HomeMy WebLinkAbout4.499 Original Contract
<t. <I flq
PROJECT MANUAL
for
ELECTRIC REBUILD - VALLEY STREET SUBSTATION
PROJECT NO. 04-15
CITY OF PORT ANGELES
- WASHINGTON
APRIL 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
Prepared by:
James L. Harper ~
Project Engineer
Reviewed by: ~ ~ L.. /k ~ Reviewed ~ ~
Deputy Directo City Attorney
PROJECT MANUAL
for
ELECTRIC REBUILD - VALLEY STREET SUBSTATION
PROJECT NO. 04-15
CITY OF PORT ANGELES
WASHINGTON
APRIL 2005
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
GARY W. KENWORTHY, PE, DEPUTY DIRECTOR OF ENGINEERING SERVICES
For information regarding this project, contact:
James L. Harper
City of Port Angeles
Electrical Engineering Manager
(360) 417-4702
PROJECT MANUAL
TABLE OF CONTENTS
Electric Rebuild
Valley Street Substation
Project # 04-15
PART I BIDDING REQUIREMENTS
Vicinity Map .... ........... ........ ...... ... ....... . ............ ................. .......................... ..... ......... ... ............ .......... 1-1
Advertisements for Bids.............. .............. ........................ .................... ..... ......... ................ .............. 1-2
Information for Bidders........................... ....... ......... .......... ............................ .................. ........... ........ 1-3
Bidders' Checklist..... .......................... .................... ............. ......................... .................... ................. 1-4
Non-Collusion Affidavit ..................... ..... ....... ......... ............ ............................................. ....... ..... ...... 1-5
Bidders's Construction Experience .... .......... ....................... ................ ........... ............. . ....... ............. 1-6
List of Proposed Subcontractors.. ..... ............ ......... ...................................... ................... .................. 1-7
Bid Forms .................... ............... ..... ....... ...... ............................ .................. ........................ ............ 1-8-9
Bid Bond...................... ................................... ................ ........................... ...... ........... .......... ......... 1-10
PART "CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT
Contract...... ...... ........... ................................. .................. . ....................... .............................. ........ 2-1-5
Performance and Payment Bond ........ ........ ..................... ................. ................................ ................ 2-6
Statement of Intent to pay Prevailing Wages .................. .................. PNA Dept of Labor & Industries]
PART '"
SPECIAL PROVISIONS
Special Provisions................ ..................... ......................... ...... .................... .................. ..... ........... 3-1-2
PART 1
BIDDING REQUIREMENTS
"0
If;
lU -f:
~- laJrChl/d
- -IntJ.-I\j
~ . ~~
~
o
.:Jl'!~ ~1Sk+':S";;:~'-':~_;.q~~1
Qj :1; ~.' :17
t l.I=, ~ ^'^ ~ ~ "'" "'"_:;:;...~.......... i { 1
~ :c .tl~~~*"1:.__"'''-_ _...- '" ''''''''''''''1 >::ij
~v~:.. f ~ ~.g y J~Z"""0m ~^" :!( NNA N """" Tf
~Ed c_ .cw'''' ~"",,' '~-'~"". Ed d.....r .,,""'~~. -4"' "'uva\lIPI
. .~.. geWOO.di!3tT.... ^,="~,, --, .. i l~Op~.;Rd .VH h
~ ~
. "L~ l. ~
~ ;j ~ <(-
~ f:~ ~
· W'''''.'r If.
~ .' ~
CD J ~
~ ',j __5 -101
(;) ..
A
7rj
,;?y
J!...\
tJ;t<
",(
#f;~Q)
,(;>iJt~
iE
"0
c
co
..:J
Harry-Brc
~elton-Rd,
". ..;.;..:._::;~'i'"Fr7~"E;;..:;,9J;:;"f':;::;~-!iE,ua~':t'i1~~..::.t:~.:z:~ffii.Z;$i"".:,~:::-~-:;;;_.__'""
-- _.....N0'/~,,-" --~""".;z-.........~Goast G p ~ --..~ """_.....-"....>.....~;Q,~-.z~
...-.*.~;;,.,.4:.,~~_...""~"'_: uard'Sase ""'"~~~"
!.tIt --k~~~.. _ . "?~
tV'
1"C./'
'~-~''il~
~="'~~!.'d ~~
jU
!,"
il!
,li
~lt
.'i
!~
~l~
;~l
flj
'V
ttl
ti,
,..
~~j
'll
t ~t
ii~
..:;.'"
r.
:lJ
\111
11
,;
4'
;I~
(II
",
f~
...
it.
M4
!'!u
lil
,,~
if!
".
,.
-
..:
cp
C;;
Q)
J
.<n
-c
Q)
----lD
I.
"0
~
C
o
<n
c
Q)
tf
b
tS
.f
-q-
G.j.
~
~
Arm,""d
I
~ ..
~ -
~ ~
Qj ~
'- Q)
0-,- t
r0 co ---n...; 0
!-rrt~2 i!_ !!,,-+--..J
I U viercres~t-Ave. ~ {.~-LGa~Pbe".Avel
I <r 'l> .., r:
~J;;"-~111 i'r;
~ -liS '1/11 ~r 'i,:,#
a. Ahlvers-Rd~ _~":; I?\. 'F ,t'",.-
~....."t~.:;:;_~ ~rl CO ~^-If "1-_
~~~sp >< Ole"I'>>i~ ~
:.1 co 'Ls I 5;,'1;"
".. ~ 0<' '>' '8 ".'~
{t. ,n 0:: " I S~'u 't'"
~It '-' -..!.. .i~ ::\< ,"", '~I
' '4 - "" J")j "" ~
~~ ": '> ~ 'f':
,', I, :!:? 1
11i ili " RO'.,Sl ~.~ ~,p_""~,,,"
s:t, ifJ 0 :;."i-eB?1lI'~-.."."Q=-"u:1..
',,:., 'If } ~H s
"~'ii . .)1" .;:;- -Scrivner'Rd:-(Gounty)
V. 5cr'bner-Rd'-(~llty "'. ~ I
.,' 'lb'
Tic qj
'., "ti L:,;:
~ (L
== r!
,., ~1Sf:t:I!5P-9!~1:2.rBii.':::~iiY,;
Fors-Rd.
I
E-ScnvnrRd:----
-0
0::
in
<n
o
r~i~/rHoaTd
Westridge-Rd.
I
Thl
ThIs map IS not Intended 10 be lIsed as a legal descnp/lon
Id I I d db h CI f P A I f I d
Verttcal Datum ~ NA VD 8
Hamon/al Datum ~ NAD 83
~
N
2,300
I I
Feet
VICINITY MAP
Project 04-15
ELECTRIC REBUILD
VALLEY STREET SUBSTATION
Project No. 04-15
City of Port Angeles
Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box
1150, Port Angeles, Washington 98362, until 2 30pm, Wednesday May 4, 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 electronic relays at the Valley Street
Substation.
The City Engineer's estimate for this project is less than $150,000. 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.
Detailed plans and specifications (Project Manual) may be obtained from the office of the Electrical
Engineering Manager, City of Port Angeles, upon payment of a non-refundable fee of $50.00. Informational
copies of maps, plans and specifications are on file for Inspection in the office of the Electrical Engineering
Manager [Phone 360-417-4700] Bidders shall be qualified for the type of work proposed. A Bidder's
Construction Experience Form is included in the Project Manual.
All bids shall be submitted on the prescribed Bid Forms and in the manner as stated in this advertisement
and in the Project Manual and said bids shall be accompanied by a bid deposit in the form of a cashier's
check, postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%) of
the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and
registered to Issue said bonds in the State of Washington. The bond shall specify the surety's name,
address, contact and phone number, and shall include a power of attorney appointrng 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 andlor 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 [April 10 & April 17, 2005],
Daily Journal of Commerce [April 11 , 2005]
Copy to: NPBA
ADVERTISEMENT FOR BIDS
]- 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.
I
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 following forms are to be executed after the Contract is awarded:
A. Contract - To be executed by the successful bidder and the City.
B. Performance bond - To be executed on the form provided by Owner, by the successful bidder
and its surety company. To include name. contact and phone number. and address of surety
and power of attorney of slqnatorv.
C. Insurance certificate(s).
}- 4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NON-COLLUSION AFFIDAVIT
STATE OF WASHINGTON)
)
COUNTY OF CLALLAM )
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced or
solicited any bidder on the above work or supplies to put in a sham bid, or any other person or
corporation to refrain from bidding, and that said bidder has not in any maIll1er sought by collusion
to secure to him/her self an advantage over any other bidder or bidders.
~l~id~ontractor
Subscribed and sworn to before me this 4 t h day of
May
,2005.
My Comm. Exp.:
10/26/07
~~4r~
N ary Public in and for the ~
Sta e of Washington.
Residing at Port Angeles
]- 5
I
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
Name of bidder: 01 Y m pic E 1 e c t r i c Co., I n c .
Registration No.
OLYMPEC285D1
2.
Permanent main office address:
4230 Tumwater Truck Rt
Port Angeles, WA 98363
3.
When organized:
Where incorporated:
1946
4.
Washington
5. How many years have you been engaged in the contracting business under your present firm name?
59 YP.::Hc.;
6. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate
anticipated dates of completion), contact name and phone number.
See attached
7. .
General character of work performed by your company:
Electrical
8.
No
· Have you ever failed to complete any work awarded to you?
If so, where and why? N / A
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. S t t h d
ee a ac e
11
· list your major equipment available for this contract'
See attac~ed
12. Experience of bidder in construction similar to this project In work and Importance' See at t a c h e d
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
::~ested 7/ t:: ~:y of Port Angeles c:: 7 /) ~
Bidder's Slgnafure
Pnnt Name' C h a r 1 esT. Bur k h a r d t
Title' President
1- 6
City of Port Angeles
Electric Rebuild
Valley Street Substation
Project No. 04-15
Question #6:
Contract Description
North Olympic Skills Center
Contact: Dan Fischer/Fischer Const/(360) 697-5402
Olympic Medical Center OB Dept Alterations
Contact: Rick Hock/Hoch Const/(360) 452-5381
First Federal Savings & Loan - Sequim Village Mrkpl
Contact: Dwayne Fox/Newground Const/(360) 681-1972
Quileute Housing Authority Carports
Contact: Rick Hoch/Hoch Const/(360) 452-5381
Question # 11:
112 ton pick up truck
1-ton flatbed truck
35 ft. one-man bucket truck
10-ton flatbed boom truck
Reel trailer
Service Vans
Questions #12
Blyn Substation Rebuild
Sequim Substation Rebuild
College Substation
Evergreen Substation
Dungeness Substation
Contract Est. Com.
Amount Date
$155,120.00 6/05
207,147.00 6/05
127,160.00 6/05
$29,890.00 8/05
City of Port Angeles
Electric Rebuild
Valley Street Substation
Project No. 04-15
Bidder's Construction Experience
Question #10
Contract
Description
Contract
Amount
Phone
Completion Contact
Date
Safeway East (Port Angeles) ....... ... . .. . . . . . 457,882.00
Bayview Center Shops ... ..... .. . . . . . . . . . . . 154,869.00
Bayview Signal .. ... . . . . . . . . . . . 213,37500
Quileute Gymnasium ...... ...... '" . . . . . . . . . . . 265,093.00
Housing Authority of Clallam County . . . .. ... .. 49,427.00
"F" Street Improvements (Port Townsend) .. . . . . . . . . . .. 30,160.00
Olympic Memorial Hospital Lobby Remodel . . . . . . . .. . . . . 77,61200
POint No POint Casino .. .. ..... . . . . . . . . . . . . . .. ... 338,789 00
Sequim Substation . ... ...................... . . . . 25,787 00
Sequim Ave North (lights and underground) .......... . 295,073 00
Big 5 Sporting Goods .. .. ...... ............. 90,651.00
Old Olympic Highway Lighting . ... ..... .............. 42,190.00 ..
Eastern Corndor Entryway (Port Angeles) . . . . . . . . . . . . 26,647.00 ..
Costco Entry Relocation . . '" ........................ 26,296 00 ..
7 Cedars Kitchen Remodel '" .. . . . . . . .. . . . .. .. .... 47,26000 ..
Peninsula Bottling Office Remodel . . . ................ 22,652 00 ..
SeqUlm Medical Plaza New Service . . . . . . .. . ... 38,250.00
Point No Point Casino East Addition. .. . . . . . 85,97300
5th & Race Signal - City of Port Angeles . . . . . . . . . . . . " 256,63728
City of Sequim - Parking Lot ........ . . . . . . . . . . . .. .. 35,220 00
Sequim MedIcal Plaza CT Scan ........................ 42,176 00
Olympic Care & Rehab Fire Alarm. . . . . .. . . . . . . 26,768.00 ..
Peninsula College EMCS Upgrade ............ . . 63,259 10
Strait View Credit Union .......... . . . . . . . . . . . . . .. 28,255 28 ..
Sequim Overlay TraffiC Loops ... . . .. ............ 52,680 00
Sequim Downtown Revltllizatlon . . . . . . .. . .. . 575,36300
Tesoro Security Lighting ... ....... ... .... .......... 32,676 00
Page 1 of 2
. . 5/02 .. ..... AECON . . . . . . . . . . . . .
.. . 5/02 . . . . AECON
... . 7/02 .. . .. . AECON
. . . .. 4/02 . . . . M A. Mortenson .. . . . .
. . 10/01 ...... Vern Sohlberg . . . . . . . .
. . . 5/02 ... .... George Peabody
" 5/02 ...... Rick Hoch . .
2/02 ... .... AECON ..
10/02 ....... Clallam County PUD
10/02 ....... George Peabody
9/02 . . . . . Baker Const '" .... .
.. 6/03 . . . . . Greg Parrish ...... . "
11/02 . . . . . George Peabody .......
. 6/03 . . . . . Barclay Dean Const ....
.. 4/03 . . . . Ron Sather ............
6/03 ... Jerry Schwagler ........
10/03 . Jim Paapke . .... ....
9/03 ........ JE Dunn . . . . .
11/03 ....... Eric Walrath ........ ..
1/04 . ..... Lakeside Ind ..... .....
1/04 ........ Aldergrove Const . .....
.. 2/04 . Olympic Medical Cnr ....
. 2/04 ... .... Siemens Bldg Tech .....
.. 3/04 .. .. Vision Builders ....... .
. .. 4/04 . ... " Lakeside Ind . ........
5/04 . . .. LakeSide Ind . ....... .
7/04 ........ Tesoro ... ............
(425) 77402945
(425) 774-2945
(425) 774-2945
(425) 895-9000
(360) 452-7631
(360) 452-7803
(360) 452-5381
(425) 774-2945
(360) 452-9771
(360) 452-7803
(509) 535-3668
(360) 683-5447
(360) 452-7803
(425) 378-2000
(360) 683-7777
(360) 457-1809
(360) 417-7000
503) 978-0800
(360) 417-4806
(360) 452-7803
(360) 457-2067
(360) 417-7000
(253) 274-4776
(360) 452-1186
(360) 452-7803
(360) 452-7803
(360) 452-1433
City of Port Angeles
Electric Rebuild
Valley Street Substation
Project No. 04-15
Bidder's Construction Experience
Question #10
Contract
Descnption
Contract
Amount
Phone
Completion Contact
Date
Stevens Middle School Music Room Addition ..... .. . .. 99,268.00
Sequim Medical Plaza Transformer.. . . . . .. . . . . . . 25,000.00
Sequim Transit FaCility . .. ................. . 108,592.00
Blyn Substation . . . ............ . . 318,439.00
7 Cedars Casino Expansion .. . . . . . . . . . .. . 507,000.00 ..
Forks Hospital CAT Scan. ........ .. . .... . .. . 29,939.00 ..
Sequim Village Marketplace High Voltage & Lighting . . . . 759,000.00
Quality Inn Sidewalk Lights ......... .. . ... . . .. .. 28,805.00
Peninsula College - Building "C" Renovation .............. 66,631.00
Page 2 of 2
.. 9/04 .... ... Aldergrove Const .. (360) 457-2067
10/04 OlympIC Medical Cnr (360) 417-7000
12/04 ..... . Fischer Contracting (360) 697-5402
12.04 .... . Clallam County PUD (360) 452-9771
1/05 ...... . AECON .......... .. (425) 774-2945
2/05 ........ Forks Hospital ..... .. (360) 374-6271
. 2/05 ... .... SO Deacon Corp .... .. (425) 284-4000
. 3/05 ....... Trico Contracting . ... . (360) 757-2373
.. . 4/05 ........ Hoch Construction ..... (360) 452-5381
II
.
.
.
.
.
.
.
.
.
.
II
.
.
.
II
II
--
--
LISTING OF PROPOSED SUBCONTRACTORS
Bidder shaUlist all subcontractors proposed to be used on the project. FAILURE TO LIST
SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If there are no
subcontractors, write "NO SUBCONTRACTORS WILL BE USED".
POWER ENGINEERS
1295 S EAGLE FLIGHT WY
BOISE, 10 83709
CC01POWERE1015M6
TESTING
PEDERSON POWER PRODUCTS
3900 DAHLMAN AVE
OMAHA, NE 68107
MANUFACTURER ONLY
SWITCHGEAR DOORS (REPLACEMENT)
President
1-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID FORM
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER: Olympic Electric Co., Inc.
REGISTRATION NO. OL YMPEC285Dl
DATE: 5/4/05
The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid
are those named herein; that the bid is in all respects fair and without fraud; and that it is made without
any connection or collusion with any other person making a bid on this project.
The bidder further declares that it has carefully examined the plans, specifications, and contract
documents, hereinafter referred to as the Project Manual, for the construction of the proposed project
improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types
and quantities of materials, the types of equipment, the conditions of the work involved, including the
fact that the description of and the quantities of work and materials, the types of equipment, the
conditions of and the work involved as included herein, are brief and are intended only to indicate the
general nature of the work and to identify the said quantities with the corresponding requirements of
the Project Manual; and that this bid is made in accordance with the provisions and the terms of the
Contract included in the Project Manual.
The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface
information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter
also referred to as the City or Owner, and such other source of information as it determined necessary
in arriving at its conclusion.
The bidder further certifies that the subcontracting firms or businesses submitted on the listing of
proposed subcontractors will be awarded subcontracts for the described portions of the work:
If the bidder is awarded a construction contract on this bid, the name and address of the surety who
will provide the performance bond is:
CBIC
Surety
1213 Valley St/PO Box 9271
Seattle, WA 98109-0271
Surety address
Mark Noma
(206) 622-7053
Surety Contact and Phone Number
EHL Insurance
Agent
340 W Washington
Sequim, WA 98382
Agent Address
John Obinger
(360) 683-7966
Agent Contact and Phone Number
1-8
S7l
~
" BID FORM
'~'t' s ji;lO) " and in compliance with the Bid Instructions, the undersigned (hereinafter called "Contractor") hereby
proposes to fumish and/or install, as detailed in the specifications and elsewhere in these bid documents.
LUMP SUM BID FOR EACH ITEM
ITEM 1
Provide and install new pre-wired switchgear doors complete
with new electronic relays and controls and wiring changes per
specification.
$ 96,320.00
ITEM 2
Provide and install new AC and DC panel-boards complete with
circuit breakers and required wiring changes as shown on the
drawings.
$ N/A
Subtotal Items 1-2
$ 96,320.00
$ 7,994.56
Sales Tax (8.3%)
Total Bid
$ 104,314.56
Attached hereto is a postal money order [ ], surety bon~JX] or cashier's check [ ], drawn in favor of the City of Port
Angeles, in the amount of 5% of total amount bl 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. 1 to this project manual. The name of the
bidder submitting this bid and its business phone number and address, to which address all communications concerned with this
bid and with the contract shall be sent is listed below.
~aAJi4'~~1--
Att st:
By: C h a r 1 esT. Bur k h a r d t
Title: President
.
III
III
III
Address: 4230 Tumwater
Port Angeles, WA 98363
Phone ( 360 ) 45 7 - 5 303
1-9
.'
~
""
clJic
BID BOND
(public Work)
For the CBIC branch
nearest you, call toll free:
(888) 283-2242
(888) 293-2242 FAX
INSURANCE
PremIUm:
KNOWN ALL BY THESE PRESENTS, That we, OLYMPIC ELECTRIC COMPANY, INC
, as Principal, and CONTRACTORS BONDING AND
INSURANCE COMPANY, Surety, are held and firmly bound unto CITY OF PORT ANGELES
, Obligee, in the sum of 5% of TOTAL AMOUNT BID
Dollars ($ 5% of TAB ) for the
payment of which we bind ourselves, and our successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for
REBUILD VALLEY STREET SUBSTATION, PROJECT NO 04-15
("Project").
NOW, THEREFORE, the condition of thIS bond is that if OblIgee accepts Principal's bid, and Principal enters into a contract with
the Obligee in conformance with the terms of the bid and provides such bond or bonds as may be speCIfied m the bidding or contract
documents, then this obligation shall be void; otherWIse the Principal and Surety will pay to the Obligee the difference between the
amount of the PrincIpal's bId and the amount for which the Obligee shall m good faith contract with another person or entity to
perform the work covered by the Principal's bId, but m no event shall the Surety's and PrincIpal's lIabilIty exceed the penal sum of
this bond.
Signed and sealed this 03
day of
May
, 2005
\ .: '\ I ,
\\ \ , I J
-.....'-".... \\ \\ I :,
:-"~ :'>4-:"~ ,j ~.~ ~/,y~_~-
~ - ..... .. ,)
;.... -
t I~.
':: -:.. "\
01 YMPIr. FI Fr.TRIr. r.OMPANY. INr.
_ Principal
By ~1/') ~~
(Seal)
.... I .~;'~ ;~ t
I.'"' J ~ .
CONTRACTORS BONDING AND
INSURANCE COMPANY
By Jk~ A
Attorney-m- act
WENDY F. DAILEY
(d~/\
y-
-,- ~ '"' -.: ~ -....
_~ / .:."'~ ,,~; f'~ _
~ -=-" ~-",: '"
c/Jit:
LIMITED POWER OF ATTORNEY
:Q\Is(/RANC&
Not Valid for Bonds w
Executed On or After: DECEMBER 318'1, 2005
Power of Attorney
Number: 946703
l
Only an unaltered original of this Power of Attorney document is valid. A valid original of this document is pnnted on gray
security paper with black and red ink and bears the seal of Con~actors Bonding and Insurance Company (the "Company").
The origmal document contains a watermark with the letters "cblc"embedded in the paper rather than printed upon 1t. The
watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is
visible when the document is held to the 'light. This document is.valid solely in connectIOn with the executIOn and delIvery of
the bond bearing the number indicated below"and provided also that the bond is ofthe type' indicated below. This document
is valid only if the bond Is'executed on or before the date mdicated above.
KNOW ALL'MEN BY THESE PRESENTS, that the Company'does hereby make, constitute
and appoint the following: BRIAN A. EDGREN, RICHARD G. HECKER, JOHN J
0' BINGER, GERALD C. MAYER, TODD M. LEMMON and WENDY F. DAILEY its true and
lawful Attorney(s)-in-Fact, with full power'and authority'hereby conferred in
its name, place and stead, to execute, acknowledge and ~eliver on behalf of the
Company: (1) any and all bonds and undertakings 'of s~retyship given for any
purpose, provided, however, that no such pe~son shall be authorized to execu~e
and deliver any bond or undertaking that shall obligate ,the Company for any.
portion of the penal sum thereof in excess of $10,000,000, and provided,
further, that no Attorney-in-Fact shall have the authority to issue a bid or
proposal bond fgr any project where, if a contract is awarded, any bond or
undertak;ing would be required with penal sum in excess of ,$1.0,000,000; and' (2)
consents, releases and other similar documents required by an obligee under a
contract bonded by the Company. This appointment is made under the authority of
the Board of Directors of the company.---~----~~--------~-----~----------------
-----------------------------------~-----~--7-~---~----------------------------
---------~-~-~-----------------------------------------------------~-----------
----------~-------------~--~---------------------------------------------------
, , '
-- ---- - - -- - ~ - -- -- ---- -- -- - - -- --- -- -... -- - ---- -- -_...-:.. -- -- - -- ""'- ---- ';..--- ';""- -- -- ....--.... -- - - - --- -- -- - -- ---'- -- -- ---
-----------------------------------~--------------~-----~--------------------~--
---------------~----------------------~----------------------------------------
, ,
CERTIFICATE,
I, the undersigned secretary of C011.tractors Bonding and Insuran~e Company, ,a Washington
corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and
has not been revoked, and, futhermore, that the resolutions of the 'Board'ofDirectors s~t forth on the
reverse are now in full force and effect
Bond Number
Signed and sealed this ' ~6. '
~~~.
R Kirk Eland, Secretary
CBIC. 1213 Valley Street. P.o. Box 9271.Seattle, WA98109-0271
(206) 622-7053 . (800) 765-CBIC (Toll Free) . (800) 95(}'1558 (FAX)
1"paLPOA,07-USOSll04
PART 2
CONTRACT FORMS
(TO BE SUBMITTED AT CONTRACT EXECUTION)
PUBLIC WORKS CONTRA~
This Contract is made and entered into in duplicate this '7:tA- day 0~,-20~ by and between the
City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to as "the
City", and Olympic Electric Co., Inc., a licensed electric utility construction contractor, hereinafter referred
to as "the Contractor".
WITNESSETH:
Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring
specialized skills and other supportive capabilities; and
Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary
capabilities to perform the services set forth in this Contract.
NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the
parties hereto agree as follows:
1) Scope of Work.
The Contractor shall do all work and furnish all tools, materials, and equipment in order to
accomplish the following project:
Electric Rebuild - Valley Street Substation,
Project 04-15
in accordance with and as described in
a) this Contract and
b) the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal
requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and
c) the Special Provisions, hereinafter referred to as "the standard specifications", and shall perform
any alterations in or additions to the work provided under this Contract and every part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing the work
provided for in this Contract, except as may otherwise be provided in the Project Manual.
2) Time for Performance and Liquidated Damages.
a) Time is ofthe 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.
b) Payments for work provided hereunder shall be made following the performance of such work,
unless otherwise permitted by law and approved in writing by the City. No payment shall be made
for any work rendered by the Contractor except as identified and set forth in this Contract.
2-1
.
c) Progress payments shall be based on the timely submittal by the Contractor of the City's standard
payment request form.
d) Payments for any alterations in or additions to the work provided under this Contract shall be in
accordance with the Request For Information (RFI) and/or Construction Change Order (CCO)
process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the
Contractor shall submit the standard payment request formes).
e) The Contractor shall submit payment requests with a completed Application for Payment form, an
example of which is included in the Attachments to this Contract. This form includes a lien waiver
certification and shall be notarized before submission. Applications for payment not signed or
notarized shall be considered incomplete and ineligible for payment consideration. The City shall
initiate authorization for payment after receipt of a satisfactorily completed payment request form
and shall make payment to the Contractor within approximately thirty (30) days thereafter.
4) Independent Contractor Relationship.
The relationship created by this Contract is that of independent contracting entities. No agent,
employee, servant, or representative of the Contractor shall be deemed to be an employee, agent,
servant, or representative of the City, and the employees 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 ofthe Washington State
Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC.
The Contractor shall document compliance with said requirements and shall file with the City
appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage
requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam
County, incorporated in this Contract have been established by the Department of Labor & Industries
and are included as an Attachment to this Contract. The Contractor shall also ensure that any
subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation
requirements as set forth herein.
6) Indemnification and Hold Harmless.
a) The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees,
and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including
attorney fees, arising out of or in connection with the performance of this Contract, except for injuries
and damages caused by the sole negligence of the City. It is further provided that no liability shall
attach to the City by reason of entering into this Contract, except as expressly provided herein.
b) Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,
then, in the event ofliability for damages arising out of bodily injury to persons or damages to
property caused by or resulting from the concurrent negligence of the Contractor and the City, its
officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the
extent of the Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial
Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been
mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Contract.
2-2
..
7) Insurance.
The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims
for injuries to persons or damage to property which may arise from or in connection with the
performance 0fthe work hereunder by the Contractor, their agents, representatives, employees or
subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a
material breach of contract upon which the City may, after giving five working days notice to the
Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or
renew such insurance and pay any and all premiums in connection therewith, with any sums so
expended to be repaid to the City on demand, or at the sole discretion of the City, off set against
funds due the Contractor from the City.
a) Minimum Scope of Insurance
The Contractor shall obtain insurance of the types described below:
i) Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 0001 or a substitute form
providing equivalent liability coverage. Ifnecessary, the policy shall be endorsed to provide
contractual liability coverage.
ii) Commercial General Liability insurance shall be written on ISO occurrence form CG 0001 and
shall cover liability arising from premises, operations, independent contractors, products-
completed operations, personal injury and advertising injury, and liability assumed under an
insured Contract. The Commercial General Liability insurance shall be endorsed to provide the
Aggregate Per Project Endorsement ISO form CG 2503 11 85. There shall be no endorsement or
modification of the Commercial General Liability insurance for liability arising from explosion,
collapse or underground property damage. The City shall be named as an insured under the
Contractor's Commercial General Liability insurance policy with respect to the work performed
for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute
endorsement providing equivalent coverage.
iii) Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
b) Minimum Amounts of Insurance
The Contractor shall maintain the following insurance limits:
i) Automobile 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.
i) The Contractor's insurance coverage shall be primary insurance with respect to the City. Any
insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of
the Contractor's insurance and shall not contribute with it.
ii) The Contractor's insurance shall not be cancelled or reduced as to coverage by either party,
except after forty-five (45) days prior written notice by certified mail, return receipt requested, has
2-3
~
been given to the City.
d) Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII.
e) Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements,
including but not necessarily limited to the additional insured endorsement, evidencing the insurance
requirements of the Contractor before commencement of the work.
f) Subcontractors
The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate
certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all
of the same insurance requirements as stated herein for the Contractor.
8) Compliance with Laws.
a) The Contractor shall comply with all applicable federal, state, and local laws, including regulations
for licensing, certification, and operation of facilities and programs, and accreditation and licensing of
individuals, and any other standards or criteria as set forth in the Project Manual.
b) The Contractor shall pay any applicable business and permit fees and taxes which may be required for
the performance of the work.
c) The Contractor shall comply with all legal and permitting requirements as set forth in the Project
Manual.
9) Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and
nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran
status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular:
a) The parties will maintain open hiring and employment practices and will welcome applications for
employment in all positions from qualified individuals who are members of the above-stated
minorities.
b) The parties will comply strictly with all requirements of applicable federal, state or local laws or
regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements
in hiring and employment practices and assuring the service of all patrons and customers without
discrimination with respect to the above-stated minority status.
10) Assignment.
a) The Contractor shall not assign this Contract or any interest herein, nor any money due to or to
become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor
subcontract any part of the services to be performed hereunder without first obtaining the consent of
the City.
b) The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust
violations as to goods and materials purchased in connection with this Contract, except as to
overcharges resulting from antitrust violations commencing after the date of the bid or other event
establishing the price of this Contract. In addition, the Contractor warrants and represents that each
of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in
accordance with the terms of this provision. The Contractor further agrees to give the City immediate
notice of the existence of any such claim.
2-4
" '~..
,
11) Contract Administration.
This Contract shall be administered by Charles T. Burkhardt on behalf of the Contractor and by
James L. Harper on behalf of the City. Any written notices required by the terms of this Contract
shall be served or mailed to the following addresses:
Contractor:
Olympic Electric Co., Inc.
4230 Tumwater
Port Angeles, W A 98363
City:
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, W A 98362-0217
12) Interpretation and Venue.
This Contract shall be interpreted and construed in accordance with the laws of the State of
Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam
County, Washington.
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and
year first set forth above.
CONTRACTOR:
CITY OF PORT ANGELES:
~~~
Mayor
~;:OFO~
City Attorney
Olvmpic Electric Co., Inc.
Name of Contractor
By: c: 7 ~'1(
I
Title: President
Attest:
"
. /
/Jo ~~. -.{Jpn^
City CI
2-5
05/31/2005 12:5g
35045234gS
OLYMPIC ELECTRIC
PAGE 01
Sc>n
!,"-
.:IIl.- r}
~~.~~
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles
Bond # LC2843
KNOW All MEN av THESE PRESENTS;
That we, the undemigned, Olympi r. 1<:1 pr.i-r; (" ('() Inc. as Principal, and
a corporation, organized and eXisting under the I~ws of the State ofWashingwIJ. a corporation, organized
and existing under the laws of the State of Washington to become surety upon bonds of contractors with
munlctpal corporations as surety, are jointly Elnd severally held and firmly bound to the CIty of Port Angeles in
the penal sum of $;' 104 _; i 1 4 r:; r:; for the payment of which sum on demand we bind ourselves and our
successors, heirs, adminIstrators or personal representatives, as the case may be.
This obligation is entered into pursuarlt to the statutes of the State of Washington and the ordinances of the City
of Port Angeles. .
Dated at Sequim
,Washington, this 1st day of June
.2005.
The conditions of the above obligation are such that:
WHEREAS, the City of Port Angeles has let or is about to let to the said
the above bounded Principal, a certain contract, the said contract being numbered 04--15,
and providing for Electric Rebuild - Vallev Street SubstatIon
. (which contract 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, the said 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, Olympic Electric. Co. . Inc. I shall faithfully perform all of the
provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as
may be granted under said contract, and shatl pay aU laborers. mechanIcs, subcontractors and material men, and
all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of
said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or,expense by
reason of failure of performance as specified ,n said contract or from defects appealing or developing in the
material or workmanship provided or performed under said contract within a perIod of one year after its
Zlcceptance thereof by the City of Port Angeles, then and in that event. this obligation shall be void; but othelWise,
it shall be and remain in full force and effect.
Signed thislstday of Jllnp
,2005.
_~--.C~ IC~
St:ret;\ .! " n
~tJzr~,~~, ~^:()..^
:... :.. .We-I'lGl.Y- li Dalley ~ r
~NitorneY~In-FHr.i-
Titte
v
".
p b Box Q2i1, ~Prttt] e, JNA- 98109
Surety Address
P 0 B0x lhiO, Sequjrn, WA 98382
Surety Agent & Address
Mrt-rk ~OlRii1 gOO 7 6~ 2fu~f
Surety Contact & Telephone urn
Wendy Dn;lp~ ,6S3 7966
Agent Contact & Te ephone Number
2.6
C/Jic
LIMITED POWER OF ATTORNEY
ZNStJAANCS
Not Valid for Bonds
Executed On or After: DECEMBER 31ST, 2005
Power of Attorney
Number: 946708
'"
Only an unaltered origInal of this Power of Attorney document is valid. A valid original of this document is pnnted on gray
security paper With black and red ink and bears the seal of Contractors BondIng and Insurance Company (the "Company")
The origInal document contains a watermark With the letters "cbic" embedded in the paper rather than printed upon it. The
watermark appears III the blank space beneath the words "Limited Power of Attorney" at the top of the document and is
visible when the document IS held to the light. This document is valid solely In connection with the execution and delivery of
the bond beanng the number indicated below, and provided also that the bond IS of the type mdicated below This document
IS valid only if the bond IS executed on or before the date mdlcated above.
KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby make, constitute
and appoint the following: BRIAN A. EDGREN, RICHARD G. HECKER,' JOHN J
0' BINGER, GERALD C. MAYER, TODD M. LEMMON and WENDY F. DAILEY its true and
lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in
its name, place and stead, to execute, acknowledge and deliver on behalf of the
Company: (1) any and all bonds and undertakings of suretyship given for any
purpose, provided, however, that no such person shall be authorized to execute
and deliver any bond or undertaking that shall obligate the Company for any
portion of the penal sum thereof in excess of $10,000,000, and provided,
further, that no Attorney-in-Fact shall have the authority to issue a bid or
proposal pond for any project where, if a contract is awarded, any bond or
undertaking would be required with penal sum in eXcess of $10,000,000; and (2)
consents, releases and other similar documents required by an obligee under a
contract bonded by the Company. This appointment is made under the authority'of
the Board of Directors of the Company.--------------------------------~--------
----------------------------------------~----------~---------------------------
---------------------------------------------------~---------------------------
----------------------------------~----------------------------------------~---
---------------------------------------'----------------------~-----------------
-------------------------------------------------------------------------------
-------------------------------------------------------------------------------
CERTIFICATE
I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington
corporation, DO HEREBY CERTIFY that this Power of AttOJ;ney remains in full force and effect and
has notbeen revoked, and, futhermore, that the resolutions of the Board of Directors set forth on the
reverse are now in full force and effect.
Bond Number T,('2H43
Signed and sealed this 1 s t
day of June
~
R Kirk Eland, Secretary
,20 n r;
-
"CHIC. 1213 Valley Street. P.O. Box 9271 . Seattle, WA 98109-0271
(206) 622-7053 . (800) 765-CBIC (Toll Free) . (800) 950.1558 (FAX)
PoaLPOAOHJS05 tl04
"rom Wendy Dally At EHL Insurance FaxlD 360-697-4598 To Jim Harper
Date 6/27/2005 11 36 AM Page 2 of ~
. IjCORD. CERTIFICATE OF LIABILltY'lNSURANCE OP ID 1.~ MTII~
OLYlDL1: Q6/2" 105
PIIODUCM 1lI18 ~Ah...uATlIS IBlUED A8 AMATlER CIP lNFCRIlIA'TKlN
oNLY AND CONFERI NO RIGHTI UPON THE CERTJF!tCATE
ldQ'rilZl Backer & L-...oa :tn. lJ2a HOLDER. lKI8 CER11F1CATE DOES MOT AIIEND. ElCIEND OR
P. O. Box 163D AI.. TER THE COVERAGE! .vFOImED lIlY THE PCIUCIElIJl.LOW.
Seqd.m 1m. 98JU
Pb~.3ID.'83.7J" rall,.UI-II7-UI8 INSURERS AFfORDING COvSWJE NAIe .
INSURaD 1IIIUflERk. ,*n,iId 1I,:r;ri.M :DIRoan CD
INS\,IIlI!RI<
01W:L~.C!t:.r:l.'sal co., J:no. 1&IRERCl:
42 0 ael!l:l:' ~rr~. RO\It:. ~D:
PO" Ang.:a.... WA,8 3-2"" I\I8iIJIl&R E::
COVERAGES
TH! pOLICIES OF ,MlllJRANll,& UBTEtJ IlEI.CW Hr\.....1lEEN J8SUED TO 1HE IMUREI:I NAMIiD AIO\IE FOR THE f'QlJCV PIlNC)I:IINIllCI\1Dl. NDIWIIH8TJoNDING
AN'!' ~UlRlillIiiNT, 'lERM 0I'l t;QNDITION OF AN'" COtoITFW:T OR,QnlEFUX7ClJUENTWITH R1i&m::'t 10 WtlICll TIoIS CliRfIPlCAl1l NA"~ IS8UIiD DR
MAYP6RTHN. lH~ IN&UAANCE A~ fl.Y'T~POUClE'S DESC/l:I8ED HEREIN IlliSUBJECJ ro.w. THEmM8. EXCLUSQNfhftJ OOHDrrJtlN80F 8UCH
POUCllifl., AGl'lREGA'TE LlMI1'- SHOWfI14AVKAW IiGN REDUCSD IV PAll CLAIMS..
OF IN E POUCY NlMI!I\
OIl!llMAL UMl1JIY
A z: X COPoDlliRClALlENmAlUt\llILRY 9920813 0:1/10/05
Cl.AIM8I11lDIi [i] OCCUR
:II:
lMl"IR
t1Doaaaa
t 100000
,5000
.1000000
.2000000
.2000000
'820814
02/:1D/05
c:cMIINBl8INGLe L1..,.
03/10/0& <<fiuldd,",)
IODlL"'IIUJ~
,... "INlIII)
02/10/0& ~YIN.IURY
ff'wllcddnl
.1000000
.
X-
%
x
x
,Baan..
02/10/0B
.
I'ROPmrv DAIWIE
"'.~lIt1lltl
I
GAMDI LWlIUTY
I<Nf AIII'O
oniERTIWl
AUl'O 0I'lL V:
AU1'Q OM.Y -!SA ,MX:llSfI'
IiAMlC
I\OliI
I
.
.
uoaODoa
.
.
.
.
'820815
01/:1.0/0$
EACH oeQJJilIWICE
Q2/:10/0. AOGAEGA'IE
z
DEDUCTIBLE
Rl!.TENTION ..
1IllOMIMc<cM,.It8ATJI.1N NCI
&IPI.U'/'EIIII' l.WIIlm"
Z =~="UD~~~
If. ~ UIIW
llP/!IOllIl.fACM.-s '*-
. Vl'Hl!II
X Prof...iOA*l Liab
.120113'" STOP m
02/10/05
0:1/10/0'
-1 000 000
.1 000.000
* 1. ODG, DOD
98~081' - CLAIKB
02/10/05 02/10/0&
:Looaaoo
1000000
JlI!lIC~N OF OI'EiMllONlI/l.OCA'l'1OH8 IVI!'.l1ICLaI EllCI.U8lONlIADl)tlb I'l' ENDORSIllIEIT'tfIECIAL~1G
City of Port. Angel.. 1.. .~(led. _ genll;ral lbhUit:1" a.4l!i.tiOllal J.~Z'B4
(s.. .~C.Gh.d aado~...~t) '3..115.
Vall.y St:r.et 8u.biltar.ion Proj8et. 1110. 04..15
C!r.rDOf.
CMCaLATION
fr'1f~&!"vWf"~~BEM.~1l9L.reduced
M'n!TH!BCJr, 'lHIII__4lnUlWtMi.~ .'"4't'''' M'" WllmDl
INDTIc!1OTHlClltTIRCAT5 ~IiRfIMlI!IJT01'HfU!ff, _~."-.:t
"'__~I5II~If~_"J .~~....~..~
b certified mail.
ClRTn:ICA.1E HOLDER
e1ty of Port ~~~..
~1ic ~~ . UC!li~.. ~~~.
1'0 ~ :L:L!O
POrt= AZlg'e1.. WJl 98362
OACCRD COItPORATlON 198.
ACORD 2!l t,2D01101)
-rom ~endY Daily At EHL Insurance FaxlD 360-697-4598 To Jim Harper
Date 6/27/2005 11 36 AM Page 3 of ~
THIS ENDORlIEMENr MODIFIES THE PoUcV. PLEASE READ IT CAREFULLY.
~~",' ADDITIONAL INSURED BY CONTRACT ENDORSEMENT
'.-
Thll tndcnemlflt moc:lIf1.. tnsunlM. pr1Wlded under the foltcrwlng: ...
BUSINEssOwtERSllASIUTY COVEl RAGE FORM
A. WHO IS AN 'NSlJ~1!D for "bodily Injury" .nd ~rbperty dlll'ntOt" 's ImM1d1d 'Q Include any "I'IQI'I or
Cl'IIInlzltlcln. othmr' thllfl A JDtnl venture. for whb:h )'Oil hIM ....d by Yltltbln c:anlrMt " pracutV' boCIlly InJury
and PJ'OPllrill d.....lCJ. lI.bllllY lnlUMllCt, art.lng ..t at ape~' pMformlld by VOLI ar 1ft your bib".
HaweD'. tht, IddlUon" InlllTDCl' d.. NIl IPply ta: .
1. An employee. allOClatlon of lJI'DPloyea or tAbOr union, ftcept with reepect to IIIDl'tt perform" by or for
,YW far Dum IlInlPIGYt.. allOClaUon of tTI'lpla)'eeI or 'nor !.Inion undr diM aantract. b....n 'lfDU as
wntr.dor and! such employM. IIl1scaciafbt df amplepl!s .. labor unfcln 81 own....
l'l. AfI'/ I'lllro.d 'lomp8llY except w1U1 ....pect to wali( p_rfamtfICI by ar fdr )'DU far aucl1 I'IIIlnMtd Ilompamf
und.r dl1"Oct CrCII\U'Hl6" ....monl bt\w..., rau llnd IUch r..lr'Olld carnpany.
:I. Any plH'llon VI" orpniDtlon WhoM III1i1fv..lon. bualnllllMl Gr Dccup.len I. that af In In:Illlect, IUJ'V8YCllt or
8ngln..r with fIelPect \g ItlbUIlLr .rilllnG out of Uw prtIptlrdlcn or 8WJ1'O"" of mIIpt1. dl'llWlnp. oj:llnlDns,
...ports, SUMIY.5, mange crlIen, dealllnll, epeciliCAtlonl or tno Pltl'l'D1'mllncB d BAY uU'ltr' pn:IllsSlontU
Mrvk:.. bY' Illdl plM:8OW'l 01' OI'\1MlzaUcm: or
4. Any of ~ur SI;lbcontr~lon. or any pl1rtner, offj~r. "Vent or IImployM or IUch Subc;ontrldor.
B. Tha Cover.lle ..8nd.d \0 Iny IddttJomll Illtum by U1i1 endDr.um.nt Ie limited to, 8nd .uJJttact. to. .11 IInr1l,
~Uo... ling .tdLlllonl of.he ~l1lg. forrTIm oNhl~ 1hia .ndortt1ll8ltt l' nlld1ed.
In 'dditlen. CovGI':Qg9 .hoial' f10t ~Clflftd the termr; ~1l\'J conditions that 9"' riClllirtd by the termA of tho wntten
Sareeniont to add .n)t Insul'ftd. or to prot;..... In.unanco.
C. Ttl* LJmltf oil nBUl'lln CEt ap~lIcllbl. to IlUCh humlllnc:e .hllll b. th. ....... elf 1he lima_ required by the BI.1reement
bRln.n '" ptlrtJ.". or the 11mb pt':Mded by this pollcy_
............ D. A_lIoMI Exc1Ullon
Thllnluranw ,(tned to'lIl1J perIOII or arg.nlatlon aa an In&Ul'ld lJI'\d.t "I.. endorsetrIOnl dClU notIPPJy:
1. To "bodily InJIlI1V" or "praplrJ.y dlmsll1" whleh DCOUftI pr1a.to the~. ~ your cantrIlct with aa:h PlIrlCII'I or
Qfl4nlzatl(lft;
2. 10 "bodfly !1111,1ry. or JI'/;lroptl'lY dlmaSle" Inoluded wDbln tbt "pradLlcta - ccmpletall gpGratIOrl$ IIASrd~ or
a. To tI~lIy Injiury" or "propert)" damlge- art"n; gut. of tll' loll nfllllllnc8 of tny "*" or CII'gIInlatlen
IMt Muld nc~ tit In l".ured except tor lhl. on~
-'
Inelude- ~ghbld rmdGrtAl cf lnsurar: .~.. SIIrvlCIIs omc., .ne. ..lib Ita ~Blan.
BP-F--11S (07'" Palley Number .o:-j,J~:!; inmallCllon Ell8ciUn o.t8; ~... . ;-....
PART 3
SPECIAL PROVISIONS
SPECIAL PROVISIONS
CHANGES IN WORK
The City may, during the progress of this project, make changes in, additions to, or
subtractions from the construction drawings and specifications as conditions warrant;
provided, however, that if the cost to the Contractor shall be materially increased by any such
change, the City shall pay the Contractor for the reasonable cost thereof. No claim for
additional compensation for any such change will be considered unless the Contractor shall
have made a written request therefore to the City prior to the commencement of work in
connection with such change.
If the cost to the Contractor shall be materially decreased by any such change or subtraction,
the City shall deduct an appropriate amount in accordance with an agreement signed by the
City and the Contractor.
II GUARANTEES
The Contractor shall guarantee all materials and equipment furnished and work performed for
a period of one (1) year from the date of substantial completion. The Contractor shall warrant
and guarantee for a period of one (1) year from the date of substantial completion of the
system that the completed system is free from all defects due to faulty materials or
workmanship, and Contractor shall promptly make such corrections as may be necessary by
reason of such defects including the repairs of any damage to other parts of the system
resulting from such defects. The City will give notice of observed defects with reasonable
promptness. In the event that the Contractor should fail to make such repairs, adjustments,
or other work that may be made necessary by such defects, the City may do so and charge
the Contractor the cost thereby incurred. The Performance Bond shall remain in full force
and effect through the guarantee period.
III PERFORMANCE BOND
The Contractor shall provide an executed performance bond for the full contract amount.
This performance bond shall:
A Be on a City-furnished form;
B Be signed by an approved surety (or sureties) that:
1. Is registered with the Washington State Insurance Commissioner, and
2. Appears on the current Authorized Insurance List in the State of Washington
published by the Office of the Insurance Commissioner,
C Be conditioned upon the faithful performance of the contract by the Contractor within the
prescribed time; and
o Guarantee that the surety shall indemnify, defend, and protect the City against any claim
of direct or indirect loss resulting from the failure:
1. Of the Contractor (or any of the employees, subcontractors, or lower tier
subcontractors of the Contractor) to faithfully perform the contract, and
3-1
,2. Of the Contractor (or the subcontractors or lower tier subcontractors of the
Contractor) to pay all laborers, mechanics, subcontractors, lower tier
subcontractors, material person, or any other person who provides
supplies or provisions for carrying out the work.
The City may require sureties or surety companies on the performance bond to appear and
qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it
may, upon written demand, require the Contractor to furnish additional surety to cover any
remaining work. Until the added surety is furnished, payments on the contract will stop.
IV LIQUIDATED DAMAGES:
The City finds it impractical to calculate the actual cost of delays. Therefore, it has adopted
the following formula to calculate liquidated damages for failure to complete the physical work
of a contract on time.
Accordingly, the Contractor agrees:
A. To pay (according to the following formula) liquidated damages for each working day
beyond the number of working days established for physical completion, and
B. To authorize the City to deduct these liquidated damages from any money due or coming
to the Contractor.
LIQUIDATED DAMAGES FORMULA
LD == O.lSC/T
Where: LD == liquidated damages per working
day (rounded to the nearest dollar)
C == original contract amount
T == original time for physical completion.
When the contract work has progressed to the extent that the City has full and unrestricted
use and benefit of the circuit switchers and electronic relays, both from the operational and
safety standpoint, and only minor incidental work, replacement of temporary substitute
facilities, or correction or repair remains to physically complete the total contract, the City may
determine the contract work is substantially complete. The City will notify the Contractor in
writing of the substantial completion date. For overruns in contract time occurring after the
date so established, the formula for liquidated damages shown above will not apply.
For overruns in contract time occurring after the substantial completion date, liquidated damages
shall be assessed on the basis of direct engineering and related costs assignable to the
project until the actual phYSical completion date of all the contract work. The Contractor shall
complete the remaining work as promptly as possible. Upon request by City Representative,
the Contractor shall furnish a written schedule for completing the physical work on the
contract.
3-2
ATTACHMENT A
WASHINGTON STATE PREVAILING WAGE RATES
FOR CLALLAM COUNTY
A-I
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 by clicking on the benefit code.
CLALLAM County - Effective 3/3/2005 - Benefit Code Kev
~
!!
!
Classification Prevailine: Overtime Holidav ~
Wae:e Code Code !;
!!
!!
~
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $32.61 IN 50
BOILERMAKERS
JOURNEY LEVEL $44.97 1B 5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL $39.87 1M 5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL $14.67 1
CARPENTERS
ACOUSTICAL WORKER $39.11 1M 50
BRlOGE. OOCK ANO W ARF CARPENTERS $38.95 1M 50
CARPENTER $38.95 1M 50
CREOSOTEO MATERIAL $39.05 1M 50
ORYW ALL APPLICATOR $39.63 1M 50
FLOOR FINISHER $39.08 1M 50
FLOOR LAYER $39.08 1M 50
FLOOR SANOER $39.08 1M 50
MILL WRIGHT ANO MACHINE ERECTORS $39.95 1M 50
A-I
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND $3915 1M 5D
WELDING .
SA WFILER $39.08 1M 5D
SHINGLER $39.08 1M 5D
STATIONARY POWER SA W OPERATOR $39.08 1M 5D
STATIONARY WOODWORKING TOOLS $39.08 1M 5D
CEMENT MASONS
JOURNEY LEVEL $32.61 IN 5D
DIVERS & TENDERS
~
DIVER $80.62 1M 5D A
DIVER TENDER $41. 72 1M 5D
DREDGE WORKERS
~
ASSIST ANT ENGINEER $39.52 1B 5D 1
~
ASSISTANT MATE (DECKHAND) $38.76 IB 5D 1
~
BOATMEN $39.52 IB 5D 1
~
ENGINEER WELDER $39.57 1B 5D 1
~
LEVERMAN, HYDRAULIC $41. 04 1B 5D 1
~
MAINTENANCE $38.76 1B 5D 1
~
MATES $39.52 IB 5D 1
~
OILER $39.16 IB 5D 1
DRYWALL TAPERS
JOURNEY LEVEL $39.44 11 5B
ELECTRICAL FIXTURE MAINTENANCE WORKERS
JOURNEY LEVEL $9.37 1
ELECTRICIANS - INSIDE
A-2
CABLE SPLICER $49.51 1D 6H .
CABLE SPLICER (TUNNEL) $53.31 1D 6H
CERTIFIED WELDER $47.79 ID 6H
CERTIFIED WELDER (TUNNEL) $51.41 ID 6H
CONSTRUCTION STOCK PERSON $24.33 1D 6H
JOURNEY LEVEL $46.06 ID 6H
JOURNEY LEVEL (TUNNEL) $49.51 1D 6H
ELECTRICIANS - MOTOR SHOP
CRAFTSMAN $15.37 2A 6C
JOURNEY LEVEL $14.69 2A 6C
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER $50.84 4A 5A
CERTIFIED LINE WELDER $46.37 4A 5A
GROUNDPERSON $33.64 4A 5A
HEAD GROUND PERSON $35.46 4A 5A
REA VY LINE EQUIPMENT OPERA TOR $46.37 4A 5A
JACKHAMMER OPERA TOR $35.46 4A 5A
JOURNEY LEVEL LINEPERSON $46.37 4A 5A
LINE EQUIPMENT OPERA TOR $39.50 4A 5A
POLE SPRAYER $46.37 4A 5A
POWDERPERSON $35.46 4A 5A
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
JOURNEY LEVEL $12.07 1
ELEVATOR CONSTRUCTORS
MECHANIC $52.27 4A QQ
MECHANIC IN CHARGE $57.41 4A QQ
FABRICATED PRECAST CONCRETE PRODUCTS
ALL CLASSIFICA TIONS $13.50 1
FENCE ERECTORS
FENCE ERECTOR $13.80 1
A-3
FENCE LABORER
FLAGGERS
$11.60
1
JOURNEY LEVEL
GLAZIERS
$27.93
IN
50
JOURNEY LEVEL
HEAT & FROST INSULA TORS AND ASBESTOS WORKERS
$39.96
2E
5G
MECHANIC $41.93 IF 5E
HEATING EOUlPMENT MECHANICS
MECHANIC $16.00 1
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL $33.09 IN 50
INDUSTRIAL ENGINE AND MACHINE MECHANICS
MECHANIC $15.65 1
INDUSTRIAL POWER VACUUM CLEANER
JOURNEY LEVEL $9.07 1
INLAND BOATMEN
CAPTAIN $35.14 lK 5B
COOK $30.11 lK 5B
DECKHAND $29.09 lK 5B
ENGINEERlDECKHAND $31.66 lK 5B
MATE, LAUNCH OPERA TOR $33.24 lK 5B
INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL
CLEANER OPERA TOR. FOAMER OPERA TOR
GROUT TRUCK OPERA TOR
HEAD OPERATOR
TECHNICIAN
TV TRUCK OPERA TOR
INSULATION APPLICATORS
$9.73 1
$11.48 1
$12.78 1
$7.35 1
$10.53 1
JOURNEY LEVEL
IRONWORKERS
$20.50
1
A-4
JOURNEY LEVEL $43.12 lB SA
LABORERS
ASPHALT RAKER $33.09 IN 5D
BALLAST REGULATOR MACHINE $32.61 IN 5D
BATCH WEIGHMAN $27.93 IN 5D
BRUSH CUTTER $32.61 IN 5D
BRUSH HOG FEEDER $32.61 IN 5D
BURNERS $32.61 IN 5D
CARPENTER TENDER $32.61 IN 5D
CASSION WORKER $33.45 IN 5D
CEMENT DUMPERIP A VING $33.09 IN 5D
CEMENT FINISHER TENDER $32.61 IN 5D
CHANGE-HOUSE MAN OR DRY SHACKMAN $32.61 IN 5D
CHIPPING GUN (OVER 30 LBS) $33.09 IN 5D
CHIPPING GUN (UNDER 30 LBS) $32.61 IN 5D
CHOKER SETTER $32.61 IN 5D
CHUCK TENDER $32.61 IN 5D
CLEAN-UP LABORER $32.61 IN 5D
CONCRETE DUMPER/CHUTE OPERA TOR $33.09 IN 5D
CONCRETE FORM STRIPPER $32.61 IN 5D
CONCRETE SAW OPERATOR $33.09 IN 5D
CRUSHER FEEDER $27.93 IN 5D
CURING LABORER $32.61 IN 5D
DEMOLITION. WRECKING & MOVING (INCLUDING $32.61 IN 5D
CHARRED MATERIALS)
DITCH DIGGER $32.61 IN 5D
DIVER $33.45 IN 5D
DRILL OPERA TOR (HYDRAULIC. DIAMOND) $33.09 IN 5D
DRILL OPERA TOR. AIRTRAC $33.45 IN 5D
DUMP MAN $32.61 IN "5D
A-5
f:POXY TECHNICIAN $32.61 IN 5D
EROSION CONTROL WORKER $32.61 IN 5D
F ALLER/BUCKER, CHAIN SAW $33.09 IN 5D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window $25.61 IN 5D
cleaning; NOT construction debris cleanup)
FINE GRADERS $32.61 IN 5D
FIRE WATCH $27.93 IN 5D
FORM SETTER $32.61 IN 5D
GABION BASKET BUILDER $32.61 IN 5D
GENERAL LABORER $32.61 IN 5D
GRADE CHECKER & TRANSIT PERSON $33.09 IN 5D
GRINDERS $32.61 IN 5D
GROUT MACHINE TENDER $32.61 IN 5D
GUARDRAIL ERECTOR $32.61 IN 5D
HAZARDOUS WASTE WORKER LEVEL A $33.45 IN 5D
HAZARDOUS WASTE WORKER LEVEL B $33.09 IN 5D
HAZARDOUS WASTE WORKER LEVEL C $32.61 IN 5D
HIGH SCALER $33.45 IN 5D
HOD CARRIER/MORTARMAN $33.09 IN 5D
JACKHAMMER $33.09 IN 5D
LASER BEAM OPERA TOR $33.09 IN 5D
MANHOLE BUILDER-MUDMAN $33.09 IN 5D
MATERIAL YARDMAN $32.61 IN 5D
MINER $33.45 IN 5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN
USING HIGH PRESSURE AIR & WATER ON CONCRETE & $33.09 IN 5D
ROCK. SANDBLAST, GUNITE, SHOTCRETE, WATER
BLASTER
PAVEMENT BREAKER $33.09 IN 5D
PILOT CAR $27.93 IN 5D
PIPE POT TENDER $33.09 IN 5D
A-6
PIPE RELINER (NOT INSERT TYPE) $33.09 IN 5D .
PIPELA YER & CAULKER $33.09 IN 5D
PIPELA YER & CAULKER (LEAD) $33.45 IN 5D
PIPEWRAPPER $33.09 IN 5D
POT TENDER $32.61 IN 5D
POWDERMAN $33.45 IN 5D
POWDERMAN HELPER $32.61 IN 5D
POWERJACKS $33.09 IN 5D
RAILROAD SPIKE PULLER (POWER) $33.09 IN 5D
RE- TIMBERMAN $33.45 IN 5D
RIPRAP MAN $32.61 IN 5D
RODDER $33.09 IN 5D
SCAFFOLD ERECTOR $32.6 I IN 5D
SCALE PERSON $32.61 IN 5D
SIGNALMAN $32.6 I IN 5D
SLOPER (OVER 20") $33.09 IN 5D
SLOPER SPRA YMAN $32.61 IN 5D
SPREADER (CLARY POWER OR SIMILAR TYPES) $33.09 IN 5D
SPREADER (CONCRETE) $33.09 IN 5D
STAKE HOPPER $32.61 IN 5D
STOCKPILER $32.61 IN 5D
TAMPER & SIMILAR ELECTRIC. AIR & GAS $33.09 IN 5D
TAMPER (MULTIPLE & SELF PROPELLED) $33.09 IN 5D
TOOLROOM MAN (AT JOB SITE) $32.61 IN 5D
TOPPER-TAILER $32.6 I IN 5D
TRACK LABORER $32.61 IN 5D
TRACK LINER (POWER) $33.09 IN 5D
TRUCK SPOTTER $32.61 IN 5D
TUGGER OPERA TOR $33.09 IN 5D
A-7
VIERA TING SCREED (AIR, GAS, OR ELECTRIC) $32.61 IN 5D
VIBRATOR $33.09 IN 5D
VINYL SEAMER $32.61 IN 5D
WELDER $32.61 IN 5D
WELL-POINT LABORER $33.09 IN 5D
LABORERS - UNDERGROUND SEWER & WATER
GENERAL LABORER $32.61 IN 5D
PIPE LAYER $33.09 IN 5D
LANDSCAPE CONSTRUCTION
IRRIGA nON OR LAWN SPRINKLER INSTALLERS $11.42 1
LANDSCAPE EOUlPMENT OPERA TORS OR TRUCK DRIVERS $7.81 1
LANDSCAPING OR PLANTING LABORERS $7.93 1
LATHERS
JOURNEY LEVEL $39.63 1M 5D
MACHINISTS (HYDROELECTRIC SITE WORK)
MACHINIST $0.00 1
METAL FABRICATION (IN SHOP)
FITTER/WELDER $15.16 1
LABORER $11.13 1
MACHINE OPERA TOR $10.66 1
PAINTER $11.41 1
PAINTERS
JOURNEY LEVEL $30.76 2B 5A
PLASTERERS
JOURNEY LEVEL $25.83 1
PLAYGROUND & PARK EQUIPMENT INSTALLERS
JOURNEY LEVEL $7.93 1
PLUMBERS & PIPE FITTERS
JOURNEY LEVEL $51.01 IG 5A
POWER EQUIPMENT OPERA TORS
A-8
.8.
ASSISTANT ENGINEERS $37.26 IT 5D 1
.8.
BACKHOE. EXCA V A TOR. SHOVEL (3 YO & UNDER) $39.88 IT 5D 1
BACKHOE. EXCAVATOR. SHOVEL (OVER 3 YD & UNDER 6 .8.
yO) $40.34 IT 5D 1
BACKHOE. EXCAVATOR. SHOVEL (6 YD AND OVER WITH .8.
A TT ACHMENTS) $40.86 IT 5D 1
.8.
BACKHOES. (75 HP & UNDER) $39.49 IT 5D 1
.8.
BACKHOES. (OVER 75 HP) $39.88 IT 5D 1
.8.
BARRIER MACHINE (ZIPPER) $39.88 IT 5D 1
.8.
BA TCH PLANT OPERA TOR. CONCRETE $39.88 IT 5D 1
.8.
BELT LOADERS (ELEVATING TYPE ) $39.49 IT 5D 1
.8.
BOBCAT (SKID STEER) $37.26 IT 5D 1
.8.
BROOMS $37.26 IT 5D 1
.8.
BUMP CUTTER $39.88 IT 5D 1
li
CABLEW A YS $40.34 IT 5D 1
.8.
CHIPPER $39.88 IT 5D 1
.8.
COMPRESSORS $37.26 IT 5D 1
li
CONCRETE FINISH MACHINE - LASER SCREED $37.26 IT 5D 1
li
CONCRETE PUMPS $39.49 IT 5D 1
CONCRETE PUMP-TRUCK MOUNT WITH BOOM .8.
A TT ACHMENT $39.88 IT 5D 1
.8.
CONVEYORS $39.49 IT 5D 1
CRANES. THRU 19 TONS. WITH A TT ACHMENTS $39.49 IT 5D .8.
T
A-9
1
~
CRANES. 20 - 44 TONS. WITH ATTACHMENTS $39.88 IT 5D 1
CRANES. 45 TONS - 99 TONS. UNDER 150 FT OF BOOM ~
(INCLUDING JIB WITH ATACHMENTS) $40.34 IT 5D 1
CRANES. 100 TONS -199 TONS. OR 150 FT OF BOOM ~
(INCLUDING JIB WITH A TT ACHMENTS) $40.86 IT 5D 1
CRANES. 200 TONS TO 300 TONS. OR 250 IT OF BOOM ~
(INCLUDING JIB WITH A TT ACHMENTS) $41.40 IT 5D 1
~
CRANES. A-FRAME. 10 TON AND UNDER $37.26 IT 5D 1
~
CRANES. A-FRAME. OVER 10 TON $39.49 IT 5D 1
CRANES. OVER 300 TONS. OR 300' OF BOOM INCLUDING JIB $41 92 ~
WITH ATTACHMENTS ---'-- IT 5D 1
~
CRANES. OVERHEAD. BRIDGE TYPE ( 20 - 44 TONS) $39.88 IT 5D 1
~
CRANES. OVERHEAD. BRIDGE TYPE ( 45 - 99 TONS) $40.34 IT 5D 1
~
CRANES. OVERHEAD. BRIDGE TYPE (100 TONS & OVER) $40.86 IT 5D 1
CRANES. TOWER CRANE UP TO 175' IN HEIGHT. BASE TO ~
BOOM $40.86 IT 5D 1
CRANES. TOWER CRANE OVER 175' IN HEIGHT. BASE TO ~
BOOM $41.40 IT 5D 1
~
CRUSHERS $39.88 IT 5D 1
~
DECK ENGINEERlDECK WINCHES (POWER) $39.88 IT 5D 1
~
DERRICK. BUILDING $40.34 IT 5D 1
~
DOZERS. D-9 & UNDER $39.49 IT 5D 1
~
DRILL OILERS - AUGER TYPE. TRUCK OR CRANE MOUNT $39.49 IT 5D 1
~
DRILLING MACHINE $39.88 IT 5D 1
~
ELEVATOR AND MAN LIFT. PERMANENT AND SHAFT-TYPE $37.26 IT 5D 1
A-IO
I ~
EQUIPMENT SERVICE ENGINEER (OILER) $39.49 IT 5D L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR ~
EQUIP $39.88 IT 5D L
~
FORK LIFTS. (3000 LBS AND OVER) $39.49 IT 5D L
~
FORK LIFTS. (UNDER 3000 LBS) $37.26 IT 5D L
~
GRADE ENGINEER $39.49 IT 5D L
~
GRADECHECKERANDSTAKEMAN $37.26 IT 5D L
~
GUARDRAIL PUNCH $39.88 IT 5D L
HOISTS. OUTSIDE (ELEVATORS AND MANLIFTS). AIR ~
TUGGERS $39.49 IT 5D L
~
HORIZONTAL/DIRECTIONAL DRILL LOCATOR $39.49 IT 5D L
~
HORlZONT AL/DIRECTIONAL DRILL OPERATOR $39.88 IT 5D L
~
HYDRALIFTS/BOOM TRUCKS no TON & UNDER) $37.26 IT 5D L
~
HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $39.49 IT 5D L
~
LOADERS. OVERHEAD (6 YD UP TO 8 yO) $40.34 IT 5D L
~
LOADERS. OVERHEAD (8 YD & OVER) $40.86 IT SD L
~
LOADERS. OVERHEAD (UNDER 6 YD). PLANT FEED $39.88 IT 5D L
~
LOCOMOTIVES. ALL $39.88 IT 5D L
~
MECHANICS. ALL $40.34 IT 5D L
~
MIXERS. ASPHALT PLANT $39.88 IT 5D L
~
MOTOR PATROL GRADER (FINISHING) $39.88 IT 5D L
MOTOR PATROL GRADER <NON-FINISHING) $39.49 IT 5D ~
T
A-ll
L
MUCKING MACHINE. MOLE. TUNNEL DRILL AND/OR ~
SHIELD $40.34 IT 5D L
OIL DISTRIBUTORS. BLOWER DISTRIBUTION AND MULCH ~
SEEDING OPERA TOR $37.26 IT 5D L
~
PAVEMENT BREAKER $37.26 IT 5D L
~
PILEDRIVER (OTHER THAN CRANE MOUNT) $39.88 IT 5D L
~
PLANT OILER (ASPHALT. CRUSHER) $39.49 IT 5D L
~
POSTHOLE DIGGER. MECHANICAL $37.26 IT 5D L
~
POWER PLANT $37.26 IT 5D L
~
PUMPS. WATER $37.26 IT 5D L
~
OUAD 9. D-IO. AND HD-4I $40.34 IT 5D L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH ~
MOVING EOUIP $40.34 IT 5D L
~
RIGGER AND BELLMAN $37.26 IT 5D L
~
ROLLAGON $40.34 IT 5D L
~
ROLLER. OTHER THAN PLANT ROAD MIX $37.26 IT 5D L
~
ROLLERS. PLANTMIX OR MUL TILIFT MATERIALS $39.49 IT 5D L
~
ROTO-MILL. ROTO-GRINDER $39.88 IT 5D L
~
SAWS. CONCRETE $39.49 IT 5D L
SCRAPERS - SELF PROPELLED. HARD TAIL END DUMP. ~
ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) $39.88 IT 5D L
SCRAPERS - SELF PROPELLED. HARD TAIL END DUMP. ~
ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) $40.34 IT 5D L
~
SCRAPERS. CONCRETE AND CARRY ALL $39.49 IT 5D L
A-12
~
SCREED MAN $39.88 IT 5D L
~
SHOTCRETE GUNITE $37.26 IT 5D L
~
SLIPFORM PAVERS $40.34 IT 5D L
~
SPREADER. TOPSIDE OPERA TOR - BLA W KNOX $39.88 IT 5D L
~
SUBGRADE TRIMMER $39.88 IT 5D L
~
TOWER BUCKET ELEVATORS $39.49 IT 5D L
~
TRACTORS. (75 HP & UNDER ) $39.49 IT 5D L
~
TRACTORS. (OVER 75 HP) $39.88 IT 5D L
~
TRANSFER MATERIAL SERVICE MACHINE $39.88 IT 5D L
~
TRANSPORTERS. ALL TRACK OR TRUCK TYPE $40.34 IT 5D L
~
TRENCHING MACHINES $39.49 IT 5D L
~
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $39.49 IT 5D L
~
TRUCK CRANE OILER/DRIVER 000 TON & OVER) $39.88 IT 5D L
~
TRUCK MOUNT PORTABLE CONVEYER $39.88 IT 5D L
~
WHEEL TRACTORS. F ARMALL TYPE $37.26 IT 5D L
~
YO YO PAY DOZER $39.88 IT 5D L
POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WATER
(SEE POWER EOUlPMENT OPERATORS) $0.00
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE $33.06 4A 5A
SPRAY PERSON $3 1.34 4A 5A
A-13
TREE EQUIPMENT OPERA TOR $31.76 4A. 5A '
TREE TRIMMER $29.48 4A 5A
TREE TRIMMER GROUNDPERSON $21.94 4A 5A
REFRIGERA TlON & AIR CONDITIONING MECHANICS
MECHANIC $27.68 1
RESIDENTIAL BRICK & MARBLE MASONS
JOURNEY LEVEL $39.87 1M 5A
RESIDENTIAL CARPENTERS
JOURNEY LEVEL $17.85 1
RESIDENTIAL CEMENT MASONS
JOURNEY LEVEL $25.63 1
RESIDENTIAL DRYWALL TAPERS
JOURNEY LEVEL $18.00 1
RESIDENTIAL ELECTRICIANS
JOURNEY LEVEL $27.78 1
RESIDENTIAL GLAZIERS
JOURNEY LEVEL $0.00 1
RESIDENTIAL INSULATION APPLICATORS
JOURNEY LEVEL $9.86 1
RESIDENTIAL LABORERS
JOURNEY LEVEL $18.08 1
RESIDENTIAL PAINTERS
JOURNEY LEVEL $15.97 1
RESIDENTIAL PLUMBERS & PIPE FITTERS
JOURNEY LEVEL $14.60 1
RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS
JOURNEY LEVEL $48.21 IG 5A
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $30.22 11 6L
RESIDENTIAL SOFT FLOOR LAYERS
A-I4
JOURNEY 'LEVEL $10.88 1
RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67 1
ROOFERS
JOURNEY LEVEL $35.53 lR 5A
USING IRRITABLE BITUMINOUS MA TERlALS $38.53 lR 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP) $46.74 11 6L
SIGN MAKERS & INSTALLERS (ELECTRICAL)
JOURNEY LEVEL $19.29 1
SIGN MAKERS & INSTALLERS (NON-ELECTRICAL)
JOURNEY LEVEL $12.15 1
SOFT FLOOR LAYERS
JOURNEY LEVEL $32.24 1B 5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL $10.31 IB 50
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL $19.67 1
STAGE RIGGING MECHANICS (NON STRUCTURAL)
JOURNEY LEVEL $13.23 1
SURVEYORS
CHAIN PERSON $9.35 1
INSTRUMENT PERSON $11.40 1
PARTY CHIEF $13.40 1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER $28.31 2B 5A
HOLE DIGGER/GROUND PERSON $15.92 2B 5A
INSTALLER (REPAIRER) $27.16 2B 5A
JOURNEY LEVEL TELEPHONE LINEPERSON $26.34 2B 5A
SPECIAL APP ARA TUS INSTALLER I $28.31 2B 5A
A-15
SPECIAL APP ARA TUS INSTALLER II $27.74 2B 5A
TELEPHONE EQUIPMENT QPERA TOR (HEAVY) $28.31 2B 5A
TELEPHONE EQUIPMENT OPERA TOR (LIGHT) $26.34 2B SA
TELEVISION GROUND PERSON $15.12 2B 5A
TELEVISION LINEPERSON/INST ALLER $20.05 2B 5A
TELEVISION SYSTEM TECHNICIAN $23.82 2B 5A
TELEVISION TECHNICIAN $21.45 2B 5A
TREE TRIMMER $26.34 2B 5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL $37.03 IH 5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER $30.86 IH 5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL $31.90 lK 5A
TRUCK DRIVERS
~
ASPHALT MIX ( TO 16 YARDS) $36.89 IT 5D 1
~
ASPHALT MIX (OVER 16 YARDS) $37.47 IT 5D 1
DUMP TRUCK $20.23 1
DUMP TRUCK & TRAILER $20.23 1
~
OTHER TRUCKS $37.47 IT 5D 1
TRANSIT MIXER $23.73 1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGA nON PUMP INSTALLER $11.60 1
OILER $9.45 1
WELL DRILLER $11.60 1
A-16
, CLALLAM County -- Apprentices -- Effective 3/3/2005 - Benefit Code Key
ASBESTOS ABATEMENT WORKERS
ENVIRONMENTAL CONTROL PAINTERS
1: 0 - 1000 Hours - 50.00% $17.53 IN 5D
2: 1001 - 2000 Hours - 60.00% $20.03 IN 5D
3: 2001 - 3000 Hours - 75.00% $25.72 IN 5D
4: 3001 - 4000 Hours - 90.00% $29.85 IN 5D
LABORERS
1: 0 - 1000 Hours - 60.00% $22.63 IN 5D
2: 1001 - 2000 Hours - 70.00% $25.12 IN 5D
3: 2001 - 3000 Hours - 80.00% $27.62 IN 5D
4: 3001 - 4000 Hours - 90.00% $30.11 IN 5D
BOILERMAKERS
1: 0 - 1000 Hours - 70.00% $36.77 1B 5N
2: 1001 - 2000 Hours -75.00% $38.13 IE 5N
3: 2001 - 3000 Hours - 80.00% $39.50 IE 5N
4: 3001 - 4000 Hours - 85.00% $40.87 1B 5N
5: 4001 - 5000 Hours - 90.00% $42.24 IE 5N
6: 5001 - 6000 Hours - 95.00% $43.60 lB 5N
BRICK AND MARBLE MASONS
1: 0 - 750 Hours - 50.00% $23.96 1M 5A
2: 751 - 2250 Hours - 55.00% $25.38 1M 5A
3: 2251 - 3000 Hours - 60.00% $26.84 1M 5A
4: 3001 - 3750 Hours - 70.00% $29.76 1M 5A
5: 3751 - 4500 Hours - 80.00% $32.68 1M 5A
6: 4501 - 5250 Hours - 90.00% $35.60 1M 5A
7: 5251 - 6000 Hours - 95.00% $37.06 1M 5A
A-17
CARPENTERS
ACOUSTICAL WORKER
1: 0 - 1000 Hours - SO.OO% $20.96 1M SD
2: 1001 - 2000 Hours - 60.00% $27.69 1M SD
3: 2001 - 3000 Hours - 68.00% $29.97 1M SD
4: 3001 - 4000 Hours - 76.00% $32.26 1M SD
S: 4001 - SOOO Hours - 84.00% $34.54 1M SD
6: SOOI - 6000 Hours - 92.00% $36.83 1M SD
BRIDGE, DOCK AND W ARF CARPENTERS
1: 151 Period - 60.00% $23.72 1M SD
2: 2nd Period - 65.00% $29.01 1M 5D
3: 3rd Period - 70.00% $30.43 1M 5D
4: 4th Period - 75.00% $31.8S 1M 5D
5: Sth Period - 80.00% $33.27 1M 5D
6: 6th Period - 85.00% $34.69 1M 5D
7: 7th Period - 90.00% $36.11 1M 5D
8: 8th Period - 95.00% $37.53 1M 5D
CARPENTER
1: 1st Period - 60.00% $23.72 1M 5D
2: 2nd Period - 65.00% $29.01 1M 5D
3: 3rd Period - 70.00% $30.43 1M 5D
4: 4th Period - 75.00% $31.8S 1M 5D
5: 5th Period - 80.00% $33.27 1M 5D
6: 6th Period - 85.00% $34.69 1M 5D
7: 7th Period - 90.00% $36.11 1M SD
8: 8th Period - 95.00% $37.S3 1M 5D
DRYWALL APPLICATOR
DRYWALL. METAL STUD. AND CEILING APPLICATORS
1: 0 - 700 Hours - 50.00% $21.22 1M 5D
A-18
2: 701 .: 1400 Hours - 60.00% $28.00 1M SD
3: 1401 - 2100 Hours - 68.00% $30.32 1M SD
4: 2101 - 2800 Hours -76.00% $32.6S 1M SD
S: 2801 - 3S00 Hours - 84.00% $34.98 1M SD
6: 3S01 - 4200 Hours - 92.00% $37.30 1M SD
MILLWRIGHT AND MACHINE ERECTORS
1: 151 Period - 60.00% $24.32 1M SD
2: 2nd Period - 6S.00% $29.66 1M SD
3: 3rd Period - 70.00% $31.13 1M SD
4: 4th Period - 7S.00% $32.60 1M SD
S: Sth Period - 80.00% $34.07 1M SD
6: 6th Period - 8S.00% $3S.S4 1M 5D
7: 7th Period - 90.00% $37.01 1M 5D
8: 8th Period - 9S.00% $38.48 1M SD
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
1: 151 Period - 60.00% $23.84 1M SD
2: 2nd Period - 65.00% $29.14 1M SD
3: 3rd Period - 70.00% $30.S7 1M SD
4: 4th Period - 7S.00% $32.00 1M 5D
5: 5th Period - 80.00% $33.43 1M 5D
6: 6th Period - 85.00% $34.86 1M 5D
7: 7th Period - 90.00% $36.29 1M 5D
8: 8th Period - 95.00% $37.72 1M 5D
CEMENT MASONS
1: 0 - 1000 Hours - 50.00% $12.48 IN 5D
2: 1001 - 2000 Hours - 60.00% $14.98 IN 5D
3: 2001 - 3000 Hours - 70.00% $17.47 IN SD
4: 3001 - 4000 Hours - 80.00% $19.97 IN 5D
A-19
5: 4001 - 5000 H6urs - 90.00% $22.46 IN 5D
6: 5001 - 6000 Hours - 95.00% $23.71 IN 5D
DRYWALL TAPERS
1: 0 - 1000 Hours - 50.00% $25.78 1J 5B
2: 1001 - 2000 Hours - 55.00% $27.14 1J 5B
3: 2001 - 3000 Hours - 65.00% $29.87 11 5B
4: 3001 - 4000 Hours - 75.00% $32.61 11 5B
5: 4001 - 5000 Hours - 85.00% $35.34 11 5B
6: 5001 - 6000 Hours - 90.00% $36.71 1J 5B
ELECTRICIANS - INSIDE
1: 0 - 1000 Hours - 40.00% $19.55 ID 6H
2: 1001 - 2000 Hours - 50.00% $23.00 1D 6H
3: 2001 - 3500 Hours - 55.00% $27.92 1D 6H
4: 3501 - 5000 Hours - 65.00% $31.95 1D 6H
5: 5001 - 6500 Hours - 75.00% $35.98 1D 6H
6: 6501 - 8000 Hours - 85.00% $40.01 ID 6H
ELECTRICIANS - POWERLINE CONSTRUCTION
JOURNEY LEVEL LINEPERSON
1: 0 - 1000 Hours - 60.00% $29.97 4A 5A
2: 1001 - 2000 Hours - 65.00% $31.07 4A 5A
3: 2001 - 3000 Hours - 71.00% $32.54 4A SA
4: 3001 - 4000 Hours - 81.00% $34.36 4A 5A
5: 4001 - 5000 Hours - 85.00% $36.57 4A 5A
6: 5001 - 6000 Hours - 89.00% $39.50 4A 5A
7: 6001 -7000 Hours - 93.00% $40.96 4A 5A
POLE SPRAYER
1: 0 - 1000 Hours - 85.70% $39.38 4A 5A
2: 1001 - 2000 Hours - 89.80% $40.88 4A 5A
3: 2001 - 3000 Hours - 92.80% $41.98 4A 5A
A-20
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
1: 0 - 1000 Hours - 55.00% $7.35 1
2: 1001 - 2000 Hours - 60.00% $7.35 1
3: 2001 - 3000 Hours - 65.00% $7.85 1
4: 3001 - 4000 Hours - 70.00% $8045 1
5: 4001 - 5000 Hours - 75.00% $9.05 1
6: 5001 - 6000 Hours - 80.00% $9.66 1
7: 6001 - 7000 Hours - 85.00% $10.26 1
8: 7001 - 8000 Hours - 95.00% $11.47 1
ELEVATOR CONSTRUCTORS
MECHANIC
1: 151 Period - 50.00% $19.11 4A QQ
2: 2nd Period - 55.00% $33.32 4A QQ
3: 3rd Period - 65.00% $37.38 4A QQ
4: 4th Period - 70.00% $39.39 4A QQ
5: 5th Period - 80.00% $43044 4A QQ
GLAZIERS
1: 0 - 1000 Hours - 45.00% $21.76 2E 5G
2: 1001 - 2000 Hours - 50.00% $23 Al 2E 5G
3: 2001 - 3000 Hours - 55.00% $25.07 2E 5G
4: 3001 - 4000 Hours - 60.00% $26.72 2E 5G
5: 4001 - 5000 Hours - 65.00% $28.38 2E 5G
6: 5001 - 6000 Hours - 70.00% $30.03 2E 5G
7: 6001 - 7000 Hours - 80.00% $33.34 2E 5G
8: 7001 - 8000 Hours - 90.00% $36.65 2E 5G
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
A-21
MECHANIC
1: 0 - 1000 Hours - 50.00% $26.05 IF 5E
2: 1001 - 2000 Hours - 55.00% $27.63 IF 5E
3: 2001 - 4000 Hours - 65.00% $30.8] IF 5E
4: 4001 - 6000 Hours - 75.00% $33.99 IF 5E
5: 6001 - 8000 Hours - 85.00% $37.16 IF 5E
HOD CARRIERS & MASON TENDERS
1: 0 - 1000 Hours - 60.00% $22.63 IN 5D
2: 1001 - 2000 Hours - 70.00% $25.12 IN 5D
3: 2001 - 3000 Hours - 80.00% $27.62 IN 5D
4: 3001 - 4000 Hours - 90.00% $30.11 IN 5D
INSULATION APPLICATORS
1: 0 - 1000 Hours - 50.00% $10.25 1
2: 1001 - 2000 Hours - 60.00% $12.30 1
3: 2001 - 3000 Hours - 75.00% $15.38 1
4: 3001 - 4000 Hours - 90.00% $18.45 1
IRONWORKERS
1: 1 sl Period - 65.00% $25.68 IE 5A
2: 2nd Period - 70.00% $27.17 IE 5A
3: 3rd Period - 75.00% $35.67 IE 5A
4: 4th Period - 80.00% $37.1 6 IB 5A
5: 5th Period - 90.00% $40.14 IB 5A
6: 6th Period - 90.00% $40.14 IE 5A
7: 7th Period - 95.00% $41.63 IB 5A
8: 8th Period - 95.00% $41.63 IE 5A
LABORERS
1: 0 - 1000 Hours - 60.00% $22.63 IN 5D
A-22
2: 1001' - 2000 Hours - 70.00% $25.12 IN 5D
3: 2001 - 3000 Hours - 80.00% $27.62 IN 5D
4: 3001 - 4000 Hours - 90.00% $30.11 IN 5D
LABORERS - UNDERGROUND SEWER & WATER
I: 0 - 1000 Hours - 60.00% $22.63 IN 5D
2: 1001 - 2000 Hours - 70.00% $25.12 IN 5D
3: 2001 - 3000 Hours - 80.00% $27.62 IN 5D
4: 3001 - 4000 Hours - 90.00% $30.11 IN 5D
LATHERS
I: 0 - 700 Hours - 50.00% $21.22 1M 5D
2: 701 - 1400 Hours - 60.00% $28.00 1M 5D
3: 1401 - 2100 Hours - 68.00% $30.32 1M 5D
4: 2101 - 2800 Hours - 76.00% $32.65 1M 5D
5: 2801 - 3500 Hours - 84.00% $34.98 1M 5D
6: 3501 - 4200 Hours - 92.00% $37.30 1M 5D
PAINTERS
1: 0 - 750 Hours - 55.00% $16.18 2B 5A
2: 751 - 1500 Hours - 65.00% $17.23 2B 5A
3: 1501 - 2250 Hours - 75.00% $19.11 2B 5A
4: 2251 - 3000 Hours - 80.00% $20.82 2B 5A
5: 3001 - 3750 Hours - 85.00% $21.81 2B 5A
6: 3751 - 4500 Hours - 95.00% $23.78 2B 5A
PLASTERERS
1: 0 - 500 Hours - 40.00% $10.33 1
2: 501 - 1000 Hours - 45.00% $11.62 1
3: 1001 - 1500 Hours - 45.00% $11.62 1
4: 1501 - 2000 Hours - 50.00% $12.92 1
5: 2001 - 2500 Hours - 55.00% $14.21 1
A-23
6: 2501- 3000 Hours - 60.00% $15.50 1
7: 3001 - 3500 Hours - 65.00% $16.79 1
8: 3501 - 4000 Hours - 70.00% $18.08 1
9: 4001 - 4500 Hours -75.00% $19.37 1
10: 4501 - 5000 Hours - 80.00% $20.66 1
11: 5001 - 5500 Hours - 85.00% $21.96 1
12: 5501 - 6000 Hours - 90.00% $23.25 1
13: 6001 - 6500 Hours - 95.00% $24.54 1
14: 6501 - 7000 Hours - 95.00% $24.54 1
PLUMBERS & PIPEFITTERS
1: 0 - 2000 Hours - 50.00% $27.00 IG 5A
2: 2001 - 4000 Hours - 62.50% $36.95 lG 5A
3: 4001 - 6000 Hours -70.00% $39.54 IG 5A
4: 6001 - 8000 Hours - 75.00% $41.25 lG 5A
5: 8001 - 10000 Hours - 85.00% $44.70 lG 5A
POWER EQUIPMENT OPERATORS
ALL EQUIPMENT
1: 0 - 1000 Hours - 65.00% $29.26 IT 5D 8L
2: 1001 - 2000 Hours - 70.00% $30.72 IT 5D 8L
3: 2001 - 3000 Hours - 75.00% $32.18 IT 5D 8L
4: 3001 - 4000 Hours - 80.00% $33.64 IT 5D 8L
5: 4001 - 5000 Hours - 90.00% $36.57 IT 5D 8L
6: 5001 - 6000 Hours - 95.00% $38.03 IT 5D 8L
POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER &
WATER
(SEE POWER EQUIPMENT OPERA TORS)
1: 0 - 1000 Hours - 65.00%
$29.26
$30.27
$32.18
2: 1001 - 2000 Hours - 70.00%
3: 2001 - 3000 Hours - 75.00%
A-24
4: 3001 - 4000 Hours - 80.00%
5: 4001 - 5000 Hours - 90.00%
6: 5001 - 6000 Hours - 95.00%
$33.64
$36.57
$38.03
POWER LINE CLEARANCE TREE TRIMMERS
TREE TRIMMER
1: 0 - 1000 Hours - 65.00% $20.68 4A 5A
2: 1001 - 2000 Hours -75.00% $23.04 4A 5A
3: 2001 - 3000 Hours - 80.00% $24.15 4A SA
4: 3001 - 4000 Hours - 90.00% $26.41 4A SA
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
1: 0 - 2000 Hours - 50.00% $13.84 1
2: 2001 - 4000 Hours - 55.00% $15.22 1
3: 4001 - 6000 Hours - 60.00% $16.61 1
4: 6001 - 8000 Hours -70.00% $19.38 1
5: 8001 - 10000 Hours - 85.00% $23.53 1
RESIDENTIAL CARPENTERS
1: 1st Period - 60.00% $10.71 1
2: 2nd Period - 65.00% $11.60 1
3: 3rd Period - 70.00% $12.50 1
4: 4th Period - 75.00% $13.39 1
5: 5th Period - 80.00% $14.28 1
6: 6th Period - 85.00% $15.17 1
7: 7th Period - 90.00% $16.07 1
8: 8th Period - 95.00% $16.96 1
RESIDENTIAL ELECTRICIANS
1: 0 - 900 Hours - 50.00% $13.89 1
A-25
2: 901 .' 1800 Hours - 55.00%
3: 1801 - 2700 Hours - 75.00%
4: 2701 - 4000 Hours - 85.00%
$15.28
$20.84
$23.61
1
1
1
RESIDENTIAL PLUMBERS & PIPEFITTERS
1: 0 - 1000 Hours - 55.00%
2: 1001 - 2000 Hours - 65.00%
3: 2001 - 4000 Hours -75.00%
4: 4001 - 6000 Hours - 85.00%
$8.03
$9.49
$10.95
$12.41
1
1
1
1
RESIDENTIAL SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1: 1 - 1000 Hours - 50.00% $14.95 11 6L
2: 1001 - 2000 Hours - 60.00% $15.81 11 6L
3: 2001 .3000 Hours - 65.00% $17.09 11 6L
4: 3001 - 4000 Hours - 70.00% $17.95 11 6L
5: 4001 - 5000 Hours - 80.00% $19.06 11 6L
6: 5001 - 6000 Hours - 85.00% $19.93 11 6L
ROOFERS
1: 0 - 820 Hours - 60.00% $22.98 lR 5A
2: 821 - 1630 Hours - 67.00% $24.78 lR 5A
3: 1631-2450Hours-74.00% $26.58 lR 5A
4: 2451 - 3270 Hours - 81.00% $29.66 lR 5A
5: 3271 - 4080 Hours - 88.00% $31.46 lR 5A
6: 4081 - 4899 Hours - 95.00% $33.25 lR 5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
1: 0 - 2000 Hours - 45.00% $20.23 11 6L
2: 2001 - 3000 Hours - 50.00% $27.96 11 6L
A-26
3: 3001 - 4000 Hours - 55.00% $29.72 11 6L
4: 4001 - 5000 Hours - 60.00% $31.50 11 6L
5: 5001 - 6000 Hours - 65.00% $33.28 1] 6L
6: 6001 - 7000 Hours - 70.00% $35.05 11 6L
7: 7001 - 8000 Hours - 75.00% $36.83 11 6L
8: 8001 - 9000 Hours - 80.00% $38.61 1] 6L
9: 9001 - 10000 Hours - 85.00% $40.39 11 6L
SOFT FLOOR LAYERS
APPRENTICES INDENTURED ON OR AFTER JUNE 1. 2003
1: 0 - 750 Hours - 45.00% $16.52 1B 5A
2: 751 - 1500 Hours - 50.00% $17.74 1B 5A
3: 1501 - 2250 Hours - 60.00% $21.48 1B 5A
4: 2251 - 3000 Hours - 70.00% $24.17 1B 5A
5: 3001 - 3750 Hours - 80.00% $26.86 1B 5A
6: 3751 - 4500 Hours - 90.00% $29.55 1B 5A
APPRENTICES INDENTURED PRIOR TO JUNE 1. 2003
1: 0 - 750 Hours - 45.00% $17.45 1B 5A
2: 751 - 1500 Hours - 50.00% $18.79 1B 5A
3: 1501 - 2250 Hours - 60.00% $21.48 1B 5A
4: 2251 - 3000 Hours - 70.00% $24.17 IB 5A
5: 3001 - 3750 Hours - 80.00% $26.86 1B 5A
6: 3751 - 4500 Hours - 90.00% $29.55 1B 5A
SPRINKLER FITTERS (FIRE PROTECTION)
GRADE 1 (INDENTURED AFTER APRIL 1. 2000)
1: 0 - 1000 Hours - 45.00% $8.85 1
2: 1001 - 2000 Hours - 50.00% $9.84 1
3: 2001 - 3000 Hours - 55.00% $10.82 1
4: 3001 - 4000 Hours - 60.00% $11.80 1
A-27
GRADE I (INDENTURED BEFORE APRIL I. 2000)
1: 0 - 1000 Hours - 40.00% $7.87 1
2: 1001 - 2000 Hours - 45.00% $8.85 1
3: 2001 - 3000 Hours - 50.00% $9.84 1
4: 3001 - 4000 Hours - 55.00% $10.82 1
GRADE 2 (INDENTURED AFTER APRIL 1. 2000)
1: 0 - 1000 Hours - 65.00% $12.79 1
2: 1001 - 2000 Hours - 70.00% $13.77 1
3: 2001 - 3000 Hours -75.00% $14.75 1
4: 3001 - 4000 Hours - 80.00% $15.74 1
5: 4001 - 5000 Hours - 85.00% $16.72 1
6: 5001 - 6000 Hours - 90.00% $17.70 1
GRADE 2 (INDENTURED BEFORE APRIL I. 2000)
1: 0 - 1000 Hours - 60.00% $11.80 1
2: 1001 - 2000 Hours - 65.00% $12.79 1
3: 2001 - 3000 Hours - 70.00% $13.77 1
4: 3001 - 4000 Hours - 75.00% $14.75 1
5: 4001 - 5000 Hours - 80.00% $15.74 1
6: 5001 - 6000 Hours - 85.00% $16.72 1
TERRAZZO WORKERS & TILE SETTERS
1: 0 - 1000 Hours - 50.00% $22.07 1H 5A
2: 1001 - 2500 Hours - 55.00% $23.40 1H 5A
3: 2501 - 3500 Hours - 60.00% $24.73 1H SA
4: 3501 - 4500 Hours - 70.00% $27.39 1H 5A
5: 4501 - 5500 Hours - 80.00% $30.06 1H 5A
6: 5501 - 6250 Hours - 90.00% $32.72 1H 5A
7: 6251 - 7000 Hours - 95.00% $34.05 1H 5A
TILE, MARBLE & TERRAZZO FINISHERS
A-28
FINISHER
1: 0 - 1000 Hours - 50.00% $21.46 1H 5A
2: 1001 - 2500 Hours - 55.00% $22.74 1H 5A
3: 2501 - 3500 Hours - 60.00% $24.00 1H 5A
4: 3501 - 4500 Hours -70.00% $26.56 1H 5A
TRAFFIC CONTROL STRIPERS
1: 0 - 500 Hours - 60.00% $13.50 1K 5A
2: 501 - 1000 Hours - 60.00% $18.60 1K 5A
3: 1001 - 2333 Hours - 60.00% $21.22 1K 5A
4: 2334 - 4666 Hours -73.00% $24.69 1K 5A
5: 4667 -7000 Hours - 88.00% $28.70 1K 5A
TRUCK DRIVERS
ALL TRUCKS
1: 0 - 700 Hours - 70.00% $14.16 1
2: 701 - 1400 Hours - 80.00% $16.18 1
3: 1401 - 2100 Hours - 90.00% $18.21 1
A-29
ATTACHMENTB
CONSTRUCTION CHANGE ORDER PROCEDURES
PUBLIC WORKS DEPARTMENT - POLICY AND PROCEDURES
CHANGE ORDERS ON
CONSTRUCTION CONTRACTS
PW-404
1.0
PURPOSE:
1.1
1.2
1.3
To provide instructions to field inspectors and office personnel on procedures for contract change
orders.
To improve record keeping on construction projects.
To provide a uniform method for contract change orders
2.0 ORGANIZATIONS AFFECTED:
2.1 Public Works Engineering staff
2.2 Engineers and Architects on City managed construction projects
3.0
POLICY:
3.1
3.3
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 $15,000 respectively. When it is anticipated
their authority will be exceeded, approval shall be obtained from the next higher authority.
3.2
4.0 DEFINITIONS:
4.1 RFI:
4.2 CCO:
Request for Information.
Construction Change Order
5.0 PROCEDURES:
5.1 A construction contract change order may be initiated by the Contractor, City inspector, or
Architect/Engineer by using the RFI form, PW-404_02.
5.2 The person completing the form shall fill in all areas of the form and sign the request.
5.3 The paperwork flow on the change order shall proceed as shown on the attached diagram, PW-
404 03.
5.4 The change order form is PW-404_04.
6.0 APPENDIX:
6.1 The "RFI" Form ...............................................................................................PW-404_02 [12/01]
6.2 Procedure flow for Change Orders...................................................................PW-404_03 [12/01]
6.3 Change Order Form..........................................................................................PW -404_04 [12/01]
6.4 RFI Request Log ..............................................................................................PW -404_05 [12/01]
6.5 Resolution 7-01 authorizing approval of Change Orders
B-1
City of Port Angeles
321 East Fifth St.
P.O. Box 1150
Port Angeles, W A 98362
REQUEST FOR INFORM A TION
No.
PH. 360417-4700 FAX. 360417-4709
TITLE:
DATE:
PROJECT:
JOB:
TO:
requested By:
Signed:
Date:
B-2
CONTRACT CHANGE ORDER (CCO) NO.
Project Name Electric Rebuild Valley Street Substation
Date:
Contractor
Project No. 04-15
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change Order:
Such work will be compensated by: check one or more ofthefollowing as applicable [ ] Increase or [ ] Decrease in
bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds
and/or deletes bid items as follows:
Item
No
DescriptIon
RFI#
Qty
Unit
*$ Cost Per Umt
*$ Cost
*Net $ Cost
Adj
Days
Orig.
Rev.
Orig
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
AII work, materials and measurements to be m accordance with the prOVISions of the ongmal contract and/or the standard specificatIOns and speCIal
proVISions for the type of construction mvolved. The payments and/or additIOnal time speCified and agreed to in thIS order mclude every claim by the
Contractor for any extra payment or extensIOn of tIme With respect to the work descnbed herem, meluding delays to the overalI project
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS & UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROV AL DATE
N/A
B-3
DCVR REQUEST LOG
PROJECT: Electric Rebuild - Vallev Street Substation
PROJECT NUMBER: 04-15
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: Electric Rebuild Valley Street Substation
PAYMENT REQUEST NO. PROJECT NUMBER: 04-15
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 of this contract. I further certify that I have
complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation
laws and Workmen's Compensation laws, insofar as applicable to the performance ofthis work, and have paid all such
taxes, premiums and/or assessments arising out ofthe performance of the work.
I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have
been received shall be free and clear ofliens, claims, security interests and encumbrances in favor ofthe 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
APPROV AL:
Project Manager
Date
City Engineer
Date
Director
Date
PW-402.l3 [rev 1/01]
C-2
ELECTRIC REBUILD VALLEY STREET SUBSTATION
PROJECT 04-15
No BID ITEM COST PERCENT COST INVOICE INVOICE COST COST CONTRACT
CONTRACTED COMPLETE WORK NUMBER NUMBER PREVIOUS THIS INVOICE REMAINING
ITEM TO DATE APPLlCA TrONS
1 Provide and install new pre-wired $0.00 $0.00 $0.00
switchgear doors complete with new
electronic relays and controls and wiring
changes per specification.
2 Provide and install new AC and DC $0.00 $0.00 $0.00
panel-boards complete with circuit
breakers and required wiring changes as
shown on the drawinQs.
Subtotal
Sales Tax (8.3%)
Total Cost
$0.00
$0.00
$0.00
$000
$0.00
$0.00
$0.00
$0.00
$0.00
Company Name:
Authorized Signature:
C-3
ATTACHMENT 0
CONSTRUCTION SPECIFICATIONS
CITY OF PORT ANGELES, WASHINGTON
PUBLIC WORKS AND UTILITIES DEPARTMENT
SPECIFICATIONS AND DRAWINGS
for the construction of the
V ALLEY SUBSTATION
PROTECTIVE RELA Y REPLACEMENT PROJECT
****
TRIAXIS ENGINEERING, INC.
Vancouver, Washington
February 2005
Copyright TRIAXIS ENGINEERING, INC. 2005
Project No. Y4335
Copy No.
D-I
CONTENTS
SPECIFICATIONS and DRAWINGS
Section.................................................................................................................... Pages
00070 Construction Work Plan...................................................................... 1- 2
ELECTRICAL
16010 General Requirements for Electric Utility Construction Projects........ 1- 9
16314 Substation Equipment ...... ............ ................... ....... ..... ............. ............ 1- 4
16315 Substation Conduit... ........ ............... ............ .... ...... ......... .... ..... ............. 1- 3
16316 Substation Bus and Connectors............................................................ 1 - 5
16319 Substation Grounding ...................... ........... ............ .......... .................... 1- 3
16345 Substation Relay & Control Switchboard Panels................................. 1- 11
16500 Substation Acceptance Testing ............................................................1- 6
DRAWINGS --- See drawing G-l for listing
D-2
City of Port Angeles
Valley Substation
Relay Replacement Project
Construction Work Plan
General overview
The project consists of removing the existing transformer and feeder protective relays and panels, fabricating
new panels to replace existing panels, and installing and connecting the new relays and panels. Incidental to
the work is the removal of obsolete and abandoned SCADA equipment and wiring; and fabrication and
installation of a replacement transformer terminal cabinet door. The Contractor will also provide relay setting
and testing services for the protective relays and all other installed equipment.
The Contractor shall install a manual station service power transfer switch as directed by Owner and
reconnect the existing station service to be the normal source to the transfer switch. The transfer switch load
connection is to be connected to the existing AC panel where the existing station service previously
connected. The Contractor will connect Owner-installed alternate-source conduit to the transfer switch.
Removals
The Contractor will remove equipment as marked on the construction drawings. Major items are the existing
feeder and transformer relay panels, and the removal of the obsolete and abandoned SCADA equipment and
wiring. All unused wiring shall be removed unless otherwise directed by Owner. No abandoned wiring shall
be left in place unless directed by Owner. All removed equipment will be delivered to the Owner.
Changes required in existing control house
The Contractor will supply, install and make functional a new switchgear panel/door for the transformer
protection relays, controls and devices per the construction drawings.
The Contractor will supply new, complete, feeder relay control panels and install them as required to make a
functioning control system and as shown on the drawings.
The Contractor will provide, install and connect a IOOA 120/240V AC manual station service power transfer
switch.
Documentation
The Contractor will be required to work with the Engineer and produce "As Built" drawings acceptable to
the Owner and Engineer.
The Contractor will supply two (2) sets of Instruction and Maintenance Manuals for all relay models and all
control devices supplied by the Contractor.
Testing
The Contractor shall test relays, control circuits, and wiring; provide injection testing to verify all CT and PT
wiring is correct; and provide and install relay settings and test accordingly. See the Testing Specification for
details.
D-3
SECTION 16010
GENERAL REQUIREMENTS
FOR ELECTRIC UTILITY CONSTRUCTION PROJECTS
PART 1
SITE CONDITIONS
SITE INVESTIGATION AND REPRESENTATION
The CONTRACTOR acknowledges that they have satisfied themselves as to the nature and location ofthe
work, the general and local conditions, particularly those bearing upon availability of transportation, access
to the site, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and
uncertainties of weather, water levels, or similar physical conditions at the site, the conformation and
conditions of the ground, the character of equipment and facilities needed preliminary to and during the
prosecution of the work, and all other matters which can in any way affect the work or the cost thereof under
this Contract.
The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality, and
quantity of surface and subsurface materials to be encountered from his inspection of the site and from
reviewing any available records of exploratory work furnished by the OWNER or included in these
Documents. Failure by the CONTRACTOR to acquaint himself with the physical conditions ofthe site and
all the available information will not relieve him from responsibility for properly estimating the difficulty or
cost of successfully performing the work.
The CONTRACTOR warrants that as a result of his examination and investigation of all the aforesaid data
that he can perform the work in a good and workmanlike manner and to the satisfaction of the OWNER. The
OWNER assumes no responsibility for any representations made by any of its officers or agents during or
prior to the execution of this Contract, unless (I) such representations are expressly stated in the Contract,
and (2) the Contract expressly provides that the responsibility therefor is assumed by the OWNER.
CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE
Where the CONTRACTOR's operations could cause damage or inconvenience to telegraph, telephone,
television, power, oil, gas, water, sewer, or other systems, the operations shall be suspended until all
arrangements necessary for the protection of these utilities and services have been made by the
CONTRACTOR.
Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under
no circumstances expose any underground utility without first obtaining permission from the appropriate
agency. Once permission has been granted, locate, expose, and provide temporary support for all existing
underground utilities.
The CONTRACTOR shall be solely and directly responsible to the OWNER and operators of such properties
for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought
because of any injuries or damage which may result from the construction operations under this Contract.
Neither the OWNER nor its officers or agents shall be responsible to the CONTRACTOR for damages as a
result of the location of underground utilities being other than that shown on the Drawings, for the existence
of underground utilities not shown on the Drawings, or the CONTRACTOR's failure to protect utilities
encountered in the work.
In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of
accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with
said authority in restoration of service as promptly as possible and bear all costs of repair. In no case shall
interruption of any water or utility service be allowed to exist outside working hours unless prior approval is
granted.
The CONTRACTOR shall replace, at his own expense, any and all existing utilities or structures removed or
damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the
OWNER.
D-4
INTERFERING FACILITIES
Take necessary precautions to prevent damage to existing facilities or structures whether on the surface,
aboveground, or underground. An attempt has been made to show major facilities and structures on the
Drawings. While'the information has been compiled from the best available sources, its completeness and
accuracy cannot be guaranteed, and it is presented simply as a guide to possible difficulties.
Where existing buildings, poles, or any other structure must be removed in order to properly carry out the
construction, or are damaged during construction, restore to their original condition to the satisfaction of the
property owner involved at the CONTRACTOR's own expense. NotifY the OWNER of any damaged
underground structure, and make repairs or replacements before backfilling.
PART 2 TEMPORARY CONSTRUCTION UTILITIES AND FACILITIES
TEMPORARY WATER
The CONTRACTOR shall make his own arrangements to obtain suitable water and shall pay all costs.
TEMPORARY ELECTRIC POWER
Subject to the OWNER's approval, temporary electric power for use during construction may be obtained
from OWNER's electric system where adequate facilities, capacity, and switching are available, and where
the normal operation of any of the OWNER's facilities will not be adversely affected. In such case, the
CONTRACTOR shall make arrangements for obtaining a separate electric power service and pay all costs
for the electric power used during the construction.
SAFETY REQUIREMENTS FOR TEMPORARY ELECTRIC POWER
Temporary electric power installation shall meet the construction safety requirements of the NESC, OSHA,
and state and other governing agencies.
STORAGE OF MATERIALS
Materials shall be so stored as to ensure the preservation of their quality and fitness for the work. When
considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the
ground. Materials subject to vandalism shall be placed under locked cover. Stored materials shall be located
so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the
written permission of the property owner or lessee.
CONTRACTOR shall store materials and equipment within the OWNER's property
PART 3
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
MOVE IN AND SITE PREPARATION
Set up construction facilities in a neat and orderly manner within designated area at location of choice as
approved. Accomplish all required work in accordance with applicable portions of these Specifications or as
approved. Confine operations to work areas described or as approved.
LAYING OUT THE WORK
Where construction of reinforced concrete foundations are required, the CONTRACTOR shall: establish
grades and set batter boards and reference points as required; have available on the job, as required, an
accurate instrument for checking lines, grades, and elevations; establish all lines and elevations from the
bench marks indicated or furnished by the ENGINEER; maintain and protect the batter boards until all
related work is complete and approved.
The ENGINEER will stake the location of all poles and anchors. The CONTRACTOR shall protect and
maintain all stakes until construction is complete and approved.
D-5
PART 4
PUBLIC SAFETY AND CONVENIENCE
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.
PROTECTION OF PROPERTY
Protect stored materials, landscaping, and other items located adjacent to the proposed work. Notify property
owners affected by the construction at least 48 hours in advance of the time construction begins. During
construction operations, construct and maintain such facilities as may be required to provide access by all
property owners to their property.
FIRE PREVENTION AND PROTECTION
The CONTRACTOR shall perform all work in a fire-safe manner. He shall supply and maintain on the site
adequate fire-fighting equipment capable of extinguishing incipient fires.
The CONTRACTOR shall comply with applicable federal, local, and state regulations. Where these
regulations do not apply, applicable parts of the National Fire Prevention Standard for Safeguarding Building
Construction Operations, (NFP A No. 241) shall be followed.
CONT AMINA TION PRECAUTIONS
Prevent contamination of the project area. Do not dump waste oil, rubbish, or other similar materials on the
ground. Use caution to prevent stream or groundwater contamination. Do not deposit materials of any type
in any stream. Upon completion of the project, remove the construction facilities, complete, and clean up the
construction area to the satisfaction of the OWNER.
PART 5
PRESERVATION. RESTORATION. AND CLEANUP
SITE RESTORA nON AND CLEANUP
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 materials of any kind.
Stockpile excavated materials in a manner that will cause the least damage to adjacent lawns, grassed areas,
gardens, shrubbery, or fences, regardless of whether these are on private property, or on city, state, or county
rights-of-way. Remove all excavated materials from grassed and planted areas, and leave these surfaces in a
condition equivalent to their original condition. Replace topsoiled areas as specified in Section 002100,
SUBSTATION EARTHWORK, raked and graded to conform to their original contours.
All existing drainage ditches and culverts shall be reopened and graded and natural drainage restored.
Restore broken or damaged culverts to their original condition and location.
Upon completion of constructing operations, hand-rake and drag all former grassed and planted areas,
leaving all disturbed areas free from rocks, gravel, clay, or any other foreign material. The finished surface
shall conform to the original surface, and shall be free-draining and free from holes, ruts, rough spots, or
other surface features detrimental to a seeded area.
The CONTRACTOR shall replace damaged or destroyed vegetation in a manner suitable to the
OWNER. All surface restoration shall be the responsibility of the CONTRACTOR.
FINISHING OF SITE, BORROW, AND STORAGE AREAS
Upon completion of the project, all areas used by the CONTRACTOR shall be properly cleared of all
temporary facilities, anchors, structures, rubbish, and waste materials and properly graded to drain and blend
in with the adjacent land. Areas used for the deposit of waste materials shall be finished to properly drain
and blend with the surrounding terrain.
D-6
STREET CLEANUP DURING CONSTRUCTION
Thoroughly clean all spilled soil, gravel, or other foreign material caused by the construction operations from
all streets and roads at the conclusion of each day's operation.
, I
DUST PREVENTION
If required by the OWNER, give all unpaved streets, roads, detours, or haul roads used in the
construction area an approved dust-preventive treatment or periodically water to prevent dust.
Applicable environmental regulations for dust prevention shall be strictly enforced.
PART 6
SUBMITTALS DURING CONSTRUCTION
GENERAL
The following requirements are in addition to any specific requirements for submittals specified in other
sections of these Contract Documents. Submitted data shall be fully sufficient in detail for determination of
compliance with the Contract Documents.
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 OWNER to provide engineering or other services to protect the
CONTRACTOR from additional costs accruing from such approvals.
The OWNER is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for
construction savings resulting from allowed concessions in the work or materials therefor.
No equipment or material for which listings, drawings, or descriptive material is required shall be installed
until the OWNER has on hand copies of such approved lists and the appropriately stamped final shop
drawings.
The review of drawings by the OWNER will be limited to general design requirements only, and shall in no
way relieve the CONTRACTOR from responsibility for errors or omissions contained therein.
Submittals will be acted upon by the OWNER as promptly as possible, and returned to the CONTRACTOR
not later than the time allowed for review in SHOP DRA WING SUBMITTAL PROCEDURE. Delays
caused by the need for resubmittals shall not constitute reason for an extension of Contract time.
SHOP DRAWING SUBMITTAL PROCEDURE
The CONTRACTOR shall submit to the OWNER for his review three copies of shop drawings and/or
catalog cuts or catalog numbers for all fabricated and manufactured items for the construction including, but
not limited to, pole line hardware, grounding materials, and communication cable and supporting hardware.
Shop drawings shall be submitted in sufficient time to allow the OWNER not less than 14 regular working
days for examining the shop drawings.
These shop drawings shall be accurate, distinct, and complete, and shall contain all required information,
including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and
Specifications.
Unless otherwise approved by the OWNER, shop drawings shall be submitted only by the CONTRACTOR,
who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the
CONTRACTOR) has checked and approved the shop drawings, and that the work shown is in accordance
with Contract requirements and has been checked for dimensions and relationship with work of all other
trades involved. The practice of submitting incomplete or unchecked shop drawings for the OWNER to
correct or finish will not be acceptable, and shop drawings which, in the opinion of the OWNER, clearly
indicate that they have not been checked by the CONTRACTOR will be considered as not complying with
the intent ofthe Contract Documents and will be returned to the CONTRACTOR for resubmission in the
proper form.
When the shop drawings have been reviewed by the OWNER, one set of submittals will be returned to the
CONTRACTOR appropriately stamped. Ifmajor changes or corrections are necessary, the shop drawing
may be rejected and one set will be returned to the CONTRACTOR with such changes or.corrections
D-7
indicated, and the CONTRACTOR shall correct and resubmit the shop drawings in the same manner and
quantity as specified for the original submittal, unless otherwise directed by the OWNER. If changes are
made by the CONTRACTOR (in addition to those requested by the OWNER) on the resubmitted shop
drawings, such changes shall be clearly explained in a transmittal letter accompanying the resubmitted shop
drawings.
The review of such shop drawings, catalog cuts, and catalog numbers by the OWNER shall not relieve the
CONTRACTOR from responsibility for correctness of dimensions, fabrication details, and space
requirements, or for deviations from the Contract Drawings or Specifications, unless the CONTRACTOR
has called attention to such deviations in writing by a letter accompanying the shop drawings and the
OWNER approves the change or deviation in writing at the time of submission; nor shall review by the
OWNER relieve the CONTRACTOR from the responsibility for errors in the shop drawings. When the
CONTRACTOR does call such deviations to the attention of the OWNER, the CONTRACTOR shall state in
his letter whether or not such deviations involve any deduction or extra cost adjustment.
The CONTRACTOR agrees that shop drawing submittals processed by the OWNER do not become Contract
Documents and are not Change Orders; that the purpose of the shop drawing review is to establish a
reporting procedure and is intended for the CONTRACTOR's convenience in organizing his work and to
permit the OWNER to monitor the CONTRACTOR's progress and understanding of the design.
PART 7
MA TERIAL AND EQUWMENT
MATERIALS
The CONTRACTOR shall furnish and install all materials not furnished by the OWNER.
Where material is specified, and not furnished by the OWNER, the CONTRACTOR shall furnish the
material item as specified, or an equivalent as approved by the OWNER. The CONTRACTOR shall
identically match OWNER-furnished materials when furnishing additional units of those items.
All incidental materials, connections, and other items which are not shown on the Drawings and Construction
Details, and which are necessary to complete the work as specified herein, shall be furnished and installed by
the CONTRACTOR as though such materials, connections, and other items were shown on the Drawings
and Construction Details.
Manufacturer, type, and catalog number specify the type and quality of equipment and material to be
installed. Products by other manufacturers of equivalent quality and characteristics are acceptable, if
approved, in writing, by the OWNER.
All materials furnished and installed by the CONTRACTOR shall be new and suitable for the intended
purpose. Catalog numbers or shop drawings of all items of material shall be submitted to the OWNER for
approval, prior to placement of material orders by the CONTRACTOR.
PART 8 EXECUTION
PROJECT COORDINA nON
Once a month, CONTRACTOR shall prepare a one-page brief including, but not limited to, work completed,
work in progress, work to be done, changes in schedule, and estimated completion date.
Once a week, CONTRACTOR and OWNER shall meet to discuss work in progress and schedules for the
upcoming weeks. Meetings will be informal in nature. Meetings are meant to ensure coordination between
all parties involved is maintained.
END OF SECTION
D-8
SECTION 16314
SUBSTATION EQUIPMENT
PART 1
GENERAL
SCOPE
This section covers the furnishing and installation of electrical equipment and materials.
PART 2
PRODUCTS
STANDARDS
The equipment shall be manufactured, tested, rated, and furnished in accordance with the latest applicable
standards and regulations of the following:
ANSI: American National Standards Institute.
NEMA: National Electrical Manufacturers' Association.
NESC: National Electrical Safety Code.
UL: Underwriters' Laboratories.
NEC: National Electrical Code.
ANSI Publication B16.5 for Slip-On Welding Flanges.
ASTM: American Society for Testing and Materials.
EEl: Edison Electric Institute.
IEEE: Institute of Electrical and Electronics Engineers.
NET A: InterNational Electrical Testing Association.
EQUIPMENT RATINGS AND CONSTRUCTION
The CONTRACTOR shall furnish the material and equipment indicated on the Drawings. Representative
manufacturers' catalog numbers have been listed for some of the material and equipment to indicate the type
and quality required. Other manufacturers' materials and equipment of equal type and quality may be used as
approved by the OWNER.
The OWNER will furnish only that equipment so indicated on the Drawings and/or listed in other sections of
the Specifications. The CONTRACTOR shall furnish all other material.
The CONTRACTOR shall furnish any incidental materials and fasteners needed to make the equipment
complete and ready for service.
SUBMITTAL DRAWINGS, INSTRUCTION BOOKS
Submittals Drawings:
Within 4 weeks after the award of the Contract, the CONTRACTOR shall provide complete descriptive
information and shop drawings for all equipment, material, and devices he is to furnish.
As a minimum, the following submittal drawings and information shall be provided:
Equipment outline drawings showing general arrangement, physical dimensions, and center of gravity
(shipping and installed), both horizontal and vertical, and the location of accessories. The manufacturer shall
indicate phase-to-phase and phase-to-ground dimensions on the outline drawing.
Dimensional plan and section views.
Nameplate diagram.
Bill-of-Material, keyed to plan and section drawings.
Schematic and connection diagrams of all terminal boards, panels, control circuits, etc.
Certified test reports for all tests.
Furnish two complete sets of all factory tests and one additional set shall be shipped with each piece of
equipment.
Furnish a complete components parts list including the original CONTRACTOR's catalog numbers and
prIces.
The information will be for the OWNER's approval.
D-9
Review of submittal infonnation by the OWNER shall not relieve the CONTRACTOR from responsibility
for deviations from Drawings and Specifications, unless he has in writing at time of or prior to submission,
requested and received written approval from the OWNER for specific deviations. Review of submittal
infonnation shall not relieve the CONTRACTOR from responsibility for errors and omissions in shop
drawings or literature.
Instruction Books: Provide four complete final sets of instruction books that include operating and
maintenance instructions, catalog and replacement part information for each component (as listed above),
and repair infonnation. Also include in each set, all drawings submitted for approval, in a final fonn, as
constructed.
The CONTRACTOR shall keep accurate up-to-date records of all materials received, installed, and returned.
PART 3
EXECUTION
GENERAL
All equipment and materials shall be installed in strict accordance with the manufacturer's installation
instructions. Where circuit switchers, power circuit breakers, switches, and/or transfonners are installed, the
equipment manufacturer's installation engineer shall inspect the installation and adjustment of the
equipment.
All equipment shall be adjusted and lubricated in accordance with the manufacturer's instructions, so that it is
left in a satisfactory operating condition. Extreme care shall be exercised in handling porcelain parts to avoid
chipping or breakage.
The CONTRACTOR shall perfonn any punching or drilling on equipment steel racks or supports, and attach
all brackets, extensions, or switch clip angles necessary for securely mounting the equipment.
All holes drilled or punched in steel shall be treated in accordance with Section 05600, SUBST A nON
STEEL STRUCTURES -GALVANIZING AND REPAIR or as directed by OWNER.
Equipment shall be installed on the structures and concrete footings with all items true, plumb, and level.
All equipment shall be tested after installation and adjusted for proper operating action to the satisfaction of
the OWNER.
After the installation of all station equipment has been completed, the CONTRACTOR shall thoroughly
clean all insulators and bushings to the satisfaction of the OWNER.
DELNERY, STORAGE, AND HANDLING
Equipment delivered to the site awaiting installation shall be stored in a manner that will protect it from
deteriorating effects of the elements and from physical damage.
The CONTRACTOR shall be responsible for the loss or damage to all materials and all equipment on the site
that are required for his portion of the work until acceptance of the completed work by the OWNER. Any
lost or damaged equipment or material under the responsibilities of the CONTRACTOR shall be promptly
replaced by the CONTRACTOR at his expense.
Material and equipment shall be stored so as to ensure the preservation of their quality and fitness for the
work. Material and equipment shall be stored on wooden platfonns or other hard, clean surfaces, and also
covered, if necessary.
WARRANTY
The equipment warranty period shall extend to 1 year from date of energization.
The CONTRACTOR shall replace or repair failed equipment that does not function in accordance with its
,specifications and intended use.
END OF SECTION
SECTION 16315
SUBSTATION CONDUIT
PART 1
GENERAL
SCOPE
This section covers the furnishing and installation of substation conduit.
The CONTRACTOR shall furnish and install all materials designated on the Drawings, and also any other
associated materials and work even though not shown on the Drawings, but required to provide a complete
conduit system..
The CONTRACTOR shall furnish first-quality, new materials, free from any defects, in first-class condition,
and suitable for the use intended.
Provide materials approved by UL wherever standards have been established by that agency.
PART 2
PRODUCTS
STANDARDS
The conduit shall be manufactured, tested, rated, and furnished in accordance with the latest applicable
standards and regulations of the following:
ANSI: American National Standards Institute.
NEMA: National Electrical Manufacturers' Association.
NESC: National Electrical Safety Code.
UL: Underwriters' Laboratories.
NEC: National Electrical Code.
ANSI: American National Standards Institute.
ASTM: American Society for Testing and Materials.
IEEE: Institute of Electrical and Electronics Engineers.
MATERIALS
Conduit, PVC: All underground substation conduit shall be: rigid polyvinyl chloride (PVC) conduit; gray
color; UL listed for concrete encased, direct burial underground, and exposed use. PVC Schedule 40 shall be
used for the main underground runs. Where indicated on the Drawings, rigid steel shall be used for 90 degree
bends. Steel conduit or PVC coated flexible steel conduit shall be used into equipment and control cabinets
unless otherwise stated. Refer to conduit details for clarification. Rigid PVC conduit, including couplings,
elbows, and nipples shall conform to the requirements ofthe latest edition ofNEMA TC-2, NEC, Federal
Specification W -C-l 094, and shall meet applicable ASTM test requirements for the intended use.
Conduit, Rigid Steel, Zinc-Coated: Rigid steel conduit, including couplings, elbows, and nipples shall be
galvanized by hot-dipping, electroplating, sherardizing, or metalizing process, and shall meet the
requirements of ANSI C80.1, UL, and the NEC.
Conduit, Rigid Aluminum: Rigid aluminum conduit, including couplings, elbows, and nipples, shall meet
the requirements of ANSI C80.5, Federal Specification WW-C-540, UL, and the NEC, and shall be
manufactured by Kaiser Aluminum Company, Aluminum Company of America, or as approved. Aluminum
conduit shall not be direct buried or encased in concrete.
Conduit, Flexible: All flexible conduit shall be moisture-roof flexible steel, polyvinyl chloride jacketed type,
gray color, UL approved.
Conduit Fittings, Metallic: Metallic conduit fittings shall be of the type indicated or required for the
anticipated purpose, and shall meet applicable requirements of ANSI C80A, UL, the NEC, and NEMA FB 1.
Fittings used with aluminum conduit shall be made of aluminum.
D-ll
PART 3
EXECUTION
GENERAL
Work shall be penormed in a workmanlike manner by craftsmen skilled in the particular trade. All work
shall present a neat and finished appearance.
The conduit installation shall be in accordance with the National Electric Code.
Conduits shall terminate with bushings or as otherwise indicated on the Drawings. All exposed ends shall be
plugged during construction.
A mandrel and swab of proper size shall be pulled through all conduit runs to ensure the conduits are free of
debris after installation. A measured pull wire or rope shall be left in all unused conduits to facilitate further
installation of cables.
A run of conduit shall not contain more than the equivalent of three quarter-bends (270 degrees total),
including those bends located immediately at the outlet fitting.
Underground substation conduits for control and low voltage power cables shall be installed a minimum of
24 inches below subgrade. Underground conduits for 15 kV power cables shall be installed at 36 inches
below finish grade.
For all underground bends, the radii shall be as large as practical and no less than 24 inches. Shop or factory
bends may be used, provided they meet the requirements of these Specifications. All conduit and conduit
bends shall be free of flattening or cracks. All cuts shall be made square with the inside of the ends and shall
be carefully reamed.
Conduits shall terminate with an adapter and threaded cap except where entering a vault. When entering a
vault, pull box or handhole, a bell-end shall be used.
PVC conduit joints shall be solvent welded with the solvent recommended by the conduit manufacturer.
Use factory-made bends for all bends 30 degrees or larger. Use approved heating methods for forming
smaller bends.
Provide expansion joints as required or as recommended by the manufacturer.
When joining PYC to rigid steel conduit, use an approved PYC female adapter.
Below-grade conduits shall be supported, secured, and spaced as necessary to assure adequate and proper
backfill distribution around all sides of the conduits.
The backfill around conduits shall be free-flowing, free from rocks or debris, and thoroughly compacted
over, under, and around conduits. No backfill voids will be permitted. On-site excavation spoils may be used
for backfill around conduits only with OWNER approval. If acceptable backfill is not available on-site,
CONTRACTOR shall import a suitable sand or slurry backfill material.
Conduits will be straight and plumb where they rise out of the ground. There will be space between the
conduits and between the conduits and the concrete or structure to allow for the fittings to be installed.
Conduits will be kept off the bottom of pull vaults at least 9" or as indicated on the drawings.
All spare or future conduits will have caps to keep out dirt.
Coordinate placement of conduits with equipment and structure location for specified equipment.
END OF SECTION
D-12
SECTION 16345
SUBSTATION RELAY AND CONTROL SWITCHBOARD PANELS
PART 1
GENERAL DESCRIPTION AND USAGE
GENERAL
This section contains the requirements for the design, manufacture, testing, and delivery of substation relay
and control switchboard panels.
The switchboards will be located in a substation control house. '
The Contractor shall furnish all materials, labor, and equipment necessary to design, detail, fabricate, and test
the substation switchboards.
The Contractor shall include in his Proposal a description of the switchboards he intends to furnish.
The switchboards, material list, and nameplate list are shown on the Drawings.
PART 2
PRODUCTS
CODES AND STANDARDS
The switchboards, relays, and switches shall be manufactured, tested, rated, and furnished in accordance with
the following codes and standards:
ANSI/IEEE C37.21, Standard for Control Switchboards.
ANSI Z55.1-1967, Gray Finishes for Industrial Apparatus and Equipment.
ICEA S-95-658/NEMA WC70, Nonshielded 0-2kV Cables (Replaces ICEA S-66-524/NEMA WC7
Crosslinked Thermosetting Polyethylene Insulated Wire and Cable.)
OPERATING CONDITIONS
The switchboards shall be suitable for operation in unconditioned metal-enclosed switchgear or otherwise as
indicated on the drawings.
RATINGS
Indicating instruments shall be of the 1 percent accuracy class, switchboard type.
Control and instrument switches shall be of the rotary switchboard type for 600-volt service with contacts
rated at 10 amperes continuously.
The control power shall be 48V DC. All DC devices shall be designed to operate at voltages ranging from
38 to 56 Volts DC.
All AC devices shall be designed to operate continuously at voltages ranging from 90 to 110 percent of the
nominal voltage or as indIcated.
SWITCHBOARD CONSTRUCTION
Panel Fabrication:
The panel type shall be vertical switchboard.
Panels shall be constructed of sheets formed, welded, and assembled into a rigid, self-supporting structure
and shall be formed of specially smoothed and leveled steel sheets not less than II-gauge (l/8-inch thick).
All holes shall be neatly punched, edges and comers of sheets shall be rounded, and all sharp projections
ground off before finishing.
All steelwork shall receive a bonderizing, or equal, treatment followed with a rust-resisting primer coat and
at least two finish coats of high-grade industrial paint, ANSI No. 70 gray color of proven quality.
Indicating instruments shall be located as shown on the Drawings, or as approved. Control and instrument
switches shall be located as shown on the Drawings or as approved.
All equipment, devices, terminal blocks, and related items shall be readily accessible to allow easy
disconnection, removal, or testing.
D-13
Relays and other glass-fronted equipment shall be mounted a minimum of 8 inches above the base.
Hinges and latches to match the existing shall be provided and mounted in a fashion to match the existing
panels.
No alterations to the structure the panels mount to shall be permitted without permission from the Owner.
Control and Instrument Switches:
Control and instrument switches shall be of the rotary switchboard type for 600-volt service with contacts
rated at 10 amperes continuously.
Protective and Auxiliary Relays:
Protective and auxiliary relays shall be as indicated on the bill of materials or Owner-approved equal.
Each protective relay shall be ofthe semiflush-mounted (unless otherwise indicated on the Bill of Materials
or drawings), back-connected, and dustproof.
The relays shall be suitable for mounting on No. 11 USS gauge steel panel.
Each relay shall operate with instrument transformer ratios and connections shown on the one-line diagram
under both normal and short circuit conditions.
Each overcurrent relay shall be suitable for continuous operation at current coil tap rating, 60-Hz AC.
Auxiliary relays shall be of the indicating, instantaneous type, complete with cover, and shall be of the
semi flush-mounted type.
Contact ratings shall not be less than 30 amperes DC closing, 12 Amperes DC continuous, and 30 Amperes
DC for 1 minute on either AC or DC.
Sufficient contacts shall be furnished to supply the circuitry shown.
Indicating Instruments:
Each analog indicating instrument shall be of the semiflush-mounted, back-connected, dustproof,
switchboard type for mounting on a No. 11 USS gauge metal panel. Each instrument shall have a removable
cover, either transparent or with a transparent window of anti-glare glass. Each instrument shall be
approximately 4-1/4 inches square, with a scale arc of approximately 330 degrees. Instrument shall have
white scales, black markings and pointer, standard legend and zero left scale except for Watt-meter and V Ar-
meter, which shall be zero center. Indicating, instrument accuracy shall be +/-1 percent of full scale. Each
instrument shall be suitable for operation with the transducers shown on the one-line diagram under both
normal and short circuit conditions.
Each digital indicating instrument shall be of the semiflush mounted back-connected, dustproof switchboard
type with a dull black rectangular case for mounting on a No. 11 USS gauge metal panel. The indicating
instrument shall be ofthe type shown on the Switchboard Drawing Bill of Material.
Auxiliary Equipment:
Universal mounting brackets shall be arranged inside the switchboard for mounting and wiring auxiliary
devices. They shall be located to allow access to the back of the equipment mounted on the front ofthe
panels.
Panel space not utilized by equipment shall remain clear for addition of possible future equipment.
Panel Wiring:
All wiring, used within the panels shall be installed and tested at the factory unless otherwise specified;
All potential and control conductors shall be Class B stranded copper No. 12 A WG or larger. All current
transformer secondary wiring shall be No.1 0 A WG copper. All low-voltage signal wiring to transducers
shall be No. 16 A WG stranded, twisted and shielded pairs.
Panel wiring shall have thermosetting Type SIS insulation rated 600 volts, designed for maximum conductor
temperature of 90 degrees C. XHHW, XHHW-2, or other thermoset 90C multi-rated conductors may be used
with Owner approval.
Conductor insulation for other wire shall be cross-linked polyethylene.
Only non-insulated ring-type crimped wiring terminals shalI be provided on all conductor terminals. Open-
type terminals with retainer clips may be used only with Owner approval and only on non-CT wiring.
All wiring, where terminated, shall be labeled with its destination (other end) in accordance with the wiring
diagrams.
Only sleeve-type wire labels shall be used.
D-14
All crimps shall be made with ratchet-type tools calibrated and tested to release only after the manufacturer's
recommended crimp has been obtained.
All screw terminations will be re-tightened after completion, installation, and testing of the control panel.
Indicating and Pilot Light Assemblies:
All indicating and pilot light assemblies shall be General Electric LED Type ET -16, or approved equal, with
colored lenses and voltage ratings to suit the application. Lamps shall be replaceable from the front of the
panel.
Test Switches:
Flush or semiflush-mounted test switch assemblies shall be furnished to isolate current and voltage circuits;
and to isolate control circuits as indicated on the drawings. Test switches shall be A VO/StateslMegger Type
FMS or approved equal. A sufficient number oftest points to make a complete test on one instrument or
relay shall be furnished.
Terminal Blocks:
Terminal blocks for control wiring shall be of the molded block type, equipped with washer-head terminal
screws and with molded insulated barrier between terminals.
Terminal blocks shall be Marathon Series 1500, General Electric Type EB-25, Curtis Type BT, or approved
equal.
Terminal blocks shall be arranged in vertical rows and shall be located so that access to wiring terminals is
not impaired.
Sufficient terminal blocks for incoming and outgoing circuits shall be furnished to provide a terminal for
each electrically separate circuit conductor and for every two electrically identical circuit conductors.
Approximately 20 percent spare terminals shall be provided in each vertical row and one additional spare 12-
point terminal blocks shall be provided a terminal for each row for terminating spare control cable
conductors.
No more than two wires shall land under each terminal screw.
All current transformer blocks shall be shorting type G.E. Catalog No. EB27B06S, Flex-Core Catalog
Number IKU6SC, Marathon 1506 SC, or approved equal.
Raceways:
A raceway system shall be provided for all wiring on each side of each panel and between panels.
The horizontal raceway for interpanel and front-to-rear panel wiring, shall be furnished, complete.
Maximum fill for Contractor installed raceway shall not exceed 30 percent of the available cross-sectional
area.
Vertical raceways for field wiring shall be so constructed as to be accessible to conductors entering from the
top or bottom of the switchboard.
Wiring raceways shall be Panduit plastic wiring duct with covers, as manufactured by Panduit Corporation or
equivalent. The Contractor's standard raceway will be considered providing the Proposal includes sufficient
information to evaluate the raceway system offered.
Fuses:
Fuse blocks shall be modular type two-pole with bakelite frame and reinforced retaining clips, rated 30
Amps, 250 Volts.
Where shown on the drawings, each panel mounted device requiring AC or DC supply shall have in its
supply circuit a panel-mounted fuse to isolate the device from the power supply.
Ground Bus (new construction):
An uninsulated copper ground bus, 1/4-inch by 2-inch, shall be furnished throughout the entire length of the
switchboard.
The bus shall be positioned approximately 2 inches above the bottom of the panels.
Compression clamp for No.2 to No. 1/0 A WG at each end ofthe bus shall also be provided.
Tapped holes (No. 10-32), for internal panel connections, shall be provided as necessary, with two spares for
future use.
D-15
Transducers:
Each transducer shall be of the surface-mounted, dustprooftype.
The transducers shall be shipped unmounted and will be installed only after the switchboard is installed on
site.
The operating circuits of the transducers shall not be grounded to the case.
The transducers shall not require an external power supply other than the transducer input from current or
voltage transformers.
Watt/var transducers shall be of the 3-phase, 3-element type and shall be capable of reading in both
directions.
Voltage transducers shall be of the single-element type.
Transducer characteristics shall be: Output of 0 to 1 milliampere (0 to +/-1 milliampere for watts and vars)
with load variation from 100 to 10,000 ohms, accuracy of +/-05 percent at 25 degrees C, capable of meeting
surge withstand tests in accordance with IEEE 472-1974.
SPECIAL FEATURES
Nameplates:
Nameplates shall be furnished as indicated on the Drawings and shall be made of laminated, black, phenolic,
engraving stock with white core.
The lettering shall be no less than 1/4-inch high, bold engraved through the outside layer so that the letters
are the color of the core.
Nameplates shall be cemented to the panels with a permanent adhesive.
TOOLS AND SPARE PARTS
Tools: Furnish one complete set of any special tools required for installation or maintenance.
Spare Parts: Furnish a list of spare parts to be purchased at the Owner's option.
TESTING
Before the acceptance of the equipment furnished, the Contractor shall make tests to demonstrate that the
requirements of these Specifications and the guarantees have been fulfilled and that the equipment is in
satisfactory operating condition.
Should an inspection or any such tests or demonstration disclose that any required conditions have not been
met, the Contractor shall, at his own expense, furnish and replace such parts or devices, make such correction
in the wiring, and otherwise make such changes as are necessary to fulfill these Specifications.
Each switchboard unit shall have all control switches, testing devices, terminal blocks, circuit breakers,
buses, and instrument transformers tested and checked for mechanical and electrical adjustment, for
alignment of panels and devices mounted thereon, and for adequacy of fastenings and supports.
Continuity tests of all wiring for the equipment furnished under these Specifications shall be made.
Tests shall be made to determine the mechanical and electrical adequacy of each individual device to
perform the function or functions for which it is intended.
Tests shall be made to determine correctness of the electrical connections and compliance with operational
requirements and sequences.
The Owner reserves the right to witness all tests or to have his authorized representative present for such
tests. The Owner shall be notified at least 10 working days prior to any pending hold point or test to be
performed. In each case, notification shall include Purchase Order number, items involved, location of
equipment to be tested, and the tests scheduled to be performed at the time. The Contractor will be informed
prior to date of tests if Owner elects not to witness the tests or have them witnessed by the authorized
representative.
The Contractor shall provide the following:
Prior to installation, each meter shall be checked for linearity, zero, and span. Contractor shall provide
record by serial number of input signal vs. readings. Those meters which cannot be calibrated to within
manufacturer's stated accuracy shall be replaced.
D-16
Prior to shipment, the tests conducted by Contractor on the panels at the Contractor's plant shall include, but
not be limited to, the following:
The electrical test shall demonstrate freedom from ground and correctness ofthe wiring of all panel-mounted
items in accordance with Owner's wiring diagrams.
The test shall include point-to-point continuity tests and electrical insulation tests.
Megger or other high voltage shall not be applied to any shielded cables.
All deficiencies shall be corrected and the test repeated for the corrected wiring.
Contractor shall be responsible for the proper protection of all instruments and devices that may be damaged
by any test.
The complete tests shall be performed after manufacturing and assembly is completed. After these initial
tests, and after all deficiencies and wiring errors have been corrected, the tests shall be repeated and
witnessed by the Owner at the option of the Owner. Contractor shall provide a qualified service engineer for
the length of time required to inspect the panels, at the factory, after completion. The service engineer shall
assist in testing each panel metering, control, and alarm circuit during checkout by Owner.
All deficiencies in the panel design, construction, or equipment mounting, and inadequately designed circuits
or wiring errors brought out during the testing at the Contractor's plant shall be corrected by the Contractor at
no cost to the Owner. Tile equipment shall meet all requirements stated in this Specification.
DRAWINGS AND INSTRUCTION BOOKS
Engineer shall provide panel manufacturer with electronic copies of Wiring Diagrams, AC Schematic
Diagrams, and DC Schematic Diagrams. Contractor shall be responsible for completing all interconnections
of terminal boards, test switches, relays, controls, etc. Wiring legends are included on each drawing and
shall set forth the method and style of designating connection points.
The Contractor shall provide complete descriptive information and shop drawings for all equipment,
material, and devices furnished, including certified outline drawings, arrangement drawings, and
interconnection diagrams. Provide four complete copies for review by the Owner. Provide certified shop
drawings, literature, and requested samples showing items proposed for use, size, dimensions, capacity,
special features required, schematic (elementary) control diagrams, equipment schedules, (Bill of Materials),
etc., as required by the Engineer for complete review and for installation. Use NEMA device designations
and symbols for an electric circuit diagrams submitted. Make content of interconnection diagrams in
accordance with the latest edition ofNEMA ICS.
Contractor shall check submittals for proper number of copies, adequate identification, correctness, and
compliance with Drawings and Specifications, and initial all copies indicating this has been done. Revise,
change, andlor resubmit all submittal information until acceptable to the Owner. Obtain Owner's acceptance
before commencing fabrication or installation of any materials or equipment.
Review of submittal information by the Owner shall not relieve the Contractor from responsibility for
deviations from Drawings and Specifications, unless he has in writing at time of or prior to submission,
requested and received written approval from the Engineer or Owner for specific deviations. Review of
submittal information shall not relieve the Contractor from responsibility for errors and omissions in shop
drawings or literature.
All device or equipment tag numbers that appear on the Drawings shall be used and shall appear on the shop
drawing submittals. Contractor's standard drawings and schematic diagrams shall be modified to include all
appropriate device, equipment, and circuit tag numbers.
One set of submittal drawings and information shall be in final form and sent to the Owner prior to beginning
any testing. All drawings shall have title block information which includes (as a minimum): The Owner's
name, project title, and Purchase Order.
As a minimum, the following submittal drawings and information shall be provided:
Equipment outline drawings showing physical dimensions, layout of equipment.
Dimensional elevations, plans, and section views.
Nameplate schedule, with plate dimensions and sample engraved plate.
Method of joining panels.
Method of floor anchor and top strut attachment.
Bill of Material, keyed to plan and section drawings.
D-17
Connection diagrams of all terminal boards, panels, control circuits, etc.
Relay instruction books for each type of relay.
Provide two preliminary copies ofthe complete instruction books to the Owner for review prior to shipment.
Make all corrections and additions resulting from review. Then provide two complete final sets of
instruction books, plus one copy shipped with the panels that include operating instructions, catalog and
replacement part information for each component. Also include in each set, all drawings submitted for
approval, in a final form, as constricted along with photographs of equipment as installed.
The Contractor shall submit for approval, before fabrication, the following design drawings and information:
Potential and current schematic diagrams.
Control and metering schematic diagrams.
Switchboard front and rear views.
Component schedule.
Interconnection wiring diagrams.
AC Schematic Diagrams.
DC Schematic Diagrams.
Installation and mounting requirements.
Complete descriptive literature and renewal parts data.
The Drawings will be generally reviewed for conformance to these Specifications and returned to the
Contractor within 20 days from receipt with comments or corrections. Review of the Drawings does not
relieve the Contractor of his responsibility of providing switchboards and drawings in accordance with these
Specifications.
The final drawings shall be electronic AutoCAD R14 or later originals and shall be sent prior to switchboard
shipment.
One set of final drawing prints shall accompany the switchboard shipment.
PART 3
EXECUTION
WARRANTIES
The Contractor's warranty period shall extend to 1 year from date of energization or 2 years from date of
arriving at the project site, whichever comes first.
The Contractor's warranty shall extend to all parts regardless of the manufacturer.
DELIVERY
The switchboards shall be shipped F.O.B. jobsite.
The Contractor shall send shipping, notification letters detailing the complete routine, to the Owner.
Notification letters shall include Purchase Order identification, description of items shipped, number of
cartons, etc., and shipping date.
The method of packing shall protect adequately the cases, internal components of relays, all other auxiliary
devices or accessories against corrosion, dampness, breakage, or vibration injury that might reasonably be
encountered in transportation and handling. Packing crates shall be such that long outdoor storage will not
result in deterioration of crates or damage to contents.
All auxiliary equipment shall be shipped in weatherproof packages. Packing material shall be such that it
will provide weatherproof protection in outdoor storage areas. Accessories shall be shipped by covered truck
unless specifically approved by the Owner.
INSPECTION
The Contractor shall contact the Owner at least 1 week before switchboard shipment for the Owner to inspect
the switchboards. The Owner reserves the option to inspect or to have his authorized representative inspect
the switchboards at the Contractor's plant.
D-18
PART 4
BID DATA
GENERAL
Bidders shall submit their standard design, but all exceptions shall be listed separately as required in the Bid
Form. The Contractor shall submit a complete written- Proposal with all pertinent data below:
List manufacturer and catalog number of all relays, lights, etc. if other than specified unit.
Submit typical panel construction details for the type of panels to be supplied.
State all standard routine tests made by Contractor. If any specified tests are not included in the bid price,
then the Proposal shall list the cost of each test.
Submit complete technical data including manufacturers for relays and meters and all accessories for
evaluation.
State method of shipment, approximate shipping dimensions, and shipping, weights.
END OF SECTION
D-19
SECTION 16500
SUBSTATION ACCEPTANCE TESTING
PART 1.
GENERAL
A. All tests are to be conducted to ANSI, IEEE, NET A, and other applicable standards. All tests are to
be completely documented, including as-found results, as-left results, and any problems found and
corrected. Full test result documentation is to be provided on an acceptable media to Owner.
B. This document is intended to outline the basic testing needed to verify completion and proper
functioning of the substation and equipment. Other testing as appropriate or recommended by
NET A, ANSI, and IEEE shall be performed as requested by Owner.
C. All appropriate testing shall be performed by Contractor whether listed herein or not. An error or
omission in this document will not relieve the Contractor of the requirement for sufficient and
adequate testing. Contractor shall inform Owner of any recommended tests not listed herein. Owner
shall authorize tests not listed herein prior to Contractor performance of them.
D. The Contractor shall perform all tests needed to verify and prove their work is complete, functional,
and ready for service. Testing of unused protective relay functions is not required. Contractor shall
provide additional tests as requested by Owner.
PART 2.
GENERAL PROCEDURES
A. As-Built Documentation
1. During all testing and commissioning, make clear annotations and changes on drawings to
indicate any changes, important information and notes.
2. Provide supplementary information as needed to explain corrections.
3. Use a consistent scheme for noting changes on drawings. For example: use a high lighter to
track circuits traced, use a red pen or pencil to indicate changes to wiring or drawings.
4. Transfer all changes and notes onto a single set of as-built drawings for delivery to Owner.
B. Safety
1. Use all appropriate grounds, blankets, barriers, signage, locks, tags, and notifications to assure
personnel safety during testing.
2. Communicate clearly with all parties present at the site when tests are being performed. No
tests are to be performed without notification to adjacent personnel.
3. Leave all equipment in a safe condition and in a state (open/closed, etc.) as requested by
Owner.
4. Clearly tag all wires lifted from their normal terminals for testing. Where testing extends
beyond one panel at a time or for more than one work shift on anyone panel, maintain a lift
and land sheet. Immediately return all wires to their proper terminals once testing is complete.
PART 3.
HARDWARE TESTING
A. Current Transformer Ratio
1. Inject current through current transformer primary winding and measure the current through
the shorted current transformer secondary winding.
2. All available CT ratios shall be tested.
3. Acceptance: CT ratio is acceptable ifratio error is within manufacturer's specifications
4. Verify CT polarity.
B. Potential Transformer or CCVT Ratio
D-20
1. Excite potential transformer primary winding or capacitor coupled voltage transformer and
measuring the open circuit voltage on the PT/CCVT secondary at the PT/CCVT.
2. If multiple secondary windings, all winding to be tested independently.
3. Acceptance: PT ratio is acceptable if ratio error is within manufacturer's specifications.
4. When conducting high-voltage excitation tests, all necessary and prudent safety precautions
shall be used.
C. Current Transformer Loading
1. Inject primary current on current transformer with all usual burdens in circuit (no test or bypass
switches operating) and measure the voltage rise (burden) on current transformer secondary
terminals
2. Acceptance: CT circuit is acceptable if calculated burden (ohms) is as designed, is consistent
between phases, and is calculated to be below CT rating at maximum expected currents.
D. Potential Transformer Impedance
1. Excite the potential transformer or CCVT primary, apply a burden (load) to the secondary
winding of the PT and measure the PT Secondary voltage at rated burden, calculate effective
impedance.
2. With no load, measure no-load losses.
3. Acceptance: PT is acceptable if impedance and no-load losses are within manufacturer's
specifications.
4. When conducting high-voltage excitation tests, all necessary and prudent safety precautions
shall be used.
E. Circuit Breaker, Circuit Switcher, & Recloser Tests
1. For all circuit breakers, circuit switchers, and reclosers, perform timing tests to confirm device
timing meets manufacturer's specifications.
2. Test to confirm that all auxiliary contacts operate as designed.
3. Verify and document trip and close coil burdens.
4. Test contact resistance with low-resistance ohmmeter.
5. Verify that all AC and DC power and control voltages are of the correct magnitude and
polarity.
6. Perform a trip test at 70% rated DC control voltage.
7. Perform other tests as indicated in Manufacturer's literature.
8. Verify that cabinet heaters operate.
F. Surge/Lightning Arrester Tests
1. Perform manufacturer's recommended acceptance tests, if any.
2. Verify that lightning arrester leads are as short as possible and can be disconnected without
removal of bus or transformer connections.
3. VerifY that arrester connections are between the probable surge source and the device being
protected.
4. Verify that arrester grounds are adequately sized and separate and isolated from current-circuit
grounds.
G. Power Transformer & Regulator Tests
1. Transformer turns ratio testing shall be performed on each no-load tap provided on the
transformer.
2. Verify that no-load tap is set appropriately and operating mechanism is locked.
3. Perform power factor (Doble) tests.
4. Verify that transformer primary and secondary phasing and lead-lag connection is correct and
as required for proper functioning.
5. Perform CT tests as indicated above.
6. Before paralleling with other sources, verify phasing across an open switch.
7. For delta connected windings, phase-phase winding resistance measurements shall be taken at
D-21
each no-load tap.
8. For Wye-connected windings, phase-to-neutral winding resistance measurements shall be
taken.
9. Where LTC is used, contact/winding resistance on each phase at each step of a load tap
changer shall be tested and documented.
10. VerifY proper setting and operation of tap changer controls, including line drop compensation.
11. Inspect transformer for physical damage including cracked or chipped bushings, oil or nitrogen
leaks, etc.
12. Check oil levels in main (inc\. conservator) and tap changer tanks.
13. In as much as possible, as directed by Owner, all protective, indicating, control and monitoring
equipment and devices on the transformer shall be tested for proper function including fans,
alarms, heaters, etc.
14. Voltage regulators and their controls shall be tested according to manufacturer's recommended
procedures.
15. Prior to energizing, tap changers and regulators shall be set to Neutral and automatic control
disabled.
16. If used, paralleling modules shall be tested per manufacturer's specifications.
H. Hi-Pot Testing
1. All appropriate high-potential tests of transformers, bushings, potential transformers, current
transformers, breakers, cables, shall be performed to verifY manufacturer's specifications are
met.
2. Industry-standard testing shall be performed.
3. Hi-Pot testing of aged underground cable is not recommended.
I. Group Operated Switch Testing
1. Group-operated switches shall be operated manually or electrically, as appropriate.
2. Proper alignment of switch blades in the closed position shall be verified.
3. Auxiliary position switches shall be verified for proper coordination.
4. Switch operator handles and operator platforms shall be verified properly grounded.
5. Check the installation of arcing horns, vacuum bottles, rod gaps, etc.
6. VerifY that the switch operator can be locked in both the open and closed positions.
7. Upon completion, lock switch in open/closed position as directed by Owner.
J. Oil Testing
1. At the option of the Owner, take samples of transformer main-tank oil for complete laboratory
analysis including dissolved gas analysis.
2. Follow laboratory required procedures for sampling including complete cleaning of sample
ports, flushing of initial oil discharge, sample conditions, sample sizes, air-tight sampling, etc.
PART 4.
WIRING TESTING
A. CT Circuit Three-Line Confirmation
1. Using the three-line diagram, confirm that all current circuits are as designed.
2. VerifY current circuit polarity agrees with the diagram.
3. VerifY that current polarity is as needed for the proper operation of the protective devices. If
needed, correct the wiring and document all changes on the Drawings.
4. Confirm that all test switches operate as designed and intended including the functionality of
test input jacks.
5. VerifY that there is one and only one ground of each current circuit and that the ground is noted
on the three-line diagram correctly.
6. VerifY that all automatic bypasses in test switches operate as intended.
7. During current injection testing record measured voltage rises on the 3-line diagram.
8. VerifY that all unused CTs are shorted and that no CTs are inadvertently shorted. Clearly tag all
CTs shorted for testing!
D-22
B. PT Circuit Three-Line Confirmation
1. Using the three-line diagram, confirm that all potential circuits are as designed.
2. Confirm that potentials phase with the appropriate currents.
3. Confirm that all test switches operate as designed and that there exist no unintended bypass
circuits.
4. Verify that there is one and only one ground of the potential circuit and that the ground is noted
on the three-line diagram correctly.
5. Verify that appropriate overcurrent protection is provided to protect PT secondary circuits.
C. Connection Tightness & Labels
1. All terminations at devices and terminal blocks shall be hand-tested for connection security.
Both screw/nut tightness and crimp quality shall be verified. All screw and nut connections
shall be tightened as appropriate. Faulty or improper crimps shall be replaced or tightened as
appropriate.
2. Verify that each wire at each terminal has a correct and legible wire label indicating its
destination.
D. AC/DC Power Circuit and Breakers
1. Verify that all circuit breakers in AC and DC power panels are properly and clearly marked
with the loads served.
2. Verify that all bolted connections are secure.
3. If provided, verify that manual transfer switches and automatic transfer schemes operate as
intended.
4. Verify that all electrical outlets, heaters, and power feeds operate as intended.
5. Test GFCI devices for proper operation.
E. Bus and Ground Connections
1. Using a 5 to 10 Amp digital low-resistance ohmmeter (DLRO), measure the contact resistance
of every bolted joint, switch contact, hinge/moving contact, etc. and document all readings.
2. Welded connections do not require testing.
3. Bring any inconsistent or high readings to the attention of Owner for repair.
4. Verify. all equipment, fence and structure grounds are in place.
F. Ground Grid Resistance
1. Using an approved method for testing ground grid as-built resistance, test and document the
earth-grid resistance of the completed ground grid.
2. The test shall be conducted with all ground connections to remote (away from substation,
feeder neutrals, etc.) grounds lifted. (This will probably require de-energizing the substation.)
3. Where isolated individual ground rods are used, test the ground resistance of each rod using a
clamp-on ground rod tester.
G. Power Cable
1. Inspect visible cable for damage.
2. Inspect shield/neutral for proper grounding.
3. Inspect cable terminations for installation and termination per manufacturer's installation
standards.
4. Verify conductor phasing and continuity.
5. Verify shield/neutral continuity.
6. Megger all phase conductors to 2500 Volts minimum for one minute with all shields and other
conductors grounded. Record voltage and current.
7. Perform an AC high potential test on each conductor with all other conductors grounded.
8. If requested by Owner (generally not advised), perform a DC high-potential test of conductors.
a. Test voltage should not exceed 55 kV DC.
b. Apply DC test voltage in five equal increments until the maximum test voltage is
D-23
reached.
c. Record the leakage current at each voltage increment once the leakage current has
stabilized.
d. Ground all shields, neutrals, and conductors not under test.
PART 5. CONTROL TESTING
A. Relay and Relay Timing Tests
1. Verify DC supply to relay is of proper magnitude and polarity.
2. Verify that current circuit polarity is correct for the functions required. If necessary, make
appropriate wiring changes and document these changes on the Drawings.
3. Where provided, verify that relay passes internal diagnostic self-test.
4. Verify that protection relays using timed overcurrent elements (51 devices) perform according
to the settings required.
5. Verify that all programming requested by Owner has been applied to electronic relays.
6. Verify that all relay programming necessary to make the relay a functioning device has been
applied to the relay.
7. Every element in every relay that is used in a protective scheme shall be tested.
8. Test at a sufficient number of points along a time curve to verify that the relay operates
properly.
9. Test a sufficient number of other settings to verify that the relay will operate as intended if
relay settings are revised in the future.
10. Test all implemented logic elements and equations in the relay to verify proper functioning of
the logic.
11. Test all relay input and output devices (i.e. level sensor, input detector, output contact) that are
used in the control schemes for proper function.
12. Test wired spare input and output devices.
13. Test unused and unwired relay input and output devices as directed by Owner.
B. Battery and Charger
1. Verify that battery charger can supply load with the battery disconnected.
2. Measure and record the float and equalize voltage settings.
3. Verify that the battery can supply load with the battery charger disconnected.
4. Equalize charge the battery for 24 hours prior to testing, or as directed by battery manufacturer.
5. With nominal loading on the battery and the battery charger disconnected, measure and .
document the resistance of each battery connection.
6. Verify that all battery charger and battery alarms and monitors function as intended.
7. Inspect battery for damage, corrosion, leaks, etc.
8. For flooded cells, check electrolyte level of each cell, measure the specific gravity of all cells,
record ambient temperature.
9. Verify that battery rack if properly anchored and grounded.
10. Ifrequested by Owner, perform a 4 hour load test (using 8 hour load rate).
11. Record battery voltage, charger current, and load current.
C. Control Circuit Functionality
1. Perform a detailed tracing of each and every control path indicated on the control schematics to
confirm that all circuits and connections are made and are functional.
2. Each control path shall be verified.
3. Test will also confirm that appropriate portions of a control circuit are rendered inoperable
when available test switches are opened.
4. Operate each portion of the control circuit a sufficient number of times to confirm that each
portion of the control circuit performs as intended and as designed.
5. Verify that all indicator lights operate as intended.
6. Verify that all manual control switches operate correctly in all actions.
7. Verify that electromagnetic lock-out and auxiliary relays operate as intended.
D-24
8. End-to-end operation of each control path in a control circuit is not required. However,
adequate testing of each portion of the system must be performed to assure that the controls
system will operate as intended under all scenarios. At least one end-to-end test must be
conducted.
D. Transformer Alarm & Relay Simulations
1. Simulate the output contacts from each and every transformer relay (sudden pressure, loss of
nitrogen, pressure relief, temperature, oil level, etc.) to verify that all appropriate and intended
alarms and actions occur as designed.
2. Tests can be conducted by applying the appropriate short/open to the control wiring at the
transformer or device terminal blocks, as available. Where possible, testing back to the actual
device is preferred.
3. For each simulation, all correct indic,ations and actions must follow reliably. Any deviations
must be brought to the attention of Owner for prompt corrections.
E. Meters & Transducers
1. Verify that all digital or analog panel meters are programmed per the Owner's requirements.
2. Verify the magnitude and polarity of all inputs to panel meters.
3. Inject 3-phase currents and voltages, as appropriate, and verify that all meters readings are
within tolerance for the meter.
4. Test transducers by injection and verification of output values.
PART 6.
ENERGIZA TION TESTS
A. General
1. Following significant work (whenever bus is modified, transformer is deenergized, switchgear
replaced, etc.), the substation should be loaded in parallel with another substation.
2. Verify phasing across an open switch on the low-voltage side ofthe transformer prior to
paralleling.
3. Once energized, verify correct operation and indication of all control and indicating equipment
and devices.
4. Verify proper operation under load of automatic tap changer and associated controls. For
example, manually raise or lower the voltage and allow the automatic control to return it to
within control parameters.
5. Verify the magnitude and phase angles of all three-phase voltages and currents in protective
relays and meters.
6. Verify and document all restraint and operate quantities of differential relays. Verify that
restraint and operate quantities are within manufacturer's specifications.
END OF SECTION
D-25
ATTACHMENT E
VALLEY STREET SUBSTATION PLANS
D-26
2-22-94 PCRT ANCEtES\vAU..(T SUB-Y.~\PRAWlNCS\lfC\Y"33~l OWC
SHEET NO.
VALLEY SUBSTATION
RELAY REPLACEMENT
CITY
DESIGN DRAWINGS
TITLE
SHEET NO.
~
G-l TITLE PAGE AND DRAWING LIST
G-2 ONE-LINE DIAGRAM
ELECTRICAL
E-l
E-2
E-3
E-4
E-5
E-6
E-7
E-7A
E-8
E-9
E-1D
E-10A
E-10B
E-12
E-13
E-14
E-15
TriAxis
:t/79'/...?6"6"n...?~ .he:
ELECTRICAL (CONT)
PANEL ELEVATIONS, NAMEPLATE AND MATERIAL LISTS
RESERVED
RESERVED
RESERVED
THREE-LINE DIAGRAM, TRANSFORMER
DC SCHEMATIC, CIRCUIT SWITCHER (UNIT 2)
DC SCHEMATIC, TRANSFORMER (UNIT 2)
DC SCHEMATIC, TRANSFORMER CONTINUED (UNIT 2)
WIRING DIAGRAM TRANSFORMER
WIRING DIAGRAM PANEL HA
WIRING DIAGRAM - UNIT 2
WIRING DIAGRAM - UNIT 2, CONT.
WIRING DIAGRAM - UNIT 2, CONT.
RESERVED
RESERVED
RESERVED
RESERVED
E-16
E-17
E-18
E-19
E-21
E-22
E-23
E-24
E-25
E-26
E-31
E-32
E-33
E-34
E-35
E-36
NO DATE
REVISION
OF
PORT
ANGELES
PORT ANGELES,
WASHINGTON
ORA WING LIST
TITLE
DRAWING NO..
THREE-LINE DIAGRAM, UNITS 2, 3, 4, 5
THREE-LINE DIAGRAM, UNITS 6, 7, 8
RESERVED
RESERVED
DC SCHEMATIC - UNIT 3, FEEDER NO.1
DC SCHEMATIC - UNIT 4, FEEDER NO.2
DC SCHEMATIC - UNIT 5, FEEDER NO.3
DC SCHEMATIC - UNIT 6, FEEDER NO.4
DC SCHEMATIC - UNIT 7, FEEDER NO.5
DC SCHEMATIC - UNIT 8, FEEDER NO.6
PEDERSEN POWER PRODUCTS
3-3297-SHEETS 1 TO 30
MAGNETEK
H993570, SHEET 1
H993576, SHEET 1
H993577, SHEET 1 TO 3
H993605, SHEET TO 2
WIRING DIAGRAM - UNIT 3
WIRING DIAGRAM - UNIT 4
WIRING DIAGRAM - UNIT 5
WIRING DIAGRAM - UNIT 6
WIRING DIAGRAM - UNIT 7
WIRING DIAGRAM - UNIT 8
H996002, SHEET 1 TO 4
H993610, SHEET 1 TO 2
H993577, SHEET TO 3
H930620, SHEET TO 3
H996013, SHEET 1 TO 2
A1671X089991, SHEET 1 TO 3
H530502, SHEET 1
H935301, SHEET 1
H936003, SHEET 1
H993595, SHEET 1
H530501, SHEET 1
H922414, SHEET 1-2
951013, SHEET 1
769001, SHEET 1
REUSE OF DOCUMENTS
BAR IS ONE INQi ON
ORIGINAL ORAWING
e ,"
If NOT ONE: tNQi ON
THIS SHEET AO..uST
SCAlES ACCOROINQ. Y
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
BY APVO
THIS DCX:U"ENT AND THE IDEAS AND DESIGNS INCORPOR,t,TED
HEREIN, AS AN JNSTRUMENT OF PROfl.SSIONH. SERVla:. IS THE:
PROPERTy Of lRIAXIS ENGINEERING. tHe. AND IS NOT TO BE
USED IN M-lOlE OR IN PART. FOR ANY OTHER PROJECT WITHOUT
THE: WRlTT[N AUTHORIZATION or TRIA-XIS ENGINEERING. IHe..
REFERENCE' DRAWINGS
TITLE
15KV METALCLAD SWITCHGEAR
\
ONE-LINE DIAGRAM
THREE-LINE DIAGRAM ,
MASTER SCHEMATIC, T~ANSFORMER
PROTECTION i
TRANSFORMER EXTERNAL AND YARD
EOUIPMENT I
CONTROL SCHEMA TIC, M,AGNETEK
HA CUBICLE, CONNECTION DIAGRAM
i
MASTER SCHEMA TIC, CIRCUIT SWITCHER
S&C CIRCUIT SWITCHER
SUPV-l SCHEMATIC, AN'IIUNCIATOR
OUTLINE, TRANSFORMER
INST ALLA TION INSTRUCTION, UNDERGROUND
INTER-UNIT WIRING
ASSEMBL Y OWG, HA CONTROL PANEL
RELAY PANEL STEEL DETAILS AND COMPONENT
LOCATION
PLAN & ELEVATION
INST ALLATION INSTRUCTIONS, SWITCHYARD
AND ASSEMBLY :
CONTROL WIRING
NAMEPLATE
MOTOR DRIVE MECH. CONTROL WIRING
vALLEY SUBSTATION RELAY REPLACEMENT
TITLE PAGE AND DRAWING LIST
SHEET
w
z
o
I-t
I-
o
::>
0:::
l-
V)
Z
o
U
0:::
o
lL..
G 10
Y4.335G~ I I.i.J
::::>
FES 200~ V)
Y433~ ~
DATE
PROJ
NO
2-22-0~
POAT AH(;:[LE$\VAlLET SI8-T4,u,\DRAWINCS\lrC\Y4335C02 owe
H2
H1DH3
X2
Xl~8
X3
69kV
SYSTEM
LTC TRANSfORMER
67.eee6- 12478Y
24/32/48 MVA 65.
LTC TAPS +/- 1811
699:5 2eee:5
MR MR
':" XO
TriAxis
I 1''''-15 q -tl. -tl.tlt>1,
:cnpn~/?'nft mc.
NO DA TE
x
,
UNIT 2 UNIT 3 UNIT 4 UNIT 5 UNIT 6 UNIT 7 UNIT 8
I - - - - - - - - - - - - - ;~~~ -1- - - - - - -, :O~~~V~ 3_. 4W :U: ,'- - - - - -l- - - - - - -,- - - - - - - -1- - - --,
IN~i~!~
LOCK I
15KVA I
CPT I
--1 7200- T I
., I 248/12ev I
I
I I
_L~
I I
I ,
: I
-~.
I I
I I
I ,
I I
I ,
I ,
I I
I I
I I
BLOCK II I II I
LTC I L_____ ----------j---- ----.---:1---
L______~------- __________ ____ ___~----- ___
--------.,------------ ------- --
I
I
8'5f'
I
3-PT'S I
728e-l~~~T I
I
I
a
___.1_
I
3C-11CU
I
I
L
I
I
I
F1BEROPTIC
COMMUNICATIONS
3-CT'S
600.5
FEEDER
NO.1
REUSE OF DOCUMENTS
REVISION
BY APVD
THIS DOCUMENT, AND THE IDEAS AND DESIGNS INCORPORATED
HEREIN, AS AN INSTRUMENT or PROFt:SSJO\IAl. SERVICE, IS THE
PROPERTY or TRIAXlS ENGINEE:RING., tNe. AND IS NOT TO 8(
USEe, IN WHOLE OR IN PARt, FOR ANy OTH[R PROJECT WITHOUT
THE: WRITTEN AUTHORlZA nON OF TRIAXIS ENGINEERING, INe.
3-CT'S
6e85
3- CT'S
699: 5
3-CT'S
600: 5
I
I' I II I
----~----G--- ---~---j----
---J----- ---- --~---- ____
----- - ---- --
FEEDER
NO.2
BAR IS ONE IHQi Qlj
ORIGINAl. DRAWING
e "
IF NOT ONE INCH ON
THIS SHEET. ADJUST
SCAlES ACCOROINCt T
FEEDER
NO.3
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
I
I' I
----..---=1- ---
---~---------
---- --
FEEDER
NO.4
3-CT'S
600:5
3-CT'S
aee: 5
I
" I
----.----G--
---~----- ---
----- -
FEEDER
NO.5
I'
-----' ~
___J
---
(2) 500 MCM COPPER
CABLES 1_ TYPICAL
FOR AlL FEEOERS
FEEDER
N06
LEWIQ..
26 HIGH OIL TEMP
39X ANNUNCIATOR RELAY
39 ANNUNCIATOR
49 HIGH WINDING TEMPERATURE
59 INSTANTANEOUS OVERCURRENT RELAY
58/51 AC TIME OVERCURRENT RELAY WlTIi
INST ANT ANEOUS OVERCURRENT
59N INSTANT ANEOUS NEUTRAl
OVERCURRENT RELAY
51 AC TIME OVERCURRENT RELAY
51N NEUTRAl OVERCURRENT RELAY
52 AC CIRCUIT BREAKER
63 TRANSFORMER PRESSURE RELAY
71 LOW OIL LEVEL
86 LOCKOUT RELAY, MANUAL RESET
a7T TRANSFORMER DIFFERENTIAl RELAY
A AMMETER
V VOLTMETER
KWH WATTHOUR METER
VALLEY SUBSTATION RELAY REPLACEMENT
ONE-LINE DIAGRAM
SHEET G-2
Y4335G02
OATE FEB 2005
PROJ ..,4335
NO
z
o
.....
I--
U
:::>
0::
b:I
~
Q'J
o
o
0::
o
I.L
Cl
W
:::>
(/)
(/)
.....
2-22-85
10
b
;
b
10
~
10
\l
\l
PORT AHGElES\VAl.lLY SUB-Y43J5\DRAWIHGS\IFC\Y4335E91.oWC
T
.......
"-e'
".....
,'-,.
1'-'-
....
TRANSFORMER
UNIT 2
ITEM
A
R
G
SEL - 2038
SEL-2038
30X
LOR
CS
SEL-587
TSl
TS2
ANN
TSO
SEL-351S
TriAxis
:.&7~...?~~n...?~ mc.
T
"-e'
,'-0"
,.....
T
,.....
T
,......
T
,......
T
,......
T
,.....
'-0"
,'-e-
,'-41-
,'-e-
,.....
,'-41-
,.....
,'-0"
,.....
,-0"
I
I
i
I
i I
Iii
-r-I -lB -f llB -r-! lB -r--!-lB
_ ~__-,-__J ~_ _ }----___l-__~ -- - r---l---~ -- - t--_81--_~
~____~____J ~____~____~ ~____~____~ ~____~____~
SEL-351S I SEL 351S I SEL-351S I SEL-351S I
._.~._._. ---_.~._._- -----~----- ---_.~----- ._---~----- -----~
SEE
NOTE 1
r..L,
L~J
e
36"
FEEDER #1
UNIT 3
e
~B
- t-8_-L---~ --
L..____ ____..J
SEL-351S I
r..L,
L~J
r..L,
L-i-J
e
e
e
",,'
"".
FEEDER #2
UNIT 4
FEEDER #3
UNIT 5
PANEL DEVICE BILL OF MATERIAL
NO DATE
r..L,
l-i-J
r..L,
l-t-J
r..L,
I '
L+J
e
e
36"
"".
"".
FEEDER #4
UNIT 6
FEEDER #5
UNIT 7
FEEDER #6
UNIT 8
NAMEPLATE LIST
OTY ITEM NO THIRD LINE
REO'D
1 N-l
1 N-2 TRIP
1 N-3 RElAY
1 N-4 SWITCH
1 N-5
1 N-6 RElAY 1
1 N-7 RElAY 2
1 N-8
2
1
1 N-ll FEEDER NO 1 RELAY
1 N-12 FEEDER NO 2 RELAY
6 N-13 FEEDER NO 3 RElAY
6 N-14 FEEDER NO.4 RELAY
N-15 FEEDER NO 5 RELAY
N-16 FEEDER NO 6 RElAY
REUSE OF DOCUMENTS
BAR IS ONE INa-I ON
ORIGINAL DRAWINC
. "
IF NOT ONE INai ON
THIS SHEET, ADJJST
SCAlES ACCORDINGlY.
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
REVISION
BY APVO
nus OOQ.IMENT, AND THE IDEAS AND DESIGNS (NCCJRPC::RA TED
HEREIN AS AN D'oISiRUMENT OF PRCFEssIONAL SERVICE. 15 THE
PROPERTY OF TRlAXIS ENGINEERING, (Ne AND IS NOT TO BE
USED, IN VIHOLE OR IN PART, FOR MY OTHfR PRo.ECT WITHOUT
THE MUTTEN AUTHORIZATION OF TRIAXIS ENGtNEERIHG, (Nt
FABRICATe NEW HINGED PANElS TO
REPLACE EXISTING HINGED PANELS
NEW HINGeD PANELS TO MATCH
EXISTING PANEL CON5TRUCTION
DOOR LATCH
(MATCH EXISTING)
F ABRICA TE BLANK PLATE TO COVER
HOLES LEFT BY REMOVED SWITCH
AND UGHTS, TYPICAl OF 6
e
l:!QIt;,
1 THE SEl-587 & SEL-2030 RElAYS ARE PROJECTED MOUNT
TYPE DUE TO UMITED SPACE BEHIND THE HINGED PANELS
VAlLEY SUBST A nON RELAY REPLACEMENT
PANEL ELEVATIONS,
NAMEPLATE AND
MATERIAL USTS
SHEET
z
o
t-l
t-
O
::>
a:::
t-
(/)
Z
o
o
a:::
o
l.L.
[-1 C
Y4335EOl W
::>
FEB 2005 (/)
Y4335 ~
DATE
PROJ
N
2-22-95
P<:lAT ANC(L[S\yAUEY SUB-Y4.135\PRAWlNCS\JfC\Y433SEt5..DWC
(C,
i B.
A.
~
CIRCUIT SWlTCHER
69kV 129BA
MODEL 2919
TriAxis
:67p/.bt"t"n.b~ ,wc.
-- --
SEL2-1l0 SEL2-198
I'"
'" IBW2 IAW2
I";'
@]~ SEL2-111 SEL2-199 SEL2-197 SEL2-10S
--
-- ---
G ---
SEL1-112 --
SELl-llB SELl-l98 SEL1-1B6
I'"
'" ICW2 IBW2
I";' ICWl
@]~ SEll-Ill SELl-199 SEL1-1BS
--
----
H3
CD
600:5MR
69B: SMR
HI
i
N '"
::0 ::0
..
::0
11N
~ F
~
9
S
Vi E
....
~
J1A
J1B
I1C
C
19
6 2
OSGN
H TR
R Y433S(Q5
T WEBST R
K
M BEANLAND
VO
P HAZEL
NO OA TE
REVISION
TRANSFORMER Wll TC
67-1247E1KV
24/32/40MVA AT 6S'C
H2 X2
6 Xl~X9
HI H3 X3
C.
B.
M
HA-22
4
B
3
A
C
19 6
9
NEW SEL-587 RELAYS
(UNIT 2)
2009. S MR
Xl
TX 8Xl
on on on
x x x
'" on ..
x X X
.... .... ....
HA-23
SEL2-193
SEL1-1El4
IBWl
SELl-19J
S
A
2
~
12A
12B
12C
REUSE OF DOCUMENTS
BY APVO
THIS DOCUMENT, AND THE IDEAS AND DESICNS INCORPORATED
HEREIN, AS AN INSTRuMENT or PRorrSSIClNAl SERVICE. IS THE
PRQP[RTY or TRIAXIS ENGINEERING, lNC. AND IS HOT 10 BE
USED, IN MiOl[ OR IN PART, FOR ANY OTHER PROJECT WITHOUT
THE VlRITTEN AUTHORIZATION ~ TRIAXIS ENGINEERING. IHc'
x
..
X
....
BAR IS ClIIE INCH ON
ORIGINAl DRAWING
. ,"
If NOT ONE INOi ON
THIS $HEn. ADJUST
SCAlES ACCORDINQ. Y
X3
I
1
1
I
: SWITCHGEAR
1 BUSHING
X2
)(1
12N
UNIT 2
CONTROL HOUSE
@
3-MRCT'S
200B. SA
SET 2BOO: SA
:;
C') Z
0"'>
--><
~I~
Be ~~~
-...cn
~~~
AtJ oU)m
U z
...-
",.....,
Ocn:E
N ...
l:IQlli...
1. FOR EXACT EOUIPMENT SPECIFICATIONS, REFERENCE THE
INDIVIDUAL SPECIFICATION SHEETS
2. AU TERMINAL NUMBERS CORRESPOND TO THE PREFIXED
DEVICE NUMBER.
3 VERIFY ONE. AND ONLY ONE, POINT OF GROUND ON
CT CIRCUITS
DrVlCf lEGFND
o TERMINAl BLOCK, CONTROL HOUSE
WI TERMINAL BLOCK. FIELD EOUIPMENT
TERMINAL. EOUIPMENT
TERMINAL BLOCK. SHORTING TYPE
IZI
VALLEY SUBSTATION RELAY REPLACEMENT
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
THREE-UNE DIAGRAM
TRANSFORMER
SHEET
N
DATE
PROJ
NO
z
o
t-4
I-
o
::)
0::
b:I
."
~
o
o
0::
o
I.-
[-5 Q
Y433SEOS W
FEB 2005 ~
Y43.35 ~
2-22-95
PORT ANC[L.ES\VAl.LtY SU8-Y"3J5\DRAWI~C\Y"3J~06 owe
-
PH
r;r[a~p~
I g I I
I ~ I I
I 48N41 ^1.4(-) I
~4aA
~
SET AT 27 W
u 40 VOlTS
~
lID
'"
-
P2-
HA4 HA3
c~
---
2 ~
I"'~~~"~ I"':a~p,
I ~ I I ~ I
I ::3 I I ::3 I
Ll__ I Ll__ I
2812
HA126
--
2811
HA125
c>-@
11 13
re:~)
If*f7
2..... 1
~~1
THERMOSTAT
leowf 1
HEATER I HE
4 15A 3
27
12 ----914
86/X : 86/X* .
18 ----616
281a
HA131
-...
-_-!!!_--- - - -
UNIT 2""V' -V -V .., "V' "" V V" V' V' "V' V V -V -
r------------------------------------------------------,
I I
I 15 i'4 I
I I
I 86T I
I 1 I~ !~
I ! 17 2 3 '1elCT ~ l~~ ~,R2,i<'
(> i ~ c TS1Lc\i;~ 1 U
I 2C 4 ,
I I
I 01 02 03 04 05 06 I
"e~ -~ --:--= -~--:-::- Jo. A :. ~ -.:. ~ - Jo. - ~ -A;"- ____.J
HAJl HA32 - HA34 - HA"'37' - - - 1;A5 - - -- HA4a HA6
------ -- ---'--- --------------- -
288
HA13a _C~T~Si _ _ _ ~A~ _ ~A~2 _
.J::';;\ a18
C ~
"(84) oPERATOR MECHANisM ~ - - - '-- - - -
012
~r AM~~ r+ ~+)r-
- HI:lJ-7. H
..
6
, 27
,.:lj 7 (TRIP ON AC
;ilr BUT NO ClOSE)
N6 G
~~
"'0 i
~~
~8 e
8
Af
4~3
22 S:4
86/X 86/X
Ey 28 26
3r~ 3
86/X 4
25 27
--_.
aD./J~"
ml- OfWA$llL.,1-<
~~ -'I; 7
:::~ . ~'t.
1= '" "0 ~
I~ .. : ..
~~,,"!rl:;'~~/ I TrlAxls
!J'/ONAl f~
! ''"'''is Q -il.-ilOOb ,/ M>wneen,.7~ ..bc.
DSG~ STREED
R f'~'/;STER
HKM BEAN/AND
PVD
P HAZEl
NO
DATE
86/X
31 33
18~~1
3M7
HA41
J,6
31 TCN
5 17
HA42
Llll MCIC
T1
T2
MCIC
L2
L1
llICIO
T1
T2
IICIO
L2
C4
MCIO
C5
C5
MCIC
C4
In 1
~
3
1 1
~I) ~~
2 2
~ A2
T3 T3
MCIO IICIC
L3 L3
HI A::
36
14 3~
HA52 b
38
55
HA51
REVISION
Hr~
17 ~
HA55 4b
44
58
HA54
BY APVD
CIRClJIT SWlTCHER MOTOR MECHANISII,
S&C SERIES 200a (MCOEL 2a38)
GEAR80X COVER INTERLOCK SWITCH
AU XILlARY SWITCH CONTACTS
(CONTACTS fOLLOW INTERRUPTERS)
TRAVEL LIMIT SWITCH CONTACTS
(CONTACTS fOLLOW MOTOR)
-cc CLOSING COIL
-CTR OPERATIONS COUNTER
-01 DIODE AND VARISTOR ASSEM8L Y
-LSO-l.2} SPRING MECHANISII LIMIT SWITCHES
-LSC-l.2
-II MOTOR
-IIC MOTOR CONT ACTOR
-PB/T.C PUSH8UTTON SWITCHES
-su MOTOR CONT ACTOR ARC SUPPRESSOR
- TC TRIP COIL
DEVICE LEGEND'
01 t.<ANUAL CONTROL SWITCH. GE TWE SBl
43S SUPERVISORY CUTOUT SWITCH (SCADA
DISABLE)
LOCALjREMOTE SWITCH AT OPERATOR
LOCKOUT RELAY, EL SW LOR f789JO
TERMINAL 8LOCK, CONTROL HOUSE
/:!QIES;.
1 LARGE CONTACTS SHOWN IN THE OPERATOR
MECHANISM PORTION Of THE SCHEMATIC.
INDICATE POINTS 8ROUGHT OUT TO TERMINAL
BLOCKS fOR ClJSTOMER CONNECTIONS.
2 DIAGRAt.< SHOWN WITH INTERRUPT-ERS OPEN
AND SPRING MECHANISM {:HARGED.
3 fiELD REMOVAL Of JUMPER IS REOUIRED
WHEN AN INTERLOCKING CONTACT IS
INST ALLED TO PREVENT CLOSING.
VALLEY SUBSTATION RElAY REPlACEt.<ENT
all
__~SE_D~_ l~~ C_____CL______~I~DE.+____2__
TAl
0
16~-llf C9 C2 TA2
TRIP COIL MCIC MCIC f!~ 1
MONITOR C19 C:3 2
TA3
1 9 8 7
185 AP+ AP+ APi
4L LSO-l 001 3 I
2
101 4 5 196 1
obI ~
182 1 1 LSC/l
cc
2L LSC-3
2 3 2 ~t C7
24 €c~
1 b C8
~ LSC-2 23 193
bbl
2 28 184
:3
b C9
~1D~ 27 Mc/a
Cla
TA7
32
86/X P.p-ll
1 3f :3 '2
G ~
,
2
TA8
13
62
a + AP APf APf
oTAla
~2T
161
a
a
66
63 4
5
6
10137
17
b
68 b
~, 67
18
A
AP
8
~
1
TC
2
5 4
LSO-2/b1 f
3 2
MLSO-2/a
(84) LEGEND'
84
5
4 2 01 1
~
1
J69-1
5 4
I
TA9
HIA79
46
19 a
47
HA58 :e
61
HA57
HIA5~
52
13 5~
HA61 b
54
64
HA68
H1A:25
56
16 5~
HA64 b
58
67
HA63
43R/43L
86T
[J
REUSE OF DOCUMENTS
eAR IS ONE INOi ON
ORIGINAl DRAWING
. ,"
IF NOT ONt INCH ON
THIS SHEET AO.AJ$T
SCAlES ACCORDJNCl Y
VALlEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
DC SCHEMATIC
CIRCUIT SWITCHER (UNIT 2)
SHEET E 6
I~~ Y4335E06
DATE FEB 2005
PROJ Y4335
NO
THIS DCXVMENT. AND THE IDEAS AND DESIGNS INCORPORATED
HEREIN, AS AN INSTRUMENT or PRCFESSIDNAl SERVla:.. IS THE
PROPtRTY or TRlAX)S ENGINEERING. tHe. AND IS NOT 10 BE
USED, IN WiOlE OR IN PART. rOR ANY OTHER PROJECT WITHOUT
THE WRJ1TEN AuTHORIZATION or tRIAXIS ENGINEERING. tHe
DC-
-69-1
-a,b
-abl,2
z
o
t-4
t-
U
~
0:::
t-
en
Z
o
U
0:::
o
La...
Cl
lLJ
~
en
en
t-4
2-22-&:1 PCJlT ANCELES\VAU..EY SU9-Y4~\PRAWlNCS\lfC\Y4~e7 owe
DC PANEL CKT a 2F11 1
2BA 4apa
(+ ) -0""'-'; I
I 2F9
I ~ ~,-'" +''"" ~,.. - b"
I
I SEL1-213
I oun OUT2 OUT3 OUT 4 SELl
I ""->f',-"" r'l. - I"'H'~
I
I
I
I <>
~
CD
I ...
I
I
I SEL20Je
-~I'
I + ZBl
I
I I ~
I - Z02 -~
I
.-L.. 2F19
(-)-0
4BN8 2F12
TRANSFORMER PROTECTION
~
4
~:1-""-" t_m-~"
oun OUT2 OUT3 OU14
-f~~f"-F'~
N
I
lDl
'"
.!ol
'"
VI
~
7
49X-63X
~C9 - ]
TS2 J
29
~
86T I
I
BU,
I
C I
86-LOR/T I
F I
I
G U --.J
TRANSFORMER TRIP SCHEME
(UNIT 2)
F1ELO VERIf'Y
EXISTING LTC
CONTROLLER
CONNECTIONS
UNIT 8
A3
SEL- AB6
OUT 183
BLOCK LTC
~86T CONT ACTS(CONTACTS SHOWN IN RESET POSITION)
"~ 12 IS "f~~J~ "t :[1 "t :[1] 32 "~ :[1] II ~~ ~[1
I I fft: I
~ l' _J
13 18f 17 14 23 27 38 IE6 37 47
E5
(-) LOR/C C(+) T(+)
AMBER BLOCK TRIP
SPARE INOICATINC ClOSE C1<T SIIIR SPARE AVAILABLE SPARE AVAILABLE SPARE AVAILABLE SPARE AVAILABLE SPARE AVAIlABLE SPARE AVAILABLE
LICHT C1<T SWR E-6 TO TRIP TO TRIP TO TRIP TO TRIP TO TRIP TO TRIP
E-6 FEEDER NO I FEEDER NO.2 FEEDER NO.3 FEEDER NO 4 fEEDER NO 5 fEEDER NO 6
CIR BKR. CIR BKR. CIR. BKR. CIR. BKR. CIR. BKR CIR. BKR
OSCN REUSE OF DOCUMENTS
TriAxis H TR BA.R 15 CINE INCH ON
R Y43J5ECl7 THIS OOCUMnn, AND THE mEAS AND DESIGNS INCORPORATED ORIGINAl DRAWING VALLEY SUBSTATION
T STER H[R(IN AS AN INSTRUMENT or PROF"ESSIDNAl SERVla:. IS THE . ,.
HK PROPERTY or TRIAXlS ENGINEERING. lNC. AND IS NOT TO BE IF' NOT ONE tHat ON CITY OF PORT ANGElES
L<';?~n~nn~ mc. M BEANLAND USED, IN 'M1OlE OR IN PAR'T, F'OR ANY OTHER PROJECT WITHOUT PORT ANGELES, WASHINGTON
PVO THE 'MUllEN AUTHORlZATJON rs TRIAXlS ENGINEERING. tHC THIS SHEET. AD.lJST
P HAZEL NO DATE REVISION BY APVO SCALES ACCOROINGI. Y
@]
2
AIL A
I
@
12
I86T
18
TRANSfORMER ALARMS
(+)
3
UNIT 2
SEE E-7A fOR
CONTINUATION,
TRANSfORMER ALARMS
AND TRIP
TRIP
DC-
liQ1ES..
1. FOR EXACT EOUIPMENT SPECIFICATIONS. REfERENCE THE INDIVIDUAl
SPECIfICATION SHEETS.
2 ALL TERMINAL NUMBERS CORRESPOND TO THE PREfIXED DEVICE NUMBER
DEVICE LEGEND
260
49X
63P- 2
63PRX
63X
71Q-1
71Q-2
B6-LOR/T
49T-l
63P-1
LOR
OUTI
OUT3
SELCI
SELC2
SEll
SEL2
T5
o
WI
-{>/-
TRANSFORMER OIL TEMP TRIP
TRANSFORMER HIGH TEMPERATURE AUXILIARY TRIP
SUOOEN PRESSURE LTC TRIP
TRANSFORMER PRESSURE RELIEf DEVICE TRIP
TRANSFORMER SUODEN PRESSURE AUXILIARY TRIP
TRANSFORMER OIL LOW OIL TRIP
LTC LOW OIL TRIP
LOCK OUT RELAY TRIP
TRANSFORMER WINDING OVER TEMP TRIP
TRANSfORMER SUDDEN PRESSURE TRIP
LOCK OUT RELAY
LOR TRIP
MCB BACKUP OC TRIP
SEL CONNECTOR '1
SEL CONNECTOR '2
SEL 587 #1
SEL 587 #2
TEST SWITCH (FMS-l0A)
TERMINAL BLOCK, CONTROL HOUSE
TERMINAL BLOCK, TRANSfORMER
TERMINAl, EOUIPMENT
SILICON DIODE, lerov, 3A, IN54BB OR EOUAl
VALLEY SUBSTATION RELAY REPLACEMENT
SHEET
DC SCHEMATIC
TRANSFORMER (UNIT 2)
DATE
PROJ
NO
E
z
o
.....
~
u
::>
0::
~
U)
Z
o
U
0::
o
I.&..
70
w
::>
U)
U)
.....
Y4335E07
fEB 2005
Y4335
2-22-85
PORT MCElES\YAUEY SUB-Y4.135\PAAWIMCS\lfC\Y4~7A.DWC
SEE SHEET E7
fOR CONTINUATION
DC (+)
_U~T~_1_____
I
I
2f11
+-
TRANSfORMER
PANEL HA
UNIT 2
I
I
DEVICE CONTACTS I
1--------1
I HIGH OIL 115 260-lT 116 I I
I TEMP
A12
[@
_ _ ~I~~ARRAY
75
012
HA74
A6
DC-
r--------,
26Q-lT ~
Al ..L I
LL
~_______-.J
r--------,
49T-lT ri
A2 LL
~---------'
,--------,
71Q-lT ri
A3 LL
~---------'
,--------,
71Q-2T ~
A4 ..L I
LL
L..._______--'
,..---------,
63-PC ~
Al ..L I
LL.
L..._______--'
WINDING
TEMP
HIGH
I I
I I
i i
A8
TD1-1
TD2-1
TDI-2
TD2- 2
49T-lT
113
112
HA73
A7
TDI-3
TD2-3
TDI-4
TD2- 4
LTC LOW
OIL LEVEL
71
71Q-lT
72
HA76
III
a.
ir
....
'"
....
::!
'"
o
"-
III
2:
..
'"
....
TDI-5
TD2-5
TDI-6
TD2-6
71Q-2T
77
78
TANK LOW
OIL LEVEL
HA77
TD2-7
OLTC
PRESS
HIGH
TD2-8
63-PC
56
57
HA78
TD2-9
SUDDEN
PRESS
HA7D
TD2-1El
63
HA75
..---------,
63RPR-l rT
A2 I
LL.
L..._______-.J
TD1-11 TD2-11
LT~~2 _ TD2-12
HIGH OIL
TEMP
106
26Q-1A
08
107
HA103
r--------,
26Q-1A ~
A3 ..L I
LL.
L..._______--'
..----------,
49T-1A ~
A4 ..L I
LL
L-_______-.J
r----------,
71Q-1A ri
AS LL
L-_______--'
WINDING
TEMP
199
49T-1A
09
110
III
::!
'"
..
-'
..
'"
....
::!
'"
:r
III
2:
..
'"
....
71Q-1A
68
69
D1El
TANK OIL
LEVEL LOW
63-PR
59
6El
TANK PRESS
RELIEf
HAIEl4
011
,---------,
63-PR rT
A6 I
LL
L..._______--'
HAIOO
HA107
L
..---------,
ri
LL
L_______--'
AS
DSGN
H STREED
R T433!!o[17A
T WEBST R
K
M EANLAND
PlIO
P HAZEl
REUSE OF DOCUMENTS
BAR IS ON! INCH ON
ORIGINAL ORAWlNC
Q I.
If' NOT ONE INQ1 ON
THIS SHEET, AD..uST
SCAlES ACCORDINQ. Y.
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
BY APIIO
THIS DOCuMENT, AND THE IDEAS AND DESIGNS INCORPORATED
HEREIN, AS AN INSTRUMENT or PRorESSICWIlAL. SERVICE, IS THE
PROPERTY a TRIAXIS ENGINEERING. 1NC. AND IS NOT TO BE
USED, IN WHOLE OR IN PART, f'OR ANY OTHER PRQ.,(CT WJlHOUT
THE WAJTlEN AuTHORIZATION or TRIAXIS ENCIN(ERING, lNC.
NO. DATE
REVISION
48-24V
DC CONVERTER
SUPPLIED WITH
ANNUNC[ATOR
ADDED
liQIES..
1 fOR EXACT EQUIPMENT SPECIfiCATIONS.
REFERENCE THE INDIVIDUAL
SPECIfiCATION SHEETS.
2 AlL TERMINAl NUMBERS CORRESPOND
TO THE PREfiXED DEVICE NUMBER.
3. ANNUNCIATOR AT TRANSFORMER.
~
DEVICE l EGENO
49T TRANSfORMER WlND[NG OVER TEMP
49X-63X T ARGET RELAY
6JRRR TRANSFORMER SUDDEN PRESSURE
71Q LOW OIL LEVEL
86-LOR/T LOCK OUT RELAY TR[P
AM BITRONICS AT AIEl
AIL AMBER INDICATING LAMP
MICROSHIELD ABB M[CROSHIELO 59/51 RELAY
LOR LOCK OUT RELAY
SELCl SEL CONNECTOR
SEL SEL 587
TS TEST SWITCH
VIol BITRONICS VT AIEl
o TERMINAl BLOCK. CONTROL HOUSE
WI TERMINAl BLOCK. TRANSfORMER
TERMINAL. EQUIPMENT
--PI- D[ODE, IN54El8 l00ElV 6A
VALLEY SUBSTATION RELAY REPLACEMENT
SHEET E-7A
Y4335ED7A
DATE FEB 2005
PROJ Y4335
NO
DC SCHEMA TIC
TRANSFORMER CONTINUED (UNIT 2)
z
o
.....
.-
(.)
:::>
0:::
.-
en
z
o
(.)
0:::
o
1.L.
CI
W
:::>
en
en
.....
2-22-B5
PCRT MGEl.E$\YALLET sue-T43>>\DRA~y~88.DWC
WTC2. WTCl
28A
288
29A
29B
39
31
32
" !; 0 33
" 34
35
27-1
" !; l! 36
37
27-2 38
!; 0 39
49
27-3 41
" !; 0 42
r " 43
27-4 44
45
J
~I
-<
0.1
II
1
I
-'''~~
~E1: :
26Q- 2 sa
8O'C AlARM
TO 51
TO 52
ill
rrJ TBE
349
341
342
TBE
lA ~HA123-
IB
2 ~HA124-
4A YE.,.L. HAI22
4B BU HA128-
4C
.........
m~ WI\SI(l<11'
.~ 0> . '1t <:
.:t ~ o. ISe '^o ~r. .
~:oo. ~ t
.. : ..
~, "~"J~ .".'
'#".s,o=t."'~
! ",..lf5 q-~-~OO" /M.?/.be'e'n.b~ me:
, TriAxis
OS~ STREED
R T.'Wt~STER
HK M BEANLAND
PVO
P HAZEL
ee
995
TO
PANEL HA
NO DATE
_ HA75 OR
_ HA79 BU/BL
..-- HA76
..-- HA77
HAUlS
HAle6
HAle7
BU
63PR-I
61 0 c
62 "
63 63RPR-I
64 0 c
65 "
66 63PR-2
67 11 c
68
69 " 71Q-llLA
7e
71 11 c
72 " r 71Q-IT
73 0 c .,
74 " .. 71Q-2
75
76 AlARM
77 11 c
78 I 71 Q- 2T
TRIP
79 0 .,
89 " .,
59/68
81
82
83 ~
54 63LT/HT
85
rrJ .mE ill
4Ul
4U2
4U3
4U4
4U5
4U6
8XI YE IBL HA23 -
8X2 -TO GND BAR
8X3
BX4 OR IBL
8X5 HA22 -
8X6
4W1
4W2
4W3
4W4
4WS
4wa
5Wl
5W2
5W3
5W4
5WS
5W6
OR
YE
YE
BR
6Wl
6W2
6W3
6W4
6WS
6W6
95 STATUS
26Q-1A
OIL TEMP
AlARM
49T-IA
WINDING TEMP
ALARM
49T-IT
WINDING TEMP
TRIP
26Q-IT
OIL TEMP
TRIP
8Xl 3X5 3Y5
GROUND BAR J--.J----.!,
95 ANAlOGS
"
c 0
I ..
!; 0
I
~ J>
I
o
ill TBG
lXl
lX2
lX3
lX4
lX5
IX6
2Xl
2X2
2X3
2X4
2X5
2X6
3Xl
3X2
3X3
3X4
3X5
3X6
lY1
lY2
lY3
IY4
IY5
1Y6
2Yl
2Y2
2Y3
2Y4
2Y5
2Y6
3Y1
3Y2
3Y3
3Y4
3Y5
3Y6
REUSE OF DOCUMENTS
REVISION
BY APVO
THIS DOCUMENT, AND TH[ IDEAS ,""0 [)[SI~S INCORPORATED
HERElH AS AH JNSTRUMENT or PROfESSIONAl SERVICE IS THE
PROPERTY or TRJAXlS ENGINEERING. JHe. AHD IS NOT TO BE
\ISEO IN M-iQ..E OR IN PART, FOR ANY OTHER PROLeT WJTHOUT
THE WRITTEN AUTHORIlA lION Of TRJAXIS ENGINEERING, INc'
BAR IS ONE INCH ON
ORIGINAl DRAWING
. I'
IF NOT ONE INCH ON
THIS SHEET, AO..IJST
SCAlES ACCORDINQ.. Y
96
97
98
99
199
191
192
IEl3
194
195
196
le7
198
199
119
111
112
113
114
115
116
117
118
r-TO GND BAR
r- TO GND BAR
"- ~
BL
HA1B3-
YEIBL HA192-1--
)~HA73--
]
BU
HA74 --
rrJ
BL HAll _
OR
HAI4-
RD
HA12-
BU
HAI3-
YE
HAI5-
BU.Lm.
HAI8-
BR
HAI6-
RD.LaL
HAI7-
001
TO
PANEL HA
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
.----HA118
.----HA119
.----HAI2e
.----HA121
rrJ
..-- HA19 BL
r- HA28
- HA21
e02
TO
PANEL HA
RD /BL
~.l!L!!L
OR/BL
BR
313
314
315
316
317
318
328 r
321 LSI
322
323
LS2
324
325
327
328
329
338
331
332
333
334
} ""~n~
SEL SYN
335
336
337
338
339
TBH ill
4Xl
4X2
4X3
4X4
4XS
4X6
5Xl
5X2
5X3
5X4
5X5
5X6
6X!
6X2
6X3
6X4
6X5
6X6
RD
BU
t!lill:.
1 THIS DRAWING BASED ON MAGNETEK
DRAWING H993685. SHEET I.
VALLEY SUBSTATION RELAY REPLACEMENT
WIRING DIAGRAM
TRANSFORMER
_J
SHEET
~;:"
DATE
PROJ
NO
Y4335E08
FEB 2005
Y4335
.--..
3:
w
:>
a::
<(
w
a::
'-"
E 8
z
o
......
l-
t)
::>
0::
l-
V)
Z
o
t)
0::
o
I.L..
o
UJ
::>
V)
V)
......
~-1
~.~
~. ):
'$S>c
~ -.
!'i II
TO
UNIT 2
UNIT 2 TO E-30
ANN. UNIT 2 TSl
004 OIIA a01A
ADDED CABLES FROM
PANEL HA TO UNIT 2
~
I
~
III
~
~
j
5
,
;!
i
I ~
<l
~
~
:ll
~
le~
'--~
- ~ - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - --
:0
z
o
o
>-
....
,.,
'"
,.,
S
III
(5
Z
CD
-<
>-
'tl
S
~~!~~
L!Olj1o....
::;:z:;: ~ ~
2!!01i'n~ fTI
~~...~3 C
"'!il~~'~ ~
i_..",e
~z c...
~t~;~ 0
~,"'~"'!il "'Tl
""'!ill;!,,
"!il!i!\l!"o
;~P::i~ 0
~"!i!tI; 0
cngP-1It C
i;~~R ~
~;li~lll!i! fTIZ
,",Pz2JO
i/Ol,,:S\! -'
C')!J"""R'V -,
:'!Cl:'~ en
z...m'^....
"r~a
~~= I'" ~t
5;2 it;
":::i ~2
~....,., ~,.,
~/;~ n
e~2 ~ "2
~9 ~ I
>-< M I
~Q ~ I
,...." Ul I
;;l~ c
::e.... lD
>> Ul
~~ ~ I
z,... -f I
~~ ~ I
I
I
I
;:
~ L____________
CD
l/l
....
>
....
o
z
'"
,.,
,...
>
-<
:0
,.,
."
,...
>
n
,.,
3:
'"
Z
....
~
:::0
."....
>Z
zC'>
""0
r....
:r>
>C'>
:::0
>
J:
Z'tl 0 !l!
0'" >-
~;;1 ,.,
,.,
....
.., -<
'" ...
m '"
-< '" '" 1""1
... (J>
'" (!) ,., I
'" '" '"
(J> (J> co U)
1Il:~
:I:IF
,.,-
,.,1Il
....0
.,,,,
>-
!
z
C>
CD
>
III
,.,
o
o
z
s::
~
,.,
....
,.,
'"
o
'"
>-
!
z
C>
x
co
~
jD
ISSUED FOR CONSTRUCTION
- - -I--- -
- - - -f-- - --
909
ele
CIR SW.
eel
oa2
CIR SW
TRANSF. TRANSF. CIR SW
all
004
TRANSF.
005
TRANSF.
--
012
CIR. SW.
- - -I--- -
ae6
CIR. SW.
ee3
TRANSF.
~
008
CIR. SW
~ U}tI~"~~~z;,~~
~ ~ Q,:<"
. ~ ~'1" t ., l
~ j~ .' fE ~t
. '\:~ ~.r-"
-'.to ...04)'5.;:.
'i.. -:.<J.'"
.....
~::;
~.~
~ -.
~. :I>
~>C
~ -.
!').
"'D :J: ;::0 0
"c;~:-;. -f~ :r::~
j; ~ ~~ ~
N > IDa. ~:v
,., Z VI
,... :;:
~ ;0
o
Z
o
o
>
-<
'"
'"
S
III
o
Z
Ol
-<
>
"
~
~~~~~
I:...~~o .....
~Z~a~ AI
;::,,, c ,..,
z,,"I~2 C
~'"':a_.-t (J)
ii~~~ ",
~Z"'!-t
~li2~ 0
!l"~~g ......
~i~;5 0
g!;~ g
",Of'l!lB c
R~E~8 ~
~;gu;rq~ ",
S~~~i z
~!:l:flll ~
z~~t;;~
""%""'-48
~ ~
g~!Ot CD iCD
U;z I;;~
o __
U1~"" ~cn
l;~i 1""2
0"'''' 0,.,
~~~ h
e~2 -, "2
'0
!iln <~
...-
...
>-<
~~ -<
~" en
~~ c
~... OJ
>> (I)
VlZ ~
2:f;l ~
z,... ...
",., ~
"'VI
2
!i
:::0
....
CZ
zC)
....0
-4....
p.)>
~
>
11:
Z" 0 ~s III
oe ~ .~ ~
...
." ~
,.,
lD (,I ,."
~ (,I
'" ... I
'" 0 ~ ~
(,I 0
'" '" 0 '"
""
AA
SEL - 2030
~"V"
-
v '"
00000000000000000000000000000000000000000000
;e~i~l~ii~~~~~~~~~~~~~~~ ~~~~~~~G~~~~~G~i
{
(
>
IRIG-B
@
AAlrtAA3
X X
\
\
I CARD'
PORT .7
II
(
~
~
~
DIODE
AC ~ ~ ARRAY~
30X T T A6-A12 - SEE SHEET 10A
~ ~ ~ I OB-0'2 - FOR WIRING
3 4
5 6 ~
-\-!- f- OA- TD2-12 ~
J 9
> >
Ol g
-*-
(
(
>
(
>
(
>
(
>
(
>
~
'"
C!)
if~
fIr
DD~~DDDO
!!li!lUiJUiJ
~
<>
~~
rr
OOOOOoo~
................
;51D-"'''''''''0l0
+ I
AK
'2
SEL-5B7
~~~~~~ ~~~~~~ S
~~~~~~ hdh &I
jS ~'>Ii:: i....o...,~:: en
(
> ~ ~ ~ ~ ~ ~ ~
o _ Q Q 0 ~ m m
i i 'j 'f i 'f I' T
AL 1,\ ,~ ,"5 I~ 1\ 8 ~ g ~ ~ 1
152 I~o '! '! '~ 'J '~ g g ~ 31
~ I~ 6' r I ~
~
CTCV
ADDED
~
,...
,...
,.,
-<
III
C
lD
VI
-<
>
-<
o
Z
'"
,.,
,...
>
-<
ill
'0
,...
>
o
,.,
li::
,.,
Z
...
:::;
"'''''''
"'''''''
li:li:li:
zzz
~ ~ ~ .
",mOl
gRg
~?'?'
"'...n
~p~
0;;:
"'0
or-
5",
'00
li::c
"'Ill
Z'"
...
-<; 1Il"':~
~,...~~~
,..,,..,
~~ U:2~
...,~ no
XZ ...,....
a~ ~g
~~ -;;
Sli: Zli:
<>!!! 0",
"';0 s~
ztn gtn
~g ~~
~~ ()
~r;; ~~
!(l ~r;
o ~~
?i o~
-f ~U)
o o'
Z
ISSUED FOR CONSTRUCTION
^
- ~
PORT 9 PORT 19 PORT 11 PORT'2 PORT 13 PORT'4 PORT 1~ PORT 16
o~oo~oo~oo~oo~oo~oo~oo~o
PORT I PORT 2 PORT 3 PORT 4 PORT 5 PORT 6 PORT 7 PORT 8
o~oo~oo~oo~oo~oo~oo~oo~o
+P'Ml-
293
o
CARD 2
PORT '8
1+ }
- [282
~O
&l
a;
FOR PORT CONNECTIONS,
SEE SH E-X
..,."
lO-
G)
~
i i
AB
AO'2~ AC7
'--"L AJ203
AD
LllIr
r+Iloc
~CONVERTER
AL20 AN' B C. F rc AK216
AeJ OJ
A8'-l ~ ~r-02
... ':'1 r-- Ar2 AG'
DECK 1 1 Y.JI IL
~ 1~ H ~ 18 15""**1'7 .ttlH t-;t
SEE SHEET lOA
FOR WIRING
El 2
E3 04
DECK 2
~~H~ 2~24 Hi
DECK 3
~~H~ 3~34 Hi
DECK 4
~ J-iH~ ~ 44 Hi
E~ 6
E7 E6
E9 10
Ell E12
....W#. ':'"
. .
no
it
'"
>
~~
"'';'
OO'tJOOOOD
!!li!!f.!i!UU
~
~J
OODDOo6ff
ii!~ii!i;~iH!
+ I
-,,-
1m.!
.=.
.11.
AJ
"
SEL-5B7
~~~~u U~~~~ S
hh~i ~ihB &l
-!iU'~lDi -~UtiU):: ...,
)
<
AF
AF
2~ All 4
~AO'4
~ ~ ~ ~ ~ > ~ ~ ~ ~
r r r ~ r f r r r ?
AN ,~,~ 1~ ,?! f\ 8 ~ g ~ ?,
rn2j'I':':'J': 8 g a ~I
~~~ r i"I I ~
o
'"
04~
AO'5~
ALI4 ~6 AG 03
T C
AO'4 05 'C 2C A017
CIRCUIT SWlTCHER
CONTROL SWITCH
fl.1
/'..
- ~
^~^---^---^---
^
- -
W>
" c..
(I I
~~g &)>
f{ I
!: 2
... 0
.GB. H 'X2X3X4)15 6 7 8X9X'0) I
G~@~
FA (THERM)
81~XMNC
FB (AM-A)
-
FC (JEM)
-
FD (REC w)
-
FF (7006SC)
~
IT (3-PT'S)
,...:::=.-
XF1-~-A'
XF2-~-A2
,..... XF3 - ~ - A3
~
TO UNIT 3 P23.......... A
~
AL'3
<
)
)
<
1 P' -FE2
2 P2 -FE4
3 P3 -FE6
"'" : PO <"'" CB2XF4
TO'-I- 6 == -HA74-
TO'-3 - 7 _ -HA73-
TOI-5- 8 _-HA76-
TOI-7 - 9 -HA77-
TOI-9 - '0 - -HA7B-
TOI-Il-11==-HA7S-
Fl1 -12_-HA7E1
a
):.
TO AC
Nl0-AWCPNL
UNIT 2 FA'-, '20X' fr u;-
HEATER ,;fJJ,,2- 2 '201'11 tr ~
"~.:' 3 ~.::.. :=....-
~ 4 '201'1'2- -
TRANSFORMER "- 5 '20X2 -
SUPPLY - 6 120Y2 -
.- 7 '201'12 ~
{r- 8 '20X4 ~
CIR. sw ; _ 9 120Y4 ~
HEATER 1.-'0 12ON4 ~
CIR. SW {r- II 120YS ~
CONTROL, _ '2 120N6 ~
CIRCUIT ,~ -
,,0-AWC
C
YARO{r- , ~- ~
lIGHTSl..-2~- -
~-
TO RTU ANO{r- 5 i20vi4-
OPTP-ISOLATOR l..- 6 ~-
SPARE{- 7 ~-
l..-:~-
10-
,,-
12-
-
.Q :-":'
:~:~ == ; == :~:;~~ ~ ~
AG2C - 3 == -HA34 " "
AF4 - 4 -HA37 It
AGI - 5 _-HA5 :'\
AG,C - 6 _ -HA40 '\ ~
ANN TB3-3- ~ == -HA193 011AU
ANN TB3-4- 9 _HA102! '
ANN TB4-1 - ;e - -HA'06 TO PANEL
(> ANN TB4-2- 11 - -HAI04 HA SEE
ANN TB4-3- 12 - -HA'EI? OWC E-9
> -
( E O~ "'~
> A022- 1 -
I A028- 2 -
( A024 - 3 == <
> :~~~:: - )
( A038- 6'=: <
( > A034- 71-
( A036- 8
> A042- gl-
I ) A046-10::=
I A044- lit--
A046 -12
-...-..
NEW ]A.........-~
WIRING ( 'ol
~"
F
100;; 1 ~ ,r--..
~ 2 VARHK
3 VARHZ
" 4 G
~ ~~
6 - <
~ 7:::L: ~v
~NNl 8 TO 0
ANN2 AAZO'--I 9 48P8 PA~EL
AI2A:~~~~ ~~ ::~: J
. AJ216-J 12 481'18
TO TO TO -....J' TO OC-
UN\T 3 UNY 4 UN T 5 !::! PANEL OARO
l 81 1~1- -
B3 2~1- ~
B, 3 48P5 I- ~
B3 4 48N51- ~
I- B, 5 48;;71- ~
I-B3 6 ~I- ~
I-N7 7 ~I- ~
I- 1'18 8 481'19 I- ~
I-N9 g~1- ~
I-NIO 10~1- ~
I- Nll 11 48PI3 I- -
~N12 '2 481'1'3 I- -
J. ....... ",-
GBl I "'TIN I- yeXI
2 I- YCX2
3 - YCX3
4 -- YCX4
5 12A - YCX5
6 -GB'
K*
l
>
( AL2
{
(
{
(
c- vex,
I- veX2
I- veX3
I- veX4
I- veX5
, 12N
2
3
4
AL6 5 12B
6
.!..!
AL12 ,.!...ill!..'- VAXI
" - YAX2
3 == -YAX3
4 -YAX3
ALI0- 5 X -YAX4
6
M
AN2 ~HA1' p'
AN6 2 HA12
AN10 3 HA13
AN12 4 HA14
. INDICATES SHORTING BLOCK
~
8
~
~
~
~
S
.
g
~
.!
f
I
;;
~
04
-
-
-
-
.Q
r\\
,<
, VA+
2 VA-
3 G
4 W+
5 W-
6 G
7 vc+
6 VC-
9 G
~ ~ ----'
'2
<
J<
E
, w+ ,r-..
2 w-
3 G
4 VAR+
5 VAR-
" ~ ~Y <
8 WHK JI
9 WH2
~ 10~ 1
1'_
12_
EXISTING.
TO BE
REMOVED ~ .
RECONNECTED
CT'S
2-22-93
PeAT ANCEU:5\VAU.ET SU9-T4J.35\DRAWl.NCS\lF'C\T4335ET9A.DWC
S'
~fWJ
... -
< :r
... X
o
'"
V<
~~-:l ~
~.... 1 <
~ ...
. ......
2~~ ~
..,
>c:
<
.., .
'" ..,
'" I
~I -^...
x -
'" V
X <
V~~
<0
0'"
....2.
z
a.
TriA xis
'lY".>-ifs g-~-~b66
MY'/n~~nn~ me:
....
V
<
....
z
8
Cl
z
> s=
>c: 0
2 'f ~:
'" '"
~ ... ..,
~ ~ -l.<:~ :
'"
~ ~ ~
NO
DATE
lj
<
....
z
o
V
>-
'"
<
z
o
;=
< >
.... >c:
~: ~
.., ...
...
or
~
REVlSION
~enll
::I=>
'"
o >
.... ill
i
lll.
Cl
@
@
~
@
@
~~
~!
~
en
=>
'"
z
:;;
::I
o
....
o
'"
V<
<0
'"
0,
........
z
a.
~
~
REUSE OF DOCUMENTS
BAR IS ONE INCH ON
ORICINAl DRAWING
. ,"
IF NOT ONE INCH ON
THIS $HEn, AD.IJST
SCAlES ACCORDINQ.. Y
BY
THIS DOCUMENT. AND THE IDEAS AND OESICNS INCORPORATm
HEREIN, AS N4 INSTRuMENT CI' PRCnSSlCl\lAl. SERYla:, IS THE
PROPERTY or TRIAXJS ENGlNEERlHG. 1Nt. AND IS NOT TO BE
USED, IN WHCl..[ OR IN PART, rOR MY OTHER PROJECT Wl1HOUT
THE v.RIll(N AUTHORIZATION CI' TRIAXI5 ENGINEERING. tHe.
APVD
....
V
<
....
z
o
V
>-
'"
<
z
~
....
<
....
en
iA4
.., FE5
... FE3
- rEI
B2 -f8I----f05I
XMC~
:r:12
X..,
...
<
..,
3.
VAllEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
X5 L5
X4 L4
'1A X3 L3
X2 L2
XI Ll
X5 K5
3-MRCT'S I!B X4 K4
2000. 5A X3 K3
SET 2900: 5A X2 K2
XI KI
J5
rc {fl(3I ~
J2
Jl
I I r I
C. B. Ae G
VALLEY SUBSTATION RELAY REPLACEMENT
SHEET
vr
WIRING DIAGRAM
UNIT 2 CONTINUED
DATE
PR'Oj
NO
E-leA
-
Y4335ElSA
FEBB
Y4335
z
o
.....
t-
U
::>
0::
t-
(/)
Z
o
U
0::
o
La..
Cl
W
::>
(/)
(/)
.....
2-22-~
P(J:lT ANCELES\VAlL.EY 9J8-Y4335\DRAWlNCS\lrC\Y&~'1lB owe
HAle6
HA1El4
HAI99
HA1E17
01E1
011
012
TO 30X RELAY
TERM 6
SEE E-1E1
TriAxis
Up..?~/7..?ft hc.
2F1E1
H
TB4-1
TB4-2
TB4-3
REUSE OF DOCUMENTS
BAR ts ONE tHO! ON
ORIGINAl DRAWING
. ,.
If' NOT ONE INCH ON
THIS 9tEET. ADJUST
SCAlES ACCOROIHGl Y
NO
DATE
REVISION
THIS DOCUWENT, AND THE IDEAS AND DEsIGNS INCORPORATED
HEREIN, AS AN INSTRUMENT Of' PROFESSIONAl. SERVICE. IS THE
PROPERTY Of TRIAXIS ENGINEERING, INt. AND IS NOT TO BE
USED, IN 'MiOLE OR IN PART, fOR ANY OTHER PRO,LCT WITHOUT
THE 'MUllEN AUTHORI2ATlON OF TRIAXIS ENGINEERIHG. INC
BY APVD
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES. WASHINGTON
VALLEY SUBSTATION RELAY REPLACEMENT
WIRING DIAGRAM
UNIT 2 CONTINUED
W<Q!Q
49T
710-1
260
63P-2
63P-l
710-2
WINDING TEMPERATURE
LOW TANK OIL LEVEL
TOP OIL TEMPERATURE
LTC PRESSURE RELIEF
PRESSURE RELIEF
LOW LTC OIL LEVEL
SHEET
z
o
......
I-
U
:::>
a:::
l-
V)
Z
o
u
a:::
o
I.&..
E -1 ElS 0
Y4335El0B I.Ll
FEB 2005 ~
Y4335 ~
N
DATE
PROJ
NO
'-22-85
~T ANCELES\VAU[l' sua-Y4335\DRAWlNCS\IFC\Y4.D5EI&.DWC
UNIT 1/2
UNIT 1/3
UNIT 1/4
UNIT 1/5
tIQlES..
1 FOR EXACT EQUIPMENT SPECIFICATIONS,
Rl:FERENCE THE INDIVIDUAL SPECIFICATION
SHEETS.
2 All TERMINAL NUMBERS CORRESPOND TO
THE PREFIXED DEVICE NUMBER
3 VERIFY ONLY ONE GROUND ON CT CIRCUIT.
I
I
I
2900 5MR
SET 2800- S
~
U I
I
Co
1200A, 1247KV, 3', 4W BUS
} SEE SHEET E-17
FOR CONTINUATION
Bol
--tIJ U L-
~
rIt-l ' U l
I
I
I
I
I
I
I
I
I
I
I ffmm{ ,~ :1
I UNIT S
I
DEVICE lEGFND'
o TERMINAL BLOCK, CONTROL HOUSE
~ TERMINAL BLOCK, FIELD EOUIPMENT
12I TERMINAL BLOCK, X
o TERMINAL. EOUIPMENT
A'
N
~ ~I~~
:; ~ Ii
'>,.....J '--'
~5KV
FEEDER 1 12eeA
UNIT 3
n=,{ ,~ :1
UNIT 4
v
TO TRANSFORMER RELAYS,
SEE DWG E-S
tJ~ ~
.SE .SE ~ .SE I
3-PT'S W ~
7288/12ElV 0P-H
.srl - ---115
CPT HI .. /112 19
"'^" Iffi
72ee-12e/24~~y 'y~2' Yl 1>-
15KV X:! ,x4-. X3,.! X4 :~
~A(fi-:: -E-y~_J~
I2AWG
J6
J6
J6
I
I
~5O SEL-3S1S I
14 G 13 I ~ - -l
I II j AO '
11 IS ,I ZEl2 ~ I I
~~."I;,!, i!
, II ~ Bo
..12 19..t.IZ..2,43 II
n 22~~\' I i ZElS ,I I
-k'l j 1
I 2.Y.~."23 : I Z06 ~ Co I 1
~ I' I
26~2sllze7 I
,~;I j N
I 2.~'(27 I I ZEla ~ 1
...... I ,
J5
JS
JS
C8
~SD ~3~IS_ I
14 G 13 II ZEl l
, ,,~ AO :
*i>.::ii: i I
, ; I ~ Bo I
2 19 I ' Z~4 3 I I
-0> I' I I
:i".l"'j ~ I,
0:::[::: i i
I~' ,I j N
,2~'27 1 zea ~ I I
...... 1 I
CEl
IF.J~ G 13 I ~3~IS-l
I -,IYj A'
1 IS' Z02 ~ I
*i8~17Iize3 '
, ; I j B.
I 2 19 I ' ze43
~ I'
22 ~ 21 I ZOS
- -0.. 'I-j
I 2223 : , ZEl6 ~ C.
;-.. I'
26~2SllzEl7
~ 'I - j N
I 2~'27 : I ZOB ~
...... ,
J4
J
~
J4
J
J4
U
::J (I'
(1
A6 ACEl A~
Lf FE 6~ 1 6~ 3 6~ S
2 4 6
PI P2 P3 PO
TO AC
TRANSFER All~ A2[~ A3[ A4[ >--11'
SWITCH
3-CT'S ~
6eB/SA
p
(
3-CT'S
6BEl/SA
3-CT'S ~
6ee/SA
~
T
Jl ce
Cl
J2~
C2
J3
eJ-*-
Jl ce
Cl
J2
C2-
J3
C~
Jl ce
Cl
J2~
C2~
J3
C:J-
2-SElEllotClot
COPPER
CABLES PER
PHASE
2-SElElMClot
COPPER
CABLES PER
PHASE
2-SElOlotClot
COPPER
CABLES PER
PHASE
C.B.AO N
'--------v-----
FEEDER NO 1
C.B'AO N
'--------v-----
FEEDER NO 2
C.BoA. N
'--------v-----
FEEDER NO 3
TSD
T50
TSD
PI
P2
z
o
I-t
I-
U
::>
0:::
I-
(I)
Z
o
U
0:::
o
I..L.
E-16 0
Y43J5E16 l&J
::>
fEB 2005 (I)
Y4335 ~
SEE SHEET E-17
FOR CONTINUATION
P3
Po
DSGN
REUSE OF DOCUMENTS
VALLEY SUBSTATION RELAY REPLACEMENT
TR
R Y43..15[16
T TER
HK
M BEANLAND
YO
P HAZEL
SHEET
W
TriAxis
BAR IS D\I[ INOt ON
ORIGINAl DRAWING
. ,.
U NOT ONE INCH ON
1H1S 9iEET. AO.lJST
SCAlES ACCORDINQ.. Y
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
THIS DOCUMENT, AND THE JD[A$ AND DESJCNS INCORPORATED
HERriN, AS AN INSTRuMENT or PROI'ESSlONAl SERVla:. IS THE
PROPERTY or TRIAXJS ENGIN[(RlNG. INC. AND IS HOT TO BE
USED. IN WHOLE OR IN PART. FOR N-IY OTHER PROX'CT WlTHOUT
THE WRITTEN AUTHORJZATJOH or TRlAxJ:s ENGINEERING. JNC,
THREE-UNE DIAGRAM
UNITS 2, 3, 4, 5
DATE
PROJ
NO
L'/7p'neenn~ .hc.
NO
DATE
REVISION
BY APYO
2-22-e
pau AtiCElES\'VH..lEY SJB-Y4>>5\DRAWlNCS\JFC\Y4335E17.DWC
SEE SHEET E-16 {
fOR CONTINUATION
SEE SHEET E-16
fOR CONTINUATION
12eGA, 1247KV, 3', 4W BUS
UNIT /16
~5KV
fEEDER 4 12e9A
UNIT 6
3-CT'S
6OO/5A
2- 508MCM
COPPER
CABLES PER
PHASE
C. B. A<J 1'1
~
fEEDER NO.4
TriA xis
DSGN
H TR
R Y4.3J5[17
T WEBSTER
HK
M BEAN AND
PVD
P HAZEL
Lnp/.b~~n.b~ mc.
J6
J5
T50
NO
DATE
B.
C'
1'1
REVISION
~
UNIT /17 UNIT /18
c,
B.
A.
1'1
~ fEEDER 6
fEEDER 5 12eGA
UNIT 7 UNIT 8
J6 J6
J5 J5
3-CT'S
6OO/5A
SEL-351S
ZD'--l
A.
I
I I
I I
B. I I
I I
I I
C. I I
I I
I I
1'1 I
I
3-CT'S
600/5A
B.
-=
-=
2-58OMCIoA
COPPER
CABLES PER
PHASE
2-58OMCM
COPPER
CABLES PER
PHASE
C.
C.B'A'N
~
fEEDER NO.5
C'B.A'N
~
fEEDER NO 6
1'1
TSD
T50
'" 0 '"
c < :( :(
PI
P2
P3
P.
REUSE OF DOCUMENTS
BAR IS O<4E INCH ON
ORIGINAl ORAWlNG
. ,"
IF' NOT ONE INCH ON
THIS SHEET, ADJUST
SCAlES ACCOROINQ. Y
VALLEY SUBSTATION
CITY Of PORT ANGELES
PORT ANGELES, WASHINGTON
BY APVD
THIS OCX:UMENT. AND THE )()[AS AND DESIQroIS INCORPORATED
HEREIN, AS AN INSTRUMENT Of PROftSSIDNAl. SERVICE, IS THE
PROPERTY OF' TRIAXIS ENGINEERJNG. INe. AND IS NOT TO 8[
USED, IN WHOLE OR IN PART, fOR /\Ny OTHER PRo.I:CT WlTHOUT
THE WRITTEN AUTHORIZATION Of' TRIAXlS ENGINEERING. 1Ne.
~
1. fOR EXACT EQUIPMENT SPECIfiCATIONS.
REFERENCE THE INDIVIDUAL SPECIflCATlON
SHEETS
2 AlL TERMINAL NUMBERS CORRESPOND TO
THE PREfiXED DEVlCE NUMBER
3. VERIfY ONLY ONE GROUND ON CT CIRCUIT.
DFVlCf l fGFND'
o TERMINAL BLOO<. CONTROl HOUSE
iii TERMINAL BLOO<. fiELD EQUIPMENT
121 TERMINAL BLOO<. X
o TERMINAL. EQUIPMENT
VALLEY SUBSTATION RELAY REPLACEMENT
SHEET
w
THREE-UNE DIAGRAM
UNITS 6, 7, 8
DATE
PROJ
NO
z
o
......
t-
U
::>
~
t-
(/)
Z
o
U
~
o
I.&..
[-17 0
Y4335E17 W
FEB 2005 ~
Y4335 ~
2-22-85
pon ANCElES\YAU[Y sue-Y4~\DRAWINCS\tFC\Y4J35E21 Dwe
:leA
48P3 (+) 1"['\
I
I
I
I
I
OCP
TRl
T (+)
";::'3 ~l;;.::;;; - - ",-.,. ..=", - ",~,n
~__n~J.~:Ej~!:' :;~::-
I DfTS1 'f TS "E TS I
I I I I I I
L _ ! -.J L 1~ -.J L 1~-.J
A4
31.1
7
51
~
o
52
fC
LS r
00
I
I
I
I 24
I 21 19 18
3K9
J 3Kl0 3K12 31.2
I 3 fA 4 4 0..2
I
I 29A
I
48N3 H ^ 2H2 383 3 fB 4 TR2 T (-)
001 JOA
0..1
[[I -------
SEL-ZI8 SEL-Z22 SEL-ZI6
:;; + +
"" ~ G ~ R
.!., C
W
III
SEL-ZI7 SEL-Z21 SEL-ZI5
-------
GL TRIP
3K6
3KB
5
6
I
LS
00
Y
TC
LS
bb
i2
REUSE OF DOCUMENTS
BY APVO
THIS DOCuMENT, AND THE IDE:.A$ AND DESIGNS INCORPORATtD
HERElN AS AN INSTRUMENT ~ PROfESSIONAl. S(RVICE, IS THE
PROPERTY or TRJAXIS ENGINEERING. 1Nc. AND IS NOT TO BE
USED IN WHOLE OR IN PART, fOR ANY OTHER PROJECT WITHOUT
THE YlRITTEN AUTHOR1ZA TJON or TRIAXJS ENGINEERINC. INC
BAR IS ONE INCH ON
ORIGINAl DRAWING
G ,"
IF' NOT ONE INCH ON
THIS SHEET AO.AJST
SCALES ACCOROINQ.. Y
VALLEY SUBSTATION
CITY Of PORT ANGELES
PORT ANGELES, WASHINGTON
~:Z;;- -f-SE~6- - -;-L:";41
Pc5~R SELlIN OPTIONAL ,
SUPPLY ALARM 194 TRIP VIA 66 ,
S:L:Z~ _ _SEL-AI5_ _ SEL-A25~
El
22
IB6T
1:B
E2
Sf>
TC
Y
TYPE VCP- W
llfVlCf 'FGEND
o TERMINAL BLOCK, CONTROL HOUSE
0, TERMINAl, EQUIPMENT
0(( BREAKER SOCKET
50 INSTANTANEOUS OVERCURRENT
SON INSTANTANEOUS RESIDUAL OVERCURRENT RELAY
51 TIME OVERCURRENT
51N RESIDUAL OVERCURRENT RELAY
52 BREAKER STATUS
79 RECLOSING RELAY
o AUXILIARY CONTACT (OPEN WHEN BREAKER IS OPEN)
b AUXILIARY CONTACT (CLOSED WHEN BREAKER IS o..OSED)
LC LATCH CHECK SWITCH
LS MOTOR CUTOFf LIMIT SWITCH
M SPRING CHARGING MOTOR
PS POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEfORE
SECONDARIES ENGAGE AND BREAK AfTER SECONDARIES DISENGAGE)
SPRING LEASE COIL (CLOSE COIL)
TRIP COIL
ANTI-PUMP RELAY
VACUUM CIRCUIT BREAKER
VALLEY SUBSTATION RELAY REPLACEMENT
z
o
......
~
u
::::>
0::
~
(/)
z
o
U
0::
o
~
[-21 Cl
Y4335E21 W
::::>
FEB 2005 (/)
Y4335 ~
.... 0..3
u!li 3Kl 3K:I 3K4
..
coo.
"'u 4
0
CLOSE
GREEN BREAKER
LIGHT STATUS SPARE SPARE SPARE
3K:Z 3L;Z 3L:Z 3L:Z 31.]
19
l 511 =1" 551 t
5210 5610 58
2e~ lB~ 17~ 16X 15~
3Kll 31.2 3L4 3L6 3L8
AUXILIARY BREAKER CONTACTS
TriAxis
:c;7.?/n':<>':<>/7n~ mc. NO OATE REVISION
ttQKS..
1. ALL TERMINAL NUMBERS CORRESPOND TO THE PREfIXED
DEVICE NUMBER
2 THIS DRAWING REPLACES PEDERSEN POWER PRODUCTS
DRAWING NO 3-2996-11
DC SCHEMATIC
UNIT 3 FEEDER NO. 1
SHEET
w
N
DATE
PROJ
NO
2-22-83
PCRT AHCELLS\VAU.tT sua-TU~\PRAWlNCS\lFC\T4~22.0flIC
DCP
4BPS (+)
39.0.
I'T'
I
I
I
I
,
I
I
I
I
I
I
I
29.0.
TRl
Cll
T (+)
~..
';:-,a "'1....-'" -- "'-- ....:~-;'~.--
~~~J~~~I~E~~~' :~~~::-
I DfTS' If TS lIE TS I
I I I I I I
L_!~ L 1~~ L 1~~
A4
[E] -------
SEL-Z1B SEL-Z22 SEL-ZI6
;;; + +
.." ~ G ~ R
..!.' C
W
VI
SEL-ZI7 SEL-Z21 SEL-Z1S
-------
GL TRIP
.... CLJ
UW 4K:~ 4K4
~~
.,Q.
"'u 4
c
ClOSE
4BNS H ^
3 fA 4
20.0.
2H4 4B3
3 fB 4
39.0.
LS
bb
24
4K9
4 Cl2
TR2
LS
00
Y
LS
bb
DCN
PS
rLC
LS
00
21
4K19
GREEN BREAKER
LIGHT STATUS SPARE SPARE SPARE
4K:X oiL; X 4L:X 4L:X 4L7X
10
I, 511 t s51 t
5210 54 5610 5B
29~ lB~ 17~ 16~ 15~
4Kll 4L2 4L4 4L6 4LB
AUXILIARY BREAKER CONTACTS
TriAxis
L/7Y'/.b~~n.bft .hc. NO DATE REVISION
4K6
4K8
5
6
I
TC
Y
i2
r
19
4K12
T H
4Ll
7
51
~
o
52
lB
4L2
REUSE OF DOCUMENTS
BY APVO
THIS DOOJIol[Nl. AND TH( ID[AS AND OE:SIGNS INCORPORATED
HEREIN AS AN INSTRUMENT OF' PROf'ESSIONAL SERVla:, IS THE
PROPERlY or TRIAXIS ENGINEERING, INC. AND IS NOT TO BE
USED. IN v.t0l[ OR tN PARt. FOR #.Ny OTHER PROJEC1 WllHOUl
THE: WRITT(N AUTHORIZATJON fI lRIAXIS ENGINEERING. INC,
BAR IS ONE INCH ON
ORIGINAL DRAWING
. "
tr NOl ONE INCH ON
THIS SHECl, AO.AJST
SCAlES ACCOROINQ. Y
S~L:Z-;;- -f.-SE-;::;'; - ~L:':;41
P5~R SEL T IN OPTIONAL r
SUPPLY ALARM IDol TRIP VIA B6 I
S:L:Z~ _ _SEL-AI5_ _ SEL:~5~
186T
16
E4
VALLEY SUBSTATION
CITY Of PORT ANGELES
PORT ANGELES, WASHINGTON
E3
24
DEVICE lEGEND
o TERMINAL BLOCK, CONTROL HOUSE
o TERMINAL, EQUIPMENT
0<( BREAKER SOCKET
59 INSTANTANEOUS OVERCURRENT
50N INSTANTANEOUS RESIDUAl OVERCURRENT RELAY
5T TIME OVERCURRENT
5TN RESIDUAl OVERCURRENT RELAY
52 BREAKER STATUS
79 RECLOSING RELAY
AUXILIARY CONTACT (OPEN WHEN BREAKER IS OPEN)
AUXILIARY CONTACT (CLOSED WHEN BREAKER IS ClOSED)
LATCH CHECK SWITCH
MOTOR CUTOff LIMIT SWITCH
SPRING CHARGING MOTOR
POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEfORE
SECONDARIES ENGAGE AND BREAK AfTER SECONDARIES DISENGAGE)
SPRING LEASE COIL (ClOSE COIL)
TRIP COIL
ANTI-PUMP RELAY
VACUUM CIRCUIT BREAKER
SR
TC
Y
TYPE VCP- W
b
LC
LS
M
PS
tIlillS..
1. ALL TERMINAL NUMBERS CORRESPOND TO THE PREfixED
DEVICE NUMBER
THIS DRAWING REPLACES PEDERSEN POWER PRODUCTS
DRAWING NO 3-2996-12
VALLEY SUBSTATION RELAY REPLACEMENT
SHEET [-22
Y4335E22
DATE fEB 2005
PROJ Y4335
NO
DC SCHEMATIC
UNIT 4 FEEDER NO. 2
z
o
I-t
l-
e.>
::>
a:::
I-
U)
Z
o
e.>
a:::
o
La...
(:)
La.J
::>
U)
U)
I-t
2-22-95
pan AHCELES\YALLET SUB-T4335\DRAWINGS\lfC\Y43.33E2.10WC
3eA
48P7 (+) ~ DCP
I
I
I
I
48N7 H A
lF1l2
3GA
1 fA 2
29A
24
TRl
T (+)
51<9
3 fA 4 4 CL2
20A
2H6 5B3
3 F1l 4 TR2
3GA
0.1
[K) -------
SEL-ZI8 SEL-Z22 SEL-Z16
;;; + +
.." ~ G ~ R
..'.,1 C T
...
Ul
SEL-Z17 SEL-Z2l SEL-ZI5
-------
Gl. TRIP
51<6
5KB
DCN
5
6
To
TC
LS
00
~
LS
bb
PS
Y
";::"" 1.;;.:;;; - - =-~ .;;.:~ - ;'~.--
~~n~I~~~ ~!~' :~~~:~-
I DrTSI If TS liE TS I
I I I I I I
L_.!'~ L 1~-.J L 1~-.J
A4
fC
LS r
00
21 29 19 18
5I<IS 51<11 5K12 512
T H
GREEN BREAKER
UGHT STATUS SPARE SPARE SPARE
5K:X 5L:X 5L:X 5L:X 5L7X
10
l' 5,J t 551 =1'
52f 54 56f
2S~ 18~ 17~ 16~ 15~
5Kll 512 5L4 5L6 5L8
AUXILIARY BREAKER CONTACTS
TriA x is R
:tn~n~/7n~ mc. NO DATE REVISION
REUSE OF DOCUMENTS
BY APVO
THIS DOCUMENT, AND THE IDE.AS AND DESIGNS INCORPORATED
HEREJN, AS AN INSTRuMENT Of PROfESSIONAl SERYJCE. IS THE
PROPERTY or TRIAXlS ENGINEERING. INe. AND IS NOT To BE
USED, IN \lHClE OR IN PART. FOR ANT OTHER PROJECT WITHOUT
THE WRITTE.N AUTHORIZATION OF TRIAXlS ENGINEERING. JHe.
BAR IS ONE INCH ON
ORICINAl DRAWING
. ,"
IF' NoT ON[ INCH ON
THIS SHEET. AD.AJST
SCALES ACCOROINQ. Y
5Ll
51
52
7
~
o
S~L=;;;- -f-S~6- - -;L':-A;41
P5~R SELl IN OPTIONAL I
SUPPLY ALARM 194 TRIP VIA 80 1
S:L:Z~ _ _SE~5_ _ SEL:A=5~
VALlEY SUBSTATION
CITY Of PORT ANGELES
PORT ANGELES, WASHINGTON
E5
32
186T
18
6"E6
SR
TC
Y
TYPE VCP- W
DFvtCF' l FGF"Nn-
o TERMINAL BLOCK, CONTROL HOUSE
TERMINAL, EQUIPMENT
BREAKER SOCKET
INST ANT ANEOUS OVERCURRENT
INSTANTANEOUS RESIDUAL OVERCURRENT RELAY
TIME OVERCURRENT
RESIDUAL OVERCURRENT RELAY
BREAKER STATUS
RECLOSING RELAY
AUXILIARY CONTACT (OPEN YlHEN BREAKER IS OPEN)
AUXILIARY CONTACT (CLOSED WHEN BREAKER IS CLOSED)
LATCH CHECK SWITCH
MOTOR CUTOff LIMIT SWITCH
SPRING CHARGING MOTOR
POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEfORE
SECONDARIES ENGAGE AND BREAK ArTER SECONDARIES DISENGAGE)
SPRING LEASE COIL (CLOSE COIL)
TRIP COIL
ANTI-PUMP RELAY
VACUUM CIRCUIT BREAKER
0<<
50
SON
51
SIN
52
79
o
b
LC
LS
M
PS
z
o
t-4
t-
U
;:)
0:::
t-
(/)
Z
o
U
0:::
o
lL.
E-23 Q
Y4335E23 W
;:)
fES 20eS (/)
Y433S ~
CL3
.... 5I<:! 51<4
u'"
~~
",Q. 4
"u
c
a.OSE
~
1 ALL TERMINAL NUMBERS CORRESPOND TO THE PREfiXED
DEVICE NUMBER
THIS DRAWING REPLACES PEDERSEN POWER PRODUCTS
DRAWING NO 3-2996-13
VALLEY SUBST A TJON RELAY REPLACEMENT
SHEET
DC SCHEMATIC
UNIT 5 FEEDER NO. 3
DATE
PROJ
NO
'-22-~
48P9 (+)
PeRT ANCfUS\VAUEY SU8-Y.335\DRAWJNCS\1F'C\Y.~24OWC
TRl
.36A
/T'
I
I
I
I
I
I
I
I
I
I
I
DCP
CLl
CL3
.... 6Kl 6K:~ 6K4
u'"
~~
IDa. 4
"'u
0
CLOSE
Y
LS
bb
LS
00
I
I
I 24
I
I 6K9
I
I 3 FA 4 4 CL2
I
I 20A
I
48N9 (-) ^ 2H8 5N8 6B3 3 FB 4 TR2
OCN 30A
T (+)
0 -------
SEL-ZI8 SEL-Z22 SEL-ZI6
;;:; + +
"" ~ G ~ R
2,1 C T
'"
VI
SEL-ZI7 SEL-Z21 SEL-ZI5
-------
Gl TRIP
6K6
6KB
5
6
I
TC
LS
bb
~
b
ILC
LS
00
r
21
6Kl0
2e
19
6K12
6Kll
T (-)
GREEN BREAKER
LIGHT STATUS SPARE SPARE SPARE
6K:Z 6L;Z 6L:Z 6L:Z 6L7Z
le
to 51 t 551 t
5210 54 56f 58
20~ 18~ 17~ 16~ 15~
6Kll 6L2 6L4 6L6 6L8
AUXILIARY BREAKER CONTACTS
TriA x is
:c.;7p/heenhft' ..he: NO DATE REVISION
"'~
-..,"
,,~-n. }::;;;- n on __ ,;, =~ - -;"'-:::;;,--
~-~~C~~];~JF ~~~~::-
I-h, l+l'I~~~'
1 DfTs11 r TS11 E TS'
I 1 1 1 I ,
L _ ! -.J L _ ~2-.J L _ ~e...J
A4
REUSE OF DOCUMENTS
BY APVO
THIS DOCUW[Nl. IoND THE mEAS AND DESIGNS INCORPORATED
HEREIN AS AN INSTRUMENT or PROF"ESSIClNAI. SERVICE. IS THE
PROPERTY or TRIAXlS ENGINEERING. tNe. AND IS NOT TO BE
USCD, IN WHOlE OR IN PART, fOR ANY OTHER PROJrCT WITHOUT
THE WRITTEN AUTHORIZATION or TRIAX1S ENGINEERING, INC.
BAR IS ~E INCH ON
ORIGINAl. DRAw:!NG
. ,"
IF' NOT ONE INCH ON
nus SHErr ADJUST
SCALES ACCOROINQ.. Y
6Ll
51
52
18
6L2
7
~
o
~L:Z~ -f-SEL_AI6- - ---;-L:,.';"-l
P5~R SELlIN OPTIONAL ,
SUPPLY ALARM 164 TRIP VIA 86 ,
S:.L:Z~ _ _~5_ _ SEL:"35~
VALLEY SUBSTATION
CITY or PORT ANGELES
PORT ANGELES, WASHINGTON
E7
34
186T
16
~'E8
SR
TC
Y
TYPE VCP- W
DEVICF' I F'Gf"ND'
o
TERMINAL BLOCK. CONTROL HOUSE
TERMINAL. EQUIPMENT
BREAKER SOCKE T
INSTANTANEOUS OVERCURRENT
INST ANT ANEOUS RESIDUAL OVERCURRENT RELAY
TIME OVERCURRENT
RESIDUAL OVER CURRENT RELAY
BREAKER STATUS
RECLOSING RELAY
AUXILIARY CONTACT (OPEN WHEN BREAKER IS OPEN)
AUXILIARY CONTACT (CLOSED WHEN BREAKER IS CLOSED)
LATCH CHECK SWITCH
MOTOR CUTOFF LIMIT SWITCH
SPRING CHARGING MOTOR
POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEFORE
SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE)
SPRING LEASE COIL (CLOSE COIL)
TRIP COIL
ANTI-PUMP RELAY
VACUUM CIRCUIT BREAKER
<X<
50
50N
51
51N
52
79
o
b
LC
LS
M
PS
ti.O..tLS..
1. ALL TERMINAL NUMBERS CORRESPOND TO THE PREFIXED
DEVICE NUMBER.
2 THIS DRAWING REPLACES PEDERSEN POWER PRODUCTS
DRAWING NO 3-2996-1<4
VALLEY SUBSTATION RELAY REPLACEMENT
SHEET [-24
Y4335E24
DATE rES 2605
OJ Y4335
NO
DC SCHEMATIC
UNIT 6 FEEDER NO. 4
z
o
t-I
t-
U
:::>
~
t-
(/)
Z
o
U
~
o
u..
o
w
:::>
(/)
(/)
t-I
2-22-'"
Pml ANQ:LES\VIllL(Y SUB-Y4~\DRAWINCS\lfC\Y43J5[25.DWG
J9A
4BP11 (+) I"'f'
I
1
2H9
5N9
DCP
7Bl
1 fB 2
J9A
1 fA 2
2BA
I
I
I
I
I
I
I
I
I
I
I
I
I -' 7K:I
I UW
I ~~
coll.
I "'0
I c
I
I
I
I
I
I
I
I
I
I
I LS LS
I bb 00
I
I
I
I
I
I
I
I
I
I
I
I
I 24
I 7K9
I
I 3 fA 4 4 Cl2
I
I 2BA
I
4BNll (-) ^ 2H1B 5N1B 7B3 3 fB 4 TR2
DCN 3DA
TRl
T (+)
Cll
[KI -------
SEL-ZI8 SEL-Z22 SEL-ZI6
;;; + +
...., ~ G ~ R
..!.' C T
W
II)
SEL-ZI7 SEL-Z21 SEL-ZI5
-------
GI. TRIP
CL3
7K6
71<8
5
6
I
ClOSE
TC
PS
LS
bb
i2
Y
Y
~-~ 1~:--~: ~ ~,~:"u
lBLOCK LTC EUT1B21~r,Bl 101 STATUS
SE:-_Z~ ~L-Ae5 _ _ SEL-~e:. ;L:A~ _ _SE~:.~~?__
1-;1 1-1111-91
I DfTS I I f TS I lETS I
I I I l I I
L_!~ L_~U L_~~
A4
r
21 20 19 18
7K19 7Kll 7K12 7L2
T (-)
REUSE OF DOCUMENTS
BY APVD
THIS DOCuMENT. AND THE IDEAS AND DESJGNS INCORPORATED
HEREIN. AS AN INSTRUt.I(NT (y PROfESSIONAl S(RVIa:. IS THE
PROPERTY or TRJAXIS ENGINEERING. IHe. AND IS NOT TO BE
USED. IN WHOlE OR IN PART. FOR ANY OTHER PROJECT WITHOUT
THE '.'UTlEN AUTHOAIZAllON Of TRJAXlS ENGINEERING. tNC.
BAR 15 ON[ INCH ON
ORIGINAl DRAWING
. ,"
IF NOT ON[ INCH ON
THIS SHEET. ADJUST
SCALES ACCOROINQ. Y
7Ll
51
52
7
~
o
S;L':Z;- -f-SEL_AI6- - --;-L':~41
P6~R SELl IN OPTIONAL I
SUPPLY ALARM 194 TRIP VIA 86 I
S:L:Z~ _ _~~ _ SEL:~5~
VALLEY SUBSTATION
CITY Of PORT ANGELES
PORT ANGELES. WASHINGTON
E9
42
186T
18
E19
SR
TC
Y
TYPE VCP- W
DEVICE LEGENO
o TERMINAL BLOCK. CONTROl HOUSE
TERMINAL. EOUIPMENT
BREAKER SOCKET
INSTANTANEOUS OVERCURRENT
INSTANTANEOUS RESIDUAL OVERCURRENT RELAY
TIME OVERCURRENT
RESIDUAL OVERCURRENT RELAY
BREAKER STATUS
RECLOSING RELAY
AUXILIARY CONTACT (OPEN WHEN BREAKER IS OPEN)
AUXILIARY CONTACT (CLOSED Ytt1EN BREAKER IS ClOSED)
LATCH CHECK SWITCH
MOTOR CUTOff LIMIT SWITCH
SPRING CHARGING MOTOR
POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEfORE
SECONDARIES ENGAGE AND BREAK AfTER SECONDARIES DISENGAGE)
SPRING LEASE COIL (ClOSE COIL)
TRIP COIL
ANTI-PUMP RELAY
VACUUM CIRCUIT BREAKER
0(<
50
5aN
51
S1N
52
79
b
LC
LS
It
PS
tlQIES..
,. ALL TERMINAL NUMBERS CORRESPOND TO THE PREfIXED
DEVICE NUMBER
2. THIS DRAWING REPLACES PEDERSEN POWER PRODUCTS
DRAWING NO. 3-2996-15
VALLEY SUBST AlION RELAY REPLACEMENT
SHEET
W
N
DATE
PROJ
NO
Y4335E25
fES 2005
Y4335
GREEN BREAKER
LIGHT STATUS SPARE SPARE SPARE
7K:~ 7L;~ 7L:~ 7L:~ 7L]
10
t 5I t 551 t
5210 54 5610 58
29~ 18~ 17~ 16~ 15~
7Kl1 7L2 7L4 7L6 7L8
AUXILIARY BREAKER CONTACTS
TriAxis
Mp/nt!"t!"nn~ .hc. NO DATE REVISION
DC SCHEMATIC
UNIT 7 fEEDER NO. 5
E-25
z
o
.....
t-
U
~
0::
t-
V)
Z
o
U
0::
o
u..
o
L.&J
~
V)
V)
.....
2-22-~
PORT ANC(l[S\YAllET SUB-T4~\PRAWlNCS\IF'C'T4~26.DWC
48P13 (+) ~ DCP
1 fB 2
3tlA
1 fA 2
2DA
TR1
Cll
T (+)
0 -------
SEL-llB SEL-l22 SEL-lI6
on + +
...., ~ G ~ R
~I C T
...
III
SEL-lI7 SEL-Z21 SEL-ZI5
-------
GL TRIP
Cl3
-' SKI SK:~ SK6 SKB
o!;l!
..
",11. 5 6
"0
0 I
ClOSE
TC
LS PS Y LS Y ;,z
00 bb
,:Ii,
,~-~~ ]~:: - -~: ~ -m~:"--
lBLOCK LTC EUT1921b~r,01 101 STATUS
SE=-_Z~ S~L~ _ _ SEL-~9: ;L:A~ _ ~EL-AI7_ _
1-;1 1-111 1-91
lOfTS I I f TS I lETS I
I I I I I I
L_--"~ L_~U L_~~
A4
BLl
7
51
~
o
52
(C
LS r
00
24
21 2El 19 lB
SK9
BK10 SKll BK12 BL2
3 fA 4 4 Cl2
20A
48N13 H A 2H12 5N12 883 3 fB 4 TR2 T H
DCN JOA
TriA x is
:.&7Y'/.b~n.b~ mc.
NO
GREEN BREAKER
LIGHT STATUS SPARE
SK:X BL;X BL:X
I 5,Jo 53Ib
I 521 541
299 1B9 179
BK116 BL26 BL46
SPARE
BL:X
551
5610
169
BL66
SP ARE
8L79
1El.f<
57Ib
5B1
159
BL86
AUXILIARY BREAKER CONTACTS
DATE
REVISION
REUSE OF DOCUMENTS
BY APVO
THIS DOCUMENT, AND TH[ lOE:AS AND DESIGNS INCORPORAT[O
HEREIN, AS AH INSTRUMENT rK PROftSSIo.AL SERVICE, IS TH[
PROP[RTY Of TR]AXJS ENGINEERING. INe. AHO IS NOT TO BE
USED. IN "HQ..E OR IN PART, fOR ANY OTHER PROJECT WITHOUT
TH[ WRITTEN AUTHOR12ATJON or TRIAXIS ENGINEERING, INe.
BAA ]5 ONE INCH ON
ORIGINAL DRAWING
G ,.
IF' NOT ONE INCH ON
THIS SHEET. AO.AJST
SCAl(S ACCORDINQ. Y
VALLEY SUBSTATION
CITY Of PORT ANGELES
PORT ANGELES. WASHINGTON
S~L':Z~ -f-SE~6- - -;-L':':;41
P5~R SELl IN OPTIONAL ,
SUPPLY ALARM 194 TRIP VIA 86 I
S:L:Z~ _ _SEL-Al~ _ SEL:,,!5~
44
IB6T
16
E12
SR
lC
Y
TYPE VCP- W
DEVICE I fl'.f"ND'
o TERMINAL BLOCK. CONTROL HOUSE
TERMINAl, EQUIPMENT
BREAKER SOCKET
INSTANTANEOUS OVERCURRENT
INSTANTANEOUS RESIDUAL OVERCURRENT RELAY
TIME OVERCURRENT
RESIDUAL OVERCURRENT RELAY
BREAKER STATUS
RECLOSING RELAY
AUXILIARY CONTACT (OPEN WHEN BREAKER IS OPEN)
AUXILIARY CONTACT (CLOSED WHEN BREAKER IS ClOSED)
LATCH CHECK SWITCH
MOTOR CUTOff LIMIT SWITCH
SPRING CHARGING MOTOR
POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEfORE
SECONDARIES ENGAGE AND BREAK AfTER SECONDARIES DISENGAGE)
SPRING LEASE COIL (ClOSE COIL)
TRIP COIL
ANTI-PUMP RELAY
VACUUM CIRCUIT BREAKER
0<<
50
SON
51
51N
52
79
b
LC
LS
1.1
PS
z
o
......
t-
U
~
a::
t-
(f)
Z
o
u
a::
o
I.L.
[-26 0
Y4335E26 W
FEB 2005 ~
Y4335 ~
Nl2IES..
1 ALL TERMINAL NUMBERS CORRESPOND TO THE PREfiXED
DEVICE NUMBER
2 THIS DRAWING REPLACES PEDERSEN PO'ht:R PRODUCTS
DRAWING NO 3-2996-16
VALLEY SUBSTATION RELAY REPLACEMENT
DC SCHEMATIC
UNIT 8 FEEDER NO. 6
..:- ..--
ffi (Ii:> O.1~~
. f~. :''c~~ ~c.
.. ~~ ~..,
't~ ..f..,.'"
.'.t.~ ~~I~
'If ~"'"
" ..."..,...
~::I
~.~
~ -.
~.~
~>c
~ -.
!') .
~ :I: :0 ~
"C5 1:'" -e: I~
::c m s~kn
~ ~ ~~Ii;
'" z i\" El
r-)>~p
~ '"
Z
o
o
)>
....
'"
'"
S
lJl
2
lD
-<
)>
"0
S
~~~~~
!i~:Z8 ......
::: ~~!! AI
2~f01~~ 2
~,",-4 -4 (J)
iil~~g rT1
;;;;i'tn~-4
;t~~A 0
9:,~~!i! ."
~"'!ilf01~ 0
ii:ll
il~p~5 0
g"!i"'j;! 0
1II0"'falll C
2~~99 ,.
t;1:DS1=UI :::5IIrI.
~;gl;lfqz rT1
,,~z"n Z
~!l~~~ -f
!Cl:'~ en
Z-tmUl..,.
("1;(.....-4,.,
~ AO
rl~'1" !il'"
r;l;l~ I at
Ut~-4 zU;
~:::i ~i
12.;04'" ~M
~l;Z ~5!
i~2 _ ~2
e~i . i
;g~ <
",n
....-
....
)>-<
~!il -<
r-""ll CIl
~~ C
:1;"" m
)>)> CIl
~z -f
-~ ~
Zr- ....
""'i
""Ul
o
Z
~
;0
....
CZ
zC)
....0
-I....
t.l>
~
>
i:
~
r-
r-
'"
-<
Ul
c
m
VI
....
)>
....
o
z
'"
'"
r-
)>
-<
'"
'"
""ll
r-
)>
n
'"
il:
'"
Z
....
Z"O 0 ~s !e
0'" )> '~
0.... '"
<-'" '"
....
... ~
'"
m ... rr1
~ " ... I
'"
... 0 '"
... 0 ~ ~
'" '"
nELD REtJOVE ALL
SCADA WIRING
."\ 0.."- ~,~~"
~ ~~~~
" " ~~ \ ,,~~
y ~ "'0
XA (THERtJ)
~rc2
~XB'
A
rCl-' HTV A'
~XB2- 2 HTN -A2~h
J DPUA... '--A.J-= Ii
TS 4 ~ '--A4
~'\."\:.;-;;''\l ~ *
~7~
~S2- !~
TS4-'0 P2
TS6- 11 PJ
RZ12 -:-' PO
B -"'-. ~ ~
---
rA'~Hl-
I1L-J
rAJ~H2
F A (CLOSE)
B'~~Kl
rBl
rBJ BJ~ K9
,~
;:~~5,
Fe (HEATERS)
A'~XANC
^'" J;,..
I
of'
-
I ~ ~
~
~ , e .....
,,-
'2,==
0
-^."
~ -':!;';
'\
~
~
'\
"~
'2L--
E
\
--
~
~
'\.'
,-
,"
.,'
,
","
~ ,~.:>
~
~
fo.,
':
~~
> ~~
'2
F
'~-XC'
2 tJOC2 - XC2
J ~ -XCJ
4 ~ - XC4
5 ~ - XC5
6 ~ -XC6
7, tJOC7 -XC7
81 tJOC8 - XC8
91 tJOC9 -XC9
10 tJOC'O - XC'O
", tJOCll - XC"
'2~ I- XC'2
H
'~~XC'J
2,tJOC'4~XC14
JltJOC'5I-XC15
4 I tJOC17 I- XC'7
5, tJOC161- XC16
6~I-XC'8
7 ~I-XC'9
8~~XC20
,~I---
'---
,'~-
(
""
RECONNECTED CT'S
J. ,..,..^--:
TS28~' CO JI.i VAX'
2 CO vex,
GB2 ~ J i-.!?!-K vcx,
TSI4- 4~ 4VAX2
TS18 - 5 C2 J..l veX2
TS22 - 6 CJ VCX2
A::::;;;::::;;
~ K
RZI8'~A2-' , -;;;., '-,
2~~2 -
J ~J-
TS'2 RZ'7 - 4 ClJ I- 4 -
5 1-'2-
R22'- 6 GL 1-5 -
~ 7. ~'J-
RZI5;1 8 '"TRI:. - 6 -
(rA4..." 9 Cl2 - 24-
10 CL2 -2'-
" eL2 -20-
rB4->'2~ -19-
(
t
L
RA'7- , ~~7 -
RZ26 - 2 ---r::T -,8-
J 1-8 -
4 == -17-
5 -9-
6 --= -16~
7 _ -10~
8 _ -'5 ~
9 _-1'-
10f--- -14 -
1'f---
'2L--
~},
~~
. INDICATES SHORTING BLOCK
ISSUED FOR CONSTRUCTION
OTO UNIT 5
TO UNIT 4
'v' /' ..., .........
r PJ4 TO UNIT 4
)
P2J TO UNIT 2 f
-"^~
TO UNIT 2
,,",y
nELD REtJOVE ALL I
SCADA WIRING '\ (
'0...~' "v ~
~
(
nELD REtJOVE AU \
SCADA WIRING
'I. v "'\. '\. '\.~ )
",,"'
" ~ ~ 'V"
,Y \
520
52b
520
UNIT 113
{e'
TO UNIT 2 e,
A'
} rn ~"
~
"'...
all
......n
",'i
)>Ul
X2 J6
J ~~:
~
1 ~~
Xl J2
Xl JJ
Xl: 18 YA
C, B' A'
FEEDER NO.1
-
-v- V'
- - --
V 'V' V'
.... ... ....
II) en en)lo
i T 7~ T
I I !!oooooooooo! 0000000000
AD, AD2 ADJ A04 AD5 AD6 AD7 AD8 A09 Al0 A" A'2A'J A,4 A'5 A'6 A'7 A18 A'9 AlO All Al2 AlJ Al4 Al5 Al6 Al7 Al8
T C LTC 0
B.
IA 18 IC IN VAYBIJCVN T C R
20, Z02 20J204 205 Z06 207 208 2092'0 211 Z12 21J 214215 Z16 217 2'8 2'9 220
YY?????YY???OOt ?~f\(
~~~~~~~~~3~~ ~ I~ ~
!a!!!!a~~~~::3!!!~~~ Q) ....- ~
.... UII ..., ID - (,.I C1I ...., (!)
G .. -
Z21 22222J Z24 Z25 226
? C oOtY?
I I 1
~ iil r;;
'"
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
& ~ ~ ~ f ~ ~ 7 7 T ~ ~ Q m
I.S r\r~b2\ ~I2\r'Li.l\r~i.'\i.'\I\1,7 ,b\b\& 'l
~;~6 [,14?z2 ~9 ?s r,s ?,4 ?12 ?19 ~8 ~6 ~4 b2
I-.JT IIIIIII1
= a ~ ~ ~ ~ ~ ~ ~ ~
CD
A.
~"--"^ ~
rACTORV WIRING HARNESS
@@@@@@
@@@@
@)@@)@
@@000
@00000
SECONDARY
DISCONNECT PLUG
52b
tmlE:.
,. THIS DRAWING BASED ON
PEDERSEN POv.tR PRODUCTS
DRAWING J-J297-20
~
.GB. H'Y2YJ)(4)(5)(6Y7)(8)(9)('9) I
.~l ~ -S N
-4 cn::o.., ~
:z: %rlO
rl~ """'::0 . S
............ ,.,,,,
"',.,'" ~~tri~~
"'''''''
JI:JI:JI: ,.,::0 z,..
zzz ~~ ~~ ~
~~~ 8/!: ....,.,
"0
",mID Oz "'5 ~
:i?r-r- "'c: ~"O ~
-~a SJI: ZJI:
nID 82
l- . ",,,, j
:u S....
"''''n ZUl 0
~i3~ is C:lJl ~
)>"0
r-'"
0", ~~ n ,
"'p ;0", !GO;;
g:z: III B~ ~
~2 ~ ....... I
~14 0 02
... .... ~!"
0 2 !
~
!
~
v~
1 PORT' 8 PORT 2 PORT J
1000000001 54J21 54J21 )
o~o o~oll
9876 9876 1'1
)(
)> )>
n "
HEATER em
GND
C)
!!!
f"
",
2'-22-~
POliT NtCEtES\VAUEY SU8-Y..m\PRAWJNCS\lFC'Y.~32.OWC
WillS:.
1. FOR EXACT EOUIPMENT SPECIFICATIONS,
REFERENCE THE INDIVIDUAL SPECIFICATION
SHEETS
2. ALL TERMINAl NUMBERS CORRESPOND TO
THE PREFIXED DEVICE NUMBER.
DEVIcr LEGEND:
o TERMINAl BLOO<, CONTROl HOUSE
];jiJ TERMINAl BLOO<, FIELD EOUIPMENT
o TERMINAL. EOUIPMENT
..
..
Z
:>
o
..
~
11J ~ ~
.. ~ ~
,.,
"It:
I-
....
Z
::l
fE
' :
<
, <>
, <> '
~ '
,
, '
,
~
~
. . .
o In ..
~
'"
..
Z
:>
o
..
on
'"
..
Z
:>
o
..
~ "'-
~ 0 In
~I rttl
.., ..
:z: :z:
~~~I
~
- ..,
~ ~
TriAxis
! _r"...dS ~_-~
cn.?/.b~n.b>?, ..he:
~
3-CT'S
sea/SA
iii
iii
...
..,
In
I
..,
'"
...
:;;:
...
NO
DATE
.
In
.
o
en 0
'" z
.... ..
~~
..,
..
...
.
<
'"
d
z
Q:
ILl
o
ILl
ILl
u..
::l
<
~~
g~
....i
"'<
00
~<
~~
:;;:
REVISION
~f.""
:1
IrO 0
z
~O u
0
0 'i:i
0
o II) +j3
~ ..
o ... l:!
~
o CD
~ A21
o on
~ u XAC -
o ..
~ A9 '"
o .., ....
~ ..
AIEl ..
o '" '" ....
~ :z:
o -
~
o <>
~
o ~
<
II)
:c
LI-+-O ~ 0
..
o ::e RZEl2
..
o :!! RZEl3
..
o ;! 8
.. RZ04
o ::? @ @~IB)
..
o ~ RZEl5
.. @@~ee
o ::
.. RZElS - @/i)@e0
o e @l~CJ)@/~)
< RZEl7
o ~ ia RZElS M- (j/ilf)@/~
o II) z <
Q - ... JI @
0
A3t - ." TS23 ~ I I
TS7 ~~ ~ o-f TS21
g~
TSll-+-o Q TS19 ~
N -
I TS17 ~
TS9 -+-0 9 TSI5 z
~
ia o-t- TS13 :z:
0::1 CI
z
C<
i
;~~ -' '"
~
0- ;~~ ..
~!!; ZO
l;!;< 0:>
0
0< 0- 00
~'" ...."''''
~o l;!i ",a.'"
...... .. I
_U ","''''
...'" 0< u~~
~!i I zo'"
L:~ I lia. I
<z..,
~li:~
",l5i
~_o<
:z:....'"
..a.o
_N..,....,.,U),...CCcn~::~
uUU(JuU(Juuuuu
XXXXXXXX)(XX)(
o ~ 0 .IJ
('\oj N N ('\oj
.,., ." .,., 10
co ,... COOIO_'"
,.......ClO_cn_____
LLI
II
REUSE OF DOCUMENTS
VALLEY SUBSTATION RELAY REPLACEMENT
SHEET
WI
BAR IS ONE INQi ON
ORIGlNAL ORAWlNG
. ,"
If' NOT ONE INCH ON
THIS SHEET. AD..uST
SCALES ACCOROJNQ. Y
VALLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
BY I APVO
THIS DOCUMENT, AND THE IDEAS AND [)[SICNS INCORPORATED
HEREIN, AS AN INSTRUMENT ~ PROFESSIONAl SERVIa, IS TH[
PROPERTY or TRJAXJS ENGINEERING, INC. AND IS NOT TO BE
USED. IN 'Mi0l..[ OR IN PART, FOR ANY OTHER PRO.,I;CT WITHOUT
THE 'MUllEN AUTHORJZA nON OF TRIAXJS ENGINEERING. JNC.
WIRING DIAGRAM
UNIT 4
DATE
PR'5j
NO
"
o
g
'"
C>
Z
;:
'"
o
:z:
'"
'"
....
..
..
o
o
i5
z
o
......
I-
U
::>
a::::
I-
Ul
Z
o
u
a::::
f?
o
l.&.J
::>
Ul
Ul
......
[-32
Y43J5E32
FEB 2005
Y4JJ5
~ (I~\~~~j~
~! Q;"')
1 ~.;: ~'>';' . 'P
~ 1.! . ~
I ~~ ,J5!
.~'" o:O~.*
"" ~-.;
. --.,.. .
~-
~1....
~.~
~ -.
~. :J>
~>C
~ -.
~ ".
~ ;t l6 0
"tJ~ i:^ ....: ~~
~ ~ I:=;:~:II
N )> Gll;::i:
~ ~ ~. ~
'"
z
o
o
,.
;;l
:0
",
<
U;
(5
Z
'"
-<
)>
..,
~
-tC'1)%-t
~~~~a
1_::azO
::Z~~~ :::0
~11l~~ E
~~~ ~ (J)
~!il~;~ IT1
i~"l'!e
E:2~~ 0
o~~3" ~
z. ~Il'"
lli~J~ 0
~S:~! g
u.Of'!!!1Il C
~~~i~ _
n::ao'l:",. ~
~ll;;;I'l'i! IT1
'"'oZ::on Z
i!llolo:i\l -I
.li!l:~~ (I)
_!O_.
~~mia
l1~q" \lID
r;;;;;~ I;;t
Ill!'" zin
~:::i 1'9
li~ !~
~~i"'\ <>i
~
~g ~
)> -< J;;
~!il -<
g." ~
VlO
';0
:=;:-<m
)>)> en
VlZ -t
;!;g ~
Z r- ...
C'l"'~
-<Vl
o
z
~
r
r
,.,
-<
~ Vl
c:
'"
::c Vl
-<
.... )>
cZ -<
zC> (5
....0 z )
;0
-I.... ,., (
t1'I> r
)>
C> -< )
::c ;0
> ,.,
~ \
i:: r
)>
0
,.,
!:
M
Z
-<
Z~OF~ ~
0:0 )>
0.... ",
<..", ':l
.., -<
,., .
Ql '" ,..,
~ '" '" I
'" 0 1<1; VI
'" '" '"
lJO lJO '" VI
XA (THERM)
~rC2
~Xel
A
rCl- 1 ~"Al~TO UNIT 3
~ 2 HTN "A2~3
f "~~~ T 3 OPUA.. ~ A3
~ 4 OPUA-~A4 ~; TO UNIT 4
C\.. ~""\r ~ *
~-:~~J ~ojU~1T6
TS4 - 10 P2 J ""1(::J
TS6- 11 P3 !3J
R212 ~ 12 P9 P45 TO UNIT 4
8 -./'
rAl~H51 --..
rA3~H6~TO UNIT 2
F A (CLOSE)
el~~Kl
reI
rB3 B3~K9
F8 (TRIP)
:~1 2 R225
rAl 39 illl*- 1
rA3 3 30 4 ~
-~
Fe (HEATERS)
Al~XANC
'"'" -
c
....
.,
.""
-0
..
.,
,~~
1i,,~ ~
lIt--
12t--
'-
,~-~
~ ~ ~
~ ~ ~~
"\ CY" ~
12:::::
_ _ E
,
~
:,,-""
.,
.,
.""
.",,'
12::= ~-
F
1~-XCl
2 ~ -XC2
3 MOC3 - XC3
4 UOc4 - XC4
5 ~ - XC5
6 MOC6 - XC6
7 ~ - XC7
= ~ =~g=
10 iAOc1O - XC10
1,1 Mocn -XCII
12~ - XC12
rlELD REMOVE ALL
SCAO~ WIRING
~ ,,",,""
~~~
~"""" :l
\.."- ""'I
'\'\
'\ '\
~:"
~),
rlELD REMOVE ALL
SCAOA WIRING
,~
."" ""~, -", v
,,'
.::::,r-
rlELD REMOVE ALL
SCAEt. WIRING
......y .,"~
, " "
"-""
(
>
>
I
I
'>
~
(
!:i
1~ -XCI3
2 MOC14 - XC14
3: MOC15 - XC15
4 Mocn - XC17
51 MOC16 - XC16
6:UOC18 -XCI8
7 MQC19 - XC19
81MOC20 - XC20
1~t--
111---
121---
RECONNECTED ~
J*
TS28 -, 1 CO
2 CO
GB2 -' 3 CO
TSI4- 4:g:
TSI8- 5 C2
TS22- 6 C3
"-'K
R2'S'~A2-' 1 ~, t-l
2~1-2-
3 1-3-
TS12 R217- 4 CL3 t-4 -
5 t-12-
R221~ 6 Gl t-5 -
7 1-13-
~ 8~f-6-
f'A4-,9 Cl2 -24-
'9 Cl2 -21-
11 Cl2 -20-
rB4 ~ 12....!!!L t- 19 -
-~
RA17- 1 :ESt-7 -
RZ26- 2 T-ft-16-
~ 3 TRl t- 8 -
~ 4 ~t-17-
,'- 5 SC9 t-9 -
.'1; 6 --sc,a t-16-
~ 7~-10-
8::= -15-
9 -tl-
10--14
,,-
12-
-
YAXl
veXl
YCXl
YAX2
veX2
YCX2
. INDICATES SHORTING BLOCK
ISSUED FOR CONSTRUCTION
520
52b
520
UNIT #3
{Cll
TO UNIT 2 Bll
All
~
01",
CD,
S~
)>Vl
X2 J6
J ?-~
l
~ ~J1
" Xl J2
Xl J3
xc .m YA
Cll Bll All
FEEDER NO.3
--
V' V' V'
~--v--..,,--
- ~
V'
--- -
v V' V "
.... ... ....
U) fJ) en)loo
i T Ii T
! ! !!oooooooooo! 000000
ADl AD2 A03 AD4 AD5 A06 A07 ADS A09 Al0 All A12A13 At4 A15 A16 A17 A18 AI9 A20 A21 A22 A23 A24
T C LTC 0
B
IA 18 IC IN VAVBVCVN T C R
201 202 203204 205 206 207 208 200 210 211 212 213 214215 216 217 218 219 220
1IIIIIIYYYYiOO( Y?-
llll~~~~lll~ ~ ~~
~~~~~~~~~~~~ CD .-
G
221 222223 224
I
~
01
[')
l
Vl
iD
~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~
m ~ m ~ ~ a 2 ~ 8 ~ ~ ~ ~ m
I I I I I I I
IS I ~,2\A2\(jJ62\jJA'\Jj/"\h,\h \A 7,A 5,A J,A 1
~0l,2' 92270 flS 10 ~,' 912 9'9 fa fs f4 t2
!> L....J ll; ~ ~~~i~~k
.A../'-..^"^.A...A..A..A..A..
- - ---
r ACTORY WIRING HARNESS
@@@@@@
@@@)@
@@@@
@@000
000000
SECONDARY
DISCONNECT PLUG
52b
t:lO.IE:.
I THIS DRAWING BASED ON
PEDERSEN POWER PRODUCTS
DRAWING 3-3297-24
~
\t~J
.GB. j(')(2X3)(4X5X6X7X6)(9)(19) ~
.gO; '" ~~
~~ ~~b *
,..,..- """"::0 . I
}" 00.. ........ .... ",,,, ill
,.,,,,,,, ,,~ -4:;0,..,
"''''''' ;;0"" cnM)(
E"" ,..,;0 z.
ZZZ ~~ ~~ ~
"F ~ ~ . 8~ 5!E
,.,"'''' Oz "'5 ~
gr-r- "'c: ....~ ~
-~~ SE Z"
~ ~ . R~ ~3 i
","'n ZVl 0
3i3~ ~8 ~~ -<
0", "':0 n ,
"'12 ~~ ~5
g", III nn ~
~8 i !;l~ ~
\21'1 o ~~
.... .... ....Vl i
0 ~. ~
c:
rl
~
i:l
~
TO
UNIT
4 ~
CCAli
M
..
iD
)>
~
TO TO
UNIT UNIT
6 7
1 HTX
2 HTY
3 HTN
4 OPUA..
5 OPUA-
6t--
7 f----
8 f----
9t--
IOI--i
"f-
121--.
N
I-=-
2-
3-
4-
5-
6-
~H7-7~t-el -
~ H8 - 8 48N9 I- B3 -
~ H9 - 9 4BP191- Bl
~Hl0-19148Nl0t-B3 -
t--- HI 1- 11 46P11 I- Bl
~HI2- 12~t-B3
P
I-=--
2-
3-
4-
5-
6-
7-
8-
91---
101---
I--
~
~
Al-
Al
A2-
A3-
A4-
Al
A2
A3
A4
TO
UNIT
2
TO
UNIT
8
000 0
A25A26A27A28
_.---..~
v V' "
SEL-351S
1 PORT 1 6 PORT 2 PORT 3 ')
1000000001 54321 54321
o~oo~o
'9876 9876 <
J
GND
o 0
.. -
225 226
l' I
b ~ ~
<
~t
VD ~)>
.ow. n '"
HEATER D
ffi a&~,~~~~~~~~
~~ Q)<"
. :~r' ,1EI'~
. ~i '.);i
''-I. oJ!:j'> .;..
"'J If ~..t'~
\. ......
~::;
~,~
~ -.
~. :I>
'SSM
~ -.
ri fit
It ~ '" lil
llCl ~ ....~ I:r~
?; ~ ~~ ~
N )> CD!t~
,., z III
... ... ....
)> ,.,
z ;u
o
z
p
o
)>
....
,.,
~
<
Vi
o
z
m
-<
)>
"
Ci
~~~~!
I~;~~
32~ln~ ::::0
2~~~~ ~
l: ;_4.... (J)
~i~~~ 1"1
l:;3!i"'l...
~i~~~ 0
~:-t~"'~ .."
I\~!ill\~ C
i1i!;ll.
~~~s~ 0
l!-<Z"'1'l ()
cnof1!!:l1,ll C
"'~~S!5 __
i\"",i'=a ~
~~U;}qi 1"'1
~li:~~g Z
1i!:l~R;!! -f
_!C::.~ (J)
~~~::;:l
~ ~o
11i''"'' ~.,
~u;~ 15~
III~"" zUi
r.;:::!i! i'=2
0;-1'" g,.,
~~~ n
e~S! ~ "2
~(') <~
....-
....
)>..(
~!;l ~
::' "tJ (I)
~~ c:
~.... m
)>)> Ul
~z -t
zg ~
C')~ ....
blJ) ~
Z
!
;0
....
CZ
zC">
....0
-I....
01>
C">
::0
>
~
~
...
...
,.,
-<
~ \
g (
z
~ (
)>
-<
;u
,.,
"
...
)>
(')
,.,
;::
,.,
z
....
Z"O~1Il
o;u)>,~:t
0'" M
<-,., ,.,
...
.., ~
,.,
CD '" !T1
..( '" I
... '" '"
'" 0 ,., VI
'" 0 '"
'" '" ... ~
XA (THERM)
~rC2
~XBl
A
FC1- 1 ~ Al loll OTO UNIT 8
~- 2 HTN ~~2
f HA05 -"l- J OPUA+ ~A3
~ 4 OPUA-~A4 TO UNIT 7
\.."- '>...'>;. ~ ~ * TO UNIT 5
~ 7-5iiif+
-- 7~ V V :e~V"
TS2- 9 P1 ( P67 TO UNIT 7
TS4 - 10 P2
TS6- 11 PJ )
R212-:;:-'2 PO P56 TO UNIT 5f
B ~~"-/
rAl~N7l
FA3~N8-
F A (CLOSE)
+.....=..... ~
Bl~21 Kl
rBl T
B3 -+~rrnm.~t K9
rB3 _ ~
FB (T~IP)
+ .....=..... R2Z5
rAl~21 i'l9fl;
. IJ~ '-' 1
rA3~ K12
Fe (HEATERS)
A'~XANC
OTO UNIT 5
~~c
~~ =
! ",,, :::c
..
FIELD REMOVE ALL
SCAD~ WIRING
:"\:-<::
/ Ili~
N~
,
"",,-~ ~ "-
,~" ~~ ~" ~ '\
~: ~~~~~
t
'O~
1,1---
1ZI---
L- FIELD REMOVE ALL
o SCA~ WIRING
1- ,)< ,""~
--:: ~ ~ '\.:\.'\.y
~",,,-
" ~
,",'
"
,.
.'\.
.,'
11_ ~
12_
I"
:\
E
FIELD REMOVE ALL
SCA~ WIRING
y ",....., ~
" ~ ~"-Y ---'
-
~
~
~
,
.:y
)
\
I
>
(
(
t
Iill==
.E
1~-XCl
Z MOC2 - XC2
J ~ -XC3
4 ~ -XC4
5 ~ - XC5
6 ~-XC6
7 ~ - XC7
8 MOC8 - XC8
9 MOC9 - XC9
le~-XC10
11 ~ -XCll
12~-XCI2
~~
H
1 ~~XCI3
Z ~~XCI4
J~~XCI5
4 ~-XC17
5 ~-XCI6
6 ~ -XCI8
7 ~ -XCI9
8 ~ -XC20
1~-
1'-
lZ-
REC";;"NNECTED CT''5)
J!~
T5Z8 -. 1 CO YAXl
2 ce Y8Xl
GB2....!, J ~ YCXl
( TS14 - 4 Cl i YAX2
) TS18 - 5 'C2 Y8X2
" TS22 -,6 CJ YCX2
-~
R218_ \:::AZ --' 1 -;-11 - 1
2==:"'-2-
J _-3-
TS12 R217- 4 CLJ -4 -
5 -12-
R221- 6 GL -5-
7 _ -13-
RL~I~ 8~ -6 -
rrA4-.9 Cl2 -24-
10 Cl2 -ZI-
11 Cl2 - 20-
rB4--'12~ -19-
(
L
RAI7- I To 7-
R226 Z T 18-
.... 3 TRl - 8 -
l~ 4~ -17-
, 5'sC9 -9 -
,~ 6r-scw -16-
71--- -10-
8f--1-15-
9 1-11-
10~1-14 -
1'f--
12!..--
520
52b
520
UNIT (/3
{C,
TO UNIT 2 B.
M
~
01",
~I
,n
..-!
>'"
X2 J6
U ~~:
l
~ ~Jl
II Xl J2
Xl J3
:a; lB :u.
C. B. Af
FEEDER NO.4
'V'
-v-V--V
- --
"V' "V'
}" -..
v
~ ~ ~~ T
! ! b boo 0 0 0 0 0 0 0 0 boo 0 0 0 o. 0 0 0 0
ADl AD2 AD3 AD4 ADS AD6 NJ7 NJ8 A09 Al0 All A12A13 A14 A15 A16 AI7 A18 A19 AlO All Al2 Al3 Al4 Al5 Al6 Al7 Al8
T C LTC 0
R
IA IB IC IN VAVBVCVN T C R
201 202 203204 205 206 207 208 209 210 211 212 213 214 215 216 217 218 219 220
IllfffffffffOO( f~
~~~~~~~~~~~~ ~ 11
~~~~~~~~~~~N m ........
t.I tl' ...., U) ..... C",I Ul ...,
'~l ~ ~~
~1:: tn~b Z
,.,,... ~..,:;o . 'i'
........... ,.,,,, !l
,.,,., ,., .,,-4 ~::o,..,
;u;u;u ~~ Y'~~
;0:;0:;0:
ZZZ ..,~ nn
>CZ 1Yl-f
.,. ~ ~ ' "'> -4,.., ~
0,... :I:o
,.,mID li!z "'5 ~
g...... S~ -" ~
-~~ Z;::
nm ~3
l ~ . ,.,,., f
'"
"''''n ZIIl 0
3i'i~ f8 CIIl
b;:l ~;ll
m~ n ~
"'12 l(I"l
g:t . ,.,
l(I a~ ~
~g !l ..,.... ~
\2111 0 n~ 1
.... .... ~~ !
0 ~ ~
1;1
~
~
!t
II
SEL-351S
1 PORT 1 8 PORT 2 PORT 3
(000000001 54321 54321 )
O~OO~OI)
9876 9876 I"
GND
\
I
....
!!!
C!l
G + -
221 222223 224 225 226
f 0 0 ~ I
~ ~ ~ C>_
eft CD N m
'"
;u ;u ~ ;u ;u ~ ~ ~ ;u ~ ~ ~ ~ ~
~ ~ ~ ~ ~ ~ ~ ~ ~ t ~ ~ ~ ~
01 7 ell i · i '" I '" Iii j i
IS r \~},2\~2C\},2\~'}'\I~b'\b'1 \!7l\T\OI1
: I 28 ~6 ~22 12e ?'e 16 0,4 0'2 Ie ~8 ~8 h ~2
L...J T T r I I I
ffi ~ ~ ~ ~ ~ ~ ~ ~
!o
^- ^ ^ ^
FACTORY WIRING HARNESS
@@@@@@
@j@@@
@)@@@
@@)000
@000(0)
SECONDARY
DISCONNECT PLUG
52b
t:lOIE:.
1. THIS DRAWING BASED ON
PEDERSEN POWER PRODUCTS
DRAWING 3-3297-26.
. INDICA 7ES SHORTING BLOCK
ISSUED FOR CONSTRUCTION
~)
.GB.1(1)(2)(3X4X5)(611'711'8)(9)(;e) I
-^'
XEl. ~ ~
HEATER 0
1<
~~
2-22-~
PeAT ANCElE$\YAllCY SUB-Y43J5\DRAWINCS\trC\Y43J,5(3M)WC
HOlES..
1 FOR EXACT EOUIPMENT SPECInCA TlONS,
REFERENCE THE INDIVIDUAL SPECIflCATlON
SHEETS.
2. ALL TERMINAL NUMBERS CORRESPOND TO
THE PREFIXED DEVICE NUMBER.
DEVICE LEGEND'
o TERMINAL BLOCX, CONTROL HOUSE
~ TERMINAL BLOCX, FIELD EOUIPMENT
o TERMINAL. EOUIPMENT
..
....
z
"
o
....
~
"'l
=It:
!:;
Z
::l
.. .. ..
U '" ...
~
1'1
....
Z
"
o
....
~ N_
'" U III
~rHl
! '<""'5 9_'~ .~OC"
10 on ..
., ., .,
_1'1'"
., ., .,
~
' '
,
, ...
lrti g ~
~ '
,
, '
,
~
!!
~
<I
TriA x is
M..9'/neeh'n~ me:
on
....
z
"
o
....
rl
'" 0
z -
z
:;:
...
..,
...
...
3- CT'S
600/51.
w
Ul
g
~
~I
iii
iii
...
...
'"
I
...
'"
...
:;:
...
NO
DATE
..
'"
..
U
..,
...
...
Ul U
'" Z
~~
:;:
:; c
l;:o z G81 A21
00 C>
"'0 10
'1'1 XAC -
0 N
0 ....
+N '"
N ~3
o ~
o S x
o ;;; ;;: RZll9 A9
1'1
o ~ N
C> RZle Ale
N K6
o ~ N
RZll All
o 51 0
1'1
N RAB5 A4
o ~ "'", TS1B
N RABl RZ19
o ~ co Kl
N
o !:l U RAB3 K4 0
.... K4 C)
N
o !!! RZBl J4 e8 ::l
c 10 >...J
co N
:;: t- .... Rze2 @fil~)ee 0::D.
Ll-+-o s .. <l-
N K8 RZB3 @~/2)e0 ou
J5
o :!! ~ 0 o/}(f/i)@/~ zw
c RZB4 oz
o :!? @@@@/~ uz
c wO
o ;! ~~ RZB5 J6 @- - CIlU
Al2 (f)
c N @ 0
o ::? ~~ RZB6
... TS5
o ~
... mO RZB7 m
o :: >- TS3 < I I ~
N ... .,
... ~~ RZB8 ... ... Jl
o e TSl
... :g
o !Ii N TS27 ~
z
o l!l -....
0 TS25
Ul
TS23 '"
...
A3j: ~ u '" 2 o-t TS21 z
'"
...
iS7 ~!:i x
C>
TS19 z
;r
TS17 Ii
TSll-+-o 9 N - I >- '"
'" ....
TS15 0 ZU
.... 0"
u 0
TS9 -+-0 9 2 o-t-TS13 ... 8~~
...
~~r!.
0:1 "'';;1'"
~~7
i ...
~~~
..... ::l I o"'i
;~~ I ~!!!~...
;~~ Xw'"
....n.o
0-
",!5
w;!:
'"
9~
w'"
_U
...Ul
..
...
It)
o
Z
0::
W
o
W
W
Lo..
::l
...
~~
~$
w;!:
"'...
00
........
~~
REVISION
II.
'"
_N..,...anf.O""a::lO'lS?::~
uuuouuuuuuuu
xxxxxxxxxxxx
WI
II
REUSE OF DOCUMENTS
VALLEY SUBSTATION RELAY REPLACEMENT
BAR IS ONE INOt ON
ORIGINAl ORAWlNG
. "
IF NOT ONE INOt ON
THIS SHEET. ADJUST
SCAlES ACCORDINQ,. Y
VAlLEY SUBSTATION
CITY OF PORT ANGELES
PORT ANGELES, WASHINGTON
BY IAPVO
THIS DOCUMENT. AND THE ]OEAS AND DESIGNS INCORPORATED
HEREIN AS AN INSTRuMENT or PRorrsSIONAl SERVltt. IS THE
PROPERTY or TRJAXlS ENGINEERING. INe. AND IS HOT TO BE
uSED IN WttOlE OR IN PART, fOR ANY OTHER PROJECT WlTHOUT
THE WRITTEN AUTHORIZAl]ON or TRIA-XIS ENGINEERING, INC.
WIRING DIAGRAM
UNIT 7
'"
u
g
III
C>
Z
;:
'"
o
x
Ul
Ul
W
....
<
u
o
~
z
o
I-t
~
U
::::I
0::
~
(/)
Z
o
U
0::
o
LL
a
I..&..J
::::I
(/)
(/)
I-t
[-35
Y4335E35
-
FEe 2005
Y4335