HomeMy WebLinkAbout4.668 Original Contract1
1
For information regarding this project, contact
Terry Dahlquist, City of Port Angeles
360 417 -4702
PROJECT MANUAL
for
WASHINGTON SUBSTATION
TRANSMISSION LINE RENOVATION
PROJECT NO. CL06 -2007
CITY OF PORT ANGELES
WASHINGTON
MARCH, 2011
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MICHAEL C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
LC cd„g
Prepared by:
oject n sneer
Reviewe
Deputy Director
PROJECT MANUAL
for
WASHINGTON SUBSTATION
TRANSMISSION LINE RENOVATION
PROJECT NO. CL06 -2007
O F pORTA/y,
e
if one
N. a N. vAI
-QRKS ANo
CITY OF PORT ANGELES
WASHINGTON
MARCH, 2011
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MICHAEL C. PUNTENNEY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES
R? wed by:
rf
sit Attorney
PART I BIDDING REQUIREMENTS:
TABLE OF CONTENTS
WASHINGTON SUBSTATION
TRANSMISSION LINE RENOVATION
PROJECT NO. CL06 -2007
Paae No(s).
Advertisements for Bids 1 -1
Information for Bidders 1 -2
Bidder's Checklist 1 -3
Non Collusion Affidavit 1 -4
Bidder's Construction Experience 1 -5
Bid Form 1 -6,7
Bid Security Transmittal form 1 -8
PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT
Contract 11 -1 -8
Performance and Payment Bond 11- 9
Certificate of Insurance (provided by bidder)
PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS 111 -1 -6
Section 16315 Overhead Electrical Distribution 16315 -1 -7
PART IV ATTACHMENTS
A. Clallam County Wage Rates
B. Forms
C. Project Plans (6 pages)
D. City of Port Angeles Construction Standards
ADVERTISEMENT FOR BIDS
WASHINGTON SUBSTATION
TRANSMISSION LINE RENOVATION
PROJECT CL06 -2007
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, March 25, 2011, and not later, and will then and there
be opened and publicly read at that time in the Pitts Conference Room at Port Angeles City Hall for the
construction of the following improvements.
Rebuild and remove portions of existing 69kV transmission line supplying
City of Port Angeles Washington Substation.
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 "Small Public Works
Roster "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
INFORMATION FOR BIDDERS
Sealed bids will be received by the City of Port Angeles (herein called "Owner at 321 East Fifth Street, Port Angeles,
Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through
addendum, and then at said office publicly opened and read aloud
Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be
submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in
conformance with the instructions of the ADVERTISEMENT FOR BIDS
Each bid shall be submitted on the required bid form contained in Part I of the Project Manual All blank spaces for bid
prices must be filled in, in ink or typewritten, and the Bid Form must be fully completed and executed when submitted
Only one copy of the Bid Form is required In addition, all other forms included in Part I shall be filled out and completed,
including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work Each bid shall be
accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port
Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by
such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with
18.27 RCW.
The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the
scheduled time for the opening of bids or authorized postponement thereof Any bid received after the time and date
specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of
bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A
conditional or qualified bid will not be accepted
The Owner reserves the right to accept the bid that is in the best interest of the Owner, to postpone the acceptance of
bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids If all bids are
rejected, the Owner may elect to re- advertise for bids The Owner may make such investigations as it deems necessary
to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information
and data for this purpose as the Owner may request The Owner reserves the right to reject any bid, if the evidence
submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out
the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award
may be made to the lowest responsible bidder
The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works Utilities and
shall be completed within the time as stated in the Advertisement for bids.
The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and
Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder Such bond(s)
shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall
include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them).
The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to
execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit
accompanying the bid shall become the property of the Owner
The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract
signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed
duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written
notice, withdraw its signed Contract Such notice of withdrawal will be effective upon receipt of the notice by the Owner.
The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner Should
there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual
agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar
day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability
on the part of either party All applicable laws, ordinances, and the rules and regulations of all authorities having
junsdiction over construction of the project shall apply to the Contract throughout.
1
I BIDDER'S CHECKLIST
1 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
I 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
1 2. Is the amount of the bid deposit at least five percent (5 of the total amount of the
bid?
I 3. Have the bid forms been properly signed?
4. Do the written amounts of the bid forms agree with the amounts shown in figures?
I 5. Have you bid on all items?
6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid
I Form?
7. Has the non collusion affidavit been properly executed?
I 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?
I 9. Have you listed all proposed subcontractors that you will use for the project on the
Listing of Proposed Subcontractors form?
1 10. Have you filled out the Bidder's Construction Experience form?
The following forms are to be executed after the Contract is awarded:
I A. Contract To be executed by the successful bidder and the City.
I 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 ohone number. and address of surety and Dower of attorney of
sianatorv.
C. Insurance certificate(s).
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
4
1
STATE OF WASHINGTON
COUNTY OF Thurston
NON COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith
submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf
of any person not therein named; and (s)he further says that the said bidder has not
directly or indirectly induced or solicited any bidder on the above work or supplies to put in
a sham bid, or any other person or corporation to refrain from bidding, and that said bidder
has not in any manner sought by collusion to secure to him /her self an advantage over any
other bidder or bidders.
Signature of Bidder /Contractor
Subscribed and sworn to before me this 25th day of March
ry Public in and for the
State of Was ton.
Residing at
My Comm. Exp.: 1 1 `'3
I -4
I Drovlded to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale
2011.
1
BIDDER'S CONSTRUCTION EXPERIENCE
Answer all questions and provide clear and comprehensive information.
1 Name of bidder: Michels Power, A Division of Michels Corporation
Registration Number MICHEC *999JB
2 Permanent main office address 817 Main Street: Brownsville. WI 53006 (Corporate Office)
9433 Dowcor Lane S.W.: Tumwater. WA 98512 (WA Office)
3 When organized. 1959
4. Where incorporated. Wisconsin
5. How many years have you been engaged in the contracting business under your present firm
name? 52
6. Contracts on hand (Schedule these, showing gross amount of each contract and the
approximate anticipated dates of completion), contact name and phone number
See Attached
7 General character of work performed by your company. Substaton. Overhead andUnderaound
Transmission and Distribtuion, Directional Boring, Storm and EmergencyWork
8 Have you ever failed to complete any work awarded to you? No
If so, where and why?
9 Have you ever defaulted on a contract? No
10. List the more important projects recently completed by your company, stating approximate cost
for each, the month and year completed, contact name and phone number
See Attached
11 List your major equipment available for this contract Bucket Truck, Digger Derrick 6x6, Drum
Puller. Tensioner. Reel Trailer. Backhoe. Pole Trailer
12 Experience of bidder in construction similar to this project in work and importance.
See Attached
13 Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City? See Attached
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 March 25, 2011
Bidder's Signature.
Print Name Landon Kluck
Title* General Manaaer
1 -5
I P rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www bxwa.com Always Verify Scale
1
~Cxti s
1 POWER
1
1
1
1
1
1
lberdrola Renewables/
Wind Project
Maintenance
MidAmerican Energy/
Lower Muscatine
1 Road Hwy 6 Move
1
1
1
1
1
1
Customer /Job Name
Alcoa Pole
Replacements
Horizon Wind/ Lost
Lakes Annual Service
Agreement
Alliant Energy IPL
WPL/
Distribution Services
Horizon Wind/ Prairie
Star Annual Service
Agreement
Horizon Wind/ Pioneer
Prairie Annual Service
Agreement
MidAmerican Energy/
Sub 56 to Sub G 69kV
Line
New England Power
a National Grid Co./
Gardenville -Homer Hill
National Grid/
Gardenville Option 1
New York Power
Authority (NYPA)/
Marcy.South Static
Line Rehabilitation:
New York State
Electric. Gas:
(NYSEG)kCorning.
Valley, Trans. Project
New Yort tStatai
Electric: &°Gast
(NYSEG.) /.'Cbrning
Valley
CURRENT PROJECTS
Scope of Work
Pole replacements 13.8 kV
Replacement of conductor, switches
other hardware
Distribution services contract with
Alliant Energy IPL WPL
encompassing engineering, and
overhead underground distribution
Annual inspection and- maintenance
services performed on.T &E
Contracted for five calls annually at a
not to exceed price
Annual inspection and maintenance
services performed on T &E
Contracted for five calls annually at a
not to- exceed price
Annual inspection and maintenance
services performed on T &E
Contracted for five calls annually at a
not to exceed price
Miscellaneous Wind Project Electrical
Maintenance
Install eight new 161 kV structures
and three new distribution mid -span
poles
Install seven double circuit h- frames,
17 double circuit tangent structures
and shield wire dead ends
Rebuild 21 miles of double circuit 115
kV including foundations and shield
wire
Culvert installations
Phase transpositions
Rehabilitation of the static wire on
four critical spans.
•1
115kV Transmission line 9:2 miles'
Single circuit
Hwy, river and. RR, crossings
Sullivan° Park 11a -15kV
Distribution: Substation%
S to n ey,.- Ridge° 23O 1115- kW`Di stribu tion
Substation;
Project
Location
Ferndale, WA
States of
Iowa,
Wisconsin,
&Minnesota
Dickinson
County, IA
Mower
County, IA
Mitchell
County, IA
Continental
United States
12/31/11
12/31/11
12/31/11
2014
Iowa City, IA 03/15/11
Davenport, IA
Buffalo, NY
Buffalo, NY
Steuben'
County, NY
Completion Date
03/31/11
20-12 (possible three
year extension)
04/15/11
03/31/11
05/31/11
Massena, NY 11/01/12
05/31/11
Painted:Posti 05/31/11
NY°
updated 03-09=11
Customer /Job Name
Pardeeville; City of/
Distribution Underbuild
Pilchuck Contractors
Plat Work
Peoples Electric
Cooperative/
Distribution and
Transmission Services
PPL Electric
Utilities/Siegfried
Quarry 69 kV Line
PPL Electric
Utilities /Cellon Pole
Replacements
Shell Wind Energy/
Top of Iowa Wind
Farm Emergency
Response
RG &E NYSEG/
Substation Main. Svc.
Sacramento Municipal
Utility District/ Solano
3 Wind Farm
UPPCO
Watts Construction
Bangor T -Line on
Naval Base
WE Energies/
Atkinson Ph 5
WE Energies/
Glacier Hills Collection
System
WE Energies/
Glacier Hills Inner
Tower Wiring
WE Energies/
Substation Services
Xcel Energy/
Substation Services
Xcel Energy/
Distribution Services.
Vanous
Scope of Work
12.47 kV underbuild on 69 kV
Transmission line
Residential Underground electrical
Miscellaneous Distribution and
Transmission Rebuild and
Construction
69 kV double circuit rebuild
Foundations
200, 69 kV and138kV pole
replacements
Energized
Annual inspection and maintenance
services performed on T &E
Contracted for five calls annually at a
not to exceed price
Substation maintenance as needed
Underground collection, tower wiring,
tower erection
1 Substation Maintenance
115 kV transmission line with
underbuild
Fiber optics
7 mile rebuild and conversion 13.2 kV
Installing junction boxes, 34.5 kV
terminations, installing cable into
turbine switchgear.
Electrical installation of 90 Vestas
V90 1.8MW Wind Turbines
Miscellaneous Substation Services
Miscellaneous Substation Services
Miscellaneous Distribution Rebuild
and.Construction,
Various•Storm Contracts
Project
Location
Pardeeville,
WI
Bothell, WA
Rochester,
MN
Bethlehem,
PA
Harrisburg/
Lancaster,
PA
Joice, IA
Since its inception;.Michels has never failedto comp lete.a
03/31/11
Ongoing
04/30/11
06/30/11
12/31/11
New York 2012
Sacramento, 12/15/11
CA
Michigan 104/15/11
Silverdale, 05/30/11
WA
Milwaukee, 10/31/11
WI
Friesland, WI 08/31/11
Friesland, WI 12/31/11
State of
Wisconsin
States of WI,
MN, and SD
La Crosse,
WI`
Continental,
United, States.
Completion Date
03/31/11
12/31/11
12/31/10
Ongoing
Ongoing,
Michels and its, many operating divisions and subsidiaries. have literally more than 200: jobs in progress at
any given time We have already contracted' for various- construction projects, for completion, in 2011. Our
current workload. changes weekly. While we can report generally. on our customers;and.the work we have
previously, performed; all other ongoing construction. (except municipal,. provincial, state, or federally
contracted)` is contractually proprietary in nature and: subject to, confidentiality, provisions of those
contracts. Our current =workload.will +in:no wayimpact:our performance,on this project:
updated 03-09= t 1
We do not want to hold up your review process in any way and look forward to working with you and
your organization. Please contact me if you need anything else or would like to discuss this further.
REQUEST FOR FINANCIAL STATEMENTS
Attached are the audited Balance Sheets for Michels Corporation covering the last two fiscal years.
Michels Corporation is a private, closely held company and we treat our financial statements with the
utmost confidentiality. Due to the highly confidential nature of our business and complete financial
statements, we have submitted audited balance sheets at this time which is our standard practice. We
believe the strength of our balance sheet demonstrates the financial strength and stability of Michels
Corporation and subsidiaries. However, John Schroeder, CFO, or Brian Johnson, Executive Vice
President, would be happy to meet with you and /or your financial personnel at your offices, or any
other convenient location, so that they may personally review a full set of Michels Corporation audited
financial statements and notes, including the Income and Cash Flow Statements, and ask questions we
just can't leave hard copies behind. We have used this process with other customers who have found
the face to face review to be very informative and effective. We trust that you will understand our
position not to provide hard copy statements and the necessity for our confidentiality.
John Schroeder
Chief Financial Officer
817 W Main Street
Brownsville, WI 53006
Phone 920 583 -3132 ext 2231
Email Jschroedc Michels. US
I)
1
1
1
1
1
1
1
r
1
1
1
1
1
l e
1
BID FORM
WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION
Page 1 of 2
Honorable Mayor and City Council
Port Angeles City Hall
321 East Fifth Street
Port Angeles, WA 98362
BIDDER: Michels Power, A Divsion of Michels Corporation
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:
Continental Casualty Company
Surety
333 East Butterfield Road Suite 810
Surety address
Lombard. IL 60148
I 6
Weible Cahill, LLC
Agent
2300 Cabot Drive
Lisle, IL 60532
Agent Address
Esther Jimenez 630 245 -4600
Surety Contact and Phone Number Agent Contact and Phone Number
I D rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale
Lump Sum
Sales Tax (8.4
Total Bid
Telephone No.
Signed by
Title
Printed Name:
Date:
BID FORM
WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION
Page 2 of 2
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.
The bidder hereby acknowledges that it has received Addenda No(s). NA
(Enter "N /A" if none were issued) to this Project Manual.
By signing the Bid Form, the bidder certifies he is not disqualified from bidding on any public works
contract under RCW 39.06.010 or 39.12.065(3). The Contractor further warrants that he
possesses adequate financial resources for the performance of the work covered by this Proposal,
and that the Contractor will provide the necessary tools, equipment, a qualified foreman, and other
employees as required. 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: Michels Corporation
Address: 9433 Dowcor Lane S.W.
(Street address)
(City)
Contractor Registration Number: MICHEC *999JB
UBI Number: 601 061 071
Tumwater
162,352.72
13,637 63
175,990.35
General Manaoer
Landon Kluck
March 25. 2011
360 236 -04782
WA State Industrial Insurance Account Number: 832 318 00
WA State Employment Security Department Number: 39- 0970311
State Excise Tax Registration Number: 601 061 071
I -7
WA 98512
(State) (Zip)
'Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com Always Verify'Scale
1
1
1
1
1
1
1
M
1
1
1
1
1
1
l i e
By:
Pn rpaK
tinen
A
Surety Kimber
Surety address
Surety Contact and Phone Number
Dated
Received return of deposit in the sum of
BID SECURITY TRANSMITTAL FORM
Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or
other security in lieu of a bid bond in the amount of
which amount is not less than five (5 percent of the total bid
KNOW ALL MEN BY THESE PRESENTS
Michels Power a division
That we, of Michels Corporation as Principal andcontinental Casualty Comnanvas Surety, are held and
firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of
Five Percent of Amount Bid (5%) Dollars, for the payment of which the Principal and
the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, by these presents
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
WASHINGTON SUBSTATION TRANSMISSION LINE RENOVATION
PROJECT CL06 -2007
according to the terms of the bid made by the Principal, and the Pnncipal shall duly make and enter into a
contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the
faithful performance thereof, with Surety or Sureties approved by the Obligee, or if the Principal shall, in case
of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the
advertisement for bids, then this obligation shall be null and void, otherwise it shall be and remain in full force
and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond
SIGNED, SEALED AND DATED THIS 25 thday of March 2011
Michels Power a division of Michels Corporation
lty Company
r 4JL 44:L
SIGN HERE
BID BOND
y R. Holmes, Attorney -In -Fact
I -8
Weible Cahill
Agent
C N A Surety 2300 Cabot Drive, Suite 100
333 S. Wabash, Chicago, IL 60604 Lisle, IL 60532
Agent Address
Andrea Warning 630 719 -3100 William Weible, 630 245 -4600
Agent Contact and Phone Number
I ov to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com Always Verify Scale
SS
STATE OF ILLINOIS
COUNTY OF DuPAGE
I, Esther C. Jimenez Notary Public of Kane County, in the State of
Illinois do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the
Continental Casualty Company who is personally known to me to
be the same person whose name is subscribed to the foregoing instrument,
appeared before me this day in person, and acknowledged that she signed,
sealed and delivered said instrument, for and on behalf of the
Continental Casualty Company for the used and purposes
therein set forth.
Given under my hand and notarial seal at my office in the City of Lisle in
said County, this 25 day of March A.D., 2011
(Notary Public) Esth C. Jimenez
My Commission expires: 03/26/2015
Notary Sea
OFFICIAL SEAL"
ESTHER C. JIMENEZ
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 3/26/2015
1
1
1
1
1
1
1
1
1
1
1
1
1
1
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
d that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
William P Weible, William Cahill, Kimberly Sawicki, Melissa Newman, Karen A Ryan, Esther C Jimenez, Kimberly
R Holmes, Deborah A Campbell, Mary Anne Sylos, Leigh Ann Francis, Individually
of Lisle, IL, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their Insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 19th day of August, 2010.
APv GASUqo.
2 OORPORATE Q
F
Ou S897
Form F6853- 5/2009
OFFICIAL aizA PRICE
NOTARY AMC STATE OF LINOS
0211416804 EXPIRESOMIS
My Commission Expires September 17, 2013
In Unlimited Amounts
State of Illinois, County of Cook, ss:
On this 19th day of August, 2010, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and
say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance
company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies
CERTIFICATE
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Eliza Pri
ce
Jaclyne N>'. Belcastro Senior Vice President
Notary Public
I, Mary A Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is still in force In testimony whereof I have hereunto subscribed my name and affixed the seal of
the said insurance companies this 25 day of March 2011
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Assistant Secretary
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY
7 1 Authorizing By -Laws and Resolutions
This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article IX Execution of Documents
Section 3 Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of
Insurance, bonds, undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their
respective certificates of authonty, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact."
This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17 day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate beanng such
facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company
"Article VI Execution of Documents
Section 3 Appointment of Attorney -in -fact The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may,
from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authonty previously
given to any attorney -in- fact."
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17 day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate beanng such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
This Power of Attomey is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article VII Execution of Documents
Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time,
revoke all power and authority previously given to any attomey-in-fact."
fi
1
1
1
1
1
1
1
1
1
1
1
1
T
1
his Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17 day of February, 1993.
"RESOLVED. That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such
power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Insurance Company."
1
PART II
CONTRACT FORMS
SUBMITTED FOLLOWING AWARD OF CONTRACT
PUBLIC WORKS
CONTRACT
WITNESSETH:
This Contract is made and entered into in duplicate this day of April, 2011 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 Michels Corporation, Michels Power Division, a Wisconsin
Corporation, hereinafter referred to as "the Contractor
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:
Washington Substation Transmission Line Renovation, Project #CL06 -2007.
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 2010 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,
and shall perform any alterations in or additions to the work provided under this Contract and every
part thereof.
The Contractor shall provide and bear the expense of all equipment, work, and labor of any
sort whatsoever that may be required for the transfer of materials and for constructing and
completing the work provided for in this Contract, except as may otherwise be provided in the
Project Manual.
2. Time for Performance and Liquidated Damages.
A. Time is of the essence in the performance of this Contract and in adhering to the time
frames specified herein. The Contractor shall commence work within 10 days after
receiving a notice to proceed from the City, and said work shall be physically
completed within 120 calendar days from the notice to proceed, unless a different
time frame is expressly provided in writing by the City.
B. If said work is not completed within the time for physical completion, the Contractor
may be required at the City's sole discretion to pay to the City liquidated damages as
set forth in the Project Manual, for each and every day said work remains
uncompleted after the expiration of the specified time.
3. Compensation and Method 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
form(s).
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
11 2
contributions imposed or required, including, but not limited to, unemployment insurance, workers
compensation insurance, social security, and income tax withholding.
5. Prevailing Wale 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 of liability for damages arising out of bodily injury
to persons or damages to property caused by or resulting from the concurrent
negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the
Contractor's negligence. It is further specifically and expressly understood that the
indemnification provided herein constitutes the Contractor's waiver of immunity
under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The
provisions of this section shall survive the expiration or termination of this 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:
11 -3
i. 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.
ii. 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 01 and Additional Insured- Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing
equivalent coverage.
iii. Workers' Compensation coverage as required by the Industrial insurance
laws of the Slate 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:
i. Automobile Liability insurance with a minimum combined single limit for
bodily injury and property damage of $1,000,000 per accident.
ii. Commercial General Liability insurance shall be written with limits no less
than $3,000,000 each occurrence, $3,000,000 general aggregate and a
$3,000,000 products completed operations aggregate limit.
iii. Builders Risk insurance shall be written in the amount of the completed value
of the project with no coinsurance provisions.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability and Commercial General Liability insurance.
i. The Contractor's insurance coverage shall be primary insurance with respect
to the City. Any insurance, self insurance, or insurance pool coverage
maintained by the City shall be in excess of the Contractor's insurance and
shall not contribute with it.
ii. The Contractor shall provide City and all Additional Insureds with written
notice of any policy cancellation, within two (2) business days of their receipt
of such notice
D. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than
A: VII.
E. Verification of Coverage
The Contractor shall furnish the City with original certificates and a copy of the amendatory
endorsements, including but not necessarily limited to the additional insured endorsement,
evidencing the 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
proj ect.
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.
11 -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 rnaterials 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
11 6
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. Nothing contained 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 pay or 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 accordance with the terms of this provision. The Contractor further
agrees to give the City immediate notice of the existence of any such claim.
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 Julie Mardis 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:
Michels Corporation, Michels Power Division
9433 Dowcor Lane S.W.
Tumwater, WA 98512
12. Interpretation and Venue.
City of Port Angeles
P.O. Box 1150
321 East Fifth Street
Port Angeles, WA 98362 -0217
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.
11 -7
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first set forth above.
CONTRACTOR:
Michels Corporation, Michels Power Division
By:
Title: /.e„ee-p
Qn s!` •r
1
CITY OF PORT ANGELES:
By:
City Manage
Approved as to F
Attest:
City Attorney
PERFORMANCE and PAYMENT BOND
Bond to the City of Port Angeles Bond 929526149
KNOW ALL MEN BY THESE PRESENTS.Michels Power a division of
That we, the undersigned, Michels Corporation as Principal, and _continental
Casualty Company 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
See Below 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 Tumwater Washington, this 6 thday of April
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 Michels Power
a division of Michels Corporation the above bounded
Principal, a certain contract, the said contract being numbered CL06 -2007, and providing for
Washington Substation Transmission Line Renovation (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.. Michels Power a division of Michels Corporation 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 12 thday of April
Continental Casualty Company
Surety
By
imneriy 'olme's
Attorney -in -Fact
Title
333 S. Wabash Ave.
Chicago. IL 60604
Surety Address
Andrea Warning 800 262 -4554
Surety Contact and Phone Number
One Hundred Seventy Five
($175,990.35)
2011.
Michels Power a division of
Michels Corporation
Principal
Title
Weible Cahill, 2300 Cabot Dr., #100
Lisle, IL 60532
Agent Address
Mike Weible 630- 245 -4600
Agent Contact and Phone Number
By
Thousand Nine Hundred Ninety and
2011.
35/100 Dollars
SS
STATE OF ILLINOIS
COUNTY OF DuPAGE
I, Esther C. Jimenez Notary Public of Kane County, in the State of
Illinois do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the
Continental Casualty Company who is personally known to me to
be the same person whose name is subscribed to the foregoing instrument,
appeared before me this day in person, and acknowledged that she signed,
sealed and delivered said instrument, for and on behalf of the
Continental Casualty Company for the used and purposes
therein set forth.
Given under my hand and notarial seal at my office in the City of Lisle in
said County, this 12 day of April A.D., 2011
.41/144_
N otary Public) Esther Jimenez
My Commission expires: 03/26/2015
Notary Seal "OFFICIAL SEAL"
ESTHER C.JIMENEZ
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 3/26/2015
Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and Amencan Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called
"the CNA Companies are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois,
and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint
William P Weible, William Cahill, Kimberly Sawicki, Melissa Newman, Karen A Ryan, Esther C Jimenez, Kimberly
R Holmes, Deborah A Campbell, Mary Anne Sylos, Leigh Ann Francis, individually
of Lisle, IL, their true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf
bonds, undertakings and other obligatory instruments of similar nature
and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authonzed officer of their insurance companies and
all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, pnnted on the reverse hereof, duly
adopted, as indicated, by the Boards of Directors of the insurance companies.
In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be
hereto affixed on this 25th day of February, 2011.
State of Illinois, County of Cook, ss.
On this 25th day of February, 2011, before me personally came Stathy Darcy to me known, who, being by me duly sworn, did depose and say: that
she resides in the City of Glenview, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company,
National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a
Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the
seals affixed to the said instrument are such corporate seals, that they were so affixed pursuant to authonty given by the Boards of Directors of said
insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance
companies
1891
Form F6853- 1/2011
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
OFFICIAL SEAL
8.67A PRICE
NarAm Fugue STATE OP LL Ot6
Mf TH$
My Commission Expires September 17, 2013
In Unlimited Amounts
CERTIFICATE
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
Stathy Darcy
41— s enior Vice President
Eliza Price
Notary Public
I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of
Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby
certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of
the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscnbed my name and affixed the seal of
the said insurance companies this 1 2th day of April 2011
Continental Casualty Company
National Fire Insurance Company of Hartford
American Casualty Company of Reading, Pennsylvania
c -4-via.444 a
Mary A. Rbikaekis
Assistant Secretary
Authorizing By -Laws and Resolutions
ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY
This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Board of Directors of the
Company
"Article IX Execution of Documents
Section 3 Appointment of Attorney -in -Fact The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice
President may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of
insurance, bonds, undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their
respective certificates of authonty, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the
seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of
Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact
This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17` day of February, 1993
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secietary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate beanng such
facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company.'
ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA
This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Boaid of Directors of the
Company.
"Article VI Execution of Documents
Section 3 Appointment of Attorney -in -Fact The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authonty, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President or the Board of Directors may at any time
revoke all power and authonty previously given to any attorney -in- fact
This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17` day of February, 1993.
"Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by
facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant
Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such
facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed
and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company."
ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD
This Power of Attorney is made and executed pursuant to and by authonty of the following By -Law duly adopted by the Board of Directors of the
Company.
"Article VII Execution of Documents
Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President
may, from time to time, appoint by wntten certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of
authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company
thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time,
revoke all power and authonty previously given to any attorney -in- fact
This Power of Attorney is signed and sealed by facsimile under and by the authonty of the following Resolution adopted by the Board of Directors of the
Company at a meeting duly called and held on the 17 day of February, 1993
"RESOLVED That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance
Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17,
1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of
any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company Any such
power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached,
continue to be valid and binding on the Insurance Company."
1
PART III
SPECIFICATIONS, SPECIAL PROVISIONS,
AND SUBMITTALS
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. Addendums issued during bidding.
2. Special Provisions as set forth on pages III 1 through III 6
3. Submittal requirements, as listed on page I11 6
4. Technical Specifications, Section 16315.
5. Project Plans, as set forth in Attachment C.
6. Washington State Department of Transportation's 2010 Standard Specifications
for Road, Bridge, and Municipal Construction (English Units), referred to herein
as the Standard Specifications.
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 2010
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.
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
and Utilities 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
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:
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.
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.
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
Engineer by using the RFI form contained in Attachment B of this project manual.
111 -2
Definitions:
a. RFI: Request for Information
b. CCO: Construction Change Order
c. CPR: Contractor Payment Request
PLANS AND WORKING DRAWINGS
Unless otherwise required by the Submittal Requirements, Section 1 -05.3 of the
Standard Specifications shall apply.
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:
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.
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.
111 -3
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 itern 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.
1 -07.6 PERMITS AND LICENSES
All requirements of any permits included in this Project shall be adhered to by the
Contractor. 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 Tess 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
111 -4
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:
No power outages to customers will be allowed to extend overnight.
HOURS OF WORK
Section 1 -08.0 is further supplemented by the following:
The hours of operation of the Port Angeles Light Operations Division are limited
to Monday through Friday, 7:30 am to 3:30 pm, excluding holidays. Switching
requirements shall be scheduled to occur during those times.
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 within 10 days of receiving
the Notice to Proceed, and work must be substantially complete with pole replacement
and re- energizing of the transmission line within 120 calendar days of the Notice to
Proceed, unless a different time frame is expressly provided in writing by the City.
Transmission line may only be de- energized for access for 14 calendar days during the
120 day performance period.
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 of $200
per day for each and every day said work remains uncompleted after the expiration of
the specified time.
111 5
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 Attachment B of this 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.
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 Fiberglass Poles and Crossarms
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
INSTALLED 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.
SECTION 16315 OVERHEAD ELECTRICAL MATERIAL
PART 1 GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and
Supplementary Conditions and Division 1 Specification Sections, apply to this Section.
1.2 SUMMARY
A. This Section supplements and adds to material specifications on the drawing sheets,
and includes medium voltage, overhead electrical power distribution and the following:
1. Conductors, connectors, and splices.
2. Hardware and accessories.
3. Switches.
B. The Contractor shall provide and install all material specified herein and noted on the
drawings as required to provide complete and functional transmission and distribution
circuits upon completion. Some material is required to meet City standards, but no
material will be provided by the City.
1.3 DEFINITIONS
A. ACSR: Aluminum conductor, steel reinforced.
B. BIL: Basic impulse level, stated in kilovolts.
C. NESC: National Electrical Safety Code, ANSI /IEEE Standard C2, 2007 Edition.
D. PALO: City of Port Angeles, Department of Public Works and Utilities, Light
Operations Division.
E. PAES: City of Port Angeles, Department of Public Works and Utilities, Engineering
Services Division.
F. RUS: Department of Agriculture, Rural Utilities Service.
G. Secondary: Conductors and components for circuits operating at the utilization voltage
of 600 V or less.
1.4 SUBMITTALS
A. Fiberglass Poles
16315 1
1.5 QUALITY ASSURANCE
A. Testing Agency Qualifications: Where material listing is available for the material, it
shall be listed by an independent agency, with the experience and capability to conduct
the testing, that is a member company of the International Electrical Testing
Association or is a nationally recognized testing laboratory (NRTL) as defined by
OSHA in 29 CFR 1910.7, and that is acceptable to PAES.
B. Overhead -Line Components, Devices, and Accessories: Currently listed in RUS
Informational Publication 202 -1 without restriction for the intended application.
C. Comply with NESC, except where stricter requirements are indicated.
D. New construction and strength shall be as required by NESC for Grade B construction
for heavy line loading, unless otherwise indicated.
1.6 PROJECT CONDITIONS
A. Existing Utilities: Contractor shall coordinate all activities with PALO crews. Work may
need to be halted at any time if emergency conditions develop.
B. Any power outages required for installation of new material shall be scheduled with
PALO personnel at least 72 hours in advance. Any system switching shall be done by
PALO crews and coordinated by PALO dispatch. PALO reserves the right to postpone
or delay any Contractor requested outage depending on specific circumstances, at no
increase to Contract cost.
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Subject to compliance with requirements, manufacturers offering products that may be
incorporated into the Work include, but are not limited to, manufacturers specified
herein.
2.2 CONDUCTORS, CONNECTORS, AND SPLICES
A. Available Manufacturers Conductors:
1. BICC Cables Company.
2. General Wire Cable Co.
3. Hendrix Wire and Cable Inc.
4. King Wire Inc.
5. Okonite Company (The).
6. Southwire Company.
B. Available Manufacturers Connectors and Splices:
16315 2
1. AB Chance Co.; Hubbell, Inc.
2. Cooper Power Systems.
3. Hubbell, Inc.; Anderson Electrical Products, Inc.
4. Hubbell, Inc.; Fargo Manufacturing Company.
C. Line Conductors (PAES Stock #280 016- 000xx):
1. Bare all- aluminum (AAC), Alloy 1350 -H19, complying with ASTM B 230/B 230M
and ASTM B 231/B 231M
2. Aluminum Conductor, Steel Reinforced (ACSR), complying with
ASTM B 232/B 232M
3. Hard -drawn copper (CU), complying with ASTM B 1 and ASTM B 8.
D. Connectors, Splices, and Conductor Securing and Protecting Components (PAES
#285 097- 000xx): Items include wire clamps, ties, conductor armor, fittings,
connectors, and terminals. Listed for the specific applications and conductor types and
combinations of materials used. Descriptions as follows for various applications:
1. Copper to Copper: Copper alloy, complying with UL 486A.
2. Aluminum Composition to Aluminum Composition: Aluminum alloy, complying
with UL 486B.
3. Copper to Aluminum Composition: Type suitable for this purpose, complying
with UL 486B.
4. Taps for Medium Voltage Line Conductors (PAES #285 097 00005): Hot -line
clamps, screw type, with concealed threads and bare, hard -drawn copper
stirrups. Listed for the combination of materials being connected.
5. Splices under Tension: Compression type with strength exceeding the
conductors spliced.
E. Taps of 336 or 4/0 aluminum conductor shall be made with stirrup clamps attached to
the aluminum, and the jumper wires attached to the stirrups with hot line clamps
suitable for aluminum or copper taps. Hubbell /Anderson #GA108S6L and #AH4GPXB,
or equals.
2.3 HARDWARE AND ACCESSORIES
A. PAES Stock #320- 0xx- 000xx: Ferrous -metal items include, but are not limited to, bolts,
nuts, washers, insulator pins, eyebolts, and staples.
1. Comply with ANSI C135.1, ANSI C135.2, ANSI C135.4, ANSI C135.14,
ANSI C135.22, ANSI C135.33, and RUS Informational Publication 202 -1 listings,
and finish shall be hot -dip galvanized.
B. PAES Stock #285- 074 00038, 00039 15kV Insulator Pins: Hot -dip galvanized steel,
style as indicated, designed to hold vertical -post- or pin -type insulators, with one -bolt
attachment to pole.
C. PAES Stock #285 074 -00031 Distribution Insulators: Units shall be free from radio
interference.
16315 3
1. Line Post shall be porcelain insulators, wet process type, complying with the
following types:
a. Pin: ANSI C29.5, Class 55 -3.
b. Line Post: ANSI C29.7. Include mounting stud of length suitable for each
mounting arrangement used.
c. Secondary Spool: ANSI C29.3, Class 53 -2. (PAES Std N001)
2. PAES Stock #285 074 00010, 00011: Suspension shall be polymer- composite,
fiberglass- reinforced insulators, complying with the following:
a. Dead End /Suspension: Comply with CEA LWIG -01.
D. Grounding Materials: Comply with PAES Standards using materials listed by RUS for
the intended purpose without restriction. Grounding conductors shall be No. 4 AWG,
minimum; bare, solid, annealed copper, complying with ASTM B 8, unless otherwise
indicated.
E. Fiberglass Brackets: Fiberglass conductor brackets (PAES Stock Number 285 -078-
00017) shall be 24" fiberglass rod with gray ultraviolet protective coating, hot dip
galvanized ductile iron base, aluminum end mounting plate for up to 3 devices, rated
for 10,000 lbs. horizontal tension load and 900 lbs. vertical load. MacLean Power
Systems #G1MDAl24AG, or equal. Cutout mounting bracket for crossarms (PAES
#285 078 00001) to be Aluma -Form #TB- EMB -1, or equal.
2.4 SWITCHES
A. Available Manufacturers:
1. ABB Inc.; Distribution Automation Equipment Division.
2. AB Chance Co.; Hubbell, Inc.
3. Cooper Power Systems.
4. S &C Electric Company.
B. Fuse Cutouts: Open type, 15kV, 110 kV BIL rating, rated 100 or 200 A, continuous, as
noted on the drawings, complying with ANSI C37.42.
1. Fuses: Enclosed link, Type K, complying with ANSI C37.42.
2. Fuse Current Rating: As noted on the drawings.
3. Switch Current Interrupting Rating: Minimum of 12,000 Asymmetrical Amps.
4. Composite polymer silicone construction.
C. S &C Type XS Fused Cutouts, or equal, with extended mounting bracket.
1. PAES #285 028 -00001 100 Amp: S &C #89031 R10 -P -BD
16315 4
2.5 POLES AND CROSSARMS
A. Refer to PAES Specifications MDOF -001 and MDOF -002 in Attachment D for
fiberglass pole and crossarm specifications.
PART 3 EXECUTION
3.1 GENERAL REQUIREMENTS
A. Comply with all work procedures required by IEEE C2, Part 4, and State of Washington
rules and regulations.
B. Apply both pole and cutout numbers to poles per PAES Standard 0M002. Pole
numbers to be black text on yellow reflective tape with adhesive backing applied
directly to fiberglass poles. On wood poles, apply numbers to black nylon mounting
plate. Cutout numbering to be 2" numbers oriented vertically; pole numbers to be 1"
high oriented horizontally. DuraLabel or equal.
C. Solidly bonded connections shall be maintained for system neutrals between main
lines and taps. Where not currently installed per NESC requirements, neutral bonding
conductors shall be #4 stranded copper securely stapled at 6 -inch intervals to pole and
crossarm.
D. Selected PAES construction standards are included in Appendix D to these
specifications to provide further pole framing details. Contractor shall provide and
install all material for cutout installation detailed thereon, with any modifications noted
on the drawings. Some clearances or positions may need to be adjusted to
accommodate existing field conditions, but all NESC minimum clearances shall be
maintained.
E. Install #4 copper ground wires on each new pole as indicated on drawings. Route
ground wire inside fiberglass pole from 40 inches below medium voltage neutral
position to 6 inches below groundline. Connect to 8 foot ground rod buried completely
below grade.
F. Existing poles being removed shall become Contractor's property and be disposed of
in an environmentally acceptable manner.
3.2 LINE CONDUCTOR INSTALLATION
A. Application: Install bare conductors, unless otherwise indicated. Existing medium
voltage conductors to be reused. Provide new insulators and hardware for new
crossarms and poles. Maintain service to existing customers during construction.
B. Existing transmission conductors and insulators to be removed as noted on drawings
and delivered to PALO storage yard.
C. Armor Rod: Install to protect conductors if line conductors are supported by insulators.
16315 5
D. Flat Aluminum Armor Wire: Install to protect conductors if they are supported by, or
attached to, galvanized or coated iron or steel clamps or fittings.
E. Support line conductors and taps as follows:
1. Use pre- formed wire ties for conductor attachment to pin and vertical post
insulators, unless otherwise indicated.
2. Install wire ties tight against conductor and insulator, and turn ends back, flat
against conductor, to eliminate exposed wire ends.
3. Use wire clamps on horizontal post, dead end, and suspension insulators, unless
otherwise indicated.
4. Connect taps to 336 conductor with stirrup clamps. Hot line clamps for jumper
wires shall connect to the stirrups.
3.3 BRACKET INSTALLATION
A. Where specifically noted on the drawings or indicated to follow a PAES standard
specification, remove existing steel brackets and install fiberglass bracket for insulators
and cutouts as shown in the specifications. Orient position as noted on the drawings.
3.4 HARDWARE AND ACCESSORIES INSTALLATION
A. Install washers against wood and under nuts, including eyenuts and locknuts. Install
nuts and locknuts wrench -tight on threaded connections.
3.5 INSULATOR INSTALLATION
A. Medium Voltage Line Application: Existing insulators are to remain and be reused,
except as noted. Install pin type, except install suspension type at corners, angles,
dead ends, and other locations where horizontal forces exceed rated values for pin or
Tine- post -type units.
1. Install suspension insulators and hardware that have mechanical strength
exceeding rated breaking strength of attached conductors.
B. Post Insulator Conductor Support: Where installed horizontally and for line angles
more than 15 degrees, install clamp -top conductor clamps.
C. Install spool -type insulators for secondary lines mounted on clevis attachments or
secondary racks.
3.6 CUTOUT, SWITCH, AND FUSE INSTALLATION
A. Hook Stick Operated Switches: Install to maximize safe operating access. Switches
shall be operable from streets or public rights -of -way.
B. Unless noted otherwise, mount new cutouts on existing crossarms in positions shown
on the drawings.
16315 6
C. Where construction to a specific PAES standard is called for, mount cutouts on a
fiberglass bracket arm according to the standard.
3.7 FIELD QUALITY CONTROL
A. Final inspection shall be by PAES pers
deficiencies needing correction, and
acceptance.
B. After completing equipment installation,
contamination.
END OF SECTION 16315
onnel. Contractor shall receive a list of those
shall complete corrections prior to final
inspect equipment. Remove spots, dirt, and
ATTACHMENT A
WASHINGTON STATE PREVAILING WAGE RATES
FOR CLALLAM COUNTY
Project wage rates shall be subject to the following:
1. Washington State Prevailing Wage Rates for Public Works Contracts Journey
Level and Apprentices, Clallam County, as effective on the date of the bid
opening.
2. To access applicable prevailing rate of wages by trade, refer to the following
Department of Labor and Industries website Zink:
http:// www. lni. wa. gov/ TradesLicensing /PreWage /WageRates /default.asp
A copy of the applicable prevailing wage rates can be obtained by contacting Terry
Dahlquist at telephone: 360- 417 -4702, or by email: tdahlquist @cityofpa.us. A hard
copy is available for viewing in person at Port Angeles City Hall, Department of Public
Works and Utilities, 321 E. Fifth St., Port Angeles, WA 98362.
(THIS PAGE INTENTIONALLY LEFT BLANK)
(THIS PAGE INTENTIONALLY LEFT BLANK)
PROJECT NAME. Washinaton Substation Transmission Line Renovation
PROJECT /CONTRACT NUMBER: CL06 -2007
ORIGINATOR. Owner Contractor
ITEM.
REFERENCE DRAWING OR SPECIFICATION.
DESCRIPTION OF CLARIFICATION /REQUEST
DATE REPLY REQUESTED
ORIGINATOR SIGNATURE
COMMENTS
REQUEST FOR INFORMATION (RFI) FORM
CRITICAL TO SCHEDULE YES NO
DATE
RFI Number
Project Name Date
Contractor Project No.
DESCRIPTION OF WORK
You are ordered to perform the following described work upon receipt of an approved copy of this Change
Order.
Such work will be compensated by check one or more of the following as applicable Increase or
Decrease in bid items, Force Account; Negotiated Price. The described work affects the existing
contract items and /or adds and /or deletes bid items as follows
Item Description
No
1
2
RFI Qty Unit Cost Per Unit Cost Net Cost Add Days
OngI 1 I 1 1
Rev I 1 I 1 1
Ong I 1 I 1 1
Rev I 1 1 1 1
ORIGINAL CURRENT EST NET CHANGE TOTAL CHANGE ORDERS, EST CONTRACT AFTER
CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER
1
1 I
DAYS 1 DAYS 1 DAYS ZZ
Amount with applicable sales tax included
APPROVED BY:
PROJECT ENGINEER
CITY ENGINEER
CONTRACTOR
PUBLIC WORKS UTILITIES DIRECTOR
CITY MANAGER
CITY COUNCIL APPROVAL DATE
CONTRACT CHANGE ORDER (CCO) NO.
I DAYS XX +ZZ -YY
All work, materials and measurements to be in accordance with the provisions of the ongmal contract and /or the standard specifications
and special provisions for the type of construction involved The payments and /or additional 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 described herein, including
delays to the overall project
SIGNATURE
1 DAYS YY +ZZ
DATE.
ao
s
TO: City of Port Angeles
Public Works Utilities Department
P.O Box1150
Port Angeles, WA 98362
FROM:
PERIOD From
Continued on Page 2
CONTRACTOR'S APPLICATION FOR PAYMENT
WASHINGTON SUBSTATION TRANSMISSION LINE
RENOVATION PROJECT CL06 -2007
Page 1 of 2
DATE:
PAYMENT REQUEST NO.
to [end of period]:
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 I
8 Less Amount Retained [at 5% of subtotal] 1
9 Subtotal (6 +7 -8) 1
10 Total Previously Paid [Deduction]
11 AMOUNT DUE THIS REQUEST (9 -10) I
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: 1 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.
CONTRACTOR'S APPLICATION FOR PAYMENT
Page 2of2
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_.
APPROVAL:
Project Manager
City Engineer
Notary Public in and for the State of
residing at
My appointment expires
Date
Date
(THIS PAGE INTENTIONALLY LEFT BLANK)
0)
8
MI NM I MIN=IM MN
TABLE OF CONTENTS
CITY OF PORT ANGELES
SHEET I COVER PAGE OVERVIEW SCOPE WONTY MAP
SHEET 2 GENERAL NOTES ELECTRICAL SYMBOLS ABBREVIAT1ONSd STRINGING TABLE
•R
SHEET I_ NCNB ZONE 1 Ala SPECIFIC CONSTRUCTION NOTES
slIEET 4 WORK ZONE 3 ARO SPECIFIC CONSTRUCTION NOTES
SHEET 5 DETAILS
SHEET 6 DETAILS ANO MATERIAL LIST
PROJECT CONTACT LIST
CITY OF PORT ANGELES
TERRY OPNLOUIST ELECTRICAL ENGINEERING MANAGER (360)6174702
NORTH SKY ENGINEERING
WAYNE HAGAN ELECTRICAL ENGINEER (625)666.0556
VASILIYTROFIMENKO [RAFTER (253)507.4063
9
Washington Substation Transmission Line Renovation
VICINITY MAP
PROJECT SCOPE OVERVIEW
REBUILD TEE EXISTING OEENERGI0ED) RAYOI2ER LINE WITH FIBERGLASS POLES 115!0/
INSULATION AND CL EARPNCE AND 550 ACSR BETWEEN 2IID STREET AND THE ALLEY BETWEEN
SIN L PR STREETS ALONG CHAMBERS STREET MODIFY EXISTING POLES TRANSFER
DISTRIBUNON UNDEABUILO AND ATTACHMENTS AS IN]CATE° IN THESE DRAWINGS
DEACEIO TEE RAYCNIER LINE TO THE NORTH AT MD STREET MOAT THE BPA SUBSTATION
REMOVE THE REMAINDER. TIE LINE ALONG CHAMBERS STREET MID E LAURp6EN
BOULEVARD H AS INDICATED
REMOVE DIE EXISTING CODA 094N WASHINGTON-OOLLEGE LINE ANO FACILITIES FROM 2ND
STREET TONE ALLEY BETWEEN 0TH 6 ON STREETS ALONG CHAMBERS STREET
THE FOLLOWING IS A LISTING OF APPROXIMATE QUANTITIES OF MAJOR MATERIALS
2t OVAL
POLES
6326CIRGAT FEET EAST. 20/ RAYONER 69KV LIFE
2350CIRW T FEET EASNOG 556 ACSR CODA WASNNGTONCOLLEGE 69MI LIFE
SS POLES
2315- CIRCulT FEET OF NEW 550 ACSR CODA WASHINGTON-COLLEGE 0SKV LINE
s s
M/ORKZONE 2
SEE SHEET 6
e-..,
North Sky
Communications
Elecmcal Engineenrta Oioisbn
A Oeanla Service Company
1303 Central Ave So Suile 201
Kent WA 98032
0)0 (253) 520 3688
Fax (253)020 3985
13300009017
Wayne Hagan
Vastlly Troflmenko
wanm
Chas Roe1Ne
Barry Eronson
EXPIFES 11,15,10111
Revisions
No Date D00000ion
1 2/8/11 BOM
City of
Port Angeles
Washington Substation
Transmission Line
Renovation
Emi to BM &me
Pan Mpel. WA
COVER PAGE,
OVERVIEW, SCOPE
AND VICINITY MAP
Shoal 1 a 6
3
2
0
0
10 GENERAL
1 1 CONSTRUCTION REOUIREMENTS PRESENTED HEREIN SHALL BE STRICTLY
ADHERED TO BY THE CONTRACTOR REQUIREMENTS PRESENTED SHALL BE
USED IN CONJUNCTION WITH THOSE PRESENTED ON THE PROJECT
DRAWINGS AND SPECIFICATIONS AND MAY ONLY BE SUPERSEDED BY ANV
DESCRIBED PROJECT REQUIREMENTS
1 2 ALL POLES STUBS AND ANCHORS WILL BE STAKED BY OTHERS PRIOR TO
CONSTRUCTION UNLESS OTHERWISE NOTED IN THE CONSTRUCTION
DOCUMENTS THE CONTRACTOR SHALL BE RESPONSIBLE FOR
VERIFICATIONS THAT ALL STAKED STRUCTURE AND GUY LOCATIONS ARE IN
ACCORDANCE `90TH THE CONSTRUCTION DRAWINGS AND THAT ALL STAKING
WILL BE PROTECTED DURING ALL CONSTRUCTION ACTIVITIES
1 3 PRIOR TO CONSTRUCTION THE CITY WILL MAKE A REASONABLE EFFORT TO
COMPLETE ANY REQUIRED TREE CLEARING IN ACCORDANCE WITH ALL
EASEMENT AGREEMENTS AND VEGETATION MANAGEMENT SPECIFICATIONS
THE CONTRACTOR MAY PROCEED WITH THE WORK IF CLEARING
REQUIREMENTS HAVE NOT BEEN COMPLETED AND IF CLEARING
OPERATIONS DO NOT INTERFERE WIN THE CONTRACTOR 9 OPERATIONS
1 4 SALVAGE AND RETURN ALL COPPER CONDUCTOR REMOVED DURING THE
COURSE OF THE WORK WITHIN 24 HOURS OF REMOVAL
15 UPON COMPLETION OF WORK PRINTS STAMPED WITH FOREMAN S COPY'
SHALL 130 BENT TO THE CITY ENGINEER WITH ALL AS -BUILT CHANGES
NOTED
16 PRIOR TO START OF ANY EXCAVATION THE CONTRACTOR SHALL LOCATE
UNDERGROUND UTILITIES AND BE SOLELY RESPONSIBLE FOR DAMAGE TO
BURIED UTILITIES CAUSED BY HIS CONSTRUCTION ACTIVITIES
1 7 POLE REMOVALS SHALL BE MARKED WITH AN 'X ON THE DESIGN DRAWINGS
1 6 IT SHALL BE THE PESPONSIBILITY OF THE CONTRACTOR TO HAVE ALL
DRAWINGS SPECIFICATIONS APPLICABLE CITY CONSTRUCTION
STANDARDS PERMITS ETC AT THE JOBSITE AT ALL TIMES FIELD
QUESTIONS CONCERNING ALL INFORMATION PRESENTED ON THE DRAWINGS
OR CONTAINED IN THE SPECIFICATIONS AND /OR STANDARDS SHALL BE
REFERRED TO AND DISCUSSED WITH THE ENGINEER IT SHALL BE THE
RESPONSIBILITY OF THE CITY ENGINEER TO APPROVE ANY OR ALL
PROPOSED MODIFICATIONS TO THE DESIGN IT SHALL BE THE
CONTRACTORS RESPONSIBILITY TO NOTE ANY APPROVED CHANGES ON THE
AS -BUILT COPY OF THE DRAWINGS IF THE CONTRACTOR ELECTS TO
ACCEPT INSTRUCTIONS OR INTERPRETATIONS OF DESIGN DRAWINGS AND
SPECIFICATIONS BY PERSONS OTHER THAN THE CITY ENGINEER HE SHALL
BE RESPONSIBLE FOR ANY REWORK CAUSED BY THE ACCEPTANCE OF ANY
ERRONEOUS INSTRUCTIONS
2 0 EXCAVATIONS FOR FIBERGLASS POLES
2 I SAFETY POLE EXCAVATIONS SHALL BE MAINTAINED IN A SAFE CONDITION
AT ALL TIMES TO PROTECT THE WORKERS AND THE PUBLIC EXCAVATIONS
SHALL REMAIN OPEN NO LONGER THAN 24 HOURS WHILE OPEN
EXCAVATIONS SHALL BE COVERED TO PREVENT COLLECTION OF STORM
WATER OR OTHER RUNOFF OPEN EXCAVATIONS LEFT OVERNIGHT OR ON
NON WORKING DAYS SHALL BE COVERED OR SECURED BY MEANS
ACCEPTABLE TO THE CITY OR PERMITTING AGENCY TO PROTECT THE PUBLIC
AND ANIMALS THE CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR
DAMAGES
22 THE BOTTOM OF ALL EXCAVATIONS IN EARTH SHALL HAVE CLEAN LEVEL
SURFACES OF UNDISTURBED MATERIAL WITH ADEQUATE BEARING
CAPACITY WHEN SUITABLE BEARING MATERIAL IS NOT ENCOUNTERED THE
HOLE SHALL BE CLEARED OF THE UNSUITABLE MATERIAL AND REPLACED
WITH COMPACTED SELECT BORROW
23 THE STABILITY OF THE EXCAVATION SHALL BE MAINTAINED UNTIL
BACKFILLING IS SATISFACTORILY COMPLETED IF SLOUGHING RAVELING OR
CAVING BECOMES A PROBLEM EXCAVATION STABILIZATION METHODS
SHALL BE USED 15 SI EEL CASING IS USED THE CASING SHALL BE OF
SUFFICIENT STRENGTH TO WTHSTAND THE STRESSES AND VIBRATIONS OF
EXCAVATION AND BACKFILL
A THE INSIDE DIAMETER OF THE CASING SHALL BE LARGE ENOUGH TO
ACCOMMODATE THE POLE AND /OR POLE BEARING PLATES AND SHALL
ALLOW SUFFICIENT ROOM FOR TAMPING OPERATIONS
B IF REQUIRED BY THE ENGINEER THE CASING SHOULD BE REMOVED
DURING BACKFILLING AND TAMPING SO THAT VOIDS ARE NOT FORMED
BETWEEN THE POLE AND THE NATURAL EARTH
24 EXCAVATION OF ROCK FROM POLE HOLES SHALL BE ACCOMPLISHED USING
AUGERS HYDRAULIC ROCK SPLITTERS DRILL AND SHOOT TECHNIQUES OR
ANY OTHER APPROVED METHOD
25 EXCAVATION FOR FIBERGLASS POLE STRUCTURES SHALL ONLY BE TO THE
DEPTHS SPECIFIED ON THE PROJECT S OR TO THE SETTING
MINIMUM DEPTHS PROVIDED IN TABLE ONE THE MINIMUM SIZE OF THE ANNULUS
BETWEEN THE POLE AT GROUND LINE AND THE EDGE OF THE EXCAVATION
SHALL BE BETWEEN 6 AND 12 INCHES MINIMUM DEPENDING UPON THE
MATERIAL BEING EXCAVATED HOLES SHALL BE EXCAVATED USING AN
AUGER EXCAVATION WITH A BACKHOE WILL NOT BE ALLOWED UNLESS
APPROVED BY THE CITY ENGINEER
GENERAL CONSTRUCTION NOTES
LE 8510 I
x0i eeTl
50
so
TO
30 STRUCTURE SETTING REQUIREMENTS
TABLE ONE
MINIMUM SETRNO DEPTH
/FERN
'HEARTH I MAOGK
T5 55
es
93 I T9
THE DEPTHS OF THE HOLE SHALL BE MEASURED AT THE LOW SIDE OF THE
HOLE POLES SET PARTLY IN EARTH AND PARTLY IN ROCK SHALL BE SET
TO THE DEPTHS SHOWN FOR EARTH
2 8 POLES LOCATED IN POOR SOIL SUBJECT TO NORMAL LOADS SHALL BE
OVER EXCAVATED BY TWO FEET OR AS SPECIFIED ON THE DESIGN
DRAWINGS POLES LOCATED IN POOR SOIL AND WHICH HAVE LONG SPANS
OR ARE SUPPORTING HEAVY EQUIPMENT SHALL BE OVER EXCAVATED BY
THREE FEET OR AS SPECIFIED ON THE DESIGN DRAWINGS
2 7 EXCAVATION SHALL BE CONDUCTED AND COORDINATED IN SUCH A WAY
THAT EXCAVATED MATERIAL SUITABLE FOR BACKFILL MAY BE RE -USED FOR
BACKFILL AND FOR MINOR GRADING AROUND POLES
2 9 THE CONTRACTOR SHALL BE RESPONSIBLE FOR INSTALLATION OF EROSION
CONTROL IN ACCORDANCE WITH THE MINIMUM REQUIREMENTS AS
SPECIFIED OR IDENTIFIED ON THE PROJECT DRAWINGS THESE
REQUIREMENTS MAYBE SUPPLEMENTED OR SUPERSEDED BY PROJECT
SPECIFIC REQUIREMENTS AND/OR CONDITIONS OF THE CONSTRUCTION
PERMITS CITATIONS AND FINES RESULTING FROM THE FAILURE OF THE
CONTRACTOR TO ADEQUATELY INSTALL AND FOLLOW THE EROSION AND
SEDIMENT CONTROL REQUIREMENTS SHALL BE BORNE BY THE
CONTRACTOR
3 1 POLE 008000ENTS SHALL BE SET TO THE DEPTHS SHOWN IN TABLE ONE
OR THE DEPTHS AS SHOWN ON THE DRAWINGS POLES SHALL BE LOCATED
AND INSTALLED AS DESCRIBED ON THE DESIGN DRAWINGS
3 2 GROUND RODS SHALL BE INSTALLED ON ALL NEW POLES WITH PRIMARY
DISTRIBUTION LINES AND CONNECTED TO THE NEUTRAL
3 3 POLES SHALL BE HANDLED IN SUCH A MANNER AS TO MINIMIZE DAMAGE
POLES SHALL NOT BE DRAGGED MOVEMENT OF POLES OVER EXTREME
DISTANCES SHALL BE ACCOMPLISHED WITH SKIDS CANT HOOK OR ANY
OTHER SURFACE PENETRATING EQUIPMENT SHALL NOT BE USED
34 ANY STRUCTURE OR PORTION THEREOF MAY BE ASSEMBLED ON THE
GROUND PRIOR TO ERECTION PROVIDED THAT THE METHOD WILL NOT
PERMANENTLY DEFORM OR DAMAGE THE STRUCTURE AND THAT ALL
MATERIAL ON THE STRUCTURE WALL BE PROTECTED DURING ERECTION
35 ALL HOLES REQUIRED FOR STRUCTURAL ASSEMBLY WHICH ARE NOT
DRILLED OR CUT BY THE POLE MANUFACTURER PRIOR SHALL BE DRILLED IN
AN APPROVED MANNER
36 AFTER SETTING AND ALIGNING THE FIBERGLASS STRUCTURES THE
BACKFILL SHALL BE MECHANICALLY TAMPED FOR THE FULL DEPTH OF THE
EXCAVATION IN LAYERS NOT MORE THAN EIGHT INCHES THICK BACKFILL
SHALL CONSIST OF SUITABLE MATERIAL FROM THE EXCAVATION IF
INSUFFICIENT MATERIAL IS AVAILABLE SELECT BORROW SHALL BE USED
DENSITY OF THE COMPLETED BACKFILL SHALL EQUAL OR EXCEED THAT OF
THE SURROUNDING UNDISTURBED EARTH FOR LOCATIONS IN POOR SOIL
AND WET EARTH BACKFILLING SHALL RE AS FOLLOWS
A WHERE THE POLES ARE SUBJECT TO NORMAL LOADS ANO LINE ANGLES
OF TEN DEGREES OR LESS THE BOTTOM AND TOP TWO FEET OF
BACKFILL SHALL CONSIST OF EITHER CRUSHED ROCK OR SELECT
BORROW MIXED WITH DRY CEMENT
B WHERE POLES ARE HEAVILY GUYED OR SUPPORT HEAVY EQUIPMENT
THE BOTTOM 12 INCHES OF THE OVER EXCAVATED HOLE SHALL BE
FILLED WITH CRUSHED ROCK OR SELECT BORROW MIXED WITH DRY
CEMENT THE BACKFILL FOR THESE POLES SHALL BE EITHER CRUSHED
ROCK OR SELECT BORROW MIXED WITH DRY CEMENT EXTRA CARE
SHALL BE USED IN TAMPING THE BACKFILL FOR POOR SOIL CONDITIONS
AND LIFTS SHALL BE THOROUGHLY TAMPED BEFORE ADDITIONAL
BACKFILL IS ADDED
37 080384RMS CROSS- BRACES VEE- BRACES AND KNEE-BRACES SHALL BE
ASSEMBLED AND ATTACHED IN ACCORDANCE WITH THE DRAWINGS
CONNECTORS AND GRID GAINS SHALL BE FULLY SEATED AND ALL BOLTS
SHALL BE ADEQUATELY BUT NOT EXCESSIVELY TIGHTENED AFTER THE
STRUCTURE HAS BEEN ERECTED AND ALL LOCK NUTS OR EQUIVALENT HAVE
BEEN INSTALLED
4 0 BACNFILL MATERIAL
4 1 MATERIAL EXCAVATED FOR TRANSMISSION STRUCTURES SHALL NOT BE
REUSED 45 BACNFILL MATERIALS MATERIALS USED FOR BACKFILLING
SHALL BE CRUSHED ROCK CONFORMING TO THE REQUIREMENTS OF
SECTION 42
42 BORROW FOR BACKFILLING SHALL BE WELL-GRADED CRUSHED STONE
HAVING A MAXIMUM PARTICLE SIZE OF 1 IN DIAMETER AND FREE FROM
DEBRIS ORGANIC MATTER OR OTHER DELETERIOUS MATERIALS
6 0 GUYS AND ANCHORS
5 1 INSTALLATION OF HIGH VOLTAGE GUY STRAIN INSULATORS SHALL BE IN
ACCORDANCE WITH COPA STANDARDS 150001BS FIBERGLASS INSULATORS
SHALL BE USED ON 3/8 GUYS AND 30 000LBS FIBERGLASS INSULATORS
SHALL BE USED ON 1116 AND 1R' GUYS ALL GUY STRAIN INSULATORS
SHALL BE EIGHT FEET LONG UNLESS OTHERWISE NOTED
5 2 GUYS SHALL BE INSTALLED WHERE REQUIRED AND AS SHOWN ON THE
DRAWINGS SPLICING OF GUYS SHALL NOT BE PERMITTED ALL GUYS SHALL
BE TIGHTENED TO TAKE OUT THE SLACK IN THE GUI STRANDS AND TO HOLD
THE POLES IN THEIR PROPER POSITION AFTER CONDUCTORS HAVE BEEN
SAGGED IF AFTER INSTALLATION OF CONDUCTOR POLES ARE OUT OF
PLUMB BY ONE OR MORE POLE TOP DIAMETERS THE CONTRACTOR SHALL
RE-TENSION ALL GUYS TO BRING THE POLE TO A PLUMB POSITION ALL
NUTS ON POLE BANDS CLAMPS AND OTHER FITTINGS SHALL BE TIGHTENED
IN ACCORDANCE WITH THE MANUFACTURER 5 RECOMMENDATIONS
53 POLE TO POLE TIES SHALL BE INSTALLED AS SHOWN ON THE DRAWINGS
PRIOR TO THE INSTALLATION OF CONDUCTORS THE POLE TO POLE TIES
SHALL BE SUFFICIENTLY BUT NOT EXCESSIVELY TIGHTENED AND SHALL
NOT CAUSE DEFLECTION IN THE POLE TOPS
54 HELIX ANCHORS SHALL BE INSTALLED PER COPA STANDARDS HELIX
ANCHORS SHALL BE PROVIDED HAVING A SINGLE 10 -FOOT EXTENSION ROD
THE CONTRACTOR SHALL OBTAIN AND INSTALL ADDITIONAL ANCHOR RODS
AS REQUIRED TO ENSURE PROPER ANCHOR INSTALLATION IF AFTER
INSTALLATION OF THE SCREW ANCHOR REQUIRED COVER IS NOT
ACHIEVED THE ENGINEER SHALL BE CONTACTED FOR APPROVAL AND
ACCEPTANCE OF THE ANCHOR IF REQUIRED BY THE ENGINEER LOAD
TESTING MAY BE REQUIRED FOR VALIDATION PURPOSES
55 PLATE ANCHORS SHALL BE INSTALLED IN ACCORDANCE WITH COPA
STANDARDS PLATE ANCHORS FOR DEAD END AND LARGE ANGLE
STRUCTURES SHALL BE BACKFILLED USING A LEAN CONCRETE MIXTURE
HAVING A MINIMUM 28 DAY COMPRESSIVE STRENGTH OF 2500 P51 PLATE
ANCHORS SHALL HAVE A SINGLE 10 FOOT ROD APPROXIMATELY 1 TO 1 -1/2
CUBIC YARDS OF RED/ -MIX CONCRETE SHALL BE USED WITH EACH ANCHOR
PLATE ANCHORS FOR SMALL ANGLE STRUCTURES SHALL BE BACKFILLED
WITH SELECT BORROW OR NATIVE MATERIALS MIXED WITH CEMENT
INSTALLED AND COMPACTED IN EIGHT INCH LIFTS
356 1 r.a.L 1E/ 011004.142 0-.n °CTe F_a"
Fa10 50 e.- 271 1 7 -T 547 7771, 71. -7 109.00_ 3 -7
Cust V0r, FYC1 --4 7 a.J 2,08
:<91gn 33 3 9 Ult g 15 Dag 0 2- 1n I^0, 4 n0 FS= n101, In1t111
E Tess 3`15
ILn31
Et. 3 Ft
5Fn^
1-
3
1-
1- 4
0
1- E
1- 1
3
1 J
1-
103 1 -1^
1
1
1- S
1- 0
1-
1-
1
1
c
1-
1-1
1-1.
STRINGING TABLE
1- F.
1- T 1-
1- P
1- 5
1- E
1- 0
1 -_.3
I- 3
-1^
-11
ABBREVIATIONS
AAC
APSR
MICA
ASSY
AWG
CIR
CU
OL L
FPT
G/0
MOV
MP
OH
PRI
SCH
SEc
SVC
UG
xFtnix
ELECTRIC SYMBOLES LEGEND
OVERHEAD FUSE DISCONNECT
0005 GUY A ANCHOR
NEW 555 ACSR TRANSMISSION
EXISTING OH UTILITY PRIMARY SYSTEM
JVWJ` REMOVAL LIME
0 REMOVE POLE
EDGE OF ROAD
CENTER LINE OF RD
EWE OF TREE LINE
PROPERTY LINE
00 343: 330' 3135 2'EE 2101 2545 _J'4 2351 3317
3 35 5_ 45 1 55 0 55 0
Ft t -IT In P0-11 F9 -IT Fs- 1- FL *o Fs Ft -77
LEY/ off TO UG TERMINATION
NEW POLE
FUSED DISCONNECT SWITCH
16000 VOLTS
PEE PHASE
ALL ALUM/NUM ALUMINUM CONDUCTOR
CONDUCTOR STEEL REILFORCED
AtICLAR
ASSEMBLY
AMERICALDAIRE DAME
CUT-OUT CIRCUIT
(FUSED,
DOUBLE
DEADEN
FULLY WE TREATED
GANMPERATED
METAL OXIDE%ORATOR
METERING POINT
OVERHEAD
PRIMARY 4 (12 AO VOLTS O TO 0 ANO T 200
VOLTS 0 TO GROUND)
SCHEDULE
SECONDARY I LOW VOLTAGE 430 /111]30
LESS THAN 300 VOLTS
SERVICE
WATCH
TREE WIRE
UNDERGROUND
TRANSFORMER
WORMS..
EV
8.71
3
16C
Noe. Sky
Communications
Electrical Engineering Division
A Ouanla Semce Company
1303 Central Ave So Suite 201
Kant WA 08032
0 /100 12531 520 3488
Fan (253) 520 3985
13300009017
Wayne Hagan
Vasllly Trogmenk0
Chris Rcethle
Barry 0100000
4.0 030/8f11
I POPES 1H 19,2011 I
Revtsxvrs
No Date Descrl000n
1 2/8/11 BOM
City of
Port Angeles
Washington Substation
Transmission Line
Renovation
Chambers Street
P03 SO Strati
Agent WA
GENERAL NOTES,
ELECTRICAL
SYMBOLS
ABBREVIATIONS
STRINGING TABLE
Sheet 2 Of 6
MO MN IIIIII I NM
POLE INSTALLATION /MODIFICATION NOTES
P01 (Existing)
1)Rep0Ca existing 69-kV arm 440110 wood 0004.1,4 assembly wain IS-kV suspension
insulators to the north Transfer existing Rayoner conductors to the north and
deedend at ts pole
2)Ins (2)16M M doom guys to (1) 20" plate anchor 1•20 North and (1) Mkt down guy
(1)
to (1) 10 helix anchor 1.20' North see Derain
P02 (New)
()Replace minting gib stub pole with new 6S -1 FG pole
2Nnste9 115 -kV Vertical Daadend turn (VDE) per Detail I Shoot 5
Conductors to the south shell be installed In Ma upper position phase sets of
suspenston insulators tar clearance to Me south
3)Ins)a0 (3) pole bends below each lower positions Insulator far One to the west see
Detail 6 Shiest
4Nnsta9 (3) 16M span guys north to pole P01 see Section 1 6 Detail 5A Sheet 6
5pnstan (2) 161N1 dawn guys to (1) 24 plate anchor 1.33 East end (1) ISM doom guy
M (1) 10" helix anchor 1.27" East see Detail 3 Sheet 6
P03 (New)
1)R enlace costing pale wth new6S-1 FG pole and pole ground
2prista3 approximately 5 south to reuse existing In m02010,s with switch
3)1,000 115 -kV Delta Configuration per Detail 2 Sheet 5
4(010)9ll 10 FG Tangent Arm distribution assembly
5)Transfar existing 410 distribution primary from old pole
6)Transrer existing gang-operated 15-kV scotch and hardware ham existing pole and
install Jumpers
PO4 (Existing)
1)TOp existing pole above communications
P05 (New)
11Raplace existing dub1buten polo with new 6S-1 FG pole and pole ground
2Nnsta0115 -kV Delia Confguratin Wr Detail 2 Sheet 5
3)Insta0 )0 00 Tangent Wing Arm distribution assent*
4)Transfer existing 336 AA 0(3111bution primary 6 4/00.A neutral from existing pole
5)1751.))10 00 Deed.,d distribution assembly end 336 deaden. North
6)Transler existing 336 AA primary datnbuOen from old pole
7)Inata9 (1) 103,1 down guys to 0) 24• plate anchor 1.16 South for costing 33644
distabutnn deaden
6)Remom existing dstrawon guy and anchor
00(1 (New)
205ta0 new 65 -1 00 pole
Locate app, north orh of existing pole do not let service drops Crass -over
home owners roof
3)Mata011541 Delta Configuration per Detail 2 Sheet s
41Transfer secondary and both services from old pole
P07 (Existing)
l)Remove existing pole and restore landscape
2)Remove among guys and cm o0 anchors to 12 -inches below grad.
P011 (New)
1 /Install new 65-1 FG pole
Locate approximate,' from 10 north of existing pole on north side of sidewalk
2)Insta0115 kV Deka Conhguraton per Detell2 Sheet
3)Transfer spell 490 and moon:Iary from existing pole P09
P09 (Existing)
()Remove misting psi) and stub restore landscape
P10(New)
1)RepIce existing pole with new 65 -1 FG pole
20nsta0115 -10V Delta Configuration per Deed 2 Sheet 5
3)Transfer secondary and communcaIons from existing pole
POLE REMOVAL/MODIFICATION NOTES
P31, P32 P33 P36 P39, and P37
1)Remoye existing poles end oh assoaa15 har0wera
2)Make safe any anchors by outing a012enches below grad.
3)9 °store ell landscape
P34 (Existing)
1)TOp misting pole above secondary
SPAN INSTALLATION NOTES
P02- PO3•PO6•P06 -P06 P10 P11- P13- P14 -P17
Install (3)0556005R (Osprey) 9spans 2315' and sag per Sag Table on Sheet
SPAN REMOVAL NOTES
Rayenler Llne
P01- PO3- PO4- P07 •PO9 -PIO P11•P12- P14- P15- P20 -P21 P22- P23 -P24
026 -026
Remove (3) 92/0 16 spans 4320
ChyoIPort Angcl.e 00 Washington to Collage
P32 P33 -P34 P35- P36•P37- 036 -P39 043 041 -P19
Remove (3) 0556 ACSR 10 .pons 2390
rn
Phi
•uuu.. J./• uuuu u•l k.uu n. vuuuvu7, 1 1/V
143 010 x tae 009 NO r__ C
Sr
C
Existing 15kv
Distribution
Line
m u
0
WORK ZONE 1
SCALE 1• 100
P01 P02 SPAN GUY AND GUY ARRANGEMENT
WASHINGTON
STREET
SUBSTATION
D
O
O
L
WASHINGTON St I7
a
10
O 116C
North Sky
Elennca Engi
Sen n c nng Division
Communications
A Duana Service Company
1303 Central Ave So Suite 201
K. WA 90032
G
OER 3ti'i i ^'w J1. s. u .,y7vT
tit;
350
RT
Sleeve Existing
556 ACSR To New
And Extend To P02
0111u )253) 520 3460
Fax (253) 520 3935
13300009017
Wayne Hagan
Va31ly Tmemenka
Chris Roelhl6
kreves
Barry Eronson
Rewsgns
No Date Description
1 2/8/11 BOM
City of
Port Angeles
Washington Substation
Transmission Lme
Renovation
Chambers Street
2n1M 9th Stieel
Pm Angeles WA
WORK ZONE 18
SPECIFIC
CONSTRUCTION
NOTES
ON FEET) Sheet 3 a 6
1 MO 103 feet
NM M I I= INN III•1
POLE INSTALLATION /MODIFICATION NOTES
P11 (New)
1) Replace existing pole with new 65 -1 FG pole
2)Install 115-kV Delta Configuration per Detail 2, Sheet 5
3) Transfer existing distribution span and down guys
P12 (Existing)
1) Remove vesting pole and stub and restore landscape
P13 (New)
1) Install new 65 1 FG pole and pole ground approxmaley 8' south of existing P12
2)Install 115-10/ Delta Conrguralbn Per Detail 2 Sheet 5
3)011089 10 FG Tangent distribution assembly
4)Transfer existing 4/0 AA distribution pdmary E 2/0 AA neutral from pole P12
5)Transf00 street light secondary and communications from existing pole P12
P14 (Existing)
1)12011100e existing pole and restore landscape
P15(New)
1) Install new 65 -1 FG pole and pole ground approximately 10' south of existing
P14
2)Install 115-IN Delta Configuration per Detail Sheet 5
3) install 10 FG Tangent Oast Assy
4)Trensfer existing 410 PA de0 W0on primary 8 2/0 AA neutral from polo P14
P16 (Existing)
1) Top ...brig pole above 0ecandary and o n101unicebons
P17 (New)
1 Replace existing dlsblbotlon pole with new 65 -1 FG pole and pole ground
Install new pole closer to curb edge In order to utilize a distribution tangent
crosserrn for the east -west running circuit, see Detail B Sheet 4
2) Install 115 kV Vertical 0eadead turn (VDE) per Detail 1 Shea 5
Inetall (3) pole bands below each Insulator to Me north per Dotal 8 Sheet 6
3) Install (3) I8M span guys to pole P18 see Detail 5B Sleet 8
4)Inslall (2) 18M' down guys to (1) 24 plate anchor, 1435 South and (1) 1891 dawn
guy to (1) 10' 60114 enhor L =29 South see Detail 3 Sheet 6
5)Inslati 10 FG Tangent Ann distribution assembly
6) Transfer exls0rg 4/0 distribution primary from old polo
7)Install 10 FG Deadond distribution assemby and 4/0000401ds Nati
8) Transfer toasting 4/0 datnbulion primary from old pole
5)Exlnnd existing dishibdion down guy to new deadend arm
10) Transfer secondary from old pole
P15 (Existing)
1) Install (2) 1891 down guys to(1) 24' date anchce L =35 West see Detail
Sheet 6
2)Remove transmission down guys and anchors to the west
3) Remove down guys and an hors to the south
a)TOp pole above existing disinbuaon conductors as required
P10 (Existing)
1) Modify exlsbng pale
2)Remave 69kV gong operated switch
3)Replace existing deadend Insulators with 115kV suspension Insulators and
re10c010 existing deadonds to pole position 7 phase spacing
4)Insla113 H P 1154V insulates end 3 556 ACSR Jumpers
(2)180 DOWN GUYS
35
(3) 188 SPAN GUYS
1
5
P20 (Existing)
1) Top existing pole above communications
P21 (Existing)
1) Top 001011ag pole 06006 emery distribution
2)Re0Oach exist mg transmission dawn guys to the distribution level and
remove remainder of transmission guys and anchors as required
P22 (Existing)
1) Top existing pole 5' above primary dlstdbu5on
P23 (Existing)
1) Top existing pole above street light and secondary
P24(6040078)
1) Remove existing pole and all associate hardware
2) Restore all landscape
P25 (Existing)
1) Remove (3) span guys south across Sheet
2)Remove all remaining transmission guys and anchors as able
3) Top existing pole above communications
P26 (Existing)
1) Replace existing 69-kV horizontal post insulalom with 1154V
suspension Insulators to the youth Transfer existing 000071er
conductors to the south and deadend at pole
2)Install (2) 1854 dawn guys to (1) 10' helix anchor L45' North
P40 (Existing)
1) Top existing pole 1 above eeooldary service
POLE REMOVAL NOTES
P36 P39 and P41
1) Remove existing poles and all associate hardware
2(Make safe any anchors by cutting 0If 12-inches below Bede
3) Restore all landscape
SPAN INSTALLATION NOTES
Pot P03 PO5 P06 PO8 P10 P11- P13- P14 -P17
Install (3) 6556 ACSR (Osprey) 9 spans 2315 and sag per Sag Table on
Sheet
SPAN REMOVAL NOTES
RayonleP Line
P01 P03- PO4 -P07 PO8- P10 -P11 P12•P14 -P16 P20- P21 -P22
•P23 P24 -P25 P28
Remove (3) 6210 16 spans, 4320
City of Port Angeles, 69-kV Washington to College
P32 -P33 P34- P35- P36 -P37 P38- P311 •P40 -P41 •P18
Repave (3) 6556 ACSR, 10 spans, 2390'
DISTRIBUTION
UNOERBUILD
P17 P18 SPAN GUY AND GUY ARRANGEMENT
33
56 5
p 1 e 1 F41 F, F39 P39 m
T—•,�ry, lip uvvvvvv ll wl v��� 'J£..vv..
F1 F19 T 4 P15 P14 267 Q.'251& 200
4 2 o S
N C 4� 0 c
P19 N 0
See Detail 8
WORK ZONE 2
O
Remove Existing
Span Guys
own uteri um,
64.3 E.g
Sew., T2wr
Exit g30t5V
LvSVbumai L.te
�I C
CHAMBERS St
J
CHAMBERS St
E Existing 35
0
P17 PLAN DETAIL B
NOT TOSGALE
ON FEET)
1 Inch 100 bel
GRAPHIC SCALE
a Hs
�gV
North Sky
Commuolcotlons
Electrical Engvreeting DwIsbn
A Duane Senxe Company
1303 Central Ave So S0ite201
Kent, wA 98032
0111.1253) 520 3468
F. (253)520-3905
13300009017
MM.) Number
Wayne Hagan
ere
u a11lly Twfinenko
Chris Roeale
Barry Erolson
City of
Port Angeles
Washington 5ubala00n
Transmission tine
Renovation
Orarnisen) Street
End ta SA.
Pm Moles TO
WORK ZONE 2&
SPECIFIC
CONSTRUCTION
NOTES
Sheet 4 01 0
E MI MN MI I I
Elevation View
Top View
9
9"
flt
i 14.-9-
15
d
Drilling Guide
DETAIL 1 115kV SUSPENSION INSULATOR, LARGE ANGLE, VERTICAL DEADEND (VDE)
Ar DO2 P171i07 To SCALE
99"
16 -1
16'5
Elevation View
Drilling Guide
DETAIL 2 115kV HORIZONTAL AND VERTICAL POST. TANGENT AND SMALL ANGLES, DELTA
ATM P05 POS FVB Pte 1.11 P13 MO P15r NOT TO SCALE
North Sky
Communications
Electrical Ergineennp Division
A Quanta Service Company
1303 Central Ave So Su31e 201
Kant WA 98032
01370)253)520 3488
Fax (253) 520 3885
13300009017
Wayne Hagan
VVoo0 Trofimenko
Chris Roet i.
Barry Eronson
e� a c
sr 2(6IH
IEXPIRES 111.13011j
Revisions
No Data Description
1 2/8/11 BOM
City of
Port Angeles
Washington Substation
Transmission Line
Renovation
Cnammn Strut
Pon Angeles to ws
DETAILS
Sheet 5 Or 8
Nil M I MN
8
9
S
0
5
8
tr
DETAIL 3 DEADEND DOWN GUY
AT POE PIT I NOT TO SCALE
Stub Pole
P01
_mac
Stub Pole
P18
DETAIL 5A TYPICAL DEADEND SPAN GUY
AT POI P02/ NOT TO SCALE
DETAIL 4 DEADEND STUB POLE SINGLE DOWN GUY
AT POI Pte I MOT TO SCALE
Line Pole
P02
DETAIL 5B DEADEND SPAN GUY. INSTALLED THRU DISTRIBUTION UNDERBUILD
AT PIT Pte I NOT TO SCALE
BILL OF MATERIALS
Mm.I Mat..el D..FNMkd
ICAweJr,p Met a
1 1 m w rp 311 TS x40
lo..m conductors a w.ke "UV
v POW. sueomsionlrps
1 -11nsu v vqy. NvmnW veN coin saes
24 (rooms kornhon, so 1 on
u°d"°^r•Oms 111 ACSN
Vs iwwwwvonnow. on 1 or
213 !Daemon link. 2
OvnlmadCentlexters O.Ykaa O.mbutlon
31 lals.tor ISIN Poly Suspenarn Tape
35 ra don r e sea
y mN CSywn ISM alomovre1111130C0 lad uesxnol ea ea
wecw sworn. ow
(Anchors
Foy C1,41
Grosso, Fief CAM 10 X 3-1/2 X 4 la
Cros,rm. sow Chas 10 X4 x OE
Crossarm Brace 83 Soon 18 Orr,
Whoa. oraw v eon)
.703oulso nno oar IA
n q Ream ir 31,
G_uy cw auto sort aM 30 Roger 3/8"
wrywooro sold Masao
ShmcYle tivy e �n� MN aCt•vot1 y,
Platn Guy Yr., 401,
o noro
oncnor NM 1,7 1
anchor Vat, Nut 1 na
Anchor ,Pl AI
B
1
Attach Dawn guy to Plate Not Pole Band
4141 1
1 l I
171','I I I I 11' 1 1f
I 1 1 I I i
a
3 3 313 3313 a
O tt ONLY MAJOR ISIERIALS HAVE BEEN IDENTIFIED ON THIS PROJECT THE CONTRACTOR IS RESPON
21 ALL HARDWARE TO BE HOT DIPPED GALVANIZED
1 31 COORDINATE CODA CROSSARM DRILLING GUIDES WIN MANHFACTIJRFR
Pole band must be
"snugged" up to
guy plate to share
guy weight on all
down guys
DETAIL 6 POLE BAND W/ GUY ATTACHMENT
AT PO2 PIT /MDT TO SCALE
I3
I I
I
I
damn,' Claes 4 soli
ylusurne Clam, mod
LE FOR IDENTIFYING ALL MISCELLANEOUS MATERIAL
r xee2e„e. I1
xe .e. 11237.11245 BEE NOTE
33ee. 5114N12011004035. BEE No1E3
x 5
I sl e 1130120G12445
ge
North Sky
Communications
Electrical Eoglneemg Omsmn
A Quanta Service Company
1303 Central Ave So Su20201
Kent WA 98032
0(92. (253)520 3488
Fea (253)520 3985
13300009017
W ayne Hagan
Vasdry
Trofimenko
Chns RoetOe
Barry Eronson
9,
EFMNES HI19 /20111
Revisions
No Data Description
1 2/8/11 BOM
City of
Port Angeles
Washington Substation
Transmission Line
Renovation
cbainhers sneer
Port lo SM Shoot
rm.I.. WA
DETAILS 8 MATERIAL
LIST
Shoat 8 00 6
ATTACHMENT D
CITY OF PORT ANGELES
CONSTRUCTION STANDARDS
CITY OF PORT ANGELES
PUBLIC WORKS AND UTILITIES
Specification for Fiberglass Poles
MDOF -001
Fiberglass composite distribution poles shall be constructed using a polymer binder containing 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.
Provide factory- dnlled holes of noted sizes at locations shown on attached drawing(s), and other
features noted on the drawing(s).
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. Color to be dark bronze. The use of standard paint or coatings for UV protection is not
acceptable
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 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.
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 with the design drawings
and within manufacturing tolerances. Pole length shall be as noted, plus or minus 2 inches Poles shall
be of the height and equivalent to the class indicated on the bid schedule.
The following standards shall apply:
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.
Provide pre drilled holes located as shown on attached drawings, plus or minus 1/16 inch. All holes
shall be 3/4" diameter, plus or minus 1/32 inch. Provide factory- installed step attachments where noted
on 30 and 35 foot poles. Holes other than for steps and ground wires shall be drilled on both sides of
pole to accommodate through bolts. Neutral /secondary holes shall be oriented perpendicular to
crossarm holes. Provide factory- installed pulling tape through pole, exiting at "Ground Wire Holes" with
a minimum of 36" exposed tape at each end.
Provide stamped metal ID tag, pop- riveted on face of each pole Tag shall contain the following
information: ID of "COPA pole height and class, year of manufacture, manufacturer ID.
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®, RStandard composite poles, or equal
City of Port Angeles 1 of 1 4/14/10
CITY OF PORT ANGELES
PUBLIC WORKS AND UTILITIES
Specification for Fiberglass Crossarms
MDOF -002
Fiberglass composite crossarms shall be constructed using a polymer binder containing 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 arm axis. Provide factory- drilled
holes of noted sizes at locations shown on attached drawing(s), and other features noted on the
drawing(s).
Crossarms 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. Color to be dark bronze. The use of standard paint or coatings for UV protection is not
acceptable. Crossarms shall be tested for accelerated weathering and ultraviolet aging in accordance
with ASTM D4364 and G90.
For polyester resins, the crossarm surface 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' /z mil urethane coating
shall be applied to the surface. The surfacing veil and structural fibers shall be saturated in a singular
process with the same resin, thereby ensuring molecular bonding between structural layers and the
protective layer.
Crossarms shall be foam filled to minimize water ingress. Filler shall be either closed cell high density
urethane foam or closed cell high density styrene foam. Crossarms shall be sealed with non- removable
flush mounted inserts. External end caps are not acceptable.
Crossarms shall have an average dry 60 Hz BIL of no less than 15kV per inch, and an average wet 60
Hz BIL of no less than 12 kV per inch.
Compressive strength in both vertical and horizontal directions for any cross section perpendicular to
the longitudinal axes shall be a minimum of 1,500 psi without permanent deformation or damage to the
fiber /resin matrix. When subjected to long -term static loads listed on the attached drawings, the long-
term plastic deformation (creep) shall not exceed 1% in 100,000 hours.
Crossarm shall be shipped fully assembled with mounting brackets manufactured from high slrength
heat treated aluminum alloy, hot dip galvanized structural steel plate, or hot dip galvanized iron. All
bolts, nuts, and other hardware shall be hot dip galvanized Mounting brackets shall be designed for
installation on wood, steel, concrete, or fiberglass poles with round or flat mounting surfaces.
The following standards shall also apply:
1. ASCE, Manual No. 104, Recommended Practice for Fiber- Reinforced Polymer Products for
Overhead Utility Line Structures.
2. ASTM D4923, Standard Specification for Reinforced Thermosetting Plastic Poles
3. NESC C2 -2007.
Provide pre drilled holes located as shown on attached drawings, plus or minus 1/16 inch. All holes
shall be 13/16" diameter, plus or minus 1/32 inch
City of Port Angeles 1 of 3 12/1/10
A
8
10'
12'
B
28"
38"
20"
r
4"
6"
Date' 5/07
Appd Eng TD
Appd Ops JK
Revised 8/10
C
1 C J WEIGHT 1
30" 42 LBS.
37" 49 LBS.
56" 58 LBS.
C
I
C
LOAD
7,500#
6,000#
4,800#
4) I
1"
4)
A
SIDE VIEW
B
TOP VIEW
8 10 FT ARMS
A
SIDE VIEW
B
TOP VIEW
8 10 FT ARMS
12 FT ARM
4)
11
4)
FIBERGLASS TANGENT
CROSSARM SPECIFICATIONS
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
C
Notes
All holes to be 13/16" diameter
Bracket to be hot dipped galvanized per ASTM -A153, with 13/16" holes
Crossarm to be dark bronze
Arm to include UV exterior coating and polyester veil
1 STOCK NO. (SHAKESPEARE CAT. NO.
540 091 -00004 STB096N12405PAE
540 091 -00009 STB120N12405PAE
540 091 -00010 HTB144N12605PAF
4 1 t4 -1/2"
6
11; 1
1 t 3-1/2"
'I
1
4"
iI 1 '1,4 -1/2"
1 t 3 -1/2"
1 '6"'
1 PUPI CAT. NO.
TB2000 -96 -043
TB2000- 120 -053
TB2500- 144 -SP3
Sheet 2 of 3
MDOF -002
I
l i ii II
6"
I,
4"
6" C
Date. 7/07
Appd Eng TD
Appd Ops JK
Revised 12/1/10
C
C
I �Li °L{ o
10" C C
I0 II° II°
B
SIDE VIEW
TOP VIEW
CROSSARM 8 10 FT. FIBERGLASS
A
12"
n
II
C B
TOP VIEW
SIDE VIEW C
GII G I
s
C
SPECIFICATIONS:
1 All holes to be 13/16" diameter, execpt guy attachment holes which shall be 11/16'
2 Arm to be pultruded fiberglass with polyester resin
3 Bracket to be hot dipped per ASTM -A153
4 Guy attachment plate to be grade 50 steel, no greater than 1/2" thick
5 Guy attachment bracket holes to be no more than 11 /16" from edge
6 Guy attachment bracket to be designed for ultimate strength of 15,000 Ibs
7 Guy attachment bracket material to be steel, grade A571 -GR50.
8 Color of arm to be brown or dark bronze
CROSSARM 12 FT. FIBERGLASS
C
0
C
A 1 B 1 C 1 WEIGHT 1 LOAD 1 STOCK NO. 'SHAKESPEARE CAT. NO.
8' 56" 14" 84 LBS 13,000# 540- 091 -00006 IDB096G12245PAE
10' 34" 37" 97 LBS 13,000# 540 091 -00010 IDB120G12445PAE
12' 52" 20" 109 LBS. 12,000# 540 091 -00011 IDB144G12645PAF
FIBERGLASS DEADEND
CROSSARM SPECIFICATIONS
CITY OF PORT ANGELES
ELECTRICAL ENGINEERING SPECIFICATION
C
cII 1 t4"
6
1 L
4, 4,
4
N
C 10
o f
GUY DEADEND
PROVISION
6"
6"
SIDE VIEW
GUY ATTACHMENT
BRACKET DETAIL
1 PUPI CAT. NO
DA4000- 96X2 -SP3
DA4000- 120X4 -SP3
DA4000- 144X6 -SP3
Sheet 3 of 3
MDOF -002
1.0 GENERAL
CITY OF PORT ANGELES
PUBLIC WORKS AND UTILITIES
Specification for Aluminum Conductor
Steel Reinforced (ACSR)
MDOC -001
1.1 This specification covers the electrical and mechanical characteristics of bare
overhead round aluminum conductor with core reinforced with a single strand
of standard weight galvanized coated steel wire.
1.2 Outer surface shall be treated in a manner to dull the natural shine resulting in
a non specular finish.
1.3 All characteristics, definitions, and terminology, except as specifically covered
in this specification, shall be in accordance with the latest revision of the
following standards:
B232 ASTM Standard for Concentric Lay- Stranded Aluminum
Conductors.
B230 ASTM Standard for Aluminum Wire
B245 ASTM Standard for Steel Core Wire
2.0 PROPERTIES
2.1 Conductors shall be of the AWG or circular mil size and characteristics shown
in Table 1. Reel lengths may vary ±10% from the lengths shown.
TABLE 1
Size Code Stranding Weight per Diameter
1000 Ft (Ibs) (inches)
#2 Sparrow 6/1 1 91.3 0.316
1/0 Raven 6/1 1 145 1 1 0 398
4/0 1 Penguin 6/1 1 291.1 1 .0563
336.4 1 Merlin 18/1 365.3 1 0.684
556.5 1 Osprey 18/1 603.3 1 0 879
City of Port Angeles 1 of 1
Rated
Strength (Ibs)
2,850
4,380
8,350
8,680
13,700
Reel City
Length (Ft) Stock Number
9,625 1 280 016 -00023
6,095 1 280 016 -00020
6,080 1 280- 016 -00022
5,695 1 280- 016 -00025
4,000 1
MDOC -001 (1/10)