HomeMy WebLinkAbout4.510 Original Contract
</.5/D
RECEIVED
SEP 23 2005
MICHELS POWER
PROJECT MANUAL
for
ELECTRIC UNDERGROUND REBUILD - ELWHA LINE PHASE 3
PROJECT NO. 02-11 C
CITY OF PORT ANGELES
WASHINGTON
AUGUST 2005
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 Englneenng Manager
(360) 417-4702
,...
PROJECT MANUAL
TABLE OF CONTENTS
Electric Underground Rebuild
Elwha Lme Phase 3
Project # 02-11 C
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 Expenence ................................. ......... . ........ ....................................... .. 1-6
List of Proposed Subcontractors .............................. ..... . ...... .............................. ...... ..... . . ..... ... 1-7
Bid Forms ................................ ............. ................... . . . ........................ ... .. . ... . . . . ... .... .. 1-8-10
Bid Bond. ... . ...... .............................................................. . . ... ....... ..................................... . . .. 1-11
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 ......................... . . . . . . . rNA Dept of Labor & Industries]
PART III
SPECIAL PROVISIONS
Special Provisions .......................................................... . ... ............. ....................................... ...3-1-2
ATTACHMENT A:
STATE PREVAILING WAGE RATES (9 pages)
CONSTRUCTION CHANGE ORDER FORMS (4 pages)
APPLICATION FOR PAYMENT (3 pages)
CONSTRUCTION SPECIFICATIONS (13 pages)
CONSTRUCTION STANDARDS (10pages)
CABLE TAGS & PUll TENSION
ATTACHMENT B:
ATTACHMENT C:
ATTACHMENT D:
ATTACHMENT E:
ATTACHMENT F:
ATTACHMENT G:
PROJECT PLANS - ElWHA LINE PHASE 3 (5 sheets)
PART 1
BIDDING REQUIREMENTS
ELECTRIC UNDERGROUND REBUILD
ELWHA LINE PHASE 3
Project No 02-11 C
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 3 00 pm, Tuesday September 6, 2005, 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 direct buried underground 15kV
cables with new underground cables In conduIt.
The City's Engineer estimates this project will not exceed $200,000. The time of completion (performance
period) for this Project is 120 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
The 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 fail 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 bid may be awarded to the lowest responsible bidder. The City of Port Angeles reserves the right to
accept bids and award the Contract to responsible bidders which are 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 received and further advertise for bids. When awarded the Contract, the successful
bidder shall promptly execute the Contract and shall furnish a bond of faithful performance of the Contract in
the full amount of the Contract price.
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.
Glenn A. Cutler, P.E.
Director of Public Works & Utilities
Publish' Peninsula Daily News [August 14 & August 21, 20051,
Dally Journal of Commerce [July 15, 2005]
Copy to. NPBA
ADVERTISEMENT FOR BIDS
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. Subject
to the City's right to reject non conforming bids and to reject all bids, the bid award may be made 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.
1-3
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 followmg 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 sianatorv
C. Insurance certlflcate(s).
1-4
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON)
)
COUNTY OF KING )
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.
~~. ...~-~
19na ~ of Bidder/Contractor
Subscribed and sworn to before me this 2ria day of September
, 2005.
My Comm. Exp.: 8/29/08
,.....'""',,,\, l
_---..:~:~~~.~, Sll\
.: ,.' \-11\8510 ", ~O II
!' ..'o~ /V ". ?::. "
, :(j NO"" ~" (: ~
:.- 1-1 -o..tn~
.-,' '" .)>, -':...( ~
:; \/) : ~. r:IJ : ~
" -1. /Of ~ rn: ~
~ ~ " ~&L.IC 0.: ~
'(0'0' .:
II' ','';> ..'::
I, n^ " ~'08 ..... _, .:-
" i1 . ..... 0'--.
'1(1 v"'iSHING'\ ..---
l \ \.\\ \."....."",......'
Notary Public in and for the
State of Washington.
Residing at Bothell
1- 5
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
1. Name of bidder: Michels Power. a division of Michels Corporation
Registration No. MTr.HF.r.*qqq TR
2. Permanent main office address: 6725 116th Ave. NE, Suite 200
Kirklal id. WA 98033
3. When organized: 1945
4.
Where incorporated:
Wisconsin
5. How many years have you been engaged in the contracting business under your present firm name?
One
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: Overhead arid Underground Power Line
Construction and Repair
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.
The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested
by the City of Port Angeles.
Date:
9/2/05
L2(1~& A. ~
Bidder'~gtt~re
Print Name: John A. Brown
--
Title: Operations Manager
1- 6
=$it
POWER
MICHELS POWER
11711 Northcreek Parkway S. . SUite 0-103 . Bothell, WA 98011
PO Box 808 . Bothell, WA 98041-0808
425485.7908 . Fax 425.485.3418
www.michels.us
City of Port Angeles
Elwha Rebuild Stage 3
Bid Call 02-11
Contracts on hand:
Snohomish County PUD
SR 9 Relocation, Phase 2
Completion Date: Mid November 2005
Contact: Ed Pride 425-783-4748
Wasco Electric Cooperative
Klondike to Reid Tie Line
Completion Date: Mid December
John Burgess 541-296-2740
Grays Harbor PUD
Hoquiam Powell Rd 115kV Line Construction
Completion Date: Mid November
Dan Reed 360-538-6345
Turlock Irrigation District
Dock Crew
Completion Date: Ongoing
Contact: Wade Cockre11209-883-8335
"BUILDING AMERICA, CHANGING THE WORLD"
BROWNSVILLE, WI . SEATTLE, WA . MILWAUKEE, WI . HARRISBURG, PA . NEENAH, WI . TOPEKA, KS
GREEN BAY, WI . EDMONTON, AB . PHOENIX, AZ . BURNSVILLE, MN . SALEM, OR . WOODLAND, CA
"AN EQUAL OPPORTUNITY EMPLOYER"
=~
POWER
MICHELS POWER
6725 116th Ave. NE, Ste 200 . Kirkland, W A 98033
Phone: 425-952-6235 . Fax: 425-952-6244
Partial List of References
COMPANY CONTACT PHONE NUMBER
ABB Tom Luongo 919-856-2372
PO Box 27675
Raleigh, NC 27675
Alliant Energy Jim Wright 608-842-1744
6462 Blanchar's Crossing
Windsor, WI 53598-9650
American Transmission Company John McNamara, P.E. 262-506-6802
N19 W23993 Ridgeview Pkwy. W.
Waukesha, WI 53187-0047
Blaine, City of Sandy Peterson 360-332-8820
1200 Yew A venue
Blaine, W A 98230
Clark Public Utilities Don LiDrazzah 360-992-8877
1200 Fort Vancouver Way Daryl Vietenhelmer 360-992-8829
Vancouver, WA 98668
Dairyland Power Company Rick Willenberg 608-787-1421
3200 East Avenue South
LaCrosse, WI 54602-0817
Grays Harbor PUD Dick Fuher 360-538-6345
PO Box 480
Aberdeen, W A 98520
Kaukauna Utilities Bruce Gomm 920-766-5721
777 Island Street
PO Box 1777
Kaukauna, WI 54130-7077
"AN EQUAL OPPORTUNITY EMPLOYER"
)
-L\r.H4-~
=~
POWER
MICHELS POWER
6725 116th Ave. NE, Ste 200 . Kirkland, W A 98033
Phone: 425-952-6235 . Fax: 425-952-6244
Lewis County PUD Neil Permerl 360-748-9261
PO Box 330
Chehalis, W A 98532
Mason County PUD No.1 Willie Pierce 360-877 -5249
N. 21971 Hwy 101
Shelton, W A 98584
McMinnville Water & Light Patnck Qwnn 503-472-6158
PO Box 638
McMinnville, OR 97128
Minnesota Power Russ Mattson 218-722-5642 x2976
30 W Superior St
Duluth, MN 55802
Port Angeles, City of JIm Harper 360-417 -4702
PO Box 1150
Port Angeles, W A 98362
Puget Sound Energy Brenda Wagner 425-462-3931
805 156th Ave. NE
Bellevue, WA 98009
Rice Lake UtilitIes Scott Reimer 715-234-7004
320 W. Coleman Street
Rice Lake, WI 54868
Reedsburg Utilities Jerry Dorrow 608-524-4381
201 Utility Court Box 230
Reedsburg, WI 53959
Theda Clark Hospital Cliff Schneider 920-729-3049
130 Second Street
PO Box 2021
Neenah, WI 54957
"AN EQUAL OPPORTUNITY EMPLOYER"
-L"CHe~
=~
POWER
MICHELS POWER
6725 116th Ave. NE, Ste 200 . KIrkland, W A 98033
Phone: 425-952-6235 . Fax: 425-952-6244
Turlock Irrigation District
PO Box 949
Turlock, CA 95381
Greg Tucker
209-883-8410
UPPCO
18494 East Canal Road
PO Box 130
Houghton, MI 49931-0130
Bill Nelson
906-483-4576
Wakefield Electric
City Hall
311 Sunday Lake Street
Wakefield, MI 49968
John Granato
906-224-9871
Wisconsin Electric Power Co.
333 West Everett Street
Milwaukee, WI 53201-2046
Bob Owens
414-221-3646
Wisconsin Public Service
700 North Adams Street
Green Bay, WI 54307-9001
Dave Valine
920-433-1611
XCEL
414 Nicolet Mall, 8th Floor
Minneapolis, MN 55401
Steve Dear
612-337-2137
"AN EQUAL OPPORTUNITY EMPLOYER"
:fit
POWER
MICHELS POWER
6725 116th Ave. NE, Ste 200 . Kirkland, W A 98033
Phone: 425-952-6235 . Fax: 425-952-6244
Representative List of Transmission/Distribution Projects
Company Transmission / Distribution Line Projects
Alliant Energy Nevada - Colo Iowa 69 kV TransmissIOn Line - 17 Miles
138kV TransmIssion Lme - 20 Miles
Lyon to Ellsworth
American Transmission
Company 69 kV Wood Pole Replace ManIstIque, MI (Energtzed)
*ManIstique Glen Jenks to Indian Lake
Pulliam Plant work, sWItches, foundatIOn
Russell- JaneSVllle X21
WhItewater 138 kV H-frame RebUIld
*WI Dells to Mauston YI0l 69 kV
PardeevIlle to Cambna 69 kV
X31 Reconductor 138 kV - 22 miles
Forest Junction 138 kV Double CirCUIt Rebuild
SaukvIlle Double Circuit RebUIld
Forest Junction - Rock SS 138kv TransmissIOn Line - 12 Miles
Forest Junction - 138kV Transmission Line - 11 Miles
SaukvIlle to GrandvIlle ObI Ckt 138kV TransmISSIOn Line - 18 MIles
Rock S.S. - Green Bay ObI Ckt 138kV TransmiSSIOn Line - 14 MIles
138kV TransmIssIOn Line - 16 MIles
138kV TransmIssIOn Lme - 20 MIles
138kV TransmIssIOn Line - 8 MIles
Clark County P.ll.D. *OH RebUIld and ReconstructIon
*OH Rebuild and RelocatIOn
*115kV TransmIssion
RebUIld and Reconductor
Install Duct System & J-Boxes
12.5 kV Overhead DIstnbution Lme RebUIld
12.5 kV Overhead DIstrIbution Lme RebUIld
Install Dnlled PIer FoundatIOn & Steel Poles
Dairyland Power Company Abbottsford 69/69 kV TransmissIOn Line - 25 MIles
Mauston 69kV TransmIssion Line - 31 Miles
Grays Harbor P. ll.D *12.5kV dIstributIOn; 115kV transmIssIOn, mcludmg dnlled pIer
foundatIOns & fIber optic cable
*Plowmg pnmary cable
*4kV to 12.5kV conversion
"AN EQUAL OPPORTUNITY EMPLOYER"
-.L\CH~.(
;~
POWER
MICHELS POWER
6725 116th Ave. NE, Ste 200. Kirkland, W A 98033
Phone: 425-952-6235 . Fax: 425-952-6244
12kV UG Feeder
DirectIOnal drIlling
Kaukauna Utilities Underground DIstrIbution
T&E DIstribution Work
Lewis County P.U.D. 69 kV Rebuild wi 12 kV Underbuild
Mason County P.U.D. Overhead Rebuild
Overhead Rebuild
Main TIe Feeder
Madison Gas & Electric Gold Drive Cable Replacement
Marshfield Electric DistributIOn OH
Menasha Utilities Fox Street
Oconto Electric Overhead DIstrIbution RebUIld
Pacific County P.U.D. UG PrImary Cable Plow
People's Coop Overhead DIstributIon Rebuild
Port An~eles, City of Install Underground Cable Feeder
Puget Sound Energy *115kV TransmIssion re-route wIth underbuild 10.5 miles
U G Feeder ExtenSIOn
OH to UG ConverSIOn
OH to UG ConverSIOn
UG Feeder Extension
OH RebUIld And Reconductor
Blanket Contract- DistributIOn & TransmIssion
Reedsburg Utility Muni Substations
Riverland Energy BrIce Double CirCUIt
PIgeon Falls
Stoughton Utilities *Overhead DistributIOn RebUIld
Turlock Irrigation District *Dock work
17 MIles of 115kV TransmISSIOn and 12kV DIstribution Includmg
Foundations
12k V Double and Smgle CirCUIt ConstructIOn - 3 mIles
Construction of 15 mIles of 0 H Fiber OptICS
Wasco Electric Coop 7.2 kV DistrIbutIOn Line RebUIld
WE Energies Underground DistrIbutIOn
Overhead DIstrIbution
White water 138 kV TransmIssion Lme
Badger to ClintonvIlle 138kV TransmISSIOn Line - 8 MIles
Underground DIstrIbution (Annual Contract)
DistrIbution varIOUS
*URD
WI Public Service Oshkosh Cable Replacement
"AN EQUAL OPPORTUNITY EMPLOYER"
.-t..\CHe~
:M
POWER
MICHELS POWER
6725 116th Ave. NE, Ste 200. KIrkland, W A 98033
Phone: 425-952-6235 . Fax: 425-952-6244
345 kV Structure Replacement Waupaca
Abbottsford 138kV TransmISSIOn Line - 18 MIles
Wausau 138kV TransmIssion Line - 20 MIles
StIles/Cnvitz Reconductor 69/69 kV TransmISSIOn - 32 Miles Dbl Ckt
StIles 138kV TransmiSSIOn Lme - 4 MIles
XCEL Energy *Overhead DIstribution RebUIlds
Alma to GoodvIew 69kV TransmiSSIOn Line - 22 MIles
Ashland to Hayward 161 kV Transmission Line - 52 MIles
Eau Claire 69 kV TransmIssion Lme - 8 Miles (Helicopter)
Rockelm to Redwing 138 kV H Frame TransmIssion Line - 11 Miles
* IN PROGRESS
PrOjects ongomg are propnetary and subject to confidentlahty and nonmscIosure agreements contained m those contracts.
Therefore, we may not mscIose some of the speCifiC mformatlOn you have requested.
"AN EQUAL OPPORTUNITY EMPLOYER"
=~
POWER
MICHELS POWER
11711 Northcreek Parkway S. . Suite 0-103 . Bothell, WA 98011
PO Box 808 . Bothell, WA 98041-0808
425.485.7908 . Fax 425.485.3418
www.michels.us
This list is comprised of equipment owned by Michels
Corporation and available for any project.
Description
Dump Trucks
Pick-up Trucks
Truck Tractors with Fifth Wheel
Equipments, Pole, Pipe and Tool Trailers
Trucks With Mounted Cranes, Ladders or Buckets
Flatbed Utility Trucks
Trucks With Mounted Winches
Trenching and Ditching Machine some With Mounted Plows
Graders
Trailer Type Cable Plows and Crushing and Related Equipment
Self-Propelled Rollers and Trailer Rollers
Portable Power Compactors
Hydraulic Backhoes, Cable Backhoes and Cable Cranes
Crawler Tractors, Front End Loaders, Wheel Cable Plows
and Crawler Tractors with Mounted Plows
Wheel Type Tractors with Mounted Front End Loaders and Backhoes
Self-propelled Power Hammers/Concrete Breakers
Wheel Tractors with Mounted Sweepers or Various Little Cable Tools
Wheel and Crawler Tractors With Side Booms
Auger Backfilling Machines
Air Compressors
HOrizontal Earth Boring Equipment
TOTAL VALUE OF OWNED EQUIPMENT
All equipment purchased between 1990 and 2005
"BUILDING AMERICA, CHANGING THE WORLD"
Quantity
121
72
43
283
109
64
6
67
5
138
15
62
30
Appraised Market Value
$2,700,000.00
$601,500.00
$1,800,000.00
$1,050,000.00
$3,815,000.00
$498,500.00
$90,000.00
$1,474,000.00
$280,000.00
$8,400,000.00
$39,000.00
$11,300.00
$2,100,000.00
137
103
16
31
15
11
97
55
$7,535,000.00
$2,369,000.00
$161,000.00
$236,000.00
$350,000.00
$16,500.00
$550,000.00
$8,250,000.00
$42,326,800.00
BROWNSVILLE, WI . SEATTLE, WA . MILWAUKEE, WI . HARRISBURG, PA . NEENAH, WI . TOPEKA, KS
GREEN BAY, WI . EDMONTON, AB . PHOENIX, AZ. . BURNSVILLE, MN . SALEM, OR . WOODLAND, CA
"AN EQUAL OPPORTUNITY EMPLOYER"
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".
NO SUBCONTRACTORS WILL BE USED
o erations Manager
1-7
BID FORM
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER: Michels Power, a diVe Of Michels REGISTRATION NO.
Corp.
MICHEC*999JB
DATE:
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:
CNA Surety
Surety
W~ihl~ &. r.Rhill
Agent
CNA Plaza, Chicago IL 60635
Surety address
2300 Cabot Dr., Ste 100. Lisle 11 60533
Agent Address
630-245-4602
Surety Contact and Phone Number
630-245-4600
Agent Contact and Phone Number
1-8
BID FORM
BID FORM
ELWHA REBUILD (STAGE 3)
PROJECT
02-11
No. BID ITEM UNITS BID LABOR & EQUIP. ITEM COST
QTY COST PER UNIT
INSTALLS
1 Trenchinq and Backfill Feet 5400 14.00 75,600.00
2 Conduit 5" PVC Feet 10800 1.25 13,500.00
3 Conduit 4" PVC Feet 5400 1.00 5,400.00
4 U 3 04 (Sectionalizing Cabinet and Vault) Each 6 2,800.00 16,800.00
5 Install Vault Each 8 3,000.00 24,000.00
6 Cable Circuit ft 5600 4.25 23,800.00
7 U 3 02 (Termination Three Phase UnderQround) Each 2 3,200.00 6,400.00
8 Backfill Man Hole Each 3 1,950.00 5,850.00
REMOVALS
1 Man Hole and Vault Lid Each 3 4,000.00 12,000.00
2 UG Riser and Terminations Each 2 1,800.00 3,600.00
" 1_.. _. ^ ^^^ ^^
oJ ; ,. v v 1..'; ,."vvv.vv J,vvv.vv
Company Name: 1'1 cb~'1 a 0 ~ Michels Cprp.
Authorized Signature: q, P. :... .... 1'JaIe: 9/2/05
Title: Operations MRTI!'lger
1-9
t()lIlr/(,x}c,7 C tJS r
StJdroTAL COSt IJ / ero. 'lSO
,
.<;IJI.J~ T;u &" 3~ J 5. 5/ to , ~s
To r,4L Co~r l1-tJ~ 4-6t, ~ ~
If ,v'S'~~ ./ ~ Je/...{ t:.
d / I..J (;/ If"''; rI t;' . H '1 p%~
WA State Contractor License No. MICHEC*999JB
Expiration Date:
4/5/06
Attached hereto is a postal money order [ l, surety bond [ xl or cashier's check [ l, drawn in favor of the City of Port
Angeles, in the amount of Fivp Pprrpnr ('l'Z) nf hi n dollars ($ ), which amount is not less
than five percent (5%) of the total bid price.
Reassignment of the bid award shall not be permitted unless authorized in writing by the City.
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.
ADDENDA ACKNOWLEDGMENT
The bidder hereby acknowledges that it has received Addenda Nos. 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 se~ed below.
.... ~ --
Authorize Signature
~~k~
By: John A. Brown
Title: Operationsl:Manager
Address: PO Box 808
Bothell, WA 98041-0808
Phone ( a25.) 952-6235
1-10
BID BOND FORM
Herewith find deposit in the form of a cashiers check, postal money order or bid bond in the amount of $
which amount is not less than fIVe (5%) percent of the total bid.
SIGN HERE
BID BOND
KNOW ALL MEN BY THESE PRESENTS:
Michels Power A division of Continental Casualty
That we, Michels Corporation as Principal and Company as Surety, are held and firmly
bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of 5..% of Amount Hi c1 Dollars, for the
payment of which the PrincIpal and the Surety bind themselves, their heirs, executors, administrators, successors and
assigns, jointly and severally, by these presents.
The condition of this obligation is such that If the Obligee shall make any award to the Principal for:
Electric Underground Rebuild - Elwha Line Phase 3 Project No. 02-11C
according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with
the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof.
with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to
the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null
and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the
Obligee, as penalty and liquidated damages, the amount of this bond. \" III
,,\\\~ coM"'11
~ ",~'\).,...... ..I:JO ".-:
.$'~~., ". ~~
.... O!EJO!i- . - ~ ...
: Cr'VRPOA-1 ". ~~
. r-A ~ - _
: " .0-
,:2=
L ' ...
, ...
." ~-" ,.' ~
~ 'V':,.... 0.. ~
~",:,.sCo NS\~ """
111I fllI\\"\
SIGNED, SEALED AND DATED THIS
Michels Power A division of
Michels Corporation
Principal
6th
day of
BY:
Continental Casualty Company
Surety
CNA Plaza, Chicago IL 60685
Surety Address
Ste 100 T.i!';lp IT, n05..1.2.-
Patrick Holland 630-719-3013
Surety Contact & Telephone Number
Mike W~ihl~ n10-?~S-~nnn
Agent Contact & Telephone Number
Dated:
Received return of deposit in the sum of $
1"11
55
STATE OF ILLINOIS
COUNTY OF DUPAGE
I, Melissa M. Newman Notary Public of DuPaqe County, in the State of
Illinois, do hereby certify that Esther C. Jimenez, Attorney-in-Fact, of the
Continental Casualty Company
who ~ personally known to me to
be the same person, whose name ~ subscribed to the foregoing instrument,
appeared before me this day in person, and acknowledged that she signed,
sealed and delivered said instrument, for and on behalf of the
Continental Casualty Company
for the used and purposes
therein set forth.
Given under my hand and notarial seal at my office in the City of Lisle, in
DuPage County, this 6th
day of September
AD., 2005
to-
)
My Commission expires: February 12, 2006
Notary Seal:
"OFFICIAL SEAL"
MELISSA M. NEWMAN
~otary P~blic, State of Illinois
rv/y CommIssIon Expires 02/12/06
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
ThIS Power of Attorney IS made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the
Company.
"Article IX--Execution of Documents
Section 3. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
PreSIdent may, from time to time, appoint by written certificates attorneys-in-fact to act m behalf of the Company in the execution of policies of
msurance, bonds, undertakmgs and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitatIons set forth in their
respectIve certIficates of authority, shall have full power to bind the Company by their signature and executIon of any such instruments and to attach the
seal of the Company thererto. The Chairman of the Board of Directors, the PreSIdent or any Executive, Senior or Group Vice President or the Board of
DIrectors, may, at any tIme, revoke all power and authonty previously given to any attorney-m-fact."
ThIs Power of Attorney is signed and sealed by facsimIle under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17th day of February, 1993.
"Resolved, that the signature of the President or any ExecutIve, Semor or Group Vice President and the seal of the Company may be affixed by
facsimIle on any power of attorney granted pursuant to Section 3 of Article IX of the By-Laws, and the signature of the Secretary or an ASSIstant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certIficate bearing such
faCSImIle sIgnature and seal shall be valid and bmding on the Company. Any such power so executed and sealed and certified by certIficate so executed
and sealed shall, with respect to any bond or undertaking to which it IS attached, contmue to be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA:
ThIs Power of Attorney IS made and executed pursuant to and by authority of the followmg By-Law duly adopted by the Board of Directors of the
Company
"Article VI--Execution of Obligations and Appointment of Attorney-In-Fact
Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of DIrectors, the PreSIdent or any ExecutIve, Senior or Group Vice
PreSIdent may, from time to time, appoint by written certificates attorneys-m-fact to act in behalf of the Company in the execution of policies of
insurance, bonds, undertakings and other obligatory instruments of lIke nature. Such attorneys-in-fact, subject to the limitations set forth m their
respectIve certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously
given to any attorney-in-fact."
This Power of Attorney IS SIgned and sealed by facsimIle under and by the authonty of the followmg Resolution adopted by the Board of Directors of the
Company at a meetmg duly called and held on the 17th day of February, 1993.
"Resolved, that the sIgnature of the President or any Executive, Semor or Group V Ice President and the seal of the Company may be affixed by
faCSImile on any power of attorney granted pursuant to SectIOn 2 of Article VI of the By-Laws, and the signature of the Secretary or an ASSIstant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
faCSImIle signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certIfied by certIficate so executed
and sealed shall, WIth respect to any bond or undertakmg to which It is attached, contmue to be valid and bmdmg on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD'
ThIS Power of Attorney is made and executed pursuant to and by authority of the followmg Resolution duly adopted on February 17, 1993 by the Board
of DIrectors of the Company.
"RESOLVED That the President, an ExecutIve Vice President, or any Senior or Group Vice President of the CorporatIon may, from trme to tIme,
appoint, by wntten certIficates, Attorneys-in-Fact to act in behalf of the CorporatIOn in the execution of poliCIes of insurance, bonds, undertakings and
other obhgatory mstruments of like nature. Such Attorney-in-Fact, subject to the lImItations set forth in their respective certIficates of authority, shall
have full power to bmd the Corporation by theIr signature and execution of any such instrument and to attach the seal of the Corporation thereto. The
PreSIdent, an Executive VIce PreSIdent, any Semor or Group Vice President or the Board of Directors may at any time revoke all power and authority
previously given to any Attorney-in-Fact."
This Power of Attorney is signed and sealed by facsimIle under and by the authority of the following ResolutIon adopted by the Board of Directors of the
Company at a meetIng duly called and held on the 17th day of February, 1993.
"RESOLVED. That the signature of the President, an Executive Vice President ot any Semor or Group Vice President and the seal of the
CorporatIon may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of DIrectors on February 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by faCSImile to any certIficate of any such
power, and any power or certificate beanng such facsunile signature and seal shall be valid and binding on the CorporatIon. Any such power so
executed and sealed and certIfied by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, contmue to
be vahd and bmding on the Corporation."
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That Continental Casualty Company, an IllinOis corporation, National Fire Insurance Company of Hartford, a
Connecticut corporatIon, and American Casualty Company of Readmg, Pennsylvama, a PennsylvanIa corporatIon (herein called "the CNA Compames"),
are duly organized and eXIsting corporatIOns having their principal offices m the City of Chicago, and State of Illinois, and that they do by virtue of the
sIgnatures and seals herein affixed hereby make, constItute and appoint
William P Weible, Molly M Moran, William Cahill, Kimberly Sawicki, Deborah Buss, Patricia J Kenis, Kimberly
K Libers, Melissa Newman, Karen A Ryan, Esther C Jimenez, Individually
of Lisle, IL, theIr true and lawful Attorney(s)-in-Fact with full power and authonty hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of sImilar nature
- In Unlimited Amounts -
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authonzed officer of theIr corporatIOns and all the
acts of saId Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney IS made and executed pursuant to and by authonty of the By-Law and Resolutions, printed on the reverse hereof, duly
adopted, as mdicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Semor VIce PreSIdent and their corporate seals to be
hereto affixed on this 8th day of August, 2005
OFFICIAL SEAL
B.JZA PRICE
WJTNf'I pwuc. 81'ATI 0# ~
tIIt~~'_
My Commission Expires September 17,2005
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
CERTIFICATE
I, Mary A. Ribikawskls, Assistant Secretary ofContmental Casualty Company, an IllInois corporation, NatIonal Fire Insurance Company of
Hartford, a ConnectIcut corporation, and Amencan Casualty Company of Readmg, Pennsylvania, a Pennsylvania corporation do hereby certify that the
Power of Attorney herein above set forth IS stIll m force, and further certify that the By-Law and Resolution of the Board of DIrectors of the corporations
pnnted on the reverse hereof is still in force. In testImony whereof! have hereunto subscribed my name and affixed the seal of the said corporations thIS
6th day of September 2005 .
Form F6853-1l/2001
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
(2~
kis
Assistant Secretary
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are provIdmg thIS
disclosure notice for bonds and certain insurance polIcIes on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certam insurance policies written by anyone or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, P A, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay mnety percent (90%) of covered terrorism losses exceeding the
applicable surety/insurer deductible.
Form F7310
PART 2
CONTRACT FORMS
(TO BE SUBMITTED AT CONTRACT EXECUTION)
PUBLIC WORKS CONTRACT
~~ D~
This Contract is made and entered into in duplicate this ~ day of~, 2005 by and between
the City of Port Angeles, a non-charter code city ofthe State of Washington, hereinafter referred to as "the
City", and Michels Power, 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 ofthe 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 Underground Rebuild - Elwha Line Phase 3,
Project 02-11C
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) 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 120 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 of the specified
time.
3) Compensation and Method ofPavment.
a) The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as
incorporated in the Project Manual.
2-1
b) Payments for work provided hereunder shall be made following the performance of such work,
unless otherwise permitted by law and approved in writing by the City. No payment shall be made
for any work rendered by the Contractor except as identified and set forth in this Contract.
c) Progress payments shall be based on the timely submittal by the Contractor of the City's standard
payment request form.
d) Payments for any alterations in or additions to the work provided under this Contract shall be in
accordance with the Request For Information (RFI) and/or Construction Change Order (CCO)
process as set forth in 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 of the 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 of liability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the City, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
2-2
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 ofthis indemnification. This waiver has been
mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Contract.
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 ofthe 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 Oland
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 Liability insurance with a minimum combined single limit for bodily injury and
property damage of $1 ,000,000 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.
2-3
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 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.
2-4
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.
11) Contract Administration.
This Contract shall be administered by.John Brown 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:
Michels Power
P.O. Box 808
Bothell, W A 98041-0808
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, WA 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:
Michels Power
. ~~r:i
By. ..x. II ...
Brown
~,J)O UL
Mayor
Title: Operations Manager
I
~p~roved as to Fo~
'I/~.
City Attorney
Attest:
..6Q~~. J..)!'fhYr.
City rk I
2-5
I<
.
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles
KNOW ALL MEN BY THeSE PRESENTS:
That we, the undersigned, Michels Power, A Division of Michels Corporation _ as Principal, and
a corporation, organl1;ed and existing under the laws of the State of IL . a corporation, organized
and exls~ng under the laws of the State of Washington to become surety upon bonds of contractors with
municipal corporatloras as ftUW~ are ~olntly and severally held and nrmly bound to the City of Port Angele8 In
the penal Bum of $ SEE *-. ELO for the payment of which sum on demand we bind ourselves and our
suocessors, heirs, administrators or personal representatives, as the case may be.
Bond # 929378572
This obligation Is entered Into pursuant to the statutes of the State of Washington and the ordinances of the City
of Port Angeles.
Dated at Kirkland , Washington, this 1st day of
October
.2005.
The condltlons of the above Obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to lIt to the said
the above bounded Principal, a certaIn contract. the said contract being numbered .Q2.11C, and providing for
ElectrIc Underaround Rebuild - Elwha Line PhI" 3. (which oontract is referred to hereIn and is made a part
hereof as though attached hereto), and
WHEREAS, the said Principal has accepted. or Is about to accept. thl !laid contract, and undertake to perform
the work thereIn provided for In the manner and within the time set forth; now, therefore,
If the said PrincIpal, Michels Power, A Division of Michels Corpor~5PtB1Pfalthfully perform all of the
provisIons of said contract In the manner and within the time therein set forth, or withIn suoh extensions of time as
may be grantld under saId contract. and shall pay al/ laborers, mechanIcs, subcontractors and material men, and
all persons who shall supply said PrinCipal or subcontractors with provisions Bnd supplies for the carrying on of
said work, and shslllndemnify and hold the City of Port Angeles harmless from any damage or expense by
reason of failure of perfonnsnce as specified in said contract or from defects appearing or develOPing in the
materIal or workmanship provided or performed under said contract within a period of one year after Its
acceptance thereof by the City 01 Port Angeles, then and in that event, this obligation shall be void; but otherwise,
it shall be Bnd remaIn In full force and effect.
SIgned this 1st day of
October
,2005.
",""1111/_/
", CO COR 'I,
~'~'V.."...... ./:)0 ///..-
~X" .." .0. ~ ..-
2.fi....c,ORPOA..q ....)7~
~I ::~, _. "'-"'6=
=: - : 2=
By ~~ ~-:. :.SEA.L i 1
n . Brown ~ Ii-. ..0 ...:_
Operations Manager "....... "/SCO' 'N'.-S"\~ ,....,...
T'tl 'I, \\'
Ie 'ffllll\l\\\
CONTINENTAL CASUALTY COMPANY
Su
By
Patricia J. Ke s
Attorney-In-Fa
Title
CNA Plaza, Chicago, IL 60685
Surety Address
Patrick Holland
630-719-3013
Surety Contact & Telephone Number
2300 Cabot, Ste. 100, Lisle, IL 60532
Surety Agent & Address
Patricia J. Kenis
630-245-4621
Agent Contact & Telephone Number
n*n ONE HUNDRED EIGHTY SIX THOUSAND NINE HUNDRED FIFTY AND NO/100 ($186,950.00)
2-6
NOTARIAL ACKNOWLEDGEMENT
STATE OF ILLINOIS
COUNTY OF DUPAGE
On this 1 st day of Oct,ober, 2005, before me, Melissa M.
Newman, Notary Public of the State and County aforesaid,
residing therein, duly commissioned and sworn, personally
came Patricia J. Kenis, to me known, who being by me duly
sworn according to law did depose Continental Casualty
Company, the corporation described in and which executed
the foregoing instrument: that she knows the seal of said
corporation: that it was so affixed by order of The Board of
Directors of said corporation and that she signed this name
thereto by like order: that she executed and delivered such
instrument on behalf of said corporation as its voluntary act
and deed for the uses and purposes therein mentioned.
~ ~
Notary Public
"OFFICIAL SEAL"
MELISSA M. NEWMA~ .
Notary Public, State of illinOIS
My commissIon Expires 02/12/0~
~
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That Continental Casualty Company, an IllinOis corporatIon, National Fire Insurance Company of Hartford, a
Connecticut covrporation, and American Casualty Company of Reading, PennsylvanIa, a Pennsylvania corporation (herem called "the CNA CompanIes"),
are duly organIzed and eXIstmg corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the
sIgnatures and seals herem affixed hereby make, constItute and appoint
William P Weible, Molly M Moran, William Cahill, Kimberly Sawicki, Deborah Buss, Patricia J Kenis, Kimberly
K Libers, Melissa Newman, Karen A Ryan, Esther C Jimenez, Individually
of LIsle, IL, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on theIr behalf
bonds, undertakmgs and other obligatory mstruments of SImilar nature
- In Unlimited Amounts-
and to bmd them thereby as fully and to the same extent as if such mstruments were SIgned by a duly authonzed officer of their corporations and all the
acts of saId Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authonty of the By-Law and Resolutions, pnnted on the reverse hereof, duly
adopted, as mdicated, by the Boards of Directors of the corporations.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on thIS 8th day of August, 2005.
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
State of IlhnOls, County of Cook, ss:
On thIS 8th day of August, 2005, before me personally came MIchael Gengler to me known, who, being by me duly sworn, dId depose and say: that
he reSides m the City of Chicago, State of IlhnOls; that he IS a Senior Vice PreSIdent ofContmental Casualty Company, an IllinOiS corporation, National
Fire Insurance Company of Hartford, a Connecticut corporatIOn, and Amencan Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation
described in and whIch executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such
corporate seals; that they were so affixed pursuant to authonty gIven by the Boards of Directors of saId corporatIOns and that he signed hIS name thereto
pursuant to hke authonty, and acknowledges same to be the act and deed of said corporations.
OFFICIAL SEAL
ELIZA PRICE
.:n'M\''''''':' nATI Of IUJIIDII,
IIN~~'_
My Commission Expires September 17, 2005
(i)~
Notary Public
CERTIFICATE
I, Mary A. Rlbikawskls, ASSistant Secretary ofContmental Casualty Company, an Illinois corporatIOn, NatIOnal Fire Insurance Company of
Hartford, a Connecticut CorporatIOn, and Amencan Casualty Company of Reading, Pennsylvania, a Pennsylvania corporation do hereby certify that the
Power of Attorney herein above set forth IS still m force, and further certify that the By-Law and Resolution of the Board of DIrectors of the corporations
prmted on the reverse hereof is stilI m force. In testimony whereof! have hereunto subscribed my name and affixed the seal of the said corporatIOns thIS
1st day of October ,2005 .
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
a~
kis
Assistant Secretary
Form F6853-1l/2001
Authorizing By-Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:
This Power of Attorney is made and executed pursuant to and by authonty of the followmg By-Law duly adopted by the Board of Directors of the
Company.
"Article IX-Execution of Documents
SectIon 3. Appointment of Attorney-m-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from time to time, appoint by written certificates attorneys-m-fact to act in behalf of the Company m the execution of policies of
insurance, bonds, undertakings and other obligatory mstruments of like natIlre. Such attorneys-in-fact, subject to the limitations set forth in their
respective certificates of authority, shall have full power to bind the Company by their slgnatIlre and execution of any such mstruments and to attach the
seal of the Company thererto. The Chairman of the Board of Directors, the President or any ExecutIve, Senior or Group Vice President or the Board of
Drrectors, may, at any tIme, revoke all power and authonty previously given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the
Company at a meetIng duly called and held on the ]71h day of February, ]993.
"Resolved, that the slgnatIlre of the President or any Executive, Semor or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of ArtIcle IX of the By-Laws, and the signatIlre of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certIficate bearing such
facsimile slgnamre and seal shall be valid and bindmg on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, contInue to be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA'
This Power of Attorney is made and executed pursuant to and by authonty of the following By-Law duly adopted by the Board of Directors of the
Company
"Article VI-Execution of Obligations and Appointment of Attorney-In-Fact
Section 2. Appointment of Attorney-in-fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from tIme to time, appomt by written certificates attorneys-in-fact to act in behalf of the Company in the execution of policies of
msurance, bonds, undertakings and other obhgatory mstruments of like natIlre. Such attorneys-in-fact, subject to the limItations set forth in therr
respectIve certificates of authority, shall have full power to bind the Company by their signatIlre and execution of any such instruments and to attach the
seal of the Company thereto. The President or any Exec~tive, Semor or Group Vice President may at any time revoke all power and authority preVIOusly
given to any attorney-in-fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following ResolutIOn adopted by the Board of Directors of the
Company at a meeting duly called and held on the ]7th day of February, ]993.
"Resolved, that the slgnatIlre of the President or any Executive, Senior or Group VIce President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to SectIon 2 of Article VI of the By-Laws, and the slgnamre of the Secretary or an ASSistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsImile slgnatIlre and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, WIth respect to any bond or undertakmg to which it is attached, contInue to be valid and bmding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD:
ThIS Power of Attorney IS made and executed pursuant to and by authority of the followmg ResolutIon duly adopted on February 17, 1993 by the Board
ofDrrectors of the Company.
"RESOLVED' That the PreSIdent, an Executive VIce PreSIdent, or any Senior or Group Vice President of the Corporation may, from tIme to time,
appoint, by written certificates, Attorneys-in-Fact to act in behalf of the CorporatIon in the execution of polIcies of insurance, bonds, undertakings and
other oblIgatory mstruments of like namre. Such Attorney-in-Fact, subject to the lImitations set forth in theIr respective certIficates of authority, shall
have full power to bmd the CorporatIon by therr signatIlre and executIon of any such mstrument and to attach the seal of the Corporation thereto. The
PreSIdent, an Executive Vice PreSIdent, any Semor or Group VIce President or the Board of Directors may at any time revoke all power and authonty
previously given to any Att~rney-m-Fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 171h day of February, 1993.
"RESOLVED: That the signatIlre of the President, an Executive VIce President or any Semor or Group VIce President and the seal of the
CorporatIon may be affixed by facsimIle on any power of attorney granted pursuant to the Resolution adopted by this Board of Drrectors on February 17,
1993 and the signamre of a Secretary or an Assistant Secretary and the seal of the Corporation may be affIXed by facsimile to any certificate of any such
power, and any power or certificate bearing such facsInule sIgnatIlre and seal shall be valid and bindmg on the Corporation. Any such power so
executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to
be valid and bmdmg on the Corporation."
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by anyone or
more of the following companies (collectively the "Writing Companies") as surety or
insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance Company
of Hartford, American Casualty Company of Reading, P A, The Firemen's Insurance
Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was Zero
Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES
The United States will pay ninety percent (90%) of covered terrorism losses exceeding the
applicable surety/insurer deductible.
Fonn F7310
. ..
ACORD... CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYYYY)
09/26/05
PRODUCER 1-630-773-3800 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Arthur J. Gallagher Risk Management Services, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Two Pierce Place ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Itasca, IL 60143 INSURERS AFFORDING COVERAGE NAIC#
Kate Lohr 630-694-5167
INSURED INSURER A Nat' 1 Union Fire Ins Co of Pittsburgh 19445
Michels Power, a Division of Michels Corporation
INSURERB Zurich lunerican Ins Co 16535
6725 116th Avenue NE, Suite 200 INSURER C
Kirkland, WA 98033-8457 INSURER D
INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
I~i~ ~~~~ POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
B ~NERAL LIABILITY GL0350396004 02/01/05 02/01/06 EACH OCCURRENCE $1,000,000
DAMAGE TO RENTED
X COMMERCIAL GENERAL LIABILITY PREMISES lEa occurencel $300,000
'-- :=J CLAIMS MADE 0 OCCUR
- MED EXP (Anyone person) $5,000
PERSONAL & ADV INJURY $1,000,000
-
GENERAL AGGREGATE $ 2,000,000
-
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS. COMP/OP AGG $2,000,000
I POLICY [Xl ~~p,: n LOC
B AUTOMOBILE LIABILITY BAP350396104 02/01/05 02/01/06 COMBINED SINGLE LIMIT
- $1,000,000
X ANY AUTO (Ea aCCIdent)
-
- ALL OWNED AUTOS BODILY INJURY
(Per person) $
- SCHEDULED AUTOS
- HIRED AUTOS BODILY INJURY
(Per aCCident) $
- NON-OWNED AUTOS
X PPT Comp Ded $5,000 PROPERTY DAMAGE
- (Per aCCident) $
X PPT Co11 Ded $5,000
~RAGE LIABILITY AUTO ONLY - EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY AGG $
A EXCESS/UMBRELLA LIABILITY BE2685247 02/01/05 02/01/06 EACH OCCURRENCE $ 25,000,000
~ OCCUR 0 CLAIMS MADE AGGREGATE $ 25,000,000
$
~ DEDUCTIBLE $
X RETENTION $10,000 $
B WORKERS COMPENSATION AND WC350395904 Inc1 Stop Ga9 02/01/05 02/01/06 X I WCSTATU- I IOJ~-
EMPLOYERS' LIABILITY E L EACH ACCIDENT $1,000,000
ANY PROPRIETORlPARTNERlEXECUTIVEX IN~l
OFFICERlMEMBER EXCLUDED? EXC E L DISEASE. EA EMPLOYEE $1,000,000
~~~~~c~~~~rs~~NS below E L DISEASE. POLICY LIMIT $1,000,000
OTHER BAP350396104 Comp
B Auto Physical Damage 02/01/05 02/01/06 All Other Ded 250,000
All Other Coll Ded 250,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
RE: Construction Contract for Electric Underground Rebuilt - E1wha Line Stage III
City of Port Angeles is shown as additional insured solely with respect to general liability coverage as evidenced
herein as required by written contract with respect to work performed by the named insured.
CERTIFICATE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Port Angeles DATE THEREOF, THE ISSUING INSURER WILL ~~JcJRC:Jej: MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, I~J~lljl~;I1Xllil!Pt~~:(X
Public Works & Utilities Dept. XllVllI!llllltlQllX2ll'CGAlt~~llxmulDlX~![lAlaK1lStllIlX
P.O. Box 1150
~~XKXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
Port Angeles, WA 98362 AUTHORIZED REPRESENTATIVE 0tJJ.. ~
USA
ACORD 25 (2001/08) kat10h
3418050
@ACORDCORPORATION 1988
Powered By CertificatesNow TM
IMPORTANT
If the certificate holder IS an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder In lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the ISSUing Insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the poliCies listed thereon
ACORD 25 (2001/08)
PART 3
SPECIAL PROVISIONS
SPECIAL PROVISIONS
CHANGES IN WORK
The City may, dunng 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 pnor 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 matenals and equipment furnished and work performed for
a penod of one (1) year from the date of substantial completion. The Contractor shall warrant
and guarantee for a penod 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 matenals 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
prescnbed 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 wntten 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 = 0.15C/T
Where: LD = liquidated damages per working
day (rounded to the nearest dollar)
C = origmal contract amount
T = original time for physical completion.
When the contract work has progressed to the extent that the City has full and unrestncted
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-I
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 of fringe 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 08-31-05
*****************************************************************************************************************
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
$44.97
$41.17
$14.67
$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
$83.19
$39.51
$40.77
$40.28
$40.77
$40.82
$42.34
$40.28
$40.77
$40 40
$40.29
$9.37
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1N
50
1C
5N
1M
5A
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1M 50
1N 50
1M 50 8A
1M 50
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1T 50 8L
1E 5P
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(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 10 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 $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLlNE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
HEAD GROUNDPERSON $35.46 4A 5A
HEAVY LINE EQUIPMENT OPERATOR $46.37 4A 5A
JACKHAMMER OPERATOR $35.46 4A 5A
JOURNEY LEVEL LINE PERSON $46.37 4A 5A
LINE EQUIPMENT OPERATOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A 5A
ELECTRONIC TECHNICIANS
ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A 6Q
MECHANIC IN CHARGE $57.41 4A 6Q
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICATIONS $13.50
FENCE ERECTORS
FENCE ERECTOR $13.80
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 $43.18 1S 5J
HEATING EQUIPMENT MECHANICS
MECHANIC $16.00
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $33.94 1N 50
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07
INLAND BOATMEN
CAPTAIN $35.14 1K 5B
COOK $30.11 1K 5B
DECKHAND $29.09 1K 5B
ENGINEER/DECKHAND $31.66 1K 5B
MATE, LAUNCH OPERATOR $33.24 1K 5B
Page 2
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
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
FALLERlBUCKER, CHAIN SAW
FINAL DETAIL CLEANUP (Le, dusting, vacuuming, window cleaning; NOT
construction debris cleanup)
FINE GRADERS
FIRE WATCH
FORM SETTER
GABION BASKET BUILDER
GENERAL LABORER
GRADE CHECKER & TRANSIT PERSON
GRINDERS
GROUT MACHINE TENDER
Page 3
PREVAILING
WAGE
$9.73
$11 48
$12.78
$7.35
$10.53
$20.50
$44.62
$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 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 08-31-05
**************~~~************************************************************************************************
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)
PIPELAYER & CAULKER
PIPELAYER & CAULKER (LEAD)
PIPEWRAPPER
POT TENDER
POWDERMAN
POWDERMAN HELPER
POWERJACKS
RAILROAD SPIKE PULLER (POWER)
RE-TIMBERMAN
RIPRAP MAN
ROOOER
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 50
1N 50
1N 5D
1N 5D
1N 50
1N 50
1N 5D
1N 5D
1N 5D
1N 5D
1N 5D
1N 50
1N 5D
1N 50
1N 5D
1N 50
1N 50
1N 5D
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 50
1N 5D
1N 5D
1N 50
1N 5D
1N 5D
1N 5D
1N 50
1N 5D
1N 50
1N 50
1N 50
1N 5D
1N 5D
1N 5D
1N 50
1N 5D
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
(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 50
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 1
LABORER $11.13 1
MACHINE OPERATOR $10.66 1
PAINTER $11.41 1
PAINTERS
JOURNEY lEVEL $32.00 2B 5A
PLASTERERS
JOURNEY lEVEL $25 83
PLAYGROUND & PARK EQUIPMENT INSTAllERS
JOURNEY lEVEL $7.93
PLUMBERS & PIPEFITTERS
JOURNEY lEVEL $52.41 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 YO & UNDER 6 YO) $41.59 1T 50 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 50 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 50 8l
BROOMS $38 42 1T 50 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 50 8l
CONVEYORS $40.71 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 50 8l
WITH ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42.68 1T 50 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 08-31-05
*****************************************************************************************************************
(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, BRIDGE TYPE ( 20 - 44 TONS) $41.12 1T 50 8L
CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $41 59 1T 50 8L
CRANES, OVERHEAD, BRIDGE 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, BUILDING $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 AND SIMILAR EQUIP $41.12 1T 50 8L
FORK LIFTS, (3000 LBS AND OVER) $40.71 1T 50 8L
FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 50 8L
GRADE ENGINEER $40.71 1T 50 8L
GRADECHECKER AND 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
HORIZONTAUDIRECTIONAL DRILL OPERATOR $41.12 1T 50 8L
HYDRALlFTSIBOOM 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 YO) $41 59 1T 50 8L
LOADERS, OVERHEAD (8 YO & OVER) $42 13 1T 50 8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $41.12 1T 50 8L
LOCOMOTIVES, ALL $41.12 1T 50 8L
MECHANICS, ALL $41.59 1T 50 8L
MIXERS, ASPHALT PLANT $41.12 1T 50 8L
MOTOR PATROL GRADER (FINISHING) $41.12 1T 50 8L
MOTOR PATROL GRADER (NON-FINISHING) $40.71 1T 50 8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $41.59 1T 50 8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $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) $40.71 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 9,0-10, 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 MUL TILlFT MATERIALS $40.71 1T 50 8L
ROTO-MILL, ROTO-GRINDER $41.12 1T 50 8L
SAWS, CONCRETE $40.71 1T 50 8L
Page 6
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
Classification
SCRAPERS - SELF PROPELLED, HARD TAil END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAil END DUMP, ARTICULATING
OFF-ROAD EQUIPMENT (45 YD 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 OILERlDRIVER ( UNDER 100 TON)
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
TRUCK MOUNT PORTABLE CONVEYER
WHEEL TRACTORS,FARMALL TYPE
YO YO PAY DOZER
POWER EQUIPMENT OPERATOR5- 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
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
$33.88
$32.16
$32.59
$30.31
$22.76
$27.68
$41.17
$17.85
$25.63
$18.00
$27.78
$16.84
$9.86
$18.08
$1597
$14.60
Page 7
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
1T 5D 8L
4A SA
4A SA
4A SA
4A SA
4A SA
1M
SA
" t
CLALLAM COUNTY
Effective 08-31-05
*****************************************************************************************************************
Classification
RESIDENTIAL REFRIGERATION & AIR CONDITIONING
JOURNEY LEVEL
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
RESIDENTIAL SOFT FLOOR LAYERS
JOURNEY LEVEL
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
ROOFERS
JOURNEY LEVEL
USING IRRITABLE BITUMINOUS MATERIALS
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL
SOFT FLOOR LAYERS
JOURNEY LEVEL
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL
SURVEYORS
CHAIN PERSON
INSTRUMENT PERSON
PARTY CHIEF
TELECOMMUNICATION TECHNICIANS
TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
HOLE DIGGER/GROUND PERSON
INSTALLER (REPAIRER)
JOURNEY LEVEL TELEPHONE L1NEPERSON
SPECIAL APPARATUS INSTALLER I
SPECIAL APPARATUS INSTALLER II
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
TELEVISION GROUND PERSON
TELEVISION L1NEPERSONIINST ALLER
TELEVISION SYSTEM TECHNICIAN
TELEVISION TECHNICIAN
TREE TRIMMER
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
TILE. MARBLE & TERRAZZO FINISHERS
FINISHER
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
PREVAILING
WAGE
$49.71
$31.02
$10.88
$19.67
$34.53
$37.53
$48.22
$19.29
$12.15
$33.04
$10.31
$19.67
$13.23
$9.35
$11.40
$13.40
$28.24
$28.92
$16.22
$27.74
$26.90
$28.92
$28.34
$28 92
$26 90
$15.39
$20.45
$24.32
$21.88
$26.90
$38 43
$32.26
$33 40
Page 8
(See Benefit Code Key)
Over
Time Holiday Note
Code Code Code
1G 5A
1E 6L
1R 5A
1R 5A
1E 6L
1B 5A
1B 50
10 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
2B 5A
26 5A
1B 5A
1B 5A
1K 5A
CLALLAM COUNTY
Effective 08-31-05
***********************************************************77****************************************************
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 Holiday
Code Code
Note
Code
$37.94
$38.52
$20.23
$20.23
$38.52
$23.73
$11.60
$9.45
$11.60
1T
1T
1
1
1T
1
5D
8L
50
50
8L
8L
Page 9
ATTACHMENT B
CONSTRUCTION CHANGE ORDER PROCEDURES
A-2
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 ORGANIZATIONS 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 $15,000 respectively. When it is anticipated
their authority will be exceeded, approval shall be obtained from the next higher authority.
3.3
4.0 DEFINITIONS:
4.1 RFI:
4.2 CCO:
Request for Information.
Construction Change Order
5.0 PROCEDURES:
5.1 A construction contract change order may be initiated by the Contractor, City inspector, or
Architect/Engineer by using the RFl form, PW-404_02.
5.2 The person completing the form shall fill in all areas of the form and sign the request.
5.3 The paperwork flow on the change order shall proceed as shown on the attached diagram, PW-
404 03.
5.4 The change order form is PW-404_04.
6.0 APPENDIX:
6.1 The "RFI" Form ...............................................................................................PW-404 02 [12/01]
6.2 Procedure flow for Change Orders...................................................................PW-404_03 [12/01]
6.3 Change Order Form............................ ................. ...........................................PW-404_04 [12/01]
6.4 RFI Request Log ..............................................................................................PW-404_05 [12/01]
6.5 Resolution 7-01 authorizing approval of Change Orders
B-1
City of Port Angeles
321 East Fifth St.
P.O. Box 1150
Port Angeles, W A 98362
REQUEST FOR INFORMATION
No._
PH. 360417-4700 FAX. 360417-4709
TITLE:
DATE:
PROJECT:
JOB:
TO:
requested By:
Signed:
Date:
B-2
CONTRACT CHANGE ORDER (CCO) NO.
Project Name
Electric Underground Rebuild - Elwha Line Phase 3
Date:
Project No.
02-IIC
Contractor
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change Order:
Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ ] Decrease in
bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds
and/or deletes bid items as follows:
Item
No
DescnptlOn
RFI#
Qty
Umt
*$ Cost Per Umt
*$ Cost
*Net $ Cost
AdJ
Days
Ong
Rev
Ong
2
Rev
* ORIGINAL * CURRENT * EST NET CHANGE TOTAL CHANGE ORDERS, *EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
DAYS: DAYS: DAYS: DAYS: DAYS:
* Sales Tax not included
All work, matenals and measurements to be m accordance with the provIsIOns of the ongmal contract and/or the standard specificatIOns and specml
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 time 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 Unden?:round Rebuild - Elwha Line Phase 3
PROJECT NUMBER: 02-11C
NO. ORIG. DATE DESCRIPTION COST DATE DATE R REMARKS
ORIG. 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:
Public Works & Utilities Department
P.O. Box 1150
Port Angeles, WA 98362
DATE: PROJECT NAME: Electnc Underground Rebuild - Elwha Line Phase 3
PAYMENT REQUEST NO. PROJECT NUMBER: 02-11C
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 (1) all lower-tire subcontractors/suppliers, and (2) for all
materials, equipment and labor used or in connection with the performance ofthis 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 ofthe 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 ofliens, 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:
SIGNATURE:
PRINTED NAME AND TITLE:
SUBSCRIBED AND SWORN to before me this
day of
,2005.
Notary Public in and for the State of
residing at
My appointment expires
APPROVAL:
Project Manager
Date
City Engineer
Date
Director
Date
PW-402.13 [rev. 1/01]
C-2
ATTACHMENT D
CONSTRUCTION SPECIFICATIONS
CONSTRUCTION SPECIFICATIONS
GENERAL REQUIREMENTS
PROJECT DESCRIPTION
A. GENERAL
The following information is provided to assist the Contractor in evaluation of and
preparation for the work required to construct the Electric Underground Rebuild - Elwha
Line Phase 2
B DESCRIPTION
The following project is to be constructed.
The project is for the excavating and installing approximately 2900 feet of underground
primary (12 47kV) power cables in condUit and related appurtenances west of Dry Creek
along City right of way in the County of Clallam, Washington. The project also Includes
removal of existing facIlities.
II WORKFORCE REQUIREMENTS
Construction work on poles or equipment containing lines energized in excess of 600 volts will be
done by crews containing a minimum of two journeyman linemen and one groundman/equipment
operator. Construction work on poles or equipment containing deenergized lines or lines
energized at 600 volts or less will be done by crews containing a minimum of one journeyman
lineman and one groundman/equipment operator.
III SWITCHING AND CLEARANCES
The Contractor's Qualified Worker (Foreman) will be required to take all line clearances from
designated City Representative who has jUrisdiction over the line All switching of the electrical
system will be done by City personnel. A notice of 72 hours is required to schedule any switching
other than In an emergency.
IV AS-BUILT DRAWINGS
As-built drawings are required. The City will supply a set of drawings to be used by the Contractor
to prepare the as-built drawings for the project. The as-built drawings shall be a record of the
construction as installed and completed by the Contractor. They shall Include all the Information
shown on the contract set of draWings and a record of all construction deviations or changes from
those draWings which were Incorporated In the work, all additional work not appearing on the
contract drawings; all design submittals, Including electrical schematics, and all changes which are
made after final Inspection of the contract work.
The Contractor shall mark up a set of full size plans uSing red ink to show the as-bUilt conditions.
These as-bUilt marked prints shall be kept current and available on the job site at all times and be
made available to the City Representative upon request. The changes from the contract plans
which are made In the work or additional information which might be uncovered in the course of
D-l
construction shall be accurately and neatly recorded as they occur by means of details and notes.
No construction work shall be concealed until It has been inspected, approved, and recorded by the
City Representative The drawings shall show at least the following:
A. The project number, contract number, community name, and other relevant general
information.
B. The location and description of any utilities or other installation known to eXist and or to be
encountered within the construction area. The location of these utilities shall Include
accurate description, dimensions, and at least 2 ties to permanent features for all utilities
encountered.
C. The location and description of all facilities and appurtenances installed by the Contractor.
The location of facilities and appurtenances shall include accurate dimensions and at least
2 ties to permanent features for all major components.
The City of Port Angeles has the right to deny progress payments for completed work if as-built
records, as required by thiS section, are not available on the job site for the work that has been
completed by the date of the payment request.
Final as-built drawings shall be delivered to the City Representative at the time of final Inspection
for the Project Engineer's review and approval. As-bUIlt drawings must be approved by the Project
Engineer before final payment will be made.
V SEQUENCE OF OPERATIONS
A The Contractor shall cooperate in the coordination of their actiVities With any other
contractors working in the area.
B The Contractor will be required to work on or around energized cirCUIts, and hot-line work is
anticipated.
C. If any difficulty or dispute should arise in the accomplishment of the above, the problem
shall be
VI SITE CONDITIONS
A. CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE
1. Utility Location Request Center
a. The Contractor shall call the Utility Location Request Center (One Call
Center)[1-800-424-5555], for field location not less than two nor more than
ten business days before the scheduled date for commencement of
excavation which may affect underground utility facilities, unless otherwise
agreed upon by the partIes involved. A business day is defined as any day
other than Saturday, Sunday, or a local, state or federal legal holiday. The
telephone number for the One Call Center for thiS project may be obtained
from the City Representative. If no one-number locator service is
available, notice shall be provided individually to those owners known to or
suspected of having underground facilities within the area of proposed
excavation
D-2
b. The Contractor IS alerted to Chapter 19.22 RCW, relating to underground
utilities Any cost to the Contractor Incurred as a result of this law shall be
at the Contractor's expense.
c. No excavation shall begin until all known facilities in the vicinity of the
excavation area have been located and marked.
d The following addresses and telephone numbers of utility companies
known or suspected of having underground facilities within the project
limits are supplied for the Contractor's convenience.
City of Port Angeles - Department of Public Works & Utilities
(water, sewer, power)
321 East Fifth Street
Port Angeles, WA 98362
Telephone: 417-4702
Ii Qwest
635 Oakridge Drive
Port Angeles, WA 98362
Telephone: 452-2184
IIi Northland Cable Television
725 East First Street
Port Angeles, WA 98362
Telephone: 452-8466
2. The Contractor shall in all cases be held responsible to notify the City Representative
at least 48 hours not including Saturday, Sunday, or holidays in advance of any
construction. The Contractor shall under no circumstances expose any underground
utility Without first obtaining permission from the appropriate agency. The Contractor
shall, once permission has been granted, locate, expose, and provide temporary
support for all existing underground utilities.
3 Where the Contractor's operations could cause damage or inconvenience to
telegraph, telephone, television, power, oil, gas, water, sewer, storm drains, 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.
4. The Contractor shall be solely and directly responsible to the City and operators of
properties referenced in #2 above 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.
5 Neither the City 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
D-3
drawings, or the Contractor's failure to protect utilities encountered In the work.
6. The Contractor shall 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. The Contractor shall 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 utility service be allowed to exist outside
the Contractor's normal working hours unless prior approval is granted.
7. The Contractor shall replace, at Its 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 City Representative.
8 The Contractor shall excavate and expose all buried plant marked In the field by hand
digging a minimum of eighteen (18") Inches on either side of the staked location, plus
one-half (1/2) the width of the facility. All other known buried plant must also be
exposed by hand digging.
9 Damage to Buried Plant: The Contractor shall notify the City Representative of all
damage to buned plant and shall not cover the damage until Inspected and approved
for cover by the City Representative.
10 The Contractor shall hold the City harmless against all claims for damage to buried
plant arising out of the Contractor's performance here under, which may be filed
against the City.
11. The Contractor shall be responsible to obtain all necessary permits and licensing to
perform the work unless such work IS to be performed by the City and stated so
herein.
B. CONTRACTORS RESPONSIBILITY FOR PROTECTION OF THE ENVIRONMENT
ThiS project is in an environmentally sensitive area and the contractor shall at all times keep
construction activities controlled to limit the impact on the envIronment..
C. INTERFERING FACILITIES
1 The Contractor shall 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 8S 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, the Contractor
shall restore them to their original condition to the satisfaction of the City Representative at
D-4
the Contractor's own expense. The Contractor shall notify the City Representative of any
damaged facility or underground structure and make repairs or replacements before
backfilling.
3. CONSTRUCTION IN RIGHT OF WAY
a. All work within the public right of way shall be carned out In such a manner that
where possible one lane of traffic in each direction will be available at all times on
all streets affected by the work. A traffic control plan must be submitted and
approved by the City prior to starting construction. The approved traffic control
plan including signs, sign placement, lane routing, and flaggers will be enforced at
all times.
b. Disruption of traffic shall be kept to a minimum at all times.
c. All signs required by the approved traffic control plan(s) as well as any other
appropriate signs prescribed by the City Representative shall be furnished by the
Contractor. The Contractor shall provide the posts or supports and erect and
maintain the signs in a clean, neat, and presentable condition until the necessity for
them has ceased. All nonapplicable signs shall be removed or completely covered
with metal, plywood, or a City Representative approved product specifically
manufactured for sign covering dUring periods when they are not needed. When
the need for the signs has ceased, the Contractor, upon approval of the City
Representative, shall remove all signs, posts, and supports from the project and
they shall remain the property ofthe Contractor.
Construction signs will be divided into two classes Class A construction signs are
those signs that remain in service throughout the construction or during a major
phase of the work. They are mounted on posts, existing fixed structures, or
substantial supports of a semi-permanent nature. The following Class A signs shall
be Installed by the Contractor at locations designated at the Pre-construction
conference:
"Construction Ahead" (2)
"Project Sign" - Wording to be determined
Class B construction signs are those signs that are placed and removed daily, or
are used for short durations which may extend for one or more days. They are
mounted on portable or temporary mountings In the event of disputes, the City
Representative will determine if a construction sign is conSidered as a Class A or B
construction sign.
d. There shall be no delay to medical, fire, police, or other emergency vehicles with
flashing lights or sirens. The Contractor shall alert all flaggers and personnel of
thiS requirement.
e. All unattended material storage, trenches, excavations and spoil shall be guarded
by barricades and warning tape.
f. Materials, equipment, trench spOil or debris shall not be stored on the street
surface and shall be cleared by the end of each work day
g During the actual hours of work, only materials absolutely necessary to
D-5
construction shall be within the construction area, and only construction vehicles
absolutely necessary to construction shall be allowed within the construction area
or allowed to stop or park on the local streets.
h. The Contractor's nonessential vehicles and employees' private vehicles shall not
be permitted to park within the construction area or on city streets
i. Prior to trenching across dnveways, the Contractor MUST NOTIFY ALL OWNERS
24 HOURS IN ADVANCE.
VII TEMPORARY CONSTRUCTION UTILITIES AND FACILITIES
A. LAYOUT OF TEMPORARY FACILITIES
The Contractor shall make its own arrangements for storage of materials and equipment
B. STORAGE BUILDINGS
1. The Contractor shall provide temporary storage faCIlities required for the protection of
mechanical and electrical equipment and materials as recommended by manufacturers of
such equipment and materials. The facilities shall be provided with such environmental
control systems that meet recommendations of manufacturers of all equipment and
materials stored in the buildings. The facilities shall be of sufficient size and so arranged or
partitioned to provide security for their contents and provide ready access for inspection
and inventory. The temporary storage facilities shall remain the property of the Contractor.
2. Combustible materials (paints, solvents, fuels, etc.) shall be stored in a well-ventilated
facility removed from other facilities. All storage shall comply with NFPA and applicable
state and local requirements.
C. STORAGE YARDS
The Contractor shall arrange for and construct temporary storage yards for the storage of materials
that are not subject to damage by weather conditions. Materials shall be stored on pallets or racks,
off the ground, and in a manner to allow ready access for Inspection.
D. STORAGE OF MATERIALS
Matenals shall be stored to ensure the preservation of their quality and fitness for the work. All
items, as a minimum, 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
matenals 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.
VIII MOVE IN AND SITE PREPARATION
The Contractor shall set up construction facilities in a neat and orderly manner and shall confine operations
to work areas descnbed or as approved.
D-6
IX PUBLIC SAFETY AND CONVENIENCE
A. ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS
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. TRAFFIC MAINTENANCE AND SAFETY
The Contractor shall comply with all applicable sections of the State Department of Transportation,
Utility Accommodation GUide, latest edition, and the Department's Manual on Traffic Control and
Safe Practices. The Contractor shall comply with all other applicable rules and regulations of the
state, federal, and county authorities regarding closing or restricting the use of public streets or
highways. No public or private road shall be closed, except by express permission of the owner
The Contractor shall conduct the work so as to assure the least possible obstruction to traffic and
normal commercial pursuits. The Contractor shall protect all obstructions within traveled roadways
by mstalling approved signs, barricades, and lights where necessary for the safety of the public.
The convenience of the general public and residents adjacent to the project, and the protection of
persons and property are of prime importance and shall be provided for in an adequate and
satisfactory manner. During construction operations, the Contractor shall construct and maintain
such faCIlities as may be required to provide access by all property owners to their property. No
person shall be cut off from access to his/her residence or place of business unless the Contractor
has made special arrangements with the City to mform affected persons.
C. PROTECTION OF PROPERTY
The Contractor shall protect stored materials, trees, and other items located adjacent to the
proposed work
D. FIRE PREVENTION AND PROTECTION
The Contractor shall perform all work m a fire-safe manner and shall supply and mamtam, on the site,
adequate flre-flghtmg equipment capable of extinguishing incipient fires. The Contractor shall comply
with applicable federal, local, and state fire prevention regulations. Where these regulations do not
apply, applicable parts of the National Fire Prevention Standard for Safeguardmg Buildmg
Construction Operations, (NFPA No. 241) shall be followed.
E. PROTECTION OF THE ENVIRONMENT
1. The Contractor shall maintain all work areas Within and outside the project boundaries free
from environmental pollution which would violate any federal, state, or local regulations.
2. The Contractor shall prevent contamination of the project area and not dump any waste oil,
rubbish, or other Similar materials on the ground. Upon completion of the project, the
Contractor shall remove the construction facilities and shall complete and clean up the
construction area to the satisfaction of the City Representative.
3. The Contractor shall observe applicable State and Federal rules and regulations prohibiting
the pollution of stream or river waters by the dumping of any refuse, rubbish, or debris
therem.
D-7
4. Protection of Air Quality.
a. Air pollution due to construction operations shall be minimized by wetting down
bare sOils dunng windy periods, the use of properly operating combustion emission
control devices on construction vehicles and equipment used by the Contractor,
and by shutting down motorized equipment not actually In use.
b. Trash burning will not be permitted on the construction site.
c If temporary heating devices are necessary for protection of the work, such devices
shall be of an approved type that Will not cause air pollution.
5 The Contractor shall conduct all work by using appropriate construction methods and
equipment and by furnishing and installing acoustical barriers, all as necessary to keep
noise emanating from the process or any related equipment at legal noise levels.
6. If the Contractor desires to perform any work between the hours of 8 p.m. and 7 a.m., It
shall obtain all necessary permits from the appropriate agencies and make all necessary
arrangements through the City Representative prior to commencing.
X PRESERVATION, RESTORATION, AND CLEANUP
A SITE RESTORATION AND CLEANUP
1. The Contractor shall at all times during the work keep the premises clean and orderly and
upon completion of the work repair all damage caused by equipment and leave the project
free of rubbish or excess matenals of any kind.
2. Excavated matenals shall be stockpiled in a manner that Will cause the least damage to
adjacent lawns, grass areas, gardens, shrubbery, or fences, regardless of whether these
are on private property or on city, state, or county rights-of-way. The Contractor shall
remove all excavated materials from grass and planted areas and leave these surfaces In a
condition equivalent to their original condition.
3. All existing drainage ditches and culverts shall be reopened and graded and natural
drainage restored. Broken or damaged culverts shall be restored to their original condition
and location
4. Upon completion of construction, the Contractor shall leave 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, unless noted otherwise on the drawings All
excess excavation materials and debris shall be delivered to the Port Angeles Landfill or
other approved disposal site.
5. The Contractor shall seed and provide erosion control in all devegetated areas In a manner
suitable to the City Representative. All surface restoration shall be the responSibility of the
Contractor
B. TREE REMOVAL
Trees, stumps and shrubs shall be removed to a Width of 20 feet north of the south right-of-way
line. All debriS to be hauled the the City Landfill No other trees to be removed Without the express
approval of the City Representative.
D-8
C DUST PREVENTION
If required by the City Representative, the Contractor shall give all unpaved streets, roads, detours,
or haul roads used in the construction area an approved dust preventive treatment or periodically
water them to prevent dust. Applicable enVIronmental regulations for dust prevention shall be
strictly enforced
XI SUBMITTALS DURING CONSTRUCTION
A The following requirements are In addition to any specific requirements for submittals specified In
other sections of the project manual.
B Submitted data shall be fully sufficient in detail for determination of compliance with the project
manual.
C. 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.
It shall not be the responsibility of the City to provide engineenng or other services to protect the
Contractor from additional costs accruing from such approvals.
D. The City 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.
XII MATERIAL AND EQUIPMENT
A. MATERIALS
All matenals with the exception of backfill and paving repair matenals will be provided by the City.
These materials may be picked up, after 48 hrs advance notice, at the City's warehouse at 206
South Valley Street, Port Angeles, WA. All unused and/or removed materials shall be returned to
this warehouse.
B. EQUIPMENT AND TOOLS
The Contractor shall provide all construction equipment and tools required to complete the work as
specified herein.
C. INCIDENTAL MATERIALS
Materials required for temporary work shall be provided by the Contractor. The Contractor shall
also provide pentachlorophenol solution for treating bolt holes, cedar plugs, gains, etc , as required,
and all tools, fire suppression implements and other equipment as required. The Contractor shall
also supply ancillary items that may be needed for construction or maintenance. This shall Include
but not be limited to dral~age culverts, water, gravel, fill dirt, concrete, seed and other erosion
control devices.
D. ENERGIZATION
Upon the completion of construction and cleanup, the Contractor shall energize each project task,
or a portion thereof, after written notice to the City Representative, in accordance with applicable
sections of the project manual, and as Instructed by the City Representative
D-9
UNDERGROUND DISTRIBUTION SYSTEMS
General
These specifications provide for the construction of underground distribution power facIlities.
All construction work shall be done in a thorough and workmanlike manner in accordance with the Contract,
specifications, basIc framing Units and construction drawings, adhenng to good construction practices at all
times
The 1997 or latest edition of the National Electric Safety Code and the Washington Administrative Code
(WAC) shall be followed, except where local regulations are more stringent, in which case local regulations
shall govern.
II Handling of Cable
Cable shall be handled carefully at all times to avoid damage, and shall not be dragged across the ground,
fences or sharp projections. Care shall be exercised to avoid excessive bending of the cable. The ends of
the cable shall be sealed at all times against mOisture with suitable end caps. Where It IS necessary to cut
the cable, the ends shall be terminated or sealed immediately after the cutting operation.
III Minimum Bending Radius of Cable
The minimum bending radius of pnmary cable is 12 times the overall diameter of the cable. The minimum
bending radius of secondary and service cable is six times the overall diameter of the cable. In all cases,
the minimum radius specified is measured to the surface of the cable on the inside of the bend. No cable
bends shall be made within 6.0 Inches of a cable terminal base
IV Conduit
All exposed ends of conduit shall be plugged dunng construction to prevent the entrance of foreign matter
and mOisture into the conduit. Burrs or sharp projections which might injure the cable shall be removed. All
PVC condUit must be glued securely with PVC cement. All ngid steel condUit must be securely screwed at
all couplings. Pnmary and secondary risers shall be sealed at the top with a suitable mOisture resistant
sealant to prevent water from accumulating in the nser
V Installation of Cable in Conduit
Where cable must be pulled through conduit or duct, the operation shall be performed in such a way that
the cable will not be damaged from strain or dragging. The cable shall be lubricated with a sUitable
lubncant prior to and during pulling into conduit or duct.
In placing pnmary cables, the stress applied while pulling into ducts or during other pulling operations shall
not exceed the least of the following:
A Where a pulling eye is attached to the conductor, the maximum pulling strain in pounds shall not
exceed .006 times the circular mil area for aluminum or 008 times the circular mil area for
copper.
B. Where a basket grip is placed over the cable, the pulling strain shall not exceed
the lesser of (1) that calculated in "a." above or (2) 1 000 pounds. The cable under
the cable grip and 1.0 foot preceding it shall be cut and discarded after the pulling
operation.
C. In no case shall the maximum pulling tension exceed that recommended by the specific cable
manufacturer
D-lO
D. At bends the maximum sidewall pressure recommended by the cable manufacturer shall not be
exceeded.
VI Tagging of Cables at Termination Points
As the cables are pulled they shall be identified and tagged as Indicated on the construction drawings. The
identification shall be permanent type, corrosion resistant tags provided by the City. The tag shall be
securely attached to the cable as required. Cable terminations at riser poles shall also be tagged properly
Tags inside enclosures shall be oriented so they can be read without having to touch them.
VII Primary Cable Termination
Prefabricated terminations shall be installed in accordance with the manufacturer's Instructions at all
primary cable terminals. They shall be sUitable for the size and type of cable that they are used with and for
the environment In which they will operate Any indication of misfit, such as a loose or exceptionally tight fit,
shall be called to the Light Department Representative's attention The outer conductive surface of the
termination shall be bonded to the system neutral.
VIII Special Precautions for Cable Splices and Terminations
A portable covering or shelter shall be available for use when splices or terminations are being prepared.
The shelter shall be used as necessary to keep rain, snow and windblown dust off the insulating surfaces of
these devices. Since cleanliness is essential In the preparation and installation of primary cable fittings,
care shall be exercised to prevent the transfer of conducting particles from the hands to insulating surfaces.
Mating surfaces shall be wiped with a solvent such as denatured alcohol to remove any possible
accumulation of dirt, moisture or other conducting materials. A SIlicone grease should be applied
afterwards, in accordance with the manufacturer's recommendations. Whenever prefabricated cable
devices are opened, the unenergized mating surfaces shall be lubricated with silicone grease before the
fittings are reconnected.
IX Secondary and Service Connections
A suitable inhibiting compound shall be used with all secondary and service connections.
All secondary cable connections located below grade or in secondary pedestals shall be made with
prelnsulated secondary connector blocks. Diving bells with open terminals, insulating boots or moisture
barriers that depend solely on tape are not acceptable.
A transformer secondary terminal connection shall be completely insulated. If the secondary terminals are
threaded studs, the connection shall be made with a preinsulated secondary transformer connection block.
If the transformer secondary terminals are insulated cable leads, connection shall be made with a
prelnsulated secondary connector block or with a secondary prefabricated splice when the transformer
leads continue directly to the service.
If a transformer is so large that it must have secondary spades, the spades shall be taped or otherwise
Insulated. Boots used for Insulation shall be taped so that they cannot be readily slipped off
Secondary connections to terminals of pole-mounted transformers shall be made so that moisture cannot
get inside the cable insulation. This may be accomplished by covering the terminals and bare conductor
ends with an appropriate moisture sealant.
The secondary connections and insulation shall have accommodations for all future and existing services
as shown on the construction drawings and specifications.
D-ll
X Transformers
Transformers shall be handled carefully to avoid damage to the finish and shall be positioned in accordance
with the construction drawings and specifications Only qualified and experienced personnel shall be
allowed to make connections and cable terminations Lock rings must be installed in addition to penta nut.
XI Grounding
All neutral conductors, ground electrodes, sacrificial anodes and groundable parts of equipment shall be
Interconnected. All interconnections shall be made as shown on the basic framing units. A complete
ground loop shall be trained neatly around equipment opening and shall Include the ground rod In the loop.
XII Cable Acceptance Tests
A. Continuity: After installation of the cable and prior to the high potential test specified below, the
contractor and the Light Department Representative shall jOintly perform a simple continuity test on
the system. This can easily be accomplished by grounding the conductor at the source and
checking for continUity from the end of each tap with a Meggar.
B. High Potential: After successful continuity tests, the contractor and the Light Department
Representative will jOintly perform high potential tests on each length of cable In the system, with
terminations In place but disconnected from the system.
The installation shall Withstand for a minimum of five minutes a dc test potential as follows:
Primary URD Cable XLPE and HMW Poly
Rated
Voltage
Insulation
Thickness
Inches
Field dc
Acceptance
Voltage
15 kV
.220
52.8kV
The voltage may either be increased continuously or in steps to the maximum test value.
(1) If increased continuously, the rate of increase of test voltage should be
approximately uniform and Increasing to maximum voltage in not less than 10
seconds and in not more than approximately 60 seconds
(2) If applied in steps, the rate of increase of test voltage from one step to the next
should be approximately uniform. The duration at each step shall be long enough
for the absorption current to attain reasonable stabilization (one minute minimum).
Current and voltage readings should be taken at the end of each step duration The
number of steps should be from five to eight.
WARNING: A hazardous voltage may stili exist on the cable after the above
testing has been completed. Therefore, before handling the cable, the conductor
shall be grounded to permit any charge to drain to earth
D-12
CONTRACT CLOSEOUT
FINAL INSPECTION
A After final cleanmg and upon written notice from the Contractor that the work IS completed,
the City Representative will make a preliminary mspection with the Contractor present.
Upon completion of this preliminary inspection, the City Representative will notify the
Contractor in writing of any particulars in which this mspection reveals that the work is
defective or incomplete.
B. Upon recelvmg written notice from the City Representative, the Contractor shall immediately
undertake the work required to remedy all defects and complete the work to the satisfaction
of the City Representative.
C. When the Contractor has corrected or completed the items as listed m the City
Representative's written notice, It shall mform the City Representative in writing that the
required work has been completed. Upon receipt of this notice, the City Representative, in
the presence of the Contractor, shall make his final inspection of the project.
D. Should the City Representative fmd all work satisfactory at the time of his inspection, the
Contractor will be allowed to make application for final payment in accordance with the
provisions of the project manual. Should the City still find deficiencies in the work, the City
Representative will inform the Contractor of the deficiencies and will deny the Contractor's
request for final payment until such time as the Contractor has satisfactorily completed the
required work.
II FINAL SUBMITTALS
The City will not give its final acceptance of the project until all required record (as-built) drawings
have been submitted and approved by the City.
III GUARANTEES, BONDS, AND AFFIDAVITS
The City will not give its final acceptance of the project until all guarantees, bonds, certificates,
licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the
City
IV ACCESSORY ITEMS
If equipment is furnished and/or installed on this project, the Contractor shall provide to the City,
upon acceptance of the equipment, all special accessories required to place each item of equipment
in full operation These special accessory Items include, but are not limited to, adequate oil and
grease as required for the first lubrication of the equipment, fuses, and other expendable Items as
required for mitlal startup and operation of all equipment
V RELEASE OF LIENS OR CLAIMS
The City will not give ItS final acceptance of the project until satisfactory evidence of release of liens
has been submitted to the City as required by the Project Manual.
D-13
ATTACHMENT E
CONSTRUCTION STANDARDS
CITY OF PORT ANGELES UNIT CONSTRUCTION SPECIFICATIONS SUMMARY LIST
ELWHA REBUILD - STAGE 3
PROJECT NUMBER 22-11
IUNIT NUMBER
U 3 02
U 3 04
UM 0 01
UM 0 07
UM 0 08
UM 0 11
DESCRIPTION
Termination Three Phase Underground 4" Conduit Riser-Primary
Three Phase Sectionalizing Cabinet, 200AMP Loadbreak Components have
been changed to 600AMP Deadbreak (See Drawing E4 for Detail of Junction)
Trenching: Primary, Secondary, TV, & TELCO Depth
Parking Bushing
Parking Bushing Protective Cap
Signage
R:\Seattle\11-00803 Port Angeles\Preliminary Work\Specifications(Stage3).xls
R.W. Beck Inc.
~
I
I
I .
5' O.
26 FT
ON 40 FT POLE
8 ft. I 6"
M. Min~
In.
4611
~ =1=<
TOP
LIGHTNING
ARRESTOR
TERMINATOR
LIGHTNING
ARRESTOR
TERMINATOR
~
PROPERTY SIDE
Ground level
*
NOTE:
First conduit installed at maximum
distance from pole.
@ 0."" ,ft/,,.
~ Appd.Eng
"'. ~~.' Appd. ops'
~ Revised:
TERMINATION THREE PHASE UNDERGROUND
4" CONDUIT RISER - PRIMARY
CITY OF PORT ANGELES
ELECTRIC ENGINEERING SPECIFICAnON
Sheet-1-of 2
U 3 02
ITEM QUANTITY STOCK No. (~
0 Clamp, hot line 3 3375
@ Wire, cu, bare, #2 Str. cu (#1/0 & #4/0 Str AL URD) as required
@ Cut out, open type, 1 OOA or 200A 3 5120/5121
0 Bracket, mounting, cut out 1 5180
@ Screw, lag 112" x 4" as required 1290
@ Terminator, 15 KV, outdoor 3 7317
(j) Arrestor, Lightning, Distribution Class 3 5000/5001
@ Bracket, mounting, 3 phase outdoor terminator 1 7350
@ Bolt, machine, 518" x required length 3 124X
@ Washer, 2 1/4" x 21/4", flat 3 1293
@ Wire, cu, #2 str. cu as required
@ Connector (AL or cu) as required 3280/3330
@ Crimplt 2or3 3170
@ Conduit, 4" Ridged SCH 80 PVC, 10ft section 1 8008
@ Bracket, pole riser Standoff 15" min. 5 min. 8520 .. -'~
@ Strap, Conduit Bracket 5 min. 8335
@ Conduit, 4" PVC, Sch 40 20 ft min. 8032
@ Elbow,4" 9(f fiberglass 1 8118
@) Ground rod 518" dia. x 8', Copperweld 1 1368
@ Copper ground clamp 1 1350
TERMINATION THREE PHASE UNDERGROUND
4" CONDUIT RISER - PRIMARY
Sheet~of 2
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
U 3 02
@ 12" TO 18" BELOW GROUND LEVEL.
@ Data 1/</n
Appd. Eng:
.11. "1<~"r Appel. Ops:
~ Revised:
THREE PHASE SECTIONALlZING CABINET
Sheet-L of 2
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
U 304
, ''\
f
ITEM
QUANTllY
STOCK No.
0) Vault 48'x72'x42"
42'x66"x38" inside diameter
@ Pad 66' x 84'x6" with 18" x 60" hole
@ Above ground primary sectionahzing cabinet
24" x 74" x 30" high
@ Junction mounting panel
@ Tank ground
@ Conductor, #6 cu bare STR
(j) Crimpit
@ Conductor, #2 cu bare STR., soft drawn
@ Cadweld
*@ Ground rod, 518" dia x 8', copperweld
~ 4" PVC Conduit, Sch 40
@ Elbow loadbreak connector with cold shnnk
7030
1
1
7031
7040
3 ( included wI cabinet)
as reqUired
6' 2512
as required 3170
38' approx. 2502
2
2 1368
as required 8032
..
as required 715x .'
:;;
NOTES:
1 Grout around conduit at vault.
2. Backfill to be mechanically compacted in 6" lifts to 90% maximum Proctor denSity.
3. Ground to be sloped down and away from the top of the vault.
* 4. Omit ground rods when grounded vault is used.
Date: JfiAJ..
Appd. Eng'
Appd. Ops
ReVised:
THREE PHASE SECTIONALlZING CABINET
Sheet-2- of~
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
U 3 04
~4'-1
// ~/,/" /'" / '.... .. /...... ~ /' '.... /
/... ... /" /[/', ,'T/' /'" ~ ,'/
" / / ' .' . , ',j/,,"'/./<,",,'
. ", ".,...... .11, "... . ... ......
"f' I""'"
...... '\ / ...,"', ... , ' ...
" .. /... ..../,. ....... ... /' ?... ...... "', ..
"': / / //'1//' I.' /' / / / '-.'
, " ' '-'0' '. ',,/ /, .
'<":"" 1 '" . ""', " '. "", '
''/// >... " /v 1/ /" '/ .',
'/ /:/ ~( ,/1/ /," .//
,-(-{ "';":>:" " ' "1/ "', '< /:'
,/' ... ,,'1 " . "t/ ~ "/'..'
/ " /47"' ~ '//
//.\:>1/\ ES R\Q :",...?,",J /./
:\ "- "1---. ' (!) ~ '. ' 1/',<;/
/"- "/ v"" 1_ --l~J I=" ,/' /1 / ",'/
/..: , /1 /, r---l-l r-- ,. V / ' ./
" <{< 1 2" 2" . >~ / " ",
'>- "'./v '" ' ',f2" '. ",
/'",'./>V' '/J,/ ,~/
... .... ... '. ...
" .:'1' ' ' .'
.... .~/j/~/, ' , , ./ /""
"t" .,////
~ " " ,../
>>: I I. ',> '
'//, I 1/ ',/
/, L..._________I, ',-: /
, ..., " .... " .
.' '" '/ , "/' ;-., '/ , '/ > ' ./
/'/"/"//'/"/""-,, ,/,/
/ /, / /, / /', ./ /,' ./ ;' '. /
TRENCH NOTES
r-18' -1
. ~ ... '. t" " '.. .~
.. ...//," 'I' r.~' :~./',// ~~~.:'
" :.. /(" \.. "", ... ..... '..:
I'" .. " ...
,.'" //1/' '- .. .. .
. /.; ,3Q~": ;:/)<.
... .. ,,,,./,'. ........ "~" '\\
" / .1", ' ,
,'./ v~.... '. '4i",..
" . /1/ .... ' ,'/ ,.,/"1' ...
',/I" '/'
'....*'-...... .. "," ~ "'.
/1/. '/"
~// / ::<' /'/
. /.....' ..
'\...:," "-,},
/)-, ;- .;
/./~:I ? I-~,/;
" 'L I 12" I .J""
'/'. /-"~-:::/::::l /''''/
'(~/'/~<//"J /<,-,/
.'<' >, .... ",,', '/" ,,"-
"'~ '" /.....
1. ALL GRADES SHOWN ARE ANAL GRADES.
2. ALL COVERAGE DEPTHS AND SPACING DIMENSIONS ARE MINIMUM.
3. THE BOTTOM OF THE TRENCH AND BACKFILL WITHIN 6 INCHES OF ELECTRICAL CONDUIT SHALL BE FREE OF ROCKS
LARGER THAN 1.5 INCHES. DEBRIS. PAVING MATERIAL. SHARP ANGULAR OBJECTS OR CORROSIVE MATERIALS THAT MAY
DAMAGE THE CONDUIT,cABLE OR PREVENT ADEQUATE COMPACTION OF BACKFILL. IF TRENCH BOTTOM CONTAINS ROCKS
EXCEEDING THIS LIMIT THE TRENCH SHALL BE OVER EXCAVATED BY 6 INCHES AND THEN BEDDED WITH 6 INCHES OF
ACCEPTABLE MATERIAL AND COMPACTED PRIOR TO INSTALLING THE CONDUIT.
4. MINIMUM COVER AND TRENCH DEPTH REQUIREMENTS SHALL BE INCREASED BY 12 INCHES AT UNDEVELOPED LOCA TlONS
WITHOUT FINAL GRADE STAKES. CUSTOMERlDEVELOPER RESPONSIBLE FOR COSTS ASSOCIAlCD WITH RELOCA110N OF
UNDERGROUND FACIUTlES DUE TO SUBSEQUENT GRADE CHANGE.
5. THE DEVELOPERlCUSTOMER IS RESPONSIBLE FOR PROVIDING FINAL GRADE OF THE TRENCH AND WILL BE RESPONSIBLE
FOR ANY SUBSEQUENT GRADE CHANGES AND THE ASSOCIATED COSTS TO RELOCATE UNDERGROUND FACIUTlES.
6. TRENCHES 48 INCHES DR MORE IN DEPTH INTO WHICH A WORKER MUST ENTER SHALL HAVE ADEQUATE PROTECTION
PROVlDED PER WAC 296-155.
7. ALL CONDUIT TO BE 1 INCH MINIMUM FROM SIDES OF THE TRENCH. THIS SEPARATION IS REQUIRED FOR ADEQUATE
COMPACTION.
B. ALL ELECTRICAL TRENCHES MUST BE INSPECTED AND APPROVED PRIOR TO BACKFILLING.
9. CONTROlLED DENSITY BACKFILL REQUIRED UNDER ALL PAVED STREET SURFACES.
LEGEND
ES - ELECTRIC SERVICE T - COMMUNICATIONS
EP - ELECTRIC PRIMARY 'TV - CABLE 'TV
Sheet--Lof 1
@ Date' 12J27,o,
Appel. Eng'
- - ~.-=..;. Appd. OPS~
Revised:
TRENCHING: PRIMARY, SECONDARY,
TV, & TELCO DEPTH
ENGINEERING SPECIFICATION
CITY OF PORT ANGELES LIGHT DEPARTMENT
UM 0 01
~ Date:
Appd. Eng:
~ Appd.Ops:
~ Revised:
PARKING BUSHING - STOCK NUMBER 7125
UM 0 07
PROTECTIVE CAP - STOCK NUMBER 7190
UM 0 08
PARKING BUSHING
PROTECTIVE CAP
Sheet~of 1
UM 0 07
UM 0 08
ENGINEERING SPECIFICA1l0N
CITY OF PORT ANGELES UGHT DEPARTMENT
/- ALTERNATE LOCATION FOR 10"x7"
, "DANGER, UNDERGROt:1ND BACK FEED"
SIGN.
T
----
~
)
~
~~
.l.~
I
ALTERNATE
LOCATION FO
lO"x7" "DAN
UNDERGROUND
BACKFEED"
SIGN.
REFERRED LOCATION FOR
10"x 7" "DANGER, UNDER-
GROUND BACKFEED" SIGN.
".---
/'
STREET
SIDE
..
'-0
\,g
u
'\10
I
0111
NOTE: 1. USE ALTERNATE LOCATION ONLY IF PREFERRED
LOCATION NOT ACCEPTBLE & CLIMBING ABOVE
NOT ALLOWED,
2. INSTALL USING GALVANIZED CORROGATED NAILS.
Dole:
A .ENG:
AP9d.OPS:
Revised:
ENGINEERING SPECIFICATION
\\ DAJ..,1{a f:JZ.. - L.H.:. D f;r2. 61 iW U~ :) BAC.-K pee 0 "
SIU1,~
SHEET --!.... of ~
STANDARD SPEC. No. I
lJM 0 II :
CITY of PORT ANGELES LIGHT DEPARTMENT
u.
PROPERTY SIDE
Dale.
A .ENG:
Appd.OPS:
Revised:
T
LA
. -1f.....'f.)crJ
~h~.:..6.-
~..:NSTALL lO"x7"
"DANGER, UNDERGROUND
BACKFEED" SIGN USING
4 GALVANIZED,
CORROGATED NAILS
_.-INSTALL lO"x7"
"DANGER, UNDERGROUN
BACK FEED" SIGN
USING 4 GALVANIZED,
CORROGATED NAILS.
----,;-
16"
._~.
.t,
I
3 '
3'
l
I
6"X
6":,
I
II
II
i I
U
STREET SIDE
,I"
ENGINEERING SPECIFICATION
~ I' \
'DA}J0c; CZ - L-\ :J~':;2:;;:;~'L1 ~\ v B':-.C-~ Fe::=.: C; ::, I (!")f.
CITY of PORT ANGELES LIGHT DEPARTMENT
SHEET~ot~
STANDARD SPEC. No.
UM 0 II
itA
1) 6 ft. x 9 inch diameter concrete bollard set min. 2 1/2 ft.
in the ground and in gravel, compacted.
2) For customer installations: 6 ft. x 6 inch diameter
concrete filled steel pipe set min. 2 1/2 ft. in the
ground and in gravel, compacted.
Date: \0/4/ 0, ~
Appd. Eng: .$ct-
Appd.Ops: ~
Revised:
ENGINEERING SPECIFICATION
BARR I CADE
SHEET 1 of 1
STANDARD SPEC.
CITY OF PORT ANGELES LIGHT DEPARTMENT
UM 5 02
UM
ATTACHMENT F
CABLE TAGS & PULLING TENSION
PULL-PLANNER~ 2000
PULL I.D.: elwha
CONDUIT INNER DIAMETER: 4.75 INCHES
CONDUIT FILL: 11 %
TOTAL OF 3 CABLES OF 1 DIFFERENT TYPES BEING PULLED.
CABLE # 1
3 CABLES
O.D. OF 0.945 INCHES
WEIGHT OF 1.647 LBS/FT
TOTAL CABLE WEIGHT: 4.941 LBS/FT
CALCULATED WEIGHT CORRECTION FACTOR: 1.08
CONFIGURATION: CRADLED
JAM/CLEARANCE ANALYSIS: JAMMING NOT PROBABLE
COF= o. 2
INCOMING TENSION= 0 LBS
STRA
SECT
ANGL
UP STRA
OR SECT
DOWN LEN(ft)
BEND
TYPE
UP
OR
DOWN
BEND BEND
RAD(ft) ANGLE
TENSION (lbs)
SEG 1
o
NA
1200
NONE
NA
o
o
1281
SW PRES
(lbs I ft )
o
ATTACHMENT G
ELWHA LINE PHASE 3 PLANS
.
CITY OF PORT ANGELES. LIGHT DIVISION-STAKING SHEET DEPT I 0
ELWHA UG - REBUILD STAGE 3 PROJECT NUMBER 22-11 ACTMTY
SHEET 1 OF 1 DESCRIPTION
PRIORITY ENGINEERED BY CHAD LARSON DATE
SPECIAl INSTRUCTIONS CHECKED BY K C FAGEN DATE SYMBOLS
LOCATION DATE ISSUED REVISED E-EXISTING
DESCRIPTION OF WORK FOREMAN FILE R-REMOVE
SUBSTATION/FEEDER START DATE OTHER A-ADD
LOCATE COMPLETION DATE COMPLETED OPS MGR
COPIES MAlNT INSP CREW DPW TOTAL
LOC POLENAULl DISTANCE WIRE SIZE MISCELANEOUS CONSTRUCTION UNITS PORT ANGElES CONSTRUCTION SPECIFICATIONS MI~C & REMARK~
NO NUMBER FT.
E 17B P4
R 17B P4
A 17B P4 50 350kcmll CU UM 0 11 U302 U 3 02 use 5" Conduit & Brackets. Distance is to the Riser
E 17 17
R 17 17
A 17 17 50 350kcmil CU VLT Distance is to Pole 17B
E 17A 17A
R 17A 17A
A 17A 17A 50 VLT Distance IS to Pole 17B
E 18 18
R 18 18
A 18 18 500 350kcmil CU U 304M. 6-600AE Distance IS to Vault 17
E 18A 18A
R 18A 18A
A 18A 18A RC. BFV
E 19 19
R 19 19
A 19 19 975 VLT Distance IS to Vault 17 A
E 20 20
R 20 20
A 20 20 975 350kcmil CU U 304M. 6-600AE Distance is to Vault 18
E 21 21
R 21 21
A 21 21 1000 VLT Distance IS to Vault 19
E 21A 21A
R 21A 21A
A 21A 21A RC. BFV
E 22 22
R 22 22
A 22 22 1000 350kcmil CU U 304M. 6-600AE Distance is to Vault 20
E 23 23
R 23 23
A 23 23 1000 VLT Distance IS to Vault 21
E 24 24
R 24 24
A 24 24 1000 350kcmil CU U 304M. 6-600AE Distance is to Vault 22
E 25 25
R 25 25
A 25 25 1000 VLT Distance IS to Vault 23
E 26 26
R 26 26
A 26 26 950 350kcmll CU U 304M. 6-600AE Distance is to Vault 24
E 26A 26A
R 26A 26A
A 26A 26A RC.BFV
E 27 27
R 27 27
A 27 27 900 VLT Distance IS to Vault 25
E 28 28
R 28 28
A 28 28 850 350kcmil CU U 304M, 6-600AE Distance IS to Vault 26
E 28A 28A
R 28A 28A
A 28A 28A 400 VLT Distance IS to Vault 27
E 28B
R 28B
A 28B 100 350kcmll CU UM 011 U302 U 3 02 use 5" CondUit & Brackets Distance IS to Vaults 28 & 28A. & Rise
.
RC
RS
BFV
VLT
U 3 04M
600AE
REMOVE COVER AND VAULT LID
REMOVE SECTIONALlZER AND VAULT LID
BACK FILL VAULT
INSTALL STOCK ITEM 7030, 7031. AND SECURED COVER FOR 19" X 60" HOLE
MODIFIED PORT ANGELES SPECIFICATION U 3 04, 210AMP LOADBREAK COMPONENTS HAVE BEEN CHANGED TO 600 AMP DEADBREAK (SEE DRAWING E4 DETAIL 3 FOR JUNCTION)
ELBOW DETAILED ON SRAWING E4, DETAIL 1
.
R \Seattle\11-00803 Port Angeles\Prehmlnary Work\Staklng(Stage3) xis
Page 1
R W Beck Inc
.
.
/
.
/ /.v
// /
// '?~' ,
,////' ~.~ ~O~
,/' :&~/ b~" 0 / >y
/' .'/ ,/ !P
,,/ y~ ' /I,~
VAULT 23.,././/~' ~~" /,,/
/ ..--II ~/ /
/ _ l' 5, /
. . ..' ..--II ~./,,' ,/'
. - - ~"" -' ,." ./
,.....\
<.
21
,
'. \ ~ \ \
. \
\ \ ,\
. \ \\',
, ,
\ \ \ \
\ \ . \
\ \ \ \
\\ . \
\ \ .. \
\ \ \ \
\\ \ \
\\ '
.... tJ
~ .11
,,/' - -.,::"., .-- . - ~-- ' .../"
o . ...."" ........ . .,," ....... ~....; .,.., ..------- - - '-
'J /. ~" -- - .-"- ..' .......--
\ / I "" ..~...,.. .... ~ .. .... ..~ VAULT 27
\. - Z.."- ~..-"- u ,,~,.-' ",..-,/,..-
I ___' >...-' ;;:r:'.- ' /"'// ~./ -
/;;<-:~;-~~i\\'g/~)a"~.1>O;:;: ~._OW//' \~ ....
VAUli"28A ~/~/.p .~~_/'-'--'-
VAUL T 28 . ~/ ,~oOi " .
W!SECTlONALIZER \?.:::-- oJ J~~'
. _ -.....d~ . '\. CATCH BASIN WITH 24-INCH INLET
..... ~/vI 2",00 ~O flc AND OUTLET CULVERTS
. " ~~.....-- . ....... ~ S"" (ENDS OF CULVERTS NOT LOCATED)
J -''f''': ,,,,00 .' .' '\-<"
....../ /' , LOCATIONS 17-28. TRENCH AND INSTALL 2-5",
- i AND 1-4" CONDUIT. SECTlONAUZE THE ONE 5"
,_! CONDUIT AT VAULTS 17A, 19, 21, 23. 25, 27A
POW[R"-POLE WITH GUY$ FOR (NO CABLE). SECTlONAUZE THE OTHER 5" CONDUIT
........6VERHEAD TO SOUTo/WEST AT VAULTS 18, 20. 22, 24, 26. 28 AND INSJAlt--I\
...-/ I 3-350 MCM CU UNDERGROUND ~~ONAUZED \
,./ I AT VAULTS. TERMINATE_ANIYCAP THE 4" CONDUIT AND
/../.... i 5" SPA~tT12.; ABOVE GRADE AT LOCATIONS \
.......... i 17A-Atf 288. 4" COMMUNICATION CONDUIT 8Y-PASS~S
/' ..... I A~1.. VAULTS. \
() I i
....~ "--- .......',
LOCA TE NEW TRENCH '-;~':<>...... " ~::::---" ~ ~.. ""'"
, On ........ .......... """'" ", ...............
- WEST OF EXISTING "."" <. '.Vl l/) ......
UNDERSRO.!JND CABL~LEC. VAULT -.......:::::--, '-~ ~ '-....
IN THIS A 1JADJACENT TO ',.:'-, ::::!~...... '-'-,
CONTROL POINT ... ...~~ ~' >...... '""
~ REMOVE MANHOLE 'c;. ,~ ''''... ....'........ '-.
----......... ~L1D ~~CKFILL "<:>" C'oNflroL POINT\.. 10 NO.
'. . V AUL T "'26........ ,"<:--,' <" CONTROL .pNE
-. /.: p. . W/SECTlONAtlZER UNDERGROUND POWER 61NE
6+00....-_.:''''' -, " ','. ,WATER LINE
"1', " .'.: ,-" ...
.~ . ",
". " .. "
'" II
........,
I ''-, '-
,
ft
-.
6"'00
.....-.---
~ ---
~ '--
VARIOUS WATER"
VAL VES AND BOXES
" '.
",
, "
"
WATER
, .'
"-
" \
\ \
\ \
\
\ \
i
\ \
\ \
, ,
/
,
....
- -- ....~-"
.............;.. ----
/-
_ .-;.0
~,V'
/"
~/,.
/'/
//
/
______ _;:::_ ____ .-_. ---..._ I
---.::::::::::- .. --- -:----- -. " J ------L /-
-~~ ------ ' '''- . ///-
---:::::.-.~~ ::~- / ~//
----~ .'--...:::::::::.---~ ~---- :i ////--/
_____...., ----..::::..::::::--..... ___. ". _ . _ __ /,r
-----____ -'--::-.::::::::,-. ~~'.--- "- . - - D NO ~5~/..::::_
~ .-'.:... -:: --- ::::::--- T & I . ;:- ~.
~----'-- --.------------ --- r' ---- CONTROL P~~NTROL ~!/JE-/- --p;::::-
/~ .... -----._,__ ----- ") UNO POWE!."...., NE --
fi-/ _. / VAl:tl..:J:-2,5 _. '. -------._ # / ~ ry UNOERGRO ,jfAT-t:::K LI
.P 0- --..~ .:;",-,-p- - . ~'0~ 4
............. ~~.~.--- C) -& "_
'~._~ 1.1;00 --~~ .' / -J -" ..- zROW ./ ,.....\
----- ____ 1~+00 ~_ .... / :tROW, _'.. _ . V~UL T 24 W!SECTIONA_UZE~__ _ o' __ '.--::-::: ,-::::::-p~"------:-'.
____ '" '. 1$+00 --;,..~~,-.....;>_ 78 - - '-'. .-.-0.- ---= _ ~-;:::--..j~ .
-- .. .'-p. +- - +- ---p--",~
__ -'_, .___.,. 16"'00" - - p=--",-- - 00 .
_ _ w p :\7--1-----=' +- _,v, 2'~
............. AIr- _. . 18+00 ---~ ---.:::::J .
'. ~ -/':; .~._ '__ . "'___ 'of 19+00 20+00 7 ;>
Sc- -~ SC-e ----! '--- ----_ __
Yi1'S,--- liON f-- ----- --.------- - -
ce~_ J -'-, . __'0 - -- - --nwW--
3-;-- xROW --- -....----
/ --.
/ !
...-
/
/
"
i
/
o
I
"'.... ----
'. I
\ I
GRAPHIC SCALE:
1:z.47KV UNOERGIlOUNll D1SlRlBUllON
~~
Twt
CITY of
PORT
50 0
1.1.1111111
50
I
100
I
t'J WI-lA IltJllt:'~~~nlltJn ~j:'RIIII n
I
\
\
\
~5
-p-
-loI-
,
\
,
\ ....'.
\..,....
,
\
I
\
i
\
i
\
,,;'
FILE NO P AKOl 001
W/O 11-00803-10000
ELEC VAULT
REMOVE MANHOLE
LID AND BACKFILL
;"r /~AULT 18 W!SECTlONALlZER =t- ~ __
- F' -'5- o~ ~ --""" -p-, I p ~ 1'F- -jry> _.,_- _~,Jb<
- p ~p --~ T' -,- " - - '" _~
' .e.- --~-=--~- -+-- -'---v -=v= --. '1' ----...'!----51-~--s2+00
P-:"f -~ --;J - -===-\'r-=-=--...lCl~ ~-W --v= 49~OO "" r 50+00
~- - ..- . moo __"- -.---"iL---.-.. u_ .___ _. u
'xRUW ' ..~_.------._. ,- --- ; ~~ DIRT ROAD WITH
12-INCH \ 18-INCH CULVERT
CUL VERT
~ .
- "
-.
--
. "--
........
.....
" ,
/
/
'----.......
---
--"
-----------.
-- ---. -" ;
" -::--:.-~ -:-;~~~- - - - ~ ~.:::~-- :;>/
\
\
V~J,}L T 21
{-t.:)
//
/",
.'
/// ------= &-t \ _.......
,// ~ ~--~~~-~JJ~v~~ ~,
.~/' -/'---',~ ;;;;'\~~"-"
---- ,/ ~ 32,,"00 '., ~ '
,VAULT 22. W!stCTIONALlZER ~'MH-6 ._------ .______~: Jo$"oo ~~~~'" "',
\.- r-7 ..;I~1"'00 ~EUe:'--vAULT \':::-'_ __ ", ~~ '.
. " .,.' _ - r./~:;')' /' ./ ...-/' - REMOVE MANHOLE - --. J.s.~~ _',
_ y~-: ';~ /. . UD AND BACKFILL , , '" .:" ~~., ~
- y....-~ . ' \. '
~ ' ,
~.... .' \ , ...
""-i _ IV ".' '. ,
-~-- \....
--p -r - ~e.------: __.--- Ar \ '. ", .
"'~ p. p p -.-- '" ----- V ~ 5 \. __ \ \
-'- --. .?s. 101 ~ - ~~27,,"0 __-- CONTROL POINT & 10 NO. \,..... "'.' .;,
--- .-- ~ - ..- '" - CONTROL LINE
- 'Wf6 -------- UNDERGROUND POWER LINE _p_ \ \.
'----.--.----.----.~6'l_'OO---- WATER LINE -v- \ \
~ \ \
\.. \\
H
./.11/
'tJ~/)
.\........~u
G:Y,<jDC-
-
---------------- --
CP 14
CP 13
CP 12
l'
~if
'zROW -
.
/
/
,,'
/'
.---
.-/'/
\.
\
\ /'
\ ,../"'........
...,j.......
./
.--....
./
--
-----\------ --------- --.----- \
,------ \ //
\ ---... ---.-
\ ----- - \ ----
. --.-r-- --
, \ \
1\ AREA OF RECENT /
LANDSLIDE ~_ ..___/ ' /~-_- .. .'
------ ___J..._ .... ---'-- \ '<]...../ jVAULT 19
.--<:.5~. _ __.- L=:- P -=C
J'~ ....:.-- '.p .--- - ~ v- 44+00
,.. '--. - _. ---42+(}f}--' -- 4.J~OO
~
. ---- ~ toeA TE NEW TRENCH
1'-0" NORTH OF
UG CABLE IN AREA
OF LANDSLIDE
./
/
.....,..
.........
/
../'"
./
CP 11 = STA. 53+24.81
CP 10 = STA. 53+33.91
CP 9 = STA. 74+31.57
CONTROL POINT & ID NO.
CONTROL LINE
UNDERGROUND POWER LINEr
- WATER LlN
..-//
......../
.,.,/'"
:tROW
--~-
~VAueiT 20
..--/ W/SECllONALlZER
\ 13
~ I
-Ii' --
._.... -.n+W
'\
~'8-INCH
CULVERT
-
Ip
--~- -
"--..-
38+00
i
\\ ....
'. \.
. ,
..-
....-
.
GRAPHIC SCALE:
50 0 50
1lIlliloI.1 I
12.47KV UNDERGROUND DISlRtBUTION
ELWHA UNDERGROUND REBUILD
FIl.E NO PAK01002
WiD "-00803-10000
owe NO
DES CL
0""
ON
~. CITY of
.. ~. PORT
100
I
,
\ \ \
\ i \
\ ;
STA. 36+74.38
STA. 39+55.27
STA. 45+99.62
I
\
\
\..
\
/'
//
..,......""'.
,
',,-
L215
\
\
\
\---
-p-
_v-
:tRO~
---\
:tR0 I
~
TYP
NZ\; I
~\~I
w\1J)
I.n
~\
3'
2
I """'-'- 7-23-2003
.
\
CONTROL POINT & 10 NO.
. CONTROL LINE
UNDERGROUND POWER LINE
WATER LINE
5,0
o
~5
-p-
_v-
58+00
59+00
--"\.. -
\CEN:;~' 'oF-{REEK
6" -WA rER LiNE:-
ELEC. VAUL T &
WA TER VALVE
,-
--
,..--
..-
\ ~~
~.
,--
_----Y--~
-,-
.........................
50
I
100
I
1- 7-23-2003
CITY of
PORT
12.47KV UNOEIlGROUNo OISlRIIllIlION
FI1.f NO PAK01oo9
w/O
11-00803-10000
OWG NO
ELWHA UNDERGROUND REBUILD
--
.
.
[)(lEND CABLE NEUlRAL
AlLOW 6' SLAO< FOR
DISCONNECllNG AND
PARKING lERMlNA liONS
600A ELBOW TERMINATOR, 15KV ClASS
DETAIL 1
NO SCALE
INSULATED PROlECTING
CAP PRO\IIDE WHEN A
TAP CIRCUIT IS NOT
INSTAlLED. SEE DETAIL
SEPARAlE GROUND
VIlRE AND ATTACH
TO J-BOX GROUND
LUG, TIP 2 PLACES
GROUND LUG
LOADBREAK REDUCING
TAP PLUG ElASllMOLO
6S0ETP OR APPROVED EOUAl
600A, 15KV CLASS LOAlDBREAK
JUNC110N ELASnMOLD K650J4
OR APPROVED EOUAl
ElBOW PARKING, ONE
POSIlION ON EACH SlDE
2/0 CU
--------
600A FEED-THROUGH 4 WAY JUNCTION WITH 200A TAP
DETAIL
NO SCALE
CD
R/W
.
ELASlIMOLO ISKV
CLASS CATAlOG
NO 168DRG OR
APPROVED EQUAl
NOTE:
1. EACH UNUSED JUNClION
BUSHING SHAlL HAVE
ONE OF THESE CAPs.
15KV ClASS INSULATING PROTECTIVE CAP
DETAIL {~
NO SCALE V
ElASlIMOlD 1SKV
CLASS CATALOG
NO K656DR OR
APPROVED EQUAl
15KV CLASS INSULATING PROTECTIVE CAP
DETAIL~
NO SCAlED
PROPOSED
lRENCH
LOCA liON
\
0 0 -1-4"
<V 00 - 2-S"
7't 6/t
\
\
SECTION
NO SCALE
{TYP~
E-1 E-1 ~-2 E-2
DESCL
DM<
R/W
CONSTRUCTION NOTES
1. SEE SURVEY DRAWINGS E:LWHA
UNDERGROUND DISTRIBUTION LINE
REBUILD PROJECT 22-11', DATED
8/1/02 BY NTI SURVEYING. PORT ANGELES.
2. SEE CONSTRUCTION DRAWING FOR
UNDERGROUND POWER LINE C11062-5
DATED 08/77 AND FOR WATER LINE
C11062-2 DATED 08/77.
\~T~
t~~ CITY of
~ Df'\hYT'
lU7KV O\IERHtAO OIS1RlllU11ON
<:'1 \l1U A
II"'nI:"Or.!onIIMn o~RIIII n C::Tb.n~ ,
7-23-2003
mE NO
W/O
P AKOl 039
11-00803-10001