Loading...
HomeMy WebLinkAbout000805 Original Contract City of Port Angeles Record # 000805 CONFORM COPY #1 PROJECT MANUAL 3 for -STEET TRANSMISSION LINE UPGRADE PROJECT NO. CL02-2010 o� 90 pN� lig v � CITY OF PORT ANGELES WASHINGTON 2014 CRAIG FULTON, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, P.E., CITY ENGINEER For information regarding this project, contact: Terry Dahlquist, City of Port Angeles b__. 360-417-4702 oFpoR7,4,yc ADDENDUM NO. 1 TO PROJECT MANUAL FOR KS I-STREET TRANSMISSION LINE UPGRADE PROJECT NO. CL02-2010 NOTICE TO PROSPECTIVE BIDDERS June 12, 2014 Bid opening remains the same at 2:00 pm on Friday, June 20, 2014. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Specifications: 1. Add the enclosed City construction standards A004, G505, H001 F, N002, PF113, PF301, TM001, TM403, TM703F, S006C, PF305FA, and UM502 to Attachment A. 2. Page 3 of the Bid Form: Bid Item #3 should reference Drawing Sheet 5, not 4. Bid Item #4 should reference Drawing Sheet 6, not 5. 3. Detail TM701: Use guys and anchors called for on the project drawings, not those referenced on this detail. This addendum must be acknowledged in the space provided on the project Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as be'hg non-responsive. i 7 j Michael C. Puntenney, P._.�,. City Engineer �� , END OF ADDENDUM NO. 1 Addendum No. 1 Page 1 of 14 G ANGLE'A'TO BE WITHIN \ 10 DEGREES OF ANGLE'B' S \ ANGLE ✓,/` 3 B I ANGLE A � I 2 6ft MIN 1 ITEM QUANTITY STOCK No. 1. Anchor, 8"-10" Double Helix 1 285 074 00002 2. Rod, anchor - " x 7 ft 1 285 074 00004 3. Eye, triple 1 _ 4. Rod, anchor extension " x 3)6ft as required 285 074 00003 5. Coupling, rod extension as required NOTE: Double 8" helix holds approximately 21,000 lbs. maximum. ANCHOR, DOUBLE HELIX Sheet 1 of 1 Date: 4/07 Appd, Eng: TD 811 - 1 011 ' Appd.Ops: CITY OF PORT ANGELES A O4 Revised: ELECTRICAL ENGINEERING SPECIFICATION ' - � / ( G404 DOWN GUY 7"" H001 or H002 Pole Ground ITEM MATERIAL QTY STOCK # ab Eyelet, 3/4", straight oval 2 320 043 00006 aw Washer, spring, 3/4" 2 320 092 00012 c Bolt, machine, 3/4"x 12" 2 320 020 00027 P Ground connector 1 285 097 00016 u Dead end, strand vise, automatic, 18M 1 285 074 00016 ul Grip, guy wire, preformed 18M Alumoweld 1 280 074 00060 w Insulator, fiberglass, strain 1 285 074 0003x Y Wire, guy, 18M Alurnoweld As Req'd. 280 040 00002 i Date: 10/07 SPAN GUY - 18M ALUMOWELD Sheet 1 of Appd.Eng: TD WITH ROD INSULATOR Revised: 4/09 ELECTRICAL ENGINEERING SPECIFICATION NOTES: A. Install ground wire inside pole from C communications level to 6" below grade. / B. Top of ground rod to be minimum or 4 inches below grade. C. Coil excess wire and suspend 22 Ft. A above grade for future use. Cj D. Ground wire to clear all hardware by minimum of 2 inches and be anchored to maintain that position. aj O 1 FT. MIN ai ITEM QUANTITY STOCK No. cj Wire, #6 CU Solid 40 ft 280 016 00006 aj Clamp, ground rod 5/8" bronze 1 285 097 00011 ai Ground rod 5/8" x 8 ft. Copperbonded 1 285 074 00022 Date: 4,'07 POLE GROUND WITH GROUND ROD Sheet 1 of 1 Appd.Eng: TD Revised: 6/12 CITY OF PORT ANGELES H 0 0 1 F ELECTRICAL ENGINEERING SPECIFICATION c—ek do NOTE: See ES 0 04 for maximum turning angles. ITEM QUANTITY STOCK No. C Bolt, machine, 5/8"x 10" 1 320 020 00014 da Bracket, w/spool insulator 1 285 074 00027/285 074 00021 ek Springwasher& Nut 1 320 092 00012 (Orient horizontally) Date: 3/07 SECONDARY/NEUTRAL Sheet 1 of 1 Appd.Eng: TD TANGENT ASSEMBLY Appd.Ops: JK 01-FY OF PORT ANGELES Revised: ELCTRICAL ENGINEERING SPECIFICATION N 0 02 eJ- a av 36' f i OK .a r' \ av cw 8 eq ALLEY SIDE f a2 c,avv �q NOTE: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. ITEM MATERIAL QTY STOCK # a Insulator, pin type (12.47/7.2 kV) 1 285 074 00031 a2 Insulator, pin type, single skirt, neutral 1 280 074 00032 C Bolt, machine, 5/8" x 10" 4 320 020 00014 f Pin, arm, short shank, 5/8" 2 285 074 00038 aw Washer, Coil Spring 4 320 092 00014 of Cutout, Fused, 100A 1 285 028 00001 eq Bracket, fiberglass, insulator/equipment 2 285 078 00017 av #6 CU Solid Jumper 12' 280 016 00015 ek Hot Line Clamp 2 285 097 00005 ALLEY TAP Sheet 1 of 1 Date: 12./07 Appd. Eng: TJD 1 - PHASE 12.47/7.2 kV CITY OF PORT ANGELES PF 1 13 Revised: 5/14 ELECTRICAL ENGINEERING SPECIFICATION c,aw2 9 ,,, bi no no d 37" 191, 30" a 26" a d,f a2 d wl d,f 0 9.1 aw2 20-1/411 aw2 aw Position of guy when required cu c,aw2 PROPERTY SIDE NOTE: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. ITEM MATERIAL QTY STOCK # a Insulator, pin type, phase(12.47/7.2 kV) 3 285 074 00031 a2 Insulator, pin type, single skirt, neutral 1 285 074 00032 • Bolt, machine, 5/8"x 12" 1 320 020 00015 • Bolt, machine, 5/8"x 14" 1 320 020 00016 d Washer, 2 1/4"x 2 1/4", flat 5 320 092 00001 f Pin, crossarm, steel, 5/8"x 5 3/4" 4 285 074 00039 9 Cross arm, wood, 3 1/2"x 4 1/2"x 1 Oft 1 540 091 00008 i Bolt, carriage, 1/2"x 7" 2 320 020 00045 awl Washer, spring, 1/211 2 320 092 00011 aw2 Washer, spring, 5/81' 6 320 092 00010 bi Gain, pole, 4"x 4" 1 285 074 00013 cu Brace, wood 36" 2 540 091 00005 Date: 3/07 TANGENT CROSSARM, NEUTRAL HIGH Sheet 1 of 1 Appd.Eng: TJD 3- PHASE 12.47/7.2 kV Appd.Ops: JK CITY OF PORT ANGELES Revised: 5/09 ELECTRICAL ENGINEERING SPECIFICATION PF 3 01 --F 37` 1711— c1,d1,aw k- aa,k as aa,'f__1 cAaw \d,aw c,d,aw 8" LILILL 12" Fe 9 A ATTACH POLE GROUND WIRE WITH WIRE CLIP& SELF-TAPPING SCREWS SECTION A ITEM MATERIAL QTY STOCK # ---_--_-_- c Bolt, machine, 5/8"x 12" 4 320 020 00015 cl Bolt, machine, 5/8"x 14" 2 320 020 00016 d Washer, 2 1/4"x 2 1/4", flat 4 320 092 00001 dl Washer, 3" Sq Curved 2 320 092 00003 9 Crossarm, Fiberglass, DE, 4"x 6"x 10 ft 1 540 091 00010 k Insulator, suspension, 1 SkV 3 285 074 00010 I Clamp, Deadend 4 285 097 00002 as Nut, eye, 5/8" 4 320 043 00001 aw Washer, Coil Spring 6 320 092 00014 Date: 8/08 DEAD END FIBERGLASS CROSSARM Sheet 1 of 1 Appd.Eng: TJD 3- PHASE 12.47/7.2 kV Appd,Ops: JK CITY OF PORT ANGELES Revised: 10/10 PF 3 05FA ELECTRICAL ENGINEERING SPECIFICATION ! | 10 IN. Position luminaire above or forward of curb or edge of roadway- Where pole ground is present, bond to both luminaire bracket and ON Route wiring and ground wires inside 35 FT POLE 40 IN. MIN. fiberglass poles. TO COMM. 24 FT ON 30 FT POLE 7 ITEM MATERIAL QTY STOCK # S 0 06B: 150W, 120-277V IND 1 285 056 00018 S 0 06C: 70W, 120-277V IND 1 285 056 00016 S 0 06D: 146W, 120-277V LED 1 285 056 00019 2 Bracket: S 0 06A&B: 8 Ft Aluminum, Wood Pole Mount 1 285 078 00008 S 0 06C: 2 Ft Aluminum, Wood Pole Mount 1 285 078 00010 S 0 06D: 8 Ft Aluminum, Wood Pole Mount 1 285 078 00008 3 Wire, 12-2 CU, 600V 12 Ft 280 090 00013 4 Bolt, Machine, 5/8"x 10" 1 320 020 00014 5 Washer, Spring, 5/8" 1 320 092 00010 6 Clevis for Duplex Supply Conductors 1 Standard N 0 02 Date: 7/12 STREET/YARD LIGHT ON Sheet 1 of 1 Appd,Eng: TD WOOD OR FIBERGLASS POLE Appd.Ops: JK CITY OF PORT ANGELES S006 Revised: 11/12 ELECTRICAL ENGINEERING SPECIFICATION ` BOLT CONNECTIONS TO EACH SWITCH FRAME q cj ROUTE INSIDE POLE. CONNECT TO DISTRIBUTION NEUTRAL, TRANSFORMERS, ETC. WHERE PRESENT SWITCH'S FLEXIBLE BRAID SWITCH'S COPPER U-BOLT q SWITCH'S LINKAGE INSULATOR SWITCH'S FLEXIBLE BRAID al cj SWITCH'S COPPER U-BOLT cj dp aj ai ITEM MATERIAL QTY STOCK # ai Ground Rod, 5/8"x 8 ft. Copperbonded 1 285 074 00022 ai Clamp, Ground Rod, 5/8" Bronze 1 285 097 00011 al Wire Clips As Req'd. of Wire, #4 CU, Stranded 30 ft 280 016 00005 dp Temporary Grounding Mat Provided by Crew 1 - During Switching q Connector, #4 CU, Stranded (Fargo) 1 285 097 00038 Eng: TD TRANSMISSION Sheet 1 of 1 Appd. ng: Date: SWITCH GROUNDING DETAIL Revised: 2/8/11 CITY OF PORT ANGELES TM O 01 ELCTRICAL ENGINEERING SPECIFICATION 5 3 Use washer � on both sides nj 4 j 1 ft 6" 2 5 6 1 j 10 i i 4 ft 10" ! j 6„ 5 ft 5" 1 � 6.. 4.. 4" °- 5 _ 3 7 4 3 5 4 5 6 5 3 ft 2' 10 GUY POSITION 8 9 NOTE: 1 . Apply "Dow Corning" #4 lubricnant as required. 2. Orient eye nut parallel to crossarm. ITEM QUANTITY STOCK No. 1 . Crossarm, 1 2f x 4 �14 It x 5 %", 69KV 2 540 091 2. Insulator, bell, clevis, 10", 69 KV 15 285 074 3. Bolt, machine, % " x 8" 4 320 020 00013 4. Eyenut, %" 3 320 043 00001 5. Washer, 2%" x 2 %" x t3/,6 ", gale 13 320 092 00002 6. Bolt, machine, " x 16" 2 320 020 00017 7. Bolt, machine, i " x 12" 2 320 020 00015 8. Clamp, 556.5 Suspension 3 285 097 9. Armor rod 3 280 074 10. Gain, grid, transmission 2 285 074 Date: TRANSMISSION, TANGENT, WISHBONE Sheet 1 of 1 Appd. Eng: Appd.Ops: CITY OF PORT ANGELES Revised: ELECTRICAL ENGINEERING SPECIFICATION TM 4 03 k POSITION OF GUY 911 aw,ab,c 60" aw,aw2,ab1 I / g.. 60" k j i I I i SEE OM 007 FOR CLEARANCES TO ANY UNDERBUILD j USE G402 GUYS&A002 ANCHORS GUY EACH PHASE ON MOUNTING BOLT ITEM MATERIAL QTY STOCK # ab Eyenut, 3/4" 6 320 043 00002 ab1 D-Eyelet, 3/4" 6 320 043 00006 aw Washer, 3-1/4"x3-1/4" Curved, Galvanized 12 320 092 00003 aw2 Washer, Spring, 3/4" 6 320 092 00012 c Bolt, machine, 3/4"x 16" 12 320 020 00038 k Insulator, Polymer, Suspension, 115 kV 6 285 074 00110 I Clamp, 556.5 Suspension 6 285 074 00119 e Armor Rod 6 285 074 00106 REQUIRED FOR CORNER ANGLES OVER 900: fo Fiberglass Support Bracket 3 285 078 00017 eb 11 5k Post Insulator 3 285 074 00109 Date: 1/1 1/11 TRANSMISSION, DOUBLE DEADEND Sheet 1 of 1 Appd.Eng: TD VERTICAL CORNER Appd.Ops: CITY OF PORT ANGELES TM 7 03 Revised: 7/12 ELECTRICAL ENGINEERING SPECIFICATION k MAXIMUM HORIZONTAL LOAD-7,600 LES. pb MAXIMUM VERTICAL LOAD-15,000 LES. 1211 aw c POSITION OF GUY �K 911 ------------- ---- ab 6011 ab aw POLE BAND DETAIL POLE BAND KIT 6011 k e if 9" -- ---------- ----- • • SEE OM 007 FOR CLEARANCES TO ANY UNDERBUILD USE G402 GUYS&A002 ANCHORS GUY EACH PHASE AT POLE BAND ITEM MATERIAL QTY STOCK# ab D-Eyelet, 3/4" 12 320 043 00006 aw Washer, Coil Spring 12 320 092 00014 c Bolt, machine, 3/4"x 16" 12 320 020 00038 k Insulator, Polymer, Suspension, 115 kV 6 285 074 00110 I Clamp, 556.5 Suspension 6 285 074 00119 pb Pole Band Kit 6 285 074 00105 e Armor Rod 6 285 074 00106 REQUIRED FOR CORNER ANGLES OVER 900. fo Fiberglass Support Bracket 3 285 078 00017 eb 11 5kV Post Insulator 3 285 074 00109 TRANSMISSION, DOUBLE DEADEND Sheet 1 of 1 Date: 1/11/11 Appd.Eng: TD VERTICAL CORNER Appd,Ops: CITY OF PORT ANGELES TM 7 03F Revised: 7/12 ELECTRICAL ENGINEERING SPECIFICATION \\/\\/\ \\/\\// //\//\ \\ \\\� 1. Six foot x 9 inch diameter concrete set a minimum of 2%2 feet in the ground and in gravel, compcted. 2. For customer installation: 6 foot x 4 inch diameter galvanized steel pipe, concrete filled, set a minimum of 2Y2 feet in the ground and in compacted gravel. Date: BARRICADE Sheet 1 of 1 Appd.Eng: Appd.Ops: CITY OF PORT ANGELES Revised: ELCTRICAL ENGINEERING SPECIFICATION UM 5 02 BID FORM Project Title: Project Number: The bidder hereby bids the following amounts for all work(including labor, equipment, time and materials) required to perform the work in the Statement of Work and this package. Additive Alternates will be accepted in the order listed up to a total project cost not to exceed $200,000. Bid Item Description Cost 1 Base Bid—Section 1, Drawing Sheets 2 & 3 � � � 3 Additive Alternate#2—Section 2, Drawing Sheet 4 � 7 � | � ^ � Total Cost sli i-55(0 � / 4� The b�derhereby aoknow�dgeothat b has reoe�edAddenda No�). � ' to this Request for Bid package. 5. 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.Any written notices ` required by the terms of an awarded contract shall be served or mailed to the following address: � Contractor Information: 1 Company Name: Cv i 2. Address: 3. Cdy, State, Zip Code: � 4. Phone Number: 5. Contractor Registration Number: � & UB| Nunnber 7. VVA State Industrial Insurance Account Number: ` 8. WA State Employment Security Dept. Number: Q. State Excise Tax Registration Number: The bidder represents that it is qualified and possesses sufficient skills to bid on this project and the | necessary capabilities to perform the services set forth in this Contract. ( Signed by \ Title p/ Printed Name: � Date: ur i Project: CL07-2010 Page Rev 5/6/2014 4~OF PORt A+C��� NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) COUNTY OF ) 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 Bidd_6i4Contractor Subscribed and sworn to before me this � ,rth day of 20 Aiml— K _ Nota P lic in and for the eF;�°���� ��r��s State of UV Residing at !, c' My Comm. Exp.: 10-2A C -I III,OP WASO Project: CL02-2010 Page 4 Rev 5/6/2014 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. SIGN HERE BID BOND KNOW ALL MEN BY THESE PRESENTS: That we, Salish Construction as Principal and Berkley Insurance Company as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent(5%)of Bid Amount 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: Project Title: Washington to I-Street Transmission Line Upgrade Project Number: CL02-2010 according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof,with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids,then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 20 day of June 2014. Salish Construction Princi I ��- Berkley Insurance Company i , y Propel Insurance Surety Karen Swanson,Attorney-in-Fact Agent 412 Mount Kemble Avenue P. O. Box 2940 Morristown, NJ 07960 Tacoma WA 98401 Surety address Agent Address Gecrge Ha key (206)223-5842 Brandon Bush (206)676-4200 Surety Contact and Phone Number Agent Contact and Phone Number Dated. Received return of deposit in the sum of$ Project: CL02-2010 Page 5 Rev 5/6/2014 BID FORM Project Title: I-Street Transmission Line Upgrade Project Number: CL02-2010 BIDDER: BOA) 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. 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: 9EkI446q 04� A A S y P AL W,- Surety Agent Surety address Agent Address (V ' H K V , 2 263 1 32.20 Surety Contact and Phone Number Agent Contact and Phone Number Project: CL02-2010 Page 6 Rev 5/6/2014 No. BI-1220a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly =. organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT, has made,constituted and appointed, and does by these presents make, constitute and appoint: Karen Swanson, Julie R. Truitt, Peggy A. Firth, Eric Zimmerman, Brent E. Heilesen, Jennifer L. Snyder, Christopher Kinyon, Jamie Diemer, Sandra Kulseth, Kellie Hogan or Carley Espiritu of Propel Insurance of Tacoma, WA its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any r power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caqs/gd the presents to be signed and attested by its appropriate officers and its = ' corporate seal hereunto affixed this60 day of /`V }f- ,2014. Attest: Berkley Insurance Company (Seal) By By Ira S. Lederman *J"or HafterSenior Vice President& Secretary e President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) � F� 2014, by Ira S. Lederman and Sworn to before me, a Notary Public in the State of Connecticut, this -21-0 day of A,//1 6 , Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secreta and the Se for ViEe President,respectively, of Berkley Insurance Company. � � KATHLEEN COREY BUC Notary Public, State o onnecticut CONNECTICUT MYCOMMISSION IXPIRES OCTOBER 31,2017 CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this day of (Seal) AndrK M.Tum Instructions for Inquiries %nd, Not'k-n--,s Under the Bond Attached to Tits PoNver loarkin; Surey Munp is the Whiated unducwrking luanager for the SU reh- u"s; 'k--"adl ' Cum pan I, Barkley in iur an c2 Ct in p it C npny, Won Vandard Wourance n Uy,3' 2'it y v. Reg Ana i Ins ur an we C omp a o Ial,I CondnWal Wevern lnqurwNe CVmpan� and Wurano Umpa '' L ;)Qvw U! 13% 76S.3334 a i nm I i Eli QnpVy; q 1 nqvdrlt MKS 1 r dernin! in rho .,t . e A h W thi '[Z iii c is a i "d he Eorkig Suren Groq, 4 12 A 1 A u n I Ke A SUN 1H VOTRUs the SO! nuvhyr aqd rk a0m, r0papal ml VA.: 4101. IS liar, 1, VW 1 n 0 a 13 th v h a A S V v 4- -W n n 10 K 2 a 1,c U p a U p W Q Department of Labor and Industries SALISH�CONSTRUCTION COMPANY PO Box 44460 " Olympia,WA 98504-4460 - Lid EC SALISCC1203H UBL 601-062-285 L1censed;as provided by Law as: EleEtrical Contractor (BC01 -GENERAL SALISH CONSTRUCTION COMPANY Effective Date:'AY8/1988 5911 N LEVEE RDp�ration Date:12/23/2015 TACOMA WA 98424 Client#: 147489 SALICONS6 DATE(MM/DDIYYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 7/16/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Nancy Osborne Propel Insurance PH C,No,Ext:ONE 206.262.4361 F"'t 866.577.1326 A/ A/C,No Seattle Commercial Insurance E-MAIL ADDRESS: no@propelinsurance.com r0 elinsurance.com 925 4th Ave,Suite 3200 INSURER(S)AFFORDING COVERAGE NAIC# Seattle,WA 98104 INSURER A:Westchester Fire Insurance Comp INSURED INSURER B:Scottsdale Insurance Company Salish Construction Co. INSURER C:North Pacific Insurance 5911 N Levee Rd INSURER D Tacoma,WA 98424-2321 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTRR TYPE OF INSURANCE ADDLSUBRI POLICY NUMBER MM/DD/YYEYYY MMIDIDY� LIMITS A GENERAL LIABILITY X X G24373332002 3/13/2014 03/13/2015 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE (RENTED PREMISES Ea occurrence) $100,000 CLAIMS-MADE OCCUR MED EXP(Any one person) $5,000 X PD Ded:$1,000 PERSONAL&ADV INJURY $1,000,000 X WA Stop Gap GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X jEC'T LOC $ C AUTOMOBILE LIABILITY X X C15147080 3/1312014 03/13/201 E°accidentslNGLE LIMIT $1,000,000 IX ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAG $ HIRED AUTOS X AUTOS Per accid ent t B X UMBRELLA LAB �jl OCCUR XLS0092206 3/13/2014 03/13/201 EACH OCCURRENCE $1,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $1,000,000 DED I X RETENTION$10,000 $ WORKERS COMPENSATION ( TORY LIMIT OTH- AND EMPLOYERS'LIABILITY YIN -"..Et ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: I-Street Transmission Line Upgrade, Project No.CL02-2010. The City of Port Angeles is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION City f Port Angeles SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE tY o g THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O.Box 1150 ACCORDANCE WITH THE POLICY PROVISIONS. Port Angeles,WA 98362-0217 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1453810/M1449331 KTR00 This page has been left blank intentionally. i ; POLICY NUMBER: 624373332 002 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 j WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US j This endorsement modifies insurance provided under the following; I COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: i i As required by written contract signed by both parties prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. ! The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. i i j i w CG 24 04 05 09 ©Insurance Services Office, Inc.,2008 Page 1 of 1 ❑ I | | / POLICY NUMBER: G24373332 002 COMMERCIAL GENERAL LIABILITY _ CG2O1OU418 � THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |TCAREFULLY. ' ADDITIONAL INSURED ~ OWNERS, LESSEES OR [ CONTRACTORS — SCHEDULED PERSON OR ���������U�����8���� ��u�����vnu�~�� n n��o� � This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)Of Covered Operations As required by written contract signed by both parties prior to loss, Information required to complete this Schedule, if not shown above,will be shown in the Declarations. | A. Section || - Who |s An Insured is amended to 1. All work, including materials, parts or \ include as an additional insured the o) or equipment furnished in connection with such organization(s) shown in (he 8nhodu|m` but only work. on the project (other than uomioe, with nyapao( to liability for "bodily injury^. "property maintenance or repairs) to be performed by or demage" or "personal and advertising injury" on behalf ofthe additional insured(s) at the \ caused, in whole or|n part, by: location of the covered operations has been 1. Yourauks*r*miouiona- or completed;or 3. The acts oromissions of those acting on your 2. That portion of "your work" out of which the ( behalf-, injury or damage arises has been put to its \ intended use ,' any person or organization in the performance o[ your ongoing operations for other than another contractor or subcontractor the additional insured(s) at the location(s) engaged in performing operations for a designated above. principal o*m part o[the same project, � However: C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III-Limits OfInsurance: | law,und If coverage provided to the additional insured is ` 8. If *a o pmvidod k/ihoaddibonn| iomured ia mqui»ad by a contract or agreement, the most we required by e cuokau1 or mgemmon(, the will pay on behalf ofthe additional insured is the insurance afforded to such additional insured amount ofinaunaoco� | will not be broader than that which you are 1. Required by the contract or agreement; or required by the ^uninad or agreement (o provide for such additional insured, 2. Available under the applicable Limits of Insurance shown in the Dnc|arsKiona� B. With respect tothe insurance afforded to these | additional insureds, whichever i«less. ^ exclusions apply: This endorsement ohuU not ionneaao the This insurance dmau not apply to "bodily injory'or applicable Limits of Insurance shown in the / ^property damage"occurring after: Declarations. i CG 20 10 04 13 0 Insurance Services Office. Inc., 2012 Page 1 of POLICY NUMBER: G24373332 002 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART l SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As required by written contract signed by both parties prior to loss. i I I i i i i i Information required to complete this Schedule, if not shown above, will be shown in the Declarations. you are h t than d b t b ill no e broader an hat which A. Section II —Who Is An Insured is amended to w y include as an additional insured the person(s) or required by the contract or agreement to provide organization(s) shown in the Schedule, but only for such additional insured, with respect to liability for "bodily injury" or B. With respect to the insurance afforded to these "property damage"caused, in whole or in part, by additional insureds; the following is added to your work" at the location designated and Section III—Limits Of Insurance: described in the Schedule of this endorsement If coverage provided to the additional insured is performed for that additional insured and required by a contract or agreement, the most we included in the "products-completed operations will pay on behalf of the additional insured is the hazard". amount of insurance: However: 1. Required by the contract or agreement;or 1. The insurance afforded to such additional 2. Available under the applicable Limits of insured only applies to the extent permitted Insurance shown in the Declarations; i by law;and (. whichever is less. 2. If coverage provided to the additional insured i is required by a contract or agreement, the This endorsement shall not increase the applicable insurance afforded to such additional insured Limits of Insurance shown in the Declarations. I i i i CG 20 37 04 13 Insurance Services Office: Inc., 2012 Page 1 of 1 0�?ORT,q%�_ SMALL WORKS ROSTER MKS ❑ Request for Bid ® Contract Contract Title: I-Street Transmission Line Upgrade Project Number: CL02-2010 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND SALISH CONSTRUCTION COMPANY, WASHINGTON ("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment"A"(Attachment"A"may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2. TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): ❑ All work under this Contract is to be completed by this date: ❑ All work under this Contract is to be completed _days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for specific schedule for work). ® The performance period under this Contract commences 10 calendar days after notice to proceed and ends 180 days thereafter. 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): ❑ Force Account -Time and material, not to exceed: $ ❑ Force Account-Time and actual expenses incurred, not to exceed: $ ❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $ ® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $198,053.30 The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". 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 and every part thereof; except those indicated to be furnished by the City of Port Angeles in Attachment A. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. Project: CL02-2010 Page 1 Rev. 8/30/2011 E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon the occurrence of any one or more of the events hereafter specified. Project: CL02-2010 Page 2 Rev. 8/30/2011 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. INDEMNIFICATION / HOLD HARMLESS A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. B. Should a court of competent jurisdiction determine that this Agreement 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 Agreement. Project: CL02-2010 Page 3 Rev. 8/30/2011 11. INSURANCE, BONDS, &RETAINAGE A. The Contractor shall maintain insurance as set forth in Attachment B. B. If the total bid amount including tax exceeds $35,000, this project will be awarded as a small works roster contract and payment and performance bonds and retainage will apply in accordance with Washington State law. A retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment and performance bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security Transmittal Form, Performance and Payment Bond form, and Escrow Agreement for Retained Percentage form are available from the Operations Office of Public Works &Utilities (Telephone 360-417-4541). Performance Bond and Retainage forms are provided in Attachment D. 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). 12. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages &Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 13. INTERPRETATION AND VENUE This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. 14. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. Project: CL02-2010 Page 4 Rev. 8/30/2011 15. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 16. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 17. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. 18. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 19. SUBCONTRACTOR RESPONSIBILITY The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: - At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; - Have a current state unified business identifier number; - If applicable, have: 1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; 2) An employment security department number as required in Tile 50 RCW; and 3) A state excise tax registration number as required in Tile 82 RCW; 4) An electrical contractor license, if required by Chapter 19.28 RCW; 5) An elevator contract license, if required by Chapter 70.87 RCW. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 20. 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 Contract. 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. Project: CL02-2010 Page 5 Rev. 8/30/2011 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 Attachment E 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. Final payment requests shall also include a Certification of Work Completion and Acceptance located in Attachment E). IN WITNESS WHEREOF, the parties have executed this Contract as of C", (' 2014. SALISH CONSTRUCTION COMPANY CITY OF POR NGELES By: By: Printed Name: Printed Name: 0nv . Title: f," Title: Mc,no Address: City: �, A C04 gSgz( APPROVED AS TO FORM: Tax ID #: q j- 1`�q7 ("--7, 3 � . BY: �M/ Phone Number: 63 218 ,Z-s3 CITY ATTORNEY ATTEST: BY: C CLERK Project: CL02-2010 Page 6 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "A" Engineering Office Public Works and Utilities Department WORK BY CONTRACTOR 360-417-4700 The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Rebuild a portion of the 69 kV transmission line between Washington and I-Street Substations to replace old poles and upgrade capacity. Location: Alley between 5th and 6th Streets, from B Street to I Street Substation. Site Point of Contact: Logan Deane at 360-460-7391. Work Hours and Schedule: The contractor will be allowed to work from 8:00 AM to 5:00 PM, Monday through Friday. Work outside of these hours may be requested from and is at the discretion of the City Engineer. Permits: None required. Work Requirements: 1.0 Project Description Rebuild the transmission line between 5th and 6th Streets, from I-Street Substation to B-Street. Project includes replacing old wood poles, replacing existing small conductor with 556 ACSR to increase capacity, and improving tensions on some spans of existing 556 AAC conductor. 2.0 Standard Specifications This Contract incorporates the Washington State Department of Transportation's 2014 Standard Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City of Port Angeles Urban Services Standards and Guidelines(current edition). Section 16315—Overhead Electrical Material, included in Attachment A, is a part of this Contract. 3.0 Drawings: The following listed drawings are part of this contract: 1 —Title Sheet 2—Section 1 3—Section 2 4—Section 3, Bid Alternate #1 5 —Section 4, Bid Alternate #2 6—Construction Details 4.0 City of Port Angeles Construction Standards: The following Port Angeles construction standards are included and a part of this contract: G405 OM 002 H001 H002 PF300 MDOC-001 MDOW-001 MDOW-002 MDOF-001 MDOF-002 CL02-2010 Page 7 Rev.5/6/2014 SECTION 16315 - OVERHEAD ELECTRICAL MATERIAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 1 of the WSDOT Standard Specifications. 1.2 SUMMARY A. The material to be provided by the Contractor for this contract is overhead electrical power distribution hardware, including but not limited to the following: 1. Conductors, connectors, clamps, and splices. 2. Hardware and accessories. 3. Composition insulators. 4. Wood and fiberglass poles and crossarms. 5. Down guys and anchors. B. Except as noted otherwise, the Contractor shall provide and install all material, labor, and equipment to accomplish the work specified herein and noted on the drawings as required to provide a complete and functional 69 kV transmission circuit upon completion. Material noted to be provided by the City is to be installed by this Contractor. C. The Contractor shall be responsible for providing secure storage of all material and equipment during construction. No storage or staging areas are available from the City. D. City of Port Angeles material stock numbers and construction standards provided in the drawings and this specification are to assist the Contractor to relate material in the City construction standards to material specified herein. Material is required to meet City standards. 1.3 DEFINITIONS A. AAC: All aluminum conductor. B. ACSR: Aluminum conductor, steel reinforced. C. BIL: Basic impulse level, stated in kilovolts. D. IEEE: Institute of Electrical and Electronics Engineers. E. NESC: National Electrical Safety Code, IEEE Standard C2, 2012 Edition. F. PALO: City of Port Angeles, Department of Public Works and Utilities, Light Operations Division. CL02-2010 Page 8 Rev.5/6/2014 G. PAES: City of Port Angeles, Department of Public Works and Utilities, Engineering Services Division. H. RUS: Department of Agriculture, Rural Utilities Service. I. Sag: The distance measured vertically from a conductor to the straight line joining its two points of support, measured at the midpoint of the span, unless otherwise indicated. 1. Final Sag: The sag of a conductor under specified conditions of loading and temperature applied after it has been subjected, for an appreciable period, to the loading prescribed for the loading district in which it is situated, or equivalent loading, and the loading removed. Final sag includes the effect of inelastic deformation (creep). 2. Initial Unloaded Sag: The sag of a conductor before the application of an external load. J. Secondary: Conductors and components for circuits operating at the utilization voltage of 600 V or less. K. Service: Set of insulated conductors extending from a pole to the metering point or service entrance connection at the location of utilization of electricity. 1.4 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 and 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 the NESC, except where stricter requirements are indicated. D. New construction and strength shall be as required by the NESC for Grade C construction for heavy line loading, unless otherwise indicated. E. New poles shall be constructed with all new material. Only transformers, their mounting brackets, and other material specifically noted may be reused on new poles. 1.5 PROJECT CONDITIONS A. Existing Utilities: Contractor shall coordinate activities with PALO crews. Work may need to be halted at any time if emergency conditions develop. B. Existing 69kV transmission line can be de-energized during the construction period. Any additional 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. CL02-2010 Page 9 Rev.5/6/2014 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: 1. Hubbell, Inc.; AB Chance Co. 2. Cooper Power Systems. 3. Hubbell, Inc.; Anderson Electrical Products, Inc. 4. Hubbell, Inc.; Fargo Manufacturing Company. C. Line Conductor(PASS Stock#280-016-00013): 1. Aluminum Conductor, Steel Reinforced (ACSR), complying with ASTM B 232/13 232M, 556.5 kcmil, "Osprey," standard specification MDOC-001. D. Secondary Conductors 1. Secondary and Service Conductors shall be#2 or#2/0 aluminum triplex, as noted on the drawings, connected at 120/240 volts. Conductor shall be provided by PALO, and installed by this Contractor. E. Ground Conductors 1. Pole Grounds: #6 Copperweld, bare, single conductor, copper clad steel, 40% conductivity, shall be used for pole grounding conductors shown in "H" series standards. 2. Equipment Grounds: #6 copper, hard drawn, bare, single conductor. F. Connectors, Splices, and Conductor Securing and Protecting Components (PASS #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 4866. CL02-2010 Page 10 Rev.5/6/2014 4. Taps and Jumpers 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. 6. Secondary Connectors: Compression type 2.3 HARDWARE AND ACCESSORIES A. PAES Stock #320-Oxx-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. Guy Strand Assemblies: Cable and attachments. Include strain insulators where indicated and if required by IEEE C2. Assemblies shall have uniform minimum breaking strength for components of each assembly. 1. Cable: 10M or 18M size. Aluminum-clad steel, complying with ASTM B 416. C. Fiberglass Guy Links: Where noted on drawings, provide and install insulated fiberglass links in the guy wires, 21,000 lbs. minimum ultimate strength ratings, clevis end fittings, of the lengths noted on the drawings. 1. PAES Stock#285-074-00035: 12" length, Chance#GS21-012CC2 2. PAES Stock#285-074-00036: 54" length, Chance#GS21-054CC2 3. 96" Length, Chance#GS21-096CC2 4. PAES Stock#285-074-00037: 144" length, Chance#GS21-144CC2 D. Anchor and Anchor-Rod Assemblies: Hot-dip galvanized steel. 1. Anchors: Plate or power-installed 8" double helix screw type. 2. Anchor Rods for Manual Installation: Threaded rod with integral triple thimble eye. E. Guy Markers: Round vinyl or PVC material, yellow color, 96 inches long, shatter resistant at temperatures below 0 deg F. F. 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. G. Insulators 1. Distribution suspension insulators shall be polymer-composite, fiberglass-reinforced insulators equal to the following: a. PAES Stock#285-074-00010: 15kV, MacLean Power Systems#DS-15M b. PAES Stock#285-074-00011: 35kV, MacLean Power Systems#DS-35M 2. Transmission Insulators: Provide and install the following types, or equals. Provide clamps and miscellaneous hardware for pole mounting and connection of 556 ACSR. Include armor rod on each conductor connection. CL02-2010 Page 11 Rev.5/6/2014 a. PALO Stock#285-074-00122: 115kV, Polymer, Vertical Post Top b. PALO Stock #285-074-00108: 115kV, Polymer, Horizontal Mount; McLean Power Products#NPKG30XH021 S0, or equal C. PALO Stock#285-074-00110: 115kV, Polymer, Suspension 3. Include all hardware, clamps, and connectors required to mount insulators on poles and attach conductors to insulators. Include armor rod on each conductor connection. H. Grounding Materials: Comply with PAES Standards using materials listed by RUS for the intended purpose without restriction. Grounding conductors shall be No. 6 AWG, minimum; bare, solid, annealed copper, complying with ASTM B 8, unless otherwise indicated. I. 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#G1 MDA124AG, or equal. J. Disconnect mounting bracket (PAES #285-078-00009) to be Aluma-Form #R3CSA-48, or equal. K. Transformer mounting bracket: Provide new mounting brackets when re-installing existing delta or wye transformer banks on new poles. 1. 50 kVA or less: PAES Stock#285-078-00019, Aluma-Form #6M3-969 2. 75 kVA or more: PAES Stock#285-078-00020, Aluma-Form #15M3-969 L. Unless noted otherwise, poles bands shall be used for attaching all power down guys to fiberglass poles. Refer to PAES Construction Standard G405 in Attachment A. Bands are not required for attaching to fiberglass crossarms with integral guy connection points. M. Unless noted otherwise, communications down guys do not require pole bands and may be connected to through bolts. 2.4 POLES A. New poles and structural support members shall be fiberglass or wood, of size and class as shown on the drawings. B. Wood poles and crossarms shall comply with the following City of Port Angeles Standard Specifications listed in Attachment A: 1. Poles: MDOW-001 2. Crossarms: MDOW-002 C. Where fiberglass poles are indicated, the basis of design is Shakespeare fiberglass poles. Equal poles by other manufacturers may be substituted, including but not limited to Ameron and RStandard Composites. Fiberglass poles and crossarms shall comply with the following City of Port Angeles Standard Specifications and drilling patterns in Attachment A: 1. Poles: MDOF-001 2. Crossarms: MDOF-002 CL02-2010 Page 12 Rev.5/6/2014 2.5 EXTRA MATERIAL A. Deliver to PALO storage yard at 2nd and Valley Streets the following quantities of extra material: 1. Six Post Insulators— 115kV, Horizontal, #285-074-00109 2. Five Post-Top Insulators— 115kV, Vertical, #285-074-00122. 3. Six Suspension Insulators— 115kV, #285-074-00110 PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS A. Comply with all work procedures required by NESC, Part 4, and the State of Washington rules and regulations. B. Poles included in this project shall be replaced with wood or fiberglass poles and crossarms as noted on the drawings. New configurations shall match standard framing details as noted. To the extent possible, dimensions shall comply with dimensioning and details shown in PAES Construction Standards included in Attachment A. C. Hardware, cutouts, and insulators shall all be new material as specified herein. Existing transformers, street lights and brackets, riser conduits, and other existing pole attachments shall be reinstalled on new poles and not replaced. D. New poles shall be in the same location where required to support riser conduits or fit existing pole alignment. E. Apply both pole and switch numbers to poles per PAES Standard OM002. Pole numbers to be black text on yellow reflective background with full color impregnation. Numbers shall mount in black nylon mounting plate. Everlast injection-molded tags, manufactured by Tech Products, Inc. or equal. Switch numbers to be 2" (#EL2KY) numbers oriented vertically; pole numbers to be 1" high oriented horizontally (#ELHKY). F. Solidly bonded connections shall be maintained for distribution system neutrals between main lines and taps. Where not currently installed per NESC requirements, neutral bonding conductors shall be #6 or #4 solid copper securely stapled as detailed in PAES Construction Standard H001 or H002. G. New poles shall be constructed of all new material to match existing pole framing, except as noted otherwise in the drawing notes for each pole. New material shall comply with current PAES standards. Selected PASS construction standards are included in Attachment A to provide further pole framing guidance. Some clearances or positions may need to be adjusted to accommodate existing field conditions, but all NESC minimum clearances shall be maintained for new construction. H. Install copper ground wires on each new pole as indicated on drawings. Route ground wire inside fiberglass poles from 40 inches below medium voltage neutral position to 6 inches below groundline. Connect to 8 foot ground rod buried completely below grade. Install ground wires on all new wood poles according to PAES standard H001 or H002. Increase ground wire size from #6 copper where noted on pole schedule. I. New wood poles shall utilize new wood crossarms, except as noted. New fiberglass poles shall utilize new fiberglass crossarms. CL02-2010 Page 13 Rev.5/6/2014 J. Except as noted, existing poles, crossarms, and hardware being removed shall become Contractor's property and be disposed of in an environmentally acceptable manner. Material to be retained by the City shall be delivered to the City's facility at Valley Street and West Second Street. K. Contractor shall transfer all City conductors and devices on existing poles to the new poles. This may include any combination of street lights, transformers, cutouts, and 15kV, 480V, and _ 120/240V conductors. Contractor shall not transfer communications facilities. Coordinate activities with Wave Broadband (Cable TV), and Excel Utilities Construction (CPI Fiber and CenturyLink). Contractor shall notify each utility when a pole is ready for transfer of facilities. L. Distribution (15kV) conductors will not be de-energized except as required by the Contractor. Contractor shall coordinate with PALO each outage to minimize the length and the number of customers affected. PALO crews shall operate any breakers or switches when required for outages. Contractor shall lift and replace jumpers and/or open fused cutouts when required. M. Where outages are required to perform the work, Contractor shall provide PALO with 72 hours advance notice of a scheduled outage, and Contractor shall also distribute door hangers to the affected customers. Delays resulting from insufficient advance notice will not justify an increase in contract price. Work shall continue until power is restored. No customers shall be left without power overnight. N. Under the following conditions, the Contractor may request the station breaker relay settings be reset during working hours to a "non-reclose" setting or a "Hot Line Tag" (Non-reclose plus a 600A instantaneous trip) setting to reduce arc flash potential. Generally, Contractor shall expect normal relay settings when working on energized conductors located on the line side of fuses. 1. "Hot Line Tag" may be used when moving, breaking, or loosening existing energized primary conductors on the main-line feeder where there is no fuse protection back to the substation. 2. "Non-Reclose" settings may be used when stringing conductors above energized conductors or when setting poles where the boom may be in the proximity of an energized conductor. O. Prior to being issued a Notice to Proceed, Contractor shall attend a mandatory pre- construction meeting at Port Angeles City Hall to coordinate activities with PALO and communications companies. 3.2 LINE CONDUCTOR INSTALLATION A. To the extent possible, maintain service to existing customers during construction. Stage construction to only affect one line segment at a time. Provide temporary jumpers, conductor, and/or poles to maintain service to any customer when outage time is expected to exceed 8 hours. B. Tension new conductors with dynamometer as indicated on stringing tables on the drawings. Conductors should be tensioned from dead-end to dead-end before tying to insulators. PAES staff person to be present during conductor tensioning. Notify PAES at least 24 hours before tensioning will occur. C. Support line conductors and taps as follows: 1. Use pre-formed wire ties for all tangent conductor attachments to pin insulators, vertical post insulators, and secondary clevis, unless otherwise indicated. CL02-2010 Page 14 Rev.5/6/2014 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. Install armor rod on all 556 conductor where connecting to insulator. 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 COMMUNICATIONS A. Transfer of communications cables from old supports to new structure to be done by communications company within 60 days of project completion. Contractor shall include in bid returning to Port Angeles after project completion to remove poles not vacated prior to completion of other work. 3.5 POLE AND CROSSARM INSTALLATION A. Pole Orientation: Align curve of curved wood poles with straight-line runs of three or more poles. Align gains perpendicular to runs. Align ID tags of fiberglass poles towards alley or street. B. Elevation of Line above Grade: Install poles with tops at the same elevation, unless grade changes dictate elevation change in poles, according to the following: 1. On level ground, set poles so tops of consecutive poles vary not more than 60 inches in elevation. 2. Shorten wood poles by cutting off the top where directed. C. Set poles according to the following: 1. Make pole holes vertical, uniform in diameter, and large enough to permit effective use of tamping bars all around. Bore or excavate holes with an average diameter at grade less than twice the diameter of the pole at the same grade. 2. Set poles at a depth of ten percent of the pole height, plus two feet. Minimum depth shall not be less than five feet for any pole. 3. For poles on slopes, measure hole depth from the finished grade at the lowest side of hole. 4. Set poles in alignment and plumb except at dead ends, angles, and points of extra strain; rake poles against conductor strain: 1 inch minimum and 2 inches maximum, (after conductors are installed at required tension) for each 10 feet of pole length. Rake poles so they will not lean or bend in direction of strain when loaded. 5. Backfill holes in 6-inch maximum lifts, and thoroughly tamp each layer before starting the next. Material excavated shall not be used as backfill material. Backfill shall be well- graded crushed stone having a maximum particle size of 1-inch diameter and free from debris, organic matter, or other deleterious materials. 6. Place surplus earth around pole in a conical shape, and tamp thoroughly to provide drainage away from pole. 7. Replace any finished surfaces: concrete, asphalt, etc. Patching shall match existing surfaces. CL02-2010 Page 15 Rev.5/6/2014 8. Alternate distribution crossarm gains to face in alternate directions, except at terminals and dead ends; place gains on last two poles on side facing terminal or dead end. 9. Poles Set in Concrete Paved Areas: Install poles with minimum of 6-inch wide, unpaved gap between the pole and the edge of adjacent concrete slab. Fill unpaved ring with pea gravel to a level 1 inch below top of concrete slab. 10. Install ground wires routed through the interior of new fiberglass poles. Connect to below grade ground rod at base of pole. Coil and attach ten feet of conductor on pole at the height of the exit hole. 11. Install concrete bollards for protection where noted on the drawings. D. Crossarm Installation: Set line crossarms at right angle to line for straight runs and for angles 45 degrees and more. Bisect angles less than 45 degrees. 1. Buck Arms: Install at corners and junction poles, unless otherwise indicated. 2. Double or Triple Wood Crossarms: Install per PAES Standards in Attachment A (dead ends, corners, angles, and line crossings). Fiberglass deadends shall be appropriately rated deadend type arms with guy attachment points.. 3. Equipment Arms: Locate below lines and set parallel or at right angles to them, whichever provides best climbing space. 4. Gains: Install metal pole gains only on wood poles. Do not cut gains in the field without specific written approval of City Engineer. 3.6 HARDWARE AND ACCESSORIES INSTALLATION A. All pole replacements include removing and installing all related pole hardware, cutouts, transformers, down guys, etc. to match existing poles. Provide additional guys, anchors, or hardware as noted in the schedules on the drawings. B. On wood distribution poles being replaced, steel crossarm braces shall be removed and replaced with wood braces as shown in PAES Standard PF300 in Attachment A, item "cu". C. Install washers against wood and under nuts, including eyenuts and locknuts. D. Install nuts and locknuts wrench-tight on threaded connections. For locknuts on fiberglass poles, refer to Specification MDOF-001 in Attachment A. E. Install guys to resist unbalanced loads, including those developed at angles, corners, and dead ends. Install two or more guys if a single guy will not provide adequate strength. Install separate guys if unbalanced loads are separated by 36 inches or more. F. Protect guy strands from damage. Replace damaged guy strands. Install guy insulators where required to comply with IEEE C2 clearance requirements and elsewhere, where indicated. G. Install guy markers at anchor end of guys. Clamp to guy strand or anchor at top and bottom of marker. H. Install plastic rain cap on top of each new wood pole. Fasten in place with nails or lag screws. I. Install one-inch high tag showing six-digit pole number on each new pole installed on this contract. Use numbers listed on staking sheets. Adhesive tags shall be used on fiberglass poles, and nailed plates with adhesive tags shall be used on wood poles. J. Install screw-in anchors to manufacturer's recommended torque. Install extension rods where required to achieve proper installation. CL02-2010 Page 16 Rev.5/6/2014 3.7 INSULATOR INSTALLATION A. Medium-Voltage Line Application: Install pin type, except install suspension type at corners, angles, dead ends, and other locations where horizontal forces exceed rated values for pin or line-post-type units. 1. Install suspension insulators and hardware that have mechanical strength exceeding rated breaking strength of attached conductors. 2. Install horizontal line-post insulators for armless construction. B. Post-Insulator Conductor Support: Where installed horizontally and for line angles more than 15 degrees, install clamp-top conductor clamps. C. Secondary Insulators: Install spool-type insulators for secondary lines mounted on clevis attachments or secondary racks. D. Guy Strain Type: Install fiberglass-reinforced units where specified. 3.8 FIELD QUALITY CONTROL A. Final inspection shall be by PAES personnel. Contractor shall receive a list of those deficiencies needing correction, and shall complete corrections prior to final acceptance. B. After completing equipment installation, inspect equipment. Remove spots, dirt, and contamination. END OF SECTION 16315 CL02-2010 Page 17 Rev.5/6/2014 0 POR14"°F CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES S Specification for Aluminum Conductor Steel Reinforced (ACSR/AW) MDOC-001 1.0 GENERAL 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 aluminum clad 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: 13502 - ASTM Standard for Aluminum-Clad Steel Core Wire for Aluminum Conductors, Aluminum-Clad Steel Reinforced. 13230 - ASTM Standard for Aluminum Wire B549 - ASTM Standard for Aluminum Conductors, Concentric-Lay- Stranded, Aluminum-Clad Steel Reinforced (ACSR/AW). 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 Rated Reel City 1000 Ft Ibs inches Strength Ibs Length Ft Stock Number #2 Sparrow/Aw 6/1 87 0.316 2,760 9,625 280-016-00023 1/0 Raven/Aw 6/1 138 0.398 4,250 6,095 280-016-00020 4/0 Pen uin/Aw 1 6/1 277 0.563 7,690 6,080 280-016-00022 336.4 Merlin/Aw 18/1 357 0.684 8,540 5,695 280-016-00025 556.5 Os re /Aw 18/1 591 0.879 13,200 4,000 - 3.0 SHIPPING 3.1 Each reel shall be legibly marked with the wire size, weight (gross, tare, net, and Ibs/ft), City of Port Angeles Purchase Order Number, and manufacturer's City of Port Angeles -1 of 2- MDOC-001 (4/14) reel number. The same information shall be marked on a tag attached to the end of the wire on the reel. 3.2 All conductor shall be shipped on reels with both ends securely fastened to the reel. All wire shall be properly protected to ensure delivery without damage during shipping and handling operations. Outer layers of reeled wire shall be covered by a heavy-duty weatherproof cushioning material. 3.3 All conductor reels shall be shipped on an open flat-bed truck in an upright position. Reels shipped on their side flange will be rejected and returned freight collect to the manufacturer. 3.4 Each reel shall contain one continuous length of conductor. Length of tolerance of-0% to +5% from the requested reel length is allowable. END OF SPECIFICATION City of Port Angeles -2 of 2- MDOC-001 (4/14) �aoF PORT A4, 6 � CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES •...... `TIKS ANO� 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-drilled holes of noted sizes at locations shown on attached drawing(s), and other features noted on the drawing(s)or in the bidding documents. 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'/z 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 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 withstand AASHTO Standards of 25-year mean recurrence interval wind velocities for Port Angeles area. Deflection shall not exceed one percent of above-ground pole length. 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/" 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 heights and 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®, CMT Poles, RStandard poles,Ameron uPole®, or equal. City of Port Angeles 1 of 1 12/10/13 CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES -"RfCS ANO� 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'/2 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 strength 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 " 0/0/101 l 0 3OV2/9dJ7 3N17 NOISSIHSNV2/1 133N1 S,-1 " SdnON 8Y 77V0 S373ONV Ody 30 11/0 7 n 4 d [Y ZU W Z 2 z Z z a Q w W p p �$' V o o LV Qw m 3 N h w z 0 0 3 �s � m (IDsm y 91� CJ w � / J n W Z S$� OW qw M 1 p (?0w '00. = a W uj pw UJ --. W a Ptasano�bioJ � >j Z Y=z f I,_ W t w 0 y N N Z < J h i mF2 ry 0 CR'f Q N s y 4� Z a 0 o a 9 z X414. W n - u ' w w 0 ' w w w ui W Z a o p w w w w W w h p o m Q o Q o a T ,�1 0 LL LLI W Q O U -j 0. Q w w t: ! Z M0E T" ° Sb/lON 8Y 77VO S3739NV al bOd 30VbOdn 3N17 NOISSINISNVb1 133YLS-1 < ° o 3 U) " Z w w a Z v o'w o W u 'o = yo /8;i1tt W N o= J o 0 o Q z °po > < SOL i O Nz UJ co o z co o"�wy�hg j� ""zoir o x R 51 (n wz° w w oo °° m Q uc�iou9�a¢'a z i uu»a 0 O !- oc�iuuLL�aa�z•n o E 133HS 33S tt U O 5IN11 HO1tlW '1$j = w 0 > O m y <O n Q w= -_ N r r r – w z0 w 0.0 0 9 0.w °o o Q X 0 2 3 N o 0 3 3 w 3 3 °a tt a z u tt m v9i`�K B s 2 Z z J 2 r D ? r 0 O E O p E �-O E h O E N .xis 5¢O o o ,z w 0 0 0 w J naw 6 6 $ r OO m z 0 --- 4— I z o o- -- v a L _ 0" - w U W pp � o r o Q O - r ° CO ° x c o< g arc 'z w a o 0 <° N i o 4y " x ^ n o z o¢i= ° Z z = 10 p a z _ Z 6 O ° O 2 'I$H z z 'i w'w 3 �o ww8 °who ° og E sa wLL ° o w?? zQy" Z �° LL ° ° o �, X 5-f 8z = w o —� �0 S rcw Wza` �° o a` x a o N OF ¢ ~~ w Z + w Z O " xo �80o=0°g rc oa v a 5 o 10° 00 o o o 0 0 01 0 ¢o " H °5 ° a ` °o o oz 0 n – - "� " �h w o x o'W_< w z z o o o 0 o hw <o s _ O O O O O W I � z w Isl f� m SSSS-6Z6-C08-[ Il ue.s.ssauvtw /70.4 380339 f S2//70H 86 77N0 53730NV 12/Od 30 4110 3GVYOdn 3N17 NOISSInSNKY1 1332/15-1 co I n I ' m x 1 i w a y e w t� 5 133HS 335 o F G 3NIl H�1tlVv �w O < _ °z W rc o� o w z ° 1.a oo 01.wE L LLZ ;w LLw o i m - — .._ —.. , 8<� 8 wnog N ISO ,a?° c$ i°K w a r i.w z x a z z o , °w z o i i ip a Zp¢ SooW czo°m � zTmu w w Q p w<G z 0°$ $ p $$LL° 0 o W n z uo3oxoa } m m w z u° V'1 o W 2 w 2 s S N m m 0 X w 0 2 00 Z. C ^ ry a a o 0o m m m m t a I � o uj w ISO N /n O 4t Z Z O O 0o f- d W W ' o ._. W x W °xwio C' o a w w gaws U) a w <w .ago r x 1 z o w w z a r ?z u m'R?w Q m ° ryz< a °wop < ry a z < _> > a Q w n T z „woo w g wow n ~ °miz n° ° rc°dy5 z z w<ow rc o rc a aim w z w w ry F- w w i : fi wzand �? a a x o W 8 z J z m z< LL =z a 8° S°° a 8 n ? t= 1.. 33 �xo n 2 p -C $ w +-�N N3'S W:ti p �^UU y m w °U6 w p o 3 i p 00-1. a° O x z o x 0 O 00W u O O O LL p C O O LL < LL p p LL 3 o zm x _ ` <<.. a0-z w 0 N z z ' z zz0O O -O O a ¢$ ° < N o o o m x -a u 0 0 � d � m m vrr ti N Z 133HS 33S A R1 I HIM C 1 ro-m(ovc)S+W S55S-6ZY-008-1 0l0/)0.( 3210338 ann aus y t ° SVnOH 86 77VO -37Y9Nb 1N0d 30,(1/0 30VY9dl?3N17 NO/SSMS61 1 133&S-1 sm.xwu n a C O o°a°�FQ .1 S°V FQ— °S / W ° g m \ M j ,y yo m4yPyo`P Qo cr /O = mo i o oa mr rca �� o Y p $ i '6'aH \ W O W J ` O a Q w fo ¢ z >� O �� va U �W z W w Q i x o C!1 3� �~ 3LL a W W W W W W � yx ^ AEE' T, a 3 a 8}w s W Ise Q� °�Q w �LooV Hd uj 1 > a n w z x Q 4a H z -E of p O as°o x5 LO a o 0 opoo W C Q U a O OB-[ CIO/)01( S SY/>0H V0 86 77 1373ONV 12LOd 30 IILO 30V&9d/J 3N17 NOISSINSNV&L 133YIS-1 � LOW zo a'o wo ?U �Uff O< 6� t~n� 3� i� �o o� �w UW a 22 � a a zou z � U) zF m W g — w < o O �w _ ] m �. W .' O Z a w a u Z J cn ri 4 a a. O Z pw O - L `q a F z f- acwi — sw ° g S - z a z N F W g o " O tiw ti w z z ui o� urc �o 0 ° ow a G m m �- L__-_ .0 'Isv O Q -= r 4 '- — z O 0 04 F L O z Cl) W k c W W W IL w p Iz cl r U 2 6 2 z a m O Q � .py= Z o"Z ZO O bi r g U W 00 w U $oao O "IS8 g wrc o�pw w ox n w� w 8 a o i ui wSw o O 8 u zw _ _woxo 0 a z �w z°° w °x 8 i g 6' o C o w , w N m r m r o i ° wN 3 z z �� gaw ° ° o°Wa w a ( w < w w z {--— 88 0 80 882ao 8°sgaNa Q x E 133H5 33S ry�' �' .- o 3NIl N01tlN U p z U v r d ¢ U m - a v4i u K rc S m a° w < (.w Uw Z U j �w U w z O Z z 8 w r]C O z 8 w z O I f 0 w w¢Q UU w C 6 U w Q O w o u - p 0 w s 0 0 3 i • - 9io noc 3d0�3& r.rnca..o ui»a�xu v.»a� 9 0 » SdnOH 86 711 S3739NV 180d 30.41/0 3oN6(9dn 31V17 NOIS51"SNV& 133d1S-1 u4 a @. m� N m m O ¢ ' o ?$oza w0 S. z�mgo Wa u°ap S. M y Q V O �zzd'o °� ' o ws os is 01 m�31; oy oo i °x w X a$ a ? $ _ z ow ° i � �E o� �o W zs3 w Zwg�o Z ° zz it z z o z °a G °a v °o is gQOaogo 3� Z Qa u o, •- r w o u z o o o W Q o o a W oo w W' N f o h Si oo N U i U Z i> Q a0 O O Q 3R tt °u F a a$ 'w`tt ° y rc o uj $ a CL O Q�j ry z W —o- x �1S 1 'IS I W y I y Q r r 5 n L loa - b.�ci�w« SSSS-YZY-G08-! o- rim 1 •" 070/)D.( 3&0339 °`�� .�'uv•.`�:;e S6(/.'OH 86 77VO 53739NV 1UOd 30 kilO 30VY9dn 31V17 N9 1SS 1rVSNVYl 132WS-1 1V T CL ,'r►`►n`�'` s � a o � to Z c pF U lc= wN J ~ Q S Q z J WL8 N' a oLL U ow ' ¢uo zm vw z' m o C O a2 K° oUC V Zw°W O u2 W Op w EW_ Occ ypro C OW Ko y6 NL _° U ° w W- O o 3< mo �zLL LO �Ww Z °w z¢ ' <m °o o,c .6 So jai a12 =wa w sz oo wo Z LL�rc oo m - H O wpm 1- zW °w om Y' < < F ,--z Q NoK $z op n �o ea On W Cn -> Nu Qrc o_ o zo - ua mip W °3 <�z J o�z o8 FY ur w w w ipz Eoz Q O - 3` op m °�° y - ers Z -aa Io m° r 1, v;p .1,6 oa= O 05 rc` ° o5J <o_o \\ Imo �< < ... W i0�- Q° �CO wh C94 o Q - z Z Z,5 w aW a�w wzo io C// } ^ I Q Z O U W N Z m 3 u w rQ- e� � s Poaa xmaa eW io Z z RmM9 S S S 9 R fg O � o NR;:8— Z $ Z H. \ r3 7 o o ac x�aT Q _ o A 6 8" Q 4-1/2" 0 4" o- 6" SIDE VIEW 6 8&10 FT ARMS 43-1/2" 4" C B C 4" TOP VIEW 8&10 FT ARMS A S 0 6 8" 44-1/2" 0 4" SIDE VIEW 43-1/2" 6" C C B C C 6" TOP VIEW 12 FF ARM 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. A B C WEIGHT LOAD STOCK NO. SHAKESPEARE CAT. NO. PUPI CAT. NO. 8' 28" 30" 42 LBS. 7,500# 540-091-00004 STB096N12405PAE TB2000-96-043 10' 38" 37" 49 LBS. 6,000# 540-091-00009 STB120N12405PAE TB2000-120-053 12' 20" 56" 58 LBS. 4,800# 540-091-00010 HT13144N12605PAF TB2500-144-SP3 FIBERGLASS TANGENT Sheet 2 of 3 ` Date: 5/07 Appd.Eng: TD CROSSARM SPECIFICATIONS Appd.Ops: JK CITY OF PORT ANGELES MDOF-002 Revised: 8/10 ELECTRICAL ENGINEERING SPECIFICATION o 611 1 4" 12" 0 6" C B C 6" SIDE VIEW I 611 `'F A 11 C C 4" lJ TOP VIEW CROSSARM - 8 & 10 FT. FIBERGLASS A 0 6 0 0 0 0 0 4" 2 o lo 10" C C SIDE VIEW C C 1 011IN I o o 0 0 0ll o ,II 6" 6" C C B C C 6" TOP VIEW CROSSARM - 12 FT. FIBERGLASS GUY DEADEND PROVISION SPECIFICATIONS: 1. All holes to be 13/16"diameter,execpt guy attachment holes which shall be 11/16". SIDE VIEW 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 lbs. 7. Guy attachment bracket material to be steel,grade A571-GR50. 8. Color of arm to be brown or dark bronze. GUY ATTACHMENT BRACKET DETAIL A B C WEIGHT LOAD STOCK NO. SHAKESPEARE CAT. NO. PUPI CAT. NO. 8' 56" 14" 84 LBS. 13,000# 540-091-00006 IDB096G12245PAE DA4000-96X2-SP3 10' 34" 37" 971-13S. 13,000# 540-091-00010 IDB12OG12445PAE DA4000-120X4-SP3 12' 52" 20" 109 LBS. 12,000# 540-091-00011 ID8144G12645PAF DA4000-144X6-SP3 FIBERGLASS DEADEND Sheet 3 of 3 Date: 7/07 Appd.Eng: TO CROSSARM SPECIFICATIONS Appd.Ops: JK CITY OF PORT ANGELES M DOF-002 Revised: 12/1/10 ELECTRICAL ENGINEERING SPECIFICATION �JO�POAY q�.O�C CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES "+7fCS ANO� Specification for Wood Poles MDOW-001 Poles shall be western red cedar, air dried, machine peeled, unframed, butt treated, of length and class as indicated on the quotation form. Poles shall meet the latest revisions of AWPA Standard U1 and ANSI Standard 05.1. Additional specifications are as follows: 1. Butt treatment shall be Pentachlorophenol per QWPA C7. Treatment and incising shall extend from the pole to butt, to 10% of the pole height plus four feet. (For example, the bottom eight feet will be treated on a 40 foot pole.) Complete sapwood penetration of preservative must be obtained regardless of sapwood depth. 2. Poles shall not have splits or checks that reduce the pole strength. 3. Pole shapes shall meet or exceed requirements of ANSI 05.1, Section 5.4.9. There shall not be more than '/2 twist of grain in any 15 feet of length. Ninety percent of the poles shall not exceed the sweep requirements of 1-inch in ten feet. The remaining ten percent may have a sweep of one inch in six feet. No poles shall have double or reverse sweep. 4. Maximum butt diameter shall not exceed 16 inches for poles through 55 feet in length, and 22 inches for poles 60 feet or longer. 5. The year, length, class, species and type of preservative shall be stamped or embossed on a two-inch diameter, 24-gauge aluminum disc. Disc shall be installed using an aluminum twist nail in a flat bottom gain at a distance of 10 feet from the pole butt to the center of the recess for poles of length 50 feet or less, 14 feet from the butt for poles of length 55 feet or more. The year, length, and class shall also appear on the pole bottom, either by stamping into the wood or a second aluminum disc. 6. Shed roofing shall be a one-way cut at 20 to 30 degrees, and pentachlorophenol brush treated. A random sample of at least ten percent of the poles shall be inspected and approved prior to shipment by Timber Products, Inc. Provide a copy of their inspection report to the City prior to payment. Delivery shall be F.O.B. Port Angeles Public Works and Utilities pole yard at 16th Street and A Street, Port Angeles, Washington,freight prepaid. Delivery shall be Monday through Friday, excluding holidays, between the hours of 9:00 AM and 3:30 PM. The Light Operations Division shall be notified 24 hours prior to delivery at (360) 417-4738. Delivery shall be by self-unloading truck, price to include unloading poles at City pole yard. END OF SPECIFICATION City of Port Angeles 1 of 1 11/16/09 ��f pear ANG CITY OF PORT ANGELES PUBLIC WORKS AND UTILITIES "RKS AN�� Specification for Wood Crossarms MDOW-002 Wood arms and timbers shall be furnished in accordance with EEI Standard TD-90, "Specifications for Douglas Fir Crossarms,Treated or Untreated," or the latest revision thereof, except where this standard conflicts with the following specification. Manufacturers may supply either dense grain or close grain wood, or a mixture of each grade in any shipment. The top edges of all arms shall be chamfered as shown in Section 5.3 of EEI Standard TD- 90. All arms and timbers shall be permanently marked or branded on the bottom or side in figures not less than 3/8 inch in height as follows: Manufacturer's designation Year of manufacture Code 6P for pentachlorophenol Species All arms and timbers shall be treated in accordance with the latest revision of AWPA Standard C25.70, "Standard for the Preservative Treatment of Crossarms by Pressure Processes." This standard is to be used in conjunction with AWPA Standard C1, "Standard for Preservative Treatment by Pressure Processes-All Timber Products," and Standard C1 is a part of this specification. The arms shall undergo initial preparation for treatment in accordance with these standards, including incising to a depth of 3/16 inch, air seasoning or kiln drying to the proper moisture content, marking as specified, and all other initial requirements of this standard. The empty cell manner of treatment shall be used as shown in the above standard. All penetration tests and inspection shall be completed by the manufacturer as outlined in these standards. After treatment, the surface of all arms and timbers shall be clean to the touch. The preferred treatment shall be pentachlorophenol-oil borne as noted herein. The treating solution shall contain 5 percent, plus or minus 0.5 percent, pentachlorophenol by weight, as determined by AWPA Standard A5. The arm or timber shall be pressure treated to three-tenths (0.30) pounds of pentachlorophenol per cubic foot retention. The penta-oil treatment solution shall meet all requirements of the latest revision of AWPA Standard P8. Provide arms of the lengths specified elsewhere, pre-drilled with the hole spacings detailed for each length of arm. Allowable tolerances: Length of Arm: ±1/4" Height and Width: ±1/16" Hole Spacing: ±1/8" Hole Diameter: ±1/32" Maximum knot size: Narrow Face: 1/2" Wide Face: 3/4" City of Port Angeles 1 of 2 12/8/09 Invoices shall be mailed to: City of Port Angeles-Light Operations Division Attn: Purchasing 2007 S. O St. Port Angeles, WA 98363 Delivery shall be Monday through Friday, excluding holidays, between the hours of 9:00 AM and 3:30 PM. The Light Operations Division shall be notified 24 hours prior to delivery at (360) 417-4738. Delivery price to include unloading poles at City pole yard. END OF SPECIFICATION City of Port Angeles 2 of 2 12/8/09 4 ANGLE'A'TO BE WITHIN 10 DEGREES OF ANGLE'B' 5 3 O ANGLE B T ANGLE A 2 6ft MIN ITEM QUANTITY STOCK No. 1. Anchor, screw - 8" single 1 285 074 00001 2. Rod, anchor - �4" x 7 ft 1 285 074 00004 3. Eye, triple 1 — 4. Rod, anchor extension x 3 X ft as required 285 074 00003 5. Coupling, rod extension Date: 4/07 SCREW ANCHOR, 8" Sheet 1 of 1 Appd.Eng: TD Appd.Ops: CITY OF PORT ANGELES Revised: ELECTRICAL ENGINEERING SPECIFICATION A 0 01 3 2 6ft MIN ITEM QUANTITY CHANCE # 1. Anchor, Cross-Plate, 24" 1 X24 2. Rod, anchor - 1" x 10 ' 1 7570 3. Eye, triple 1 - NOTE: Rating in Type 5 soil is 30,000 lbs. maximum. Date: 8/07 ANCHOR, CROSS PLATE Sheet 1 of 1 Appd.Eng: TD Appd.Ops: CITY OF PORT ANGELES L Revised: ELECTRICAL ENGINEERING SPECIFICATION I A 0 02 CUSTOMER: STUB CONDUIT ON SIDE AWAY FROM TRAFFIC -- 1) Provide and install schedule 80 conduit from 8 feet above finished grade to 2 feet below grade;schedule 40 conduit in trench to service entrance. 2) Provide and install first standoff at or near 8 feet. Provide ( CONDUIT MUST schedule 40 PVC,weatherhead, and supports to reach within -J' (RANSFORM BE HERE OR UNDER 7 feet of crossarm,for installation by Utility. Q( TRANSFORMER 3) Supply underground sufficient conductor(Type USE or z equivalent)to go up length of pole and reach transformer. I Provide 3 feet of extra cable for connections. ( POLES 4) Ground metal raceway as required by the NEC. i I UTILITY: I 1) Install conduit supports as required. 2) Install conduit from 8 feet to within 7 feet of crossarm. 3) Connect all conductors at crossarm or transformer. 7ft NOTE: Premanufactured /mobile home on City lot When a service pole is required to serve a premanufactured or mobile home, it will be located on the customer's property,at the customer's expense, adjacent to the alley or street served by the utility. Underground conductors(no overhead allowed)from this pole to a pedestal mounted meter will provide power to the dwelling. 6" SCH 40 PVC 5 ft. ABOVE FIRST 8 FEET min. UTILITY INSTALLED 8 ft. FIRST 10 FT SCH 80 PVC OR RIGID CONDUIT CUSTOMER INSTALLED Ground level 30 INCHES MIN. Date:4/13/05 UNDERGROUND SERVICE Sheet 1 Of 1 Appd.Eng: TD SECONDARY RISER Appd.Ops: JK CITY OF PORT ANGELES Revised: 2/07 ELECTRICAL ENGINEERING SPECIFICATION CR 5 01 < i /TEM QUANTITY STOCK No. 1. Pole Eye Attachment Plate 1 285 074 00029 4. Insulator, fiberglass, strain with rollers, 15,000 lbs,12" 1 285 074 00035 5. Grip, guy wire, preformed I 01M Alumoweld 1 285 074 00019 6. Wire, guy, 1 OM Alumoweld, 10,000 lbs. 30 ft 280 040 00001 7. Dead end, strand vise, automatic, 10M 1 285 074 00015 8. Marker, guy, plastic yellow 1 285 074 00023 aw Spring washer,5/8" 1 320 092 00010 Alternate insulator, fiberlass, strain with rollers / 21,000 lbs., 54" 1 285 074 00036 30,000 lbs. 144" 1 285 074 00037 Maximum guy tension 9,000 lbs. Date: 3/07 Appd.Eng: TD WITH ROD INSULATOR Appd.Ops: CITY OF PORT ANGELES Revised: ELECTRICAL ENGINEERING SPECIFICATION G 4 02 2 3 aw 4 5 6 8 (A7 ITEM QUANTITY STOCK No. 1. Pole Eye Attachment Plate 1 285 074 00030 2. Bolt, machine, galv., ')4"x 12" 2 320 020 00027 3. Washer, 3 i"x 3 i"x i", curved 2 320 092 00003 4. Insulator, fiberglass, strain with rollers 21,000 lbs.,54" 1 285 074 00036 5. Grip, guy wire, preformed 18M Alumoweld 1 285 074 00020 6. Wire, guy, 18M Alumoweld 20,000 lbs. 30 ft 280 040 00002 7. Dead end, strand vise, automatic, 18M 1 285 074 00016 8. Guard, guy, plastic yellow 1 285 074 00023 aw Spring washer, 3/4" 2 320 092 00012 NOTE: Alternate: fiberglass, insulator,strain with rollers 30,000 lbs. 144" 1 285 074 00037 4 DOWNGUY - 18M ALUMOWELD Sheet 1 of Appd.E/nOg: TD H.S. STEEL WITH ROD INSULATOR ` Apps. CITY OF PORT ANGELES G 4 04 Revised:d: ELECTRICAL ENGINEERING SPECIFICATION - ' ' - DETAIL A-A POLE BAND KIT 6 MAXIMUM HORIZONTAL LOAD-7,600 LBS. MAXIMUM VERTICAL LOAD-15,000 LBS. ITEM MATERIAL QTY STOCK # Pole Band Kit, Including: 1 285 074 00105 1 Pole Bands 4 C Bolt, Double Arm, 7/8" 4 4 Clevis Thimble 1 285 074 00104 5 Insulator. Fiberglass, Strain w/Rollers, 144", 30,000 lbs. 1 285 074 00037 6 Grip, Guy Wire, Preformed, 18M Alumoweld 1 285 074 00020 7 Wire, Guy, 18M Alumoweld, 20,000 lbs. 70 Ft 280 040 00002 8 Guard, Guy, Plastic, Yellow 1 285 074 00023 9 Dead End, Strand Vise, Automatic, 18M 1 285 074 00016 aw Spring Washer, 3/4" 2 320 092 00012 Appd.Eng: TD FIBERGLASS POLE ATTACHMENT Revised: ELECTRICAL ENGINEERING SPECIFICATION _ NEUTRAL 4 ..— ------------ 4 D cj a I I NOTES: A. Ground wire to be located on the side of pole opposite roadway and in quadrant opposite climbing space or pole top pin. 'r B. Staples on ground wire shall be 2 ft. apart, except for a a distance of 8 ft above ground and 8 ft. from top of pole al where they shall be 6 inches apart. C. Ground wire to clear all hardware by 2 inches minimum and shall be stapled to maintain this position. D. Ground wire shall be stapled to the underside of the cross arm. E. Top of ground rod shall be minimum of 2 inches below grade. aj 1 FT. MIN ai ITEM QUANTITY STOCK No. cj Wire, #6 Copperweld 40 ft 280 016 00027 al Staples 1 box 285 074 00048 aj Clamp, ground rod 5/8" bronze 1 285 097 00011 ai Ground rod 5/8" x 8 ft. Copperbonded 1 285 074 00022 q Connector,#6 SOL vise cu (Fargo) 1 285 097 00037 MAINTENANCE ONLY POLE GROUND WITH GROUND ROD Sheet 1 of 1 Date: 4/07 Appd.Eng: TD Appd.Ops: JK CITY OF PORT ANGELES H 0 01 Revised: ELECTRICAL ENGINEERING SPECIFICATION C) NOTES: A. Install ground wire inside pole from communications level to 6" below grade. al B. Top of ground rod to be minimum or 4 C inches below grade. C. Where exposed, attach ground wire with A nylon clamps and lag screws spaced 6 CJ inches on center. D. Ground wire to clear all hardware by minimum of 2 inches and be anchored to maintain that position. aj B l —}—� 1 FT. M I N U ai ITEM QUANTITY STOCK No. cj Wire, cu, #6 Sol. 30 ft 280 016 00006 al Nylon clips 12 aj Clamp, ground rod 5/8" bronze 1 285 097 00011 ai Ground rod 5/8" x 8 ft. Copperbonded 1 285 074 00022 q Connector,#6 SOL vise cu (Fargo) 1 285 097 00037 :.m FIBERGLASS POLE GROUNDING Sheet 1 of 1 Date: 8/10 Appd.Eng: TD LOWER NEUTRAL Appd.Ops: JK CITY OF PORT ANGELES Revised: H 0 02F ELECTRICAL ENGINEERING SPECIFICATION 1 4 3 CUTOUT NUMBER IN 2" LETTERS 2 4 C 2 3 4 0 INSTALL IDENTIFICATION TAGS ON STREET OR ALLEY SIDE OF POLE 64AQ10 BIA01 POLE NUMBER IN 1" LETTERS 10 FT 6 FT //\\ ITEM QUANTITY STOCK No. 1 . Clamp, hot tap, bronze #8-2/0 1 285 097 00005 2. Cutout, 200A 15 KV 1 285 028 00004 3. Bracket, cutout, mounting 1 285 078 00001 4. Wire, #4/0 AAC 10 FT 280 016 00011 Date: 3/2007 CUTOUT/JUMPER ASSEMBLY Sheet 1 of 1 Appd.Eng: TD 200 AMP Appd.Ops: JK CITY OF PORT ANGELES Revised: 7/09 ELECTRICAL ENGINEERING SPECIFICATION OM 0 02 a f 7" c,awR gg 8" eq 0 0 11-311 PROPERTY SIDE L 7'-7"' Position of guy when required a2 f f c,aw2 eq 0 NOTE: 1. See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. ITEM MATERIAL QTY STOCK # a Insulator, pin type (12.47/7.2 kV) 1 285 074 00031 a2 Insulator, pin type, single skirt, neutral 1 285 074 00032 C Bolt, machine, 5/8" x 10" 4 320 020 00014 f Pin, arm, short shank, 5/8" 2 285 074 00038 aw2 Washer, spring, 5/8" 4 320 092 00010 eq Bracket, fiberglass, insulator/equipment 2 285 078 00017 SIDE MOUNTED ARM Sheet 1 of Date: 12/07 Appd.Eng: TD 1 - PHASE 12.47/7.2 kV Appd.Ops: JK CITY OF PORT ANGELES PF1 11 Revised: 7/10 ELECTRICAL ENGINEERING SPECIFICATION c,aw2,,, 9 aao bi 26" 30" 37- a a a d,f awl d 101, , d1f El 911 aw2 aw2 20-1/4 Position of guy PROPERTY SIDE o when required cu &-0" c,aw2 NOTE: cm 1 See ES 0 04 for maximum line angle. 2. Orient spring washers to cross grain. ITEM MATERIAL QTY STOCK # a Insulator, pin type, phase(12.47/7.2 k\/) 3 285 074 00031 cm Insulator, spool, 3" 1 Standard N 0 01 • Bolt, machine, 5/8"x 12" 1 320 020 00015 • Bolt, machine, 5/8"x 14" 1 320 020 00016 d Washer, 2 1/41'x 2 1/4", flat 4 320 092 00001 f Pin, crossarm, steel, 5/8"x 5 3/4" 3 285 074 00039 9 Cross arm, wood, 3 1/2"x 4 1/2"x 1 Oft 1 540 091 00008 i Bolt, carriage, 1/211 x 71, 2 320 020 00045 awl Washer, spring, 1/21, 2 320 092 00011 aw2 Washer, spring, 5/81, 6 320 092 00010 bi Gain, pole, 4"x 4" 1 285 074 00013 cu Brace, wood 36" 2 540 091 00005 Date: 4/08 TANGENT CROSSARM, NEUTRAL LOW Sheet 1 of 1 Appd.Eng: TJD 3- PHASE 12.47/7.2 kV Appd.Ops: JK CITY OF PORT ANGELES Revised: 9/10 ELECTRICAL ENGINEERING SPECIFICATION PF 3 00 E 6 FT MIN. (SEE NOTE) 4 2 3 8 1 5 6 27 FT ON 40 FT POLE Ground bracket to pole ground 24 FT ON 30 FT POLE I ITEM MATERIAL QTY STOCK# 1 Luminaire: 70W, 120-277V IND 1 285 056 00016 2 Bracket: 2 Ft Aluminum, Wood Pole Mount 1 285 078 00010 3 Wire, 12-2 CU, 600V 12 Ft 280 090 00013 4 Bolt, Machine, 5/8"x 10" 1 320 020 00014 5 Washer, Spring, 5/8" 1 320 092 00010 6 Clevis for Duplex Supply Conductors 1 Standard N 0 02 7 Fuse, In-Line, 5 Amp 1 - 8 Photocontrol, ANSI Twistlock 1 285 027 00001 *MOUNT BELOW NEUTRAL CONDUCTOR. LUMINAIRE HEAD TO PHASE DISTANCE MAY BE REDUCED TO 3 FEET WITH APPROVAL FROM ENGINEERING �= Date: 3/07 AREANARD LIGHT, 70W INDUCTION Sheet 1 of 1 Appd.Eng: TD WITH 2 FT BRACKET Revised: 5/12 CITY OF PORT ANGELES S 0 04C ELECTRICAL ENGINEERING SPECIFICATION 4POLE.BOLT CONNECTIONS TO EACH SWITCH FRAME q q ROUTE INSIDE CONNECT TO DISTRIBUTION NEUTRAL, TRANSFORMERS, ETC. WHERE PRESENT SWITCH'S FLEXIBLE BRAID SWITCH'S COPPER U-BOLT q SWITCH'S LINKAGE INSULATOR SWITCH'S FLEXIBLE BRAID al cj SWITCH'S COPPER U-BOLT cj dp aj ai ITEM MATERIAL QTY STOCK # ai Ground Rod, 5/8"x 8 ft. Copperbonded 1 285 074 00022 aj Clamp, Ground Rod, 5/8" Bronze 1 285 097 00011 al Wire Clips As Req'd. cj Wire, #4 CU, Stranded 30 ft 280 016 00005 dp Temporary Grounding Mat Provided by Crew 1 - During Switching q Connector, #4 CU, Stranded (Fargo) 1 285 097 00038 TRANSMISSION Sheet 1 of 1 Date: Appd.Eng:ng: TD SWITCH GROUNDING DETAIL � Revised: 2/8/11 CITY OF PORT ANGELES TM 0 01 ELCTRICAL ENGINEERING SPECIFICATION i ea 12" i i i i 12" ° ° i i i 60" 6 POSITION OF GUY aw, d1 i i i I ° i 1 12" ° i i i 60" 6 i POSITION OF GUY e m i i I i I i 12" I i i SEE STD. OM 0 07 611 POSITION OF GUY i i i ITEM MATERIAL QTY STOCK# ea Insulator, Horizontal Post, 115 kV 3 285 074 00109 c Bolt, Machine, Galvanized, 3/4"x 12" 6 320 020 00027 aw Washer, 3-1/4"x 3-1/4", curved 6 320 092 00003 di Nut and Coil Springwasher 6 320 092 00014 e Armor Rod-556 3 285 074 00106 m 556 AAC Conductor Clamp 3 Eng: TD TRANSMISSION Sheet 1 of 1 Appd. ng: Date: TANGENT, VERTICAL, PHASE OPPOSITE PHASE CITY OF PORT ANGELES TM 4 01 Revised: 12111 ELCTRICAL ENGINEERING SPECIFICATION POSITION OF GUY 7-1 j SEE STD. OM 0 07 USE G402 GUYS& A002 ANCHORS ITEM MATERIAL QTY STOCK# k Insulator, Polymer, Suspension, 115 kV 3 285 074 00110 d1 Washer, 3 1/4"x 3 1/4"curved, galvanized 3 320 092 00013 aw Coil Spring Washer, 3/4" 3 320 092 00014 c Bolt, machine, 3/4"x 16" 3 320 020 00038 1 Clamp, 556.5 Suspension 3 285 074 00119 ab D-Eyelet, 3/4" 3 320 043 00006 e Armor Rod, 556 ACSR 3 285 074 00106 TRANSMISSION, DOUBLE DEADEND Sheet 1 of 1 Date: 4/11 Appd.Eng: TD VERTICAL Reviewed: CITY OF PORT ANGELES TM 6 01 Revised: 6/12 ELECTRICAL ENGINEERING SPECIFICATION k 1,e 1211 911 POSITION OF GUY ------------- - 60" = aa,dl,aw 9 ------------------- --- - POSITION OF GUY 13011 ab,d1 ,avv,c I�2111 91 -- -- --------------------- - POSITION OF GUY SEE STD. OM 0 07 eb USE G402 GUYS& A002 ANCHORS fo ITEM MATERIAL QTY STOCK# as Eyenut, 3/4" 3 320 043 00002 ab D-Eyelet, 3/4" 3 320 043 00006 aw Coil Spring Washer, 3/4" 9 320 092 00014 c Bolt, machine, 3/4"x 16" 9 320 020 00038 dl Washer, 3 1/4"x 3 1/4"curved, galvanized 12 320 092 00013 e Armor Rod 6 285 074 00106 eb 11 5kV Post Insulator 3 285 074 00110 fo Bracket, Fiberglass, Insulator/Equipment 3 285 078 00017 k Insulator, Polymer, Suspension, 115 kV 6 285 074 00110 I Clamp, 556.5 Suspension 6 285 074 00119 TRANSMISSION, DOUBLE DEADEND Sheet 1 of 1 Date: 4/11 Appd.Eng: TD VERTICAL Reviewed: CITY OF PORT ANGELES TM 7 01 Revised: 7/12 ELECTRICAL ENGINEERING SPECIFICATION City of Port Angeles ATTACHMENT "B" Engineering Office Public Works and Utilities Department INSURANCE 360-417-4541 INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, 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. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, 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 1185 or an equivalent endorsement. 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. 3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any insurance, self-insurance, or Project: CL02-2010 Page 51 Rev. 8/30/2011 insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 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 Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business 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, offset against funds due the Contractor from the City. Project: CL02-2010 Page 52 Rev. 8/30/2011 City of Port Angeles ATTACHMENT "C" Engineering Office Public Works and Utilities Department PREVAILING WAGE RATES 360-417-4541 Prevailing Wage Rates Information Below: 1. Washington State Prevailing Wage Rates For Public Works Contracts —Journey Level and Apprentices, Clallam County, effective 7/20/2014. 2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries website link: http://www.Ini.wa.gov/TradesLicensing/PrevWage/WageRates/defauIt.asp 3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360-417-4541 or by email, Ihanley(&cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Project: CL02-2010 Page 53 Rev. 8/30/2011 City of Port Angeles Engineering Office Public Works and Utilities Department ATTACHMENT "D" 360-417-4700 PERFORMANCE &PAYMENT BONDS PERFORMANCE BOND to City of Port Angeles, WA Bond No. 0185394 The City of Port Angeles, Washington, has awarded to Salish Construction Company (Principal), a contract for the construction of the project designated as [-Street Transmission Upgrade, Project No. CL02-2010, in Port Angeles, Washington, and said Principal is required to furnish a bond for performance of all obligations under the Contract. The Principal, and Berkley insurance company (Surety), a corporation, organized under the laws of the State of Delaware and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City in the sum of One Hundred* US Dollars ($198,053.30 ) Total Contract Amount, subject to the provisions herein. *Ninety-Eight Thousand Fifty-Three Dollars and 30/100THS This statutory performance bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL Salish Construction Company RETY Ber Insurance Company U J� 07/16/2014 7/16/2014 Principal Signature Date Surety Signatu V Oate �jc ( HGT S,J t,t,0_ Carley Es iri Printed Name Printed Nam Attorney-in-Fact Title Title Name, address, and telephone of local office/agent of Surety Company is: Propel Insurance PO Box 2940,Tacoma,WA 98401 (253)759-2200 Approved as to form: City Attorney,City of Port Angeles Date - CL02-2010 Page 22 Rev. 5/6/2014 I� a I PAYMENT BOND to City of Port Angeles, WA Bond No. 0185394 The City of Port Angeles, Washington, has awarded tosalish Construction Company(Principal), a contract for the construction of the project designated as I-Street Transmission Upgrade, Project No. CL02-2010, in Port Angeles, Washington, and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington (RCW) and (where applicable)60.28 RCW. Berkley Insurance The Principal, and Company (Surety), a corporation, organized under the laws of the State of Delaware and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Dept., are jointly and severally held and firmly bound to the City of Port Angeles in the sum of One Hundred* US Dollars ($ 198,053.30 ) Total Contract Amount, subject to the provisions herein. *Ninety-Eight Thousand Fifty-Three Dollars and 30/100THS This statutory payment bond shall become null and void, if and when the Principal, its heirs, executors, administrators, successors, or assigns shall pay all persons in accordance with Titles 60.28, 39.08, and 39.12 RCW including all workers, laborers, mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain in force and effect. The Surety for value received agrees that no change, extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond, and waives notice of any change, extension of time, alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. PRINCIPAL Salish Construction Company ;RE TY 1B nsurance Company 07/16/2014 /16/2014 Principal Srgnature`,1 Date Surety SignaturqJ Date sever S,v C Carley Espiritu Printed Name Printed Name af§ - Attorney-in-Fact Title Title Name, address, and telephone of local office/agent of Surety Company is: Propel Insurance PO Box 2940,Tacoma,WA 98401 (253)759-2200 Approved as to form: City Attorney,City of Port Angeles Date CL02-2010 Page 23 Rev. 5/6/2014 No. BI-1220a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly r organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: Karen Swanson, Julie R. Truitt, Peggy A. Firth, Eric Zimmerman, Brent E. Heilesen, Jennifer L. Snyder, Christopher ICinyon, Jamie Diemer, Sandra Kulseth, Kellie Hogan or Carley Espiritu of Propel Insurance of Tacoma, WA its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty" Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following -> resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: ' RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief o ; Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, `' r~ or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further . RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has ca d these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this GO day of l��I 2014. Attest: /� Berkley Insurance Company (Seal) By By Ira S. Lederman �J deff6 Hafter Senior Vice President&Secretary for V' e President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ° ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this day of F ' 2014, by Ira S. Lederman and Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secreta and the Se�ior V''e President, respectively, of ? Berkley Insurance Company. KATHLEENCOR BU NOTARY P G /Notary otary Public, State o onnecticut CONNECTICUT MY COMMISSION EXPIRES OCTOBER 91,2017 CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this t(&�day of (Seal) AndrK M. Turn Instructions for Inquiries and Notices Outer the Bon'd Attached to This Power Berkley Surety Ga°oup as the aft-Mated nand a wrifsaag manager Mr the surely business oh caa(IN Iaasadraanct, O"npaany, Berkley anwa"aadwe Onupaany. Bea'kh:, Re innadl Inwratwe Company.any. (Irolin a Ui a aR+ Insu °aanc (Wp aq Union Standard Insurance (Onp any, Continental Western Insuratice `om >anp and Union arises mwe ('imp any. To verify tile aaaath.ent a ill' of the bond, please call (866) 768-3534 or axaaaaail BS(Anquaa°fa berkley saaa°dot,ocdaaaa Any whien notices inquiries, a°laainn or demands to the surey, on the Wid to whkh this Rider k attached shouki be a rested tea; Berkley Surety Woup 412 Mount ea ble f wnu Suite 310 NWritown, NJ 07960 Attention: Surety Cl aians Department etas<aw include wRh all notices Me bond aaaaaaaber and die name or me principal on the baan& Where :_a cWhn being .asserted. p eme so t°das°tea generally the bash of the claahn. In the case or payment or lwrfonuance tad nd. please identify the projed to which dw hond perlaains. RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No. 0185395 KNOW ALL MEN BY THESE PRESENTS: That we Salish Construction Company (hereinafter called Principal), and Berkley Insurance Company a corporation organized and doing business under and by virtue of the laws of the state of Delaware , and duly licensed for the purpose of malting, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington,(hereinafter called Surety), as Surety, are held firmly bound unto City of Port Angeles , (hereinafter called Obligee) in the just and full sum of Nine Thousand Nine Hundred Two And 67/100THS 9,902.67 plus 5%of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT,Whereas,the said Principal on the day of entered into a written contract with the said obligee for I-Street Transmission Line Upgrade,CL02-2010 which said contract is hereby referred to and made a part hereof by reference. WHEREAS,Pursuant to Chapter 60.28 RCW,the above named Principal has requested release of retained percentage earned or which may be earned under said contract, and, WHEREAS,the obligee is willing to release retained percentage in advance of contract terms relating to payment provided the principal shall file bond to indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal,which bond shall be subject to all claims and liens in the same manner and same priority as apply to the retainage percentage released, or to be released, NOW, THEREFORE,the condition of this obligation is such that if the principal shall indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retained percentage to the principal then this obligation shall be null and void unless otherwise to remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 16th day of July 2014 Salish Construction Company By: --- Principal Berkle Insurance Company B Carley Espiritu Attorney -F et No. BI-1220a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT, has made,constituted - and appointed, and does by these presents make, constitute and appoint: Karen Swanson, Julie R. Truitt, Peggy A. Firth, Eric Zimmerman, Brent E. Heilesen, Jennifer L. Snyder, Christopher Kinyon, Janzie Diemer, Sandra Kulseth, Ifellie Hogan or Carley Espiritu of Propel Insurance of Tacoma, WA its true and lawful Attorney-in-Fact, to sign its name as surety only as . a delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, u without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following > r resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: n -a r' RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief CJ Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the y corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the c ° manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and q further • RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any u power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any o person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. r IN WITNESS WHEREOF, the Company has ca d thes presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this G0 day of 7E) ,) , 12014. Attest: / Berkley Insurance Company a � (Seal) By By ,1 Ira S. Lederman �✓I Halter Je t Senior Vice President&Secretary for V' e President WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. ' STATE OF CONNECTICUT) o ) ss: COUNTY OF FAIRFIELD ) ~ Sworn to before me, a Notary Public in the State of Connecticut, this '2,,0 day of F- 'X 2014, by Ira S. Lederman and ` Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secreta and the Se for V''e President,respectively, of � Berkley Insurance Company. KATHI EEN COR NOTARY-Pu otary Public, State o onnecticut CONNECCUuT TI MY OOMMI331ON EXPIRES OCTOBER 31,2017 CERTIFICATE I,the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein, who execut the bond or undertaking to w ich t is Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company,this °day of d (Seal) AndrK NA. Tum Instructions Ar Inquiries and Notices tinder the Bond Attvached to 'This [lower Berkley Surely Group is the afHfiated underv,3 iting rnanager R"- the surety husn.ess of In'surance Wropany, Berkby Inmwance Companb Berliky thoonid Insuratme C`ompan,4 ('arolina (Wwhy Insurmwe COmpnnp Won Standard Insurance CWmpan>4 Continental Western Insurmwe (On-opaun and 1,11on. Insurmove COmpany, To verit'� the atflhenticit� of the bomL please call (86 6) 7653534 or eunai] BSGInqtdxqh herkleysuretl4com Any nxhun notice, hqukWq clalms or donands to the sure", on the hond to whkh this Rider is attached should he Tr heed to: Berkley Surety Woup 412 Mount Kernble A%Tnue SuRe 3 ION NlorrlsWvvn, NJ 07960 Aitention: Surety Clainis Depmrtment Or einall BS(Wainina berkleysurety.co ni Pkaw Indude wUh all notices Me bond numtrer am! Me name or me principal on the boul Where as Who 6 being asserted, please set Rn-th generally the bash (of the WnL In Me caw of as payment or perh)nnance bond, please identify the projed to which Hm bond pet-tains, City of Port Angeles ATTACHMENT "E" Engineering Office Public Works and Utilities Department FORMS 360-417-4541 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: Owner Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: YES NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: Project: CL02-2010 Page 57 Rev.8/30/2011 �par�rA� CONTRACT CHANGE ORDER (CCO) NO. 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: 1. Describe work here 2. Additional work, etc.... 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 RFI# Qty. Unit $Cost Per Unit $Cost Net S Cost Adj.Days No. 1 Orig. Rev. 2 Orig. Rev. ORIGINAL CURRENT EST.NET CHANGE TOTAL CHANGE ORDERS, EST.CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS:XX DAYS: YY DAYS: ZZ DAYS:XX+ZZ-YY DAYS: YY+ZZ *Amount with applicable sales tax included All work,materials and measurements to be in accordance with the provisions of the original 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. APPROVED BY: SIGNATURE: DATE: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS&UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: Project: CL02-2010 Page 58 Rev. 8/30/2011 CONTRACTOR'S APPLICATION FOR PAYMENT PROJECT I-Street Transmission Line Upgrade PROJECT NO. CL02-2010 Page 1 of 2 TO: City of Port Angeles DATE: Public Works&Utilities Department P.O.Box 1150 Port Angeles,WA 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount(Excluding Sales Tax) $ 2 Total Value of 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 and material receipts) $ 6 Subtotal[4+5] $ 7 8.4%Sales Tax(at 8.4%of Subtotal),As Applicable $ 8 Less Amount Retained(at 5%of subtotal) $ 9 Subtotal [6+7-8] $ 10 Total Previously Paid $ 11 AMOUNT DUE THIS REQUEST [9-10] $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 Project: CL02-2010 Page 59 Rev. 8/30/2011 CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower-tier payments, less applicable retention,have been made by the Applicant for the periods covered by previous payment(s)received by the Applicant to (1) all lower-tier subcontractors/suppliers, and(2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens,claims, security interests and encumbrances in favor of the Contractor, subcontractors,material suppliers, or other persons or entities making a claim by reason of having provided labor,materials and equipment relating to the work. Within seven(7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor,taxes and assessments arising out of the performance of all said lower-tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of , 20 Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date Project: CL02-2010 Page 60 Rev. 8/30/2011 VORTA U� 1P � = CERTIFICATION OF WORK COMPLETION AND ACCEPTANCE PROJECT: PROJECT NO.: All work on the above referenced project has been completed in accordance with the contract documents and the final inspection and the warranty provision included therein or relating thereto. The final estimate in the amount of$ , including any applicable taxes, has been reviewed and is in agreement with our records. I further certify that the final estimate amount shown above is a true and correct statement showing all the monies due me from the City of Port Angeles for work performed and material furnished under this contract. City Council acceptance and final payment, including retained percentages, is hereby respectfully requested. Contractor, hereby releases the City of Port Angeles, Washington, from any and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work, materials, equipment or any other liens outstanding on this Contract. CONTRACTOR: ADDRESS: AUTHORIZED OFFICIAL: DATE: Project: CL02-2010 Page 61 Rev. 8/30/2011