Loading...
HomeMy WebLinkAbout4.522 Original Contract PROJECT MANUAL for ELECTRIC REBUILD - (tA" STREET SUBSTATION PROJECT NO. 04-16 CITY OF PORT ANGELES , WASHINGTON MARCH 2006 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES For informatIon regarding this project, contact: James L. Harper City of Port Angeles Electrical Engineering Manager (360) 417-4702 <t. .5~~ ~ PROJECT MANUAL TABLE OF CONTENTS Electric RebUild "A" Street Substation Project # 04-16 PART I BIDDING REQUIREMENTS Vicinity Map ..... .......................... ............................. ............................ . ........................... ............. 1-1 Advertisements for Bids. ..... ................... ............ . . .. ... ............. ........ ..... ..................... ...................... 1-2 Information for Bidders.......... ....... ......... ....... ........... .... ......... ....... ......... .............. ....... ......... ..... ........ 1-3 Bidders' Checklist . ....... ............... .. ......................... .... ............... ....... .. . . .. ..... ................ ............. 1-4 Non-Collusion Affidavit... ......... . .......................... .......................... ... ..... .......................... .............. 1-5 Bidders's Construction Experience ..... ............ ................................ . .. . ......................... ............ 1-6 List of Proposed Subcontractors.. .......................................................... . .... ................................. 1-7 Bid Forms .. ...... ..... ....... ... ....................... ............................... .......... ....... .. ................................... 1-8-9 Bid Bond . . .. .... ..... .................. ...... ........................................... ....... . .... ...... . ........... .... .......... 1-10 PART IICONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT Contract.. ..................... ........... ........... ........ ............................................. ................. ..... ................ 2-1-5 Performance and Payment Bond .............. .. .. ....................................... . ....................................... 2-6 Statement of Intent to pay Prevailing Wages .......................................ptVA Dept of labor & Industries] PART III SPECIAL PROVISIONS Special Provisions ..................... ...... ........................ ..................... ....... . . . . ... . . ...... ........ .... ...... 3-1-2 ATTACHMENT B: STATE PREVAILING WAGE RATES (9 pages) CONSTRUCTION CHANGE ORDER FORMS (4 pages) APPLICATION FOR PAYMENT (3 pages) CONSTRUCTION SPECIFICATIONS (22 pages) PROJECT PLANS - "A" STREET SUBSTATION (26 sheets) ATTACHMENT A: ATTACHMENT C: ATTACHMENT D: ATTACHMENT E: PART 1 BIDDING REQUIREMENTS 'C ~ L ..c:_ 3= [j s!. ~ -c-_________ ..:Jr ~ ---: CD c;:: ..c: oS 1:: : u -EdgeWooa"T 'C a::: ...:e CD ~ CD ~ c::l m larcmfoleleclnclvlcmlty map mxd -------------1 I. 'C a::: k o i5 'C L W;-Jakes-ad. --'------------ ~3rd-Ave. /~4thlAVe ! ''''-Ai:- t ~ ~ ~ ~q> f J!:l~.... ' ctl iti (f) , Keller'D~ -<:>-W- II----. ffi- CD_ I. 'C a::: :>. CD u. I ______\:1:5:-101--- --------- /: ,.. ! \ , 1! /: , I . . \ -j - ~ I cu-::I_ \ i"'/-if I I ~_ /1' CiewcreS-1t-Ave. ~ I ----- l I CD : --- : a::: i --1 ~ Ahlvers'Rd~ l1lrl~ ' -. ~. ' 11l 'C <:; , " -~ ,,'I< I ---\ ~ ..-:----~ :2 Rose,St \ 01 r---- ' i SCribner.Rd:-<<=:1,ty)J ~ i ~ ~ I _____:2_________ ---- 0 ti' ~ ~ If .!Jj -qs- rei \~ ~ ~.um~~ I -0 a::: cD r.--e 'C c o ~--- Harry-Brown------------l I rj r.....l>l L j [VIelton-Rd:\ : I ,- ! L---------. r---J keY-Rd. I E-Scnvner'Rd:--- I. 'C a::: in rn o o r;~/r-r Westridge-Rd. . I 11m map IS not In/ended to be used as a legal descnpllon Tills map draWing IS prodllced by the CIlY of Port Angelesfor lIS o..n IIse and pllrposes Any other IIse of Ihls map drawing shall not be the respons1bllllY oflhe ell} VertIcal DaIUm - NA VD 81 HOrizontal DaJlIm - NAD 83, ~ N 2,300 I Feet VICINITY MAP Project 04-16 \J ELECTRIC REBUILD "An STREET SUBSTATION Project No 04-16 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:30pm, Wednesday April 19, 2006, and not later, and will then and there be opened and publicly read at that time In the Public Works Conference Room at City Hall for the construction of the following Improvements The project to be bid is for labor and equipment for the replacement of electronic relays at the "An Street Substation. The City Engineer's estimate for this project is less than $65,000. The time of completion (performance period) for this Project is 90 working days. To view detailed plans and specifications (Project Manual), go to www.bxwa.com on the Internet, or contact the Builders Exchange of Washington at 425-258-1303. Detailed plans and specifications (Project Manual) may be obtained from the office of the Electrical Engineering Manager, City of Port Angeles, upon payment of a non-refundable fee of $50.00. Informational copies of maps, plans and specifications are on file for inspection in the office of the Electrical Engineering Manager [Phone 360-417-4700]. Bidders shall be qualified for the type of work proposed. A Bidder's Construction Experience Form is included in the Project Manual. All bids shall be submitted on the prescribed Bid Forms and In the manner as stated in this advertisement and in the Project Manual and said bids shall be accompanied by a bid deposit In the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles In the amount of five percent (5%) of the total amount of the bid. If a surety bond IS used, said bond shall be issued by a surety authorized and registered to Issue said bonds In the State of Washington. The bond shall specify the surety's name, address, contact and phone number, and shall Include a power of attorney appointing the signatory of the bond as the person authorized to execute it. Should the successful bidder fall to enter Into the Contract and furnish satisfactory performance bond within the time stated In the Information for Bidders, the bid depOSit shall be forfeited to the City of Port Angeles Faxed bids and/or surety bonds will not be accepted. Minority and women owned bUSinesses shall be afforded full opportunity to submit bids in response to this inVItation, shall not be dISCriminated against on the grounds of gender, race, color, age, national Origin or handicap in consideration of an award of any contract or subcontract, and shall be actively soliCited for participation In thiS project by direct mailing of the inVitation to bid to such businesses as have contacted the City for such notification Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for thiS proJect. The City of Port Angeles reserves the right to accept the bid that is In the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the contract Will be awarded to the lowest responsible bidder. Bids must be submItted In a sealed envelope with the outside clearly marked with the bid opening date and time, the project name and number as it appears In this advertisement and the name and address of the bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. When awarded the Contract, the successful bidder shall promptly execute the Contact and shall furnish a bond of faithful performance of the Contract in the full amount of the Contract price. Glenn A. Cutler, P.E Director of Public Works & Utilities ADVERTISEMENT FOR BIDS Publish: Peninsula Dally News [March 26 & April 3, 2006], Daily Journal of Commerce [March 27, 2006] Copy to: NPBA 1- 2 INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated In the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner In the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained In Part I of the Project Manual. All blank spaces for bid prices must be filled In, In ink or typewritten, and the Bid Form must be fully completed and executed when submitted. Only one copy of the Bid Form IS required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the clOSing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to rej~ct any and all bids. If all bids are rejected, the City may elect to re-advertise for bids. Subject to the foregoing, the Contract will be awarded to the lowest responsible bidder. The work Will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award Will be accompanied by the necessary Contract and bond forms. In case of failure of the bIdder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract Signed by the party to whom the Contract was awarded, Will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its Signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be Issued Within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be Issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or Within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authOrities having JUrisdiction over construction of the project shall apply to the Contract throughout. ]- 3 BIDDER'S CHECKLIST 1. Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's check been enclosed with your bid? 2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. Has the non-collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you listed all Subcontractors that you will use for the project? 9. Have you filled out the bidder's construction experience form? The following forms are to be executed after the Contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance bond - To be executed on the form provided by Owner, by the successful bidder and ItS surety company. To include name. contact and phone number. and address of surety and power of attorney of siQnatorv. C. Insurance certificate(s). 1- 4 I ~ I I , I t t t I I I I I J I I I I NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON) ) COUNTY OF Clallam ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. c Signature Subscnbed and sworn to before me this 19 day of A P r i 1 ,2006. My Comm. Exp.: 10/26/07 1- 5 I I I I I I I I I I I I I I I I BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive Information. Name of bidder 01 Y m pic E 1 e c t tic Co., In c . Registration No OLYMPEC285Dl 2. Permanent main office address: 4230 Tumwater Truck Route Port Angeles, WA 98363 3 When organized 1946 4 Where Incorporated. Was h i n q ton 5. How many years have you been engaged in the contracting business under your present firm name? 60 6. * Contracts on hand (Schedule these, showing gross amount of each contract and the approxImate anticipated dates of completion), contact name and phone number See attached 7 * General character of work performed by your company. Electrical contracting 8 * Have you ever failed to complete any work awarded to you? No If so, where and why? 9. * Have you ever defaulted on a contract? No 10 * List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone number See attached 11. * List your major equipment available for this contract See attached 12 * Experience of bidder in construction Similar to this project In work and Importance See attached 13 Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes * Add separate sheets If necessary I The undersigned hereby authOrizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles / 7 . r- Date 4/19/06 L ~ ::Jl- Bidder's S1~at~re .J Print Name Char les T. Burkhardt I Title President I ] - 6 Question #6; City of Port Angeles Electric Rebuild "A" Street Substation Project No. 04-16 Contract Description Contract Amount Est. Com. Date Olympic Medical Center 02 Tank Relocate Hendrickson Road Jennies Meadows Jefferson County Healthcare Willow Park Jefferson County Courthouse Question # 11: 1/2 ton pick up truck i-ton flatbed truck 4S ft. one-man bucket truck 10-ton flatbed boom truck Reel trailer Service Vans Questions # 12 Valley Street Substation Rebuild Blyn Substation Rebuild Sequim Substation Rebuild College Substation Evergreen Substation Dungeness Substation 7,155.00 343,026.00 72,286.00 41,504.00 27,780.00 87,780.00 4/06 7/06 7/06 6/07 5/06 4/05 City of Port Angeles Electric Rebuild "A" Street Substation Project No. 04-16 Bidder's Construction Experience Question #10 Contract Description Contract Amount Completion Contact Date Phone Safeway East (Port Angeles) .......................... 457,882.00 ..... 5/02 ........ AECON ............... (425) 77402945 Bayview Center Shops ... . .......................... 154,869.00 ..... 5/02 ........ AECON ..... .. ...... (425) 774-2945 Bayview Signal....... ...... .......... ................213,375.00 ..... 7/02 .... ... AECON ............... (425) 774-2945 Quileute Gymnasium '" ..................... ....... 265,093.00 ..... 4/02 ..... .. M.A. Mortenson ....... (425) 895-9000 Housing Authority of Clallam County. . . . . . . .. . . . '" . . .... 49,427.00 ..... 10/01 ....... Vern Sohlberg ......... (360) 452-7631 "F" Street Improvements (Port Townsend) ............... 30,160.00 ..... 5/02 ........ George Peabody ....... (360) 452-7803 Olympic Memorial Hospital Lobby Remodel ...... ....... 77,612.00 ..... 5/02 ........ Rick Hoch ... .. ...... (360) 452-5381 Point No Point Casino. .. . ... ......................... 338,789.00 ..... 2/02 .... .. AECON ..... .. ...... (425) 774-2945 Sequim Substation .................................... 25,787.00 ..... 10102 ....... Clallam County PUD .... (360) 452-9771 Sequim Ave North (lights and underground) ............. 295,073.00 ..... 10/02 ... ... George Peabody ....... (360) 452-7803 Big 5 Sporting Goods .................................. 90,651.00 ..... 9/02 ........ Baker Const .... ...... (509) 535-3668 Old OlympIc Highway Lighting .......................... 42,190.00 ..... 6/03 ........ Greg Parnsh ........... (360) 683-5447 Eastern Corridor Entryway (Port Angeles) ................ 26,647.00 ..... 11/02 '" ... George Peabody ....... (360) 452-7803 Costco Entry Relocation ................................ 26,296.00 ..... 6/03 ........ Barclay Dean Const .... (425) 378-2000 7 Cedars Kitchen Remodel .. ................. ........ 47,260.00 ..... 4/03 ........ Ron Sather ..... ...... (360) 683-7777 Peninsula Bottling Office Remodel ............. ....... 22,652.00 ..... 6/03 ........ Jerry Schwagler ........ (360) 457-1809 Sequim Medical Plaza New Service ..................... 38,250.00 ..... 10/03 ....... Jim Paapke ............ (360) 417-7000 Point No Point Casino East Addition .................... 85,973.00 ..... 9/03 ........ JE Dunn ............... 503) 978-0800 5th & Race Signal- City of Port Angeles ................ 256,637.28 ..... 11/03 .... .. Eric Walrath .. . ...... (360) 417-4806 City of Sequim - Parking Lot ............................ 35,220.00 ..... 1/04 ........ Lakeside Ind . ......... (360) 452-7803 Sequim Medical Plaza CT Scan ....................... . 42,176.00 ..... 1/04 ........ Aldergrove Const ....... (360) 457-2067 Olympic Care & Rehab Fire Alarm.. . .. . . . . . . . . . . . . . . ... 26,768.00 ..... 2/04 ........ Olympic Medical Cnr .... (360) 417-7000 Peninsula College EMCS Upgrade ...................... 63,259.10 ..... 2/04 .... ... Siemens Bldg Tech.. ... (253) 274-4776 Strait View Credit Union . .. .......................... 28,255.28 ..... 3/04 .... ... Vision Builders .. ...... (360) 452-1186 Sequim Overlay Traffic Loops. . . . . . . . . . . . . . . . . . . . . . . . . . . 52,680.00 ..... 4/04 ........ Lakeside Ind. ... . . . .. (360) 452-7803 Sequim Downtown Revitilization . . . . . . . . . . . . . . . . . . . . . . . . 575,363.00 ..... 5/04 ........ Lakeside Ind ........... (360) 452-7803 Tesoro Security Lighting ............................... 32,676.00 ..... 7/04 .... ... Tesoro . . .. " ...... (360) 452-1433 Page 1 of 2 City of Port Angeles Electric Rebuild Valley Street Substation Project No. 04-15 Bidder's Construction Experience Question #10 Contract Description Contract Amount Stevens Middle School MusIc Room Addition ............. 99,268.00 Sequim Medical Plaza Transformer. . .. . . . . . . .. . . . . . . " . . 25,000.00 Sequim Transit Facility ................... ............ 108,592.00 Blyn Substation . ... .. . .. ................ . .. .. . 318,439.00 7 Cedars Casino Expansion .......................... 507,000.00 Forks Hospital CAT Scan. .. ........................... 29,939.00 Sequim Village Marketplace High Voltage & Lighting ..... 759,000.00 Quality Inn Sidewalk Lights .................... ........ 28,805.00 Peninsula College - Building "C" Renovation ..... ........ 66,631.00 North Olympic Skills Center . . . . . . . . . . . . . . . . . . . . . . . . . . . . 158,545.00 Olympic Medical Center OB Dept AlteratIons '" ........207,283.00 First Federal Savings & Loan - Sequim Village Mrkpl ..... 140,558.00 Quileute Housing Authority Carports .... ...... . . . . . ., 33,430.00 Page 2 of 2 Completion Contact Date 9/04 ..... .. Aldergrove Const ....... 10/04 ....... Olympic Medical Cm .... 12/04 ... ... Fischer Contracting ..... 12.04 ....... Clallam County PUD .... 1/05 ........ AECON ............... . . . .. 2/05 ........ Forks Hospital .. ...... . . . .. 2/05 .... ... SD Deacon Corp ....... . . . .. 3/05 .... ... Trico Contracting . . . . . . . . . .. 4/05 ........ Hoch Construction ...... . . . .. 6/05 ........ Fischer Construction .... . .. . 5.05 ........ Hoch Construction 7/05 ........ Newground Const . . . ., 1/06 .. ..... Hoch ConstructIon ...... Phone (360) 457-2067 (360) 417-7000 (360) 697-5402 (360) 452-9771 (425) 774-2945 (360) 374-6271 (425) 284-4000 (360) 757-2373 (360) 452-5381 (360) 697-5402 (360) 452-5381 (360) 681-1972 (360) 452-5381 - . - - LISTING OF PROPOSED SUBCONTRACTORS Bidder shall list all subcontractors proposed to be used on the proJect. FAILURE TO LIST SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If there are no subcontractors, write "NO SUBCONTRACTORS WILL BE USED". POWER ENGINEERS 1295 S EAGLE FLIGHT WY BOISE, 10 83709 CC01POWERE101M6 TESTING LINCOLN INDUSTRIAL 4130 TUMWATER TRUCK ROUTE PORT ANGELES, WA 98363 LINCOIC077KS SWITCHGEAR DOORS (REPLACEMENT) President ]-7 . , , , I , I I I I I I I I I I I BID FORM Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BIDDER: Olympic Electric Co., Inc. REGISTRATION NO. OL YMPEC285D1 DATE' 4/19/06 UBI NO. 600 265 927 The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein, that the bid is in all respects fair and without fraud; and that it is made without any connectIon or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plans, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included In the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface Information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arrivIng at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the work. If the bidder is awarded a construction contract on this bid, the name and address of the surety who wIll provide the performance bond is: CBIC Surety 1213 Valley st/PO Box 9271 Seattle, WA 98109-0271 Surety Address Mark NOma (2](36) 622-7053 Surety Contact and Phone Number EHL Agent 340 W Washington Seouim, WA 98382 A9-ent Address ~John Obinger (360) 683-7966 Agent Contact and Phone Number 1-8 I te' . I ~ W ''ffl$ ;;)0> Pursuant to, and In compliance with the Bid Instructions, the undersigned (hereinafter called "Contractor") hereby proposes to furnish and/or install, as detailed In the specifications and elsewhere in these bid documents, BID FORM I LUMP SUM BID FOR EACH ITEM I ** ITEM 1 Provide and Install new switchgear doors complete with new electronic relays and controls and wIring changes per specification $92,280.00 $90,350.00 I I ITEM 2 Provide and Install new AC and DC panel-boards complete with CircUit breakers and required wiring changes as shown on the drawings $ N/A N/A I Subtotal Items 1-2 $ 92 , 280 . 00 $ 7,659.24 $90,350.00 Sales Tax (8 3%) 7,499.05 I Total Bid $99,939.24 $97,849.05 I Attached hereto IS a postal money order [ ], surety bond [X ] or cashier's check [ ], drawn in favor of the City of Port Angeles, In the amount of 5% of total amount of bid dollars ($ ), which amount is not less than five percent (5%) of the total bid price, I Reassignment of the bid award shall not be permitted unless authorized in writing by the City. I The Contractor warrants that he possesses adequate financial resources for the performance of the work covered by thiS bid and that the Contractor will provide the necessary tools, materials, equipment, a qualified superintendent and other employees as reqUired I ADDENDA ACKNOWLEDGMENT The bIdder hereby acknowledges that it has receIved Addenda Nos N / A to this project manual. The name of the bidder submitting thIS bid and its business phone number and address, to which address all communications concerned wIth thIS bid and with the contract shall be sent is lIsted below C I I ~~ Attest By' C h a r 1 esT. Bur k h a r d t Title' President I I, Address: 4230 Tumwater Truck Rt Port Angeles, WA 98363 I Phone (360) 457-5303 * * Prov ide ~nd install modi fied existing switchgear doors complete with new electronIc relays and controls and wiring changes per specifications I I ]-9 ...~ Cule Bid Bond (Public Work) Contractors Bonding and Insurance Company 1213 Valley Street P.O. Box 9271 Seattle, WA 98109-0271 For the CBIC branch nearest you, call Toll Free (888) 283-2242 (888) 293-2242 FAX INSURANCE Premium : Know all by these presents, That we, OLY~1PIC ELECTR.IC COMPAKY, INC. ,as PnnClpal, and Contractors Bonding and Insurance Company,as Surety, are held and firmly bound unto ~~'l'Y OF PORT l'J:~:jGELES ____ ________________ __________, Obligee, in the sum of 5% OF TOAL AMOnN'1' rnn Dollar~,($5't of ':.:'AD ) for the payment of whIch we bind ourselves, and our successors and assIgns, jointly and severally, firmly by these presents. Whereas, Pnnclpal has ~ubmltted or is about to submIt a bId to the Obligee on a contract for F.T.ECTRIC REBUILD "A'! STREET SUBSTATION rROJECT NO 04 16 ("Project"). Now, Therefore, the condition of thIs bond IS that if obligee accepts Pnnclpal's bId, and Prmcipal enters 111to a contract with the Obligee in conformance WIth the terms of the bid and provIdes such bond or bonds as may be specified in the blddmg or contract documents, then this obligation shall be void; otherWIse the Principal and Surety will pay to the Obligee the difference between the amout of the Pnnclpal's bId and the amount for whIch the Obligee shall in good faith contract WIth another person or entIty to perform the work covered by the Prmcipal's bId, but m no event shall the Surety's and PnnClpal's liabIlity exceed the penal sum of thIS bond. SIgned and sealed thlS~tb._ day of ~r_i_L ,20.0.6-_ . OLYMPIC ELECTRIC COMPANY IN6l:al) Pnncipal By, C 7/)~ , . ' .'\ \ .' " "" Contractors Bonding and Insurance Company ~ B~D~:e~'"m~-;nF,a .:;.~ ....... ... .':..<;- " ~- .' " ~ ... ' BndBID 01-US032905 Clllc LIMITED .POWER OF ATTORNEY XNSURANCE Not Valid for Bonds Executed On or After: DECEMBER 31ST, 2006 Power of Attorney Number:9S:3003 Only an unaltered original or this Power of Attorney document is valid. A valid original of this document is prInted on gray _securi?, ~aper with black and red ink and bears the seal ofContr3ctors Bonding and Insurance Company (the "Company"). The ongInal document contains a watermark with the letters "cbic" embedded in the paper rather than printed upon it. The watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document IS held to the light. This document is valid solely in connection with the executIon and dehvery of the bond bearing the number indicated below, and provided also that the bond is ufthe type mdicated below. This document is valid only if the bond is executed on or before the date mdicated above. . KNOW ALL MEN BY THESE PRESENTS, that the Company does he~eby make, constitute and appoint the following: aRIAN A. EDGREN, JOHN J O'BINGER, GERALD C. MAYER, RICHARD G. HECKER, TOD)) M. LEMMON and WENDY F. DAILEY its _true and lawful 'Atto~ney(s}-in-Fact, with full pow~ and autho~ity he~eby confe~~ed in its name, place and stead~ to exe~ute~ aCknowledge and delive~ on behalf of the Company: (l) any and all bonds and unde~takings of su~etyship given fo~ any . pu~ose, p~ovided, howeve~~ that no such pe~son shall beautho~ized to execute and delive~ any bond o~ unde~taking that shall obligate the Company fo~ any portion of- the penal sum the~eof in excess of $10,000,000, and p~ovided~ fu~the~, that no Atto~ney-in-Fact shall have the autho~ity to issue a bid o~ p~oposal bond fo~ any project whe~e, if a cont~act is awa~ded, any bond o~ unde~taking would be requi~ed with penal sum in excess of $10,000,000; and (2) consents, ~eleasesand othe~ simila~ documents ~equi~ed-by an obligee unde~ a c~nt~act bonded by th~ Company. This appointment is made unde~ the autho~ity of the Boa~d of Oi~ecto~s of theCompany.----~----------~------------------------- --------------~-~-------~-------~-------------------------------:-------------- -----------------~------------------~------------------------------------------ --------------------------------------------------~~----~-~-------------------- -~-----------~----~------------------------------------------------------------ --------------------------------------------------------------------~---------- --------------------~-_._-----------~---~-----------_.-----~~-----------~------ . CERTIFICATE - I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington corporation,. DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and has not been revoked. and. futhermore, that the resolutions of the Board of Directors set forth on the reverse _are now in full force and effect. Bond Number Signed and sealed this 18 th dli-yof April ~. R. Kitk Eland, Secretary .2006 - CHIC. 1213 Valley Street. P.O. Box 9271 . Seattle. WA 98109~027( (206) 622-7053 . (800) 765~CBIC (ToU Free) . (800) 950-1558 (FAX) PoaLPOA 07-usom04 PART 2 CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) .. PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this -I)~ay of May, 2006 by and between the City of Port Angeles, a non-charter code city of the State of ~t~n, hereinafter referred to as "the City", and Olympic Electric Co., Inc., a licensed electric utility construction contractor, hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1 ) Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Electric Rebuild - "A" Street Substation, Project 04-16 in accordance with and as described in a) this Contract and b) the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and c) the Special Provisions, hereinafter referred to as "the standard specifications", and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the Project Manual. 2) Time for Performance and Liquidated Damages. a) Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 90 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. b) If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration ofthe specified time. 3) Compensation and Method of Payment. a) The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. b) Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. 2-1 " c) Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form, d) Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). e) The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4) Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees ofthe Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5) Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6) Indemnification and Hold Harmless. a) The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. b) Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event ofliability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence ofthe Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 2-2 7) Insurance. " The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. a) Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: i)Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 0001 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. ii) Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products- completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 2503 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. iii) Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. b) Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: i) Automobile Liabilitv insurance with a minimum combined single limit for bodily injury and property damage of$I,OOO,OOO per accident. ii) Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. c) Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. i) The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. ii) The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has 2-3 been given to the City. .' d) Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. e) Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. f) Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 8) Compliance with Laws. a) The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. b) The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. c) The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. 9) Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: a) The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. b) The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. 10) Assignment. a) The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. b) The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 2-4 11 ) Contract Administration. This Contract shall be administered by Charles T. Burkhardt on behalf of the Contractor and by James L. Harper on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Olympic Electric Co., Inc 4230 Tumwater Port Angeles, W A 98363 City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12) Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: lY tl~r~;A~ (/t\~ 'J ~ JUV~ 1J;;::o~ City Attorney Olvmpic Electric Co., Inc. Name of Contractor ~ 7 ~"-\ -{ ~t4~~ By: Title: Attest: "\ 2-5 clJic Performance and Payment Bond (Public Work) Home Office 1213 Valley "[recl 1'0 Box 9271 Seattle, WA 98109-0271 For the CHIC branch neare!>t you, cull Toll Free (888) 283-2242 (888) 293-2242 F^X INSURANCE Bond Number: LC 3407 Premium: KNOW ALL PERSONS BY THESE PRESENTS, That we, Olympic Electric Co. Inc. , called the Principal, and Contractors Bonding and Insurance Company, a Washmgton corporation, called the Surety, are held and firmly bound unto City of Port Angeles , called the Obligee, m the sum of Ninty Nine Thousand Nine hundred thirty ninp ,1;,/4 r.p~~lars($99,qi9.24__) for the payment whereof said Principal and Surety bind themselves firmly by these presents. WHEREAS, the Principal has entered into a Contract with the Obligee dated to perform construction work at theWiring for a street substat i on-Insta 11 npw swi tch gear doors, complete with new elpr.tron i r. rp 1 i'lys ^' C'ontroJ s ("Contract") NOW, THEREFORE, the conditlOn of thIS obligation is such that If the PrinCIpal shall promptly and faithfully perform the construction work to be performed under the Contract and shall promptly make payment to all ClaImants, as hereinafter defined, for all labor and matenal used, consumed or incorporated in the performance of the work under the Contract, then this obligation shall be null and VOId, otherwise to remam in full force and effect Whenever PnnCIpal shall be, and be declared by OblIgee to be m default under the Contract for fallmg to perform the constructlOn work, the OblIgee havmg performed OblIgee's obligations thereunder, Surety shall, wlthm a reasonable tIme: 1. Upon entering into an acceptable takeover agreement with the OblIgee, undertake to complete the construction work to be done under the Contract, or 2 Obtam bIds or negotIated proposals from qualified contractors for completIOn of the comtructlOn wurh lu be done under the Contract, and arrange for a contract to be prepared for executlOn by the Obligee dnd the contractor, to be secured with a performance and payment bond executed by a qualified surety, or 3. Waive its right to perform and complete, arrange for completion, or obtain a new contractor 4. The Contract balance, as defined below, shall be credIted against the reasonable cost of completmg the construction work to be performed under the Contract. If completed by the OblIgee pursuant to paragraphs 2 or 3 above, and the reasonable cost of completmg the constructIOn work exceeds the Contract balance, the Surety shall pay to the OblIgee such excess, but in no event shall the aggregate lIability of the Surety exceed the amount of this bond. If the Surety completes the work pursuant to paragraph 1 above, that portion of the Contract balance as may be required to complete the constructIOn work to be done under the Contract and to reimburse the Surety for its outlays shall be paId to the Surety at the times and m the manner as said sums would have been payable to Principal had there been no default under the Contract To the extent that the Surety's outlays exceed the Contract balance paId to Surety by OblIgee, the Surety shall be entitled to a dollar for dollar reduction of its liabilIty under this bond, and the Surety's aggregate lIabIlIty shall not exceed the penal sum of this bond. The term "Contract balance" as used herem shall mean the total amount payable to OblIgee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to the Principal under the Contract. The term "constructlOn work," as used herein shall mean the providing by the Principal of all labor and/or matenal necessary to complete the Principal's scope of work under the Contract Notwithstandmg any language In the Contract to the contrary, the Surety shall not be lIable to the OblIgee or others for obligatiOns of the rnnClpai thdl dll' unrelated to the performance of the work under the Contract, and the Contract balance shall not be reduced or set off on account of any such unrelated obligations, nor for any related obhgatlOns that would not be covered under thiS bond. S Any SUIt by the Obligee under this bond must be mstituted before the earlier of (a) the expiration of one year from the date of substantial completion of the work, or (b) one year after the rrlnClpal ll:a~ed performmg the constructIOn work under the Contract. If this bond is proVIded to comply With PUbIC work~ bond statutes in the location where the construction work is bemg performed and the public works bond statutes contam a statute of limitations for suits on the performance bond, then the IImltatlOn penod set forth herein shall be read out of thiS bond and the statute of limitation set forth m the publIC works bond statutes shall be read into this bond. If the limitatlOn set forth m this bond is VOId or prohibIted by law, the minimum period of lImitatIOn avaIlable to suretIes as a defense m the JUrISdIctIOn of the SUIt shall be applicable. BndperPyPuW 01-032205 6 A Claimant IS defined as one other than the Obligee having a contract with the PnnCIpal or with a dlfect Contractor of the Pnncipal to supply labor and/or matenals and said labor and/or matenals are actually used, consumed or incorporated in the performance of the construction work 7, The above-named Principal and Surety hereby Jointly and severally agree with the OblIgee that ever, Claimant as herein defined who has not been paid m full before the expiratIOn of a penod of nmety (YU) days after the date on whICh the last of such Claimant's work or labor was done or performed or matenals were furnished by such Claimant, may bring SUIt on this bond, prosecute the SUIt to final judgment for the amount due under Claimant's contract for the labor and/or materials supplIed by the Claimant whIch were used, consumed or incorporated in performance of the constructlOn work, and have executIOn thereon; provided, however, that a Claimant havlllg a direct contractual relatIOnshIp With d Cuntrdllur uj the Principal shall have a right of actIOn on this bond only If said Claimant notifies the Surety m wrItmg of its claim within ninety (90) days from the date on which said Claimant did or performed the last labor and/or matenals for which the claim is made. The Obligee shall not be liable for the payment of any costs or expenses of any such suit. 8. No suit or action shall be commenced hereunder by any Claimant after the explIatlOn of one years after the day on which the Claimant last supplied the labor and/or matenals for which the claim IS made or (b) the hmltation period set forth in the public work bond statutes If any, m the locatIOn where the construction work IS being preformed. Any limitatIOn contained in this bond, whICh IS prohibited by any law controlhng in the state where the suit IS filed, shall be deemed to be amended so as to be equal to the mimmum penod of limitation permitted by the law of that state. 9 No suit or action shall be commenced hereunder by the Obligee or any Claimant other than III a state court of competent junsdiction in the county or other pohtical subdivislOn of the state m which the project, or any part thereof, is situated, or in the United States District Court for the distnct in which the project, or any part thereof, IS situated, and not elsewhere. 10 The amount of this bond shall be reduced by and to the extent of any payment or payments made by Surety m good faith hereunder whether made directly to Obligee or Clalmant(s) or otherWise in discharge of Principal's obligations The Surety's liability hereunder to the OblIgee and all Claimants is limited, smgly, or in the aggregate, to the penal sum of the bond set forth herem. The Surety may, at ItS optIOn, dIscharge all obhgations under this bond by mterpleading mto the registry of any court of competent lumdllllun of the full unused penal sum of thiS bond, or such portion thereof that Will satisfy the obiIgatlOm uwed to the Obhgee and/or the Clalmant(s). No right of action shall accrue on thiS bond to any person or entIty other than the Obligee and/or the Claimant(s). The bond shall not be liable for any lIabIlIty of PnnClpal for tortious acts, whether or not said liability IS direct or is Imposed by the Contract, and shall not serve as or be a substItute for or supplemental to any liabilIty or other insurance reqUIred by the Contract 11. If this bond is provided to comply With a statutory or other legal requirement for performmg constructIOn contracts for public owners in the locatIOn where the constructlOn work IS bemg performed, all provISIons in the bond are in addition to or differ from those statutory or legal requirements shall be read out of thIS bond, and all pertinent statutes and other legal requirements shall be read into the bond, Signed and sealed this 11 th day of May 2006 Olympic Electric Co. INC. (PnnClpal's Name) CONTRACTORS BONDING AND INSURANCE COMPANY BY' Ll/') ( fl/f, t-,,~ 1.4 By:J~J~ ~ ~y-- Wendy Z..D<:tile'y< .Attorney-m-taPt ~ " _1 ,....' Its: , . .' 1 '/ . ",' ) ( , ",' ,1 ~, \... flndPerPyl'uW () ].() ;22(1, ale ZNSURANCE. - ' LIMITED POWER O-F ATTORNEY Not Valid foJ;' Bonds Executed On or After: DECEMBER 31ST, 2006 Power of Attorney Number:99300S Only ~n unaltered original of this Power of Attorney document is valid. A valid original Qfthis document is printed on gray, seeunty paper with black and red ink and bears the seal of Contractors Bonding and Insurance Company (the "Company") The origmal document contains a watermark with the letters "cbic~' embedded in the paper rather than printed upon it. The watermark appears ill the blank space beneath the words "Limited Power of Attorney" at the top of the document and is visible when the document is held to the light. This document is valid solely in connection with the executiOn and delivery of the bond bearing the number indicafed below, ,and provided also that the bond is of the type mdicated below. This document is valid only iithe bond IS executerlQU or before the date mdicatedabove. KNOW ALL MEN BY THESE PRESENTS, that the company does hereby make, constitute and appoint the following~ BRIAN A. EDGREN, JOHN J O'BINGER, GER.A.LD C. MAYER, RICHARD G. HECKER, 'l'ODD M. LEMMON and WENDY F. DAILEY its ,true and lawful Attorney{s)-in-Fact, with full power and authority hereby conferred i~ its name, place and stead, to ~eeute, acknowledge ~nd deliver on behalf of the Company: (1) any and all bonds and undertakings of au~etyship given fo~ any purpose, provided, however, that no such person shall be authorized to egecute and delive~ any'bond or unde~taking that shal1 obligate the company for any po~tion of. the penal sum thereof in exees,s of $10,000,000, and.pro~ided,. further, that no Attorney-in-Fact shall have the authority, to 1ssue a bid or proposal bond for any project where, if a contract is awarded, any bond or undertaking would be required with penal sum in egcess of $10,000,000; and (2) consents, releases and other similar documents required by an obligee under a _contract bonded by the Company. This apPoi~tment is made under the authority of the Board of Directors of the Company.-----------------~--~--~~---------------- ------------------------------------------------------------------------------- --------~-------------------------------------------------~-------------------- ---------------------------------------~--------------------------------------- ~-------------~--~-----~-------------~-----------~------------~---------------- ---------------------------~---------------------------~-_.----~--------------- ----------------------~------------------~----~-------~------------------------- CERTIFICATE I, the undersigned secretary of Contractors Bonding and Insurance Company, a Washington. corporation, DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect apd has' not been revoked, and, futhermore, that the resolutions, of the Board of Directors set forth on the reverse are now in full force and effect. BondNumber LC'3407 Signed and sealed this 11 th- day of Hay ~~ R. Kitk Eland, Secretary 2006 ~ CBIC . 1213 Valley Street. P.O. Box 9271 . Seattle, WA 98109~0271 (206) 622-7053,. (800) 7Q5-CB1C (Toll Free) . (800) 950-1558 (FAX) l'oaLPOA.01-tJS051!04 PART 3 SPECIAL PROVISIONS SPECIAL PROVISIONS CHANGES IN WORK The City may, dUring the progress of this proJect, make changes in, additions to, or subtractions from the construction drawings and specifications as conditions warrant; provided, however, that if the cost to the Contractor shall be materially Increased by any such change, the City shall pay the Contractor for the reasonable cost thereof. No claim for additional compensation for any such change will be considered unless the Contractor shall have made a written request therefore to the City prior to the commencement of work in connection with such change. If the cost to the Contractor shall be materially decreased by any such change or subtraction, the City shall deduct an appropriate amount in accordance with an agreement signed by the City and the Contractor. II GUARANTEES The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fall to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. III PERFORMANCE BOND The Contractor shall provide an executed performance bond for the full contract amount. This performance bond shall. A Be on a City-furnished form, B Be signed by an approved surety (or sureties) that: 1. Is registered With the Washington State Insurance CommisSioner, and 2 Appears on the current AuthOrized Insurance List In the State of Washington published by the Office of the Insurance Commissioner, C Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; and D Guarantee that the surety shall Indemnify, defend, and protect the City against any claim of direct or indirect loss resulting from the failure. 1 Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, and 3-1 2. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work. The City may require sureties or surety companies on the performance bond to appear and qualify themselves. Whenever the City deems the surety or sureties to be inadequate, it may, upon written demand, require the Contractor to furnish additional surety to cover any remaining work. Until the added surety is furnished, payments on the contract will stop. IV LIQUIDATED DAMAGES: The City finds it impractical to calculate the actual cost of delays. Therefore, it has adopted the following formula to calculate liquidated damages for failure to complete the physical work of a contract on time. Accordingly, the Contractor agrees: A. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for physical completion, and B. To authorize the City to deduct these liquidated damages from any money due or coming to the Contractor. LIQUIDATED DAMAGES FORMULA LD = O.l5C/T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original contract amount T = original time for physical completion. When the contract work has progressed to the extent that the City has full and unrestricted use and benefit of the circuit switchers and electronic relays, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains to physically complete the total contract, the City may determine the contract work is substantially complete. The City will notify the Contractor in writing of the substantial completion date. For overruns In contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in contract time occurring after the substantial completion date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual physical completion date of all the contract work. The Contractor shall complete the remaining work as promptly as possible. Upon request by City Representative, the Contractor shall furnish a written schedule for completing the physical work on the contract 3-2 ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY ( A-3 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate offringe benefits On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements IS provided on the Benefit Code Key CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL Page 1 PREVAILING WAGE $33 46 $46.32 $4117 $1467 $40 23 $40.07 $40 07 $40 17 $40 22 $40.20 $40.20 $40 20 $41 07 $40 27 $40.20 $40 20 $40.20 $40 20 $33 46 $8319 $39.51 $40.77 $40 28 $4077 $40 82 $42 34 $40 28 $4077 $40 40 $40 29 $937 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1N 5D 1C 5N 1M 5A 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1M 5D 1N 5D 1M 5D 8A 1M 5D 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1T 5D 8L 1E 5P CLALLAM COUNTY EffectIve 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS - INSIDE CABLE SPLICER $50.60 10 5A CABLE SPLICER (TUNNEL) $54.40 ' 10 5A CERTIFIED WELDER $48 88 10 5A CERTIFIED WELDER (TUNNEL) $52 50 1D 5A CONSTRUCTION STOCK PERSON $26.72 10 5A JOURNEY LEVEL $47.15 10 5A JOURNEY LEVEL (TUNNEL) $50.60 10 5A ELECTRICIANS - MOTOR SHOP CRAFTSMAN $1537 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER $52.38 4A 5A CERTIFIED LINE WELDER $47.88 4A 5A GROUNDPERSON $34.87 4A 5A HEAD GROUNDPERSON $36.75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47.88 4A 5A JACKHAMMER OPERATOR $36.75 4A 5A JOURNEY LEVEL L1NEPERSON $47.88 4A 5A LINE EQUIPMENT OPERATOR $40.87 4A 5A POLE SPRAYER $47 88 4A 5A POWDERPERSON $36 75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 ELEVATOR CONSTRUCTORS MECHANIC $55.22 4A 6Q MECHANIC IN CHARGE $60 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 FENCE ERECTORS FENCE ERECTOR $1380 FENCE LABORER $11 60 FLAGGERS JOURNEY LEVEL $28.78 1N 5D GLAZIERS JOURNEY LEVEL $41.15 1H 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $43 68 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $1600 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $33 94 1N 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 INLAND BOATMEN CAPTAIN $36 83 1K 5B COOK $31 21 1K 5B DECKHAND $30.58 1K 5B ENGINEER/DECKHAND $33.25 1K 5B MATE. LAUNCH OPERATOR $34.87 1K 5B Page 2 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR GROUT TRUCK OPERATOR HEAD OPERATOR TECHNICIAN TV TRUCK OPERATOR INSULATION APPLICATORS JOURNEY LEVEL IRONWORKERS JOURNEY LEVEL LABORERS ASPHALT RAKER BALLAST REGULATOR MACHINE BATCH WEIGHMAN BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CASSION WORKER CEMENT DUMPER/PAVING CEMENT FINISHER TENDER CHANGE-HOUSE MAN OR DRY SHACKMAN CHIPPING GUN (OVER 30 LBS) CHIPPING GUN (UNDER 30 LBS) CHOKER SETTER CHUCK TENDER CLEAN-UP LABORER CONCRETE DUMPER/CHUTE OPERATOR CONCRETE FORM STRIPPER CONCRETE SAW OPERATOR CRUSHER FEEDER CURING LABORER DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED DITCH DIGGER DIVER DRILL OPERATOR (HYDRAULIC, DIAMOND) DRILL OPERATOR, AIRTRAC DUMPMAN EPOXY TECHNICIAN EROSION CONTROL WORKER FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (I.e., dustrng, vacuuming, window cleaning; NOT construction debris cleanup) FINE GRADERS FIRE WATCH FORM SETTER GAB ION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER Page 3 PREVAILING WAGE $9.73 $11.48 $12.78 $763 $1053 $20 50 $44 61 $33 94 $33.46 $28 78 $33 46 $33 46 $33.46 $33.46 $34.30 $33.94 $33.46 $33.46 $33.94 $33 46 $33 46 $33 46 $33.46 $33.94 $33 46 $33.94 $28.78 $33 46 $33 46 $33 46 $34.30 $33 94 $34 30 $33 46 $33.46 $33 46 $33 94 $26 46 $33.46 $28.78 $33.46 $33 46 $33 46 $33.94 $33 46 $33 46 (See Benefit Code Key) Over Time Holiday Note Code Code Code 10 5A 1N 50 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 50 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 50 1N 50 1N 50 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification GUARDRAIL ERECTOR HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIERlMORTARMAN JACKHAMMER LASER BEAM OPERATOR MANHOLE BUILDER-MUDMAN MATERIAL YARDMAN MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE POT TENDER PIPE RELlNER (NOT INSERT TYPE) PIPELA YER & CAULKER PIPELA YER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDERMAN HELPER POWERJACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN RIPRAP MAN RODDER SCAFFOLD ERECTOR SCALE PERSON SIGNALMAN SLOPER (OVER 20") SLOPER SPRA YMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER-TAILER TRACK LABORER TRACK LINER (POWER) TRUCK SPOTTER TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR VINYL SEAMER WELDER WELL-POINT LABORER Page 4 PREVAILING WAGE $33 46 $34.30 $33.94 $33 46 $34 30 $33 94 $33.94 $33.94 $33 94 $33 46 $34.30 $33.94 $33 94 $28.78 $33.94 $33.94 $33.94 $34 30 $33 94 $33.46 $34 30 $33.46 $33 94 $33 94 $34.30 $33.46 $33 94 $33 46 $33.46 $33 46 $33 94 $33 46 $33.94 $33.94 $33 46 $33.46 $33.94 $33 94 $33.46 $33 46 $33 46 $33 94 $33 46 $33 94 $33 46 $33 94 $33 46 $33.46 $33 94 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D 1N 5D CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $33.46 1N 50 PIPE LAYER $33.94 1N 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 42 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $7.81 LANDSCAPING OR PLANTING LABORERS $7.93 LATHERS JOURNEY LEVEL $40.22 1M 50 METAL FABRICATION (IN SHOP) FITTERlWELDER $15.16 LABORER $11.13 MACHINE OPERATOR $10.66 PAINTER $11 41 PAINTERS JOURNEY LEVEL $32 63 2B 5A PLASTERERS JOURNEY LEVEL $25.83 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $53.39 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $38.42 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $41 12 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) $41.59 1T 5D 8L BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER WITH $42.13 1T 50 8L BACKHOES, (75 HP & UNDER) $40 71 1T 50 8L BACKHOES, (OVER 75 HP) $41.12 1T 50 8L BARRIER MACHINE (ZIPPER) $41 12 1T 5D 8L BATCH PLANT OPERATOR, CONCRETE $41.12 1T 50 8L BELT LOADERS (ELEVATING TYPE) $40.71 1T 50 8L BOBCAT (SKID STEER) $38 42 1T 5D 8L BROOMS $38.42 1T 5D 8L BUMP CUTTER $41.12 1T 50 8L CABLEWA YS $41.59 1T 50 8L CHIPPER $41.12 1T 50 8L COMPRESSORS $38 42 1T 50 8L CONCRETE FINISH MACHINE - LASER SCREED $38 42 1T 50 8L CONCRETE PUMPS $40.71 1T 50 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $41.12 1T 5D 8L CONVEYORS $4071 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $40 71 1T 50 8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS $41.12 1T 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING $41.59 1T 50 8L JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $42 13 1T 5D 8L WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $42 68 1T 5D 8L WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $38 42 1T 50 8L CRANES, A-FRAME, OVER 10 TON $40.71 1T 50 8L Page 5 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $43 22 1T 50 8L ATTACHMENTS CRANES, OVERHEAD, BRIOGE TYPE ( 20 - 44 TONS) $41 12 1T 50 8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 TONS) $41 59 1T 5D 8L CRANES, OVERHEAD, BRIOGE TYPE (100 TONS & OVER) $42.13 1T 50 8L CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $42 13 1T 50 8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $42.68 1T 50 8L CRUSHERS $41.12 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $41.12 1T 50 8L DERRICK, BUILOING $41 59 1T 50 8L DOZERS, 0-9 & UNDER $40 71 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $40 71 1T 50 8L DRILLING MACHINE $41 12 1T 50 8L ELEVATOR AND MANLlFT, PERMANENT AND SHAFT-TYPE $38 42 1T 50 8L EQUIPMENT SERVICE ENGINEER (OILER) $40 71 1T 50 8L FINISHING MACHINE/BIDWELL GAMACO ANO SIMILAR EQUIP $41.12 1T 50 8L FORK LIFTS, (3000 LBS AND OVER) $4071 1T 50 8L FORK LIFTS, (UNDER 3000 LBS) $38.42 1T 50 8L GRAOE ENGINEER $40.71 1T 50 8L GRADECHECKER ANO STAKEMAN $38.42 1T 50 8L GUARDRAIL PUNCH $41.12 1T 50 8L HOISTS, OUTSIDE (ELEVATORS AND MANLlFTS), AIR TUGGERS $40 71 1T 50 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $40.71 1T 50 8L HORIZONT AUDIRECTIONAL ORILL OPERATOR $41.12 1T 50 8L HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $38.42 1T 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $40.71 1T 50 8L LOADERS, OVERHEAD (6 YO UP TO 8 YD) $41 59 1T 50 8L LOADERS, OVERHEAO (8 YD & OVER) $42.13 1T 50 8L LOADERS, OVERHEAD (UNOER 6 YO), PLANT FEED $41.12 1T 50 8L LOCOMOTIVES, ALL $41.12 1T 50 8L MECHANICS, ALL $41 59 1T 50 8L MIXERS, ASPHALT PLANT $4112 1T 50 8L MOTOR PATROL GRADER (FINISHING) $41 12 1T 50 8L MOTOR PATROL GRADER (NON-FINISHING) $4071 1T 50 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $41.59 1T 50 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEOING $38.42 1T 50 8L OPERATOR PAVEMENT BREAKER $38 42 1T 50 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $41.12 1T 50 8L PLANT OILER (ASPHALT, CRUSHER) $4071 1T 50 8L POSTHOLE DIGGER, MECHANICAL $38.42 1T 50 8L POWER PLANT $38 42 1T 50 8L PUMPS, WATER $38 42 1T 50 8L QUAD 9, D-10, AND HD-41 $41 59 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $41.59 1T 50 8L EQUIP RIGGER AND BELLMAN $38 42 1T 50 8L ROLLAGON $41 59 1T 50 8L ROLLER, OTHER THAN PLANT ROAD MIX $38 42 1T 50 8L ROLLERS, PLANTMIX OR MULTILlFT MATERIALS $4071 1T 50 8L ROTO-MILL, ROTO-GRINDER $41 12 1T 50 8L SAWS, CONCRETE $40 71 1T 50 8L Page 6 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YO) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YO AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLlPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLAW KNOX SUBGRADE TRIMMER TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) TRACTORS, (OVER 75 HP) TRANSFER MATERIAL SERVICE MACHINE TRANSPORTERS, ALL TRACK OR TRUCK TYPE TRENCHING MACHINES TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) TRUCK CRANE OILER/DRIVER (100 TON & OVER) TRUCK MOUNT PORTABLE CONVEYER WHEEL TRACTORS,FARMALL TYPE YO YO PAY DOZER POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL RESIDENTIAL GLAZIERS JOURNEY LEVEL RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL RESIDENTIAL LABORERS JOURNEY LEVEL RESIDENTIAL PAINTERS JOURNEY LEVEL RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL Page 7 PREVAILING WAGE $41.12 $41.59 $40.71 $41.12 $38 42 $41 59 $41.12 $41.12 $40.71 $40.71 $41.12 $41.12 $41.59 $40.71 $40.71 $41 12 $41.12 $38.42 $41.12 $34 75 $33.00 $33 43 $31.10 $23.43 $27.68 $4117 $17.85 $25.63 $1800 $27.78 $1684 $986 $18.08 $15.97 $1460 (See Benefit Code Key) Over Time Holiday Note Code Code Code 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 1T 50 8L 4A SA 4A SA 4A SA 4A SA 4A SA 1M SA CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL REFRIGERATION & AIR CONDITIONING JOURNEY LEVEL $51 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $31 02 1E 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 ROOFERS JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37 53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $48 22 1E 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $1929 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $1215 SOFT FLOOR LAYERS JOURNEY LEVEL $33.04 1B 5A SOLAR CONTROLS FOR WINDOWS JOtJRNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $1967 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11 40 PARTY CHIEF $13.40 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $28.24 10 5A TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $28.92 2B 5A HOLE DIGGER/GROUND PERSON $1622 2B 5A INSTALLER (REPAIRER) $27.74 2B 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $26.90 2B 5A SPECIAL APPARATUS INSTALLER I $28.92 2B 5A SPECIAL APPARATUS INSTALLER \I $28.34 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $28 92 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $26 90 2B 5A TELEVISION GROUND PERSON $15.39 2B 5A TELEVISION L1NEPERSONIINSTALLER $20.45 2B 5A TELEVISION SYSTEM TECHNICIAN $24.32 2B 5A TELEVISION TECHNICIAN $21 88 2B 5A TREE TRIMMER $26 90 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $38 43 1B 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $32 26 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $33 40 1K 5A Page 8 CLALLAM COUNTY Effective 03-03-06 ***************************************************************************************************************** Classification TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) ASPHALT MIX (OVER 16 YARDS) DUMP TRUCK DUMP TRUCK & TRAILER OTHER TRUCKS TRANSIT MIXER WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER OILER WELL DRILLER PREVAILING WAGE (See Benefit Code Key) Over Time Code Holiday Code Note Code $37.94 $38.52 $20.23 $20 23 $38 52 $23 73 $11 60 $9.45 $11 60 5D 5D 8L 8L 1T 1T 1 1 1T 1 5D 8L Page 9 ATTACHMENTB CONSTRUCTION CHANGE ORDER PROCEDURES PUBLIC WORKS DEPARTMENT - POLICY AND PROCEDURES CHANGE ORDERS ON CONSTRUCTION CONTRACTS PW-404 1.0 PURPOSE: 1.1 1.2 1.3 To provide instructions to field inspectors and office personnel on procedures for contract change orders. To improve record keeping on construction projects. To provide a uniform method for contract change orders 2.0 ORGANIZA TIONS AFFECTED: 2.1 Public Works Engineering staff 2.2 Engineers and Architects on City managed construction projects 3.0 POLICY: 3.1 3.2 All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. All change orders to contracts shall be approved in accordance with City Council Resolution No.7-0. Change Order authorization by the Director of Public Works & Utilities and the City Manager shall not exceed their statutory limits of$5,000 and $15,000 respectively. When it is anticipated their authority will be exceeded, approval shall be obtained from the next higher authority. 3.3 4.0 DEFINITIONS: 4.1 RFI: 4.2 CCO: Request for Information. Construction Change Order 5.0 PROCEDURES: 5.1 A construction contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form, PW-404_02. 5.2 The person completing the form shall fill in all areas of the form and sign the request. 5.3 The paperwork flow on the change order shall proceed as shown on the attached diagram, PW- 404 03. 5.4 The change order form is PW-404_04. 6.0 APPENDIX: 6.1 The "RFI" Form ...............................................................................................PW-404_02 [12/01] 6.2 Procedure flow for Change Orders...................................................................PW-404_03 [12/01] 6.3 Change Order Form..........................................................................................PW-404_04 [12/01] 6.4 RFI Request Log ..............................................................................................PW-404_05 [12/01] 6.5 Resolution 7-01 authorizing approval of Change Orders B~I City of Port Angeles 321 East Fifth St. P.O. Box 1150 Port Angeles, W A 98362 REQUEST FOR INFORMATION No. PH. 360417-4700 FAX. 360417-4709 TITLE: DATE: PROJECT: JOB: TO: requested By' Signed: Date: B-2 CONTRACT CHANGE ORDER (CCO) NO. Project Name Electric Rebuild "A" Street Substation Date: Contractor Project No. 04-15 DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ ] Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds and/or deletes bid items as follows: Item No DescnptlOn RFI# Qty. Unit *$ Cost Per Urnt *$ Cost *Net $ Cost AdJ Days Orig Rev Ong 2 Rev * CURRENT CONTRACT * EST NET CHANGE THIS CHANGE ORDER TOTAL CHANGE ORDERS, INCLUDING THIS ONE *EST. CONTRACT AFTER THIS CHANGE ORDER DAYS: DAYS: DAYS: DAYS: DAYS: * Sales Tax not included All work, materials and measurements to be m accordance wIth the prOVISions of the ongmal contract and/or the standard specificatIOns and speCial provISIons for the type of constructIOn mvolved The payments and/or additIOnal tIme specified and agreed to m thiS order mclude every claim by the Contractor for any extra payment or extension of lime wIth respect to the work descnbed herem, mcludmg delays to the overall project PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROV AL DATE N/A B-3 DCVR REQUEST LOG PROJECT: Electric Rebuild - "A" Street Substation PROJECT NUMBER:04-16 NO. ORIG. DATE DESCRIPTION COST DATE DATE R REMARKS ORlG. Y/N REC'D REPLY E REC'D P L Y \ PW-404_05 [10/95) B-4 ATTACHMENT C CONTRACTOR APPLICATION FOR PAYMENT CONTRACTOR'S APPLICAtiON FOR PAYMENT TO: City of Port Angeles FROM: Olympic Electric Co , Inc. Public Works & Utilities Department 4230 Tumwater P.O. Box 1150 Port Angeles, WA 98362 Port Angeles, WA 98363 DATE: PROJECT NAME: Electric Rebuild "A" Street Substation PAYMENT REQUEST NO. PROJECT NUMBER: 04-16 PERIOD From: to. STATEMENT OF CONTRACT ACCOUNT Contract Amount Thru Approved Change Order No _ $ [Excluding Sales Tax] 1 Work Completed to Date [per attached continuation sheets] $ 2 Sales Tax (Port Angeles IS 8.3% of [2]) $ 3 Amount Retained (5% of [2])** $ 4 Subtotal ([2]+[3]-[4]) $ 5 Total Previously Paid [Deduction] $ 6 AMOUNT DUE THIS REQUEST ([5]-[6]) $ 7 *correspond to column letters shown on the continuation sheet. C-I CONTRACTOR'S APPLICATION FOR PAYMENT WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (I) all lower-tire subcontractors/suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance 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: Olympic Electric Co., IDe SIGNATURE: PRINTED NAME AND TITLE: day of ,2006. SUBSCRIBED AND SWORN to before me this Notary Public in and for the State of residing at My appointment expires APPROV AL: Project Manager Date City Engineer Date Director Date PW-402.13 [rev. 1101] c- 1-2 ELECTRIC REBUILD "A" STREET SUBSTATION PROJECT 04-16 No. BID ITEM COST PERCENT COST INVOICE INVOICE COST COST CONTRACT CONTRACTED COMPLETE WORK NUMBER NUMBER PREVIOUS THIS INVOICE REMAINING ITEM TO DATE APPLICATIONS 1 Provide and install new switchgear doors complete with new electronic relays and controls and wiring changes per speCIficatIon. 2 Provide and install new AC and DC panel-boards complete with Circuit breakers and required wiring changes as shown on the drawinas. Subtotal Sales Tax (8 3%) Total Cost Company Name. Authorized Signature. C-3 A TT ACHMENT D CONSTRUCTION SPECIFICATIONS ,- c- 1-3 CITY OF PORT ANGELES, WASHINGTON PUBLIC WORKS AND UTILITIES DEPARTMENT SPECIFICATIONS AND DRAWINGS for the construction of the /I A" STREET SUBSTATION PROTECTIVE RELAY REPLACEMENT PROJECT **** Vancouver, Washington March 2005 TRIAXIS ENGINEERING, INC. I tXPiAES 9 -~-ZOO~ ) Copyright TRIAXIS ENGINEERING, INC. 2005 Project No. Y4336 Copy No. CONTENTS SPECIFICATIONS Section.................................................................................................................... Pages Construction Work Plan ....... ........ ................ ........ ...................................... .............. D- 3 ELECTRICAL General Requirements for Electric Utility Construction Projects ............................. D4 - D9 Substation Material............ ........... ...... ....... .............. ............ ................. ........ ..... ....... D 1 0 - D 11 Substation Conduit ............. ...... .......... ......... ............. ....................... .......... .......... ...... D 12 - D 13 Substation Relay & Control Switchboard Panels...................................................... D 14 - D 18 Substation Acceptance Testing ............ ...... ........ ............. ............... ..................... ...... D 19 - D22 D-2 "A" Street Substation Relay Replacement Project Construction Work Plan GENERAL OVERVIEW The project consists of removing the existing main and feeder breaker protective relays and panels, fabricating new panels to replace existing panels, and installing and connecting the new relays and panels. The Contractor will also provide relay setting and testing services for the protective relays and all other installed equipment. The Contractor shall install a manual station service power transfer switch as directed by Owner and reconnect the existing station service to be the normal source to the transfer switch. The transfer switch load connection is to be connected to the new AC panel. The Contractor will connect Owner-installed alternate-source conduit to the transfer switch. The Contractor shall install new AC and DC load centers and breakers as indicated in the drawings and as directed by Owner. The Contractor shall remove the existing battery charger and install it on the wall at right of the battery bank, below the undervoltage relay as directed by the Owner. REMOVALS The Contractor will remove equipment as marked on the construction drawings. Major items are the existing feeder and main relay panels. All unused wiring shall be removed unless otherwise directed by Owner. No abandoned wiring shall be left in place unless directed by Owner. All removed equipment will be delivered to the Owner. CHANGES REQUIRED IN EXISTING CONTROL HOUSE The Contractor will supply, install and make functional new switchgear panel/door for the main breaker protection relay, controls and devices per the construction drawings. The Contractor will supply new, complete, feeder relay control panels and install them as required to make a functioning control system and as shown on the drawings. The Contractor will provide, install and connect a 100A 120/240V AC manual station service power transfer switch, new DC load center, and new 100A AC load center. DOCUMENTATION The Contractor will be required to work with the Engineer and produce "As Built" drawings acceptable to the Owner and Engineer. The Contractor will supply two (2) sets of Instruction and Maintenance Manuals for all relay models and all control devices supplied by the Contractor. TESTING The Contractor shall test relays, control circuits, and wiring; provide injection testing to verify all CT and PT wiring is correct; and install relay settings and test accordingly. See the Testing Specification for details. D-3 GENERAL REQUIREMENTS FOR ELECTRIC UTILITY CONSTRUCTION PROJECTSP ART 1 SITE CONDITIONS I. PART 1 SITE CONDITIONS A. SITE INVESTIGATION AND REPRESENTATION 1. The CONTRACTOR acknowledges that they have satisfied themselves as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, access to the site, disposal, handling and storage of materials, availability oflabor, water, electric power, roads, and uncertainties of weather, water levels, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and all other matters which can in any way affect the work or the cost thereof under this Contract. 2. The CONTRACTOR further acknowledges that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from his inspection of the site and from reviewing any available records of exploratory work furnished by the OWNER or included in these Documents. Failure by the CONTRACTOR to acquaint himself with the physical conditions of the site and all the available information will not relieve him from responsibility for properly estimating the difficulty or cost of successfully performing the work. 3. The CONTRACTOR warrants that as a result of his examination and investigation of all the aforesaid data that he can perform the work in a good and workmanlike manner and to the satisfaction of the OWNER. The OWNER assumes no responsibility for any representations made by any of its officers or agents during or prior to the execution of this Contract, unless (1) such representations are expressly stated in the Contract, and (2) the Contract expressly provides that the responsibility therefor is assumed by the OWNER. B. CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE 1. Where the CONTRACTOR's operations could cause damage or inconvenience to telegraph, telephone, television, power, oil, gas, water, sewer, or other systems, the operations shall be suspended until all arrangements necessary for the protection of these utilities and services have been made by the CONTRACTOR. 2. Notify all utility offices which are affected by the construction operation at least 48 hours in advance. Under no circumstances expose any underground utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. 3. The CONTRACTOR shall be solely and directly responsible to the OWNER and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. 4. Neither the OWNER nor its officers or agents shall be responsible to the CONTRACTOR for damages as a result of the location of underground utilities being other than that shown on the Drawings, for the existence of underground utilities not shown on the Drawings, or the CONTRACTOR's failure to protect utilities encountered D-4 in the work. 5. In the event of interruption to domestic water, sewer, storm drain, or other utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to exist outside working hours unless prior approval is granted. 6. The CONTRACTOR shall replace, at his own expense, any and all existing utilities or structures removed or damaged during construction, unless otherwise provided for in these Contract Documents or ordered by the OWNER. C. INTERFERING FACILITIES 1. Take necessary precautions to prevent damage to existing facilities or structures whether on the surface, aboveground, or underground. An attempt has been made to show major facilities and structures on the Drawings. While the information has been compiled from the best available sources, its completeness and accuracy cannot be guaranteed, and it is presented simply as a guide to possible difficulties. 2. Where existing buildings, poles, or any other structure must be removed in order to properly carry out the construction, or are damaged during construction, restore to their original condition to the satisfaction of the property owner involved at the CONTRACTOR's own expense. Notify the OWNER of any damaged underground structure, and make repairs or replacements before backfilling. II. PART 2 TEMPORARY CONSTRUCTION UTILITIES AND FACILITIES A. TEMPORARYWATER 1. The CONTRACTOR shall make his own arrangements to obtain suitable water and shall pay all costs. B. TEMPORARY ELECTRIC POWER 1. Subject to the OWNER's approval, temporary electric power for use during construction may be obtained from OWNER's electric system where adequate facilities, capacity, and switching are available, and where the normal operation of any of the OWNER's facilities will not be adversely affected. In such case, the CONTRACTOR shall make arrangements for obtaining a separate electric power service and pay all costs for the electric power used during the construction. C. SAFETY REQUIREMENTS FOR TEMPORARY ELECTRIC POWER 1. Temporary electric power installation shall meet the construction safety requirements of the NESC, OSHA, and state and other governing agencies. D. STORAGE OF MATERIALS 1. Materials shall be so stored as to ensure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground. Materials subject to vandalism shall be placed under locked cover. Stored materials shall be located so as to facilitate prompt inspection. Private property shall not be used for storage purposes without the written permission of the property owner or lessee. 2. CONTRACTOR shall store materials and equipment within the OWNER's property D-5 III. PART 3 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS A. MOVE IN AND SITE PREP ARA TION 1. Set up construction facilities in a neat and orderly manner within designated area at location of choice as approved. Accomplish all required work in accordance with applicable portions of these Specifications or as approved. Confine operations to work areas described or as approved. IV. PART 4 PUBLIC SAFETY AND CONVENIENCE A. ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS 1. Authorized representatives of the United States Environmental Protection Agency, the State Department of Transportation, State Board of Health, and other government officials shall at all times have safe access to the work wherever it is in preparation or progress, and the CONTRACTOR shall provide proper facilities for such access and inspection. B. PROTECTION OF PROPERTY 1. Protect stored materials, landscaping, and other items located adjacent to the proposed work. Notify property owners affected by the construction at least 48 hours in advance of the time construction begins. During construction operations, construct and maintain such facilities as may be required to provide access by all property owners to their property. C. FIRE PREVENTION AND PROTECTION 1. The CONTRACTOR shall perform all work in a fire-safe manner. He shall supply and maintain on the site adequate fire-fighting equipment capable of extinguishing incipient fires. 2. The CONTRACTOR shall comply with applicable federal, local, and state regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standard for Safeguarding Building Construction Operations, (NFP A No. 241) shall be followed. D. CONTAMINATION PRECAUTIONS 1. Prevent contamination of the project area. Do not dump waste oil, rubbish, or other similar materials on the ground. Use caution to prevent stream or groundwater contamination. Do not deposit materials of any type in any stream. Upon completion of the project, remove the construction facilities, complete, and clean up the construction area to the satisfaction of the OWNER. V. PART 5 PRESERVATION, RESTORATION, AND CLEANUP A. SITE RESTORATION AND CLEANUP 1. At all times during the work, keep the premises clean and orderly, and upon completion ofthe work, repair all damage caused by equipment and leave the project free of rubbish or excess materials of any kind. 2. Stockpile excavated materials in a manner that will cause the least damage to adjacent lawns, grassed areas, gardens, shrubbery, or fences, regardless of whether these are on private property, or on city, state, or county rights-of-way. Remove all excavated materials from grassed and planted areas, and leave these surfaces in a condition equivalent to their original condition. Replace topsoiled areas as specified in Section 002100, SUBSTATION EARTHWORK, raked and graded to conform to their original D-6 contours. 3. All existing drainage ditches and culverts shall be reopened and graded and natural drainage restored. Restore broken or damaged culverts to their original condition and location. 4. Upon completion of constructing operations, hand-rake and drag all former grassed and planted areas, leaving all disturbed areas free from rocks, gravel, clay, or any other foreign material. The finished surface shall conform to the original surface, and shall be free-draining and free from holes, ruts, rough spots, or other surface features detrimental to a seeded area. 5. The CONTRACTOR shall replace damaged or destroyed vegetation in a manner suitable to the OWNER. All surface restoration shall be the responsibility of the CONTRACTOR. B. FINISHING OF SITE, BORROW, AND STORAGE AREAS 1. Upon completion of the project, all areas used by the CONTRACTOR shall be properly cleared of all temporary facilities, anchors, structures, rubbish, and waste materials and properly graded to drain and blend in with the adjacent land. Areas used for the deposit of waste materials shall be finished to properly drain and blend with the surrounding terrain. C. STREET CLEANUP DURING CONSTRUCTION 1. Thoroughly clean all spilled soil, gravel, or other foreign material caused by the construction operations from all streets and roads at the conclusion of each day's operation. D. DUST PREVENTION 1. If required by the OWNER, give all unpaved streets, roads, detours, or haul roads used in the construction area an approved dust-preventive treatment or periodically water to prevent dust. Applicable environmental regulations for dust prevention shall be strictly enforced. VI. PART 6 SUBMITTALS DURING CONSTRUCTION A. GENERAL 1. The following requirements are in addition to any specific requirements for submittals specified in other sections of these Contract Documents. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. 2. Approval of substitutions, schedules, lists of materials, and procedures submitted or requested by the CONTRACTOR shall not add to the Contract amount, and any additional costs which may result therefrom shall be solely the obligation of the CONTRACTOR. 3. It shall not be the responsibility of the OWNER to provide engineering or other services to protect the CONTRACTOR from additional costs accruing from such approvals. 4. The OWNER is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefor. 5. No equipment or material for which listings, drawings, or descriptive material is required shall be installed until the OWNER has on hand copies of such approved lists and the appropriately stamped final shop drawings. D-7 6. The review of drawings by the OWNER will be limited to general design requirements only, and shall in no way relieve the CONTRACTOR from responsibility for errors or omissions contained therein. 7. Submittals will be acted upon by the OWNER as promptly as possible, and returned to the CONTRACTOR not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for resubmittals shall not constitute reason for an extension of Contract time. B. SHOP DRA WING SUB MITT AL PROCEDURE 1. The CONTRACTOR shall submit to the OWNER for his review three copies of shop drawings and/or catalog cuts or catalog numbers for all fabricated and manufactured items for the construction including, but not limited to, pole line hardware, grounding materials, and communication cable and supporting hardware. Shop drawings shall be submitted in sufficient time to allow the OWNER not less than 14 regular working days for examining the shop drawings. 2. These shop drawings shall be accurate, distinct, and complete, and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and Specifications. 3. Unless otherwise approved by the OWNER, shop drawings shall be submitted only by the CONTRACTOR, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the CONTRACTOR) has checked and approved the shop drawings, and that the work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the OWNER to correct or finish will not be acceptable, and shop drawings which, in the opinion of the OWNER, clearly indicate that they have not been checked by the CONTRACTOR will be considered as not complying with the intent ofthe Contract Documents and will be returned to the CONTRACTOR for resubmission in the proper form. 4. When the shop drawings have been reviewed by the OWNER, one set of submittals will be returned to the CONTRACTOR appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one set will be returned to the CONTRACTOR with such changes or corrections indicated, and the CONTRACTOR shall correct and resubmit the shop drawings in the same manner and quantity as specified for the original submittal, unless otherwise directed by the OWNER. If changes are made by the CONTRACTOR (in addition to those requested by the OWNER) on the resubmitted shop drawings, such changes shall be clearly explained in a transmittal letter accompanying the resubmitted shop drawings. 5. The review of such shop drawings, catalog cuts, and catalog numbers by the OWNER shall not relieve the CONTRACTOR from responsibility for correctness of dimensions, fabrication details, and space requirements, or for deviations from the Contract Drawings or Specifications, unless the CONTRACTOR has called attention to such deviations in writing by a letter accompanying the shop drawings and the OWNER approves the change or deviation in writing at the time of submission; nor shall review by the OWNER relieve the CONTRACTOR from the responsibility for errors in the shop drawings. When the CONTRACTOR does call such deviations to the attention of the OWNER, the CONTRACTOR shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. 6. The CONTRACTOR agrees that shop drawing submittals processed by the OWNER do not become Contract Documents and are not Change Orders; that the D-8 purpose of the shop drawing review is to establish a reporting procedure and is intended for the CONTRACTOR's convenience in organizing his work and to permit the OWNER to monitor the CONTRACTOR's progress and understanding of the design. VII. PART 7 MA TERIAL AND EQUIPMENT A. MATERIALS 1. The CONTRACTOR shall furnish and install all materials not furnished by the OWNER. 2. Where material is specified, and not furnished by the OWNER, the CONTRACTOR shall furnish the material item as specified, or an equivalent as approved by the OWNER. The CONTRACTOR shall identically match OWNER-furnished materials when furnishing additional units of those items. 3. All incidental materials, connections, and other items which are not shown on the Drawings and Construction Details, and which are necessary to complete the work as specified herein, shall be furnished and installed by the CONTRACTOR as though such materials, connections, and other items were shown on the Drawings and Construction Details. 4. Manufacturer, type, and catalog number specify the type and quality of equipment and material to be installed. Products by other manufacturers of equivalent quality and characteristics are acceptable, if approved, in writing, by the OWNER. 5. All materials furnished and installed by the CONTRACTOR shall be new and suitable for the intended purpose. Catalog numbers or shop drawings of all items of material shall be submitted to the OWNER for approval, prior to placement of material orders by the CONTRACTOR. VIII. PART 8 EXECUTION A. PROJECT COORDINATION 1. Once a month, CONTRACTOR shall prepare a one-page brief including, but not limited to, work completed, work in progress, work to be done, changes in schedule, and estimated completion date. 2. Once a week, CONTRACTOR and OWNER shall meet to discuss work in progress and schedules for the upcoming weeks. Meetings will be informal in nature. Meetings are meant to ensure coordination between all parties involved is maintained. D-9 SUBSTATION EQUIPMENT I. PART 1 GENERAL SCOPE This section covers the furnishing and installation of electrical equipment and materials. II. PART 2 PRODUCTS A. STANDARDS 1. The equipment shall be manufactured, tested, rated, and furnished in accordance with the latest applicable standards and regulations of the following: a) ANSI: American National Standards Institute. b) NEMA: National Electrical Manufacturers' Association. c) NESC: National Electrical Safety Code. d) UL: Underwriters' Laboratories. e) NEC: National Electrical Code. t) ANSI Publication B16.5 for Slip-On Welding Flanges. g) ASTM: American Society for Testing and Materials. h) EEl: Edison Electric Institute. i) IEEE: Institute of Electrical and Electronics Engineers. j) NETA: InterNational Electrical Testing Association. B. EQUIPMENT RATINGS AND CONSTRUCTION 1. The CONTRACTOR shall furnish the material and equipment indicated on the Drawings. Representative manufacturers' catalog numbers have been listed for some of the material and equipment to indicate the type and quality required. Other manufacturers' materials and equipment of equal type and quality may be used as approved by the OWNER. 2. The OWNER will furnish only that equipment so indicated on the Drawings and/or listed in other sections ofthe Specifications. The CONTRACTOR shall furnish all other material. 3. The CONTRACTOR shall furnish any incidental materials and fasteners needed to make the equipment complete and ready for service. C. SUBMITTAL DRAWINGS, INSTRUCTION BOOKS 1. Submittals Drawings: a) Within 4 weeks after the award of the Contract, the CONTRACTOR shall provide complete descriptive information and shop drawings for all equipment, material, and devices he is to furnish. b) As a minimum, the following submittal drawings and information shall be provided: (1 ) Equipment outline drawings showing general arrangement, physical dimensions, and center of gravity (shipping and installed), both horizontal and vertical, and the location of accessories. The manufacturer shall indicate phase-to-phase and phase-to-ground dimensions on the outline drawing. (2)Dimensional plan and section views. (3)Nameplate diagram. (4)Bill-of-Material, keyed to plan and section drawings. D-lO (S)Schematic and connection diagrams of all terminal boards, panels, control circuits, etc. (6)Certified test reports for all tests. (7)Fumish two complete sets of all factory tests and one additional set shall be shipped with each piece of equipment. (8)Furnish a complete components parts list including the original CONTRACTOR's catalog numbers and prices. c) The information will be for the OWNER's approval. d) Review of submittal information by the OWNER shall not relieve the CONTRACTOR from responsibility for deviations from Drawings and Specifications, unless he has in writing at time of or prior to submission, requested and received written approval from the OWNER for specific deviations. Review of submittal information shall not relieve the CONTRACTOR from responsibility for errors and omissions in shop drawings or literature. 2. Instruction Books: Provide four complete final sets of instruction books that include operating and maintenance instructions, catalog and replacement part information for each component (as listed above), and repair information. Also include in each set, all drawings submitted for approval, in a final form, as constructed. 3. The CONTRACTOR shall keep accurate up-to-date records of all materials received, installed, and returned. III. PART 3 EXECUTION A. GENERAL 1. All equipment and materials shall be installed in strict accordance with the manufacturer's installation instructions. 2. All equipment shall be adjusted and lubricated in accordance with the manufacturer's instructions, so that it is left in a satisfactory operating condition. Extreme care shall be exercised in handling porcelain parts to avoid chipping or breakage. 3. All equipment shall be tested after installation and adjusted for proper operating action to the satisfaction of the OWNER. B. DELIVERY, STORAGE, AND HANDLING 1. Equipment delivered to the site awaiting installation shall be stored in a manner that will protect it from deteriorating effects of the elements and from physical damage. 2. The CONTRACTOR shall be responsible for the loss or damage to all materials and all equipment on the site that are required for his portion of the work until acceptance of the completed work by the OWNER. Any lost or damaged equipment or material under the responsibilities of the CONTRACTOR shall be promptly replaced by the CONTRACTOR at his expense. 3. Material and equipment shall be stored so as to ensure the preservation of their quality and fitness for the work. Material and equipment shall be stored on wooden platforms or other hard, clean surfaces, and also covered, if necessary. C. WARRANTY 1. The equipment warranty period shall extend to 1 year from date of energization. 2. The CONTRACTOR shall replace or repair failed equipment that does not function in accordance with its specifications and intended use. D-ll SUBSTATION CONDUIT I. PART 1 GENERAL A. SCOPE 1. This section covers the furnishing and installation of substation conduit. 2. The CONTRACTOR shall furnish and install all materials designated on the Drawings, and also any other associated materials and work even though not shown on the Drawings, but required to provide a complete conduit system.. 3. The CONTRACTOR shall furnish first-quality, new materials, free from any defects, in first-class condition, and suitable for the use intended. 4. Provide materials approved by UL wherever standards have been established by that agency. II. PART 2 PRODUCTS A. STANDARDS 1. The conduit shall be manufactured, tested, rated, and furnished in accordance with the latest applicable standards and regulations of the following: a) ANSI: American National Standards Institute. b) NEMA: National Electrical Manufacturers' Association. c) NESC: National Electrical Safety Code. d) UL: Underwriters' Laboratories. e) NEC: National Electrical Code. t) ANSI: American National Standards Institute. g) ASTM: American Society for Testing and Materials. h) IEEE: Institute of Electrical and Electronics Engineers. B. MATERIALS 1. Conduit, PVC: All underground substation conduit shall be: rigid polyvinyl chloride (PVC) conduit; gray color; UL listed for concrete encased, direct burial underground, and exposed use. PVC Schedule 40 shall be used for the main underground runs. Where indicated on the Drawings, rigid steel shall be used for 90 degree bends. Steel conduit or PVC coated flexible steel conduit shall be used into equipment and control cabinets unless otherwise stated. Refer to conduit details for clarification. Rigid PVC conduit, including couplings, elbows, and nipples shall conform to the requirements ofthe latest edition ofNEMA TC-2, NEC, Federal Specification W -C-l 094, and shall meet applicable ASTM test requirements for the intended use. 2. Conduit, Rigid Steel, Zinc-Coated: Rigid steel conduit, including couplings, elbows, and nipples shall be galvanized by hot-dipping, electroplating, sherardizing, or metalizing process, and shall meet the requirements of ANSI C80.I, UL, and the NEe. 3. Conduit, Rigid Aluminum: Rigid aluminum conduit, including couplings, elbows, and nipples, shall meet the requirements of ANSI C80.5, Federal Specification WW-C-540, UL, and the NEC, and shall be manufactured by Kaiser Aluminum Company, Aluminum Company of America, or as approved. Aluminum conduit shall not be direct buried or encased in concrete. D-12 4. Conduit, Flexible: All flexible conduit shall be moisture-roof flexible steel, polyvinyl chloride jacketed type, gray color, UL approved. 5. Conduit Fittings, Metallic: Metallic conduit fittings shall be of the type indicated or required for the anticipated purpose, and shall meet applicable requirements of ANSI C80.4, UL, the NEC, and NEMA FB 1. Fittings used with aluminum conduit shall be made of aluminum. III. PART 3 EXECUTION A. GENERAL 1. Work shall be performed in a workmanlike manner by craftsmen skilled in the particular trade. All work shall present a neat and finished appearance. 2. The conduit installation shall be in accordance with the National Electric Code. 3. Conduits shall terminate with bushings or as otherwise indicated on the Drawings. All exposed ends shall be plugged during construction. 4. A mandrel and swab of proper size shall be pulled through all conduit runs to ensure the conduits are free of debris after installation. A measured pull wire or rope shall be left in all unused conduits to facilitate further installation of cables. 5. A run of conduit shall not contain more than the equivalent of three quarter-bends (270 degrees total), including those bends located immediately at the outlet fitting. 6. Underground substation conduits for control and low voltage power cables shall be installed a minimum of 24 inches below subgrade. 7. For all underground bends, the radii shall be as large as practical and no less than 24 inches. Shop or factory bends may be used, provided they meet the requirements of these Specifications. All conduit and conduit bends shall be free of flattening or cracks. All cuts shall be made square with the inside of the ends and shall be carefully reamed. 8. Conduits shall terminate with an adapter and threaded cap except where entering a vault. When entering a vault, pull box or handhole, a bell-end shall be used. 9. PVC conduit joints shall be solvent welded with the solvent recommended by the conduit manufacturer. 10. Use factory-made bends for all bends 30 degrees or larger. Use approved heating methods for forming smaller bends. 11. Provide expansion joints as required or as recommended by the manufacturer. 12. When joining PVC to rigid steel conduit, use an approved PVC female adapter. 13. Below-grade conduits shall be supported, secured, and spaced as necessary to assure adequate and proper backfill distribution around all sides of the conduits. 14. The backfill around conduits shall be free-flowing, free from rocks or debris, and thoroughly compacted over, under, and around conduits. No backfill voids will be permitted. On-site excavation spoils may be used for backfill around conduits only with OWNER approval. If acceptable backfill is not available on-site, CONTRACTOR shall import a suitable sand or slurry backfill material. 15. Conduits will be straight and plumb where they rise out of the ground. There will be space between the conduits and between the conduits and the concrete or structure to allow for the fittings to be installed. 16. All spare or future conduits will have caps to keep out dirt. 17. Coordinate placement of conduits with equipment and structure location for specified equipment. D-13 SUBSTATION RELAY AND CONTROL SWITCHBOARD PANELS I. PART 1 GENERAL A. GENERAL DESCRIPTION AND USAGE 1. This section contains the requirements for the design, manufacture, testing, and delivery of substation relay and control switchboard panels. 2. The switchboards will be located in a metal enclosed switchgear aisle. 3. The Contractor shall furnish all materials, labor, and equipment necessary to design, detail, fabricate, install, and test the substation switchboards. 4. The Contractor shall include in his Proposal a description of the switchboards he intends to furnish. 5. The switchboards, material list, and nameplate list are shown on the Drawings. II. PART 2 PRODUCTS A. CODES AND STANDARDS 1. The switchboards, relays, and switches shall be manufactured, tested, rated, and furnished in accordance with the following codes and standards: a) ANSIIIEEE C37.2I, Standard for Control Switchboards. b) ANSI Z55.1-1967, Gray Finishes for Industrial Apparatus and Equipment. c) ICEA S-95-658/NEMA WC70, Nonshielded 0-2kV Cables (Replaces ICEA S-66-524/NEMA WC7 Crosslinked Thermosetting Polyethylene Insulated Wire and Cable.) B. OPERATING CONDITIONS 1. The switchboards shall be suitable for operation in unconditioned metal-enclosed switchgear or otherwise as indicated on the drawings. C. RATINGS 1. Indicating instruments shall be of the 1 percent accuracy class, switchboard type. 2. Control and instrument switches shall be of the rotary switchboard type for 600-volt service with contacts rated at 10 amperes continuously. 3. The control power shall be 48V DC. All DC devices shall be designed to operate at voltages ranging from 38 to 56 Volts DC. 4. All AC devices shall be designed to operate continuously at voltages ranging from 90 to 110 percent of the nominal voltage or as indicated. D. SWITCHBOARD CONSTRUCTION 1. Panel Fabrication: a) The panel type shall be vertical switchboard fabricated as exact-fit replacement for the existing switchgear access doors. b) Panels shall be constructed of sheets formed, welded, and assembled into a rigid, self-supporting structure and shall be formed of specially smoothed and leveled steel sheets not less than II-gauge (1/8-inch thick). c) All holes shall be neatly punched, edges and comers of sheets shall be rounded, and all sharp projections ground off before finishing. d) All steelwork shall receive a bonderizing, or equal, treatment followed with a rust-resisting primer coat and at least two finish coats of high-grade industrial paint, ANSI No. 70 gray color of proven quality. D-14 e) Indicating instruments shall be located as shown on the Drawings, or as approved. Control and instrument switches shall be located as shown on the Drawings or as approved. t) All equipment, devices, terminal blocks, and related items shall be readily accessible to allow easy disconnection, removal, or testing. g) Relays and other glass-fronted equipment shall be mounted a minimum of 8 inches above the base. h) Hinges and latches to match the existing shall be provided and mounted in a fashion to match the existing panels. i) No alterations to the structure the panels mount to shall be permitted without permission from the Owner. 2. Control and Instrument Switches: Control and instrument switches shall be of the rotary switchboard type for 600-volt service with contacts rated at 10 amperes continuously. 3. Protective and Auxiliary Relays: a) Protective and auxiliary relays shall be as indicated on the bill of materials or Owner-approved equal. b) Each protective relay shall be of the semi flush-mounted (unless otherwise indicated on the Bill of Materials or drawings), back-connected, and dustproof. c) The relays shall be suitable for mounting on No. 11 USS gauge steel panel. d) Each relay shall operate with instrument transformer ratios and connections shown on the one-line diagram under both normal and short circuit conditions. e) Each overcurrent relay shall be suitable for continuous operation at current coil tap rating, 60-Hz AC. t) Auxiliary relays shall be of the indicating, instantaneous type, complete with cover, and shall be of the semiflush-mounted type. g) Contact ratings shall not be less than 30 amperes DC closing, 12 Amperes DC continuous, and 30 Amperes DC for 1 minute on either AC or DC. h) Sufficient contacts shall be furnished to supply the circuitry shown. 4. Indicating Instruments: Each digital indicating instrument shall be of the semiflush mounted back- connected, dustproof switchboard type with a dull black rectangular case for mounting on a No. 11 USS gauge metal panel. The indicating instrument shall be of the type shown on the Switchboard Drawing Bill of Material. 5. Auxiliary Equipment: a) Universal mounting brackets shall be arranged inside the switchboard for mounting and wiring auxiliary devices. They shall be located to allow access to the back of the equipment mounted on the front of the panels. b) Panel space not utilized by equipment shall remain clear for addition of possible future equipment. 6. Panel Wiring: a) All wiring, used within the panels shall be installed and tested at the factory unless otherwise specified; b) All potential and control conductors shall be Class B stranded copper No. 12 A WG or larger. All current transformer secondary wiring shall be No. lOA WG D-15 copper. All low-voltage signal wiring to transducers shall be No. 16 A WG stranded, twisted and shielded pairs. c) Panel wiring shall have thermosetting Type SIS insulation rated 600 volts, designed for maximum conductor temperature of 90 degrees C. XHHW, XHHW-2, or other thermoset 90C multi-rated conductors may be used with Owner approval. No thermoplastic wire shall be used. d) Conductor insulation wire shall be cross-linked polyethylene unless approved by Owner. e) Only non-insulated ring-type crimped wiring terminals shall be provided on all conductor terminals. Open-type terminals with retainer clips may be used only with Owner approval and only on non-CT wiring. f) All wiring, where terminated, shall be labeled with its destination (other end) in accordance with the wiring diagrams. g) Only sleeve-type wire labels shall be used. h) All crimps shall be made with ratchet-type tools calibrated and tested to release only after the manufacturer's recommended crimp has been obtained. All crimps shall be inspected and tested for tightness. i) All screw terminations will be re-tightened after completion, installation, and testing of the control panel. 7. Indicating and Pilot Light Assemblies: All indicating and pilot light assemblies shall be General Electric LED Type ET -16, or approved equal, with colored lenses and voltage ratings to suit the application. Lamps shall be replaceable from the front of the panel. 8. Test Switches: Flush or semiflush-mounted test switch assemblies shall be furnished to isolate current and voltage circuits, to isolate neutral circuits; and to isolate control circuits as indicated on the drawings. Test switches shall be A VO/States/Megger Type FMS or approved equal. A sufficient number of test points to make a complete test on one instrument or relay shall be furnished. 9. Terminal Blocks: a) Terminal blocks for control wiring shall be ofthe molded block type, equipped with washer-head terminal screws and with molded insulated barrier between terminals. b) Terminal blocks shall be Marathon Series 1500, General Electric Type EB- 25, Curtis Type BT, or approved equal. c) Terminal blocks shall be arranged in vertical rows and shall be located so that access to wiring terminals is not impaired. d) Sufficient terminal blocks for incoming and outgoing circuits shall be furnished to provide a terminal for each electrically separate circuit conductor and for every two electrically identical circuit conductors. e) Approximately 20 percent spare terminals shall be provided in each vertical row and one additional spare 12-point terminal blocks shall be provided a terminal for each row for terminating spare control cable conductors. f) No more than two wires shall land under each terminal screw. g) All current transformer blocks shall be shorting type G.E. Catalog No. EB27B06S, Flex-Core Catalog Number IKU6SC, Marathon 1506 SC, or approved equal. D-16 10. Raceways: a) A raceway system shall be provided for all wiring on each side of each panel and between panels. b) The horizontal raceway for interpanel and front-to-rear panel wiring, shall be furnished, complete. c) Maximum fill for Contractor installed raceway shall not exceed 30 percent of the available cross-sectional area. d) Vertical raceways for field wiring shall be so constructed as to be accessible to conductors entering from the top or bottom of the switchboard. e) Wiring raceways shall be Panduit plastic wiring duct with covers, as manufactured by Panduit Corporation or equivalent. The Contractor's standard raceway will be considered providing the Proposal includes sufficient information to evaluate the raceway system offered. 11. Fuses: a) Fuse blocks shall be modular type two-pole with bakelite frame and reinforced retaining clips, rated 30 Amps, 250 V o11s. b) Where shown on the drawings, each panel mounted device requiring AC or DC supply shall have in its supply circuit a panel-mounted fuse to isolate the device from the power supply. E. SPECIAL FEATURES 1. Nameplates: a) Nameplates shall be furnished by the Owner b) Nameplates shall be cemented to the panels with a permanent adhesive in locations determined by the Owner. F. TOOLS AND SPARE PARTS 1. Tools: Furnish one complete set of any special tools required for installation or maintenance. 2. Spare Parts: Furnish a list of spare parts to be purchased at the Owner's option. III. PART 3 EXECUTION A. WARRANTIES 1. The Contractor's warranty period shall extend to 1 year from date of energization or 2 years from date of arriving at the project site, whichever comes first. 2. The Contractor's warranty shall extend to all parts regardless of the manufacturer. B. DELIVERY 1. The switchboards shall be shipped F.O.B. jobsite. 2. The Contractor shall send shipping, notification letters detailing the complete routine, to the Owner. 3. Notification letters shall include Purchase Order identification, description of items shipped, number of cartons, etc., and shipping date. 4. The method of packing shall protect adequately the cases, internal components of relays, all other auxiliary devices or accessories against corrosion, dampness, breakage, or vibration injury that might reasonably be encountered in transportation and handling. Packing crates shall be such that long outdoor storage will not result in deterioration of crates or damage to contents. 0-17 5. All auxiliary equipment shall be shipped in weatherproof packages. Packing material shall be such that it will provide weatherproof protection in outdoor storage areas. Accessories shall be shipped by covered truck unless specifically approved by the Owner. IV. PART 4 BID DATA A. GENERAL 1. Bidders shall submit their standard design, but all exceptions shall be listed separately as required in the Bid Form. The Contractor shall submit a complete written- Proposal with all pertinent data below: a) List manufacturer and catalog number of all relays, lights, etc. if other than specified unit. b) Submit typical panel construction details for the type of panels to be supplied. c) State all standard routine tests made by Contractor. If any specified tests are not included in the bid price, then the Proposal shall list the cost of each test. d) Submit complete technical data including manufacturers for relays and meters and all accessories for evaluation. e) State method of shipment, approximate shipping dimensions, and shipping, weights. D-18 SUBSTATION ACCEPTANCE TESTING I. PART I GENERAL A. All tests are to be conducted to ANSI, IEEE, NET A, and other applicable standards. All tests are to be completely documented, including as-found results, as-left results, and any problems found and corrected. Full test result documentation is to be provided on an acceptable media to Owner. B. This document is intended to outline the basic testing needed to verify completion and proper functioning of the substation and equipment. Other testing as appropriate or recommended by NETA, ANSI, and IEEE shall be performed as requested by Owner. C. All appropriate testing shall be performed by Contractor whether listed herein or not. An error or omission in this document will not relieve the Contractor of the requirement for sufficient and adequate testing. Contractor shall inform Owner of any recommended tests not listed herein. Owner shall authorize tests not listed herein prior to Contractor performance of them. D. The Contractor shall perform all tests needed to verify and prove their work is complete, functional, and ready for service. Testing of unused protective relay functions is not required. Contractor shall provide additional tests as requested by Owner. II. PART 2 GENERAL PROCEDURES A. AS-BUILT DOCUMENTATION 1. During all testing and commissioning, make clear annotations and changes on drawings to indicate any changes, important information and notes. 2. Provide supplementary information as needed to explain corrections. 3. Use a consistent scheme for noting changes on drawings. For example: use a highlighter to track circuits traced, use a red pen or pencil to indicate changes to wiring or drawings. 4. Transfer all changes and notes onto a single set of as-built drawings for delivery to Owner. B. SAFETY 1. Use all appropriate grounds, blankets, barriers, signage, locks, tags, and notifications to assure personnel safety during testing. 2. Communicate clearly with all parties present at the site when tests are being performed. No tests are to be performed without notification to adjacent personnel. 3. Leave all equipment in a safe condition and in a state (open/closed, etc.) as requested by Owner. 4. Clearly tag all wires lifted from their normal terminals for testing. Where testing extends beyond one panel at a time or for more than one work shift on anyone panel, maintain a lift and land sheet. Immediately return all wires to their proper terminals once testing is complete. D-19 Ill. PART 3 WIRING TESTING A. CT CIRCUIT THREE-LINE CONFIRMATION 1. U sing the three-line diagram, confirm that all current circuits are as designed. 2. Verify current circuit polarity agrees with the diagram. 3. Verify that current polarity is as needed for the proper operation of the protective devices. If needed, correct the wiring and document all changes on the Drawings. 4. Confirm that all test switches operate as designed and intended including the functionality of test input jacks. 5. Verify that there is one and only one ground of each current circuit and that the ground is noted on the three-line diagram correctly. 6. Verify that all automatic bypasses in test switches operate as intended. 7. During current injection testing record measured voltage rises on the 3-line diagram. 8. Verify that all unused CTs are shorted and that no CTs are inadvertently shorted. Clearly tag all CTs shorted for testing! B. PT CIRCUIT THREE-LINE CONFIRMATION 1. Using the three-line diagram, confirm that all potential circuits are as designed. 2. Confirm that potentials phase with the appropriate currents. 3. Confirm that all test switches operate as designed and that there exist no unintended bypass circuits. 4. Verify that there is one and only one ground of the potential circuit and that the ground is noted on the three-line diagram correctly. 5. Verify that appropriate overcurrent protection is provided to protect PT secondary circuits. C. CONNECTION TIGHTNESS & LABELS 1. All terminations at devices and terminal blocks shall be hand-tested for connection security. Both screw/nut tightness and crimp quality shall be verified. All screw and nut connections shall be tightened as appropriate. Faulty or improper crimps shall be replaced or tightened as appropriate. 2. Verify that each wire at each terminal has a correct and legible wire label indicating its destination. D. AC/DC POWER CIRCUIT AND BREAKERS 1. Verify that all circuit breakers in AC and DC power panels are properly and clearly marked with the loads served. 2. Verify that all bolted connections are secure. 3. If provided, verify that manual transfer switches and automatic transfer schemes operate as intended. 4. Verify that all electrical outlets, heaters, and power feeds operate as intended. 5. Test GFCI devices for proper operation. D-20 IV. PART 4 CONTROL TESTING A. RELA Y AND RELA Y TIMING TESTS 1. Verify DC supply to relay is of proper magnitude and polarity. 2. Verify that current circuit polarity is correct for the functions required. Ifnecessary, make appropriate wiring changes and document these changes on the Drawings. 3. Where provided, verify that relay passes internal diagnostic self-test. 4. Verify that protection relays using all overcurrent elements perform according to the settings required. 5. Verify that all programming requested by Owner has been applied to electronic relays. 6. Verify that all relay programming necessary to make the relay a functioning device has been applied to the relay. 7. Every element in every relay that is used in a protective scheme shall be tested. 8. Test at a sufficient number of points along a time curve to verify that the relay operates properly. 9. Test a sufficient number of other settings to verify that the relay will operate as intended if relay settings are revised in the future. 10. Test all implemented logic elements and equations in the relay to verify proper functioning of the logic. 11. Test all relay input and output devices (i.e. l~vel sensor, input detector, output contact) that are used in the control schemes for proper function. 12. Test wired spare input and output devices. 13. Test unused and unwired relay input and output devices as directed by Owner. B. BATTERY AND CHARGER 1. Verify that battery charger can supply load with the battery disconnected. 2. Measure and record the float and equalize voltage settings. 3. Verify that the battery can supply load with the battery charger disconnected. 4. Equalize charge the battery for 24 hours prior to testing, or as directed by battery manufacturer. 5. With nominal loading on the battery and the battery charger disconnected, measure and document the resistance of each battery connection. 6. Verify that all battery charger and battery alarms and monitors function as intended. 7. Inspect battery for damage, corrosion, leaks, etc. 8. For flooded cells, check electrolyte level of each cell, measure the specific gravity of all cells, record ambient temperature. '9. Verify that battery rack if properly anchored and grounded. 10. Ifrequested by Owner, perform a 4 hour load test (using 8 hour load rate). 11. Record battery voltage, charger current, and load current. C. CONTROL CIRCUIT FUNCTIONALITY 1. Perform a detailed tracing of each and every control path indicated on the control schematics to confirm that all circuits and connections are made and are functional. 2. Each control path shall be verified. 3. Test will also confirm that appropriate portions of a control circuit are rendered inoperable when available test switches are opened. 4. Operate each portion of the control circuit a sufficient number oftimes to confirm that each portion of the control circuit performs as intended and as designed. D-21 5. Verify that all indicator lights operate as intended. 6. Verify that all manual control switches operate correctly in all actions. 7. Verify that electromagnetic lock-out and auxiliary relays operate as intended. 8. End-to-end operation of each control path in a control circuit is not required. However, adequate testing of each portion of the system must be performed to assure that the controls system will operate as intended under all scenarios. At least one end- to-end test must be conducted. D. METERS & TRANSDUCERS 1. Verify that all digital or analog panel meters are programmed per the Owner's requirements. 2. Verify the magnitude and polarity of all inputs to panel meters. 3. Inject 3-phase currents and voltages, as appropriate, and verify that all meters readings are within tolerance for the meter. 4. Test transducers by injection and verification of output values. D-22 ATTACHMENT E "A" STREET SUBSTATION PLANS D-23 3-22-m PORT AHGEl.E5\A-5TREET SUB - Y4.135\DRAWlNC5\PR[lnfINARy\Y4.1J6G91 DWG TriA x is :c;7p'.be>~n.bg hc. "A" SHEET NO. GENERAL G-1 G-2 ELECTRICAL E-1 E-2 E-3 E-4 E-5 E-6 E-7 E-8 E-9 E-10 E-11 E-12 E-13 E-14 E-15 E-16 E-17 E-18 E-19 E-20 E-21 STREET SUBSTATION RELAY REPLACEMENT CITY OF PORT ANGELES PORT ANGELES, VvASHINGTON DR A WIN G LIST FEEDER RELAY REPLACEMENT DRAWINGS TITLE DRAWING NO. REFERENCE DRAWINGS TITLE "A" STREET SUBSTATION (REV 3. AS BUILTS, 10-16-95) TITLE PAGE AND DRAWING UST ONE-UNE DIAGRAM E-2 THRU 11 PANEL ELEVATIONS, NAMEPLATE AND MATERIAL USTS CONTROL HOUSE PLAN VIEW, CABLE SCHEDULE AND AC AND DC PANELS THREE-UNE DIAGRAM, TRANSFORMER THREE-UNE DIAGRAM. MAIN BUS DC SCHEMATIC, MAIN CIRCUIT BREAKER, UNIT 2 DC SCHEMATIC, ANNUNCIATOR, UNIT 1 DC SCHEMATIC, FEEDER 1201, UNIT 3 DC SCHEMATIC, FEEDER 1202. UNIT 4 DC SCHEMATIC, FEEDER 1293, UNIT 5 TAP CHANGER, SCHEMATIC DIAGRAM (REUSE EXISTING DRAWING) TAP CHANGER, PHYSICAL WIRING DIAGRAM (REUSE EXISTING DRAWING) WIRING DIAGRAM, TRANSFORMER CUBICAL, UNIT 1 WIRING DIAGRAM, CONTROL PANEl, UNIT 1 WIRING DIAGRAM. MAIN CIRCUIT BREAKER , UNIT 2 WIRING DIAGRAM, CONTROL PANEL, UNIT 2 WIRING DIAGRAM, FEEDER 1201, UNIT 3 WIRING DIAGRAM, CONTROL PANEL, UNIT 3 WIRING DIAGRAM, FEEDER 1202, UNIT 4 WIRING DIAGRAM, CONTROL PANEL, UNIT 4 WIRING DIAGRAM, FEEDER 1203, UNIT 5 WIRING DIAGRAM, CONTROL PANEL, UNIT 5 REUSE OF DOCUMENTS "A" STREET SUBSTATION lIAR IS ON!: INOt ON ORIGINAl. DRAWING 8 I' IF NOT ON!: INOt ON THIS SHELl. AD.lJST SCAl.[S ACCORDING!. Y. TITLE PAGE AND DRAWING UST -A- STREET SUBST AnON CITY OF PORT ANGElES PORT ANGELES. WASHINGTON NO. OA TE THIS DOCUWD<T. AHl> THE IDEAs AND DESIGNS INCORPORAlID HERDN. AS AN INSTRUWaIT OF PROFESSIONAl. SDIVICE. IS THE PROPERTY OF l1UAXIS ENGINEERING, INC. AND IS NOT TO BE USED. IN WHOLE OR IN PART. FOR A14V OTHER PRO.ECT WITHOUT THE IlRITTEN AIJTHORIZATlON OF TRIAXIS ENGINEERING. INc. REVISION BY APIID G 1 z o ...... t- o ::) 0=:: t- (/) Z o o 0=:: o LL.. o W ::) (/) (/) ...... Y4336G01 MAR 2005 Y4336 3-22-85 PORT AHCElES\A-STREEl 9J8 - Y4JJ6\DRAWlHGS\PREUWINARy\ Y4JJ6Ge2 owe CONTROl_HQ!!5.L- _ _ _ _ _ ~ UNIT 5 -uNIT-4-----UNIT3----UNIT-2----------UNiT1---------l 11------- --------,;;...'U;.;,,...M -------r---------------------l : : FEEDER ~ I FEEDER ~ r!. I KEY .15- I I I ! ".'~1'..^'-.. ! 'om~1'..^'..... .~~f ,..... ' ;J 1 >-en ' i I I 720e- T I 699:5 I I I 248/128 I i I ! j _r~ I I I I TRANSFORMER NO.1 67,8886- 12478Y/7288V 7588/9375VA, WILTC 688' 5 MR '::" ~.,..-@ I 1..~ I "..clJ I I I I I I I I L____ I I ; L L-----r' --- ---~-----r---- -- ---- - ------- I I I I ---~--- -------,.---- I I I I I I I --J-----I'-------~-----t'--i-------------------------- ----- ------- --+-------------- L__ - - - - - - - - - - - --r-- - - - - - - - - - - - - - - - -- I I FEEDER 1293 FEEDER 1292 FEEDER 1291 REUSE OF DOCUMENTS TriAxis BAR IS ONE INCH ON ORIGINAl DRAWING 8 " F NOT ONE INCH ON THIS SHrrT. AD.IJST $CAW; ACCORllINGlY. -A- STREET SUBSTATION CITY OF PORT ANGElES PORT ANGELES, WASHINGTON THIS OOCl./MENT. AND THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN tNSTRU>IENT OF PROFESSIONAl SERVI~ IS THE PROPERTY OF TRIAXIS ENClNEERtNc:, 1Ne. IHJ IS NOT TO !IE USED. IN 'MiOLE OR IN PART. FOR AllY OllER ~ wrntouT THE WRITTEN AUTHORI2ATlON OF TRIAXIS ENGINEERING. 1Ne. &p-,76'6'n.bft he: NO OA TE REVISION BY APVO 1> -~ ~" ./ _ 69KV 688A TAP ~ 26Q-2 TRANSFORMER HIGH OIL TEMP 39 ANNUNCIATOR 39X ANNUNCIATOR RELAY 49 HIGH WINDING TEMPERATURE 59 INSTANTANEOUS O~CURRENT RELAY sa/51 ~S~~~~~~.,g:~~~ WITH saN INSTANTANEOUS NEUTRAl O~CURRENT RELAY 51 AC TIME O~CURRENT RELAY 51N NEUTRAl O~CURRENT RELAY 52 CIRCUIT BREAKER, ABB, VACUUM 63 TRANSFORMER FAULT PRESSURE RELAY 71Q-1 LOW On. LEVEL TRANSFORMER 71Q-2 LOW On. LEVEL LTC 86 LOCKOUT RELAY. MANUAl RESET 87T TRANSFORMER DIFFERENTIAl RELAY R98 BLOCK LTC A AMMETER AS AMMETER SWITCH GC GROUND O~CURRENT RELAY OC OVERCURRENT RELAY PFM POVtDl FACTOR METER V VOLTMETER VS VOLTMETER SWITCH WHO WATTHOUR DEMAND METER tlllIE:. 1. MAY NEED TO MODIFY CT POLARITY FOR NEW RELAYS. FIELD ~IFY z o - ~ U :J a::: ~ (J) Z o u a::: o lL. Cl l.&J :J (J) (J) - "A" STREET SUBSTATION SHEET G-2 ONE-UNE DIAGRAM Y4336G02 MAR 2005 Y4336 3-22-85 POll ~-STREE:l sua - T4J36\DRAWINCS\PREl..lWINARy\T43JeEDt owe l!~l;_jS_Q-~~~~A : 3' 9" I - I . 0> r-, 1 I I ~I , 151 I." 8' CfEZ] :S~:f::~" =t 101 --- 1....<1 I~m, lits! Iffi t-I It-~I :~: I:LS~ I I ~_.J ~ r-, I I 1 ~, I 151 1~81 10...1 Igol ImlSl 1....<1 I~m! litsl Iffit-I It-~, 1 ~I 1 ~I I I ~_.J r-~' ~ I ~ It. FEEDER 1283 UNIT 5 ITS 14P I r-, I I 1--1 I 151 1~81 10...1 Igol ,mlSl 1....<1 I~ml litsl 'ffit-I It-~I I ~I , ~I 1 I ~_.J ~~A= ~~G. T'rP')\ r-~' ~ I rDm, 'ARRAY! I ! 1 , I 1 L__J FEEDER 1282 UNIT 4 I~~" ~ I ~ r-, I I I ~! I 151 1,,,81 lIS... I Igol ImlSl L.J~' I~zl 1-01 Iffit-IDX It-~I I ~I , '1 1 , ~_.J IJE!] ITS 14P I r--, I 9aR I I I I , 1 1 L__J ITS 14P I FEEDER 1281 UNIT 3 MAIN BREAKER UNIT 2 POTENTIAL & STATION SERVICE TRANSFORMER UNIT 1 PANEL DEVICE BIll OF MATERIAL NAMEPlA TE LIST ITEM DESCRIPTION MfGR T'rPE CATAlOG NO. OTY ITEM NO. FIRST LINE SECOND LINE I THIRD LINE REO'o * SEL-2939 COMMUNICATIONS RELAY SEL 2939 SEL-293930X39XE9XX 1 N-l COIotMUNICA nONS PROCESSOR SEL 2939 WIRING HARNESS SEL 2939 SEL-W2939 1 N-2 TRANSfORMER ALARM 19X AUXILIARY TARGET RELAY GE HAl. 12HAA 16B2f 1 N-3 MAIN BREAKER TS TEST SWITCH 14 POLE MEGGER rMS rMSI4-1R-1R-1R-1K-1K lK 19-19-19-19 4 N-4 TRANSfORMER ALARMS I TRIP * I SEL-351S fEEDER .I< MAIN BREAKER RELAY WITH PRD.l:CTED CASI SEL 351 9351 S61383552XX 4 N-5 fEEDER 1291 ANN ANNUNCIATOR AMETEK. RIS 1 N-6 fEEDER 1292 N-7 fEEDER 1293 TriAxis L;?.P'/Q~nQft mc. . SEE NOTE 1 NO. I DATE REVISION BY I APIID . 0> ~ 1. RELAYS SEL-531S AND SEL-2939 USE PRD.l:CTION MOUNT HARDWARE TYPE DUE TO LIMITED SPACE BEHIND THE HINGED PANELS. 2. DEVICES MOUNTED ON THE REAR or THE PANELS ARE NOT SHOWN. SEE WIRING DIAGRAlotS. REUSE OF DOCUMENTS 8AR IS ON[ INOl ON alIGlNAI. DRAWING 8 ,. IF NOT ON[ INOl ON THIS SHEET. AD.AJST SCAUS ACCORDINQ.Y. -A- STREET SUBST A nON CITY or PORT ANGELES PORT ANGELES. WASHINGTON THIS OOCUIIENT. AHD THE mu.s AHD DESIGNS JNCllRPOIlAlID HEREIN, AS AH INSTRUWENT OF PRllFISSIONAI. SDMCE. IS THE PROPERTY OF 1RIAXlS ENGINmuNG. JNC. ..., IS NOT TO BE US[!). IN WHOLE OR IN PART. FllR AllY OTHER PRO.ECT wrntOUT THE lIIUTTDI AUTHOIUZATlON OF TRlAXIS EIIGINWlINQ, INC. DOOR LATCH, T'rPICAl (MATCH EXISTING) ~ fABRICATE NEW HINGED PANELS TO REPLACE EXISTING HINGED PANELS. NEW HINGED PANELS TO lotATCH EXISTING PANEL CONSTRUCTION. TOTAl OF 6 NEW HINGED PANELs. ~ "A" STREET SUBSTATION PANEL ELEVATIONS NAMEPLATE AND MATERIAL LISTS SHEET [-1 z o ...... ~ (.) ::> 0::: ~ (I) z o (.) 0::: o I.L.. o I.LI ::> (/) -(/) ...... Y4336E91 MAR 2995 Y4336 ~22-es PORT ANCDLS'\A-STREET SUB - Y4336\DRAWINCS\PRD..IWINAR'I'\Y4336[92.DWC ~! ,.. I ,.. I :. I ,,- I ". I~ . CD CD ~ .,; ~ UNIT 5 FEEDER 1293 UNIT 1 POTENTIAL AND STATION SERVICE TRANSFORMERS UNIT 4 FEEDER 1292 UNIT 3 FEEDER 1291 UNIT 2 MAIN BREAKER . II! i'ii 1 u"", "'...... MANUAl TRANSfER ~ljljllll - - =-- DC9, BREAKER / SWITCH 16 COPPER r ., r---- +1 ""C"~ I [2-14 DC PANEl I I f.":::. I I 1--- leeA ''1.:;1' L____..J DC1G3 L"- 29A 29A AI': PANF'1 TO NIT 1,~ m 1 2 m L':>. SWITCHGEAR SH E-13 1 ^ 3 4 ^ I ~ .6'EATERS~ . 35/i 39A 29A SPHl AC2/4 TO ~aIT 2. g- 69A 6~ L"> m 1 2 m ""'" BUIlDING m 5 6 '~RANSFORMER 1 36H ^ 3 4 ^ SPH2 I ~ HEATERS I SH E-14 T ^ 7 8 ^ I '0' 24ElV 2999W ,dANS" 35f 39A 5 6 29A DC9 ~11 L"> 69A 9 19 69A L':>. m IT'-} TO NIT 4,~ m m C7 u l 36F ^ 7 8 ^_ SPARE ~ 2 SH E-41 1 ^ 12 ^ r '0' 1 11 29A 29A + - DC1~15 " 29A 13 14 69A {-'1"' 9 19 IT'-} m IT'-} SPARE _^ ^_ SPARE BATTERY ~ E-g 1,~ 1 ^ ^_ SPARE 11 12 CHARGER 15 16 SWITCHGEAR 29A 13 14 29A 29A 17 18 29A UGHTS AND { -'1"' IT'-} {-'1"' IT'-} RE';:TAClESl SPARE _^ 15 16 ^_ SPARE Bl "- ,,-39 SPARE _^ 19 29 ^_ SPARE J5L~ 17 lB ~ J 29A 21 22 29A '1.:;1' .), 29A 29A SPARE {-'1"' IT'-} {-" 19 29 " SPARE _^ 23 24 ^_ SPARE 29A 21 22 ~ .~ 29A 25 26 29A SPARE ~ ~ }SPARE {-'1"' IT'-} 23 24 RaOCATED l~C SPARE _^ 27 28 ^_ SPARE 29A 29A UNDERVOLT AGE 2 29A 29 39 29A RElAY _ 7'i.;J m ~}SPARE . v G 1300 8 or 5 ^ 31 32 . 14 _J I ."'.. N I39N UNIT 12 GE AEFl391BB TB2-11 OR APPROVED EQUAl 48 DC PANEL ~TH 100A MAIN BREAKER DC PANEL BREAKER SIZE 2P=29A 2P-29A 2P=69A 2P=69A 2P-69A 2P-69A 2P=29A 2P=69A 2P=29A 2P=29A 2P=29A 2P-29A 2P=29A 2P=29A 2P=29A 2P-29A SEE NOTE 4" TO AlT. \ PO'hm SOURCE AC9 TO UNIT 1 SH E-3 TO UNIT 1 SH E-12 TO UNIT 1 SH E-12 AC17, TO UNIT 1 SH E-12 ClR-CUIT NO. la Y.i ~ k !L!.! 19/12 13/15 14/16 17/19 18/29 21/23 22/24 25/27 26/28 29/31 39/32 EXISTING BATTERIES (SEE NOTE 1)1 r---- ---- I I I' AC CABLE SCHEDULE CABLE SIZE NO. or LENGTH FROM TO FUNCTION CABLE NO. CONDUCTORS NO. AC9 ~~ 3 69' SWITCHGEAR TRANSfER MAIN PANEL FEED DC9 1 69' UNIT ., SWITCH DC 1/3 AC 1/3 119 CU 2 69' AC PANEl ~W~ SWITCHGEAR HEATERS DC 2/4 AC 2/4 112 CU 2 69' AC PANEl BUIlDING SWITCHGEAR BUIlDING DC 5/7 HEATERS HEATERS DC 6/8 AC 5/7 119 CU 2 199' AC PANEl ~~~s:; TRANSF. FANS DC 9/11 AC 6/8 SPARE AC 9/11 SPARE DC 19/12 rAC 19/12 SPARE DC 13/15 lAC 13/15 SPARE DC 14/16 lAC 14/16 SPARE DC 17/19 AC 17 112 CU 2 69' AC PANEl SWGR UNIT 11 SWGR UGHTS " RECEPTS DC 18/29 AC 18 SPARE DC 21/23 AC 19 SPARE DC 22/24 AC 29 112 CU 2 29' AC PANEL BATT CHGR BATTERY CHARGER DC 25/27 DC 26/28 AC 21 SPARE DC 29/31 AC 22 SPARE DC 39/32 AC 23 SPARE AC 24 SPARE TriA x is r 'x.l<lL_9 -~-~OOb. ' u.;wneennfl mc. NO. IDATE REVISION 48V BATTERY DC2/4 TO llNIT I, SH E-13 DC6/8 TO UNIT 3, SH E-16 DC19/12 TO UNIT 5, SH E-42 FUNCTION , SEL-2939 , ANN/AlARMS i2 , . , SEE SHEET E-6 FOR CONTINUATION DATA CABLE SCHEDULE CABLE TYPE LENGTH FROM PORT TO PORT FUNCTION NO. NO. NO. 0 SEL-C273 A 8' SEL2939 1 SEL351S 2 DATA UNIT 1 UNIT 2 COMM 0 SEL-C273 A 12' SEL2939 2 SEL351 S 2 DATA UNIT 1 UNIT 3 COMM 0 SEL-C273 A 15' SEL2939 3 SEL351S 2 DATA UNIT 1 UNIT 4 COMM 0 SEL-C273 A 18' SEL2939 4 SEL351S 2 DATA UNIT 1 UNIT 5 COMM UNIT UNIT UNIT UNIT UNiT UNIT UNiT 11 R99, LTC VOl. T. CUT-Off SPARE SPARE SPARE SPARE SPARE SPARE SPARE BATTERY CHARGER CONNEc:;TION SPARE DC CABLE SCHEDULE SIZE NO. or LENGTH FROM TO CONDUCTORS I6CU 2 19' BATTERY DC PANEL 112 CU 2 69' DC PANEl UNIT 11 112 cu 2 69' DC PANEL UNIT 11 I6CU 2 69' DC PANEL UNIT 12 I6CU 2 69' DC PANEL UNIT 13 I6CU 2 69' DC PANEL UNIT 14 lIe CU 2 59' DC PANEL UNIT 15 119 CU 2 59' DC PANEL UNIT 11 lIe CU 2 29' I DC PANEL I BATT CHGR AC PANEL WITH 200A MAIN LUGS AC PANEL FUNCTION ClRCUIT BREAKER FUNCTION NO. SIZE MAIN PANEL FEED 1/3 2P-39A SWITCHGEAR HEATERS 24ElV (35H, 36H) SEL-2939 2/4 2P-29A SWITCHGEAR BUILDING SPACE HEATERS ANN. MAIN BREAKER 5/7 2P-39A TRANSFORMER 24ElV FEEDER 1291 6/8 2P-29A SPARE BREAKER FEEDER 1292 9/11 2P-15A SPARE BREAKER 19/12 2P-15A SPARE FEEDER 1293 BREAKER 13/15 2P-29A SPARE R99 RELAY 14/16 2P-29A SPARE SPARE SPARE 17 lP-29A SWITCHGEAR UGHTS AND RECEPTAClES (35H) SPARE 18 lP-29A SPARE SPARE 19 lP-29A SPARE SPARE 29 lP-29A BATTERY CHARGER 129V SPARE SPARE 21 lP-29A SPARE BATTERY CHARGER 22 lP-29A SPARE SPARE 23 lP-29A SPARE 24 lP-2eA SPARE tICIES:. 1. RElOCATE 9ATTERY CHARGER AND UNDERVOLTAGE RElAY TO WAIl. ABOVE 9A TTERIES. 2. MANUAl TRANSFER SWITCH TO 9E 2 POLE, 1 BeA WITH NEUTRAl BUS AND GROUND BUS BARS. 3. FIEl.D DETERMINE PANEl LOCATIONS. VERIFY WITH OWNER BEFORE MOUNTING. 4. COORDINATE AlTERN... TE POWER SOURCE INST AU.A TION WITH OWNER. REUSE OF DOCUMENTS BAR IS ONE JNOI ON ORIGINAl. DRAWING . I. IF NOT ONE INO! ON 1ll1S SHELl. AD.lIST SCAlB ACCORDINGlY. .A. STREET SUBSTATION CONTROL HOUSE PLAN VIEW CABLE SCHEDULE AND AC AND DC PANELS Y4336E92 MAR 2005 Y4336 SHEET -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON BY I APVD 1ll1S DOCUllENT, AND lH[ IDEAS AHIl DESIGNS INCORPORATED HEREIN. AS AN INSTRUIltNT OF PllOftSSIllNAL Sl1I'IIa. IS lH[ PAOPERTY OF 1RIAXIS ENGlNE[RING, INC. /oND IS NOT TO BE USED, IN WHOLE OR IN PART. F'OR N4Y OTHER PRo..ECT WITHOUT lH[ 10IUTTEN AUTHORIZAllON OF TIUAXIS ENGINEERING. INC. E-2 z o - ~ () => 0::: ~ (I) Z o () 0::: o I.L.. o W => (I) (I) - .J-22-ttS PORT AHGElES\A-STREET SUB - T4J36\DRAWINGS\PREL.tWINARY\T43J6EB3.DWC 8.~(A' N~11t) ,ClIJ . ....~t:;~ B, --r:::J1n ?5~Gim :;!8....i!; c, l!illl~ ... N TriA x is UP--?<9<9/7-?g he: I t---------------_____________________~____~~N!~~~~~~~___~ I I I I I I J I " - ---l~ CPT H1 2 I.... 7299-12S/2m49 :m 15KVA Xl X4 Ii!; X2 X3 liS CB { 1 = -E 3 J.... 7SA '-2- _-._::Ii f4AWG If TO AC TRANSFER SWITCH SHEET E-2 t------------------~ NO DATE CB r----- I J6 I I J I J J I I I I I I Bee: 5 = REVISION J3 C3 J2 EXISTING CT'S IN SWITCHGEAR (UNIT 11) BUS DUCT C1 C2 J1 --------------/ I I I I I I STB (UNIT 12) MAIN CIRCUIT BREAKER STB-l CTB-l C11 STB-2 CTB-2 C12 B' STB-3 CTB-3 C13 C, CTB-4 STB-B I N CTB-B 2 27 I zee I C84 ~I J N [Z1S Zll] 'A lIB ~ N o 000 SEE SHEET E-4 FOR POTENTIAl CIRCUIT REUSE OF DOCUMENTS BY APVO THIS DOCUUEHT. AND THE IDEAS AND OEStGNS INCCRPORATm HEREIN, AS AN INSTRUIIENT (IF PROf[SS1OHAl. SEJMCE. IS THE PROPERTY (IF lRIAXIS ENCIIlmlINc:. JNC. ..., IS NOT TO BE US[D. IN lIIHlU ... IN PART. Fa! _ ontElI PRO.ttT lItTHClUT THE IRITTtN AIJTHORJZATION (IF TRIAXIS ENCINEERING, JNC. r----------------, I I I ~~~~~r: I : 759S/9375KVA, WI LTC : : i 6. : I I I I ,-J X, : Hl ~~A') I ~ ::J I-a. > I l:i lD ,-c. X2 ---72KV ~~~ H2 X3 H3 I J I Y. I '\.I.... I I _ I L_~______________~ NOTES: 1. FOR EXACT EQUIPMENT SPECIFICATIONS, REFERENCE THE INDIVIDUAL SPEClFlCA nON SHEETS. 2. ALL TERMINAL NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. 3. VERIFY ONE, AND ONLY ONE, POINT OF GROUND ON CT CIRCUITS. 4. VERIFY PROPER CT POLARITY FOR NEW RELAYS. DEVICE LEGEND: o TERMINAL BLOCK. CONTROL HOUSE ~ TERMINAL BLOCK. FIELD EOUIPMENT o TERMINAL. EOUIPMENT IZI TERMINAL BLOCK. SHORTING TYPE BAR IS ONE 1N0t ON ORICINAL DRAWING 8 ," IF NOT ONE 1N0t ON THIS SHEET. A1WST SCALES ACCOADINGl Y. "A" STREET SUBSTATION -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON THREE-UNE DIAGRAM TRANSFORMER E-3 z o - I- U :::> 0::: I- (I) Z o U 0::: o lL.. Cl W :::> (I) (I) - Y4336EEl3 MAR 20El5 Y4336 ~22-~ PORT ~-STREET SUB - Y43J&\DRAWINGS\PRn.1'WINARy\Y433SEe. OM: A' UNIT #5 1289'" 12.47KV, 3f. 4W BUS B' ~ N ~~ ,: 1: 1289A "lIi~ ,,~ '"~ IIl<~ ~ ,.l,! r~" 'A -a lie G '---v-------" FOR 1283 ~ ce C1 C2 CJ STB J6I J51ll1 J41ll1 J1 ~ C11 I ~ , I A~ I I I I ..Ii I , I ,.Ii I I I · I i I I I I I I J2 ~ C12 J3 -&- C13 VI fV2~ ~ I TS r:i- , 'T 3 5 Q~CJj ~ b : [ ~9~9~~~~ I , TB3-11 I I I TB3-2 I I i I T83-3 I + TB3-4 TriAxis I fXrHS 9 -~~06b :.o7p''?~~nnft mc. NO. 10ATE I I ~~ ,:: ! ,,~ 1289A ,":I '"~ ce ~~M" Um ,.l,,,, I I I C1 C2 CJ I .:. C13 _A _B lie N '---v-------" FOR 1282 UNIT #4 1 I -+ :1 FA I I I ~ FEEDER w 1:~A n I I I I 'ce STB J6I J51ll1 J41ll1 I ~ B_ ~ N I J1 ~ C11 J2 ~ C12 ,. !'t ;r~ ro I ld~C~ VI ~i~~~~: TB3-1 D- V2 TB3-2 D- V3 TB3-3 v, TB3-4 REVISION I , i I + IIl< ~ Us: ,.l,,,, J-r ~ _A ~ lie N '---v-------" FOR 1281 REUSE OF DOCUMENTS r" C1 C2 CJ BY I APVD THIS OOCUIIENT. AND tHE IIlEAS AND DESIGNS INCClflPORATED HERDN. I>S AH INSTRIJWENT OF P!lOf'[SSIONN.. SERVICE. IS 1llE PROPERTY OF T1UAXIS ENClNEERINC. INC. _ IS NOT TO IlE USED. IN WHlU OIl IN PART. FOIl Nf'( OTHER PRO.ECT wrTHOUT THE WRITTEN AUTHORIZATION OF TIUAXIS ENCINmUNC, INC. UNIT #3 STB J6B J51ll1 J41ll1 I ~ I I A~ I I I I .. I i I I I ~ ! i I I · I i I , I I J1 ~ C11 J2 -B- C12 J3 -B- C13 , I VI 1V21V3lva I I I TSD~ 1\ IA ~~ ~f~ ~~~t -9"'~"'~'" N N C"\I N ~ ~ ~ ~ VI TB3-1 V2 TB3-2 V3 w TB3-3 TB3-4+ BAR IS ONE INOl ON ORIGINAl. DRAWING . " IF NOT ONE INCH ON THIS SHELl. AlUlST SCAlES ACCORIlINQ. Y. I I .~~ UNIT 2~ I I i I --a= TB3-1 -a= TB3-2 ---ac== TB3-3 --cJC= TB3-4 SEE SHEET { ~ V7 A E-5 AND E-ll ~ va -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON NOTES: 1. FOR EXACT EQUIPMENT SPECIFICATIONS, REFERENCE THE INDIVIDUAL SPECIFICATION SHEETS. 2. AU. TERMINAL NUMBERS CORRESPOND TO TH E PREFlXED DEVICE NUMBER. 3. VERIFY PROPER CT POLARITY FOR NEW RElAys. UNIT #2 MAIN BREAKER DEVICE LEGEND: o 'TERMINAL BLOO<. SWITCHGEAR IllI 'TERMINAL BLOO<. SHORTING TYPE o 'TERMINAL. EQUIPMENT Mce SEL-351S ,--l I , I, F~%~~T " SEE E-3 I I I , [89 218 Zll ]212 'A -a lie N tl VI fV2~ Ive TSrl- ! 'T 3 5 Q~C~ ~9~9~9~Q ----s IT 1 _ _ UN_ - - 3-PT'S I 7288/128V I FE .5E~ 1 TBI-5 VI 2 6 1 V7 :2~ I ~.~ 6 TBI-6 V2 4 3 6 Iw '~ n ~~5E ~ " Iv_ H va -#- R98 TB2-5 V7 -[} TB2-B va "A" STREET SUBSTATION THREE-LINE DIAGRAM MAIN BUS _A}~", <I ::>'" ~ ~ili lie 8~ N ~ SHEET [-4 Y4336E94 MAR 2005 Y4336 z o - ~ u ::> ~ ~ (/) Z o U ~ o u... c w ::> (/) (/) - ~22-G5 pan ~5\A-STREET SUB - Y43J&\ORAWlNGS\PRO.JMINARY\. Y43J6[85.0WC ..J:!:L~ S9A 5 ~ gl Old ~~ ~o o ~ 5 i2 IS1 I I I I I I I I I I I I I I I ~ i-~" I lot I I L...__ I (+) TO UNIT 13 TBll-8? R99(+) TB15 TB18 AT+ TO TRANSFORMER AlARM TRIP, SEE SHEET E-S TBll-ll SEL-A92 ~ ~ TRANSF AlARM TRIP OUTl91 SEL-A91 ---- T ~-~ SELl I AlARM I ~-~ SEL-A96 l:-A94 OUT 193 Q.OSE BLOCK LTC 1OUT192 SEL-A95 SEL-A93 SEl.-A29 T919 TO UNIT 13 55 .52. o 56 LTC VOlTAGE CUT-OFF SEE SCHEMA TIC BElOW ~ "f '1 56 T91-19 S9A T91-4 TBl-3 J-) (SN) TB2-3 UNIT f1 UNIT 12 UNIT 13 UNIT 14 UNIT 15 -T .~ mO" ~~.) t-' 1:' J" 1:' 1:' I SEL-A96 sa-A96 SEL-A96 sa-AB6 I I ! 193 193 193 193 ~~I 53 Tsa-A95 psa-A95 psa-A95 psa-A95 ::::1: b tT5-7 Ts-7 T5-7 TS-7 ggl 54 I . . , I : 9 ~TS-8 I I OTB1-8 OTB1S A -48V TBH2 ~99(-) - R90 DC- TBl-19 TB11;"9 TB1j;"7 TB1'-7 TBl1-7 LTC GREEN VOl. T AGE BREAKER UGHT SPARE CUT-OFF STATUS SPARE --'I ~'-'I m-] m_] m-"I 13! 511 53! 551 571 bOb 0 b 14 S21 54 561 58 mJ mJ mJmJmJ AUXILIARY 8REAK~CONT ACTS TRANSFORMER r-=-----~--:-::-i ~--~ UNIT 11 I UNIT 12 I TB2-5 V7 R99 V7A TB2-11 I TB3-19 V7A I W3 01/"",\8-1 TO 129VAC PT -LTCI ....'4 '~'-8.. __~,.. ~ ' ~~ ~ I TBl-4 39 I W6 I 0 I I 0 I L~'-' " ~ - I -~ --~ LTC VOLTAG~CUT-OFF TriAxis I r',><IS 9 -z ~ZOfi1; upneenng hc. NO. IDATE REUSE OF DOCUMENTS REVISION TlfIS DOCUIIENT. NIll na: IDEAS NIll DESIGNS INCORl'ORATED HEREIN. AS AN INSTlUIENT or PROFESSIONAl. SERVICE. IS THE PROP[RTY or TRIAllIS DlCINmlINc, JNC. _ IS NOT TO lIE USED. IN WHOlE 011 IN PART. FllR _ 0TIfER PRO.a:T wmtoUT THE WRITTEN AUTHORIZAnlll or TJUAXIS ENGINEDlIIIG, JNC. BY I APVO sa-Z26 TB2 AT- TO TRANSfORMER AlARM TRIP, SEE SHEET E-S TBl1-12 TAP CHANGER SEE E19 ~lJAGECUT-OFF lIAR IS lilt INCH ON ORIGINAl. DRAWING 8 ,. IF NOT ONE INCH III THIS SHEET. AD.lJST SCAUS ACCOIlOINGl Y. -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON DEVICE LEGEND: o TERMINAl BLOCK, CONTROl. HOUSE o TERMINAl., EQUIPMENT 0<< BREAKER SOCKET 59 INSTANTANEOUS OVERCURRENT 59N INSTANTANEOUS RESIDUAl OVERCURRENT RElAY 51 TIME OVERCURRENT 51N RESIDUAl OVERCURRENT RELAY 52 BREAKER STATUS 79 REQ.OSING RElAY o AUxn.IARY CONTACT (OPEN WHEN BREAKER IS OPEN) b AUxn.IARY CONTACT (CLOSED WHEN BREAKER IS Q.OSED) LC LATCH CHECK SWITCH LS MOTOR CUTOFF lIMIT SWITCH M SPRING CHARGING MOTOR PS POSITION SWITCH (MECHANICALlY ACTUATED TO MAKE BEFORE SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE) SPRING lEASE COD. (CLOSE COIL) TRIP COD. ANTI-PUMP RElAY SR TC Y z o - I- o => D::: l- (/) Z o (,) D::: o I.&.. E-50 Y4336E95 w => MAR 2095 (/) Y4336 ~ NOTES: 1. All TERMINAl NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. 2. THIS ORA WING BASED ON PREVIOUS "A" STREET SUBSTATION DRAWINGS E-2 ANO E-S. "A" STREET SUBSTATION DC SCHEMA TIC MAIN CIRCUIT BREAKER UNIT 2 SHEET 3-22-8$ PORT ANGD..!S\A-STREtT SUB - Y43J8\DRAWINCS\PREUMINARy\Y4J36E86 owe I !;...~S Q -~-~061. TriAxis M~pd"enPft hc. ~ TRANSFORMER T UNIT 2 t- - - - - - - - - - _~IT~ - - - - - - - - - - - -48-24V -------------- -------- DC CONVERTER SUPPLIED WITH I TO DC --73-8 1 2 ' , ANNUNCIATOR I AT+ PANEl . I I I I I DEVICE CONTACTS ,--------1 W25 TANK LOW On. lEVEL LTC LOW On. lEVEL HIGH On. TEMP II) ... "' ..... '" ... ~ ~ z < '" ..... FAN CONT ACTOR II) ~ '" :s < '" ... ~ ~ z < '" ..... 710-1 5 I I I REFER TO E-ll FOR "vr BLOCK WIRING FIELD WIRE 4-2 27-1 5 NO. IDATE REMOVE EXISTING JUMPERS, SEE NOTE 2 I I I I I I I [ W29 TB2-11 TB2-8 TB2-7 TB2-5 SEE NOTE 1 TB2-8 ~ I -'i I I WJ6 I I I TB2-9 B TO SEl-351, IN 182 SEE SH E-5 REVISION TB2-19 TBI'-11 TRIP TB11-12 BY I APVD COM A12 I I LTC LOSS OF I VOLTAGE _ _ -----L~ BATTERY CHARGER AC AT+ TB2-7 TO DC PANEl AT- REUSE OF DOCUMENTS THIS OOCUUENT, AND THE IIlEAS AND DESICNS INCORPORATm HDlEIN. AS AN INSTRlAIENT OF PROfESSIONAL SDMC[, IS THE PROPOlTY OF TRJAXIS ENCNDuHc. INC. AND IS NOT TO BE lJS[I), IN lOHOlE OR IN PART. Fa< >>IT OTHER PRO.ECT WITHOUT TIlE WRITIIN AlITHORlZATlON OF 1RIAXIS ENGINEERlNCl. INC. + 48V 1- TB1-1 ~ TB1-8 ---.., DC- - - - r--r-- '----no-l ..L I Al LL ______...J L_____ ___.., ---71';2-- ...Li A2 LL ______...J L_____ ___.., - -2-;0:; - ...Li AJ LL _______...J L-____ ---, --F~-~-- ...Li A3 LL _____...J L-______ TB4-1 ------, ~--~J.: ...Li ~ A4 LL L-___________...J ------, ~--~~.~c;.~ ...Li ~ A5 LL L-___________...J TB4-2 A8 .wlIfS;. 1. THE EXISTING TERMINAL BLOCK TB2 IN UNIT 2 WAS USED FOR THE TRANSFORMER ALARMS. THE ALARMS ARE BEING RE-WIRED AND AODmONAL CONDUCTORS MAY BE NEEDED BETWEEN THE TRANSFORMER AND UNIT 2. 2. REMOVE JUMPERS AT TRANSFORMERS TO PROVIDE INDIVIDUAL ALARM CONTACTS FOR THE ANNUNCIATOR. ----, ---- rr .---- 1 LL L-___________...J TB4-3 DEVICE LEGEND' 49T TRANSFORMER WINDING OVERTEMP 49X-63X TARGET RELAY 6JRRR TRANSFORMER SUDDEN PRESSURE 71 Q LOW OIL LEVEL 86-LOR/T LOCK OUT RELAY TRIP AM BITRONICS ATAlEl AIL AMBER INDICA lING LAMP MICROSHIElD ABB MICROSHIElD 58/51 RElAY LOR LOCK OUT RELAY SElCl SEl CONNECTOR SEl SEl 587 TS TEST SWITCH VIol BITRONICS VT AIEl o TERMINAL BLOCK, CONTROL HOUSE ~ TERMINAL BLOCK, TRANSFORMER o TERMINAL. EQUIPMENT --t::+- DIODE. 1N548ll 1 eeev 6A L-L.....I I ~--------===~ -. ~-----::-- * i: : I I _....1- I L _ _ -,=-=--~=--=-_ _ ~ BAR JS ONE ~ ON ORIGINAL ORAWING e ,. IF NOT ONE INO< ON nus SHEEl. AlWST SCAUS ACCORDINGL T. "A" STREET SUBSTATION -A- STREET SUBST A nON CITY OF PORT ANGELES PORT ANGELES, WASHINGTON DC SCHEMA TIC ANNUNCIATOR UNIT 1 z o - ~ U :J 0= ~ U) Z o U 0= o l.L.. SHEET E-6 0 Y4336E136 W MAR 213e5 ~ Y4336 ~ 3-22-9:1 ~T ANGELES\A-SlREET SUB - Y43J6\ORAWINGS\PRElDUNARy\ Y4JJ&[97 owe I frJH"S 9 -~ -~(J6J. ~~ I ~ 01 Q, iii UI~ ~~ Q 1 I I I I I I I I I I 1 I I I I -.J::LA TriA x is L.:?p'.-?~n.-?ft hc. 69A 69A (6N) (5) !-~... I M I I L..__ I NO I DATE (+) TO TO UNIT UNIT '12 f4 TBll-8 TB15 ~-I :Ill ...L~ ~I -. C IIlL ~-Z17 TB6 7 TB4 TB2-l 13 SEL-A95 TB19 1i ClOSE oun92 SEL-A93 TB11 SEl-A92 . ounel TB2e Ifl'llf9-1 I F ITS I I E~TS I I I I I _'~~ L 1~~ T IS2 Y TB1-2 't a ~ ~ Ya TC i,Z TBl'-7 Tel- I TO TO UNIT UNIT 12 f4 8 14 Ie TBI-40 TBI-3 6N (-) TB2-3 GREEN eREAKER UGHT SPARE SPARE STATUS SPARE TB2-1X TBI-5X TBI-7X TBI-9X TBl-"X 131 511 531 551 57} b a b a b 14 521 54 561 58 TBI-4~ TBI-6~ TBI-8~ TBl-'9~ TBI-12~ AUXILIARY BREAKER CONTACTS REUSE OF DOCUMENTS TB12 55 ~ a 56 56 TBl-le REVISION BY IAPVD THIS DOCUIIENT. N</) THE IIlU.S _ DESIGNS INCORl'OllATED HERElN, AS ... INSTllIJIIENT or PRIlfESSIONAL SDlVIl%. IS THE PROPERTY or TIUAXIS ENCIIIEERINc:, JNC. ..., IS HOT TO BE USED. IN WHOl.L OR IN PART. FOR NIY OTHER PRO.ECT wmtOUT THE lIIRlTTEN AUTHORIZAllON or tRIAXIS ENGINEERIIIO. JNC. BAR IS OH.E IHO! ON 0RIc:JNAl DRAWING 8 ,- IF HOT OH.E IHO! ON THIS SHa:T. AD.lJST SCAUS ACOORIlINGlY. -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON DC SCHEMA TIC FEEDER 1291 UNIT 3 SEL:A~6l SELl I ALARM I SEL:~5J DEVICE LEGEND: o TERMINAl BLOCK, CONTROL HOUSE o TERMINAL. EQUIPMENT 0<< BREAKER SOCKET 59 INSTANTANEOUS OVERCURRENT 59N INSTANTANEOUS RESIDUAL OVERCURRENT RELAY 51 TIME OVERCURRENT 51N RESIDUAL OVERClJRRENT RELAY 52 BREAKER STATUS 79 REClOSING RELAY a AUXIUARY CONTACT (OPEN WHEN BREAKER IS OPEN) b AUXIUARY CONTACT (ClOSED WHEN BREAKER IS ClOSEO) LC LATai CHECK SWITCH LS MOTOR CUTOFF LIMIT SWITCH M SPRING CHARGING MOTOR PS POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEFORE SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE) SR SPRING LEASE COIL (ClOSE COIL) TC TRIP COn. Y ANTI-PUMP RELAY NOTES: 1. AU. TERMINAl NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. 2. OUT 193 TO ClOSE WHEN ANY OVER CURRENT ELEMENT IS PICKED UP OR WHEN REClOSER IS TIMING. -A- STREET SUBSTATION SHEET [-7 z o - t- O ::> ~ t- (/) Z o o ~ o I.L. o W ::> (/) (/) - Y4336E07 MAR 2005 Y4336 3-22-85 PORT ANCfJ..ES\A-STREET SUB - Y4336\ORAWIHCS'\PREl.IWlNARy\Y43JM:98.0WG "X''1L~q .~-~ot>l. 68A -.J:!:L I'T'\ I 1 I I I 1 1 I I 1 1 I 1 1 I 1 I I 1 I 1 1 I I 1 1 I 1 1 I 1 01 ~I ~I cl Ol~ ~ll. "0 C -H-^ TriA xis u.P',,7~n'?g hc. 6eA 6eA (6N) (S) !-~" I II I 1 L....__ I S NO. IDATE 7 TBl-l 7 IS2 ~ (+) TO TO UNIT UNIT P. f4 TBJ ~_I :ll, ~' L TB19D TBll 0 TB1J 0 TBl SEl-AM ~SEl-Ae2 SEl:A~6l . SEll I AlARM I ounel SEl=A~5J SEl-Ae5 9SEl-AeJ 9SEL-A81 TB4 Ya TC 1,2 TB16 TBll-7 TCl- I TO TO UNIT UNIT P. f4 6 14 lB TBl-4D TBl-J (-) TB2-J GREEN BREAKER UGHT SPARE SPARE STATUS SPARE TB2-1% TBl-S% TBl-7% TBl-9% TBl-ll% lJ1 511 531 551 571 b a b a b 14 521 54 561 58 TBl-4X TBl-6X TBl-aX TBl-leX TBl-12X AUXILIARY BREAKER CONTACTS TB28 TB1-9 TB12 55 55 ~ a 56 56 TBl-le DEVICE LEGEND: o TERMINAl BLOCK, CONTROL HOUSE o TERMINAL. EQUIPMENT 0<< BREAKER SOCKET 58 INSTANTANEOUS OVERCURRENT saN INSTANTANEOUS RESmUAl OVERCURRENT RELAY 51 TIME OVERCURRENT 51N RESIDUAl OVERCURRENT RELAY 52 BREAKER STATUS 79 RECLOSING RELAY a AUXILIARY CONTACT (OPEN WHEN BREAKER IS OPEN) b AUXILIARY CONTACT (CLOSED WHEN BREAKER IS CLOSED) LC LATCH CHECK SWITCH LS MOTOR CUTOFF LIMIT SWITCH M SPRING CHARGING MOTOR PS POSITION SWITCH (IIECHANICALL Y ACTUATED TO MAKE BEFORE SECONDARIES ENGAGE AND BREAK AfTER SECONDARIES DISENGAGE) SR SPRING LEASE COn. (CLOSE COIL) TC TRIP COn. Y ANTI-PUMP RELAY z o I-t ~ U ::> D:: ~ en z o U D:: o La.. Cl W ::> en en I-t NOTES: 1. ALL TERMINAL NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. 2. OUT leJ TO CLOSE WHEN ANY OVER CURRENT ELElIENT IS PICKED UP OR WHEN RECLOSER IS TIMING. REUSE OF DOCUMENTS lIAR IS ONE INCH ON ORIGINAL DRAWING e ,. IF NOT ONE INCH ON THIS SHEET. AO.lJST SCAUS ACCClADINGlY "A" STREET SUBSTATION Y4336Eea MAR 2005 Y4J36 SHEET E-8 -A- STREET SUBSTATION CITY OF' PORT ANGELES PORT ANGELES, WASHINGTON REVISION BY IAPVD THIS DOCUIlENT. AND TIt[ IIlEAS _ ll€SIGNS INCOllPOIlATED HERDN. AS "" INSlRUUENT OF PROFESSIONAL SEIMCE. IS THE PROPERTY OF TIUAXIS ENG:IHEERJNC. INC. ..., IS NOT TO BE USED. IN WHOL[ OR IN PART, FIlII AHY OTHER PRo.ttT WllHOIIT THE WRITTEN AIITHORIZATION OF TRIAXIS ENGINEERJNQ. INC. DC SCHEMATIC FEEDER 1202 UNIT 4 .)-22-1S POtT ~-SfR[[l suo - Y43J&\DRAWINGS\PRELtt.lINARY\Y43J6EG9 DwG LQi-tlL q -/.-~ot)b ' 68A -1!:L /T"\ I 1 I 1 I I 1 1 I I 1 1 I 1 I 1 I I I ~ :1 .., Uliil 5!~ ~lL U C I 1 1 I I I I 1 I I I 1 -.!=LA TriA x is L0p-neenng me: 68A 68A (6N) (5) i-~" 1 M I 1 ~__ I 5 NO. IDATE 7 IS2 Ii- T85 (Gn.l~ _ SEl-Z22 TBe T TB4 TB1-2 9 I Ii- .l I J~ TYa TC if Y 6 14 18 TBl-4D TBl-3 H TB2-3 GREEN BREAKER UGHT SPARE SPARE STATUS SPARE TB2-1Z TBl-5Z TBl-7Z TBl-9Z TBl-llZ 13} 511 53} 551 57! bOb a b 14 521 54 561 58 TBI-4l TBl-6l TB1-el TBl-18l TBI-12l AUXILIARY BREAKER CONTACTS (+) TO UNIT 14 SEl-Z19 ~SEl-Aes T818 TO UNIT 14 T828 REUSE OF DOCUMENTS REVISION BY I APIID THIS llOCUWOIT. _ ll€ DlEAS AND DESIGNS INCClRPORAtm HEREIN. AS AN INSlIUlDIT OF PROFESSIONAl. SERVICE. IS THE _TY OF 1RIAXIS ENCINmlJNC. INC. ANO IS NOT TO lIE USED. IN lIHlU 011 IN PART. fOIl ANY OTHER PRO.ECT WITHOUT THE WIUTTDI AUTHOIlIZATIaIl OF TRIAXIS ENGINEEIUNCl. INC. 55 ~ a 58 56 TBl-18 lIAR IS ONE INCH ON ORIGINAl. DRAWING 8 I" IT NOT ONE INCH ON THIS SHEET. AO.AJST SCAU;S ACCORDINGl. Y. SEl':A~6l SEll I AlARlI I SEl:A~5J DEVICE LEGEND: o TERMINAl BLOCK, CONTROL HOUSE o TERMINAL. EQUIPMENT 0<< BREAKER SOCKET 58 INSTANTANEOUS OVEROJRRENT SON INSTANTANEOUS RESIDUAL OVERCURRENT RELAY 51 TIME OVERCURRENT 51N RESIDUAL OVERCURRENT RELAY 52 BREAKER STATUS 79 RECLOSING RELAY a AUxnJARY CONTACT (OPEN WHEN BREAKER IS OPEN) b AUxnJARY CONTACT (CLOSED 'MiEN BREAKER IS CLOSED) LC LA TGH CHEO< SWITCH LS MOTOR CUTOFF UMIT SWITCH M SPRING CHARGING MOTOR PS POSITION SWITCH (MECHANICALLY ACTUATED TO MAKE BEFORE SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE) SR SPRING LEASE COn. (CLOSE COn.) TC TRIP COn. Y ANTI-PUMP RELAY z o ...... ~ () => D:: ~ (f) Z o () D:: o I.&... o I.&J => (/) (/) ...... NOTES: 1. ALl TERMINAl NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. 2. OUT 183 TO CLOSE 'MiEN ANY OVER CURRENT ElEMENT IS PICKED UP OR WHEN REClOSER IS TIMING. "A" STREET SUBSTATION SHEET E-9 -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON DC SCHEMATIC FEEDER 1293 UNIT 5 Y4336E99 MAR 2985 Y4336 So-22-85 PORT ANGEl..ES\A-STREEl sua - Y43J6\DRAWINCS\PAELnIINAAy\Y4JJ6E18OWC TO SVGR. ",> >~ MeB on. SECTION I/'l::>. N"'a;: X...J . TB3-& _ ~~~ -V >i5"- 01- NO -n. \18 I- u U c:; .J 0 I- \110 TRAN PRIM SECo RATIO OF PRIM TAPS TAPS TO SECO U2-G UI-S2 5.00 TO .20 A. ACT U3-G UI-S2 &.66 TO .20 A. U2-G UI-SI 5.00 TO .25 A. U3-G UI-SI 8.66 TO .25 A TO METERING SECTION ...J o II< I- N>~ TB2-2 -Y-- S ~ U "'-.. :idQ: _30 !!.~~ "'0 ~",% ~~~ 2- ~chL... ~M~ n. n. ::> ..., TriA x is L0?.b~~.I?'.bft hc. TB3-10 (MCB SECTION) 8-1 V3 D1 f\ 17 \16 \15 -jf- ~ -0_ --'Xr- ---l f-- --<~ -0- -cr::n- --a::nr- DSGN H STREED NORMALL Y OPEN } RELAY NORMALL Y CLOSED CONT ACT CIRCUIT BREAKER THERMAL ELEMENT CAPACITOR DISCONNECT DEVICE OPERATING COIL FUSE RESISTOR NO. DATE + INSTANTANEOUS POLARITY o D40 PH I PH DI9 2 o -/ 0-- -/6- -0 b 0-- STAY PUT } SVITCH CONTACT SPRING RETURN SELECTOR SVITCH ~ CAM OPERATED SIJITCH RE:VISION D41 C< '" "'z "'0 x_ UI- I-U -'" :>.. .. III ow 1-% D39 6 + ~PAR. 4 + '90" VOL T AG REG RELAY ~ 3 '" N :> F'DR COMPLETE SCHEMATIC SEE INST. BOOK ALARMS (TRIPS MeB) ;:: MPI RC '" I- '" '" '" '" .... '" CAM OPERATED SWITCHES LOWER RAISE - r 120 116 15 .'W 1 2 15 16, A a 120A CLR ' 'LR CLL 'LL CLRX' 'LRX CLLX' 'LLX ST'OP OPEN CLOSED STOP REUSE OF DOCUMENTS BY APVD THIS DOCUWENT. AND THE IDEAS AND DESIGNS INCORI'ORATID HEREIN. AS AN INSTRUlIENT OF PROf[SSIllNAl. SERVIa:. JS THE PROPERTY OF TRlAXJS ENCINEERING. INC. _ IS HOT TO lIE USEe. IN WHOU: OR IN PART. RlR NlY 0THEIl f'Ro.a:T wrntOUT THE llRITTIN AUTHORlZATlON OF TIUAXIS ENGINEDlING, INC. o 84H '" :> o :; FOR IJINDING CONN. , RATINGS SEE DIAGRAM NAMEPL 218PI66HOI TB2-10 (IN METERING SECTION) REFERENCE DRAIJING. IJESTINGHOUSE DIJG. NO 7756D62 N =; , N~ X X LDC CT XI 600/5 TO SIJITCHGEAR MCB SECTION / ^ "- CD '" on , , N N N III III > l- I- .... I/'l .. .. 1.'29 1.'30 1.'35 1.'36 CD ,... ,... CD '" < <[ <[ 4-2 27-1 FAN CONTACTOR LTC-LOSS OF VOLTAGE ALARM C26Q-I Xf'MR OIL TEMP.) ...J .. l- e ... '" .. z '" "- o I- TB2-9 (IN METERING SECTION) @ AUXILIARY CONTACT ON LOAD CIRCUIT BREAKER. USE, IF DESIRED, TO PREVENT AUTOMATIC OPERATION \lHEN BREAKER (520 CONTACT IN SERIES \11TH V7 INSTEAD) FUNCTIONS THE SAME.) @ EQUIPMENT LOCATED IN S\lITCHGEAR. BAR IS ONE INot ON OIlICIHAl ORAWlNG 8 I" IF NOT 0Nt INOl ON THJS SHEET. AlWST SCAlLS ACCOROINGl. Y · A. STREET SUBST A nON CITY or PORT ANGElES PORT ANGELES. WASHINGTON NOTE. THIS DIAGRAM MUST NOT BE USED TO DETERMINE THE EXACT LOCATION OF APPARATUS, IJIRES DR CABLES ALL APPARATUS IS SHOIJN IN DE -ENERGIZED POSITION AND ON POSITION 'N' OF THE TAP CHANGING EQUIPMENT. ACT C co CS L R CTT FU H-I,2 HS LT LTS MPI RC DC PTT R RS TL TS o T 4 8 17 26Q I 2 43 43T A M 71Q-2 7IQ-I 84H B4L 84M 84R 88F 90 L R IS OPEN. "A" STREET SUBSTATION LEGEND AUXILIARY CURRENT TRANSFORMER CAPACITOR CONVENIENCE DUTLET RAISE - LOIJER SVITCH LOVER CONTACT RAISE CONTACT CURRENT TEST TERMINAL FUSE HEATER HEATER SVITCH COMPARTMENT LIGHT COMPARTMENT LIGHT SVITCH MECHANICAL POSITION IND. ELEC. RESET COIL (HAX.-MIN. HANDS) OPERATION COUNTER POTENTIAL TEST TERMINAL RESISTOR RESET SVITCH TEST LIGHT - VHITE (INDICATES 'L' , 'R' CIRCUIT CLOSING) TEST SVITCH FOR 'V , 'R' CIRCUIT OPERATE CONTACT TEST CONTACT rAN CONTACTOR CIRCUIT BREAKER SHORTING SVITCH rOR SERVICING NOTE. OPEN rOR NORMAL OPERATIONS HOT LIQUID THERMOMETER rAN CONTACT (STARTS rANS AUTO. BY LIQUID TEMP.) ALARM CONTACT - 2ND TRIP r ANS AUTO -MAN. SVITCH AUTo.-MAN. SVITCH AUTOMATIC CONTACT MANUAL CONTACT TAP CH. LIQUID LEVEL GAUGE TRANSF. LIQUID LEVEL GAUGE HANDCRANK INTERLOCK SVITCH MOTOR CONTROL LOVER RELAY MOTOR MOTOR CONTROL RAISE RELAY rAN MOTOR - IJITH THERMOGUARD VOLTAGE REGULATING RELAY LOVER CONTACT RAISE CONTACT [-10 Y4336E19 lAAR 2005 Y4336 8-2 \17 f\ D5 ru ;:: ;:: USA) DlI 43T 120A 120 A M D37 '" M ,... l- I- '" D13 ,... :> CS 84 84 :; L R R R 7 .... It'l .... N '" .... 120VAC N iij '" LOSS or '" 27-1 '" VOL T AGE 84 84 CD RELAY R L is '" ,... .... .... '" '" 2 &4 L ,... is T4 '" :> ...J ...J '" U '" is is N N N N l- I- l- I- D3 SHEET TAP CHANGER. SCHEMA TIC DIAGRAM (REUSE EXISTING DRAWING) z o - ~ u ::> ~ ~ (f) Z o U ~ o lJ... Cl W ::> (f) (f) - 3-22-e5 PORT ANCiELES\A-STREET SUB - Y4JJ6\DRAWINGS\PRD..nIINARY'\YUlK110we ~ L;J 'T' ~ ~ ,.2... ~ ....L ~ 2- -!... ....!.... X~ X....!!..... X ..E.. VIR[ ClINN. II< PANEL 'Ir .n.. :DIll rRllM 21 D 21 2Z D 2Z 2Z D 2Z 23 D 23 24 D 24 37 43T I 38 ACT U2 39 ACT S2 4lI PTT I 41 90 1 43 TL 2 44 TS 2 45 TS 5 46 84L 2 47 84L 10 --- f!1,.~~r;..:~~~ (j ~ "'t. "7 ~i~ \'l- ~ "0 iI ~O ~I:;"")~~" llir.-Ax.-s ;;.l'i".s Clsn1l (:-~ SIONA" {~ I f'MS 9 -/l.-il.061. / &yYQ~~nQg hc. 1~2 1~2 1~2 1~2 {f2o--., I ~2 ~ n~ . uo-./ 1~2 l['84WJ """ :DIll I 2 3 4 5 6 8 9 II II 12 13 14 15 16 17 18 19 19 19 19 20 21 DeSTINATIlI< rRlJM TO F"ROI D I 8-1 I 8-23D2rul D 3 8-2 I D 48-22 D 58-2443T3 D 6 431 2 D 8 RS 2 D 984R68413 D II HS 3 DllrU2COI D 12 HS 1 D 13 84R 12 17 2 D 14 CTT 2 17 1 D 15 ACT 6 D1684R2 D 17 84L 1 D 18 DC 2 D 19 90 3 ACT U1 ACT UI PTT 2 RS 3 PTT 2 DC 1 CO 2 D 19 TL I D 20 90 8 D21907TS6 ""DC S SIZE I ~ 14 T.C. OPER. MECH. COMP'T. uTu <F.V.) ~ "CLR" 1~2 -cu.' 1~2 'lR' 1~2 'U' 1~2 DESTlNATIIlN TO F"ROI CS 1 909TS3 CS 2 84L II 84R 14 CS 3 CTT 1 90 4 90 2 8-1 2 TS 1 TS 4 84R 7 84R 8 84L 14 84R 4 84R II 84R I DSGN H STREED R T"'~~C:T'" piK M BEANl AND IAPVD M BEAN LAND '1" WJlt: rRllM I T I 120 2 T 2 P-L 3 T 4 T 5 T 6 T 7 T 8 T I 9 T I 137 C 37 LL 38 C 38 LR 'IRI S sm:~ 14 IIIRE CllNNECTIlI<S IN CllMP'T 'T' 'I"" S SIZE ~ 14 DESTlNATIIlN TO rRlJM 184M L1 120 I 1 l20A 1 "PI 1 2LR2L2 2CLL2CLR2 3 120A 2 4LL:ICLLI 5LR>ICLPI 6 11'1 2 71202 8LLX LL2 9LRX2LR2 ILLXILL 184M TI 2LRXILR 184M T2 TAP CHANGER "D' CONTROL PANEL <REAR VIEW) , I 1 'FU' CD I 14 I I I , IIIR( DeSTlNATmN [;[IDl rRlJM TO rRCM At Al MCVHT A2 A 2 MCBLK A4 A 4 26Q BLK AS A 5 26Q IIHT >>5D5TI DSD8T6 DI3DI3T3 m6DI6T5 m7 D 17 T 4 D18DI8T7 D23D23T8 D24D24T9 116D19T2 118 II 8 ~ 2 V101l10~1 1125 II 25 711>-' IIHT nlH IIHT 1125 7UH IIHT 26Q GRN V26 \I 26 7lD-l GRN 1127 II 27 >IIH GRN 1128 II 28 26Q llRN ~ ~ '84V VIR[ CONN. EXTERNAl. TO CAB. "tDC S SIZE ~ 14 Iumd DeSTINATmN :;;;;; S ~ F"ROI TO F"RIlH SIZE. ~ '''''' DeSTINATION pllll rRlJM TO rRlJM AS A 5 A 6 D4 D 4 84H 3 D9 D 9 84H 2 DII D II LTS 3 12 m2 D 12 H-I I 12 113 II 3 D I 14 \15 D 3 II 5 8-3 3 116 II 10 II 6 II 4 116 II 4 H-2 2 116 II 6 D 14 D 19 116 D 19 LT 2 117 D 2 II 7 8-3 I 118 II 8 D 15 1111 II II D 6 11I2 II 12 D 20 1129 II 29 A 8 1130 II 30 A 71...- 'ACT' 1~~Grl ~.;. "1St' S"J '84R' ~~ 3 4 e~ 3 4 S 6 as : : BE:8 'PTT' @ @ 2 1 'CTT' @:I9> 2 I 'DC' G] 'HS' 'RS' 'CS' '43T' ~ ~ ~ ~~ r1J W lKJ U ljJ~ l1j OFF LOWER AUTO NO. DATE @ @ @ @ H2 ~ '8-2' '8-1' fl f3 fI ~~~~ t 'TS' ~ .lL 641 T 113 ~ REMOVE JUMPER IJHEN '520.' CONT ACT IS USED. SHOIJN IJITH DOOR OPENED. SHOIJN IJITH HANDCRANK IN HOLDER. CONT ACT CLOSES ON LOIJ OIL. REVISION BY APVD 19 ,.:!!: ~ ~OLT~: R~~ ~ RELAY ~ x~ f"OR COMPLETE: x + WIRING SEE I ~ INST. BOOK :!t ~~~;~'Ioi~ I 'D' ~ :it ~ ~ ....!!... ....!!.. ,..!!.. ~ ~ ~ ~ ~ 'W' -r-x -;... @ ~ XV76 ~.{ --T yo --;- . 6 r -, I2QYY T -;-X T0- T 12 II. Q Yll7 - CHARTS or THE lllRE ClJNN[CTmNS rDR THE lR~= ~~Oor~~ ~~ ~:~ ARE SHO\IN EITHER A~IN1NG THESE AREAS DR ON DI/G. USTED AT THE RIGHT or THIS EXPLANATION. VIRE CODE NIl os CIJRIl[SP[J<D TO THOSE APPEARING ON THE SCHEMATIC DIAGRAM. ')C' PLACED AT THE DEYlCE TERMINAL INDICATES UNUSED TERMINAL EXPLANA TlON REUSE OF DOCUMENTS 8AR IS ON[ INCH ON ORIG1NAI. llRAWlHG e " If" NOT ONE INCH ON THIS 5Hm. AO.lJST SCAI.ES ACCORD1NQ. Y. THIS DOCUlIENT. AND THE IDEAS AND DES1GNS 1NCORPORATED NEREIN, AS .... INSTRUMENT CF PllOfESSIONAl ~ IS THE PROPERTY CF TIUAX1S ENGINEERING. 1NC. IH) IS NOT TO BE USED. IN .....0lE OR IN PART. FOR ANY OTHER PRO.ECT WITHOUT THE WRITTDI AUTHORlZATlON or TR1AXIS ENG1NEEIl1M(;. 1NC. \liRE CIJlIt IN CIlNT. CABINET ~tDC S SIZE I ~ 16 """ DESTlNAT1llN :DIll rRCM TO 1161 LTS I LT I 1162 H-I 2 H-2 I rRCM .m>< S SIZE ~ 14 14 '71Q-2' ~ I...- '- CD--I~I 'LT' L@-r AIR BLAST CONTROL PANEL 'A' <F.V.) '26Q' --. .--- II~ f 2 ~ i~ i! ~ CONTROL CABINET <LV.) WIRE CONN. ON PANEL 'A' 'A' '4' T ~ WIRE T ODE FROM Tx ss~s -T I A I T 2 A 2 T T '43' 4 4 12 .::t: I.,J./~I 4 8-3 2 S A S '8-3' MAN. AUTO ON 6 A 6 I r--- 2 0- -'XrO 7 A 7 ~ r--- ~ 8 A B 9 8-3 4 TB3-10 } ~B TII3-8 SECTmN T82-1 \!!! T11-4 ~TERING T82-2 SECTIIlN r14~ ~ R1 W1l n ,-~~ L L ~ IIIRE CONN ON PANEL 'C' R VIRE DCSTINATlON COOE rRCM TO rRCM 1 I L 5 R 4 2 6L2RI SCHEMATIC DEVlCE-" '-TERMINAL. ~il...,. L:J A Ii 'H-I' 21 REF. 'w'ESTlNGHOUSE D'w'G. NO. 7756D63 -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON DESTINATION TO FROM 4 4 4 S A 4 8-3 2 43 I 43 2 4 I 4 3 4 11 4 13 4 2 "'IRE S SIZE ~ 14 'W' '25 '""26 ~ ~) -To ~X ~x -*: ~ 36 . TB2-U ' .. T82-12 S4 T82-8 TO SIIGR MC1l SECTmN S5 T82-9 ,. I i 'H-2' 21 "A" STREET SUBSTATION TAP CHANGER. PHYSICAL WIRING DIAGRAM (REUSE EXISTING DRAWING) ^ W - ear TO rAMS <3 TOTAL> JUNCTION BOX' JU ND.'S I TO 1D FllR CDH:CTIllNS TO .AJNCTWN BOX SEE 1I\IG. 7756>>62 '7IQ-I' ~ I @ '84W ~ Z 0 .-. t- U => 0::: t- (/) Z 0 U 0::: 0 IJ.. SHEET E 11 CI ~~G Y4336Ell W => DATE MAR 2005 (/) ~~OJ Y4336 (/) .-. J-22-8!I PORT ANtn.ES\A-SlREET sue - Y43JS\DRAWlNGS\PREl..nIINART\ Y4JJ&[I2.DWC H-:NGED PANEl CRY) FOR THIS PANEL, SEE SrlEET [-13 sa-2839 ~ COMM. ~DC POMR ANN t:. ANN DC POMR DlOOE ARRAY ~ A1+ ~ TRIP OUT ~ TRAMSI'. ALARM IN TriA x is :.t/?p"..7een..7~ hc. TO UNIT 2 C> SEE SH E-~ """ TO UNIT )!" "" TO u!,;lT 2 "-"',HEA ER, " ~G ~ I I , 70 EXISTING : liGHTS AND REPT -r 1 I , I , i f i I I , i I ! i ! i I I I I i I , I i I I I 1 I , 1 , 1 , ! , , I I I I I I 1 I I 1 l ! , 1 I , , ~6 AC ! I AS SK" 70ft , , 1 , i i I , , \. NO DATE , I , ..L' I !, U " , .Jiz' ! I en ;F; ;';rf~~ J-- -o('.l lVjt.: U) Imil i I : I ! I, ) , J) 3e 161 ~~ X.3 UNIT 1 -SEli.(FY) - , "-AT- ,...,. TO sa-3515. UNIT 2, 3, 4, 5 "'" ~ TO UNIT 2, SHEET E-14 """ TO UNIT 2. SHEET E-14 I' ,I d, <Ii II' ... ... ! 't ~ II , ~~w. , d~~~'i~ , /Ei:>9' IjSg!>ilc< ;0;.-..-_ t'?f":t"Ftl f'..;oO [ ! ..If\ TO TRANSFORMER, . \!./ SH E-18 ""'" TO UNIT 12 CA< UI' SH E-14 CA3 ~ 1 I ,~ ~ ,_ ;:11- 1 l Icjr- ~t~~~~: I I IA ~ I i TH2 H19)-1 !? I i L.JJ~ 151<\1" CONT \P<>: I i, 1 '"Y"\ PWP TRANSF '-V1A I X1 ~ ,lxI2CFi-24:J~0V , I'~obo; I i I (SEE7:clk 2) I,~ ,I 'I' ~:,16 ii, ' 'l~ i J--' NOTE 1) ! , ;~" '9- 0745...9, '" i I"... v CABLE I t. ~ ~,' , i622114A I f I ~. A 1 3-pT I " P I I , ' l::i!:;:' noc, '20. I ! I ~LJ~.JI ' , I ,1 '8-91 " L~I I D6-=> iO 0 ~ y) f ~718f if G j ~~ ~ ;; ,~11 'I/O ... 4--~ I i' ( i T J GRD BUS CO ~ iv~l \'7, V9 II II ~ i:"J~6" ~NEAAEST FRONT i . 2 3 , ! I , I 3 6..\ e'l , ; : c....~ 0./; " ':;1 ~~_ '1::r--38 (N) 'XI Ivl:::r 11f>QJGND 3f4QJ l VI ---, V2- V3- . :n=;JJ7l lIGHTS AND RECEPTACLES TRANSFORMER FANS- lRANSFORMER 14:;- I I I , !,;}TO :3 7see/9375 KvA iRANSFORMP~ 2 67eeo tl - 1 1247e Y!7200 I I I i I , I ~~)q ~- ,~ .( K 69015 r~ce I I i J I i C1 C2 ,.~ CG ~ fi IX Itl,,- ......, LL4J, J J W= ,~ 1< ,... JLl ir.~ ..-:,..., -~ REUSE OF DOCUMENTS REVISION BY AP\ID THIS DOCUIlENT, AND lH[ IDEAS _ DESIGNS JNalAPORATm HEREIN. /oS ..... INSTRUMENT OF PROF[SS1ONAL SERVICE. IS lH[ PROPERTY OF lRIAXJS ENClNEEJuHC;. INC. _ IS NOT TO lIE USED. IN 'MiQ.E OR IN PART. FOR ANY 01'tER PRO.ECT wrntOUT THE llRITTIN AUTHORI2AnON OF llUAXIS ENGINEERJNG, INC. BAR IS ONE INCH ON ORIGINAL DRAWING e ,. IF NOT ONE INCH ON THIS SHEET. AD.JJST SCALES ACCORIlINGlY. I~ j ;"AC 1/3 TO AC PANEL. 'v = SH E-2 r.:..AC 17 TO AC PANEl., I ""'SH E-2 I r.:.. SH [!.; IV '^' l"""Uo, :::: AC 19 TO AC PANEL. '0' "'" SH E-2 """'DC 13/15 TO DC PANEL. 'O'SH E-2 FOR AC PANELS. DC PANELS AND CABLE SCHEDULES. SEE E-12. AC 5/1 TO Ae PANEL. SH E-2 DC 1/3 TO DC PANEL. SH E-2 """ TO UNIT 2, "-'" SH E-14 r.:.. Ace TO MANUAl "",!R"NSFER SWITCH, SH E-2 · A. STREET SUBST A lION CITY OF PORT ANGElES PORT ANGELES, WASHINGTON ~ 1, REPLACE 118 GROUND/NEUTRAL CABlES FROM 15KVA lRANSI'ORMER WITH If> QJ FOR GROUND. f4 QJ FOR NEUlRAI.. 2. R98 RELAY INTERRUPTS 128VAC TO LTC CONlROL . - ~AUTIC'~ C":S'Ql,JER -0 ~~J~.h"E ':...LAPE~S 'htJEN CC;'f':EC1~G rc RE~~-;E EQ-";IC~JE'" r ... - CELL S~-C~ ~'Ht.r-. S...PP...::O 5r<OWN ~~ 8~EAt(E? 1\ 1::'5; PCSlTION 0)90 - ~TC 3~OCK OPERA....::. S - MOC SWiiCH W..E..... S~PP!-!ED S.I-;Or~'" FOR BREA><EC< IN CoOp.. PCSIT'CN ~ - So;~RT C RCUli NG "'E~""'lt..AL B~CCK (f) - P~~... F~ Sf ~ - DJY~J" rUse z o ..... ~ o ::> a::: ~ (/) Z o o a::: o u.. o w ::> (/) (/) ..... ~.OTE TO Cl'S"'OMER I LO:;~"ION ot" A;:"Pt.,RA TVS, MRES OR ~A8LES ....UST ~CT BE :::E'ERl.JI~...ED j':~OJ.) J ~GRAW 2 PA~El C~~..JNEC7!~S S....G~.i\ AS V1E\\'ED !:RO~ J:tEA~ EJ'CfP'" ftS NOTre 3 CO""NEC-Cl'oS APE ~O~ o...PSE SEQJENCE: ~ - 2-3 4 0 Ae:r<A~S. DE'\-~[ ;:-\.'~C7"8!\oS A.N:; NUYEE.~S ARE A".S S'7.l.t~.st..R~ .A. STREET SUBSTATION SHEET E-12 Y4336E12 MAR 2995 Y4336 WIRING DIAGRAM TRANSFORMER CUBICAL UNIT II 3-22-85 PORT ANCn,[S\A-STREn SUB - Y4338\DRAWlHGS\PRELNINARY\ Y4JJ&[,3.OWC I TRA:F~~MER I UNIT 2 I UNIT 1 - HINGED PANEL I I DIODE ARRAY ~ I :, ~:"'" "'-d'-, i i ~...L q - ~ -~C6b 71Q-l W261 I TB2=.6 . o-----t:+--o--TBI-2i SR-2030 TDl-l TD2-1 I COMM CABLES TO UNITS 2. 3, 4, 5 TDI-2 TD2-2 4r m (+) W271 TB2-71 I I 1 71Q-2 TBI-3 TDI-3 TD2-3 Z92 (-) TDI-4 TB2-3 -- W2sl I TB2-5 I I I LL-.@DC 1/3 26Q-2 TBI-4 DC TO DC PANa TDI-5 SH E-2 TDI-6 TBI-5 TDI-7 TD2-7 D------D+--O TDI-8 TD2-8 ----oL- TB3-1 TDI-9 TD2-9 D------D+--O TDI-19 TD2-19 TB3-2 r TDl-11 TD2-11 0 I TDI-12 TD2-12 N AT+I m W29) I I I TBll-11 ~ I- MODULE AN6148 TRIP ~ TB4 FAN W39 W35. L ~ _27-1 W36 5 LOSS CHARGER AC TriAxis '&pneennft #?C. TB2-8 TB2-9 8 TB2-19 TB3-3 ALARM REPEAT CONTACTS ALARM REPEAT CONTACTS ALARM REPEAT CONTRACTS TB3-4 0)(1)-0) I I - I N N IN mmNo I-I-~I- TB3 TB4-1 TB19 ANN+ CONY. -Tl :I~ :24V: 4BY.' !I~ _ _Ll 48V-24V DC CONVERTER SUPPUED WI ANNUNCIATOR ,--'--- (+) TB2-7 ANN- H DC 2/4 DC I TO DC PANEL SH E-2 REUSE OF DOCUMENTS BAR IS ONE 1N0t ON ORICINAI. ORAWINC . I" IF" NOT ONE 1N0t ON THIS !ilEET. AO.lIST SCALES ACCORDINCl.Y. -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON NO. IDATE THIS OOCUlltNT. AND THE IDEAS AND OEStCNS INCORPORATED HEREIN, AS AN INSlRUlltNT IF PROf[SSIONAI. SEJMCE. IS THE PROPERTY IF TIUAXJS ENCINEIRINc, INC. NIl IS NOT TO lIE US<Il, IN WHCU OR IN PART, FOR ANY OTHER PRO.ECT WITHOUT THE IlRITTIN AUTHORIZATlCN IF T1UAXIS ENCINEERINc. INC. REVISION BY I APIID "A" STREET SUBSTATION WIRING DIAGRAM CONTROL PANEL UNIT 11 J.EGE;NQ 49T 71Q-l 260 63P-2 63P-l 710-2 WINDING TEMPERATURE LOW TANK OIL LEVEL TOP OIL TEMPERATURE LTC PRESSURE REUEF PRESSURE REUEF LOW LTC OIL LEVEL SHEET z o - ..... () ::> D::: ..... V) Z o () D::: o LL E-13 0 Y4336E13 I.&J ::> MAR 2005 V) Y4336 ~ 3-22-85 PORT ANGELt5\A-STREET SUB - Y433e\DRAWINCS\PREllWINARy\Y413aE140WC I L 1<','15 q -i/.-i:ct:Jb 2INGED PANEL (RV) r->$ I r I L FOR THIS PANEL, SEE SH E-157 TriA x is 'R 'b7?n~~/.7..?g he: M BEANLAND VD M BEANLAND NO. I DATE I UNIT 2 MAIN BREAKER CEll (rv) ( ( + - "9~ @)~ gfPANEl SH E-2 89 A 2 4 PT :STB: ~ SEt. RECEPT REVISION Tll-15 TB-18 AC J TO UNIT 3, ;..;./ SH E-18 ~~ UNIT I, TO UNIT 1. SH E-12 TO UNIT 3, SH E-18 TO UNIT I, SHEET E-12 ~ #=il TB-8 3 19 4 14 5' 52 TO UNIT 1 SEE SH E-12 A8B VAC CIRCUIT 9REAKER ~VA .GRO BUS o BUS OUCT 00 00 ,.,~ '11"') REUSE OF DOCUMENTS BY IAPVD THIS DOCUIlENT. ANIl THE IDEAS ANIl DESIGNS 1NCCRPClllAm> HERDN, AS AN INSTRUWENT OF Pfl(lf'ESSI0NAl. SERVICE. IS THE PlKlPERTY OF TRIAXIS ENc:INEEJUNC:. INt. >><<> IS NOT TO BE USED. IN WHOLE OIl IN PART. RlR ANY OTHER PRo.ECT WITHClUT THE llRITTEN AUTHOAIZATlON OF TRIAXIS ENGlHEIRlNG, 1Nt. BAR IS ONE INCH ON OAIGINAI. DRAWING 9 ,. If' NOT ONE INCH ON THIS SHEET. ANJST SCAUS ACCORDINGlY. TO UNIT 3 E-18 TO UNIT , E-12 TO TRAIlSf'. LTC POT SEE SH E-ll PT I TO UNIT " SH E-12 C84 C9 · A. STREET SUBST A nON CITY OF PORT ANGELES PORT ANGELES. WASHINGTON I WAIN BUS @:~~-~2 J . - CAUTION: OJSTOMER TO RENO'<<. .A.lWPERS YfiEN CCH€CTINC TO REWOTE EQUIPWENT. H - CEU. SWITCH. 'IlHEH SUPPLlEO SHOWN FOIl 8REAI<ER IN TEST POSITION S - Moe SWITCH. 'IlHEH SUPPLlEO SHOWN FOIl IlREAl<ER IN OPEN POSITION Ii!! - SHORT ClRCUITINC TERMINAl. BLOQ( eel - PULL FUSE E=:l- DUWWY FUSE NOTE TO CUSTOMER '.LOCATlON OF APPARATUS, WIRES OR CAIlLES MUST NOT BE DETERMINED FROM OIAGRAM. 2 PANEL CONNECTIONS SHOWN AS VIEWED FllOW REAR EXCEPT AS NOTED 3.CONNECTIONS ARE FOR PHASE SEOUENCE '-2-3. 4 OIAGRAMS, OEVlCE FUNCTIONS AND NUMBERS ARE ANSI ST ANDARO 5. INSTANTANEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USlNC THIS .AJWP[R If' INSTANTANEOUS TRIPS ARE TO BE CUT -QUT DURINC mCLOSER OPERATION. THIS oAlWPER MUST BE REMOVED 6 6 DEV 99 A+ LTC 7 7 lCFlIRIl TC ALARMS, LOSS OF \/OL T AGE. FANS ON 8. 8 lCMFll HICH OIL TEMP lCf'UR I< LTC LOW OIL "A" STREET SUBSTATION WIRING DIAGRAM MAIN CIRCUIT BREAKER UNIT 2 SHEET Y4336E14 MAR 2005 Y4336 [-14 z o - ~ () ::> c:: ~ (f) Z o () c:: o lJ... CI W ::> (f) (f) - 3-22-85 PORT ANG(]..tS\A-STREET SJ8 - Y43J&\DRAWINCS\PREUMINAAy\ T4J36[I5.,OWC ~-J:-~OOl> ' TriAxis Mp.t7een.t7g mc. HINGED PANEl (RV) I '" - III III .... .... ... :.!! l!! l!! o o o I .R .., N III .... L M BEAN LAND NO IDATE .. ..., _ CD ~ ~ ii! ~ o o 0 0 0 0 0 0 A22 A23 A24 KJS A26 A27 A2B 1 PORT 1 8 [000000001 000000 o All A12 A13 A14 A15 A16 A17 A18 A19 A20 A21 a TRANSF AlARM TRIP MCll IIAN, T IIAN. C 215 216 217 218 ... N III .... ::l .... ..- III .... ... ~ '" CD I!! I!! II) I!! ~ CD ... CD on ..- .., N i!i '" a; II) ~ '" '" '" '" I;: '" '" '" I;: < ~ N I;: N N N N N 4( I I I I I I I I I I I I I I 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: 0: .IS CD ..- ... .., CD N II) lii '" N CD .., N N III I!! III III I!! ~ III ~ lii ~ N N .... .... .... .... .... I!! I!! III () () () () () () () .... .... , V / I!; I I '-y----/ 0: l!! .... I!; e 7J z 2 ~ -' - ... 0: .... 0: ~ ~ ~ 0: a .... 0 III III a. ~ ~ REUSE OF DOCUMENTS REVISION THIS DOC:UUtNT. AHD THE IDEAS AHD DESIGNS INCORPORATED HEREIN. AS AN INSTRUlIENT OF PRCnSSIONAL SDlVIlX. IS THE PROPERTY OF TR1AXIS ENcINmuNc:. INC. AND IS NOT TO BE lJS[I). IN WHOlE OR IN PART. FllR NfY OTHER PRO.ECT WITHOUT THE lIIUTTIN AUTHOIlIZAT1OH OF TRIAXIS ENGINEERING. INC. BY I APVD UNIT 2 GND N I!! PORT 2 54321 of;;;;}o 9876 N ~ () BAR IS ONE 1N0l ON ORIGINAl. DRAWING . 1. IF NOT ONE 1N0l ON THIS SHEET. AlWST SCAUS ACCOADINGl. Y. MAIN BREAKER SEL-351S - PORT 3 54321 o~o 9876 TB R-Z25 + 1 R-Z26 - 2 R-Z18 c+ 3 R-Z17 C 4 R-Z22 GILl 5 R-Z21 GIL2 6 R-ZI6 T+ 7 R-ZI5 T 8 R-Z2e RIL+ 9 R-219 RIL- E R':'Ae2 T+ 11 TS1e T R-AI8 + R-A17 a R-A96 R99+ TS8 R9E>- 1 R-A2e AT+ TS12 AT- I TS2 VI 21, TS4 V2 TS6 V3 R-ZI2 VB CTB TS14 C11 1 TS18 C12 2 TS22 C13 3 TS26 4 TS16 5 TS2B 6 TS24 7 TS28 C84 8 9 iii -- Ii R-GND -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON I I TBI-9 TB2-8 TB2-9 L FOR THIS PANEL, SEE SH E-147 TB3-1 TB3-2 TB3-3 TB3-4 STB-l STB-2 STB-3 STBITO STB STB-6 ~ ~ "A" STREET SUBSTATION WIRING DIAGRAM CONTROL PANEL UNIT 2 SHEET z o 1-4 ~ () ::J ~ ~ V) Z o () ~ o 1L. E-15 C Y4336E15 W ::J MAR 2005 V) Y4336 ~ .l-22-85 PORT ~-STRttT SUB - Y43J6\DRAWINGS\PRELNINARy\ Y43J6[16 OWC I L PX"~S q - ~ -~OOb -!lINGED PAN~ (RV) SEl.-35IS r----------------, I I I I I I I I L________________~ 15 r----------, I J I I I I L__________J L FOR THIS PANEL, SEE SH E-17 7 TriAxis L//p-';7een..?ft hc. NO. I DATE I PT DC' S. 6H C CT ~ REVISION ~FA~ . Lff 2 UNIT 3 48'IDC (~ ~ USPANa SH [-2 TO UNIT 4 SH [-'8 FROM UNIT 2 [-'4 ~o UNIT 4 1!ll=!TB1'-8 SH [-18 T81l-7TB1,_8 ~ r-u 2 fl8 69 A F8~ 4 TB11 '3 2 '3 .. CEll ~F'V) .sm K '0 0' 0: ~ SHOATlNG BLOO< (~'lP~ . 54 8 55 19 56 " 57 12 5& T81 GRO (3) 399:5 SEe. RECEPT o 00 W ..,.., .., 6 f'DR. No 12el REUSE OF DOCUMENTS V2 V3 Vi BY IAPVO THIS DllCUMDlT. ANO THE IOEAS ANO IlESIQlS IHCClllF'CRATED HEREIN. AS AN INSTRUIlENT OF PROf[SSIONAl. SDMCE. IS THE PROPERTY OF TRIAllIS ENGINEERING, INe. ..., IS NOT TO lIE USf.D. IN -.roLE OR IN PART. f'CR AllY cmo PR<U;CT WIntOUT THE liRITTEN AUTHORIZATION OF TRIAXIS ENGINtERING. DIe. BAR IS ONE INCH ON OIUGDlAl. DRAWING 9 ," IF NOT ONE DlCH ON THIS SHELT. ADoJIST SCALES ACCORDING!. Y. TO UNIT 4 [-18 TO UNIT 2 [-14 -A- STREET SUBST A nON CITY OF PORT ANGELES PORT ANGELES, WASHINGTON I J IIllIE:. ,. VERIfY CT POLARm IS CORRECT FOR NEW RtlAYS. . - CAUTION' CUSTOMER TO RDlOVE .AlMPERS ....EN COHNECTDlG TO RENOTE EQUIPNENT. H - CELL SWITCH ....EN SUPPLIED SHOM< FOR BREAl<ER IN TEST POSITION S - MOC SWITCH. ....EN SUPPUEQ SHOM< FOR BREAKER IN OPEN POSITION Ii!! - SHORT CIRCUITDlG TERMINAl. BLOCK. ~ - PIJU. FUSE ~ - OUMMY FUSE NOTE TO CUSTOMER I.LOCATlON OF APPARATUS, WIRES OR CABLES MUST NOT BE OETERNINED FROM OIAGRAM. 2.PANEL CONNECTIONS SHOM< AS VIEWED FROM REAR EXCEPT AS NOTED 3.CONNECTJONS ARE FOR PHASE SEQUENCE 1-2-3 4 DIAGRAMS, DEVICE FUNCTIONS AND NUMBERS ARE ANSI ST ANOARD So INSTANTANEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USING THIS .AlMPER. IF INSTANTANEOUS TRIPS ARE TO BE CUT -OUT DURING RECLOSER OPERATION. THIS .AlMPER MUST BE RDlOVED "A" STREET SUBSTATION Y4336E16 MAR 2005 Y4336 WIRING DIAGRAM fEEDER 1291 UNIT 3 [-16 z o - t- o :::> 0::: t- (/) Z o o 0::: o I.L.. C W :::> (/) (/) - J-22-9S P<RT ~-STREET SUB - Y43J6\DRAWINGS\PRD..IMINARY\ Y4JJ6Et7 owe UNIT 3 HINGED PANa CRY) I I I I ... ... .... on . ... ~ I!! e i!! e II> m e m TB .... .... .... SR-351S 1 PORT 1 He PORT 2 PORT 3 R-Z2S + FB2 --1 5,6N 0 0 0 0 0 0 0 0 0 0 6 6 0 0 0 0 0 0 0 0 0 0 1000000001 54321 54321 R-Z26 - FB4 I I ",.. ,.,.. .... ,.,. '"'" NO NJ7 NJ8 A09 Al0 All A12 A13 A14 A15 A16 A17 A18 A19 A20 A21 A22 A2J A24 A25 A26 A27 A28 o fooooooo' 0 O~O R-Z18 7 T ~ ~ a 9876 9876 R-ZI7 TBl-1i I B. BLOCK R-Z22 R-Z21 TB2-1.E GND R-ZI6 R-Z15 TB1-2 9 LFOR R-Z2e R-ZI9 R-Ae2 ,;, ~ .;, ... ... ,;, .;, . . , , , , TSte ... on .... ... N ... on .... c;; III ... CD on e ... ... THIS PAN EL, i!! i!! u; c;; II> ... ... ... .... II> N I!! I!! II> II> m II> II> I!! I!! e II> II> II> .... .... I!! .... .... .... .... .... .... .... .... .... .... .... u I SEE SH [-167 R-AI8 R-AI7 TB1-9 55 R-A96 TB11-6 TS8 TB11-7 ~-. TS12 RC TS2 VI 21 TBJ-l , , (PT TS4 V2 TBJ-2 TS6 V3 TB3-3 CD .... CD on . ... ... ... on ... R-Z12 V9 TBJ-4 a; CD CD '" I!: CD I!: CD I!: CD CD CD N N CD CTB N N N N N < < < N I I I I I I I I I I I I I I 0:: II:: II:: II:: II:: II:: a:: II:: a:: II:: 0:: a:: II:: a:: TS14 Cll 1 STB-l , I ( CTlTO STB TSt8 Cl2 2 STB-2 ~I /N /M IL/K -/J -Ix -/H -/G -IF -/E -/D -Ie -/B -/A I TS22 Cl3 3 STB-J TS26 4 TS16 5 TS2e 6 CD . .... ... CD ... on ~ 0 N CD ... N N TS24 7 CD I!! II> II> I!! II> II> N m ~ N N TS28 C84 81- STB-6 b 13 .... .... .... I!! I!! I!! II> U U U U U U .... .... 9 , V ./ I I I ~ E II> ... a.. u ~ 11 .... II> ii: .... R-GND z ~ ... ... .... .... a:: ~ z = a:: ... ... G a:: b II> a.. L L ~ REUSE OF DOCUMENTS "A" STREET SUBSTATION TriA x is BAR IS ONE lNaI ON ORIGINAL DRAWING 8 1" IF NOT ONE lNaI ON THIS SHaT. AD.lJST SCAUS ACCOAIlINGl Y · A. STREET SUBsr A nON CITY OF PORT ANGElES PORT ANGELES, WASHINGTON WIRING DIAGRAM CONTROL PANEL UNIT 3 THIS DOCUUEHT. AND THE IIlEAs AN/) DESIGNS INCORI'ORATED HEREIN. AS AN INSTRUIIENT OF PROFESSIONAl. SERVU:[, IS THE PR<lPERTY OF TlUAXIS ENCINmuNC. INC. _ IS NOT TO BE lJS[D. IN WHOlE OR IN PART. FOR ANY OTHER PRO.ECT wrTllOUT THE JIUTTDl AUTHORI2ATJON OF TRIAXIS ENGINEERING. INC. ~",-l<{Sn9 -i:-.!:(lOb ' L;7p'n~nn~ hc. REVISION NO IDATE BY I APVD SHEET z o 1---4 ~ (.) ::) 0:: ~ (/) Z o (.) 0:: o I.&.. E-17 C Y4336E17 W ::) MAR 2005 (/) Y4336 ~ 3-22-85 PORT ANCElEs'y.-STRErT SUB - Y4JJ6\DRAWlNCS\PRtllWINARY\ Y43J6[18.0WC I L I f~"-o'S_-_9--Z~Ci01>- ~IN~ P~EL (RV) SEI.-35'S r----------------, I I I I I I I I L________________~ 15 r----------, I I I I I I L__________J L FOR THIS PANEL, SEE SH E-197 TriA x is u?..?een..?.;? he: NO DATE I PT DC's' 6N C CT ~ REVISION ~FA~ , Lff 2 SEC- RECEPT UNIT 4 cw. (FV) 48VDC c+) k-) DC) ~ W~AND.. St [-2 TO UNIT 5 St [-29 fROU UNIT 3 [-18 .!!!!!::!~1-8 ~ ~g.5 1811-7, 1-7 a TO UNIT 3 St [-18 89 A FB~ TUn ! 2 :rr:::!1! 4 m o o o o 0' I:l2I:! StORTlNG BlOO< <m.~'lP...mr 8 " 1i 12 'iiii AIlIl VAC ClROIIT aREAKER 5IlllMVA GRD. BUS (3) 399:5 o 6 fOR. No 1291 REUSE OF DOCUMENTS VI V2 VJ Vi BY IAPVO THIS IlOClJUDOT. AND THE IIlEAS AND DESIGNS 1NCORPORAm> HEREIN, AS AN INSTRUMDlT OF PlKHSSIOHAl. SERVICE, IS THE PROPERTY OF 1lUAXJS ENCIHmlING. JNC. AND IS NOT TO 9E USED, IN WHOU OR IN PART. F'OA AMY OTtER PRO.ECT wmtOOT THE 1IIttTTtN AIJ1HORIZA 'IICN OF TRJAXIS DIGINEERING, INC. aAR IS ONE INOt ON ORIGINAl. DRAWING a ," Il' NOT ONE 1N0l ON THIS SHEET. AD.l.IST SCAlLS ACCORDINGlY. TO UNIT 5 [-29 TO UNIT 3 [-18 -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON I J IlllIL. , VERIFY CT POLARITY IS CORRECT FOR NEW RELAYS. . - CAUTION' CUSTONER TO REMOVE .lJMPERS .....EN CONN[CTlNG TO RENOTE [OUIPNENT H - cru. SWlTOl .....EN SUPPLIED SHOWN FOR 9REAI<ER IN TEST POSITION. S - MOC SWlTOl .....EN SUPPLIED SHOWN FOR 9REAI<ER IN OPEN POSITION Ii!! - SHORT CIRCUITING TERMINAl. BlOO< ~ - PUll. FUSE E::3 - DUMMY FUSE NOTE TO CUSTOMER '.LOCATlON OF APPARATUS, WIRES OR CABlES MUST NOT ElE OETERUINED FROM DIAGRAM 2.PANEL CONNECTIONS SHOWN AS V1EW[Il FROM REAR EXCEPT AS NOTED. 3 CONNECTIONS ARE FOR PHASE SEOUENCE '-2-3 4 DIAGRAMS, DEVICE FUNCTIONS AND NUMElERS ARE ANSI ST ANDARa S. INSTANTANEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USING THIS .lJMPER Il' INSTANTANEOUS TRIPS ARE TO er OIT -OUT DURING REClOSER OPERATION. THIS .AJMPER MUST er REMOVED "A" STREET SUBSTATION WIRING DIAGRAM FEEDER 1202 UNIT 4 SHEET E-18 z o 1-1 t-- U :J ~ t-- en Z o U ~ o lL.. o W :J en en 1-1 Y4336E18 MAR 2005 Y4336 3-22-95 PORT ANCElE_S\A-STREET SUB - Y43Je\DRAWINCS\PREI...IWINARY\ Y43J6E19 DWG UNIT 4 F~ I I I ... - ... ... It> . '" ~ '" ~ 0; iii '" ~ ~ iii .... .... .... .... .... TB SEL-351S 1 PORT I 8 PORT 2 PORT 3 R-Z25 + I ~~-1 5, 6N 0 0 0 0 0 0 0 0 0 6 6 0 0 0 0 0 0 0 0 0 0 1000000001 54321 54321 R-Z26 2 1 I "'" ""'~ ,.", """ ""'" """ NJI NJ8 IC9 Al0 All A12 A13 AI4 A15 A16 AI7 A18 A19 A20 -'21 A22 A23 -'24 A25 -'26 -'27 A28 of.Ull1o o fooooooo' 0 R-Z18 C+ 3 7 T ~ UC 0 9876 9876 R-ZI7 C CS 4 TBH, I .B. BLOCK R-Z22 Gn.l 5 R-Z21 Gn.2 6 GNO R-Z16 T+ 7 R-Z15 T CS 8 II:II-~ LFOR R-Z29 RIl.+ 9 R-ZI9 RIl.- R-A92 1+ 11 ,;. ,;, cD .;. cD ,;, ... ... T519 T ~ III t::i Iii lil III . lD . ~ THIS PANEL, .... N I!! I!! m I!! ~ I!! m I!! I!! ~ III l!! III .... .... I!! .... .... .... .... u I SEE SH E-187 R-A1B R-AI7 TBI-9 55 R-A96 TBII-6 TS8 TB11-7 ~-. TS12 RC 152 VI . 21 TB3-1 , , CPT 154 V2 TB3-2 T56 VJ TB3-3 lD ... '" It> . ~ N '" on (!) '" R-Z12 119 TB3-4 l!:l (!) l!:l (!) l!:l (!) 0; (!) 0; C!) N N CD CTB N N N N N < < < N I I I I I I I I I I I I I I '" '" '" '" '" '" '" '" '" '" '" '" 0: 0: TS14 cn STB-l , I [ CT )TO STB T518 C12 STB-2 ISI IN 1M /L /K /J /1 /H/G -/F-/E-/O -/c-/e -/AI 1522 C13 STB-3 TS29 TS24 TS29 '" . ... '" '" N on iii '" N '" Ul N '" 1524 m I!! m I!! I!! I!! m N iii ~ N N ~ TS28 C94 0- .... .... 0- I!! m m u u u u u u u u .... .... .... '------ V ./ I I I ~ III ... e, u :S .... III 0- R-GND z g 0: ...J ... .... 0- '" U ~ Z = 0: ... ... G '" .... ...J 0 m 0.. L L ~ REUSE OF DOCUMENTS "A" STREET SUBSTATION TriA x is BAR IS ONE IHOl ON ORIGINAl. DRAWING . ," IF NOT ONE INO! ON THIS SHILT. AD.llST SCALLS ACCORDINQ.Y. · A- STREET SUBSTATION CITY Of PORT ANGElES PORT ANGELES. WASHINGTON WIRING DIAGRAM CONTROL PANEL UNIT 4 flllS DOCUIIENT. AND THE IDEAS AND OESlGNS INca<PORATED HERDN. AS AN INSTRUIlDIT OF PRCnSSION... SERVICE. IS THE PRllPERTY OF TRIAXIS EN_ JNC. N<<:J IS HOT TO BE USED. IN IIHDLE OR D'r' PART. FOR ANY OTHER PRO.ECT WITHOUT THE IOUT1Dl AUTHORIZAnOH OF T1UAXIS ENGINEERING. INC. I rx,.~S 9 -i/.-il.06A L;?pn~n,qg hc. NO. I DATE REVISION BY I APVD SHEET z o ..... ~ (,) => 0::: ~ (/) Z o (,) 0::: o n La.. [-19 C Y4336E19 l.&.J => MAR 2005 (/) Y4336 ~ 3-22_ PORT AHCEl.ES\A-$TREET sue - Y43J6\DRAWINGS\PREl.JWINNfy\Y4336E29 OWC I L ( rx..-,,-1L'f-Z-;:~~l> --!tINGED PANEL (RY) I sa-351S ,----------------, I I I I I I I I L________________~ PT TS r----------, I I I I I I L__________.J ~FA~ Lfl2 UNIT 5 CElL (FV) 48\IDC (+l(c-l LFOR ee'5. 6N '-- lc THIS PAN EL, H!;.-~ I'-'="---fIT13 SEE SH E-217 5 m 8 1 0 8 54 8 2 0 9 55 9 19 58 19 3 0 " 57 11 4 0 '2 58 2 5 0 181 182 808 ce SHORTING cTl I IIII BlOO< , (m.~'WAN"['r ~ 1:('P~ SH E-2 TO UNIT 4 SH E-18 89 ~'fd 6N4 I'B~ TB11 sEe. RECEPT. TriA x is REVISION 'L77~;"~~n...?fl hc. NO. I DATE AS9VAC ClRCIJIT BREAKER 599MVA GRO BUS o 00 m .., ~ PH'') 6 FOR. No.1281 REUSE OF DOCUMENTS BY I !.PlIO THIS OOCUIlEIIT. ANO THE IDEAS _ OESIGNS INCORPORATEO HEREIN. AS AN INSTRUlIEIIT or PRCFESSlOHAl. SERVICE, IS THE PROPDlTY or TIllAXIS EIIG1NEIR1NG, INC. ANO IS NOT TO BE USED. IN WHOlE OR IN PART. FOR ~y ontER PRO.ECT WITHOUT THE O!UTTEN AIJTHORI2ATION or TRIAXIS ENGINEERINC, 1Ne. BAR IS ONE INCH ON ORIGINAl DRAWING 9 ,. IF NOT ONE INCH ON THIS SHEET. AD.lJST SCALES ACCOROINGl Y. P. T. INPUTS PT) TO UNIT 4 E-18 11 .Ji1 - -A- STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON I J IIllIE;. 1. VERIFY CT POlARITY IS CORllECT FOR NEW RElAYS. . - CAUTION: CUSTOMER TO RDlcr.f: .lJMPERS YlHEN CONNECTING TO RElIOTE ECUIPllEIIT. H - CELl SWITCH. ....EN suppum SHOWN FOR BREAKER IN TEST POSITION S - lIoe SWITCH WHEN suppum SHOWN FOR BREAKER IN OPEN POSITION I1!l - SHORT CIRCUITING TERIIINAl BLOCK. ~ - PUlL FUSE E==:3 - ou....y FUSE NOTE TO CUSTOMER z o ...... r- u ::::> a::: r- (/) z o u a::: o I.J... E-20 0 Y4336E28 W ::::> MAR 2005 (J) Y4336 ~ 1 LOCATION or APPARATUS, WIRES OR CABlES IIUST NOT BE OETER>IINEO FROM OIAGRAIl. 2.PANEl CONNECTIONS SHOWN AS V1EViEIl FROlI REAR EXCEPT AS NOTED 3.CONNECTlONS ARE FOR PHASE SEQUENCE 1-2-3 4 DIAGRAlIS, DEVICE FUNCTIONS AND NUIIBERS ARE ANSI ST ANDARa 5. INSTANTANEOUS TRIPS ARE TIED TO THE TRIP elRCUIT USING THIS JUIIPER IT INSTANTANEOUS TRIPS ARE TO BE CUT-OUT OURlNG REClOSER OPERATION. THIS JUIIPER MUST BE REWDVEO. . A. STREET SUBST A nON WIRING DIAGRAM FEEDER 1283 UNIT 5 SHEET 3-22-85 PORT AHGElES\A-STRE[T sue - Y4.3J6\DRAWINGS\P'RWMINARy\Y43J6E2t.DWC UNIT 5 HINGED PANEL CRY) I I I I ... ... '" ., ... ... ~ Ul iii ~ iii I!? iii iii i!! TB .... .... .... .... .... SEl-351S 1 PORT 1 8 PORT 2 PORT J R-Z25 + 1 ~~ ---1 5. 6N 0 0 0 0 0 0 0 0 0 0 6 6 0 0 0 0 0 0 0 0 0 0 1000000001 54J21 54J21 R-Z26 2 ~ Hl9 Al0 All A12 A13 A14 A15 A16 A17 A18 A19 A2fJ A21 A22 A2J A24 A25 A26 A27 A28 o~'o o fooooooo' 0 R-Z18 C+ 3 7 a 9876 9876 R-Z17 CCS 4 TBHi I III BI.DCK R-Z22 GR.l 5 GND R-Z21 GR.2 6 TB2-1~ R-Z16 1+ 7 R-Z15 TCS 8 TBl-2 9 LFOR R-Z29 RR.+ 9 R-Z19 RR. R-A92 1+ 11 T519 T ... ., '" '" N :::l '" '" Iii &l ., ... Q) '" ... ... CD ... cD ,;, i!! .;, .. THIS PAN EL, Iii i!! Iii Iii Ul .. .. .... Ul ... ~ ~ ID ID iii ID ID l!! l!! i!! l!! Ul I!? .... .... ID .... .... .... .... .... .... .... .... .... .... .... u I SEE SH E-207 R-A18 R-A17 TB1-9 55 R-A96 TBll-6 TS8 TBll-7 I...... I , R-A94 + TS12 RC TS2 VI 21 TBJ-l , I (PT T54 V2 TBJ-2 T56 VJ TBJ-J Q) '" ... ., ... ~ .. ... '" 01 R-Z12 va TBJ-4 ~ ~ CD '" Ia ~ CD Ia Ia CD CD N N Ia CTB N N N < < I I I I I I I I I I I I I I '" '" '" '" '" '" '" '" '" '" '" '" '" '" TS14 Cll STB-l , I ( CT}TO STB T518 Cl2 STB-2 ISI IN 1M /L /K /J /I IH IG /F IE 10 /C /B IA I T522 Cl3 STB-J TS26 TS16 T52B Q) ... '" ... ... .. ., iii CD ... ... ... ... N TS24 ID l!! ID ID ~ ID ID .. a; iii .. .. T528 C&4 .... .... .... .... 13 .... ID ~ ~ ID U U U U U U 0 .... .... .... .... "- V / I I I '-----y---/ Ul ... Q. ~ ~ .... :g Q! R-GNO i5 ..J .... ;:: '" f;l >< % -= '" 0 ... a '" 9 ~ ID Q. L ~ ~ "A" STREET SUBSTATION REUSE OF DOCUMENTS TriAxis BAR IS ONE INCH ON ORIGINAL DRAWING B ," If NOT ONE INCH ON THIS SHEET. AlWST SCAlES ACCORDINGlY. · A. STREET SUBST A nON CITY OF PORT ANGELES PORT ANGELES, WASHINGTON WIRING DIAGRAM CONTROL PANEL UNIT 5 THIS DOCUIIOIT. _ THE IDEAS AND DESIGNS INCOAPORAml HOlEIN. IoS A>I INSTRUIIENT OF PRCnSSIONAL SERVICE. IS THE PROPERTY rT TIlIAllIS ENClNEElIINCl, JNC. _ IS NOT TO BE USED. IN WHCI.E 011 IN PART. FOR NlY 0lHER PRO.El:T WITHOUT THE IIRITTEN AU1HClRI2ATlOH rT TRWCIS ENGINtERlNG. INC. I ""-<IS 9 -~-~tJ(>~' Up..7~~/7/.;ft hc. REVISION BY IAPVD NO. 10ATE E-21 Y4336E21 MAR 2995 Y4336 z o ...... ~ o ~ a:= ~ (I) z o o a:= o u... CI l.&J ~ (I) (I) ......