
285 074 00022
q Connector, #6 SOL vise cu (Fargo)
1
285 097 00037
Date: 4/07 POLE GROUND WITH GROUND ROD Sheet 1 of 1
Appd. Eng: TD LOWER NEUTRAL
Revised: 6/12 CITY OF PORT ANGELES H 0 02
ELECTRICAL ENGINEERING SPECIFICATION
CUTOUT NUMBER IN 2" LETTEF
INSTALL IDENTIFICATION TAGS
ON STREET OR ALLEY SIDE Of
POLE NUMBER IN 1" LETTERS
1
6 FT
/VV / /VA //�
X
ITEM QUANTITY STOCK No.
1. Clamp, hot tap, bronze #8 -2/0 1 285 097 00005
2. Cutout, 200A 15 KV 1 285 028 00004
3. Bracket, cutout, mounting 1 285 078 00001
4. Wire, #4/0 AAC 10 FT 280 016 00011
Date: 3/2007
CUTOUT /JUMPER ASSEMBLY Sheet 1 of 1
Appd. Eng: TD 200 AMP
Appd. Ops: JK CITY OF PORT ANGELES OM 0 02
Revised: 7/09 ELECTRICAL ENGINEERING SPECIFICATION
cT d aW za k
10"
9"
24"
Position of guy
when required
0
8' Position of cutout
0
bracket when required
za
if
f
-AL - -�
c,d,aw
NOTES:
1. Maximum longitudinal load is 5000 Ibs per conductor.
2. When connecting to existing bolt end, use eyenut "aa" and locknut "ek" instead
of bolt and eyelet subassembly "c, d, aw, za ".
ITEM
MATERIAL
b
Pin, pole top, 20"
C
Bolt, machine, 5/8" x 12"
d
Washer, curved, 3 1/4"
k
Insulator, suspension
aw
Washer, Coil Spring
za
Eyelet, 5/8 ", straight, oval
QTY
1
2
2
1
2
2
Date: 12/07
DEADEND, VERTICAL
Appd. Eng: TD 1- PHASE 12.47/7.2 kV
Appd. Ops: JK CITY OF PORT ANGELES
Revised: 2/09 ELECTRICAL ENGINEERING SPECIFICATION
STOCK #
285 074 00038
320 020 00015
320 092 00003
285 074 00010
320 092 00014
320 043 00005
Sheet 1 of 1
PF 1 07
ter.
N
ITEM
C�
E
1
v
Position of guy
when required
1. Insulator, suspension, 15KV 2 285 074 00010
Clamp, deadend conductor 3 285 097 00002
1 a. Insulator, suspension, extended 1 285 074 00011
2. Eye nut, 6A ", oval 3 320 043 00001
2a, Eyelet, 5A" straight oval 1 320 043 00005
3. Bolt, machine, Va:' x 16" 1 320 020 00017
4. Washer, 2A " x 2k, ", flat 5 320 092 00001
4a. Washer, 3X" x 3A ", curved 2 320 092 00003
5. Cross arm, wood, 33z ° x 4�° x 8 ft 3 540 091 00007
6. Brace, Wood 2 540 091 00005
7. Bolt, carriage, }�" x 7 " 2 320 020 00045
8. Spring Washer, 5/8' 7 320 092 00010
9. Double arming bolt, %" x 22" 3 320 020 00034
10. Gain, pole, 4" x 4" 1 285 074 00013
11. Bolt, machine %,, x 12" 1 320 020 00014
12. Spring Washer, 1/2" 2 320 092 00011
Date: 5/07 DEAD END, CROSS ARM Sheet 1 of 1
Appd. Eng: TD THREE PHASE
Appd. Ops: JK CITY OF PORT ANGELES PF 3 05 - B 2
Revised: 12/08 ELECTRICAL ENGINEERING SPECIFICATION
24 FT ON =
30 FT POLE Y
ITEM MATERIAL QTY STOCK #
1
Luminaire:
SO 06A: 100W, 120 -277V IND
1
285 056 00017
S 0 068: 150W, 120 -277V IND
1
285 056 00018
2
Bracket: 8 Ft Aluminum, Wood Pole Mount
1
285 078 00008
3
Wire, 12 -2 CU, 600V
12 Ft
280 090 00013
4
Bolt, Machine, 5/8" x 10"
1
320 020 00014
5
Washer, Spring, 5/8"
1
320 092 00010
6
Clevis for Duplex Supply Conductors
1
Standard N 0 02
7
Fuse, In -Line, 5 Amp
1
-
8
Photocontrol, ANSI Twistlock
1
285 027 00001
*MOUNT BELOW NEUTRAL CONDUCTOR. LUMINAIRE HEAD TO
PHASE DISTANCE MAY BE REDUCED TO 3 FEET WITH APPROVAL
FROM ENGINEERING
Date: 3/07 STREET LIGHT, 100W INDUCTION Sheet 1 of 1
Appd. Eng: TD WITH 8 FT MTG. BRACKET
Revised: 11/12 CITY OF PORT ANGELES S O 04 A &B
ELECTRICAL ENGINEERING SPECIFICATION
\JEUTI
Iffm
TERMINATION WITH DISCONNECT
Date: 11/15/06 UNDERGROUND SUBSTATION EXIT POLE
Appd. Eng: TD
' Appd.Ops: JK 6° PVC RISER
�
Revised: 4/08 CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
Sheet 1 of 2
U301
Sheet 1 of 2
U301
ITEM
QUANTITY STOCK No.
ae Arrestor, Surge, Distribution Class
3
285 003 00001
ai
Ground rod % " dia x 8ft, copper bonded
1
285 074 00022
aJ
Clamp, ground rod % ", bronze
1
285 097 00011
al
Staples, /2 x /4" x .148, HD Galv.
1 (box)
285 074 00048
cj
Wire, CU, #6, Solid tie
30 ft
280 016 00006
0 60
Amp Disconnect, 15 KV, Solid Blade
3
285 067 00001
O2
Termination, 15 KV outdoor
3
285 100 00017
O4
Bracket, 3- Switch Mounting
1
285 078 00009
O5
Clamp, hot tap
3
285 097 00005
O6
Split -Bolt Connector, CU
4
285 097 00037
O7
Lug, Grounding
3
285 097 00012
O8
Bracket, pole riser stand off 15" min.
5
285 078 00005
O9
Clamp, conduit support, 6"
5
285 010 00006
11
Conduit, Sch 40 PVC, 6"
20 ft
285 019 00006
12
Conduit, Sch 80, PVC 6"
loft
285 019 00012
Elbow, 90 fiberglass, 6"
1
285 019 00068
16
Bell end, Sch 40 PVC, 6"
1
285 019 00019
18
Wire, #2 7 -Str., CU
25 ft
280 016 00008
1 g
Wire, 336 ACR
15 ft
280 016 00012
�0
Screw, Lag 1/2" x 4"
11
320 071 00001
TERMINATION WITH DISCONNECT
Date: 11/15/06 UNDERGROUND SUBSTATION EXIT POLE
Appd. Eng: TD
Appd.Ops: JK 6" PVC RISER
Revised: 4/08 CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
Sheet 2 of 2
U301
I
n
THREE PHASE SECTIONALIZING CABINET
Revised: I CITY of PORT ANGELES LIGHT
)BSOLETE
JSE U 3 05
I
I
round level.
MODULES
MODULES
SHEET i of
STANDARD SPEC. No.
U 3 04 —X
U
J
GP� �110�
Q,
UNIT LUGS
a� 5
i
GROUNDING DETAIL
�- Date: 4/07
THREE PHASE SECTIONALIZING CABINET Sheet 1 of 2
Appd. Eng: TD J2
Appd. Ops: JK CITY OF PORT ANGELES U 3 05
Revised: 12/08 ELECTRICAL ENGINEERING SPECIFICATION
NOTES:
1. Backfill to be mechanically compacted in 6" lifts to 90% maximum Proctor density.
2. Ground to be sloped down and away from the top of the sleeve.
3. Six (6) inches of gravel leveled in bottom of excavation.
4. Connect all bushing and cap bleed wires to ground before energizing.
Date: 4/07 THREE PHASE SECTIONALIZING CABINET Sheet 2 of 2
^�
Appd. Eng: TD J2
Appd. Ops: JK CITY OF PORT ANGELES U 3 05
Revised: 8/10 ELECTRICAL ENGINEERING SPECIFICATION
ITEM
QUANTITY
STOCK No.
1.
Fiberglass Vault
1
285 099 00011
2.
Sectionalizing Cabinet, 22 "D x 78W" x 301-1"
1
285 099 00002
3.
Junction Bar, 4 -Way
3
285 100 00002
4.
Junction Bar Ground Lug
3
285 097 00013
5.
Conductor, #6 cu bare STR
15 FT
280 016 00006
6.
Cabinet Ground Lug
3
285 097 00072
7.
Warning/Locate Labels on Exterior
aj
Clamp, Ground Rod, 5/8"
1
285 097 00011
ai
Ground rod, W dia x 8', copper bonded
1
285 074 00022
10.
Conduit Elbow, 4" PVC, Sch 40
as required
spec. separately
11.
Elbow, loadbreak, 15KV
as required
spec. separately
12.
Bushing cap, 15 KV insulated
as required
spec. separately
NOTES:
1. Backfill to be mechanically compacted in 6" lifts to 90% maximum Proctor density.
2. Ground to be sloped down and away from the top of the sleeve.
3. Six (6) inches of gravel leveled in bottom of excavation.
4. Connect all bushing and cap bleed wires to ground before energizing.
Date: 4/07 THREE PHASE SECTIONALIZING CABINET Sheet 2 of 2
^�
Appd. Eng: TD J2
Appd. Ops: JK CITY OF PORT ANGELES U 3 05
Revised: 8/10 ELECTRICAL ENGINEERING SPECIFICATION
1
116
El
5
G3
p
8
9
GROUNDING DETAIL
Date: 4/07 THREE PHASE SECTIONALIZING CABINET
Appd. Eng: TD J3 - 600A
Appd. Ops: CITY OF PORT ANGELES
Revised: ELECTRICAL ENGINEERING SPECIFICATION
Sheet 1 of 2 11
U 3 06
ITEM
QUANTITY STOCK No.
1 .
Fiberglass Vault
1
285 099 00011
2.
Sectionalizing cabinet, 16D" x 74W" x 301-1"
1
285 099 00007
3.
Junction Bar, 4 -Way, 600A
3
285 100 000xx
4.
Clamp, transformer case
3
285 097 00013
5.
Conductor, #4 cu bare STR
10 FT
280 016 00006
6.
Connector, Crimpit 2'/6
8
285 097 00157
7.
(Not Used)
8.
Clamp, Ground Rod, 5/8"
1
285 097 00011
9.
Ground rod, W dia x 8', copper bonded
1
285 074 00022
10.
Conduit Elbow, 5" PVC, Sch 40
as required
spec. separately
11.
Elbow, Non - Loadbreak, 15KV, 600A
as required
spec. separately
12.
Bushing cap, 15 KV insulated
as required
spec. separately
aj
Clamp, Ground Rod, 5/8"
1
285 097 00011
ai
Ground rod, W dia x 8', copper bonded
1
285 074 00022
NOTES:
1. Backfill to be mechanically compacted in 6" lifts to 90% maximum Proctor density.
2. Ground to be sloped down and away from the top of the vault.
3. Six (6) inches of gravel leveled in bottom of excavation.
4. Connect all bushing and cap bleed wires to ground before energizing.
THREE PHASE SECTIONALIZING CABINET
Date: 4/07
Appd. Eng: TD J3 - 600A
Appd. Ops: CITY OF PORT ANGELES
Revised: ELECTRICAL ENGINEERING SPECIFICATION
Sheet 2 of 2
7 � �
IVI/-\I I N 1 CI NJ/-\I NJ VI N1_ i
Date: THREE PHASE PULLING VAULT Sheet 1 of 2
Appd. Eng:
Appd. Ops: CITY OF PORT ANGELES U 3 07
Revised: ELECTRICAL ENGINEERING SPECIFICATION
MT
QUANTITY STOCK No.
1. Vault 32" X 44" X 36" 1 285 098 00002
2. Solid Cover 66" x 84 " x 6" 1
3. Feed -Thru bar 1
4.
Conduit, 4" sch 40 PVC as required
285 019 00004
* 5.
Ground rod, %" x 8', Copper bonded
2
285 074 00022
6.
Cadweld, one shot
2
320 055 00005
7.
Elbow loadbreak
2
285 100 00010
8.
Connector, crimpit 2h"
2
285 097 00072
9.
Conductor, #2 cu 7 STR
40 ft
280 016 00008
10.
Cold shrink
2
285 100 00020
NOTES:
1. Grout around conduit
2. Backfill to be mechanically compacted in 6" lifts to 90% maximum Proctor density.
3. Ground to be sloped down and away from the top of the vault.
* 4. Omit ground rods when grounded vault is used.
* 5. When using ground rods: install 12" to 18" below ground level.
MAINTENANCE ONLY
Date: THREE PHASE PULLING VAULT Sheet 2 of 2
Appd. Eng:
Appd. Ops: CITY OF PORT ANGELES
Revised: ELECTRICAL ENGINEERING SPECIFICATION U 307
ITEM
SWITCH C
HANDLE
MATERIAL QTY
STOCK #
1
Switch Cabinet, S &C PME Series
1
285- 099 -xxxxx
2
Fuses, S &C SME -20 Type, Size as Noted on Plans
3
285 - xxx -xxxxx
3
Precast Vault Lid
1
xxx - xxx -xxxxx
4
Precast Concrete Vault
1
xxx - xxx -xxxxx
5
Switch Number Tag
1 /Switch
xxx - xxx -xxxxx
6
Cabinet & Grid Number Tags
1
xxx - xxx -xxxxx
7
Fused Switch Number
1 -3
xxx - xxx -xxxxx
`»- Date: 7/10 PME PADM Sheet 1 of 2 OUNTED SWITCH - 3 -PHASE —
Appd. Eng: TD
®' Appd. Ops: X CITY OF PORT ANGELES U 3 09
Revised: ELECTRICAL ENGINEERING SPECIFICATION
CONNECTION DIAGRAMS
COMPARTMENT -3 COMPARTMENTi CCYAPARTMENT -3 COMPARTMENTi
1 2 1 2 3 1 2 1 2 3
1 2 n12 3 1 2 n12 3
COMPARTMENT -2 COMPARTMENT -1 COMPARTMENT -3 COMPARTMENT-1
PME -9 PME -10
COMPARTMENT -3 LOMPARTMENTi COMPARTMENT -3 COMPARTMENT
1 2 1 2 3 1 2 1 2 3
1 2 n12 3 1 2 1 2 3
COMPARTMENT -2 COMPARTMENT-1 COMPARTAIENL -2 COMPARTMENT -t
PME - 11 PME - 12
Date: 7/10 PME PADMOUNTED SWITCH - 3 -PHASE Sheet 2 of 2
Appd. Eng: TD
Appd.Ops: JK U 3 09
CITY OF PORT ANGELES
Revised: ELECTRICAL ENGINEERING SPECIFICATION
City of Port Angeles ATTACHMENT "B"
Engineering Office
Public Works and Utilities Department INSURANCE
360- 417 -4541
INSURANCE & INDEMNITY REQUIREMENTS FOR
CONSTRUCTION AND SERVICE CONTRACTS
Includes construction and remodeling, janitorial service, tree maintenance, road maintenance, painting, electrical
work, plumbing, movers, and on site maintenance agreements.
Indemnification / Hold Harmless
The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers
harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in
connection with the performance of this Agreement, except for injuries and damages caused by the sole
negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the
event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting
from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers,
the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further
specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver
of immunity under Industrial Insurance Title 51 RCW, solely for the purposes of this indemnification. This waiver
has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
Insurance
The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries
to persons or damage to property which may arise from or in connection with the performance of the work
hereunder by the Contractor, their agents, representatives, employees or subcontractors.
No Limitation
Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed
to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's
recourse to any remedy available at law or in equity.
Minimum Scope of Insurance
Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage shall
be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent
liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors, products - completed operations, stop
gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The
Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project
Endorsement ISO form CG 25 03 1185 or an equivalent endorsement. There shall be no endorsement or
modification of the Commercial General Liability Insurance for liability arising from explosion, collapse or
underground property damage. The City shall be named as an insured under the Contractor's Commercial
General Liability insurance policy with respect to the work performed for the City using ISO Additional
CL01 -2006 Page 40 Rev. 4/16/2014
Insured endorsement CG 20 10 10 01 and Additional Insured - Completed Operations endorsement CG 20
37 10 01 or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
Minimum Amounts of Insurance
Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property
damage of $1,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products - completed operations aggregate
limit.
Other Insurance Provision
The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be
endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self- insurance, or
insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not
contribute with it.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII.
Verification of Coverage
Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including
but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the
Contractor before commencement of the work.
F. Subcontractors
The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to
be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent
business practices.
G. Notice of Cancellation
The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy
cancellation, within two business days of their receipt of such notice.
H. Failure to Maintain Insurance
Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of
contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole
discretion of the City, offset against funds due the Contractor from the City.
CL01 -2006 Page 41 Rev. 4/16/2014
City of Port Angeles ATTACHMENT "C"
Engineering Office
Public Works and Utilities Department PREVAILING WAGE RATES
360- 417 -4700
Prevailing Wage Rates Information Below:
1. Washington State Prevailing Wage Rates For Public Works Contracts — Journey Level and Apprentices,
Clallam County, effective 3/6/2014.
2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries
website link: http: / /www Ini wa gov/ TradesLicensing /`PrevWage /WageRates /default.asp
3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360 - 417 -4541 or
by email, Ihanley(cbcityofW.us. A hard copy is available for viewing in person at 1703 South B Street, Port
Angeles, WA. 98363.
CL01 -2006 Page 42 Rev. 4/16/2014
City of Port Angeles
Engineering Office
Public Works and Utilities Department
360- 417 -4541
ATTAC H M E NT "D"
PERFORMANCE & PAYMENT
BONDS
CL01 -2006 Page 43 Rev. 4/16/2014
PERFORMANCE BOND
to City of Port Angeles, WA
Bond No. _09163791
- The City of Port Angeles, Washington, has awarded to Cannon Construction, Inc. (Principal), a
contract for the construction of the project designated as Eclipse Feeder Upgrade, Project No. CL0I-
2006, in Port Angeles, Washington, and said Principal is required to furnish a bond for performance of
all obligations under the Contract.
The Principal, and Fidelity and Deposit (Surety), a corporation, organized under the laws of the State of
Mar ly and _ and licensed to do business in the State of Washington as surety and named in the
current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by
the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound
to the City in the sum of Two Hundred * *US Dollars ($235,285.74 ) Total Contract
Amount, subject to the provisions herein. *Company of Maryland
* *Thirty Five Thousand Nine Hundred Eighty Five and 74 /100THS
This statutory performance bond shall become null and void, if and when the Principal, its heirs,
executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's
obligations under the Contract and fulfill all the terms and conditions of all duly authorized
modifications, additions, and changes to said Contract that may hereafter be made, at the time and in
the manner therein specified; and if such performance obligations have not been fulfilled, this bond
shall remain in full force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the
terms of the Contract, the specifications accompanying the Contract, or to the work to be performed
under the Contract shall in any way affect its obligation on this bond, and waives notice of any change,
extension of time, alteration or addition to the terms of the Contract or the work performed. The
Surety agrees that modifications and changes to the terms and conditions of the Contract that increase
the total amount to be paid the Principal shall automatically increase the obligation of the Surety on
this bond and notice to Surety is not required for such increased obligation.
This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly
authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original
power of attorney for the officer executing on behalf of the surety.
PRINCIPAL Canno construction, Inc.
7/23/2014
Principal Signature Date
_MioLae1 Cannon
Printed Nams
Prey .dent
TitleY�
Fidelity and Deposit Company of Maryland
Name
Attorney -in -Fact
Tlde
Narne, address, and telephone of local office /agent of Surety Company is:
T gLInsuranece
PO Box 2940 Tacoma, WA 98401 (253) 759 -2200
Approved as to form:
City Attorney, City of Port Angeles
Date
Date
CLOI -2006 Page 44 Rev. 4/16/2014
PAYMENT BOND
to City of Port Angeles, WA
Bond No. o9163791
The City of Port Angeles, Washington, has awarded to Cannon Construction, Inc. (Principal), a contract for the
construction of the project designated as Eclipse Feeder Upgrade, Project No, CL01-2006, in Port Angeles,
Washington, and said Principal is required under the terms of that Contract to furnish a payment bond in accord
with Title 39.08 Revised Code of Washington (RCW) and (where applicable) 60.28 RCW.
The Principal, and Fidelity and* (Surety), a corporation, organized under the laws of the State of Maryland and
licensed to do business in the State of Washington as surety and named in the current list of "Surety Companies
Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S.
Treasury Dept., are jointly and severally held and firmly bound to the City of Port Angeles in the sum
Of Two Hundred ** US Dollars ($ 235,985.74 ) Total Contract Amount, subject to the provisions herein.
* *Thirty Five Thousand Nine Hundred Eighty Five and 74 /100THS *Deposit Company of Maryland
This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors,
administrators, successors, or assigns shall pay all persons in accordance with Titles 60.28, 39.08, and 39.12
RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all persons who shall
supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all
taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82
RCW; and if such payment obligations have not been fulfilled, this bond shall remain in force and effect.
The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the
Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall
in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or
addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes
to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall
automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such
increased obligation.
This bond may be executed in two (2) original counterparts, and shall be signed by the parties` duly authorized
officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for
the officer executing on behalf of the surety.
PRINCIPA Ca ,pnon Construction, Inc. SU
7/23/2014
Principal Slgnatu Date surA
`.: ±.c iae_l Cannon.
Printed Name
Preside-nc
Title
Name
Attorney -in -Fact
Title
and Deposit Company of Maryland
Name, address, and telephone of local office /agent of Surety Company is:
Yjopcj Insurance.
PO Box 2940
Tacoma, WA 98401 (253) 759 -2200
Approved as to form:
City Attorney, City of Port Angeles
Date
Date
CL01 -2006 Page 45 Rev. 4116/2014
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by
THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said
Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby
nominate, constitute, and appoint Eric A. ZIMMERMAN, James B. BINDER, Karen SWANSON, Jennifer SNYDER, Julie R.
TRUITT, Peggy A. FIRTH, Christopher KINYON, Jamie DIEMER, Carley ESPIRITU and Mandy KELTNER, all of Tacoma,
Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and
as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice- President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of May, A.D. 2014.
ATTEST:
0
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
—•-
«...
q 41
......�.
firm/
Assistant Secretary Vice President
Eric D. Barnes Thomas O. McClellan
State of Maryland
City of Baltimore
On this 27th day of May, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O.
MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
Maria D. Adamski, Notary Public
My Commission Expires: July 8, 2015
POA -F 180 -2849C
EXTRACT FROM BY -LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
TESTIMQTff WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this° day of 20y.
t
�p DElOS G 1NS(in'y�
♦ 0 2 �p �. 111: ♦l111
itt► : yid y 1908 � � � SAL
~IIMN1 �
41��A V_6�-
Geoffrey Delisio, Vice President
RELEASE OF RETAINAGE BOND OF CONTRACTOR
Bond No, 09163792
KNOW ALL MEN BY THESE PRESENTS: That we Cannon Construction Inc.
(hereinafter called Principal), and Fidelity and Deposit Company of Maryland a corporation
organized and doing business under and by virtue of the laws of the state of Maryland ,
and duly licensed for the purpose of malting, guaranteeing or becoming sole surety upon bonds
or undertakings required and authorized by the State of Washington, (hereinafter called Surety),
as Surety, are held firmly bound unto City of Port Angeles , (hereinafter
called Obligee) in the just and full sun of Ten Thousand Eight Hundred Eighty And 80 /100THS
610,880.80 ) plus 5% of any increases in the contract amount that have occurred or may
occur, due to change orders, increases in the quantities or the addition of any new item of work
THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on
the day of entered into a written contract with the said
obligee for Eclipse Feeder Upgrade, Contract Number: CLO1 -2006
which said contract is hereby referred to and made a part hereof by reference.
WHEREAS, Pursuant to Chapter 60.28 RCW, the above named Principal has requested release
of retained percentage earned or which may be earned under said contract, and,
WHEREAS, the obligee is willing to release retained percentage in advance of contract terms
relating to payment provided the principal shall file bond to indemnify the obligee for all loss,
cost or damages which the obligee may sustain by reason of payment of retainage to the
principal, which bond shall be subject to all claims and liens in the same manner and same
priority as apply to the retainage percentage released, or to be released,
NOW, THEREFORE, the condition of this obligation is such that if the principal shall indemnify
the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of
retained percentage to the principal then this obligation shall be null and void unless otherwise to
remain in full force and effect.
IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly
signed and sealed this 23rd day of July 2014 .
Cannon Construction, Inc.
By: - W,
Principal Michael Cannon, President
Fidelity ancpeposit Company of Maryland
t
AttbiAev -in -Fact
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by
THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said
Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby
nominate, constitute, and appoint Eric A. ZIMMERMAN, James B. BINDER, Karen SWANSON, Jennifer SNYDER, Julie R.
TRUITT, Peggy A. FIRTH, Christopher KINYON, Jamie DIEMER, Carley ESPIRITU and Mandy KELTNER, all of Tacoma,
Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and
as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of May, A.D. 2014.
ATTEST:
By.
4,_'_ Z), A_�
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
G- iLh ' *p DEIps� .
rA
SEAL
Assistant Secretary Vice President
Eric D. Barnes Thomas O. McClellan
State of Maryland
City of Baltimore
On this 27th day of May, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O.
MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that
he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
C
���7.! !v `�'�"� •'���rir iii iii; t��`:
Maria D. Adamski, Notary Public
My Commission Expires: July 8, 2015
POA -F 180 -2849C
EXTRACT FROM BY -LAWS OF THE COMPANIES
"Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President
may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies,
recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such
attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any
time."
CERTIFICATE
I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN
CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the
foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of
the By -Laws of the Companies is still in force.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998.
RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary
and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such
facsimile signature and seal shall be valid and binding on the Company."
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of
Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of
May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a
meeting duly called and held on the 1 0th day of May, 1 990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature
of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect
as though manually affixed.
,TESTIMON WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies,
this_;, day of (t 20.
'ate jo= seAL
~Ii „ NMJ IUD`
,do, A�' V4 ��
Geoffrey Delisio, Vice President
ACORD® CERTIFICATE OF LIABILITY INSURANCE 23/20 M/DD /YYYY)
7/23/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
CONTACT
PRODUCER NAME: Deb a Powell
Arthur J. Gallagher Risk Management Services, Inc. P " /c °NN EXt •2 - -11 FAX
A/C N.):253-572-1430
P.O. Box 2925 EMAIL
Tacoma WA 98401 -2925 ADDRESS: — I m
INStIRFRlSI AFFORDING COVERAGE NAIC #
INSURED
Cannon Construction, Inc.
406 Porter Way
Milton, WA 98354 -9638
COVERAGES CERTIFICATE NUMBER: 1222675071 KtVIJIUN NUIVIt11=11:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM /DD /YYYY
POLICY EXPE
MMIDD /YYYY
LIMITS
LITY
Y
2022749113
11/1/2013
1/1/2014
EACH OCCURRENCE
$1,000,000
DAMAGE TO RENTED
PREMISES Ea occurrence
$300,000
rGENERAL
IAL GENERAL LIABILITY
MED EXP (Any one person)
$10,000
S -MADE IT] OCCUR
PERSONAL & ADV INJURY
$1,000,000
GENERAL AGGREGATE
$2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
$2,000,000
$
POLICY X PRO- L
B
AUTOMOBILE LIABILITY
2011446621
11/1/2013
1/1/2014
COMBINED SINGLE LIMIT
Ea accident
S1,000,000
BODILY INJURY (Per person)
$
X ANY AUTO
BODILY INJURY (Per accident)
$
ALL OWNED SCHEDULED
AUTOS AUTOS
X X NON -OWNED
HIREDAUTOS AUTOS
PRO PERTY DAMAGE
$
S
5
C
X
UMBRELLA LIAB
X
OCCUR
4027172932
11/1/2013
1/1/2014
EACH OCCURRENCE
$1,000,000
AGGREGATE
$1,000,000
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $O
$
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR /PARTNER /EXECUTIVE
OFFICER /MEMBER EXCLUDED? N❑
(Mandatory in NH)
NIA
2022749113
11/1/2013
111/2014
WRYLIMIT X CER
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYE
$1,000,000
E.L. DISEASE - POLICY LIMIT
1 $1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Project: Eclipse Feeder Upgrade - Port Angeles
RE: City of Port Angeles is named as an additional insured with respects to the work performed by the named insured. Endt attached.
Primary and Noncontributory verbiage is applicable.
*10 days cancellation notice for nonpayment of premium / *30 days cancellation for all other reasons.
L:tK I II-It A I t r1ULUCK ' I.—
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Port Angeles ACCORDANCE WITH THE POLICY PROVISIONS.
Public Works & Utilities Department
P.O. Box 1150 AUTHORIZED REPRESENTATIVE
Port Angeles WA 98362 -0217
U 'I y66-LV -I V Ml,lJr[v %,Ur[rURM t rUr�. Mu i iyuw cac rc�
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
G- 140331 -B
(Ed. 01/09)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE (OPTIONAL)
Name of Additional Insured Person(s)
Or Organizations
(As required by written contract/agreement per Paragraph A. below.)
Location(s) of Covered Operations
(As per the written contract /agreement, provided the location is within the "coverage territory" of this Coverage
Part.)
(Coverage under this endorsement is not affected by an entry or iacK or entry in me acneume auvve.)
A. Section II - Who Is An Insured is amended to
b. The acts or omissions of those acting on
include as an additional insured any person(s) or
your behalf
organization(s), including any person or
in the performance of your ongoing operations
organization shown in the Schedule above, whom
for the additional insured(s) or
you are required to add as an additional insured on
this Coverage Part under a written contract or
c. Your work" that is included in the
written agreement, provided:
"products- completed operations hazard"
and performed for the additional insured,
a. The written contract or written agreement was
but only if this Coverage Part provides such
executed prior to:
coverage, and only if the written contract or
1. The "bodily injury" or "property damage "; or
written agreement requires you to provide
the additional insured such coverage.
2. The offense that caused the "personal and
advertising injury"
2. However, we will not provide the additional
insured any broader coverage or any higher
for which the additional insured seeks coverage
limit of insurance than the least of those:
under this Coverage Part; and
a. Required by the written contract or written
b. The written contract or written agreement
agreement;
pertains to your ongoing operations or "your
work" for the additional insured(s).
b. Described in B.I. above; or
B. The insurance provided to the additional insured is
c. Afforded to you under this policy.
limited as follows:
3. This insurance is excess of all other insurance
1. The person or organization is an additional
available to the additional insured, whether
insured only with respect to liability for "bodily
primary, excess, contingent or on any other
injury," "property damage," or "personal and
basis, unless the written contract or agreement
advertising injury" caused in whole or in part by:
requires this insurance to be primary. In that
event, this insurance will be primary relative to
a. Your acts or omissions; or
insurance which covers the additional insured
as a named insured. We will not require
G- 140331 -B Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 1 of 2
(Ed. 01/09)
a
AYA - -_
contribution from such insurance if the written
contract or written agreement also requires that
this insurance be non - contributory. But with
respect to all other insurance under which the
additional insured qualifies as an insured or
additional insured, this insurance will be
excess.
4. The insurance provided to the additional
insured terminates when your operations for the
additional insured are complete. But if the
written contract or written agreement specifies
a date until which this insurance must apply,
then this insurance terminates:
a. On the date specified in the written contract
or written agreement; or
b. When this policy expires or is cancelled,
whichever occurs first.
C. With respect to the insurance afforded to the
additional insured, the following additional
exclusions apply.
This insurance does not apply to:
1. 'Bodily injury," "property damage," or "personal
and advertising injury" arising out of the
rendering of, or the failure to render, any
professional architectural, engineering, or
surveying services, including:
a. The preparing, approving, or failing to
prepare or approve maps, shop drawings,
opinions, reports, surveys, field orders,
change orders or drawings and
specifications; and
b. Supervisory, inspection, architectural or
engineering activities.
2. 'Bodily injury," "property damage," or "personal
and advertising injury" arising out of any
premises or work for which ..the — additional
insured is specifically listed as an additional
insured on another endorsement attached to
this Coverage Part. E
D. SECTION IV — COMMERCIAL GENERAL
LIABILITY CONDITIONS is amended as follows:
G- 140331 -B
(Ed. 01/09)
The Duties In The Event of Occurrence,
Offense, Claim or Suit condition is amended
to add the following additional conditions
applicable to the additional insured:
An additional insured under this endorsement
will as soon as practicable:
(1) Give us written notice of an "occurrence" or
an offense which may result in a claim or
"suit" under this insurance, and of any
claim or "suit' that does result;
(2) Tender the defense and indemnity of any
claim or "suit' to any other insurer or self
insurer whose policy or program applies to
a loss we cover under this Coverage Part;
(3) Except as provided in Paragraph B.3 of this
endorsement, agree to make available any
other insurance the additional insured has
for a loss we cover under this Coverage
Part; and
(4) Send us copies of all legal papers received,
and otherwise cooperate with us in the
investigation, defense, or settlement of the
claim or "suit."
We have no duty to defend or indemnify an
additional insured under this endorsement until
we receive from the additional insured written
notice of a claim or "suit."
2. With respect only to the insurance provided by
this endorsement, the first sentence of
Paragraph 4.a. of the Other Insurance
Condition is deleted and replaced with the
following:
4. Other Insurance
a. Primary Insurance
This insurance is primary and non-
contributory except when rendered
excess by this endorsement, or when
Paragraph b. below applies.
The provisions of the written contract or written
agreement do not in any way broaden or amend
this Coverage Part.
G- 140331 -B Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 2
(Ed. 01/09)
G- 18652 -1
IFAVA (Ed. 07/09)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CONTRACTORS' GENERAL LIABILITY EXTENSION ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Coverage afforded under this extension of coverage endorsement does not apply to any person or organization
covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part.
SCHEDULE
Coverages are summarized below. For particulars and limitations affecting each coverage, please refer to the
corresponding policy provisions in the body of this endorsement.
1. Miscellaneous Additional Insureds
7 additional insured extensions.
2. Employees As Insureds — Health Care
Services
3. Joint Ventures /Partnership /Limited Liability
Companies
Coverage for your interest in such terminated or
ended organizations.
4. Expanded Personal And Advertising Injury
5. Medical Payments
Limits increased to $15,000.
Reporting increased to three years from the
date of accident.
6. Legal Liability And Borrowed Equipment
Extended perils.
Limit increased to $200,000 for Damage to
Premises Rented To You
7. Non -owned Watercraft
Increased to 55 feet.
8. Non -owned Aircraft Coverage
9. Contractual Liability For Personal And
Advertising Injury
10. Supplementary Payments
Cost of bail bonds increased to $2,500.
Daily loss of earnings increased to $1,000.
11. Liquor Liability Coverage Extension
12. Newly Formed Or Acquired Organizations
Coverage extended to the end of the policy
period.
G- 18652 -1
(Ed. 07/09)
13. Liberalization Clause
14. Unintentional Failure To Disclose Hazards
15. Notice of Occurrence
16. Broad Knowledge of Occurrence
17. Aggregate Limits Per Project
18. Bodily Injury — Extension of Coverage
19. Expected Or Intended Injury
Reasonable force — bodily injury or property
damage.
20. Wrap -Up Extension
21. Contractual Liability — Railroads
Expanded definition of "insured contract".
22. Blanket Waiver of Subrogation
Waiver of subrogation where required by
written contract or written agreement.
23. In Rem Actions
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Page 1 of 9
G- 18652 -1
(Ed. 07/09)
1. MISCELLANEOUS ADDITIONAL INSUREDS
has issued a permit or
authorization.
Section 11 Who Is An Insured is amended to
include as an insured any person or organization
This insurance does not apply to "bodily
"personal
(called additional insured) described in Paragraphs
injury," "property damage" or
2.a. through 2.g. below whom you are required to
and advertising injury' arising out of
add as an additional insured on this policy under a
operations performed for the federal
written contract or written agreement. However, the
government, state or municipality.
written contract or written agreement must be:
b. Controlling Interest
1. Currently in effect or becoming effective
Any persons or organizations with a
during the term of this policy; and
controlling interest in you but only with
2. Executed prior to the "bodily injury",
respect to their liability arising out of:
"property damage" or "personal injury and
(1) Their financial control of you; or
advertising injury ", but
(2) Premises they own, maintain or
Only the following persons or organizations are
control while you lease or occupy
additional insureds under this endorsement and
these premises.
coverage provided to such additional insureds
is limited as provided herein:
This insurance does not apply to
structural alterations, new construction
a. State or Governmental Agency or
and demolition operations performed
Subdivision or Political
by or for such additional insured.
Subdivisions
c. Managers or Lessors of Premises
A state or governmental agency or
subdivision or political subdivision
A manager or lessor of premises but
subject to the following provisions:
only with respect to liability arising out
of the ownership, maintenance or use
(1) This insurance applies only with
of that specific part of the premises
respect to the following hazards for
leased to you and subject to the
which the state or governmental
following additional exclusions:
agency or subdivision or political
subdivision has issued a permit or
This insurance does not apply to:
authorization in connection with
(1) Any "occurrence" which takes place
premises you own, rent, or control
after you cease to be a tenant in
and to which this insurance applies:
that premises; or
(a) The existence, maintenance,
(2) Structural alterations, new
repair, construction, erection,
construction or demolition
or removal of advertising signs,
operations performed by or on
awnings, canopies, cellar
behalf of such additional insured.
entrances, coal holes,
driveways, manholes,
d. Mortgagee, Assignee or Receiver
marquees, hoistaway openings,
A mortgagee, assignee or receiver but
sidewalk vaults, street banners,
only with respect to their liability as
or decorations and similar
mortgagee, assignee, or receiver and
exposures; or
arising out of the ownership,
(b) The construction, erection, or
maintenance, or use of a premises by
removal of elevators; or
you.
(2) This insurance applies only with
This insurance does not apply to
respect to operations performed by
structural alterations, new construction
you or on your behalf for which the
or demolition operations performed by
state or governmental agencV or
or for such additional insured.
subdivision or political subdivision
G- 18652 -1
Page 2 of 9
(Ed. 07/09)
Includes copyrighted material of Insurance services Office, Inc., with its permission
e. Owners /Other Interests — Land is
Leased
An owner or other interest from whom
land has been leased by you but only
with respect to liability arising out of the
ownership, maintenance or use of that
specific part of the land leased to you
and subject to the following additional
exclusions:
This insurance does not apply to:
(1) Any "occurrence" which takes place
after you cease to lease that land;
or
(2) Structural alterations, new
construction or demolition
operations performed by or on
behalf of such additional insured.
f. Co -owner of Insured Premises
A co -owner of a premises co -owned by
you and covered under this insurance
but only with respect to the co- owners
liability as co -owner of such premises.
g. Lessor of Equipment
Any person or organization from whom
you lease equipment. Such person or
organization are insureds only with
respect to their liability arising out of
the maintenance, operation or use by
you of equipment leased to you by such
person or organization. A person's or
organization's status as an insured
under this endorsement ends when
their written contract or written
agreement with you for such leased
equipment ends.
With respect to the insurance afforded
these additional insureds, the following
additional exclusions apply:
This insurance does not apply:
(1) To any "occurrence" which takes
place after the equipment lease
expires; or
(2) To "bodily injury", "property
damage ", or "personal and
advertising injury" arising out of the
sole negligence of such additional
insured.
Any insurance provided to an additional insured
designated under Paragraphs a. through g.
G- 18652 -1
(Ed. 07/09)
G- 18652 -1
(Ed. 07/09)
above does not apply to "bodily injury" or
"property damage" included within the
"products- completed operations hazard ".
As respects the coverage provided under this
provision, Paragraph 4.b.(1) of Section IV —
Commercial General Liability Conditions is
deleted and replaced with the following:
4. Other Insurance
b. Excess Insurance
(1) This insurance is excess over
Any other insurance naming the
additional insured as an insured
whether primary, excess,
contingent or on any other basis
unless a written contract or written
agreement specifically requires that
this insurance be either primary or
primary and noncontributing.
Where required by written contract
or written agreement, we will
consider any other insurance
maintained by the additional
insured for injury or damage
covered by this endorsement to be
excess and noncontributing with
this insurance.
2. EMPLOYEES AS INSUREDS — HEALTH CARE
SERVICES
Paragraph 2.a.(1)(d) of Section II — Who Is An
Insured is deleted.
3. JOINT VENTURES / PARTNERSHIP / LIMITED
LIABILITY COMPANY COVERAGE
A. The following is added to Section II — Who Is
An Insured:
4. You are an insured when you had an
interest in a joint venture, partnership or
limited liability company which terminated
or ended prior to or during this policy period
but only to the extent of your interest in
such joint venture, partnership or limited
liability company. This coverage does not
apply:
a. Prior to the termination date of any joint
venture, partnership or limited liability
company; or
b. If there is other valid and collectible
insurance purchased specifically to
insure the partnership, joint venture or
limited liability company.
Includes copyrighted material of Insurance services Office, Inc., with its permission.
Page 3 of 9
c. To a joint venture, partnership or
limited liability company which is or
was insured under a "consolidated
(wrap -up) insurance program ".
"Consolidated (wrap -up) insurance
program" means a construction, erection or
demolition project for which the prime
contractor /project manager or owner of the
construction project has secured general
liability insurance covering some or all of
the contractors or subcontractors involved
in the project, otherwise referred to as an
Owner Controlled Insurance Program
(O.C.I.P.) or Contractor Controlled
Insurance Program (C.C.I.P.).
B. The last paragraph of Section 11 — Who Is An
Insured is deleted and replaced by the
following:
Except as provided in Paragraph 4. above, no
person or organization is an insured with
respect to the conduct of any current or past
partnership, joint venture or limited liability
company that is not shown as a Named Insured
in the Declarations.
4, EXPANDED PERSONAL AND ADVERTISING
INJURY
A. The following is added to Section V —
Definitions, the definition of "Personal and
advertising injury ":
h. Discrimination or humiliation that
results in injury to the feelings or
reputation of a natural person, but only
if such discrimination or humiliation is:
(1) Not done intentionally by or at the
direction of:
(a) The insured; or
(b) Any "executive officer ",
director, stockholder, partner,
member or manager (if you are
a limited liability company) of
the insured; and
(2) Not directly or indirectly related to
the employment, prospective
employment, past employment or
termination of employment of any
person or persons by any insured.
B. Exclusions of Section I — Coverage B —
Personal and Advertising Injury Liability is
amended to include the following:
G- 18652 -1
(Ed. 07/09)
G- 18652 -1
(Ed. 07/09)
Discrimination Relating To Room,
Dwelling or Premises
Caused by discrimination directly or
indirectly related to the sale, rental,
lease or sub -lease or prospective sale,
rental, lease or sub -lease of any room,
dwelling or premises by or at the
direction of any insured.
Fines Or Penalties
Fines or penalties levied or imposed by
a governmental entity because of
discrimination.
D. This provision 4. (EXPANDED PERSONAL
AND ADVERTISING INJURY COVERAGE)
does not apply if Section I — Coverage B —
Personal And Advertising Injury Liability is
excluded either by the provisions of the
Coverage Part or by endorsement.
5. MEDICAL PAYMENTS
A. Paragraph 7. Medical Expense Limit, of
Section III — Limits of Insurance is deleted
and replaced by the following:
7. Subject to Paragraph 5. above (the Each
Occurrence Limit), the Medical Expense
Limit is the most we will pay under Section
— I — Coverage C for all medical expenses
because of "bodily injury" sustained by any
one person. The Medical Expense Limit is
the greater of:
(1) $15,000; or
(2) The amount shown in the
Declarations for Medical Expense
Limit.
B. This provision 5. (Medical Payments) does not
apply if Section I — Coverage C Medical
Payments is excluded either by the provisions
of the Coverage Part or by endorsement.
C. Paragraph 1.a.(3)(b) of Section I — Coverage
C — Medical Payments, is replaced by the
following:
(b) The expenses are incurred and reported to
us within three years of the date of the
accident; and
6. LEGAL LIABILITY AND BORROWED
EQUIPMENT
A. Under Section I —Coverage A— Bodily Injury
and Property Damage 2. Exclusions,
Exclusion j. is replaced by the following.
Includes copyrighted material of Insurance services Office, Inc., with its permission.
Page 4 of 9
G- 18652 -1
(Ed. 07/09)
"Property damage" to:
Paragraph (6) of this exclusion does
not apply to "property damage"
1 Property you own rent or occupy;
() p Y Y pY;
included in the "products- completed
(2) Premises you sell, give away or
operations hazard ".
abandon, if the "property damage"
B. Under Section I — Coverage A — Bodily Injury
arises out of any part of those
and Property Damage the last paragraph of 2.
premises;
Exclusions is deleted and replaced by the
(3) Property loaned to you;
following.
(4) Personal property in the care,
Exclusions c. through n. do not apply to
custody or control of the insured,
damage by fire to premises while rented to you
or temporarily occupied by you with permission
(5) That particular part of real property
of the owner or to the contents of premises
on which you or any contractors or
rented to you for a period of 7 or fewer
subcontractors working directly or
consecutive days.
indirectly on your behalf are
performing operations, if the
A separate limit of insurance applies to this
"property damage" arises out of
coverage as described in Section III — Limits
those operations; or
Of Insurance.
(6) That particular part of any property
C. Paragraph 6. Damage To Premises Rented
that must be restored, repaired or
To You Limit of Section III — Limits Of
replaced because "your work" was
Insurance is replaced by the following:
incorrectly performed on it.
6. Subject to Paragraph 5. above, (the Each
Paragraph (2) of this exclusion does
Occurrence Limit), the Damage To
not apply if the premises are "your
Premises Rented To You Limit is the most
work" and were never occupied, rented
we will pay under Section — I — Coverage
or held for rental by you.
A for damages because of "property
damage" to any one premises while rented
Paragraphs (1), (3) and (4) of this
to you or temporarily occupied by you with
exclusion do not apply to:
the permission of the owner, including
(i) "property damage" to tools
contents of such premises rented to you for
or equipment loaned to you
a period of 7 or fewer consecutive days.
if the tools or equipment
The Damage To Premises Rented To You
are not being used to
Limit is the greater of:
perform operations at the
a. $200,000; or
time of loss; or
b. The Damage To Premises Rented To
(ii) "property damage" (other
You Limit shown in the Declarations.
than damage by fire) to
premises rented to you or
D. Paragraph 4.b.(1)(a)(ii) of Section IV —
temporarily occupied by
Commercial General Liability Conditions is
you with the permission of
deleted and replaced by the following:
the owner, or to the
(ii) That is property insurance for
contents of premises
premises rented to you or
rented to you for a period
temporarily occupied by you with
of 7 or fewer consecutive
the permission of the owner; or
days. A separate limit of
insurance applies to
E. This provision 6. (LEGAL LIABILITY AND
Damage To Premises
BORROWED EQUIPMENT) does not apply if
Rented To You as
Damage To Premises Rented To You Liability
described in Section III —
under Section I — Coverage A is excluded
Limits Of Insurance.
either by the provisions of the Coverage Part or
by endorsement.
Paragraphs (3), (4), (5) and (6) of this
exclusion do not apply to liability
assumed under a sidetrack agreement.
G- 18652 -1 Page 5 of 9
(Ed. 07/09)
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
7. NON -OWNED WATERCRAFT
Under Section I — Coverage A, Exclusion 2.g.,
subparagraph (2) is deleted and replaced by the
following.
(2) A watercraft you do not own that is
(a) Less than 55 feet long; and
(b) Not being used to carry
persons or property for a
charge.
8. NON -OWNED AIRCRAFT
Exclusion 2.g. of Section I — Coverage A — Bodily
Injury and Property Damage, does not apply to an
aircraft you do not own, provided that:
1. The pilot in command holds a currently
effective certificate issued by the duly
constituted authority of the United States of
America or Canada, designating that
person as a commercial or airline transport
pilot;
2. It is rented with a trained, paid crew; and
3. It does not transport persons or cargo for a
charge.
9. CONTRACTUAL LIABILITY FOR PERSONAL
AND ADVERTISING INJURY
Exclusion e. Contractual Liability of Section I —
Coverage B is deleted.
10. SUPPLEMENTARY PAYMENTS
A. Under Section I — Supplementary Payments
— Coverages A and B, Paragraph 1.b., the limit
of $250 shown for the cost of bail bonds is
replaced by $2,500:
B. In Paragraph 1.d., the limit of $250 shown for
daily loss of earnings is replaced by $1,000.
11. LIQUOR LIABILITY
Exclusion c. of Section I — Coverage A is deleted.
12. NEWLY FORMED OR ACQUIRED
ORGANIZATIONS
Paragraph 3.a. of Section II — Who Is An Insured
is deleted and replaced by the following:
Coverage under this provision is afforded only until
the end of the policy period or the next anniversary
of this policy's effective date after you acquire or
form the organization, whichever is earlier.
G- 18652 -1
(Ed. 07/09)
G- 18652 -1
(Ed. 07/09)
13. LIBERALIZATION CLAUSE
If we adopt a change in our forms or rules which
would broaden coverage for contractors under this
endorsement without an additional premium
charge, your policy will automatically provide the
additional coverages as of the date the revision is
effective in your state.
14. UNINTENTIONAL FAILURE TO DISCLOSE
HAZARDS
Based on our reliance on your representations as to
existing hazards, if unintentionally you should fail to
disclose all such hazards at the inception date of
your policy, we will not deny coverage under this
Coverage Part because of such failure.
16. NOTICE OF OCCURRENCE
The following is added to Paragraph 2. of Section
IV — Commercial General Liability Conditions —
Duties In The Event of Occurrence, Offense,
Claim or Suit:
Your rights under this Coverage Part will not be
prejudiced if you fail to give us notice of an
"occurrence ", offense, claim or "suit' and that
failure is solely due to your reasonable belief that
the "bodily injury" or "property damage" is not
covered under this Coverage Part. However, you
shall give written notice of this "occurrence ",
offense, claim or "suit' to us as soon as you are
aware that this insurance may apply to such
"occurrence ", offense claim or "suit ".
16. BROAD KNOWLEDGE OF OCCURRENCE
The following is added to Paragraph 2. of Section
IV — Commercial General Liability Conditions —
Duties in The Event of Occurrence, Offense,
Claim or Suit:
You must give us or our authorized representative
notice of an "occurrence ", offense, claim, or "suit"
only when the "occurrence ", offense, claim or "suit"
is known to:
(1) You, if you are an individual;
(2) A partner, if you are a partnership;
(3) An executive officer or the
employee designated by you to
give such notice, if you are a
corporation; or
(4) A manager, if you are a limited
liability company.
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Page 6 of 9
17. AGGREGATE LIMITS PER PROJECT
A. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrences" under Section I — Coverage A,
and for all medical expenses caused by
accidents under Section I — Coverage C,
which can be attributed only to ongoing
operations at a single construction project away
from premises owned by or rented to the
insured:
1. A separate Single Construction Project
General Aggregate Limit applies to each
construction project away from premises
owned by or rented to the insured, and that
limit is equal to the amount of the General
Aggregate Limit shown in the Declarations.
2. The Single Construction Project General
Aggregate Limit is the most we will pay for
the sum of all damages under Coverage A,
except damages because of "bodily injury"
or "property damage" included in the
"products- completed operations hazard ",
and for medical expenses under Coverage
C regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making
claims or bringing "suits ".
3. Any payments made under Coverage A for
damages or under Coverage C for medical
expenses shall reduce the Single
Construction Project General Aggregate
Limit for that construction project away
from premises owned by or rented to the
insured. Such payments shall not reduce
the General Aggregate Limit shown in the
Declarations nor shall they reduce any
other Single Construction Project General
Aggregate Limit for any other separate
construction project away from premises
owned by or rented to the insured.
4. The limits shown in the Declarations for
Each Occurrence, Damage To Premises
Rented To You and Medical Expense
continue to apply. However, instead of
being subject to the General Aggregate
Limit shown in the Declarations, such limits
will be subject to the applicable Single
Construction Project General Aggregate
Limit.
G- 18652 -1
(Ed. 07/09)
G- 18652 -1
(Ed. 07109)
B. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrences" under Section I — Coverage A,
and for all medical expenses caused by
accidents under Section I — Coverage C,
which cannot be attributed only to ongoing
operations at a single construction project away
from premises owned by or rented to the
insured:
1. Any payments made under Coverage A for
damages or under Coverage C for medical
expenses shall reduce the amount
available under the General Aggregate
Limit or the Products - Completed
Operations Aggregate Limit, whichever is
applicable; and
2. Such payments shall not reduce any Single
Construction Project General Aggregate
Limit.
C. When coverage for liability arising out of the
"products- completed operations hazard" is
provided, any payments for damages because
of "bodily injury" or "property damage" included
in the "products- completed operations hazard"
will reduce the Products - Completed Operations
Aggregate Limit, and not reduce the General
Aggregate Limit nor the Single Construction
Project General Aggregate Limit.
D. If a single construction project away from
premises owned by or rented to the insured has
been abandoned and then restarted, or if the
authorized contracting parties deviate from
plans, blueprints, designs, specifications or
timetables, the project will still be deemed to be
the same construction project.
E. The provisions of Section III — Limits Of
Insurance not otherwise modified by this
endorsement shall continue to apply as
stipulated.
18. EXPANDED BODILY INJURY
Section V — Definitions, the definition of "bodily
injury" is changed to read:
"Bodily injury" means bodily injury, sickness or
disease sustained by a person, including death,
humiliation, shock, mental anguish or mental injury
by that person at any time which results as a
consequence of the bodily injury, sickness or
disease.
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Page 7 of 9
19. EXPECTED OR INTENDED INJURY
Exclusion a. of Section I — Coverage A — Bodily
Injury and Property Damage Liability is replaced
by the following:
"Bodily injury" or "property damage"
expected or intended from the
standpoint of the insured. This
exclusion does not apply to "bodily
injury" or "property damage" resulting
from the use of reasonable force to
protect persons or property.
20. OWNER CONTROLLED INSURANCE
PROGRAM, CONTRACTOR CONTROLLED
INSURANCE PROGRAM OR CONSOLIDATED
(WRAP -UP) INSURANCE PROGRAMS
The endorsement EXCLUSION —
CONSTRUCTION WRAP -UP PROGRAM which is
attached to this policy is amended as follows:
A. If the endorsement EXCLUSION —
CONSTRUCTION WRAP -UP or another
exclusionary endorsement pertaining to Owner
Controlled Insurance Programs (O.C.I.P.) or
Contractor Controlled Insurance Programs
(C.C.I.P.) is attached to this policy, then it is
amended to add the following:
With respect to a "consolidated (wrap -up)
insurance program" project in which you are or
were involved, this exclusion does not apply to:
1. Your liability for "bodily injury ", "property
damage ", or "personal or advertising injury"
that occurs during your ongoing operations
at the project, or during such operations of
anyone acting on your behalf;
2. Your liability for "bodily injury" or 'property
damage" included within the "products -
completed operations hazard" that arises
out of those portions of the project that are
not "residential structures ".
B. The following is added to Paragraph 4.b.(1) of
Section IV- Commercial General Liability
Conditions
This insurance is excess over:
G- 18652 -1
(Ed. 07/09)
(c) Any of the other insurance whether
primary, excess, contingent or any
other basis that is insurance available
to you as a result of your being a
participant in a "consolidated (wrap -up)
insurance program ", but only as
respects your involvement in that
G- 18652 -1
(Ed. 07/09)
"consolidated (wrap -up) insurance
program ".
C. The following is added to Section V —
Definitions:
"Consolidated (wrap -up) insurance program"
means a construction, erection or demolition
project for which the prime contractor /project
manager or owner of the construction project
has secured general liability insurance covering
some or all of the contractors or subcontractors
involved in the project, otherwise referred to as
an Owner Controlled Insurance Program
(O.C.I.P.) or Contractor Controlled Insurance
Program (C.C.I.P.).
"Residential structure" means any structure
where 30% or more of the square foot area is
used or is intended to be used for human
residency including but not limited to single or
multifamily housing, apartments,
condominiums, townhouses, co- operatives or
planned unit developments and also includes
their common areas and /or appurtenant
structures (including pools, hot tubs, detached
garages, guest houses or any similar
structures). When there is no individual
ownership of units, residential structure does
not include military housing, college /university
housing or dormitories, long term care facilities,
hotels, or motels. Residential structure also
does not include hospitals or prisons.
21. CONTRACTUAL LIABILITY —RAILROADS
With respect to operations performed within 50 feet
of railroad property, the definition of "insured
contract" in Section V — Definitions is replaced by
the following:
"Insured Contract" means:
a. A contract for a lease of premises.
However, that portion of the contract
for a lease of premises that indemnifies
any person or organization for damage
by fire to premises while rented to you
or temporarily occupied by you with
permission of the owner is not an
"insured contract";
b. A sidetrack agreement;
c. Any easement or license agreement;
d. An obligation, as required by ordinance,
to indemnify a municipality, except in
connection with work for a municipality;
e. An elevator maintenance agreement;
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
Page 8 of 9
G- 18652 -1
(Ed. 07/09)
That part of any other contract or
professional services, including
agreement pertaining to your business
those listed in (1) above and
(including an indemnification of a
supervisory, inspection,
municipality in connection with work
architectural or engineering
performed for a municipality) under
activities.
which you assume the tort liability of
22 BLANKET WAIVER OF SUBGROGATION
another party to pay for "bodily injury"
or "property damage" to a third person
The Transfer Of Rights Of Recovery Against
or organization. Tort liability means a
Others To Us Condition (Section IV —
liability that would be imposed by law in
Commercial General Liability Conditions) is
the absence of any contract or
amended by the addition of the following:
agreement.
We waive any right of recovery we may have
Paragraph f. does not include that part
against any person or organization because of
of any contract or agreement:
payments we make for injury or damage arising out
(1) That indemnifies an architect,
of:
engineer or surveyor for injury or
1. Your ongoing operations; or
damage arising out of:
2. "Your work" included in the
(a) Preparing, approving or failing
"products- completed operations hazard ".
to prepare or approve maps
shop drawings, opinions,
However, this waiver applies only when you have
reports, surveys, field orders,
agreed in writing to waive such rights of recovery in
change orders or drawings and
a contract or agreement, and only if the contract or
specifications; or
agreement:
(b) Giving directions or
1. Is in effect or becomes effective during the
instructions, or failing to give
term of this policy; and
them, if that is the primary
2. Was executed prior to loss.
cause of the injury or damage;
23. IN REM ACTIONS
(2) Under which the insured, if an
architect, engineer or surveyor,
Any action in rem against any vessel owned,
assumes liability for an injury or
operated by or for, or chartered by or for you will be
damage arising out of the insured's
treated in the same manner as though the action
rendering or failure to render
were in personam against you.
G- 18652 -1 Page 9 of 9
(Ed. 07/09)
Includes copyrighted material of Insurance services Office, Inc., with its permission.
Kim Irvin
From: PW1 @lni.wa.gov
Sent: Thursday, July 24, 2014 9:39 AM
To: Kim Irvin
Subject: Notification of Form Approval
Your Statement of Intent to Pay Prevailing Wages has been approved:
Form #: 643020, Approved Date: 7/24/2014
You may view the approved form by logging into PWIA application in secure access washington in
https: / /secureaccess.wa.gov.
For future information about Prevailing Wages, click on this link:
http://www.Ini.wa.gov/TradesLicensing/PrevWage/default.asp.
City of Port Angeles ATTACHMENT "E"
Engineering Office
Public Works and Utilities Department FORMS
360- 417 -4700
REQUEST FOR INFORMATION (RFI) FORM
PROJECT NAME:
PROJECT /CONTRACT
ORIGINATOR:
ITEM:
REFERENCE DRAWING OR SPECIFICATION:
DESCRIPTION OF CLARIFICATION /REQUEST:
DATE REPLY REQUESTED:
ORIGINATOR SIGNATURE:
COMMENTS:
Owner I Contractor
CRITICAL TO SCHEDULE: YES NO
DA
RFI Number:
CL01 -2006 Page 46 Rev. 4/16/2014
F PORT q
O� ti
11 City of Port Angeles
Public Works Department
0 321 East 5"' Street / Port Angeles, WA 98362
'9SN 11 NO'(
Contract No. & Title
Project Manager:
pDate
HIP01rderN.. ange
Prime:
Change Title:
Change Scope / Justification:
1
CONTRACT AMOUNT
Original Co
70rders
Previous Time Extension by
Previous Ch
Change Order (days)*
This Change Order
Amount (including
applicable taxes)
Date:
New Contract Amount
Suspension of Work (days)
1
Original Substantial
Completion
Previous Time Extension by
Name & Title
Change Order (days)*
Date:
Date:
Suspension of Work (days)
Change Order #1 Time
Extension (days)
New Substantial Completion
CONTRACTOR:
CITY OF PORT ANGELES
Signature
Signature
Name & Title
Name & Title
Date:
Date:
This Change Proposal shall represent full and complete compensation and final settlement of all Claims for all (1) time; (2) direct, indirect,
and overhead costs; (3) profit; and (4) costs or damages associated with delay, inconvenience, disruption of schedule, impact, ripple
effect, loss of efficiency or productivity, acceleration of work, lost profits, and /or any other costs or damages related to any work either
covered or affected by the Change Proposal, or related to the events giving rise to the Change Proposal.
CL01 -2006 Page 47 Rev. 4/16/2014
CONTRACTOR'S APPLICATION FOR PAYMENT
PROJECT Eclipse Feeder Upgrade PROJECT NO. CL01 -2006
Paae 1 of 2
TO: City of Port Angeles
DATE:
Public Works & Utilities Department
2
P.O. Box 1150
$
Port Angeles, WA 98362
Adjusted Contract Amount [1 +2]
FROM:
PAYMENT REQUEST NO.
PERIOD From:
to [end of period]:
STATEMENT OF CONTRACT ACCOUNT
1
Original Contract Amount (Excluding Sales Tax)
$
2
Total Value of Approved Change Order No(s). (Excluding Sales Tax)
$
3
Adjusted Contract Amount [1 +2]
$
4
Value of Work Completed to Date (per attached breakdown)
$
5
Material Stored on Site (per attached breakdown and material receipts)
$
6
Subtotal [4 +5]
$
7
8.4% Sales Tax (at 8.4% of Subtotal), As Applicable
$
8
Less Amount Retained (at 5% of subtotal)
$
9
Subtotal [6 +7 -8]
$
10
Total Previously Paid
$
11
AMOUNT DUE THIS REQUEST [9 -10]
$
WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and
releases, up through the date hereof, any and all claims for costs or item extensions arising out of or
relating to extra or changed work or delays or acceleration not specifically identified and reserved in the
amounts identified below or previously acknowledged in writing by the City of Port Angeles.
CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the
materials supplied through the ending period date noted above represent the actual value of
accomplishment under the terms of the contract (and all authorized changes) between the Applicant and
the City of Port Angeles, relating to the above referenced project, and that the remaining contract
balance is sufficient to cover all costs of completing the work in accordance with the contract
documents.
Continued on Page 2
CL01 -2006 Page 48 Rev. 4/16/2014
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2 of 2
I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the
periods covered by previous payment(s) received by the Applicant to (1) all lower -tier subcontractors/ suppliers,
and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I
further certify that I have complied with all federal, state and local tax laws, including Social Security laws and
Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance
of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the
work.
I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s)
have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the
Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having
provided labor, materials and equipment relating to the work.
Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be
made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all
materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work.
DATED:
CONTRACTOR:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this day of , 20
Project Manager
City Engineer
Notary Public in and for the State of
residing at
My appointment expires
Date
Date
CL01 -2006 Page 49 Rev. 4/16/2014
VORT.4
S ANO
PROJECT: Eclipse Feeder Upgrade
PROJECT NO.: CL01 -2006
CERTIFICATION OF
WORK COMPLETION AND ACCEPTANCE
All work on the above referenced project has been completed in accordance with the contract documents and the
final inspection and the warranty provision included therein or relating thereto.
The final estimate in the amount of $ , including any applicable taxes, has been reviewed and
is in agreement with our records. I further certify that the final estimate amount shown above is a true and
correct statement showing all the monies due me from the City of Port Angeles for work performed and material
furnished under this contract. City Council acceptance and final payment, including retained percentages, is
hereby respectfully requested.
, Contractor, hereby releases the City of Port Angeles, Washington, from any
and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work,
materials, equipment or any other liens outstanding on this Contract.
CONTRACTOR:
ADDRESS:
AUTHORIZED OFFICIAL: DATE:
CL01 -2006 Page 50 Rev. 4/16/2014
City of Port Angeles
Engineering Office
Public Works and Utilities Department
360- 417 -4700
Cannon Construction, Inc's Bid Form attached:
ATTACHMENT "F"
BID FORMS RECEIVED
CL01 -2006 Page 51 Rev. 4/16/2014
BID FORM
Project Title: Eclipse Feeder Upgrade Contract Number: CLO1 -2006
Fuding number: 451 -7188
BIDDER: Cannon Construction, Inc.
The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those
named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or
collusion with any other person making a bid on this project.
The bidder further declares that it has carefully examined the plan, specifications, and contract documents,
hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it
has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types
of equipment, the conditions of the work involved, including the fact that the description of and the quantities of
work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief
and are intended only to indicate the general nature of the work and to identify the said quantities with the
corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and
the terms of the Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface
information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred
to as the City or Owner, and such other source of information as it determined necessary in arriving at its
conclusion.
If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide
the performance bond is:
Fidelity & Deposit of Maryland
Surety
800 Fifth Ave., Suite 3800, Seattle, WA 98104
Surety address
206 - 622 -1101
Surety Contact and Phone Number
Propel Insurance Company
Agent
1201 Pacific Ave., Suite 1000, Tacoma, WA 98401
Agent Address
Brent Heilesen - 253 - 759 -6468
Agent Contact and Phone Number
Contract No. CLOT -2006 Page 3 Rev 04/16/2014
Project Title: Eclipse Feeder Upgrade Contract Number: CL01 -2006
The bidder hereby bids the following amounts for all work (including labor, equipment, time
and materials) required to install new underground medium voltage cable and accessories as
described in these documents.
Bid
Item
Description
Unit
Quantity
Extended
Cost
1
Install new underground feeder
Lump
Sum
1
$217,616.00
8.4% Sales Tax
$ 18,279.74
Total
$235,895.74
The bidder hereby acknowledges that it has received Addenda No(s). 1
(Enter "N /A" if none were issued) to this Request for Bid package.
The name of the bidder submitting this bid and its business phone number and address, to which
address all communications concerned with this bid and with the contract shall be sent, are listed
below. Any written notices required by the terms of an awarded contract shall be served or mailed to
the following address:
Contractor Information:
1. Company Name: Cannon Construction, Inc.
2. Address: 406 Porter Way
3. City, State, Zip Code: Milton, WA 98354
4. Phone Number: 253- 922 -2787
5. Contractor Registration Number: CANNOCIO55CS
6. UBI Number: 601- 590 -363
7. WA State Industrial Insurance Account Number: 535,832 -01
8. WA State Employment Securty Dept Number: 82415700
9. State Excise Tax Registration Number: 91-1662877
The bidder represents th;�elr�r:m7je lified and possesses sufficient skills to bid on this project and the
necessary capabilities t e ilces set forth in this Contract.
Signed by
Title Corporate Secretary
Printed Name: Darrin Moloznik
Date
June 19, 2014
Contract No. CL01 -2006 Page 4 Rev 04/16/2014
ti'0 pQRT4,a
V Fn
NON - COLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF Pierce
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine
and not a sham or collusive bid, or made in the interest or on behalf of any person not therein
named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited
any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to
refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to
him /her self an advantage over any other bidder or bidders.
Signature of Bidder /Contractor
Darrin Moloznik, Corporate Secretary
Subscribed and sworn to before me this 19th day of June
Nol&y Public in bd for the
State of Washington
Residing at Tacoma, Washington
My Comm. Exp.: 12/16/2014
1►. WEN
Contract No. CLO 1 -2006 Page 5 Rev 04/16/2014
BID SECURITY TRANSMITTAL FORM
Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu
of a bid bond in the amount of $
than five (5 %) percent of the total bid.
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
SIGN HERE
Fidelity and Deposit
which amount is not less
That we, Cannon Construction Inc. as Principal and Company of Maryland as Surety, are held and firmly bound unto
the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent (5 %) of Bid Amount
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for:
Project Title: Eclipse Feeder Upgrade Contract Number: CL01 -2006
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the
Obligee in accordance with the terms of said 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 advertisement for bids, then this obligation shall be null and void; otherwise
it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and
liquidated damages, the amount of this bond.
,SEALED AND DATED THIS 20th day of June , 2014.
Carr `on istiu ti ,Inc.
Principal Darrin Moloznik, Corporate
F j4vlity and Deposit Company of Maryland
ety J nnifer Snyder, Attorney -in -Fact
800 Fifth Avenue, Suite 3800
Seattle WA 98104
Surety address
Jacob Haddock (206) 622 -1101
Surety Contact and Phone Number
Dated:
Received return of deposit in the sum of
Secretary
Propel Insurance
Agent
PO Box 2940
Tacoma WA 98401
Agent Address
Brent Heilesen (253) 759 -2200
Agent Contact and Phone Number
Contract No. CL01 -2006 Page 6 Rev 04/16/2014
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "), by
THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said
Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby
nominate, constitute, and appoint Eric A. ZIMMERMAN, James B. BINDER, Karen SWANSON, Jennifer SNYDER, Julie R.
TRUITT, Peggy A. FIRTH, Christopher KINYON, Jamie DIEMER, Carley ESPIRITU and Mandy KELTNER, all of Tacoma,
Washington, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and
as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents,
shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged
by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly
elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the
regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their
own proper persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice - President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of May, A.D. 2014.
ATTEST:
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
_'moo DIpsI .LPN 4HSU�9�,�a
EAL «w. ��'7 ltM • : a u : 1988 '`a 3
Assistant Secretary Vice President
Eric D. Barnes Thomas O. McClellan
State of Maryland
City of Baltimore
On this 27th day of May, A.D. 2014, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O.
MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that
he /she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that
the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written.
wok
Maria D. Adamski, Notary Public
My Commission Expires: July 8, 2015
POA -F 180 -2849C
ADDENDUM NO. 1
TO
PROJECT MANUAL
FOR
ECLIPSE FEEDER UPGRADE
PROJECT NO. CL01 -2006
NOTICE TO PROSPECTIVE BIDDERS
June 12, 2014
Bid opening remains the same: June 20, 2014, 2:00 pm.
NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid
are amended as follows:
Specifications:
1. Section 16124, Paragraph 2.2: Delete reference to UL 1072 in paragraph 2.213,
and CPE jacket in paragraph 2.2G. Cable to have concentric neutral with black
extruded jacket meeting ICEA S -94 -649.
Drawings:
1. Sheet E -2, Note 5: New vault to be the same size as Standard UM309, but with
a solid pad.
This addendum must be acknowledged in the space provided on the project Bid Form
when it is submitted to the City with your bid. Failure to do so may result in the bid being
rejected as being non- responsive.
Michael C. Puntenney, P.E.
City Engineer
END OF ADDENDUM NO. 1
Addendum No.1
Page 1 of 1
INSTRUCTIONS
TO BIDDERS
SMALL WORKS ROSTER CONTRACT
Project Title: Eclipse Feeder Upgrade Contract Number: CL01 -2006
Funding Number: 451 -7188
1. The Project Manager for this project is: Terry Dahlquist. For any questions, please make contact at
360- 417 -4702.
2. Bids must be received by the City of Port Angeles, Public Works and Utilities Department no later
than 2:00 PM, Friday, June 20th, 2014.
For a bid to be valid, a completed Bid Form (included in this package) must be submitted. All bids
must be made on the required bid form and in cases of errors in the extension of prices in the bid,
the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten,
and each bid form for which the bidder is providing a bid must be fully completed and executed
when submitted. Only one copy of each complete bid form is required. The completed bid form(s)
must be accompanied by one completed Bid Signature Sheet, and one completed Non - Collusion
Affidavit form, and one completed set of Bid Bond (Security) forms. Faxed or emailed bids will
not be accepted. Failure to adhere to instructions may constitute disqualification of the proposal.
1 Bid Forms must be received by the time and date specified above, and may be submitted by any of
the methods listed below:
a. Hand delivered to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth
Street, P. O. Box 1150, Port Angeles, Washington 98362.
b. Mailed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street,
P. O. Box 1150, Port Angeles, Washington 98362.
All bids submitted must be sealed.
4. Additionally, for a bid to be valid, there can be no bidder submitted variations to the Statement of
Work or other terms presented in the Request for Bid package. Any questions bidders have with
regard to the Statement of Work may be submitted to the Project Manager for consideration prior to
the bid submission cut -off date and time.
6. Bonds and Retainage.
a. Bid Bond. Each bid shall be accompanied by a bid deposit in the form of a cashier's check,
postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5%
of the amount of the bid, and no bid will be considered unless accompanied by such bid
deposit. In addition, the bidder shall submit a copy of a valid certificate of registration
in compliance with 18.27 RCW. The Bid Security form is attached.
b. Performance Bond and Retainage.
(1) Bids less than or equal to $35,000 including tax. Performance and payment bonds, and
retainage will not be required for this work if the total bid amount including tax is less than or
Contract No. CL01 -2006 Page I Rev 04/16/2014
City of Port Angeles
I'll, '
Public Works & Utilities Dept.
Engineering Office
321 E. Fifth Street
Port Angeles WA 98362
Tel: 360-417-4700
Fax: 360-417-4709
INSTRUCTIONS
TO BIDDERS
SMALL WORKS ROSTER CONTRACT
Project Title: Eclipse Feeder Upgrade Contract Number: CL01 -2006
Funding Number: 451 -7188
1. The Project Manager for this project is: Terry Dahlquist. For any questions, please make contact at
360- 417 -4702.
2. Bids must be received by the City of Port Angeles, Public Works and Utilities Department no later
than 2:00 PM, Friday, June 20th, 2014.
For a bid to be valid, a completed Bid Form (included in this package) must be submitted. All bids
must be made on the required bid form and in cases of errors in the extension of prices in the bid,
the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten,
and each bid form for which the bidder is providing a bid must be fully completed and executed
when submitted. Only one copy of each complete bid form is required. The completed bid form(s)
must be accompanied by one completed Bid Signature Sheet, and one completed Non - Collusion
Affidavit form, and one completed set of Bid Bond (Security) forms. Faxed or emailed bids will
not be accepted. Failure to adhere to instructions may constitute disqualification of the proposal.
1 Bid Forms must be received by the time and date specified above, and may be submitted by any of
the methods listed below:
a. Hand delivered to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth
Street, P. O. Box 1150, Port Angeles, Washington 98362.
b. Mailed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street,
P. O. Box 1150, Port Angeles, Washington 98362.
All bids submitted must be sealed.
4. Additionally, for a bid to be valid, there can be no bidder submitted variations to the Statement of
Work or other terms presented in the Request for Bid package. Any questions bidders have with
regard to the Statement of Work may be submitted to the Project Manager for consideration prior to
the bid submission cut -off date and time.
6. Bonds and Retainage.
a. Bid Bond. Each bid shall be accompanied by a bid deposit in the form of a cashier's check,
postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5%
of the amount of the bid, and no bid will be considered unless accompanied by such bid
deposit. In addition, the bidder shall submit a copy of a valid certificate of registration
in compliance with 18.27 RCW. The Bid Security form is attached.
b. Performance Bond and Retainage.
(1) Bids less than or equal to $35,000 including tax. Performance and payment bonds, and
retainage will not be required for this work if the total bid amount including tax is less than or
Contract No. CL01 -2006 Page I Rev 04/16/2014
equal to $35,000. However, the City shall have the right of recovery against the Contractor
for any payments made on the Contractor's behalf.
(2) Bids greater than $35,000 including tax. If the total bid amount including tax exceeds
$35,000, this project will be awarded as a small works roster contract and payment and
performance bonds and retainage will apply in accordance with Washington State law. A
retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment
and performance bonds in accordance with this Contract and all Attachments incorporated
herein. Copies of the Bid Security Transmittal Form, Performance and Payment Bond form,
and Escrow Agreement for Retained Percentage form are available from the Operations
Office of Public Works & Utilities (Telephone 360- 417 - 4541).
7. The following forms are to be executed after the Contract is awarded:
a. Contract - To be executed by the successful bidder and the City.
b. Performance and Payment Bonds - To be executed on the form provided by Owner, by
the successful bidder and its surety company. To include name, contact and phone
number, and address of surety and power of attorney of signatory.
C. Insurance certificate(s).
d. Escrow Agreement
8. BIDDER'S CHECKLIST
Bid Form (properly signed, corporate seal affixed if applicable)
Q Addenda acknowledged ( if any. on Bid Form)
❑X Non - Collusion Affidavit (property executed)
❑Bid Security Transmittal Form (properly signed, both pages)
BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
Contract No. CLOT -2006 Page 2 Rev 04/16/2014