Loading...
HomeMy WebLinkAbout4.599 Original Contract I I I I I I I I I I I I I I I I I I I </. Sqq PROJECT MANUAL for ELWHA DISTRIBUTION RELOCATION PROJECT NO. US-0016 CITY OF PORT ANGELES WASHINGTON SEPTEMBER, 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For mformation regarding this project, contact Terry Dahlquist, City of Port Angeles 360-417 -4 702 I I I I I I I I I I I I I I I I I I I PROJECT MANUAL for ELWHA DISTRIBUTION RELOCATION PROJECT NO. US-0016 CITY OF PORT ANGELES WASHINGTON SEPTEMBER, 2008 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For information regarding this project, contact: Terry Dahlquist, City of Port Angeles 360-417 -4 702 I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS ElWHA DISTRIBUTION RELOCATION PROJECT NO. US-0016 PART I BIDDING REQUIREMENTS: PaQe No(s). Advertisements for Bids............................................................................... ................. .1-3 Information for Bidders................................................................................................. .1-4 Bidder's Checklist........................................................ ................................................ .1-5 Non-Collusion Affidavit. ..................................................................................... ........... .1-6 Bidder's Construction Experience............................................ ................................ ..... .1-7 Bid Form................................................................................................................. 1-9-10 Bid Security Transmittal form...................... .............................................................. 1-11 PART" CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT Contract.................................................................................................................... .11-1-8 Performance and Payment Bond........................................... ... ......... .................. ....... .11- 9 Certificate of Insurance..................................................................... (provided by bidder) PART'" SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS ........111-1-7 PART IV ATTACHMENTS A. Clallam County Wage Rates B. Forms C. Project Plans (10 pages) D. City of Port Angeles Framing Units E. Public Utility District NO.1 Framing Units I I I I I I I I I I I I I I I I I I I PART I BIDDING REQUIREMENTS 1- 2 I I I I I I I I I I I I I I I I I I I (THIS PAGE INTENTIONALLY LEFT BLANK) I I I I I I I I I I I I I I I I I I I ADVERTISEMENT FOR BIDS ELWHA DISTRIBUTION RELOCATION PROJECT US-0016 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 2:00pm, September 26,2008, and not later, and will then and there be opened and publicly read at that time in the Pittis Conference Room at Port Angeles City Hall for the construction of the following improvements: Removal of eXisting 12 kV overhead power distribution facilities adjacent to a new water treatment plant by the Elwha River, and installation of new facilities to serve the plant and customers of Clallam County Public Utility District NO.1. Plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc. at http://www.bxwa.com.Click on: "Posted ProJects", Public Works", "City of Port Angeles". Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List". Contact the BUilders Exchange of Washington (425-258-1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for Inspection in the office of the Port Angeles Public Works Engineering Services (360-417-4700). 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. Glenn A. Cutler, P.E. Director of Public Works & Utilities 1- 3 I INFORMATION FOR BIDDERS I Sealed bids will be received by the City of Port Angeles (herern called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated rn 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 rn the manner set forth rn the ADVERTISEMENT FOR BIDS. Each bid must be submitted In a sealed envelope, so marked as to rndlcate Its contents without berng opened, and addressed rn conformance with the rnstructlons of the ADVERTISEMENT FOR BIDS. I Each bid shall be submitted on the required bid form contarned rn Part I of the Project Manual. All blank spaces for bid prices must be filled in, rn rnk or typewntten, 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 rn Part I shall be filled out and completed, rncludrng any addendum(s), and enclosed rn 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. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. I I The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn pnor to the scheduled time for the opemng 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 penod exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that IS In the best Interest of the City, to postpone the acceptance of bids and the award of the Contract for a penod not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertlse for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. I I I 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. I 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 nght to reject any bid, If the evidence submitted by, or investigation of, such bidder falls 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. Subject to the foregoing, the bid award may be made to the lowest responsible bidder I 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 authonzed to execute It (them). I 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. I 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 wntten notice, Withdraw ItS signed Contract. Such notice of Withdrawal will be effective upon receipt of the notice by the Owner. I 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 penod, 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 penod 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 authontles having Jurisdiction over construction of the project shall apply to the Contract throughout. I I I I 1-4 I I I I I I I I I I I I I I I I I I I I BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond"? 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. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non-collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed ill! proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. 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 and Payment 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 suretv and power of attornev of sianatorv. C. Insurance certificate(s). 1- 5 (THIS PAGE INTENTIONALLY LEFT BLANK) I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I , r- NON-COLLUSION AFFIDA vir STATE OF WASHINGTON COUNTY OF {! I Ar k The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. ,/~L~ Signature 0 Bidder/Contractor .,{ Subscribed and sworn to before me this 24 - day of S c:pfe,-vl b er . 20D&' , - ",......."" .-' R "1 "'~ ~"'\,.. . RJ:-.. ", _.." _ ~ ~.. '<J^ " .,.. '~'...C.\ON ;~. ~ ~ .. i' 'ii;>~ ""'"T;O~ (>) -;. I ~ ~-. \ : {a ~OT~)..~' i · boo v.. : .~ . -uBU ~: i 10 .ft ... """ ..1:'."'.. ~ :: ':0 u~ .;C/"',.." "" ',,-,... ro;: ~ ':0 ""'>>.... '1 r 'v... "....,__ ~ -,~ ~~ ......... ~f:> " "'1, OF WAS'A~ "......... '"",...."",,' a~ PUbliCi~c:t6 State of Washington. Residing at /3ru. 5 h Pr4 J Y J ~ My Comm. Exp.: .::rAn. 2.0 2L:> /2. I 1- 6 I I I I I I I I I I I I I I I I I I I BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. Name of bidder Registration Number 2. Permanent main office address 3 When organized 4. Where Incorporated 5 How many years have you been engaged In the contracting business under your present firm name? 6 * Contracts on hand (Schedule these, shOWing gross amount of each contract and the approximate anticipated dates of completion), contact name and phone number 7 * General character of work performed by your company 8 * Have you ever failed to complete any work awarded to you? If so, where and why? 9. * Have you ever defaulted on a contract? 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. 11 * List your maJor equipment available for thiS contract 12. * Experience of bidder In construction similar to thiS proJect In work and Importance 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? * Add separate sheets If necessary The underSigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date. Bidder's Signature' Print Name Title I II , " .' 1 <;: , I I I I I I' I I 1 I: , Ii Ii I, If j , I; I' BID FORM ELWHA DISTRIBUTION RELOCATION Page 1 of 2 Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, W A 98362 BIDDER: OJ'S 'ElA:,ci/l.A Lr4 L I 1:-~c. The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement{s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. 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: .]:AJS JrZ-i41JCt (i:JHP4N7 tJF /Hr[ LtJEsr Surety UtI NJtZTr-IWLsr Agent l:,9S0 .sw j.t.4-l-tr,J~1 . J0.T(: a zeo Surety address 'T/6A-L:J cV2. en 1-Z] I (() ,yt../ivt.- OP'I//f),{ (;,., sa:? ~ta 39 -7l~ 5' Surety Contact and Phone Number 7(}i.) Alii:. hJt.f/'fwH.4H, S J/ '{;z. Ifoe Agent Address fdlt.TL.4iY.LJ I de q 72'32- Jillic.. S'AN.tJe.,z 5'd7 - Z9S - :::tS'd i Agent Contact and Phone Number 1- 9 BID FORM Page 2 of 2 ELWHA DISTRIBUTION RELOCATION The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform all work described in the Contract Documents. Lump Sum $ i~Old()o Sales Tax (8.4%) $ f 3 . YYO Total Bid $ \\3 I L(lfO .GO The bidder hereby acknowledges that it has received Addenda No(s). I (Enter uN/A" if none were issued) 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, are listed below. Company Name: DJ'S [,L.€-c-n2.-t U4L- I ruL, Address: l q 505" U€ 1'-1 Zs.,.a /Jt./~J<-I<..l~ (Street address) 8A-/'l'L.i:. 6Q.oJ~..M:J W,4 98tsxJ y (City) (State) (Zip) Contractor Registration Number: OJ SiZ.u .'to 6 Lit..( feE UBI Number: ~dl-" 78 - '1.5'5" 3i..;.d ... 0(P~ - 80'7CJ Telephone No. W A State Industrial Insurance Account Number: [) Slh. 1 Sf -0 I , W A State Employment Security Department Number: 85 t, '-/2 j - Od --C) State Excise Tax Registration Number: ~ol-b 78-'/5'" J Signed by / ~ fl~L Title t:-ca AZL..J{ J!?,WV / Printed Name: ~d-rr L{ t<.f013eiZt., 'Pylos Date: 1-10 I I , 'I i , 1 i 'I ! 'I ,I 'I i I ,I f I I I I , ,I I 1 i 'I I II I 'I , , I ,I i I I I I I I- I I BID SECURITY TRANSMITTAL FORM 1 1 Herewith find an executed Bid Bond or a deposit In the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of $ _ 5% of Bid -- . which amount is not less than five (5%) percent of the lotal bid. SIGN HERE BID BOND I 1 KNOW ALL MEN BY THESE PRESENTS: Insurance Company That we. 0 J's Electrical, Inc as Principal and of the West as Surety. are held and firm(y bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of FIve (5%) Percent of Total Amount Bid ------------ Dollars, for the payment of which the Principal and the Surety bind themstllves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. 1 1 The condition of this obligation is such that If the Obligee shall make any award to the Principal for: ELWHA DISTRIBUTION RELOCATION PROJECT US-DOi6 1 according to the terms of the bid made by the Pnncipa/, and the Princlpe'l! shall duly make and enter into a contract with the Obligee in accordance with the ferms of saId bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee: or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in fhe advertisement for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. I SIGNED. SEALED AND DATED THIS 26th day of September ~/,~;r~~t:, PnnClpal ..sc <3;-r Li<ll.o.':;:;;;e.(, ,2008. I 1 I I Insurance Company of the West USI Northwest Agent ~-~ BJ: ~tl-"t.C,tl I.- I ~L~~ __On 6950 SW Hampton, SUIte #210, Tlgard, OR 97223 Surely address Conner Davidson (503) 639-7265 Surety Contact and Phone Number Sandra Denton, Attorney-In-Fact 700 NE Multnomah, Suite #1300, Portland, OR 97232 Agent Address EriC R. Sander (503) 295-8304 Agent Contact and Phone Number I Dated: 1 Received return of deposit in the sum 01 $ I ,. t1 1 I' No. 0001769 I ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS That Insurance Company of the West, a CorporatIOn duly organIzed under the laws of the State of California, Explorer Insurance Company, a CorporatIOn duly organIZed under the laws of the State of Californlll, and Independence Casualty and Surety Company, a CorporatIOn duly organized under the laws of the State of Texas, (collectively referred to as the "Companies''), do hereby appomt I I ERIC R SANDER, SANDRA DENTON, MARIA H HABERLOCK 1 their true and lawful Attorney(s)-m-Fact WIth authonty to date, execute, Sign, seal, and deliver on behalf of the Companies, fidelity and surety bonds, undertakings, and other SimIlar contracts of suretyship, and any related documents In WItness whereof, the Companies have caused these presents to be executed by Its duly authonzed officers thiS 2nd day of January, 2008 I INSURANCE COMPANY OF THE WEST EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY I d~./?g~ 8- ;Par" d3~t.nV 1 Jeffrey D Sweeney, ASSistant Secretary State of California J Douglas Browne, SenIor Vice President I County of San DIego On January 2, 2008, before me, Mary Cobb, Notary Public, personally appeared J Douglas Browne and Jeffrey D Sweeney, who proved to me on the basiS of satisfactory eVidence to be the person(s) whose name(s) Is/are subscnbed to the WIthIn mstrument, and acknowledged to me that they executed the same m their authonzed capaCIties, and that by theIr signatures on the mstrument, the entity upon behalf of which the persons acted, executed the mstrument } 55 1 I certify under PENALTY OF PERJURY under the laws of the State of Callfornlll that the foregomg paragraph IS true and correct Witness my hand and offiCial seal I .. MARV cOss I COM". ..602390 0 NDTAf\Y PUBlJC-CaIRJRMA,.. SAN QlEGOCOUNTY 0 MV CcmmissiDnE~iMs .... SEPrE_EII 21). 21lO9 1 Mary Cobb, Notary Public RESOLUTIONS I This Power of Attorney IS granted and IS Signed, sealed and notarIZed WIth facsunIle signatures and seals under authonty of the follOWIng resolutIOns adopted by the respectIve Boards of Directors of each of the Companies "RESOLVED That the PreSIdent, an Executive or SenIor Vice PreSIdent of the Company, together WIth the Secretary or any ASSistant Secretary, are hereby authonzed to execute Powers of Attorney appomtmg the person(s) named as Attorney(s)-m-Fact to date, execute, Sign, seal, and deliver on behalf of the Company, fidelity and surety bonds, undertakmgs, and other sunIiar contracts of suretyship, and any related documents RESOLVED FURTHER That the signatures of the officers makmg the appomtment, and the signature of any officer certlfymg the validity and current status of the appomtment, may be facslffille representations of those Signatures, and the signature and seal of any notary, and the seal of the Company, may be facsllru]e representatIOns of those signatures and seals, and such facsunlle representatIOns shall have the same force and effect as If manually affixed The facsunIie representatIons referred to herem may be affixed by stampmg, pnntmg, typmg, or photocopymg " CERTIFICATE 1, the underSigned, AsSiStant Secretary of Insurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certIfy that the foregomg Power of Attorney IS m full force and effect, and has not been revoked, and that the above resolutIons were duly adopted by the respective Boards of DIrectors of the Companies, and are now m full force I I I IN WITNESS WHEREOF, I have set my hand thiS 26th day of September 2008 1 d&01g~ Jeffrey D Sweeney, ASSistant Secretary 1 To venfy the authentICity of thiS Power of Attorney you may call ]-800-877-11] I and ask for the Surety DIVISion Please refer to the Power of Attorney Number, the above named mdlVldual(s) and details of the bond to which the power IS attached For mfonnatlon or filing clauns, please contact Surety Claims, ICW Group, ] 1455 EI Cammo Real, San DIego, CA 92130-2045 or call (858) 350-2400 I it;::O=-~~~~i;?:-;:::~;Z:~~~-;:~-""'-~ .".,,----==-~--, ,- -:-::'~~=~:c'.,-:g~,,-~~~~~ ---~.~~~~":=::'~~~~~~='~~ I~ll DEPARTMENT OF LA~OR AND INDUSTRIES i!ll LICENSED AS PROVIDED BY LAW AS I~ji ELEC CONTR GENERAL I~!I . LICENSE # EXP. DATE !'If 'I' Ee0..r:~, ':7:,~:tj:.:f:SE:Ca::*:04.4 KB ';::6S/:0:2'i'2;0;i 0 ,,1 ,t '" < ,~ 1~ . \' -, '<" .F',' ','<' " ;':v"~ 1'>"'<''< l":~,r ~'~~} "-' J,' , 1[11 ~~i~~'~l~~~:~;!Z~J~~: ." :,'; l:~' ':::r~" ~,~..~ff~:'.;t,:~{~~f~~:'; , 1!1'1! I)' 'II ~ irll , 1~~2),(J~2'1J~1) (8m), ,. L!1*_",___. _ __ __e.~,__ ~ '_ -_ "- 1 I 1 I I 1 1 I I I 1 I 1 I I I I 1 I D J'S, ELECTRICAL INC 19505 NE 142ND AVE BATTLE GROUND WA 98604 Det.ll'h '\nJ Dl'pld)' (eIlIllc.lle LICENSED AS PROVIDED BY LAW A~ ELEC CONTR GENERAL . ~ I LICENSE # EXP. DATE ECO 1" DJSELI* 044KB 05/02/2010 EFFECTIVE DATE '05/02/1996 D J'S ELECTRICAL INC' 19505 NE 142ND AVE BATTLE GROUNDWA 98604 SlgllJlurC I Issued by OEPAR fMENT or- l,A81)1~ "-NO INDUSTR1Ec.; ) P<;~5,1))~,ililil '~f<l71 " ' 11 ,. I . ... ..J Please Remove And Sign IdentlficatIOn Card Before Placing In Billfold I I I I I I I I I I I I r t .' I I , , ~ ~ ~ I ~ I ! I, ~ ~'; I,,' , ' , '1 ",",' " ' ~~'j~l~)jt~t, ,: ';~"P C;t,~~~ '_ -~~t.' ,~:rG~~~~_ ~:l~~~j~~>:~~~j~,tl{~'.~~\ ~!~;11<,~<l;~~~i~~:1~~,[ 1~; : "'~;,;)1,9'50'5,'NEvl'.42Nn:,~ Ell':>,,,",;,,"'" 'hI),' ",1,;"" 'h, ':'BA"tt'[E';'hROUN'n: '~:A~,9'86if4"" " - , . J ,~ , ,., _; 1, ~, 'I 1, \1, ~ Domestic Profit Corporation Renewed by Authority of Secretary of State o \1, 1, \1, 1, U' l~ , \1, ~I \, , \1, ~ ~, " ~ ' ~,~'~ 1. IJI H" 1. ,I, I " ,,- ,,' \tl ~} ,"l.' 1 1 1 I I 1 I I I I 1 1 I 1 I 1 I I I 1 1 I P ART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT I I 1 I I I 1 1 1 I I I 1 I I I 1 I 1 PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this 6)l5J;A. day of October, 2008 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 DJ's Electrical, Inc., a Washington corporation, 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: Elwha Distribution Relocation, Project US-0016 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 2008 Standard Specifications for Road, Bridge, and Municipal Construction prepared by the Washington State Department of Transportation, as may be specifically modified in the attached Specifications and/or Special Provisions, hereinafter referred to as "the standard specifications", and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, E. Electrical construction standards of the City of Port Angeles Department of Public Works and Utilities, F. Electrical construction standards of the C1allam County Public Utility District No.1. 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. PW 0407_02 Part02 doc [Revised March 2008] II - 1 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work after receiving a notice to proceed from the City, and on or after November I, 2008, and said work shall be physically completed by December 24, 2008, 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 of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. 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 PW 0407_02 Part02.doc [Revised March 2008] II-2 I 1 I I I I I I I I I I I I I I I I I I I 1 I I I 1 I I I 1 I I I I I I I I contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, 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. 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. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: PW 0407_02 Part02 doc [ReVised March 2008] 11-3 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 11. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, 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 25 03 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 10 0 I and Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 111. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. IV. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-contractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$l,OOO,OOO per accident. 11. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products-completed operations aggregate limit. 111. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions PW 0407_02 Part02 doc [ReVised March 2008] II-4 I I I I I I I I I I I I I I I I I I I I I 1 I 1 I I I 1 I 1 1 I I 1 I 1 I I The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. 1. 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. 11. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled or reduced as to coverage by 'either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability ofInsurers 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 Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. G. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their subcontractors, lower tier subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 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. PW 0407_02 Part02.doc [ReVIsed March 2008] II-5 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 and Subcontractors. 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. B. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it PW 0407_02 Part02.doc [ReVised March 2008] II - 6 I I I I I I I I I I I I I I I 1 I I 1 1 1 I 1 1 I 1 I 1 I 1 I I I I I I I I and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. F. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G.. N othing containe~ in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to payor to assure payment of any monies due any subcontractor or assIgnee. H. 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 accordan~e with the terms of this provision. The Contractor further agrees to giye the City immediate notice of the existence of any such claim. 1. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written proof that each subcontract and lower-tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower-tier subcontractor shall complete and deliver the form directly to the City. 11. Contract Administration. This Contract shall be administered by Scott Lindberg on behalf of the Contractor and by Terry Dahlquist 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: DJ's Electrical, Inc. 19505 NE 142nd Ave. Battle Ground, W A 98604 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. PW 0407_02 Part02.doc [ReVised March 2008] II-7 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: JJJ I 5 '[Lic.-T~(A.<- \:t..&J ( . Name of Contractor By: J ~ 1~fl- Sc-cJrr LH_NJiSitL6 Title: tAU( IlU-rd),i:'-Jr' CITY OF PORT ANGELES: By: li~~ zr ~...""- Mayor Approved as to Form: ~//--" Ej/!,4- --- City Attorney Attest: ./)0 ..5P~~U .))f5I:b"- City C k PW 0407_02 Part02 doc [ReVised March 2008] II-8 I I I I I I I I I I I I I I I I I I 1 1 I I 1 1 I 1 I 1 I I 1 I I I I 1 1 I PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, as Principal, and a corporation, organized and existing under the laws of the State of Washington, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of $ 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 pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at , Washington, this _ day of ,20 . 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 US-0016, and providing for Elwha Distribution Relocation (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, , shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, 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 in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this _ day of ,2008. Surety Pnnclpal By By Title Title Surety Address Agent Address Surety Contact and Phone Number Agent Contact and Phone Number 11-9 II -10 I I I 1 I I I I I I I I 1 I I I I I I (THIS PAGE INTENTIONALLY LEFT BLANK) 1 1 1 I 1 I I I 1 I 1 I 1 I 1 I 1 I 1 PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS 1 I 1 I 1 I 1 I 1 1 I I 1 1 1 I I I 1 INTRODUCTION/ORDER OF PRECEDENCE See Section 1-04.2 of the Standard Specifications for the general order of precedence for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or other technical requirements of this Project Manual is as follows: 1. Special Provisions as set forth on pages III - 1 through 111-7 2. Submittal requirements, as listed on pages III - 6 through III - 7 3. Project Plans and details, as set forth in Attachment C. Any conflicts between these details and Attachments D or E shall be brought to the attention of the City Engineer for resolution. 4. Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. 5. The most recent edition of the City of Port Angeles' Electrical Engineering Construction Specifications and Standards, the appropriate parts of which are set forth in Attachment D. 6. Construction Standards of Clallam County Public Utility District No.1, the appropriate parts of which are set forth in Attachment E. 7. Attachments (exclusive of the above-mentioned) as listed in the Table of Contents of the Project Manual. STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1-01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. III - 1 Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. I I I I I I 1 I I I I 1 I I I I I I I The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works for the City of Port Angeles. ' The term "Department" is redefined to mean the City of Port Angeles Department of Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the City Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1-02.2 PLANS AND SPECIFICATIONS Section 1-02.2 of the Standard Specifications is deleted and replaced with the following: 1-02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1-02.5 of the Standard Specifications for this project. 1-02.9 DELIVERY OF PROPOSAL Section 1-02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1-03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1-03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power-of-attorney appointing the signatory of the bond as the person authorized to execute it. 11I- 2 I I 1 I I I I I 1 I I I 1 I I I I I I 1-04.4 CHANGES IN WORK Section 1-04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form contained in Part IV, Attachment B. Definitions: a. RFI: Request for Information b. CCO: Construction Change Order PLANS AND WORKING DRAWINGS Unless otherwise required by the Submittal Requirements, Section 1-05.3 of the Standard Specifications shall apply. The Contractor is advised that soils in the project area contain large percentages of river rocks. Backhoe excavating for poles and plate type anchors will likely be required in lieu of using an auger or screw-in helix anchors. Contractor shall include allowances for such conditions in the bid price. No changes for additional cost will be considered due to excavation difficulties. 1-05.5 AS-BUILT DRAWINGS Section 1-05.5 is supplemented with the following: As-built drawings are required to be maintained by the Contractor. The as-built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as-built conditions. These as-built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: 11I-3 11I-4 1 I I 1 I I I I 1 I I I I I I I I I I a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. b. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. The City of Port Angeles has the right to deny progress payments for completed work if as-built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as-builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As-built drawings must be approved by the City Engineer before final payment will be made. See Submittal Requirements for additional information. 1-05.10 GUARANTEES Section 1-05 is supplemented with the following: 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 the 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 and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1-07.2(2) apply. Sales tax will have already been paid on material supplied by the City or PUD. I I I 1 I 1 I I 1 I 1 I 1 1 I 1 1 I 1 1-07.6 PERMITS AND LICENSES All requirements of any permits included in this Project shall be adhered to by the Contractor. All necessary permits for the site have been secured by the National Park Service or their Contractors. No additional permits are required for this project. 1-07.17 UTILITIES AND SIMILAR FACILITIES Section 1-07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. This Contractor will furnish all work necessary to adjust, relocate, replace, or construct utility facilities unless otherwise provided for in the Plans or these Special Provisions. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1-07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part II of the Project Manual. 1-07.23 PUBLIC CONVENIENCE AND SAFETY Section 1-07.23 is supplemented with the following: The project site is closed to the general public, but other contractors, State, and City personnel are working in the same area. This Contractor shall make all reasonable efforts to accommodate the other construction activities, and maintain a work site that does not create electrical or other hazards that endanger others. 111- 5 111- 6 I I I I I 1 I I I 1 I I I I I I I I I Interruptions to power serving the Ranney Collector well shall be scheduled with the City of Port Angeles Public Works and Utilities water division to ensure uninterrupted water supply. No power outages will be allowed to extend overnight. HOURS OF WORK Section 1-08.0 is further supplemented by the following: The hours for delivery to the Port Angeles Landfill of approved material under this contract is limited to Monday through Saturday, 9:00 am to 3:30 pm, excluding holidays. Material delivered and/or disposed of at other hours will not be compensated for under this contract. Project site is controlled by Watts-Delhur, the contractor constructing the primary treatment plant project. This Contractor must coordinate with Watts-Delhur's representative for scheduling work in some areas, and to locate a suitable material staging area. TIME FOR COMPLETION Section 1-08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work no sooner than November 1, 2008, and must be substantially complete with relocation energizing, and removal of overhead power lines no later than December 31,2008, unless a different time frame is expressly provided in writing by the City. 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. PAYMENTS Section 1-09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. 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. All contract Payments will be made only through an Electronic Fund Transfer. It is the sole responsibility of the Contractor to provide to the City the applicable account information to allow this to occur. 1 1 1 1 1 1 1 I I I 1 I I I I I 1 1 I SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR-01 Material Submittals SR-04 As-Built Drawings SR-01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals for the following items, except for that material being provided by the City or PUD: 1 . Poles 2. Crossarms 3. Conductor 4. Downguy anchors 5. Insulators 6. Fused Cutouts All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1-05.3, "Plans and Working Drawings", of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INST ALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR-04 AS-BUILT DRAWINGS Requirements for maintaining As-Builts for the work completed under this Contract are specified in Section 1-05.5 of the Special Provisions above. Final As-Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As-built drawings must be approved by the City Engineer before final payment will be made. 11I-7 I I I I 1 I 1 I 1 I 1 I 1 I I I 1 I I PART IV ATTACHMENTS 1 I 1 1 1 1 I 1 1 I 1 1 1 I I I 1 1 1 ATTACHMENT A CLALLAM COUNTY WAGE RATES I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Cogg Code ELECTRICIANS - INSIDE I CABLE SPLICER $58 34 1E 5A CABLE SPLICER (TUNNEL) $62.86 1E 5A CERTIFIED WELDER $56.29 1E 5A I CERTIFIED WELDER (TUNNEL) $60.60 1E 5A CONSTRUCTION STOCK PERSON $28.83 1E 5A JOURNEY LEVEL $54.25 1E 5A JOURNEY LEVEL (TUNNEL) $58 48 1E 5A I ELECTRICIANS - MOTOR SHOP CRAFTSMAN $1537 2A 6C JOURNEY LEVEL $1469 2A 6C I ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER $56 53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37 15 4A 5A I HEAD GROUNDPERSON $39.19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A I JOURNEY LEVEL L1NEPERSON $51 64 4A 5A LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51 64 4A 5A POWDERPERSON $39 19 4A 5A I ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS I MECHANIC $60.85 4A 6Q MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 I FENCE ERECTORS FENCE ERECTOR $13.80 FENCE LABORER $11.60 I FLAGGERS JOURNEY LEVEL $32.41 1H 50 GLAZIERS JOURNEY LEVEL $45.20 1H 5G I HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $47.58 1S 5J HEATING EQUIPMENT MECHANICS I MECHANIC $16.00 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $39.25 1H 50 INDUSTRIAL ENGINE AND MACHINE MECHANICS I MECHANIC $15.65 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $924 I INLAND BOATMEN CAPTAIN $59.22 COOK $34.81 DECKHAND $34.52 I ENGINEER/DECKHAND $58 62 MATE, LAUNCH OPERATOR $50 20 Page 2 I 1 I CLALLAM COUNTY EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) 1 Over PREVAILING Time Holiday Note ClasSification WAGE Code Code Code I INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $973 GROUT TRUCK OPERATOR $11.48 ' I HEAD OPERATOR $12.78 TECHNICIAN $8.07 TV TRUCK OPERATOR $1053 I INSULATION APPLICATORS JOURNEY LEVEL $20.50 IRONWORKERS JOURNEY LEVEL $4792 10 5A 1 LABORERS ASP HAL T RAKER $38.77 1H 5D BALLAST REGULATOR MACHINE $38 06 1H 5D I BATCH WEIGHMAN $32.41 1H 5D BRUSH CUTTER $38.06 1H 5D BRUSH HOG FEEDER $38 06 1H 5D BURNERS $38.06 1H 5D I CARPENTER TENDER $38.06 1H 5D CASSION WORKER $39.25 1H 5D CEMENT DUMPER/PAVING $38.77 1H 5D I CEMENT FINISHER TENDER $38.06 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $38 06 1H 5D CHIPPING GUN (OVER 30 LBS) $38 77 1H 5D CHIPPING GUN (UNDER 30 LBS) $38.06 1H 5D I CHOKER SETTER $38.06 1H 5D CHUCK TENDER $38.06 1H 5D CLEAN-UP LABORER $38.06 1H 5D I CONCRETE DUMPER/CHUTE OPERATOR $38.77 1H 5D CONCRETE FORM STRIPPER $38.06 1H 5D CONCRETE SAW OPERATOR $38.77 1H 5D CRUSHER FEEDER $32.41 1H 5D I CURING LABORER $38.06 1H 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $38.06 1H 5D DITCH DIGGER $38.06 1H 5D I DIVER $39.25 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $38 77 1H 5D DRILL OPERATOR, AIRTRAC $39 25 1H 5D DUMPMAN $38 06 1H 5D I EPOXY TECHNICIAN $38 06 1H 5D EROSION CONTROL WORKER $38 06 1H 5D FALLER/BUCKER, CHAIN SAW $38.77 1H 5D I FINAL DETAIL CLEANUP (i e, dusting, vacuuming, WIndow cleaning, NOT $29.59 1H 50 construction debris cleanup) FINE GRADERS $38 06 1H 5D FIRE WATCH $32 41 1H 5D 1 FORM SETTER $38.06 1H 5D GABION BASKET BUILDER $38 06 1H 5D GENERAL LABORER $38 06 1H 5D 1 GRADE CHECKER & TRANSIT PERSON $38.77 1H 5D GRINDERS $38.06 1H 50 GROUT MACHINE TENDER $38 06 1H 5D 1 Page 3 1 CLALLAM COUNTY I EFFECTIVE 08.31.08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $38.06 1H 50 I HAZARDOUS WASTE WORKER LEVEL A $39.25 1H 50 HAZARDOUS WASTE WORKER LEVEL B $38 77 1H 50 HAZARDOUS WASTE WORKER LEVEL C $38.06 1H 50 I HIGH SCALER $39.25 1H 50 HOD CARRIER/MORTARMAN $38 77 1H 50 JACKHAMMER $38 77 1H 50 LASER BEAM OPERATOR $38.77 1H 50 I MANHOLE BUILOER-MUOMAN $38.77 1H 50 MATERIAL YARDMAN $38 06 1H 50 MINER $39.25 1H 50 I NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $38.77 1H 50 PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $38 77 1H 50 I PILOT CAR $32 41 1H 50 PIPE POT TENDER $38 77 1H 50 PIPE RELlNER (NOT INSERT TYPE) $38 77 1H 50 PIPELAYER & CAULKER $38.77 1H 50 I PIPELAYER & CAULKER (LEAD) $39.25 1H 50 PIPEWRAPPER $38 77 1H 50 POT TENDER $38 06 1H 50 I POWOERMAN $39 25 1H 50 POWDERMAN HELPER $38 06 1H 50 POWERJACKS $38 77 1H 50 RAILROAD SPIKE PULLER (POWER) $38.77 1H 50 I RE-TIMBERMAN $39.25 1H 50 RIPRAP MAN $38.06 1H 50 ROODER $38.77 1H 50 I SCAFFOLD ERECTOR $38.06 1H 50 SCALE PERSON $38 06 1H 50 SIGNALMAN $38 06 1H 50 SLOPER (OVER 20") $38.77 1H 50 I SLOPER SPRAYMAN $38.06 1H 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $38 77 1H 50 SPREADER (CONCRETE) $38.77 1H 50 I STAKE HOPPER $38.06 1H 50 STOCKPILER $38.06 1H 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $38.77 1H 50 TAMPER (MULTIPLE & SELF PROPELLED) $38.77 1H 50 I TOOLROOM MAN (AT JOB SITE) $38 06 1H 50 TOPPER-TAILER $38 06 1H 50 TRACK LABORER $38.06 1H 50 I TRACK LINER (POWER) $38 77 1H 50 TRUCK SPOTTER $38.06 1H 50 TUGGER OPERATOR $38.77 1H 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $38 06 1H 50 I VIBRATOR $38.77 1H 50 VINYL SEAMER $38.06 1H 50 WELDER $38 06 1H 50 I WELL-POINT LABORER $38.77 1H 50 Page 4 I 1 I CLALLAM COUNTY EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) 1 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code I LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $38.06 1H 50 PIPE LAYER $38 77 1H 50 1 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $1289 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 LANDSCAPING OR PLANTING LABORERS $12.89 I LATHERS JOURNEY LEVEL $46.42 1M 50 METAL FABRICATION (IN SHOP) 1 FITTERJWELDER $15.16 LABORER $11.13 MACHINE OPERATOR $10.66 PAINTER $11.41 I PAINTERS JOURNEY LEVEL $33 94 2B 5A PLASTERERS 1 JOURNEY LEVEL $25 83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.07 PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $59 24 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $44 64 1T 5D 8L 1 BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) $47.42 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $47.91 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) $48 46 1T 5D 8L BACKHOES, (75 HP & UNDER) $47.00 1T 5D 8L I BACKHOES, (OVER 75 HP) $47.42 1T 5D 8L BARRIER MACHINE (ZIPPER) $47.42 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $47.42 1T 50 8L I BELT LOADERS (ELEVATING TYPE) $47.00 1T 5D 8L BOBCAT (SKID STEER) $44.64 1T 5D 8L BROOMS $44 64 1T 5D 8L BUMP CUTTER $4742 1T 5D 8L I CABLEWAYS $4791 1T 5D 8L CHIPPER $47.42 1T 5D 8L COMPRESSORS $44 64 1T 5D 8L 1 CONCRETE FINISH MACHINE - LASER SCREED $44 64 1T 5D 8L CONCRETE PUMPS $47.00 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $47.42 1T 50 8L CONVEYORS $47.00 1T 5D 8L I CRANES, THRU 19 TONS, WITH ATTACHMENTS $47.00 1T 5D 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $47.42 1T 5D 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $47.91 1T 5D 8L I WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $48.46 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $47.03 1T 5D 8L I WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $44.64 1T 5D 8L CRANES, A-FRAME, OVER 10 TON $4700 1T 5D 8L I Page 5 I CLALLAM COUNTY I EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note ClaSSification WAGE Code Code Code CRANES, OVER 300 TONS. OR 300' OF BOOM INCLUDING JIB WITH $47.09 1T 5D 8L I ATTACHMENTS CRANES. OVERHEAD. BRIDGE TYPE ( 20 - 44 TONS) $4742 1T 5D 8L CRANES. OVERHEAD. BRIDGE TYPE ( 45 - 99 TONS) $4791 1T 5D 8L CRANES, OVERHEAD. BRIDGE TYPE (100 TONS & OVER) $48 46 1T 5D 8L I CRANES. TOWER CRANE UP TO 175' IN HEIGHT. BASE TO BOOM $48 46 1T 5D 8L CRANES. TOWER CRANE OVER 175' IN HEIGHT. BASE TO BOOM $4703 1T 5D 8L CRUSHERS $4742 1T 5D 8L I DECK ENGINEER/DECK WINCHES (POWER) $47.42 1T 5D 8L DERRICK, BUILDING $47.91 1T 5D 8L DOZERS, 0-9 & UNDER $47.00 1T 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $4700 1T 5D 8L I DRILLING MACHINE $47.42 1T 5D 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $44.64 1T 5D 8L EQUIPMENT SERVICE ENGINEER (OILER) $4700 1T 5D 8L I FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4742 1T 5D 8L FORK LIFTS. (3000 LBS AND OVER) $4700 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $44.64 1T 5D 8L GRADE ENGINEER $47.00 1T 5D 8L I GRADECHECKER AND STAKE MAN $44 64 1T 5D 8L GUARDRAIL PUNCH $4742 1T 50 8L HOISTS. OUTSIDE (ELEVATORS AND MANLlFTS). AIR TUGGERS $4700 1T 5D 8L 1 HORIZONTAUDIRECTIONAL DRILL LOCATOR $4700 1T 5D 8L HORIZONT AUDIRECTIONAL DRILL OPERATOR $47.42 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $44.64 1T 5D 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $4700 1T 5D 8L I LOADERS. OVERHEAD (6 YD UP TO 8 YD) $47.91 1T 5D 8L LOADERS. OVERHEAD (8 YD & OVER) $48.46 1T 5D 8L LOADERS. OVERHEAD (UNDER 6 YD), PLANT FEED $4742 1T 50 8L I LOCOMOTIVES, ALL $4742 1T 5D 8L MECHANICS. ALL $4791 1T 5D 8L MIXERS. ASP HAL T PLANT $4742 1T 5D 8L MOTOR PATROL GRADER (FINISHING) $4742 1T 5D 8L I MOTOR PATROL GRADER (NON-FINISHING) $47.00 1T 5D 8L MUCKING MACHINE. MOLE, TUNNEL DRILL AND/OR SHIELD $47.91 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $44.64 1T 5D 8L I OPERATOR PAVEMENT BREAKER $44 64 1T 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $4742 1T 5D 8L PLANT OILER (ASPHALT. CRUSHER) $4700 1T 5D 8L I POSTHOLE DIGGER, MECHANICAL $44.64 1T 50 8L POWER PLANT $44.64 1T 5D 8L PUMPS, WATER $44 64 1T 5D 8L I QUAD 9. D-10. AND HD-41 $47.91 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $47.91 1T 5D 8L EQUIP RIGGER AND BELLMAN $44.64 1T 5D 8L I ROLLAGON $47.91 1T 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $44 64 1T 5D 8L ROLLERS. PLANTMIX OR MUL TILlFT MATERIALS $4700 1T 5D 8L ROTO-MILL, ROTO-GRINDER $47.42 1T 5D 8L I SAWS. CONCRETE $4700 1T 50 8L Page 6 I I I CLALLAM COUNTY EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) 1 Over PREVAILING Time Holiday Note ClasSification WAGE Code Code Code 1 SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $4742 1T 5D 8L OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $4791 1T 5D 8L OFF-ROAD EQUIPMENT (45 YO AND OVER) 1 SCRAPERS, CONCRETE AND CARRY ALL $47.00 1T 50 8L SCREED MAN $4742 1T 50 8L SHOTCRETE GUNITE $44.64 1T 50 8L I SLlPFORM PAVERS $4791 1T 50 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $4742 1T 50 8L SUBGRADE TRIMMER $4742 1T 50 8L TOWER BUCKET ELEVATORS $47.00 1T 5D 8L 1 TRACTORS, (75 HP & UNDER) $47.00 1T 50 8L TRACTORS, (OVER 75 HP) $47.42 1T 50 8L TRANSFER MATERIAL SERVICE MACHINE $47.42 1T 5D 8L I TRANSPORTERS, ALL TRACK OR TRUCK TYPE $47.91 1T 50 8L TRENCHING MACHINES $4700 1T 50 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $47.00 1T 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $4742 1T 50 8L 1 TRUCK MOUNT PORTABLE CONVEYER $47.42 1T 50 8L WHEEL TRACTORS, FARMALL TYPE $44.64 1T 50 8L YO YO PAY DOZER $47.42 1T 50 8L I POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $37 61 4A 5A 1 SPRAY PERSON $35 73 4A 5A TREE EQUIPMENT OPERATOR $36.19 4A SA TREE TRIMMER $33.69 4A SA 1 TREE TRIMMER GROUNDPERSON $25.43 4A SA REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27 68 RESIDENTIAL BRICK & MARBLE MASONS 1 JOURNEY LEVEL $45 05 1M SA RESIDENTIAL CARPENTERS JOURNEY LEVEL $1785 I RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $1800 I RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27 78 RESIDENTIAL GLAZIERS I JOURNEY LEVEL $21.36 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $986 RESIDENTIAL LABORERS I JOURNEY LEVEL $1808 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 I RESIDENTIAL PLUMBERS & PIPE FITTERS JOURNEY LEVEL $14.60 I Page 7 I CLALLAM COUNTY 1 EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over I PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS I JOURNEY LEVEL $56.21 1G SA RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $33.59 1E 6L I RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $1088 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 1 ROOFERS JOURNEY LEVEL $38.28 1R SA USING IRRITABLE BITUMINOUS MATERIALS $41 .28 1R SA I SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $54 07 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $32 56 1H 6W I HEAT & FROST INSULATOR $47.58 1S SJ LABORER $12.16 1 MACHINIST $17.16 1 I SHIPFITTER $14.66 1 WELDER/BURNER $1466 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $1929 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12 15 SOFT FLOOR LAYERS I JOURNEY LEVEL $37 08 1B SA SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B SO SPRINKLER FITTERS (FIRE PROTECTION) I JOURNEY LEVEL $1967 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $1323 I SURVEYORS CHAIN PERSON $935 INSTRUMENT PERSON $11 40 PARTY CHIEF $1340 I TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $32.34 1E SA TELEPHONE LINE CONSTRUCTION - OUTSIDE 1 CABLE SPLICER $31.46 2B SA HOLE DIGGER/GROUND PERSON $17.58 2B SA INSTALLER (REPAIRER) $30 1 7 2B SA JOURNEY LEVEL TELEPHONE L1NEPERSON $29 26 2B SA I SPECIAL APPARATUS INSTALLER I $31 46 2B SA SPECIAL APPARATUS INSTALLER II $30.82 2B SA TELEPHONE EQUIPMENT OPERATOR (HEAVY) $31 46 2B SA I TELEPHONE EQUIPMENT OPERATOR (LIGHT) $29 26 2B SA TELEVISION GROUND PERSON $16.67 28 SA TELEVISION L1NEPERSON/lNSTALLER $22 19 2B SA TELEVISION SYSTEM TECHNICIAN $26 42 2B SA I TELEVISION TECHNICIAN $23.76 2B SA TREE TRIMMER $29.26 2B SA Page 8 I COUNTY ~***************** , II CLALLAM COUNTY EFFECTIVE 08-31-08 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note ClasSification WAGE Code Code Code TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $43.61 1M 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $37.44 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $37 90 1K 5A TRUCK DRIVERS ASPHALT MIX( TO 16 YARDS) $43.45 1T 50 8L ASPHALT MIX (OVER 16 YARDS) $44.25 1T 50 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $44.25 1T 50 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 OILER $9.45 WELL DRILLER $11.60 Page 9 I ************************************************************************************************************************ BENEFIT CODE KEY - EFFECTIVE 08-31-08 I I .1 I I I 1 I I I I I 1 I 1 1 I 1 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE o THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE P AID AT DOUBLE THE HOURLY RATE OF WAGE. 2 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -2- Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF W AGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL Y RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6.00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE U. ALL HOURS WORKED ON SA TURDA YS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURL YRA TE OF WAGE. V ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY, AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON HOLIDAYS SHALL BE P AID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE D ALL HOURS WORKED ON SA TURDA YS AND SUNDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE I I I I 1 1 I I I I I I I I 1 I I I I I I I I 1 I I I 1 I 1 I I I I 1 I I 1 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -3- G ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE 2. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE J ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY ALL HOURS WORKED ON UNP AID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY K M ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. o ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE P THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE P AID AT TWO TIMES THE HOURLY RATE OF WAGE. Q ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4A ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) B HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8) C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) D HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) E HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) F HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I) G. HOLIDAYS' NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) J HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) 5 6 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -4- I K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) I L. I HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) M HOLIDAYS. NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9) I N. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9) I P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SA TURDA Y AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). I Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) S PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7) I T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (10) 1 U PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) V I PAID HOLIDAYS SIX (6) PAID HOLIDAYS W PAID HOLIDAYS NINE (9) PAID HOLIDAYS X HOLIDAYS AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8) I Y HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) I z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) I A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) B PAID HOLIDAYS NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY (9) I C HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) I D PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9) I E PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2) I F PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (1 I) I I I I I 1 1 I I I 1 1 I 1 I I I I 1 I I 8 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -5- G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11) H PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). P AID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) J PAID HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DA Y, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (9) L HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (8) Q PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8) UNPAID HOLIDA Y_ PRESIDENTS' DAY T PAID HOLIDAYS. NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9) U HOLIDAYS NEW YEAR'S DA Y, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9). PAID HOLIDAYS NEW YEAR'S DA Y, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DA Y, DAY BEFORE OR AFTER CHRISTMAS DAY (10) W x PAID HOLIDAYS NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11) NOTE CODES A THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURL Y WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' - $1 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 175' - $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250' - $5 50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250' - DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALFTIMES THE DIVERS RATE OF PAY IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50' TO 100' - $100 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - $2 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $100 PER HOUR L WORKERS ON HAZMA T PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $075, LEVEL B $0 50, AND LEVEL C: $0 25 BENEFIT CODE KEY - EFFECTIVE 08-31-08 -6- I M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS LEVELS A & B. $1 00, LEVELS C & D. $0 50 I N WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A $100, LEVEL B $0.75, LEVEL C $050, AND LEVEL D: $0.25 I 1 1 I I 1 I I I I I I I I I I I I I I I I I 1 I I 1 I I I I I 1 1 1 1 ATTACHMENT B FORMS I I I I I I I I 1 I I I I I I 1 1 I 1 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DOwner o Contractor DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: 0 YES 0 NO ORIGINATOR SIGNATURE: DATE: COMMENTS. RFI Number: I 1 CONTRACT CHANGE ORDER (CCO) NO. I ProJect Name Date I Contractor Project No. I DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: I I Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the eXisting contract items and/or adds and/or deletes bid items as follows. I I ',' <. Item Descnptlon RFI# ' ' Qty. Unit $ Cost Per Umt $ Cost Net $ Cost Ad] Days No ~ . ~r> ic ~ ", '" -, , .. 1 OnQ ",I'll , Rev. ; 1]' ~ "- 2 One. - Rev. I I 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' zz DAYS XX+ZZ-YY DAYS- YY+ZZ 1 I . Amount with applicable sales tax included 1 All work, matenals and measurements to be In accordance with the provIsions of the onglnal contract and/or the standard speclflcallans and special provIsions for the type of construcllan Involved The payments and/or add/lIanal time specified and agreed to In thiS order Include every claim by the Contractor for any extra payment or extension of time with respect to the work descnbed herein, including delays to the overall project I ,.;,;[~~,:(:~"" ' , . . ':~.~,' ." , . . " '~'., ' " , . :>>:~., .A:PPRO'VED BY':": : ,i"..... . ' , t.,...,' 'SIGNATURE: '{', ~-L - DATE: ' . ..' PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER ,.{tj" < .,' ,,' , -' ''/'''- " CITY COUNCIL APPROVAL DATE. ' ' " T .~,~ " , -, . , 1 I 1 1 I I I I co~ CONTRACTOR'S APPLICATION FOR PAYMENT ELWHA DISTRIBUTION RELOCATION, PROJECT NO. US-0016 Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department P.O. Box 1150 Port Angeles, W A 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to [end of penod]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order No(s). [Excluding Sales Tax] $ 3 Adjusted Contract Amount (1 +2) $ 4 Value of Work Completed to Date [per attached breakdown] $ 5 Material Stored on Site [per attached breakdown] $ 6 Subtotal (4+5) $ 7 8.4% Sales Tax [at 8.4% of subtotal], As Applicable $ 8 Less Amount Retained [at 5% of subtotal] $ 9 Subtotal (6+7-8) $ 10 Total Previously Paid [Deduction] $ 11 AMOUNT DUE THIS REQUEST (9-10) $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower- tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of thIS contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of ,20_. Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date ATTACHMENT C PLANS I 1 I I I 1 I I 1 I [;: . i 1; a. ~ I , ~ I ~ c c I ,/ u I "' o ~ Name Terry Dahlquist Chris Roethle Wayne Hagan Guy Rider I co City of Port Angeles Elwha Distribution Relocation " ,/'/ ~, ',- /f '" WORKZONE 2 SEE SHEET 4 FOR PARTIAL PLAN WORKZONE 3 SEE SHEET 5 FOR PARTIAL PlAN ;~ ./ \ \ /,-" / j 1,/' /' j j// " I' I ' !) , ", WORKZONE 1 SEE SHEET 3 FOR PARTIAL PlAN \ ' I /~ '~:., ~~::~ -~ ,/" PROJECT OVERVIEW Not To Scale Position Phons Electncal Englneenng Manager (360) 417-4702 Project Manager (360) 661-1799 Electncal Engineer (425) 864-7213 Draller (253) 520-3488 ELECTRIC SYMBOLS LEGEND ABBREVIATION KEY Q] JUNCTION VAULT kV KILO (1.000) VOLTS " PHASE (l.sINGLE. 3-ll1REE) ~ TRANSFORMER VAULT ACSR - ALUMINUM CONDUCTOR STEEL-REINFORCED . NEW POLE ASSY - ASSEMBLY AWG AMERICAN WIRE GAUGE 0 EXISTING POLE CIR CIRCUIT COPA - CITY OF PORT ANGElES I8l POLE TO BE REMOVED CU COPPER C> OVER.HEAD TO UNDERGROUND TERMINATION DOE DOUBLE DEADEND DE DEADEND ~ DIA DIAMETER OVERHEAD TRANSFORMER BANK - NUMBER EPR ETHYLENE PROPYLENE RUBBER (CABLE INSULATION) INDICATES QUANTITY OF TRANFORMER(S) FG FIBERGLASS FT FEET ~ ELEClRONIC MARKER 10 IDENTIFICATION LB LOADBREAK --'I.r- OH OVERHEAD FUSE CUTOUT, SIZE INDICATED PRI PRIMARY (12,470 VOLTS OR 7,200 VOLTS) PUD CLALLAM COUNTY PUBLIC UTILITY DISTRICT #1 E-- DOWN GUY AND ANCHOR AS'OY PVC POL YVINYLCHLORIDE QUAD - QUADRAPLEX -+- SPAN GUY SCH SCHEDULE SEC SECONDARY ----- NEW FACILITIES SQ SQUARE SVC SERVICE SW SWITCH _'lIi_---_tf<_---- EXISTING MEDIUM VOLTAGE I PRIMARY CONDUCTORS TANG TANGENT TEMP - TEMPORARY ------ EXISTING SECONDARY QUADRAPLEX TERM - TERMINATION TPX TRIPLEX oJ'\f\fV'V'\.I' CONDUCTOR REMOVAL UG UNDERGROUND XFMR - TRANSFORMER PROJECT CONTACT LIST Company City of Port Angeles North Sky North Sky North Sky VICINITY MAP Not To Scale SectIOn 3 - TownshIp 30N - Range 7W PROJECT SCOPE OVERVIEW RELOCATE EXISTING 12 47-KV OVERHEAD 3-PHASE. 4-WIRE, DISTRIBUTION POWER LINE TO ACCOMMODATE INSTALLATION OF NEW WATER TREATMENT PLANT. SURFACE WATER INTAKE STRUCTURE, AND LEVEE COORDINATE WITH ALL ENTITIES AS REQUIRED FOR INSTALLATION THE RELOCATED LINE WILL BE JOINT USE OVER THE MAJORITY OF THE INSTALLATION WHERE JOINT USE AND THE CITY OF PORT ANGELES (COPA) ONLY, POLES WILL BE OF FIBERGLASS CONSTRUCTION AND FURNISHED BY ll1E COPA WHERE PUD (ClALLAM COUNTY PUD) ONLY, POLES WILL BE WOOD CLALLAM COUNTY PUD TO PROVIDE ALL MATERIAL INCLUDING POLES FOR ll1EIR PORTION OF THE SYSTEM, SEE BILL OF MATERIAL (BOM) AND FRAMING UNIT SHEETS CONTRACTOR MUST COORDINATE Wlll1ll1E PUD ON STAGING AND DELNERY OF MATERlAlS ALL EXISTING TRANSFORMER BANKS Will BE TRANSFERRED TO NEW POLES TRANSFER EXISTING PRIMARY AND SECONDARY SYSTEM AS INDICATED ON DESIGN DRAWINGS THE FOLLOWING IS A LISTING OF APPROXIMATE QUANTITIES OF MAJOR MATERIALS REMOVAL . 12 POLES, WOOD . 290-FEET OF J-PHASE, 4-WIRE OH DISTRIBUTION, COPA. . 155s..FEET OF 3..pHASE, 4-WIRE OH DISTRIBUTION, pun . 880-fEET OF I-PHASE, 2-WIRE OH DISTRIBUTION. PUD ABANDON . 730-FEET OF I-PHASE. UG DISTRIBUTION, PUD INSTALLATION .18 POLES, FIBERGLASS (INCLUDING GUY STUBS). COPA FURNISHED .3 POLES, WOOD. FUllY PRESSURE TREATED, PUD FURNISHED . 1 VAULT, COPA FURNISHED . 1820-FEET OF 3-PHASE, 4-WIRE. 410 ACSR OH DISTRIBUTION. COPA. . 260-FEET OF J-PHASE, 4-WIRE, #2 ACSR OH DISTRJBUTION. COPA . 1710-FEET OF 3-PHASE, 4-WIRE. #2 ACSR OH DISTRIBUTION, PUD . 663.FEET OF 1-PHASE, 2~WIRE, #2 ACSR OH DISTRIBUTION, PUD . 900.FEET OF 1-PHASE, 1/0 AL UG DISTRIBUTION, PUD . 270-FEET OF 4' PVC SCH 40 CONDUIT, COPA. . 780-FEET OF 2" PVC SCH 40 CONDUIT, PUD TABLE OF CONTENTS SHEET 1 SHEET 2 SHEETJ SHEET 4 SHEET 5 SHEET 8 SHEET 7 SHEET 8 SHEETS SHEET 10 PROJECT & SCOPE OVERVIEW, VICINITY MAP, LEGENDS GENERAL CONSTRUCTION NOTES PARTIAL PLAN - WORKZONE 1 AND CONSTRUCTION NOTES PARTIAL PLAN - WORKZONE 2 AND CONSTRUCTION NOTES PARTIAL PlAN - WORKZONE 3 AND CONSTRUCTION NOTES PRIMARY CIRCUIT DIAGRAM. POLE INSTAlLATION & REMOVAL TABLES POLE ASSEMBLY DETAILS, POl-P08 POLE ASSEMBLY DETAILS, POS-P18 AND DRILLING GUIDES STRINGING TABLES BILL OF MATERIALS n8C North Sky Communications Electrical Englneenng DIVISIOn A Quanla Service Company 1303 Cenlral Ave So Surte 201 Kent, WA 98032 Office (253) 520-3488 Fax (253) 520-39B5 OB007ENG NSC Job Number Wayne Hagan Engineer Guy Rider 0...... Chns Roethle Checked: Barry Eronson Ap_ ReVISions -"!'!.... ~ Descnpbon City of Port Angeles Elwha Dlstnbubon Relocabon Elwha Water FadlIly 1901 KaceWay PortAngeJes, WA983S3 Project Overview Scope Legend AbbreViations Key Table Df Contents Sheet 1 of 10 GENERAL CONSTRUCTION NOTES '" .g g 5 D- el z "' ~ fi: o i '-' 'i ~ "15 D- '-' Z "' " o o <Xl o 1 .t '" o ~ ;: 1 1 .t '-' en z ~ .3 '" 1 en PRE.CONSTRUCTION MEETING . A pre-constructlon meeting IS required prior to the start of construction The project engineer will be schec:Med to attend this meetlng to proVide Input and clanficabon . All construction shall be preformed by quahfied electrical workers Each employee shall cany current first aide card and required safety equipment Contractor and their employees shall adhere to all safety standards for electrical workers as defined In WAC 295-45, Safety Standards for 8ectncal Workers and the National 8ectrlcal Safety Code DRAWINGS ~Ions of existing features and facdHfes are based on draWings proVIded by the owner Field venflcatlOn should be made before starting pl'OJect. . The Intent of the drawings Is to mdude all Items necessary for the proper, execution and completIOn of the Work. however. any Item or detail not speCIfically mentlOJled In the speCIficatzons or shown on the drawmgs. but which IS necessary to produce the Intended results, shall be Included Detail data for structures, matenals, and stnnglng tensions are proVided on other drawIngs which are a part of thiS total package Marntaln on Site, In good condition, a complete file of constructlon drawlOgs TheS0 drawmgs shall be available at all times to the owner's sds representatIve All changes m the desIQn during construction Will reqUIre notiflcatlon Bnd approval of the owner pnor to making changes Corrections and changes shall be recorded COr'ltlOuously on these drawmgs The Contractor shall continuously maintain a mark:ed set of -as-hullt- drawmgs and subnllttals as the work progresses, to Indrcate all significant deviations from the original design, Including addenda Items and change orders Maintain records of all concealed condurts and Wiling, and of actual equipment locations Provlde dimenSiOns from accepted reference Ones as needed FollOWing completIOn of the e1ectncallnstallatlon, but pnor to final acceptance, the Contractor shall mOdifY one complete set of reproducible copies, with all -as-bUlIt" information and submit these drawings and submIttals to the OWner for approval Each drawing shall be mark:ed -CORRECTED TO AS-BUIL r or, If there are no changes, draWings shall be marked -NO CHANGES, INSTALLATION PER PLAN" MATERIAL SUBMITTALS ProVide submittals to both The City of Port Angeles and Engineer for the follOWIng 1) Overhead conductor 2) Hardware 3) Grounding Material Shop drawings shall provide sufficient detaIl so compliance with the Intent of these dr8wIOgs can be asoertal1led Clearly identify each Item by manufacturer, brand, trade name, number, SIZe, rating, or whatever other data IS necessary to properly Identrfy and rBVl8W materials and equipment ObtalO approval before purchaSIng Items not In accordance With the mtent of theses drawings will be rejected Forward aU submrttals to the City of Port Angeles representative and Engineer together, at one lu11e, In bound folders With tabs and Dldex for each section Individual or Incomplete submIttals are not acceptable . The Contractor shall establish quanbbes, check draWings and data, venfy space reqUirements, dimenSIOns, and POSSible Interferences pnor to submittal . The CIty of Port Angeles representatIVe and the Englneerwdl review each submittal, mal1c to Indicate action taken, and retum Compliance with specified characteristics IS the Contractor's responslbllJty Approval of submittals does not release the Contractor from a proper Installation, compliance with the draWings, speClficabons, codes, standards, ate, or coorcllnatJon of the work OUTAGES ~n of all outages shall be completed at least 48 hours I1l advance by the contractor QUALITY ASSURANCE All work under thls section shall be In accordance With the follOWing, except as supplemented and/or modified herein All materials, eqUIpment and workmanship shall be properly Inspected by the Contractor and the owners representative on site Contractor shall provide aU samples, data, and documents necessary for such Inspection . Owner and Engineer shall be afforded full and free access at the Jobsrte for rnapachon and to determine the status of the \Wrk. . If Contractor covers aD or any part of the work prior to any Inspection or test specifically requested by Engrneer or the owner's representcltJve, the cost of any necessary uncovenng and replacing shall be bome by the Contractor Neither the fanure to make Inspections or tests, nor to discover defective workmanship, equIpment, or practices shall prejudIce the nghts of the Owner or EngIneer to correct or reject the same as hereinafter The InstaUatlOn shaD comply With the more stringent of the requirements of the drawings spectficatlOr1S and all laws, ordinances, rules, regulations and requIrements In effect at the site Indudlng current editions of the following 1 NESC - National Electrical Safety Code 2 OSHA - Occupational Safety and Health Act (and Its WashlOgton State equivalent) 3 WashlOgton Administrative Code (WAC) Olapter 296-45 The follOWIng standards establIsh the mmlmum requirements for the equipment and mstallatlon, unless exceeded by the requIrements of the draWings or specifications 1 ANSI - American National Standards Institute 2 IEEE - Institute of E1ectncal and Electronics engineers 3 NEMA - National E1ecbicaJ Manufacturers Association 4 NEIS - NatJonal Electncallnstallatlon Standards Nothing In the drawtllgs or spectficatlons shaD be construed to dIrect or permit work not conformIng to applicable laws, ordinances, rules. regulations, requirements or standards DiscrepanCies or conflicts shall be brought to the attentJon of the Engineer promptly for resolution The completed Installatlon shall be In accordance With the standards and requirements of the NESC TESTING i ~I new pnmary medium voltage cables to be tested to manufacturer and NEC speclflcaltons pnor to energlZ8tlon WOOD POLES Newly set poles shall be backfilled and tamped to the full depth Excess dirt shall be banked around the base of the pate Poles shall be set to a nominal depth of 10 percent of the pole heIght, plus two feet, unless othelWlse noted Minimum setting depth shalt not be less than five feet Poles shall be set so that the crossann gains face In opposite dIrections on every other pole At Une angles and deadends, poles shall be set such that they lean away from the strain of the pnmary conductors They shall be set such that the flOal rake IS not less than 1 Inch for each 10 feet of pole height abo\18 ground after the conductors are Installed at the reqUired tension . The conductor shaD be tied to the top groove of pin-type or post-type Insulators on tangent poles On angle structures, the conductor shall be tied on the Side of the msulator OPPOSite the direction of the strain PIn-type and post-type Insulators shall 00 tlght on the pins and brackets, respectIVely, and the top groove shall be IO-fine With the conductor aftertymg There shall be no Uplift on pm-type or post-type msulators A 3-Jnch square, curved washer shall be used abutting the pole when InstaUlng primary deadef1d, neutral deadend, and guy assemblies drrectly to the pole These washers mltJgate the crushrng of wood fibers and facilItate the permitted longrtudlnalloads shown on the construction drawings . A 2114.mch (mmlmum) square washer shall be placed under the shoulder of 7 a:V crossarm Insulator pIns with a surface area abutting the crossarm of less than 4 square Inches These washers mitigate the aushlng of wood fibers and faCIlitate permitted transverse loadlr'lg FIBERGLASS POLES . Unguyed loads may result In greater deflections than wood poles Localized damage may occur If through bolts are overtorqued Nalls, staples. gains. and mounting hardware with teeth may not be used Instead of lag screws, attach hardware to fiberglass poles With a toggler hollow-wall anchor, machine bolt, and spring coli washer Limit tensile loads to less than 1,196 Ibs With these attachments Nails and staples shall not be used Use #8 self-dnUlng ScreM for attaching smatlllems such as clips and pole numbers Dnlhng should be done With carbIde or diamond bits Fiberglass poles should be handled WIth reasonable care to minimIze damage.o the pole's finISh and polyester veil cover Damage to the vall cover or parnt wlU expose the flber resln to ultraviolet \\g\'rt, causing It to eventually degrade Nylon straps must be used for lifting and settU'lg fiberglass poles Never lift fiberglass poles with a chain or wire rope Never use a steel cant hook on fiberglass poles . Machine or DA bolts may be used to attach crossanns, neutral spools, and standoff brackets Bolts, nuts, and washers are the same as for wood poles, however, the attachment torque must not exceed SO ft...b Ge.1eraDy, torque may be gauged by double cod spnng washers, 50 ft-Ib Is reached when the collis fully compressed The use of conventional Impact wrend1es should be avoided 8S they supply too much torque POLE GROUNDING Ground rods shall be dnven to their full length In undisturbed earth, a minimum of 12 Inches from the face of the pote The tops of the ground rods shatl be at least 2 Inches below the surface of the earth The ground Wire shall be attached to the rod With a ground clamp Grounding systems between utll1tles shall be separate . COPA ground Wire shall be routed through fibetglass poles PUD ground wires. shall be attadled to outer surface of pole The connection between the ground rod and the system neutral should be made by one continuous pIece of conductor (the pole ground wire), and shall be installed 10 the shortest and most dlteCt path Connections to the neutral and splices, If reqUIred, shall be made using a compressIon type connector . All neutral condudOl'9 of the same utility on the pole shan be bonded directly to ead1 other, and connected to the pole ground wire, If present An eqUipment ground Wires, neutral conductors, downguys, messenger wires, and surge..protectlon ground wires shall be mterconnected and attached to a common (pole) ground wire In accordance With the reqUIrements of the NESC OVERHEAD CONDUCTORS Conductors shall be handled with care and shatl not be trampled on or run over by vehicles All conductors shall be cleaned thoroughly by wire brushing before splICIng or Installing connectors or clamps A suitable OXidation Inhibitor shall be applied before spliCIng or applymg connectors over aluminum conductor Damaged portions of conductor shall be cut out and the conductor spliced The conductors shall be puUed over suitable rollers or stringing blocks property mounted on the pole or aoss-arm to prevent bInding or damage while strInglOg . For new construction, there shall be no less than 1,000 feet between splices, and there shall be no more than 3 sphces per mile In any pnmary phase or neutral conductor, and splices shall not be Installed Within 5 feet of any supportmg structure SplICeS shall be installed In accordance with the manufacturer's specifications and recommendations Conductors shall be sagged evenly and In accordance with the conductor manufacturer's recommendations "The all' temperature at the time and place of saggIng shall be determined by the use of a certified thermometer The sag of all conductors shall be m accon:Iance with tables Included herein In-llne Insulators shall not be used In permanent appllcabons, and shall be removed INhere modifications are made to eXISting conductors . Secondary conductors shail be Installed such that the dlmbmg space on the pole IS not obstructed GUYS --;-Install guys on the pole before the conductors are strung Oeadend structure guys shall be Installed, as nearly as practicable, In line with the pull of conductors Guys that bisect hne angles (bisector guys) at Ime structur&> shall be Installed as nearly as pradlcable to the thru bIsector of the hne angle Span guys and down guys attaching to the same guy pole stI311 utJhze the same through-bolt or guy band such that forces are transferred primarily through the mounting hardware One or more Insulated links shall be Installed In the primary conductor guys where they attach to poles WIth energIZed equipment unlCS shaD be of suffiCIent length to extend below any energIZed conductors upon the failure of a guy wire or connection Altemately, Insulated links may be Installed at the level of the lowest energIzed conductor, With the guy Wire above them ground6d to the pole ground Insulators shall be installed In neutral guy WireS or guys without links to prevent galvanIC corrason of the anchors MY guy wire attaching to a pole With energized conductors shall be bonded to the pole ground Down guy and overtlead span guy Wires shall be effecl:lvely grounded In accordance with Rule 21 5C2 of the NESC ANCHORS -----:&:Smuch as practicabCe, anchors and rods shall be Installed m-llne With. and In the OPPosIte direction of, the resultant strain of the conductors Guy leads shall be Within 10 degrees of the anchor rod angles Anchor assemblies shall be Installed so that approximately 1211lches of the rod remalOs out of the ground As deemed necessary, the projection of the anc.hor rod above earth may be Increased to a maxImum of 24 Inches to prevent burial of the rod eye After a plate anchor has been set In place, the hole shall be backfilled with ooarse aushed rock for 2 feet above the anchor and tamped during the filling The remaInder of the hole shall be backfilled and tamped With dirt. Helix anchors shall be mstalled With a mlnrmum separatIon of 5 feet Install to loe torque recommendabon of the manufacturer EXCAVATION & BACKFILLING Contractor to proVide all cIVll wone to mclude trenches, backfill, select fill, trench maintenance, and excavation for alt pads and vaults for new equipment, to also include removal of structures and fill material Bnd tampIng The Contractor IS responsIble for locating all utilities With In the construction zone Excavate to depths noted In drawings, as reqUired for proper completion of all below grade work: Cut to suffiCient sIZe to proVIde ample room for construction of forms and shonng as reqUired During excavation and backfilling, extreme care shall be taKen to keep rocks and other rough matenal away from the condUIts Pack a minimum of 3 Inches of sand or soft flll material (free from stones, rocks or ether rough matenal that might be forced against the conduItS and cables dunng backfilling, or when seUhng or frost-heavlng disturbs the surraunt!lng earth) around condUits . Conduits shall be mstaDed with a mmlmum 36- cover unless Otherwise noted In plans . Excavations left open ovemlght or non-worklng days shall be covered or secured by means acceptable to the owner . Trenchmg and backfill shall be done in accordance to local jurisdictional Stand&irds . Restoration of driving surfaces shall meet or exceed onglnal condition and will be compacted to 95% TrenchIng outsIde of roadways shaD be compacted as reqUIred The Contractor may use native backfill provided there are no large rocks or debris In the soil . Vault beddmg matenal shall consist of a mlnrmum of 6 Inches of compacted 518- aushed rock Backfill shall be good compactable matenal without large rocks, chunks, or debns . Vaults shall be Installed plumb and true, and shall be square With the adjacent roadways or property lines, unless reVIsed by owner at time of engineer stakIng . CondUIts shall enter vaults at a perpendicular (90-degree) angle to vault face Conduit entries Into vaults shaD be mortar grouted and smoothly f1nrshed . ""1 condUits shall be field proofed uSing a 90% hard mandrel after rnstallatlon UG GROUNDING . Ground rods shall be driven at opposite comers at each vault The minimum separation dIstance between ground rods to be 6 feet Ground Rods to be %- diameter by 8' long, copper-clad steel . Connections at ground rods shall be welded connections and WIth a #2 Cu bare ground wire entenng each vault and bonded to the ground loop InsIde . Ground terminals shall be a #2 AWG bare copper cable around the entIre penmeter of the vault, support as reqUIred Tap connectJons to neutral and ground cables shall be with copper compression type C-taps BushIng mounting brackets, parklng bushlOgs, and bushU'lg caps In pad-mounted equIpment shall have the bleed wire connected to a proper ground before energIZing . Before grounding connections are made, contact surfaces shall be thoroughly cleaned Connections shall be both mechanically and electncally secure . InstaD a #2 covered CU system ground In the same conduit as the prIm8JY cable 600V Insulated - THHW . #2 ground I pnmary neutral conductor can have black Insulation with green Phase-tape where It leaves conduIt MATERIALS ------contractor shall make certain that all materials selected by him or by hiS suppliers, conform exactly to reqUIrements and Intent of the draWings All matenals shall be rated In compliance With NEC and ANSI standards and shall be UL hsted I rated where applicable . All matenal and equipment to be used In construction must be stored so as to be protected from deteriorating effects of the elements OIJ.filled equipment shall be stored In an adequate 00 containment endosure or In a locked/secured area Salvage and return to the owner all matenals removed 10 the course of the work AD copper conductors must be returned W1thlll 24 hours of removal ACSR CONDUCTORS . 4JO ACSR, Penguin, 611 concentrJc..lay-stranded conductor steel reinforced shan meet the applicable requirements of ASTM B 232-2001, Standard . WIre shall be Class AA . WIre shall be ACSRlGA uSing Class A zmcxoated steel wire core FIBERGLASS CROSSARMS . Fiberglass aossarms shall be constructed to meet or exceed the Shakespeare standard quality control speclficatlon for their Lextex Composite Crossanns . Deadend Crossarms shall be 4- x 7 5" X 10', Shakespeare Cat#XDB120G12442, or approved eqUIValent . Tanoent Crossanns shall be 3 5- X 4 5- X 10', Shakespeare Cat #HTN120N00602REA, or approved eqUivalent . See Framing Umts for detaIled aossarm InstallatJon arrangement and requIrements PRIMARY CABLE TERMINATIONS Pnmary power cable termmatlons at junction vaults shall be made With submersible, hot-stick operable 200 amp, 8 3114 4kV load break elbOw type terminators with test poInts Tennlnators shall be molded of EPDM rubber enclosed in a molded seml-conductlve Jacket that Is grounded dunng operatlon, and proVIded With a stainless steel reInforced pulling eye Unused load break bushIngs shall have a 15-kV rated pre-molded protective Insulated dead end cap WIth ground lead to Insulate, electncally shl9ld and mechanically seal the bushIng . Cable pulling lubncants shall be of the best quality and shall have no damaging effect on the Insulation, shIelding or concentric neutral wires The pulling tensions shall not exceed the manufacturer's maximum allowable pulling tensIOn I CONDUITS ~dults shall be Schedule 40 PVC or better, flame retardant. and shall be reSIstant to low temperature and sunlight effects, Impact and crushIng FIttingS, couplmgs, ate. sha" be of the same manufadUrar as the condUIt Conduit to be electrical grey . JOints In the underground PVC condUit system shall be solvent welded to prevent the entrance of moisture Conduit bends shall be minImum 48-lnch radius INSTALLATION ~ o o . o ~ o / '-' ~ v '" OVERHEAD EXCAVATION FRAMING & POLE INSTAlLATION On structures 'Nhere both utllJlles are being framed and mstalled, The CIty of Port Angeles will always be framed In the upper postbon and C1allam County PUD WID be In the lower posrtJon The type OH framing utJhzed Will be excfuSIVSIy pnmary neutral (all 3 phase conductors and the neutral at the same level on crossarm) Pro\ltSlonS have been made to accommodate two separate communications utJlltles Owest and CPI (fiber) This Includes 12" of separation between them and requIred clearance to the supply conductors Pole excavatJons shall be maintained In a safe condtlKm at all lInes to protect the workers Excavations left open ovemlQht on non-workll1g days shall be covered or secured by means acceptable to the owner excavations shall have clean level surfaces of undisturbed material With adequate bearing capacity If suitable bearing matenallS not encountered the hole shaD be cleared of the unsuitable material and replaced With 516- mInus crushed rock (tamped) All poles and anchors wUl be staked by othen; poor to construction All poles to be set at 10% +2" unless otherwise mdlcated BacldilI each pole WIth at least 1 cubIC yard of 1.112" crushed rock (tamped) Guy positions are shown on detail sheet 4 and Installation details are shown on sheet 4 When called for, Install double colt spring washers on threaded ends of bolts For bolts that use double coli spring washers, tighten snugly and then back off Y. tum Wood pOles that are field drilled shall be treated WIth copper naphthenate <Xl o o N -i o '" , .. I n8C I I North Sky Communications Electrical Englneenng DIVISIon A Quanta Service Company I 1303 Central Ave So Surte 201 Kent. WA 98032 Office (253) 520-3488 Fax (253) 520-3985 I 08007ENG NSC Job Numbel" I Wayne Hagan engineer I Guy Rider D...... Chns Roethle Ch_ I Barry Eronson Approved: 1 I ReVISions I ~ ~ Descnptlon I I I City of Port Angeles Elwha Distribution Relocafion I ElwhaWaterFadity 1901 KacueWay Port Aflgeles, WA 98363 1 General Construction Notes 1 I Sheet 2 of 10 I I I I I I I I :I> I I I "' .,J Q. I I 15 Q. "' ~ I I i . '" ~ c c I /' u E I "' 0 ~ I ~ ~'" "" " / " ~ ------- ,------=---- RETURN :-----~ ,~:~-:~~~<~',,<:,~, "" / / .----- Y,___ ~ 1\, 1 'if PIPING, CONTOUR I i~ - /'\.............l'~" '-,"'-.,-.,.'....... ' "'-"'- / 0 ....... "-" \: 1 " (72"DIA) /-" LINE EDGE I ,~ : \', ''''', "" ""'" ", /'. 1'___, /' OF ' fj! ..~ ,,-.....: ..... "";- ....., ,~< I ' / ROAD I ,.. X""" , ''''l:;::> ",," ", ' Q. \, , - --- '214" SUMP \ , -' ".", "'~"-~;~?,~>: '''''' "l:' " q// \ ":~;~~.." I".:~~~>,< ,,~, k"~' ') 'I "~'''' "',," ,,},,' /' / "\ /#/ ", I 3O.CONDCJ~, " ' ~::", r'Z':,~", '-." / ''', ' " &ft, 'If' I, f'VDFWI", a."" New ' ' ' 1 "<0,:, '. ''"' ''', I' " """ C,), ~ ' 1 ~..... ,~, ,,{,, "",A .... " ;/.... ~ ,,<:~, ....,~ '" " /)1" " ,-',;..,( '- h. "~0, '-- ...,j " ~, /',/ '^, . '>. ~ 'I ~~;,'" ""'~7~~~~~~~;,., ': " '~I': . ',.':">>-:''\:' 'i",. """___0. ::1 --, , o"'s.ng <~~v~" ' ",' , 1 /' "%'" , ' 'I SW:NG ~iSnNG ':~'''' ~ 11 '- / _ " '- ... ' _ ' ~ :. SERVice TO Poff,~..: '~', ~, , @5 ~ -.. "'>"'-. --:::, ...." ~ '< "...." 1 / ,,8 I ~::.,:,>,,'~ / (/....', ~.... t...'........ --'... '....'sWATE~L1NE . '<:,: ",,"; ~", ", /q ''::>,,, ,':...., ' "", 1 / '; ,. '. ", I ",~~ '\ ............." .....,'" ""''''''- " ....... " 1/_______::-_:, ____ ""'_' '''_' I '~''>.'' "'1' ~ ,'," " . "'-.!:- ----' ":', '" '''::-:'-1''-. ' ," ,," ' ...'...... ". " DETAIL A ,,,,,\'~,:~>,>:.:-..___ \,::::,---,,~':'::--:,::::-:' " "-.,,, '>'" Scale 1"=20' ;-~J,,' """, ,~"" ". / Q. '~~~...:"~~~:'e" ", '.....<,~~":.',." /<- / I... ~:;"\ ....,~" " '\'" "'-.. '~;":::;'" {, /I / .I~ ~;:>>~'~~::: '-'6h {)~" "<:'\:" /A ~ "~....,,, "'~.?""" -'..... .... ~, ,/ 1!~{, Go '",- ":>"':''-<~ ': '- '- '<:'-:~(:"$~ > /' . -.... / SWINGEXlSTlNG '~\,,\..."...., Q,Q ~\'; ...' J ,'_ ... A .... '':..,'''''' .. POWER (ONLY) ~'" \ ">. "....,~ " ...."...... "'" "~'>. I 1'''.1.-'';,''' '-"/' .~!'" ...:.\, " '...... --.z ~~ '''-'.... t/ ( CONDUCTOR TO ~~~'\, '-::" ............. I ''-'''I ",,: / i I...../]~" ".... "<:-":' ''.J:..., .. NEWP05 ' '\"''c:''''' ....:~"~, \\ Temp~'._;> 'I.... \" if ,< ' ""''- >" " "~~' I '~~::~~, '<:>:~', (~P~,,:roo~bon~, ~~~,~.;'f>t~~...:':,,: ~:--"~, '., "'~""'....,j~ <~:':""""-:"""'b;., "... \~",' '(~'~"""",'-':.'<':~,{-:-,~':""",""":::"'\~, "", i~ ''-:'.. '", '-... "'....... r--~--I <'$,'.......,.... ',,' \_,1", ..........,'..,. ........... ."~<~ ' '''<~~~~~~:-~" \~' /":, "'" l' \S!<~";'~\:';~("~",:>.,,,, , ",.", ,,~. '''-::;'[' '" .,', -:/ '" 'I '. "'-.' , '" e,/", I' '\ ',,~~ '~'~, ~~~""'~~,",;;~~;"~, ...._~ }'::\ \\,'<~~n~ ":~~J::.:i\.\\ "'::' "', 'd....),~ --- ' .' I. " (Appro~Lo';;'tlon)f~--""c::- "<' <~:":'" \"": ~"~..,, " ">,, \'\ I p'\ I' /' '<" . ~_,-:,,~-,--1 \ I' \', I, \ '0 '-'..... / ""'~. <,~.-.)~'~ ) / '- '\ ".' i \, ' '",,-:,. '0 h' "'" '", J:t' <~' ,\ ~,r, I \ -";-":: . . ,,4' "" '-~'" ~,,', I ""~':.:' / / DETAlL~~\., ~/ \ ,{ , II' .............. \ " '.'1 I "" \\ "'- I il: ~,".. 'i ,/ jf,,' I P .::::. "" ; \, /' 1/\' i ~,,'., / '''' / \ II':' I ~.~~ " f." :/~"'~' \~! f{ : I '" <>-"'0' ~''', .,': ,\~~, '" Ii'!: I '''", ~ ;::""SWING. EXISTlfjG~'~~ ! 1/ :,! I " "" ~ONDUCTOR W --.....! I" /1 ""~ P03 I '-- 'Z~21 II! ~,...... r! /' (\ New ,\ I,@ I "'\-"\ I ~4\\ / ~\\ 1 \ '\ \ \\ \\ 2" r 4'.{). EXCAVATION .11.1/4 CUBIC YARDS DETAIL B AT VOl Scale 1- = 20' 1-4.CONDUrr-Y (2)0: PVC SCH 40 : 1,:;''-;;::71 ,:' ! I@ ~i ~/.;:) A-~L!.J ;'; DETAIL B \" \"', ,~~ :-~~I .........,,,...;-.,, ",J:'" ....'-/,/ "'".. 36- M1n Cover PARTIAL PLAN - WORKZONE 1 Scale 1-= 50' BACKFILL WITH Sl8" CRUSHED ROCK AND COMPACT TO 95% IN ROMJWAY OF DRIVlNG SURFACES, BACKFILL WITH NATIVE SOIL, (1)4" SECTION 1 Not to Scale SPECIFIC CONSTRUCTION NOTES (SITES) P01 (Existing). PUD ~move eXIsting upper and lower FG Ann's Install new 10' FG DE Ann and #2 deadends North In upper posrtron, U3 17. ~ Reframe eXIsting UG to OH tennlnabon on new upper DE Ann Install (1) IBM downguy w/straln Insulator to (1) 10. heUx anchor, L=20', Southwest, +GY..,.: 1 Install 1 0' FG DE Assy and #2 deadends North 6" below condUIt nsers In lower POSition to P02, OW 17. DDE8S1/DAS Install (1) 10M downguy w/straln Insulator to (1) 10" helix anchor, L=20', Southwest, ~ Install (1) IBM downguy (bottom) to (1) 10" helix anchor, L=20', Southwest; +GY-41 Instal11-phase OH XFMRAssy, TR1-A1. 7252325 Transferexlstlng 10kVAXFMR from pole R01 lnstaJJ (2) 1..phase secondary servlee attachments. SVC-1A Transfer (2) eXISting triplex secondary's from R01 P02 (Temp ~ Existing) PUD Reframe eXlstmg Tangent Assy to a DE for Temp XFMR's, 4021500, OOEBS1/OAS Install (1) IBM do'wnguy to (1) 10. heliX anchor, l=15', North, +GY-41 P03 (New) COPA Install 45' CL-2 FG pole and pole ground. DP452FBGLS, H..o.o1tFGJ Install 1 0' FG DE Assy and 4/0 deadends, Northeast; PF-3-{J5FA Install (1) pole band, (2l IBM downguys with stram Insulators, and 24" plate anchor, L=30' Southwest, G-8-01. ~ A~2 Install 4" RIser Assy on stand off brackets, U.3-01IRJ PUD (Stake #1) Insta1l1Q' FG DOE Assy and #2 deadends, C5-3 17. DDEBS1/OAS Install (1) 10M downguy w/straln Insulator and 10. heUx anchor, L=20' BE, GY-4.1, DD105-o05 Install pole ground, GR-28 Install 1 0' FG DE Assy (buck) and #2 deadends, East to temp, (;4..3 17. 00EBS11OAS Install (3) 100A Cutouts & brackets, fuse at 40K, D8651.220.7252325 FUN4(JK Install (2) DE Insulators and #2 deadends on back of DE Assy (buck), West to temp, 4021500, DDEBS1I{)AS Transfer eXlstJng 3..ph #2 ACSR and deadend both directions Install (1) 10M downguy wlstraln Insulator and 10- helix anchor, L=25' W, GY"" 1 Install PUD Pole #3007107805 - See Frammg Detail P03 V01 (New) COPA Install 4' x 6' x 3 5' vault WIth removable dlvJ({er and 90" x 93. cover With 24- x 60~ access hole, COPA Provided P04 (New) COPA Install 45' CL-2 FG pole and pole ground, OP452FBGLS. H-D-01IFGJ Install 10' FG Tangent Assy, PF--U1fFGJ Install 1 0' FG DE Assy (buck) and #2 deadends, East to P04A. ~ Install (1) 10M spanguy to P04B, 0-5-01 PUD (S!JJke #2) Install 10' FG Tangent Assy , ~ TY1.B Install pole groUnd, GR.28 Install 3-Ph , OH XFMR Assy. TRX-38. 7252325 Transfer eXIsting (3) 25kVA, OH XFMR's from pole R02 Install 3.Ph secondary S8Mce attachment and (1) 410 quadraplex to P04B, SCA4IOQP Install PUD Pole #3007038104 See Framing Detail P04 P84A (New) COPA Install 45' CL-3 FG pole and pole ground, DP453FBGLS, H-lJ.01(FGJ Install 10' FG DE Assy and #2 deadends, NWfrom P04, PF-3-65F8 Install (1) 10M downguy wlstraln Insulator, and 10- helDt anchor, L=30' BE, G-4-02, A-6-61 Customer to Install nser and vault for new transformer at a later lime See Frammg Oetaa P04A P84B (Existing)' COPA Install (1) 10M span guy from P04 Install (1) 10M downguy and 10- hehx anchor, L=25' West, CJ-4.01. A.0-01A PUD Install 410 quadraplex from PQ4 P05 (New) CDPA Install 45' CL-2 FG pole and pole ground, DP452FBGLS. H4J.01(FGJ Install 10' FG Tangent Assy , PJ=4.(}1fFGJ PUD (Stake #3) Install 10' FG Tangent Assy, gJ.L TY1.B Install pole ground, GR.28 Install 8' FG 1~hsse DE Assy (buck) and #2 deadends, East to P051\. A4-3 16. DDE8S11OAS Swing existing conductors from pole R03 Install (1) 10M spanguyto P05S, ~ Install (1) 100A Cutout & bracket, fuse at 4OK. 08651..220. 7252325. FUN40K Install PUD Pole #3007038105 See Framing DetaR P05 PlI5A (Existing Pole1l3D070381DO) PUD Install (1) 10M downguyand 10' helIX anchor, L=15' Northeast, GY.1 POSB (New)' COPA Install 35' CL-4 FG guy stub pole and pole ground, OP354FBGLS. H-O-01(FGJ PUD Install (1) 10M spanguyfrom P05 Install (1) 10M downguyand 10. helix anchor, L=20' West; GY"" 1. D0105-005. 2860500, 287tuOD Install pole ground, GR-28 P08 (New): COPA iriStiif 45' CL-3 FG pole and pole ground, OP453FBGLS. fI..O.01(FGJ Install 10' FG ODE PQy and 410 {jeadends, PF-34J61FGJ Install (1) pola band and (1) IBM spanguylo P06A, 1U-01. G~2 PUD (SlBke #4) Install 10' FG ODE Assy and #2 deadends, CS-3 17. ~ Install (1) 10M spanguytoP06A, GY-SP1. DD1lJ5.OO5 Install 3-Ph , OH XFMR Assy. TRX-3B, 7252325 Transfer eXlstlng (3) 2SkVA. OH XFMR's from pole R04 lnstall3-Ph secondary SeMCG attachment and (2) 410 quadraplex to Temp SVC pole. SCA4IOQP Install pole ground, GR.28 Install PUD Pole #3007038106 See Frammg Detail P06 SPECIFIC CONSTRUCTION NOTES (SITES) P06A (New) COPA inSt8iI35' CL-3 FG guy stub pole and pole ground, DP35JF8GLS. H-D-01fFGJ Install (1) pole band, (1) pole band link, and (1) IBM spanguy from POB, G-B..o1. G-S..o1--A Install (1) IBM downguy w/straln IMsulator and 24~ plate anchor, L=30' E. ~ A.Q.02 PUD (S!JJke #5) Install (1) 10M spanguy from P06 Install (1) 10M downguy to same COPA anchor; GY-4 1. D0105-D05. 2860500. 2870400 Install pole ground, ~ If required, attach (2) 410 quad secondC'ry from POG to temp SaMce pole Install PUD Pole #3007038107 SPECIFIC CONSTRUCTION NOTES (SPANS) P01 - P03 . P04. pos. P06 - P07. P08 (1264') InstaQ (3) #2 ACSR Primary and (1) #2 ACSR ,Neutral (PUD) P01to P02 SWing eXlStmg pnmary and neutral from R01 to pole P01 (PUD) POi to Existing Services SWing (2) e)QslIng tnptex selVlces from R01 to pole P01 (PlJD) P03 . PD4 ~ PUS. POG ~ P07 - POB (1014') Install (3) 4/0 ACSR Primary and (1) 410 ACSR Neutral (COPA) P03 to V01 (230') Instan (1) 4~ PVC Sch 40 condUit to new vault (COPA) P03 to Temp Pole East Swmg exlsbng pnmary and neutral to new pole P03 (PUD) P03 to Tamp Pole West SWing eXISting pnmary and neutral to new pole P03 (PUD) P04to P04A (153') Install (3) #2 ACSR Pnmery end (1) #2 ACSR Neutral (COPA) P04to P04B (8S') Install (1) 10M spanguy (COPA) InstaU (1) quadraplex SeMC8 (PUD) POS to P05A SWing ExIsting pnmary and neutral from R03 to new pole POS (PUD) P05 to P05B (52') Install (1) 10M spanguy (PUD) P08 to P06A (1301 Install (1) IBM spanguy(COPA) Install (1) 10M spenguy(PUD) Swing existing (2) 410 quad secondary's from R04 to new P06 (PUD) REMOVAL NOTES Remove eXisting poles R01, R02, and R03 Relocate eXIStlng transfonners on poles R01 and R02 as indicated In Installation notes. Remove all hardware and materials, restore Site Remove existing spans from P02 . P03A.. R02 - R03 . R04, approximately 890' Swfngftransfar exls11ng spans as Indicated In IIlstaflatron notes. - GRAPHIC SCALE so c ",,"--.J (IN FEET) 1 mch = 50 feet not North Sky Communications Electncal Eng.neenng DIVISIon A Quanta SeMce Company 1303 Central Ave So SUite 201 Kent. WA 98032 Office (253) 52()"3488 Fax (253) 520-3985 08007ENG NSC Job Numbsr Wayne Hagan Engineer Guy Rider Ora", Chns Roelhle Ch_ Barry Eronson Approved: ReVISions ~ ~ Descnpllon City of Port Angeles EIWha Dlstnbubon Relocabon Elwhll Water Facility 1901 Kacee Way PortAngelos. WA98363 Workzone 1 and Construction Notes " , so I Sheet 3 of 10 / ~// ///-' / _______~____tLi - ----- -------- ~ ~ C ,j' i I " Z W [; o <Xl o i '-' ~ g- o< 1: o lL " Z W r-- o ~ { e- lL '" " ~ 'if " ! c: - - ---~---- - -~-- - ~ - ---------- --~---~--- />.~. ;, ~~;J:~~~~~~~~~> .... '. \ /' ",,>, ~::-~~ 11\::.I111~' ,1;1;, ' , l-_~-..... \\\~-- -"",,) //:/ -~>:&~;;--->" /;~:'-~~.'_->V"~'~~l~:n'~'~:~/ 'T-" :\\~~:;i-r:,,--= !/\ \\ 'J' // /' ,,<;.., ~"i < , " 1''' ~ ' " "G." ,- J \ ~,\ ". /,-,/ , ....-'" ~j~~, "l;, I;? 11//(/ -'-"'''t / \ ~ i" ,. ~" ,1 '\' I, / ,,<)/ hi? \ 'Q I /' 'a' / ~ IV '<< /~ \ .; /' "+:~>I/." I \ \\ 17 /;/ ",Y" \ \ I ~~~ ~ ~ ,~/t _ - ~,/ ~\\ ~: \ I ~,/,~ ". .-_ _ // ( \\ \\ /}J.;,~':~;> /:7" ~ ~ \ J.., f-.~.~.. './ti: ~,~..tl: r --I '/' "'~'- '\\_!t ",", / "~,,o\ .!':--=i(~"'.e< ,~~, \ ___ j, \ '':,,,,'';1, ,'" / _ -__ ,', c I "'( / -, 't'" \1' "''''" "."~;./,,,,,,, - :' "1 -.- "~" &,- <' ",----A/'/:;-'?~ >,~t \ ;-~X' \ ,~~:;..;:_r~--~~~;-t15t,~~~=-=~-~~: 1 I 1~~~~~~~{~~:\"11)f~j;-~:.--=:~"1 f-=--~.-;-::-~_:::;::)'{~; ~lRANSFEREXISTING // //1/ '-",,,/ ,,,-; i'~ ,,?\'~.\\ -/"'" 01""--"., /-'1 I' r ,,,':).<\,/'7'" I'---"..----".,r //~ CONDUCTORTOP16 ~~ ,//~/:'~' //1 '..' \~~,,j' /~'\"(~~""\V""... ij'l((''-'. ~~~!I:f \ " //,,,:1.\.~.(,,,~~ '~/---i=--il'\ ,.,,~""'~l'lf " \$Jfl~'<>/ /"/~'1, , I "',,-\~ \.:.:;/': -- \ \~/ -~\, f il\ v~~ ~ \ / ~ l~\\\ V' i;TT\f:\ 1: '/ I/~ / DETAlLC j~>v,/~)~~/ '\ r"-.--::t?r'Z{{\A':~"---L\~;':S~""j !\ \:;/ Ii ::. \\ ''<.,; ~ '\~ ..~~j<'\/,!,If -------- ____ p r /"" " /'< '/<~!-, ',>0;1;~,,~' 'r ,,,- ,,~xJ.o':;;,~\,.,,'''-'-;, 1 ':\ rOo 'o~~~:'::-: ~ 'c' ':,,}'~--::,,~:=,,"":~-~~.::;:_~~ !:c:L \\.,-\'~- i-r rf1-, ;/,' _,/-" ,/' \ "",?:> //"r.-"" ~ ;,i~ / I': ~\~:\\\J;"" I /.........), ~~": ,..-",:!::-";::"':-~o::. 7..r.... ...t-:""--r""-R;"_';,.:i~_~r-";- ~-- - -=-1- - -= - .1-'/ - I - - ~~- I- I @ ~I ,/,,/ '~'\. ":. 'y ~/~'-~/,~~ ;';,;S: ,1/ ;'; \\\ ~ < ,r. ~ ",-);';>' ~~ ;:"......_"----=._.::-----::--_-:~~;:....,~_~""'?"-~-"'--~""'-::..~-.....-.....-...==L----..-~-Ar"'!'~...,.J ---- P16./ ;;'~~(<c, ,'"C ,\=__ ,<;~~~?~~;:~~^::,; ':::-/.,,1 \3~\' I, ~~}:,~-~ " I: -- - ---~ I,' --=---==- ~=~~~cc_~ "ee,:2:-' , R09 \ .... \t-/':( .......~. .,,~. ,'" ~---::...:: -- ,.....,..;x /.-'/ f /'.'2, I I ~/;/ ~ ' ", ,:,-,.:::~::\,,{~~;~(5~;";';;F~~--~~;";' ~;.:-;;;- -' I ~ I ; ""c,(S /"'" -' /,4'/ \ >/\ \ \, < ,,) ~;::'";<~1:~;lf p r ..;..; I I I ~ .--:,,\ ' .... -r~'::',\\.,,,/ \.';::~~Y' ...~/ ~ 1/ , ~<(." <,_ ", 8" _ ."-__,',, '., \X ,'\ ';/'0 './ (~I (2)-410 aUADK ,42i?'~ ,.&;~ ~#$~~i;;' ;:/ @C:::2~] ~~c:-c~ c~::~~ ~..~:~ .L~> =: ' I) I~, /' f/ r '.J'f"" .-' -::;;: ~-==...:~ "" '" I - , ~ ';, ~ ' / f-' SWING EXISTING ' / /' - --'z- -'< - " 'J: " ~<t, .....::. \/,,;1,' \\ SERV\CETO / ;'....~~ .. ~ '-. -~ - '- '-. 2 ",<, ,,,"t' _~+ \ NEWP15 ../ J~ rn l~.'o( / I __/ \ \ __ /,.... r/ m \" --';":;.,>'! 'b~ \ ;':?'f't ~-<(~ ~ \' -:-\)~'t---N:\ \ 7--::' ,(~ E \ \l-\ (2}QUAQ\ \ ~ -_r r / ..~ '" ';'-\ \New \/;/'/ ',' 'I- '-, @,/-:< -/ ~' 'if'- .<'- ~/'/ '~ -----;1.... \ ~ /'/ , ' 1/ J'_y" New I P11 '" 3 Remove @ :> SWING EXISTING SERVICE TO ~ NEWP11 ~I ~o' L,,- p-_~~d ~ ens Ion ~ pan. _, 0 ", ~~'-- '; , ~- -'-~l "-'-. ",_~9 ,,~\ I ::,::,-==~l" ~ "I "'-I \ .. I!,.,_ N I (, ,'~ / ':1 A i full ; !, \i:f! 1:1. \ : I, DSP-1~~'-'--- 4" PVC CONDUIT TO BE CONNECTED TO I, ":,: '<~ ADJOINING 4' PVC CONDUIT SUPPLIED BY I; I~'~\, ~ i'i'ihUILDlNG CONTRACTOR (FUTURE) !ij i' ~'-!' " ;j I 'I ! it0\'-f~ , I I ' /: ~"-'.: ~I I I ,~ l!~ I r1"/ I )l~--'---:;--T--'./ ; /"~d L,:5:1/ Ii }I -~--J I I I I ., - 1_ . \" ;?///1 - / \ .;:/;; / I Ll. <"'-~~ ;/:,.5.;/ --.-J DETAIL B Scale 1" = 20' \, "> I \','\.,,_,/7:- DETAIL C Scale 1ft = 20' LC_[\ I ';Ranney') I I ~~~~/) ~ ~ .3 '" " '" " ~ VI PARTIAL PLAN - WORKZONE 2 Scale 1-:: 50' -g o . " . ~ o ;;- '-' g N N '" OJ o o N .. o '" , 0< SPECIFIC CONSTRUCTION NOTES (SITES) P07 (New) COPA Install 45' Cl-2 FG pole and pole ground. DP452FBGLS, H-o-D1(FG) Install 10' FG TangentAssy. P~3-01(FGJ PUD (Slake #6) Install 10' FG Tangent Assy, ~ TY1-B Install pole ground. GR-28 Install PUD Po!e #3007038108 See Framing Detad P07 P06 (New) Install 45' CL-2 FG pole and pole ground. DP452FBGLS. H.(}.()1fFGJ Install 10' FG DOE Assy and 410 deadends. Pf=..3.06(FGJ Install (1) pole band, (2) IBM downguys, and 24- plate anchor, L=32' North, ~ (;..4..04. A-O-02 PUD (Stake #7) Instatl10' FG DOE Assy and #2 deadends, C5-317. ~ Install pole ground, GR-28 Install (i) 10M downQUY and 10~ helix anchor. L~7' North. GV...., Install (3) 100A cutouts WIth solid blades and #2 Jumpers, D8651-220. 7252325. Co-SL1 PUD Intertle SWItch #05480 Install PUD Pole #3007038203 See Framing Detail pa8 P09 (New) COPA ii'i'5iiiiI45' Cl~2 FG pole and pole ground, DP452FBGLS, H..()..()1(FGJ Install 1 0' FG DOE k.sy and 410 deadends, PF-3-06(FGJ Install (1) pole band, (2) IBM downguys, and 24- plate anchor, l=32' South, G.7-01. ~ A-O-02 PUD (Stake #8) Install 10' FG DOE Assy and #2 deadends. C5-3 17. DDEBS110AS Install po\e ground. GR-28 Install (1) 10M d~d 10- helix anchor. L=27' South, GY-4 1 Install PUD Pole #3007038204 - See Frarmng Detail POg ;: ~ :z: r Z m en m m en :z: m "1 '" Pl0 (New) COPA Install 45' Cl-3 FG pole and pole ground. DP453F8GLS. H-D-01(FG) Install 10' FG DbI TangentAssy. Pt=-3-03(FGJ Install 10' FG DE Assy (buck),3-phase and tn deadends, Northeast, PF-3-05FB Install (1) 10Mspanguyto P10A, G-5..o1 - PUD (Stake #9) - Instell10' FG Double Tangent Assy, ~ TY2.B Install pole ground, GR-28 Install 8' FG 1-phase DE Assy (buck) and #2 deadends, Northeast; A4-3 16, DDEBS1/OAS Install (1) 100A, 1SkV cutouts and #2 Jumpers, Fuse at 4OK, D8651-22D. 7252325. ~ Install (1) 10M spanguy to P10A. GY-SP1 (DD1D~05) Install PUD Pole #3007038205 See FramIng Detail P10 Pi OA (New) COPA Install 3S' Cl-4 FG guy stub pole and pole ground, OP354FBGLS, H-O-01(FGJ Install (1) 10M spanguyfrom P10 Install (1) pole band. (1) pole band link, (1) 10M downguy, and 10" helIX anchor, L=2S' Southwest. G-IJ.(J1. G-8-D1A. G-4-01. A-o.o1A PUD (Slake #10) Install (1) 10M spanguyfrom P10 Install (1) 10M downguy to sama anchor. GY-4.1. 00105-005. 286D5OO, ~ Install PUO pole #3007037203 PH (New) Instan 45' CL-3 FG pole and pole ground. DP453FBGLS. H-O-01(FGI Instan 10' FG DE Assy and 410 deadends, West, reduced tenSion, PF-3-05FA Instan 10' FG DE Asgy (buck) and 4/0 deadends. Southeast; PF-3-05FA Install (1) pole band. (2) IBM downguys, and 24M plate anchor, L=32' NW, G-8-Of. ~ ~ eYQ (Stake #11) Install 10' FG DE /Wry and #2 deadends, SEt C44 17. DDEBS1/OAS Install pale ground, GR~28 Install (1) 10M downguy and 10" hellxanchort L=27'NW, BY'" 1 Install 3-Ph . OH XFMR Assy, TRX-3B, 7252325 Transfer exiSting 10kVA. OH XFMR's from pole ROO Install (1) 3-Ph secondary service attachment. SCA4IOQP Transfer Exlstlng #2 Quad North to new pole Install (2) 3-Ph secondary seMce attachments & 2 quadrapfex secondary's to PiS, SCA4IOQP Install PUD Pole #3007037204 See Framing Detail P11 P12 (New) COPA Instal14S' CL-3 FG pole and pole ground, DP453FBGLS. H-D-IJ1fFG) InstaU 10' FG Tangent Assy , PF-J.01(FG) InstaU 10' FG DE As5Y (buck), and 410 dead ends. East; PF-3-05FA InstaU (1) 10M downguy and 10. helIX anchor, l=15' West, (i.4.(J1. A-o.D1A P13 (ExlsUng) CDPA 'R8rTloVe existing primary conductors Northeast to P12A Remove existing span guy and down guy Install pUlS and Insulators as reqUIred for temporary Jumpers to connect 3-phase termmal10n to line overtlead P14 (New) COPA InstaU 45' CL-2 FG pole and pole ground, DP452FBGLS. H-D-IJ1(FGJ lnstaB 10' FG DE Assy and 410 deadends, NE, PF-3-OSrA Install (1) pole band, (2) IBM downguys, and (1) 24. plate anchor, L=30' Southwest, G-8-o1.~~ Install 4M Riser Assy on stand off brackets, U-3-01(R) See Frammg DetaO P14 DSP-l (New) COPA Install electronIC marker at end of 4- PVC condUit SPECIFIC CONSTRUCTION NOTES (SITES) P15 (New)_ COPA iiiStSiI45' Cl.3 FG pole and pole ground, DP4S3FBGLS. H+D1(FGJ Install 10' FG DE A$sy , 3-phase and #2 deadends, Southwest, PF-J.05FB Install (1) IBM downguy and (1) 10" helIX anchor, L=22' Northeast, ~ A-O-01A PUD (Stake #12) Install 8' FG Tangent Assy , 1-phase, ~ TY1-B Install pole ground, GR-28 Install (2) 3-phase secondary sel'VlC8 attachments & (2) quadraplex secondary's from P11 to Temp service pole. SCA4/0QP Install (1) pole band. (1) 10M downguy, and 10. hehxanchof. L=10' E. 00105-005. GY-41 Install PUD Pole #3007038206 See FramIng Detail PiS P16 (New) PUD (Stake #13) lnsta1140' CL-3 (mln) Wood pole and pole ground, ~ GR-21 Install i-phase, 8' DOE Assy and #2 deadends, A5-3 13. ~ Install (1) 10M downguyand 10. helJx anchor, L=20' Northwest, GY-21 Install1-phase 8' DE Assy (buck) and #2 deadends, Northwest. A4-313. DOEBS1/OAS Install (1) 10M downguy to same anchor, GY-2.1 Install PUD Pole #30070382.07 See Frarmng Detail Pie SPECIFIC CONSTRUCTION NOTES (SPANS) poo . P09 (701 Install (3) 410 ACSR Pnmary and (1) 4{0 ACSR Neutral ('8c/uced tension span (COPA) Install (3) #2 ACSR Primary and (1) #2 ACSR Neutral reduced tension span (PUD) P09 .Pl0 .P11 (376') Install (3) 4/0 ACSR Pnmary and (1) 410 ACSR Neutral (COPA) Install (3) #2 ACSR Pnmary and (1) #2 ACSR Neutral (PUO) Pl0 to Pl0A (75') Install (1) 10M spanguy (COPA) Instell (1) 10M spanguy(PUD) Pl1to P12 (65') Install (3) 4/0 ACSR Primary and (1) 410 ACSR Neutral, reduced tension span (COPA) P11to P15 (1601 Install (2) quadraplex temporary S8MC8S (PUD) P1210 P14 (75') Install (3) 410 ACSR Primary and (1) 4/0 ACSR Neutral, (COPA) Pl2A to P1210 P14 (2951 Install (3) 410 ACSR Plllnary and (1) 4/0 ACSR Neutral, (COPA) P1410 DSP.l (40') Install (1) 4. PVC Sch 40 conduit. Cap and mar1<Wlth 2- stand pipe for future Ranney Well service connection (COPA) P10 to P15 (1051 InstaD (3) #2 ACSR pnmary and (1) #2 ACSR Neutral (COPA) Pl0 to P16 (2231 Install (1) #2 ACSR Primary and (1) #2 ACSR Neultal (PUD) P16to Pl0 (440') Install (1) #2 ACSR Primary and (1) #2 ACSR Neultal (PUD) REMOVAL NOTES Remove extstmg poles R04, R05, R06, R07, ROB. and R09 Relocate eXIsting transfonners on poles R04 and ROG as IndlCBted In Installation notes Remove all hardware and matenals, restore Site Remove exIStIng spans from R04. R05 - R06 - R07 - P13, approXImately 694', P13 -P12A, approximately 240', R05. R09. R10. approXImately 625', Swmgltransfer existing spans as llldlcated In lnstallabon notes CI GRAPHIC SCALE ~-.J (IN FEET) inch = 50 teet I nfJC I I North Sky Communications Electncal Engmeerlng DiVISion A Quanta ServICe Company I 1303 Central Ave So SuIte 201 Kent, WA 98032 Off,ce (253) 520-3488 Fax (253) 520-3985 I oa007ENG NSC Jab Number I Wayne Hagan Engineer I Guy Roder Drafter Chns Roelhle Checked: I BaITY Eronson App"","" I I I Revlsmns ~ ~ Desonptlon I I I City of Port Angeles Elwha Dlstnbutlon Relocation I ElwhaWaterFacllIty 1901 Kaceeway Pert Angeles, WA 98363 I Workzone 2 and Construction Notes I " , I 50 I Sheet 4 of 10 I I 1 I I I I I I I I t;: .,J "- I I ~ "- " ~ e I ! . . " c 0 I 31l"MIN /' u COVER E I <Xl 0 0 N I NEW (1/110AlCABLECJC~ " ' ,~/:/ ,,'/' ,,/,,' "/ -:: '/' '/' ~, ' ,/, \ \ \ \ '\ ';'<$>\ NEW \ (1) 110 At CABLE CIC ~ il"" I ,~' CD ~ ~~~;:" //),;~~"/ ' ~ ~ :.-'~ ,;/ 4V'?: ,C~' <, ~ ... " :I: .... Z m <Jl m m <Jl :I: m m ... .. ~ ~~ ~ ABANDON BETWEEN IN PLACE R1Q AND R11 EXISTING #2 At CABLE SEE DETAIL "D' , , CD \ , \ \ / , \ , , , " \ , \ "~" \ \ \ \ ",," \ \ \ \ \ \ , ~-- " , " " , \ \ \ \ \ PARTIAL PLAN - WORKZONE 3 Scale 1- = 50' \ \ , \ \ \ \ P19 BACKFill WrTH 5/S. CRUSHED AND COMPACT TO 95% IN ROADWAY OF DRNING SURFACES, BACKFIll WrTH NATIVE SOIL. FREE FROM DEBRIS AND ROCKS LARGER THAN 2" (1)2" SECTION 2 Not to Scale , SPECIFIC CONSTRUCTION NOTES (SITES) P12A (ExlsUng)' COPA Instan (3) new DE clamps and redeadend new (4)410 ACSR from P12, DEC.1 P17 (New)' PUD (slako #14) Install 40' CL-4 (mm) Wood pole and pole ground. ~ GR-21 Instal11.phase, 8' Obi Ann Tangent Assy, ~ TY2-B Install (1) 10M dO'Mlguy and 10. helIX anchor, L=1Z West-Southwest; GY.1 l"staU PUD Pole #3007038208 See FramIng DetaIl P17 P18 (Now) =l:~L~~~ln) Wood pole and pole ground. ~ GR_211 InstaU 1-phase S' DE Assy and #2 deadends Soythwest; A4-3 13, DDEBS110AS Install (1) 10M downguy and 10. helIX anchor, L=15' North-Northwest; GY-1 Instan 2" OH to UG nser and termmatlon Assy with solid blades, Bet C0-8Lf Install i-phase OH XFMR A3sy, TR1-A1. CA-BR5 TransferexJstlng 15kVAXFMR from R10top;-a-- Install (2) secondary service attachments, SVC-1A Transfer (2) eXIsting tnplex ServiceS from RiO to P18 Install pun Pole #3007038301 See framing Detail P18 V02 (Now) PUD (SI.ke #16) InstaD (1) 48" x 48. x 42- vault WIth H20 traffic rated cover; JV2-200 InstaD (1) +way feed-through junction block WIth groundmg, ~ InstaU (2) 1/0 AL, 200A Loadbreak elbows, EL11D InstaU (2) 20M dust caps InstaD pun pole #3007037380 P19 (ExIsting) PUD (sl.ke #17) Exlstrng pole to remain Convert eXisting ODE to a single De Install (1) 10M downguyand 10. helix anchor, L=25' Northeast; GY-1 Install 2- OH to UG nser and termination Assy and fuse at 20K, TRM1-2. FUN20K Install PUD polo #3007037301 SPECIFIC CONSTRUCTION NOTES (SPANS) P16 to P17 to P18 (440') InstaU (1) #2 ACSR Pnmary and (1) #2 ACSR Neutral (PUD) PIS to V02 (PUD) Trench, 18"W x 42-D, 565' Install (1) #1/0 AL primmy cable CIC. 625' V02 to P19 (PUD) Trench, 18"W x 42-0,215' Install (1) #110 AL primary cable CIC, 275' REMOVAL NOTES Remove exIStIng poles RiO and R11 Relocate exlstfng transformer on pole R10 as Indicated In mstallation notes Remove all hardware and materials, restore Site Abandon existing direct buned from R10 -R11, approximately 680', Remove eXISting span from R11-P19, _roxlmately215', Swtng/flansfer eXJStfng spans as Indicated in installabon "o1es Bury Top of Ground Rod 6. Below finished grade GRADE Tape Shielding Compression Splice Dnven Ground Rod Concentric Neutral! Tape Shield Cable Compression Splice NOTE (Typical Both Ends of Cable) Abandon In Belween Place R11 and R12 Cable Abandonment - Ground Detail D Not To Scale <I GRAPHIC SCALE .. 0 ~-.J (IN FEET) lOch = 50 feet not North Sky Communications Electncal Englneenng DMslon A Quanta Servlca Company 1303 Central Ave So Surte 201 Kent. WA 98032 Office (253) 520-3488 Fax (253) 520-3985 08007ENG NSC Job Number Wayne Hagan Engineer Guy Rider Drafter ChriS Roethle Checked: Barry Eronson Approved: ReViSions ~ ~ DeSCription City of Port Angeles Elwha Dlstnbu1lon Relocation EIwha Water Faa~ty 1901 KaceeWay Port N1geles, WA 98363 Workzone 3 and Construction Notes " I Sheet 5 of 10 '" ~ g i I " ~ " o ~ i u ~ g- o( 'a a. " z w " o o '" f 0' ,t '" c .g o '" , f 0' ,t bl z I '" 1 {JJ ~ c o . c i o /' u ~ ~ '" '" o ~ .; o '" ~ (2)#4ACS~ @ New .~~ -~-- ~ COPA Source ~ @> '" (1)2"PVC@ <".." @ \ (2) #4 ACSR @ POLE INSTALLATION SCHEDULE USAGE (Electne) Shakespeare POLE JOint COPA PUD Rel# Hi Class Type Cat# Remarks P03 X 3007107805 45 2 FIberglass T2B45-9V5N P04 X 3007038104 45 2 Fiberglass T2B45-9V5N P04A X 45 3 Fiberglass T3B45-9V5N Influent Pump Stabon P05 X 3007038105 45 2 FIberglass T2B45-9V5N P05B X 35 4 Fiberglass T4B35-9V5N Guy Stub P06 X 3007038106 45 3 Fiberglass T3B45-9V5N P06A X 3007038107 35 4 Fiberglass T4B35-9V5N Guy Stub P07 X 3007038108 45 2 Fiberglass T2B45-9V5N P08 X 3007038203 45 2 Fiberglass T2B45-9V5N P09 X 3007038204 45 2 Fiberglass T2B45-9V5N P10 X 3007038205 45 3 FIberglass T3B45-9V5N P10A X 3007037203 35 4 FIberglass T4B35-9V5N Guy Stub P11 X 3007037204 45 3 FIberglass T3B45-9V5N P12 X 45 3 Fiberglass T3B45-9V5N P14 X 45 2 Fiberglass T2B45-9V5N New nser for Ranney Well P15 X 3007038206 45 3 Fiberglass T3B45-9V5N P16 X 3007038207 40 3 Wood NJA Pole Class IS a minimum P17 X 3007038208 40 4 Wood NJA Pole Class IS a minimum P18 X 3007038301 40 4 Wood NJA Pole Class IS a minimum To WDFW __----f~ \@ f@ ~--\@ ------{ ~ COPA. 3'" EXISTING PUD. 30 EXISTING COPA. 3'" 4/0 ACSR, NEW COPA. 3'" #2 ACSR, NEW PUD, 30 #2 ACSR, NEW PUD, m #2 ACSR, NEW PUD, m 1/0 Ai UG CABLE, NEW EXIsting @ (2)#4ACSR @ ~ ~New New ~ /_@ Y @~-:, . ~~~ --.~-- <~/ '~~~~E New ~ @ @ PUD, 1'" EXISTING, SIZE INDICATED WHERE KNOWN New @ -:-~~ ........ ......... -----'Ii<- -- ~New @ 2 /' t~ JUMPER FROM P13 TO UNE OVERHEAD "~ / New ,(@ II~ (1)4"PVC- 1 CONDUIT ONLY To Ranney Well 6 I I I I I I (1)4.PVC- ~ Q CONDUIT ONLY I Temp--....., 6@ , New @ PRIMARY CIRCUIT DIAGRAM AFTER CONSTRUCTION Not To Scale POLE REMOVAL SCHEDULE USAGE Eleeuie POLE JOint COPA PUD Ref # HI T Remarks R01 X 45' Wood Relocate 1-Ph transformer to new 8xlstlng P01 Remove ole. all hardware and mater1al R02 X 3007037100 45' Wood Relocate 3-Ph transformer bank to new pole P04 Remove ole, all hardware and matenal R03 X 3007037101 40' Wood Remove pole, all hardware and matenal R04 X 3007038103 40' Wood Relocate 3-Ph transformer bank to new pole 1'06 Remove Ie, all hardware and matenal R05 X 3007038200 40' Wood Remove pole, all hardware and material ROB X 3007037201 45' Wood Relocate 3~Ph transformer bank to new pole I'll Remove ole, all hardware and materlal R07 X 3007037200 45' Wood Remove pole, aU hardware and matenal ROB X 35' Wood ~~~:t~U~I~~u~~o~e~:r~b~~:are and matenal, R09 X 3007038201 40' Wood Remove pole, all hardware and matenal, coordinate With communicatIOns R10 X 3007038202 40' Wood ~:~:: 1~ie; a~:S::~~:;~~~~fe~::IP18 R11 X 3007037300 40' Wood Remove pole, aU hardware and materIal I n8C 1 I North Sky Communications Electncal Engmeerlng DIVISIon A Quanta Service Company I 1303 Central Ave So Surte 201 Kent, WA 98032 Office (253) 520-3488 Fax (253) 520-3985 I 08007ENG NBC Job Number I Wayne Hagan Engineer I Guy RIder Drafter Chns Roethle Checked: I Barry Eronson Ap_ I I ReVISions I ~ ~ Descnptlon I I I City of Port Angeles Elwha Dlstnbutlon Relocation 1 Elwha Water FacUlty 1901 Kacee Way Part Angeles, WA 98383 I Primary Circuit Diagram I I Sheet 6 01 10 I I I I I I I I ~ tI I I DETAIL P01 (EXISTING) LOOKING NORTH Not To Scale I I i a a. ~ . ~ , DETAIL POSA LOOKING EAST Not To Scale " o o I /' u i o o N 8 ~A3~DE L,~ ~- ~OPA DOWNGUY , , ~/ 'l~ ,~~' 4' - COPA 311l TERM (FUTURE) \\ r (j '-- t,..__ S'. TOP OF RISER l' - PUD 311l DE 1 S' - PUD DOWNGUY . 4' (APPROX) - TOP OF RISER 55' - PUD 311l DE (TEMP) 6' PUD DOWNGUY (TEMP) 10' - PUD TRANSFORMER ~~ to- 14' - pun SECONDARY QUAD 17s'-QWEST DETAIL P03 LOOKING SOUTHWEST NotTo Scale 1'. PUD 111l DDE 2 75' - PUD DOWNGUY 8 5' - PUD 311l DDE 9' - PUD DOWNGUY 105' - PUD 311l AND 111l DE BUCKARM (TEMP) 11' - puo DDWNGUY 17S'.aWEST l' -COPA311l DDE 175'-COPASPANGUY .K.:...?UD 3'" DOE 6 5' - PUD SPANGUY 9 5' - PUD 311l XFMRS ~ ----'.U-FIBER DETAIL P06 LOOKING SOUTH Not To Scale I NOTE: ALL MEASUREMENTS ARE FROM "TOP OF POLE" l' - COPA 311l TANG 3' - COPA 311l DE (BUCK) - OPA SPAN GUY 11 5'-PUD 311lXFMRS ~D SECONDARY QUAD ~QWEST DETAIL P04 LOOKING SOUTHWEST Not To Scale DETAIL P06A LOOKING SOUTH NotT 0 Scale i-'l \ , , \ \ :!.: , \ I ~ I I / / I I u ~' o:J, II " U-- r = DETAIL P04A LOOKING SOUTHEAST Not To Scale 1'-COPA3I1lDE 1 5 - PA GUY DOWNGUY 4 5' - COPA 30 TERMINA nON (FlITURE) 9 5' - TOP OF RISER (FUTURE) l' - COPA 311l TANG 5' - PUD 311l TANG ~ -----1Z.E: - FIBER DETAIL P07 LOOKING SOUTH Not To Scale tr~- DETAIL POS LOOKING SOUTHWEST Not To Scale 1'-COPA311l DDE 1 5' - COPA UppeR DOWNGUY Z-COPALOWERDOWNGUY 5' - PUD 311l DDE 5 5' - PUD DOWNGUY ~_~-FIBER DETAIL POS LOOKING SOUTH Not To Scale n6t NDrth Sky CommUniCations ElectrIcal Engineering DIVISIon A Quanta Service Company 1303 Central Ave So SUite 201 Kent, WA 98032 Office (253) 520-3488 Fax (253) 520-3985 08007ENG NSC Job Number Wayne Hagan Engineer Guy Rider Drafter Chns Roethle Checked: Barry Erunson Approved: ReVISions ~ ~ Descnpbon City of Port Angeles Elwha Dlstnbubon Relocabon ElwhaWaterFocillty 1901 !<acee Way Port Angeles, WA 98363 Pole Assembly Details Sheet 7 of 10 ;0' l' - COPA 30 DOE 1 5'. COPA UPPER DOWN GUY 2' - COPA lOWER DOWNGUY 5' . PUD 30 DOE ______~PUDDOWNGUY r~-F1BER DETAIL P09 LOOKING SOUTH Not To Scale ~ ~ g i I '-' ~ o o "' o j u ~ ~ 1> "- '-' 15 t- o o "' o f e "- ~ o ~ ~ 1 I .t u '" z i o .3 0: ~ ~ '" ~~-FIBER DETAIL P10 LOOKING SOUTH NotTo Scale l' - COPA 30 DE ~OPA DOWNGUY '~}.~ t 11 l -,-- :', , ' " X SERVICE GUY u c . o ~ o ,- u ~ t- '" ~ DETAIL P15 LOOKING SOUTHWEST Not To Scale ::\ 5' - COPA 321 TERMlNAllON (FUTURE) ~ DETAIL P11 LOOKING SOUTHEAST Not To Scale 125'-PUD 10 DOE 2' . PUD DOWNGUY 3?S.PlIn 1AnF 4' - PUD DOWNGUY 8' - TOP OF COPA RISER (FUTURE) ~UD 10 TANG ~ 13'-FIBER 145'-PUD(2) QUAO(FROMP11) 14' - PUD SERVICE DOWNGUY DETAIL P16 LOOKING SOUTHWEST NotT 0 Scale 175'-ABER '" o ~ -i o ~ o <( NOTE: ALL MEASUREMENTS ARE FROM "TOP OF POLE" ------11& - FIBER l' - COPA 30 DE, - REDUCED TENSION 3' - COPA 30 DE (BUCK) 3 5' - COPA UPPER DOWNGUY 4' - COPA LOWER DOWNGUY L.:!'UD 311l DE 11 5' - PUD 30 XFMRS 14' - (2) PUD SECONDARY 1475' - PUD SECONDARY ~ DETAIL P12 LOOKING SOUTHWEST Not To Scale 125' - PUD 1 III DBl TANG DOWNGUY ~ 13'-COMMUNICATION DETAIL P17 LOOKING SOUTHEAST Not To Scale 1'. COPA 3121 TANG 3' - COPA311l DE TO P11 (REDUCED TENSION) 3 5' COPA DOWNGUY 175' - COMMUNICATION RECONNECT TO NEW OVERHEAD CONDUCTOR EXISTING DOWNGUY (REMOVE) iT j[}- DETAIL P18 LOOKING SOUTHEAST Not To Scale --rtl DETAIL P13 (EXISTING) LOOKING SOUTHEAST Not To Scale 125'. PUD 10 DE , DOWNGUY TERM G'-PUD 10XFMR 7 5' . pun 2" RISER 8 5' . SECONDARY SVC ----CROPS (2) 13'. COMMUNICATION 5' (APPROX) l' - EXISTING DE 3' - EXISTING DE (NE) NEW PINS AND INSULATORS EXISTING SPAN GUY (REMOVE) 8' - EXISTING TERM 1ft 7 I' 13/~'A~ W 1'-71' DRILLING GUIDE P03, P04A. P12 AND P14 Not To Scale 1ft 7 I' 131~'A~ W 1'-71" 8'-71" 7'-71' DRILLING GUIDE P04, P10 AND P11 Not To Scale r a.~.Ja \~, 'J (! : ~ // TO DSP-l ~ to- DETAIL P14 LOOKING NORTHEAST Not To Scale l' - COPA 30 DE 1 5'. caPA, UPPER DOWNGUY 2' . COPA, LOWER DOWNGUY 5' - COPA 311l TERMINATION (FUTURE) 10' - TOP OF 4' RISER 175' - FIBER 1ft 7 I' 13/~'A~ W 1'-71' 4'-71" 5'-71" DRILLING GUIDE P05, P06. P07, poa AND ?O9 Not To Scale 1ft 7 I' 131~1A- W 1'-71" 8'-11" 9'-1 j' DRILLING GUIDE P15 Not To Scale I not I I North Sky Communications Electrical Englneenng DIVISion A Quanta Service Company I 1303 Central Ave So SUite 201 Kent, WA 98032 Office (253) 520-3486 Fax (253) 520-3985 I oa007ENG NSC Job Number I Wayne Hagan Engineer I Guy Rider Drafter CMs Roethle Checked I Barry Eronson .....-.... I I I ReVISions ~ ~ Descnptlon I I I City of Port Angeles Elwha Dlstnbutlon Relocabon I ElwhaWtltelFBdllty 1901l<aceeWay Port Angeles, WA 98363 I Pole Assembly Details Drilling Guide I 1 Sheet a of 10 I O~ jO 6 1994S salqe.1 BU!Bu!J1S L9t:86 VM 'sera5uv IJOd 110M 8li1:Kl)l ~06~ A)npe~J8IeMe4N113 UOII""0191::1 uoqnqUjslO e4MI3 salaBuv lJOd !O ^1!8 uoqdUOS9a -ewo ON SUDISI^9t:j Ot-( 8 -. UI-~d 06 .n L -0 . -0 UI-::l.d 06 (o( 8 -( L -. UI-~.a: '8 181 . -0 . -0 UI-::l.d .8 1(( . -( . -. t -( E -( t -( n-e 6 -t' L -t 9 -t t -t c: -t t -t 0 Ott ,. -c: E -t: Z -t 0 -t tt-t Ot-"[ 6 -t 8 -t L -t 5 -t 0 oOt =dB ur-':!.!! UI-':ld UI-::l.d UI-':ld UI-:jd tII-':l.:!: UI-:j4 UI-::l.d UI-':l.il UI-::l.d Beg Sl. OL S9 09 5S OS Sit Ot St Ot <.a:o dWiJ,I. (sa'!) L6'! 90l; 9U; BC:Z ot't' tSiC: 69t gat EOE Z:ZE sua,L H UI-':l/! 08 '81 pn:I'IUI 'pUYM Jsd 00 t '8;:)! u'F St 0 '.:10 Saa 5t ~ ::loIn \; 0 DE uS"IsaQ qt sse '" UO,GU8,L X1;!W 6es t1?'[::rrU! 6u'tsn alcreJ. Beg 6U16ul.:I':lS auoz peO']: WRtpaW A.:1eUJo,:!sn;) ':laa.i[ 0 EZe: ueds SUHnll: ..MOmridSII ll:S:>V 6uTPue.l:::l.S t /9 PM'I!' t # .2o::l.::mpuo:) (S~d-9~d) 318V.1 ~NI~NI~.1S and . -0 . -0 5 -0 5 -0 5 -0 t -0 t -0 t -0 to -0 t -0 t -0 {; -0 0 en t -0 t -0 t -0 t -0 E -0 E -0 ( -0 E -0 (-0 (-0 0 501 =dB UI-~.! UI-':l.ll UI-::l..!( UI-:l.cl UI-::i,a UI-:U U1-U UI-4& UI-4.i1 UI-4G EE'S SL OL 59 09 55 os St at 5( O( <do dWGJ. (sa'I) 06( on 6"" 6Lt aos 8(5 99S 565 (Z9 !59 SUGJ, H U1-:I,4- 08 on 1e'Q"'CU1 'PUlM ;l:sd 00 t 'GOl u'j: SZ 0 'do Eaa st I> 41n 'I; 0 or u6Tsaa q1 ssa .. UOT$UaJ, xew Evs 1E'"l4"1U1 EtH8n .1creJ, Ees EU"l6uT;14S auoz peo'l wn'j:paw JU:1eW04Sn;:! 4aG,d 0 Ztt ueds EUTtn'ij "MOIDJYdS. 'ijS;)'tf EUTpUV.:qS t /9 OM'! Z # .:I04:::mpuo:J (9~d-O~d) 318'\f.1 ~NI~NI~.1S and s -0 5 -0 S -0 t -0 II -0 lr -0 II -0 (-0 (-0 r -0 (-0 (-0 (-0 0 SOt ""dB UI-4d UI-4d U1-4.i1 U1-4.!l U1-:j& U1~:j.!l UI-4& U1-:U U1~4,i( U1-:j.il UI-4.i1 U1-:jd U1-411 fies 06 sa oa SL OL S9 09 SS os st 011 S( at <.:10 dw..L (S8'l) sn Slit SL.( SOt 5(11 5911 5611 t~S ES!:i ~B5 019 a(9 999 suaJ, H :peAC)Jddy UOSUOJ3 huES :p8)I:l8lf:l 9141901::1 SU4:> .......0 J9pl1::l AnD ..l88UI6u:r uE6EH 8uAeM ..IaqwnN qor :ISH DN3L0080 S86C-OZS (CSZ) XE~ 881>C-OZS (CSZ) ""'UO ze086 \fM 'jU8>1 ~OZ 9pns OS 9A\f leJlUa:> eoe~ AUEdwo:> ""W9S ElUeno \f UOISI^IO 6uuasUl6u3 IB::)U:J:)813 SUO!.\.DJIUnIUIUO:) ^>Is 4.\..JON J9U " -1 ( -0 U1-~4 06 6Z"["[ . -, . -0 U1-~.iI 06 tr801 . -1 ( -0 Ul-:I,4 .. 66"["[ . -, . -0 UI~U 5' tt"11 t1i!T4TU1 'PU"tM Jsd 00 v '.:11 UT 5Z 0 'do Eao St o!I 41n 'I; 0 OE u6Tsaa qt ssa '" uOTsua,t xew El!S 1E'T4TU1 Eu"tsn arc~E'J. EE'S EUT6U1:.1"4S auoz pE'O'J umTpaw JU:'eW04sn;) :l,aal1 0 501 UE'dS Eunna ..M.O'IDI'idS. lIS;)'tf 6UTpUE'.:I:l,S {/9 OM.'! t # .:IO:l,:::mpUO;) (S~d-O~d) 318'\f.1 ~NI~NI~.1S '\fdO:> 5 -1 , -0 t -t (-t (-t ~ -t I -t ! -1 0 ~1 0 -t "["[-0 "["[-0 0 OZZ Z -0 Z -0 Z -0 Z -0 Z -0 Z -0 Z -0 Z -0 Z -0 Z -0 0 SL UE'dS U1-:I,8. UI-4.:1 U1-:I,.:1 UI-4.:1 U1-:I,.iI UI-4a UI-4.:1 UI-4.:1 U1~4d UI-4d fiE'S Slo OL 59 09 55 os 511 Ot SE OE <.ilo dwaJ, (SE'l) stt! ozn 96n EloSt tsst aZLt 90at Eaat 0961 aoz sua,L H UI-4,i( 08 tLZ! 1l!T4TU1 'pUTM .:Jsd 00 t 'aol U"t SZ 0 'do 6ao St g 4tn li 0 DE US"tsaa q1 50SZ .. uo"'[suaJ, x'QW fiE'S 1l!T4TUI 6ul"sn elqeJ, 6E'S 6Ul"Bu'p:l,S auOZ p"QO'l lUn"tpaw ..ul:!WO~Sn,:) :j88~ 0 1>6t uedS 6uTtncr .NI1lf>N:iIdll 'ijS:>V fiu"tpue.:I:I,S ! /9 OM-V 0/1'# .:Io:l,onpuo;) (t7~d-'\f~~d) 318n ~NI~NI~.1S '\fdO:> ( -. . -0 Z -Z ! -Z "["[-1 Ot-l 6 -t 9 -t L -t L -t 9 -t 5 -t 0 ZLZ t -0 v -0 v -0 to -0 t -0 E -0 E -0 E -0 (-0 (-0 0 tOl ulldS UI-:l,~ UI-~.d UI-44 U1-:j~ UI-~4 UI-:l,.:1 UI-~.iI U1-:I,4 UI-~~ Ul-:I,.iI EllS SL OL S9 09 55 OS SP 010 SE DE <.ilo dwa.r. (sa'l) (LZ1 OtEL ont tan ES5! 9Z91 DOLL SUt 61>9t .Z61 sua.t H UI-:jd O. Lozt 1E'T4"'[Ul 'PUTM ;;sd 00 v 'a:n 'II"t 51:: 0 '.;(0 6aa St @ ~ln" 0 OE tt6l"sao q1 SOSZ .. uo'j:sue.r. xeH EllS lllT~TU1 fiu"lsn 81ql!,L B~S .&ud)u1:.:I~S SUO'Z 'Pl!0'l Uffi"'[paw h.:Iewo~sn;) :l,a..iI 0 aEZ u1O!dS fiu'ttn'ij "N1nmmdll ers;)\[ Bu"'[ptnl.:I~S 1 /9 OMV 0/1'# .:Io:l,.mpUO;) (~ ~d-O~d-60d) 318'\f~ ~NI~NI~.1S '\fdO:> 1 -. 6 -0 U1-~.iI 06 89I Ol-Z UI-:I,d 06 081 tl-t 6 -0 UI-:I,.iI '8 Hl 8 -, UI-4.:1 .. 691 I " I 3 " . 6 -. 6 -0 ~ L -v 5 -t Z -1' 0 -t' Ot-( 8 -( 9 -E t -E Z -E 0 -E 0 Zl.Z a -0 8 -0 a -0 L -0 L -0 L -0 L -0 9 -0 9 -0 9 ~o 0 VO! =dS UI-:l,d UI-:I,.!I UI-:I,.iI U1-:I,1I U1-44 uI-~d U1-~d UI-~.iJ UI-:I,.iI UI-:l,.iJ Sl:!S SL OL 59 09 SS os St 010 SE: OE: <do dwOl.t (sE'Il Lat "'6t ZOZ HZ tz::Z Z::E~ HZ:: 95t' ILZ 9a~ suaJ, H , , ./ . . " 1J , ./ U1-4.d 08 091 tl:!"t:l,nII 'PU"FM .:Jsd 00 t '9:11 u"F Sl: 0 '.10 Baa s"[ 0 410 Jj: 0 O( US'tSaa qt ssa '" UOTSU8J, XVW Bl:!S 1'El"t:l,TUI fiUTSn atcreJ, 6'(>5 6u"t6u't.%:l,S 9ttOZ pllC']: wn.pSW ..ul!1l10~sn:> :l,;I;ld 0 BE:l: tnldS Bu"ttn'H .MQmN'dS. lIS;:>,r Eun~ue.:I~S t /9 OM'tf Z # .l:o:l,::mpuo;) H~d.O~d-60d) 318n ~NI~NI~.1S and L -, S -z v -z Z -z:: 1 -Z 0 -Z Ot-t 6 -t 8 -1 9 -t 5 -! 0 OlZ ""ds U1-4.i1 Ul-:I,o U1-~.iI UI-:I,d Ul-:l,.:1 Ul-4.:1 UI-:l,,i( U1-4.i( UI-~.:1 UI-:I,.iI EllS SL OL 59 09 SS OS 51!' 011 SE O( <do dwaJ, (S8'1) aoz ozt ZEZ' 9tz:: zn ISLZ:: L6Z:: LIE aEE 09E suaJ, H UI-=l.il 08 86' 1l!"F:l,'FU1 'PUTM .:Jsd 00" 'a::)I U'j: Sz:: 0 '40 Sea St 0 ~1n" 0 Oc u6'j:saa qt ssa = UOTSU8J, XE'H BE'S t'E!HTU1 BUTSn atqE'J, Bes SU"tSUT.%~S euoz peO']: wn1paW ..u:ewo:l.sn:> :l,aad 0 OlZ tnldS BuqnlI do\OIDIVdS" 'ijS;)'l[ 6ul"PtIli!.:I:l,S t /9 OMl[ Z # .%o:l,::)npuo;) ('\fSOd-SOd) 318n ~NI~NI~~S and l'(>l:l,lUI 'PU1M ;Jsd 00 v 'eoI Ut 5Z 0 '.10 Eaa 51 . ~tn 'I; 0 O( u5Tsaa J r I Z -t t -"[ 0 -t H-O ot-o Ot-O Ii -0 8 -0 B -0 L -0 L -0 L -0 9 -0 0 ES! ""dB U1-:l,.:1 UI-:l,4 uI-:I,.iI Ul-44 UI-4.i1 UI-:I,.iI U1-4.i1 UI-~.iI UI-:l,d UI-~d Ul-44 UI-:l,.:1 UI-4.:1 Bes 06 S8 08 SL OL 59 09 55 os 510 OV S( OE <.3:0 dwaJ, (SE'l) EEZ E5t' vLZ 86Z (Z( at( Sl.E (Dp DE,. aSt 99P n5 ZVS euaJ, H H-t 6 -0 UI-~d 06 SOlt , -. Ot-E . -1 UI-~.:I 06 ELl Ot-{ 6 -0 U1-:l,.iI .8 OLlt o -. 8 -( . -, UI-44 58 091 q1 SS8 ~ uOlsua.t XE'W 6eg 1eT4TUI Bun~n il1QeJ, S1O!g 6UT6uT.:I~S SUOz pE'O'1 wn'tpaw ..t:I:li!WO~Sn;) ~aa.il 0 (St m>dS 6UTtner .MOIDIVdS. lIS;)'<[ 6UT~:l~S 1: /9 OM'! Z fI .:Io:::pnpuo;:> 1 (Vt70d-t70d) 318n ~NI~NI~.1S VdO:> 6 -t 8 -t L -t 9 -t S -t v -t ~ -t (-t t' -1 z: -1 t -1 0 OtZ 9 -0 a -0 L -0 L -0 lo -0 9 -0 9 -0 9 -0 9 -0 5 -0 S -0 0 Lilt u-edS UI-:l,,! UI-4.i1 U1-4.:l: UI-:+.iI UI-:l,d U1-:I,.iI Ul-:I,d Ul-:j.:1 UI-:j.:l: U1-":l,.; UI-:l,d E-eS oa SL Of. 59 09 55 os Sv OV 5t OE <.ilo dwaJ, (sa'l) LEZt Lon 6LEt t'sn 9ZS"[ 109"[ 9l.9t t5f. t azat t06t Oa6t eua,L H I 1E'T~TUI 'PU"tM .:Jsd 00 II '9::>1 'II, SZ 0 '.!Io Sea St IZ ~1n" 0 OE tt6'Fsaa 1 q! 50SZ = UOTsua.t xt?w Bes 1~1::I,l"Ul fiu'Fsn atq~J. 6l:!S 6ut6'O"t.%45 auoz pt!O'I wnl"paw ^.:c1!UlO~sn;:) ~aad 0 L!Z neds EUT1n}J .NlnDN8d. 'ijS:>'! 6u1:pue.:I4S t /9 OM'! 0/"# .:Io:l,:lnpuo;) 1 (SOd-LOd-90d-SOd-t70d-tOd) 318V.1 ~NI~NI~.1S VdO:l Ot-( . -( . -, a -E 9 -E ,.-( 5 -E (-E t-( II' -{ E -t Z-t I z -( 0 -E O"[-t' tl-~ 6-t a-z Z -t t -t 0-1 a -Z f.-t' 9 -~ t -Z o -t "["[-0 . -, ( -. Ot-O (-Z 0 OSZ "[ -I: 0 OtZ Ot-O 0 toH u-edS UI-:l,d 6es OE <do dw_J. (58'1) OZE sua,L H I UI-:I,.iI O. u1-:I,.iI Ul-~.:I UI-~.iI Slo OL 59 UI-:l,.iI SE Ul-:I,II UI-:I,.iI UI-~.!1 09 5S OS UI-:j.!I U1-:l,.iI 5t 010 88' 961 SO~ S1.t ,o( i.ZZ 6(Z Z51: f.9Z ESZ l~'j::l,'j:UI 'PUl"M .:Jsd 00 t 'a::>1 U"T 51: 0 'do.68O 51 @ :l,tn 'I; 0 OE tt6'j:s_a q1 ssa 0:: UO.SU9J, x'(>w Eeg tl:!T:l,1:UI 6u"tsn a1QeJ, fi-eS 6Ut.60T.l::jS 9UOZ pE'O'l \IInl"paw ..u:ew04sn;) :l.*'*'.iI 0 tZ:Z ull'dS Eu"tln}J .MOmnfdS. ~S:J'tf Btttpu'E!.:I45 t /9 OM'i Z # .:Io:l,onpuo;:> 1 (SOd-LOd-90d-SOd-t70d-tOd-~Od) 318V~ ~NI~NI~.1S and I I I r not I !BILL OF MATERIALS MATERIAL DESCRIPTION Urnt North Sky Communications Electncal Engmeenng DIVISion A Quanta Service Company I r---~- I I :~ :~ ~I ~ .S: ~ q: DP452FBGLS Pole, FG, 45' CL-2 mln DP453FBGLS Pole, FG, 45', CL-3 mln DP354FBGLS Pole, FG, 35' CL-4 mln U 3 03-L Vault, 48"W x 72"L x 42"T and 90"W x 93"L x 8'1' Cover EA EA EA EA 7 6 3 1 1303 Central Ave So SUite 201 Kent, WA 98032 Office (253) 520-3488 Fax (253) 520-3985 I I - Ckt-Ft #4/0 ACSR 3-Phase 1820, I #2 ACSR, 3-Phase Ckt-Ft 260 I 4" PVC Sch 40 CondUit LFt 270 , I !~ PF-3-01 FG 10',3-Ph Slnole Tanoent hsv. FG EA 4 1 1 1 1 PF-3-03IFG 10' 3-Ph Double Tanoent hS;;- FG EA 1 1 !E PF-3-05FA 10',3-Ph DE hsv, 4/0 ACSR, FG EA , 5 1 2 1 1 PF-3-<l5FB 10' 3-Ph DE hsv, #2 ACSR, FG EA 4 1 1 1 1 :\) ~ PF-3-06 FG 10' 3-Ph DOE hsv 4/0 ACSR FG EA 3 1 1 1 ~ H-<l-<l1 FG Pole Ground Uooer Neutral FG EA 16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I~ .s: G-4-<l1 10M Downauv hsv, w/Johnn~ Ball & 1-bolteve nlate EA 3 1 1 1 G-4-<l2 10M Downouv hsv. w/Straln Ins EA 1 1 is;;:: ~ G-4-<l4 IBM Downnuv hsv. w/Straln Ins EA 12 2 1 2 2 2 2 1 I~ q: G-5-<l1 10M Soan Guv hsv, w/Straln Ins and 1-bolt eve olate EA 2 1 1 G-5-<l2 IBM Soan Guv hsv, w/Straln Ins EA I 1 1 !\i G-8-<l1 Guv Attachment Pole Band EA 8 1 1 1 1 1 1 1 1 G-8-<l1A Guv Attachment, Pole Band LlOk EA I 2 1 1 I DEC-1 Deadend, Clarno. #4/0 ACSR EA 3 3 I J A-0-<l1A Anchor hsv. 10" Helix EA 5 1 1 1 1 1 I A-<l-02 Anchor hsv . 24" Plate EA 6 1 1 1 1 1 1 i , I U-3-0HR 4" Riser hs v , 3-Ph EA 2 1 1 I 08007ENG NSC Job Number I Wayne Hagan Englnee,. Chns Roethle I Guy Rider Drafter Checked Barry Eranson Approved: I '" c c o o c g '" "" ~ ~ z 1 <J> /' I DCACSR2 #2 ACSR, 1-Phase Ckt-Ft 665 I I DCACSR2 #2 ACSR 3-Phase Ckt-Ft 1710 I DCCIC1/0J1 1/0 AL UG Cable, 1-Phase CIC Ckt-Ft 900 I CCA4/0QP 4/0 Quadranlex Ckt-Ft 385 I DP403 Pole, Wood, 40', CL-3 mln EA 1 I 1 i DP404 Pole, Wood, 40', CL-4 mln EA 2 1 1 A313 8',1-Ph Double Tanoenthsv, Wood EA 1 I 1 A4-313 8',1-Ph DE hsv, Wood EA 2 1 1 A5-313 8',1-Ph DOE hsv, HOrizontal, Wood EA 1 1 A316 8', 1-Ph SlnnleTannenthsv FG EA 1 1 A4-316 8' 1-Ph DE hsv . FG EA 2 1 1 C317 10' 3-Ph Slnnle Tanoent hsv FG EA 4 1 1 1 1 C318 10' 3-Ph Double Tanoent hsv, FG EA , 1 1 C4-3 17 10',3-Ph DE hsv, FG EA 3 1 1 1 C5-317 10',3-Ph DOE hsv, FG EA 4 1 1 1 1 4021500 Su.nenslon Insulator, 15kV Polv EA 6 4 2 DDEBS110AS #4 - 1/0 ACSR Deadend EA 64 8 4 12 2 8 8 8 2 4 6 2 TY1-B Pref Tie, Slnnle Too, #2 ACSR EA 14 4 4 4 2 TY2-B Pref Tie Slnale Side. #2 ACSR EA 12 8 4 ~ GR-21 Pole Ground, Uooer Neutral, Wood EA 3 , 1 1 1 ~ ~ GR-28 Pole Ground, Uooer Neutral FG EA 12 1 1 1 1 1 1 1 1 1 1 1 1 GY-1 10M Downouv & Anchor hsv , w/JB & Guv Hook Wood EA 4 1 1 1 1 .s: GY-21 10M Downauv & Anchor hg,;-; 1-bolte';e late, Strain Ins 10" Helix EA I 2 2 CC ~ GY-41 10M Downouv & Anchor hsv , Strain Ins 10" Helix Flberalass EA i 9 I 2 1 1 1 1 1 1 1 I q: +GY -4 1 IBM Downnuv & Anchor h5';, w/Straln Ins 10" HelIX EA I 3 2 1 I GY-SP1 10M Soan Guv w/1-bolteve lates EA I 3 1 1 1 I DD105-<l05 Guv Attachment 9"-13-1/2" Shake EA I 6 1 1 1 1 1 1 ! 2860500 Pole Band Link EA 3 1 1 1 2870400 Th,m ble EA 3 1 1 1 DB651-220 100A Cut-out & Arrestor hsv , X-Arm fvbunt EA 8 3 1 3 1 CA-BR5 Cut-out Bracket X-Ann fvbunt, Wood EA 1 1 7252325 Cut-out Bracket X-Arm fvbunt, FG EA 18 1 3 3 1 3 3 1 3 CO-BL1 Solid Blade EA 4 3 1 FUN20K Fuse, 20K EA 1 , 1 FUN40K Fuse, 40K EA 5 3 1 1 RP1 OH to UG Riser & Term hsv , 1-Ph EA 1 1 TRM1-2 UG to OH Riser & Term hs" 1-Ph DE EA 1 1 TR1-A1 XFf1.R, OH, 1-Ph ,Slnole BushlOo hsv EA 2 1 1 I TRX-3B XFf1.R OH 3-Ph SlOole Bush,':;;;- hS;;- EA 3 1 1 1 SVC-1 #6 - #2, 1-Ph , OH Sec Servlce hsv EA 4 2 2 SCA4IOQP #410 3-Ph OH See Servlce hs EA 8 I 1 2 3 2 EL1/0 Elbow Loadbreak. 15-kV, 200A 1/0 AL EA I 2 2 FT -4WB Feedthru, 4-Wav, 15-kV w/bracket EA I 1 1 -- JV2-200 Vault 48" So, 200A, Steel Lid EA ! 1 I 1 I I I EXPIRES 11/19/ ~ '" I "" 0- I " ~ o o '" o f u '5 ~ "" ReVISions I '" ~ ~ ~ Descnptlon 1 9/0212008 Column Shading ---Sh10 I I :, 0- " ~ g '" o i l u { " I City of Port Angeles Elwha Dlstnbutlon Relocation ElwhaWaterFsClllty 1901 Kacee Way Port Angeles WA 98363 I I 1 Bill of Materials I ~ ~ o '" o o N N o Sheet 10 of 10 I ~ o to I I 1 I I I I I I I I 1 I I I I I I I ATTACHMENT D CITY OF PORT ANGELES FRAMING DETAILS I I I 1 I I 1 I I I I I I I I 1 I I 1 -t 1'-0" L WIRE CLIP & SELF TAPPING SCREW TO SUPPORT GROUND WIRE ITEM MATERIAL DESC QUANTITY 1 Insulator, Pin, double skirt phase,12-kV 4 2 Crossarm Pin 4 3 Ties 4 4 Bolt, Mach - 14" x 5/8" Dia 2 5 Crossarm - FG Assembly - 10' x 3.5" x 4.5" 1 6 Washer, double coil lock - 5/8" 2 7 Washer - Sq-curv -3 2 n8C North Sky Communications Electrical Englneenng DIVIsIon A Quanta Service Company Project Name: City of Port Angeles Elwha Distribution Relocation Revsion Date: 06/09/2008 3-Phase, Single Crossarm, Tangent (Fiberglass) e PF-3-01 (FG) Pages: 1 OF 1 lie I I I I I 1 I I I 1 1 I I I I I I I I @II @II -t 1'.0" L o WIRE CLIP & SELF TAPPING SCREW TO SUPPORT GROUND WIRE ITEM MATERIAL DESC QUANTITY 1 Insulator, Pin, double skirt phase,12-kV 8 2 Crossarm Pin 8 3 Ties 8 4 Bolt, Mach - 14" x 5/8" Dia 2 5 Crossarm - FG Assembly - 10' x 3.5" x 4.5" 2 6 Washer, double coil lock - 5/8" 2 7 Washer - Sq - Curv - 3 4 8 Bolt, DA, 22"x5/8" 2 9 Washer - Sq 2-1/4" 2 not PrOject Name' City of Port Angeles Elwha Distribution Relocation North Sky Communications Electrical EnglOeenng DIVIsIon A Quanta Service Company Revsion Date: 06/09/2008 3-Phase, Double Crossarm, Tangent (Fiberglass) PF-3-03{FG) Pages 1 OF 1 I I 1 1 1 1 1 I 1 1 I 1 1 1 I 1 1 1 1 o -t 1'-0' L CID CID WIRE CLIP & SELF TAPPING SCREW TO SUPPORT GROUND WIRE QUANTITY ITEM MATERIAL DESC PF-3-05(FA) PF-3-05(FB) (4/0 ACSR) (#2 ACSR) 1 Insulator, suspension 15kV 3 3 2 Bolt, machine, 5/8" x 14" 2 2 3 Washer, double coil lock - 5/8" 2 2 4 Washer, Sq-curv-4 2 2 5 Crossarm - FG Assembly - 10' x 4" X 7.5" 1 1 6 Deadend, Clamp, 4/0 ACSR 4 6A Deadend, Automatic, #2 ACSR 4 not Project Name: City of Port Angeles Elwha Distribution Relocation North Sky Communications Electncal Englneenng DIVISion A Quanta ServIce Company Revsion Date: 06/09/2008 3-phase, Deadend, 4/ 0 & #2 ACSR (Fiberglass) Pages. 1 OF 1 PF-3-05* WIRE CLIP & SELF TAPPING SCREW TO SUPPORT GROUND WIRE I I I 0 I I I I I I ITEM MATERIAL DESC 1 Insulator, suspension 15kV 2 Bolt, machine, 5/8" x 14" 3 Washer, double coil lock - 5/8" 4 Washer, Sq-curv-4 5 Crossarm - FG Assembly - 10' x 4" x 7.5" 6 Deadend, Clamp, 4/0 ACSR 7 Connector - Ampac 8 Insulator, Pin, double skirt phase,12-kV 9 Crossarm Pin 10 Ties 11 Jumper QUANTITY 6 2 2 2 1 8 8 4 4 4ft 20 ft not Project Name City of Port Angeles Elwha Distribution Relocation North Sky CommunIcations Electncal Englneenng DMslon A Quanta Service Company Revsion Date: 06/09/2008 3-phase, Double Deadend 4/0 ACSR (Fiberglass) 1 I I I I I I I I I 1 I I I 1 I I I I PF-3-06(FG) Pages' 1 OF 1 I I @l 1 1 I I , , '- 1'- =+ I 1 NOTES: A. Field drill hole at crossarm for ground wire to enter pole. B. Ground wire to clear all hardware by 2 inches mimmum and shall be attached with clip and self-tapping screws to maintain position. C. Ground wire shall be attached to the underside of the crossarm. D. Ground wire shall exit through the base of the pole or a field drilled hole at least 6 inches below grade level. Ensure ground wire is not damaged during installation. E. Top of ground rod shall be a minimum of 2 inches below grade. 1 1 I I I I I ITEM MATERIAL DESC QUANTITY 1 Wire, cu, #6 Sol 40 ft 2 Connector, #6 Sol vise cu (Fargo) 3 Ground rod 5/8"x8 ft. Copperbonded 1 4 Clamp, ground rod 5/8" bronze 1 5 Ground wire clip (for FBRGLS) 4 6 SS Self Tap Screw (for FBRGLS) 4 1 I I Project Name: not North Sky Communications Electrical Englneenng D,vlslon A Quanta Service Company City of Port Angeles Elwha Distribution Relocation 1 POLE GROUND WITH GROUND ROD FIBERGLASS POLE Revsion Date: 06/09/2008 e H-O-01 (FG) Pages 1 OF 1 QUANTITY 1 1 I 1 I I I I I I 1 I I I 1 I I I G-4-01 I Pages 10Fl ITEM MATERIAL DESC 1 Pole Eye Attachment Plate 2 Bolt, machine, galv 5/8" x 12" 3 Washer, 3-1/4" x 3-1/4" x 1/4 ", curved 3A Spring washer 5/8" 4 Wire, guy, 10M Alumoweld 10,000 Ibs 5 Grip, guy wire, preformed 10M Alumoweld 6 Insulator, porcelain, strain 10,000 Ibs 7 Deadend, strand Vise, automatic 10M 8 Marker, guy, plastiC yellow P Split-Bolt Ground Connector not Project Name. North Sky CommunIcatIOns ElectrIcal Engineering DlvJ~lon A Quanta ServICe Company Revsion Date: 06/09/2008 10 FT. MIN TO GRADE 1 1 1 30 ft 3 1 1 1 City of Port Angeles Elwha Dlstnbutlon Relocation DOWNGUY ASSEMBLY - 10M ALUMOWELD 1 I 1 1 1 I I 1 I I 1 1 1 I I 1 I 1 1 .. STRAIN INSULATOR LENGTH SHALL BE ADEQUATE TO INSULATE GUY WIRE TO GROUND UNDER NORMAL AND GUY FAILURE CONDITIONS ITEM MATERIAL DESC QUANTITY G-4-02 G-4-04 (10M) (18M) 1 1 1 1 40 FT 40 FT 4 Insulator, fiberglass, stram w/rollers, 15,000 Ibs, 6' - 8' 4A Insulator, fiberglass, strain w/rollers, 21,000 Ibs, 6' - 8' S Gnp, guy Wire, performed 10M Alumoweld 5A Grip, guy wire, performed IBM Alumoweld 6 Wire, guy, 10M Alumoweld 10,000 Ibs 6A Wire, guy, IBM Alumoweld 20,000 Ibs 7 Deadend, strand vise, automatic 10M 7A Deadend, strand Vise, automatic IBM 8 Marker, guy, plastic yellow 1 1 Project Name noC North Sky Communications Elect(lcal Englneenn!) DIVISIOn A Quanta Service Campan)' City of Port Angeles Elwha Distribution Relocation Revsion Date: 06/09/2008 DOWNGUY ASSEMBLY - 10M AND IBM ALUMOWELD WITH FIBERGLASS STRAIN INSULATOR G-4-02 & G-4-04 Pages 1 OF 1 not North Sky Communications Electncal Englneenng DIVISion A Quanta SplVlce Comoany PrOject Name: City of Port Angeles Elwha Distribution Relocation 1 I , I I I I I 1 I I I I 1 I I 1 I I I G-5-01 I Pages 10F1 I . ITEM MATERIAL OESC QUANTITY 1 Pole Eye Attachment Plate 1 2 Bolt, machIne, galv., 5/S"x12" 1 3 Washer, curved 3-1/4"x3-1/4"x1/4" 3A Spring washer 5/8" 1 4 Insulator, fiberglass, strain wlrollers 15,000 Ibs, 6' - 8' 1 5 Grip, guy wire, preformed 10M Alumoweld 6 Wire, guy, 10M Alumoweld 10,000 Ibs 90 ft Revsion Date: 06/09/2008 SPANGUY - 10M ALUMOWELD WITH STRAIN INSULATOR .1 1 1 I 1 I 1 I I I 1 I 1 I I I ITEM MATERIAL DESC 4 Insulator, fiberglass, strain w/rollers 21,000 Ibs. 6' - 8' 5 Grip, guy wire, preformed IBM Alumoweld 6 Wire, guy, IBM Alumoweld 20,000 Ibs 7 Strand vise, automatic IBM Deadend QUANTITY 1 1 140 1 1 I n8C North Sky Communications Electflcal EnglOeenng DMsron A Quan'a Senile. Company Project Name City of Port Angeles Elwha Distribution Relocation I I I I I I Revsion Date: 06/09/2008 SPANGUY -18M ALUMOWELD WITH STRAIN INSULATOR G-5-02 Pa~s' 1 OF " G-8-01 SHAKESPEARE POLE BAND CAT #PBK6 G-8-01A SHAKESPEARE POLE BAND LINK CAT #PBLK8 not North Sky Communications Electncal Englneenng DIVISion A Quanta Service Company PrOject Name: 1 I I I 1 I I I I I I I I I I I I I I DEC - 1 DEADEND, CLAMP, 4/0 ACSR City of Port Angeles Elwha Distribution Relocation Mise Revsion Date: 06/09/2008 MISCELLANEOUS ASSEMBLIES Pages. 1 OF 1 1 I I I I I 1 I I I I I I I A-O-01A I I ITEM MATERIAL OESC 1 A Anchor, screw, 10" Helix 18 Anchor, cross-plate, 24" 2A Rod, anchor, 3/4" x 7' 2B Rod, anchor, 1" x 10' 3 Eye, triple A-O-01A A-O-02 1 1 1 1 1 1 ProJect Name: 1 I net North Sky Communications Electrical Englneenng DIVISion A Quanta SeMce Company 6'-0" MIN A-O-02 City of Port Angeles Elwha Distribution Relocation A-O-01A A-O-02 1 Revsion Date: 06/09/2008 ANCHORS 10" HELIX AND 24" PLATE Pages 1 OF 1 5'-0" 8'-0" Min. _. ""'~- * 6" Min. L -" ~ ==:=0 ITEM MATERIAL DESC 1 Screw, self tapping 2 Conduit, PVC Sch 80, 4" 3 Bracket, pole riser Standoff 15" 4 Clamp, conduit support 5 Conduit, PVC, Sch 40, 4" 6 Elbow, 900 fiberglass, 4" 7 Bell end, Sch 40 PVC 4" not North Sky Communications Electncal Englneenng O,vlSlon A Quanta Service Company Revsion Date: 06/0912008 QUANTITY 10 ft 5 5 20 ft 1 1 Project Name" -l <( Zf- OW 00 w>- f--l <(Ill ():2i: -w Of/) Zf/) -<( f/)w <C-l o CL * First conduit installed at maximum distance from pole City of Port Angeles Elwha Distribution Relocation 3-PHASE UNDERGROUND RISER ASSEMBLY I I I I I I I I I I I I I I -I I I I U-3-Q1 (R) I Pages: 1 OF 1 I I I I I I I I 1 I I I 1 I I I 1 I I ATTACHMENT E CLALLAM COUNTY PUBLIC UTILITY DISTRICT NO.1 FRAMING DETAILS 1 1 1 TRANSMISSION, ENTER 'j" DISTRIBUTION, ENTER "D" rm SECONDARY, ENTER "s" SERVICE, ENTER "c" TRANSFORMER, ENTER "X" lirrFOR 2ND. CHARACTER, ENTER ~ ~ "c" FOR "CONDUCTOR" OVERHEAD c o . o o N ~ I I SET COD E S T 0 C K DESCRIPTION CODE WORD ST!<. NO. #/1000' D S C ACSR4 ACSR 4 not new SWANATE 5450500 671 D S C ACSR2 ACSR 2 SPARATE 5450700 106.7 T D S C ACSR1/0 ACSR 1/0 RAVEN 5451000 145.2 T D S C ACSR4/0 ACSR 4/0 PENGUIN 5451400 291.1 T D S C ACSR397 ACSR 397.5 MCM STRANDED CHICKADEE 5452000 432.0 T D C ACSR556 ACSR 556.5 MCM STRANDED DOVE 5452500 766.0 T C ACSR795 ACSR 795 MCM STRANDED DRAKE 5453800 1094.0 T D S C MC1/0 ALUMINUM 110 MC POppy 5481000 99.1 T D S C MC4/0 ALUMINUM 4/0 MC OXLlP 5481400 198.6 D C MC556 ALUMINUM 556.5 MCM MC DAH L1A 5482000 522.4 T C MC795 ALUMINUM 795 MCM MC ARBUTUS 5483800 746.3 T C MC1272 ALUMINUM 1272 MCM MC NARCISSUS 5485400 1119.0 T D C MAC394 ALUMINUM 394.5 MCM MAC CANTON 5492500 370.4 D S C CB6SHD CU BARE 6 SOLID HARD DRAWN x 5050300 79.5 0 S C CB110SHD CU BARE 1/0 STRANDED HARD DRAWN x 5051000 325.7 D S C CB4ST CU BARE 4 STRANDED MEDIUM HARD DRAWN x 5080500 128.9 0 S C CB2ST CU BARE 2 STRANDED SO x 5080700 201.9 T 0 S C CB1/0ST CU BARE 1/0 STRANDED SO x 5081000 325.7 T 0 S C CB4/0ST CU BARE 4/0 STRANDED SO x 5081400 653.3 D S C CB500ST CU BARE 500 MCM STRANDED SO x 5082900 1544.0 0 C TW4SHD TIE WIRE 8 SOLID CU BARE SO x 5030100 126.3 D C TW6SHD TIE WIRE 6 SOLID CU BARE SO x 5030300 79.4 0 C TW4SHD TIE WIRE 4 SOLID CU BARE SO x 5030500 126.3 D S C ATW4S TIE WIRE ALUMINUM 4 SOFT x 5430500 38.41 D S C AMDT4 AMERDUCTOR #4 x 5020500 x SC C C4TP TRIPLEX CU 4 5120500 X SC C C2TP TRIPLEX CU 2 CENTURY 5120700 672. SC C C1/0TP TRIPLEX CU 110 5121000 x SC C A6DP DUPLEX ALUMINUM 6 5530300 x SC C A2TP TRIPLEX ALUMINUM #2 - #2 - #4 COCKLE 5550700 x SC C Al/0TP TRIPLEX ALUMINUM 1/0 - 1/0 - #2 JANTHINA 5551000 x SC C A2/0TP TRIPLEX ALUMINUM 2/0 - 2/0 - 1/0 CLIO 5551200 x SC C A4/0TP TRIPLEX ALUMINUM 4/0 - 4/0 - 1/0 CERAPUS 5551400 x SC C A20P QDRPLX ALUMINUM 2 PALOMINO 5580700 x SC C Al/0QP QDRPLX ALUMINUM 1/0 COSTENA 5581000 x SC C A4/00P QDRPLX ALUMINUM 4/0 APPALOOSA 5581400 x SC TRGAR 2 TREE GUARD PLASTIC #2 TRIPLEX 5960000 SC TRGAR1/0 TREE GUARD PLASTIC #1/0 TRIPLEX 5960400 X D S C C CWP1/0ST CABLE CU WP 1/0 x 5012000 398.0 X D S C C CWP4/0ST CABLE CU WP 4/0 x 5012400 761.0 X D S C C CWP350ST CABLE CU WP 350 x 5012800 x 1 I I I I I I 1 I I I 1 I /,;;~~';:~ --~q REV 0 I U ,/.;) . 4 17106 /,.. /1 LJ' //' L .../L:=:::==' DRAWN' JKlDT /'-~----=-- ,I ~;/,.>/'~~~-"::s-_-;...<:i:~"" c~q~....;....~.(~" CHK. RNDP ~ . GROUP: CONDUCTOR-OVERHEAD TYPE: ALUMINUM & COPPER PG 1 OF 1 OPTIONS: CD-2 I FilE H \ENGSTANDAROS\Cl5 SPEC800K\1Z0O\CD-CONQUCTOR\CO-1 POLE SET CODE CHART FOR 1 ST. CHARACTER, IF POLE IS USED IN: TRANSMISSION, ENTER "Tw DISTRIBUTION, ENTER WD" SECONDARY, ENTER "S" TYPE CODE: FERC NO: POLE POLE POLE 355 364 364 I FOR 2ND. CHARACTER, ENTER "pW FOR "POLE" SET C 0 D E STOCK DESCR I P T ION STK. NO. #/1000' T 0 S P STUB POLE, STUB 1010100 T 0 S p 202 POLE, CEDAR 20. 1022000 T 0 S P . 252 25' 1022500 T 0 S P 302 30' 1023000 T 0 S P 352 35' 1023500 T D S P 402 40' 1024000 . T 0 S P 452 45' 1024500 T D S P 502 50 1025000 T 0 S P 552 55' 1025500 T 0 S P 602 60' 1026000 T 0 S P 652 65' 1026500 T 0 S P 702 70' 1027000 T 0 S P 752 75' 1027500 T 0 S P 802 80' 1028000 T 0 S P 852 85' 1028500 T 0 S P 902 90' 1029000 T 0 S P 952 95' 1029500 T 0 S P 1002 100' 1029900 T D S P 30FBGLS POLE, FIBERGLASS 30' 1023100 T 0 S P 35FBGLS POLE, FIBERGlASS 35' 1023600 T 0 S P 40FBGLS POLE, FIBERGlASS 40' 1024100 T 0 S P 45FBGLS POLE, FIBERGlASS 45' 1024600 T 0 S P 50FBGLS POLE, FIBERGLASS 50' 1025100 T D S P 55FBGLS POLE, FIBERGlASS 55' 1025600 T 0 S P 60FBGLS POLE, FIBERGlASS 60' 1026100 T D S P 65FBGLS POLE, FIBERGlASS 65' 1026600 T D S P 70FBGLS POLE, FIBERGLASS 70' 1027100 T D S P 75FBGLS POLE, FIBERGLASS 75' 1027600 T 0 S P 80FBGLS POLE, FIBERGLASS 80' 1028100 SEE 2000, SECTION 3 - for POLE INSTALLATION STANDARDS ~:=~1201:::~~4 ~~-:;;;;-l-~--)-+1 DRAWN JKlDT ~f IC::::~~.......r~~, PG 1 CHK. RNDP '.U 0/ .. OF 1 GROUP: POLES TYPE: WOOD & FIBERGLASS OPTIONS: PL-1 FilE. H \ENGSTANOARDS\OS SPEC800K\140O\POLE.' DP452- I ...J n.. . o o o ~ 1 I I I I I I I I I I I I I I I I I 1 I 1 I I I 1 1 I 1,,- 1 I 1 I I I 1 I 1 t ~- - - ------- - 8' r4" 15" . _ ___ _ _ ~4"__ _ _ __ 'j,-: A3. I I (SNGL XRM FLAT BRe) ~OBL XRM FLAT BRC) Q "0e- M I 1 I 15" J DESCRIPTION CROSSARM - 8'x3"x4" xxx - BRACE -- FLAT xxx - BOLT MACH - 16 X 5/8 xxx - BOLT MA.CH -- 20 X 5/8 xxx - BOLT DA -- 22 X 5/8 xxx - CARRIAGE BOLT - 5" X 3/8" xxx - LAG SCREW XXX - WASHER - sq-2 1/4 XXX - WASHER - dbl cOil lock - 3/8 XXX - WASHER -- OBL COIL LOCK - 5/8 AN TYPE INSULATOR 15KV AN TYPE INSULA TOR 25KV xxx CROSSARM AN xxx TIES (SEE 1000.TY) (NOTE: USE A PLUS SIGN BEFORE THE ASSEMBLY NUMBER FOR 25KV APPLICATIONS, +A3-1 , .) ITEM 1 2 3 4 5 6 7 8 9 10 11 +11 12 13 A3.11 1 2 1 o o 2 1 2 2 1 2 2 2 2 STOCK # 1040800 1302800 3031600 3032000 3082200 3200500 3201500 3292000 3330700 3330900 4011500 4012500 4500100 AS REQ'O GROUP: PRIMARY - SINGLE PHASE - TANGENT TYPE: CROSSARM - UPPER NEUTRAL 4 o 1 2 4 2 10 4 5 4 4 4 2 PG 1 OF 1 OPTIONS: SINGLE OR DOUBLE ARM FILE H.\ENGSTANDAROS\06 SPECBOOK\300.0ISTRI6_0H\J10.' PHS\AJ 1.SET A3.1 SET A3./3 . .---,4" 15" e- J TO UPPER. NEUTRAL :t-~~ =~'-"" i ,~,,1.9 ~/, .:!J. \'J"-- ,4, 7,.~ ~.., 11 -" A4-3. /3 (fLAT BRACE) '11' :1'9 ----~ \ W=;..~J.~>-1~ ~ -"~I 3. SOL TED DEADEND @-~ 4 -.7 - ~,: #4 -1/0 ACSR - DDEBS1/0AS - 6530700 4/0 ACSR - DDESS4/0AS - 6531200 (NOTE' USE A PLUS SIGN BEFORE THE ASSEMBLY NUMBER FOR 25KV APPLICATIONS, +A4-3 13 ..) QNlY A4-3.13 2 2 2 3 2 1 11 2 6 1 1 2 ITEM 1 2 3 4 5 6 7 8 9 10 +10 11 DESCRIPTION CROSSARIIil- 8'x3"x4" xxx - BRACE - FlAT xxx - EYS\JLff - 5/8 xxx - BOLTDA - 22 X 5/8 xxx - CARRIAGE BOLT - 5" X 3/8" xxx - LAG SCREW XXX - WASHER - SQ-2 1/4 XXX - WASHER - DBLI COIL Loa< - 3/8 XXX - WASHER - DBL COIL Loa< - 5/8 SUSPENSION INSUL - 15KV POLY SUSPENSION INSUL - 25KV POLY DEADEND - BOLTED 4 - 1/0 ACSR STOCK # 1040800 1302800 3231000 3082200 3200500 3201500 3292000 3330700 3330900 4021500 4022500 6530700 NOTE: THE MAXIMUM SIZE OF CONDUCTOR THAT CAN BE USED IN THIS CONFIGURATION IS NO.2 ACSR. USE 8' FIBERGLASS DEADEND FOR LARGER CONDUCTOR SIZES. DATE: 08120104 '# = "f[i))....g ::~:8~:T -:I;:;;~.~~ PG 1 CHK RNDP U OF 1 FilE H \ENGSTANDARDS\06 SPECB00K\30D-01STRIB OH\J1Q..1 PHS\A4-3 1-5ET GROUP: PRIMARY - SINGLE PHASE - DEADEND TYPE: DOUBLE CROSSARM - UPPER NEUTRAL OPTIONS: FIBERGLASS ARM - SEE A4-3.17 A4-3.13 A4-3./3 I I o ~ M I I I I I I I I 1 I I I 1 I I I I I 1 1 I 1 I 1 I to upper neutral' 1 Ii I I 0, MI I f/ '3::: ~ ; ..l.j--- t..!,jJ r";:": lllU" -r ' i \, 1015 ~) .,~ Q9@( ,~ ..~ 6 3 7 9 J"I~ I . I, ~ , / } ~ / . I A5-3. 13 (FLAT BRACE) BOLTEDDEADEND @ 0, #4 -1/0 ACSR - DDEBS1/0AS - 6530700 4/0 ACSR - DDEBS4/0AS - 6531200 (NOTE: USE A FLUS SIGN BEFORE THE ASSEMBLY NUMBER FOR 25KVA APPUCATIONS, +A5-3 I...) ITEM 1 2 3 4 5 6 7 8 9 10 +10 11 +11 12 13 14 15 16 1 I 1 I 1 I' DESCRIPTION CROSSARM - 8'x3"x4" xxx - BRACE - FLAT xxx - BOLT DA - 20 X 5/8 xxx - CL\RRIAGE BOLT - 5" X 3/8" xxx - LAG SCREW xxx - EY ENLJr - 5/8 xxx - WASHER - sq-2 1/4 xxx - WASHER - DBL COIL LOCK - 3/8 xxx - WASHER - DBL COIL LOCK - 5/8 PIN TYPE INSULATOR 15KV PIN TYPE INSULATOR 25KV SUSPENSION INSUL - 15KV FGL Y SUSPENSION INSUL - 25KV FGL Y xxx CROSSARM PIN JUMPER (SEE 1200 CN) xxx CONNECTOR - AMPACT xxx 4 SOL AL TIE WIRE DEADEND - SOL TED QNlY A5-3.13 2 2 3 4 2 4 11 2 6 4 4 2 2 4 2 4 12FT 4 STOCK # 1040800 1302800 3082000 3200500 3201500 3231000 3292000 3330700 3330900 4011500 4012500 4021500 4022500 4500100 AS REQ'O AS REQ'O 5430500 6530700 GROUP: PRIMARY - SINGLE PHASE - DOUBLE DEADEND TYPE: DOUBLE CROSSARM - UPPER NEUTAL DATE ow"", ~ REV 5110/200~ = L7 <I'- DRAWN JKIOT PG 1 CHK RAIOP ....'iI!""'- <""- ~ / OF 1 FILE H\ENGSTANDARDSI06 SPECBOOKI300-0ISTRIB 0Hl310-1 PHSV\~31-SET I OPTIONS: FIBERGLASS CROSSARM - SEE A5-3 17 A5-3.13 12:)>~, ~1:':/2' 12' GROUND WIRE.. CLIP for fiberglass arm .Used to support ground to fiberglass arm VI EW A-A i"3:4: 4' --< i~ j) -8' -~ - - - --- ~fT ARM) - 4' " (~ :; " - -- --- 10' -- A3. I 7 ( I OFT ARM) N1Y ITEM DESCRIPTION A3.17 STOCK # 1a CROSSARM- FBRGLS - 8' X 3-112"x4-1/2" 0 1040808 1b CROSSARM- FBRGLS - 10' X 3-1/2"x4-112" 0 1 1051100 2 RN TV FE INSULATOR 15KV 2 2 4011500 +2 AN TV FE INSULATOR 25KV 2 2 4012500 3 xxx - CROSSARM AN 2 2 4500100 4 xxx TIES (SEE 1000.TV) 2 2 AS REQ'D 5 xxx - SOl T 1lAAa; - 14 X 518" 2 2 3031400 6 xxx - WASHER - sq-curv-3 2 2 3303900 7 xxx - WASHER - dbl coil lock - 5/8" 2 2 3330900 DATE, 01110106 1, ='1J 1","5l REV' 07/25106 I {'Lf? !7 B DRAWN: JKlDT /'/ ~._r"t;....';-,r..'.<('''''''''.'''_ PG 1 CHK RAlDP ibj' OF 1 GROUP: PRIMARY - SINGLE PHASE - TANGENT TYPE: SINGLE CROSSARM - UPPER NEUTRAL 8' FIBERGLASS ARM OPTIONS: 10' FIBERGLASS ARM FilE. H \ENGSTANOARDS\06 SPECe00K\300-0ISTR1B_0H\31o..1 PHS\A3 17 A3.16 A3.17 As./f.o o 't'"" M 1 I I I I I I I I I I I I I I I I I I I I I I I I I I I I, I I I I I I 61~ << --:~~' jl ~ " ~ ____.2" ,;- r 6" UPPER NEUTRAL o o 96" or 120" lA 1,'\ @ <!)l WIRE CLIP 4: 5ELF TAPPING 5CREW TO SUPPORT GROUND WIRE SEE 7 I 0 GR nGRD SPEC I 7 , O-GR To upper neutral G3. if)8 FT) A4-3. I 7 ( 10FT) o T"" M VIEW A-A BOLTED DEADEND @ 0' 1/0 ACSR - DDEBS1/0AS - 6530700 4/0 ACSR - DDEBS4/0AS - 6531200 556.5 ACSR - DDEBS556A - 6531300 GROUP: PRIMARY - SINGLE PHASE - DEADEND TYPE: SINGLE CROSSARM - UPPER NEUTRAL 8FT- CROSSARM 1 OFT- CROSSARM (NOTE USE +A4-3 I b, +A4-3. 17 for 25KV) DESCRIPTION CROSSARM - FBRGLS DE ASSMBL Y - 8' x 4"xT' CROSSARM - FBRGLS DEASSMBL Y - 10' x 4"xT' SUSA:NSION INSUL - 15KV POLY SUSA:NSION INSUl - 25KV POlY xxx - BOLT MACH- 14X5/8" xxx - WASHffi - sq-curv-3 DEAD8'JD BOLlE) (SEE 1000 DE) xxx - WASHffi - dbl coil lock - 5/8" QNTY A4-3.16 A4-3.17 1 0 o 1 1 1 1 1 2 2 2 2 2 2 2 2 ITEM 1A 1B 2 +2 3 4 5 6 I , I' I DATE 08120104 ~, '(.1 I 'E, REV. "'~, f & 0 )-':-- DRAWN' JK/DT ;;J 't.P<~~....,,<_.-"'<">RP/~-..J~- PG 1 CHK. RAlDP d..d: OF 1 OPTIONS: FILE H1ENGSTANOARDS\06 SPEC800K\300~DISTRIB_0H\31o-1 PHS\A4.03 17 STOCK # 1095008 1095500 4021500 4022500 3031400 3303900 AS REQ'O 3330900 A4-3.16 A4-3.17 A4-3./b 4" ,'2"3'-4' ""'/"'~"'''''''- :~: f;: G :-' 3{;" 10' /2'/3"'4' /,v'~v ,~v/ r""}/ ..""~\~: " . ~/ WIRE CLIP 4' SELf TAPPING SCREW TO SUPPORT GROUND WIRE SEE 710 GR C3.17 (NOTE +C3. 17 for 25KV) ITEM 1 2 +2 3 4 5 6 7 DESCRIPTION CROSSARM- FBRGLS -10' x 3-1/2"x4-1/2" PIN TV PE INSULA TOR 15KV PIN TV PE INSULA TOR 25KV xxx - CROSSARM PIN xxx TIES (SEE 1000.TV) xxx - BOLT Ilitt>.CH - 14 X5/8" xxx - WASHER - sq-curv-3 xxx - WASHER - dbl con lock - 5/8" QN1Y C3.17 1 4 4 4 4 2 2 2 -~~~~~\D VIEW A-A STOCK # 1051100 4011500 4012500 4500100 AS REQ'D 3031400 3303900 3330900 GROUP: PRIMARY - THREE PHASE - TANGENT TYPE: SINGLE CROSSARM -10' FIBERGLASS - UPPER NEUTRAL DATE' 01110106 ff'---=-.'" REV- 5/2112007 ~'/m/) c 1.:E DRAWN JK1DT / J #'. PG 1 CHK. RAlDP ~o/'~"""c~, OF 1 FILE H \ENGSTANOARDS\06 SPECB00K\300~OISTRI8_0H\33()'3 PHs\CJ 17 OPTIONS: DOUBLE CROSSARM -SEE C3.18 C3.17 Cs ./7 o (II') (II') I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Jr (~ ~ e:; . WIRE CLIP $ SELF TAPPING SCREW TO SUPPORT GROUND WIRE SEE 7 I 0 GR ITEM 1 2 +2 3 4 5 6 7 8 _r I ..~.. ( ) (4~ ~ II(([] -/ (Q D) 10' ~ . C3./8 (NOTE +C3. 18 for 25KV) DESCRIPTION CROSSARM - FBRGLS - 10' x 3.5"x4.5" PIN TYPE INSULATOR 15KV PIN TYPE INSULA TOR 25KV xxx - CROSSARM PIN xxx TlES (SEE 1000 TY) xxx - SOL T MACH - 14 X5/8" xxx - WASHER - dbl cOil lock - 5/8" xxx - BOLT DA 22" x 5/8" xxx - WASHER- SO 2-1/4" QNTY C3.18 2 8 8 8 8 2 10 2 8 DATE 01/'0/06~:~ 1#& REV' 05/01/06 _ 17 IIII!IIf' DRAWN JKlDT PG 1 CHK: RAlDP ~~~ OF 1 FilE H IENGSTANDARDSI06 SPECBOOKI300.DISTRIB_OH\330-3 PHSIC3 18 o ('I) ('I) E. III '01'/2' '>_1 ,...., I ..,.;: ~I 12' VIEW A-A STOCK # 1051100 4011500 4012500 4500100 AS REQ'D 3031400 3330900 3082200 3292000 GROUP: PRIMARY - THREE PHASE - TANGENT TYPE: DOUBLE CROSSARM -10' FIBERGLASS - UPPER NEUTRAL OPTIONS: (SINGLE ARM - C3.17) C3.18 IJ '5'- li U ----,-, a ~~,: ' , ~-- ------ --- - - -- - - - ----- - --10'- ---------------- ----------- --I (1'; "\ @ ;-----lA 15,0 ; 0 @ ----0 WIRE CLIP $ SELF TAPPING SCREW TO SUPPORT GROUND WIRE SEE 7 I 0 GR To upper neutral-/ C4-3. 17 (NOTE +C4-3 17 for 25KV) ITEM 1 2 +2 3 4 5 6 DESCRIPTION CROSSARM- FBRGLS DE ASSMBLY - 10' x 4"x7" SUSFtNSION INSUL - 15KV FDL Y SUSFtNSION INSUl - 25KV POlY xxx - BOLT MACH- 14X5/B xxx - SO CURV WASHER 4" DEADEND - BOL TID XXX - WASHER - OBL COIL LOCK -5/B" DATE 08120104 r------ -~ REV: 5/21J2Q07 >f~---, ~f u l::.41 DRAWN JKlDT '-f ~ PG 1// .ij~('"~~~-'''''8~,. 1 CHK: RAlDP ff-f/ - OF 1 FilE H..\ENGSTANDARDS\06 SPECBOOK\JOO-OISTR1B_OH\330-3 PHS\C4-317 <{I) VIEW A-A QNlY C4-3.17 1 3 3 2 2 4 2 STOCK # 1095500 4021500 4022500 3031400 3306000 AS-REQ' 0 3330900 GROUP: PRIMARY - THREE PHASE - DEADEND TYPE: SINGLE CROSSARM - 10ft FIBERGLASS - UPPER NEUTRAL OPTIONS: C4-3.17 C4-3. J 7 o M M I I I I I I I I I I I I I I I I I I I I I- I I I I I I I I I I I I I I I I I 10' ~34 II JO 11/2, I ~ 15' d', l J"qL ~J' GUY SPEC GIOGY . WIRE CLIP l$. SELf TAPPING 5CREW C5-3. I 7 TO 5UPPORT GROUND WIRE SEE 7 I 0 GR ITEM 1 2 3 4 5 +5 6 +6 7 8 9 10 11 (NOTE +C5-3. 17 for 25KVA) DESCRIPTION CROSSARM - FBRGLS DE ASSMBL Y - 10' x 4"x7" xxx - BOLT w..CH- 14 X 5/8 xxx - WASHER - sq-curv-4 xxx - WASHER - dbl coR lock - 5/8 PIN TYPE INSULATOR 15KV PIN TYPE INSULA TOR 25KV SUSPENSION INSUL - 15KV POLY SUSPENSION INSUL - 25KV POLY xxx CROSSARM PIN JUMPER- (SEE 1200.CJ) xxx CONNECTOR - AMPACT (SEE 1000 CN) DEADEND - SOL TED (SEE 1 000. DE) xxx 4 SOL AL 1lE WIRE QmY C5-3.17 1 2 2 2 4 4 6 6 4 4 8 8 8FT VIEW A-A STOCK # 1095500 3031400 3306000 3330900 4011500 4012500 4021500 4022500 4500100 AS REQ'O AS REQ'O AS REQ'O 5430500 o M M GROUP: PRIMARY - THREE PHASE - DOUBLE DEADEND TYPE: SINGLE CROSSARM -10' FIBERGLASS - UPPER NEUTRAL OPTIONS: C5-3.17 DE2 DE3 DE4 A ~B C D E F G H J K L DATE 08120104 "J""''''''::;:'- ::--,.- "<, .;~~.,,~ BOLTED DEADENDS ~~;; 10.. ~ (~,.. , - , . ~ -.. , ., ~ ''>'::-- DEADEND SLACKSPAN CONDUCTOR 4 ACSR 2ACSR 110 ACSR 4/0 ACSR 3975 ACSR 5565 ACSR 795.ACSR COPPER 5565 Me 795 AN:. 1272 MC N 3945 AAAC "-- DE1 DEADEND BOL TB:l " ,.I,5 6530700,' - ~:--_i;~N~;\~ DE7 DEADEI-D AUTO 6420300 6420500 6420700 6421000 ,/;=-~- -):-~-- ~:~, --+- +7 REV 01101107 /:1 c=.~- --~; /7 dfr=';:-=..~ /t' j;~J7f -' ~. ':-= DRAWN JK/DT /' I'~--~= /'/ if .;lo<...,......;.~.w:'.i.; ."'-":: ....t.:O-f,.l..'_AH CHK RAlOP /.L-/I - ~ CONDUCTOR A 4 CU HD B 6 CU HD C 2CU HD D 1/0 CU STR FILE H \ENCSTA.NOo\RDS.J5 .sPE.;gOO~.llX;O OE. OEt,OE~D DES BODY , CLEVIS EYE \ , ' ~ ,'; 4 ~INTERFACE PAD 4 \? (CU-AL) ~ 6699200 JUMPER / PADDLE SEE SEC. 530- TM SOCKET CLEVIS 4950900 DE2 DE3 DE4 DEADEND BOLTED DEAD8il DEAOEND SOL TED SLACK SPAN 6455000 6455200 BODY 6520700 6521000 6521400 :,',;.:: ,:":-::: :; 6531'200 '~ (_65~.!~~,~.'-<: , ." '~:;;, 6522200 SEE DE-7 DEAD END AUTO j j ,. ;;... ~ - "-,-- , - -, "':6531.3PO ". .. 6522500 6523500 DE6 CLEVIS EYE - DEADEND DE7 'AO; '"' -;,.::_ ~ - "-.. -~ DEADEND AUTO - COPPER DE5 COIv'PRESSION DEAOS\lD EY E 6520800 6520800 6521500 6522300 GROUP: DEAD END CONNECTIONS TYPE: SEE ABOVE PG 1 OF 1 OPTIONS' DE6 GOMFRESSION O-B1IS EYE DEACEJID 6522600 6523600 DE-1 DDEf351/oAS I w c . o o o T"" I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I /TY1 I "~ _~f~__~"'J::v -p---' le SNGL TOP TIE F -NECK ~y2 I r A-;~"/ -~ --( q:S ' SNGL SIDE TIE /PREFORMED ITy3~ ~;=)-" J~-o::.:::_:"" '- -.1--- or'"~ DBL SUPPORT TIE I T y41 p. r/- jf;",~ "'/2'-., .I.~A ~.......~...-:::. ,--' C7 ~-? -1- DBL SIDE TIE ITy5-/ ~ NEUTRAL SPOOL TIE TIE CHART I >- J- o o o o T"" IT Y 6 -l ~>-_ n,1_, -j8f 1- SWING ANGLE ClAMP " UNLESS WITH COPPER I;Dt ~< W"~, -:1t- ARMOR ROD -.. ./ ;~;;;;3 /" ~'::::':1 ~ ~~~ ;:"",-....,.;-5 2-POST INSULATOR CLAMP ARMOR ROD IT 7 -I HAND TIE Y See Hand Tie S ecifications ITy8-1 ~<r-""'.. , , """;"" ~-- ~",....-::;o,:::t.............. SLACKSPAN DEADEND Ty1- Ty3- Ty4- Ty5- Ty6- Ty7- Ty8- ROVE) HAND TIE ALLOY TIE DOLSLE N8JTRAL CONDUCTOR SINGLE INSLL SLfroRT TIE SFOa.. TIE "SEE BaOW' A 4 ACSR 6480500 6484000 6460000 B 2 ACSR 6480700 6484200 6460200 C 1/0 ACSR 6481000 6484400 6460400 0 4/0 ACSR 6482000 6484600 6460600 E 397.5 ACSR 6482500 F 556 5 ACSR G 795 ACSR H COPPER J 556.5 AAC K 795 MC l Ty7- HAND TIE A xxx4S0LALUMINUMTIEWIRE H xxx 6 CU TIE WIRE SOLID DATE 08120104 -/1' '!J ~... 0 REV ""'''' ~ 0 ~"'-g, ORAWN JKlDT I ~~ f f .y'''g,~,=...",c.l?~~, PG 1 CHK RAlDP L.l=L, OF 1 FILE H IENGSTANOARDS\06 SPEC800K\SOQ.SUB ASSEMI510-CHARTSITY_l 5430500 5030300 GROUP: PREFORMED TIES TYPE: TIE - MATERIAL STOCK NUMBER OPTIONS: TY-1 /y I - 8 TY'2 - f3 I n ~ , LOWER. NEUTRAL[hH J; See Note D I :-----.~ ~~ 1 I "~ I ,2.) ~ >.:z. -- ;~.! n See Note C I I TY WOOD POLE I I GG. ~ U I iJSee Note E I~ 01 r 1---- See Note B : I 1M , o ~ ...... I '" See Note A I I I I , I ~, I LOWER NEUTRAL ~I ~ER NEU0 I NOTES: A GROUND WIRE TO BE LOCATED ON SAME SIDE AS NEUTRAL CONDUCTOR AND IN QUADRANT OPPOSITE CLIMBING SPACE OR POLE TOP PIN I B STAPLES ON GROUND WIRE SHALL BE 24" APART, EXCEPT FOR A DISTANCE OF 8-FEET ABOVE GROUND AND B'-FEET FROM POLE TOP WHERE THEY SHALL BE G-INCHES APART USE GROUND WIRE CLIPS 4. SCREWS FOR FIBERGLASS POLES (SEE GR- , 7, GR-27, GR-l B 4. GR-2B,l I C. GROUND WIRE TO CLEAR ALL HARDWARE BY 2-INCHES MINIMUM AND SHALL BE STAPLED TO MAINTAIN THIS MINIMUM I D WITH 5SG.S LOWER NEUTRAL, INSTALL #2 CU STRANDED GROUND WIRE AS SHOWN AND ATTACH TO STANDARD POLE GROUND E WITH SSG 5 UPPER NEUTRAL INSTALL #2 CLI STRANDED GROUND WIRE TO JUST BELOW THE TRANSFORMER POSITION CONTINUE TO GROUND ROD WITH STANDARD POLE GROUND. I ITEM 1a 1b 2a 2b 3 4 5 6 DESCRIPTION xxx CONNECTOR- AM'ACT (SEE 1000.0\1) xxx AM'ACT 556 ACSR - 4 & 2 xxx CONNECTOR-CRlMPTYFE (SEE 1000.CN) xxx - CRIMFET 2-4 xxx - GROUND ROD 8' x 518" OJ xxx - GROUND ROD a.AWP 518" xxx - 6 OJ TIE WIRE SOLID (SEE 1200) xxx - 2 OJ SD 7-STRAND (SEE 1200) W/556.5 LWR-N UPR-N GR-1 GR-2 o 0 1 1 o 0 1 1 1 1 1 1 36' 40' 4' 14' ---------, I I TOCK # AS REQ'O 6308320 AS REQ'O 6060500 3420800 6663900 5030300 5080700 I I I DATE: 08120/04 -j'.I <== f ~E REV 05/01/06 'J ~ i7 I!f!fI!1' DRAWN JKiDT II '/ PG 1 CHK. RNDP ~"~~;'''''~''a._~~'''''''+ OF 2 FilE H \ENGST ANDARDS\06 SPECBOOK\7OQ-GROUN0\710-0VERHEAo\GR.SET GROUP: GROUNDING - OVERHEAD DISRIBUTION TYPE: WOOD POLE CONSTRUCTION P N UPPER NEUTRAL OR LOWER NEUTRAL o TIO S: UPPER NEUTRAL OR LOWER NEUTRAL I GR-(WOOD) 6t<-2/ I I I I ~ ; f ~ 11 , See Note C UF':~~EUTRAL :i:' o ~ I'- I FIBERGLASS POLE I I LOWER NEUTRAL ('1" lv' I See Note B I I I LOWER NEUTRAL ::::-r3J 'v \.. UPPE; NEU~ NOTES, A GROUND WIRE TO BE LOCATED ON SAME SIDE AS NEUTRAL CONDUCTOR AND IN QUADRANT OPFOSITE CLIMBING SPACE OR POLE TOP PIN I B. STAPLES ON GROUND WIRE 5HALL BE 24" AFART, EXCEPT FOR A DISTANCE OF 8-FEET ABOVE GROUND AND B'-FEET FROM POLE TOP WHERE THEY SHALL BE b-INCHES APART. USE GROUND WIRE CUPS 4: SCREWS FOR FIBERGLASS POLES (GR-? 4: GR-? I) I C. GROUND WIRE TO CLEAR ALL HARDWARE BY 2-INCHES MINIMUM AND SHALL BE STAPLED TO MAINTAIN THIS MINIMUM I D WITH 55G 5 LOWER NEUTRAl. INSTALL #2 CU STRANDED GROUND WIRE AS SHOWN AND ATTACH TO STANDARD FOLE GROUND E WITH 55G 5 UPPER NEUTRAL. INSTALL #2 CU STRANDED GROUND WIRE TO JUST BELOW THE TRANSFORMER FOSITION. CONTINUE TO GROUND ROD WITH STANDARD FOLE GROUND I -----'1-- ___h____.__--:___________ -- - FBRGLS WI 556.5 LWR-N UPR-N ITEM DESCRIPTION GR-17 GR-27 TOCK # 1a xxx CONNECTOR - AMPACT (SEE 1000.CN) 0 0 AS REQ'D 1b xxx AMPACT 556 ACSR - 4 & 2 1 1 0 6308320 2a xxx CONNECTOR-CRlMPTYFt (SEE1000.CN) 0 0 0 AS REQ'D 2b xxx - CRIMFET 2-4 1 1 0 6060500 3 xxx - GROUNJ ROD 8' x 5/8" CU 1 1 1 3420800 4 xxx - GROUt\[) ROD QAMP 5/8" 1 1 1 6663900 5 xxx - 6 CUTlEWIRESOLID (SEE1200) 36' 40' 50' 5030300 6 xxx - 2 CU SD 7-STRAND (SEE 1200) 4' 14' 0 5080700 7 xxx - GROUt\[) WIRE QIP (FOR FBRGlS) 25 35 35 6664000 8 xxx - ss saF TAP SCREW (FOR FBRGlS) 25 35 35 6664100 I I I I GROUP: GROUNDING - OVERHEAD DISRIBUTION TYPE: FIBERGLASS POLE CONSTRUCTION OPTIONS: UPPER NEUTRAL OR LOWER NEUTRAL GR-(FBGLS) UPPER NEUTRAL OR LOWER NEUTRAL I I GR- 28 I SEE GUY HOOK OPTION BELOW 10M or 18M, /2" \, v,", (;-' v___ -+ 9" (typ) I >- C) . o ~ (0 I I 15" I GUY STRAIN INSULATOR I 12" (2550000) 54" (2550900) 9(;" (2552(;00) / . 144" (2552800) j./ C?,\ //<J___ \ ,1 --- /' I /' '1.4, ~ (GUY~HMENT) @, f31fslf6' ~....' ...' '.....-' I GY-2 (ONE BOLT EYE FLATE) I 8' mln '>t'~'-- - ~ , ' i__ __ J ~(FIBERGLAS5 ARM) (see C4-3 I 7) ~ 1i9~ _ ~5" 12" I G" max I '3' ,,,,""-.. --- ' -----:-- See G40 GY-AC for Anchor Option ,~ ' .and Specifications L(STOCK SIZES 8' 10' . I 2" , I 5") GY-3 (TWO BOLT EYE PLATE) GY-4 (FIBERGLASS ARM) I (NOTE USE A +PLUS SIGN BEFORE THE ASSEMBLY NUMBER FOR IBM APPliCATIONS. +GY-' ,+GY-2 ) I -=-- QUANTl1Y ITEM DESCRIPTION ( GY-1 ) GY-2 GY-3 GY-4 STOCK # 1 XXX GUYWlRE - 10M ---.;z 42' 42' 42' 2050500 +1 xxx GUY WIRE - IBM 42' 42' 42' 42' 2050700 2 xxx GUY GRlP- 10M 4 4 4 4 2100500 +2 XXX GUY GRlP- IBM 4 4 4 4 2101000 3 ANCHOR SINGLE HaIX (SIZE--.-J 1 1 1 1 2290100 4 xxx - TRlA..EY E NUT 1 1 1. 1 2420100 5 xxx - ANCHOR ROD 7' X 1" 1 1 1 1 2485500 6 JOHNNY-BALL (GUY STRAIN INSUL) 1 1 1 1 2559900 7 xxx - GUY ATTAQ-lWENT - GUY HOOK 1 0 0 0 2701000 8 GUY A TTACHvBlT - 1-BOL T EYE A..A TE 0 1 0 0 2701600 9 GUY A TTAQ-lWENT - 2-BOL T EYE A..A TE 0 0 1 0 2701700 10 GUY A TTAQ-l- BUILT IN PlATE (FBRGLS DEASSEM BLY) 0 0 0 1 - 11 xxx - GUY GUARD - 8' yaLOW 1 1 1 1 2760100 12 xxx - CLEV IS THIM3LE 0 1 1 1 2870400 13 xxx - BOLT ML\Q-l- 12 X 3/4 1 1 1 0 3041200 14 xxx - LAG SCREW 4" x 1/2" 1 0 0 0 3201500 15 xxx - WASHER - sq curv-3 1 1 1 0 3303900 16 xxx - WASHER - dbl coil lock - 3/4 1 1 1 0 3331000 I I I I I I DATE' 08120104~7~ .g REV 11/17/05 = ~ ~- DRAWN JKIOT PG 1 CHI<. RNDP , "i"""~;"'~~"'" "i?_~ OF 1 FILE H~ENGSTANDARDS\05 SPEC\600\6'o\GY.l SET GROUP: GUY AND ANCHOR - DOWN GUY TYPE: JOHNNY BALL - 10M GUY WIRE AND GRIP (+18M) OPTIONS: SEE ABOVE FOR GUY ATTACHMENT GY-SET I GY-/ I I SEE (;40 FOR '\NCHOR OPTIONS " (2' ;'4~ -',F --- - ":~ I I I /', ~----C5 I I ~~'" ,/ I I ----t- See G40 GY-AC for Anchor Option L _ ~ _ _ _ --.J and Specifications ~STOCK SIZES. 5' 10" , I 2" , I 5") /(} (~\f 0 c?~l J ~~, ~ 11) ~, .~~~-~, P~:iJ~ GY-3. I f GY-4. I (TWO BOLT EYE PLATE) ARM) (NOTE USE A +PLUS SIGN BEFORE THE ASSEMBLY NUMBER FOR IBM AFFUCATIONS, +GY-2 I, +GY-3.' ) ITEM DESCRIPTION GY-2.1 GY-3. STOCK # 1 xxx GUYWIRE- 10M 42' 42' 2050500 +1 xxx GuyWIRE- IBM 42' 42' 42' 2050700 2 xxx GUY GRIP- 10M 4 4 4 2100500 +2 xxx GUY GRIP - IBM 4 4 4 2101000 3 Af\OiOR SINGLE HEJX (SIZE--.J 1 1 1 2290100 4 xxx TRIA..EY E NUT 1 1 1 2420100 5 xxx ANCHOR ROD 7' X 1" 1 1 1 2485500 6 GUY STRAIN INSUlA TOR 54" FBGLS 1 1 1 2550900 7 xxx - GUY A TTACHMENf - GUY HOOK 0 0 0 2701000 8 GUY A TTAD-ilv1ENT - 1-BOL T EY E A.A TE 1 0 0 2701600 9 GUY A TTAD-iME'IT - 2-BOL T EYE A.A TE 0 1 0 2701700 10 GUY ATTACH - BUILT IN PlATE (FBRGLS DE ASSEMBLY) 0 0 1 11 xxx - GUY GUARD - 8' yalOW 1 1 1 2760100 12 xxx - ClEVIS 'THIMBLE 0 0 0 2870400 13 xxx-BOLTMACH- 12X3/4 1 4-.:;, 0 3041200 14 xxx LAG SCREW 4" x 1/2" 0 0 0 3201500 15 xxx - WASHER - sq curv-3 1 ~2, 0 3303900 16 xxx - WASHER - dbl coil lock - 3/4 1 >12- 0 3331000 I I I SEE GUY HOOK OPTION BELOW G'UY STRAIN ~ INSULATOR c.-- I 2" (2550000) L.?.\' 54" (2550900) <l ",v %"(2552GOO) ~/7 // 144" (2552500) 'i> ":21 c/ 10M ~"-t, or 18M~,,- ;'1 ' '.'\ I I I I I 6" max I I I I I I I I I PG 1 OF 1 I FILE. H \ENGSTANOAROS\05 SPE"600\610\GY.1 SET I I IS" >- C) . o ~ (0 o -+ 9" (typ) I ~~. (8; -..l ,/ .... 0 /6 ~ 1/ "/) /. '2' v , / A: \,,/ GY-2. J (ONE BOLT EYE PLATE) ,,/'~ ~3l1 ~-1.9! /91~ ,~ I I Y // // L_ _ GROUP: GUY AND ANCHOR - DOWN GUY TYPE: GUY STRAIN INSULATOR - 10M GUY WIRE I GRIP (+18M) OPTIONS: SEE ABOVE FOR GUY ATTACHMENT GY-SET GY-4. / ~ ~ ------ "'@ 1 0' PEDESTRIAN ONLY 7 15.5' DRIVEWAYS 18' CITY/COUNTY ROADS 24' STATE HIGHWAYS MINIMUM PER NESC 232B1 & WAC 296-44-21230 ~ ~ ~ o - t MINIMUM SEE NOTE A BELOW 0"" I 4 '~ NOTE A: MINIMUM GUY CLEARANCE AT POLE FROM FIXED CONDUCTORS PER NESC 239EI & WAC 296-44-21295 4 a 7.2KV 6" 12.5KV 7.5" 14.4KV 8.5" 249KV 12.5" 69KV 32" 115KV 51.3" (NOTE USE A +PLUS SIGN BEFORE THE ASSEMBLY NUMBER FOR IBM APPLICATIONS, +SP I, +GY-2 ITEM 1 +1 2 +2 3 4 5 6 7 8 9 10 11 DESCRIPTION xxx GUY WIRE - 10M xxx GUY WIRE - IBM xxx GUY GRIP (PREFORMED) - 10M xxx GUY GRIP (PREFORMED) -18M xxx JOHNNY -BALL xxx GUY ATTA01MENTGUY HOOK GUY ATTA01-1-BOLTEYEPLATE xxx ClEVIS THIMBLE (10M OR 18M) xxx BOLT MA01- 12 X 3/4 xxx LAG SCREW 4" x 1/2" xxx - WASHER - sq curv-3" xxx - WASHER - sq curv-4" xxx wash - dbl corllock - 3/4 DATE: 08/20/04~.:t )#il REV: 5/29/2007 _ L7 ~ DRAWN. JKlDT PG' CHK. RNDP o/"~~ OF 1 ~ SPI $ +SPI(18M) ~-~ T- 'm SP2 $ +SP2 (18M) QUANTITY GY-SP1 +GY-SP1 GY-SP2 +GY-SP2 42' 42' 42' 4 4 1 2 2 2 2 2 2 42' STOCK # 2050500 2050700 2100500 2101000 2559900 2701000 2701600 2870400 3041200 3201500 3303900 3306000 3331000 2 2 2 2 4 1 2 4 1 2 GROUP: GUY AND ANCHORS TYPE: PRIMARY SPAN GUY 2 2 2 2 2 2 2 2 H IENGSTANDARDSI06 SPECBQQK\500 SUB\520 SYST\520 GYlGY-SP1 OPTIONS: 10M -18M GUY WIRE AND GRIPS GY-SP I >- C) . o N CD I I I I I I I I I I I I I I I I I I I I I I I I I I I I- I I I I I I I I I >- C) . o It) <0 S(FIBERGLA55 ARM) (see C4-3. I 7) W /'-, 15" c2\ ~ ~- /2" ,~, (52'7" '....... tl'<f~{"''<J'~_ ~~:(~{, ," St \,l:"' - "'" i< ~l~:~ "ADD CLEVI5 THIMBLE 2870400 "". ,.,;;~ 28G0500 ~~~;; '-;j :L~ - FIBERGLASS POLE BAND 7,600 LB MAX. HORIZ.- 15,200 LB MAX. VERT. I GUY ATTACHMENTS ITEM# DESCRIPTION STOCK # SET -CODE 1 xxx O-EVIS 1HIMBLE-10M& IBM 2870400 (') 0170-000 2 xxx GUY t-roK 2701000 (*) 0102-000 3 GUY A TTAQ-I1'vENT 1-BOL T EYEFLA TE 2701600 (*) 01 03-020 4 GUY A TTAQ-I1'vENT 2-BOL T EYE FLA TE 2701700 (') 0104-030 5 BUILT-IN RBERGLASS (DE ASS8vE3L Y) NA 6 FOlE BANDS 7" - 9-1/2" 2850100 (') 0105-000 FOLE BANDS 8-1/2" - 11" 2850300 (') 0105-002 FOlE BANDS 12" - 16" 2850200 (') 0105-001 7 GUYATTACH9"-13-1/2" SHAKE 2701800 (') 0105-005 JC GUYATTACH7"-9-1/2" SHAKE 2701900 (') 0105-006 8 GUY A TTAa-M:NT MUl T ASSEIIi18L Y 2702700 (') 0107-010 (') - T, (transmission); D, (distribution); S, (secondary) PAGE 1 OF 2 DATE: 08/20/04 1/ ~~) /71"'"& REV. 04/26106 f r?I7/ L/ l!!!l!i!!f DRAWN DT ',1 i"""''i&T.<~~<;:i?~_+ PG 1 CHK. RNOP Lt-..!I' OF 1 GROUP: PRIMARY GUY AND ANCHOR TYPE: POLE ATTACHMENT AND HARDWARE OPTIONS: SEE ABOVE FOR ANCHOR GY -MISC. H \ENGSTANOAROS\06 SPECB00K\600 \650 \GY-MISC DDlo5-ooS ,----- - j I 15" C5Y6'[7~7 .:/",,,-.," ...~ l?p$ fI l?p$ fI J I J I i I i I I I I I I I I I I r I r I r I r '- -=- ~ -::! L. -=- --=- -:::l ~ ~ c:E X~SSembIY- &3651-220 (15KV) :> I 240 (25KV) -for VERT assembly- XB651-224 (15KV) XB651-244 (25KV) ITEM 1 +1 2 3 4 5 6 7 8 9 15KV 25KV VERT X-ARM VERT 6651-224 X6651-240 X6651.244 100 001 1 1 1 1 1 8~ 8~ 8~ 8~ o 1 0 1 o 2 0 2 o 2 0 2 o 2 0 2 1 1 1 1 1 1 1 1 DESCRIPTION CUTOUT 100A 15KV CUTOUT 100A 25KV xxx HOTLINE QAMP xxx 6 CU TIE WIRE SOLID CUTOUT/ARRESTER EXT BRKT xxx SQ FLAT WASHER 2-1/4" DBL COIL 5/8" LOCK WASHER xxx SOL T M6.CH 12" x 5/8" xxx STIRRUP ClAMP (SEE 1 000.0.) FUSE (SEE 830) DAIT ~O~til!il ~ REV. 513112007 rr= f7 DRAWN JK/DT 'J f~~~~.E.--...-+- CHK- RAlDP . GROUP: CUT-OUT & ARRESTER DETAIL: CUTOUT/JUMPER ASSY. S&C 100A CUTOUT/ARRESTOR. TERMINATION BRACKETS PG 1 OF 1 FilE H \ENGSTANDAROS\05 SPEC\900\9JO\SaC STOCK # 7252200 7253800 6588500 5030300 7259000 3292000 3330900 3031200 AS REQ'D AS REQ'D 930-XB DI305/- 2 2.0 o M 0) I I I I I I I I I I I I I I I I I I I I I I FUSE SET CODES o ('I) co I ;:;1<<; y: _ , ::r:~~~~j~ -;-e::O, " ,,,,__, It., ;~ ~ ;: ,. '-..<Y '~ - <..J;;:" ,v,'''t" ~_~, ^t:e :"l~ E,t;: "yh l',})' r'~:E I -"'';~ ;\If. > ~'1 ti';F '> {t ~ _ :- >'t,. !<.t- . w ~>,~ I - , . . E <\'\1PS SL \;Y ~... ,-, - h. ': y J ~ ~~ C << to . , F_ ...., I ,. ~, , 'I " '. , " '^ J:;f. " J ~ - ,q \ ~')r , C. , H , : - . - ,( " " y ',1 vj ; X '1; <, - / " 1 , ., ,', , ,'f, , ~_5 ~/~~/y~>'";:;; <~ '., -' , ~ FOR SMAlLER POLE MOUNT TRANSFORMERS h ~ .< ~ :,>~ 1 ,j "'~ L z/:::.y I ~ /:-... :> I FOR POLE MOUNT TRANSFORMERS AND UNE FUSE APPUCAllONS I \ , '~~,:-,-\ t, ! , -- , " \. ~ y ,-' [-..' , ~ ;-,l C : ~ e ~}~' L : " , , . : " - -, _n \. : L":; " , ) i \", '1~ ',,} ..:~'J " ~t..(~ .' " J ')" - '- ; " "(:.< -'~, -, ':Gt.,~ ) , ~ ''\;-<J(;V ~" ,- , " L ,( - , ," ':~t j ; ,. ~t'>';:'" F'~ l' -. ." .< , 'k'_ '- '..:<' ">. : , .' r" ,,'~ ! f < ~) " '.. ~ 1 v ~~.r 1 ", 'v , - , v"' .~ "j'.".. --, ..' (~~ ',' ~ t>- ",,,,J Y'=~":":~N Tr~[ r~.... l'-...iA. 1 ,',e " ' ,\, <... \> ~..-- I L, ~'\'>' r.....:.:-"..... -...-1~ I ~ ,_ f , ./~, <~ ~-'-"'" I PADMOUNT BAYONET FUSES ''::: ~~ -.. 'x .'.Ii. :~.. ~ '" -...~ > ~: ~<.:,~~~ -: ."~ ~~ I'" _,- ,~. ~~ , ' i'</ ~ . .., ~ y.. > < '^ ~~ ..... v{ -, '....."b, ,-.. ,..;., d I ;;:;:"f/:. ~ .s.., ~ A ':, _ ~', ..~~J: ' ':.' .~~~ "> '; : ,: ::~ ,~ ~, ..-.. - , I SWITCHGEAR/FUSE CABINETS '; ,)" ;, \ ~ ~ c,': .( 1"~? ;, -.l".,,~"'_ I I DATE. 08120/04 Jr'----------.. REV: 5/31/2007 ~,aJ> 17 ).:~ DRAWN' JKlDT~f do <;~? __ ~ CHK // }""", -*<-'''';''''''''''-'''''''~..oJw : RAlDP ~ -, FILE H \ENGSTANQARQS'OS SPECBOOK\800\FU.1 GROUP: TRANSFORMER AND FUSING TYPE: FUSE SET CODE PG 1 OF 1 OPTIONS: FU-1 I DpuN 20/< PFuN LIt) J< I 1----=---4' If:::o :, I I I I I I _____ ___ _ I I I I I I I I I I 2~ I I I I I I 8" I I -------- I I I L-fO~XARM ~5sembly- J [1:t[13 ',14- ,,~... ....-"......./ 24' 7' G" 8' - 1"- 40" MIN _ _ J n__ ___ communications '16 (", SCH 40 -:5' f- - 15KV 25KV ITEM DESCRIPTION RP1 +RP1 STOCK # 1 xxx 6 CU 11E WIRE SOLID 8FT 8FT 5030300 2 curOUT 100A 15KY 1 0 7252200 +2 CUTOUT 100A 25KY 0 1 7253800 3 TERM 110 AL 15KY RUBBER 1 0 9321600 +3 TERM 110 AL 25KY RUBBER 0 1 9324000 4 ARRESTOR 9KY 1 0 7010500 +4 ARRESTOR 18KY 0 1 7012000 5 xxx TERM MB-4 MOUNT BRKT 1 1 9329900 6 xxx HOT LINE a..A1VP 1 1 6588500 7 ClO -ARRESTOR EXT BRKT 1 1 7259000 8 FIBERGLASS SDE POLE BRKT 1 1 4500600 9 xxx RED HOSE IMLDLIFE PROTECTOR 8 8 9987600 10 xxx 4-410 STIRRUP a..AMP 1 1 6588700 11 xxx - 0\ BLE SUPPORT 2 110 15KY 220 1 1 9059200 12 xxx -I\tIl\CHINEBOLT - 5/8x12 4 4 3031200 13 xxx - WASHER - sq-2 1/4 4 4 3292000 14 xxx - WASHER - dbl cOil lock - 518 4 4 3330900 15 xxx - ARRESTOR CONNECTOR 6-110 2 2 7020000 16 xxx - CONNECTOR -AMPACT (SEE 1000 CN) 1 1 AS REQ'O 17 xxx - MUL 11 o\P 2" 1 1 9060200 18 xxx - FUSE (SEE 830.FU) 1 1 AS REQ'O 19 xxx - LAG SCREW 4 X 1/2" 12 12 3201500 20 xxx- STANDOFFBRKT15 6 6 8995100 21 xxx - CINCH CLAMP 2" STANDOFF 6 6 8955500 22 Pl/C Z' SCH 40 x 10' 25FT 25FT 8030800 23 PVC2" SCH 80 x 10' 10FT 10FT 8040800 24 xxx SWEEP 2" PIIC 90 1 1 8132800 25 xxxADA~I\tIl\LE2" PVC 1 1 8303200 26 xxx COUPLING 2" PIIC - ac A L 1 1 8382000 - _ _, ..______.J :':5' SCH 80 2'3 -~....."" NOTE: FOR X-ARM, OMIT #7 FOR PVC CONDUIT OMIT #25 $ 2G 2 CONNECTOR b-I/O U5E 7020000 2/0-350 USE 7020040 GROUP: OVERHEAD TO UNDERGROUND TYPE: Riser Pole - SINGLE Phase 15KV 25KV RP1 +RP1 f-~- ))----~,...g REV: 0212107 i/ =-=,-f 0 ""d=___-~ // ;{'U II " DRAWN JKlDT JI /1 ~ .II /YP"';g,_;.~ rg=_~r CHK. RNDP ~ . FILE. H IENGSTANDAROS\OS SPEC8\50o-0H.UG\51o-R~RP1_0U PG t OFl OPTIONS: RP/ I o ~ It) I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ...,' --r -f' ~.--l I C~^~' t~~mmatorl from I cutou~C[: I / [ ';~""to, I ,~,~-- ...---. - --"\ I \;,) I (, '~ . -- - ---._--- .._y L to Neu=- _ JJ o ~ 10 -^' t:?, RUBBER HOSE OVER JUMPERS. NEUTRAL ;..~ e l:~ ,> - - -oo--! .. ...:....:..:.... _..~\- T--:"'::-=-:z--^'";;~5iE:.:::..-=--<e.......--' -. )\" ~ { ../"'-::~ ,< '-'-, ....,,~ f I! <,,"',,/ '-~,: 'r" "<""': . ,J'''.--/ SEE 7 I O-GR "'-.. ~~, l lp-",.r '<>= :,,5_, ' fOR GROUNDING AND '''--''r~ NEUTRAL DETAILS L_uu_____u; : '50 : 1 i "___l-__~_~t~_~l t/' 'i - L ..... ~~~"' TRM I -2 DEAD-END DOUBLE CROSSARM /SEE SIO-CR fOR CONDUIT RISER DETAILS AND 5FECIFICA TION5 15 K-l.L- 25KV ITEM DESCRIPTION /' TRM1-2 I:YfRM1-2 STOCK # 1 PlNTYFEINSUATOR 15KV --c- 1 _____ 0 4011500 +1 PlNTYFEINSUATOR 15KV 0 1 4012500 2 xxx 6 CU llE WIRE SOUD 12FT 12FT 5030300 3 xxx CROSSARM PIN 1 1 4500100 4 xxx SllRRUP ClAMP 1 1 AS REQ'O 5 xxx CONNECTOR -CRlM=' TYFE 1 1 AS REQ'O 6 CUTOUT 100A 15KV 1 0 7252200 +6 CUTOUT 100A 25KV 0 1 7253800 7 xxx HOT LINE CLAW "HOT TAP' 1 1 6588500 8 ARRESTOR 9KV 1 0 7010500 +8 ARRESTOR 18KV 0 1 7012000 9 xxx ARRESTOR CONNECTOR 2 2 7020000 10 xxx - RED HOSE - w i1dlie protect 8FT 8FT 9987600 11 xxx llE (SEE 1000.TY) 1 1 AS REQ'D 12 TERM 1/0 AL 15KV FDL Y 1 0 9321600 +12 TERM 1/0 AL 25KV FDL Y 0 1 9324000 13 xxx - aJTOUT XARrvl BRKT ASSEM3L Y 2 2 7252323 14 xxx - TERIVII'vB5-4 STAINLESS I\t1OUNT BRKT 1 1 9329900 DATE: 01106106 r ;;==------~ Ii = ~l....g REV: 08/24/06 ~ l-z,rj! !7 A~= DRAWN JKlDT!,f ~hU;,....r.r'("'-....-...4r PG 1 CHK: RNDP 'IL./'" - OF 1 GROUP: UNDERGROUND TO OVERHEAD TYPE: SINGLE PHASE - CUTOUT ffERM. ASSEMBLY FILE H \ENGSTANDARDS\oS SPE"CBOOK\500-0H_UG\S30..cnTRM1~2 DEADEND - DOUBLE CROSSARM TRM1-2 TRi\1 } - 2.. HORIZONTAL - QUANTITY ~ ITEM DESCRIPTION ( TR1-A1 )R1-A2 TR1-B1 TR1-B2 1 xxx 1/0 CU WP 19-5TRAND '\. --;;-;:;;:::;:: 3 OFT 3.0FT 30FT 5012000 2 xxx 1/0 CU WP 19-5TRAND 60FT 6.0FT 5012000 -!-2 xxx 4/0 CU STR WP 19-5TRAND 6.0FT 60FT 5012400 3 xxx - WILDlIFE BUSHNG FROTECT 1 1 1 1 9987000 4 xxx" M lUG SEC 6-H 6-350 3 3 3 3 6605500 5 xxx" M LUG COVER 2 2 2 2 6605600 6 xxx MACH BOLT 12" x 5/8" 2 2 2 2 3031200 7 xxx WASHER- 2-114" sa 2 2 2 2 3292000 8 xxx WASHER DBL COIL LOCI< 5/8" 2 2 2 2 3330900 9 xxx 2 CU SO 7 -STRAND 12FT 12FT 12FT 12FT 5080700 10 CONNECTOR CRfv1P 2 2 2 2 3330900 11 xxx" HOT LINE CLAMP 1 1 1 1 6588500 12 CUTOUT 100A 15KV 1 1 0 0 7252200 +12 CUTOUT 100A 25KV 0 0 1 1 7253800 13 xxx 6 eLl TIE WIRE SOLID 8FT 8FT 8FT 8FT 5030300 14 C/O-ARRESTOR EXT BRKT 0 1 0 1 7259000 15 xxx" WASHER sa 2 1/4" 0 2 0 2 3292000 16 xxx - BOLT MACH - 12" x 5/8" 0 2 0 2 3031200 17 xxx - WASH - DBL COIL LOCK "5/8" 0 2 0 2 3330900 18 xxx - STIRRUP aAMP (SEE 1000 CL) 1 1 1 1 AS REQ'O 19 xxx" FUSE (SEE 830) 1 1 1 1 AS REQ'O 20 xxx - RED HOSE" WILDLIFE PROTECTOR 3FT 3FT 3FT 3FT 9987600 20 TRANSFORM ER (SEE 800. TR) 1 1 1 1 AS REQ'D UPPER NEUTRAL o ~ /( ;13' ), v :20\ '-' FOR HORIZONTAL: TR1-A1 (15/25KVA) TR1-B1 (50KYA) FOR VERTICAL: TR1-A2 (15/25KVA) TR1-B2 (50KYA) FOR FIBERGLASS ARM: ADD 7252325 FILE H IENGSTANOARDS\05 SPECBOOK\BOO.TRANS\810\TR1-SET I - 9-11Y1S', - >'- - - .....' ../ o ~ CO I FOR VERTICAL I <> ;.14: %, '1f;..M' ";;-3.'''1,: ,14' , ~f1~ I 15" <> 1'..............-~ ~,~[;.~/ 5" ,- /-. /../ ~3!1.9:tV _-" 7--- I 30" I I LOWER , NEUTRAL . I 40" FIBERGLASS C/O BRACKET ADD (72523251 L-:c- , COMMUNICATIONS I I I I I I I I GROUP: TRANSFORMER - OVERHEAD - SINGLE PHASE TYPE: SINGLE BUSHING -120 I 240V wI CIO I PG 1 OF 1 OPTIONS: 15 THRU 50 KVA TR1-SET I TRI-AI I I I I I I I I I SEE PAGE 2 FOR WIRING DIAG. & TRSF HANGER I I I I I I I I I I FILE H \ENGST ANDAROS\05 SF'ECBOOK\BOO. TRANSIJ31 O\TRX-3 SET I ITEM 1 2 3 4 5 6 +6 7 8 9 10 11 12 13 14 15 16 17 18 DESCRIPTION xxx STlRRUPQAIVP(SEE 1000 a.) xxx HORINE QAIVP "HOT TAP' JUMFtR (SEE 1200.CJ) xxx RED HOSE- WILDLIFE FROTECT xxx WILDLIFE BUSHING FROTECT CLJrOUT 100A 15KV CLJrOUT 100A 25KV xxx FUSE (SEE 830.FU) TRANSFORMS'< HANGER 2-FOS MD xxx BOLT MA.CH -14 x 3/4" xxx WASHER sa. aJRV 3" xxx WASHER DBL COIL LOCK 3/4 xxx MJl T1-LUG 6H 6-350 xxx MJL TI-LUG CONN. COVER xxx 1/0 aJWP 19-5TRAND TRANSFORMffi-(SEE 800) xxx 6 a.J TIE WIRE SOLID xxx CONNECTOR-CRIMP (SEE 1000.CN) xxx CONNECTOR-AMPACT (SEE 1000.CN) o ~ ClO --'9." "1~ -. '...1',,/.....-'. ,,,_} <.1, '"~: 14, _ - {~ ----l~ ~~.ti', ~ I !ftt i. ~,','~. r . 54.,6J ''1 .- . --" I , " ~ . ~. ~ ' ,;;~')~::- :-~' : ~:f (~~~~~ ; t-- -,- ...- -..-t-- .'f>"1 ' t' -... l P' L.:--~T- r---~- 'ji ': If j ::1:1'2" I, "j ;~; ~----;t- -- ---.-- ll! .' . ~:~.. i .l1t~~~~ , I " 1t 15KV TRX-3B 3 3 18FT 9FT 3 3 o 3 1 2 2 2 6 4 20FT 3 19FT 9 2 25KV +TRX-3B 3 3 18FT 9FT 3 o 3 3 1 2 2 2 6 4 20FT 3 19FT 9 2 AS REQ'O 6588500 AS REQ'O 9987600 9987000 7252200 7253800 AS REQ'O 3385200 3041400 3303900 3331000 6605500 6605600 5012000 AS REQ'O 5030300 AS REQ'O AS REQ'O PAGE 1 OF 2 GROUP: TRANSFORMERS - OVERHEAD TYPE: 12.5KV 0 H. 30 4W (3-DOUBLE BUSHING) PG 1 OF 2 OPTIONS: SEE SECONDARY VOLTAGE ABOVE TRX-38 tl P~1~~R { r.~ -----..- - .'.-r------. - --,,--..- . .,,'-'-, ' ;/".-..,~}. )\. , , -- IS ;\2':. }~ ',,- r. ~ 11 h \~ ~! \ J r't~~.~ ,,,.;;<4~~ <{"~,,s ,,~y/?:1 .'.- .. ;.. -..-- -~t-- L ___ ..._:r ! I 1- $,'1 , . --'I ".....12Joi/.dav..!---[2JSyl... .r12'OV' :'-:'., 't .t..- 20~~-:'" '--1 .- 12f'-t '-'--t ..-- .-'- ....-J------L...--- _!;.-, ')f,\; 'f~"\:", (.>Lc"CrJO; '-;y ~ ..; jD -~ ,AJ. E""S:-,. ..,.;::...f? ..{ <,i "?::.~)::~) ~ CSt e)...;-~. _,.1_';~ kJ ..~ 1'; I" ,. __J ___:~':,;H'''- ,k~-;~, 1--- . 1';:;;;; "-z;. "':. i ,5$ ,,~ "'I d --t l' ^- t~.". -;;1.>" I ! 1 J :~--t--"--l-; 2TN ;:_ '] ..t 2A" i 277V - -!-- T--t - -t . ,-' ".e:'....\. ;..,,, ~ ';, ~/ .... r9"r0"51-~. I ,-~""-.:'" './' .. ; ~,,_........v_"'" .,..~.,." ~"'''''' .,.,...,...",r_",,,,'" ! >"' - ' !>''':~'''''''''''''''''-''''''''' , ~........._~ ---!- L ,"'~ !. - , ,,' 1 ' ~ 5 1 ~ --/ ' , i',:" , ~~ -- ~"r-:~.r" .; '~-' r:~:19;:g HANGER SIZE 25 KVA & SMALLER = (SM RACK) 3385100 37 5 KVA THRU 75 = (MD RACK) 3385200 100 KVA & LARGER TRSF = LRG 3383800 i' " .- ~--~- ~.. .~-~.. "J'>",~""""H,<.\'i: F\ /~~I ~i~~\ ^:;' ,.~ t! ~\ 1 <...'\ '\'"" ~ "".,d+f;.7 1"", -4~OV-" ~-l "4JOV' I. ~ov. '-{"; ...> ,..d ' :",.p '.... t' f) ~ l~ \ PAGE 2 OF 2 GROUP: TRANSFORMERS - OVERHEAD TYPE: 12.5KV a.H. 30 4W (3-SINGLE BUSHING) DATE 08/20/04 / -- ~-_.~ ,;/= /~ )...& REV. 5/31/2007 'f' [- ------/ 17 4J - DRAWN JKlDT ~f/~~""',,";?'~_4~ PG 2 CHK: RNDP 'U' ">>,,,,'i.~;',.:. <- OF 2 FILE H \ENGSTANQARDS\OS SPEC800K\800. TRANS\B10\TRX-3 SET OPTIONS. TRX-38 I ~ I CO I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I o U) M SEE SEC 800 - FOR TRANSFORMER & ILi-r / F\1 FOR SERVICE SPLICE - SEE 360-SVC SPL SEE 360-SVC SPL t--.~ , i ~;>> J--"-::_, ...---v,......... ...~,,~/"~ /L~~f-!3/~t9: i ;_~~~~~~~~~l ~- '/1'1 '~v" '... ..... . N~"" , ! - -- r-- .-- _. . " - --- ~ ,----- -~-- ---- . -----'~-. I ITEM DESCRIPTION STOCK # 1 xxx WECX3EQAMP6-2 6490000 +1 xxx WECX3E QAMP 1/0-4/0 0 6490300 2 xxx SFOOL INSULA TOR 1 4025000 3 xxx SFOOL INSULATOR CLEVIS 1 4025200 4 xxx SOL T Ml\Q-I12" x 5/8" 1 3031200 5 xxx SO FlAT WASHER 2-1/4" 1 1 3292000 6 xxx DBL COIL 5/8" LOCK WASHER 1 1 3330900 7 xxx CONN. WR289 210STR-#2 1 0 6281700 8 xxx CONN_ WR379 #4/0. #6 2 1 6282800 9 xxx CONN. WR399 #4/0-#1/0 0 2 6283000 10 xxx MEDIUM H- TAP COVER 2 2 6394000 REF. OLD SPEC. S8334-500 DE SEC CLEVIS, CA100-032 (034) SVC ASSY HOUSEKN08 SVC WEDGE DATE' 08/20104 //--------=-. REV 6/21/2007 f' =--,_.fJ u }-"':.Q, II //U;;/ DRAWN DT /J /'~ ~ II J/.~"<'5?~~._C&--~J" PG 1 CHK. RNDP ibd,' = OF 1 GROUP: OVERHEAD-SECONDARY-1PHASE TYPE: HOUSEKNOB - SERVICE ASSEMBLY FILE H \ENGSTANDARDSIOS SPEC\300\360iSVG-1 OPTIONS: SVC-1 SET SVC -IA ELBOWS-200AMP / // / / CONCRETE VAULTS ELBOW ~ K. -/~ ,~^~ GROUND/ !' ~,\, PROTECTIVE =~~}jC-:-: ---:----~ ~_~ L ^"",",,,,-,,vlJ.0"',,{.~._,,~~_,~~,, " CAP , i i L r ' ':/___J ______L.., \~ ._' ~: -.,.... - --......... -~ ~_> .._ L_ I'; '.. PADMOUNT ASSEMBLY PADMOUNTS J-BOXITRANSFORMERS 200AMP . ELBOWS & GROUND PROTo CAPS ASSEMBLY # a2 a1/0 a4/0 8.250 +a 1/0 +8.4/0 GPC-200 +GPC-200 DESCRIPTION ELBOW LB 2 AL 15KV aBOWLB 1/0AL15KV ElBOW LB 4/0 AL 15KV ElBOW LB 250 AL 15KV aBOW LB 1/0 AL 25KV ELBOW LB 4/0 A L 25KV xxx GRND PROTECT Ct\p 15KV xxx GRND PROTECT Ct\p 25KV DATE. 08120104 'j--- --- ---=::,.. REV 5/2412007 I :;:>j~ !7 7?Jl DRAWN JKlDT! ,~~ PG 1 / f~p~~.NG.Y.,-",--:>c<"~-..J?!" CHK RNOP - OF 1 15KV 25KV X X X X x X X X STOCK # 9300400 9300500 9301000 9301200 9301500 9302000 9410500 9410600 GROUP: UNDERGROUND - ELBOWS-200AMP TYPE: 200AMP (15KV-25KV) OPTIONS. EL-200 ELI/o o ...... 'll:t I I I I I I I I I I I I I I I I I I I I I FEED THRU - 200AMP o I'- V I I !/: FEED THRU , ! 4-WAY WI BRACKET :/! ! ///~, /ELBOW , &"""\ 1 I \~ " ^ ,: 'V I · I ' ;/1 I I , ' i ; I ' , ' LZ'-- ----/ ---- / ---7- ;;- -;;} / \ FEED THRU / 4-WAY WI BRACKET \ \ \ m PARKJNG BUSHING \ " I , I .L., I GROUND ~ PROTECTIVE CAP See 470-EL 200 I ~~-I / ------ - , /'" _ _ _ ~--~ -,:;c 200AM~ ELBOW See 470-EL 200 I I ~SEE 430 : JUNCTION BOXES I I , ' -.r-- :- -- ---. r::;--r.: T I, ~ ROTATABLE FEEDTH RU BUSHING SIDE VIEW TOP VIEW I I 200AMP - FEEDTHRU, PARK BUSHING, PROTECTIVE CAPS ASSEMBL Y # DESCRIPTION 15KV 25KV STOCK # FT-R0200 FEEDTl-1RU ROTATE200A 15KV X 9399800 +FT-R0200 FEEDTl-1RU ROTATE 200A 25KV X 9399825 FT-2WP FEEDTl-1RU 2W FORT 15KV (XXX) X 9400000 FT-2WB FEEDTl-1RU 2W 15KV W/BRACKEf X 9400200 FT-3WB FEEDTl-1RU 3W 15KV W/BRACKEf X 9400300 FT-4WB FEEDTl-1RU 4W 15KV WfBRACKET X 9400400 FT-2WS FEEDTl-1RU 2W 15KV WfSTRAPS X 9400500 FT-3WS FEEDTl-1RU 3W 15KV W/STRAPS X 9400600 FT-4WS FEEDTl-1RU 4W 15KV WfSTRAPS X 9400700 FT-5WS FEEDTl-1RU 5W 15KV W/STRAPS X 9400800 +FT-2WB FEEDTl-1RU 2W 25KV WfBRACKET X 9401200 +FT-3WB FEED1HRU 3W 25KV WfBRACKET X 9401300 +FT -4WB FEED1HRU 4W 25KV WfBRACKET X 9401500 +FT-2WS FEIDTl-1RU 2W 25KV WfSTRAPS x 9400900 +FT-3WS FEEDTl-1RU 3W 25KV W/STRAPS X 9401000 +FT-4WS FEEDTl-1RU 4W 25KV WfSTRAPS X 9401100 A3-200 xxx PARK BUSH 200A 15KV X 9402800 +A3-200 xxx PARK BUSH 200A 25KV X 9402900 I I I I I I ~::~ 5r2046:2:~~-rt!8':=j;J7; ~ #41 DRAWN JKJDT '111 1/ ~c~h.4-k_c~,. CHK: ANDP - GROUP: UNDERGROUND- FEED THRU - 200AMP TYPE: (15KV-25KV) I PG 1 OF 1 OPTIONS' WITH BRACKET OR STRAPS FT -200 FILE.. H \ENGSTANOAROS\05 SPECBOOK\400-UG\470\F1".200 I FT-4 ~ 13 48" /-+ \ ~: ~ ;:EEDTHRU GROUND c:.{. Ii SEE DETAIL A ;.\ 48" . I I I _ -J'\~_ _,\ ~- ../ ,-----------, I I I FEEDTHRU I ! I I I I I I I I I I I I I I I I " II ~ I, ! / I 0---111*2 I I I L___________..J DETAIL A FEEDTHRU GROUNDING ITEM 2 +2 4 5 6 7 8 9 DESCRIPTION FEEDTHRU 4W - 15KV WI BRKT FEEDTHRU 4W - 25KV WI BRKT xxx SS BOLT 1" x 1/2" xxx UNISTRUT NUT 1/2" xxx - SS WASHER 1/2" ROUND xxx 2 CU SD7-STlRAND xxx GROUND CONNECTOR xxx COPPER CRIMP o M "l::t I I I I I I I I I I I I I I I I I I I t=~ ~--- j~-=f ~~ ~~ ~ ~ ~~EUTRAL BUSS I I I SEE PAGE 3 ' ~tJrI J! ~" \ 200A ELBOW GRNO PROT. CAP SEE 470 EL-200 SEE 470 EL-200 QUANll1Y JV2-200 1 1 5 5 5 20FT 3 4 ,------------, I I I I I I I I I I I I I I I I I I I I I I I I I 1*2// I I GRND (; I LOOP L___________.J DETAIL B GROUND lOOP TO VAULT 48" x 48" x 48" STOCK # 9400400 9401500 3131800 3224000 333000 5080700 6589900 6060700 PAGE20F2 DATE, om_ -{jj!!~~g REV' 11/01/06 0 . DRAWN' DT -- CHK. RAlDP -o/'~'~~ GROUP: JUNCTION VAULT - 200AMP DEl AIL: FEED THRU & CABLE RACKING PG 2 OF 3 VAULT SIZE: , 'I I ; ~I SEE DETAil B :]"-1 ( l \ \ ,11 i -I-' ~, i / GRND LOOP : ~ Ii 1'/ I Ii SEE DETAIL B , ~ i 'y - "- ", ' JJ y! I I FilE H \ENGSTANOAROS\05 SPECBOOK\400-DIST UG\43O\JV3.200 JV2-200 -.JV2 -200 I I o ('t') ~ I ~ BASE 2.250 Ibs Full 180' Open I I Recessed lift Handle I I I GROUNDING LUG 48" I I I I 48" I I ITEM 1A 18 DESCRIPTION VAULT 48" X 48" X 42" (444-LA) COVER 48" X 48" X 6" WI STEEL LID QUANTITY JV2-200 1 1 STOCK # 9974700 9974701 I NOTES: I I PAGE 1 OF 2 I DATE ,w~ ~ REV 12101/06 0 DRAWN' DT CHK RNDP o/"~~ GROUP: JUNCTION VAULT - 200AMP TYPE: TWO PIECE WI STEEL LID PG 1 OF 3 SIZE: 48" X 48" X 48" JV2-200 FilE H \ENGSTANOAROS\OS SPECBOOK\400-0IST _UG\430\JV2 200 I JV2 -200 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I ADDENDUM NO.1 TO PROJECT MANUAL FOR ELWHA DISTRIBUTION Relocation PROJECT NO. US-0016 NOTICE TO PROSPECTIVE BIDDERS September 17, 2008 Bid opening remains unchanged for September 26,2008,2:00 pm. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. Drawing 2, First note under "Pre-Construction Meeting": Change the wording of this note to read as follows: "A pre-construction meeting is required prior to the start of construction. The Contractor shall schedule the pre-construction meeting with the on-site Contractor, Watts-Delhur, and the project engineer present, for on-site coordination issues pertaining to staging and installation. " 2. Drawing 2, First note under "Conduits": Add the following to this note: "Use Schedule 80 PVC where existing or future roadways, including paved pathways, will cover new underground conduits." 3. Drawing 2, "Overhead Excavation, Framing & Pole Installation": Add the following note: "Poles installed near the existing Rearing Channel shall not be placed within 4 feet of the new extruded drainage curb, per the Army Corps of Engineer's Construction Detail, Area Flood Protection Contract Documents. Contractor shall coordinate with Watts-Delhur for pole placement to miss newly installed ductbank and future federal levee toe limits." 4. Drawing 4, "Removal Notes": Removal of Clallam County Public Utility District No.1 (PUD) poles R01-R07, and R09, and associated overhead conductor will be performed by PUD. This Contractor shall coordinate scheduling with PUD. 5, Drawing 4, Detail C: Line from P16 up the hill is marked "Transfer existing conductor to P16." This line will be removed by PUD and should not be transferred. 6. Drawing 10: Poles shown as being "COPA Provided" shall be provided by the Contractor as part of this project. Poles shall be fiberglass as described in the enclosed specification MDOF-001, manufactured by Shakespeare, Powertrusion, or equal. Nine poles (P03,04,05,06,07,08,09,1 0, 11) to be 50 ft/Class 2. Hole spacing shall accommodate internal ground wires, crossarms, and hardware Addendum No. 1 Page 1 of 2 \' Addendum No. 1 Page 2 of 2 I I I I I I I I I I I I I I I I I I J detailed on drawing sheets 7 and 8. \ 7. Specifications, Part III: Instead of the pre-qualification procedure described in Section 1-02.1, prior to issuing of a Notice of Award, the apparent low bidder must be approved as a contractor by the PUD. Approval is not required for submitting a bid. Applications are available from Clallam County Public Utility District No. 1 in Port Angeles. 8. Specifications, Part III, Page 11I-6: Required completion date is revised to December 24,2008. Unless a time extension is granted in writing by the City, City utility power must be available by that time at location P03 with a conduit to V01 at that time. After December 24th, Contractor may be liable for liquidated damages in the amount required to supply location V01 with temporary generator power until such time as utility power is available, or $100 a day until substantial completion, whichever is greater. 9. Specifications, Part III, Page 111-7: Contractor shall pick up PUD supplied material during normal business hours at PUD's facility at 110 Idea Place, Carlsborg, WA. This addendum must be acknowledged in the space provided on the project Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non-responsive. ~.ff GLENN A. CUTLER, P.E. Director of Public Works & Utilities END OF ADDENDUM NO.1 I I CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES I FIBERGLASS POLE SPECIFICATION MDOF -001 I I Fiberglass composite distribution poles shall be constructed using a polymer binder contalmng a minimum of 65% commercial grade "E-CR" or "E" fiberglass by weight. Fiberglass material shall be continuously applied in uni-directional and angular orientations to the longitudinal pole neutral axis. I I Poles shall be manufactured with the best available protection against UV degradation. For polyurethane resins, the use of UV-stable "aliphatic" resins with pigment additives is the preferred protection method. Resins enriched with UV inhibitors and UV stable color pigment additives are also acceptable. The use of standard paint or coatings for UV protection is not acceptable. I For polyester resins, the surface of the shaft shall be smooth and consist of a saturated polyester surfacing veil of 16-20 mils minimum thickness and a 10 mil resin layer. The resin shall be unsaturated polyester resin containing UV inhibitor and pigment throughout. A minimum of 1 Y2 mil urethane coating shall be applied to the surface of the pole shaft. The surfacing veil and structural fibers shall be saturated in a singular process with the same resin, thereby insuring molecular bonding between structural layers and the protective layer. I I Poles may be produced by filament winding or pultrusion methods as appropriate. Pole shaft shall be fabricated in a manner to ensure that the section is dimensionally accurate and within manufacturing tolerances. I I The following standards shall apply: I I I 1. ANSI 05.1, American National Standard for Wood Products-Specifications and Dimensions 2. ASCE, Manual No. 104, Recommended Practice for Fiber-Reinforced Polymer Products for Overhead Utility Line Structures. 3. ASTM D4923, Standard Specification for Reinforced Thermosetting Plastic Poles 4. NESC C2-2007. Fiberglass pole classes shown on drawings shall meet equivalent strength requirements of ANSI 05.1 when applied in NESC Class C construction according to NESC Section 261(A)(3). Poles shall be Shakespeare Tuff-Poles@, Powertrusion PFRC series, or equal. I I I I END OF SPECIFICATION 1 of 1 9/16/08 \" I I I I I I I I I I I I I I I I I I I