HomeMy WebLinkAbout4.522 Original Contract
PROJECT MANUAL
for
ELECTRIC REBUILD - (tA" STREET SUBSTATION
PROJECT NO. 04-16
CITY OF PORT ANGELES
, WASHINGTON
MARCH 2006
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
For informatIon regarding this project, contact:
James L. Harper
City of Port Angeles
Electrical Engineering Manager
(360) 417-4702
<t. .5~~
~
PROJECT MANUAL
TABLE OF CONTENTS
Electric RebUild
"A" Street Substation
Project # 04-16
PART I BIDDING REQUIREMENTS
Vicinity Map ..... .......................... ............................. ............................ . ........................... ............. 1-1
Advertisements for Bids. ..... ................... ............ . . .. ... ............. ........ ..... ..................... ...................... 1-2
Information for Bidders.......... ....... ......... ....... ........... .... ......... ....... ......... .............. ....... ......... ..... ........ 1-3
Bidders' Checklist . ....... ............... .. ......................... .... ............... ....... .. . . .. ..... ................ ............. 1-4
Non-Collusion Affidavit... ......... . .......................... .......................... ... ..... .......................... .............. 1-5
Bidders's Construction Experience ..... ............ ................................ . .. . ......................... ............ 1-6
List of Proposed Subcontractors.. .......................................................... . .... ................................. 1-7
Bid Forms .. ...... ..... ....... ... ....................... ............................... .......... ....... .. ................................... 1-8-9
Bid Bond . . .. .... ..... .................. ...... ........................................... ....... . .... ...... . ........... .... .......... 1-10
PART IICONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT
Contract.. ..................... ........... ........... ........ ............................................. ................. ..... ................ 2-1-5
Performance and Payment Bond .............. .. .. ....................................... . ....................................... 2-6
Statement of Intent to pay Prevailing Wages .......................................ptVA Dept of labor & Industries]
PART III
SPECIAL PROVISIONS
Special Provisions ..................... ...... ........................ ..................... ....... . . . . ... . . ...... ........ .... ...... 3-1-2
ATTACHMENT B:
STATE PREVAILING WAGE RATES (9 pages)
CONSTRUCTION CHANGE ORDER FORMS (4 pages)
APPLICATION FOR PAYMENT (3 pages)
CONSTRUCTION SPECIFICATIONS (22 pages)
PROJECT PLANS - "A" STREET SUBSTATION (26 sheets)
ATTACHMENT A:
ATTACHMENT C:
ATTACHMENT D:
ATTACHMENT E:
PART 1
BIDDING REQUIREMENTS
'C
~ L
..c:_
3=
[j
s!.
~ -c-_________
..:Jr ~ ---:
CD
c;::
..c:
oS
1::
: u
-EdgeWooa"T
'C
a:::
...:e
CD
~
CD
~
c::l
m larcmfoleleclnclvlcmlty map mxd
-------------1
I.
'C
a:::
k
o
i5
'C
L
W;-Jakes-ad.
--'------------
~3rd-Ave.
/~4thlAVe
! ''''-Ai:- t ~ ~
~ ~q>
f J!:l~....
' ctl iti (f)
, Keller'D~ -<:>-W-
II----. ffi-
CD_
I.
'C
a:::
:>.
CD
u.
I
______\:1:5:-101--- ---------
/:
,.. !
\ ,
1!
/:
, I
. .
\ -j -
~ I cu-::I_
\ i"'/-if I I ~_
/1' CiewcreS-1t-Ave. ~
I ----- l I CD
: --- : a:::
i
--1 ~ Ahlvers'Rd~
l1lrl~ '
-. ~.
' 11l 'C <:;
, " -~ ,,'I< I
---\ ~
..-:----~ :2 Rose,St
\ 01 r----
' i
SCribner.Rd:-<<=:1,ty)J
~ i
~
~
I _____:2_________
---- 0
ti'
~
~
If
.!Jj
-qs-
rei
\~
~
~.um~~
I
-0
a:::
cD
r.--e
'C c
o
~---
Harry-Brown------------l
I rj r.....l>l
L j
[VIelton-Rd:\ :
I
,-
!
L---------.
r---J
keY-Rd.
I
E-Scnvner'Rd:---
I.
'C
a:::
in
rn
o
o
r;~/r-r
Westridge-Rd.
. I
11m map IS not In/ended to be used as a legal descnpllon
Tills map draWing IS prodllced by the CIlY of Port Angelesfor lIS o..n IIse and pllrposes
Any other IIse of Ihls map drawing shall not be the respons1bllllY oflhe ell}
VertIcal DaIUm - NA VD 81
HOrizontal DaJlIm - NAD 83,
~
N
2,300
I
Feet
VICINITY MAP
Project 04-16
\J
ELECTRIC REBUILD
"An STREET SUBSTATION
Project No 04-16
City of Port Angeles
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box
1150, Port Angeles, Washington 98362, until 2:30pm, Wednesday April 19, 2006, and not later, and will then
and there be opened and publicly read at that time In the Public Works Conference Room at City Hall for the
construction of the following Improvements
The project to be bid is for labor and equipment for the replacement of electronic relays at the "An Street
Substation.
The City Engineer's estimate for this project is less than $65,000. The time of completion (performance
period) for this Project is 90 working days. To view detailed plans and specifications (Project Manual), go to
www.bxwa.com on the Internet, or contact the Builders Exchange of Washington at 425-258-1303.
Detailed plans and specifications (Project Manual) may be obtained from the office of the Electrical
Engineering Manager, City of Port Angeles, upon payment of a non-refundable fee of $50.00. Informational
copies of maps, plans and specifications are on file for inspection in the office of the Electrical Engineering
Manager [Phone 360-417-4700]. Bidders shall be qualified for the type of work proposed. A Bidder's
Construction Experience Form is included in the Project Manual.
All bids shall be submitted on the prescribed Bid Forms and In the manner as stated in this advertisement
and in the Project Manual and said bids 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 In the amount of five percent (5%) of
the total amount of the bid. If a surety bond IS used, said bond shall be issued by a surety authorized and
registered to Issue said bonds In the State of Washington. The bond shall specify the surety's name,
address, contact and phone number, and shall Include a power of attorney appointing the signatory of the
bond as the person authorized to execute it. Should the successful bidder fall to enter Into the Contract and
furnish satisfactory performance bond within the time stated In the Information for Bidders, the bid depOSit
shall be forfeited to the City of Port Angeles Faxed bids and/or surety bonds will not be accepted.
Minority and women owned bUSinesses shall be afforded full opportunity to submit bids in response to this
inVItation, shall not be dISCriminated against on the grounds of gender, race, color, age, national Origin or
handicap in consideration of an award of any contract or subcontract, and shall be actively soliCited for
participation In thiS project by direct mailing of the inVitation to bid to such businesses as have contacted the
City for such notification Further, all bidders are directed to solicit and consider minority and women owned
businesses as potential subcontractors and material suppliers for thiS proJect.
The City of Port Angeles reserves the right to accept the bid that is In the best interest of the City, to
postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or
to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the
foregoing, the contract Will be awarded to the lowest responsible bidder.
Bids must be submItted In a sealed envelope with the outside clearly marked with the bid opening date and
time, the project name and number as it appears In this advertisement and the name and address of the
bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East
Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362.
When awarded the Contract, the successful bidder shall promptly execute the Contact and shall furnish a
bond of faithful performance of the Contract in the full amount of the Contract price.
Glenn A. Cutler, P.E
Director of Public Works & Utilities
ADVERTISEMENT FOR BIDS
Publish: Peninsula Dally News [March 26 & April 3, 2006],
Daily Journal of Commerce [March 27, 2006]
Copy to: NPBA
1- 2
INFORMATION FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street,
Port Angeles, Washington 98362, until the time and date as stated In the ADVERTISEMENT FOR BIDS or
as amended through addendum, and then at said office publicly opened and read aloud.
Each bid shall be received by the Owner In the manner set forth in the ADVERTISEMENT FOR BIDS. Each
bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and
addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS.
Each bid shall be submitted on the required bid form contained In Part I of the Project Manual. All blank
spaces for bid prices must be filled In, In ink or typewritten, and the Bid Form must be fully completed and
executed when submitted. Only one copy of the Bid Form IS required. In addition, all other forms included in
Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope
endorsed with the name of the work. 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.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be
withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its
bid between the clOSing time for receipt of bids and execution of the Contract, unless the award is delayed
for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted.
The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to
postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or
to rej~ct any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the
foregoing, the Contract will be awarded to the lowest responsible bidder.
The work Will begin within ten (10) calendar days after notice to proceed from the Director of Public Works &
Utilities and shall be completed within the time as stated in the Advertisement for bids.
The Owner may make such investigations as it deems necessary to determine the ability of the bidder to
perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as
the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or
investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the
obligations of the Contract and to complete the work contemplated therein.
The party to whom the Contract is awarded will be required to execute the Contract and obtain the
Performance and Payment Bond 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).
The notice of award Will be accompanied by the necessary Contract and bond forms. In case of failure of the
bIdder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the
bid deposit accompanying the bid shall become the property of the Owner.
The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and
the Contract Signed by the party to whom the Contract was awarded, Will sign the Contract and return to
such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such
period, the bidder may, by written notice, withdraw its Signed Contract. Such notice of withdrawal will be
effective upon receipt of the notice by the Owner.
The notice to proceed will be Issued Within ten (10) calendar days of the execution of the Contract by the
Owner. Should there be reasons why the notice to proceed cannot be Issued within such period, the time
may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not
been issued within the ten (10) calendar day period or Within the period mutually agreed upon, the
Contractor may terminate the Contract without further liability on the part of either party. All applicable laws,
ordinances, and the rules and regulations of all authOrities having JUrisdiction over construction of the project
shall apply to the Contract throughout.
]- 3
BIDDER'S CHECKLIST
1. Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's
check been enclosed with your bid?
2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid?
3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
5. Have you bid on all items?
6. Has the non-collusion affidavit been properly executed?
7. Have you shown your contractor's state license number on the bid form?
8. Have you listed all Subcontractors that you will use for the project?
9. Have you filled out the bidder's construction experience form?
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 bond - 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 siQnatorv.
C. Insurance certificate(s).
1- 4
I
~
I
I
,
I
t
t
t
I
I
I
I
I
J
I
I
I
I
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON)
)
COUNTY OF Clallam )
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.
c
Signature
Subscnbed and sworn to before me this 19 day of A P r i 1
,2006.
My Comm. Exp.: 10/26/07
1- 5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive Information.
Name of bidder 01 Y m pic E 1 e c t tic Co., In c .
Registration No
OLYMPEC285Dl
2.
Permanent main office address:
4230 Tumwater Truck Route
Port Angeles, WA 98363
3 When organized 1946
4 Where Incorporated. Was h i n q ton
5. How many years have you been engaged in the contracting business under your present firm name?
60
6. * Contracts on hand (Schedule these, showing gross amount of each contract and the approxImate
anticipated dates of completion), contact name and phone number
See attached
7 *
General character of work performed by your company.
Electrical contracting
8
* Have you ever failed to complete any work awarded to you?
No
If so, where and why?
9. * Have you ever defaulted on a contract? No
10 * List the more important projects recently completed by your company, stating approximate cost for
each, the month and year completed, contact name and phone number
See attached
11.
* List your major equipment available for this contract
See attached
12 * Experience of bidder in construction Similar to this project In work and Importance
See attached
13 Will you, upon request, fill out a detailed financial statement and furnish any other information that may
be required by the City? Yes
* Add separate sheets If necessary
I
The undersigned hereby authOrizes and requests any person, firm or corporation to furnish any information
requested by the City of Port Angeles / 7 . r-
Date 4/19/06 L ~ ::Jl-
Bidder's S1~at~re .J
Print Name Char les T. Burkhardt
I
Title
President
I
] - 6
Question #6;
City of Port Angeles
Electric Rebuild
"A" Street Substation
Project No. 04-16
Contract Description
Contract
Amount
Est. Com.
Date
Olympic Medical Center 02 Tank Relocate
Hendrickson Road
Jennies Meadows
Jefferson County Healthcare
Willow Park
Jefferson County Courthouse
Question # 11:
1/2 ton pick up truck
i-ton flatbed truck
4S ft. one-man bucket truck
10-ton flatbed boom truck
Reel trailer
Service Vans
Questions # 12
Valley Street Substation Rebuild
Blyn Substation Rebuild
Sequim Substation Rebuild
College Substation
Evergreen Substation
Dungeness Substation
7,155.00
343,026.00
72,286.00
41,504.00
27,780.00
87,780.00
4/06
7/06
7/06
6/07
5/06
4/05
City of Port Angeles
Electric Rebuild
"A" Street Substation
Project No. 04-16
Bidder's Construction Experience
Question #10
Contract
Description
Contract
Amount
Completion Contact
Date
Phone
Safeway East (Port Angeles) .......................... 457,882.00 ..... 5/02 ........ AECON ............... (425) 77402945
Bayview Center Shops ... . .......................... 154,869.00 ..... 5/02 ........ AECON ..... .. ...... (425) 774-2945
Bayview Signal....... ...... .......... ................213,375.00 ..... 7/02 .... ... AECON ............... (425) 774-2945
Quileute Gymnasium '" ..................... ....... 265,093.00 ..... 4/02 ..... .. M.A. Mortenson ....... (425) 895-9000
Housing Authority of Clallam County. . . . . . . .. . . . '" . . .... 49,427.00 ..... 10/01 ....... Vern Sohlberg ......... (360) 452-7631
"F" Street Improvements (Port Townsend) ............... 30,160.00 ..... 5/02 ........ George Peabody ....... (360) 452-7803
Olympic Memorial Hospital Lobby Remodel ...... ....... 77,612.00 ..... 5/02 ........ Rick Hoch ... .. ...... (360) 452-5381
Point No Point Casino. .. . ... ......................... 338,789.00 ..... 2/02 .... .. AECON ..... .. ...... (425) 774-2945
Sequim Substation .................................... 25,787.00 ..... 10102 ....... Clallam County PUD .... (360) 452-9771
Sequim Ave North (lights and underground) ............. 295,073.00 ..... 10/02 ... ... George Peabody ....... (360) 452-7803
Big 5 Sporting Goods .................................. 90,651.00 ..... 9/02 ........ Baker Const .... ...... (509) 535-3668
Old OlympIc Highway Lighting .......................... 42,190.00 ..... 6/03 ........ Greg Parnsh ........... (360) 683-5447
Eastern Corridor Entryway (Port Angeles) ................ 26,647.00 ..... 11/02 '" ... George Peabody ....... (360) 452-7803
Costco Entry Relocation ................................ 26,296.00 ..... 6/03 ........ Barclay Dean Const .... (425) 378-2000
7 Cedars Kitchen Remodel .. ................. ........ 47,260.00 ..... 4/03 ........ Ron Sather ..... ...... (360) 683-7777
Peninsula Bottling Office Remodel ............. ....... 22,652.00 ..... 6/03 ........ Jerry Schwagler ........ (360) 457-1809
Sequim Medical Plaza New Service ..................... 38,250.00 ..... 10/03 ....... Jim Paapke ............ (360) 417-7000
Point No Point Casino East Addition .................... 85,973.00 ..... 9/03 ........ JE Dunn ............... 503) 978-0800
5th & Race Signal- City of Port Angeles ................ 256,637.28 ..... 11/03 .... .. Eric Walrath .. . ...... (360) 417-4806
City of Sequim - Parking Lot ............................ 35,220.00 ..... 1/04 ........ Lakeside Ind . ......... (360) 452-7803
Sequim Medical Plaza CT Scan ....................... . 42,176.00 ..... 1/04 ........ Aldergrove Const ....... (360) 457-2067
Olympic Care & Rehab Fire Alarm.. . .. . . . . . . . . . . . . . . ... 26,768.00 ..... 2/04 ........ Olympic Medical Cnr .... (360) 417-7000
Peninsula College EMCS Upgrade ...................... 63,259.10 ..... 2/04 .... ... Siemens Bldg Tech.. ... (253) 274-4776
Strait View Credit Union . .. .......................... 28,255.28 ..... 3/04 .... ... Vision Builders .. ...... (360) 452-1186
Sequim Overlay Traffic Loops. . . . . . . . . . . . . . . . . . . . . . . . . . . 52,680.00 ..... 4/04 ........ Lakeside Ind. ... . . . .. (360) 452-7803
Sequim Downtown Revitilization . . . . . . . . . . . . . . . . . . . . . . . . 575,363.00 ..... 5/04 ........ Lakeside Ind ........... (360) 452-7803
Tesoro Security Lighting ............................... 32,676.00 ..... 7/04 .... ... Tesoro . . .. " ...... (360) 452-1433
Page 1 of 2
City of Port Angeles
Electric Rebuild
Valley Street Substation
Project No. 04-15
Bidder's Construction Experience
Question #10
Contract
Description
Contract
Amount
Stevens Middle School MusIc Room Addition ............. 99,268.00
Sequim Medical Plaza Transformer. . .. . . . . . . .. . . . . . . " . . 25,000.00
Sequim Transit Facility ................... ............ 108,592.00
Blyn Substation . ... .. . .. ................ . .. .. . 318,439.00
7 Cedars Casino Expansion .......................... 507,000.00
Forks Hospital CAT Scan. .. ........................... 29,939.00
Sequim Village Marketplace High Voltage & Lighting ..... 759,000.00
Quality Inn Sidewalk Lights .................... ........ 28,805.00
Peninsula College - Building "C" Renovation ..... ........ 66,631.00
North Olympic Skills Center . . . . . . . . . . . . . . . . . . . . . . . . . . . . 158,545.00
Olympic Medical Center OB Dept AlteratIons '" ........207,283.00
First Federal Savings & Loan - Sequim Village Mrkpl ..... 140,558.00
Quileute Housing Authority Carports .... ...... . . . . . ., 33,430.00
Page 2 of 2
Completion Contact
Date
9/04 ..... .. Aldergrove Const .......
10/04 ....... Olympic Medical Cm ....
12/04 ... ... Fischer Contracting .....
12.04 ....... Clallam County PUD ....
1/05 ........ AECON ...............
. . . .. 2/05 ........ Forks Hospital .. ......
. . . .. 2/05 .... ... SD Deacon Corp .......
. . . .. 3/05 .... ... Trico Contracting . . . . . .
. . . .. 4/05 ........ Hoch Construction ......
. . . .. 6/05 ........ Fischer Construction ....
. .. . 5.05 ........ Hoch Construction
7/05 ........ Newground Const
. . . ., 1/06 .. ..... Hoch ConstructIon ......
Phone
(360) 457-2067
(360) 417-7000
(360) 697-5402
(360) 452-9771
(425) 774-2945
(360) 374-6271
(425) 284-4000
(360) 757-2373
(360) 452-5381
(360) 697-5402
(360) 452-5381
(360) 681-1972
(360) 452-5381
-
.
-
-
LISTING OF PROPOSED SUBCONTRACTORS
Bidder shall list all subcontractors proposed to be used on the proJect. FAILURE TO LIST
SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If there are no
subcontractors, write "NO SUBCONTRACTORS WILL BE USED".
POWER ENGINEERS
1295 S EAGLE FLIGHT WY
BOISE, 10 83709
CC01POWERE101M6
TESTING
LINCOLN INDUSTRIAL
4130 TUMWATER TRUCK ROUTE
PORT ANGELES, WA 98363
LINCOIC077KS
SWITCHGEAR DOORS (REPLACEMENT)
President
]-7
. ,
,
,
I
,
I
I
I
I
I
I
I
I
I
I
I
BID FORM
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER: Olympic Electric Co., Inc.
REGISTRATION NO. OL YMPEC285D1
DATE'
4/19/06
UBI NO.
600 265 927
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 plans, 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.
The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF
PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the
work.
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:
CBIC
Surety
1213 Valley st/PO Box 9271
Seattle, WA 98109-0271
Surety Address
Mark NOma
(2](36) 622-7053
Surety Contact and Phone Number
EHL
Agent
340 W Washington
Seouim, WA 98382
A9-ent Address
~John Obinger
(360) 683-7966
Agent Contact and Phone Number
1-8
I
te' .
I
~
W
''ffl$ ;;)0>
Pursuant to, and In compliance with the Bid Instructions, the undersigned (hereinafter called "Contractor") hereby
proposes to furnish and/or install, as detailed In the specifications and elsewhere in these bid documents,
BID FORM
I
LUMP SUM BID FOR EACH ITEM
I
**
ITEM 1
Provide and Install new switchgear doors complete with new
electronic relays and controls and wIring changes per
specification
$92,280.00
$90,350.00
I
I
ITEM 2
Provide and Install new AC and DC panel-boards complete with
CircUit breakers and required wiring changes as shown on the
drawings
$ N/A
N/A
I
Subtotal Items 1-2
$ 92 , 280 . 00
$ 7,659.24
$90,350.00
Sales Tax (8 3%)
7,499.05
I
Total Bid
$99,939.24
$97,849.05
I
Attached hereto IS a postal money order [ ], surety bond [X ] or cashier's check [ ], drawn in favor of the City of Port
Angeles, In the amount of 5% of total amount of bid dollars ($ ), which amount is not less
than five percent (5%) of the total bid price,
I
Reassignment of the bid award shall not be permitted unless authorized in writing by the City.
I
The Contractor warrants that he possesses adequate financial resources for the performance of the work covered by
thiS bid and that the Contractor will provide the necessary tools, materials, equipment, a qualified superintendent and
other employees as reqUired
I
ADDENDA ACKNOWLEDGMENT
The bIdder hereby acknowledges that it has receIved Addenda Nos N / A to this project manual. 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 is lIsted below
C
I
I
~~
Attest
By' C h a r 1 esT. Bur k h a r d t
Title' President
I
I,
Address: 4230 Tumwater Truck Rt
Port Angeles, WA 98363
I
Phone (360) 457-5303
* * Prov ide ~nd install modi fied existing switchgear doors complete with new
electronIc relays and controls and wiring changes per specifications
I
I
]-9
...~
Cule
Bid Bond
(Public Work)
Contractors Bonding
and Insurance Company
1213 Valley Street
P.O. Box 9271
Seattle, WA 98109-0271
For the CBIC branch
nearest you, call Toll Free
(888) 283-2242
(888) 293-2242 FAX
INSURANCE
Premium :
Know all by these presents, That we, OLY~1PIC ELECTR.IC COMPAKY, INC. ,as PnnClpal,
and Contractors Bonding and Insurance Company,as Surety, are held and firmly bound unto ~~'l'Y OF PORT l'J:~:jGELES
____ ________________ __________, Obligee, in the sum of
5% OF TOAL AMOnN'1' rnn Dollar~,($5't of ':.:'AD )
for the payment of whIch we bind ourselves, and our successors and assIgns, jointly and severally, firmly by these presents.
Whereas, Pnnclpal has ~ubmltted or is about to submIt a bId to the Obligee on a contract for
F.T.ECTRIC REBUILD "A'! STREET SUBSTATION rROJECT NO 04 16
("Project").
Now, Therefore, the condition of thIs bond IS that if obligee accepts Pnnclpal's bId, and Prmcipal enters 111to a contract with the Obligee in
conformance WIth the terms of the bid and provIdes such bond or bonds as may be specified in the blddmg or contract documents, then this
obligation shall be void; otherWIse the Principal and Surety will pay to the Obligee the difference between the amout of the Pnnclpal's bId and the
amount for whIch the Obligee shall in good faith contract WIth another person or entIty to perform the work covered by the Prmcipal's bId, but
m no event shall the Surety's and PnnClpal's liabIlity exceed the penal sum of thIS bond.
SIgned and sealed thlS~tb._ day of ~r_i_L
,20.0.6-_ .
OLYMPIC ELECTRIC COMPANY IN6l:al)
Pnncipal
By, C 7/)~
, . ' .'\ \
.' "
""
Contractors Bonding and Insurance Company
~
B~D~:e~'"m~-;nF,a
.:;.~ .......
... .':..<;-
" ~-
.' " ~ ... '
BndBID 01-US032905
Clllc
LIMITED .POWER OF ATTORNEY
XNSURANCE
Not Valid for Bonds
Executed On or After: DECEMBER 31ST, 2006
Power of Attorney
Number:9S:3003
Only an unaltered original or this Power of Attorney document is valid. A valid original of this document is prInted on gray
_securi?, ~aper with black and red ink and bears the seal ofContr3ctors Bonding and Insurance Company (the "Company").
The ongInal document contains a watermark with the letters "cbic" embedded in the paper rather than printed upon it. The
watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is
visible when the document IS held to the light. This document is valid solely in connection with the executIon and dehvery of
the bond bearing the number indicated below, and provided also that the bond is ufthe type mdicated below. This document
is valid only if the bond is executed on or before the date mdicated above. .
KNOW ALL MEN BY THESE PRESENTS, that the Company does he~eby make, constitute
and appoint the following: aRIAN A. EDGREN, JOHN J O'BINGER, GERALD C. MAYER,
RICHARD G. HECKER, TOD)) M. LEMMON and WENDY F. DAILEY its _true and lawful
'Atto~ney(s}-in-Fact, with full pow~ and autho~ity he~eby confe~~ed in its
name, place and stead~ to exe~ute~ aCknowledge and delive~ on behalf of the
Company: (l) any and all bonds and unde~takings of su~etyship given fo~ any .
pu~ose, p~ovided, howeve~~ that no such pe~son shall beautho~ized to execute
and delive~ any bond o~ unde~taking that shall obligate the Company fo~ any
portion of- the penal sum the~eof in excess of $10,000,000, and p~ovided~
fu~the~, that no Atto~ney-in-Fact shall have the autho~ity to issue a bid o~
p~oposal bond fo~ any project whe~e, if a cont~act is awa~ded, any bond o~
unde~taking would be requi~ed with penal sum in excess of $10,000,000; and (2)
consents, ~eleasesand othe~ simila~ documents ~equi~ed-by an obligee unde~ a
c~nt~act bonded by th~ Company. This appointment is made unde~ the autho~ity of
the Boa~d of Oi~ecto~s of theCompany.----~----------~-------------------------
--------------~-~-------~-------~-------------------------------:--------------
-----------------~------------------~------------------------------------------
--------------------------------------------------~~----~-~--------------------
-~-----------~----~------------------------------------------------------------
--------------------------------------------------------------------~----------
--------------------~-_._-----------~---~-----------_.-----~~-----------~------
. CERTIFICATE
- I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington
corporation,. DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and
has not been revoked. and. futhermore, that the resolutions of the Board of Directors set forth on the
reverse _are now in full force and effect.
Bond Number
Signed and sealed this 18 th
dli-yof April
~.
R. Kitk Eland, Secretary
.2006
-
CHIC. 1213 Valley Street. P.O. Box 9271 . Seattle. WA 98109~027(
(206) 622-7053 . (800) 765~CBIC (ToU Free) . (800) 950-1558 (FAX)
PoaLPOA 07-usom04
PART 2
CONTRACT FORMS
(TO BE SUBMITTED AT CONTRACT EXECUTION)
..
PUBLIC WORKS CONTRACT
This Contract is made and entered into in duplicate this -I)~ay of May, 2006 by and between the
City of Port Angeles, a non-charter code city of the State of ~t~n, hereinafter referred to as "the
City", and Olympic Electric Co., Inc., a licensed electric utility construction contractor, hereinafter referred
to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring
specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary
capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the
parties hereto agree as follows:
1 ) Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Electric Rebuild - "A" Street Substation,
Project 04-16
in accordance with and as described in
a) this Contract and
b) the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal
requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and
c) the Special Provisions, hereinafter referred to as "the standard specifications", and shall perform
any alterations in or additions to the work provided under this Contract and every part thereof.
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, except as may otherwise be provided in the Project Manual.
2) Time for Performance and Liquidated Damages.
a) Time is of the essence in the performance of this Contract and in adhering to the time frames
specified herein. The Contractor shall commence work within ten (10) calendar days after notice to
proceed from the City, and said work shall be physically completed within 90 working days after
said notice to proceed, unless a different time frame is expressly provided in writing by the City.
b) If said work is not completed within the time for physical completion, the Contractor may be
required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project
Manual, for each and every day said work remains uncompleted after the expiration ofthe specified
time.
3) 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 Project Manual.
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.
2-1
"
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 the Project Manual. Following approval of the RFI and/or CCO, the
Contractor shall submit the standard payment request formes).
e) The Contractor shall submit payment requests with a completed Application for Payment form, an
example of which is included in the Attachments 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 thirty (30) days thereafter.
4) Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No agent,
employee, servant, or representative of the Contractor shall be deemed to be an employee, agent,
servant, or representative of the City, and the employees ofthe Contractor are not entitled to any of
the benefits the City provides for its employees. The Contractor shall be solely and entirely
responsible for its acts and the acts of its agents, employees, servants, subcontractors, or
representatives during the performance of this Contract. The Contractor shall assume full
responsibility for payment of all wages and salaries and all federal, state, and local taxes or
contributions imposed or required, including, but not limited to, unemployment insurance, workers
compensation insurance, social security, and income tax withholding.
5) Prevailing Wage Requirements.
The Contractor shall comply with applicable prevailing wage requirements of the Washington State
Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC.
The Contractor shall document compliance with said requirements and shall file with the City
appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage
requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam
County, incorporated in this Contract have been established by the Department of Labor & Industries
and are included as an Attachment to this Contract. The Contractor shall also ensure that any
subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation
requirements as set forth herein.
6) Indemnification and Hold Harmless.
a) The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees,
and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including
attorney fees, arising out of or in connection with the performance of this Contract, except for injuries
and damages caused by the sole negligence of the City. It is further provided that no liability shall
attach to the City by reason of entering into this Contract, except as expressly provided herein.
b) Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,
then, in the event ofliability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence ofthe 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 Contract.
2-2
7) Insurance.
"
The Contractor shall procure, and maintain for the duration of the Contract, 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. Failure by the Contractor to maintain the insurance as required shall constitute a
material breach of contract upon which the City may, after giving five working 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, off set against
funds due the Contractor from the City.
a) Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
i)Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 0001 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide
contractual liability coverage.
ii) 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, 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 2503 11 85. 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 insured endorsement CG 20 10 11 85 or a substitute
endorsement providing equivalent coverage.
iii) Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
b) Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
i) Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and
property damage of$I,OOO,OOO per accident.
ii) Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations
aggregate limit.
c) Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile
Liability and Commercial General Liability insurance.
i) The Contractor's insurance coverage shall be primary insurance with respect to the City. Any
insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of
the Contractor's insurance and shall not contribute with it.
ii) The Contractor's insurance shall not be cancelled or reduced as to coverage by either party,
except after forty-five (45) days prior written notice by certified mail, return receipt requested, has
2-3
been given to the City.
.'
d) Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.
e) Verification of Coverage
The 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 include all subcontractors as insureds under its policies or shall furnish separate
certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all
of the same insurance requirements as stated herein for the Contractor.
8) Compliance with Laws.
a) The Contractor shall comply with all applicable federal, state, and local laws, including regulations
for licensing, certification, and operation of facilities and programs, and accreditation and licensing of
individuals, and any other standards or criteria as set forth in the Project Manual.
b) The Contractor shall pay any applicable business and permit fees and taxes which may be required for
the performance of the work.
c) The Contractor shall comply with all legal and permitting requirements as set forth in the Project
Manual.
9) Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran
status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular:
a) The parties will maintain open hiring and employment practices and will welcome applications for
employment in all positions from qualified individuals who are members of the above-stated
minorities.
b) The parties will comply strictly with all requirements of applicable federal, state or local laws or
regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements
in hiring and employment practices and assuring the service of all patrons and customers without
discrimination with respect to the above-stated minority status.
10) Assignment.
a) The Contractor shall not assign this Contract or any interest herein, nor any money due to or to
become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor
subcontract any part of the services to be performed hereunder without first obtaining the consent of
the City.
b) The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust
violations as to goods and materials purchased in connection with this Contract, except as to
overcharges resulting from antitrust violations commencing after the date of the bid or other event
establishing the price of this Contract. In addition, the Contractor warrants and represents that each
of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in
accordance with the terms of this provision. The Contractor further agrees to give the City immediate
notice of the existence of any such claim.
2-4
11 ) Contract Administration.
This Contract shall be administered by Charles T. Burkhardt on behalf of the Contractor and by
James L. Harper on behalf of the City. Any written notices required by the terms of this Contract
shall be served or mailed to the following addresses:
Contractor:
Olympic Electric Co., Inc
4230 Tumwater
Port Angeles, W A 98363
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
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.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year first set forth above.
CONTRACTOR:
CITY OF PORT ANGELES:
lY tl~r~;A~
(/t\~ 'J ~ JUV~
1J;;::o~
City Attorney
Olvmpic Electric Co., Inc.
Name of Contractor
~ 7 ~"-\
-{
~t4~~
By:
Title:
Attest:
"\
2-5
clJic
Performance and Payment Bond
(Public Work)
Home Office
1213 Valley "[recl
1'0 Box 9271
Seattle, WA 98109-0271
For the CHIC branch
neare!>t you, cull Toll Free
(888) 283-2242
(888) 293-2242 F^X
INSURANCE
Bond Number: LC 3407 Premium:
KNOW ALL PERSONS BY THESE PRESENTS, That we, Olympic Electric Co. Inc.
, called the Principal, and Contractors Bonding and Insurance Company, a Washmgton
corporation, called the Surety, are held and firmly bound unto City of Port Angeles
, called the Obligee, m the sum of
Ninty Nine Thousand Nine hundred thirty ninp ,1;,/4 r.p~~lars($99,qi9.24__)
for the payment whereof said Principal and Surety bind themselves firmly by these presents.
WHEREAS, the Principal has entered into a Contract with the Obligee dated
to perform construction work at theWiring for a street substat i on-Insta 11 npw swi tch gear
doors, complete with new elpr.tron i r. rp 1 i'lys ^' C'ontroJ s ("Contract")
NOW, THEREFORE, the conditlOn of thIS obligation is such that If the PrinCIpal shall promptly and faithfully perform
the construction work to be performed under the Contract and shall promptly make payment to all ClaImants, as
hereinafter defined, for all labor and matenal used, consumed or incorporated in the performance of the work under
the Contract, then this obligation shall be null and VOId, otherwise to remam in full force and effect
Whenever PnnCIpal shall be, and be declared by OblIgee to be m default under the Contract for fallmg to perform the
constructlOn work, the OblIgee havmg performed OblIgee's obligations thereunder, Surety shall, wlthm a reasonable
tIme:
1. Upon entering into an acceptable takeover agreement with the OblIgee, undertake to complete the
construction work to be done under the Contract, or
2 Obtam bIds or negotIated proposals from qualified contractors for completIOn of the comtructlOn wurh lu
be done under the Contract, and arrange for a contract to be prepared for executlOn by the Obligee dnd
the contractor, to be secured with a performance and payment bond executed by a qualified surety, or
3. Waive its right to perform and complete, arrange for completion, or obtain a new contractor
4. The Contract balance, as defined below, shall be credIted against the reasonable cost of completmg the
construction work to be performed under the Contract. If completed by the OblIgee pursuant to paragraphs
2 or 3 above, and the reasonable cost of completmg the constructIOn work exceeds the Contract balance,
the Surety shall pay to the OblIgee such excess, but in no event shall the aggregate lIability of the Surety
exceed the amount of this bond. If the Surety completes the work pursuant to paragraph 1 above, that
portion of the Contract balance as may be required to complete the constructIOn work to be done under
the Contract and to reimburse the Surety for its outlays shall be paId to the Surety at the times and m the
manner as said sums would have been payable to Principal had there been no default under the Contract
To the extent that the Surety's outlays exceed the Contract balance paId to Surety by OblIgee, the Surety
shall be entitled to a dollar for dollar reduction of its liabilIty under this bond, and the Surety's aggregate
lIabIlIty shall not exceed the penal sum of this bond. The term "Contract balance" as used herem shall
mean the total amount payable to OblIgee under the Contract and any amendments thereto, less the
amounts properly paid by Obligee to the Principal under the Contract. The term "constructlOn work," as
used herein shall mean the providing by the Principal of all labor and/or matenal necessary to complete
the Principal's scope of work under the Contract Notwithstandmg any language In the Contract to the
contrary, the Surety shall not be lIable to the OblIgee or others for obligatiOns of the rnnClpai thdl dll'
unrelated to the performance of the work under the Contract, and the Contract balance shall not be reduced
or set off on account of any such unrelated obligations, nor for any related obhgatlOns that would not be
covered under thiS bond.
S Any SUIt by the Obligee under this bond must be mstituted before the earlier of (a) the expiration of
one year from the date of substantial completion of the work, or (b) one year after the rrlnClpal ll:a~ed
performmg the constructIOn work under the Contract. If this bond is proVIded to comply With PUbIC work~
bond statutes in the location where the construction work is bemg performed and the public works bond
statutes contam a statute of limitations for suits on the performance bond, then the IImltatlOn penod set
forth herein shall be read out of thiS bond and the statute of limitation set forth m the publIC works bond
statutes shall be read into this bond. If the limitatlOn set forth m this bond is VOId or prohibIted by law,
the minimum period of lImitatIOn avaIlable to suretIes as a defense m the JUrISdIctIOn of the SUIt shall be
applicable.
BndperPyPuW 01-032205
6 A Claimant IS defined as one other than the Obligee having a contract with the PnnCIpal or with a dlfect
Contractor of the Pnncipal to supply labor and/or matenals and said labor and/or matenals are actually
used, consumed or incorporated in the performance of the construction work
7, The above-named Principal and Surety hereby Jointly and severally agree with the OblIgee that ever,
Claimant as herein defined who has not been paid m full before the expiratIOn of a penod of nmety (YU)
days after the date on whICh the last of such Claimant's work or labor was done or performed or matenals
were furnished by such Claimant, may bring SUIt on this bond, prosecute the SUIt to final judgment for
the amount due under Claimant's contract for the labor and/or materials supplIed by the Claimant whIch
were used, consumed or incorporated in performance of the constructlOn work, and have executIOn
thereon; provided, however, that a Claimant havlllg a direct contractual relatIOnshIp With d Cuntrdllur uj
the Principal shall have a right of actIOn on this bond only If said Claimant notifies the Surety m wrItmg
of its claim within ninety (90) days from the date on which said Claimant did or performed the last labor
and/or matenals for which the claim is made. The Obligee shall not be liable for the payment of any costs
or expenses of any such suit.
8. No suit or action shall be commenced hereunder by any Claimant after the explIatlOn of one years after
the day on which the Claimant last supplied the labor and/or matenals for which the claim IS made
or (b) the hmltation period set forth in the public work bond statutes If any, m the locatIOn where the
construction work IS being preformed. Any limitatIOn contained in this bond, whICh IS prohibited by any
law controlhng in the state where the suit IS filed, shall be deemed to be amended so as to be equal to the
mimmum penod of limitation permitted by the law of that state.
9 No suit or action shall be commenced hereunder by the Obligee or any Claimant other than III a state court
of competent junsdiction in the county or other pohtical subdivislOn of the state m which the project, or
any part thereof, is situated, or in the United States District Court for the distnct in which the project, or
any part thereof, IS situated, and not elsewhere.
10 The amount of this bond shall be reduced by and to the extent of any payment or payments made by
Surety m good faith hereunder whether made directly to Obligee or Clalmant(s) or otherWise in discharge
of Principal's obligations The Surety's liability hereunder to the OblIgee and all Claimants is limited, smgly,
or in the aggregate, to the penal sum of the bond set forth herem. The Surety may, at ItS optIOn, dIscharge
all obhgations under this bond by mterpleading mto the registry of any court of competent lumdllllun
of the full unused penal sum of thiS bond, or such portion thereof that Will satisfy the obiIgatlOm uwed
to the Obhgee and/or the Clalmant(s). No right of action shall accrue on thiS bond to any person or entIty
other than the Obligee and/or the Claimant(s). The bond shall not be liable for any lIabIlIty of PnnClpal
for tortious acts, whether or not said liability IS direct or is Imposed by the Contract, and shall not serve
as or be a substItute for or supplemental to any liabilIty or other insurance reqUIred by the Contract
11. If this bond is provided to comply With a statutory or other legal requirement for performmg constructIOn
contracts for public owners in the locatIOn where the constructlOn work IS bemg performed, all provISIons
in the bond are in addition to or differ from those statutory or legal requirements shall be read out of thIS
bond, and all pertinent statutes and other legal requirements shall be read into the bond,
Signed and sealed this 11 th
day of May
2006
Olympic Electric Co. INC.
(PnnClpal's Name)
CONTRACTORS BONDING
AND INSURANCE COMPANY
BY'
Ll/')
(
fl/f, t-,,~
1.4
By:J~J~ ~ ~y--
Wendy Z..D<:tile'y< .Attorney-m-taPt
~
" _1
,....'
Its:
,
. .'
1
'/ .
",' )
( ,
",'
,1 ~, \...
flndPerPyl'uW () ].() ;22(1,
ale
ZNSURANCE.
- '
LIMITED POWER O-F ATTORNEY
Not Valid foJ;' Bonds
Executed On or After: DECEMBER 31ST, 2006
Power of Attorney
Number:99300S
Only ~n unaltered original of this Power of Attorney document is valid. A valid original Qfthis document is printed on gray,
seeunty paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company")
The origmal document contains a watermark with the letters "cbic~' embedded in the paper rather than printed upon it. The
watermark appears ill the blank space beneath the words "Limited Power of Attorney" at the top of the document and is
visible when the document is held to the light. This document is valid solely in connection with the executiOn and delivery of
the bond bearing the number indicafed below, ,and provided also that the bond is of the type mdicated below. This document
is valid only iithe bond IS executerlQU or before the date mdicatedabove.
KNOW ALL MEN BY THESE PRESENTS, that the company does hereby make, constitute
and appoint the following~ BRIAN A. EDGREN, JOHN J O'BINGER, GER.A.LD C. MAYER,
RICHARD G. HECKER, 'l'ODD M. LEMMON and WENDY F. DAILEY its ,true and lawful
Attorney{s)-in-Fact, with full power and authority hereby conferred i~ its
name, place and stead, to ~eeute, acknowledge ~nd deliver on behalf of the
Company: (1) any and all bonds and undertakings of au~etyship given fo~ any
purpose, provided, however, that no such person shall be authorized to egecute
and delive~ any'bond or unde~taking that shal1 obligate the company for any
po~tion of. the penal sum thereof in exees,s of $10,000,000, and.pro~ided,.
further, that no Attorney-in-Fact shall have the authority, to 1ssue a bid or
proposal bond for any project where, if a contract is awarded, any bond or
undertaking would be required with penal sum in egcess of $10,000,000; and (2)
consents, releases and other similar documents required by an obligee under a
_contract bonded by the Company. This apPoi~tment is made under the authority of
the Board of Directors of the Company.-----------------~--~--~~----------------
-------------------------------------------------------------------------------
--------~-------------------------------------------------~--------------------
---------------------------------------~---------------------------------------
~-------------~--~-----~-------------~-----------~------------~----------------
---------------------------~---------------------------~-_.----~---------------
----------------------~------------------~----~-------~-------------------------
CERTIFICATE
I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington.
corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect apd
has' not been revoked, and, futhermore, that the resolutions, of the Board of Directors set forth on the
reverse are now in full force and effect.
BondNumber LC'3407
Signed and sealed this 11 th-
day of Hay
~~
R. Kitk Eland, Secretary
2006
~
CBIC . 1213 Valley Street. P.O. Box 9271 . Seattle, WA 98109~0271
(206) 622-7053,. (800) 7Q5-CB1C (Toll Free) . (800) 950-1558 (FAX)
l'oaLPOA.01-tJS051!04
PART 3
SPECIAL PROVISIONS
SPECIAL PROVISIONS
CHANGES IN WORK
The City may, dUring the progress of this proJect, make changes in, additions to, or
subtractions from the construction drawings and specifications as conditions warrant;
provided, however, that if the cost to the Contractor shall be materially Increased by any such
change, the City shall pay the Contractor for the reasonable cost thereof. No claim for
additional compensation for any such change will be considered unless the Contractor shall
have made a written request therefore to the City prior to the commencement of work in
connection with such change.
If the cost to the Contractor shall be materially decreased by any such change or subtraction,
the City shall deduct an appropriate amount in accordance with an agreement signed by the
City and the Contractor.
II GUARANTEES
The Contractor shall guarantee all materials and equipment furnished and work performed for
a period of one (1) year from the date of substantial completion. The Contractor shall warrant
and guarantee for a period of one (1) year from the date of substantial completion of the
system that the completed system is free from all defects due to faulty materials or
workmanship, and Contractor shall promptly make such corrections as may be necessary by
reason of such defects including the repairs of any damage to other parts of the system
resulting from such defects. The City will give notice of observed defects with reasonable
promptness. In the event that the Contractor should fall to make such repairs, adjustments,
or other work that may be made necessary by such defects, the City may do so and charge
the Contractor the cost thereby incurred. The Performance Bond shall remain in full force
and effect through the guarantee period.
III PERFORMANCE BOND
The Contractor shall provide an executed performance bond for the full contract amount.
This performance bond shall.
A Be on a City-furnished form,
B Be signed by an approved surety (or sureties) that:
1. Is registered With the Washington State Insurance CommisSioner, and
2 Appears on the current AuthOrized Insurance List In the State of Washington
published by the Office of the Insurance Commissioner,
C Be conditioned upon the faithful performance of the contract by the Contractor within the
prescribed time; and
D Guarantee that the surety shall Indemnify, defend, and protect the City against any claim
of direct or indirect loss resulting from the failure.
1 Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, and
3-1
2. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, material person, or any other person who provides
supplies or provisions for carrying out the work.
The City may require sureties or surety companies on the performance bond to appear and
qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it
may, upon written demand, require the Contractor to furnish additional surety to cover any
remaining work. Until the added surety is furnished, payments on the contract will stop.
IV LIQUIDATED DAMAGES:
The City finds it impractical to calculate the actual cost of delays. Therefore, it has adopted
the following formula to calculate liquidated damages for failure to complete the physical work
of a contract on time.
Accordingly, the Contractor agrees:
A. To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for physical completion, and
B. To authorize the City to deduct these liquidated damages from any money due or coming
to the Contractor.
LIQUIDATED DAMAGES FORMULA
LD = O.l5C/T
Where: LD = liquidated damages per working
day (rounded to the nearest dollar)
C = original contract amount
T = original time for physical completion.
When the contract work has progressed to the extent that the City has full and unrestricted
use and benefit of the circuit switchers and electronic relays, both from the operational and
safety standpoint, and only minor incidental work, replacement of temporary substitute
facilities, or correction or repair remains to physically complete the total contract, the City may
determine the contract work is substantially complete. The City will notify the Contractor in
writing of the substantial completion date. For overruns In contract time occurring after the
date so established, the formula for liquidated damages shown above will not apply.
For overruns in contract time occurring after the substantial completion date, liquidated damages
shall be assessed on the basis of direct engineering and related costs assignable to the
project until the actual physical completion date of all the contract work. The Contractor shall
complete the remaining work as promptly as possible. Upon request by City Representative,
the Contractor shall furnish a written schedule for completing the physical work on the
contract
3-2
ATTACHMENT A
WASHINGTON STATE PREVAILING WAGE RATES
FOR CLALLAM COUNTY
(
A-3
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902-5335
PO Box 44540, Olympia, WA 98504-4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate offringe benefits
On public works projects, workers' wage and benefit rates must add to not less than this total. A brief
description of overtime calculation requirements IS provided on the Benefit Code Key
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
Classification
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL
BOILERMAKERS
JOURNEY LEVEL
BRICK AND MARBLE MASONS
JOURNEY LEVEL
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
CARPENTERS
ACOUSTICAL WORKER
BRIDGE, DOCK AND WARF CARPENTERS
CARPENTER
CREOSOTED MATERIAL
DRYWALL APPLICATOR
FLOOR FINISHER
FLOOR LAYER
FLOOR SANDER
MILLWRIGHT AND MACHINE ERECTORS
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
SAWFILER
SHINGLER
STATIONARY POWER SAW OPERATOR
STATIONARY WOODWORKING TOOLS
CEMENT MASONS
JOURNEY LEVEL
DIVERS & TENDERS
DIVER
DIVER TENDER
DREDGE WORKERS
ASSISTANT ENGINEER
ASSISTANT MATE (DECKHAND)
BOATMEN
ENGINEER WELDER
LEVERMAN, HYDRAULIC
MAINTENANCE
MATES
OILER
DRYWALL TAPERS
JOURNEY LEVEL
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL
Page 1
PREVAILING
WAGE
$33 46
$46.32
$4117
$1467
$40 23
$40.07
$40 07
$40 17
$40 22
$40.20
$40.20
$40 20
$41 07
$40 27
$40.20
$40 20
$40.20
$40 20
$33 46
$8319
$39.51
$40.77
$40 28
$4077
$40 82
$42 34
$40 28
$4077
$40 40
$40 29
$937
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1N 5D
1C 5N
1M 5A
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1M 5D
1N 5D
1M 5D 8A
1M 5D
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1E 5P
CLALLAM COUNTY
EffectIve 03-03-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ELECTRICIANS - INSIDE
CABLE SPLICER $50.60 10 5A
CABLE SPLICER (TUNNEL) $54.40 ' 10 5A
CERTIFIED WELDER $48 88 10 5A
CERTIFIED WELDER (TUNNEL) $52 50 1D 5A
CONSTRUCTION STOCK PERSON $26.72 10 5A
JOURNEY LEVEL $47.15 10 5A
JOURNEY LEVEL (TUNNEL) $50.60 10 5A
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $1537 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $52.38 4A 5A
CERTIFIED LINE WELDER $47.88 4A 5A
GROUNDPERSON $34.87 4A 5A
HEAD GROUNDPERSON $36.75 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A
JACKHAMMER OPERATOR $36.75 4A 5A
JOURNEY LEVEL L1NEPERSON $47.88 4A 5A
LINE EQUIPMENT OPERATOR $40.87 4A 5A
POLE SPRAYER $47 88 4A 5A
POWDERPERSON $36 75 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $55.22 4A 6Q
MECHANIC IN CHARGE $60 60 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50
FENCE ERECTORS
FENCE ERECTOR $1380
FENCE LABORER $11 60
FLAGGERS
JOURNEY LEVEL $28.78 1N 5D
GLAZIERS
JOURNEY LEVEL $41.15 1H 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
MECHANIC $43 68 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $1600
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $33 94 1N 5D
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07
INLAND BOATMEN
CAPTAIN $36 83 1K 5B
COOK $31 21 1K 5B
DECKHAND $30.58 1K 5B
ENGINEER/DECKHAND $33.25 1K 5B
MATE. LAUNCH OPERATOR $34.87 1K 5B
Page 2
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
Classification
INSPECTION/CLEANING/SEALING OF SEWER & WATER
SYSTEMS BY REMOTE CONTROL
CLEANER OPERATOR, FOAMER OPERATOR
GROUT TRUCK OPERATOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERATOR
INSULATION APPLICATORS
JOURNEY LEVEL
IRONWORKERS
JOURNEY LEVEL
LABORERS
ASPHALT RAKER
BALLAST REGULATOR MACHINE
BATCH WEIGHMAN
BRUSH CUTTER
BRUSH HOG FEEDER
BURNERS
CARPENTER TENDER
CASSION WORKER
CEMENT DUMPER/PAVING
CEMENT FINISHER TENDER
CHANGE-HOUSE MAN OR DRY SHACKMAN
CHIPPING GUN (OVER 30 LBS)
CHIPPING GUN (UNDER 30 LBS)
CHOKER SETTER
CHUCK TENDER
CLEAN-UP LABORER
CONCRETE DUMPER/CHUTE OPERATOR
CONCRETE FORM STRIPPER
CONCRETE SAW OPERATOR
CRUSHER FEEDER
CURING LABORER
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED
DITCH DIGGER
DIVER
DRILL OPERATOR (HYDRAULIC, DIAMOND)
DRILL OPERATOR, AIRTRAC
DUMPMAN
EPOXY TECHNICIAN
EROSION CONTROL WORKER
FALLER/BUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (I.e., dustrng, vacuuming, window cleaning; NOT
construction debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GAB ION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$9.73
$11.48
$12.78
$763
$1053
$20 50
$44 61
$33 94
$33.46
$28 78
$33 46
$33 46
$33.46
$33.46
$34.30
$33.94
$33.46
$33.46
$33.94
$33 46
$33 46
$33 46
$33.46
$33.94
$33 46
$33.94
$28.78
$33 46
$33 46
$33 46
$34.30
$33 94
$34 30
$33 46
$33.46
$33 46
$33 94
$26 46
$33.46
$28.78
$33.46
$33 46
$33 46
$33.94
$33 46
$33 46
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
10 5A
1N 50
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 50
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 50
1N 50
1N 50
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
Classification
GUARDRAIL ERECTOR
HAZARDOUS WASTE WORKER LEVEL A
HAZARDOUS WASTE WORKER LEVEL B
HAZARDOUS WASTE WORKER LEVEL C
HIGH SCALER
HOD CARRIERlMORTARMAN
JACKHAMMER
LASER BEAM OPERATOR
MANHOLE BUILDER-MUDMAN
MATERIAL YARDMAN
MINER
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST,
GUNITE, SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
PILOT CAR
PIPE POT TENDER
PIPE RELlNER (NOT INSERT TYPE)
PIPELA YER & CAULKER
PIPELA YER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDERMAN
POWDERMAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
RODDER
SCAFFOLD ERECTOR
SCALE PERSON
SIGNALMAN
SLOPER (OVER 20")
SLOPER SPRA YMAN
SPREADER (CLARY POWER OR SIMILAR TYPES)
SPREADER (CONCRETE)
STAKE HOPPER
STOCKPILER
TAMPER & SIMILAR ELECTRIC, AIR & GAS
TAMPER (MULTIPLE & SELF PROPELLED)
TOOLROOM MAN (AT JOB SITE)
TOPPER-TAILER
TRACK LABORER
TRACK LINER (POWER)
TRUCK SPOTTER
TUGGER OPERATOR
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
VIBRATOR
VINYL SEAMER
WELDER
WELL-POINT LABORER
Page 4
PREVAILING
WAGE
$33 46
$34.30
$33.94
$33 46
$34 30
$33 94
$33.94
$33.94
$33 94
$33 46
$34.30
$33.94
$33 94
$28.78
$33.94
$33.94
$33.94
$34 30
$33 94
$33.46
$34 30
$33.46
$33 94
$33 94
$34.30
$33.46
$33 94
$33 46
$33.46
$33 46
$33 94
$33 46
$33.94
$33.94
$33 46
$33.46
$33.94
$33 94
$33.46
$33 46
$33 46
$33 94
$33 46
$33 94
$33 46
$33 94
$33 46
$33.46
$33 94
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $33.46 1N 50
PIPE LAYER $33.94 1N 5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81
LANDSCAPING OR PLANTING LABORERS $7.93
LATHERS
JOURNEY LEVEL $40.22 1M 50
METAL FABRICATION (IN SHOP)
FITTERlWELDER $15.16
LABORER $11.13
MACHINE OPERATOR $10.66
PAINTER $11 41
PAINTERS
JOURNEY LEVEL $32 63 2B 5A
PLASTERERS
JOURNEY LEVEL $25.83
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7.93
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL $53.39 1G 5A
POWER EQUIPMENT OPERATORS
ASSISTANT ENGINEERS $38.42 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $41 12 1T 50 8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $41.59 1T 5D 8L
BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH $42.13 1T 50 8L
BACKHOES, (75 HP & UNDER) $40 71 1T 50 8L
BACKHOES, (OVER 75 HP) $41.12 1T 50 8L
BARRIER MACHINE (ZIPPER) $41 12 1T 5D 8L
BATCH PLANT OPERATOR, CONCRETE $41.12 1T 50 8L
BELT LOADERS (ELEVATING TYPE) $40.71 1T 50 8L
BOBCAT (SKID STEER) $38 42 1T 5D 8L
BROOMS $38.42 1T 5D 8L
BUMP CUTTER $41.12 1T 50 8L
CABLEWA YS $41.59 1T 50 8L
CHIPPER $41.12 1T 50 8L
COMPRESSORS $38 42 1T 50 8L
CONCRETE FINISH MACHINE - LASER SCREED $38 42 1T 50 8L
CONCRETE PUMPS $40.71 1T 50 8L
CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 5D 8L
CONVEYORS $4071 1T 50 8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS $40 71 1T 50 8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 50 8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $41.59 1T 50 8L
JIB WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $42 13 1T 5D 8L
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42 68 1T 5D 8L
WITH ATTACHMENTS)
CRANES, A-FRAME, 10 TON AND UNDER $38 42 1T 50 8L
CRANES, A-FRAME, OVER 10 TON $40.71 1T 50 8L
Page 5
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $43 22 1T 50 8L
ATTACHMENTS
CRANES, OVERHEAD, BRIOGE TYPE ( 20 - 44 TONS) $41 12 1T 50 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $41 59 1T 5D 8L
CRANES, OVERHEAD, BRIOGE TYPE (100 TONS & OVER) $42.13 1T 50 8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $42 13 1T 50 8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $42.68 1T 50 8L
CRUSHERS $41.12 1T 50 8L
DECK ENGINEER/DECK WINCHES (POWER) $41.12 1T 50 8L
DERRICK, BUILOING $41 59 1T 50 8L
DOZERS, 0-9 & UNDER $40 71 1T 50 8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40 71 1T 50 8L
DRILLING MACHINE $41 12 1T 50 8L
ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $38 42 1T 50 8L
EQUIPMENT SERVICE ENGINEER (OILER) $40 71 1T 50 8L
FINISHING MACHINE/BIDWELL GAMACO ANO SIMILAR EQUIP $41.12 1T 50 8L
FORK LIFTS, (3000 LBS AND OVER) $4071 1T 50 8L
FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 50 8L
GRAOE ENGINEER $40.71 1T 50 8L
GRADECHECKER ANO STAKEMAN $38.42 1T 50 8L
GUARDRAIL PUNCH $41.12 1T 50 8L
HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $40 71 1T 50 8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 1T 50 8L
HORIZONT AUDIRECTIONAL ORILL OPERATOR $41.12 1T 50 8L
HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $38.42 1T 50 8L
HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $40.71 1T 50 8L
LOADERS, OVERHEAD (6 YO UP TO 8 YD) $41 59 1T 50 8L
LOADERS, OVERHEAO (8 YD & OVER) $42.13 1T 50 8L
LOADERS, OVERHEAD (UNOER 6 YO), PLANT FEED $41.12 1T 50 8L
LOCOMOTIVES, ALL $41.12 1T 50 8L
MECHANICS, ALL $41 59 1T 50 8L
MIXERS, ASPHALT PLANT $4112 1T 50 8L
MOTOR PATROL GRADER (FINISHING) $41 12 1T 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $4071 1T 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $41.59 1T 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEOING $38.42 1T 50 8L
OPERATOR
PAVEMENT BREAKER $38 42 1T 50 8L
PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 50 8L
PLANT OILER (ASPHALT, CRUSHER) $4071 1T 50 8L
POSTHOLE DIGGER, MECHANICAL $38.42 1T 50 8L
POWER PLANT $38 42 1T 50 8L
PUMPS, WATER $38 42 1T 50 8L
QUAD 9, D-10, AND HD-41 $41 59 1T 50 8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 1T 50 8L
EQUIP
RIGGER AND BELLMAN $38 42 1T 50 8L
ROLLAGON $41 59 1T 50 8L
ROLLER, OTHER THAN PLANT ROAD MIX $38 42 1T 50 8L
ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $4071 1T 50 8L
ROTO-MILL, ROTO-GRINDER $41 12 1T 50 8L
SAWS, CONCRETE $40 71 1T 50 8L
Page 6
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
Classification
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YO)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YO AND OVER)
SCRAPERS, CONCRETE AND CARRY ALL
SCREED MAN
SHOTCRETE GUNITE
SLlPFORM PAVERS
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
SUBGRADE TRIMMER
TOWER BUCKET ELEVATORS
TRACTORS, (75 HP & UNDER)
TRACTORS, (OVER 75 HP)
TRANSFER MATERIAL SERVICE MACHINE
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
TRENCHING MACHINES
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS,FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER &
(SEE POWER EQUIPMENT OPERATORS)
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
SPRAY PERSON
TREE EQUIPMENT OPERATOR
TREE TRIMMER
TREE TRIMMER GROUNDPERSON
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL
RESIDENTIAL CARPENTERS
JOURNEY LEVEL
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL
RESIDENTIAL GLAZIERS
JOURNEY LEVEL
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL
RESIDENTIAL LABORERS
JOURNEY LEVEL
RESIDENTIAL PAINTERS
JOURNEY LEVEL
RESIDENTIAL PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
Page 7
PREVAILING
WAGE
$41.12
$41.59
$40.71
$41.12
$38 42
$41 59
$41.12
$41.12
$40.71
$40.71
$41.12
$41.12
$41.59
$40.71
$40.71
$41 12
$41.12
$38.42
$41.12
$34 75
$33.00
$33 43
$31.10
$23.43
$27.68
$4117
$17.85
$25.63
$1800
$27.78
$1684
$986
$18.08
$15.97
$1460
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
4A SA
4A SA
4A SA
4A SA
4A SA
1M
SA
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL $51 01 1G 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $31 02 1E 6L
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL $10.88
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
ROOFERS
JOURNEY LEVEL $34.53 1R 5A
USING IRRITABLE BITUMINOUS MATERIALS $37 53 1R 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $48 22 1E 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $1929
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $1215
SOFT FLOOR LAYERS
JOURNEY LEVEL $33.04 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOtJRNEY LEVEL $10.31 1B 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $1967
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23
SURVEYORS
CHAIN PERSON $9.35
INSTRUMENT PERSON $11 40
PARTY CHIEF $13.40
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $28.24 10 5A
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $28.92 2B 5A
HOLE DIGGER/GROUND PERSON $1622 2B 5A
INSTALLER (REPAIRER) $27.74 2B 5A
JOURNEY LEVEL TELEPHONE L1NEPERSON $26.90 2B 5A
SPECIAL APPARATUS INSTALLER I $28.92 2B 5A
SPECIAL APPARATUS INSTALLER \I $28.34 2B 5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28 92 2B 5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26 90 2B 5A
TELEVISION GROUND PERSON $15.39 2B 5A
TELEVISION L1NEPERSONIINSTALLER $20.45 2B 5A
TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A
TELEVISION TECHNICIAN $21 88 2B 5A
TREE TRIMMER $26 90 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $38 43 1B 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $32 26 1B 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $33 40 1K 5A
Page 8
CLALLAM COUNTY
Effective 03-03-06
*****************************************************************************************************************
Classification
TRUCK DRIVERS
ASPHALT MIX ( TO 16 YARDS)
ASPHALT MIX (OVER 16 YARDS)
DUMP TRUCK
DUMP TRUCK & TRAILER
OTHER TRUCKS
TRANSIT MIXER
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
OILER
WELL DRILLER
PREVAILING
WAGE
(See Benefit Code Key)
Over
Time
Code
Holiday
Code
Note
Code
$37.94
$38.52
$20.23
$20 23
$38 52
$23 73
$11 60
$9.45
$11 60
5D
5D
8L
8L
1T
1T
1
1
1T
1
5D
8L
Page 9
ATTACHMENTB
CONSTRUCTION CHANGE ORDER PROCEDURES
PUBLIC WORKS DEPARTMENT - POLICY AND PROCEDURES
CHANGE ORDERS ON
CONSTRUCTION CONTRACTS
PW-404
1.0
PURPOSE:
1.1
1.2
1.3
To provide instructions to field inspectors and office personnel on procedures for contract change
orders.
To improve record keeping on construction projects.
To provide a uniform method for contract change orders
2.0 ORGANIZA TIONS AFFECTED:
2.1 Public Works Engineering staff
2.2 Engineers and Architects on City managed construction projects
3.0
POLICY:
3.1
3.2
All revisions, clarifications, field requests and field authorizations for construction contracts shall
be documented using the "REQUEST FOR INFORMATION" form.
All change orders to contracts shall be approved in accordance with City Council Resolution
No.7-0.
Change Order authorization by the Director of Public Works & Utilities and the City Manager
shall not exceed their statutory limits of$5,000 and $15,000 respectively. When it is anticipated
their authority will be exceeded, approval shall be obtained from the next higher authority.
3.3
4.0 DEFINITIONS:
4.1 RFI:
4.2 CCO:
Request for Information.
Construction Change Order
5.0 PROCEDURES:
5.1 A construction contract change order may be initiated by the Contractor, City inspector, or
Architect/Engineer by using the RFI form, PW-404_02.
5.2 The person completing the form shall fill in all areas of the form and sign the request.
5.3 The paperwork flow on the change order shall proceed as shown on the attached diagram, PW-
404 03.
5.4 The change order form is PW-404_04.
6.0 APPENDIX:
6.1 The "RFI" Form ...............................................................................................PW-404_02 [12/01]
6.2 Procedure flow for Change Orders...................................................................PW-404_03 [12/01]
6.3 Change Order Form..........................................................................................PW-404_04 [12/01]
6.4 RFI Request Log ..............................................................................................PW-404_05 [12/01]
6.5 Resolution 7-01 authorizing approval of Change Orders
B~I
City of Port Angeles
321 East Fifth St.
P.O. Box 1150
Port Angeles, W A 98362
REQUEST FOR INFORMATION
No.
PH. 360417-4700 FAX. 360417-4709
TITLE:
DATE:
PROJECT:
JOB:
TO:
requested By'
Signed:
Date:
B-2
CONTRACT CHANGE ORDER (CCO) NO.
Project Name Electric Rebuild "A" Street Substation
Date:
Contractor
Project No. 04-15
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change Order:
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ ] Decrease in
bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds
and/or deletes bid items as follows:
Item
No
DescnptlOn
RFI#
Qty.
Unit
*$ Cost Per Urnt
*$ Cost
*Net $ Cost
AdJ
Days
Orig
Rev
Ong
2
Rev
* CURRENT
CONTRACT
* EST NET CHANGE
THIS CHANGE ORDER
TOTAL CHANGE ORDERS,
INCLUDING THIS ONE
*EST. CONTRACT AFTER
THIS CHANGE ORDER
DAYS:
DAYS:
DAYS:
DAYS:
DAYS:
* Sales Tax not included
All work, materials and measurements to be m accordance wIth the prOVISions of the ongmal contract and/or the standard specificatIOns and speCial
provISIons for the type of constructIOn mvolved The payments and/or additIOnal tIme specified and agreed to m thiS order mclude every claim by the
Contractor for any extra payment or extension of lime wIth respect to the work descnbed herem, mcludmg delays to the overall project
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROV AL DATE
N/A
B-3
DCVR REQUEST LOG
PROJECT: Electric Rebuild - "A" Street Substation
PROJECT NUMBER:04-16
NO. ORIG. DATE DESCRIPTION COST DATE DATE R REMARKS
ORlG. Y/N REC'D REPLY E
REC'D P
L
Y
\
PW-404_05 [10/95)
B-4
ATTACHMENT C
CONTRACTOR APPLICATION FOR PAYMENT
CONTRACTOR'S APPLICAtiON FOR PAYMENT
TO: City of Port Angeles FROM: Olympic Electric Co , Inc.
Public Works & Utilities Department 4230 Tumwater
P.O. Box 1150
Port Angeles, WA 98362 Port Angeles, WA 98363
DATE: PROJECT NAME: Electric Rebuild "A" Street Substation
PAYMENT REQUEST NO. PROJECT NUMBER: 04-16
PERIOD From: to.
STATEMENT OF CONTRACT ACCOUNT
Contract Amount Thru Approved Change Order No _ $
[Excluding Sales Tax]
1
Work Completed to Date [per attached continuation sheets] $
2
Sales Tax (Port Angeles IS 8.3% of [2]) $
3
Amount Retained (5% of [2])** $
4
Subtotal ([2]+[3]-[4]) $
5
Total Previously Paid [Deduction] $
6
AMOUNT DUE THIS REQUEST ([5]-[6]) $
7
*correspond to column letters shown on the continuation sheet.
C-I
CONTRACTOR'S APPLICATION FOR PAYMENT
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 represents 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.
I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods
covered by previous payment received by the Applicant to (I) all lower-tire 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: Olympic Electric Co., IDe
SIGNATURE:
PRINTED NAME AND TITLE:
day of
,2006.
SUBSCRIBED AND SWORN to before me this
Notary Public in and for the State of
residing at
My appointment expires
APPROV AL:
Project Manager
Date
City Engineer
Date
Director
Date
PW-402.13 [rev. 1101]
c- 1-2
ELECTRIC REBUILD "A" STREET SUBSTATION
PROJECT 04-16
No. BID ITEM COST PERCENT COST INVOICE INVOICE COST COST CONTRACT
CONTRACTED COMPLETE WORK NUMBER NUMBER PREVIOUS THIS INVOICE REMAINING
ITEM TO DATE APPLICATIONS
1 Provide and install new switchgear doors
complete with new electronic relays and
controls and wiring changes per
speCIficatIon.
2 Provide and install new AC and DC
panel-boards complete with Circuit
breakers and required wiring changes as
shown on the drawinas.
Subtotal
Sales Tax (8 3%)
Total Cost
Company Name.
Authorized Signature.
C-3
A TT ACHMENT D
CONSTRUCTION SPECIFICATIONS
,-
c- 1-3
CITY OF PORT ANGELES, WASHINGTON
PUBLIC WORKS AND UTILITIES DEPARTMENT
SPECIFICATIONS AND DRAWINGS
for the construction of the
/I A" STREET SUBSTATION
PROTECTIVE RELAY REPLACEMENT PROJECT
****
Vancouver, Washington
March 2005
TRIAXIS ENGINEERING, INC.
I tXPiAES 9 -~-ZOO~ )
Copyright TRIAXIS ENGINEERING, INC. 2005
Project No. Y4336
Copy No.
CONTENTS
SPECIFICATIONS
Section.................................................................................................................... Pages
Construction Work Plan ....... ........ ................ ........ ...................................... .............. D- 3
ELECTRICAL
General Requirements for Electric Utility Construction Projects ............................. D4 - D9
Substation Material............ ........... ...... ....... .............. ............ ................. ........ ..... ....... D 1 0 - D 11
Substation Conduit ............. ...... .......... ......... ............. ....................... .......... .......... ...... D 12 - D 13
Substation Relay & Control Switchboard Panels...................................................... D 14 - D 18
Substation Acceptance Testing ............ ...... ........ ............. ............... ..................... ...... D 19 - D22
D-2
"A" Street Substation Relay Replacement Project
Construction Work Plan
GENERAL OVERVIEW
The project consists of removing the existing main and feeder breaker protective relays and panels,
fabricating new panels to replace existing panels, and installing and connecting the new relays and
panels. The Contractor will also provide relay setting and testing services for the protective relays and
all other installed equipment.
The Contractor shall install a manual station service power transfer switch as directed by Owner and
reconnect the existing station service to be the normal source to the transfer switch. The transfer switch
load connection is to be connected to the new AC panel. The Contractor will connect Owner-installed
alternate-source conduit to the transfer switch.
The Contractor shall install new AC and DC load centers and breakers as indicated in the drawings and
as directed by Owner. The Contractor shall remove the existing battery charger and install it on the
wall at right of the battery bank, below the undervoltage relay as directed by the Owner.
REMOVALS
The Contractor will remove equipment as marked on the construction drawings. Major items are the
existing feeder and main relay panels. All unused wiring shall be removed unless otherwise directed by
Owner. No abandoned wiring shall be left in place unless directed by Owner. All removed equipment
will be delivered to the Owner.
CHANGES REQUIRED IN EXISTING CONTROL HOUSE
The Contractor will supply, install and make functional new switchgear panel/door for the main
breaker protection relay, controls and devices per the construction drawings.
The Contractor will supply new, complete, feeder relay control panels and install them as required to
make a functioning control system and as shown on the drawings.
The Contractor will provide, install and connect a 100A 120/240V AC manual station service power
transfer switch, new DC load center, and new 100A AC load center.
DOCUMENTATION
The Contractor will be required to work with the Engineer and produce "As Built" drawings
acceptable to the Owner and Engineer.
The Contractor will supply two (2) sets of Instruction and Maintenance Manuals for all relay models
and all control devices supplied by the Contractor.
TESTING
The Contractor shall test relays, control circuits, and wiring; provide injection testing to verify all CT
and PT wiring is correct; and install relay settings and test accordingly. See the Testing Specification
for details.
D-3
GENERAL REQUIREMENTS
FOR ELECTRIC UTILITY CONSTRUCTION PROJECTSP ART 1 SITE CONDITIONS
I. PART 1 SITE CONDITIONS
A. SITE INVESTIGATION AND REPRESENTATION
1. The CONTRACTOR acknowledges that they have satisfied themselves as to the
nature and location of the work, the general and local conditions, particularly those
bearing upon availability of transportation, access to the site, disposal, handling and
storage of materials, availability oflabor, water, electric power, roads, and uncertainties
of weather, water levels, or similar physical conditions at the site, the conformation and
conditions of the ground, the character of equipment and facilities needed preliminary
to and during the prosecution of the work, and all other matters which can in any way
affect the work or the cost thereof under this Contract.
2. The CONTRACTOR further acknowledges that he has satisfied himself as to the
character, quality, and quantity of surface and subsurface materials to be encountered
from his inspection of the site and from reviewing any available records of exploratory
work furnished by the OWNER or included in these Documents. Failure by the
CONTRACTOR to acquaint himself with the physical conditions of the site and all the
available information will not relieve him from responsibility for properly estimating
the difficulty or cost of successfully performing the work.
3. The CONTRACTOR warrants that as a result of his examination and investigation
of all the aforesaid data that he can perform the work in a good and workmanlike
manner and to the satisfaction of the OWNER. The OWNER assumes no responsibility
for any representations made by any of its officers or agents during or prior to the
execution of this Contract, unless (1) such representations are expressly stated in the
Contract, and (2) the Contract expressly provides that the responsibility therefor is
assumed by the OWNER.
B. CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE
1. Where the CONTRACTOR's operations could cause damage or inconvenience to
telegraph, telephone, television, power, oil, gas, water, sewer, or other systems, the
operations shall be suspended until all arrangements necessary for the protection of
these utilities and services have been made by the CONTRACTOR.
2. Notify all utility offices which are affected by the construction operation at least
48 hours in advance. Under no circumstances expose any underground utility without
first obtaining permission from the appropriate agency. Once permission has been
granted, locate, expose, and provide temporary support for all existing underground
utilities.
3. The CONTRACTOR shall be solely and directly responsible to the OWNER and
operators of such properties for any damage, injury, expense, loss, inconvenience,
delay, suits, actions, or claims of any character brought because of any injuries or
damage which may result from the construction operations under this Contract.
4. Neither the OWNER nor its officers or agents shall be responsible to the
CONTRACTOR for damages as a result of the location of underground utilities being
other than that shown on the Drawings, for the existence of underground utilities not
shown on the Drawings, or the CONTRACTOR's failure to protect utilities encountered
D-4
in the work.
5. In the event of interruption to domestic water, sewer, storm drain, or other utility
services as a result of accidental breakage due to construction operations, promptly
notify the proper authority. Cooperate with said authority in restoration of service as
promptly as possible and bear all costs of repair. In no case shall interruption of any
water or utility service be allowed to exist outside working hours unless prior approval
is granted.
6. The CONTRACTOR shall replace, at his own expense, any and all existing utilities
or structures removed or damaged during construction, unless otherwise provided for in
these Contract Documents or ordered by the OWNER.
C. INTERFERING FACILITIES
1. Take necessary precautions to prevent damage to existing facilities or structures
whether on the surface, aboveground, or underground. An attempt has been made to
show major facilities and structures on the Drawings. While the information has been
compiled from the best available sources, its completeness and accuracy cannot be
guaranteed, and it is presented simply as a guide to possible difficulties.
2. Where existing buildings, poles, or any other structure must be removed in order to
properly carry out the construction, or are damaged during construction, restore to their
original condition to the satisfaction of the property owner involved at the
CONTRACTOR's own expense. Notify the OWNER of any damaged underground
structure, and make repairs or replacements before backfilling.
II. PART 2 TEMPORARY CONSTRUCTION UTILITIES AND FACILITIES
A. TEMPORARYWATER
1. The CONTRACTOR shall make his own arrangements to obtain suitable water and
shall pay all costs.
B. TEMPORARY ELECTRIC POWER
1. Subject to the OWNER's approval, temporary electric power for use during
construction may be obtained from OWNER's electric system where adequate facilities,
capacity, and switching are available, and where the normal operation of any of the
OWNER's facilities will not be adversely affected. In such case, the CONTRACTOR
shall make arrangements for obtaining a separate electric power service and pay all
costs for the electric power used during the construction.
C. SAFETY REQUIREMENTS FOR TEMPORARY ELECTRIC POWER
1. Temporary electric power installation shall meet the construction safety
requirements of the NESC, OSHA, and state and other governing agencies.
D. STORAGE OF MATERIALS
1. Materials shall be so stored as to ensure the preservation of their quality and fitness
for the work. When considered necessary, they shall be placed on wooden platforms or
other hard, clean surfaces, and not on the ground. Materials subject to vandalism shall
be placed under locked cover. Stored materials shall be located so as to facilitate
prompt inspection. Private property shall not be used for storage purposes without the
written permission of the property owner or lessee.
2. CONTRACTOR shall store materials and equipment within the OWNER's property
D-5
III. PART 3 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
A. MOVE IN AND SITE PREP ARA TION
1. Set up construction facilities in a neat and orderly manner within designated area at
location of choice as approved. Accomplish all required work in accordance with
applicable portions of these Specifications or as approved. Confine operations to work
areas described or as approved.
IV. PART 4 PUBLIC SAFETY AND CONVENIENCE
A. ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS
1. Authorized representatives of the United States Environmental Protection Agency,
the State Department of Transportation, State Board of Health, and other government
officials shall at all times have safe access to the work wherever it is in preparation or
progress, and the CONTRACTOR shall provide proper facilities for such access and
inspection.
B. PROTECTION OF PROPERTY
1. Protect stored materials, landscaping, and other items located adjacent to the
proposed work. Notify property owners affected by the construction at least 48 hours in
advance of the time construction begins. During construction operations, construct and
maintain such facilities as may be required to provide access by all property owners to
their property.
C. FIRE PREVENTION AND PROTECTION
1. The CONTRACTOR shall perform all work in a fire-safe manner. He shall supply
and maintain on the site adequate fire-fighting equipment capable of extinguishing
incipient fires.
2. The CONTRACTOR shall comply with applicable federal, local, and state
regulations. Where these regulations do not apply, applicable parts of the National Fire
Prevention Standard for Safeguarding Building Construction Operations, (NFP A
No. 241) shall be followed.
D. CONTAMINATION PRECAUTIONS
1. Prevent contamination of the project area. Do not dump waste oil, rubbish, or other
similar materials on the ground. Use caution to prevent stream or groundwater
contamination. Do not deposit materials of any type in any stream. Upon completion
of the project, remove the construction facilities, complete, and clean up the
construction area to the satisfaction of the OWNER.
V. PART 5 PRESERVATION, RESTORATION, AND CLEANUP
A. SITE RESTORATION AND CLEANUP
1. At all times during the work, keep the premises clean and orderly, and upon
completion ofthe work, repair all damage caused by equipment and leave the project
free of rubbish or excess materials of any kind.
2. Stockpile excavated materials in a manner that will cause the least damage to
adjacent lawns, grassed areas, gardens, shrubbery, or fences, regardless of whether these
are on private property, or on city, state, or county rights-of-way. Remove all excavated
materials from grassed and planted areas, and leave these surfaces in a condition
equivalent to their original condition. Replace topsoiled areas as specified in Section
002100, SUBSTATION EARTHWORK, raked and graded to conform to their original
D-6
contours.
3. All existing drainage ditches and culverts shall be reopened and graded and natural
drainage restored. Restore broken or damaged culverts to their original condition and
location.
4. Upon completion of constructing operations, hand-rake and drag all former grassed
and planted areas, leaving all disturbed areas free from rocks, gravel, clay, or any other
foreign material. The finished surface shall conform to the original surface, and shall be
free-draining and free from holes, ruts, rough spots, or other surface features
detrimental to a seeded area.
5. The CONTRACTOR shall replace damaged or destroyed vegetation in a manner
suitable to the OWNER. All surface restoration shall be the responsibility of the
CONTRACTOR.
B. FINISHING OF SITE, BORROW, AND STORAGE AREAS
1. Upon completion of the project, all areas used by the CONTRACTOR shall be
properly cleared of all temporary facilities, anchors, structures, rubbish, and waste
materials and properly graded to drain and blend in with the adjacent land. Areas used
for the deposit of waste materials shall be finished to properly drain and blend with the
surrounding terrain.
C. STREET CLEANUP DURING CONSTRUCTION
1. Thoroughly clean all spilled soil, gravel, or other foreign material caused by the
construction operations from all streets and roads at the conclusion of each day's
operation.
D. DUST PREVENTION
1. If required by the OWNER, give all unpaved streets, roads, detours, or haul roads
used in the construction area an approved dust-preventive treatment or periodically
water to prevent dust. Applicable environmental regulations for dust prevention shall
be strictly enforced.
VI. PART 6 SUBMITTALS DURING CONSTRUCTION
A. GENERAL
1. The following requirements are in addition to any specific requirements for
submittals specified in other sections of these Contract Documents. Submitted data shall
be fully sufficient in detail for determination of compliance with the Contract
Documents.
2. Approval of substitutions, schedules, lists of materials, and procedures submitted or
requested by the CONTRACTOR shall not add to the Contract amount, and any
additional costs which may result therefrom shall be solely the obligation of the
CONTRACTOR.
3. It shall not be the responsibility of the OWNER to provide engineering or other
services to protect the CONTRACTOR from additional costs accruing from such
approvals.
4. The OWNER is not precluded, by virtue of review, acceptance, or approval, from
obtaining a credit for construction savings resulting from allowed concessions in the
work or materials therefor.
5. No equipment or material for which listings, drawings, or descriptive material is
required shall be installed until the OWNER has on hand copies of such approved lists
and the appropriately stamped final shop drawings.
D-7
6. The review of drawings by the OWNER will be limited to general design
requirements only, and shall in no way relieve the CONTRACTOR from responsibility
for errors or omissions contained therein.
7. Submittals will be acted upon by the OWNER as promptly as possible, and returned
to the CONTRACTOR not later than the time allowed for review in SHOP DRAWING
SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not
constitute reason for an extension of Contract time.
B. SHOP DRA WING SUB MITT AL PROCEDURE
1. The CONTRACTOR shall submit to the OWNER for his review three copies of
shop drawings and/or catalog cuts or catalog numbers for all fabricated and
manufactured items for the construction including, but not limited to, pole line
hardware, grounding materials, and communication cable and supporting hardware.
Shop drawings shall be submitted in sufficient time to allow the OWNER not less than
14 regular working days for examining the shop drawings.
2. These shop drawings shall be accurate, distinct, and complete, and shall contain all
required information, including satisfactory identification of items, units, and
assemblies in relation to the Contract Drawings and Specifications.
3. Unless otherwise approved by the OWNER, shop drawings shall be submitted only
by the CONTRACTOR, who shall indicate by a signed stamp on the shop drawings, or
other approved means, that he (the CONTRACTOR) has checked and approved the
shop drawings, and that the work shown is in accordance with Contract requirements
and has been checked for dimensions and relationship with work of all other trades
involved. The practice of submitting incomplete or unchecked shop drawings for the
OWNER to correct or finish will not be acceptable, and shop drawings which, in the
opinion of the OWNER, clearly indicate that they have not been checked by the
CONTRACTOR will be considered as not complying with the intent ofthe Contract
Documents and will be returned to the CONTRACTOR for resubmission in the proper
form.
4. When the shop drawings have been reviewed by the OWNER, one set of submittals
will be returned to the CONTRACTOR appropriately stamped. If major changes or
corrections are necessary, the shop drawing may be rejected and one set will be returned
to the CONTRACTOR with such changes or corrections indicated, and the
CONTRACTOR shall correct and resubmit the shop drawings in the same manner and
quantity as specified for the original submittal, unless otherwise directed by the
OWNER. If changes are made by the CONTRACTOR (in addition to those requested
by the OWNER) on the resubmitted shop drawings, such changes shall be clearly
explained in a transmittal letter accompanying the resubmitted shop drawings.
5. The review of such shop drawings, catalog cuts, and catalog numbers by the
OWNER shall not relieve the CONTRACTOR from responsibility for correctness of
dimensions, fabrication details, and space requirements, or for deviations from the
Contract Drawings or Specifications, unless the CONTRACTOR has called attention to
such deviations in writing by a letter accompanying the shop drawings and the OWNER
approves the change or deviation in writing at the time of submission; nor shall review
by the OWNER relieve the CONTRACTOR from the responsibility for errors in the
shop drawings. When the CONTRACTOR does call such deviations to the attention of
the OWNER, the CONTRACTOR shall state in his letter whether or not such deviations
involve any deduction or extra cost adjustment.
6. The CONTRACTOR agrees that shop drawing submittals processed by the
OWNER do not become Contract Documents and are not Change Orders; that the
D-8
purpose of the shop drawing review is to establish a reporting procedure and is intended
for the CONTRACTOR's convenience in organizing his work and to permit the
OWNER to monitor the CONTRACTOR's progress and understanding of the design.
VII. PART 7 MA TERIAL AND EQUIPMENT
A. MATERIALS
1. The CONTRACTOR shall furnish and install all materials not furnished by the
OWNER.
2. Where material is specified, and not furnished by the OWNER, the CONTRACTOR
shall furnish the material item as specified, or an equivalent as approved by the
OWNER. The CONTRACTOR shall identically match OWNER-furnished materials
when furnishing additional units of those items.
3. All incidental materials, connections, and other items which are not shown on the
Drawings and Construction Details, and which are necessary to complete the work as
specified herein, shall be furnished and installed by the CONTRACTOR as though such
materials, connections, and other items were shown on the Drawings and Construction
Details.
4. Manufacturer, type, and catalog number specify the type and quality of equipment
and material to be installed. Products by other manufacturers of equivalent quality and
characteristics are acceptable, if approved, in writing, by the OWNER.
5. All materials furnished and installed by the CONTRACTOR shall be new and
suitable for the intended purpose. Catalog numbers or shop drawings of all items of
material shall be submitted to the OWNER for approval, prior to placement of material
orders by the CONTRACTOR.
VIII. PART 8 EXECUTION
A. PROJECT COORDINATION
1. Once a month, CONTRACTOR shall prepare a one-page brief including, but not
limited to, work completed, work in progress, work to be done, changes in schedule,
and estimated completion date.
2. Once a week, CONTRACTOR and OWNER shall meet to discuss work in progress
and schedules for the upcoming weeks. Meetings will be informal in nature. Meetings
are meant to ensure coordination between all parties involved is maintained.
D-9
SUBSTATION EQUIPMENT
I. PART 1 GENERAL
SCOPE
This section covers the furnishing and installation of electrical equipment and materials.
II. PART 2 PRODUCTS
A. STANDARDS
1. The equipment shall be manufactured, tested, rated, and furnished in accordance
with the latest applicable standards and regulations of the following:
a) ANSI: American National Standards Institute.
b) NEMA: National Electrical Manufacturers' Association.
c) NESC: National Electrical Safety Code.
d) UL: Underwriters' Laboratories.
e) NEC: National Electrical Code.
t) ANSI Publication B16.5 for Slip-On Welding Flanges.
g) ASTM: American Society for Testing and Materials.
h) EEl: Edison Electric Institute.
i) IEEE: Institute of Electrical and Electronics Engineers.
j) NETA: InterNational Electrical Testing Association.
B. EQUIPMENT RATINGS AND CONSTRUCTION
1. The CONTRACTOR shall furnish the material and equipment indicated on the
Drawings. Representative manufacturers' catalog numbers have been listed for some of
the material and equipment to indicate the type and quality required. Other
manufacturers' materials and equipment of equal type and quality may be used as
approved by the OWNER.
2. The OWNER will furnish only that equipment so indicated on the Drawings and/or
listed in other sections ofthe Specifications. The CONTRACTOR shall furnish all
other material.
3. The CONTRACTOR shall furnish any incidental materials and fasteners needed to
make the equipment complete and ready for service.
C. SUBMITTAL DRAWINGS, INSTRUCTION BOOKS
1. Submittals Drawings:
a) Within 4 weeks after the award of the Contract, the CONTRACTOR shall
provide complete descriptive information and shop drawings for all equipment,
material, and devices he is to furnish.
b) As a minimum, the following submittal drawings and information shall be
provided:
(1 ) Equipment outline drawings showing general arrangement, physical
dimensions, and center of gravity (shipping and installed), both
horizontal and vertical, and the location of accessories. The
manufacturer shall indicate phase-to-phase and phase-to-ground
dimensions on the outline drawing.
(2)Dimensional plan and section views.
(3)Nameplate diagram.
(4)Bill-of-Material, keyed to plan and section drawings.
D-lO
(S)Schematic and connection diagrams of all terminal boards, panels,
control circuits, etc.
(6)Certified test reports for all tests.
(7)Fumish two complete sets of all factory tests and one additional set
shall be shipped with each piece of equipment.
(8)Furnish a complete components parts list including the original
CONTRACTOR's catalog numbers and prices.
c) The information will be for the OWNER's approval.
d) Review of submittal information by the OWNER shall not relieve the
CONTRACTOR from responsibility for deviations from Drawings and
Specifications, unless he has in writing at time of or prior to submission,
requested and received written approval from the OWNER for specific
deviations. Review of submittal information shall not relieve the
CONTRACTOR from responsibility for errors and omissions in shop drawings
or literature.
2. Instruction Books: Provide four complete final sets of instruction books that include
operating and maintenance instructions, catalog and replacement part information for
each component (as listed above), and repair information. Also include in each set, all
drawings submitted for approval, in a final form, as constructed.
3. The CONTRACTOR shall keep accurate up-to-date records of all materials
received, installed, and returned.
III. PART 3 EXECUTION
A. GENERAL
1. All equipment and materials shall be installed in strict accordance with the
manufacturer's installation instructions.
2. All equipment shall be adjusted and lubricated in accordance with the
manufacturer's instructions, so that it is left in a satisfactory operating condition.
Extreme care shall be exercised in handling porcelain parts to avoid chipping or
breakage.
3. All equipment shall be tested after installation and adjusted for proper operating
action to the satisfaction of the OWNER.
B. DELIVERY, STORAGE, AND HANDLING
1. Equipment delivered to the site awaiting installation shall be stored in a manner that
will protect it from deteriorating effects of the elements and from physical damage.
2. The CONTRACTOR shall be responsible for the loss or damage to all materials and
all equipment on the site that are required for his portion of the work until acceptance of
the completed work by the OWNER. Any lost or damaged equipment or material under
the responsibilities of the CONTRACTOR shall be promptly replaced by the
CONTRACTOR at his expense.
3. Material and equipment shall be stored so as to ensure the preservation of their
quality and fitness for the work. Material and equipment shall be stored on wooden
platforms or other hard, clean surfaces, and also covered, if necessary.
C. WARRANTY
1. The equipment warranty period shall extend to 1 year from date of energization.
2. The CONTRACTOR shall replace or repair failed equipment that does not function
in accordance with its specifications and intended use.
D-ll
SUBSTATION CONDUIT
I. PART 1 GENERAL
A. SCOPE
1. This section covers the furnishing and installation of substation conduit.
2. The CONTRACTOR shall furnish and install all materials designated on the
Drawings, and also any other associated materials and work even though not shown on
the Drawings, but required to provide a complete conduit system..
3. The CONTRACTOR shall furnish first-quality, new materials, free from any
defects, in first-class condition, and suitable for the use intended.
4. Provide materials approved by UL wherever standards have been established by that
agency.
II. PART 2 PRODUCTS
A. STANDARDS
1. The conduit shall be manufactured, tested, rated, and furnished in accordance with
the latest applicable standards and regulations of the following:
a) ANSI: American National Standards Institute.
b) NEMA: National Electrical Manufacturers' Association.
c) NESC: National Electrical Safety Code.
d) UL: Underwriters' Laboratories.
e) NEC: National Electrical Code.
t) ANSI: American National Standards Institute.
g) ASTM: American Society for Testing and Materials.
h) IEEE: Institute of Electrical and Electronics Engineers.
B. MATERIALS
1. Conduit, PVC: All underground substation conduit shall be: rigid polyvinyl
chloride (PVC) conduit; gray color; UL listed for concrete encased, direct burial
underground, and exposed use. PVC Schedule 40 shall be used for the main
underground runs. Where indicated on the Drawings, rigid steel shall be used for
90 degree bends. Steel conduit or PVC coated flexible steel conduit shall be used into
equipment and control cabinets unless otherwise stated. Refer to conduit details for
clarification. Rigid PVC conduit, including couplings, elbows, and nipples shall
conform to the requirements ofthe latest edition ofNEMA TC-2, NEC, Federal
Specification W -C-l 094, and shall meet applicable ASTM test requirements for the
intended use.
2. Conduit, Rigid Steel, Zinc-Coated: Rigid steel conduit, including couplings,
elbows, and nipples shall be galvanized by hot-dipping, electroplating, sherardizing, or
metalizing process, and shall meet the requirements of ANSI C80.I, UL, and the NEe.
3. Conduit, Rigid Aluminum: Rigid aluminum conduit, including couplings, elbows,
and nipples, shall meet the requirements of ANSI C80.5, Federal Specification
WW-C-540, UL, and the NEC, and shall be manufactured by Kaiser Aluminum
Company, Aluminum Company of America, or as approved. Aluminum conduit shall
not be direct buried or encased in concrete.
D-12
4. Conduit, Flexible: All flexible conduit shall be moisture-roof flexible steel,
polyvinyl chloride jacketed type, gray color, UL approved.
5. Conduit Fittings, Metallic: Metallic conduit fittings shall be of the type indicated or
required for the anticipated purpose, and shall meet applicable requirements of
ANSI C80.4, UL, the NEC, and NEMA FB 1. Fittings used with aluminum conduit
shall be made of aluminum.
III. PART 3 EXECUTION
A. GENERAL
1. Work shall be performed in a workmanlike manner by craftsmen skilled in the
particular trade. All work shall present a neat and finished appearance.
2. The conduit installation shall be in accordance with the National Electric Code.
3. Conduits shall terminate with bushings or as otherwise indicated on the Drawings.
All exposed ends shall be plugged during construction.
4. A mandrel and swab of proper size shall be pulled through all conduit runs to ensure
the conduits are free of debris after installation. A measured pull wire or rope shall be
left in all unused conduits to facilitate further installation of cables.
5. A run of conduit shall not contain more than the equivalent of three quarter-bends
(270 degrees total), including those bends located immediately at the outlet fitting.
6. Underground substation conduits for control and low voltage power cables shall be
installed a minimum of 24 inches below subgrade.
7. For all underground bends, the radii shall be as large as practical and no less than
24 inches. Shop or factory bends may be used, provided they meet the requirements of
these Specifications. All conduit and conduit bends shall be free of flattening or cracks.
All cuts shall be made square with the inside of the ends and shall be carefully reamed.
8. Conduits shall terminate with an adapter and threaded cap except where entering a
vault. When entering a vault, pull box or handhole, a bell-end shall be used.
9. PVC conduit joints shall be solvent welded with the solvent recommended by the
conduit manufacturer.
10. Use factory-made bends for all bends 30 degrees or larger. Use approved heating
methods for forming smaller bends.
11. Provide expansion joints as required or as recommended by the manufacturer.
12. When joining PVC to rigid steel conduit, use an approved PVC female adapter.
13. Below-grade conduits shall be supported, secured, and spaced as necessary to assure
adequate and proper backfill distribution around all sides of the conduits.
14. The backfill around conduits shall be free-flowing, free from rocks or debris, and
thoroughly compacted over, under, and around conduits. No backfill voids will be
permitted. On-site excavation spoils may be used for backfill around conduits only with
OWNER approval. If acceptable backfill is not available on-site, CONTRACTOR shall
import a suitable sand or slurry backfill material.
15. Conduits will be straight and plumb where they rise out of the ground. There will be
space between the conduits and between the conduits and the concrete or structure to
allow for the fittings to be installed.
16. All spare or future conduits will have caps to keep out dirt.
17. Coordinate placement of conduits with equipment and structure location for
specified equipment.
D-13
SUBSTATION RELAY AND CONTROL SWITCHBOARD PANELS
I. PART 1 GENERAL
A. GENERAL DESCRIPTION AND USAGE
1. This section contains the requirements for the design, manufacture, testing, and
delivery of substation relay and control switchboard panels.
2. The switchboards will be located in a metal enclosed switchgear aisle.
3. The Contractor shall furnish all materials, labor, and equipment necessary to design,
detail, fabricate, install, and test the substation switchboards.
4. The Contractor shall include in his Proposal a description of the switchboards he
intends to furnish.
5. The switchboards, material list, and nameplate list are shown on the Drawings.
II. PART 2 PRODUCTS
A. CODES AND STANDARDS
1. The switchboards, relays, and switches shall be manufactured, tested, rated, and
furnished in accordance with the following codes and standards:
a) ANSIIIEEE C37.2I, Standard for Control Switchboards.
b) ANSI Z55.1-1967, Gray Finishes for Industrial Apparatus and Equipment.
c) ICEA S-95-658/NEMA WC70, Nonshielded 0-2kV Cables (Replaces ICEA
S-66-524/NEMA WC7 Crosslinked Thermosetting Polyethylene Insulated Wire
and Cable.)
B. OPERATING CONDITIONS
1. The switchboards shall be suitable for operation in unconditioned metal-enclosed
switchgear or otherwise as indicated on the drawings.
C. RATINGS
1. Indicating instruments shall be of the 1 percent accuracy class, switchboard type.
2. Control and instrument switches shall be of the rotary switchboard type for 600-volt
service with contacts rated at 10 amperes continuously.
3. The control power shall be 48V DC. All DC devices shall be designed to operate at
voltages ranging from 38 to 56 Volts DC.
4. All AC devices shall be designed to operate continuously at voltages ranging from
90 to 110 percent of the nominal voltage or as indicated.
D. SWITCHBOARD CONSTRUCTION
1. Panel Fabrication:
a) The panel type shall be vertical switchboard fabricated as exact-fit
replacement for the existing switchgear access doors.
b) Panels shall be constructed of sheets formed, welded, and assembled into a
rigid, self-supporting structure and shall be formed of specially smoothed and
leveled steel sheets not less than II-gauge (1/8-inch thick).
c) All holes shall be neatly punched, edges and comers of sheets shall be
rounded, and all sharp projections ground off before finishing.
d) All steelwork shall receive a bonderizing, or equal, treatment followed with
a rust-resisting primer coat and at least two finish coats of high-grade industrial
paint, ANSI No. 70 gray color of proven quality.
D-14
e) Indicating instruments shall be located as shown on the Drawings, or as
approved. Control and instrument switches shall be located as shown on the
Drawings or as approved.
t) All equipment, devices, terminal blocks, and related items shall be readily
accessible to allow easy disconnection, removal, or testing.
g) Relays and other glass-fronted equipment shall be mounted a minimum of
8 inches above the base.
h) Hinges and latches to match the existing shall be provided and mounted in a
fashion to match the existing panels.
i) No alterations to the structure the panels mount to shall be permitted without
permission from the Owner.
2. Control and Instrument Switches: Control and instrument switches shall be of the
rotary switchboard type for 600-volt service with contacts rated at 10 amperes
continuously.
3. Protective and Auxiliary Relays:
a) Protective and auxiliary relays shall be as indicated on the bill of materials
or Owner-approved equal.
b) Each protective relay shall be of the semi flush-mounted (unless otherwise
indicated on the Bill of Materials or drawings), back-connected, and dustproof.
c) The relays shall be suitable for mounting on No. 11 USS gauge steel panel.
d) Each relay shall operate with instrument transformer ratios and connections
shown on the one-line diagram under both normal and short circuit conditions.
e) Each overcurrent relay shall be suitable for continuous operation at current
coil tap rating, 60-Hz AC.
t) Auxiliary relays shall be of the indicating, instantaneous type, complete with
cover, and shall be of the semiflush-mounted type.
g) Contact ratings shall not be less than 30 amperes DC closing, 12 Amperes
DC continuous, and 30 Amperes DC for 1 minute on either AC or DC.
h) Sufficient contacts shall be furnished to supply the circuitry shown.
4. Indicating Instruments:
Each digital indicating instrument shall be of the semiflush mounted back-
connected, dustproof switchboard type with a dull black rectangular case for
mounting on a No. 11 USS gauge metal panel. The indicating instrument shall
be of the type shown on the Switchboard Drawing Bill of Material.
5. Auxiliary Equipment:
a) Universal mounting brackets shall be arranged inside the switchboard for
mounting and wiring auxiliary devices. They shall be located to allow access to
the back of the equipment mounted on the front of the panels.
b) Panel space not utilized by equipment shall remain clear for addition of
possible future equipment.
6. Panel Wiring:
a) All wiring, used within the panels shall be installed and tested at the factory
unless otherwise specified;
b) All potential and control conductors shall be Class B stranded copper No. 12
A WG or larger. All current transformer secondary wiring shall be No. lOA WG
D-15
copper. All low-voltage signal wiring to transducers shall be No. 16 A WG
stranded, twisted and shielded pairs.
c) Panel wiring shall have thermosetting Type SIS insulation rated 600 volts,
designed for maximum conductor temperature of 90 degrees C. XHHW,
XHHW-2, or other thermoset 90C multi-rated conductors may be used with
Owner approval. No thermoplastic wire shall be used.
d) Conductor insulation wire shall be cross-linked polyethylene unless
approved by Owner.
e) Only non-insulated ring-type crimped wiring terminals shall be provided on
all conductor terminals. Open-type terminals with retainer clips may be used
only with Owner approval and only on non-CT wiring.
f) All wiring, where terminated, shall be labeled with its destination (other end)
in accordance with the wiring diagrams.
g) Only sleeve-type wire labels shall be used.
h) All crimps shall be made with ratchet-type tools calibrated and tested to
release only after the manufacturer's recommended crimp has been obtained. All
crimps shall be inspected and tested for tightness.
i) All screw terminations will be re-tightened after completion, installation,
and testing of the control panel.
7. Indicating and Pilot Light Assemblies: All indicating and pilot light assemblies shall
be General Electric LED Type ET -16, or approved equal, with colored lenses and
voltage ratings to suit the application. Lamps shall be replaceable from the front of the
panel.
8. Test Switches: Flush or semiflush-mounted test switch assemblies shall be furnished
to isolate current and voltage circuits, to isolate neutral circuits; and to isolate control
circuits as indicated on the drawings. Test switches shall be A VO/States/Megger Type
FMS or approved equal. A sufficient number of test points to make a complete test on
one instrument or relay shall be furnished.
9. Terminal Blocks:
a) Terminal blocks for control wiring shall be ofthe molded block type,
equipped with washer-head terminal screws and with molded insulated barrier
between terminals.
b) Terminal blocks shall be Marathon Series 1500, General Electric Type EB-
25, Curtis Type BT, or approved equal.
c) Terminal blocks shall be arranged in vertical rows and shall be located so
that access to wiring terminals is not impaired.
d) Sufficient terminal blocks for incoming and outgoing circuits shall be
furnished to provide a terminal for each electrically separate circuit conductor
and for every two electrically identical circuit conductors.
e) Approximately 20 percent spare terminals shall be provided in each vertical
row and one additional spare 12-point terminal blocks shall be provided a
terminal for each row for terminating spare control cable conductors.
f) No more than two wires shall land under each terminal screw.
g) All current transformer blocks shall be shorting type G.E. Catalog No.
EB27B06S, Flex-Core Catalog Number IKU6SC, Marathon 1506 SC, or
approved equal.
D-16
10. Raceways:
a) A raceway system shall be provided for all wiring on each side of each panel
and between panels.
b) The horizontal raceway for interpanel and front-to-rear panel wiring, shall be
furnished, complete.
c) Maximum fill for Contractor installed raceway shall not exceed 30 percent
of the available cross-sectional area.
d) Vertical raceways for field wiring shall be so constructed as to be accessible
to conductors entering from the top or bottom of the switchboard.
e) Wiring raceways shall be Panduit plastic wiring duct with covers, as
manufactured by Panduit Corporation or equivalent. The Contractor's standard
raceway will be considered providing the Proposal includes sufficient
information to evaluate the raceway system offered.
11. Fuses:
a) Fuse blocks shall be modular type two-pole with bakelite frame and
reinforced retaining clips, rated 30 Amps, 250 V o11s.
b) Where shown on the drawings, each panel mounted device requiring AC or
DC supply shall have in its supply circuit a panel-mounted fuse to isolate the
device from the power supply.
E. SPECIAL FEATURES
1. Nameplates:
a) Nameplates shall be furnished by the Owner
b) Nameplates shall be cemented to the panels with a permanent adhesive in
locations determined by the Owner.
F. TOOLS AND SPARE PARTS
1. Tools: Furnish one complete set of any special tools required for installation or
maintenance.
2. Spare Parts: Furnish a list of spare parts to be purchased at the Owner's option.
III. PART 3 EXECUTION
A. WARRANTIES
1. The Contractor's warranty period shall extend to 1 year from date of energization or
2 years from date of arriving at the project site, whichever comes first.
2. The Contractor's warranty shall extend to all parts regardless of the manufacturer.
B. DELIVERY
1. The switchboards shall be shipped F.O.B. jobsite.
2. The Contractor shall send shipping, notification letters detailing the complete
routine, to the Owner.
3. Notification letters shall include Purchase Order identification, description of items
shipped, number of cartons, etc., and shipping date.
4. The method of packing shall protect adequately the cases, internal components of
relays, all other auxiliary devices or accessories against corrosion, dampness, breakage,
or vibration injury that might reasonably be encountered in transportation and handling.
Packing crates shall be such that long outdoor storage will not result in deterioration of
crates or damage to contents.
0-17
5. All auxiliary equipment shall be shipped in weatherproof packages. Packing
material shall be such that it will provide weatherproof protection in outdoor storage
areas. Accessories shall be shipped by covered truck unless specifically approved by
the Owner.
IV. PART 4 BID DATA
A. GENERAL
1. Bidders shall submit their standard design, but all exceptions shall be listed
separately as required in the Bid Form. The Contractor shall submit a complete written-
Proposal with all pertinent data below:
a) List manufacturer and catalog number of all relays, lights, etc. if other than
specified unit.
b) Submit typical panel construction details for the type of panels to be
supplied.
c) State all standard routine tests made by Contractor. If any specified tests are
not included in the bid price, then the Proposal shall list the cost of each test.
d) Submit complete technical data including manufacturers for relays and
meters and all accessories for evaluation.
e) State method of shipment, approximate shipping dimensions, and shipping,
weights.
D-18
SUBSTATION ACCEPTANCE TESTING
I. PART I
GENERAL
A. All tests are to be conducted to ANSI, IEEE, NET A, and other applicable standards. All
tests are to be completely documented, including as-found results, as-left results, and any
problems found and corrected. Full test result documentation is to be provided on an acceptable
media to Owner.
B. This document is intended to outline the basic testing needed to verify completion and
proper functioning of the substation and equipment. Other testing as appropriate or
recommended by NETA, ANSI, and IEEE shall be performed as requested by Owner.
C. All appropriate testing shall be performed by Contractor whether listed herein or not. An
error or omission in this document will not relieve the Contractor of the requirement for
sufficient and adequate testing. Contractor shall inform Owner of any recommended tests not
listed herein. Owner shall authorize tests not listed herein prior to Contractor performance of
them.
D. The Contractor shall perform all tests needed to verify and prove their work is complete,
functional, and ready for service. Testing of unused protective relay functions is not required.
Contractor shall provide additional tests as requested by Owner.
II. PART 2
GENERAL PROCEDURES
A. AS-BUILT DOCUMENTATION
1. During all testing and commissioning, make clear annotations and changes on
drawings to indicate any changes, important information and notes.
2. Provide supplementary information as needed to explain corrections.
3. Use a consistent scheme for noting changes on drawings. For example: use a
highlighter to track circuits traced, use a red pen or pencil to indicate changes to wiring
or drawings.
4. Transfer all changes and notes onto a single set of as-built drawings for delivery to
Owner.
B. SAFETY
1. Use all appropriate grounds, blankets, barriers, signage, locks, tags, and
notifications to assure personnel safety during testing.
2. Communicate clearly with all parties present at the site when tests are being
performed. No tests are to be performed without notification to adjacent personnel.
3. Leave all equipment in a safe condition and in a state (open/closed, etc.) as
requested by Owner.
4. Clearly tag all wires lifted from their normal terminals for testing. Where testing
extends beyond one panel at a time or for more than one work shift on anyone panel,
maintain a lift and land sheet. Immediately return all wires to their proper terminals
once testing is complete.
D-19
Ill. PART 3
WIRING TESTING
A. CT CIRCUIT THREE-LINE CONFIRMATION
1. U sing the three-line diagram, confirm that all current circuits are as designed.
2. Verify current circuit polarity agrees with the diagram.
3. Verify that current polarity is as needed for the proper operation of the protective
devices. If needed, correct the wiring and document all changes on the Drawings.
4. Confirm that all test switches operate as designed and intended including the
functionality of test input jacks.
5. Verify that there is one and only one ground of each current circuit and that the
ground is noted on the three-line diagram correctly.
6. Verify that all automatic bypasses in test switches operate as intended.
7. During current injection testing record measured voltage rises on the 3-line diagram.
8. Verify that all unused CTs are shorted and that no CTs are inadvertently shorted.
Clearly tag all CTs shorted for testing!
B. PT CIRCUIT THREE-LINE CONFIRMATION
1. Using the three-line diagram, confirm that all potential circuits are as designed.
2. Confirm that potentials phase with the appropriate currents.
3. Confirm that all test switches operate as designed and that there exist no unintended
bypass circuits.
4. Verify that there is one and only one ground of the potential circuit and that the
ground is noted on the three-line diagram correctly.
5. Verify that appropriate overcurrent protection is provided to protect PT secondary
circuits.
C. CONNECTION TIGHTNESS & LABELS
1. All terminations at devices and terminal blocks shall be hand-tested for connection
security. Both screw/nut tightness and crimp quality shall be verified. All screw and nut
connections shall be tightened as appropriate. Faulty or improper crimps shall be
replaced or tightened as appropriate.
2. Verify that each wire at each terminal has a correct and legible wire label indicating
its destination.
D. AC/DC POWER CIRCUIT AND BREAKERS
1. Verify that all circuit breakers in AC and DC power panels are properly and clearly
marked with the loads served.
2. Verify that all bolted connections are secure.
3. If provided, verify that manual transfer switches and automatic transfer schemes
operate as intended.
4. Verify that all electrical outlets, heaters, and power feeds operate as intended.
5. Test GFCI devices for proper operation.
D-20
IV. PART 4
CONTROL TESTING
A. RELA Y AND RELA Y TIMING TESTS
1. Verify DC supply to relay is of proper magnitude and polarity.
2. Verify that current circuit polarity is correct for the functions required. Ifnecessary,
make appropriate wiring changes and document these changes on the Drawings.
3. Where provided, verify that relay passes internal diagnostic self-test.
4. Verify that protection relays using all overcurrent elements perform according to the
settings required.
5. Verify that all programming requested by Owner has been applied to electronic
relays.
6. Verify that all relay programming necessary to make the relay a functioning device
has been applied to the relay.
7. Every element in every relay that is used in a protective scheme shall be tested.
8. Test at a sufficient number of points along a time curve to verify that the relay
operates properly.
9. Test a sufficient number of other settings to verify that the relay will operate as
intended if relay settings are revised in the future.
10. Test all implemented logic elements and equations in the relay to verify proper
functioning of the logic.
11. Test all relay input and output devices (i.e. l~vel sensor, input detector, output
contact) that are used in the control schemes for proper function.
12. Test wired spare input and output devices.
13. Test unused and unwired relay input and output devices as directed by Owner.
B. BATTERY AND CHARGER
1. Verify that battery charger can supply load with the battery disconnected.
2. Measure and record the float and equalize voltage settings.
3. Verify that the battery can supply load with the battery charger disconnected.
4. Equalize charge the battery for 24 hours prior to testing, or as directed by battery
manufacturer.
5. With nominal loading on the battery and the battery charger disconnected, measure
and document the resistance of each battery connection.
6. Verify that all battery charger and battery alarms and monitors function as intended.
7. Inspect battery for damage, corrosion, leaks, etc.
8. For flooded cells, check electrolyte level of each cell, measure the specific gravity
of all cells, record ambient temperature.
'9. Verify that battery rack if properly anchored and grounded.
10. Ifrequested by Owner, perform a 4 hour load test (using 8 hour load rate).
11. Record battery voltage, charger current, and load current.
C. CONTROL CIRCUIT FUNCTIONALITY
1. Perform a detailed tracing of each and every control path indicated on the control
schematics to confirm that all circuits and connections are made and are functional.
2. Each control path shall be verified.
3. Test will also confirm that appropriate portions of a control circuit are rendered
inoperable when available test switches are opened.
4. Operate each portion of the control circuit a sufficient number oftimes to confirm
that each portion of the control circuit performs as intended and as designed.
D-21
5. Verify that all indicator lights operate as intended.
6. Verify that all manual control switches operate correctly in all actions.
7. Verify that electromagnetic lock-out and auxiliary relays operate as intended.
8. End-to-end operation of each control path in a control circuit is not required.
However, adequate testing of each portion of the system must be performed to assure
that the controls system will operate as intended under all scenarios. At least one end-
to-end test must be conducted.
D. METERS & TRANSDUCERS
1. Verify that all digital or analog panel meters are programmed per the Owner's
requirements.
2. Verify the magnitude and polarity of all inputs to panel meters.
3. Inject 3-phase currents and voltages, as appropriate, and verify that all meters
readings are within tolerance for the meter.
4. Test transducers by injection and verification of output values.
D-22
ATTACHMENT E
"A" STREET SUBSTATION PLANS
D-23
3-22-m PORT AHGEl.E5\A-5TREET SUB - Y4.135\DRAWlNC5\PR[lnfINARy\Y4.1J6G91 DWG
TriA x is
:c;7p'.be>~n.bg hc.
"A"
SHEET NO.
GENERAL
G-1
G-2
ELECTRICAL
E-1
E-2
E-3
E-4
E-5
E-6
E-7
E-8
E-9
E-10
E-11
E-12
E-13
E-14
E-15
E-16
E-17
E-18
E-19
E-20
E-21
STREET
SUBSTATION
RELAY
REPLACEMENT
CITY
OF
PORT
ANGELES
PORT ANGELES,
VvASHINGTON
DR A WIN G LIST
FEEDER RELAY REPLACEMENT DRAWINGS
TITLE
DRAWING NO.
REFERENCE DRAWINGS
TITLE
"A" STREET SUBSTATION (REV 3. AS BUILTS, 10-16-95)
TITLE PAGE AND DRAWING UST
ONE-UNE DIAGRAM
E-2 THRU 11
PANEL ELEVATIONS, NAMEPLATE AND MATERIAL USTS
CONTROL HOUSE PLAN VIEW, CABLE SCHEDULE AND
AC AND DC PANELS
THREE-UNE DIAGRAM, TRANSFORMER
THREE-UNE DIAGRAM. MAIN BUS
DC SCHEMATIC, MAIN CIRCUIT BREAKER, UNIT 2
DC SCHEMATIC, ANNUNCIATOR, UNIT 1
DC SCHEMATIC, FEEDER 1201, UNIT 3
DC SCHEMATIC, FEEDER 1202. UNIT 4
DC SCHEMATIC, FEEDER 1293, UNIT 5
TAP CHANGER, SCHEMATIC DIAGRAM (REUSE EXISTING DRAWING)
TAP CHANGER, PHYSICAL WIRING DIAGRAM (REUSE EXISTING DRAWING)
WIRING DIAGRAM, TRANSFORMER CUBICAL, UNIT 1
WIRING DIAGRAM, CONTROL PANEl, UNIT 1
WIRING DIAGRAM. MAIN CIRCUIT BREAKER , UNIT 2
WIRING DIAGRAM, CONTROL PANEL, UNIT 2
WIRING DIAGRAM, FEEDER 1201, UNIT 3
WIRING DIAGRAM, CONTROL PANEL, UNIT 3
WIRING DIAGRAM, FEEDER 1202, UNIT 4
WIRING DIAGRAM, CONTROL PANEL, UNIT 4
WIRING DIAGRAM, FEEDER 1203, UNIT 5
WIRING DIAGRAM, CONTROL PANEL, UNIT 5
REUSE OF DOCUMENTS
"A" STREET SUBSTATION
lIAR IS ON!: INOt ON
ORIGINAl. DRAWING
8 I'
IF NOT ON!: INOt ON
THIS SHELl. AD.lJST
SCAl.[S ACCORDING!. Y.
TITLE PAGE AND DRAWING UST
-A- STREET SUBST AnON
CITY OF PORT ANGElES
PORT ANGELES. WASHINGTON
NO. OA TE
THIS DOCUWD<T. AHl> THE IDEAs AND DESIGNS INCORPORAlID
HERDN. AS AN INSTRUWaIT OF PROFESSIONAl. SDIVICE. IS THE
PROPERTY OF l1UAXIS ENGINEERING, INC. AND IS NOT TO BE
USED. IN WHOLE OR IN PART. FOR A14V OTHER PRO.ECT WITHOUT
THE IlRITTEN AIJTHORIZATlON OF TRIAXIS ENGINEERING. INc.
REVISION
BY APIID
G 1
z
o
......
t-
o
::)
0=::
t-
(/)
Z
o
o
0=::
o
LL..
o
W
::)
(/)
(/)
......
Y4336G01
MAR 2005
Y4336
3-22-85
PORT AHCElES\A-STREEl 9J8 - Y4JJ6\DRAWlHGS\PREUWINARy\ Y4JJ6Ge2 owe
CONTROl_HQ!!5.L- _ _ _ _ _
~ UNIT 5 -uNIT-4-----UNIT3----UNIT-2----------UNiT1---------l
11------- --------,;;...'U;.;,,...M -------r---------------------l
: : FEEDER ~ I FEEDER ~ r!. I KEY .15- I I
I ! ".'~1'..^'-.. ! 'om~1'..^'..... .~~f ,..... ' ;J 1 >-en ' i
I I 720e- T I 699:5
I I I 248/128 I
i I ! j _r~
I I
I I
TRANSFORMER NO.1
67,8886- 12478Y/7288V
7588/9375VA, WILTC
688' 5
MR
'::"
~.,..-@
I
1..~
I "..clJ
I
I
I
I
I
I
I
I
L____
I I ;
L L-----r' --- ---~-----r----
-- ---- - -------
I I I I
---~--- -------,.----
I I I I I
I I
--J-----I'-------~-----t'--i--------------------------
----- ------- --+--------------
L__
- - - - - - - - - - - --r-- - - - - - - - - - - - - - - - --
I
I
FEEDER
1293
FEEDER
1292
FEEDER
1291
REUSE OF DOCUMENTS
TriAxis
BAR IS ONE INCH ON
ORIGINAl DRAWING
8 "
F NOT ONE INCH ON
THIS SHrrT. AD.IJST
$CAW; ACCORllINGlY.
-A- STREET SUBSTATION
CITY OF PORT ANGElES
PORT ANGELES, WASHINGTON
THIS OOCl./MENT. AND THE IDEAS AND DESIGNS INCORPORATED
HEREIN, AS AN tNSTRU>IENT OF PROFESSIONAl SERVI~ IS THE
PROPERTY OF TRIAXIS ENClNEERtNc:, 1Ne. IHJ IS NOT TO !IE
USED. IN 'MiOLE OR IN PART. FOR AllY OllER ~ wrntouT
THE WRITTEN AUTHORI2ATlON OF TRIAXIS ENGINEERING. 1Ne.
&p-,76'6'n.bft he:
NO OA TE
REVISION
BY APVO
1>
-~
~"
./ _ 69KV
688A TAP
~
26Q-2 TRANSFORMER HIGH OIL TEMP
39 ANNUNCIATOR
39X ANNUNCIATOR RELAY
49 HIGH WINDING TEMPERATURE
59 INSTANTANEOUS O~CURRENT RELAY
sa/51 ~S~~~~~~.,g:~~~ WITH
saN INSTANTANEOUS NEUTRAl
O~CURRENT RELAY
51 AC TIME O~CURRENT RELAY
51N NEUTRAl O~CURRENT RELAY
52 CIRCUIT BREAKER, ABB, VACUUM
63 TRANSFORMER FAULT PRESSURE RELAY
71Q-1 LOW On. LEVEL TRANSFORMER
71Q-2 LOW On. LEVEL LTC
86 LOCKOUT RELAY. MANUAl RESET
87T TRANSFORMER DIFFERENTIAl RELAY
R98 BLOCK LTC
A AMMETER
AS AMMETER SWITCH
GC GROUND O~CURRENT RELAY
OC OVERCURRENT RELAY
PFM POVtDl FACTOR METER
V VOLTMETER
VS VOLTMETER SWITCH
WHO WATTHOUR DEMAND METER
tlllIE:.
1. MAY NEED TO MODIFY CT POLARITY FOR NEW
RELAYS. FIELD ~IFY
z
o
-
~
U
:J
a:::
~
(J)
Z
o
u
a:::
o
lL.
Cl
l.&J
:J
(J)
(J)
-
"A" STREET SUBSTATION
SHEET
G-2
ONE-UNE DIAGRAM
Y4336G02
MAR 2005
Y4336
3-22-85 POll ~-STREE:l sua - T4J36\DRAWINCS\PREl..lWINARy\T43JeEDt owe
l!~l;_jS_Q-~~~~A :
3' 9"
I - I
.
0>
r-,
1 I
I ~I
, 151
I." 8' CfEZ]
:S~:f::~" =t
101 ---
1....<1
I~m,
lits!
Iffi t-I
It-~I
:~: I:LS~
I I
~_.J
~
r-,
I I
1 ~,
I 151
1~81
10...1
Igol
ImlSl
1....<1
I~m!
litsl
Iffit-I
It-~,
1 ~I
1 ~I
I I
~_.J
r-~' ~ I
~
It.
FEEDER 1283
UNIT 5
ITS 14P I
r-,
I I
1--1
I 151
1~81
10...1
Igol
,mlSl
1....<1
I~ml
litsl
'ffit-I
It-~I
I ~I
, ~I
1 I
~_.J
~~A= ~~G. T'rP')\
r-~' ~ I
rDm,
'ARRAY!
I !
1 ,
I 1
L__J
FEEDER 1282
UNIT 4
I~~" ~ I
~
r-,
I I
I ~!
I 151
1,,,81
lIS... I
Igol
ImlSl
L.J~'
I~zl
1-01
Iffit-IDX
It-~I
I ~I
, '1
1 ,
~_.J IJE!]
ITS 14P I
r--,
I 9aR I
I I
I ,
1 1
L__J
ITS 14P I
FEEDER 1281
UNIT 3
MAIN BREAKER
UNIT 2
POTENTIAL &
STATION SERVICE TRANSFORMER
UNIT 1
PANEL DEVICE BIll OF MATERIAL NAMEPlA TE LIST
ITEM DESCRIPTION MfGR T'rPE CATAlOG NO. OTY ITEM NO. FIRST LINE SECOND LINE I THIRD LINE
REO'o
* SEL-2939 COMMUNICATIONS RELAY SEL 2939 SEL-293930X39XE9XX 1 N-l COIotMUNICA nONS PROCESSOR
SEL 2939 WIRING HARNESS SEL 2939 SEL-W2939 1 N-2 TRANSfORMER ALARM
19X AUXILIARY TARGET RELAY GE HAl. 12HAA 16B2f 1 N-3 MAIN BREAKER
TS TEST SWITCH 14 POLE MEGGER rMS rMSI4-1R-1R-1R-1K-1K lK 19-19-19-19 4 N-4 TRANSfORMER ALARMS I TRIP
* I SEL-351S fEEDER .I< MAIN BREAKER RELAY WITH PRD.l:CTED CASI SEL 351 9351 S61383552XX 4 N-5 fEEDER 1291
ANN ANNUNCIATOR AMETEK. RIS 1 N-6 fEEDER 1292
N-7 fEEDER 1293
TriAxis
L;?.P'/Q~nQft mc.
. SEE NOTE 1
NO. I DATE
REVISION
BY I APIID
.
0>
~
1. RELAYS SEL-531S AND SEL-2939 USE PRD.l:CTION MOUNT HARDWARE
TYPE DUE TO LIMITED SPACE BEHIND THE HINGED PANELS.
2. DEVICES MOUNTED ON THE REAR or THE PANELS ARE NOT SHOWN. SEE
WIRING DIAGRAlotS.
REUSE OF DOCUMENTS
8AR IS ON[ INOl ON
alIGlNAI. DRAWING
8 ,.
IF NOT ON[ INOl ON
THIS SHEET. AD.AJST
SCAUS ACCORDINQ.Y.
-A- STREET SUBST A nON
CITY or PORT ANGELES
PORT ANGELES. WASHINGTON
THIS OOCUIIENT. AHD THE mu.s AHD DESIGNS JNCllRPOIlAlID
HEREIN, AS AH INSTRUWENT OF PRllFISSIONAI. SDMCE. IS THE
PROPERTY OF 1RIAXlS ENGINmuNG. JNC. ..., IS NOT TO BE
US[!). IN WHOLE OR IN PART. FllR AllY OTHER PRO.ECT wrntOUT
THE lIIUTTDI AUTHOIUZATlON OF TRlAXIS EIIGINWlINQ, INC.
DOOR LATCH, T'rPICAl
(MATCH EXISTING)
~
fABRICATE NEW HINGED PANELS
TO REPLACE EXISTING HINGED
PANELS. NEW HINGED PANELS TO
lotATCH EXISTING PANEL
CONSTRUCTION. TOTAl OF 6
NEW HINGED PANELs.
~
"A" STREET SUBSTATION
PANEL ELEVATIONS
NAMEPLATE AND
MATERIAL LISTS
SHEET
[-1
z
o
......
~
(.)
::>
0:::
~
(I)
z
o
(.)
0:::
o
I.L..
o
I.LI
::>
(/)
-(/)
......
Y4336E91
MAR 2995
Y4336
~22-es PORT ANCDLS'\A-STREET SUB - Y4336\DRAWINCS\PRD..IWINAR'I'\Y4336[92.DWC
~! ,.. I ,.. I :. I ,,- I ". I~
.
CD
CD
~
.,;
~
UNIT 5
FEEDER
1293
UNIT 1
POTENTIAL AND
STATION SERVICE
TRANSFORMERS
UNIT 4
FEEDER
1292
UNIT 3
FEEDER
1291
UNIT 2
MAIN
BREAKER
.
II!
i'ii
1 u"", "'...... MANUAl TRANSfER ~ljljllll - - =-- DC9,
BREAKER / SWITCH 16 COPPER
r ., r---- +1
""C"~ I [2-14 DC PANEl
I I
f.":::. I I 1--- leeA
''1.:;1' L____..J DC1G3 L"- 29A 29A
AI': PANF'1 TO NIT 1,~ m 1 2 m L':>.
SWITCHGEAR SH E-13 1 ^ 3 4 ^ I ~
.6'EATERS~ . 35/i 39A 29A SPHl AC2/4 TO ~aIT 2. g- 69A 6~ L">
m 1 2 m ""'" BUIlDING m 5 6
'~RANSFORMER 1 36H ^ 3 4 ^ SPH2 I ~ HEATERS I SH E-14 T ^ 7 8 ^ I '0'
24ElV 2999W
,dANS" 35f 39A 5 6 29A DC9 ~11 L"> 69A 9 19 69A L':>.
m IT'-} TO NIT 4,~ m m
C7 u l 36F ^ 7 8 ^_ SPARE ~ 2 SH E-41 1 ^ 12 ^ r '0'
1 11
29A 29A + - DC1~15 " 29A 13 14 69A
{-'1"' 9 19 IT'-} m IT'-}
SPARE _^ ^_ SPARE BATTERY ~ E-g 1,~ 1 ^ ^_ SPARE
11 12 CHARGER 15 16
SWITCHGEAR 29A 13 14 29A 29A 17 18 29A
UGHTS AND { -'1"' IT'-} {-'1"' IT'-}
RE';:TAClESl SPARE _^ 15 16 ^_ SPARE Bl "- ,,-39 SPARE _^ 19 29 ^_ SPARE
J5L~ 17 lB ~ J 29A 21 22 29A
'1.:;1' .), 29A 29A SPARE {-'1"' IT'-}
{-" 19 29 " SPARE _^ 23 24 ^_ SPARE
29A 21 22 ~ .~ 29A 25 26 29A
SPARE ~ ~ }SPARE {-'1"' IT'-}
23 24 RaOCATED l~C SPARE _^ 27 28 ^_ SPARE
29A 29A UNDERVOLT AGE 2 29A 29 39 29A
RElAY _ 7'i.;J m ~}SPARE
. v G 1300 8 or 5 ^ 31 32
.
14 _J I ."'.. N I39N
UNIT 12 GE AEFl391BB
TB2-11 OR APPROVED EQUAl
48 DC PANEL
~TH 100A MAIN BREAKER
DC PANEL
BREAKER
SIZE
2P=29A
2P-29A
2P=69A
2P=69A
2P-69A
2P-69A
2P=29A
2P=69A
2P=29A
2P=29A
2P=29A
2P-29A
2P=29A
2P=29A
2P=29A
2P-29A
SEE
NOTE 4"
TO AlT. \
PO'hm
SOURCE
AC9
TO UNIT 1
SH E-3
TO UNIT 1
SH E-12
TO UNIT 1
SH E-12
AC17,
TO UNIT 1
SH E-12
ClR-CUIT
NO.
la
Y.i
~
k
!L!.!
19/12
13/15
14/16
17/19
18/29
21/23
22/24
25/27
26/28
29/31
39/32
EXISTING
BATTERIES
(SEE NOTE 1)1
r---- ----
I
I
I'
AC CABLE SCHEDULE
CABLE SIZE NO. or LENGTH FROM TO FUNCTION CABLE
NO. CONDUCTORS NO.
AC9 ~~ 3 69' SWITCHGEAR TRANSfER MAIN PANEL FEED DC9
1 69' UNIT ., SWITCH DC 1/3
AC 1/3 119 CU 2 69' AC PANEl ~W~ SWITCHGEAR HEATERS DC 2/4
AC 2/4 112 CU 2 69' AC PANEl BUIlDING SWITCHGEAR BUIlDING DC 5/7
HEATERS HEATERS DC 6/8
AC 5/7 119 CU 2 199' AC PANEl ~~~s:; TRANSF. FANS
DC 9/11
AC 6/8 SPARE
AC 9/11 SPARE DC 19/12
rAC 19/12 SPARE DC 13/15
lAC 13/15 SPARE DC 14/16
lAC 14/16 SPARE DC 17/19
AC 17 112 CU 2 69' AC PANEl SWGR UNIT 11 SWGR UGHTS " RECEPTS DC 18/29
AC 18 SPARE DC 21/23
AC 19 SPARE DC 22/24
AC 29 112 CU 2 29' AC PANEL BATT CHGR BATTERY CHARGER DC 25/27
DC 26/28
AC 21 SPARE DC 29/31
AC 22 SPARE DC 39/32
AC 23 SPARE
AC 24 SPARE
TriA x is
r 'x.l<lL_9 -~-~OOb. '
u.;wneennfl mc.
NO. IDATE
REVISION
48V
BATTERY
DC2/4
TO llNIT I,
SH E-13
DC6/8 TO
UNIT 3,
SH E-16
DC19/12
TO UNIT 5,
SH E-42
FUNCTION
, SEL-2939
, ANN/AlARMS
i2
, . ,
SEE SHEET
E-6 FOR
CONTINUATION
DATA CABLE SCHEDULE
CABLE TYPE LENGTH FROM PORT TO PORT FUNCTION
NO. NO. NO.
0 SEL-C273 A 8' SEL2939 1 SEL351S 2 DATA
UNIT 1 UNIT 2 COMM
0 SEL-C273 A 12' SEL2939 2 SEL351 S 2 DATA
UNIT 1 UNIT 3 COMM
0 SEL-C273 A 15' SEL2939 3 SEL351S 2 DATA
UNIT 1 UNIT 4 COMM
0 SEL-C273 A 18' SEL2939 4 SEL351S 2 DATA
UNIT 1 UNIT 5 COMM
UNIT
UNIT
UNIT
UNIT
UNiT
UNIT
UNiT 11 R99, LTC VOl. T. CUT-Off
SPARE
SPARE
SPARE
SPARE
SPARE
SPARE
SPARE
BATTERY CHARGER CONNEc:;TION
SPARE
DC CABLE SCHEDULE
SIZE NO. or LENGTH FROM TO
CONDUCTORS
I6CU 2 19' BATTERY DC PANEL
112 CU 2 69' DC PANEl UNIT 11
112 cu 2 69' DC PANEL UNIT 11
I6CU 2 69' DC PANEL UNIT 12
I6CU 2 69' DC PANEL UNIT 13
I6CU 2 69' DC PANEL UNIT 14
lIe CU 2 59' DC PANEL UNIT 15
119 CU 2 59' DC PANEL UNIT 11
lIe CU
2
29' I DC PANEL I BATT CHGR
AC PANEL WITH 200A MAIN LUGS
AC PANEL
FUNCTION ClRCUIT BREAKER FUNCTION
NO. SIZE
MAIN PANEL FEED 1/3 2P-39A SWITCHGEAR HEATERS 24ElV (35H, 36H)
SEL-2939 2/4 2P-29A SWITCHGEAR BUILDING SPACE HEATERS
ANN.
MAIN BREAKER 5/7 2P-39A TRANSFORMER 24ElV
FEEDER 1291 6/8 2P-29A SPARE
BREAKER
FEEDER 1292 9/11 2P-15A SPARE
BREAKER 19/12 2P-15A SPARE
FEEDER 1293
BREAKER 13/15 2P-29A SPARE
R99 RELAY 14/16 2P-29A SPARE
SPARE
SPARE 17 lP-29A SWITCHGEAR UGHTS AND RECEPTAClES (35H)
SPARE 18 lP-29A SPARE
SPARE 19 lP-29A SPARE
SPARE 29 lP-29A BATTERY CHARGER 129V
SPARE
SPARE 21 lP-29A SPARE
BATTERY CHARGER 22 lP-29A SPARE
SPARE 23 lP-29A SPARE
24 lP-2eA SPARE
tICIES:.
1. RElOCATE 9ATTERY CHARGER AND UNDERVOLTAGE RElAY TO WAIl.
ABOVE 9A TTERIES.
2. MANUAl TRANSFER SWITCH TO 9E 2 POLE, 1 BeA WITH NEUTRAl
BUS AND GROUND BUS BARS.
3. FIEl.D DETERMINE PANEl LOCATIONS. VERIFY WITH OWNER
BEFORE MOUNTING.
4. COORDINATE AlTERN... TE POWER SOURCE INST AU.A TION WITH
OWNER.
REUSE OF DOCUMENTS
BAR IS ONE JNOI ON
ORIGINAl. DRAWING
. I.
IF NOT ONE INO! ON
1ll1S SHELl. AD.lIST
SCAlB ACCORDINGlY.
.A. STREET SUBSTATION
CONTROL HOUSE PLAN VIEW
CABLE SCHEDULE AND
AC AND DC PANELS
Y4336E92
MAR 2005
Y4336
SHEET
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
BY I APVD
1ll1S DOCUllENT, AND lH[ IDEAS AHIl DESIGNS INCORPORATED
HEREIN. AS AN INSTRUIltNT OF PllOftSSIllNAL Sl1I'IIa. IS lH[
PAOPERTY OF 1RIAXIS ENGlNE[RING, INC. /oND IS NOT TO BE
USED, IN WHOLE OR IN PART. F'OR N4Y OTHER PRo..ECT WITHOUT
lH[ 10IUTTEN AUTHORIZAllON OF TIUAXIS ENGINEERING. INC.
E-2
z
o
-
~
()
=>
0:::
~
(I)
Z
o
()
0:::
o
I.L..
o
W
=>
(I)
(I)
-
.J-22-ttS PORT AHGElES\A-STREET SUB - T4J36\DRAWINGS\PREL.tWINARY\T43J6EB3.DWC
8.~(A'
N~11t)
,ClIJ .
....~t:;~ B,
--r:::J1n
?5~Gim
:;!8....i!; c,
l!illl~
... N
TriA x is
UP--?<9<9/7-?g he:
I
t---------------_____________________~____~~N!~~~~~~~___~
I
I
I
I
I
I
J
I
"
- ---l~
CPT H1 2 I....
7299-12S/2m49 :m
15KVA Xl X4 Ii!;
X2 X3 liS
CB { 1 = -E 3 J....
7SA '-2- _-._::Ii
f4AWG
If
TO AC
TRANSFER
SWITCH
SHEET E-2
t------------------~
NO DATE
CB
r-----
I J6
I
I
J
I
J
J
I
I
I
I
I
I
Bee: 5
=
REVISION
J3
C3
J2
EXISTING CT'S
IN SWITCHGEAR
(UNIT 11)
BUS DUCT
C1
C2
J1
--------------/
I
I
I
I
I
I
STB
(UNIT 12)
MAIN
CIRCUIT
BREAKER
STB-l CTB-l
C11
STB-2 CTB-2
C12
B'
STB-3 CTB-3
C13
C,
CTB-4
STB-B I N
CTB-B 2 27 I zee I
C84 ~I J
N [Z1S Zll]
'A lIB ~ N
o 000
SEE SHEET E-4
FOR POTENTIAl
CIRCUIT
REUSE OF DOCUMENTS
BY APVO
THIS DOCUUEHT. AND THE IDEAS AND OEStGNS INCCRPORATm
HEREIN, AS AN INSTRUIIENT (IF PROf[SS1OHAl. SEJMCE. IS THE
PROPERTY (IF lRIAXIS ENCIIlmlINc:. JNC. ..., IS NOT TO BE
US[D. IN lIIHlU ... IN PART. Fa! _ ontElI PRO.ttT lItTHClUT
THE IRITTtN AIJTHORJZATION (IF TRIAXIS ENCINEERING, JNC.
r----------------,
I I
I ~~~~~r: I
: 759S/9375KVA, WI LTC :
: i 6. :
I I
I I
,-J X, :
Hl
~~A')
I ~
::J
I-a. >
I l:i
lD
,-c.
X2
---72KV
~~~
H2
X3
H3
I
J
I Y. I
'\.I.... I
I _ I
L_~______________~
NOTES:
1. FOR EXACT EQUIPMENT SPECIFICATIONS, REFERENCE THE
INDIVIDUAL SPEClFlCA nON SHEETS.
2. ALL TERMINAL NUMBERS CORRESPOND TO THE PREFIXED
DEVICE NUMBER.
3. VERIFY ONE, AND ONLY ONE, POINT OF GROUND ON
CT CIRCUITS.
4. VERIFY PROPER CT POLARITY FOR NEW RELAYS.
DEVICE LEGEND:
o TERMINAL BLOCK. CONTROL HOUSE
~ TERMINAL BLOCK. FIELD EOUIPMENT
o TERMINAL. EOUIPMENT
IZI TERMINAL BLOCK. SHORTING TYPE
BAR IS ONE 1N0t ON
ORICINAL DRAWING
8 ,"
IF NOT ONE 1N0t ON
THIS SHEET. A1WST
SCALES ACCOADINGl Y.
"A" STREET SUBSTATION
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
THREE-UNE DIAGRAM
TRANSFORMER
E-3
z
o
-
I-
U
:::>
0:::
I-
(I)
Z
o
U
0:::
o
lL..
Cl
W
:::>
(I)
(I)
-
Y4336EEl3
MAR 20El5
Y4336
~22-~ PORT ~-STREET SUB - Y43J&\DRAWINGS\PRn.1'WINARy\Y433SEe. OM:
A'
UNIT #5
1289'" 12.47KV, 3f. 4W BUS
B'
~
N
~~ ,: 1:
1289A
"lIi~ ,,~ '"~
IIl<~
~
,.l,!
r~"
'A -a lie G
'---v-------"
FOR 1283
~
ce
C1
C2
CJ
STB
J6I
J51ll1
J41ll1
J1
~
C11
I
~ ,
I
A~ I
I
I I
..Ii
I
, I
,.Ii
I
I I
· I i
I
I
I
I
I
I
J2
~
C12
J3
-&-
C13
VI fV2~ ~ I
TS r:i-
, 'T 3 5
Q~CJj
~ b :
[
~9~9~~~~ I
,
TB3-11 I I I
TB3-2 I I i
I
T83-3 I +
TB3-4
TriAxis
I fXrHS 9 -~~06b
:.o7p''?~~nnft mc.
NO. 10ATE
I
I
~~ ,:: !
,,~ 1289A
,":I '"~
ce
~~M"
Um
,.l,,,,
I
I I C1
C2
CJ I .:.
C13
_A _B lie N
'---v-------"
FOR 1282
UNIT #4 1
I
-+
:1 FA
I
I
I ~
FEEDER w 1:~A n
I
I I I 'ce
STB
J6I
J51ll1
J41ll1
I
~
B_
~
N
I
J1
~
C11
J2
~
C12
,. !'t ;r~ ro I
ld~C~
VI ~i~~~~:
TB3-1
D-
V2 TB3-2
D-
V3 TB3-3
v, TB3-4
REVISION
I
,
i
I
+
IIl<
~
Us:
,.l,,,,
J-r
~
_A ~ lie N
'---v-------"
FOR 1281
REUSE OF DOCUMENTS
r"
C1
C2
CJ
BY I APVD
THIS OOCUIIENT. AND tHE IIlEAS AND DESIGNS INCClflPORATED
HERDN. I>S AH INSTRIJWENT OF P!lOf'[SSIONN.. SERVICE. IS 1llE
PROPERTY OF T1UAXIS ENClNEERINC. INC. _ IS NOT TO IlE
USED. IN WHlU OIl IN PART. FOIl Nf'( OTHER PRO.ECT wrTHOUT
THE WRITTEN AUTHORIZATION OF TIUAXIS ENCINmUNC, INC.
UNIT #3
STB
J6B
J51ll1
J41ll1
I
~ I
I
A~ I
I
I I
.. I i
I
I I
~ ! i
I I
· I i
I ,
I
I
J1
~
C11
J2
-B-
C12
J3
-B-
C13
,
I
VI 1V21V3lva I
I
I
TSD~
1\
IA
~~
~f~
~~~t
-9"'~"'~'"
N N C"\I N
~ ~ ~ ~
VI
TB3-1
V2
TB3-2
V3
w
TB3-3
TB3-4+
BAR IS ONE INOl ON
ORIGINAl. DRAWING
. "
IF NOT ONE INCH ON
THIS SHELl. AlUlST
SCAlES ACCORIlINQ. Y.
I
I
.~~
UNIT 2~
I
I
i
I
--a=
TB3-1
-a=
TB3-2
---ac==
TB3-3
--cJC=
TB3-4
SEE SHEET { ~ V7 A
E-5 AND E-ll ~ va
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
NOTES:
1. FOR EXACT EQUIPMENT SPECIFICATIONS,
REFERENCE THE INDIVIDUAL SPECIFICATION
SHEETS.
2. AU. TERMINAL NUMBERS CORRESPOND TO
TH E PREFlXED DEVICE NUMBER.
3. VERIFY PROPER CT POLARITY FOR NEW RElAys.
UNIT #2
MAIN BREAKER
DEVICE LEGEND:
o 'TERMINAL BLOO<. SWITCHGEAR
IllI 'TERMINAL BLOO<. SHORTING TYPE
o 'TERMINAL. EQUIPMENT
Mce
SEL-351S
,--l
I ,
I, F~%~~T "
SEE E-3
I I
I ,
[89 218 Zll ]212
'A -a lie N
tl
VI fV2~ Ive
TSrl-
! 'T 3 5
Q~C~
~9~9~9~Q
----s
IT 1 _ _
UN_ - - 3-PT'S
I 7288/128V
I FE .5E~
1 TBI-5 VI 2 6 1 V7 :2~
I ~.~
6
TBI-6 V2 4 3
6 Iw
'~
n
~~5E
~ "
Iv_ H
va
-#-
R98
TB2-5
V7
-[}
TB2-B
va
"A" STREET SUBSTATION
THREE-LINE DIAGRAM
MAIN BUS
_A}~",
<I
::>'"
~ ~ili
lie 8~
N ~
SHEET [-4
Y4336E94
MAR 2005
Y4336
z
o
-
~
u
::>
~
~
(/)
Z
o
U
~
o
u...
c
w
::>
(/)
(/)
-
~22-G5
pan ~5\A-STREET SUB - Y43J&\ORAWlNGS\PRO.JMINARY\. Y43J6[85.0WC
..J:!:L~
S9A
5
~
gl
Old
~~
~o
o
~
5
i2
IS1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
i-~"
I lot
I
I
L...__ I
(+)
TO
UNIT
13
TBll-8? R99(+)
TB15
TB18
AT+
TO TRANSFORMER
AlARM TRIP, SEE
SHEET E-S
TBll-ll
SEL-A92
~
~
TRANSF
AlARM
TRIP
OUTl91
SEL-A91
----
T
~-~
SELl I
AlARM I
~-~
SEL-A96 l:-A94
OUT 193 Q.OSE
BLOCK LTC 1OUT192
SEL-A95 SEL-A93
SEl.-A29
T919
TO
UNIT
13
55
.52.
o
56
LTC VOlTAGE CUT-OFF
SEE SCHEMA TIC BElOW
~ "f '1 56
T91-19
S9A T91-4 TBl-3 J-)
(SN) TB2-3
UNIT f1
UNIT 12 UNIT 13 UNIT 14 UNIT 15
-T .~ mO" ~~.) t-' 1:' J" 1:' 1:'
I SEL-A96 sa-A96 SEL-A96 sa-AB6
I
I ! 193 193 193 193
~~I 53 Tsa-A95 psa-A95 psa-A95 psa-A95
::::1: b tT5-7 Ts-7 T5-7 TS-7
ggl 54 I . . ,
I
: 9 ~TS-8
I
I OTB1-8 OTB1S
A -48V TBH2 ~99(-)
- R90
DC- TBl-19 TB11;"9 TB1j;"7 TB1'-7 TBl1-7
LTC
GREEN VOl. T AGE BREAKER
UGHT SPARE CUT-OFF STATUS SPARE
--'I ~'-'I m-] m_] m-"I
13! 511 53! 551 571
bOb 0 b
14 S21 54 561 58
mJ mJ mJmJmJ
AUXILIARY 8REAK~CONT ACTS
TRANSFORMER
r-=-----~--:-::-i ~--~
UNIT 11 I UNIT 12 I
TB2-5 V7 R99 V7A TB2-11 I TB3-19 V7A I W3 01/"",\8-1 TO
129VAC PT -LTCI
....'4 '~'-8.. __~,.. ~ '
~~ ~
I TBl-4 39 I W6
I 0 I I 0 I
L~'-' " ~ - I
-~ --~
LTC VOLTAG~CUT-OFF
TriAxis
I r',><IS 9 -z ~ZOfi1;
upneenng hc.
NO. IDATE
REUSE OF DOCUMENTS
REVISION
TlfIS DOCUIIENT. NIll na: IDEAS NIll DESIGNS INCORl'ORATED
HEREIN. AS AN INSTlUIENT or PROFESSIONAl. SERVICE. IS THE
PROP[RTY or TRIAllIS DlCINmlINc, JNC. _ IS NOT TO lIE
USED. IN WHOlE 011 IN PART. FllR _ 0TIfER PRO.a:T wmtoUT
THE WRITTEN AUTHORIZAnlll or TJUAXIS ENGINEDlIIIG, JNC.
BY I APVO
sa-Z26
TB2
AT-
TO TRANSfORMER
AlARM TRIP, SEE
SHEET E-S
TBl1-12
TAP CHANGER
SEE E19
~lJAGECUT-OFF
lIAR IS lilt INCH ON
ORIGINAl. DRAWING
8 ,.
IF NOT ONE INCH III
THIS SHEET. AD.lJST
SCAUS ACCOIlOINGl Y.
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
DEVICE LEGEND:
o TERMINAl BLOCK, CONTROl. HOUSE
o TERMINAl., EQUIPMENT
0<< BREAKER SOCKET
59 INSTANTANEOUS OVERCURRENT
59N INSTANTANEOUS RESIDUAl OVERCURRENT RElAY
51 TIME OVERCURRENT
51N RESIDUAl OVERCURRENT RELAY
52 BREAKER STATUS
79 REQ.OSING RElAY
o AUxn.IARY CONTACT (OPEN WHEN BREAKER IS OPEN)
b AUxn.IARY CONTACT (CLOSED WHEN BREAKER IS Q.OSED)
LC LATCH CHECK SWITCH
LS MOTOR CUTOFF lIMIT SWITCH
M SPRING CHARGING MOTOR
PS POSITION SWITCH (MECHANICALlY ACTUATED TO MAKE BEFORE
SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE)
SPRING lEASE COD. (CLOSE COIL)
TRIP COD.
ANTI-PUMP RElAY
SR
TC
Y
z
o
-
I-
o
=>
D:::
l-
(/)
Z
o
(,)
D:::
o
I.&..
E-50
Y4336E95 w
=>
MAR 2095 (/)
Y4336 ~
NOTES:
1. All TERMINAl NUMBERS CORRESPOND TO THE PREFIXED
DEVICE NUMBER.
2. THIS ORA WING BASED ON PREVIOUS "A" STREET
SUBSTATION DRAWINGS E-2 ANO E-S.
"A" STREET SUBSTATION
DC SCHEMA TIC
MAIN CIRCUIT BREAKER
UNIT 2
SHEET
3-22-8$
PORT ANGD..!S\A-STREtT SUB - Y43J8\DRAWINCS\PREUMINARy\Y4J36E86 owe
I !;...~S Q -~-~061.
TriAxis
M~pd"enPft hc.
~ TRANSFORMER T UNIT 2 t- - - - - - - - - - _~IT~ - - - - - - - - - - - -48-24V
-------------- -------- DC CONVERTER
SUPPLIED WITH
I TO DC --73-8 1 2 ' , ANNUNCIATOR
I AT+ PANEl . I
I I
I I
DEVICE CONTACTS
,--------1
W25
TANK LOW
On. lEVEL
LTC LOW
On. lEVEL
HIGH On.
TEMP
II)
...
"'
.....
'"
...
~
~
z
<
'"
.....
FAN
CONT ACTOR
II)
~
'"
:s
<
'"
...
~
~
z
<
'"
.....
710-1
5
I
I I
REFER TO
E-ll FOR
"vr BLOCK
WIRING
FIELD WIRE
4-2
27-1
5
NO. IDATE
REMOVE
EXISTING
JUMPERS,
SEE NOTE 2
I
I
I I
I
I
I [
W29
TB2-11
TB2-8
TB2-7
TB2-5
SEE
NOTE 1
TB2-8
~
I
-'i I
I
WJ6 I I I TB2-9
B
TO SEl-351,
IN 182
SEE SH E-5
REVISION
TB2-19
TBI'-11 TRIP
TB11-12
BY I APVD
COM
A12
I
I LTC LOSS OF
I VOLTAGE _ _
-----L~
BATTERY
CHARGER AC
AT+
TB2-7
TO DC PANEl
AT-
REUSE OF DOCUMENTS
THIS OOCUUENT, AND THE IIlEAS AND DESICNS INCORPORATm
HDlEIN. AS AN INSTRlAIENT OF PROfESSIONAL SDMC[, IS THE
PROPOlTY OF TRJAXIS ENCNDuHc. INC. AND IS NOT TO BE
lJS[I), IN lOHOlE OR IN PART. Fa< >>IT OTHER PRO.ECT WITHOUT
TIlE WRITIIN AlITHORlZATlON OF 1RIAXIS ENGINEERlNCl. INC.
+
48V
1-
TB1-1
~
TB1-8
---..,
DC- - - - r--r--
'----no-l ..L I
Al LL
______...J
L_____ ___..,
---71';2-- ...Li
A2 LL
______...J
L_____ ___..,
- -2-;0:; - ...Li
AJ LL
_______...J
L-____
---,
--F~-~-- ...Li
A3 LL
_____...J
L-______
TB4-1
------,
~--~J.: ...Li
~ A4 LL
L-___________...J
------,
~--~~.~c;.~ ...Li
~ A5 LL
L-___________...J
TB4-2
A8
.wlIfS;.
1. THE EXISTING TERMINAL BLOCK TB2 IN UNIT 2 WAS USED
FOR THE TRANSFORMER ALARMS. THE ALARMS ARE BEING
RE-WIRED AND AODmONAL CONDUCTORS MAY BE NEEDED
BETWEEN THE TRANSFORMER AND UNIT 2.
2. REMOVE JUMPERS AT TRANSFORMERS TO PROVIDE
INDIVIDUAL ALARM CONTACTS FOR THE ANNUNCIATOR.
----,
---- rr
.----
1
LL
L-___________...J
TB4-3
DEVICE LEGEND'
49T TRANSFORMER WINDING OVERTEMP
49X-63X TARGET RELAY
6JRRR TRANSFORMER SUDDEN PRESSURE
71 Q LOW OIL LEVEL
86-LOR/T LOCK OUT RELAY TRIP
AM BITRONICS ATAlEl
AIL AMBER INDICA lING LAMP
MICROSHIElD ABB MICROSHIElD 58/51 RElAY
LOR LOCK OUT RELAY
SElCl SEl CONNECTOR
SEl SEl 587
TS TEST SWITCH
VIol BITRONICS VT AIEl
o TERMINAL BLOCK, CONTROL HOUSE
~ TERMINAL BLOCK, TRANSFORMER
o TERMINAL. EQUIPMENT
--t::+- DIODE. 1N548ll 1 eeev 6A
L-L.....I
I ~--------===~
-. ~-----::-- * i: :
I I _....1- I
L _ _ -,=-=--~=--=-_ _ ~
BAR JS ONE ~ ON
ORIGINAL ORAWING
e ,.
IF NOT ONE INO< ON
nus SHEEl. AlWST
SCAUS ACCORDINGL T.
"A" STREET SUBSTATION
-A- STREET SUBST A nON
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
DC SCHEMA TIC
ANNUNCIATOR
UNIT 1
z
o
-
~
U
:J
0=
~
U)
Z
o
U
0=
o
l.L..
SHEET E-6 0
Y4336E136 W
MAR 213e5 ~
Y4336 ~
3-22-9:1
~T ANGELES\A-SlREET SUB - Y43J6\ORAWINGS\PRElDUNARy\ Y4JJ&[97 owe
I frJH"S 9 -~ -~(J6J.
~~
I
~
01
Q,
iii
UI~
~~
Q
1
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
-.J::LA
TriA x is
L.:?p'.-?~n.-?ft hc.
69A
69A
(6N)
(5)
!-~...
I M
I
I
L..__ I
NO I DATE
(+)
TO TO
UNIT UNIT
'12 f4
TBll-8
TB15
~-I
:Ill ...L~
~I -. C
IIlL ~-Z17
TB6
7
TB4
TB2-l
13
SEL-A95
TB19
1i
ClOSE
oun92
SEL-A93
TB11
SEl-A92
.
ounel
TB2e
Ifl'llf9-1
I F ITS I I E~TS I
I I I I
_'~~ L 1~~
T
IS2
Y
TB1-2
't
a
~
~
Ya
TC
i,Z
TBl'-7
Tel-
I
TO TO
UNIT UNIT
12 f4
8
14
Ie
TBI-40 TBI-3
6N
(-)
TB2-3
GREEN eREAKER
UGHT SPARE SPARE STATUS SPARE
TB2-1X TBI-5X TBI-7X TBI-9X TBl-"X
131 511 531 551 57}
b a b a b
14 521 54 561 58
TBI-4~ TBI-6~ TBI-8~ TBl-'9~ TBI-12~
AUXILIARY BREAKER CONTACTS
REUSE OF DOCUMENTS
TB12
55
~
a
56
56
TBl-le
REVISION
BY IAPVD
THIS DOCUIIENT. N</) THE IIlU.S _ DESIGNS INCORl'OllATED
HERElN, AS ... INSTllIJIIENT or PRIlfESSIONAL SDlVIl%. IS THE
PROPERTY or TIUAXIS ENCIIIEERINc:, JNC. ..., IS HOT TO BE
USED. IN WHOl.L OR IN PART. FOR NIY OTHER PRO.ECT wmtOUT
THE lIIRlTTEN AUTHORIZAllON or tRIAXIS ENGINEERIIIO. JNC.
BAR IS OH.E IHO! ON
0RIc:JNAl DRAWING
8 ,-
IF HOT OH.E IHO! ON
THIS SHa:T. AD.lJST
SCAUS ACOORIlINGlY.
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
DC SCHEMA TIC
FEEDER 1291
UNIT 3
SEL:A~6l
SELl I
ALARM I
SEL:~5J
DEVICE LEGEND:
o TERMINAl BLOCK, CONTROL HOUSE
o TERMINAL. EQUIPMENT
0<< BREAKER SOCKET
59 INSTANTANEOUS OVERCURRENT
59N INSTANTANEOUS RESIDUAL OVERCURRENT RELAY
51 TIME OVERCURRENT
51N RESIDUAL OVERClJRRENT RELAY
52 BREAKER STATUS
79 REClOSING RELAY
a AUXIUARY CONTACT (OPEN WHEN BREAKER IS OPEN)
b AUXIUARY CONTACT (ClOSED WHEN BREAKER IS ClOSEO)
LC LATai CHECK SWITCH
LS MOTOR CUTOFF LIMIT SWITCH
M SPRING CHARGING MOTOR
PS POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEFORE
SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE)
SR SPRING LEASE COIL (ClOSE COIL)
TC TRIP COn.
Y ANTI-PUMP RELAY
NOTES:
1. AU. TERMINAl NUMBERS CORRESPOND TO THE PREFIXED
DEVICE NUMBER.
2. OUT 193 TO ClOSE WHEN ANY OVER CURRENT ELEMENT
IS PICKED UP OR WHEN REClOSER IS TIMING.
-A- STREET SUBSTATION
SHEET
[-7
z
o
-
t-
O
::>
~
t-
(/)
Z
o
o
~
o
I.L.
o
W
::>
(/)
(/)
-
Y4336E07
MAR 2005
Y4336
3-22-85 PORT ANCfJ..ES\A-STREET SUB - Y4336\ORAWIHCS'\PREl.IWlNARy\Y43JM:98.0WG
"X''1L~q .~-~ot>l.
68A
-.J:!:L I'T'\
I
1
I
I
I
1
1
I
I
1
1
I
1
1
I
1
I
I
1
I
1
1
I
I
1
1
I
1
1
I
1
01
~I
~I
cl
Ol~
~ll.
"0
C
-H-^
TriA xis
u.P',,7~n'?g hc.
6eA
6eA
(6N)
(S)
!-~"
I II
I
1
L....__ I
S
NO. IDATE
7
TBl-l
7
IS2
~
(+)
TO TO
UNIT UNIT
P. f4
TBJ
~_I
:ll,
~'
L
TB19D TBll 0 TB1J 0 TBl
SEl-AM ~SEl-Ae2 SEl:A~6l
.
SEll I
AlARM I
ounel SEl=A~5J
SEl-Ae5 9SEl-AeJ 9SEL-A81
TB4
Ya
TC
1,2
TB16
TBll-7
TCl-
I
TO TO
UNIT UNIT
P. f4
6
14
lB
TBl-4D TBl-J
(-)
TB2-J
GREEN BREAKER
UGHT SPARE SPARE STATUS SPARE
TB2-1% TBl-S% TBl-7% TBl-9% TBl-ll%
lJ1 511 531 551 571
b a b a b
14 521 54 561 58
TBl-4X TBl-6X TBl-aX TBl-leX TBl-12X
AUXILIARY BREAKER CONTACTS
TB28
TB1-9
TB12
55
55
~
a
56
56
TBl-le
DEVICE LEGEND:
o TERMINAl BLOCK, CONTROL HOUSE
o TERMINAL. EQUIPMENT
0<< BREAKER SOCKET
58 INSTANTANEOUS OVERCURRENT
saN INSTANTANEOUS RESmUAl OVERCURRENT RELAY
51 TIME OVERCURRENT
51N RESIDUAl OVERCURRENT RELAY
52 BREAKER STATUS
79 RECLOSING RELAY
a AUXILIARY CONTACT (OPEN WHEN BREAKER IS OPEN)
b AUXILIARY CONTACT (CLOSED WHEN BREAKER IS CLOSED)
LC LATCH CHECK SWITCH
LS MOTOR CUTOFF LIMIT SWITCH
M SPRING CHARGING MOTOR
PS POSITION SWITCH (IIECHANICALL Y ACTUATED TO MAKE BEFORE
SECONDARIES ENGAGE AND BREAK AfTER SECONDARIES DISENGAGE)
SR SPRING LEASE COn. (CLOSE COIL)
TC TRIP COn.
Y ANTI-PUMP RELAY
z
o
I-t
~
U
::>
D::
~
en
z
o
U
D::
o
La..
Cl
W
::>
en
en
I-t
NOTES:
1. ALL TERMINAL NUMBERS CORRESPOND TO THE PREFIXED
DEVICE NUMBER.
2. OUT leJ TO CLOSE WHEN ANY OVER CURRENT ELElIENT
IS PICKED UP OR WHEN RECLOSER IS TIMING.
REUSE OF DOCUMENTS
lIAR IS ONE INCH ON
ORIGINAL DRAWING
e ,.
IF NOT ONE INCH ON
THIS SHEET. AO.lJST
SCAUS ACCClADINGlY
"A" STREET SUBSTATION
Y4336Eea
MAR 2005
Y4J36
SHEET
E-8
-A- STREET SUBSTATION
CITY OF' PORT ANGELES
PORT ANGELES, WASHINGTON
REVISION
BY IAPVD
THIS DOCUIlENT. AND TIt[ IIlEAS _ ll€SIGNS INCOllPOIlATED
HERDN. AS "" INSlRUUENT OF PROFESSIONAL SEIMCE. IS THE
PROPERTY OF TIUAXIS ENG:IHEERJNC. INC. ..., IS NOT TO BE
USED. IN WHOL[ OR IN PART, FIlII AHY OTHER PRo.ttT WllHOIIT
THE WRITTEN AIITHORIZATION OF TRIAXIS ENGINEERJNQ. INC.
DC SCHEMATIC
FEEDER 1202
UNIT 4
.)-22-1S
POtT ~-SfR[[l suo - Y43J&\DRAWINGS\PRELtt.lINARY\Y43J6EG9 DwG
LQi-tlL q -/.-~ot)b '
68A
-1!:L /T"\
I
1
I
1
I
I
1
1
I
I
1
1
I
1
I
1
I
I
I
~
:1
..,
Uliil
5!~
~lL
U
C
I
1
1
I
I
I
I
1
I
I
I
1
-.!=LA
TriA x is
L0p-neenng me:
68A
68A
(6N)
(5)
i-~"
1 M
I
1
~__ I
5
NO. IDATE
7
IS2
Ii-
T85
(Gn.l~ _
SEl-Z22
TBe
T
TB4
TB1-2
9
I
Ii- .l I J~
TYa
TC
if
Y
6
14
18
TBl-4D TBl-3
H
TB2-3
GREEN BREAKER
UGHT SPARE SPARE STATUS SPARE
TB2-1Z TBl-5Z TBl-7Z TBl-9Z TBl-llZ
13} 511 53} 551 57!
bOb a b
14 521 54 561 58
TBI-4l TBl-6l TB1-el TBl-18l TBI-12l
AUXILIARY BREAKER CONTACTS
(+)
TO
UNIT
14
SEl-Z19 ~SEl-Aes
T818
TO
UNIT
14
T828
REUSE OF DOCUMENTS
REVISION
BY I APIID
THIS llOCUWOIT. _ ll€ DlEAS AND DESIGNS INCClRPORAtm
HEREIN. AS AN INSlIUlDIT OF PROFESSIONAl. SERVICE. IS THE
_TY OF 1RIAXIS ENCINmlJNC. INC. ANO IS NOT TO lIE
USED. IN lIHlU 011 IN PART. fOIl ANY OTHER PRO.ECT WITHOUT
THE WIUTTDI AUTHOIlIZATIaIl OF TRIAXIS ENGINEEIUNCl. INC.
55
~
a
58
56
TBl-18
lIAR IS ONE INCH ON
ORIGINAl. DRAWING
8 I"
IT NOT ONE INCH ON
THIS SHEET. AO.AJST
SCAU;S ACCORDINGl. Y.
SEl':A~6l
SEll I
AlARlI I
SEl:A~5J
DEVICE LEGEND:
o TERMINAl BLOCK, CONTROL HOUSE
o TERMINAL. EQUIPMENT
0<< BREAKER SOCKET
58 INSTANTANEOUS OVEROJRRENT
SON INSTANTANEOUS RESIDUAL OVERCURRENT RELAY
51 TIME OVERCURRENT
51N RESIDUAL OVERCURRENT RELAY
52 BREAKER STATUS
79 RECLOSING RELAY
a AUxnJARY CONTACT (OPEN WHEN BREAKER IS OPEN)
b AUxnJARY CONTACT (CLOSED 'MiEN BREAKER IS CLOSED)
LC LA TGH CHEO< SWITCH
LS MOTOR CUTOFF UMIT SWITCH
M SPRING CHARGING MOTOR
PS POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEFORE
SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE)
SR SPRING LEASE COn. (CLOSE COn.)
TC TRIP COn.
Y ANTI-PUMP RELAY
z
o
......
~
()
=>
D::
~
(f)
Z
o
()
D::
o
I.&...
o
I.&J
=>
(/)
(/)
......
NOTES:
1. ALl TERMINAl NUMBERS CORRESPOND TO THE PREFIXED
DEVICE NUMBER.
2. OUT 183 TO CLOSE 'MiEN ANY OVER CURRENT ElEMENT
IS PICKED UP OR WHEN REClOSER IS TIMING.
"A" STREET SUBSTATION
SHEET
E-9
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
DC SCHEMATIC
FEEDER 1293
UNIT 5
Y4336E99
MAR 2985
Y4336
So-22-85
PORT ANGEl..ES\A-STREEl sua - Y43J6\DRAWINCS\PAELnIINAAy\Y4JJ6E18OWC
TO SVGR. ",>
>~
MeB on.
SECTION I/'l::>.
N"'a;:
X...J .
TB3-& _ ~~~ -V
>i5"-
01-
NO
-n.
\18
I-
u
U
c:;
.J
0
I-
\110
TRAN PRIM SECo RATIO OF PRIM
TAPS TAPS TO SECO
U2-G UI-S2 5.00 TO .20 A.
ACT U3-G UI-S2 &.66 TO .20 A.
U2-G UI-SI 5.00 TO .25 A.
U3-G UI-SI 8.66 TO .25 A
TO
METERING
SECTION
...J
o
II<
I-
N>~
TB2-2 -Y-- S ~ U
"'-..
:idQ:
_30 !!.~~
"'0
~",%
~~~
2- ~chL...
~M~
n.
n.
::>
...,
TriA x is
L0?.b~~.I?'.bft hc.
TB3-10 (MCB SECTION)
8-1
V3 D1 f\
17
\16
\15
-jf-
~
-0_
--'Xr-
---l f--
--<~
-0-
-cr::n-
--a::nr-
DSGN
H STREED
NORMALL Y OPEN } RELAY
NORMALL Y CLOSED CONT ACT
CIRCUIT BREAKER
THERMAL ELEMENT
CAPACITOR
DISCONNECT DEVICE
OPERATING COIL
FUSE
RESISTOR
NO. DATE
+ INSTANTANEOUS POLARITY
o D40
PH
I
PH
DI9 2
o
-/ 0--
-/6-
-0 b 0--
STAY PUT }
SVITCH
CONTACT
SPRING RETURN
SELECTOR SVITCH
~
CAM OPERATED SIJITCH
RE:VISION
D41
C<
'"
"'z
"'0
x_
UI-
I-U
-'"
:>..
..
III
ow
1-%
D39
6 +
~PAR.
4 + '90"
VOL T AG
REG
RELAY
~
3
'"
N
:>
F'DR COMPLETE
SCHEMATIC SEE
INST. BOOK
ALARMS (TRIPS MeB)
;::
MPI
RC
'"
I-
'"
'"
'"
'"
....
'"
CAM OPERATED SWITCHES
LOWER RAISE
- r
120 116 15 .'W 1 2 15 16,
A a 120A
CLR ' 'LR
CLL 'LL
CLRX' 'LRX
CLLX' 'LLX
ST'OP OPEN CLOSED STOP
REUSE OF DOCUMENTS
BY APVD
THIS DOCUWENT. AND THE IDEAS AND DESIGNS INCORI'ORATID
HEREIN. AS AN INSTRUlIENT OF PROf[SSIllNAl. SERVIa:. JS THE
PROPERTY OF TRlAXJS ENCINEERING. INC. _ IS HOT TO lIE
USEe. IN WHOU: OR IN PART. RlR NlY 0THEIl f'Ro.a:T wrntOUT
THE llRITTIN AUTHORlZATlON OF TIUAXIS ENGINEDlING, INC.
o
84H
'"
:>
o
:;
FOR IJINDING CONN. , RATINGS
SEE DIAGRAM NAMEPL
218PI66HOI
TB2-10 (IN METERING SECTION)
REFERENCE DRAIJING. IJESTINGHOUSE DIJG. NO 7756D62
N =;
,
N~
X X
LDC CT XI
600/5
TO SIJITCHGEAR
MCB SECTION
/ ^ "-
CD '"
on , ,
N N
N III III
> l- I-
.... I/'l
.. ..
1.'29 1.'30 1.'35 1.'36
CD ,... ,... CD
'" < <[ <[
4-2 27-1
FAN CONTACTOR LTC-LOSS OF VOLTAGE
ALARM
C26Q-I Xf'MR OIL TEMP.)
...J
..
l-
e
...
'"
..
z
'"
"-
o
I-
TB2-9 (IN METERING SECTION)
@ AUXILIARY CONTACT ON LOAD CIRCUIT BREAKER.
USE, IF DESIRED, TO PREVENT AUTOMATIC OPERATION \lHEN BREAKER
(520 CONTACT IN SERIES \11TH V7 INSTEAD) FUNCTIONS THE SAME.)
@ EQUIPMENT LOCATED IN S\lITCHGEAR.
BAR IS ONE INot ON
OIlICIHAl ORAWlNG
8 I"
IF NOT 0Nt INOl ON
THJS SHEET. AlWST
SCAlLS ACCOROINGl. Y
· A. STREET SUBST A nON
CITY or PORT ANGElES
PORT ANGELES. WASHINGTON
NOTE. THIS DIAGRAM MUST NOT BE USED TO DETERMINE THE EXACT
LOCATION OF APPARATUS, IJIRES DR CABLES ALL APPARATUS
IS SHOIJN IN DE -ENERGIZED POSITION AND ON POSITION
'N' OF THE TAP CHANGING EQUIPMENT.
ACT
C
co
CS
L
R
CTT
FU
H-I,2
HS
LT
LTS
MPI
RC
DC
PTT
R
RS
TL
TS
o
T
4
8
17
26Q
I
2
43
43T
A
M
71Q-2
7IQ-I
84H
B4L
84M
84R
88F
90
L
R
IS OPEN.
"A" STREET SUBSTATION
LEGEND
AUXILIARY CURRENT TRANSFORMER
CAPACITOR
CONVENIENCE DUTLET
RAISE - LOIJER SVITCH
LOVER CONTACT
RAISE CONTACT
CURRENT TEST TERMINAL
FUSE
HEATER
HEATER SVITCH
COMPARTMENT LIGHT
COMPARTMENT LIGHT SVITCH
MECHANICAL POSITION IND.
ELEC. RESET COIL (HAX.-MIN. HANDS)
OPERATION COUNTER
POTENTIAL TEST TERMINAL
RESISTOR
RESET SVITCH
TEST LIGHT - VHITE (INDICATES
'L' , 'R' CIRCUIT CLOSING)
TEST SVITCH FOR 'V , 'R' CIRCUIT
OPERATE CONTACT
TEST CONTACT
rAN CONTACTOR
CIRCUIT BREAKER
SHORTING SVITCH rOR SERVICING
NOTE. OPEN rOR NORMAL OPERATIONS
HOT LIQUID THERMOMETER
rAN CONTACT (STARTS rANS
AUTO. BY LIQUID TEMP.)
ALARM CONTACT - 2ND TRIP
r ANS AUTO -MAN. SVITCH
AUTo.-MAN. SVITCH
AUTOMATIC CONTACT
MANUAL CONTACT
TAP CH. LIQUID LEVEL GAUGE
TRANSF. LIQUID LEVEL GAUGE
HANDCRANK INTERLOCK SVITCH
MOTOR CONTROL LOVER RELAY
MOTOR
MOTOR CONTROL RAISE RELAY
rAN MOTOR - IJITH THERMOGUARD
VOLTAGE REGULATING RELAY
LOVER CONTACT
RAISE CONTACT
[-10
Y4336E19
lAAR 2005
Y4336
8-2
\17 f\ D5
ru ;:: ;::
USA)
DlI 43T 120A 120
A M D37
'" M ,...
l- I-
'" D13
,...
:> CS 84 84
:; L R R R
7
.... It'l
....
N '" ....
120VAC N iij '"
LOSS or '"
27-1 '"
VOL T AGE 84 84 CD
RELAY R L is
'" ,...
.... ....
'" '"
2 &4
L
,...
is T4
'"
:> ...J
...J
'" U
'"
is is
N N N N
l- I- l- I-
D3
SHEET
TAP CHANGER.
SCHEMA TIC DIAGRAM
(REUSE EXISTING DRAWING)
z
o
-
~
u
::>
~
~
(f)
Z
o
U
~
o
lJ...
Cl
W
::>
(f)
(f)
-
3-22-e5
PORT ANCiELES\A-STREET SUB - Y4JJ6\DRAWINGS\PRD..nIINARY'\YUlK110we
~
L;J
'T'
~
~
,.2...
~
....L
~
2-
-!...
....!....
X~
X....!!.....
X ..E..
VIR[ ClINN. II< PANEL 'Ir
.n..
:DIll rRllM
21 D 21
2Z D 2Z
2Z D 2Z
23 D 23
24 D 24
37 43T I
38 ACT U2
39 ACT S2
4lI PTT I
41 90 1
43 TL 2
44 TS 2
45 TS 5
46 84L 2
47 84L 10
---
f!1,.~~r;..:~~~
(j ~ "'t. "7
~i~ \'l-
~ "0
iI ~O ~I:;"")~~" llir.-Ax.-s
;;.l'i".s Clsn1l (:-~
SIONA" {~
I f'MS 9 -/l.-il.061. / &yYQ~~nQg hc.
1~2
1~2
1~2
1~2
{f2o--., I ~2
~ n~
. uo-./ 1~2
l['84WJ
"""
:DIll
I
2
3
4
5
6
8
9
II
II
12
13
14
15
16
17
18
19
19
19
19
20
21
DeSTINATIlI<
rRlJM TO F"ROI
D I 8-1 I
8-23D2rul
D 3 8-2 I
D 48-22
D 58-2443T3
D 6 431 2
D 8 RS 2
D 984R68413
D II HS 3
DllrU2COI
D 12 HS 1
D 13 84R 12
17 2 D 14 CTT 2
17 1 D 15 ACT 6
D1684R2
D 17 84L 1
D 18 DC 2
D 19 90 3 ACT U1
ACT UI PTT 2 RS 3
PTT 2 DC 1
CO 2 D 19 TL I
D 20 90 8
D21907TS6
""DC S
SIZE I ~
14
T.C.
OPER.
MECH.
COMP'T.
uTu
<F.V.)
~
"CLR"
1~2
-cu.'
1~2
'lR'
1~2
'U'
1~2
DESTlNATIIlN
TO F"ROI
CS 1
909TS3
CS 2
84L II
84R 14
CS 3
CTT 1
90 4
90 2
8-1 2
TS 1 TS 4
84R 7 84R 8
84L 14 84R 4
84R II
84R I
DSGN
H STREED
R T"'~~C:T'"
piK M BEANl AND
IAPVD
M BEAN LAND
'1"
WJlt: rRllM
I T
I 120
2 T
2 P-L
3 T
4 T
5 T
6 T
7 T
8 T
I 9 T
I
137 C
37 LL
38 C
38 LR
'IRI S
sm:~
14
IIIRE CllNNECTIlI<S IN CllMP'T 'T'
'I"" S
SIZE ~
14
DESTlNATIIlN
TO rRlJM
184M L1 120 I
1 l20A 1 "PI 1
2LR2L2
2CLL2CLR2
3 120A 2
4LL:ICLLI
5LR>ICLPI
6 11'1 2
71202
8LLX LL2
9LRX2LR2
ILLXILL
184M TI
2LRXILR
184M T2
TAP CHANGER "D'
CONTROL PANEL
<REAR VIEW)
,
I
1
'FU'
CD
I 14
I
I I
,
IIIR( DeSTlNATmN
[;[IDl rRlJM TO rRCM
At Al MCVHT
A2 A 2 MCBLK
A4 A 4 26Q BLK
AS A 5 26Q IIHT
>>5D5TI
DSD8T6
DI3DI3T3
m6DI6T5
m7 D 17 T 4
D18DI8T7
D23D23T8
D24D24T9
116D19T2
118 II 8 ~ 2
V101l10~1
1125 II 25 711>-' IIHT nlH IIHT
1125 7UH IIHT 26Q GRN
V26 \I 26 7lD-l GRN
1127 II 27 >IIH GRN
1128 II 28 26Q llRN
~
~
'84V
VIR[ CONN. EXTERNAl. TO CAB.
"tDC S
SIZE ~
14
Iumd DeSTINATmN :;;;;; S
~ F"ROI TO F"RIlH SIZE. ~
'''''' DeSTINATION
pllll rRlJM TO rRlJM
AS A 5 A 6
D4 D 4 84H 3
D9 D 9 84H 2
DII D II LTS 3
12 m2 D 12 H-I I
12 113 II 3 D I
14 \15 D 3 II 5 8-3 3
116 II 10 II 6 II 4
116 II 4 H-2 2
116 II 6 D 14 D 19
116 D 19 LT 2
117 D 2 II 7 8-3 I
118 II 8 D 15
1111 II II D 6
11I2 II 12 D 20
1129 II 29 A 8
1130 II 30 A 71...-
'ACT'
1~~Grl
~.;. "1St' S"J
'84R'
~~
3 4 e~ 3 4 S 6
as : : BE:8
'PTT'
@ @
2 1
'CTT'
@:I9>
2 I
'DC'
G]
'HS' 'RS' 'CS' '43T'
~ ~ ~ ~~ r1J
W lKJ U ljJ~ l1j
OFF LOWER AUTO
NO. DATE
@
@
@
@
H2
~
'8-2' '8-1'
fl f3 fI
~~~~ t
'TS'
~
.lL
641 T 113
~
REMOVE JUMPER IJHEN '520.'
CONT ACT IS USED.
SHOIJN IJITH DOOR OPENED.
SHOIJN IJITH HANDCRANK IN HOLDER.
CONT ACT CLOSES ON LOIJ OIL.
REVISION
BY APVD
19
,.:!!:
~
~OLT~: R~~ ~
RELAY ~
x~
f"OR COMPLETE: x +
WIRING SEE I ~
INST. BOOK :!t
~~~;~'Ioi~ I
'D'
~
:it
~
~
....!!...
....!!..
,..!!..
~
~
~
~
~
'W'
-r-x
-;...
@ ~ XV76
~.{ --T yo
--;- .
6
r -, I2QYY
T
-;-X
T0-
T
12
II.
Q
Yll7
-
CHARTS or THE lllRE ClJNN[CTmNS rDR THE
lR~= ~~Oor~~ ~~ ~:~
ARE SHO\IN EITHER A~IN1NG THESE AREAS DR ON
DI/G. USTED AT THE RIGHT or THIS EXPLANATION.
VIRE CODE NIl os CIJRIl[SP[J<D TO THOSE
APPEARING ON THE SCHEMATIC DIAGRAM.
')C' PLACED AT THE DEYlCE TERMINAL
INDICATES UNUSED TERMINAL
EXPLANA TlON
REUSE OF DOCUMENTS
8AR IS ON[ INCH ON
ORIG1NAI. llRAWlHG
e "
If" NOT ONE INCH ON
THIS 5Hm. AO.lJST
SCAI.ES ACCORD1NQ. Y.
THIS DOCUlIENT. AND THE IDEAS AND DES1GNS 1NCORPORATED
NEREIN, AS .... INSTRUMENT CF PllOfESSIONAl ~ IS THE
PROPERTY CF TIUAX1S ENGINEERING. 1NC. IH) IS NOT TO BE
USED. IN .....0lE OR IN PART. FOR ANY OTHER PRO.ECT WITHOUT
THE WRITTDI AUTHORlZATlON or TR1AXIS ENG1NEEIl1M(;. 1NC.
\liRE CIJlIt IN CIlNT. CABINET
~tDC S
SIZE I ~
16
""" DESTlNAT1llN
:DIll rRCM TO
1161 LTS I LT I
1162 H-I 2 H-2 I
rRCM
.m>< S
SIZE ~
14
14
'71Q-2'
~
I...- '-
CD--I~I
'LT'
L@-r
AIR BLAST CONTROL PANEL 'A' <F.V.)
'26Q'
--. .---
II~ f 2
~ i~ i! ~
CONTROL CABINET <LV.)
WIRE CONN. ON PANEL 'A'
'A' '4'
T ~ WIRE
T ODE FROM
Tx ss~s
-T I A I
T 2 A 2
T
T '43' 4 4 12
.::t: I.,J./~I 4 8-3 2
S A S
'8-3' MAN. AUTO
ON 6 A 6
I r--- 2
0- -'XrO 7 A 7
~ r--- ~ 8 A B
9 8-3 4
TB3-10 } ~B
TII3-8 SECTmN
T82-1 \!!!
T11-4 ~TERING
T82-2 SECTIIlN
r14~
~
R1 W1l n
,-~~
L L ~ IIIRE CONN ON PANEL 'C'
R VIRE DCSTINATlON
COOE rRCM TO rRCM
1 I L 5 R 4
2 6L2RI
SCHEMATIC DEVlCE-" '-TERMINAL.
~il...,.
L:J
A
Ii 'H-I' 21
REF. 'w'ESTlNGHOUSE D'w'G. NO. 7756D63
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
DESTINATION
TO FROM
4 4
4 S
A 4 8-3 2
43 I
43 2
4 I
4 3
4 11
4 13 4 2
"'IRE S
SIZE ~
14
'W'
'25
'""26
~
~)
-To
~X
~x
-*:
~
36
.
TB2-U '
..
T82-12
S4 T82-8
TO SIIGR
MC1l SECTmN
S5 T82-9 ,.
I i 'H-2' 21
"A" STREET SUBSTATION
TAP CHANGER.
PHYSICAL WIRING DIAGRAM
(REUSE EXISTING DRAWING)
^
W
-
ear
TO rAMS
<3 TOTAL>
JUNCTION
BOX' JU
ND.'S I TO 1D
FllR CDH:CTIllNS
TO .AJNCTWN BOX
SEE 1I\IG. 7756>>62
'7IQ-I'
~
I
@
'84W
~
Z
0
.-.
t-
U
=>
0:::
t-
(/)
Z
0
U
0:::
0
IJ..
SHEET E 11 CI
~~G Y4336Ell W
=>
DATE MAR 2005 (/)
~~OJ Y4336 (/)
.-.
J-22-8!I
PORT ANtn.ES\A-SlREET sue - Y43JS\DRAWlNGS\PREl..nIINART\ Y4JJ&[I2.DWC
H-:NGED PANEl CRY)
FOR THIS PANEL,
SEE SrlEET [-13
sa-2839
~ COMM.
~DC
POMR
ANN
t:. ANN DC
POMR
DlOOE ARRAY
~
A1+
~ TRIP OUT
~ TRAMSI'.
ALARM IN
TriA x is
:.t/?p"..7een..7~ hc.
TO UNIT 2 C>
SEE SH E-~ """
TO UNIT )!" ""
TO u!,;lT 2 "-"',HEA ER,
" ~G ~
I
I
, 70 EXISTING
: liGHTS AND REPT -r
1
I
,
I
,
i f
i I
I
, i
I
! i !
i I I
I
I i I
, I
i I I
I
1 I
, 1
, 1
, ! ,
, I I
I I
I I 1
I I
1 l
! ,
1 I
, , ~6 AC
! I AS SK"
70ft
,
, 1
,
i
i I
,
,
\.
NO DATE
,
I
,
..L' I
!, U
" ,
.Jiz' ! I
en ;F; ;';rf~~
J-- -o('.l lVjt.: U)
Imil
i I : I
! I,
) , J)
3e
161
~~ X.3
UNIT 1
-SEli.(FY)
-
, "-AT-
,...,. TO sa-3515. UNIT 2, 3, 4, 5
"'" ~ TO UNIT 2, SHEET E-14
""" TO UNIT 2. SHEET E-14
I'
,I
d, <Ii II'
... ... !
't ~ II
, ~~w. , d~~~'i~
, /Ei:>9' IjSg!>ilc<
;0;.-..-_ t'?f":t"Ftl f'..;oO
[ !
..If\ TO TRANSFORMER,
. \!./ SH E-18
""'" TO UNIT 12
CA< UI' SH E-14
CA3
~
1
I
,~ ~
,_ ;:11-
1 l
Icjr- ~t~~~~: I
I IA ~
I i TH2 H19)-1 !?
I i L.JJ~ 151<\1" CONT \P<>: I
i, 1 '"Y"\ PWP TRANSF '-V1A
I X1 ~ ,lxI2CFi-24:J~0V
, I'~obo; I i I (SEE7:clk 2)
I,~ ,I
'I' ~:,16 ii,
' 'l~
i J--' NOTE 1) !
, ;~" '9- 0745...9, '" i
I"... v CABLE
I t. ~ ~,' , i622114A I f I
~. A 1 3-pT I
" P I I
, ' l::i!:;:' noc, '20. I !
I ~LJ~.JI ' , I
,1 '8-91 "
L~I I D6-=>
iO 0 ~ y) f
~718f if G j
~~ ~
;; ,~11
'I/O ...
4--~ I i' (
i T J GRD BUS CO
~
iv~l
\'7, V9
II II
~
i:"J~6"
~NEAAEST FRONT
i .
2
3
,
!
I
, I
3
6..\ e'l
, ;
: c....~ 0./;
" ':;1
~~_ '1::r--38 (N)
'XI Ivl:::r 11f>QJGND
3f4QJ
l
VI ---,
V2-
V3-
.
:n=;JJ7l
lIGHTS AND
RECEPTACLES
TRANSFORMER FANS-
lRANSFORMER 14:;-
I
I
I
,
!,;}TO
:3 7see/9375 KvA
iRANSFORMP~
2 67eeo tl -
1 1247e Y!7200
I
I
I
i
I
, I
~~)q ~-
,~ .( K 69015
r~ce
I
I
i
J
I
i
C1
C2
,.~
CG
~
fi
IX
Itl,,-
......,
LL4J,
J J
W=
,~
1<
,...
JLl
ir.~
..-:,...,
-~
REUSE OF DOCUMENTS
REVISION
BY AP\ID
THIS DOCUIlENT, AND lH[ IDEAS _ DESIGNS JNalAPORATm
HEREIN. /oS ..... INSTRUMENT OF PROF[SS1ONAL SERVICE. IS lH[
PROPERTY OF lRIAXJS ENClNEEJuHC;. INC. _ IS NOT TO lIE
USED. IN 'MiQ.E OR IN PART. FOR ANY 01'tER PRO.ECT wrntOUT
THE llRITTIN AUTHORI2AnON OF llUAXIS ENGINEERJNG, INC.
BAR IS ONE INCH ON
ORIGINAL DRAWING
e ,.
IF NOT ONE INCH ON
THIS SHEET. AD.JJST
SCALES ACCORIlINGlY.
I~
j ;"AC 1/3 TO AC PANEL.
'v = SH E-2
r.:..AC 17 TO AC PANEl.,
I ""'SH E-2
I
r.:..
SH [!.; IV '^' l"""Uo, ::::
AC 19 TO AC PANEL. '0'
"'" SH E-2
"""'DC 13/15 TO DC PANEL.
'O'SH E-2
FOR AC PANELS. DC PANELS AND
CABLE SCHEDULES. SEE E-12.
AC 5/1 TO Ae PANEL.
SH E-2
DC 1/3 TO DC PANEL.
SH E-2
""" TO UNIT 2,
"-'" SH E-14
r.:.. Ace TO MANUAl
"",!R"NSFER SWITCH,
SH E-2
· A. STREET SUBST A lION
CITY OF PORT ANGElES
PORT ANGELES, WASHINGTON
~
1, REPLACE 118 GROUND/NEUTRAL CABlES FROM 15KVA
lRANSI'ORMER WITH If> QJ FOR GROUND. f4 QJ FOR NEUlRAI..
2. R98 RELAY INTERRUPTS 128VAC TO LTC CONlROL
. - ~AUTIC'~ C":S'Ql,JER -0 ~~J~.h"E ':...LAPE~S 'htJEN CC;'f':EC1~G rc RE~~-;E EQ-";IC~JE'" r
... - CELL S~-C~ ~'Ht.r-. S...PP...::O 5r<OWN ~~ 8~EAt(E? 1\ 1::'5; PCSlTION
0)90 - ~TC 3~OCK OPERA....::.
S - MOC SWiiCH W..E..... S~PP!-!ED S.I-;Or~'" FOR BREA><EC< IN CoOp.. PCSIT'CN
~ - So;~RT C RCUli NG "'E~""'lt..AL B~CCK
(f) - P~~... F~ Sf
~ - DJY~J" rUse
z
o
.....
~
o
::>
a:::
~
(/)
Z
o
o
a:::
o
u..
o
w
::>
(/)
(/)
.....
~.OTE TO Cl'S"'OMER
I LO:;~"ION ot" A;:"Pt.,RA TVS, MRES OR ~A8LES ....UST ~CT BE :::E'ERl.JI~...ED j':~OJ.) J ~GRAW
2 PA~El C~~..JNEC7!~S S....G~.i\ AS V1E\\'ED !:RO~ J:tEA~ EJ'CfP'" ftS NOTre
3 CO""NEC-Cl'oS APE ~O~ o...PSE SEQJENCE: ~ - 2-3
4 0 Ae:r<A~S. DE'\-~[ ;:-\.'~C7"8!\oS A.N:; NUYEE.~S ARE A".S S'7.l.t~.st..R~
.A. STREET SUBSTATION
SHEET E-12
Y4336E12
MAR 2995
Y4336
WIRING DIAGRAM
TRANSFORMER CUBICAL
UNIT II
3-22-85
PORT ANCn,[S\A-STREn SUB - Y4338\DRAWlHGS\PRELNINARY\ Y4JJ&[,3.OWC
I TRA:F~~MER I UNIT 2 I UNIT 1 - HINGED PANEL I
I DIODE ARRAY ~ I
:, ~:"'" "'-d'-, i i
~...L q - ~ -~C6b
71Q-l W261 I TB2=.6 . o-----t:+--o--TBI-2i SR-2030
TDl-l TD2-1 I COMM CABLES TO
UNITS 2. 3, 4, 5
TDI-2 TD2-2 4r m (+)
W271 TB2-71 I I 1
71Q-2 TBI-3
TDI-3 TD2-3 Z92 (-)
TDI-4 TB2-3 --
W2sl I TB2-5 I I I LL-.@DC 1/3
26Q-2 TBI-4 DC TO DC PANa
TDI-5 SH E-2
TDI-6
TBI-5
TDI-7 TD2-7
D------D+--O
TDI-8 TD2-8
----oL- TB3-1
TDI-9 TD2-9
D------D+--O
TDI-19 TD2-19
TB3-2 r
TDl-11 TD2-11
0
I
TDI-12 TD2-12 N
AT+I m
W29) I I I TBll-11 ~ I-
MODULE AN6148
TRIP ~
TB4
FAN
W39
W35.
L ~ _27-1 W36
5
LOSS
CHARGER AC
TriAxis
'&pneennft #?C.
TB2-8
TB2-9
8
TB2-19
TB3-3
ALARM REPEAT
CONTACTS
ALARM REPEAT
CONTACTS
ALARM REPEAT
CONTRACTS
TB3-4
0)(1)-0)
I I - I
N N IN
mmNo
I-I-~I-
TB3
TB4-1
TB19
ANN+
CONY.
-Tl
:I~
:24V: 4BY.'
!I~
_ _Ll
48V-24V
DC CONVERTER
SUPPUED WI ANNUNCIATOR
,--'---
(+)
TB2-7
ANN-
H
DC 2/4
DC I TO DC PANEL
SH E-2
REUSE OF DOCUMENTS
BAR IS ONE 1N0t ON
ORICINAI. ORAWINC
. I"
IF" NOT ONE 1N0t ON
THIS !ilEET. AO.lIST
SCALES ACCORDINCl.Y.
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
NO. IDATE
THIS OOCUlltNT. AND THE IDEAS AND OEStCNS INCORPORATED
HEREIN, AS AN INSlRUlltNT IF PROf[SSIONAI. SEJMCE. IS THE
PROPERTY IF TIUAXJS ENCINEIRINc, INC. NIl IS NOT TO lIE
US<Il, IN WHCU OR IN PART, FOR ANY OTHER PRO.ECT WITHOUT
THE IlRITTIN AUTHORIZATlCN IF T1UAXIS ENCINEERINc. INC.
REVISION
BY I APIID
"A" STREET SUBSTATION
WIRING DIAGRAM
CONTROL PANEL
UNIT 11
J.EGE;NQ
49T
71Q-l
260
63P-2
63P-l
710-2
WINDING TEMPERATURE
LOW TANK OIL LEVEL
TOP OIL TEMPERATURE
LTC PRESSURE REUEF
PRESSURE REUEF
LOW LTC OIL LEVEL
SHEET
z
o
-
.....
()
::>
D:::
.....
V)
Z
o
()
D:::
o
LL
E-13 0
Y4336E13 I.&J
::>
MAR 2005 V)
Y4336 ~
3-22-85
PORT ANGELt5\A-STREET SUB - Y433e\DRAWINCS\PREllWINARy\Y413aE140WC
I
L
1<','15 q -i/.-i:ct:Jb
2INGED PANEL (RV)
r->$ I
r I
L FOR THIS PANEL,
SEE SH
E-157
TriA x is
'R
'b7?n~~/.7..?g he:
M BEANLAND
VD
M BEANLAND
NO. I DATE
I
UNIT 2
MAIN BREAKER
CEll (rv)
( (
+ -
"9~ @)~ gfPANEl
SH E-2
89
A
2 4
PT
:STB:
~
SEt.
RECEPT
REVISION
Tll-15
TB-18
AC J TO UNIT 3,
;..;./ SH E-18
~~ UNIT I,
TO UNIT 1.
SH E-12
TO UNIT 3,
SH E-18
TO UNIT I,
SHEET E-12
~
#=il TB-8
3 19
4 14
5'
52 TO UNIT 1
SEE SH E-12
A8B VAC
CIRCUIT
9REAKER
~VA
.GRO BUS
o
BUS OUCT
00 00
,.,~ '11"')
REUSE OF DOCUMENTS
BY IAPVD
THIS DOCUIlENT. ANIl THE IDEAS ANIl DESIGNS 1NCCRPClllAm>
HERDN, AS AN INSTRUWENT OF Pfl(lf'ESSI0NAl. SERVICE. IS THE
PlKlPERTY OF TRIAXIS ENc:INEEJUNC:. INt. >><<> IS NOT TO BE
USED. IN WHOLE OIl IN PART. RlR ANY OTHER PRo.ECT WITHClUT
THE llRITTEN AUTHOAIZATlON OF TRIAXIS ENGlHEIRlNG, 1Nt.
BAR IS ONE INCH ON
OAIGINAI. DRAWING
9 ,.
If' NOT ONE INCH ON
THIS SHEET. ANJST
SCAUS ACCORDINGlY.
TO UNIT 3
E-18
TO UNIT ,
E-12
TO TRAIlSf'. LTC POT
SEE SH E-ll
PT I TO UNIT "
SH E-12
C84
C9
· A. STREET SUBST A nON
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
I
WAIN
BUS
@:~~-~2
J
. - CAUTION: OJSTOMER TO RENO'<<. .A.lWPERS YfiEN CCH€CTINC TO
REWOTE EQUIPWENT.
H - CEU. SWITCH. 'IlHEH SUPPLlEO SHOWN FOIl 8REAI<ER IN TEST POSITION
S - Moe SWITCH. 'IlHEH SUPPLlEO SHOWN FOIl IlREAl<ER IN OPEN POSITION
Ii!! - SHORT ClRCUITINC TERMINAl. BLOQ(
eel - PULL FUSE
E=:l- DUWWY FUSE
NOTE TO CUSTOMER
'.LOCATlON OF APPARATUS, WIRES OR CAIlLES MUST NOT BE DETERMINED FROM OIAGRAM.
2 PANEL CONNECTIONS SHOWN AS VIEWED FllOW REAR EXCEPT AS NOTED
3.CONNECTIONS ARE FOR PHASE SEOUENCE '-2-3.
4 OIAGRAMS, OEVlCE FUNCTIONS AND NUMBERS ARE ANSI ST ANDARO
5. INSTANTANEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USlNC THIS
.AJWP[R If' INSTANTANEOUS TRIPS ARE TO BE CUT -QUT DURINC
mCLOSER OPERATION. THIS oAlWPER MUST BE REMOVED
6 6 DEV 99 A+ LTC
7 7 lCFlIRIl TC ALARMS, LOSS OF \/OL T AGE. FANS ON
8. 8 lCMFll HICH OIL TEMP lCf'UR I< LTC LOW OIL
"A" STREET SUBSTATION
WIRING DIAGRAM
MAIN CIRCUIT BREAKER
UNIT 2
SHEET
Y4336E14
MAR 2005
Y4336
[-14
z
o
-
~
()
::>
c::
~
(f)
Z
o
()
c::
o
lJ...
CI
W
::>
(f)
(f)
-
3-22-85 PORT ANG(]..tS\A-STREET SJ8 - Y43J&\DRAWINCS\PREUMINAAy\ T4J36[I5.,OWC
~-J:-~OOl> '
TriAxis
Mp.t7een.t7g mc.
HINGED PANEl (RV)
I
'" -
III III
.... ....
... :.!!
l!! l!!
o
o
o
I
.R
..,
N
III
....
L
M BEAN LAND
NO IDATE
.. ..., _ CD
~ ~ ii! ~
o
o 0 0 0 0 0 0
A22 A23 A24 KJS A26 A27 A2B
1 PORT 1 8
[000000001
000000
o
All A12 A13 A14 A15 A16 A17 A18 A19 A20 A21
a TRANSF
AlARM
TRIP MCll
IIAN, T IIAN. C
215 216 217 218
...
N
III
....
::l
....
..-
III
....
...
~
'" CD
I!! I!!
II)
I!!
~
CD ... CD on ..- .., N i!i '" a; II) ~ '" '"
'" '" I;: '" '" '" I;: < ~ N I;:
N N N N N 4(
I I I I I I I I I I I I I I
0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0:
.IS
CD ..- ... .., CD N II) lii '" N CD .., N N
III I!! III III I!! ~ III ~ lii ~ N N
.... .... .... .... .... I!! I!! III
() () () () () () () .... ....
, V / I!; I I '-y----/
0:
l!! .... I!; e 7J
z 2 ~ -' -
... 0: ....
0: ~ ~ ~
0:
a ....
0
III III a.
~
~
REUSE OF DOCUMENTS
REVISION
THIS DOC:UUtNT. AHD THE IDEAS AHD DESIGNS INCORPORATED
HEREIN. AS AN INSTRUlIENT OF PRCnSSIONAL SDlVIlX. IS THE
PROPERTY OF TR1AXIS ENcINmuNc:. INC. AND IS NOT TO BE
lJS[I). IN WHOlE OR IN PART. FllR NfY OTHER PRO.ECT WITHOUT
THE lIIUTTIN AUTHOIlIZAT1OH OF TRIAXIS ENGINEERING. INC.
BY I APVD
UNIT 2
GND
N
I!!
PORT 2
54321
of;;;;}o
9876
N
~
()
BAR IS ONE 1N0l ON
ORIGINAl. DRAWING
. 1.
IF NOT ONE 1N0l ON
THIS SHEET. AlWST
SCAUS ACCOADINGl. Y.
MAIN BREAKER
SEL-351S
-
PORT 3
54321
o~o
9876
TB
R-Z25 + 1
R-Z26 - 2
R-Z18 c+ 3
R-Z17 C 4
R-Z22 GILl 5
R-Z21 GIL2 6
R-ZI6 T+ 7
R-ZI5 T 8
R-Z2e RIL+ 9
R-219 RIL- E
R':'Ae2 T+ 11
TS1e T
R-AI8 +
R-A17 a
R-A96 R99+
TS8 R9E>- 1
R-A2e AT+
TS12 AT- I
TS2 VI 21,
TS4 V2
TS6 V3
R-ZI2 VB
CTB
TS14 C11 1
TS18 C12 2
TS22 C13 3
TS26 4
TS16 5
TS2B 6
TS24 7
TS28 C84 8
9
iii
-- Ii
R-GND
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
I
I
TBI-9
TB2-8
TB2-9
L FOR THIS PANEL,
SEE SH E-147
TB3-1
TB3-2
TB3-3
TB3-4
STB-l
STB-2
STB-3
STBITO STB
STB-6
~
~
"A" STREET SUBSTATION
WIRING DIAGRAM
CONTROL PANEL
UNIT 2
SHEET
z
o
1-4
~
()
::J
~
~
V)
Z
o
()
~
o
1L.
E-15 C
Y4336E15 W
::J
MAR 2005 V)
Y4336 ~
.l-22-85
PORT ~-STRttT SUB - Y43J6\DRAWINGS\PRELNINARy\ Y43J6[16 OWC
I
L
PX"~S q - ~ -~OOb
-!lINGED PAN~ (RV)
SEl.-35IS
r----------------,
I I
I I
I I
I I
L________________~
15
r----------,
I J
I I
I I
L__________J
L FOR THIS PANEL,
SEE SH E-17 7
TriAxis
L//p-';7een..?ft hc.
NO. I DATE
I
PT
DC' S. 6H
C
CT
~
REVISION
~FA~ .
Lff 2
UNIT 3
48'IDC
(~
~ USPANa SH [-2
TO UNIT 4
SH [-'8
FROM UNIT 2
[-'4
~o UNIT 4
1!ll=!TB1'-8 SH [-18
T81l-7TB1,_8 ~ r-u 2
fl8
69
A
F8~
4
TB11
'3
2
'3
..
CEll ~F'V)
.sm
K
'0
0'
0:
~
SHOATlNG
BLOO<
(~'lP~
. 54
8 55
19 56
" 57
12 5&
T81
GRO
(3) 399:5
SEe.
RECEPT
o
00 W
..,.., ..,
6 f'DR. No 12el
REUSE OF DOCUMENTS
V2
V3
Vi
BY IAPVO
THIS DllCUMDlT. ANO THE IOEAS ANO IlESIQlS IHCClllF'CRATED
HEREIN. AS AN INSTRUIlENT OF PROf[SSIONAl. SDMCE. IS THE
PROPERTY OF TRIAllIS ENGINEERING, INe. ..., IS NOT TO lIE
USf.D. IN -.roLE OR IN PART. f'CR AllY cmo PR<U;CT WIntOUT
THE liRITTEN AUTHORIZATION OF TRIAXIS ENGINtERING. DIe.
BAR IS ONE INCH ON
OIUGDlAl. DRAWING
9 ,"
IF NOT ONE DlCH ON
THIS SHELT. ADoJIST
SCALES ACCORDING!. Y.
TO UNIT 4
[-18
TO UNIT 2
[-14
-A- STREET SUBST A nON
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
I
J
IIllIE:.
,. VERIfY CT POLARm IS CORRECT FOR NEW RtlAYS.
. - CAUTION' CUSTOMER TO RDlOVE .AlMPERS ....EN COHNECTDlG TO
RENOTE EQUIPNENT.
H - CELL SWITCH ....EN SUPPLIED SHOM< FOR BREAl<ER IN TEST POSITION
S - MOC SWITCH. ....EN SUPPUEQ SHOM< FOR BREAKER IN OPEN POSITION
Ii!! - SHORT CIRCUITDlG TERMINAl. BLOCK.
~ - PIJU. FUSE
~ - OUMMY FUSE
NOTE TO CUSTOMER
I.LOCATlON OF APPARATUS, WIRES OR CABLES MUST NOT BE OETERNINED FROM OIAGRAM.
2.PANEL CONNECTIONS SHOM< AS VIEWED FROM REAR EXCEPT AS NOTED
3.CONNECTJONS ARE FOR PHASE SEQUENCE 1-2-3
4 DIAGRAMS, DEVICE FUNCTIONS AND NUMBERS ARE ANSI ST ANOARD
So INSTANTANEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USING THIS
.AlMPER. IF INSTANTANEOUS TRIPS ARE TO BE CUT -OUT DURING
RECLOSER OPERATION. THIS .AlMPER MUST BE RDlOVED
"A" STREET SUBSTATION
Y4336E16
MAR 2005
Y4336
WIRING DIAGRAM
fEEDER 1291
UNIT 3
[-16
z
o
-
t-
o
:::>
0:::
t-
(/)
Z
o
o
0:::
o
I.L..
C
W
:::>
(/)
(/)
-
J-22-9S
P<RT ~-STREET SUB - Y43J6\DRAWINGS\PRD..IMINARY\ Y4JJ6Et7 owe
UNIT 3
HINGED PANa CRY)
I
I
I
I
... ... .... on . ... ~
I!! e i!! e II> m e m TB
.... .... ....
SR-351S
1 PORT 1 He PORT 2 PORT 3 R-Z2S + FB2 --1 5,6N
0 0 0 0 0 0 0 0 0 0 6 6 0 0 0 0 0 0 0 0 0 0 1000000001 54321 54321 R-Z26 - FB4
I I ",.. ,.,.. .... ,.,. '"'" NO NJ7 NJ8 A09 Al0 All A12 A13 A14 A15 A16 A17 A18 A19 A20 A21 A22 A2J A24 A25 A26 A27 A28 o fooooooo' 0 O~O R-Z18 7
T ~ ~ a 9876 9876 R-ZI7 TBl-1i I
B. BLOCK R-Z22
R-Z21 TB2-1.E
GND R-ZI6
R-Z15 TB1-2 9 LFOR
R-Z2e
R-ZI9
R-Ae2
,;, ~ .;, ... ... ,;, .;, . . , , , , TSte
... on .... ... N ... on .... c;; III ... CD on e ... ... THIS PAN EL,
i!! i!! u; c;; II> ... ... ... .... II> N I!! I!! II> II> m II> II> I!! I!! e
II> II> II> .... .... I!! .... .... .... ....
.... .... .... .... .... .... ....
u I SEE SH [-167
R-AI8
R-AI7 TB1-9 55
R-A96 TB11-6
TS8 TB11-7
~-.
TS12 RC
TS2 VI 21 TBJ-l , , (PT
TS4 V2 TBJ-2
TS6 V3 TB3-3
CD .... CD on . ... ... ... on ... R-Z12 V9 TBJ-4
a; CD CD
'" I!: CD I!: CD I!: CD CD CD N N CD CTB
N N N N N < < < N
I I I I I I I I I I I I I I
0:: II:: II:: II:: II:: II:: a:: II:: a:: II:: 0:: a:: II:: a::
TS14 Cll 1 STB-l , I ( CTlTO STB
TSt8 Cl2 2 STB-2
~I /N /M IL/K -/J -Ix -/H -/G -IF -/E -/D -Ie -/B -/A I TS22 Cl3 3 STB-J
TS26 4
TS16 5
TS2e 6
CD . .... ... CD ... on ~ 0 N CD ... N N TS24 7
CD I!! II> II> I!! II> II> N m ~ N N TS28 C84 81- STB-6
b 13 .... .... .... I!! I!! I!! II>
U U U U U U .... .... 9
, V ./ I I I ~ E
II> ... a.. u ~ 11
.... II> ii: .... R-GND
z ~ ...
... .... ....
a:: ~ z =
a:: ... ...
G a:: b
II> a..
L
L
~
REUSE OF DOCUMENTS
"A" STREET SUBSTATION
TriA x is
BAR IS ONE lNaI ON
ORIGINAL DRAWING
8 1"
IF NOT ONE lNaI ON
THIS SHaT. AD.lJST
SCAUS ACCOAIlINGl Y
· A. STREET SUBsr A nON
CITY OF PORT ANGElES
PORT ANGELES, WASHINGTON
WIRING DIAGRAM
CONTROL PANEL
UNIT 3
THIS DOCUUEHT. AND THE IIlEAs AN/) DESIGNS INCORI'ORATED
HEREIN. AS AN INSTRUIIENT OF PROFESSIONAl. SERVU:[, IS THE
PR<lPERTY OF TlUAXIS ENCINmuNC. INC. _ IS NOT TO BE
lJS[D. IN WHOlE OR IN PART. FOR ANY OTHER PRO.ECT wrTllOUT
THE JIUTTDl AUTHORI2ATJON OF TRIAXIS ENGINEERING. INC.
~",-l<{Sn9 -i:-.!:(lOb '
L;7p'n~nn~ hc.
REVISION
NO IDATE
BY I APVD
SHEET
z
o
1---4
~
(.)
::)
0::
~
(/)
Z
o
(.)
0::
o
I.&..
E-17 C
Y4336E17 W
::)
MAR 2005 (/)
Y4336 ~
3-22-85
PORT ANCElEs'y.-STRErT SUB - Y4JJ6\DRAWlNCS\PRtllWINARY\ Y43J6[18.0WC
I
L
I f~"-o'S_-_9--Z~Ci01>-
~IN~ P~EL (RV)
SEI.-35'S
r----------------,
I I
I I
I I
I I
L________________~
15
r----------,
I I
I I
I I
L__________J
L FOR THIS PANEL,
SEE SH E-197
TriA x is
u?..?een..?.;? he:
NO
DATE
I
PT
DC's' 6N
C
CT
~
REVISION
~FA~ ,
Lff 2
SEC-
RECEPT
UNIT 4
cw. (FV)
48VDC
c+) k-)
DC) ~ W~AND.. St [-2
TO UNIT 5
St [-29
fROU UNIT 3
[-18
.!!!!!::!~1-8 ~ ~g.5
1811-7, 1-7 a TO UNIT 3
St [-18
89
A
FB~
TUn
!
2
:rr:::!1!
4
m
o
o
o
o
0'
I:l2I:!
StORTlNG
BlOO<
<m.~'lP...mr
8
"
1i
12
'iiii
AIlIl VAC
ClROIIT
aREAKER
5IlllMVA
GRD. BUS
(3) 399:5
o
6 fOR. No 1291
REUSE OF DOCUMENTS
VI
V2
VJ
Vi
BY IAPVO
THIS IlOClJUDOT. AND THE IIlEAS AND DESIGNS 1NCORPORAm>
HEREIN, AS AN INSTRUMDlT OF PlKHSSIOHAl. SERVICE, IS THE
PROPERTY OF 1lUAXJS ENCIHmlING. JNC. AND IS NOT TO 9E
USED, IN WHOU OR IN PART. F'OA AMY OTtER PRO.ECT wmtOOT
THE 1IIttTTtN AIJ1HORIZA 'IICN OF TRJAXIS DIGINEERING, INC.
aAR IS ONE INOt ON
ORIGINAl. DRAWING
a ,"
Il' NOT ONE 1N0l ON
THIS SHEET. AD.l.IST
SCAlLS ACCORDINGlY.
TO UNIT 5
[-29
TO UNIT 3
[-18
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
I
J
IlllIL.
, VERIFY CT POLARITY IS CORRECT FOR NEW RELAYS.
. - CAUTION' CUSTONER TO REMOVE .lJMPERS .....EN CONN[CTlNG TO
RENOTE [OUIPNENT
H - cru. SWlTOl .....EN SUPPLIED SHOWN FOR 9REAI<ER IN TEST POSITION.
S - MOC SWlTOl .....EN SUPPLIED SHOWN FOR 9REAI<ER IN OPEN POSITION
Ii!! - SHORT CIRCUITING TERMINAl. BlOO<
~ - PUll. FUSE
E::3 - DUMMY FUSE
NOTE TO CUSTOMER
'.LOCATlON OF APPARATUS, WIRES OR CABlES MUST NOT ElE OETERUINED FROM DIAGRAM
2.PANEL CONNECTIONS SHOWN AS V1EW[Il FROM REAR EXCEPT AS NOTED.
3 CONNECTIONS ARE FOR PHASE SEOUENCE '-2-3
4 DIAGRAMS, DEVICE FUNCTIONS AND NUMElERS ARE ANSI ST ANDARa
S. INSTANTANEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USING THIS
.lJMPER Il' INSTANTANEOUS TRIPS ARE TO er OIT -OUT DURING
REClOSER OPERATION. THIS .AJMPER MUST er REMOVED
"A" STREET SUBSTATION
WIRING DIAGRAM
FEEDER 1202
UNIT 4
SHEET
E-18
z
o
1-1
t--
U
:J
~
t--
en
Z
o
U
~
o
lL..
o
W
:J
en
en
1-1
Y4336E18
MAR 2005
Y4336
3-22-95
PORT ANCElE_S\A-STREET SUB - Y43Je\DRAWINCS\PREI...IWINARY\ Y43J6E19 DWG
UNIT 4
F~
I
I
I
... - ... ... It> . '" ~
'" ~ 0; iii '" ~ ~ iii
.... .... .... .... .... TB
SEL-351S
1 PORT I 8 PORT 2 PORT 3 R-Z25 + I ~~-1 5, 6N
0 0 0 0 0 0 0 0 0 6 6 0 0 0 0 0 0 0 0 0 0 1000000001 54321 54321 R-Z26 2
1 I "'" ""'~ ,.", """ ""'" """ NJI NJ8 IC9 Al0 All A12 A13 AI4 A15 A16 AI7 A18 A19 A20 -'21 A22 A23 -'24 A25 -'26 -'27 A28 of.Ull1o o fooooooo' 0 R-Z18 C+ 3 7
T ~ UC 0 9876 9876 R-ZI7 C CS 4 TBH, I
.B. BLOCK R-Z22 Gn.l 5
R-Z21 Gn.2 6
GNO R-Z16 T+ 7
R-Z15 T CS 8 II:II-~ LFOR
R-Z29 RIl.+ 9
R-ZI9 RIl.-
R-A92 1+ 11
,;. ,;, cD .;. cD ,;, ... ... T519 T
~ III t::i Iii lil III . lD . ~ THIS PANEL,
.... N I!! I!! m I!! ~ I!! m I!! I!! ~
III l!! III .... .... I!! .... ....
.... ....
u I SEE SH E-187
R-A1B
R-AI7 TBI-9 55
R-A96 TBII-6
TS8 TB11-7
~-.
TS12 RC
152 VI . 21 TB3-1 , , CPT
154 V2 TB3-2
T56 VJ TB3-3
lD ... '" It> . ~ N '" on (!) '" R-Z12 119 TB3-4
l!:l (!) l!:l (!) l!:l (!) 0; (!) 0; C!) N N CD CTB
N N N N N < < < N
I I I I I I I I I I I I I I
'" '" '" '" '" '" '" '" '" '" '" '" 0: 0:
TS14 cn STB-l , I [ CT )TO STB
T518 C12 STB-2
ISI IN 1M /L /K /J /1 /H/G -/F-/E-/O -/c-/e -/AI 1522 C13 STB-3
TS29
TS24
TS29
'" . ... '" '" N on iii '" N '" Ul N '" 1524
m I!! m I!! I!! I!! m N iii ~ N N ~ TS28 C94
0- .... .... 0- I!! m m
u u u u u u u u .... .... ....
'------ V ./ I I I ~
III ... e, u :S
.... III 0- R-GND
z g 0: ...J
... .... 0-
'" U ~ Z =
0: ... ...
G '" ....
...J 0
m 0..
L
L
~
REUSE OF DOCUMENTS
"A" STREET SUBSTATION
TriA x is
BAR IS ONE IHOl ON
ORIGINAl. DRAWING
. ,"
IF NOT ONE INO! ON
THIS SHILT. AD.llST
SCALLS ACCORDINQ.Y.
· A- STREET SUBSTATION
CITY Of PORT ANGElES
PORT ANGELES. WASHINGTON
WIRING DIAGRAM
CONTROL PANEL
UNIT 4
flllS DOCUIIENT. AND THE IDEAS AND OESlGNS INca<PORATED
HERDN. AS AN INSTRUIlDIT OF PRCnSSION... SERVICE. IS THE
PRllPERTY OF TRIAXIS EN_ JNC. N<<:J IS HOT TO BE
USED. IN IIHDLE OR D'r' PART. FOR ANY OTHER PRO.ECT WITHOUT
THE IOUT1Dl AUTHORIZAnOH OF T1UAXIS ENGINEERING. INC.
I rx,.~S 9 -i/.-il.06A
L;?pn~n,qg hc.
NO. I DATE
REVISION
BY I APVD
SHEET
z
o
.....
~
(,)
=>
0:::
~
(/)
Z
o
(,)
0:::
o
n La..
[-19 C
Y4336E19 l.&.J
=>
MAR 2005 (/)
Y4336 ~
3-22_
PORT AHCEl.ES\A-$TREET sue - Y43J6\DRAWINGS\PREl.JWINNfy\Y4336E29 OWC
I
L
( rx..-,,-1L'f-Z-;:~~l>
--!tINGED PANEL (RY)
I
sa-351S
,----------------,
I I
I I
I I
I I
L________________~
PT
TS
r----------,
I I
I I
I I
L__________.J
~FA~
Lfl2
UNIT 5
CElL (FV)
48\IDC
(+l(c-l
LFOR ee'5. 6N
'--
lc
THIS PAN EL, H!;.-~ I'-'="---fIT13
SEE SH E-217
5 m
8
1 0
8 54 8 2 0
9 55 9
19 58 19 3 0
" 57 11 4 0
'2 58 2 5 0
181 182 808 ce
SHORTING
cTl I IIII BlOO<
, (m.~'WAN"['r
~ 1:('P~ SH E-2
TO UNIT 4
SH E-18
89
~'fd
6N4
I'B~
TB11
sEe.
RECEPT.
TriA x is
REVISION
'L77~;"~~n...?fl hc.
NO. I DATE
AS9VAC
ClRCIJIT
BREAKER
599MVA
GRO BUS
o
00 m
.., ~ PH'')
6 FOR. No.1281
REUSE OF DOCUMENTS
BY I !.PlIO
THIS OOCUIlEIIT. ANO THE IDEAS _ OESIGNS INCORPORATEO
HEREIN. AS AN INSTRUlIEIIT or PRCFESSlOHAl. SERVICE, IS THE
PROPDlTY or TIllAXIS EIIG1NEIR1NG, INC. ANO IS NOT TO BE
USED. IN WHOlE OR IN PART. FOR ~y ontER PRO.ECT WITHOUT
THE O!UTTEN AIJTHORI2ATION or TRIAXIS ENGINEERINC, 1Ne.
BAR IS ONE INCH ON
ORIGINAl DRAWING
9 ,.
IF NOT ONE INCH ON
THIS SHEET. AD.lJST
SCALES ACCOROINGl Y.
P. T. INPUTS
PT) TO UNIT 4
E-18
11
.Ji1
-
-A- STREET SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
I
J
IIllIE;.
1. VERIFY CT POlARITY IS CORllECT FOR NEW RElAYS.
. - CAUTION: CUSTOMER TO RDlcr.f: .lJMPERS YlHEN CONNECTING TO
RElIOTE ECUIPllEIIT.
H - CELl SWITCH. ....EN suppum SHOWN FOR BREAKER IN TEST POSITION
S - lIoe SWITCH WHEN suppum SHOWN FOR BREAKER IN OPEN POSITION
I1!l - SHORT CIRCUITING TERIIINAl BLOCK.
~ - PUlL FUSE
E==:3 - ou....y FUSE
NOTE TO CUSTOMER
z
o
......
r-
u
::::>
a:::
r-
(/)
z
o
u
a:::
o
I.J...
E-20 0
Y4336E28 W
::::>
MAR 2005 (J)
Y4336 ~
1 LOCATION or APPARATUS, WIRES OR CABlES IIUST NOT BE OETER>IINEO FROM OIAGRAIl.
2.PANEl CONNECTIONS SHOWN AS V1EViEIl FROlI REAR EXCEPT AS NOTED
3.CONNECTlONS ARE FOR PHASE SEQUENCE 1-2-3
4 DIAGRAlIS, DEVICE FUNCTIONS AND NUIIBERS ARE ANSI ST ANDARa
5. INSTANTANEOUS TRIPS ARE TIED TO THE TRIP elRCUIT USING THIS
JUIIPER IT INSTANTANEOUS TRIPS ARE TO BE CUT-OUT OURlNG
REClOSER OPERATION. THIS JUIIPER MUST BE REWDVEO.
. A. STREET SUBST A nON
WIRING DIAGRAM
FEEDER 1283
UNIT 5
SHEET
3-22-85
PORT AHGElES\A-STRE[T sue - Y4.3J6\DRAWINGS\P'RWMINARy\Y43J6E2t.DWC
UNIT 5
HINGED PANEL CRY)
I
I
I
I
... ... '" ., ... ... ~
Ul iii ~ iii I!? iii iii i!! TB
.... .... .... .... ....
SEl-351S
1 PORT 1 8 PORT 2 PORT J R-Z25 + 1 ~~ ---1 5. 6N
0 0 0 0 0 0 0 0 0 0 6 6 0 0 0 0 0 0 0 0 0 0 1000000001 54J21 54J21 R-Z26 2
~ Hl9 Al0 All A12 A13 A14 A15 A16 A17 A18 A19 A2fJ A21 A22 A2J A24 A25 A26 A27 A28 o~'o o fooooooo' 0 R-Z18 C+ 3 7
a 9876 9876 R-Z17 CCS 4 TBHi I
III BI.DCK R-Z22 GR.l 5
GND R-Z21 GR.2 6 TB2-1~
R-Z16 1+ 7
R-Z15 TCS 8 TBl-2 9 LFOR
R-Z29 RR.+ 9
R-Z19 RR.
R-A92 1+ 11
T519 T
... ., '" '" N :::l '" '" Iii &l ., ... Q) '" ... ... CD ... cD ,;, i!! .;, .. THIS PAN EL,
Iii i!! Iii Iii Ul .. .. .... Ul ... ~ ~ ID ID iii ID ID l!! l!! i!!
l!! Ul I!? .... .... ID .... .... .... ....
.... .... .... .... .... ....
.... u I SEE SH E-207
R-A18
R-A17 TB1-9 55
R-A96 TBll-6
TS8 TBll-7
I...... I ,
R-A94 +
TS12 RC
TS2 VI 21 TBJ-l , I (PT
T54 V2 TBJ-2
T56 VJ TBJ-J
Q) '" ... ., ... ~ .. ... '" 01 R-Z12 va TBJ-4
~ ~ CD
'" Ia ~ CD Ia Ia CD CD N N Ia CTB
N N N < <
I I I I I I I I I I I I I I
'" '" '" '" '" '" '" '" '" '" '" '" '" '"
TS14 Cll STB-l , I ( CT}TO STB
T518 Cl2 STB-2
ISI IN 1M /L /K /J /I IH IG /F IE 10 /C /B IA I T522 Cl3 STB-J
TS26
TS16
T52B
Q) ... '" ... ... .. ., iii CD ... ... ... ... N TS24
ID l!! ID ID ~ ID ID .. a; iii .. .. T528 C&4
.... .... .... .... 13 .... ID ~ ~ ID
U U U U U U 0 .... .... .... ....
"- V / I I I '-----y---/
Ul ... Q. ~ ~
.... :g Q! R-GNO
i5 ..J .... ;::
'" f;l >< % -=
'" 0 ...
a '" 9 ~
ID Q.
L
~
~
"A" STREET SUBSTATION
REUSE OF DOCUMENTS
TriAxis
BAR IS ONE INCH ON
ORIGINAL DRAWING
B ,"
If NOT ONE INCH ON
THIS SHEET. AlWST
SCAlES ACCORDINGlY.
· A. STREET SUBST A nON
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
WIRING DIAGRAM
CONTROL PANEL
UNIT 5
THIS DOCUIIOIT. _ THE IDEAS AND DESIGNS INCOAPORAml
HOlEIN. IoS A>I INSTRUIIENT OF PRCnSSIONAL SERVICE. IS THE
PROPERTY rT TIlIAllIS ENClNEElIINCl, JNC. _ IS NOT TO BE
USED. IN WHCI.E 011 IN PART. FOR NlY 0lHER PRO.El:T WITHOUT
THE IIRITTEN AU1HClRI2ATlOH rT TRWCIS ENGINtERlNG. INC.
I ""-<IS 9 -~-~tJ(>~'
Up..7~~/7/.;ft hc.
REVISION
BY IAPVD
NO. 10ATE
E-21
Y4336E21
MAR 2995
Y4336
z
o
......
~
o
~
a:=
~
(I)
z
o
o
a:=
o
u...
CI
l.&J
~
(I)
(I)
......