Loading...
HomeMy WebLinkAbout4.459 Original Contract <I. (/5q PROJECT MANUAL for ELECTRIC REBUILD - "F" STREET SUBSTATION PROJECT NO. 01-28 CITY OF PORT ANGELES WASHINGTON / ;' MARCH 2004 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES Prepared by: James L. Harper Project Engineer Reviewed by: ~ ~L.; Deputy Dir~tor - Rev(t, 1(/ ~ City Attorney v FSTMAN wpd [rev 01/28/04] PROJECT MANUAL TABLE OF CONTENTS Electnc Rebuild "F" Street Substation Project # 01-28 " 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 II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT Contract . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ., 11-1-5 Performance and Payment Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11-6 Statement of Intent to pay Prevailing Wages. . . . . [WA Dept of Labor & Industries] PART III SPECIAL PROVISIONS Special Provisions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " 111-1-3 ATTACHMENT A: STATE PREVAILING WAGE RATES (14 pages) ATTACHMENT B: CONSTRUCTION CHANGE ORDER FORMS (4 pages) ATTACHMENT C: APPLICATION FOR PAYMENT (3 pages) ATTACHMENT D: CONSTRUCTION SPECIFICATIONS (53 pages) ATTACHMENT E: CIRCUIT SWITCHER DRAWINGS (10 sheets) ATTACHMENT F: PROJECT PLANS - "F" STREET SUBSTATION (31 sheets) FSTCONT wpd [rev 02/20/04] FSTCONT wpd [rev 02/20/04] PART 1 BIDDING REQUIREMENTS lfl ;0 Q: ... ~ ~ w ." Qj ~, ~1'1- i'1 .: l 1 ':c :J IJ:! E:"g-'~~~. T"~-'--;~-= -~-. u eWOOa~8~r- ~ !f""~"_...~\;;oI~.....,,~_,.,.;:~,,,::.,,~ ~"- -,~ ~o:: ~% l~ ErG> !~ ;0 a:: J.:: Q) l!? (:) ~ C!l -I ~ ...~ ;:b a. 'ti' t ~ _.1 GCi) - *' Cl if ,"""~~-""w-~<" 1:"4-'t,:1.-_-:-~..:':::- ::''-.": -0 a:: i:: e Q) E lU (:) '-c /2 <-:1#1 I c_ ft/; f~~ Viewcrest-Ave:---OlQ) ;r~ --'''''}r (~& !~ I~ {I1 jj . [, I, _ ,t~ ~.:: ' ~ Ah'vers'Rd~ Y,,\ '~~i' ~ Ii \\\ '/i ~ -"~ t, - Ls I "':\ I lU 't:l .~. ~ I!~ Cl -~ .~01 ''i.~ 'Il ._ ~ .~~. I" :2 '~. IF -b R -St ~\ i,' - o~. \~ M 0 r.:= "":V"} ,r;.~~ \~~ii Iii ~ 1i( scrlbner'Rd:-(~e-lty')!i ~ ~ I f ~ m -c:i t'-$! Iii a:: r i .... III -'- ~ 1 " = I' ,jl ~ sJJj ". lI!. .Jr"'---~:!2,________ ~':::Z=~=<D~ I c: .!J i!! lU a:: 1: ~ Z/j-SillY'Smith'Rd. E~s,,",LRd,-- I. ;0 a:: in U) o C!l I m laranfo\alectnclvlC"mty map mxd This map J.J not Intended to be used as a legal description ThIS map/drawing U' produced by the City of Port Angeles for lis own rue and purposes A.ny other use of thIS map/drawllfg slulll not be 1M respons,b,llty of the CIty Verneal Datum = NA YD 88 ~~~D_' N 2,300 I I Feet VICINITY MAP Project 01-27 Project 01-29 ELECTRIC REBUILD "F" STREET SUBSTATION Project No 01-28 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, POBox 1150, Port Angeles, Washington 98362, untIl 2 30pm, Fnday March 26, 2004, 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 the fuse protection of 15 MV A transformers wIth 69 kV CircUIt sWltchers and the Installation of electronic relays at the "F" Street Substation The City Engineer's estimate for this project is $75,000 to $125,000 The time of completion (performance penod) for this Project IS 120 working days To view detailed plans and specifications (Project Manual), go to www bxwa com on the Internet, or contact the BUilders Exchange of Washington at 425-258-1303 Detailed plans and specifications (Project Manual) may be obtained from the office of the Electncal Engineering Manager, City of Port Angeles, upon payment of a non-refundable fee of $5000. Informational copies of maps, plans and specifications are on file for Inspection In the office of the Electncal Englneenng Manager [Phone 360-417-4700] Bidders shall be qualified for the type of work proposed A Bidder's Construction Expenence Form IS Included In the Project Manual All bids shall be submitted on the prescnbed 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 authonzed 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. Minonty and women owned businesses shall be afforded full opportUnity to submit bids In response to this invitation, shall not be dlscnmlnated against on the grounds of gender;' race, color, age, national ongin 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 matenal suppliers for thiS project. The bid Will be awarded to the lowest responsible bidder The City of Port Angeles reserves the right to accept bids and award the Contract to responsible bidders which are In the best Interest of the City, to postpone the acceptance of bids and the award of the Contract for a penod not to exceed sixty (60) days, or to reject any and all bids received and further advertise for bids When awarded the Contract, the successful bidder shalf promptly execute the Contract and shall furnish a bond of faithful performance of the Contract In the full amount of the Contract price Bids must be submitted In a sealed envelope With the outside clearly marked With the bid opening date and time, the project name and number as it appears in thiS advertisement and the name and address of the bidder Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, POBox 1150, Port Angeles, Washington 98362. Glenn A Cutler, P E Director of Public Works & Utilities ADVERTISEMENT FOR BIDS Publish Peninsula Dally News [February 29 & March 7, 2004], Dally Journal of Commerce [February 28, 2004] Copy to NPBA FSTCONT wpd [rev 02/20/04] 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 bid award will be made to the lowest responsible bidder. The work Will begin Within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed Within the time as stated In the Advertisement for bids. The Owner may make such investigations as It deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such Information and data for thiS purpose as the Owner may request The Owner reserves the nght to reject any bId, If the eVidence submitted by, or investigation of, such bidder falls to satisfy the Owner that such bidder IS properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein The party to whom the Contract IS awarded Will be required to execute the Contract and obtain the Performance and Payment Bond Within ten (10) calendar days from the date the notice of award IS delivered to the bidder Such bond(s) shall be on the form prOVided by the Owner, specify the name, contact phone, and address of the surety, and shall Include a power of attorney appointing the signatory of the bond(s) as the person authonzed to execute It (them). 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 wntten 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 penod mutually agreed upon, the Contractor may terminate the Contract Without further liability on the part of either party All applicable laws, ordinances, and the rules and regulations of all authorities having jUrisdiction over construction of the project shall apply to the Contract throughout. FSTCONT wpd [rev 02/20/04] 1-3 BIDDER'S CHECKLIST 1 Has a bid deposit In the form of a surety bond In the proper form, postal money order, or cashier's check been enclosed with your bid? 2 Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid? 3 Have the bid forms been properly signed? 4 Do the written amounts of the bid forms agree with the amounts shown In figures? 5 Have you bid on all Items? 6 Has the non-collusion affidavit been properly executed? 7 Have you shown your contractor's state license number on the bid form? 8. Have you listed ill! Subcontractors that you will use for the proJect? 9 Have you filled out the bidder's construction experience form? The followmg forms are to be executed after the Contract is awarded. A Contract - To be executed by the successful bidder and the City. B Performance bond - To be executed on the form provided by Owner, by the successful bidder and its surety company To Include name. contact and phone number. and address of surety and power of attorney of slqnatorv. C Insurance certiflcate(s) FSTCONT wpd [rev 02/20/04] 1-4 , , NON-COLLUSION AFFIDAVIT Oregon STATE OF~) - --- =-7' -. __n_ COUNTY OF Mul tnomah ) 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 himlher self an advantage over any other bidder or bidders. r esident Subscribed and sworn to before me this 1 2thday of March ,2004. _ Offi~&S~ KIMBERLY MAGUIRE \ i NOTARY PUBLlC.QREGON :-:., COMMISSION NO. 364823 MY COMMISSION EXPIRES MARCH 26, 2007 Residing at My Comm. Exp.: ~ FSTMAN.wpd [rev. 01/28/04] 1-5 Prn\Jirlcrl tn 1:tllllrlQr~ ~v....h~nno nf\^/A In,.. t:nr I If',,",' l"'I 1"'\ i'........,..,i+i........,.. ^......,........................ ......."" .......u ......_.._ ___ " J " . BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information. 1. Name of bidder: Tice Electric Co. Registration No. -- - -- -- - - -~-_.- ----- TlCEEC*645M3 2. Permanent main office address: 2139 S.E. Belmont Portland, OR 97214 PO Box 1 5009 Portland, OR 97293-5009 3. 4. When organized: Where incorporated: 1934 Incorporated 1969 Oreqon 5. How many years have you been engaged in the contracting business under your present firm name? 70 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 Contractinq. Substation 8. * Have you ever failed to complete any work awarded to you? If so, where and why? n/ a Nn 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 A''IACA-\E D 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? Yes * Add separate sheets if necessary. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested ::eCi~OfP;~e;~O L{ ~~ Bidder's Si nature Print Name: John J. Maloney Title: President FSTMAN.wpd [rev. OII28/04} 1-6 Prnvirlprj tn Rllilrlprc: I=y,..,h~nn<> nf \AlA In(' I=nr "",,,,n<> r'nnrlih....n" Anr"""""'........ ~........ ....... ..."ft...... ~~_ Cr Ov\-t- tJ 10) Reference List Tlce Electnc Company Power Resources DIvIsion Name of Reference Company Address Project Phone Number Mr. John Hunziker BPA PO Box 491, Vancouver, WA 98666 BPA Bell Substation 360-607 -8437 Mr. Ed Oliva no BPA PO Box 61409, Vancouver, WA 98666-1409 BPA - Senes Capacitor Banks 360-619-6186 Mr AI Tharmsh Black & Veatch 4005 Kruse Way Place, Lake Oswego, OR 97035 PG&E Metcalf Substation - Bk 13 503-699-7556 Mr. Gene Marschman Portland General Elect EMC DIvIsion, 3834 SE 17th, Portland, OR 97202 Vanous PGE Substations 503-572-6906 Mr Don Irwin Tn-Met 710 NE Holladay St, Portland, OR 97232-2168 Vanous Tn-Met Projects 503-962-2260 Mr John Bollier Stacy & Witbeck 403 SE Caruthers St, Portland, OR 97214 Vanous Tn-Met Projects 503-231-5300 Mr Paul Hazel Tn-Axis Engineering 1600 SW Western Blvd, #100, Corvallis OR 97333 Fort Rock Substation 541-766-4602 Mr Brad Kunda Consumers Power 6990 West Hills Rd, Phllomath, OR 97370 Lebanon Substation 541-929-3124 Mr Doug Barab Emerald PUD 33733 Seavey Loop Road Eugene OR 97405 Halsey Substation 541-744-7467 Mr John Schadt BPA 86000 Franklin Blvd Eugene OR 97405-9604 Lebanon & Halsey Substations 541-465-6956 Mr Mike McNellis Pemnsula Light Co. 13315 Goodnough Dr NW, Gig Harbor, WA 98335 Vanous Substation Projects 253-857 -1568 Mr M L. Norton Central Electnc Coop 2098 N Highway 97 Redmond, OR 97756 Vanous Substation Projects 541-548-2144 Mr Darwin Thurston Mldstate Electnc Coop 51340 N Highway 97 LaPine, OR 97739 Vanous Substation Projects 541-536-2126 Ms Sue Harp Franklin County PUD 1411 West Clark, Pasco WA 99302 Oregon Street Substation 509-542-5910 Mr. AI Tharnish Black & Veatch 4004 Kruse Way Place, Lake Oswego, OR 97035 Frenchman Hills Substation 503-699-7556 Mr. Wayne Kunkel Grant County PUD 30 "C" Street, S W Ephrata, WA 98823-0878 Vanous Projects 509-754-0500 Mr. Mark Schnmp Black & Veatch 4004 Kruse Way Place, Lake Oswego, OR 97035 Klamath Falls 500KV SWltchyard 503-699-7556 Mr. AI Tharmsh Black & Veatch 4004 Kruse Way Place, Lake Oswego, OR 97035 Grant County Rocky Ford Projects 503-699-7556 Mr Jim Wardln Black & Veatch 4004 Kruse Way Place, Lake Oswego, OR 97035 Idaho Power Brownlee Dam 503-699-7556 Mr Lowery CollinS Aubrey Silvey 371 Hamp Jones Rd Carrollton, Georgia 30117 Vanous Northwest Substations 770-834-0738 Mr Russ Loeffler PaciflCorp (PP&L) 925 South Grape Street Medford, OR 97501 Vanous PP&L Projects 541-776-5480 Mr. Tom Blizzard BPA PO Box 491, Vancouver, WA 98666 BPA Conkelley Substations 360-418-2709 Page 1 {[) TICE ELECTRIC CO EQUIPMENT LIST Quanlty Item 1 Kenworth W-900 wI 14Ton National Hydracrane 1 Ford F-700 wI 8Ton National Hydracrane 1 International 4700 wI 8Ton National Hydracrane 1 GMC 7000 wI Altec 50ft Bucket 1 Ford F-800 wI Teco 40ft Bucket 1 Ford F-800 wI Teco 40ft Bucket 1 Genie S-40 40ft-44ft 4x4 Manllft 1 Case SLlI 4x4 Extendahoe Backhoe 1 Oltchwltch 350000 Trencher 1 Ford 350 wI Versallft 29ft Bucket 1 Ford 350 wI Versallft 29ft Bucket 3 Utility Trucks 3 Flatbeds 31 Pickups 22 Service Vans 9 Automobiles ** Age of EqUipment Vanes, In Good Condition Ownership Year Present Location o 1984 Spokane, WA o 1994 Portland, OR o 1996 Portland, OR o 1987 Portland, OR o 1998 Portland, OR o 1999 Portland, OR o 2001 Portland, OR o 2000 Portland, OR o 1990 Portland, OR o 1985 Portland, OR o 1988 Portland, OR o ** Portland, OR o ** Portland, OR L & 0 ** Portland, OR L & 0 ** Portland, OR L & 0 ** Portland, OR lICE ELECTRIC CO. PO. BOX 15009 PORTLAND, OR 97293-5009 '. . LISTING OF PROPOSED SUBCONTRACTORS Bidder shall list all subcontractors proposed to be used on the project. FAILURE TO LIST SUB~9N't~~IORS ..sHALL _BE C()NSI~~RE-';) T~tBE A ~~N.:B_ESPONSIYE__~I[~._I.f there aI~ ~Q subcontractors, write "NO SUBCONTRACTORS WILL BE USED". - ~ - " '" -', , " ,', '" ~; ~A~~'~D~~~.~ONTAACTO~~' W'&r Mo€.. -t SovtS 9 650 .::$.E 7 b +In. .D \" ::- u e...- Pc>\' -\- \ 0... v\.~ J OR- 9/ d-- 0<0 WC:J""'a::.. -:c* 'd-.3 5 M-::s: GL-~CIR.O --rE:'s1 INC /;).;}. 3 Sc~\;t l 8d- "'~ S-{- k e... ",-t I u..:::>A q 80"3 ~ EcEC-I/ I ~ Il..{, ~q.. ~e.A~o-Q. S<..i~l:~: p Ow~ S...:)h S -\- ~: 0. "-.'50 ~ l",-, c- ~ 119 - ;..JW 0-o,.A~: ~ J It...., ~ VArJc.ou<JGf2.., WA gS8h,-> LAN"2- I Old v.s-i-,:-:sl c;:)~: '^t) Po 60x :2?z03,Lf VA.NCOuvER..../'V-J.A ,8,==,8 Z- L- Pr N Z. 1(* Od-5 L '3 -' . - .... - - ..,.:~ .;., -, ~ . - "'" I 'ho",< ~1"" _ _ , '. < :DESCRIPTJON'OF.WoRK-> "':.,," '. c.d.c".J~'''''';''. '., \'_'~ '.; -_ . t ,. . _ ~'C .' ~:;_ . _ - ~"'~-'~;_" Co,^ c:.. r e..... * e.. Fo l.? u'\.J cd-~o II\. S ~x~~:-oJ\!8~ rock:.. J Z- \ e.c-+,,:- c... ~ . {e s,~::- '^--o Sv->:"'h:.~~ ~ D ~ SUPf't7'~ L-Vdd:-vLO -;~ ,~,~::-r-4L~ ~Jt/~ SIGNA RE and TITLE ! John J. Maloney, President FSTMAN.wpd [rev 01/28/04] I-7 Provided to Builders Exchanoe of WA Inr. For 1I~::lnp r.nnrhtinnc: Anrppmpnt c:pp WI.II^, hv,^,,,, /"'nm , ' BID FORM Honorable Mayor and City Council Port Angeles -€-ity Hall - - - - - --- -- 321 East Fifth Street Port Angeles, WA 98362 BIDDER: Tice Electric Co. REGISTRATION NO. TlCEEC*645M3 DATE: 3 -2-~ ~oi 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: Fideli ty Deposit Company Surety at Maryland 1211 SW Fifth Avenue, Suite 600 Surety address Christine Core / 503-306-2326 Surety Contact and Phone Number Aan Risk Services / Christine Core Agent 1211 SW Fifth Avenue, Suite 600 Agent Address Christine Core / 503-306-2326 Agent Contact and Phone Number FSTMAN.wpd [rev 01/28/04] 1-8 Prnvlrlp.rl to Rllilrlp.r~ F'J(r.h~nop nf WA Inl" I=nr Ilc:~np r.nnriltinnc: Anr<><>m<>nt "'<><> \AnAnAl hV\AI,. I"nm " . BID FORM Pursuant to, and in compliance with the Bid Instructions, the undersigned (hereinafter called "Contractor") -hereby proposes' tcaUin{sh -and7or Inswe as -detailed in tiiespeciflcatlons and eisewhere in these bid docwnents. LUMP SUM BID FOR EACH ITEM "F" Street Sub ITEM 1 Install ground grid additions per specification. $ IlO80. 00 ITEM 2 Install new 69 kV circuit switcher complete with new foundation and control wiring per specification. $ d-.7 'J.Co 0, 00 ITEM 3 Provide and install new pre-wired switchgear doors complete with new electronic relays and controls and wiring changes per specification. $ 59510.00 ITEM 4 Provide and install new AC and DC panel-boards complete with circuit breakers and required wiring changes as shown on the drawings. $IO~50 . 00 Subtotal Items 1-4 $j~-'OO 00 $ 61~., 10 Sales Tax (8.3%) Total Bid $ f06)89a,'O Attached hereto is a postal money order [X], surety bond [ ] or cashi r's check [ ], drawn in favor of the City of Port Angeles, in the amount of Ore "0 1xTIAo - dO~~~.($'06 B9ot"'), which amount is not less than five percent (5%) of the total bid price. H",,'l. ~~ (WI;; I~ ,*,I[~ > Reassignment of the bid award shall not be permitted unless authorized in writing by the City. The Contractor warrants that he possesses adequate fmancial 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. FSTMAN wpd [rev 01/28/04] 1-9 ProviriF!rf to RllllriF!rl': Fxr:h::mm> of WA Inr: Fnr 11C:::ln~ r.nnrlitinnc: Anr~~m~nt "'"" \AnOnM hV\o,,,, I"nm ADDENDA ACKNOWLEDGMENT No+:-c..e.- o~ The bidder hereby acknowledges that it has received Addenda Nos. ~~ ~':'~~i to this project manual. The name of the bidder submitting this bid and its business phone number an address, to which address all communications concerned with this bid and with the contract shall be sent is listed below. A:3::fl:::'~ ?#pJ ~ Attest: Patrick J. Maloney, Secretary By: John J. Maloney Title: President Address: P.o. Box 15009 Portland, OR 97293-5009 Phone ~) 233-8801 FSTMAN.wpd [rev 01/28/04] 1-10 Provided to Buildp.r!': Fxr.h;:mnp. of WA Inr For I I C:::I np r.nnrlitinnc: Anrppm",nt "''''''' .MAnA! hv,^,,,, I"nm s BID BOND FORM Herewith fiAd Geposit-ir.l-tl=le torm ,of..a-ca&t.1i~t.leck,~-pDstal.money-order .ot.bid.bcnd-in the amount of $ which amount is not less than five (5%) percent of the tatal bid. SIGN HERE ~ - ---- ~.:..:...-~ 'it u. ~I:':-"l'''''''''''''''''- ~ BID BOND KNOW ALL MEN BY THESE PRESENTS: Fidelity and Deposit Company of That we, Tlce Electnc Company as Principal and Marvland as Surety, are herd and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of ~flve Percent of the Tota.l-AuiOlmL.6IEilollars. for the payment of which the Principal and the Surety bind themselves, their heirs. executors, administra1ors, successors and assigns, JOintly and severally, by these presents. The cDndition of this obligation is such that if the Obligee shall make any award to the Principal for: Electnc Rebuild "F" Street Substation, Sollcltatlon/RFP No according to the terms -ofthe bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in aocordance with the tenns of said bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so 10 do, pay and forfeit to the Obligee the penal amount of the deposit specified in the advertisement for bids, then this obligation shall be null and void; otherwise it shalf be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEAlED AND DATED TrllS 15th Tlce Electnc ~~y :l-:;f! '!::::1 ~:Jcomp oy of Ma aod Surety Manna Tapia, A torney-m-Fact da)' of March ~, 2004. Aon Risk Services, Inc Agent 999 Third Ave, #4450, Seattle, WA 98104 Surety Address Surety Department (800) 426-2800 Surety Contact & Telephone Number 707 Wilshire Blvd, #6000, Los Angeles, CA 90017 Agent Address Surety Department, (213) 630:1200 Agent Contact & Telephone Number ~ 1Il1:~ -:q: =~~~ - - - :.....=....:..: --=-..:.~ -.:.dI [I ~=-:~ 2J Dated: Received retum gf depoeit in tho Gum of $ FST'MAN.. [rev. I)J12Ml4} 1-11 d. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On March 15, 2004 before me, Edward C. Spector, Notary Public, personally appeared Marina Tapia personally known to me (or proved to me on the basis of satisfactory evidence) to be the person( s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. r~.- =.~~~D~~;~.S~~~ ,.. .' '0 COMM.'1270065 :D ~ ; ,,; NOTARY PUBLIC. CALIFORNIA (I) . . I LOS ANGELES COUNTY 04 L::::~ _ _~ ~P~=J_U~8~ ~c, /kJJc Edward C. Spector '. Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporatIon of the State of Maryland, by PAUL C. ROGERS, VIce PresIdent, and T. E. SMITH, AssIstant Secretary, In pursuance of authonty granted by Article VI, SectIOn 2, of the By-Laws of saId Company, w . set forth on the reverse side hereof and are hereby certified to be In full force and effect on the date here~of d s ~ 'nate, constItute and appoint Marina TAPIA, of Los Angeles, California, ItS true and lawfu \~ y-i - to make, execute, seal and dehver, for, and on ItS behalf as surety, and as itS.ct and . ~~ 0 ngs and the executIOn of such bonds or undertakIngs In pursuance of these ~s' ompany, as fully and amply, to all intents and purposes, as if they had be y ~ " n a e regularly elected officers of the Company at ItS office in BaltIm~~~~ o~@ . IS power of attorney revokes that Issued on behalf of Manna TAPIA, dat~2~' ~\J0U The saId Assistant cot the extract set forth on the reverse sIde hereof is a true copy of ArtIcle VI, Section 2, of the By- "c any, and IS now in force. IN WITNESS W OF, the said Vice-PresIdent and ASSIstant Secretary have hereunto subscnbed theIr names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, thIs 6th day of March, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ~V~ By: Assistant Secretary Paul C. Rogers ~ T. E. Smith Vice Pres/dent State of Maryland }SS' City of BaltImore . On thIs 6th day of March, A.D. 2003, before the subscnber, a Notary Public of the State of Maryland, duly cOmmIssIOned and quahfied, came PAUL C. ROGERS, Vice President, and T. E. SMITH, ASSIstant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers descnbed In and who executed the precedIng Instrument, and they each acknowledged the execution of the same, and beIng by me duly sworn, severally and each for himself deposeth and saIth, that they are the saId officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of saId Company, and that the saId Corporate Seal and theIr SIgnatures as such officers were duly affixed and subscribed to the SaId Instrument by the authority and dIrectIon of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above wntten. S~~./V~O Sandra Lynn Mooney Notary Publlc My Commission Expires: January 1, 2004 POA-F 012-32658 .' EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, SectIOn 2. The ChaIrman of the Board, or the President, or any Executive VIce-PresIdent, or any of the Senior VIce-Presidents or Vice-PresIdents specially authonzed so to do by the Board of DIrectors or by the ExecutIve Comrrnttee, shall have power, by and wIth the concurrence of the Secretary or anyone of the Assistant Secretanes, to appolllt Resident Vice-PresIdents, Assistant Vice-PresIdents and Attorneys-in-Fact as the busmess of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recogmzances, stIpulatIons, pohcIes, contracts, agreements, deeds, and releases and assignments of Judgements, decrees, mortgages and mstruments in the nature ofmortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, AssIstant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certIfy that the foregomg Power of Attorney IS stIll m full force and effect on the date oftms certificate; and I do further certify that the VIce-PresIdent who executed the said Power of Attorney was one of the additional VIce-Presidents speCIally authonzed by the Board of Directors to appomt any Attorney-in-Fact as prOVIded m Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be SIgned by facsnnile under and by authority of the following resolutIOn of the Board of DIrectors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meetIng duly called and held on the 10th day of May, 1990. ' RESQL VED: "That the facsnnile or mechanically reproduced seal of the company and facsirmle or mechanically reproduced sIgnature of any Vice-PresIdent, Secretary, or AssIstant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be vahd and bmding upon the C<;>mpany with the same force and effect as though llIanually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, thIs 15th day of March 2004 Gfd~ ASSIstant Secretary . . " ^ ~ ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_ waived This amount is reflected in the total premium for this bond. Disclosure of Availabilitv of Coveraee for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is I % of direct earned premium in tl1e prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in anyone calendar year. Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. CopYrIght ZUrIch AmerIcan Insurance Company 2003 PART 2 CONTRACT FORMS (TO BE SUBMITTED AT CONTRACT EXECUTION) FSTCONT wpd [rev 02/20/04] PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this J stA.. day of April, 2004 by and between the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to as "the City", and Tice Electric Company, 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 - "F" Street Substation, Project 01-28 in accordance with and as described in this Contract and the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid Form, Performance and Payment Bond, and 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 120 working days after said notice to proceed, unless a different time frame is expressly provided in writing by the City. b. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the Project Manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method 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, FSTCONT wpd [rev 02/20/04] II-I unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. c. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. d. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). e. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments to this Contract. This form includes a lien waiver certification and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the Contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full responsibility for payment of all wages and salaries and all federal, state, and local taxes or 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 of liability 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 FSTCONT wpd [rev 02/20/04] II-2 Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure, and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. a. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: A. 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. B. 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. C. 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: A. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$I,OOO,OOO per accident. B. 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. A. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any FSTCONT wpd [rev 02/20/04] II-3 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. B. 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 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 ofthe City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. FSTCONT wpd [rev 02/20104] 11-4 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. 11. Contract Administration. This Contract shall be administered by John J. Maloney 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: Tice Electric Company P.O. Box 15009 Portland, OR 97293-5009 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: nua~ Mayor Tice Electric Company Name of Contractor By: 94 ~d; Pre s~Iellt Title: Attest: 6o,,~~~ CIty C FSTCONT wpd [rev 02/20/04] II-5 . ' " .. (j tfEFtFCRMANCE and PAYMENT BOND Band to the City Of Pert Angeles KNOW ALL MEN BY THESE PRESENtS. That we, the undersigned, Tlce Electnc Company _ as Prltlclpal, and ---EJdf;llltv and Deposit Company of Maryland . a ooI'pDr'iiltion, organ/led and elCisllng undBt the laws of the State of Marvland , as a :surety corporarior', and ClUalifled under the laws of the State of Washington to became surety upon bonds Dr contractors with municipal cQr~'br~ti()"s ;Ill" surety, IiIr. jointly and severally held al'1d firmly bound tr;l the City 01 Port Angelus in thB penal sum of $ 106,89210 - - - - - - - for the p2lymant of whl~h 15um on demaNd we bind ourselves arid our successors, heirs, ~dm;nistn!ltcrB or person2l1 representatives, as the case may be. Thi!s obligation Is IIntered Into pursual'lt ~ the statutes of the State of Washington and the ordlnanf;Ss of the City of Port Angeles. Bond # 8425604 Oati!d at Los Angeles I Callforma I, this 15th _ Clay ot April , 2004. The conditIons 0' thlB ~bove otJllgatlol"l iill'e such that: WHEREAS, the City of Port Angeles hlil~ let or Is about to 1st to the said abo\tl! bc",ncled Principal. a c@rtain cont~.f:l. the said contrlilcl baing numbered and ~rovidlng ti:lr A'A"tpC rebuild "F" street substation , : and Is made a part l'le/1i1of as th~ugh attached hereto), iIII"d WHEREAS. tn. said ~l1ncipal hili a~pted', cr is about to accept, the ~aid contraa. and Lmder1:ake to perform tI'le work therein pravided tor In th~ m~nner and wtIl'1in the tIme slSt fClI'ti1; nClIN, therefore, Tlce Electnc Company 01-28 the ~, ~ (which oontract is rl'!farred to herein If the said Prlnclf:lal. Tice Electric Company , ~hall fait"fully perform all af11'le provisions of said contract in the MEinner- and within the time therein set forth, or within such extenSioM of time as may be granted "'l'1der said co"trsd, Slnt.l shall p~~ all laborers, mechanics, subcontr2lCtcJrli and materialmen, and all J:'f"!rsons who sh..11 sLlpply said PrIncIpal Or sL/beohtrac\.:Jrs wit'" provisions and supplies ror the !;arrying on of ~aid work. and shall indemnify and hold the City of Port Ange!es hdrmless from 1!I1'1y dam.ge or expeose by reason of failure of perfcrtnal1c:e as speciti.d in said contract or from de~t.s appearing or dBVllloping in the material or workm21n$hip pfOllid"d or perl(;lrrned under said COntrilct within a pl,riocj gf one year after its ac:ceptilnc~ thereof by the City at Port Angeles, theh C1t'1d In th~t evan~ thIs obligation shall be :,cid; but otherwise, il shall be and ramaln In full fOfee and enact Signed this ~ day of April, 2004. Fidelity and DepOSit Company of Maryland S"'Oty ~ ay~ -, llUe Tice Electric Company pr1nclpsl B~ J2~::r~ Title Aon Risk Services, Inc of Southern California 707 Wilshire Blvd, #6000 Los Angeles, CA 90017 SUrety Agent & Ad~ress Manna Tapia, Ntorney-in-Fact 999 T:-wd Avenue, SUite 3350 Seattle WA ~8104 Surety _Address Surety Bond Manager, (206) 622-1101 Su~ty Contact & Telephone NUmb~r Surety Department, (213) 630-2300 Agent Co"tBct & Tele~jo,of'le N~mbar P$TCONT ~d em. OlnO/Oq) II-IS , ' State of Oregon County of Multnomah On April 16, 2004 before me, Kimberly Maguire, Notary Public, personally appeared John J. Maloney personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OFAGlAl SEAL _KIMBERLY MAGUIRE . . NOTARY PUBLlC-OREGON ':.:...' COMMISSION NO. 364823 MY COMMISSION EXPIRES MARCH 26, 2007 ~f~~:~~' Kimberly Mire CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On April 15, 2004 before me, Edward C. Spector, Notary Public, personally appeared Marina Tapia personally known to me (or proved to me on the basis of satisfactory evidence) to be the person( s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. !2dJc.4IT Edward C. Spector " Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporatIon of the State of Maryland, by PAUL C. ROGERS, VIce PresIdent, and T. E. SMITH, Assistant Secretary, m pursuance of authonty granted by Article VI, Section 2, of the By-Laws of said Company, w set forth on the reverse SIde hereof and are hereby certified to be in full force and effect on the date here~of d s ~ . nate, constItute and appomt Marina TAPIA, of Los Angeles, California, its true and lawfu \~ y-I - to make, execute, seal and deliver, for, and on its behalf as surety, and as ItS act and . ~~ 0 ngs and the executIOn of such bonds or undertakings m pursuance of these ~s ompany, as fully and amply, to all intents and purposes, as If they had be y ~ <> n a e regularly elected officers of the Company at ItS office in Baltim~~~~ o~@ . IS power of attorney revokes that Issued on behalf of Manna TAPIA, dat~2001' W~ The saId ASSIStant coat the extract set forth on the reverse side hereof IS a true copy of Article VI, Section 2, of the By- <> C any, and is now in force. IN WITNESS W OF, the said Vice-PresIdent and AssIstant Secretary have hereunto subscribed therr names and affixed the Corporate Seal of the Said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of March, A.D. 2003. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND ofd~ By: Assistant Secretary Paul C Rogers ~ T. E. Smith VIce PreSIdent State of Maryland } sS' City of Baltimore . On this 6th day of March, A.D. 2003, before the subscnber, a Notary Public of the State of Maryland, duly comnnssIOned and qualIfied, came PAUL C. ROGERS, VIce President, and T. E. SMITH, AssIstant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the indivIduals and officers descnbed in and who executed the precedmg instrument, and they each acknowledged the execution of the same, and bemg by me duly sworn, severally and each for hunself deposeth and saith, that they are the saId officers of the Company aforesaId, and that the seal affixed to the precedmg mstrument is the Corporate Seal of said Company, and that the saId Corporate Seal and their SIgnatures as such officers were duly affixed and subscnbed to the said instrument by the authonty and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my OffiCIal Seal the day and year fust above wntten. ~#~_~6- Sandra Lynn Mooney Notary Publzc My CommiSSIOn ExpIres: January 1,2004 POA-F 012-32658 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the PreSident, or any Executive V Ice-President, or any of the Semor Vice-Presidents or Vice-PreSidents specially authonzed so to do by the Board of Drrectors or by the Executive Cormnittee, shall have power, by and with the concurrence of the Secretary or anyone of the AssIstant Secretaries, to appoint ReSIdent Vice-PreSidents, AssIstant Vice-PreSIdents and AttorneYS-In-Fact as the bUSIness of the Company may reqUIre, or to authonze any person or persons to execute on behalf of the Company any bonds, undertaking, recogmzances, stIpulations, polIcIes, contracts, agreements, deeds, and releases and aSSignments of judgements, decrees, mortgages and Instruments in the nature ofmortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the underSigned, ASSIstant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certIfy that the foregoing Power of Attorney IS still In full force and effect on the date of thIS certIficate; and I do further certIfy that the Vice-PreSIdent who executed the saId Power of Attorney was one of the additional Vice-PreSIdents specIally authorized by the Board of DIrectors to appoInt any AttorneY-In-Fact as proVIded In Article VI, SectIOn 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be SIgned by facsimile under and by authority of the follOWIng resolution of the Board of DIrectors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly,called and held on the 10th day of May, 1990. RESOLVED: "That the facsnmle or mechamcally reproduced seal of the company and facsirmle or, ~echanically reproduced SIgnature of any Vice-PreSIdent, Secretary, or ASSIstant Secretary of the Company, whether made heretofore or hereafter, wherever appeanng upon a certIfied copy of any power of attorney Issued by the Company, sh~ll be valId and bIndIng upon the Company WIth the same force and effect as though manually affixed." - IN TESTIMONY WHEREOF, I have hereunto subscnbed my name and affixed the corporate seal of the saId Company, this 15th day of April , 2004 a:yv~ ASSistant Secretary @ ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002. No action is required on your part. Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts ofterrorism (as defined in the Act) under this bond is $_ waived This amount is reflected in the total premium for this bond. Disclosure of Availability of Coveral?;e for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts ofterrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism. Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts ofterrorism (as defined in the Act) after a insurance company has paid losses in excess of an annual aggregate deductible. For 2002, the insurance company deductible is 1 % of direct earned premium in the prior year; for 2003, 7% of direct earned premium in the prior year; for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year. The federal share of an insurance company's losses above its deductible is 90%. In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders. The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in anyone calendar year. Defmition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General ofthe United States: 1. to be an act of terrorism; 2. to be a violent act or an act that is dangerous to human life, property or infrastructure; 3. to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 oftitle 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission; and 4. to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensatIOn) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000. These disclosures are informational only and do not modify your bond or affect your rights under the bond. CopyrIght Zunch American Insurance Company 2003 Verify Premium Status - L&I - Washington Department of Labor and Industries Page 1 of2 Verify Premium Status Of your contractor or other employer Employer Liability Certificate Check to see if this business is registered as a contractor with LNI. Review Experience Factor History for this business. Department of Labor & Industries Employer Liability Certificate Date: 4/19/2004 UBI Number Legal Business Name Firm Account Number "Doing Business As" (DBA) Name Quarterly Premium Reports Received Through Employer Industrial Insurance Status Account Manager 409 006 765 TICE ELECTRIC COMPANY 076,928-00 TICE ELECTRIC CO Quarter 4 of Year 2003 Account is Current Firm has voluntarily reported and paid their premiums. T7 / BELVA SHOOK (360)902-4811 The information above shows the employer's industrial insurance (workers' compensation) premium status with the Department of Labor and Industries. Employers report and pay premiums each quarter based on hours of employee work already performed and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates or limitations of coverage. (See RCW51.12.050 and 51.16.190.) Note: Under Washington State law*, you may be liable for the unpaid industrial insurance (workers' compensation) premiums of anyone you contract with. (*See RCW 51.12.070.) .L8t.L!:LQm~ I Claims & Insurance I How to Verify Premium Status Use of this Web site, its applications and connections subject to L&I Web Usage Policy, including Access Aqreement, Privacy & Security Statement, Intended Use/External Content Policy https://wws2.wa.gov/lni/crua/crual.asp?AcctId=07692800 4/1912004 CORDm PHONE. 503 224-9700 INSURED Tice Electric company POBox 15009 portland OR 972935009 USA FAX- 503 295-0923 DATE (MM!DD!VV 04/19/04 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE PRODUCER Aon Risk Services, Inc. of oregon 1211 S.w. 5th Avenue suite 600 portland OR 97204-3799 USA INSURER A American casualty co. of Reading PA Transcontinental Insurance Co INSURER B INSURER C .. Go l;:: +: c Go "C ... .. Go "C C = INSURER D lYPE OF INSURANCE POLICY NUMBER POLICY EFFEC DATE(MM\DDlYY) 06/19/03 POLICY EXPIRATION DATE(MM\DDlYY) l.IMITS A GENERAL LIABILflY COMMERCIAL GENERAL LIABILITY CLAIMS MADE 0 OCCUR c2049816729 06/19/04 EACH OCCURRENCE $1,000,000 $300,000 $10,000 $1,000,000 $2,000,000 $2,000,000 Lr a' r-I '<t ... '<t a' C C C I'- Lr B FIRE DAMAGE(Anv one fire) MED EXP (Anv one person) PERSONAL & ADY INJURY GENERAL AGGREGATE GEN'L AGGREGATE LIMIT APPLIES PER 1)(1 PRO. D POLICY ~ JECT LOC PRODUCTS-COMP/OPAGG AUTOMOBILE LIABILflY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON OWNED AUTOS C2049817072 06/19/03 06/19/04 COMBINED SINGLE LIMIT (Ea aCCident) $1,000,000 ~ ;Z Go ... " .. !: ... .. Go Co BODILY INJURY ( Per person) BODILY INJURY (per aCCident) PROPERTY DAMAGE (per aCCident) AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN AUTO ONLY EA ACC AGG EXCESS LIABILflY OCCUR D CLAIMS MADE EACH OCCURRENCE AGGREGATE DEDUCTIBLE RETENTION WORKERS COMPENSATION AND EMPWYERS' l.IABILITY E L DISEASE-POLICY LIMIT - ~ -=.. ~ ..roO Jii1 ~ ~ ffi ~ f!i ~ .... . ii!: ..... ~ 8. E L DISEASE-EA EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Electric Rebuild 'F' Street substation project No. 01-28. City of Port Angeles is included as an Additional Insured as respects liability arising out of the operation of the Named Insured, but only to the extent covered by the insurance policy. This insurance is primary and non-contributory. Additional Insured Endorsement G-140331-A 'OE/ltf.iFI v:kTFFH0I1DE~:~4> Clty ot Port Angeles pub-lic works & Otilities Department P.O. BOX 1150 Port Angeles, WA 98362 USA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEtNOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO 80 SHALl IMPOSB NO OBLIGATION OR LIABILITY OF '~JY KIND UPON THE COUP 'INY, ITS 'GI<~ITS OR RBPRES"~IT' TP tBS AUTHORIZED REPRESENTATIVE . . Attachment to ACORD Certificate for T; ce El ectr; c company The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the msurer(s). This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy. INSURED T;ce Electr;c Company POBox 15009 portland OR 972935009 USA INSURER INSURER INSURER INSURER ADDITIONAL POLICIES INSURER If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. POLICY POLICY INSR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION LIMITS LlR POLICY DESCRIPTION DATE DATE DESCRIPTION OF OPERATIONSILOCATIONSIVEIllCLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS attached. Certificate No : 570009434195 - ... jjjji; - - Iii ,- ,- - Ii ~ iiii == iiilii!! - ;- .: C'NA '-M" C-IIiM!"U' -,.".. 0..1403S1-A (Ed. 01101) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSe, CLAIM OR SUIT. SEE PARAGRAPH C.1. OF THIS ENDORSEMENT FOR tHESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHI;DULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS-COMPLETED OPEAAnONS COVERAGE Thll endorl8mont modIft..lnsuranca prcMded under the following: COMMERCIAl GENERAL LIABILITY COVERAGE PART N'" or PII'IClfI or Org.lulloI'1: BLAI&Br 'AlmTIDNAL llISDRI:D SCHEDULE DMIgnItM Pfo)Mt: .ALL PIlOJlCm or DIB !WB> XNSURm (Ccww9 undtr thll tndoreeIMnt .. not..... by - M*Y ar IM:It 01..., In the ~ Ilbow.) I I I A. WHO IS AN INSURED (SIctIon I) Is emended to IncIudI u an InriUred any ptI'IOn or organization, JncIudlna .ny peIIOh or orQIInfDUon shown In thQ scheckIla above. (GIIItcIICldItIonaf insured) whom you .,. required Ig odd .. an .d<ItlonaI lnIured on 1hls pOlICy undIr a wrItIan comract or wrmen agreement; bUt thI ~ cantraGt or wrIII8n agrHm8nt must bt: 1. OUtNntly In efIect elf beoomlng 8ff8ctIva eluting the term at 1I\1S P*Y; and 2. Executed prior to thI -bodily InjUl)'," "property damage." or "~t flI1d advertising Inju,y'. B. The Insurance provided to the addl1ional InsurQd Is limftld 1I1D1oWs: 1. lhet parson or organiZation fa 8n .ddltlc:mll IniUttd M/y for lilblllty duo to your negligence 5ptdblly re8Ulllng from j'OUr work" for the adcltlonal .nand which " the subject of the Written con1l1CC or wriIfIIn agrumem. No covnge appIiM to IltbiIIty t86u1t1ng from tho _ negUgence at the addlllanll fntur8d. 2. The Limits of tnaurance appJlcabl8 to the IIdcit1onot lnGured 11'1 thou specified In the wrItltn COntract or wtItten agrulTli1lt or In h DlilCIaradonl of thl$ pot",. whichever II Ius. o Theee Umillr of Inluran:ca Irt Inclu8lve 0', and not In addition 10, the LimhI of Insurance shown In the OIcIaratfans. G.1<40331-A (Ed. 01101) s.. The COVQnlg8 provided to the adcltlonal Insured by this endorHment and paragraph f. 01 me definition of "Ineured eontracr under De:lNmONS [SectIon \I) do not apply to abodly inJurY' or "property da~1l ariDtnsI out 01 the "proouctl-COmplatICI opIfdorw hIzard" unIeIe required by the written oonlnlc:t or wrltt8n agrMm8fll. 4. ,..,. Insurance provided to' the addItionII Insured dole not .pply to "bcdly Injury," "propeny damage,. or "personal and IdvertieIng ~ arising out of IU1 erchJtecfs, ~" or SUlV&yOr"I rendering of or failure 10 render any ptotosslonal servlcu InctucIIng: .. The pl1lpaling, epproving, or fallng to prtpart or apprcwe maps, 8hop ~ op!nkn, reporte, surveys, ftekf orders, change ordIfI or drawings 'M sptelficatlor.; and b. SUpervisory, or Inspection actiYltlu performed as part of any rlJ.tad archI&eCIuraI or engineerinG GtIvhIM. C. As teeptets the covnge PfOYk*t undIr 1hlI andorl8ment, SECTION N ... COMMERCIAL GENEFW. LIABllTY CONDmONS III ImInded II folfgws; 1. The following 16 added to the DlrtterJ In The Event of Q(:cUtt8nC8. OIfMH, Claim or Suit CondtIcn: Pagl1 of .2 .. " .~ .. An addltionallnlured under this andorsamcmt will a. soon ... pracUClbIe= (1) Give written notice of an oc:currence or an C)tferuu~ to UI which may result In a claim or Ilwtl" UIldQr thlt Ill8UfInce; (2) Tendor 1he defenee end Indemnity of any eIIlm or asulr 10 In't other Imsurer whrch also hn inlUI'InCA for .. '* we COYIlK' under 1hIt Coverage PBrt IIKI (') Agrae to make avallablt any other lnauranoe which 1he additional insured his for a '- we cover undor 11111 eovarsae Part. f. W. have no duty to d811nd or indemnIfY an additional Insurtd undIr iNs endoratmtnt G.14OaS1.A (Ed. 01/01) (Ed. 01101) until we recelv. wrIlt8n neb of 8 claim or IIsult' from the lddltlonallntl~red. 2.. Paragraph 4.b. of #Ie Other lnauranc. Condition is deleted end replacad with tho followlno: 4. Other Irwur... b. l1c~ lMura__ ThIs lnaurance " .... over any o1her insurance naming the additional Inlured 8$ an insured whither prlmaty I &XCIII. contingent or on any other buia UN" . Wl'ltten comract or wrttltn aoreement spaclflcally requlrel that thIIlnrwlance be either primary or primary and nonwntrlbUting. Page 2 of 2 " PART 3 SPECIAL PROVISIONS FSTCONT wpd [rev 02/20/04] SPECIAL PROVISIONS I 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 therefor to the City prior to the commencement of work in connection with such change. If the cost to the Contractor shall be materially decreased by any such change or subtraction, the City shall deduct an appropriate amount in accordance with an agreement signed by the City and the Contractor. II GUARANTEES The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance Bond shall remain in full force and effect through the guarantee period. III PERFORMANCE BOND The Contractor shall provide an executed performance bond for the full contract amount. This performance bond shall: A Be on a City-furnished form; B Be signed by an approved surety (or sureties) that: 1. Is registered with the Washington State Insurance Commissioner, and 2. Appears on the current Authorized Insurance List in the State of Washington published by the Office ofthe 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 2. Of the Contractor (or the subcontra.ctors 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. FSTCONT wpd [rev 02/20/04] III-I 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 = 0.15C/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 umestricted 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. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire contract. V CONTRACTOR DEFAULT If default should be made by the Contractor in the performance of any of the terms of this Contract, the City, without in any manner limiting its legal and equitable remedies in the circumstances, may serve upon the Contractor and the Surety, if any, a written notice requiring the Contractor to cause FSTCONT wpd [rev 02/20/04] III-2 such default to be corrected forthwith. Unless within twenty (20) days after the service of such notice upon the Contractor and the Surety, if any, such default shall be corrected or arrangements for the correction thereof satisfactory to the City shall be made, the City may take over the Project and prosecute the Contractor, at the expense of the Contractor, for the completion of the Project, and the Contractor and the Surety shall be liable to the City for any cost or expense occasioned thereby. VI TERMINATION OF CONTRACT In the event that the Contractor or any of the subcontractors persistently or repeatedly refuse or fail to supply competent supervision, enough properly skilled workmen, proper materials, or disregard laws, ordinances, or the instructions of the City, or fail to perform the work diligently and in an orderly and workmanlike manner in accordance with the Contract, or violate any provision of the Contract, the City may consider the Contractor in default and serve written notice of intention to terminate the contract upon the Contractor, which notice shall specifY the reasons therefor. Unless within five (5) days after serving such notice upon the Contractor such violation shall cease, or an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said five (5) days, terminate and the Surety will become responsible for the performance of the work unless otherwise agreed in writing by the City. The rights and remedies of the City under this Termination Of Contract provision shall be in addition to any other rights and remedies provided by law or under this Contract. FSTCONT wpd [rev 02/20/04] III-3 ATTACHMENT A WASHINGTON STATE PREVAILING WAGE RATES FOR CLALLAM COUNTY FSTCONT wpd [rev 02/20/04] A-I CLALLAM County - Effective: 3/3/2004 -- Page lof8 \'iliWlillstQt! SUrl: DCP.11 trlHllI {If Labor and Industries '\-, " 'L.j' " (i: Get or Renew a License ~ :.' (!, Electrical ~"~ Apprenticeship \:@ Factory-Built Structures (@ Elevators r::::: \. @ Contractors ~Iumbers (@ Prevailing Wage EJ About Prevailing Wage EI Prevailing Wage Rates EJ Rates by Trade & County EJ Scopes of Work EJ Rate Surveys IE Intents and Affidavits EJ Debarred Contractors EJ Advisory Committee EJ Forms & Publications k:;- \ @ Boilers ?:,'-, -- \@ Trades & Licensing Rules ~ ....TT__~'~':*ru - ,,- ""'" .>"~""" ~ _~ Topic Index Contact Info I Sltarch Home Safety Claims & Insurance Workplace Rl8hts Trades & Li~ensin8 ( t Find a Law or Rule I ! Get a Form or Publication: CLALLAM County - Effective: 3/3/2004 I "'" Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here mclude both the hourly wage rate and the hourly rate of fnnge benefits. On public works projects, workers' wage and benefit rates must add to not less than thIs total. A brief description of overtIme calculation requirements is provided by clicking on the benefit code. CLALLAM County -- Effective 3/312004 -- Benefit Code Key PrevailingOvertimeHoliday Note Classification Wage Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $31.86 IN 5D BOILERMAKERS JOURNEY LEVEL $43.47 18 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $38.37 1M 5A CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 CARPENTERS ACOUSTICAL WORKER $38.06 1M 5D BRIDGE, DOCK AND W ARF CARPENTERS $37.90 1M 5D CARPENTER $37.90 1M 5D CREOSOTED MATERIAL $38.00 1M 5D DRYWALL APPLICATOR $38.74 1M 5D FLOOR FINISHER $38.03 1M 5D FLOOR LAYER $38.03 1M 5D FLOOR SANDER $38.03 1M 5D MILL WRIGHT AND MACHINE ERECTORS $38.90 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING $38.10 1M 5D COLLARS AND WELDING SA WFILER $38.03 1M 5D SHINGLER $38.03 1M 5D STATIONARY POWER SAW OPERATOR $38.03 1M 5D STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS JOURNEY LEVEL $31.86 IN 5D DIVERS & TENDERS DIVER $79 57 1M 5D 8A DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSIST ANT ENGINEER $38.37 1B 5D 8L ASSISTANT MATE (DECKHAND) $37.91 18 5D 8L BOATMEN $38 37 IB 5D 8L ENGINEER WELDER $38.42 1B 5D 8L LEVERMAN, HYDRAULIC $39.85 IB 5D 8L MAINTENANCE $37.91 IB 5D 8L MATES $38.37 18 5D 8L OILER $38.02 18 5D 8L DRYWALL TAPERS JOURNEY LEVEL $38.59 11 5B ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 ELECTRICIANS - INSIDE CABLE SPLICER $48.51 10 6H CABLE SPLICER (TUNNEL) $52.31 1D 6H http://www .lni. wa.gov !Prevailing W age/jwages/20041 1 coOS .asp 2/10104 CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTS~ $1537 2A JOURNEY LEVEL $14.69 2A ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $48.96 4A CERTIFIED LINE WELDER $44.65 4A GROUND PERSON $32.13 4A HEAD GROUNDPERSON $33.93 4A HEAVY LINE EQUIPMENT OPERATOR $44.65 4A JACKHAMMER OPERATOR $33.93 4A JOURNEY LEVEL LINEPERSON $44.65 4A LINE EQUIPMENT OPERATOR $37.87 4A POLE SPRAYER $44.65 4A POWDERPERSON $33.93 4A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $49.28 4A MECHANIC IN CHARGE $54.18 4A FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 FENCE ERECTORS FENCE ERECTOR FENCE LABORER FLAGGERS JOURNEY LEVEL GLAZIERS JOURNEY LEVEL $38.96 2E HEA T & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC $39.93 IF HEATING EQUIPMENT MECHANICS MECHANIC HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.34 IN INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $1565 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL INLAND BOATMEN CAPTAIN $3350 IK 5B COOK $28.96 lK 5B DECKHAND $28.16 lK 5B ENGINEER/DECKHAND $30.61 lK 5B MATE, LAUNCH OPERATOR $32.05 IK 5B 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 WEIG~ BRUSH CUTTER BRUSH HOG FEEDER BURNERS CARPENTER TENDER CLALLAM County - Effective: 3/3/2004 -- http://www .lni. wa.gov !Prevailing W age/jwages/20041 /coOS .asp $46.79 $50.41 $24.33 $45.06 $48.51 $13 80 $11.60 $27.18 $16.00 $907 $9.73 $11.48 $1278 $716 $10.53 $20.50 $41.02 $32.34 $31.86 $27.18 $31.86 $31.86 $31.86 $31.86 Page 2 of8 1D 1D 1D 1D 1D 6H 6H 6H 6H 6H 6C 6C 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 6Q 6Q IN 5D 5G 5E 5D 1 1 I 1 1 1B 5A IN IN IN IN IN IN IN 5D 5D 5D 5D 5D 5D 5D 2/10/04 CLALLAM County - Effective: 3/3/2004 -- Page 3 of8 CASSION WORKER $32.70 IN 5D CEMENT DUMPER/PA VING $32.34 IN 5D CEMENT FINISHER TENDER $31.86 IN 50 CHANGE-HOUSE MAN OR DRY SHACKMAN $31.86 IN 5D CHIPPING GUN (OVER 30 LBS) $32.34 IN 5D CHIPPING GUN (UNDER 30 LBS) $31.86 IN 50 CHOKER SETTER $31.86 IN 5D CHUCK TENDER $31.86 IN 50 CLEAN-UP LABORER $31.86 IN 5D CONCRETE OUMPEWCHUTE OPERATOR $32.34 IN 50 CONCRETE FORM STRIPPER $31.86 IN 5D CONCRETE SAW OPERATOR $32.34 IN 5D CRUSHER FEEDER $27.18 IN 50 CURING LABORER $31.86 IN 50 DEMOLITION, WRECKING & MOVING $31.86 IN 5D (INCLUDING CHARRED MATERIALS) DITCH DIGGER $31. 86 IN 5D DIVER $32.70 IN 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $32.34 IN 5D DRILL OPERATOR, AIRTRAC $32.70 IN 50 DUMPMAN $31.86 IN 5D EPOXY TECHNICIAN $31.86 IN 50 EROSION CONTROL WORKER $3 1. 86 IN 5D FALLERJBUCKER, CHAIN SAW $32 34 IN 50 FINAL DETAIL CLEANUP (Le , dustmg, $24.86 IN 5D vacuuming, wmdow cleamng; NOT construction debris cleanup) FINE GRADERS $31.86 IN 50 FIRE WATCH $27.18 IN 50 FORM SETTER $3 1 86 IN 50 GABION BASKET BUILDER $3186 IN 5D GENERAL LABORER $31.86 IN 50 GRADE CHECKER & TRANSIT PERSON $32 34 IN 5D GRINDERS $31.86 IN 50 GROUT MACHINE TENDER $3186 IN 50 GUARDRAIL ERECTOR $3186 IN 50 HAZARDOUS WASTE WORKER LEVEL A $32 70 IN 50 HAZARDOUS WASTE WORKER LEVEL B $32.34 IN 5D HAZARDOUS WASTE WORKER LEVEL C $31.86 IN 5D HIGH SCALER $32.70 IN 5D HOD CARRIEWMORTARMAN $32.34 IN 50 JACKHAMMER $32.34 IN 5D LASER BEAM OPERATOR $32.34 IN 5D MANHOLE BUILOER-MUDMAN $32.34 IN 5D MATERIAL YARDMAN $31.86 IN 50 MINER $32.70 IN 5D NOZZLEMAN, CONCRETE PUMP, GREEN $32.34 IN 5D CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $32 34 IN 5D PILOT CAR $27.18 IN 5D PIPE POT TENDER $32.34 IN 50 PIPE RELINER (NOT INSERT TYPE) $32.34 IN 5D PIPELA YER & CAULKER $32.34 IN 50 PIPELA YER & CAULKER (LEAD) $32.70 IN 50 PIPEWRAPPER $32.34 IN 5D POT TENDER $3 1. 86 IN 5D POWDERMAN $32.70 IN 5D POWDERMAN HELPER $31. 86 IN 5D POWERJACKS $32.34 IN 5D RAILROAD SPIKE PULLER (POWER) $32.34 IN 50 RE- TIMBERMAN $32.70 IN 50 RIPRAP MAN $31.86 IN 5D RODDER $32.34 IN 5D SCAFFOLD ERECTOR $31.86 IN 5D SCALE PERSON $31.86 IN 50 http://www.1ni. wa.gov !Prevailing W age/jwages/20041 /co05 . asp 2/10/04 CLALLAM County - Effective: 3/3/2004 -- Page 4 of8 SIGNALMAN $31.86 IN 5D SLOPER (OVER 20") $32.34 IN 5D SLOPER SPRA YMAN $31.86 IN 5D SPREADER (CLARY POWER OR SIMILAR $32 34 IN 5D TYPES) SPREADER (CONCRETE) $32.34 IN 5D STAKE HOPPER $31.86 IN 5D STOCKPILER $31.86 IN 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $32 34 IN 5D TAMPER (MULTIPLE & SELF PROPELLED) $32.34 IN 5D TOOLROOM MAN (AT JOB SITE) $31. 86 IN 5D TOPPER-TAILER $31.86 IN 5D TRACK LABORER $31.86 IN 5D TRACK LINER (POWER) $32.34 IN 5D TRUCK SPOTTER $31.86 IN 5D TUGGER OPERATOR $32 34 IN 5D VIBRATING SCREED (AIR, GAS, OR $31.86 IN 5D ELECTRIC) VIBRATOR $32.34 IN 5D VINYL SEAMER $31.86 IN 5D WELDER $31.86 IN 5D WELL-POINT LABORER $32.34 IN 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER $31.86 IN 5D PIPE LAYER $32 34 IN 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER $11.42 INSTALLERS LANDSCAPE EQUIPMENT OPERA TORS OR $7.81 TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS $793 LATHERS JOURNEY LEVEL $38.74 1M 5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST $16.84 METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 LABORER $11.13 MACHINE OPERATOR $10.66 PAINTER $11.41 PAINTERS JOURNEY LEVEL $30.77 2B 5A PLASTERERS JOURNEY LEVEL $25.83 PLA YGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $48.71 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $36.41 IT 5D 8L BACKHOE, EXCA V A TOR, SHOVEL (3 YD & $3903 IT 5D 8L UNDER) BACKHOE, EXCA V A TOR, SHOVEL (OVER 3 $39.49 IT 5D 8L YD & UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD $4001 IT 5D 8L AND OVER WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) $38.64 IT 5D 8L BACKHOES, (OVER 75 HP) $39 03 IT 5D 8L BARRIER MACHINE (ZIPPER) $39.03 IT 5D 8L BATCH PLANT OPERATOR, CONCRETE $39.03 IT 5D 8L BELT LOADERS (ELEVATING TYPE) $38.64 IT 5D 8L BOBCAT $3641 IT 5D 8L BROOMS $36.41 IT 5D 8L BUMP CUTTER $39 03 IT 5D 8L CABLEW A YS $39.49 IT 5D 8L CHIPPER $39 03 IT 5D 8L COMPRESSORS $36.41 IT 5D 8L CONCRETE FINISH MACHINE - LASER $36.41 IT 5D 8L http://www .lni. wa.gov /Prevailing W age/jwages/20041 I coOS .asp 2/10/04 CLALLAM County - Effective: 3/3/2004 -- Page S of8 SCREED CONCRETE PUMPS $38.64 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH $39.03 IT 5D 8L BOOM ATTACHMENT CONVEYORS $38.64 IT 5D 8L CRANES, THRU 19 TONS, WITH $38.64 IT 5D 8L ATTACHMENTS CRANES, 20 - 44 TONS, WITH $39.03 IT 5D 8L ATTACHMENTS CRANES, 45 TONS - 99 TONS, UNDER 150 FT $39.49 IT 5D 8L OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF $40.01 IT 5D 8L BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT $40.55 IT 5D 8L OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $3641 IT 5D 8L CRANES, A-FRAME, OVER 10 TON $38.64 IT 5D 8L CRANES, OVER 300 TONS, OR 300' OF BOOM $41.07 IT 5D 8L INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 $39 03 IT 5D 8L TONS) CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 $39 49 IT 5D 8L TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 $4001 IT 5D 8L TONS & OVER) CRANES, TOWER CRANE UP TO 175' IN $40.01 IT 5D 8L HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN $40 55 IT 5D 8L HEIGHT, BASE TO BOOM CRUSHERS $39.03 IT 5D 8L DECK ENGINEER/DECK WINCHES (POWER) $39.03 IT 5D 8L DERRICK, BUILDING $39.49 IT 5D 8L DOZERS, D-9 & UNDER $38.64 IT 5D 8L DRILL OILERS - AUGER TYPE, TRUCK OR $38.64 IT 5D 8L CRANE MOUNT DRILLING MACHINE $39 03 IT 5D 8L ELEVATOR AND MANLIFT, PERMANENT $36.41 IT 5D 8L AND SHAFT-TYPE EQUIPMENT SERVICE ENGINEER (OILER) $38 64 IT 5D 8L FINISHING MACHINE/BIDWELL GAMACO $39.03 IT 5D 8L AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) $38.64 IT 5D 8L FORK LIFTS, (UNDER 3000 LBS) $36.41 IT 5D 8L GRADE ENGINEER $38.64 IT 5D 8L GRADECHECKER AND STAKEMAN $36.41 IT 5D 8L GUARDRAIL PUNCH $39.03 IT 5D 8L HOISTS, OUTSIDE (ELEVATORS AND $38 64 IT 5D 8L MANLIFTS), AIR TUGGERS HORIZONT AL/DIRECTIONAL DRILL $38.64 IT 5D 8L LOCATOR HORlZONT AL/DIRECTIONAL DRILL $39.03 IT 5D 8L OPERATOR HYDRALIFTS/BOOM TRUCKS (10 TON & $36.41 IT 5D 8L UNDER) HYDRALIFTS/BOOM TRUCKS (OVER 10 $38.64 IT 5D 8L TON) LOADERS, OVERHEAD (6 YD UP TO 8 YD) $39.49 IT 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $40.01 IT 5D 8L LOADERS, OVERHEAD (UNDER 6 YD), $39.03 IT 5D 8L PLANT FEED LOCOMOTIVES, ALL $39.03 IT 5D 8L MECHANICS, ALL $39.49 IT 5D 8L MIXERS, ASPHALT PLANT $39.03 IT 5D 8L MOTOR PATROL GRADER (FINISHING) $39.03 IT 5D 8L MOTOR PATROL GRADER (NON-FINISHING) $38.64 IT 5D 8L http://www.lni. wa. gov !Prevailing W age/jwages/20041 leoOS .asp 2/10/04 MUCKING MACHINE, MOLE, TUNNEL DRILL $39.49 IT AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR PAVEMENT BREAKER PILEDRIVER (OTHER THAN CRANE MOUNT) PLANT OILER (ASPHALT, CRUSHER) POSTHOLE DIGGER, MECHANICAL POWER PLANT PUMPS, WATER QUAD 9, D-lO, AND HD-41 REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN ROLLAGON ROLLER, OTHER THAN PLANT ROAD MIX ROLLERS, PLANTMIX OR MUL TILIFT MATERIALS ROTO-MILL, ROTO-GRINDER SAWS, CONCRETE SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL SCREED MAN SHOTCRETE GUNITE SLIPFORM PAVERS SPREADER, TOPSIDE OPERATOR - BLA W KNOX SUB GRADE 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 $39.03 IT 5D 8L' WHEEL TRACTORS, FARMALL TYPE $36.41 IT 5D 8L YO YO PAY DOZER $39.03 IT 5D 8L POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $32.01 4A SPRAY PERSON $30.29 4A TREE EQUIPMENT OPERATOR $30.71 4A TREE TRIMMER $28 43 4A TREE TRIMMER GROUNDPERSON $20.89 4A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $27.68 RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS JOURNEY LEVEL RESIDENTIAL CEMENT MASONS JOURNEY LEVEL RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL RESIDENTIAL ELECTRICIANS JOURNEY LEVEL CLALLAM County - Effective: 3/3/2004 -- http://www Jni. wa.gov !Prevailing W age/jwages/20041 IcoOS .asp $36.41 $36.41 $3903 $38 64 $36.41 $36.41 $3641 $39.49 $39.49 $36.41 $39.49 $36.41 $38.64 $3903 $38.64 $39.03 $39.49 $38.64 $39.03 $36.41 $3949 $39.03 $39.03 $38 64 $38.64 $39.03 $39.03 $3949 $38.64 $38.64 $39.03 $38.37 $17.85 $25.63 $18.00 $27.78 IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT IT 1M Page 6 of8 5D 8L 5D 8L 5D 5D 5D 5D 5D 5D 5D 5D 8L 8L 8L 8L 8L 8L 8L 8L 5D 5D 5D 5D 8L 8L 8L 8L 5D 5D 5D 8L 8L 8L 5D 8L 5D 5D 5D 5D 5D 8L 8L 8L 8L 8L 5D 5D 5D 5D 5D 5D 8L 8L 8L 8L 8L 8L 5D 5D 8L 8L 5D 8L 5A 5A 5A 5A 5A 5A 2/10104 CLALLAM County - Effective: 3/3/2004 -- Page 7 of 8 RESIDENTIAL GLAZIERS JOURNEY LEVEL $16.84 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 RESIDENTIAL PAINTERS JOURNEY LEVEL $15.97 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $14.60 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $46.46 1 G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $30.75 1] 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 ROOFERS JOURNEY LEVEL $34 53 1 R 5A USING IRRITABLE BITUMINOUS $37.53 lR 5A MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $45.43 1] 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 SOFT FLOOR LAYERS JOURNEY LEVEL $31.52 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 IB 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 PARTY CHIEF $13.40 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $27.84 2B 5A HOLE DIGGER/GROUND PERSON $15.69 2B 5A INSTALLER (REPAIRER) $26.70 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $25 91 2B 5A SPECIAL APPARATUS INSTALLER I $27.84 2B 5A SPECIAL APPARATUS INSTALLER II $27.28 2B 5A TELEPHONE EQUIPMENT OPERATOR $27.84 2B 5A (HEAVY) TELEPHONE EQUIPMENT OPERATOR $25.91 2B 5A (LIGHT) TELEVISION GROUND PERSON $14.89 2B 5A TELEVISION LINEPERSON/INSTALLER $19.81 2B 5A TELEVISION SYSTEM TECHNICIAN $23.43 2B 5A TELEVISION TECHNICIAN $21.11 2B 5A TREE TRIMMER $25.91 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $35.63 1H 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $29.46 IH 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 lK 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $35.91 IT 5D 8L ASPHALT MIX (OVER 16 YARDS) $36.49 IT 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $36.49 1 T 5D 8L http://www.lni.wa.gov/PrevailingWage/jwages/20041/co05.asp 2/10104 CLALLAM County - Effective: 3/3/2004 -- Page 8 of 8 TRANSIT MIXER $23.73 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 OILER $9.45 1 WELL DRILLER $11.60 1 About Uti I Find a job at Lal I Informacion en espanol I Site Feedback I 1-800-547-8367 CJ Washmgtan State Dept of labor and Industnes Use of thIS Slte IS subject to the laws of the state of Washmgtan Access Agreement I Pnvacy and s.ecunty statement I Intended usele>-ternat content polley I Staff only lmk http://www.lni. wa.gov !Prevailing W age/jwages/20041 Ico05 .asp ~. V1Slt access wa gOY 2/10104 CLALLAM County - Effective: 3/3/2004 -- Page 1 of6 (C Get or R;;;-; ~ License (~h"_ \ "@: Electrical (~~~.~,hiP __~__ (@ Factory-Built Structures ;;'..-# ,~#.-w.."-"_.,,,,-..,.v_"_,,,y__ ( Q). Elevators f' ~"__~~,-~___~._w_ ''''~' Contract~!-w~,_____ (~,_~~~~ber~________",_ {@ Prevailing Wage E] About Prevailing Wage l3 Prevailing Wage Rates E] Rates by Trade & County E] Scopes of Work E] Rate Surveys I!I Intents and Affidavits E] Debarred Contractors E] Advisory Committee E] Forms & Publications Boilers Trades & Rules ,'" " ' , ^ '" ~~ Topic Index Contact Info L__.__ __.._ _. _ . Claims 8: msurance Trades 8: Licensing Workplace Rights l Find a Law or Rule: Get a Form or Publication! CLALLAM County - Effective: 3/3/2004 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requIrements is proVIded by clicking on the benefit code. Any apprentIce not registered with the Washmgton State Apprenticeship and Training Council must be paid prevailing journey level wages. To verify apprentice registration, call (360) 902- 5324. CLALLAM County -- Apprentices -- Effective 3/3/2004 -- Benefit Code Key --- -~~-~-..-......._- Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code ASBESTOS ABATEMENT WORKERS ENVIRONMENTAL CONTROL PAINTERS 1: 0 - 1000 Hours - 50.00% $17 11 IN 5D 2: 1001 - 2000 Hours - 60.00% $19.58 IN 5D 3: 2001 - 3000 Hours -75.00% $25.08 IN 5D 4: 3001 - 4000 Hours - 90.00% $29.15 IN 5D LABORERS 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 2: 1001 - 2000 Hours -70.00% $24 45 IN 5D 3: 2001 - 3000 Hours - 80.00% $26.92 IN 5D 4: 3001 - 4000 Hours - 90.00% $29.39 IN 5D BOILERMAKERS 1: 0 - 1000 Hours - 70.00% $35.04 IB 5N 2: 1001 - 2000 Hours - 75.00% $36.45 18 5N 3: 2001 - 3000 Hours - 80.00% $37.85 18 5N 4: 3001 - 4000 Hours - 85 00% $39.26 18 5N 5: 4001 - 5000 Hours - 90.00% $40.66 IB 5N 6: 5001 - 6000 Hours - 95.00% $42.07 18 5N BRICK AND MARBLE MASONS 1. 0 - 750 Hours - 50.00% $22.40 1M 5A 2: 751 - 2250 Hours - 55.00% $23.90 1M 5A 3' 2251 - 3000 Hours - 60.00% $25.36 1M 5A 4: 3001 - 3750 Hours - 70.00% $28.27 1M 5A 5: 3751 - 4500 Hours - 80.00% $31.19 1M 5A 6 4501 - 5250 Hours - 90 00% $34 10 1M 5A 7: 5251 - 6000 Hours - 95.00% $35.56 1M 5A CARPENTERS ACOUSTICAL WORKER I: 0 - 1000 Hours - 50.00% $19.91 1M 5D 2: 1001 - 2000 Hours - 60.00% $26.64 1M 5D 3: 2001 - 3000 Hours - 68.00% $28 92 1M 5D 4: 3001 - 4000 Hours - 76.00% $31.21 1M 5D 5: 4001 - 5000 Hours - 84.00% $33.49 1M 5D 6: 5001 - 6000 Hours - 92.00% $35.78 1M 5D BRIDGE, DOCK AND W ARF CARPENTERS I: I st Period - 60.00% $22.67 1M 5D 2: 2nd Period - 65.00% $27.96 1M 5D 3: 3rd Period - 70.00% $29.38 1M 5D 4: 4th Period - 75.00% $30.80 1M 5D 5: 5th Period - 80.00% $32.22 1M 5D 6: 6th Period - 85.00% $33.64 1M 5D http://www.lni. wa.gov/Prevailing W agel Appwages/20041/co05.asp 2/10104 7: 7th Period - 90.00% 8: 8th Penod - 95.00% CARPENTER 1: 1 st Period - 60.00% 2: 2nd Penod - 65.00% 3: 3rd Period - 70.00% 4: 4th Period - 75.00% 5: 5th Period - 80 00% 6: 6th Period - 85.00% 7' 7th Period - 90.00% 8: 8th Period - 95.00% DRYWALL APPLICATOR DRYWALL. METAL STUD. AND CEILING APPLICATORS 1: 0 - 700 Hours - 50.00% $20.33 2: 701 -1400 Hours - 60.00% $27.11 3: 1401 - 2100 Hours - 68.00% $29.43 4: 2101 - 2800 Hours -76.00% $31.76 5: 2801 - 3500 Hours - 84.00% $34.09 6: 3501 - 4200 Hours - 92.00% $36.41 MILLWRIGHT AND MACHINE ERECTORS 1: 1st Period - 60.00% $2327 1M 5D 2: 2nd Period - 65.00% $28.61 1 M 5D 3: 3rd Period - 70.00% $30.08 1M 5D 4: 4th Period - 75.00% $31.55 1M 5D 5: 5th Period - 80.00% $33.02 1M 5D 6: 6th Penod - 85.00% $34.49 1M 5D 7: 7th Period - 90.00% $35.96 1M 5D 8: 8th Period - 95.00% $37.43 1M 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: 1 st Period - 60 00% $22.79 1M 5D 2: 2nd Period - 65.00% $28 09 1M 5D 3: 3rd Period -70.00% $29.52 1M 5D 4: 4th Period - 75 00% $30.95 1M 5D 5: 5th Period - 80.00% $32.38 1M 5D 6: 6th Penod - 85.00% $33.81 1M 5D 7: 7th Period - 90 00% $35.24 1M 5D 8: 8th Period - 95.00% $36.67 1M 5D CEMENT MASONS l' 0 - 1000 Hours - 50.00% 2. 1001 - 2000 Hours - 60.00% 3: 2001 - 3000 Hours - 70.00% 4: 3001 - 4000 Hours - 80.00% 5: 4001 - 5000 Hours - 90.00% 6: 5001 - 6000 Hours - 95.00% DRYWALL TAPERS 1: 0 - 1000 Hours - 50.00% 2: 1001 - 2000 Hours - 55 00% 3: 2001 - 3000 Hours - 65.00% 4: 3001 - 4000 Hours - 75.00% 5: 4001 - 5000 Hours - 85.00% 6: 5001 - 6000 Hours - 90.00% ELECTRICIANS - INSIDE 1: 0 - 1000 Hours - 40.00% $18.55 2: 1001 - 2000 Hours - 5000% $22.00 3: 2001 - 3500 Hours - 55.00% $26.92 4: 3501 - 5000 Hours - 65.00% $30.95 5: 5001 - 6500 Hours - 75.00% $34.98 6: 6501 - 8000 Hours - 85.00% $39.01 ELECTRICIANS - POWERLINE CONSTRUCTION JOURNEY LEVEL LINEPERSON 1: 0 - 1000 Hours - 60 00% 2: 1001 - 2000 Hours - 65.00% 3: 2001 - 3000 Hours - 71.00% 4: 3001 - 4000 Hours - 81.00% 5: 4001 - 5000 Hours - 85.00% CLALLAM County - Effective: 3/3/2004 -- $35.06 $36.48 $22.67 $27.96 $29.38 $30.80 $32.22 $33.64 $35.06 $36.48 $12.36 $1483 $17.30 $19.77 $22.24 $23.47 $24 98 $26.34 $29.06 $31.79 $34.51 $35.87 $28.54 $30.33 $32.49 $36.07 $37.52 http://www Jni. wa.gov /Prevailing Wagel Appwages/20041 Ico05 .asp 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M IN IN IN IN IN IN Page 20f6 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 11 11 11 11 11 11 5B 5B 5B 5B 5B 5B 1D 1D 1D 1D 1D 1D 6H 6H 6H 6H 6H 6H 4A 4A 4A 4A 4A 5A 5A 5A 5A 5A 2/1 0104 CLALLAM County - Effective: 3/3/2004 -- Page 3 of6 6: 5001 - 6000 Hours - 89.00% $38.95 4A 5A 7: 6001 - 7000 Hours - 93.00% $40.38 4A 5A POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $37.78 4A 5A 2: 1001 - 2000 Hours - 89.80% $39.23 4A 5A 3' 2001 - 3000 Hours - 92.80% $40.31 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS 1: 0 - 1000 Hours - 55.00% $7.16 1 2. 1001 - 2000 Hours - 60.00% $7.24 1 3: 2001 - 3000 Hours - 65.00% $7.85 I 4: 3001 - 4000 Hours - 70.00% $8.45 1 5: 4001 - 5000 Hours - 75.00% $9.05 1 6: 5001 - 6000 Hours - 80.00% $9.66 1 7: 6001 - 7000 Hours - 85.00% $10 26 1 8 7001 - 8000 Hours - 95.00% $11.47 1 ELEVATOR CONSTRUCTORS MECHANIC 1: 1 st Period - 50.00% $17.67 4A 6Q 2: 2nd Period - 55.00% $32.66 4A 6Q 3: 3rd Period - 65.00% $36 20 4A 6Q 4: 4th Period - 70 00% $37.96 4A 6Q 5: 5th Period - 80.00% $41.50 4A 6Q FLAGGERS 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 2: 1001 - 2000 Hours -70.00% $24.45 IN 5D 3: 2001 - 3000 Hours - 80 00% $26.92 IN 5D 4: 3001 - 4000 Hours - 90 00% $27.18 IN 5D GLAZIERS l' 0 - 1000 Hours - 45.00% $21.09 2E 5G 2' 1001 - 2000 Hours - 50 00% $22.71 2E 5G 3: 2001 - 3000 Hours - 55.00% $24 34 2E 50 4: 3001 - 4000 Hours - 60.00% $25.96 2E 5G 5.4001 - 5000 Hours - 65.00% $27.59 2E 5G 6: 5001 - 6000 Hours - 70.00% $2921 2E 5G 7: 6001 - 7000 Hours - 80.00% $32.46 2E 5G 8: 7001 - 8000 Hours - 90.00% $35.71 2E 50 HEAT & FROST INSULA TORS AND ASBESTOS WORKERS MECHANIC 1: 0 - 1000 Hours - 50.00% $24 85 IF 5E 2: 1001 - 2000 Hours - 55.00% $26.36 IF 5E 3: 2001 - 4000 Hours - 65.00% $29.37 IF 5E 4: 4001 - 6000 Hours - 75.00% $32.39 IF 5E 5. 6001 - 8000 Hours - 85.00% $35.41 IF 5E HOD CARRIERS & MASON TENDERS 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 2: 1001 - 2000 Hours - 70.00% $24.45 IN 5D 3: 2001 - 3000 Hours - 80 00% $26.92 IN 5D 4: 3001 - 4000 Hours - 90 00% $29 39 IN 5D INSULATION APPLICATORS 1: 0 - 1000 Hours - 50.00% $10.25 2: 1001 - 2000 Hours - 60.00% $12.30 3: 2001 - 3000 Hours - 75.00% $15.38 4: 3001 - 4000 Hours - 90.00% $18.45 IRONWORKERS 1: 1 st Period - 65.00% $24.02 IB 5A 2: 2nd Period - 70.00% $25.45 18 5A 3: 3rd Period - 75.00% $33.88 18 5A 4: 4th Period - 80.00% $35.31 18 5A 5: 5th Period - 90.00% $38.16 IB 5A 6: 6th Period - 90.00% $38.16 18 5A 7: 7th Period - 95.00% $39.59 18 5A 8: 8th Period - 95.00% $39.59 18 5A LABORERS 1: 0 - 1000 Hours - 60.00% $21.98 IN 5D 2: 1001 - 2000 Hours -70.00% $24.45 IN 5D 3: 2001 - 3000 Hours - 80.00% $26.92 IN 5D http://www.lni. wa.gov /Prevailing W agel Appwages/20041 IcoOS .asp 2/10/04 4: 3001 - 4000 Hours - 90.00% $29.39 LABORERS - UNDERGROUND SEWER & WATER 1: 0 - 1000 Hours - 60.00% $21.98 2: 1001 - 2000 Hours - 70 00% $24.45 3: 2001 - 3000 Hours - 80.00% $26.92 4: 3001 - 4000 Hours - 90.00% $29.39 LATHERS 1: 0 -700 Hours - 50.00% 2: 701 - 1400 Hours - 60.00% 3: 1401 - 2100 Hours - 68.00% 4: 2101 - 2800 Hours - 76.00% 5: 2801 - 3500 Hours - 84 00% 6' 3501 - 4200 Hours - 92.00% PAINTERS 1: 0 - 750 Hours - 55.00% 2' 751 - 1500 Hours - 65.00% 3: 1501 - 2250 Hours - 75.00% 4: 2251 - 3000 Hours - 80.00% 5: 3001 - 3750 Hours - 85 00% 6: 3751 - 4500 Hours - 95.00% PLASTERERS 1: 0 - 500 Hours - 40.00% 2: 501 - 1000 Hours - 45.00% 3: 1001 - 1500 Hours - 45.00% 4: 1501 - 2000 Hours - 50.00% 5: 2001 - 2500 Hours - 55.00% 6: 2501 - 3000 Hours - 60 00% 7.3001 - 3500 Hours - 65.00% 8: 3501 - 4000 Hours - 70.00% 9: 4001 - 4500 Hours - 75.00% 10: 4501 - 5000 Hours - 80.00% 11: 5001 - 5500 Hours - 85.00% 12: 5501 - 6000 Hours - 90.00% 13: 6001 - 6500 Hours - 95.00% 14: 6501 - 7000 Hours - 95.00% PLUMBERS & PIPEFITTERS 1: 0 - 2000 Hours - 50.00% 2: 2001 - 4000 Hours - 62.50% 3: 4001 - 6000 Hours -70 00% 4: 6001 - 8000 Hours - 75.00% 5: 8001 - 10000 Hours - 85.00% POWER EQUIPMENT OPERA TORS ALL EQUIPMENT 1. 0 - 1000 Hours - 65.00% $28.41 IT 50 8L 2' 1001 - 2000 Hours -70 00% $29.87 IT 50 8L 3:2001-3000Hours-7500% $31.33 IT 50 8L 4: 3001 - 4000 Hours - 80.00% $3279 IT 50 8L 5: 4001 - 5000 Hours - 90.00% $35.72 IT 50 8L 6:5001-6000Hours-9500% $37.18 IT 50 8L POWER EQUIPMENT OPERA TORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) 1: 0 - 1000 Hours - 65.00% $28.22 2: 1001 - 2000 Hours - 70.00% $2967 3' 2001 - 3000 Hours - 75.00% $31.12 4: 3001 - 4000 Hours - 80.00% $32.57 5: 4001 - 5000 Hours - 90.00% $35.46 6: 5001 - 6000 Hours - 95.00% $36.91 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1: 0 - 1000 Hours - 65.00% $19.74 4A 2: 1001 - 2000 Hours - 75.00% $2199 4A 3: 2001 - 3000 Hours - 80.00% $23.10 4A 4: 3001 - 4000 Hours - 90.00% $25.36 4A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 1: 0 - 2000 Hours - 50.00% 2: 2001 - 4000 Hours - 55.00% 3: 4001 - 6000 Hours - 60.00% CLALLAM County - Effective: 3/3/2004 -- $20.33 $27.11 $29.43 $31. 76 $34.09 $36.41 $15.97 $17.02 $18.90 $20.61 $21.60 $23.57 $10.33 $11.62 $11.62 $12.92 $14.21 $15.50 $1679 $1808 $19.37 $20.66 $21. 96 $23.25 $24 54 $24.54 $25.85 $35.81 $38.39 $40.10 $43.55 $13.84 $15.22 $16.61 http://www .lni. wa.gov /Prevailing W agel Appwages/20041 IcoOS . asp IN IN IN IN IN 1M 1M 1M 1M 1M 1M 2B 2B 2B 2B 2B 2B IG lG IG lG IG Page 4 of6 50 50 50 50 50 50 50 50 50 50 50 5A 5A 5A 5A 5A 5A 1 1 I 1 1 I 1 I 1 1 1 1 1 1 SA 5A SA SA 5A SA 5A 5A 5A 2/10/04 CLALLAM County - Effective: 3/3/2004 -- 4: 6001 - 8000 Hours - 70.00% $19.38 5: 8001 - 10000 Hours - 85.00% $23.53 RESIDENTIAL CARPENTERS I: 15t Period - 60.00% $10.71 2: 2nd Period - 65.00% $11.60 3: 3rd Period - 70.00% $12.50 4: 4th Period - 75.00% $13.39 5: 5th Period - 80.00% $1428 6: 6th Period - 85.00% $15.17 7. 7th Period - 90.00% $16.07 8: 8th PerIod - 95.00% $16.96 RESIDENTIAL ELECTRICIANS I: 0 - 900 Hours - 50.00% $13.89 2: 901 - 1800 Hours - 55.00% $15.28 3: 1801 - 2700 Hours - 75.00% $20.84 4: 2701 - 4000 Hours - 85.00% $23.61 RESIDENTIAL PLUMBERS & PIPEFITTERS l' 0 - 1000 Hours - 55.00% $8.03 2: 1001 - 2000 Hours - 65.00% $9.49 3: 2001 - 4000 Hours - 75.00% $10.95 4: 4001 - 6000 Hours - 85 00% $12.41 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: I - 1000 Hours - 50.00% $15.66 11 6L 2: 1001 - 2000 Hours - 60 00% $17.84 11 6L 3: 2001 - 3000 Hours - 65.00% $22.10 11 6L 4: 3001 - 4000 Hours - 70.00% $23.20 11 6L 5: 4001 - 5000 Hours - 80.00% $25.39 lJ 6L 6: 5001 - 6000 Hours - 85.00% $26.48 11 6L ROOFERS 1: 0 - 820 Hours - 60 00% $21.93 lR 5A 2: 821 - 1630 Hours - 67.00% $23.78 lR 5A 3: 1631 - 2450 Hours -74.00% $25.58 IR 5A 4 2451 - 3270 Hours - 81.00% $29.66 IR 5A 5: 3271 - 4080 Hours - 88 00% $31.46 lR 5A 6: 4081 - 4899 Hours - 95 00% $33.25 lR 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1: 0 - 2000 Hours - 45.00% $19.17 11 6L 2 2001 - 3000 Hours - 50.00% $26 89 11 6L 3: 3001 - 4000 Hours - 55.00% $28.63 11 6L 4: 4001 - 5000 Hours - 60.00% $30.38 11 6L 5: 5001 - 6000 Hours - 65.00% $32.14 11 6L 6: 6001 - 7000 Hours - 70 00% $33.89 11 6L 7: 7001 - 8000 Hours -75 00% $35.64 11 6L 8' 8001 - 9000 Hours - 80.00% $3739 lJ 6L 9: 9001 - 10000 Hours - 85.00% $39.15 11 6L SOFT FLOOR LAYERS APPRENTICES INDENTURED ON OR AFTER JUNE 1. 2003 I: 0 -750 Hours - 45.00% $15 19 lB 5A 2: 751 - 1500 Hours - 50.00% $17.31 lB 5A 3: 1501 - 2250 Hours - 60.00% $20.95 IB 5A 4: 2251 - 3000 Hours - 70.00% $23.59 IB 5A 5: 3001 - 3750 Hours - 80.00% $26.24 IB 5A 6: 3751 - 4500 Hours - 90.00% $28.88 IB 5A APPRENTICES INDENTURED PRIOR TO JUNE 1.2003 1: 0 - 750 Hours - 45.00% $16.99 IB 5A 2: 751 - 1500 Hours - 50.00% $18.31 IB 5A 3: 1501 - 2250 Hours - 60.00% $20.95 IB 5A 4: 2251 - 3000 Hours -70.00% $23.59 lB 5A 5: 3001 - 3750 Hours - 80.00% $26.24 lB 5A 6: 3751 - 4500 Hours - 90.00% $28.88 IB 5A SPRINKLER FITTERS (FIRE PROTECTION) GRADE 1 (INDENTURED AFTER APRIL 1.2000) I: 0 - 1000 Hours - 45.00% $8.85 2: 1001 - 2000 Hours - 50.00% $9.84 3: 2001 - 3000 Hours - 55.00% $1082 http://www.lni. wa.gov !Prevailing W agel Appwages/20041 Ico05 .asp Page 5 of6 2/1 0/04 CLALLAM County - Effective: 3/3/2004 -- 4: 3001 - 4000 Hours - 60.00% $11.80 GRADE 1 (iNDENTURED BEFORE APRIL 1. 2000) 1: 0 - 1000 Hours - 40.00% $7.87 2: 1001 - 2000 Hours - 45.00% $8 85 3: 2001 - 3000 Hours - 50.00% $9.84 4: 3001 - 4000 Hours - 55.00% $10.82 GRADE 2 (INDENTURED AFTER APRIL 1. 200D! 1: 0 - 1000 Hours - 65.00% $12.79 2: 1001 - 2000 Hours -70.00% $13.77 3: 2001 - 3000 Hours -75.00% $14.75 4: 3001 - 4000 Hours - 80 00% $1574 5: 4001 - 5000 Hours - 85.00% $16.72 6: 5001 - 6000 Hours - 90.00% $17.70 GRADE 2 (iNDENTURED BEFORE APRIL 1. 2000) I: 0 - 1000 Hours - 60.00% $11.80 2: 1001 - 2000 Hours - 65.00% $12.79 3: 2001 - 3000 Hours -70.00% $13.77 4: 3001 - 4000 Hours - 75.00% $14.75 5: 4001 - 5000 Hours - 80.00% $15.74 6: 5001 - 6000 Hours - 85.00% $16.72 TERRAZZO WORKERS & TILE SETTERS I: 0 - 1000 Hours - 50.00% 2: 1001 - 2500 Hours - 55.00% 3: 2501 - 3500 Hours - 60.00% 4: 3501 - 4500 Hours - 70 00% 5: 4501 - 5500 Hours - 80.00% 6: 5501 - 6250 Hours - 90.00% 7: 6251 -7000 Hours - 95.00% TILE, MARBLE & TERRAZZO FINISHERS FINISHER I: 0 - 1000 Hours - 50.00% 2: 1001 - 2500 Hours - 55.00% 3: 2501 - 3500 Hours - 60.00% 4: 3501 - 4500 Hours - 70.00% TRAFFIC CONTROL STRIPERS I: 0 - 500 Hours - 60.00% 2: 501 - 1000 Hours - 60.00% 3: 1001 - 2333 Hours - 60.00% 4: 2334 - 4666 Hours - 73.00% 5: 4667 -7000 Hours - 88 00% TRUCK DRIVERS ALL TRUCKS I: 0 - 700 Hours - 70.00% 2: 701 - 1400 Hours - 80.00% 3: 1401 - 2100 Hours - 90.00% $20.69 $22 02 $23.35 $26.01 $28.66 $31.32 $32.65 $20.07 $21.35 $22.61 $25.15 $1296 $17.82 $20.22 $23.53 $27.35 $14.16 $16.18 $18.21 Page 6of6 IH 5A IH 5A IH 5A IH 5A IH 5A IH 5A IH 5A IH 5A IH 5A IH 5A IH 5A lK 5A lK 5A lK 5A lK 5A lK 5A About Lal I Find a job at Lal I Informacion en espanol I Site Feedback I 1-800-547-8367 e Washmgton State Dept of Labor and lndustnes Use of thlS slte is subject to the laws of the state of Wasll1ngton Access Agreement I Privacy and 5ecunty statement I Intended use/external content polley I Staff onlv lmk http://www.lni. wa.gov/Prevailing W agel Appwages/20041 IcoOS .asp V1Slt access wa gOY 2/10/04 ATTACHMENT B CONSTRUCTION CHANGE ORDER PROCEDURES FSTCONT wpd [rev 02/20/04] PUBLIC WORKS DEPARTMENT - POLICY AND PROCEDURES CHANGE ORDERS ON CONSTRUCTION CONTRACTS PW-404 1.0 PURPOSE: 1.1 To provide instructions to field inspectors and office personnel on procedures for contract change orders. 1.2 To improve record keeping on construction projects. 1.3 To provide a uniform method for contract change orders 2.0 ORGANIZATIONS AFFECTED: 2.1 Public Works Engineering staff 2.2 Engineers and Architects on City managed construction projects 3.0 POLICY: 3.1 All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. 3.2 All change orders to contracts shall be approved in accordance with City Council Resolution No.7-0. 3.3 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. 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 ofthe 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 FSTMAN wpd [rev 01/28/04] B-1 City of Port Angeles 321 East Fifth St. P.O. Box 1150 Port Angeles, W A 98362 REQUEST FOR INFORMATION No. PH. 360 417-4700 FAX. 360 417-4709 TITLE: DATE: PROJECT: JOB: TO: ~' X;ifij~ "',~:~ii -:tE~~~v ~jf~Q~Sl: t~ l'ctyt,> ", ;j~1tt ~r ~>::9,,: ',' requested By: Signed: Name Date: FSTMAN wpd [rev 01/28/04] B-2 CONTRACT CHANGE ORDER (CCO) NO. _ Project Name Electric Rebuild "F" Street Substation Date: Contractor Project No. 01-28 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 descnbed work affects the existing contract Items and/or adds and/or deletes bid items as follows: Item Description No RFI# Qty Unit *$ Cost Per Unit *$ Cost 1 Ong. Rev. 2 Orig Rev. * ORIGINAL * CURRENT * EST. NET CHANGE TOTAL CHANGE ORDERS, *EST. CONTRACT AFTER CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER CONTRACT I DAYS: I DAYS: I DAYS: I DAYS: I DAYS: I * Sales Tax not included All work, materials and measurements to be in accordance with the provisions of the onglnal contract and/or the standard specifications and special provisions for the type of construction Involved. The payments and/or additional time specified and agreed to in this order Include every claim by the Contractor for any extra payment or extension of time with respect to the work descnbed herein, including delays to the overall project. H "i:.,," I" < .1< ~J;;~ RI?ROVED .BY) 0' <,"~~'\Jft'e;,y:' ',fe" N " SIGNATURE),h':1;?,..;,.. . PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: -.' N/A FSTMAN wpd [rev 01/28/04] B-2 DCVR REQUEST LOG PROJECT: PROJECT NUMBER: NO. ORIG. DATE DESCRIPTION COST DATE DATE R REMARKS ORIG. Y/N REC'D REPLY E P REC'D L Y PW-404_05 [10/95] FSTMAN.wpd [rev. 01/28/04] B-4 ATTACHMENT C CONTRACTOR APPLICATION FOR PAYMENT FSTCONT wpd [rev 02/20/04] CONTRACTOR'S APPLICATION FOR PAYMENT TO: City of Port Angeles FROM: Tice Electric Company Public Works & Utilities Department P.O. Box 15009 P.O. Box 1150 Portland, OR 97293-5009 Port Angeles, WA 98362 DATE: PROJECT NAME: Electric Rebuild "F" Street Substation ~A YMENT REQUEST NO. PROJECT NUMBER: 01-28 PERIOD From: to: STATEMENT OF CONTRACT ACCOUNT 1 Contract Amount Thru Approved Change Order No._ $ [Excluding Sales Tax] 2 Work Completed to Date [per attached continuation sheets] $ 3 Sales Tax (Port Angeles is 8.3% of [2]) $ 4 Amount Retained (5% of [2])** $ I 5 Subtotal ([2]+[3]-[4]) $ 6 Total Previously Paid [Deduction] $ 7 AMOUNT DUE THIS REQUEST ([5]-[6]) $ *correspond to column letters shown on the continuation sheet. **Enter zero if a retainage bond has been approved FSTCONT wpd [rev 02/20/04] C-l 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 sgeclfically identified and reserved In the amounts Identified below or previously acknowledged In writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by prevIous payment received by the Applicant to (1) all lower-tire subcontractors/suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, Including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of thiS work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify tha~\ to the best of my knowledge, information and belief, all work for which previous payment(s) have been recelvea shall be free ana clear of /Tens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entitles 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 througn the period covered by ttiis pay request to all my lower-tier subcontractors/suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower-tire work DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of ,2004. Notary Public in and for the State of ,residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date PW-402 13 [rev 1/01] FSTCONT wpd [rev 02/20/04] C-l ELECTRIC REBUILD "F" STREET SUBSTATION PROJECT 01-28 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 Install ground grid additions per specification $1,680 00 2 Install new 69 kV cirduit sWltcher complete with new foundation and $27,260 00 control wirino per specification. 3 Provide and Install new pre-wired sWitchgear doors complete with new $59,510.00 electronic relays and controls and wiring changes per specification. 4 Provide and install new AC and DC panel-boards complete with cirCUit $10,250.00 breakers and required wIring changes as shown on the drawings. Subtotal Sales Tax (8.3%) Total Cost Company Name: Authorized Signature: fstpay01 FSTCONT wpd [rev 02/20/04] ATTACHMENT 0 CONSTRUCTION SPECIFICATIONS CITY OF PORT ANGELES, WASHINGTON PUBLIC WORKS AND UTILITIES DEPARTMENT SPECIFICA TIONS for the construction of the F STREET SUBSTATION CIRCUIT SWITCHER ADDITION AND FEEDER RELAY REPLACEMENT PROJECT **** TRIAXIS ENGINEERING, INC. Corvallis, Oregon February 2004 Copyright TRIAXIS ENGINEERING, INC. 2004 Project No. Y2332 & Y2333 Copy No. CONTENTS SPECIFICATIONS Section .................................................................................................................. Pages Construction Work Plan ........ ....... .......... ......... ....... ........ ....... .............................. D 1-2 SITE WORK Substation Earthwork . .......... ...... ....... ............ ....... .... ........... .......... ...... .......... ...... D 3-6 CONCRETE Substation Reinforced Concrete ........................................................................ D 7-14 STEEL Steel Structures ............................................................................................... D-15-17 ELECTRICAL General Requirements for Electric Utility Construction Projects ................... D-18-25 Substation Equipment ... ...... ........ ........ ..... ....................................... ..... ........... D-26-29 Substation Conduit ....... ...... ........... ........ ........ ............. .... ....... .......... ......... ....... D-30-32 Substation Bus and Connectors ............ ............... ..... ............ ......... .......... ....... D-33-37 Substation Grounding ..... ...... ..... ....................... ............. ............. .................... D-38-40 Substation Relay & Control Switchboard Panels ........................................... D-41-47 Substation Acceptance Testing .... ..... .............. .... ....................... ............... ...... D-48-53 City of Port Angeles "F" Street Substation Circuit Switcher & Relay Project Construction Work Plan General overview The project consists of removing the existing 69KV fuses and installing a 69-kV Alstom circuit switcher (City-supplied), with the associated bus work, concrete foundation, support pedestal, conduits, grounding grid additions, and control and relaying panel for both the "F"Street substation. In addition, existing feeder relay panels will be replaced with new panels using SEL-351S relays. New 48 VDC and 120/240 V AC power panels will also be installed in the switchgear control house. The Contractor will also provide relay setting and testing services for the protective relays and all other installed equipment. Removals The Contractor will remove equipment as marked on the construction drawings. Major items are the 69KV fuses and fuse holding apparatus, including insulators and mounting base; removal of existing feeder relay panels, and the removal of the station metering panel in the control house. Alstom Circuit Switcher The City will supply the circuit switcher, anchor bolts and support pedestal. The Contractor will construct the concrete foundation, install the pedestal, assemble the circuit switcher per the manufacturer's instructions, and install the control box and operating mechanism. The Contractor will provide terminations and connectors to the 69KV bus work, and all conduits and control wiring as shown on the construction design drawings. An Alstom field engineer may be deemed necessary by the City Representative to adjust and test the circuit switcher. The Contractor will be required upon 48 hours prior notice to adjust his schedule to accommodate the Alstom field engineer while he is on site. Ground grid additions The Contractor will install the ground grid additions and connections as shown on the drawings. Changes required in existing control house The Contractor will provide and install a new AC and DC power panel, complete with circuit breakers, and required wiring changes, as shown on the drawings. The Contractor will supply a new switchgear panel/door for the transformer protection relays, controls and devices per the construction drawings. The Contractor will supply new, complete, feeder relay control panels and install them as required to make a functioning control system and as shown on the drawings. D-l 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. Documentation The Contractor will be required to work with the City Representative and produce "As Built" drawings acceptable to the City . 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, metering, DC panel and all associated wiring; provide injection testing to verify all CT and PT wiring is correct; provide and install relay settings and test accordingly; energize transformer and circuit switcher. The Alstom service engineer may perform the circuit switcher testing. See the Testing Specification for details. D-2 SUBSTATION EARTHWORK 1. PART 1 GENERAL 1.1. WORK INCLUDED 1.1.1. The work required under this section consists of all site fill, excavating for foundations and site surfacing necessary to complete the work indicated on the drawings and as specified herein. 2. PART 2 PRODUCTS 2.1. EARTH FILL 2.1.1. Substation site fill material shall be sand and silty sand free of organic matter or debris, with less than 8 percent by weight passing the #200 sieve. Compact in 8" lifts to 95 percent relative compaction. 2.2. CRUSHED ROCK SURFACING 2.2.1. Roadfill shall be a borrow or pit run material consisting of crushed, partially crushed or naturally occurring gravel, stone or granular material, with maximum dimension of approximately 4 inches, compacted in maximum 1 foot lifts. Road embankment slopes shall be topped with suitable soil (stripping from site is acceptable) to provide for an adequate base to accept and allow for reseeding. 2.2.2. Base Course Crushed Rock to be supplied shall meet the requirements of 1-1/2-inch Base Aggregate as specified in the State of Washington Standard Specifications for Road, Bridge, and Municipal Construction. 2.2.3. Finish Course Crushed Rock shall be crushed quarry rock, conforming to the requirements of 1-1I2-inch to 3/4-inch course aggregate for portland cement concrete, as specified in the State of Washington Standard Specifications for Road, Bridge, and Municipal Construction. D-3 Sieve Size Percent Passing by Weight II 2" 100 II 1-112 " 90 - 100 1" 30 - 65 II 3/4" 0- 15 II 2.3. GEOTEXTILE 2.3 .1. Geotextile under drive area shall be woven polyester or polyethylene with a minimum grab tensile strength of200 pounds (ASTM D4632.) 2.3.2. Geotextile under non-roadway finished area shall be pervious, non-woven polyester or polyethylene with a minimum grab strength of 140 pounds (ASTM D832). 2.4. SOIL STERILANT 2.4.1. Soil sterilant shall conform to the following specifications. Commercial preparations meeting these requirements may be used. 2.4.2. The soil sterilant shall be composed of a finely divided wettable powder containing a minimum of 80 percent active ingredients (5-bromo-3-sesbutyl-6-methyluracil) commonly known as Hyvar X. 2.4.3. Alternately, if approved by City, the soil sterilant shall consist of a mixture of sodium chlorate and sodium borates, containing not less than 25 percent sodium chlorate (NaC103), not less than 45 percent boron trioxide (B203), and not more than 2 percent inert ingredients. The mixture shall have a minimum water solubility of I pound per gallon at 75 degrees F,:l:5 degrees F. 3. PART 3 EXECUTION 3.1. SOIL STERILANT 3.1.1. After completion of grading and compaction of the subgrade and fill, the Contractor shall apply soil sterilant to the final grade surfaced area and extending to a distance of 5 feet outside of the surfaced area or as indicated on the drawings. Soil sterilant shall be applied to other areas as may be specified on the drawings. Apply soil sterilant to the finished sub grade of all access roads. 3.1.2. Application of soil sterilant shall be to manufacturer's recommended levels for the location used. 3.2. SUBSTATION SURFACING 3.2.1. A 3-inch base course of crushed rock, unless otherwise noted on drawings, shall be installed after the site grading and substation construction is complete. The D-4 layer shall be compacted to obtain at least 95 percent of maximum dry density as determined by AASHTO T 99 to form an impervious surface to water. Additional crushed rock shall be added as required to develop a level, smooth surface. 3.2.2. A 3-inch finish course of crushed rock, unless otherwise noted on drawings, shall be placed over the base course to form an electrical insulating layer as part of the substation grounding system. The finish grade layer shall not be compacted. 3.2.3. Any damage to the rock surfacing due to the Contractor's actions shall be repaired by the Contractor at its expense. 3.3. EXCAVATIONS FOR FOOTINGS AND OTHER CONCRETE WORK 3.3.1. The Contractor shall take precautions to ensure no damages to existing facilities or equipment, or to other work. 3.3.2. Excavation shall include all materials found within the designated limits for excavation. 3.3.3. Excavate width adequately to permit efficient erection and removal of forms. 3.3.4. Trim to neat lines where details call for concrete to be deposited against earth. 3.3.5. Restore bottom of excavation to proper elevation with concrete in areas overexcavated. 3.3.6. Excavate by hand in areas where space and access will not permit use of machines. 3.3.7. Notify the City Representative immediately if suitable bearing is not encountered at the depth indicated on drawings. Proceed as instructed by the City Representative. 3.3.8. Weight bearing surfaces shall be moistened with water and mechanically tamped firm and uniform. 3.3.9. Excavation for conduit and grounding materials shall be made in accordance with the drawings. 3.3.10. Control grading around excavations to prevent surface water from flowing into excavation areas. 3.3.11. Drain or pump as required to continually maintain excavated area free of water or mud from any source, and discharge to approved drains or channels. 3.3.12. Remove subgrade material rendered unsuitable by excessive wetting and replace with approved backfill material. 3.3.13. Waste materials, including excess materials unsuitable for use in backfilling, shall be disposed of by hauling and removing such materials from the site. D-5 3.4. BACKFILL OF EXCAVATIONS 3.4.1. Backfill material shall conform to the specifications for base course crushed rock. After footings, concrete work, or cable conduits are in place, the Contractor shall place backfill in accordance with the following: 3.4 .1.1. Perform any wetting or drying of the backfill material as required and compact to obtain the specified subgrade density. 3.4.1.2. Do not place backfill material in snow, ice, or frozen earth. 3.4.1.3. Backfill against concrete work only after concrete has attained 70 percent design strength. 3.4.1.4. Perform backfilling simultaneously on all sides of walled structures and only after construction of the structure is complete. 3.4.1.5. Compaction material shall be placed in layers not exceeding 6 inches in depth after compaction. Lift materials shall be moistened and compacted to a density of95 percent as determined by AASHTO T 99. 3.4.1.6. Compact fill material with use of vibratory compactors or power tampers. 3.4.1.7. Avoid the use of heavy equipment adjacent to structures or concrete work. D~6 SUBSTATION REINFORCED CONCRETE 4. PART 1 GENERAL 4.1. WORK INCLUDED 4.1.1. This section covers the work necessary for the reinforced concrete, complete. 5. PART 2 PRODUCTS 5.1. CONCRETE 5.1.1. Concrete shall be ready-mixed conforming to ASTM C94, Alternate 3, and these Specifications. Portland cement shall be Type I or Type II. 5.1.2. The use of non-agitating equipment will not be allowed. Concrete shall be agitated by at least 70 revolutions of the mixing drum but not by more than 270 revolutions. 5.1.3. Concrete shall be placed within 1-112 hours after the cement has been added to the mix. 5.1.4. A delivery ticket shall be furnished to the City Representative with the following information: 5.1.4.1. Name of concrete firm. 5.1.4.2. Serial number of ticket. 5.1.4.3. Date. 5.1.4.4. Truck number. 5.1.4.5. Specific class of concrete. 5.1.4.6. Amount of concrete. 5.1.4.7. Time loaded. 5.1.4.8. Water added. 5.1.4.9. Time unloaded. 5.1.5. Minimum allowable 28-day compressive field strength shall be 4,000 psi when cured and tested in conformance with ASTM C31 and C39. 5.1.6. Size of coarse aggregate shall be 1-112 inches. Approval of other aggregate gradations must be received in writing before use on the project. 5.1.7. Minimum cement content (or combined cement plus fly ash content when fly ash used) shall be: D-7 5.1.7.1. 470 pounds per cubic yard for concrete with 1-1/2-inch maximum size aggregate. 5.1.7.2. aggregate. 494 pounds per cubic yard for I-inch maximum size 5.1.7.3. aggregate. 564 pounds per cubic yard for 3/4-inch maximum size 5.1.7.4. requirements. Increase cement content as required to meet strength 5.1.8. Maximum water-cement ratio (or water/cement - pozzolan ratio, if applicable) : 5.1.8.1. Ratio will control total amount of water added to concrete. 5.1.8.2. Maximum 0.49 by weight. 5.1.8.3. Water reducer complying with ASTM C494, Type A or Type D shall be added to the mix as required to control the water-cement ratio. 5.1.9. Slump range shall be 2 to 4 inches and the air entrapment between 3 percent and 6 percent by volume. Submit complete data on the concrete mix for approval in conformance with the requirements of ASTM C94, Alternate 3. 5.1.10. The Contractor shall have test cylinders taken and tested by an approved testing laboratory to verify the strength of the concrete. One group of cylinders shall be taken each day of pour. Acceptance and evaluation of the concrete strengths shall be by the City in accordance with ACI 318, current edition. 5.2. REINFORCING STEEL 5.2.1. Deformed bars of the sizes shown conforming to ASTM A615, Grade 40. 5.2.2. Provide secured concrete blocks of same strength as the concrete mix to support reinforcing bars. Do not use broken concrete brick or stone. 5.3. EXPANSION JOINT FILLER 5.3.1. ASTM D994, I/2-inch thick, or as shown. 5.4. FORMS 5.4.1. Forms shall be constructed of new or clean-sound-used lumber or plywood for exposed areas. Forms in unexposed areas shall be of the same construction or materials specifically designed for the purpose and approved by City. Materials shall produce tight forms and an acceptable finish. Forms shall be treated with release compound. D-8 5.5. FORM TIES 5.5.1. Form ties on exposed surfaces shall be located in a uniform pattern or as indicated on the drawings. Form ties shall be constructed so that the tie remains embedded in the wall, except for a removable portion at each end. Form ties shall have conical or spherical type inserts, inserts shall be fixed so that they remain in contact with forming material, and shall be constructed so that no metal is within 1 inch of the concrete surface when the forms, inserts, and tie ends are removed. Wire ties will not be permitted. Ties shall withstand all pressures and limit deflection of forms to acceptable limits. 5.5.2. Flat bar ties for panel forms shall have plastic or rubber inserts having a minimum depth of 1 inch and sufficient dimensions to permit proper patching of the tie hole. 6. PART 3 EXECUTION 6.1. EXCAVATIONS - SPREAD-FOOTING TYPE FOUNDATIONS 6.1.1. Excavation shall be as specified in Section 021 00, SUBSTATION EARTHWORK. 6.2. EXCAVATIONS - DRILLED PIER TYPE FOUNDATIONS 6.2.1. Piers shall be constructed at the locations and alignment shown on the Drawings. 6.2.2. The maximum acceptable deviation on the center of the pier from the plan location shall be 3 inches for 2-foot 6-inch diameter and larger piers and 1-1/2 inches for 2-foot O-inch diameter and smaller piers. 6.2.3. Piers shall not be out of plumb by more than 2 percent of the pier length. 6.2.4. Pier reinforcing cages have been designed with adequate clearances to allow placement at correct location, centered on formed top pedestal, when pier is drilled within tolerances specified. Location and tolerances for the formed top pedestal and anchor bolts shall comply with the concrete and structural steel portions of these Specifications. 6.2.5. Piers drilled in the wrong locations or out-of-plumb shall be corrected by reaming the entire pier length to a larger diameter or by redrilling in the correct locations, as directed by the Owner, and at the Contractor's sole expense. 6.2.6. Pier shafts shall be drilled to the diameters shown or to a larger diameter as required to allow installation of the casings. Use of water or drilling mud for drilling operations or for any other purpose where it may enter the hole will not be permitted. 6.2.7. An acceptable removable protective casing shall be installed as required to prevent caving of the soil and to control groundwater. The casing shall be clean, smooth, watertight, and of sufficient strength to withstand handling stresses and the D-9 external pressure of soil and water. The inside diameter of the casing shall not be less than the pier diameter shown on the Drawings. 6.2.8. The casing shall be removed after placing of concrete as specified herein. If a temporary casing is used, it shall be well oiled and shall extend sufficiently above the grade of the finished pier to allow excess concrete to be placed for the anticipated slump due to casing removal. 6.2.9. Obstructions are generally defined as medium to large boulders, massive rock, or other natural or man-made objects that cannot be drilled through by use of normal drilling techniques and tools and that could not have been reasonably expected from the data presented in the geotechnical reports for the project site. Obstructions as so defined will be considered for extra payment. 6.2.10. The Contractor shall dispose of the soil removed during pier excavation at the waste areas designated by the Owner. 6.2.11. Upon completion of the pier excavation, completely dewater each pier : and clean out all slough and all loose and disturbed material in the bottom of each pier. Provide down-hole lighting to allow visual inspection from the ground surface to the bottom ofthe hole. Any deficiencies noted by the Owner's inspector shall bel corrected by the Contractor at the Contractor's expense. 6.3. FORMS 6.3.1. Construct forms accurately to dimensions and elevations required and to be strong and unyielding. Construct forms with tight joints to prevent the escape of mortar and to avoid the formation of fins. Brace as required to prevent distortion during concrete placement. 6.4. PLACING REINFORCING STEEL - SPREAD-FOOTING TYPE FOUNDATIONS 6.4.1. Place reinforcing steel in conformance with the information on the Drawings and CRSI Recommended Practice for Placing Reinforcing Bars, except as modified herein. Minimum length of splices shall be as herein specified. Top bars shall be defined as any horizontal bar placed such that 12 inches of fresh concrete is cast below in any single pour. Horizontal wall bars are considered top bars. All top bars shall have 42 diameter-lap with minimum of24 inches. All other bars shall have 30 diameter-lap with minimum of 18 inches. Tie splices with 18-gauge annealed wire as specified in the referenced CRSI standard. 6.5. PLACING REINFORCING STEEL - DRILLED PIER TYPE FOUNDATIONS 6.5.1. Reinforcing steel shall be placed in accordance with the details shown. Spacers , shall be used to ensure that coverage tolerances specified for reinforcing steel are met. It will be necessary to make minor adjustments in the radial spacing of the vertical reinforcing to clear anchor bolts and embed plates. These adjustments will be subject to the approval of the Owner prior to concrete placement. No field bending or cutting of reinforcing bars to provide these clearances will be allowed. D-1O 6.5.2. All bars shall be rigidly fastened together in a single unit which shall be lowered into the hole before the concrete is placed. No loose bars will be permitted. The reinforcements shall be carefully positioned and securely fastened in such a manner as to ensure proper clearance between reinforcing bars and the pier hole. 6.6. PLACING ANCHOR BOLTS 6.6.1. Anchor bolts shall be securely held in a rigid template, plumbed, and set with the required thread project. Concrete shall not be placed until the reinforcing steel and anchor bolts are inspected and approved by the ENGINEER/OWNER. 6.7. PLACING CONCRETE - SPREAD-FOOTING TYPE FOUNDATIONS 6.7.1. Prior to placing concrete, remove water from excavation and all debris and foreign material from forms. Check the reinforcing steel for proper placement and correct any discrepancies. 6.7.2. Before depositing new concrete on old concrete, clean surface using a sandblast or bushhammer or other mechanical means to obtain a 1/4-inch rough profile, and pour a cement sand grout to a minimum depth of 1 inch over the surface. Proportions of cement and sand shall be as in the concrete mix. 6.7.3. Place concrete as soon as possible after leaving mixer, without segregation or loss of ingredients, without splashing forms or steel above, and in layers not over 2 feet deep. The vertical drop to final placement shall not exceed 6 feet. Placement shall conform to the requirements of ACI 318, except as modified herein. 6.7.4. Do not place concrete when the ambient temperature is below 40 degrees F or approaching the 40 degrees F and falling, without special protection as approved by the ENGINEER. Any concrete damaged by freezing shall be removed and replaced at no additional cost to the OWNER. 6.8. PLACING CONCRETE - DRILLED PIER TYPE FOUNDA nONS 6.8.1. Concrete shall be placed immediately upon completion of placing reinforcing steel and shall be placed continuously in one pour to within 1 foot of the bottom of the anchor bolts. Concrete shall be placed in the pier hole using a hopper with a spout that directs concrete down the middle of the shaft. The length of the spout shall be adjusted as the hole is being filled such that the maximum drop from the bottom of the spout to the fresh concrete surface is no greater than 6 feet. Concrete shall be vibrated with mechanical tools as specified in this Specification. 6.8.2. Excess concrete at the top of the pier and below any pedestal shall be controlled or removed so that the pier shaft has a uniform diameter all the way to the top. 6.8.3. Any temporary casing used to support the sides ofthe pier shaft shall be withdrawn while concrete is being placed, such that a minimum 5- foot head of concrete is maintained on the bottom of the temporary casing at all times. Every precaution shall be taken to prevent caving of the hole while concrete is being placed. D-II 6.8.4. The Contractor shall maintain accurate records of the depth to which each pier is constructed and the amount of material used in each pier. Any unusual conditions encountered during pier construction shall be noted. 6.9. COMPACTION 6.9.1. Apply approved vibrator at points spaced not farther apart than vibrator's effective radius. Apply close enough to forms to vibrate surface effectively but not damage form surfaces. Vibrate until concrete becomes uniformly plastic. Vibrator must penetrate the fresh place concrete and into the previous layer of fresh concrete layer below. 6.10. CONSTRUCTION JOINTS 6.10.1. Locate as shown or as approved. 6.10.2. Maximum spacing between construction joints shall be 40 feet. 6.11. FINISHING 6.11.1. Screed surfaces of floor slabs and tops of exposed walls to true level planes. After the initial water has been absorbed, float with wood float and trowel with steel trowel to a smooth finish free from trowel marks. 6.11.2. Do not absorb wet spots with neat cement. Concrete floors shall not vary from level or true plane more than 1/4 inch in 10 feet when measured with a straightedge. Surfaces of concrete slabs which will not be exposed to view in the finished work shall be screeded to a true surface and bullfloated with a wood float, and wood trowel to seal surface. 6.12. EXTERIOR SLABS AND SIDEWALKS 6.12.1. Slabs shall be bullfloated with a wood float, wood troweled, and lightly troweled with a steel trowel, and finished with a broom to obtain a nonskid surface: All exposed edges shall be finished with a steel edging tool. 6.13. REMOVAL OF FORMS 6.13.1. Remove after concrete has set sufficiently to carry the dead load and construction load it has to sustain and when approved by the ENGINEER/OWNER. Remove forms with care to prevent scarring and damaging the surface. 6.14. FINISHING FORMED SURFACES 6.14.1. Areas Not Subject to Water: Cut out all honeycombed and defective areas. Cut edges perpendicular to surface at least 1 inch deep, no feather edge allowed, and patch. Using bonding agent fill holes flush with cement mortar composed of 1 part cement and 2 parts sand. Rub surface with wood float and burlap. Keep patches damp for a minimum of 7 days or spray with curing compound to minimize shrinking. Fill all form tie holes in same manner. D-12 6.14.2. Areas Subject to Water: 6.14.2.1. Cut out all honeycombed and defective areas, cut edges , perpendicular to surface at least I-inch deep, no featheredge allowed, soak area to be patched for 24 hours, then allow surface to drain free of standing water, then patch with color matched nonshrink grout: 6.14.2.1.1. Upcon High Flow, the UPCO Co., Cleveland, OH; 6.14.2.1.2. Master Flow 713, the Master Builder Co., Cleveland, OH; 6.14.2.1.3. Crystex, L & M Construction Chemicals, Inc., Omaha, NE. 6.14.2.2. The grout used shall be cured as recommended by grout manufacturer. 6.14.2.3. As soon as forms are removed, remove fins or projections from surface of exposed areas and rub surfaces with wood float or burlap sack to provide a uniform surface texture. PROTECTION AND CURING 6.15. 6.15.1. Protect fresh concrete from direct rays of the sun, drying winds, and wash by rain. Keep concrete slabs continuously wet for a 7 -day period. Intermittent wetting is not acceptable. Cure formed surfaces with an approved curing compound applied in conformance with the manufacturer's directions as soon as the forms are removed and fmishing completed. 6.16. CLEAR HARDENER APPLICATION (SURFACE APPLIED) FOR INDOOR FLOORS 6.16.1. Floors to receive hardener shall be cured, cleaned, and perfectly dry with all work above them completed. Apply zinc and/or magnesium fluosilicate evenly, using three coats, allowing 24 hours between coats. The first coat shall be 1/3 strength, second coat 1/2 strength, and third coat 2/3 strength. Each coat shall be applied so as to remain wet on the concrete surface for 14 minutes. Apply sodium silicate evenly, using three coats, allowing 24 hours between coats. Apply the material full strength at the rate of 1/3 gallon per 100 square feet per coat. Apply approved proprietary hardeners in conformance with the manufacturer's instructions. After the final coat is completed and dry, remove surplus hardener from the surface by scrubbing and mopping with water. 6.17. QUALITY CONTROL 6.17.1. Manufacturing and testing procedures shall be in general compliance with ACl practices and/or applicable portions of the PCl MNL 116. The CONTRACTOR shall furnish the ENGINEER with certified test reports for the concrete used. The cost of taking, storing, and testing of sample cylinders shall be included in the lump sum bid. D-13 6.18. CONCRETE TESTING 6.18.1. Four representative cylinders of each batch of concrete shall be taken and tested as follows: 6.18.1.1. 1 at 7 days. 6.18.1.2. 1 at 14 days. 6.18.1.3. 1 at 28 days. 6.18.1.4. 1 spare. Test cylinders shall be taken at the site of the pour and shall be prepared 6.18.2. and cured in a manner similar to the concrete work being done. The CONTRACTOR shall provide adequate facilities for the safe storage and proper curing of the concrete test cylinders for the first 24 hours and for additional time as may be required before transporting to the test lab. D-14 SUBSTATION STEEL STRUCTURES 7. PART 1 GENERAL 7.1. WORK INCLUDED 7.1.1. This section covers the work necessary for erecting the galvanized steel structures, complete. 7.2. STORAGE, AND HANDLING 7.2.1. Storage: 7.2.1.1. Protect structural steel members and packaged materials from corrosion and deterioration. 7.2.1.2. Store in dry area and not in direct contact with ground. 7.2.2. Handle materials to avoid distortion or damage to members or supporting structures. 8. PART 3 EXECUTION 8.1. GENERAL 8.1.1. The Contractor shall verify all dimensions and shall make any field measurements necessary and shall be fully responsible for accuracy and layout of work. The Contractor shall review the drawings and any discrepancies shall be reported to the City Representative for clarification prior to starting fabrication. 8.2. ANCHOR BOLTS 8.2.1. Install anchor bolts and other connectors required for securing structural steel to in-place work. 8.2.2. Provide templates and other devices for presetting bolts and other anchors to accurate locations. 8.3. SETTING BASES AND BEARING PLATES 8.3.1. Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen to improve bond to surfaces. 8.3.2. Clean bottom surface of base and bearing plates. 8.3.3. Set loose and attached baseplates and bearing plates for structural members on wedges, leveling nuts, or other adjustable devices. 8.3.4. Tighten anchor bolts after supported members have been positioned and plumbed. D-15 8.3.5. Grout baseplates prior to placing loads on structure. 8.4. FIELD ASSEMBLY 8.4.1. Set structural frames accurately to lines and elevations shown. 8.4.2. Support all elements with temporary construction bracing members until construction is complete. 8.4.3. Align and adjust various members forming a part of a complete frame or structure before permanently fastening. 8.4.4. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. 8.4.5. Perform necessary adjustments to compensate for minor discrepancies in elevations and alignment. 8.4.6. Level and plumb individual members of structure within specified AISC tolerances. 8.4.7. Establish required leveling and plumbing measurements on mean operating;' temperature of structure. 8.5. MISFITS AT BOLTED CONNECTIONS I, 8.5.1. Where misfits in erection bolting are encountered, immediately notify City : Representative for selection of industry standard remedy method: 8.5.1.1. Ream holes that must be enlarged to admit bolts and use oversized bolts. 8.5.1.2. size bolts. Plug weld misaligned holes and redrill holes to admit standard 8.5.1.3. Drill additional holes in the connection, conforming with AISC Standards for bolt spacing and end and edge distances, and add additional bolts. 8.5.1.4. Reject member containing misfit, missized, or misaligned holes and fabricate a new member to ensure proper fit. 8.5.2. Do not enlarge missized or misaligned holes in members by burning or by use of drift pins. 8.6. MISFITS AT ANCHOR BOLTS 8.6.1. Resolve misalignments between anchor bolts and boltholes in steel members in accordance with approved drawings. 8.6.2. Do not flame cut to enlarge holes. D-16 8.7. GAS CUTTING 8.7.1. Do not use gas cutting torches in field for correcting fabrication errors in structural framing. 8.7.1.1. Secondary members not under stress and concealed in finished structure may be excepted upon approval of City Representative. 8.7.2. Finish gas-cut sections equivalent to sheared appearance. 8.8. GALVANIZING REPAIR 8.8.1. Repair galvanized surfaces that are abraded or damaged after the application of the zinc coating by solvent cleaning the damaged area (Steel Structures Painting Council SP 1) and hand or power tool (Steel Structures Painting Council SP 2 or SP 3) the damaged areas, removing all loose and cracked coating. Then paint the cleaned areas with one of the following coatings: 8.8.1.1. One coat ofInorganic Zinc Silicate (MIL-P-23236, Class 3). 8.8.1.2. Two coats of Galvanizing Repair Paint (MIL-P-21 035). 8.8.1.3. Two coats of Zinc Dust Paint (MIL-E-15145, Formula 102). 8.8.2. Apply paint to a cleaned surface. Abrasive blasting is required for inorganic zinc silicate. 8.9. FIELD QUALITY CONTROL 8.9.1. City may engage inspectors to inspect high strength bolted and welded connections, to perform tests and to prepare test reports. 8.9.2. High Strength Bolt Installation Inspection: Acceptable if average gap is less than that shown in Table 2 of ASTM F959-85. D-17 GENERAL REQUIREMENTS FOR ELECTRIC UTILITY CONSTRUCTION PROJECTS 9. PART 1 SITE CONDITIONS 9.1. SITE INVESTIGATION AND REPRESENTATION 9.1.1. The Contractor acknowledges that it has satisfied iself 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 of labor, water, electric power, roads, and uncertainties of weather, water levels, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work, and all other matters which can in any way affect the work or the cost thereof under this Contract. 9.1.2. The Contractor further acknowledges that it has satisfied itself as to the character, quality, and quantity of surface and subsurface materials to be encountered from its inspection of the site and from reviewing any available records of exploratory work furnished by the City or included in these Documents. Failure by the Contractor to acquaint itself with the physical conditions of the site and all the available information will not relieve it from responsibility for properly estimating the difficulty or cost of successfully performing the work. 9.1.3. The Contractor warrants that as a result of its examination and investigation of all the aforesaid data that it can perform the work in a good and workmanlike manner and to the satisfaction of the City. The City 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 City . 9.2. CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SERVICE 9.2.1. 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. 9.2.2. 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. 9.2.3. The Contractor shall be solely and directly responsible to the City 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. D-18 9.2.4. Neither the City nor its officers or agents shall be responsible to the Contractor for damages as a result of the location of underground utilities being other than that shown on the drawings, for the existence of underground utilities not shown on the drawings, or the Contractor's failure to protect utilities encountered in the work. 9.2.5. 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. 9.2.6. The Contractor shall replace, at its 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 City . 9.3. INTERFERING FACILITIES 9.3.1. 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. 9.3.2. 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 City of any damaged underground structure, and make repairs or replacements before backfilling. 10. PART 2 TEMPORARY CONSTRUCTION UTILITIES AND FACILITIES 10.1. TEMPORARY WATER 10.1.1. The Contractor shall make its own arrangements to obtain suitable water and shall pay all costs. 10.2. TEMPORARY ELECTRIC POWER 10.2.1. Subject to the City's approval, temporary electric power for use during construction may be obtained from City's electric system where adequate facilities, capacity, and switching are available, and where the normal operation of any of the City '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. D-19 10.3. SAFETY REQUIREMENTS FOR TEMPORARY ELECTRIC POWER 10.3.1. Temporary electric power installation shall meet the construction safety requirements of the NESC, OSHA, and state and other governing agencies. 10.4. STORAGE OF MATERIALS 10.4.1. 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. 10.4.2. Contractor shall store materials and equipment within the City's property. 11. PART 3 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 11.1. MOVE IN AND SITE PREPARATION 11.1.1. 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. 11.2. LAYING OUT THE WORK 11.2.1. Where construction of reinforced concrete foundations are required, the Contractor shall: establish grades and set batter boards and reference points as required; have available on the job, as required, an accurate instrument for checking lines, grades, and elevations; establish all lines and elevations from the bench marks indicated or furnished by the City Representative; maintain and protect the batter boards until all related work is complete and approved. 11.2.2. The City Representative will stake the location of all poles and anchors. The Contractor shall protect and maintain all stakes until construction is complete and approved. 12. PART 4 PUBLIC SAFETY AND CONVENIENCE 12.1. ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS 12.1.1. 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. D-20 12.2. PROTECTION OF PROPERTY 12.2.1. 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. 12.3. FIRE PREVENTION AND PROTECTION 12.3.1. The Contractor shall perform all work in a fire-safe manner. It shall supply and maintain on the site adequate fire-fighting equipm~nt capable of extinguishing incipient fires. 12.3.2. 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, (NFPA No. 241) shall be followed. CONTAMINATION PRECAUTIONS 12.3.3. Prevent contamination ofthe 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 City . D-21 13. PART 5 PRESERVATION, RESTORATION, AND CLEANUP 13.1. SITE RESTORATION AND CLEANUP 13.1.1. At all times during the work, keep the premises clean and orderly, and upon completion of the work, repair all damage caused by equipment and leave the project free of rubbish or excess materials of any kind. 13.1.2. 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 1.0, SUBSTATION EARTHWORK, raked and graded to conform to their original contours. 13.1.3. 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. 13.1.4. 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. 13.1.5. The Contractor shall replace damaged or destroyed vegetation in a manner suitable to the City. All surface restoration shall be the responsibility of the Contractor. 13.2. FINISHING OF SITE, BORROW, AND STORAGE AREAS 13.2.1. 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. 13.3. STREET CLEANUP DURING CONSTRUCTION 13.3.1. 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-22 13.4. DUST PREVENTION 13.4.1. If required by the City, 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. 14. PART 6 SUBMITTALS DURING CONSTRUCTION 14.1. GENERAL 14.1.1. 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. 14.1.2. 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. 14.1.3. It shall not be the responsibility of the City to provide engineering or other services to protect the Contractor from additional costs accruing from such approvals. 14.1.4. The City 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. 14.1.5. No equipment or material for which listings, drawings, or descriptive material is required shall be installed until the City has on hand copies of such approved lists and the appropriately stamped final shop drawings. 14.1.6. The review of drawings by the City will be limited to general design requirements only, and shall in no way relieve the Contractor from responsibility for errors or omissions contained therein. 14.1.7. Submittals will be acted upon by the City 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. 14.2. SHOP DRAWING SUBMITTAL PROCEDURE 14.2.1. The Contractor shall submit to the City for its 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 City not le$s than 14 regular working days for examining the shop drawings. D-23 14.2.2. 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. 14.2.3. Unless otherwise approved by the City, shop drawings shall be submitted only by the Contractor, which shall indicate by a signed stamp on the shop drawings, or other approved means, that it (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 City to correct or finish will not be acceptable, and shop drawings which, in the opinion of the City , clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. 14.2.4. When the shop drawings have been reviewed by the City, 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 City. If changes are made by the Contractor (in addition to those requested by the City ) on the resubmitted shop drawings, such changes shall be clearly explained in a transmittal letter accompanying the resubmitted shop drawings. 14.2.5. The review of such shop drawings, catalog cuts, and catalog numbers by the City 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 City approves the change or deviation in writing at the time of submission; nor shall review by the City relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the City, the Contractor shall state in its letter whether or not such deviations involve any deduction or extra cost adjustment. 14.2.6. The Contractor agrees that shop drawing submittals processed by the City do not become Contract documents and are not change orders; that the purpose of the shop drawing review is to establish a reporting procedure and is intended for the Contractor's convenience in organizing its work and to permit the City to monitor the Contractor's progress and understanding of the design. 15. PART 7 MATERIAL AND EQUIPMENT 15.1. MATERIALS 15.1.1. The Contractor shall furnish and install all materials not furnished by the City . D-24 15.1.2. Where material is specified, and not furnished by the City , the Contractor shall furnish the material item as specified, or an equivalent as approved by the City. The Contractor shall identically match City -furnished materials when furnishing additional units of those items. 15.1.3. 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. 15.1.4. 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 City . 15.1.5. 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 City for approval, prior to placement of material orders by the Contractor. 16. PART 8 EXECUTION 16.1. PROJECT COORDINATION 16.1.1. 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. 16.1.2. Once a week, Contractor and City 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-25 SUBSTATION EQUIPMENT 17. PART 1 GENERAL 17.1. SCOPE 17.1.1. This section covers the furnishing and installation of electrical equipment and materials. 18. PART 2 PRODUCTS 18.1. STANDARDS 18.1.1. The equipment shall be manufactured, tested, rated, and furnished in accordance with the latest applicable standards and regulations of the following: 18.1.1.1. 18.1.1.2. 18.1.1.3. 18.1.1.4. 18.1.1.5. 18.1.1.6. 18.1.1.7. 18.1.1.8. 18.1.1.9. 18.1.1.10. ANSI: American National Standards Institute. NEMA: National Electrical Manufacturers' Association. NESC: National Electrical Safety Code. UL: Underwriters' Laboratories. NEC: National Electrical Code. ANSI Publication B16.5 for Slip-On Welding Flanges. ASTM: American Society for Testing and Materials. EEl: Edison Electric Institute. IEEE: Institute of Electrical and Electronics Engineers. NETA: InterNational Electrical Testing Association. 18.2. EQUIPMENT RATINGS AND CONSTRUCTION 18.2.1. 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 City. 18.2.2. The City 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. 18.2.3. The Contractor shall furnish any incidental materials and fasteners needed to make the equipment complete and ready for service. D-26 18.3. SUBMITTAL DRAWINGS, INSTRUCTION BOOKS 18.3.1. Submittals Drawings: 18.3.1.1. 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. 18.3.1.2. As a minimum, the following submittal drawings and information shall be provided: 18.3.1.2.1. EquiPment outline drawings showing general arrangement, physical dimensions, both horizontal and vertical, and the location of accessories. 18.3.1.2.2. Dimensional plan and section views. 18.3.1.2.3. Nameplate diagram. 18.3.1.2.4. Bill-of-Material, keyed to plan and section drawings. 18.3.1.2.5. Schematic and connection diagrams of all terminal boards, panels, control circuits, etc. 18.3.1.2.6. Certified test reports for all tests. 18.3.1.2.7. Furnish two complete sets of all factory tests and one additional set shall be shipped with each piece of equipment. 18.3.1.3. The information will be for the City's approval. 18.3.1.4. Review of submittal information by the City 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 City for specific deviations. Review of submittal information shall not relieve the Contractor from responsibility for errors and omissions in shop drawings or literature. 18.3.2. 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. 18.3.3. The Contractor shall keep accurate up-to-date records of all materials received, installed, and returned. D-27 19. PART 3 EXECUTION 19.1. GENERAL 19.1.1. All equipment and materials shall be installed in strict accordance with the manufacturer's installation instructions. Where circuit switchers, power circuit breakers, switches, and/or transformers are installed, the equipment manufacturer's installation engineer may inspect the installation and adjustment of the equipment. 19.1.2. 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. 19.1.3. The Contractor shall perform any punching or drilling on equipment steel racks or supports, and attach all brackets, extensions, or switch clip angles necessary for securely mounting the equipment. 19.1.4. All holes drilled or punched in steel shall be treated in accordance with Section 8.8, SUBST A nON STEEL STRUCTURES - GAL V ANIZING REPAIR or as directed by City . 19.1.5. Equipment shall be installed on the structures and concrete footings with all items true, plumb, and level. 19.1.6. All equipment shall be tested after installation and adjusted for proper operating action to the satisfaction of the City . 19.1.7. After the installation of all station equipment has been completed, the Contractor shall thoroughly clean all insulators and bushings to the satisfaction of the City . 19.2. DELIVERY, STORAGE, AND HANDLING 19.2.1. 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. 19.2.2. The Contractor shall be responsible for the loss or damage to all materials and all equipment on the site that are required for its portion of the work until acceptance of the completed work by the City. Any lost or damaged equipment or material under the responsibilities of the Contractor shall be promptly replaced by the Contractor at his expense. 19.2.3. 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. D-28 19.3. WARRANTY 19.3 .1. The equipment warranty period shall extend to 1 year from date of energization. 19.3.2. The Contractor shall replace or repair failed equipment that does not function in accordance with its specifications and intended use. D-29 SUBSTATION CONDUIT 20. PART 1 GENERAL 20.1. Scope 20.1.1. This section covers the furnishing and installation of substation conduit. 20.1.2. 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.. 20.1.3. The Contractor shall furnish first-quality, new materials, free from any defects, in first-class condition, and suitable for the use intended. 20.1.4. Provide materials approved by UL wherever standards have been established by that agency. 21. PART 2 PRODUCTS 21.1. STANDARDS 21.1.1. The conduit shall be manufactured, tested, rated, and furnished in accordance with the latest applicable standards and regulations of the following: 21.1.1.1. ANSI: American National Standards Institute. 21.1.1.2. NEMA: National Electrical Manufacturers' Association. 21.1.1.3. NESC: National Electrical Safety Code. 21.1.1.4. UL: Underwriters' Laboratories. 21.1.1.5. NEC: National Electrical Code. 21.1.1.6. 21.1.1.7. ANSI: American National Standards Institute. ASTM: American Society for Testing and Materials. 21.1.1.8. IEEE: Institute of Electrical and Electronics Engineers. 21.2. MATERIALS 21.2.1. 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 0-30 conform to the requirements of the latest edition ofNEMA TC-2, NEC, Federal Specification W-C-1094, and shall meet applicable ASTM test requirements for the intended use. 21.2.2. 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 C80.1, UL, and the NEC. 21.2.3. 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. 21.2.4. Conduit, Flexible: All flexible conduit shall be moisture-proof flexible steel, polyvinyl chloride jacketed type, gray color, UL approved. 21.2.5. 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. 22. PART 3 EXECUTION 22.1. GENERAL 22.1.1. Work shall be performed in a workmanlike manner by craftsmen skilled in the particular trade. All work shall present a neat and finished appearance. 22.1.2. The conduit installation shall be in accordance with the National Electric Code. 22.1.3. Conduits shall terminate with bushings or as otherwise indicated on the drawings. All exposed ends shall be plugged during construction. 22.1.4. 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. 22.1.5. 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. 22.1.6. Underground substation conduits for control and low voltage power cables shall be installed a minimum of 24 inches below subgrade. Underground conduits for 15 kV power cables shall be installed at 36 inches below finish grade. 22.1.7. 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 D-31 flattening or cracks. All cuts shall be made square with the inside of the ends and shall be carefully reamed. 22.1.8. 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. 22.1.9. PVC conduit joints shall be solvent welded with the solvent recommended by the conduit manufacturer. 22.1.10. Use factory-made bends for all bends 30 degrees or larger. Use approved heating methods for forming smaller bends. 22.1.11. Provide expansion joints as required or as recommended by the manufacturer. 22.1.12. When joining PVC to rigid steel conduit, use an approved PVC female adapter. 22.1.13. Below-grade conduits shall be supported, secured, and spaced as necessary to assure adequate and proper backfill distribution around all sides of the (, conduits. 22.1.14. 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 City approval. If acceptable backfill is not available on-site, Contractor shall import a suitable sand or slurry backfill material. 22.1.15. 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. 22.1.16. Conduits will be kept off the bottom of pull vaults at least 9" or as indicated on the drawings. 22.1.17. All spare or future conduits will have caps to keep out dirt. 22.1.18. Coordinate placement of conduits with equipment and structure location for specified equipment. D-32 SUBSTATION BUS AND CONNECTORS 23. PART 1 GENERAL 23.1. SCOPE 23.1.1. This section covers the furnishing and installation of the electrical bus and connectors. 23.1.2. 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 bus system. 23.1.3. The Contractor shall furnish new materials in first-class condition, free from any defects and suitable for the use intended. 23.1.4. Quantities shown are approximate. The Contractor shall thoroughly familiarize itself with the specified work requirements and determine for itself the exact quantities necessary to complete the work. 24. PART 2 PRODUCTS 24.1. STANDARDS 24.1.1. The equipment shall be manufactured, tested, rated, and furnished in accordance with the latest NEMA SG-1 standard and applicable standards and regulations of the following: 24.1.1.1. ANSI: American National Standards Institute. 24.1.1.2. NEMA: National Electrical Manufacturers' Association. 24.1.1.3. NESC: National Electrical Safety Code. 24.1.1.4. UL: Underwriters'Laboratories. 24.1.1.5. NEC: National Electrical Code. 24.1.1.6. ASTM: American Society for Testing and Materials. 24.1.1.7. IEEE: Institute of Electrical and Electronics Engineers. 24.2. MATERIALS 24.2.1. Rigid bus conductors shall be copper as indicated. D-33 25. PART 3 EXECUTION 25.1. GENERAL 25.1.1. Bus Erection: 25.1.1.1. Bus supports shall be set so that the centerline ofthe bus is uniform and in perfect alignment. Shimming may be necessary to accomplish this. The bus support shall be set so that the bus will fit snugly in the saddle. No skewing will be allowed. Horizontal bus shall be erected free from sags and parallel. Where joints are made, there shall be no declination. Vertical bus or risers shall be perpendicular to lower bus and in alignment. 25.1.1.2. Straight pieces of bus shall be prestressed, and shall be erected with the "bow" up so that the bus shall be straight when mounted in the final position. 25.1.1.3. Bus supports shall be either the "slip" or "fixed" type as shown on the drawings. With the "slip" type the bus is free to move in the longitudinal direction. The "fixed" type is clamped to the bus. Both types are bolted to the insulator. 25.1.1.4. Care shall be exercised in handling bus to prevent damage to the surface such as nicks and abrasions. Sharp edges and protrusions shall be ground smooth in order to prevent corona discharge from the bus. 25.1.1.5. Install vibration damping cable, as indicated on drawings, inside all tube bus runs over 10 feet in length. Cable shall be of a material compatible with the bus. Extend the cable through down-drops. Do not fasten the vibration damping cable to the bus at any point. Cable must be loose within bus. 25.1.1.6. Open ends of tubular bus shall be sealed with end plugs. 25.1.1.7. A l/4-inch "weep-hole" shall be drilled on the lowest point of each tube span between supports to prevent buildup of condensation water within the tube. 25.1.2. Bolted Electrical Connections 25.1.2.1. All bolted connections shall be verified to be parallel and true before bolting. Bolting shall not be used to force alignment of skewed or non-true connections. Verify that there is no manufacturing defect or component imperfection that would prevent a good electrical connection. 25.1.2.2. Copper-to-copper or copper-to-bronze connections: 25.1.2.2.1. Clean contact areas with a burnishing brush or fine emery cloth to bright metal. 25.1.2.2.2. Grease with an approved corrosion inhibitor. 0-34 25.1.2.2.3. Bolt connectors together with stainless steel, Type 18-8, 112 inch to 13 threads per inch bolts, a stainless steel flat washer (t12-inch flat washer, 1 ~-inch OD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) under the bolthead, a stainless steel flat washer (t12-inch flat washer, 1 ~-inch OD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) between the Belleville washer and the underside connector, stainless steel Belleville washer (I/2-inch Belleville, 33/64-inch ID, 1 1I8-inch OD, 1I8-inch thick, 0.018 deflection, 6000 pound load, 301 SS) and silicon bronze nut. Tighten nuts to manufacturer's recommended torque value. 25.1.2.3. Aluminum-to-aluminum connections: 25.1.2.3.1. Clean contact areas to remove oxide and within 10 seconds after removing the oxide completely coat contact areas with a liberal amount of corrosion inhibitor to prevent oxidation. 25.1.2.3.2. Abrade contact areas through the grease with a stiff stainless steel wire brush to assure all the oxide is removed. CAUTION - Do not remove grease. 25.1.2.3.3. Add more compound to contact surfaces. 25.1.2.3.4. Bolt connectors together with stainless steel, Type 18-8, 112 inch to 13 threads per inch bolts, a stainless steel flat washer (t12-inch flat washer, 1 ~-inch OD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) under the bolthead, a stainless steel flat washer (ll2-inch flat washer, 1 ~-inch OD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) between the Belleville washer and the underside connector, stainless steel Belleville washer (t12-inch Belleville, 33/64-inch ID, 1 1I8-inch OD, 1I8-inch thick, 0.018 deflection, 6000 pound load, 301 SS) and silicon bronze nut. Tighten nuts to manufacturer's recommended torque value. 25.1.2.4. Aluminum-to-Copper Connections: 25.1.2.4.1. Prepare the aluminum pad as follows: (1) Clean contact area to remove oxide and within 10 seconds after removing the oxide completely coat the contact area with a liberal amount of corrosion inhibitor to prevent oxidation; (2) abrade the contact area through the corrosion inhibitor with a stiff stainless steel wire brush to assure all the oxide is removed. CAUTION - Do not remove grease. 25.1.2.4.2. Do not abrade or wire brush plated contact surfaces. A few light rubs with fine steel wool before greasing is sufficient. 25.1.2.4.3. Grease contact surfaces ofthe copper or bronze connector with corrosion inhibitor, adding more inhibitor to the aluminum contact. D-35 25.1.2.4.4. Be sure the copper connector is below the aluminum connector to prevent copper salts from washing down and corroding the aluminum connector. Install bimetallic pad between connectors. 25.1.2.4.5. Bolt connectors together with stainless steel, Type 18-8, 1/2 inch to 13 threads per inch bolts, a stainless steel flat washer (I12-inch flat washer, 1 Y2-inch aD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) under the bolthead, a stainless steel flat washer (I12-inch flat washer, 1 Y2-inch aD, 9/16-inch ill, 3/16-inch thick, 18-8 SS) between the Belleville washer and the underside connector, stainless steel Belleville washer(I/2-inch Belleville, 33/64-inch ID, 1 1/8-inch aD, 1/8-inch thick, 0.018 deflection, 6000 pound load, 301 SS) and silicon bronze nut. Tighten nuts to manufacturer's recommended torque value. 25.1.2.5. Aluminum terminal with bonded copper contact on tongue to bronze or copper pad: 25.1.2.5.1. Clean contact surfaces. Do not abrade or wire brush the plated contact surfaces. A few light rubs with fine light wool before greasing is sufficient. 25.1.2.5.2. Grease the contact surfaces with corrosion-inhibitor. 25.1.2.5.3. Be sure the copper connector is below the aluminum connector to prevent copper salts from washing down and corroding the aluminum connector. 25.1.2.5.4. Bolt connectors together with stainless steel, Type 18-8, 1/2 inch to 13 threads per inch bolts, a stainless steel flat washer (1/2-inch flat washer, 1 Y2-inch aD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) under the bolthead, a stainless steel flat washer (I/2-inch flat washer, 1 Y2-inch aD, 9/16-inch ill, 3/16-inch thick, 18-8 SS) between the Belleville washer and the underside connector, stainless steel Belleville washer(I/2-inch Belleville, 33/64-inch ID, 1 1/8-inch aD, 1/8-inch thick, 0.018 deflection, 6000 pound load, 301 SS) and silicon bronze nut. Tighten nuts to manufacturer's recommended torque value. 25.1.2.6. Aluminum pad to copper or bronze pad, using bimetallic transition plate: 25.1.2.6.1. Prepare aluminum, pad, and the aluminum side of the transition plate as follows: 25.1.2.6.1.1. Clean contact area to remove oxide. 25.1.2.6.1.2. Completely coat the contact area with a liberal amount of corrosion inhibitor. 25.1.2.6.1.3. Abrade the contact area through the corrosion D-36 inhibitor with a stiff stainless steel wire brush. CAUTION- Do not remove grease. 25.1.2.6.2. Clean the contact areas of the bronze or copper pad I and the copper side of the transition plate. 25.1.2.6.3. Grease the surfaces ofthe bronze or copper pad and the copper side of the transition plate with corrosion-inhibiting compound. 25.1.2.6.4. Add more corrosion-inhibiting compound to the aluminum contact surfaces. 25.1.2.6.5. Make the connection with the aluminum side of the contact plate in contact with the aluminum pad, and the copper side of the contact plate in contact with the copper pad. 25.1.2.6.6. Be sure the copper connector is below the aluminum connector to prevent copper salts from washing down and corroding the aluminum connector. 25.1.2.6.7. Bolt connectors together with stainless steel, Type 18-8, 1/2 inch to 13 threads per inch bolts, a stainless steel flat washer (t/2-inch flat washer, 1 Yz-inch aD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) under the bolthead, a stainless steel flat washer (t/2-inch flat washer, 1 'l'2-inch OD, 9/16-inch ID, 3/16-inch thick, 18-8 SS) between the Belleville washer and the underside connector, stainless steel Belleville washer(lI2-inch Belleville, 33/64-inch ID, 1 lI8-inch aD, lI8-inch thick, 0.018 deflection, 6000 pound load, 301 SS) and silicon bronze nut. Tighten nuts to manufacturer's recommended torque value. 25.1.3. Compression Connectors: 25.1.3 .1. Compression connectors shall be installed in strict accordance with the manufacturer's recommendations. 25.1.3.2. Use an ample amount of corrosion-inhibiting compound. 25.1.3.3. The connector shall be the proper size to fit the cable as recommended by the manufacturer. 25.1.3.4. Tools and dies of the proper size and type as recommended by the connector manufacturer shall be used for installation. D-37 SUBSTATION GROUNDING 26. PART 1 GENERAL 26.1. SCOPE 26.1.1. This section covers the furnishing and installation of the substation grounding system. 26.1.2. The Contractor shall furnish all labor and ground conductor and materials listed in the bill of materials, and any additional materials which do not appear in the bill of materials but are required to make the station grounding system complete. 26.1.3. The Contractor shall provide all labor, tools, and equipment necessary to excavate for and install the station grounding system as shown on the drawings and specified herein. 26.1.4. The Contractor shall furnish first-quality, new materials, free from any defects, in first-class condition and suitable for the use intended. 27. PART 2 PRODUCTS 27 .1. STANDARDS 27.1.1. The grounding shall be manufactured, tested, rates, and furnished in accordance with the latest applicable standards and regulations of the following: 27.1.1.1. NEMA: National Electrical Manufacturers' Association. 27.1.1.2. NESC: National Electrical Safety Code. 27.1.1.3. 27.1.1.4. UL: Underwriters' Laboratories. NEC: National Electrical Code. 27.1.1.5. ANSI: American National Standards Institute. 27.1.1.6. ASTM: American Society for Testing and Materials. 27.1.1.7. IEEE: Institute of Electrical and Electronics Engineers. MATERIALS 27.2. 27.2.1. Ground Rods: Ground rods shall be copper-clad steel not less than 3/4-inch diameter and not less than 10 feet long, unless otherwise stated. Ground rods shall be driven vertically the full length of the rod until its top is at least 14 inches below the sub grade elevation. 27.2.2. Ground Conductors: Grounding conductors shall be of the size shown on the drawings and the type specified herein. The main ground grid shall consist of bare D-38 stranded soft drawn copper of the size indicated. Equipment leads shall be as shown on the grounding details. 27.2.3. Below Ground Connectors: Connections below grade between individual conductors forming the grid and all grid taps shall be ofthe exothermal-welded type connectors as manufactured by Cadweld, Thermoweld, or equal. Only upon approval of City, compression connections may be used below grade. 27.2.4. Above Ground Connectors: Connections above grade between grid taps and equipment requiring grounding shall be bronze bolted type connectors, having a NEMA rating equivalent to the ground grid conductor. 27.2.5. Switch Grounding Mats: Galvanized steel grate grounding mats shall be 3 feet by 6 feet by I-inch. Checkerplate grounding mats shall be used where specified. The mats shall be placed on the ground or foundation directly beneath the operating mechanisms of the manually operated switches. The ground grate shall be connected with a 4/0 A WG copper conductor directly to the switch operating mechanism ground. The ground mat shall not be directly grounded to the ground grid. 28. PART 3 EXECUTION 28.1. GENERAL 28.1.1. The grounding grid shall be installed at a depth of 18 inches below subgrade and located as shown on the drawings. At cable crossings care shall be exercised so that the crossed-over cable is not damaged. Damaged cable shall be replaced with new cable. Labor and material costs of replacing damaged cable shall be completely borne by the Contractor. 28.1.2. All intersections of grounding cables shall be connected together. All taps and ground rods shall be connected with separate connectors to the main ground grid. 28.1.3. Below grade grounding connections shall be of the exothermic-welded type specified herein and shall be installed in accordance with the manufacturer's recommendations. All dirt shall be removed from the splice area, and care shall be taken to ensure the conductors are clean and dry just prior to making the connection. Each connection shall be inspected and approved before the trench is backfilled. 28.1.4. After installing the below-grade ground conductor, the trench shall be backfilled with earth or other low resistivity backfill material. Do not backfill with sand, gravel, or crushed rock. The backfill shall be thoroughly compacted. 28.1.5. All equipment shall be grounded as indicated on the detailed grounding drawings and specified herein. Any additional holes required for making connections or securing cable fasteners to the structures shall be made at the expense of the Contractor. Holes punched or drilled in the structures, to fasten ground cables, shall be "regalvanized" in accordance with Section 8.8 - STEEL STRUCTURES - GALVANIZING REPAIR. All unpainted or ungalvanized metal D-39 surfaces remaining after the ground connection has been made shall be restored to its original finish. 28.1.6. The Subcontractor shall neatly train conductors to equipment along the face of the footing or structural steel, following all surfaces closely to the point of connection. Conductors running to equipment shall be supported and secured with cable fasteners at intervals no greater than 5 feet. 28.1.7. The circuit breakers, transformers, and other major equipment shall be grounded through their ground pads with two-bolt connectors. Each major equipment item shall have at least two ground pad type connections and shall be attached to the main ground grid at a minimum of two locations. 28.1.8. Connections of conductor to the equipment shall be made with two-hole bolt-on bar lugs, unless otherwise specified, and connected in accordance with the manufacturer's recommendations. 28.1.9. Except where specifically indicated otherwise, ground all exposed non- current-carrying metallic parts of electrical equipment, raceway systems, and the neutral of all wiring systems in strict accordance with the NEC, state, and other applicable laws and regulations. 28.2. FIELD TESTS 28.2.1. Test in the City's presence the ground resistance of the grounding system. 28.2.2. Test all ground fault interrupter (GFI) receptacles and circuit breakers for proper connection and operation with methods and instruments prescribed by the manufacturer. 28.2.3. Provide copies of reports of all grounding system tests for inclusion in Operation and Maintenance Manuals and for review by the City . D-40 SUBSTATION RELAY AND CONTROL SWITCHBOARD PANELS 29. PART 1 GENERAL 29.1. GENERAL DESCRIPTION AND USAGE 29.1.1. This section contains the requirements for the design, manufacture, testing, and delivery of substation relay and control switchboard panels. 29.1.2. The switchboards will be located in a substation control house. 29.1.3. The Contractor shall furnish all materials, labor, and equipment necessary to design, detail, fabricate, and test the substation switchboards. 29.1.4. The Contractor shall include in his Proposal a description of the switchboards he intends to furnish. 29.1.5. The switchboards, material list, and nameplate list are shown on the drawings. 30. PART 2 PRODUCTS 30.1. CODES AND STANDARDS 30.1.1. The switchboards, relays, and switches shall be manufactured, tested, rated, and furnished in accordance with the following codes and standards: 30.1.1.1. ANSI/IEEE C37.21, Standard for Control Switchboards. 30.1.1.2. ANSI 255.1-1967, Gray Finishes for Industrial Apparatus and Equipment. 30.1.1.3. ICEA S-95-658/NEMA WC70, Nonshielded 0-2kV Cables (Replaces ICEA S-66-524/NEMA WC7 Crosslinked Thermosetting Polyethylene Insulated Wire and Cable.) 30.2. OPERATING CONDITIONS 30.2.1. The switchboards shall be suitable for operation in unconditioned metal- enclosed switchgear or otherwise as indicated on the drawings. 30.3. RATINGS 30.3.1. Indicating instruments shall be of the 1 percent accuracy class, switchboard type. 30.3.2. Control and instrument switches shall be of the rotary switchboard type for 600-volt service with contacts rated at 10 amperes continuously. 30.3.3. The control power shall be 48V DC. All DC devices shall be designed to operate at voltages ranging from 38 to 56 Volts DC. D-41 30.3.4. All AC devices shall be designed to operate at voltages ranging from 90 to 110 percent of the nominal voltage or as indicated. 30.4. SWITCHBOARD CONSTRUCTION 30.4.1. Panel Fabrication: 30.4.1.1. The panel type shall be vertical open switchboard. 30.4.1.2. Each switchboard shall be constructed of structural members and sheets formed, welded, and bolted into a rigid, self-supporting structure and shall be formed of specially smoothed and leveled steel sheets not less than ll-gauge (1/8-inch thick). 30.4.1.3. All holes shall be neatly punched, edges and comers of sheets shall be rounded, and all sharp projections ground off before finishing. 30.4.1.4. 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. 30.4.1.5. 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. 30.4.1.6. All equipment, devices, terminal blocks, and related items shall be readily accessible to allow easy disconnection, removal, or testing. Relays and other glass-fronted equipment shall be mounted a minimum of 8 inches above the base. 30.4.1.7. All panel sections shall have removable type lifting eyes installed on the top of the panels. The lifting eyes shall be used for loading and unloading purposes. 30.4.1.8. All panels shall be provided with mounting brackets/channels for field anchoring to a level steel floor. 30.4.2. 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. 30.4.3. Protective and Auxiliary Relays: 30.4.3.1. Protective and auxiliary relays shall be as indicated on the bill of materials or City - approved equal. 30.4.3.2. Each protective relay shall be ofthe semiflush-mounted, back-connected, dustproof. 30.4.3.3. The relays shall be suitable for mounting on No. 11 USS gauge steel panel. D-42 30.4.3.4. target(s). Each relay shall be equipped with operation indicating 30.4.3.5. The relays shall be equipped with an external front of switchboard resetting device. 30.4.3.6. Each relay shall operate with instrument transformer ratios and connections shown on the one-line diagram under both normal and short circuit conditions. 30.4.3.7. Each overcurrent relay shall be suitable for continuous operation at current coil tap rating, 60-Hz AC. 30.4.3.8. Auxiliary relays shall be of the indicating, instantaneous, self- reset type, complete with cover, and shall be of the semiflush-mounted type. 30.4.3.9. 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. 30.4.3.10. shown. Sufficient contacts shall be furnished to supply the circuitry 30.4.4. Indicating Instruments: 30.4.4.1. Each analog indicating instrument shall be ofthe semiflush- mounted, back-connected, dustproof, switchboard type for mounting on a No. 11 USS gauge metal panel. Each instrument shall have a removable cover, either transparent or with a transparent window of anti-glare glass. Each instrument shall be approximately 4-1/4 inches square, with a scale arc of approximately 330 degrees. Instrument shall have white scales, black markings and pointer, standard legend and zero left scale except for Watt- meter and V Ar-meter, which shall be zero center. Indicating, instrument accuracy shall be +/-1 percent of full scale. Each instrument shall be suitable for operation with the transducers shown on the one-line diagram under both normal and short circuit conditions. 30.4.4.2. Each digital indicating instrument shall be ofthe 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. 30.4.5. Auxiliary Equipment: 30.4.5.1. 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. 30.4.5.2. Auxiliary equipment may also be mounted on interior panels D-43 hinged and located to allow access to the back of the equipment mounted on the front of the panels. 30.4.5.3. Panel space not utilized by equipment shall remain clear for addition of possible furniture equipment. 30.4.6. Panel Wiring: 30.4.6.1. All wiring, used within the panels shall be installed and tested at the factory unless otherwise specified; 30.4.6.2. All electrical conductors shall be Class B stranded copper No. 14 A WG or larger. All current transformer secondary wiring shall be No. 10 A WG. All signal wiring to transducers shall be No. 16 A WG stranded, twisted and shielded pairs. 30.4.6.3. Panel wiring shall have thermosetting Type SIS insulation rated 600 volts, designed for maximum conductor temperature of 90 degrees C. 30.4.6.4. Conductor insulation for other wire shall be cross-linked polyethylene. 30.4.6.5. Only non-insulated ring-type crimped wiring terminals shall be provided on all conductor terminals. 30.4.6.6. All wiring, where terminated, shall be labeled with its destination in accordance with the wiring diagrams. 30.4.6.7. All crimps shall be made with ratchet-type tools calibrated and tested to release only after the manufacturer's recommended crimp has been obtained. 30.4.6.8. All screw terminations will be re-tightened after completion, installation, and testing of the control panel. 30.4.7. 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. 30.4.8. Test Switches: Flush or semi flush-mounted test switch assemblies shall be furnished to isolate current and voltage circuits, and to isolate trip outputs from lockout relays. Test switches shall be A VO/States/Megger Type FMS, Westinghouse Type FT-l, or approved equal. A sufficient number of test points to make a complete test on one instrument or relay shall be furnished. D-44 30.4.9. Terminal Blocks: 30.4.9.1. Terminal blocks for control wiring shall be of the molded block type, equipped with washer-head terminal screws and with molded insulated barrier between terminals. 30.4.9.2. Each terminal block shall have a marking strip which can be removed and turned over for marking lead designations on either side. 30.4.9.3. Terminal blocks shall be Marathon Series 1500, General Electric Type EB-25, Curtis Type BT, or approved equal. 30.4.9.4. Terminal blocks shall be arranged in vertical rows and shall be located so that access to wiring terminals of equipment mounted on front panels is not impaired. 30.4.9.5. 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. 30.4.9.6. 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 30.4.9.7. All current transformer blocks shall be shorting type G.E. Catalog No. EB27B06S, Flex-Core Catalog Number IKU6SC, Marathon 1506 SC, or approved equal. 30.4.10. Raceways: 30.4.10.1. A raceway system shall be provided for all wiring on each side of each panel and between panels. 30.4.10.2. The horizontal raceway for interpanel and front-to-rear panel wiring, shall be furnished, complete. 30.4.10.3. Maximum fill for Contractor installed raceway shall not exceed 30 percent of the available cross-sectional area. 30.4.10.4. Vertical raceways for field wiring shall be so constructed as to be accessible to conductors entering from the top or bottom of the switchboard. 30.4.10.5. Wiring raceways shall be Panduit plastic wiring duct with covers, as manufactured by Panduit Corporation or equivalent. 30.4.11. Fuses: 30.4.11.1. Fuse blocks shall be modular type two-pole with bakelite frame and reinforced retaining clips, rated 30 Amps, 250 Volts. 0-45 30.4.11.2. 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. 30.5. TOOLS AND SPARE PARTS 30.5.1. Tools: Furnish one complete set of any special tools required for installation or maintenance. 30.6. TESTING 30.6.1. Before the acceptance of the equipment furnished, the Contractor shall make tests to demonstrate that the requirements of these Specifications and the guarantees have been fulfilled and that the equipment is in satisfactory operating condition. 30.6.2. Should an inspection or any such tests or demonstration disclose that any required conditions have not been met, the Contractor shall, at its own expense, furnish and replace such parts or devices, make such correction in the wiring, and otherwise make such changes as are necessary to fulfill these Specifications. 30.6.3. Each switchboard unit shall have all control switches, testing devices, terminal blocks, circuit breakers, buses, and instrument transformers tested and checked for mechanical and electrical adjustment, for alignment of panels and devices mounted thereon, and for adequacy of fastenings and supports. 30.6.4. Continuity tests of all wiring for the equipment furnished under these Specifications shall be made. II 30.6.5. Tests shall be made to determine the mechanical and electrical adequacy of' each individual device to perform the function or functions for which it is intended. 30.6.6. Tests shall be made to determine correctness of the electrical connections and compliance with operational requirements and sequences. 30.6.7. The City reserves the right to witness all tests or to have its authorized representative present for such tests. The City shall be notified at least 2 working days prior to any pending hold point or test to be performed. The Contractor will be informed prior to date of tests if City elects not to witness the tests or have them witnessed by an authorized representative. 31. PART 3 EXECUTION 31.1. WARRANTIES 31.1.1. The Contractor's warranty period shall extend to 1 year from date of substantial completion. 31.1.2. The Contractor's warranty shall extend to all parts regardless of the manufacturer. 0-46 31.2. DELIVERY 31.2.1. The switchboards shall be shipped F.G.B. jobsite. 31.2.2. The Contractor shall send shipping, notification letters detailing the complete routine, to the City . 31.2.3. Notification letters shall include purchase order identification, description of items shipped, number of cartons, etc., and shipping date. 31.2.4. 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. 31.2.5. 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 City . D-47 SUBSTATION ACCEPTANCE TESTING PART 1. GENERAL A. All tests are to be conducted to ANSI, IEEE, NET A, and other applicable standards. All tests are to be completely documented, including as-found results, as-left results, and any problems found and corrected. Full test result documentation is to be provided on an acceptable media to City . B. This document is intended to outline the basic testing needed to verify completion and proper functioning of the substation and equipment. Other testing as appropriate or recommended by NET A, ANSI and IEEE shall be performed as requested by City . 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 City of any recommended tests not listed herein. City shall authorize tests not listed herein prior to Contractor performance of them. 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 City . 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 City . 4. Clearly tag all wires lifted from their normal terminals for testing. Maintain a lift and land sheet. Immediately return all wires to their proper terminals once testing is complete. D-48 PART 3. HARDWARE TESTING A. Current Transformer Ratio 1. Inject current through current transformer primary winding and measure the current through the shorted current transformer secondary winding. 2. All available CT ratios shall be tested. 3. Acceptance: CT ratio is acceptable if ratio error is within manufacturer's specifications 4. Verify CT polarity. B. Potential Transformer or CCVT Ratio 1. Excite potential transformer primary winding or capacitor coupled voltage transformer and measuring the open circuit voltage on the PT/CCVT secondary at the PT/CCVT. 2. If multiple secondary windings, all winding to be tested independently. 3. Acceptance: PT ratio is acceptable if ratio error is within manufacturer's specifications. 4. When conducting high-voltage excitation tests, all necessary and prudent safety precautions shall be used. C. Current Transformer Loading 1. Inject primary current on current transformer with all usual burdens in circuit (no test or bypass switches operating) and measure the voltage rise (burden) on current transformer secondary terminals 2. Acceptance: CT circuit is acceptable if calculated burden (ohms) is as designed, is consistent between phases, and is calculated to be below CT rating at maximum expected currents. D. Circuit Breaker, Circuit Switcher, & Rec10ser Tests 1. For all circuit breakers, circuit switchers, and reclosers, perform timing tests to confirm device timing meets manufacturer's specifications. 2. Test to confirm that all auxiliary contacts operate as designed. 3. Verify and document trip and close coil burdens. 4. Test contact resistance with low-resistance ohmmeter. 5. Verify that all AC and DC power and control voltages are of the correct magnitude and polarity. 6. Perform a trip test at 70% rated DC control voltage. D-49 7. Perform other tests as indicated in manufacturer's literature. 8. Verify that cabinet heaters operate. PART 4. WIRING TESTING A. CT Circuit Three-Line Confirmation 1. Using the three-line diagram, confirm that all current circuits are as designed. 2. Verify current circuit polarity agrees with the diagram. 3. Confirm that all test switches operate as designed and intended including the functionality of test input jacks. 4. 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. 5. Verify that all automatic bypasses in test switches operate as intended. 6. 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. D-50 2. Verify that all bolted connections are secure. 3. If provided, verify that manual transfer switches and automatic transfer schemes operate as intended. . 4. Verify that all electrical outlets, heaters, and power feeds operate as intended. 5. Test GFCI devices for proper operation. E. Bus and Ground Connections 1. Using a 5 to 10 Amp digital low-resistance ohmmeter (DLRO), measure the contact resistance of every bolted joint, switch contact, hinge/moving contact, etc. and document all readings. 2. Welded connections do not require testing. 3. Bring any inconsistent or high readings to the attention of City for repair. 4. Verify all equipment, fence and structure grounds are in place. F. Ground Grid Resistance 1. Using an approved method for testing ground grid as-built resistance, test and document the earth-grid resistance of the completed ground grid. 2. The test shall be conducted with all ground connections to remote (away from substation, feeder neutrals, etc.) grounds lifted. (This will probably require de- energizing the substation.) 3. Where isolated individual ground rods are used, test the ground resistance of each rod using a clamp-on ground rod tester. PART 5. CONTROL TESTING A. Relay and Relay Timing Tests 1. Verify DC supply to relay is of proper magnitude and polarity. 2. Where provided, verify that relay passes internal diagnostic self-test. 3. Verify that protection relays using timed overcurrent elements (51 devices) perform according to the settings required. 4. Verify that all programming requested by City has been applied to electronic relays. 5. Verify that all relay programming necessary to make the relay a functioning device has been applied to the relay. 6. Every element in every relay that is used in a protective scheme shall be tested. 7. Test at a sufficient number of points along a time curve to verify that the relay operates D-51 properly. 8. Test a sufficient number of other settings to verify that the relay will operate as intended if relay settings are revised in the future. 9. Test all implemented logic elements and equations in the relay to verify proper functioning of the logic. 10. Test all relay input and output devices (i.e. level sensor, input detector, output contact) that are used in the control schemes for proper function. 11. Test wired spare input and output devices. 12. Test unused and unwired relay input and output devices as directed by City . B. 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 ofa control circuit are rendered inoperable when available test switches are opened. 4. Operate each portion of the control circuit a sufficient number of times to confirm that each portion of the control circuit performs as intended and as designed. 5. Verify that all indicator lights operate as intended. 6. Verify that all manual control switches operate correctly in all actions. 7. Verify that electromagnetic lock -out and auxiliary relays operate as intended. 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. C. Transformer Alarm & Relay Simulations 1. Simulate the output contacts from each and every transformer relay (sudden pressure, loss of nitrogen, pressure relief, temperature, oil level, etc.) to verify that all appropriate and intended alarms and actions occur as designed. 2. Tests can be conducted by applying the appropriate short/open to the control wiring at the transformer or device terminal blocks, as available. Where possible, testing back to the actual device is preferred. 3. For each simulation, all correct indications and actions must follow reliably. Any deviations must be brought to the attention of City for prompt corrections. D-52 D. Meters & Transducers 1. Verify that all digital or analog panel meters are programmed per the City'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. PART 6. ENERGIZATION TESTS A. General 1. Following significant work (whenever bus is modified, transformer is deenergized, switchgear replaced, etc.), the substation should be loaded in parallel with another substation. 2. Verify phasing across an open switch on the low-voltage side of the transformer prior to paralleling. 3. Once energized, verify correct operation and indication of all control and indicating equipment and devices. 4. Verify proper operation under load of automatic tap changer and associated controls. For example, manually raise or lower the voltage and allow the automatic control to return it to within control parameters. 5. Verify the magnitude and phase angles of all three-phase voltages and currents in protective relays and meters. 6. Verify and document all restraint and operate quantities of differential relays. Verify that restraint and operate quantities are within manufacturer's specifications. D-53 FSTCONT wpd [rev 02/20/04] ATTACHMENT E CIRCUIT SWITCHER DRAWINGS A B C D ~ CIRCUIT BREAKER ~ STANDARD ANSI 28 /ES:14 /ES:A 1 0 0 INDICATOR LIGHT DESIGNATIONS Q fTl T /\ \ CABINET LIGHT 43UR LOCAL REMOTE TRANSFER SWITCH I Ii c::::J 1 o~ 49 M0TOR THERMAL OVERLOAD ~1~ i':":.~= - - - .-: -.:..: - -.:. -~.- - SOURCE ---1)1:~ IINAIIUN DESTlNATIOW-SECOND 1 KNIFE SWITCH PIN DEVICE PIN DESTINATION 52a,b BREAKER AUXILIARY SWITCH t 1---------1 NUMBER DESIGNATION NUMBER IF APPLICABLE ~ Iii I II 0 52C CLOSE PUSHBUTTON ITI I I I I COIL MOTOR bd I L______-@-11 WIRING KEY 52CC BREAKER CLOSE COIL ----------- 52T TRIP PUSHBUTTON * 52TC BREAKER TRIP COIL TOP CONTACT, -r~ PUSHBUTTON 52Y ANTIPUMP RELAY MECHANISM AREA NORMALLY CLOSED ? 63G SF6 PRESSURE / DENSITY GAUGE -L 63GX SF6 PRESSURE / DENSITY RELAY ~ 88 MOTOR AUX SWITCH CONTACT, RESISTOR! HEATER MOUNTING I T NORMALLY OPEN 88LS MOTOR LIMIT SWITCH LOCATION 0 I 0 1-, 2 AIL AMBER INDICATOR LIGHT LEXAN WINDOW ~-I -<f CONNECTOR GIL GREEN INDICATOR LIGHT 1 2 0 TERMINAL BLOCK I HTR HEATER I ~ 6 RIL RED INDICATOR LIGHT II I CABINET DENSITY MONITOR TERMINAL BLOCK I REAR (AUXILIARY) r-1 DOOR --- ~ i -1 DOOR SWITCH THERMOSTAT ~'- C ::J - - - - L:J ""1 -.l L__________I ---n---- ~ II I) . ~ II [~ --IrJ}-- FUSE BLOCK ~ . II j THERMAL ~ -1 OVERLOAD I l I! --ami- FUSE BLOCK, SLUGGED CABINET II FRONT II DOOR 3 I O~ FUSED DISCONNECT ~ II 3 TOGGLE SWITCH I ~~------~ ~- II L-' L I II J I II o~ FUSED DISCONNECT, ~~=-~-=--=-~ o .J II 0 SLUGGED PRINT POCKET II p---------, II rCCIh iJIICi . I ____J.J___ 0 0 FUSE PULLOUT TRANSFORMER FRONT / RIGHT SIDE @ CONTROL CONTROL PANEL + rIlIiI1 FUSE PULLOUT, . @ PANEL TERMINAL BLOCK ------.-.-. ~ GROUND BAR 0 0 SLUGGED RELAY SIDE SIDE CUSTOMER: CITY OF PORT ANGELES AREVAJOB# CUSTOMER ORDER No.: 001482 J6975 SUBSTATION: 4 SERIAL No.: 6975-SW09 4 REV. DESCRIPTION AREVA ORDER # DRAWN CHECKED DATE CUSTOMER Ea. No.: CX02625 W.V.H. W.J.F. 01/23/04 A AREVA T&D Inc. LEGEND One Power Lane DRAWING No.: SW09C0149 SHT 1 OF 9 DRAWN CHECKED DATE AREVA Charleroi, PA 15022 A B C D A 8 C D CLOSE CIRCUIT REMOTE OPEN TRIP 1 CIRCUIT CUSTOMER REMOTE TRIP 2 CIRCUIT CUSTOMER REMOTE TB1 TB1 OPEN INDICATION TB1 TB2 REMOTE CLOSE r~1 1 ~ 2 TB2 REMOTE CLOSE 01 1~2 5 INDICATION 01A 1~2 11 TRIP INDICATION 11A TRIP INDICATION o CB1 ""'.......... o CB2 ..... ~CB3 ..... ..... ..... 20A PB1 ----------\ 2 20A PB2 --, 20A PB3 --I 1, 52C - L CUSTOMER ( EM 52T1 - L ~'T' L - (-"\------------~ - TCM2 1 - ------ ----(.... REMOTE G1L ~ GIL dwn~ d~ n~ 14= - 'TB2 CLOSE GRN :e: m SET RECLOSER T _.1 _..1 AT NO LESS 1 13 THAN 20 CYC. I TB3 17 ER 23 ER ER 13 43UR 43UR 43UR 2 3 2 3 TB2 TB2 TB2 9 9A 7 13 EA 43 EA '1 ~'31 EA 63GX161 EA _L OPTIONAL 63GX1 IF ., 63GX1 CUSTOMER - fTB2 LOCKOUT TB3 32 8 17 19 ~ TB3 ~ TB3 18 20 2 48 VDC 48VDC 2 ADD JUMPER ADD JUMPER 27 MA1 13 ES ES TO TRIP ON TO TRIP ON 52-1 52Y 52Y LOW SF6 MA1 MA1 LOW SF6 MA1 3 9 a 5 52-1 52-1 MA1 MA1 28 14 52-1 7 13 48 VDC a b 52-1 52-1' b 4 10 6 a b EA 8 14 63GX1 A2 MC 52CC 136 ohm EGA MD 63G 52TC1 ME 80 pSig 13.6 ohm 52TC2 13.6 ohm 3 TB1 3~4 TB2 TB1 3~4 TB2 EA 02A o CB2 10 02B o CB3 10A 63GX1 20A 20A A2 A1 ES 52Y 3 TB1 3 ~ 4 o 2 0 CB1 20A MA1 52-1 b MB1 88LS 32 TB1 6 NOTES: 1) ALL DEVICES SHOWN IN DE-ENERGIZED POSITION 2) BREAKER SHOWN IN OPEN POSITION 3) SF6 SHOWN AT ZERO PRESSURE 4) CLOSING SPRING SHOWN IN CHARGED POSITION 5) LOCAUREMOTE SWITCH SHOWN IN LOCAL POSITION CUSTOMER: CITY OF PORT ANGELES CUSTOMER ORDER No.: 001482 SUBSTATION: SERIAL No.: 6975-SW09 AREVAJOB# J6975 4 4 DRAWN CHECKED DATE CUSTOMER Ea. No.: A AREVA T&D Inc. One Power lane ARE VA Charleroi. PA 15022 AREVA ORDER # CX02625 REV. DESCRIPTION DRAWN CHECKED DATE W.V.H. W.J.F. 01/23/04 DC CONTROL SCHEMATIC DRAWING No.: SW09C0149 SHT 2 OF 9 A 8 C D A IB11 ~ 2 ~CB40 20A 1: 48VDC 2 MOTOR CIRCUIT IB13 ~ 4 G-='---O CB4 0 20A 5W AT2 50 3 EGA 63G 80 psig 6 60 AT2 6W SPARE LOW SF6lOCKOUT CONTACT ~ 1W EGA 63G 85 pSlg 2W LOW SF6 ALARM REV. DESCRIPTION TB7 TB7 TB7 100 ~ 31 ool'ER 63GX1 43UR 1:7 LOW SF6 LOCKOUT CONTROL SCHEMATIC A 11) DT1 ~49 :1'~16A 13) ~T1 4 10-16A 13 MB1 88LS 14 T1 M1 88 48VDC 450W T2 23 MB1 88LS 1 ~~T1 j 1~16A LOCIill REMOTE INDICATION TB1 B1 DT1 49 MOTOR THERMAL OVERLOAD TBAC 035 240 VAC TBAC 036 120VAC TBAC 37 TB2 B3 TB8 TB8 TB8 lOOMB1 101 103 6 6 ~ TCM2 88LS 74TC2 1M TB8 100 102 B 1~2 o CB5 20A MB1 88LS SPARE MOTOR LIMIT SWITCH CONTACTS CUSTOMER ALARMS DRAWN CHECKED DATE W.V.H. W.J.F. 01/23/04 DRAWN CHECKED DATE B C D CABINET HEATER and AUXILIARY CIRCUIT CABINET GROUND BAR 70 AT2 7W A_________m 63G 1 GND1 00 0000 1 234 567 8 1W HT1 PL1 L1 10 120 VAC EL1 H1 2 15A GND 1 - LINE 3 2 - NEUTRAL L2 95W 150 OHMS 3-GND 2 5 4 - LOAD LINE 5 - LOAD NEUTRAL 20 2W NOTES: 1) ALL DEVICES SHOWN IN DE-ENERGIZED POSITION 2) BREAKER SHOWN IN OPEN POSITION 3) SF6 SHOWN AT ZERO PRESSURE 4) CLOSING SPRING SHOWN IN CHARGED POSITION 5) LOCAUREMOTE SWITCH SHOWN IN LOCAL POSITION 6) CABINET HEATER IS TO BE CONSTANTLY ON FOR CONDENSATION THERMOSTAT IS NOT REQUIRED. 2 TB4 TB4 TB4 TB4 TB5 TB5 51 53 55 59 l~ MA2 r~ lMA1 1 MA1 21 MA1 1 MA1 " MA1 MA1 MA2 MA2 52-1 52-1 52-1 52-1 52-1 52-1 52-2 52-2 52-2 52-2 l' b l' b l' b b 1~ b 1~5 TB4 TB4 TB4 52 56 60 66 70 3 TB5 TB6 TB6 TB6 TB6 TB6 TB7 73 75 77 79 81 MA21~ MA2 89 MA2 .l MA2 13 MA2l MA2 17 MA2l MA2 21 MA2l~ 52-2 52-2 52-2 52-2 52-2 52-2 52-2 23 52-2 25 52-2 52-2 b ~' b l' b 1~6 b l' b l' 10 12 16 24 28 TB5 TB5 TB6 TB6 JoB7 72 74 78 82 86 SPARE AUXILIARY CONTACTS FOR CUSTOMER USE TRIP 1 TROUBLE TRIP 2 TROUBLE CUSTOMER: CITY OF PORT ANGELES CUSTOMER ORDER No.: 001482 SUBSTATION: SERIAL No.: 6975-SW09 AREVA JOB # J6975 4 CUSTOMER Ea. No.: A AREVA T&D Inc. One Power Lane ARE VA Charleroi, PA 15022 AREVA ORDER # CX02625 SW09C0149 SHT 3 OF 9 DRAWING No.: C D A I I I D C B TB1 TB4 TB6 1 1 , CB1:1 MA1:.15 . 51 ~~------ -~ --- .. .. - m. .7.5 .MA~ 13 ---- -------------- ------ 1 2 CB1:3 MA1:16 52 76 MA2:14 1A CB2:1 MA1:17 53 77 MA2:15 2A. CB2.3 MA1:18 54 78 MI>,2:16 1B CB3:1 MA1:19 55 79 MA2:17 2B CB3:3 MA 1:20 56 80 MA2:18 3, CB4:1 MA1:21 57 I 81 MA2:19 4 CB4:3 MA 1:22 58 82 MA2.2O 5. CB1:2 MA1:23 59 83 MA2'21 - 6 CB1:4,EA:A2 MA1:24 60 84 MA2'22 I--- B1 DT1 :21 MA1:25 61 85 MA2.23 B2 DT1:22 MA 1'26 62 86 MA2:24 TB2 TB5 TB7 7 ER:12 MA2:1 63 87 MA2.25 2 7R ER:13 MA2.2 64 88 MA2:26 2 8. ES:21 MA2.3 65 89 MA2'27 9 EA:31 MA2.4 66 90 MA2.28 9R ER:17 MA2:5 67 91 AT2:1W 9A EA:61 MA2:6 68 92 AT2'2W 9AR ER:23 MA27 69 93 EA53 10 CB2:4 MA2.8 70 94 Ell.:54 10A CB3:4 MA2:9 71 95 ER:31 11 EA:13 MA2.10 72 96 ER.32 - 11A' EA'43 MA2'11 73 97 ER'33 I--- B3 MB1:41 MA2'12 74 98 3 - WIRING NOTES: - 48 VDC WIRING IS GRAY 14 GA SIS -120 VAC WIRING IS GRAY 12 GASIS - DEVICE GROUND WIRING IS GREEN 12 GA SIS - WIRE FROM HT TERMINAL BLOCK GOING DIRECTLY TO HEATER IS BLACK 12 GA SRML - WIRE TERMINALS ARE UNINSULATED RING-TYPE (EXCEPT ON DEVICES THAT DO NOT ACCEPT RING TYPE) WIRE MARKERS ARE SHRINK-TYPE AND SHOW SAME END I 'JPPOSITE END DESIGNATION ~ REV. DESCRIPTION TERMINAL BLOCK WIRING A TB3 13 MA1:5 17 EA:14 18 MA1:3 19 EA 44 20 MA1.7 B4 MB1:42 TBAC ~ CB5'1 36 HT1:2W 37 TBB 99 100 101 102 103 104 3 MB1.43 M91'44 TCM1 :6 TCM1'4 TCM2.6 TCM2.4 GND1 123 4 567 8 000000000 - 1 EL1:GND 4 AT2:7W CUSTOMER: CITY OF PORT ANGELES CUSTOMER ORDER No.: 001482 SUBSTATION: SERIAL No.: 6975-SW09 AREVAJOB# J6975 4 DRAWN CHECKED DATE AREVA ORDER # CX02625 CUSTOMER Ea. No.: A AREVA T&D Inc. One Power Lane AR EVA Charteroi, PA 15022 I W.V.H. W.J.F. 01/23/04 SW09C0149 I D DRAWING No.: SHT 4 OF 9 DRAWN CHECKED DATE C B A I B C I D I EGA I 63G AT1 AT2 I f f. f. 1 AT2:1D 2 A T2.2D I EL1 3 AT2:3D I L1 PL1:4 4 AT2:4D - 1 5 AT2:5D CD I L2 PL1:5 1 7 - Q. ~ -- ----~-------- ------ -~1 i3NEl-- GND1:1 ;PL-1:3------------ + 85 psig 6 A T2:6D N '!':;rt: "': '!O ~ - N l'i- I 80 pslg 80 psig 7 AT2:7D Ol Ol .. <( 0 <'! - - N - .., Iii ~ CD< STANDARD CABLE COLORS ~ ~ <( lD <( lD lD Z I ~ o ~ 0 l- I- ow Cl GND 1 - BLK 4-0RA 7-GRN == == == == == == ==== ==~ ==== ~ I + 2-RED 5-WHT _ N .., ~ II)Ul _N .., ~ II)Ul I WATTAGE- 60W 3-BLU 6 - WHTI8LK o 0 o 0 o 0 o 0 00 0 0 0 I _ N .., ~ ll') <D _ N .., ~ II) <D .... I _ N - N _ N _ N .., ~ II) <D .... I 00 ti b u.i W ~ ~ ~~ oil: ~ ~ I ~ ~ ~ ~ ~ ~ Cl ww w w ww w I - I - PL1 40 1 C85:2 2 1 2 HT1 :2W ~ 3 EL1:GND 0 4 EL1:L1 5 EL 1:L2 MB1 88LS 31 MA1'2 43 TB8.99 1 - LINE ~'~'~'~'~~~~ 32 MA1:6 44 T88'1oo MA1 52-1 03 2 - NEUTRAL 2 41 TB2:B3 1 AT1'2W 17 T84:53 3-GND 2 42 TB3:84 ~~~f~~~ 2 MB1:31 18 TB4:54 50 4 - LOAD LINE b b b bl:l:l:l: 13 DT1:4 3 EA:32,TB3:18 19 TB4:55 5 - LOAD NEUTRAL 32 42 52 62 14 24 44 54 14 M1:T1 4 MA1:10,AT1:3W 20 TB4:56 VOLTAGE-120VAC 23 M1:T2 : : ~ ~ ~ ~ ~ 5 EM 1,TB3:13 21 TB4:57 AMP RATING -15 A 24 DT1:5 6 CB1:4,MB1:32 22 TB4 '58 7 EA.62,TB3:2O 23 TB4:59 ~~J:~~--L~ 8 MA1.14,AT1:5W 24 TB4:60 9 TCM1 :3 25 TB4:61 10 MA14 26 TB4:62 l:l:~~~1:~ 13 TCM2:3 27 ES:13 ~-------------------------------- 14 MA1:8 28 ES:A1 - 15 TB4:51 - 16 TB4 52 ME 52TC2 MA2 52-2 ~r AT1 50 1 TB5.63 15 TB6.n AT1'6D ~~~f~~~ 2 TB5.64 16 TB6:78 3 TB5.65 17 TB6:79 4 TB5:66 18 TB6.80 5 TB5:67 19 TB6.81 3 6 T85:68 20 TB6.82 3 2 6 10 14 18 22 26 7 TB5:69 21 TB6.83 COIL VOLTAGE -48 VDC ~~~1~~.-LL 8 TB5:70 22 TB6'84 COIL RESISTANCE -13.6 ohm 9 TB5:71 23 TB6:85 10 TB5.72 24 TB6:86 l:l:~~~1:~ 11 TB5:73 25 TB7:87 WIRING NOTES. Me 52CC MD 52TC1 12 TB5:74 26 TB7:88 - 48 VDC WIRING IS GRAY 14 GASIS LE; AT1'1D r~J AT1:3D 13 T86:75 27 TB7:89 M1 88 -120VACWIRING IS GRAY 12GASIS AT1:2D AT1:4D 14 TB6:76 28 TB7:90 [QJ MB1'14 - DEVICE GROUND WIRING IS GREEN 12 GA SIS - WIRE FROM HT TERMINAL BLOCK GOING DIRECTLY TO HEATER I MB1:23 IS BLACK 12 GA SRML : - WIRE TERMINALS ARE UNINSULATED RING- TYPE (EXCEPT ON I DEVICES THAT DO NOT ACCEPT RING TYPE) I - WIRE MARKERS ARE SHRINK-TYPE AND SHOW SAME END I - COIL VOLTAGE -48 VDC COIL VOLTAGE -48 VDC OPPOSITE END DESIGNATION COIL RESISTANCE -13.6 ohm COIL RESISTANCE -13.6 ohm MOTOR VOLTAGE- WATTAGE- 450W CUSTOMER: CITY OF PORT ANGELES AREVA JOB # CUSTOMER ORDER No.: 001482 J6975 SUBSTATION: SERIAL No.: 6975-SW09 4 ~ AREVA ORDER # REV. DESCRIPTION DRAWN CHECKED DATE CUSTOMER Ea. No.: CX02625 W.V.H. W.J.F. 01/23/04 A AREVA T&D Inc. MECHANISM WIRING One Power Lane DRAWING No.: SW09C0149 SHT 5 OF 9 DRAWN CHECKED DATE AREVA Charleroi, PA 15022 A B C I 0 ------- A I B j CB1 CB2 CB3 )) 1 TB1:1 :) ) 1 TB1:1A :) :') 1 TB1:1B 2 TB1:5,AT2:3W 2 EA"13,PB2:1 2 EA:43,PB3 1 3 TB1:2 3 TB1:2A 3 TB1'2B 4 MA1:6,TB1'6 4 AT1'4W,TB2:10 4 AT1:6W,TB2:10A 1 - - - -- ~ 2 4 2 4 2 4 AMP RATING - 20A AMP RATING - 20A AMP RATING - 20A c I o CB4 CBS ~1) 03) ~ ~~:~ ~1 ~ 3 TB1:4 ) 4 DT1:6 - -~_.. -~- --- 2 4 2 TBAC:36 PL1:1,HT1'1W 1 AMP RATING - 20A AMP RATING - 20A 2 EA 63GX1 ES 52Y A1 AT2:4W A1 MA1:28,ES:14 ~~{=f'~' A2 ES:A2,TB1:6 ~~{=f'~' A2 EA:A2 13 CB2:2,TB2:11 13 MA 1 :27.ES:21 ~4~ 22 32 A2 14 TB3:17 14 ES:A1 21 ES:22 21 ES:13.TB2:8 22 AT1'1W ~4~ 2232 A2 22 EA'21 31 TCM1:2.TB2'9 ~~=f'f' 32 MA1:3 COIL VOLTAGE - 48VDC 43 CB3:2,TB2:11A COIL RESISTANCE - 852 ohm 44 TB3:19 ~~ 62 72 53 TB7:93 54 TB7'94 61 TCM2:2,TB2:9A 62 MA1:7 COIL VOLTAGE - 48VDC COIL RESISTANCE - 852 ohm I H1 DT1 49 [~J HT1:1D 1 CB4:2 HT1'2D +4~~f 2 DT1'3 - 3 DT1:2 4 MB1:13 5 MB1:24 6 CB4'4 2 4 6 14 22 21 TB1 :B1 WATTAGE- 95W AMPRATING-10-16A 22 TB1:B2 RESISTANCE - 150 OHMS - HT1 2 x!X o I} 2 3 COIL VOLTAGE -48VDC COIL RESISTANCE- g 4 1 PB3,1 2 EA'61,ER:22 3 MA1'13 6 TB8:103 4 TB8.104 ER 43UR CONTACTS SWITCH POSITION 11 PB1:2 DECK FRONT END LOCAL REMOTE 12 TB2.7 12~~ 11 X 13 TB2:7R 13 X 15 PB2:2 1 16 TCM1:2 16~~ 15 X 17 TB2:9R 17 X 21 PB3,2 22~~ X 22 TCM2,2 21 23 TB2:9AR 23 X 31 TB7 95 2 26~~ 25 X 32 TB7:96 27 X 33 TB7:97 32~~ 31 X 33 X 3 36~~ 35 X 37 X ..... <') ~ ~ ~N U") , co::i <.Ja.. 3 PB1 52C EM GIL liD 1 EM.2,AT2:3W ~~ PB1:1 6 2 ER:11 MA1:5 ~? 2 COLOR - RED VOlTAGE - 48VDC RESISTANCE - 200 OHM COLOR - GRN PB2 52T1 liD 1 TCM1:1.CB2:2 TCM1 74TC1 6 2 ER'15 1 PB2:1 ~? 1 2 EA:31.ER 16 g 3 MA1:9 6 TB8:101 4 TB8'102 2 X~ COLOR - BLK I ' J 4 PB3 52T2 liD 1 TCM2.1,CB3.2 2 3 6 2 ER.21 COIL VOLTAGE-48VDC 17 COIL RESISTANCE - 2 COLOR - BLK :S=~~~~~ ..-NC')~Lt')U) I---- - 000000 .....NM'Vlt)U) ..... ~ xi TCM2 74TC2 1 3 - WIRING NOTES, - 48 VDC WIRING IS GRAY 14 GA SIS -120VACWIRING IS GRAY 12GASIS - DEVICE GROUND WIRING IS GREEN 12 GA SIS - WIRE FROM HT TERMINAL BLOCK GOING DIRECTLY TO HEATER IS BLACK 12 GA SRML - WIRE TERMINALS ARE UNINSULATED RING-TYPE (EXCEPT ON DEVICES THAT DO NOT ACCEPT RING TYPE) - WIRE MARKERS ARE SHRINK-TYPE AND SHOW SAME END I OPPOSITE END DESIGNATION f-- CUSTOMER: CITY OF PORT ANGELES CUSTOMER ORDER No.: 001482 SUBSTATION: SERIAL No.: 6975-SW09 AREV A JOB # J6975 ~ 4 B CUSTOMER Ea. No.: A AREVA T&D Inc. One Power Lane ARE VA Charleroi. PA 15022 I AREVA ORDER # CX02625 REV. DESCRIPTION DRAWN CHECKED DATE W.V.H. . W.J.F. 01/23/04 c SW09C0149 I SHT 6 OF 9 RELAY PANEL WIRING DRAWING No.: DRAWN CHECKED DATE A D A 8 C o EGA t MOUNTED IN LINKAGE COVER 2 3 MECHANISM An AT2 o o ~ (/) Z <( :c u w ~ u.. o a.. o ~ o @ rnOm~ MB1 o : :~ () @ @ M1 Q) PL1 . ~ ----- - - - --- ----- ------ - - - - - - - - -- , , , , , , , , , , , , , , , , , L._____________________________ __ .1 EL1 o MOUNTED THROUGH CABINET SHELL EL 1 MOUNTED IN CABINET DOORWAY @]~ RELAY PANEL 8000 '_'" __"..:~~o{:..i~\i- "o...jr::j~~::\~;;.~.--~j:t/~~- -'-, . . -EM' 0 @ ER 0 .CM.1 0 0 5 0 . TERMINAL BLOCK PANEL o H1 o 0 o o 00 HT1 o o 1 2 3 ~ REV. DESCRIPTION PANEL LAYOUT A DRAVVN CHECKED DATE W.V.H. W.J.F. 01/23/04 DRAVVN CHECKED DATE 8 O~OTBA ~ O~O PANEL MOUNTED ON RELAY SIDE OF MOUNTING TAB WREWAY WINGS TO BE MOUNTED ON TERMINAL BLOCK SIDE OF MOUNTING TAB DEVICES TO BE MARKED WITH TAPE-TYPE TAGS 4 CUSTOMER: CITY OF PORT ANGELES CUSTOMER ORDER No.: 001482 SUBSTATION: SERIAL No.: 6975-SVV09 CUSTOMER Ea. No.: A AREVA T&D Inc. One Power Lane ARE VA Charleroi, PA 15022 MOUNTED THROUGH CABINET FLOOR DRAVVING No.: SW09C0149 C AREVA JOB # J6975 AREVA ORDER # CX02625 SHT 7 OF 9 D A 8 C D t Jtem Otv ArA1r.I # MFG# MFG Oescriotion Device IDs 001 001 ...r ...." FIB MLJ 111-< liMIT MB1 002 n07 1 315 597 . ...r rn.. AI <:TI"'IU AIIX PIN MA1. MA2 003 007 1 410 504 P4 ~F TR~ TRR 004 002 1 410 ~ P~ GE TB4. TB5 OOS 004 1 410 5n4u PS ~F HI 1 II;K 1;1.... I TR1 TR? TR~. TB7 "OOB " -rfll1-" '1 410 B29-P11 J:lt-LI - -- - ~ - " ,-('\,,-.6.1 11:0 3 S~AGE - - - I=R n" 1nn?1 ?AA ;1 IN 1 1-(1 II 007 001 1 410 830 022 1=T-1R C11=D\ 1=1 I 1r::I-4T ~~-_. ~E I=M 008 001 1 410 ~~? Pi LIGHT. EL1 009 nn1 1 410"640 PHI . .^ I' '^ n.n 1 ~ ,-, PI1 010 001 1 410 640 P? ,OR: I 1= ~FL 1~A PI1 011 001 1 410 B40 P4 . ,.^ ^ '^ .... I PI1 Jl12 004 1 410 641 P1~ I=-IIK I=ND CLAMP I END2. END3. END4 ENDS 013 001 1 410"71?- . '1' _,I' ^ I ~Tr\U AUX MT~ PIATI= ? 014 OO? 1 410 71" .^ _.,,.. ^ I <:Tr\U AIIX HROD MA1 MA? 01" on1 1 410 7?" PR . "^ "7"r ...". 1=1 AIIYII" " MA2 :SWI 016 001 1 410 72S-P7 . ,^ -1'- ..... 1=1 1-1 I-(IJ:-iWII LM AIIYII .. MA1 017 001 1 41n 74A P10 .""."" .~.. RI or.K :1...., llllJA TRAr. n1R nn1 1 410 74A P11 -- RI TRAr. 019 n01 1 A1n-749- n100 ""'.,, ........ ..4Rn + 5;r.hllh RI=I AV AII.II"'I AII.II'" I=A 020 001 1 410 74Q n1M ,,~.,. ........ .AAn +!=:,..h"h RI=I AY I=!=: n?1 001 1 410 74Q n1M r.~-P?? + !=:r.hllh AIIYII IACV ~IJN I=A 022 OO? 1 A1n-749- n?O RAW_in I=_MAX l':OIl AV Tl':M1 Tr.M? n7~ 004 1 41n R.'':I.n P" 14Q?_ A.R 7 PI"'II ~ .,nA r.R1 r.R7 r.R3 r.R4 074 nn., 1 411 ~R7 r.ARR I=-CI IP UA1 UA., 02S n01 1 A1"-19R Pi !=:.,71.I(.,n ARR 1 PI"'II ~ ?nA l':R" n?~ nn., 1 41~ 1M r::" 1-41~_1 FlR-n" A 1= r:: ITTON RI KiNO PR? PR~ 077 nn1 1 A1~ 1M ~ . I.... "'''' .". AI=~ ITTnN Rl=n 1NO PR1 n.,R nn1 1 41~ AR1-P1 · .... .""_P1 AI !=:Tnu _ R ".. " 0?9 nn1 1 41~ Q97 r::1 ("70.4 I"'IY A!=:!=:V 1 ?nv Al': 1-41 n~n 001 1 Ai" AM . ,.r ""',,. AIC::TI"'IU PI 1!=:1-4 liNn I A O~1 nn1 1 41" RQR r::1 ..,.. ^"^ AI!=:TOU 5; 1.7? " ?"I( A C~I J).!=:!=:V 1 O~? 001 1-A1R- ?n? P11 . ..". . '^,II( A '^^ or on, 1"'1"'11 I"'IC !=:r.AI 1= I=~A n~~ nn? 1 R4~ AA~ . ^.^ ^^^ I!=:I II(I=R r.OIl un U~ OM nn1 1 R4~ AA~ . "... "'.... 1<:IIIl'~C l':1"'I1I Ul': n~" nni 1 R4~ 7n~ . -~-^. ._~... ~. .. - 7?1(\1 M1 O~~ nni 1 9~~ Q"7 "-ARC:: .,,, AI=~ I"'I\I~CI nAn 10-1RA nT1 037 on? 1 A1n-7AR Pi TR.,nR RI J).IIY RI or.1( ~ PT I-4T1 AT1 n~R nni 1 41n 7AR P~ TR?n7 RI AllY RI 1"'1("1( 7 PT liT., O~Q nn1 RACR AI!=:TOM r::cnllNn RAR RPT r::Nn1 O.4n nni <:1_7?_"''' ...::"u iii !=:Tnu <:1.7?1(\/ ?"1l'1i ? 2 3 4 CUSTOMER: CITY OF PORT ANGELES CUSTOMER ORDER No.: 001482 SUBSTATION: SERIAL No.: 6975-SW09 AREVA JOB # J6975 REV. DESCRIPTION AREVA ORDER # CX02625 DRAWN CHECKED DATE W.V.H. W.J.F. 01/23/04 BILL OF MATERIAL DRAWN CHECKED DATE CUSTOMER Ea. No.: A AREVA T&D Inc. One Power Lane ARE VA Charleroi. PA 15022 SHT 8 OF 9 SW09C0149 DRAWING No.: A B C D 1 2 3 4 . A B C I D I I GAS SCHEMATIC I RATINGS NAMEPLATE I 1 I - --- 1 -- 0 0 POLE "A" POLE "B" POLE "C" A TYPE' Sl.n 5 Fl CUSTOMER P.O.: 001482 ORDER NUMBER CX02625 SERIAL NUMBER: XXXXX-SW09 INSTRUCTION BOOK No.: SW09-IM AREVA MANUFACTURE DATE' PARTS UST No.: SW09A0149 I WIRING DIAGRAM: SW09C0149 RATED MAXIMUM VOLTAGE RATED INTERRUPTING TIME SF6 PRESSURE (@ 2d'C tea"F) NOTE: RElATIVE PRESSURE - PRESSURE SWITCHES ARE LOCATED n.5kV 3.0 CYClES c--- , INSIDE THE DENSITY GAUGE HOUSING RATED VOLTAGE RANGE FACTOR (K) RATED SHORT CIRCUIT CURRENT -NORMAL OPERATING PRESSURE 10 .TERMINAl FAULT 25kA 98.6 pslg RATED FREQUENCY ~OW PRESSURE ALARM WIKA DENSITY 85 pslg GAUGE 98.6 psig - NORMAL 60Hz -90% SLF WITH OnFL-'I CAPACITANCE 85 psig - ALARM .MINIMUM PRESSURE n 80 psig - LOCKOUT DUTY CYClE (WITHIN 100m) 25kA 80 psig WEIGHT OF GAS - O-O.3s-CO-l5s-CO 2 ALSTOM GAUGE No. RATED CONTINUOUS CURRENT 61b 2 1_ 416_202_P11 2000 A TEMPERATURE RANGE TOTAL WEIGHT CAPACITANCE CURRENT SWITCHING -30"c to +5OoC 1364lb , -DVERVOL TAGE FACTOR 2.0 SHORT TIME CURRENT DURATION MECHANISM TYPE 1/4" NPT -LINE CHARGING looA 3s CRR3-1 ~/ -ISOLATED BANK 630 A % DC COMPONENT SPRING - ,- , CONTROL VOLTAGE , , ~CK.TQ.BACK 630 A .INRUSH PEAK 25kA FULL WAVE IMPULSE WITHSTAND .clOSING 48VDC.3.SA - - -INRUSH FREQUENCY 3360 Hz 350 kV .TRlPPING (EACH) 48VDC, 3 SA ~ 3-WAY BALL -MOTOR 48VDC.45OW r -. -. -. -.- - - - -.- -- -- TEST VALVE OUT-DF.PHASE SWITCHING SWITCHING IMPULSE WITHSTAND , 37 DEG FLARE ' .TERMINAl.TO-GRQUND -SPACE HEATER 12OVAC.95W I FEMALE I N1A " N~ FILL 625kA -TERMINAl-TO-TERMINAl N1A I VALVE VALVE - DILO 3-400-ROO2SS ; ~ CAP - DILO VKlBG-02l8 W/CAP AREVA T&D INC.. HIGH VOLTAGE SWITCHGEAR ~._._._.~~~~~~~._._~ 0 ONE POWER LANE - CHARLEROI, PA 15022 MADE IN THE USA 0 3 3 DILO - 3-400-R003 , NOTES: -S: 1) MATERIAL: ALUMINUM ~UBING IS 3/8" STAINLESS. 2) NAMEPLATE TO BE MOUNTED: EXTERNALLY ~J G,.,_ \MPLlNG CAN BE DONE 3) NAMEPLATE DIMESIONS AS SHOWN ON ALSTOM FABRICATION DRAWING 1_ 416_218_P1 , - THRG_ J FILL VALVE. - 3) 3-WAY '. ' VE TO BE USED TO ISOLATE G ,_' SITY GAUGE FOR TE~TING. CUSTOMER: CITY OF PORT ANGELES AREVA JOB # CUSTOMER ORDER No.: 001482 J6975 SUBSTATION: 4 SERIAL No.: 6975-SW09 4 AREVA ORDER # REV. DESCRIPTION DRAWN CHECKED DATE CUSTOMER Ea. No.: CX02625 W.V.H. W.J.F. 01/23/04 A AREVA T&D Inc. PLUMBING / NAMEPLATE One Power Lane DRAWING No.: SW09C0149 SHT 9 OF 9 DRAWN CHECKED DATE AREVA Charleroi, PA 15022 A B C I D A PCl..E A 1 2 3 4 REV DESCRIPTION OUTLINE ORA WING A DEt6TY GAOOE PCLEB 1 3/1 1 3/1 6 15/16 16 7/16 DRAWN W.V.H. DRAWN CHECKED W.J.F. CHECKED B PCLEC 1316 DATE 01/23/04 DATE B 39 5/16 199 3/16 35 1/2 12 64 1/16 43 1/2 c 159 13/16 127 11/16 EIGHT 3/4 INCH FruNDATI~ Ba.. TS REQUIRED MINIMUM 3 INCH PRO.ECTI~ ABOVE FruNDA TI~. FruNDA TI~ TO BE LEVEL WITHIN 1/4 INCH. GROOT AS NECASSARY. DYNAMIC FORCE <3000N IN ANY DIRECTI~. TOTAL WEIGHT 1364 Ib (620 kg) MAXIMUM WIND VELOCITY 60 fTl)h. CUSTOMER: CITY OF PORT ANGELES CUSTOMER ORDER No.: 001482 SUBST A TION: SERIAL NUMBERS: 6975-SW09 CUSTOMER EQUIPMENT No(s): o -----1--7/8---- ------------------ 1 1/2 ~1/2 HIGH VOLTAGE TERMINALS NEMA 4 HOLE PADS 2 NOTE: ALL DIMENSIONS IN INCHES 3 ALSTOM JOB ** J6975 4 ALSTOM ORDER ** CX02625 DRAWING No.: SW09C1149 C SHT 1 OF 1 o FSTCONT wpd [rev 02/20/04] ATTACHMENT F "F" STREET SUBSTATION PLANS 2-17-84 ACTIIJE PRJ\PORT ANCELES\F'-STREET SUB\Y2332-Y233J\DRAWlNCS\Y2332GS1 Dwe NEW I EXPIRiS g- Z -2C11O"f I TriAxis c;7p~~ ,(?c. "F" STREET SUBSTATION 69KV SHEET NO. GENERAL G-1 G-2 ~ C-1 C-2 C-3 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 CIRCUIT SWITCHER ADDITION RELAY REPLACEMENT CITY CIRCUIT SWITCHER INSTAU.ATION DRAWINGS (Y2332l TITLE TITLE PAGE AND DRAWING UST ONE-UNE DIAGRAM PARTIAL FOUNDATION PLAN & DETAILS PARTIAL GROUNDING AND CONDUIT PLAN GROUNDINGo AND CONDUIT DETAILS PARTIAL SUBSTATION PLAN SECTIONS AND . BILL OF MATERIAL PANEL ELEVATIONS, NAMEPLATE AND MATERIAL USTS, AND CABLE SCHEDULE CONTROL HOUSE PLAN VIEW. CABLE SCHEDULE AND AC AND DC PANEL SCHEDULE TRANSFORMER THREE-UNE DIAGRAM CIRCUIT SWITCHER DC CONTROL SCHEMA TIC TRANSFORMER DC CONTROL SCHEMATIC CIRCUIT SWITCHER CONNECTION WIRING DIAGRAM, TRANSFORMER CONNECTION WIRING DIAGRAM TRANSFORMER CUBICAL WIRING DIAGRAM TRANSFORMER PROTECTION PANEL WIRING DIAGRAM NOT USED TRANSFORMER ANNUNCIATOR SCHEMATIC TRANSFORMER ANNUNCIATOR CONNECTION DIAGRAM NOT USED LTC PARTIAL SCHEMATIC NO DATE REVISION OF PORT ANGELES PORT ANGELES, WASHINGTON ORA WING LIST FEEDER RELAY REPLACEMENT DRAWINGS (Y2333) SHEET NO. TITLE DRAWING NO. ELECTRICAL (CONT) E-19 MAIN BUS THREE-UNE DIAGRAM E-28 DC SCHEMATIC MAIN E-21 DC SCHEMATIC rEEDER 1201 E-22 DC SCHEMATIC FEEDER 1282 E-23 DC SCHEMATIC FEEDER 1283 1 2 3 4 5 6 7 8 9 10 619F712 619F713 619F714 619F715 1273F58 E-38 CONTROL PANEL WIRING DIAGRAM MAIN E-31 CONTROL PANEL WIRING DIAGRAM FEEDER 1281 E-32 CONTROL PANEL WIRING DIAGRAM FEEDER 1282 E-33 CONTROL PANEL WIRING DIAGRAM FEEDER 1203 E-40 BREAKER WIRING DIAGRAM MAIN E-41 BREAKER WIRING DIAGRAM FEEDER 1201 E-42 BREAKER WIRING DIAGRAM FEEDER 1282 E-43 BREAKER WIRING DIAGRAM FEEDER 1203 1273FS9 REUSE OF DOCUMENTS BAR IS ONE INOI at OIUGlNAL ORA_ I ," Il' NOT ONE INOl at 1I11S SHEET. AD.AJST SCAlD ACCORDINGl.Y -f" STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON TITLE PAGE AND DRAWING UST BY APW 1I11S OO<:UMENT. Nlll THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AH INSTRUMENT CIF Pfla'ESsIONAL SERVICE, IS THE PROPERTY CIF TR1AXIS ENGINEERIIIC, INC. NIl IS NOT TO BE USED. IN ""OLE OR IN PART. FllR AHY OTHER PROoECT WITHOUT 1l1E IWlITlU< AUTHORIZATION CIF TIUAXIs ENCJNmUNG, INC. & REFERENCE DRAWINGS TITLE "F" STREET ONE-UNE " SCHEMATICS (REV 3, 12-21-94) "F" STREET THREE-UNE MAIN & METERING (REV 1. 12-21-94) "F" STREET THREE-UNE FEEDERS 1281. 1202, 1203 (REV 1, 12-21-94) "F" STREET METERING SECTION WIRING DIAGRAM (REV 4. 12-21-94) "F" STREET MAIN BREAKER SECTION WIRING DIAGRAM (REV 3. 12-21-94) "F" STREET SUBSTATION FEEDER 1201 SECTION WIRING DIAGRAM (REV 4. 12-21-94) "F" STREET SUBSTATION FEEDER 1202 SECTION WIRING DIAGRAM (REV 4, 12-21-94) "F" STREET SUBSTATION FEEDER 1283 SECTION WIRING DIAGRAM (REV 4, 12-21-94) "F" STREET SUBSTATION LTC SCHEMATIC DIAGRAM (REV 2, 12-21-94) "F" STREET SUBSTATION LTC CONNECTION DIAGRAM (REV 2. 12-21-94) WESTINGHOUSE 158-DHP-500 BREAKER ONEUNE & SCHEME WESTINGHOUSE SHFM lS8-DHP-S8e BREAKER CONNECTION DIAGRAM NO. 1 WESTINGHOUSE SHFM lS0-DHP-SOO BREAKER CONNECTION DIAGRAM UNITS 2 & 3 WESTINGHOUSE SHF-M 1501 HP5e8 BREAKER CONNECTION DIAGRAM UNITS 4 " S WESTINGHOUSE "F" STREET SUBSTATION SHF-M METALClAD SWITCHGEAR lS00HPS00 BREAKER, CONNECTION DIAGRAM UNITS S & 4 WESTINGHOUSE "F" STREET SUBSTATION MAIN BREAKER CONNECTION DIAGRAM UNITS 3 & 2 "F" STREET SU8ST A TION z o ..... t- O ::::> 0:: t- (/) Z o o 0:: o I.&.. G-1 C Y2332G91 ~ JAN 2994 (/) Y2332 f!l CONTROL HOUSE ! !.:-.:- "'" -'':- -=- -::- ~ -- "'" ..:- ==. .:-,;.., .~~... -,;; - - =-=- ""'.:-'==. =r=-= .:- -=- ~ ~ =-=- "'"1 c - .:- .:- -== .:- -=- ~ l-l " i,,\",g~r r i"'=~r '~-----r -------------1 I,~!}: :: I I I I CPT JI3-CT'S I I I I I I I 7299- m I 1299:5 I I ! I 1 248/128 t i II I I 6 leeA )-i I I I I Ii! II 3-CT'S I I I 699:5 I I I I I I I i I I I ! I I I I I : j L__ I I L__ IEXPIIIES: Q-Z-~ I LEGEND 26 LOW OIL I.EVEL 49 HIGH WINDING TEMPERATURE 513 INSTANTANEOUS OVERCURRENT RElAY 513/51 AC TIME OVERCURRENT RElAY WITH INSTANTANEOUS OVERCURRENT 5GN INSTANTANEOUS NEUTRAl OVERCURRENT RElAY 51 AC TINE OVERCURRENT RElAY SIN NEUTRAl OVERCURRENT RElAY -------52 n----AC-CIRCUIT BREAKER 63 TRANSFORMER FAULT PRESSURE RElAY 71 LOW OIL I.EVEL 86 LOCKOUT RElAY, MANUAl RESET 87T TRANSFORMER DIFFERENTIAl RElAY A AMMETER AS AMMETER SWITCH GC GROUND OVERCURRENT RElAY OC OVERCURRENT RElAY PAl PO~ FACTOR METER V VOLTMETER VS VOLTMETER SWITCH WHO WATTHOUR DENAND METER CD IN SCOPE Of' WORK / , 688:5 MR I I I I I I I I I HOLD I I @)ar"-€) : ~-8 i I I, , ~~~~~~~~~~~~~~~~~~~~~~1-------------~ I I ":" I I L____ I I I -l-J- I L_________ ,I ---..---- I I I I _J___I__ I I ---..--------- I I II ---~--- ________..____ - I I I I , I I I I : 1 : t: --4--- ___J___ -1--____________ I :: --~---~--------~ I I I I I I I I I I I I I I I I I ! i JI I I I I - _ -'- - - - - _ _ _ -L_ I I ---------------- I , I I I I I I BLOCK MAIN FIBEROPTIC LTC COMMUNICATIONS _____J I I FEEDER 1283 I I FEEDER 1281 z o I--ot t- U ::) 0: t- en Z o U 0: o IL. G-20 Y2332Ge2 w JAN 2884 ~ Y2332 !a FEEDER 1282 TriA xis BY APVD THIS ~. AND DiE ~ AND DESIGNS INCORPORATED HEREIN. AS AN INSTRIAlENT IF PRDF<SSIONAI. SERVICE. IS 1ltE PROPERTY IF 1RIAXIS ENGINEERING. INC. AND IS NOT TO IE USED. IN ..OlE OR IN PART. FOR ANY OTHER PROoIECT lIITHDUT THE lIRITTEN AII1HCRlZATICH IlF TRIAXIS ENGINEERING. INC. OF" STREET SUBSTATION REUSE OF DOCUMENTS BAR IS ONE lNot ON ORIGINAl. DRAWlNCl e l' If" NOT ONE INQt ON THIS SHEET. AIWST SCALES ACCQRDINCll. Y ONE-UNE DIAGRAM -f"' STREET SUBSr A nON CITY OF PORT ANGELES PORT ANGELES, WASHINGTON :67p"neenn~ ~c. NO DATE REVISION 2-13-84 ACTl'€ PRJ\F'ORr ANGtlES\F-STREET SUB\Y2332-Y233J\DRAWIHGS\Y2J32CE11 DWG ~~~ 0' e" I' r ~' ~ SCllE: 1/2".1'-0" . ... I ;., . o I N . '" I ;,. I -1- - EXISTING TRANSFORMER '" SWITCHGEAR FOUNDATION r ffi 2 ~ c.obl !Z ili<C "e: mc.o ~! Bfa -x 2", WI 4'-10" -__-1--______ I { EXISTING TRANSFORMER NEW CIRCUIT SWITCHER FOUNDATION, SEE DETAILS AT RIGiT 2'-9 7/16' 2'-9 7/16' g'-g' g'-g' I -t- P ARllAL FOUNDA lION PLAN 1/2"=I'-e' TriA xis NO DATE REVISION EXISTING SWITCH STRUCTURE FOUNDATION BY APVD o o o REUSE OF DOCUMENTS THIS llOCIAIENT, NGl THE IDEAS NGl IIESIGNS IIfCOIlP(lflATEO HEREIN, AS AN INSTRUIIENT Of' PRoFEssIONAL SEIMCE, IS _ PROPERTY Of' lR1AXlS EN_ INC. AND IS NOT TO BE USED. IN lIiCllE OR IN PART, FOR ANY cmo PRO.ECT WITHOUT THE IIUTTEN AUlHORIZATION Of' l1UAxJS ENGINEERING, INC. FORM TOP OF PIER SET TOP OF PIER ELEVATION 1'-e' HIGHER THAN EXISTING TRANSFORMER '" TO\'\ER PAD FOUNDATION bj!: Ic.o ~~ :n rOil .". =. "'" ANCHOR BOLT ~ N L-:~~ER ~J-HOOK IS ALSO ACCEPTABlE .tillIE:. SEE NOTES FOR ANCHOR BOLTS, THIS SHEET ANCHOR BOLT DETAIL NTS 8AR IS ONE 1N0l ON ORIGINAL DRA_ G I" IF NOT ONE 1N0l ON lHlS SHEET, _ SCALD ACCOROINGI. Y. s ~ I · ~~ -' . NN I . ;... N J/4' OlAMFER All EXPOSED CORNERS, TYP f3TIESO J SET 0 J" SPA 0 TOP REMAINDER 06' SPACING FOR PIER CAP / t.:;r, ~'/ ,_ ,~-::I6,~T REINI'ORCING . ANOlOR BOLT, TYP OF 4 4-15 x J' -e' 1It:RTS IN CORNERS OF TIES 2" ClR TYP ..E.!.At:I ANCHOR BOLT, TYP OF 4 EACH FOUNDATION. SEE ANOlOR BOLT DET AD.. AND ANOlOR BOLT NOTES j!: lDlh 10 ;"11. <C U PIER 1It:RT REINF FUll HT (LOCATE TO aLAR A.B'a.) CONSTRUCTION JOINT BETWEEN FORMED AND DRILlED PIER SECTIONS, SEE PIER CONSTRUCTION SEQUENCE NOTES END Of' SPIRAL HOOP REBAR CAGE, DIAt.lETER=I' -6' 13 SPIRAL HOOP AT 6' PITOl IN DRIlLED PIER " . ~=Im- 2'-e' IER DIA SECTION CIRCUIT S~TCHER FOUNDATION NTS PIER CONSTRUCTION SF'OlJENCE NOTES' 1. AUGER HOLES FOR PIERS. 2. CLEAN OUT LOOSE son. IN BOTTOM OF HOLE OR OVER-AUGER J'. J. SET AND BRACE REINFORCING CAGE. 4. POUR PIER CONCRETE. 5. SET TOP REINFORCING. e. FORM PIER TOP AND FIRMLY ATTACH ANCHOR BOLTS. 7. POUR PIER TOP. s -s . NOTES FOR ANCHOR SOL TS' 1. REFER TO SPECIFICATIONS FOR ADDITIONAL ANCHOR BOLT REQUIREMENTS. 2. THE ANCHOR BOLT MATERIAL SHAll BE ASTM AJe7. J. THE ANCHOR BOLTS SHALl BE GALVANIZED IN ACCORDANCE TO ASTM A-I53. 4. THE ANCHOR BOLTS SHAll BE THREADED 01lt:RSIZE TO AllOW FOR GALVANIZII>tG. 5. NUTS SHAll. COMFORM TO GRADE DH OR ASTM A-56J AND SHAll BE HOT-DIP GALVANIZED IN ACCORDANCE TO ASTM A-153, CLASS C. FINISHED DIMENSIONS OF GALVANIZED NUTS ARE TO BE PER ANSI BU. NUT THREADS ARE TO BE TAPPED OVERSIZE TO TURN WITHOUT UNDUE Ef'I'ORT. 6. ANCHOR BOLT, DIAMETER, SPACING, AND PRCl.ECTIONS SHAll BE 1It:RIFIEO WITH THOSE REQUIRED BY CIRCUIT SWITCHER MANUFACTURERS PRIOR TO EMBEDMENT. 7. ARRANGE VERTICAL REBAR TO AlIOm INTERfERENCE WITH ANCHOR BOLT PlACEMENT. CIRCUIT S~TCHER MOUNTING PEDESTAL BASE DETAIL NTS 'F" STREET SUBSTATION 'r STREET SUSSTA TION CITY OF PORT ANGaES PORT ANGELES, WASHINGTON PARTIAL FOUNDATION PLAN AND DETAILS SHEET I fXPIlES g-Z-ZCWOf I :67p~~nn~ mc. z o - I- o ::> 0::: I- U) Z o o 0::: o I.L. C 10 Y:lJ32C91 LLI JAN :laa4 ~ Y23J2 fa 2-1J-84 ACTIVE PRJ\PORT AHGEl.ES\f-STREET 9J8\Y2332-Y233J\DRAWINGS\VU32C82DWG ~~~ 9' e" " r ~' ~~ 5C.Il.E: 1/2".1'-0" I EXPIRES g- 2' ~ZCII01 I l' TriA xis :cAp'n~/7nft hc. SEE DETAIL 2. SHEET C-3 (TYPICAL) EXISTING TRANSFORMER " SWITCHGEAR FOUNDATION CT J-BOX MOUNTED I" CONDUIT ~ ON TRANSFORMER SEE DETAIL 5. ~ _ _ __ SHEET C-3. I"CONDUIT TO cra i7 - SEE SHEET E-l. EXISTING CONDUIT XFMR I I" CONDUIT ---I I , i: :f 2-2" CONDU~' RUN : ALONG TOP OF SWITCHGEAR ENQ.OSURE i : NEW CIRCUIT SWITCHER FOUNDATION. SEE SHEET C-l SEE DEl AIL 2. SHEET C-3 NEW (2) 2" PIIC. SEE DETAIL 3, SHEET'C-3 14/e CU GROUND 1 WIRE TO EXISTING GROUND GRW --'" (TYPICAL) -y - I -..L- ;;1- SEE DEl AIL I, SHEET C-3 (TYPICAL) NO. DATE '--- "\ '" '" -7 '" '" / '" . c,> .. Q' ...,..y;::::.. %~ '" '" / REVISION APPROXIMATE EDGE OF SWITCHGEAR ENQ.OSURE SEE DETAIL .... SH C-3. LOCATE CONDUIT PENETRATIONS AS DIRECTED BY THE OWNER!ENGINEER , , I, : i I, " , /0 ;/ /,,- '" '" '" '" '" / '" '" / EXISTING SWITCH STRUCTURE FOUNDATION REUSE OF DOCUMENTS BY AP\1l THIS DOaAIENT. _ THE IDEAS _ DEsIGNS INCORI'ClRAlUl HEREIN. AS AN INS1RUIIENT Of' PRClFESSIONAI. SERVICE, IS THE _TY Of' TRIAXIS ENGJNaJlING, 1Nt. _ IS NOT TO 6E USED, IN IIHQ.[ OR IN PART, FOR ANY OtHER PROoECT WI1HOUT THE IRITTEN AUYHORIZATION Of' TRIAXIS ENGINEERINC. /IIC. ,. ~ ,. ,. /" ,. ,. ~ ,. ,. // ,. '" /' ,. 0/ 0-__ BAR IS ONE INCH ON ORIGINAl. ORAWING e ," IF NOT ONE INCH ON THIS SHET, AO.lJST $CAIn ACCORDINCI. Y. .~ i-<;"\ ~'1.C1l'1. <(;~~'<- / X~T..1" C FOR 120J'-i LEGEND - - - -NEW 14/e C\J GROUND WIRE - - - - EXISTING GROUND GRW - - - - NEW 2" PIIC CONDUIT - - - - NEW I" PIIC CONDUIT - - - - EXISTING CONDUIT "F" STREET SUBSTATION -f" STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON PARTIAL GROUNDING AND CONDUIT PLAN z o ..... I- o ::J 0:: I- (I) Z o o 0:: ~ C-2 C Y2332C92 W ::J JAN 299... (I) Y2332 ~ 2-13-84 ACTNE PR~T ~-STREET SUB\Y23J2-Y2JJJ\DRAWIHGS\Y2-'32C83.0WC NEW CABLE TO CABLE GROUNO WElD CABLE TO CABLE - BELOW GRADE DETAIL 1 NTS TO cr. TO CONTROl HOUSE CT SHORTING BLOCK CT JUNCTION BOX (12"x12") DET AIL 5 NTS TriA xis cnp'~nnft .mc- NO. DATE BOLTED BRONZE GROUND CLAMP. PDU 11-194 CIRCUIT SWITCHER GROUNDING DETAIL 2 NTS ALSTOM CONTROl CABINET 12/8 CU GND SECURE EVERY 12" WITH OUTDOOR NYLON WIRE TIE CIRCUIT SWITCHER CONTROL CABINET GROUNDING DET AIL 6 NTS REVISION BY APW CIRCUIT SWlTCHER CONTROL CABINET REUSE OF DOCUMENTS THIS DClCUIIENT. _ ntE IDEAS _ DESIGNS INCORPORATED HEREIN, AS AN IN5TR\JIlENT OF PRllFEsstONAI. SERVICE, IS 1HE PRllPERTY OF TIUAXIS EN_ 1Ne. _ IS NOT TO BE USED. IN ...CU: OR IN PART. FOIl ANY OTHER PRO.ECT W1lHOUT THE lflITTEN AUTHOAIZAllON OF TRWas ENGINEERING, INc. CIRCUIT SWITCHER CONDUIT DETAIL 3 NTS BAR IS CIlE 1N04 ON ORIGINAl. DRAWING e ," IF NOT ONE IN04 ON THIS SHEET. IlIl.AJST SCALES ACCaADlNGLY. -f"' STREET SUBsr A TION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON CONDUIT BODY, TYPE LB CONTROL HOUSE 2" CONDUIT. FlEXIBLE UQUID TIGHT COUPLER '" UNION. TYP 2" P'.'C TO CKT SWlTCHER CONTROL HOUSE ENTRANCE DETAIL 4 NTS CONDUIT NOTES: 1. VERIFY ROUTING OF' CONDUIT WITIH CIRCUIT SWITCHER MANUFACTURER DRAWINGS TO DETERMINE LOCATION OF OPERATING CABINET. :z. CONTRACTOR TO FURNISH AND INSTALl CARLON COMPANY. ~~g~C:DP~r'iN~ i~Ni~~~.r~~ITiN B~~gsAN~~ TECHNICAL SPECIFICATION TO PROVIDE COMPlETE CONDUIT SYSTEM. 3. FOR CONDUIT PLAN. SEE SH C-:z. 4. CONDUIT RUNS ARE 2" PIIC SCHEDULE 48. GROUNDING NOTES, 1. GRDUND CABLE TO BE TRAINED NEATLY OVER FOUNDATIONS. :z. FOR LOCATION OF' GROUNDING DETAILS. SEE SHEET C-2. 3. VERIFY CATALOG NUMBERS PRIOR TO ORDERING MATERIALS. 4. ILSCO DE-OX NAEC 96635 (NON-GRIT'l SHALl BE USED ON ALl FITTING SURFACES AND BOl"T THREAD$. "F" STREET SUBST AnON GROUNDING AND CONDUIT DETAILS z o ..... t- O :::J ~ t- (I) Z o o ~ ~ C :3 C Y2JJ2C9J W ::J JAN 21394 (I) Y2JJ2 ~ 2-13-84 Aem( PR./V'ORT AHCElESV-STREET SU8\Y23J2-Y2J3J\ORAW1NGS\V2332E&10M: --- '$~ ~r f ~' SCAlE: 3/8".1'-0" 8' I TriA xis C/?.P'n~nnfl mc. NO. DATE j.. I ;., . Gl .1 ... . '" 1 ,.. ~~ I APPROX OUTLINE Of' EXISTING TRANSFORMER ~ 4. REUSE OF DOCUMENTS 8Nl IS ONE INCH 0< OAIGlNAI. DRAWING e I" IF NOT ONE INCH 0< THIS SHEET. AIIoAIST SCAlES ACCORDINGlY. REVISION THIS 1lClCUMEHT. MID THE IDEAS AND DESIGNS INCllRPCIlATED HERDN. AS AN JNS11lUIl[NT OF 1'A00000000AI. SERVlCE, IS THE PROPERTY OF TIUAXIS ENGJNEERJNG, INC. MID IS NOT TO BE USED. IN IlHOLE OR IN PART. FOR ANY OTHER PROoECT WITHOlIT THE IIllTTEN AUTHORIZATION OF 1'RIAXIs ENGINEERING, INC. BY APW APPROX OUTLINE Of' EXISTING SWITCHGEAR EXISTING TRANSFORMER AND SWITCHGEAR FOUNDATION ~ 1. CONTRACTOR TO EXTEND CT CONDUIT TO CONTROl HOUse: AS REOUIRED. 2. CONTRACTOR TO EXTEND CIRCUIT SWITCHER CONDUITS TO CONTROl HOUse: AS DIRECTED BY O'MolER. (ITEM 17) "F" STREET SUBSTATION -r:- STREET SUBsr AnON CITY OF PORT ANGaES PORT ANGELES, WASHINGTON PARTIAL SUBST A nON PLAN SHEET z o 1-4 t- o ::> 0::: t- en z o o 0::: o lL. [-1 C Y2332E91 I.LJ JAN 2994 ~ Y2332 ~ 2-13-84 AC'n'f{ PR.I\PORT ANGELESV-STREET SUB\Y2332-Y233J\PRAWINGS\Y2.lJ2E82.D'AC ,> ' ' !' , EXISTING PO~ , FUSES AND RlGW BUS , TO BE RDotOVED );',,- <, 4'-9" SECTION 3/8"-I'-S" IA\ E-I TriAxis L'np'.b~n.b~ ..hc. NO. DATE REVISION BY AP'ID POlE A POLE B POLE C 12'-9 7/1~ 12'-9 7/16"1 SECTION 3/8"-I'-S" f8\ E-I REUSE OF DOCUMENTS eAR IS ONE !NOt ON ORIClINAL DRAlIING B I" IF NOT ONE INOl ON nus SHEET, AD.aJST SCALES ACCalD!NGl Y THIS DOCUIlENT. NIll THE IDEAS _ DESIGNS _TED HfJlEJN. AS .... JNSTRUIIENT f1F PROF<ssroNAL SERVICE, IS TIlE PAOPalTY f1F TRIAXIS ENCJNEERINc:, !Nt. AND IS NOT TO BE USED. !N lftQ.E OR !N PART, FllR ....Y OTHER PRO.IECT lIl"THCIUT THE IIUTT[N AII11la<IZATlON f1F TlUAlCIS ENGJNEERDIC, !Nt. * ITEM NO I 2 3 4 5 6 7 8 9 10 " 12 13 14 IS 16 BILL OF MATERIALS DESCRIPTION CIRCUIT SWlTCHER.' 69KV. WITH VERTlCAl. INTERRUPTERS TERMINAL. TEE. I" IPS CU TUBE TO I" IPS CU TUBE, BOLTED TERMINAL. I" IPS CU TUBE. 45" ANGLE TO 4-HOLE PAD. BOLTED TYPE TERMINAL. I" IPS CU TUBE, STRAIGHT TO 4-HOLE PAD. BOLTED TYPE TERMINAL. STUD TO 4-HOLE PAD. BRONZE (NOTE 7) BRONZE EXPANSION CONNECTOR, 90" 2" PVC SCHEDULE 40 CONDUIT TERMINAL. I" IPS CU TUBE. 90' ANGLE TO 4-HOLE PAD BOLTED 1YPE CORONA BELL. BRONZE. INTERNAL EXTERNAl SUP O\/ER BUSHING crs 600.5 MR. C200. SEE NOTE 6 I" FlEX STEEL COI\DUIT I" 90" CONDULET I" RIGID STEEL CONOUIT I" SPS COPPER BUS DC PANEL WITH BREAKERS. 250 VDC, lOOA MAIN. SURFACE MOUNT AC PANEL WITH BREAKERS, MAIN LUGS 200A. SURfACE MOUNT lKllES; 1. * - INDICATES OWNER FURNISHED 1TDotS. ~ - INDICATES EXIST1NG MATERIAl TO REUSE. 2. MATERIAL UST IS INTENDED TO SHOW MAJOR EQUIPMENT 1TDotS. ADDIT1ONAL. MISCELLANEOUS ITEMS MAY BE REQUIRED FOR A COMPLETE INSTAUATlON. 3. MATERIAL QUANTlTlES SHOWN ARE fOR CONTRACTORS CONVENIENCE. CONTRACTOR TO \IER1fY QUANTlTlES AND CATALOG NUMBERS PRIOR TO ORDERING MATERIALS. 4. MANUfACTURERS REfERENCE NUMBER INDICATES TYPE Of MATERIAL INTENDED. OTHER MANUfACTURERS EQUIPMEtoi MAY BE USED SUBJECT TO OWNERS AGREEMENT. 5. VERIfY "TRANSFORMER H.V. BUSHING STUD DIAIIETER. 6. VERIfY WINDOW CT DIMENSIONS WITH TRANSfORMER BUSHING PRIOR TO ORDERING. 7. \IER1fY BUSHING STUD SIZE BEFORE ORDERING STUD CONNECTOR. -r- STREET SUBST AnON CITY OF PORT ANGELES PORT ANGELES. WASHINGTON Of" STREET SUBSTATION SECTIONS AND BILL OF MATERIALS MANUfACTURER REf ALSTDM PDU 12-106 PDU 11-147-45 PDU 11-147 PDU 14-XXX PDU 15-686 PDU-l'-147-90 PDU-l11-105 KUHLMAN SQ. D. GE, cum.ER HAMMER SQ. D. GE, CUTTlER HAMMER z o 1-4 I-- U ::> 0::: I-- (I) Z o U 0::: o I.&..ISHEET E-2 0 Y2332ES2 ~ JAN 2994 (I) Y2332 ~ 2-13-64 ACTIvt PRJ\pClRT ANCiELES\F-STREET SU8\Y2332-Y233J\DRAWINGS\Y2332EB3 OWC I EXPIRfS 9-Z-~ I TriA xis :.67.P'n6'en~~ hoc. r-, I 1 I ~I I l51 I~gl lu...1 Igol ImlSl ,_,<, I~ml I:;~I lel 1-1 II-~I I ~I 1 ~I 1 I L_~ ITEM A R G SEl-2939 SEl-29JO 49X LOR CS SEL-587 SEl-587 TSA T58 TSC TSO SEl-351S IfEIJ) r-, 1 1 lIEm I ~I I l51 1"'--"" I",gl lIS... I Igol ~ ImlSl 1....<1 I~~I 1:;01 lell-I II-~I ITSO I ~I I ~I 1 1 L_~ r-' I I IIBII I ~I 1 l51 1"'--"" I~gl lu...' Igol ~ ImlSl 1....<1 I~m, ':;~I 1151-1 Irso II-~I I ~I 1 ~I I I L_~ 1"'--"" Irso FEEDER 1203 UNIT 5 FEEDER 1202 UNIT 4 FEEDER 1201 UNIT 3 PANEL DEVICE BIll OF MATERIAL R~1YD ITEN NO. 2 N-l 1 N-2 1 N-3 1 N-4 N-5 1 N-6 1 N-7 1 N-8 2 2 N-19 1 N-l1 1 N-12 1 N-13 3 4 REUSE OF DOCUMENTS ~ i r-, I I 1 ~I I l51 I~gl lu...' Igol ImlS' 1....<1 ,~m, I:;~I lell-I II-~I I ~I 1 ~I 1 1 L_~ NO. DATE BY APW THIS 0CICUIlIENT. AND THE IDEAS AND DESIGNS INCORP<lRATED HEREIN. AS All INSl1lUUENT or PROFESsIONAL SERVICE, IS THE PROPERTY or TRIAXIS ENGlNEERINc:, 1Ne. NIl IS HOT TO BE USED. IN w-tClLE OR IN PART. F'OR NfY OTHER PRO.ECT WITHOUT THE lIRITTEN AUTHlJIIZATlON or TRIAXIS ENClNEERlHCl, 1Ne. BAR IS ONE IHO! ON OAIGlNAL DRAWING e ," IF HOT ONE IHO! ON THIS SHEET. AIloAIST SCALES ACCClADIHQ. y REVISION r-"" IfElE I (1) DOOR LATCH. a (MATCH EXISTING, TYP.)J ITSC MAIN BREAKER UNIT 2 NAMEPlA TE LIST SECOND LINE PROCESSOR ALARMS LOCKOUT CONTROL ALARM PROTECTION PROTECTION BREAKER 12et 1282 1283 r-l ~ 1 I I 1 I I 1 I 1 I. 1 I 0> 1 ;'1 1 01 1",01 I 01. I'" I co IU"'1 1001 I~",I I u'. 1....<' 0> I<m' I I IZZI 1;01 1"'1-' . I",z' 0> I I ,I-::> I I 01 I ~I I ~I 1 I I 1 I 1 I 1 I I L_J ~ 1. INSTRUMENTS AND RELAYS ARE SaU-FLUSH MOUNTED ON Ye" PAINTED STEEl PANELS. 2. DEVICES MOUNTED ON THE REAR OF THE PANElS ARE NOT SHO'M'l. SEE WIRING DIAGRAMS. 3. PHYSICAL ARRANGEMENT OF RACKS AND CABINETS IS SHOYtN ON THE CONTROl.. HOUSE LAYOUT DRAWING. i (2) DOOR LATCH (MATCH EXISTING) FABRICATE NEW HINGED PANELS TO REPLACE EXISTING HINGED PANELS. NEW HINGED PANELS TO MATCH EXISTING PANEl CONSTRUCTION . N I ;., ~ TRANSFORMER PROTECTION UNIT 1 THIRD UNE RELAY RELAY RELAY RELAY "F' STREET SUBSTATION -f"' STREET SUBSTATION CITY OF PORT ANGaES PORT ANGELES. WASHINGTON PANEL ELEVATIONS, NAMEPLATE AND MATERIAL USTS, AND CABLE SCHEDULE SHEET z o .... t- o ::> D::: t- oo Z o o D::: o \.&.. E-3 C Y2332E93 I.&J ::> JAN 2994 00 Y2332 ~ rllllll: - >- DC9, ./""" Ace 16 COPPER ,-... 21 22 v;::;? AC PANEl DC PAN~ + TRANSFORMER 1---jl99A SWITOlGEAR I RElAYS_~ ~EATERS~ . J5H JeA 1 J9A SPHl """ AC2~4 DCl J 29A 4eA rr: 2 rr: ~ TO UILDING TO ~NIT 1 rr: 1 2 (1) v;::;?TRANSFDRMER J6H A J 4 A SPH2 r HEATERS ~22 --SH E=9--'~ T- - - A J 4 A r .....fANS ""1 J9A 29A 21 DCSa c.:>. 29A 29A rr: 5 6 fT'-} + R99 rr: 5 6 rr: v;::;? -v 1 TO NIT 1, 'lC' 1 (@ A 7 8 A_ SPARE BATTERY SH E-9 A 7 8 A 5122 OlARGER 29A 9 19 29A 29A 9 19 29A c.:>. {-~ fT'-} -S4 {-~ rr: SPARE _A 1 12 ~ SPARE COlotM [ SPARE ~ 11 12 A ( = SWITOlGEAR 29A 29A OFF - ~gADA DCl~15 c.:>. 29A 29A rr: lJ 14 lJ 14 ....... UGHTS AND SPARE { A I 15 fT'-} TO NIT 2, 'lC' 1 rr: rr: ( 'lC' RE:TACLEj 16 A_ SPARE Bl, ,39 SH E-29 A 15 16 A J5L ~"7 18 ~ """ TO CIRCUIT J DClW9 L"'>. 29A 17 18 29A E-9g ~ miNCWHEATER rr: fT'-} v ~ ~ ~ E-r; J,~ 1 A ~ SPARE 19 29 19 29 $;::9'<.:7 29A 21 22 29A ,L """ TO UNIT 4, I 29A 21 77 29A ....... ....... {-~ fT'-} 5< ~ 2J 24 ~ X f6 5Nt? 5, SPARE ~ 2J 24 A_ SPARE v;::;? 29A 29A ~ SH E-4J 29A 25 26 29A {-~ fT'-} ~........ SPARE _A 27 28 A_ SPARE Tr:v'F" =-./ G IJeG , 29A 29A rr: 29 Je fT'-} 0'__ N I J9N A Jl J2 A_ SPARE I1~J GE TUl2412CCU~ THWL BI<RS OR APPRO EQUAl. GE AEFl39188 2-13-64 ACTM PRJ'\pORr ~GE1.E5V-5TREET SUB\Y2332-Y2333\DRAWINGS\Y2332EMDWG ~I 183" I~ TO UNIT 1, SH E-9 J6" 36" J6" J6" J6" -- ~ fEEDER fEEDER fEEDER MAIN TRANSFORMER .,; 129J 1292 1281 BREAKER PROTECTION - . "! ii ~ ~ EXISTING BAT::S~____ i I BATTERY I I AC PANEl I I DC PANEl I OlARGER (ABOVE) ACl /J TO UNIT 1, SH E-9 ACl /J TO UNIT 1, SH E-9 ACl7, TO UNIT 1, SH ACl9, TO UNIT 1, SH TO UNIT 2, SH E-4e TO UNIT J, SH E-41 In co 48 DC PANEL WITH 100A MAIN BREAKER DC PANEL BREAKER F\JNCTION SIZE SIZE 2P-29A DC TRANSfORMER PROTECTION I6CU PANEl 2P-4eA CIRCUIT SWITOlER 119 CU MOTOR AND a.OSE 5 2P-J9A UNIT 1 I6CU 6 8 2P-29A DC TO CIRCUIT SWITOlER TRIP 9 11 2P-29A DC TO CIRCUIT SWITOlER TRIP 119 CU 19 12 2P-29A fEEDER 1292 CONTROL POWER 119 CU lJ/15 2P-29A MAIN BREAKER CONTROl POWER 1416 2P-29A FEEDER 129J CONTROL POWER 17 19 2P-29A FEEDER 1291 CONTROL POWER 119 CU 18 29 2P-29A SPARE 21 2J 2P-28A SPARE 118 CU 22 24 2P-29A 118 CU 25 27 2P-28A 2628 2P-28A 118 CU 29 1 2P-28A BATTERY OlARGER CONNECTION Je J2 2P-28A DC 18/28 DC 29/31 119 CU / /' DC CABLE SCHEDULE NO. CONDUCTORS 2 2 fROM BATTERY DC PANEl LENGTH 19' 69' TO DC PANEl UNIT 11 CIRCUIT SWITOlER UNIT 11 CIRCUIT SWITOlER F\JNCTION MAIN PANEl FEED TRANSFORMER RElAY CONTROL CONTROl.. a..OSE 2 188 DC PANEl 69' le9' 2 2 DC PANEl DC PANEl 58' 58' 59' 58 2 DC PANEl UNIT f4 DC PANEl UNIT #2 DC PANEl UNIT #5 DC PANEl UNIT #J 2 2 2 2e' 2 DC PANEl BATT OlGR BATTERY OlARGER TriAxis I EXPIRES. Q-l'-~ I ~.P'.b~n.b~ mc. NO. DATE REVISION BY APW OR APPROVED EQUAl. DATA CABLE SCHEDULE F\JNCTION CAB TYPE LENGTH fROM PORT TO PORT F\JNCTION NO NO. NO. TRANSFORMER D SEl-C27J A 8 SEl2939 1 SEl587 2 DATA HIGH SIDE CT UNIT 1 UNIT 1 COMM BUS CT D SEl-C27J A 8 SEl28Je 2 SEl587 2 DATA UNIT 1 UNIT 1 CONM CIR. SW. D SEl-C27J A 28 SEl28Je J SElJ51S 2 DATA CONTROlS UNIT 1 UNIT 2 COlotM TRIP ALARMS D SEl-C27J A 28' SEl2839 4 SElJ51S 2 DATA UNIT 1 UNIT J COlotM D SEl-C27J A J6' SEl28Je 5 SElJ51S 2 DATA UNIT 1 UNIT 4 COMM D SEl-C27J A 44' SEl2939 6 SElJ51S 2 DATA UNIT 1 UNIT 5 COlotM 16 CAB SIZE NO. CTl 1 119 CU CTl 2 119 CU CTl J 112 CU CTl 4 119 CU CTl 5 CTl 6 CTl 7 CTl 8 CONTROL CABLE SCHEDULE CO:~UCfORS LENGTH 4 199 fROM TRANSfORMER CT UNIT #2 UNIT #1 TO UNIT #1 28' 68 4 12 UNIT 11 CIR. SW. 69' 12 UNIT #1 TRANSF. AC PANEL WITH 200A MAIN LUGS AC PANEL CIRCU 9REAKER F\JNCTION CABLE NO. SIZE NO. 1/3 2P-39A SWITOlGEAR HEATERS 24eV (J5lot, J6H) Ace 2/4 2P-39A SWITOlGEAR BUILDING SPACE HEATERS AC l/J 5/7 2P-39A TRANSfORMER 24eV, CA2,J AC 2/4 6/8 2P-28A SPARE AC 5/7 9/11 2P-15A SPARE 19/12 2P-15A SPARE AC 6/8 lJ/15 2P-29A SPARE AC 9/11 14/16 SPARE AC 19/12 2P-29A AC lJ/15 17 lP-28A SWITOlGEAR UGHTS AND RECEPTACLES AC 14/16 18 lP-29A CIRCUIT SWITOlER HEATER AC 17 19 lP-29A UNIT 1 AC 18 29 lP-29A BATTERY OlARGER 129V AC 19 21 lP-29A UNIT 2 AC 29 22 lP-2BA UNIT 4, FEEDER 1292 AC 21 2J lP-29A UNIT J, FEEDER 1291 AC 22 24 lP-29A UNIT 5, FEEDER 128J AC 2J AC 24 REUSE OF DOCUMENTS BNI IS CINE INCH ON ORIGIN..... DRAWINC G I" IF NOT CINE INCH ON THIS SHEET, _ SCAlES ACCOAIlINGL Y -f"' STREET SUBSTATION CITY OF" PORT ANGELES PORT ANGElES, WASHINGTON THIS OOQJIlEHT, _ TIf[ IDEAS _ IlESlGNS INCOAPORATED HEREIN, AS AN INSTRUIlENT aF PIlOFEssION..... SERVll%, IS 1l4E PIlOPERTY aF 1RIAXIS ENGINEERlNc:. INC. ANO IS NOT TO IE USED. IN ..cu QA IN PART. FOl ANY OTHER PRO.ECT WITHOUT TIlE IRITTEN AIJlItORlZAT1llN aF 1'IUAXJS ENCINEERINC, INC. 48V BATTERY TO CIRCUIT SWITOlER a..OSE TO CIRCUIT SWITOlER TRIP DC18/12 TO UNIT 4, SH E-42 DC14/16 TO UNIT 5, SH E-4J SIZE I1CU I6CU I6CU #12 CU #19 CU AC CABLE SCHEDULE NO. OF" CONDUCTORS J 1 2 F\JNCTION MAIN PANEl FEED SWITOlGEAR HEATERS SWITOlGEAR BUILDING HEATERS TRANSFORMER F"ANS LENGTH 69 69' 69' 69' 189' AC PANEl AC PANEl 2 2 #12 CU 2 68' AC PANEl #12 CU 2 188' AC PANEl #12 CU 2 59' AC PANEl 112 CU 2 29' AC PANEl #12 CU 2 58' AC PANEl #12 CU 2 58' AC PANEl #12 CU 2 59' AC PANEl #12 CU 2 59' AC PANEl SPARE SPARE SPARE SPARE SPARE SWGR UNIT 11 SWGR UGHTS 6: RECEPTS C<T SW CIRCUIT SWITOlER HEATER UNIT 11 BREAKER a.OSE 6: MOTOR BATT OlGR BATTERY OlARGER UNIT #2 BREAKER a.OSE 6: MOTOR UNIT f4 CIRCUIT SWITOlER HEATER UNIT #J BREAKER a.OSE 6: MOTOR UNIT #5 BREAKER a..OSE 6: MOTOR "F"" STREET SUBST A nON z o ..... t- O ::> It: t- (/) Z o o It: o ..... E-4 C Y2JJ2E84 W JAN 2B9. ~ Y2JJ2 fa MQ.IES 1. RELOCATE BATTERY OlARGER TO WALL ABOVE 8ATTERJES. CONTROL HOUSE PLAN VIEW CABLE SCHEDULE AND AC AND DC SCHEDULE 2-13-94 ACTIVE PRJ\P(lRr AHcnES\F-STREET SUB\Y2332-Y23JJ\DRAWINGS\Y2J32Eas.OWC I ExPIRES 9 -1' ~ZClO"l I Z (A' 00>> ~Iij!j ~"'~ B' i!'ir.U1 I-l:l::> Bilica C. ~t:f~ ~U1:l! N , CONTROL HOUSE : ------------------1 r----------------i I I msntIli I I I TRANSFORMER I , I 67-12.47SKV , I I 75ElB/9J75KVA, WI LTC I , I d::..6 I I I ~ I , I nm I I I I \. BUS DUCT ), I I v_ .. I EXISTING CT'S IN SWITCHGEAR (UNIT 111) 1288: 5 C1 C2 STB-l)STB-2ISTB-JISTB_6 TB87 C2J C11 CI21 CIJ I C94 UI B~ :l!~ lil I- CTB-51 CTB-61 CTB-7 STB2-6 0--0- CTB-8 T4-le (UNIT 2) TriA xis NO IDATE Ln.P"n~nQ~ hCo III NEW EXTERNAL BUSHING CT'S 681l: 5 MR CONN: JClCl:5 X2 / '1 I " lee ~ "-' ' I I L = I ---------_______J CHJI2I CH2121 CHl TB99 II TB111 TBlle TBICl9 TBICl8 TBle7 Tal 86 ~ l- I!] III I- ~ ;:]- -~u~ IAWl I ~:Il~ TBles TB1ClCl 5 -< UI l- I!] le 6 C2J C22 C21 TIf86 TB98 TB85 TB97 TB84 TB96 NEW SEL-587 RELAYS (UNIT I) REUSE OF DOCUMENTS BAR IS ONE 1N0l (Ij ORIClNAL DRAWING I '" IF NOT ONE INOl ON tHIS SHEET. A1WST SCAlES ACClWlINGl.Y. REVISION tHIS OOCUMENT. AND THE JIl[AS AND llESIGNS INCClRPORATm HEREIN. AS AN INSTRUIlENT OF PRclFEssI(ljAL SERVICE, IS TM: PROPERTY OF TIUAXIS ENGINEERING, INC. ANa IS NOT TO BE USED. IN lIIHCU OR IN PART. FOR ANY OTHER PRO.GT wmtOUT THE IlRITTEN AUTHORIZATION OF TRIAxIS ENGINEERING. INC. BY IAPW !illY CIRCUIT SWITCHER X2 X2 CS-I -f"' STREET SUBST AnON CITY OF PORT ANGaES PORT ANGELES, WASHINGTON 6ellA ) r-A' ~ I '" ""'-B' ~ I > V C.! 1- .r. 1. 1. 77J<V - ":" - NOTES: I. FOR EXACT EQUIPMENT SPECIFICATIONS, REFERENCE THE INDIVIDUAl SPECIFICATION SHEETS. 2. All TERMINAl NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER J. VERIFY ONE, AND ONLY ONE, POINT OF GROUND ON CT CIRCUITS. DEVICE LEGEND: o TERMINAl BLOCK, CONTROl HOUSE IOiI TERMINAl BLOCK, FIELD EQUIPMENT o TERMINAL. EQUIPMENT 121 TERMINAl BLOCK, SHORTING TYPE "F" STREET SUBSTATION UNIT 1 AND 2 TRANSFORMER THREE-UNE DIAGRAM SHEET z o .... I- o ::> 0:::: I- (f) Z o o 0:::: ~ E-5 C Y2332E05 ~ JAN 2864 (f) Y2332 !!l 2-17-84 ACTI~ PRJ\PORr ANCELES\F'-STREET SU8\Y2.lJ2-Y2JJJ\DAAWINGS\Y2332EB6.DWC UW~ DC PANEL ~T .#/8 , AC PANEL_O<.l ~ I ~29A ~r4 ~2@ H (';) I ~f I I I I ~, I86T I I I I r I I I lC I ~~- I I u I Q I @ li! I I > I > I I ~ I I I 131 ~ I I I G 1SB: I L~~ Te37 TI-6 - 1'825 a.OSE 1'82-6 ~~15 n__~NIT 2 1'81-11 ~ 86T I h~ g/ ~~~ I i I I I I 2 2C I Tel-I 2 I l- I I ~1 , --------' Te2-7 T(+) Tl T a.(-)1 a.(+) (84) OPERATOR MECHANISIl CAB. CABINET HEATER CIRCUIT TeAC 36 r--.. -oC9~ 29 AMP TRIP 2 CIRCUIT TRIP 1 CIRCUIT 1'81 IA .!o~ C92 29 AMP Te2 \I TCMI ER 431/R lW~Tt I I EA I~ 63GXI 1i II 32 10 I .. W' 0 u ~I I~HI I o Te3 ~ I ~ : ~MPER ~ 1400 JUMPER l zL ~ re 95 W TeO:r~6ON 9 ~:~, 7 ~:~. 2 159 OHMS TeO:r~6ON 9 ~:~I 3 MAl 52-1 b G T 1 4 2W 3W ATt 30 MD 52TC1 2" 2~ 13.6 ohm l~. 6D9ATl 4D ATt 6W 4W !m2 1 Te2 19A 3r--..4 Lr--..~ u T 0 D I 1'8AC 1'81 C92 , 37 2A 29 AMP TBI C91 2 29 AMP EAT2 7 ~~ GNDI 7W 1-- n___: I 000 0000 I : 12345678 l- _ _ _ _ _ _ _ _ __I CABINET GROUND BAR REUSE OF DOCUMENTS TriA xis BNI IS ClNE 1N04 C>>I llRIGlNAL _MNG e ,. IF NOT ONE IN04 C>>I THIS SHEET. AO.AIST SCAlES ACClllIlINGI.Y THIS 1lClCUIlEHT. AND THE IDEAS NIO DESIGNS _TED HEREIN. AS NI __T (S! PRcfEssIClNAL SERVICE, IS _ PllOPERTY (S! TRIAllIS ENGINEEIlINC, INC. AND IS NOT TO BE USED. IN IIHOl.E ClIl IN PART. FllR N/y OTHER PRO.ECT WITHOUT THE IIUTTEN AU1HClIlIZATIClN (S! TRWas ENGINEERING, INc. r EiPlRES 9-1' -ZClO"l I :G7p'n~/7nJ? hc. NO. IDATE REVISION BY IAPW I I I )1 I I I I I' I I I I II I I C Te33 ?1'831 f1'838 'I Tt-4 1~1T1-2 Tt-9 I I ___--.J I C11 Gl ~ SPARE AUXIlIARY CONTACTS !~4~~4X~4~'4J~4~~4t~5!'5~'5!~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ IL5 ;2-117 ~2-IIL9 ;2-1 21 ~2-12L3 ;2_125 ~2-1 1 ~2-2 L3 ;2-2 5 ~2-2 ~7 ~2-2 16 I 29 24 26 4 6 8 ~ m ~ ~ ~ ~ m m m m 52 54 5& 58 69 62 64 66 68 79 ~~5uL~5~~6!~6i~6~~6~~6J~6~~7J:~7 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 9 52-211 52_213 52-215 52-217 52-219 52_221 52-223 52_~5 52-227 52-2 19 b I2fO 14 b I&rO 18 b 2ero 22 b 24f"G 26 b 2~G m ~~ m ~~ m ~~ m ~~ m m 72 7~ 76 78 69 82 84 86 88 99 CUSTOMER AlARMS 1'82 t t f B3 =f ::.n ~~ 43 IIBI 53 EA EGA EGA 88l.S 63GXI 63G 63G 42 1m 1 · ....., "... 60 AT2 2DIAT2 1'82 1'87 6W 2W 1'87 B4 190 94 92 SPRING SPRING LOW GAS LOW GAS LOW GAS CHARGED DISCHARGED LOCKOUT LOO<OUT AlARM RELAY GAUGE GAUGE < aa PSIG < aa PSIG 85 - 89 PSIG 1'87 95 1'81 BI TB8 191 TB8 193 ., ~m l'n r'~' ~~- 43L/R 49 74TC1 ~ 74TC2 3ir:.I 4 4 1'87 1'81 TB8 ! TB8 96 82 192 194 LOC~ MOTOR TRIPI TRIP 2 REWO THERMAL TROUBLE TROUBLE INDICATION OVERLOAD SET REa.OSER AT NO LESS THAN 29 eve. z o ..... ..... (,) ::::> a:::: ..... (I) z o (,) a:::: o La... [-6 C Y2332E96 ~ FEe 2994 (I) Y2332 !a NOTES' I~ All DEVICES SHOWN IN DE-ENERGIZED posmON 2 BREAKER SHOWN IN OPEN PosmON 3 Sf6 SHOWN AT ZERO PRESSURE 4 a.OSING SPRING SHOWN IN CHARGED POSITION 5 SPRING OPENED AND SPRING a.OSED MAIN CONTACTS "F" STREET SUBST A nON -F" STREET suasr AnON CITY OF PORT ANGELES PORT ANGELES. WASHINGTON CIRCUIT SWITCHER DC CONTROl SCHEMATIC 2-17-84 ACTM PRJ'\PCRT ANGElESV-STREET SU9\'I'23.32-Y23.33\t)R:AWINGS\Y2332EB7DWC INDICATION AND PO~ DC PANEl CKT 11/3 29A T2-1 T91 (+)-o~ T951 I I 1 I ~ ~ +t~ 2 ~ I A A 1 1 seii-293 SELl-=2e5' SELI-299 SELI-211 I SELI-213 T I ~I ~:t:~ f~'-F'< SELl .!,I ALARM I III I I T954 T956 I T942 T971 T952 1 0 I I ~ RETRIP ~ ~Ci-J MCB I T2-8 TSA G ! 14 I I ~ SEL2939 ~ --~Il I 12 ~I 1 I I86T ~I - Z92 __~~ I 18 ~ < I -1- (-)-0 T2-J T94 T957 ~ 86T I I T958 TRANSFORMER PROTECTION TRANSFORMER AlARMS T9B3 .. I .. ~ T92 (+) T959 ~ I I ~+~~fm-~' ~1:"f~.'-F< T9J-11 CB4 CBB CB2 C 63P_21 6JP_l1 710-2 A T T C81 n~ n~ @I 7 H 260 " CB3 ~,+~o-,: CB5 ... I Iii 1 '" ~' 49X-63X 4 n~ T964 C~~HJ RETRIP MCB ~~~JJ B--, I C I 86-LOR/T I " I I G__-.J @ 6 49X-63X 3 T94 T978 H TRANSFORMER TRIP SCHEME (UNIT 1) TriA xis :cn.P'n~n.nft hc- NO. DATE REVISION BY APVD @86T CaNT ACTS (CONTACTS SHOYItlIN RESET POSITION) 15 12 16~@21 22fJ@ I I r;; -, I ~-, ::'W u~~ ~~ r: _-.J "I 14 2J ;:!; l!l ~ I!! (-) T(+) T AMBER TRIP XA/R INDICATING CKT SWR SPARE MAJOR ALARM UGHT E-29 SCADA (FUTURE) SPARE 25 24rJ@ It r;;t, 26~ ~~j ~ ~ I!! ~ TM+ TMT TRIP MAIN 12.5I<V BUS BREAKER E-6 17 27 N m '" .. ~ C2 C(+) BLOCK a.OSE CKT SlWl E-6 NOTES: ,. "OR EXACT EQUIPMENT SPECII'ICATIONS. REFERENCE THE INDMDUAL SPECIF"ICA TION SHEETS. 2. ALL TERMINAL NUMBERS CORRESPOND TO THE PREI'lXED DEVICE NUMBER. DEVICE LEGEND: 26Q TRANSFORMER OIL TEMP TRIP 49X TRANSFORMER HIGH TEMPERATURE AUXIlIARY TRIP 63P-2 SUDDEN PRESSURE LTC TRIP 63PRX TRANSFORMER PRESSURE RElIEF DEVICE TRIP 63X TRANSFORMER SUDDEN PRESSURE AUXIlIARY TRIP 710-1 TRANSFORMER OIL LOW OIL TRIP 710-2 LTC LOW OIL TRIP 86-LOR/T LOCK OUT RELAY TRIP 49T-l TRANSFORMER WINDING OVERTEMP TRIP 63P-l TRANSFORMER SUDDEN PRESSURE TRIP LOR LOCK OUT RELAY OUT! LOR TRIP OUT3 MCB BACKUP DC TRIP SELC1 SEL CONNECTOR " SELC2 SEL CONNECTOR f2. SELl SEL 587 " SEL2 SEL 587 12 TS TEST SWITCH (F"MS-19A) o TERMINAL BLOCK, CONTROL HOUSE iii TERMINAL BLOCK, TRANSFORMER TERMINAL. EOUIPMENT -{>f- SILICON DIODE. 1 eeev, 3A. IN54e8 OR EQUAL REUSE OF DOCUMENTS "f"" STREET SUBSTATION aNI IS ONE 1N0t eN ORIGINAl. IlIlAWlNG a ,. IF NOT ClNE !NOt eN THIS SHEET. IlO.IUST SCAI.ES ACCllADIIfQ. Y. UNIT 1 TRANSFORMER DC SCHEMATIC DIAGRAM SHEET -f" STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON THIS 1lOCUMENT, _ THE IDEAS AND DESIGNS IN~TED HEREIN. AS AN INSl1lUIl[HT ar PIlClFESSIeNAI. SERYICE, IS 1HE PROPERTY ar TRJAllIS EMGlllEER:Nc:, INC. _ IS NOT TO BE 1JS(Jl, IN ..cu; OR IN PART. Fl'Al ANY OTHER PROoEGT WITH<lUT THE lIIITTIN AUlllOAlZATIClN ar l1UAXIS eNllINEEJlINa, INC. z o - .... o :J a:: .... (I) Z o o a:: o IL. E-7 C Y2332E67 ~ JAN 2664 (I) Y2332 ~ 2-17-94 ACTIVE PR.I\PORT ANGELES\f-STREET SJ8\Y2JJ2 Y2333\DRAWINGS\Y23J:zE88.DWC - CT JUNCTION BOX AT TRANSFORMER (C-3. DETAIL 5) I - - - -- I CIRCUIT SwtTCHER CONTROL CABINET TB - -- - - - - - - SHORTING 6ee- 5 IIR BLOCKS TBl TB4 TB6 I T4-1 ~r-1Xl I ~ ---- --- r;;~. 1 CBl:l IIAI.15 51 75 1IA2:13 ~~IX2 Cl- 2 CBl:3 76 1IA2:14 3 ~IXJ IIA1:16 52 I ::t= -IX4 I X5 X4 X3 X2 Xl I TRIP+ lA CB2:1 IIA1:17 53 77 1IA2:15 TRIP- 2A CB2:3 IIA1:18 54 78 IIA2:16 ~~IX5 I l~ TRIP+ lB CB3:1 IIA1:19 55 79 1IA2: 17 I -L IIARKED TURN SECONDARY TRIP- 2B CB3:3 IIA1:28 56 88 1IA2:18 ~ r-2Xl RATIO RATIO TAPS I IIOTOR+ 3 CB4:1 IIA1:21 57 81 1IA2:19 T4-2 59:5 19:1 X2-XJ - 1I0TOR- 4 CB4:3 IIA1:22 58 82 1IA2:28 I ~-2X2 188:5 29:1 Xl-X2 ~ Tl-4 C 5 CBl:2 IIA1:23 59 83 1IA2:21 9 -2X3 158:5 39:1 Xl-X3 , ~ -2X4 288:5 49:1 X4-X5 6 CBl:4,EA:A2 MA1:24 68 84 MA2:22 , 258:5 58'1 XJ-X4 Bl DT1:21 MA1:25 61 85 MA2:23 -4- :; 2X!i. - 388:5 69:1 X2-X4 B2 DTl:22 MAl: 26 62 86 MA2:24 I .....!!... I 488:S 89:1 Xl-X4 0I:'r-3Xl- 459: 5 9e-l XJ-XS T4-3 588: 5 188:1 X2-X5 I ~f-3X2- I 688:5 128'1 Xl-XS TB2 TBS TB7 IS r-3X3- T4-4 ~r-3X4- I - Tl-3 C2 7 ER:12 MA2:1 63 87 MA2:25 I ~ - Tl-2 C17R ER:13 IIA2:2 64 88 1IA2:26 I ~r-3X5- TAP SHO~ 389:5 X2-X4 - Tl-1 C+ 8 ES:21 IIA2:3 65 89 1IA2:27 -!Lf-+ I ~ TI-6 T 9 Ek31 1IA2:4 66 98 MA2: 28 I f--- TI-7 Tl 9R ER:17 IIA2:5 67 91 AT2:1W - - - -- 9A Ek61 MA2'6 68 92 AT2:2W 9AR ER:23 IIA2:7 69 93 Ek 53 '-- 411 ecu 511ecu-- "- 511 ecu 18 CB2:4 IIA2:8 78 94 EA: 54 18A CB3:4 1IA2:9 71 95 ER:31 4 X X .--- Tl-5 T+ 11 EA:13 MA2:18 72 96 ER:32 TO CONTROl TO H3 TO HI llA EA:4J IIA2:11 73 97 ER:33 PANEl BUSHING CT BUSHING CT B3 MB1:41 IIA2:12 74 98 CT CIRCUITS E-9 ~5I1ecu I I X I TB3 TBAC TBB I TO H2 f--- TI-9 Q. 13 IIA1:5 J5 99 MB1:4J BUSHING CT 17 Ek14 HT1:1W J6 I-- 188 MB1:44 18 IIA1:3 HT1:2W 37 I-- 181 Telll: 6 19 Ek 44 182 Telll: 4 T UNIT 11 28 IIA1:7 183 TeII2: 6 E-9 B4 IIB1:42 184 TeII2: 4 CA ~~ ~ TC TO TB-l TB-2 TB-4 ...-.,..- .-,. 1 1 T T T ......J.- b H F1 TB12 9 710-2 €: + -J- 2 2 T -t- T FANS + H F2 TB12-19 ~ -L- ft', tJ T T T I 260-3 ~ -t- 3 I 3 3 I =t= AC PNL-5/7 J LTC -T va -=- --t- T T- OPER. ~ V7 4 4 -~ T T GNDl + VOlTAGE- ~ ......" 5 5 [j - .....L I I ~ 71Q-l~ T~ -L 6 6 ~~ T T ~ ......" 7 T T 12345878 -+ REWIRE ALARII ~ ~ 7 ~ -T T 000000000 ~ CONTACTS ~ ---L 8 8 ~ <oj ~ 9 FOR NEW -4- -&- H TBll-l UNIT .1 9 9 9 T T Ii. 1fj- 19 19 '1i'" 1i- f--;i- I TRANSFORIIER 18 <oj -t'- ANNUNCIATORj -ff- ---f,- N TBII-2 11 11 '--if- --TI- 71-- ~ 4 AT2:7W -;t- SEE E-12 ---#- :it. AC PNL-19 J f-;'t "it I---;t- ~ ......:..=.... AND E-13 ~ 12 12 ~ .....:..::.. '-=- DIODE f-R- 1,,- ARRAY ~- - - - - - - - - + ~ ~ ......l!... u u TO UNIT 11 4 Q Q .., ~ 12 I12cu .:t ~ ""Cft III TB-3 TB-5 ~.l. T ~ <oj ... Ii. T ~ d Ii! l1. . d 71Q-l 7102-1 ~ ~ dli. ~ J- f-J l1. l1. a:!: l1. B tl a I t---& B II a 11-8 -t- ~ ....z 0 0 T ~ u U ~::I ~ Q Q -T ~ ~ 0 u ~ 260-3 T I-f- .... ~ XFMR uoum TEMP. T T ~-u-~ T T 1:j -te- "'"'ii"" ". " H --tt ~ -'-=- '--'-=- CIRCUIT SWITCHER INTERCONNECTION WIRING DIAGRAM 1:j SEE ALSTOII DWG NO. SW89CBl J8 ~ ANNUNCIATOR PARTIAL TRANSFORMER INTERCONNECTION WIRING DIAGRAM - ...... SEE Of'" STREET SUBSTATION ORA WINGS 9 AND 18 ~O.B~ FOR COIIPLETE SCHEMA TIC AND WIRING DIAGRAMS ~ OtW~ .r~; .~. t Mil ~ I TriAxis DS~ H"'7~ REUSE OF DOCUMENTS "F" STREET suaST A TION SHEET E-8 1~~ :$ BAR IS ONE DIal ClN R ~Jf,"J." "", THIS DClQJIlENT. NIl THE IDEAS _ _S DlCClRF'CRATED alIGlNAL DRAWING -f'" STREET SUBSTATION TRANSFORMER ~~ Y2332E9a ~"IoN,n~ ::HK un R.. ...., ....n HEREIN. AS /lIl INSTRUIIa<T C1f PllOFDsIOIIAL SERVICE. IS tHE 8 ," CITY OF PORT ANGELES AND CIRCUIT SWITCHER PROPERTY C1f lRIAXIS ENGINEERING, IIIC. NIl IS NOT TO IE DATE JAN 2994 g-Z-~ I / .cn.P'n~n...?ft ,he: USED. DI 'M<OlE OR IN PART. FOR /lily OTHER PRO.ET WITHOUT IF NOT ONE DIal ClN PORT ANGELES, WASHINGTON , INTERCONNECTION WIRING DIAGRAM I EXPIRES "',. H'" 7F1 THE IIRITlDl AUTHORIZATION C1f TRIAlaS ENClIIEERINIl, INC. THIS SHEET. AlloIJST ~~OJ Y2332 NO. DATE REVISION BY APW SCALD ACCORDDlGl. Y z o ..... .- o ::> a:: .- (I) Z o o a:: f2 o w ::> (I) (I) ..... 2-17-84 ACmE PRJ\PCIrT AHC::O.ESV -STREET SUB\ Y2332- Y2J33\PRAWINGS\ Y2332E89 DWG HINGED PANEL ro'- L 11 TBJ&- 1 ~ TB2-8 TBJ1- 2 T TB2-7R TBJ2- J -a- TB2-7 - rBJ3.:.. 4 --T- TB1-5 rB34- 5 T TB2-11 TBJ5- II T TB2-9 TBJ6- 7 T1 TB2 9ft : 8 IlL TBJ-1J 9 f--!!:- JSP Cl 11 f--- f--- '-- T2 12112Cu TB1 - 1 ~ · -'4 TB4-~1 ~: 2 4 i-1=- -Ill 5 i--- ""'_11 TB~ III Mea TR1:'~ 1 TB2o- 7 -L - TB71- 8 AU ATlU..l1 TB72- 9 -m- ATRA...'~ --=- - ~== CD ~ iJi ! fl ~ ~ T3 1 VI 2 V2 J VJ : ...L TB53- II 183 TIU... TB54-7 183 ~ TB47- 8 TUT TB4Il- 9 ..!!!:!:.. -..~.. TB59- 11 lCF+ m~_" TB6&-....!!U... - li TB9&- 1 ~ 01-2 TB97- 2 012 TB99-TB9B- J 0lJ J 4 ...5!l!.. 5 _ 4fl8Cu-'~ __. II 5 ,......... 7 _~ cra:1I 1'885- 8 C22 CTIl-7 TB86- 9 C2J TB87-...E!!L II ~== T5 1~ 2~ J' J8G 41 J8G 5~ II~ 7~ 8 J8G 9 J8G J8G 11 J8G TBI86 J8G TB3-~ H I TBJ.'-J HI .1' I EXP1llES Q-? -ZtlO"f I TriA xis TO UNIT ~ ~ TO UNIT 2... #19 WIRES TO clRam J SWITCHER, SH E-6 f 2 UNIT 2, SH E-48 .(4) TO lCFMR ...... AlARIl, SH E-8 ..... TO lCFMR 'U' UNIT 2, SH E-48 .0. ~ ~C8 \;,:,I SH E-28 ....... TO lCFMR -< lIHIICT 011I, ...... SH E-8 J, ~3 f/6 AC -~ AB BKR. 1901. ) ~.1 '-f- RG CEIJ.(FVJ -I- 1 ~ II~~~~ ~II>I>- r- eo f-_ v lOkclNcc m .... -------.. i 19-.9745 CABLE 162211HA ~2 HI I 3 12 4 15KVA _~ ' CON T. PWR TRANSF. ~ 7209-24El/'29v 1 X2 xr ' II 0 0 'T 'fif ";" 16 f' 3li X3 W J NOTE 1) ~ ~) 1 ~ 19-.0745-::l I~ ,~ js'1~IHA 3-PT 720El /' 2Elv fI4 BARE lffH Iii r : ~ J 11~ r ~#4 ! c:~J8 c: I:T--' 16 CU GND JI1CU NO. DATE J.j'"\ TO TRANSFORMER. '-V SH E-8 l'rJ:--CA2 1'_CA3 N r- eo 0> .~i::~ f- 1 1 V7 :;fa (SEE ':"OTE 2) 1 ~NEAREST FRONT 2 3 I 2 3 de GRn RUS . 1',VB V9 FU 61. VI V3 V2 REVISION BUS RUN TO 12e90KVA 67900/12479 ............-.. N 3 2 1 - ~J l =~ RECEPTAC(ES~ llWlSFORMER FANS ""l v I .... :z o '" ... >- <II W ~ W :z >k TRANSFORM.,./" RELAYS ::.:=:r ..L .--CJ 1-1:2-., 1-C1 ) ") ~ r20El/5 , . """~8 WPANEL. "" SH E-4 """AC 17 I "" ~ ~:.IANEL. """,",C 5/7 Q'TO At PANEL. SH E-4 """AC 19 Q' ~ ~:.IANEL. I I =98 WPANEL. 'C'SH E-4 .......DCw 'C' ~ r:.IANEL. I ~!O UNIT 2, C SH E-48 C2 C3 C9 I """Ace ~ TO AC PANEL. SH E-4 ~ ~ ....... FROM UNIT 2, C21 <:.:ISH E-48 C22 LOW SIDE CT C23 :I::I: :I::I: CEl3 "'<0 "'''' It ~~ I , ~ - REUSE OF DOCUMENTS BY APVD THIS DOCUIlOlT. AND THE IDEAS _ DESIGNS INCORPClAATED HEREIN, AS .... INS1RUIlENT OF PRllFEssIOIlN.. SERVICE. IS THE PROPERTY OF TIUAllIS ENG!NEERlNG, 1Ne. _ IS NOT TO BE USED. IN IHOU OR IN PART. FOR ....Y OTHER PRO.ECT lIITHClUT THE lIIITTEN AUlIlORIZATJllN OF lRWcIS ENGINEERINC, 1Ne. BNl IS CItE 1N0l OIl ORIGlNN.. DRAWING e ," IF NOT CItE INCH OIl >>lIS SJiET. AD.MlT SCALD ACCORDJNQ.Y. FOR AC PANELS, DC PANELS AND CABLE SCHEDULES, SEE E-15. "f" STREET SUBSTATION CITY OF PORT ANGElES PORT ANGElES, WASHINGTON J:mD:. 1. REPLACE 118 GROUND,lNEUTRAL CAIIlES FROM 151<VA TRANSFORMER WITH 16 aJ FOR GROUND, 11 CU FOR NEUTRAl... 2. R98 RELAY INTERRUPTS 128VAC TO LTC CONTROl. · - CAUTION: CUSTOMER TO REMOVE JUMPERS WHEN CONNECTING TO REMOlE EQUIPMENT H - CELL SWITCH WHEN SUPPLIED SHOWN FOR BREAKER IN TEST POSITION. R90 - LTC BLOCK OPERATE S - MOC SWITCH WHEN SUPPLIED SHOWN FOR BREAKER IN OPEN POSITION. ~ - SHORT CIRCUITING TERMINAL BLOCK. (E) - PULL FUSE ~ - DUMMY FUSE NOTE TO CUSTOMER I LOCATiON OF APPARATUS, Y,'RES OR CI\8LES MUST NOT BE DETERMINED FROM DIAGRAM 2.PANEL CONNECTiONS SHOWN AS VIEWED FROM REAR EXCEPT AS NOTED 3 CONNECTiONS ARE FOR PHASE SEQUENCE 1- 2-3. 4 DIAGRAMS. DEVICE FUNCTIONS AND NUMBERS ARE ANSI STANDARD OF" STREET SUBST AnON UNIT '1 TRANSFORMER CUBICAL WIRING DIAGRAM z o .... t- O :::> 0=: t- (I) Z o o 0=: o lL.. E-9 C Y2332EB9 W :::> JAN 2804 (I) Y2332 ~ ~ '" At/~ ill R'~, : (i-J~) ~JJ , ,~ ~~ ~.~ ~ -. ~.~ ~M ~ -. ri. ]) ;>I c "'D~ 1:' O;l"'D~ OI= ~ ~M ~ ~ r~ z p o )> PI ;>I ,.., ;'Ei '" ~ CD -< ~ ~ ~~JJ~ ~i~~~ ~ ~!lil~8 c ~:~~~ ~ t!l!g~ 0 i~g-<!;l ." lililt~ c '!~I~ g Ihd ~ j:ml ~ !l~~ -f a (I) ~i~;e ~lf'" Si ~ III ~lil la~ ;~ di ~ Ii :< . "'D ""L !iln ~ ~~ ::u ~~ J:I ~"'D ~ .!II!jl en ~~ c )>~ CD ~~ en .... -t ~ ,. -till ;:t 2 i -I ::0 ,. Z (I) d !::o . ::oi:: "'l ....fY1 en z::oc -t :0 (;)-UZ S o::o~ en ....0 C >~ CD en (;)0 ~ )> ::0-1 ;::I >.... 2 1:0 z -u ~ J!! ~~ ~ r~ ~ <- oS )> z (,/ rrl oS N (,/ I N (,/ CD ~ ..... (,/ CD N ~ CD CD ::; f HINGED PANEL ,----------------------------- .If! -----, I ~ , TB59 M-Z91- + 1 TZ-l TSEE SH E-9, I I "C7~~ Z TRANSfORMER I M-Z92- - 3 RELAYS I TB58 I\OG~ - ~ TZ-3 I 7 8 9 '-- 1 ""1- Al 11 M3 - i..2L ~ I I I M I I SEL -Z939 I I I I I , I I I I I I I I I I I I I I I I I I I I I I , I I I I I I I I I I I I I I :~ ~ ~ c: z c: ~ ~ 0 c: ~ III !i! ~ 0 a; ~ AK291-;:-- 81 AK29Z- _ AK293- + AKZ94 -' T AK299- 193 AKZI9- 193 AKZI1- AK21Z- ANZ9-, _+_ '---TB57- AK216-:; - -TB5B- AIoIl-f-1'-A[171- T2-8-r--XfIoIR Al2 - T2-9....J AlARM 00000000000000000000000000000000000000000000 1&!III'II~~55!a~5~S&~GeG &;G&&;~GE~G;G;;. Al16- ~ 13 "D28- ~g -18 -1 ==[1] -~ -ZI - -~ } SCADA AlTURE M"JOR XfIoIR AlARM I'; ;:l ;Ii J ~ ~ ~ ~ <; ~ ~ ~ ~ I ~ t 'i i fA ~ I:: ~ ~ PORT 9 PORT 19 PORT 11 PORT 12 PORT 13 PORT 14 PORT 15 PORT 16 n oWoo~ooWooWoo~ooWoo~oo~o Ml M3 PORT 1 PORT 2 PORT 3 PORT 4 PORT 5 PORT 6 PORT 7 PORT 8 11 TB12 oWo o~o o~o o~o o~o ofllIJo ofllIJo o~o +PYotl- I ~AAf 1~ f I ;~ 1~ I + J' Z~ . . . - IZ~2 GND ~~ IRlc-e @ ~ T2-& ( T2-7 ~ I ~iO~O~T I SEE E-6 '" E 91 I I I MCB "b' 1\015- 8+, I~ C+ "GZC- --9- 31 1\017- CZ "GZ- C 1\014- 1+ All+- r--r- AGlC- ~ 11-1- 11-Z - 11-3- 11-4- Tl-5- 11-6- 11-7- I I 11-8- J 11-9-"---SEE SH E-6, CS CTRl T3-B - ~ SEE SH E-29, I T3-9 - TRIP MCS I I -T3-6 - -T3-7- 1869- TB79 - T3-11- '1"3-12- I ~~~ I' I~ I~ fOR PORT CONNEcnOllS, sa SH [-3 ""'=:-- &J. ~-587 alalalal itfT~ ~gU~~g~ -- WIJ" o 0 0" AEl- ~I Af4- ~ - :==41 ABl-~ - - - Al18 - TIoIT "OZ8- TIoI+ - li ~ AQ f f 49X-63X ~ ~ 3 4 5 6 ~ ~ ~ ~ N L-()f- (C21) (CZZ) (C23) (C93) ANZM' T~7~ "N6 8. T~8 AN18 C. 14-9 LOW SIDE T8111 N T~19 CT'. SEE E-9 I I * I (CHI) Al2----1Ai19~ T~l i.. (CH2) Al6--t B' 19~ T~2 (CH3) Al18--t C. I9l1-(;H9 T~3 HIGH SIDE (CHe) TBI86--.1 N T ~4 CT'. -::1- SEE E-9 (REAR VIEW) TB38~ ~TB37 "Q2~ ~AGl 1836~TB31 AEZ~Af3 CIRCUIT SWITCHER CONTROL SWITCH AJI9Z- ::::B:~-AK191 "J194- ~~-AKI93 AJl96- C3 182'-AK195 AJ198- ::11t~C-AKI97 "'"19- CI2 184i-AK189 1899 A.ntZ- --c1t'195 -AK111 Al4-' C9 186 ,-T5-1Z-GND "L8- C9 187 Al12- ~~ AN4 - CZ3 1119 TB87 ~~ ~ ~~~ \\~ , * INDICATES SHORTING T'lPE TERMINAL BLOCKS I _______________________________ I L-____ --1 alal 01 01 oil !:~ll:ll: ~9 ~gUgggg +1 ~S8~~S ~S~~~~ ~ ~~~~~~ ~~!~i~~ l!llll e21~ AK g!~ig! ,'."rr U~~Ug~ "J291- == ~~:~= -;- 51 "J294 -' _T AJZ99 - 193 "J218- 193 AJ211- "J21Z - :::;::: 184 AN18--: + AJ216-1' - I- TB2~ XF+ I- AC6- ~ I- ~ ISSUED FOR CONSTRUCTION AN13 iilalaliil iill ~I~I fT Ugg~gU +. -- .""., oitlo ~-587 ~g 8~ ~~ ~~ 3~ ~~S ~~~~~~ ~!~~~i~ I !l :s- e 21 ~- AN15 )> li li li ~ ~ ~ ~ ~ ~ rrrffrrrrf AL 11~ 1~ 1~ 1~ ~ ; , g ! ~I TsB 11 '~ lJl1.t 'en, S S 3 ~ ~~~~~~~~~~ ~ ~ ~ m m ~ ~ S m ~~alii!~~~~~~ fftiffTrrr 'ICldH!;I~ ~; , g ~ tl ~ '11 'I W 1: 'i ': S S 3 31 ~ ~ i" ~ i ~ i ~ ~ AM TB71~AB2 AS 1\012~"C7 TB42J'--"LAIoI2 AD -mr Al29 ANI TB69 ,.,. ,.. B .~ '(G ~~- I I rr--im X --, 1 I .-- 1834 "Gl X 11 .... 13 ltfH~8 1~ lflHt-;t Al13 DECK 1 DECK 2 I ~~Hf48 ~ ~Hf48 ~ ~~ ~ ~ ~~ ~ iO; ::: & 184 * M: 8E TR'U~'ER _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _, r'"!:~~ - - - - - - - - - - - - - - - - - - - - -- I I I 2-17-84 PRJ\PORT ANGELESV-STREtT SUB\Y2332-Y2JJJ\DRAWINCS\Y2332EI2.0WG ... a: ~ 15 lL 8~ ... a: ::> .... ...< i!!i15 OlL ~~ ~ ~ ... a: iil en ... a: lL >< g~ ~~ 92 R o ~ 9 260 49T-l ~--:l I:--::::l :,fl; [JJ 710-1 I.......:~I 710-2 I~~I 6JP-2 I: - - ::::l :rl: L__..:J CB4 ~---- SILICON DIOOE. 1 OO9V, 3A, IN5498, TYP I I co I ~ >< ...z a:< ~.... ~~ lL2 6JP-1 I: - - ::::l :rl: L__..:J , -~ -l I I L _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __ ADDED DIOOE ARRAY AT TRANSFORIofER DSGN TriA xis R [EXPIRES 9-1' -ZQO"I I M.P'...?~n.b~ mc. NO IDATE REVISION DC 1/3 TO DC PANa E-4 UNIT 1 I~----~--------l SEE E-7 FOR CONTINUATION 48P T3-11 T9-59 T3-12 ~ T971 T2-8 3 SEE E-7 fOR CONTINUATION 48N T2-2 48.a All Al.2 TB72 T2-9 48N --u---- T2-4 I I L----__________J REUSE OF DOCUMENTS BY I"pvo THIS DOaJIIEHT. _ THE IDEAS _ DESIGNS INCOAP(lIIATEIl HEllEIN. AS All INSTRUllENT Of" I'R<F!ssIONAL SERVICE, IS 1HE PROPERTY Of" T1UAXIS ENCJNEERINC, INC. _ IS NOT TO BE USED. IN WHCU OR IN PART. Fal AllY OllER PROJECT IIlTHOJT THE lIfUTTEN AIJTNORIZATIClN Of" T1UAXIS ENGINEERING, JNc. BAR IS ONE INOI ON ORIGINAL DRAWING a ,. IF NOT ONE INCH ON TNIS SHEET. AD.IJST SCALES ACalADINGl. Y. ADDED ANNUNCIATOR AT TRANSFORMER -------------- Ie::2 .Ia.::1 '~ 2 3 4 5 6~ ~ -f""'nl 7 8 9 III 11 12 AUXIUARY CONTACTS .Ia=! 2 3 4 5 6 7 8 9 19 11 12 I I I L______________~ SEEKIRK SI1l92R/9-A -f"' STREET SUBsr AnON CITY or PORT ANGELES PORT ANGELES, WASHINGTON TRANSFORMER ANNUNCIATOR SCHEMATIC Or" STREET SUBSTATION z o ..... I- o ::) a:: I- (I) Z o o a:: o LL.. E-12 Q Y2JJ2E12 ~ JAN 2694 (I) Y2J32 f!l 2-17-94 PR..I"\PMT N4CEl.ES\F-STREET SUB\Y2.3J2-Y2.JJ3\ORA~GS\Y2.3J2EI3.DWC I EXPflES q- Z -~ I ISOLA nON DIODE ARRAY i-----------l CB E .m 710-2 1 1 ATB1-l I LTC on. In'EL 2 2 260-3 3 3 iJ on. TEMPERATURE 4 4 710-1 5 5 ATBI-3 TANK on. In'EL 6 6 7 7 ATBI-4 8 8 '~"J 9 9 " '''''' : 19 19 11 11 12 12 + T3-11 I I TriA xis M.P'....?~n....?ft ,hc. L--_________J NO DATE REVISION ANNUNCIATOR AT TRANSFORMER ,- - - - - - - - - - - - - - - - - - - - - - - - --, I I /-26Q-TD2-1 710-1-TD2-5 710-2-TD2-7 T2-2-4BP T2-4-4BN INPUT CONTACTS Hili .m=.J. 1 2 3 4 5 6 7 8 9 19 11 12 13 14 15 16 ANN PTl ANN PT2 ANN PT3 ANN PT4 ANN PT5 ANN PT6 ANN PT7 ANN PT8 ANN PT9 ANN PT19 ANN PTll ANN PTl2 .m=.Z .m=i 1 1{ 1 2 2 3 2{ 3 4 4 5 3{ 5 6 6 7 4{ 7 8 8 9 5{ 9 19 19 11 6{ 11 T2-8 12 12 T2-9 Ia=J ~ 13 7{ 13 14 14 15 8{ 15 16 16 17 9{ 17 18 18 19 19{ 19 29 29 21 11{ 21 22 22 23 12{ 23 24 24 OUTPUT CONTACTS L - - - - - - - - - - - _ _ _ _ _ _ _ _ _ _ _ _ _ _ _--1 REUSE OF DOCUMENTS BY AP\'D nus 00ClAIDIT. AND THE IDEAS ANa DESIGNS INCORPORATED _ AS M !NSTRUWENT <F I'llcnssIoNAl SERVICE, IS !HE PROPERTY <F 11UAXIS EIlClNEERlNC:, INC. AND IS NOT TO BE usm. IN "a.E OR IN PART. FIlA MY OTHER PRO.GT WITHOUT THE IRrTTtN NJ'IHORIZATIllN <F 11UAXIS _ INC. BAA IS ONE lNot ON ORIGINAl DRAWING e ," IF NOT ONE !Not ON nus 5IlEET. AIloIIST SCAlES ACCOAIIINQ. Y. -f'"' STREET SUBST AnON CITY OF PORT ANGElES PORT ANGElES. WASHINGTON WiEtIQ 49T 710-1 26Q 63P-2 63P-l 710-2 WINDING TEMPERATURE LOW TANK on. lEVEL TOP on. TEMPERATURE LTC PRESSURE RElIEF PRESSURE RELIEF LOW LTC on. LEIIEL "F"' STREET SUBST A nON TRANSFORMER ANNUNCIATOR CONNECTION DIAGRAM z o - t- O ::> 0::: t- en z o o 0::: f2 SHEET E 13 0 Y2332E13 I.LJ JAN 2994 ~ Y2332 f!l 2-17-84 PRO.l:CTS\PORT ANGELE5\F' -STREET sua\ T2JJ2- T2J3J\ORAWlNCS\ T2332E15 owe R96 - l-. (SEE NOTE 1) M5 M3 M2 1 + Ol VI (BLACK) ...... I .., >-~ 2 r;;, ~~~ ~ oCLO 0 Z (DmZ B~C >-JLaJ ::> re:S~ I ~~< I ~ gel CL 0"'> ~~ 0 UNIT 11 00 ~ TBI2-B CLe M4 6 + V0 (WHITE) AUTOMATIC CONTROL ..,. 5 0 4 + 0 I L J LTC PARTIAL SCHEMATIC I EXPIRES q-2'-Z~ I TriAxis BY APVD :cn.P'.-?~n~ft #?C- NO. DATE REVISION REUSE OF DOCUMENTS THIS DOCIllIENT. AND THE IDEAS _ DESIGNS INCORPClRATED HEREIN. AS AN JNSIRUMENT OF PRClFESSIOHAI. SERYlCE. IS THE PRDPEl'lTY OF lRIAXIS ENQlNEERJNC, INC. _ IS NOT TD BE USED. IN WHOlE OR IN PART. FOR ANY OTHER ~CT WITHClUT THE lIR11TEN AUTHORIZATION OF TRIAXIs ENGINEERING, INC. BAR IS ONE 1N0t OH ORIGINAl. DRAWING B ," IF NOT ONE INOI OH THIS SHEET. AD.aJST SCAlES ACCOADINQ.Y JmES;. 1. REPLACE PMl-R32-R33 LTC PREVENT CONTACT WITH R98 PREI/ENT CONTACT. :z. FOR COMPLETE LTC SCHEMATIC DIAGRAM. SEE "F" STREET SUBSTATION DRAWING 9. J. FOR LTC CONTROL CONNECTION DIAGRAM. SEE "F" STREET SUBSTATION DRAWING 16. "F" STREET SUBSTATION -f'" STREET SUBST A nON CITY OF PORT ANGaES PORT ANGELES. WASHINGTON LTC PARTIAL SCHEMATIC z o - I- U :::> a::: l- (/) Z o u a::: o LL SHEET E 15 C Y2J32E15 W JAN 2004 ~ Y2332 ~ 2-17-84 PAJ\PORT AHCELESV-STREET 5UB\Y2J32-Y23>>\DRAWDtCS\Y23JJE11.D~ UNIT IJ5 IZ96A, 12.41KV. 31. 4W BUS UNIT /14 UNIT #3 I I UNIT #2 MAIN BREAKER NOTES: I. FOR EXACT EQUIPMENT SPECIFlCA TIONS. REFERENCE THE INDIVWUAl. SPECIFlCATION SHEETS. Z. ALL TERMINAl. NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. I I I I DEVICE LEGEND: ------- B---TERlolINAI:-Bloa<. CONTROL HOUSE ~ TERMINAl. BLoa<, FIElD EQUIPMENT o TERMINAl., EQUIPMENT I I ,:' ...... ,cl~ UNIT5~r I h... I ~ I EZ :::) EJ M' TSTB-6 ~ , TSO SEL-351S I CTB-1 114 G IJ ! ~ - -l I I -~ ,I A' CTB-5 r 1~ 15 I I zez I ~ I' I I ~' I " :" I '" II' I -~,' B' C~6 I Z~ 19 I Ze4 I - I~ II I I CTB-J . 22 ~ Zl I Ze5 III ,-~ ,I Ct ~-7 IZ~ZJ I' zee I r 1:-" ,I , ' 1~-4 Z6~Z5!1Z97 III I '1- ,I N CTB-81~Z71IZe8 I ......., I ' I '} I t" lle Z11 Zl~ ' L-:...-.J 'A tB tC N I ~ f- - i~:r + :rr ---, -- FEEDER 11 UNIT j I ...~~ --- UNIT Z~ ~r 15KV ZeeeA MCB SEL-351S ,--l h E1 :::) I E2~ E3~ ~STB-6 , TSO SEL-351S I ~-1 114 G 1J I ~- -ll ' '1- ,I A' ~-5 Ilj/,.. 15 I , leZ I -I~ I' ,I CTB-Z 18; 17 I Z9J II' I '1-,' B' ~-6 I ~ 19 I I Ze4 I --I> II " "!-',"~";i'" " Ii CTB-7 z.iI-. ZJ I , ze6 , 1'-' I -;-.. II , ' C~-4 Z6~25llze7 II' ,~,I N C~-81~Z71'lee , ......, , I I '} I~" Z1e Z11 Zlu I L-:...-.J 'A tB tC N I - - , I / I ~ , i =s STB-6 I b ~ , TSO SEL-351S I CTB-I ! 14 G IJ I ~ - -ll I '1- ; I A' CTB-5 I I~ 15 I I zez , I I ' ~' I " : " II '" II' , '1- I I B. C~-6 I Z~ 19 I I Ze4 , - I' I I ~,I,,;" I", II' I '1-,' C' ~-7 I z.iI-. Z3 f I zee , r- , I I IC~-41~~Z51Ize7 II' , '}. I' N CTB-8 I Z~ Z7 'le8 I , , I I '} I t" lIe ll1 llU ' L-:...-.J 'A tB tC N I I-- - en< J J t~ :I ,},m rt J ~ 1 en:! J J t~ P I.. ,1- .,~ n ~~ u.. '!'m STB-1 Ci'I STB-I I I I FOR CURRENT I CIRCUITS SEE E-5 STB-1 ClI Cll STB-Z elZ STB-Z STB-Z ClZ ClZ STB-J elJ STB-J I I I , ~" lIe Z11 ll~ 'AtB.eN I--~ - STB-J ClJ ClJ N}~ fA 5'1' =".. 'B ~ili z 8~ tC 15 ... 'AtBtC N ~ FOR 1ZeJ 'A tB tC N '----y----/ FOR Izez 'AtBtC N '----y----/ FOR I zel ., 1'2 PJ N TSC r-;- -;; ~ f ,I fA B C' I l!. ~ ,~~ , I ., Pz PJ N I TSO r-; - .;~ I J I r , IA B C f I ~ 4 ~J - I I ~ I ~[ ~ ~r . I N I!:! I!:! CD .... .... , ~ TB3-1 , TB5-1 I ~ TB3-Z I TB5-Z I .- TBJ-J I TBS-J ,- TB3-4 I TB5-4 "PzPJNI TSOr-; -;; n :A B C : l!. ~ ~J ., Pz PJ N TSOG -; ';~ :A B C : l!. ~ ~U ~I ~ ~~ ~I~ I ~ [ I ~ ~[~~ ~ I I TB3-1 ,. I TB3-Z I , , [~ , N !:II' .,. I I!:! I!:!' ~ ~~I I TB3-1 I I TB3-Z I I I I m:~l: l z- I J-prs 7Z99/1zev V7 u ~ " " Jl " Ive H I~" "~t -" V9 u ~'\. V, " ~~ ,- H ~ 'A VI , I' TB3-Z V2 I - I TB,:!;-J V3 , TB,:!;-4 V4 l~___ tB V2 .,!,., 4- J z o - I- o ::> a:::: I- U) Z o o a:::: o I.&.. SHEET E-19 C Y233JE19 ..... ::> JAN 2994 U) Y2333 ~ tC VJ .,!,., 6 5 TB3-J I TB3-4 I TB3-J I TB3-4 I N V. LTC POTENTIAl. { TO XFNR ........, ..-:: . ;:ooe. ROsie - OF" STREET SUBST AnON REUSE OF DOCUMENTS TriA xis BAR IS ONE INO! ON ORIGlNN.. DRAWING g ,. II' NOT ONE INO! ON nas SHEET, ADJUST SCAla AAXOAOINGl. Y. -f'" STREET SUBST A nON CITY OF PORT ANGELES PORT ANGELES. WASHINGTON UNITS 2, 3. 4, 5 MAIN BUS THREE-UNE DIAGRAM nas OOCUIIENT. AND 1ltE IDEAS AND DESIGNS INCOAPORAltD HEREIN, AS .... INSlRUllENT aF I'RCFEssIONN.. SDlYICE, IS 11lE PROPERTY aF lRIAllIS ENCJNEERINC, INC. NIl IS NOT TO lIE USEO, IN IOlOLE OR IN PART. fOR NlY OllER PRO..ECT wrTMOUT THE WRITTEH AUTHORIZATION aF lRIAllIS ENGINEERING, INC. MY"...?~n...?fl me: NO. DATE REVISION BY APIIO 2-17-84 PRJ\P(lRT AHGEl.ES\F'-STREET SUB\Y2332-Y23JJ\DRAWINCS\Y2.33JE2B.OWC 29A /T'\ (+)- I I I I I I I-- I I I I I I I I I I I I I I I I I I , I I I I I I I I , I I I I I I I I I I I I I I I I I I I I , I I I I A (-) -29A on " .., 0- ~Ii! ~~ 0. o C + FB FB Al 2 11 (T+) H H 5 6A 183 185 187 1815 1819 ~_I ---- sa-ll8 SEL-Z22 SEl-l16 --~ SEL-A96 :ll, ~ ~ OUT 193 ~ ~' BLOCK LT C T SEL-A95 I L SEL-A95 SEL-l17 SEl-l15 SEl-l19 -------- 184 188 1819 1829 9T N o Ii! ~~ ::0. o c 5 181-1 181-2 7 9 r 7-' L : 0 TSC : L 8_-.1 1816 . TC ~ b LS r 14 19 181-4 181-3 N 6 182-4 6 N FB FB 6A A3 4 12 ... t:;l!l ad ~15 ~ XE ~ ~ ~! i 181-5Z 181-7Z 181-9Z TB1-ttZ 182-1Z 511. 53Ib 551. 57Ib 13Ib 521 541 581 58 141 181-6~ 181-8~ 181-19~ 181-12~ 181-4X AUXILIARY BREAKER CONTACTS TriAxis BY APVD L'np'ndl:97n~ .bCo NO. DATE REVISION ~OSE i~fr 1~ BKR P~ oun92 toun91 I STATUS SUPPLY SEL-A93 SEL-A91 SEl-AI7 SEl-Z26 -------- -------- 1814 182 r 9-' : E TSC: L 19-.1 T - 1811 1813 SEL-AM SEL-A92 SEl-AI8 181-9 55 55 ~ . 56 56 181-19 REUSE OF DOCUMENTS THIS 1lOCUMENT. _ THE IDEAS _ IlESI"'S INCQlP(lRATm HEREIN, AS All INSTRUIlENT aF I'RCFDSIOIIAI. SERVICE. IS THE PROPERTY aF TIUAXlS EIICINEERINC. INC. AHO IS NOT TO BE USED. IN WHOlE OR IN PART. rot AllY 0lHER ~ wnHOUT THE MITTDI AIJTHORIZATIllN aF TIUAXlS ENGINEERIIIC, INC. 181 SEl-Z25 BAA IS CM: INQl ON ORIGINAl. DRAWlNC . ,. IF NOT ONE INOl ON THIS SHEET. AO.AJST SCAlD ACCOIlIlINGl.Y. 184-3 184-1 SEL:A~6l SELl I ALARM , SEL:A~5J 1817 r UNIT 12 183-11 I 193 183-121 I I 1 I I I I I I I I I I I 1865 TMT T3-8 -f'" STREET SUBsr AnON CITY OF PORT ANGElES PORT ANGELES, WASHINGTON UNIT 11 T3-7 I , L___ _ TM+ I T3-9 I 1848 I 26 I 12~T I :. 'J! , " L ~8~ I I II I T3-6 00 LTC CONTROL E-15 OC- 1811-12 UNIT 13 UNIT ,... I. I UNIT 15 .1 I I I I I I , I I I I I I I R99 I 182-12 182-12 182-12 L--__.L____-L____-1 TB2-11 182-11 I I J___ I --:I I --::\ I SEl-A96_ I I SEL-A96_ I , OUT 193 I , OUT 193 , I ~~~9~TC I I ~~~9~TC I I se:::~ I se:::A~ I r 7-' I r 7-' 1'0 rso' 1'0 TSD' I , I , I L 8_ -.1 I L I 1816 I I I I I I lllt5__L -- - - -lB15--- I I , -- ::I SEL-A~_ I I I OUT 193 , I ~BLOCI< LTC I SEL-A95 I se:::A~ I r 7-' I I 0 TSD' , I I L 8_-1 I I I 1815 1816 29A /T'\ + ,- A _ DC PANel. 5/7 DEVICE LEGEND: o TERMINAL BLOCK, CONTROl. HOUSE o TERMINAL. EQUIPMENT 0<< BREAKER SDa<ET 51 TIME OVERCURRENT SIN RESIDUAL OIlERCURRENT RELAY 52 BREAKER STATUS 79 REQ.OSING REl.A Y B6T LOCKOUT REl.A Y 87 DIFFERENTIAL RELAY . AUXILIARY CONTACT (OPEN \1HEN BREAKER IS OPEN) b AUXILIARY CONTACT (Q.OSED WHEN BREAKER IS Q.OSED) LC LATCH CHECK SWITCH LS MOTOR CUTOFF LIMIT SWITCH M SPRING CHARGING MOTOR PS ~~~i~~l:~~Ii~ =~cJZo~~~ ~~AGE) R99 BLOCK LTC OPERATE REl.A Y SR SPRING LEASE COD. (a.osE COD.) TC TRIP COD. Y ANTI-PUMP RELAY NOTES: 1. ALL TERMINAL NUMBERS CORRESPOMD TO THE PREFlXED DEVICE NUMBER. z o t-1 I- o :::J 0::: I- (I) Z o o 0::: o u.. E-28 0 Y2334E2e ~ JAN 2ee4 (I) Y2333 ~ UNIT 2 Of"" STREET SUBSTATION UNIT 2 DC SCHEMATIC MAIN SHEET 2-17-94 PRJ\PORT ANGEl.ESV-STREET SlJB\Y2332-Y2J3J\DAAWINGS\Y2JJJE21 Dwe 7 (I1SYAC2) 184 181-1 182-1 181-2 '" " ::l ~ 0' 7 13 9 0, I~ 51;;! ~;;! ~z ::~ c lL !;1 0 a c TC 1816 182-12 Y f LC r LS ISW LS (11) 6 19 181-3 N 4 182-4 ~A (39) 6A (7) FB4 H DCN (12) 182-3 29A -i!:L n-, DCP FB 2 (11) 29A r-"\ FA2 (1) SA (I1SYAC1) (5) 183 187 @l_1 llll ~I L SEL-l18 + ~ C SEL-l17 SEL-Z21 (Gn.2) - 188 TB6 GREEN BREAKER UGHT SPARE SPARE STATUS SPARE 182-1% 181-5% TBI-7% 181-9% TB1-11% 13Ib slIa SJIb ssIa s7Ib 141 521 541 561 581 181-4l 181-sl 181-8l 181-19l 181-12l AUXILIARY BREAKER CaNT ACTS TriAxis BY APW ~p'.bee"n.bfl ~c. NO. DATE REVISION T (+) TB2-11 LTC+ 189 1815 SEL-lIB SEL-Z2S SEL-A96 + ~ T OUT 193 BLOCK LTC SEL-lIS SEL-A9S TB29 1819 SEL-A94 121 CLOSE OUTlS2 SEL-A9J I 111 I 9-1 :F TSO::E TSO: _'~~ L '!~ REUSE OF DOCUMENTS THlS DOCUMENT. MID THE IDEAS AND DESIGNS INCOAPCIlATED HEREIN. AS AN INSTRUIlEHT OF PRofESSIGHAl. SERVICE. IS TI€ PROPERTY OF lRlAXIS ENCINEERINC. INC. _ IS NOT TO BE USED. IN WHCU OR IN PART. FOR ANY 0lHER PRO.ECT WITHOUT THE WUTTEN AUl'HOIlIZAnGH OF lTUAlaS EIlGINEERINc, INC. 1811 SEL-A92 ~ TRIP OUTl 91 SEL-ASI T 1812 56 181-19 aNI IS OlE INCH GH ORIGINAl. OllAWING e I. IF HOT ONE lNal GH THlS SHEET. AD.IJST SCAlES ACCOAllINQ.Y. TB14 181-9 55 55 56 SEL-AI7 56 ~ a DEVICE LEGEND: o TERMINAL BLOCK, CONTROL HOUSE o TERMINAL. EQUIPIotENT 0<< BREAKER SOCKET 59 INSTANTANEOUS OVERC\JRRENT S9N INSTANTANEOUS RESIDUAL OVERC\JRRENT RELAY 51 TIhIE OVERC\JRRENT SIN RESIDUAL OVERC\JRRENT RELAY 52 BREAKER STATUS 79 RECLOSING RELAY a AUXILIARY CONTACT (OPEN YiHEN BREAKER IS OPEN) b AUXILIARY CONTACT (CLOSED YiHEN BREAKER IS CLOSED) LC LATCH CHEO< SWITCH LS MOTOR C\JTOFF UNIT SWITCH lot SPRING CHARGING IotDTOR PS POSITION SWITCH (MECHANICALLY ACTUATED TO IotAKE BEFORE SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE) SPRING LEASE COIL (CLOSE COil) TRIP COIL ANTI-PUMP RELAY SR TC Y NOTES: I. ALL TERMINAL NUIotBERS CORRESPOND TO THE PREFlXED DEVICE NUMBER. 2. THIS DRAWING REPLACES PEDERSEN POWER PRODUCTS DRAWING NO. 3-2996-6. "F" STREET SUBST AnON -f'" STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON UNIT 3 DC SCHEMATIC fEEDER 1291 SHEET z o t-t .... o :) 0::: .... (/) Z o (.) 0::: o La.. E - 21 0 Y2333E21 ~ JAN 2994 (/) Y2333 ~ 2-17-84 PRJ\PCJ'T ANGEl.ES\F'-STREET SUa\Y2332-Y2JJJ\pRAWINGS\Y233JE22.DWC I EXPiREs CJ- 2 -ZGO"I I 28A .J:!:L I'T'. DCP "\ Fa : -, 28A 2 r--. '" "- UI~ ~i IL g -.l=.L A DCN TriA xis L'npn~nn~ mc. (11) T (+) FA2 ~ ~(5) ~ uI1 ~d :!!~ -IL U C Fa (38) 6A 4 (12) DSGN \'2JJ.lE21 YO VI) f'HA (115VACl) ~-I :lll ~I L TBl -------- SEl=A~6l SEl-Z25 121 1~ Q.ose: IN BKR SEll I OUT182 T~~81 181 STATUS ALARM I SEl-A85 ~SEl-A83 tSEl-A81 SEl-AI7 SEl:~5J ---- --- T TB14 TB2 7 (115VAC2) "Lo TB4 TBl-l TB2-1 7 13 LS TC" TB16 TB2-12 I if ) .l.~ LC r r: 18 m'L (-) TB2-3 4 n...- (7) TB2-4 GREEN BREAKER UGHT SPARE SPARE STATUS SPARE TB2-1X TBI-5X TBI-7X TBI-9X TBl-11Z 13} 511 53} 551 57} b a b a b 14 521 54 561 58 TBI-4X TBI-6X TBl-eX TBI-18X TBI-12X AUXILIARY BREAKER_COl'lT ACTS TB28 TBI-9 TB12 55 56 55 ~ a 56 56 TBI-18 DEVICE LEGEND: o TERMINAL BLOO<. CONTROL HOUSE o TERMINAl, EQUIPMENT 0<< BREAKER soa<ET 58 INSTANTANEOUS OVERCURRENT 5eN INSTANTANEOUS RESIDUAL OVERCURRENT RELAY 51 TIME OVERCURRENT 51N RESIDUAL OVERCURRENT RELAY 52 BREAKER STATUS 79 REQ.OSING REl.A Y a AUXILIARY CONTACT (OPEN \'tHEN BREAKER IS OPEN) b AUXD.IARY CONTACT (Q.OSEO WHEN BREAKER IS Q.OSED) LC LATCH CHECK SWITCH LS MOTOR CUTOFF UMIT SWITCH M SPRING CHARGING MOTOR PS POSmON SWITCH (MECHANICALLY ACTUATED TO MAKE BEFORE SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE) SPRING LEASE COIL (Q.OSE COIL) TRIP COIL ANTI-PUMP RELAY SR TC Y NOTES: 1. ALL TERMINAL NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. 2. THIS DRAWING REPlACES PEDERSEN POWER PROOUCTS DRAWING NO. 3-2996-6. REUSE OF DOCUMENTS "F" STREET SUBSTATION UNIT 4 DC SCHEMATIC FEEDER 1291 BAR IS ONE 1N0t aN ORIGINAl. IlRAWING e I" If NOT ONE INCH aN THIS SlEET. AD.aJST SCAlES ACCORDJNQ.Y. -f"' STREET SUBST A nON CITY OF PORT ANGELES PORT ANGELES. WASHINGTON NO IDATE BY I APIID THIS 1lOCUIIEHT. AND THE IDEAS AND IlESIGNS IN~TED HEREIN. AS AN JIlS'mJ_T OF PROfESSIONAL SERVICE, IS THE PRCPDITY OF TIUAXIS ENCJNEERING, INC. AND IS NOT TO BE USED. IN 1IH0lE ... IN PART. RIl ANY OTHER PROoECT WITHOUT THE WRITTEN AUTHORIZATION OF TRIAlCIS ENCINEEIlIIlG, INC. REVISION SHEET z o t-t I- o ::J a:: I- (I) Z o o a:: f2 E-22 C Y2333E21 L&J JAN 2aE14 ~ Y2333 ~ 2-17-e. PRJ\PQ;IT ANGElfSV-STREET SU9\V2JJ2-Y23JJ\DRAWINGS\V233JE23.DWC I EXP1RIS g- .z. -ZM-1 I 29A ..J:!:L ~ I I I I I I I ..J=LA DC? ... "- :t UI 51d ~~ ... U C DCN TriA x is M.P'~~nnft mc. 29A r-.. (I) .... .. ul ~d :!!~ -... ~ FB 4 (39) 6A {I 2) FA2 aA (5) TBI-I LS 6 4 TB2-4 (7) (115VACI) TB3 TB7 ~-I SEL-Zle SEL-l16 "' + "'I ~ ~ ~I C T L SEL-l17 SEl-Z21 SEl-l15 ---- (GIl2) - TB6 7 (115VAC2) TB4 TB2-1 7 13 Y LC ISW LS 14 TBI-4 TBI-3 GREEN BREAKER UGHT SPARE SPARE STATUS SPARE TB2-1~ TBI-5~ TBI-7~ TBI-9~ TBI-ll~ 13Ib 51lo SJlb 55lo 57Ib 141 521 541 561 581 TBI-4X TBI-6X TBI-eX TBI-19X TBI-12X AUXILIARY BREAKER CaNT ACTS NO DATE REVISION TeI-2 9 I~ o TC 1f r 19 TB2-3 BY API/D T (+) TB2-1l LTC+ TBI5 TBI9 TBlI ---- ---- SEl-A96 SEl-A94 SEl-A92 OUT 183 111 P CLOSE BLoa< LTC oun92 oun91 SEl-A95 TB29 TBI6 TB2-12 H SEl-A93 sa-A91 I II' I 9-' :F TSD::E TSO: _I~-' L I!-' REUSE OF DOCUMENTS THIS 0ClCUIIENT. _ lllE DlEAS AND DESIGNS INCORPalATED HEREIN, AS AN INSTllUWEIIT OF PAaFEssIONAl SERVICE. IS llC PllGPERTY OF TRIAXIS EllGINEER1Nc:, INC. _ IS HaT To BE USED. IN ~lU ClA IN PART. FllR ANY OTHER PROoECT WITHOUT tHE lIlI1TEN AUTHCIlJZAl10N OF TRIAXIS ENGINEERING, INC. SEl-A17 T TBI4 TeI-9 55 55 ~ o 56 56 TeI-19 BNI IS ONE lNal ON ORIGINAl DRAWING B t" IF NGT ONE INQl ON THIS SHEET. AlloAJST SCALES ACCGADINQ. Y TBI SEl-l25 SEl POYER SUPPLY SEl-l26 TB2 56 SEl=A~6l SEll r AlARM 1 SEl:~5J DEVICE LEGEND: o TERMINAl BLoa<, CONTROl. HOUSE o TERMINAl, EQUIPMENT 0<< BREAKER soa<ET 58 INSTANTANEOUS OVERCURRENT 5eN INSTANTANEOUS RESIDUAl OVERCURRENT RElAY 51 TIME OVERCURRENT 51N RESIDUAl OVERCURRENT RElAY 52 BREAKER STATUS 79 RECLOSING RElAY o AUXD..IARY CONTACT (OPEN MiEN BREAKER IS OPEN) b AUXD..IARY CONTACT (CLOSED MiEN BREAKER IS CLOSED) LC LATCH CHEO< SWITCH LS MOTOR CUTOFF lIMIT SWITCH M SPRING CHARGING MOTOR PS POSITION SWITCH (MECHANICAlLY ACTUATED TO MAKE BEFORE SECONDARIES ENGAGE AND BREAK AFTER SECONDARIES DISENGAGE) SPRING lEASE COIL (CLOSE COIL) TRIP COIL ANTI-PUMP RElAY SR TC Y NOTES: I. AlL TERMINAl NUMBERS CORRESPOND TO THE PREFIXED DEVICE NUMBER. 'f'" STREET SUBSTATION -f"" STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON UNIT 5 DC SCHEMATIC FEEDER 1293 z o - I- o ::::> 0=: I- en Z o o 0=: o ~ E - 23 0 Y2333E23 W JAN 2884 ~ Y2333 ~ 2-17-84 ACTI'tE PR.I\PORT ANGEU:S\F-STREET 9J8\Y2332-Y2J3J\PRAWINGS\Y23JJEJe.DWC PANa CTB-l CTB-2 CTB-3 CTB-8 TB-21 TB-22 TB-23 TB-24 TB-l TB-2 TB-3 NOT USED TB-4 TB-6 TB-8 TB-14 TB-15 TB-16 CTB-5 CTB-6 CTB-7 CTB-8 TB17 TB18 TERMINAL STB-l STB-2 STB-3 STB-6 TB4-9 TB<4-19 TB4-11 TB4-12 FB-2 FB-4 FA-2 FA-4 TBl-l TB2-1 T81-2 TBl-9 TB3-11 TB3-12 STB2-1 STB2-2 STB2-3 ST82-6 TB4-2 TB2-12 WIRE Cl C2 C3 C9 11 12 5 6 7 13 9 55 Cl C2 C3 C9 FUNCTION 10 lb Ie In Vo ~ Ve VII + cc "b" TC "0" LTC+ R99 10 lb Ie In MCB TRIP MCB TRIP TriAxis cnp'P~nPft hc- + HINGED PANa (RY) 1- III ;;c re ~ ... ~ .... I!! I!! I!! l!! I!! tttiii a . .., j!! j!! aaaaaaTIaa All A1Z A13 A14 A15 A16 A17 A18 A19 AZO o a a a a a a a a a a a AZl AZZ AZ3 AZ4 AZ5 AZ6 AZ7 AZ8 NlI NJZ A03 A04 Nl5 A06 Nl7 A08 Nl9 AIO T C LTC R UNIT 2 1 PORT I 8 1000000001 IA IB IC IN VA VB VC VN 101 10Z 103 104 IOS 106 107 lOB Z09 110 III 112 113 114 a a .., U'l ... '" N .., \::i U'l Iii l:l ~ ... i1! Iii Iii Iii U1 N N .... N U1 U1 II> .... I!! I .... .... .... .... .... .... .... T C R G lIS 116 117 118 119 Z20 Z21 Z22 ~ m ~ ~ ~ . ~ ~ ~ I!! I!! I!! I!! I!! I!! I!! I!! GNO + - Z23 Z24 Z25 Z26 a a H j!! N N I!! j!! u II m ~ ~ ~ ~ ~ n ! ~ ~ ~ ~ ~ N t t t t t t t u I!! I!! I!! I!! I!! I!! " v /1 I I~ U1 ~ ~ u ~ .... ~ IE.... C Z ~ ~ ~ ~ ~ ~ B ~ 0 CD 11. L REUSE OF DOCUMENTS BY IAPVO ntIS llCICUIlENT. _ THE IDEAS AND DESIGNS INCOIlP(RATIIl HEREIN. AS Nl INSlRUIlENT OF PIlOFESSIGNAl SERYlCE. IS TIE PflOPERTY OF 1lUAXIS ENCINEERINC, INC. _ IS NOT TO BE USED. IN "OlE Clll IN PART. FOR NlY OTHER PRO.ECT WITItalIT THE IIlIT1EN AUTHaRlZATION OF 1lUAXIS ENGINEERING, INC. NO. IDATE REVISION PORT 2 54321 o~o 9676 BAR IS ONE INCH GN auGINAl DRAWING B I" IF NOT ONE INCH GN ntIS SHEET. AIWST SCALES ACCOROJNQ.Y. SEL-351S PORT 3 54321 o~o 9876 R-Z25- R-Z26- R-118- TB211~ R-I22 - R-Z21- R-116- R-115- R-129~ R-119 R-A92 TS19- ~ =+-~----- TS I + 1 FB~------G 2 FB4~@ 129AC 3 FAZ AC C 4 TBl-1- GlL 5 TB19 GlL 6 TB2-1- T+ 7 9T 8 TBI-2- RlL+ 9 RlL- 6 T+ 11 T z o ~ I- <C => I~ I- Z o U 0::: o 1L.. I~ I w w w (/) R-A18 + R-A17 0 TBI-9 ~ R-A96 + TBJ-ll~TC T58 LTC TBJ-12 T511 MCB TB4-2 TS12 T TB4-4 C R-All4 C+ TB5 R-A93 C ~ TB4 T52 VA 21 TB~l PT TS4 VB TBS-2 TS8 VC TBS-J R-112 VN TBS-4 CTS TS14 ~, sm-l~T TS18 C12 2 STD-2 TS22 C13 3 STD-3 T526 C14 4 STB-6 ~ TS16 CZI 5 STB2-1 CT TS29 C22 6 STB2-2 TS24 C2J 7 STB2-3 TS28 C24" STB2-6 9 e 11 R-GND 2 -+ -~ -f"' STREET SUBSTATION CITY Of' PORT ANGELES PORT ANGELES, WASHINGTON "F" STREET SU8ST A TION UNIT 2 CONTROL PANEL WIRING - MAIN I ~ SHEET E-38 I~~ Y2333E39 DATE JAN 2894 tROJ Y2333 Nn. z o I-t ~ o :::> 0::: ~ (J') Z o o 0::: o La.. o LLI :::> (J') (J') I-t 2-17.-84 1tCTJ\fE PRJ\PCIRTANGEl.ES\F'-5TREET Y2JJ3\DRAwtNCS\' 31 D "'-,,_.. 5U8\TT2>>2- "1,]JJE,]1 DM; UNIT 3 HINGED PANEL (RV) - - - TERtol. BLOCK I - - - - - - -.~ - - I TERtolINAL WIRE FUNCTION CTB-l STB-l Cll 10 CTB-2 STB-2 Cl2 lb CTB-3 STB-3 Cl3 Ie CTB-8 STB-6 Cl4 In I I I TB-21 TBJ-l Vl31 Vo VTB TB-22 TBJ-2 V231 Vb P.T. INPUTS TB-23 TBJ-3 TS2- Vl31 lVl PT VJJl Ve TS4- V231 2V2 J TB-24 TB3-4 VB31 VII TS6- VJ31 3VJ J I R-ZI2- VB31 4VB J TB-l FB-2 11 + TB-2 FB-4 12 5 - 6 TB-3 FA-2 5 AC 7 NOT USED FA-4 6 - I B I I 9 re-4 TBl-l 7 CC 1 TB6 TB2-1 13 "" 11 TB-B TBI-2 9 TC III j;; '" Iii ~ ... ,., 12 Iii ~ ~ ~ l TB-14 TBI-9 55 "0" 'I 'I 'I 'I ~ SR-351S TB I TB-15 TB2-11 LTC+ ! ! ! ! ! ! o ! ! 11. 12 1 PORT 1 8 PORT 2 PORT 3 R-Z25- + 1 - FB~ -L...I DC TB-16 TB2-12 R99 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1000000001 54321 54321 R-Z26- - 2 I-FB4 Alll All2 AOJ A04 A05 A06 A07 NJ8 A09 Al0 All A12 A13 A14 A15 A16 A17 A18 A19 A20 A21 A22 AD A24 A25 A26 A27 A28 o~o of~'o R-ZI8- 115VACl 3 1-~-1 ....J 5. 7 @ I T C LTC 0 9876 9876 R-ZI7- 15VAC 4 I I R-Z22- GB.l 5 TB19- B. GNO R-Z21- GB.2 6 TB2-1- IA IB Ie IN VA VB ~ VN T C R G + - R-ZI6- T+ 7 ZOI Z02' Z03 Z04 ZOS Z06 Z07 lOB Z09 Z10 ZII Z12 Z13 Z14 Z15 Z16 Z17 Z18 Z19 220 221 Z22 Z2J 224 225 226 R-Z15- T 8 TBI-2- !FOR R-Z29 - I RB.+ 9 Y Y Y Y Y Y Y y y y y y 0 0 y y y y y y y y 0 0 y y R-ZI9-: RB.- ~ R-A92-~ 11 ~ ~ ~ ~ 1 ~ ~ ~ 1 ~ ~ l I I I I I I I I 1 ~ TS19-~j] .. ... ... ,., '" '" III It) N THIS PANEL, i!! in i!! i!! &l N N I!! VI VI S l!! l!! l!! l!! i!! l!! In l!! l!! l!! Iii VI VI VI ~ ~ ~ I ~ ~ ~ ~ ~ ~ I I u SEE SH E-4'7 R-AI8- + R-AI7- 0 TBI-9- R-A96- + t- TB2-11 - TSB- LTC 11- TB2-12 C T R-A94- 115VACl I- TB5- TS12- 15VAC I- - 21 I - I I - ~ ~ lD It) ... ,., N ,., It) ! - lii lii CD C!) l!l CD l!l l!l ~ ~ N N CTB N N N -< I I I I I I I I I I I I I I i i i i i i i i i i i i i i TS14- Cll 11-- STB-l STB TO STB IS I ZN Ztol ZL ZK ZJ ZI ZH ZG t: ~E ~O lee %B % A I TS18- Cl2 2I--STB-2- TS22 - Cl3 31-- STB-J- TSI6- 4 8 26 4 9 18 16 14 12 19 8 6 4 2 TS29- 5 I ~ l ~ ~ I I I I I I I I I I TS24- 6 I .. N It) ~ III N lD ~ N ,., TS26- 7 I l!! l!! l!! ~ l!! ~ l!! i!! ~ S S TS28- C84 8 -STB-6~ u u u u u l!! 9 , V / I I I ~ VI ~ l!; U ...J 11 ~ ~ ~ R-GNO - ~ ~ a:: lS ~ -4:- a:: a 9 In a.. I I I I I I L - - - - - - - - - - L - - ~ . ......- ~D.B~ '~:Ql O~ HA7F1 REUSE OF DOCUMENTS "F" STREET SUBSTATION SHEET E 31 1~~~~ I TriAxis aAR IS GNE INCH ON R ;'>~'l!:"u~" THIS 1XlCUIIENT. AND THE IDEAS AND DESIGNS IIICllAPORATED ORlGINAL DRAWING -f" STREET SUBSTATION ~~ Y2333E31 ~Ku ""..." .un HEREIN, AS All _"ENT aF PIlllFESSIONAL SERYItE, IS Tl€ a I" CITY OF PORT ANGELES CONTROL PANEL WIRING PROPERTY aF TRwas EHCIHEERING, INC. _ IS NOT TO BE IF NOT GNE INOl ON OATE JAN 2994 L'/?p'.b~.bft mc. USED. IN lOlOl[ OR IN PART. RlR ANY OllER PRO.ECT IIIlHOUT PORT ANGELES. WASHINGTON I EXPiAfS g-L~Z~ I AP~ HAZEl tHE IfUTTEH AUTHORIZATION OF 1RIAlCIS EHCINEERING. INC. THIS SHEET. AllolJST FEEDER 1291 - UNIT 3 ~~~ NO. DATE REVISION BY APIID SCAlES ACCORDINGLY. Y2333 z o t-t t- O ::::> 0:: t- (/) Z o o 0:: o I.&.. Cl W ::::> (/) (/) t-t 2-17-84 ACTI'wE PRJ\pORT ANCEI..ES\F-STREET SU8\YY23J2-YlJJJ\DRAwtNGS\YlJ3JEJ10we TERM. BLOCK TERMINAL WIRE FUNCTION CTB-l STB-t Ctt Ia CTB-2 STB-2 Ct2 Ib CTB-3 STB-3 Ct3 Ie CTB-8 STB-6 Ct4 In TB-2t TBJ-t V131 Va TB-22 TBJ-2 V23\ lib TB-23 TBJ-3 V3Jl Ve TB-24 TBJ-4 WJt Vn TB-l FB-2 tt + TB-2 FB-4 t2 - TB-3 FA-2 5 AC NOT USED FA-4 6 - TB-4 TBt-l 7 CC TB-6 TB2-t t3 .b. TB-8 TBt-2 9 TC TB-t4 TBt-9 55 .a. TB-t5 TB2-tt LTC+ TB-t6 TB2-t2 R99 TriAxis I EXPIRES 9-7-ZtlO"t I MP~n..b~.hoc. DSGN P HAZEl ~~:::D P HA7F1 HINGED PANEl I (RV) CD ~ ....-- 0'1 r.: en f!! i!! ii! i!! ~ i!! ttttti 0 ... ... i!! i!! o ti 0 o o o o o 0 o o o o o o o o 0 IE. AIl\ AIl2 AIl3 AIl4 A05 NJ6 AIl7 A08 N1Il AID Att A12 At3 A14 A15 At6 At? At8 At9 A20 A2t A22 A23 A24 A25 A26 A27 A28 T C LTC a ~ ~ ~ ~ ~ W ~ ~ 201 lD2 lD3 l04 l05 lOO lD7 lOB l09 lID lIt l12 ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ . ~ ~ ~ ~ ~... ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ > T eRG lt3 l14 l15 lt6 lt7 lt8 lt9 ZZO Z21 Z22 Z23 Z24 OO~OO m ~ . ~ m 0'1 ~ en ~ ~ ~ ~ i!! ~ ~ ~ ! ~ ! ~ ! 2 ~ ~ i i ~ ~ ~ ~ I I I I I I I I I I I I I I ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~I m . ~ " G N en m m N G ~ ~ " ~ ~ ~ ~ ~ ~ ~ t ~ i!! i!! > S S '------ V / I I I ~ f!! ~ ~ ~ ~ ~ 9 ... ~ ~ ~ () ~ ~ o ~ ~ L REUSE OF DOCUMENTS UNIT 4 o o t PORTt 8 1000000001 PORT 2 5432t o~o 9876 + - Z25 Z26 W - '" ~ ~ NO IDATE BY I APIoU THIS 0ClCUIlENT. _ THE IDEAS _ DESIGNS INCClAP<lRATED HEREIN, AS All INSTIUlENT Cf" PAcnsstaN... SERVICE. IS _ PAOPEllTY Cf" 1RWCIS EHQJN!ERINC, JNC. _ IS NllT Tll BE USED. IN ...au: (Ill IN PART. fllR AllY OTHER PRO.GT WITHaUT THE lIRITTEH AUTHORIZATJaH aF 1RWCIS ENGINEERING, JNC. REVISION GNO VTS TS2 TS4 TS6 R-ZI2 SEl-351S PORT 3 5432t o~o 9876 TB P.T. iNPUTS TBt-2- '" ~ R-At8 + R-At? a 1 TBt-9_ R-A96 + TB2-tl .., TS8 LTC t TB2-t2 T R-A94 115VA 1 TB5- Tst2 15VAC 21 CTB TS14 Ctl 1 STB-t Tst8 C12 2 STB-2- TS22 C13 3 STB-3- TS16 4 TS29 5 TS24 6 TS26 7 TS28 C94 !J-- STB-6- 9 iii Ii R-GND ----c:::Jjj ==1- BAR IS <lNE INCH aN aRIG1N... DRAWING 8 I" F NOT <lNE INCH aN THIS SHEET. ADJUST SCALES ACCaROINGl.Y. .=-r= PT 1!.,--FB2 11. t2 I~ FB4 _--1 @ f-FA2' 5. 7 AC TBt-t ...J I TBt9-, TB2-t R-l25 + R-l26 R-lt8 R-lt7 R-ill R-l2t R-lt6 R-lt5 R-l29 R-lt9 R-A92 Tst9 -f'" STREET SUBST AnON CITY OF PORT ANGELES PORT ANGELES. WASHINGTON L FOR THIS PANEL, SEE SH E-427 C STB) TO STB L .F" STREET SUBSTATION CONTROL PANEL WIRING FEEDER 12e1 - UNIT 4 I ~ f ~ E-32 Y2333E3\ JAN 2994 Y2333 z o - I- o ::> ~ I- 00 Z o o ~ o I.&.. C LaJ ::> 00 00 - 2-t7-84 ~ PRJ\PORT AHCElESV-STREET SU8\YY2332-Y2333\DRAWINCS\Y23JJE33DWC TERIl BLOCK TERMINAL WIRE FUNCTION CTB-l STB-l C1l 10 CTB-2 5TB-2 C12 Ib CTB-3 - - 5TB-3 C13 Ie CTB-8 5TB-6 C14 In TB-21 TB3-1 V1.31 Vo TB-22 TB3-2 V231 lib TB-23 TB3-3 VJ31 Ve TB-24 TB3-4 V931 Vn TB-l FB-2 11 + TB-2 FB-4 12 - TB-3 FA-2 5 AC NOT USED FA-4 6 - TB-4 TBl-l 7 CC TB-6 TB2-1 13 "b" TB-8 T81-2 9 TC TB-14 TBI-9 55 "0" TB-15 TB2-11 LTC+ TB-16 TB2-12 R99 HINGED PANEL CRY) I CD ;;. ~ ~ ,... ~ l!! I!! l!! I!! l!! I!! tttttt .. '" ~ ~ ti UNIT 5 - --~--C- -- I 1ft ~ ~ ~ W ~ VB ~ ~ lOI l02 lO3 lO4 lO5 l06 l07 l08 lO9 l10 III l12 ~ ~ ~ CD N ~ ~ ~ ~ ~ n . f f f f ~ ~ ~ ~ ~ ~ ~ ~ T C R G l13 l14 l15 l16 l17 l18 l19 Z20 221 l22 OO~ G ~ . " m CD C ~ I!! I!! I!! I!! ~ I!! I!! I!! + - Z23 224 225 226 o 0 ~ - ... I!! I!! ~ m . ~ " ~ N ~ \3- m N ~ ~- ... '" I!! I!! I!! I!! ~ I!! I!! ... m m ~ m u u u u U u u I!! ~ F > > " 'v / I I I '-v----" l!! ~ ~ ~ ~ ~ 9 ~ ~ ~ a: u X ~ a: 5 ~ i:l ~ 0 m 0.. VTB T52 V!31 T54 V231 T56 V331 R-l12 V931 P.T. INPUTS PT IV! 2V2 3V3 4VB 5 :[ 7 '8 j IE 11 ;Z 1 PORT 1 8 1000000001 SEL-351S PORT 3 54321 of;;;;Jo 9876 TB n. " k t-~~-1 5.7 @ t:~-1 J I TBI9-~ TB2-1- PORT 2 54321 o~o 9876 R-l25 + 1 R-Z26 - 2 R-l18 115VACl 3 R-l17 15VAC 4 R-l22 CR.l 5 R-221 Cn.2 6 R-l16 T+ 7 R-l15 T 8 R-l2B RR.+ 9 R-l19 RR.- E R-A92 T+ 11 T519 T L FOR THIS PANEL, SEE SH E-437 GND TBl-2- ... ~ u R-A18~ R-AI7 0 TBI-9, R-A96 + TB2-1l -< T58 LTC 1 TB2-12 C T R-A94 115VACll T512 15VAC 21 T85...,- CTB T514 Cll 5TB-l T518 Cl2 STB-2~ T522 Cl3 STB-3- T516 T529 T524 T526 T528 C94 STB-6~ 5TBlTO STB I I I I L_ - - - - - - - - _L_ -~ TriAxis I EXPIIlfS Q-1'-2<<)'lI I :cnpd~nd~ #?C. OSGN P HAZEL 'R Y23JJE33 e~ :::0 P HA:-~ z o 1-4 .- o ::) a:: .- (/) Z o o a:: o LA... C I.LJ ::) (/) (/) 1-4 REUSE OF DOCUMENTS "F" 5TREET 5UBST A TION SHEET [-33 B.... IS CINE lNal ON 1llIS DOCUlIENT. ANll THE IIlEAS ANll DESlGNS INCORPORATED ClRIGIN.oL llRAWINC -r:- STREET SUBSTATION HEREIN, AS NI 1NS1RU1IEllT OF PIlO'ESSION.oL SERVICE, IS THE . 1. CITY OF PORT ANGELES Y2333E33 PROPERTY OF TIUAXIS EllCJNEERlNc:, 1Ne. NIO IS NOT TO BE II' NOT ONE IN04 ON CONTROL PANEL WIRING USED. IN IIHlU OR IN PART. RlR AllY 01l<ER PRO.ET WItHOUT PORT ANGElES. WASHINGTON DAlE JAN 2e94 I BY I APVO I !HE IRITTEN AUTHORIZATION OF TRIAXIS EIIGINEERINC, INc. THIS SHEET. AD.AJST FEEDER 1291 - UNIT 5 REVISION SCALES ACCORDINGLY. Y2333 Nn NO. IDATE 2-17-84 PR.I\PCRT AHGELES\f'-STREET SU8\'I'2332-Y2333\ORAWIHGS\Y233JE48.0WC HINGED PNL (R'1... CUST. UNIT No.2 T PT Al z 0 ..... l- e:( ::J Z ..... I- Z 0 U lr 0 l.L. (;) !') I w w w VI TC CT I: CT r r H N "~ AJ ~ FA 456 ~ SEe. MECHANISlI RECEPT. CELL (FV) DC DC13/15. DC PANEL. SH E-4 @ AC21. AC PANEl., SH E-4 J @ TO UNIT fl. SH E-8 1 2 J6H 3 J8 4 C8-18 8 C8-' -2 TO TRAHSFlRWER E-8 1 2 3 4 5 7 8 8 .8 11 lTC+ 12 R98 TB3 EXISTING T8J 9B TO UNIT J.} SH E-41 3 TO UNIT 1. SH E-8 183 2 183 3 11 4 T 5 6 8 8 11 12 TB4 NEW V1J1 1 V1 V231 2 V2 VJJ13VJ \1831 4 VB 5 6 8 8 J 11 1 TB5 NEW TO TP UNIT 1 E-8 CT8-1 C11 C18-2 C12 CTB-J C13 TO UNIT J E-41 TO UNIT 1 E-8 STB C1 FROM 1 0 1 CT UIIIT 1 2 0 2 C2 E-8 J 0 J 4 0 4 5 0 5 6 0 6 ce ElCISTINa C18-5 CTB-B C18-7 STB2 I1DlCFt.tR 7ft.. ~TAr:F" F'AN!I;"" T4-7 TO I 0 1 CT UNIT 1 LTC VACUUM INTERRUPTER H:LTC OFF 2 0 2 T4-~ E-8 I D XR.IR HOT uoum J 0 J T4-0 C21 2 XfIlR .. LTC LOW UQUII) 4 0 4 C22 I-'D TO l TC cnNTROl PR~TS C2J 5 0 5 CBJ LTC OPERATION DURING A fAULT 6 0 6 T<t-18 NEW 8 8 18 11 12 TBII EXISTING 1 7 1 2 8T 2 J .8 3 4 14 4 6 5 51 51 7 53 8 54 8 54 9 9 SCCM 18 5& 18 11 57 11 11 12 S8 TO UNIT 1 12 11X E-9 TBI TB2 EXISTING EXISTING CTB-4 CB4 CT8-8 L ~ j EXPIIll5 g-Z-~ I TriAxis E~~n~ .hc. NO. DATE REVISION BY APW REUSE OF DOCUMENTS THlS OOCUMENT. NIlJ THE IDEAS AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUIIEJ<T or PROFESSIONAL SERVICE. IS THE PROPERTY or TR1AXIS EllCINEERINC, INC. NIlJ IS NOT TO BE USED. IN ...CU: OR IN PART. FOR ANY OTHER PRO.ECT WITHOUT THE 1IIITTEN AUTHORIZATION or TIUAXIS EllCINEERINC, JNc. 9N1 IS ON[ 1N0l ON ORIGINAL ORAWlNa 8 I" IF NOT ON[ INQl ON THIS SHEET. NUJSf SCAl.E5 AIXXlRlIINGI.Y -f" STREET SUBST A nON CITY OF PORT ANGELES PORT ANGELES, WASHINGTON NOTE TO CUSTOMER '.lOCATION or APPARATUS, WIRES OR CAlll.fS MUST NOT BE DETERIlINED fROIoC OIAGRAM. 2.PANEL COHNECTIONS SHOWN AS VIE1IED fROIoC REAR EXCEPT AS NOTED. J.COHNECTIONS ARE FOR PHASE SEllUENCE 1-2-J. 4.olACRAM5, OEVICE FUNCTIONS AND NUllBERS ARE ANSI ST ANDARO. UNIT 2 "F" STREET SUBST A nON UNIT 2 BREAKER WIRING DIAGRAM MAIN SHEET E - 40 Y2333E4e JAN 299<4- Y2333 2-17-14 PRJ\PCRT ANGELES\F-STREET sue\Y2.332-Y2.33J\ORAWUlICS\Y2JJ3E410WC I L ---!lINGEO PANEL (RY) L FOR THIS PANEL, SEE SH TriA xis Mp'n~n~ hc. E-317 NO. DATE I PT @ N; C STB ~ REVISION UNIT 3 ~lollC (+) (-) F8 SEe. RECEPT CEll (FV) TO UNIT . 91 E-'2 FROU UNIT 2 E-48 oc ='~7/18. E-4 N:; =.~. E-4 TB4 Vl31 1 VI V231 2 V2 V331 3 V3 V9Jl "VB 5 I 7 I 9 18 11 12 TB3 1 7 2 9 3 18 . l' 5 51 6 52 7 I 54 S ~ 1 5& 11 57 12 5& TBl TB-I 1 13 TB-I 2 3 12 . 8 sm 5 C1 I 1 0 7 2 0 1. I 3 0 9 . 0 18 TB-15 11 LTC+ TB2-11~~~~' 5 0 _16 12 R98 TB2-12 TB3-11 TO ~NIT 2 I 0 I TB2 TB3-12 91 -48 9IORTlNC lll.OCK ('lfW.~"'lP~ 158 OHP I I I 3 _/5 o REUSE OF DOCUMENTS BY APVD THIS OOCUMENT. _ THE IOEAS _ DESIGNS INCClRPORATED HEREIN. AS AN INSTRUIIENT OF PROfESSIONAl. SERVICE. IS 1HE PROPERTY OF TRIAXIS ENCINEERINC, 1Ne. _ IS NOT TO BE USED. IN Wota.E CA IN PART. FOR AMY OTHER PRO.ECT WITHOUT THE lIUTTEN AUlllORIZATION OF TRWClS ENCJNEEQNC. 1Ne. 00 FOR No.1291 BM IS ONE INCH ON ORIClNAI. IlRAlIING . I" IF NOT ONE INCH ON lHIS SHEET. AO.IIST SCAlES .occOROINCI.Y. TO UNIT . E-'2 TO UNIT 2 E-48 -f'" STREET SUBSTATION CITY OF PORT ANGElES PORT ANGELES. WASHINGTON I J . - CAUTION. QJSTOllER TO REIIO\IE .lJ1IPERS WHEN CONNECTINC TO ROlOn: (QUJPllENT. H - CELL SWITCH. WHEN SUPPUEO 9IOWN FOR IlREAI<ER IN TEST POSITION. S - woe SWITCH. WHEN SUPPUEO 9l0WH FOR IlREAICER IN OPEN POSITION. m - 9IORT ClRCUITINC _MINAl lll.OCK. (F) - PUU. FUSE e:::::::3 - OUllllY FUSE NOTE TO CUSTOMER z o l--04 t- O ::> 0::: t- U) Z o o 0::: ~ E-41 C 'Y2JJ3E41 I.LJ JAN 2884 ~ Y2JJJ ~ 1 LOCATION OF APPARATUS, WIRES OR CAIIl.ES lIUST NOT BE OETERlllNEO fROIl 01ACRAll. 2.PANEL CONNECTIONS 9IOWN AS VIDIEO FROll REM EXCEPT AS NOTED. 3.CONNECTIONS ARE FOR PHA5E SEQUENCE 1-2-3. . OI.CRAllS. Il(VICE FUNCTIONS ANO NUllBERS ARE ANSI ST ANOARO. S. INSTANT _OUS TRIPS ARE TlEO TO THE TRIP CIRCUIT USlNC THIS .lJllPER. IF INSTANTANEOUS TRIPS ~ TO BE CUT-OUT OURINC RECLOSER OP(RATION. THIS _PER MUST BE REl101lEO. "f'" STREET SUBSTATION BREAKER WIRING DIAGRAM FEEDER 1291 - UNIT 3 SHEET 2-17-84 PR.I\PClRT ANCELESV-STREET SU8\Y23J2-Y23JJ\DRAWINGS\Y2JJJ(42.DWG I L ---!tINGED PANEl (RY) L FOR THIS PANEL, SEE SH L~ g-~-ZCllO"l I /:tP.P'.bd't!'n.b~ hc. TriAxis E-327 NO. 10ATE I PT UNIT 4 48\'OC C+) (c-) 115VAC 'ii7'N , Je 118fij Fa rr-t""1 I fA 2l, ,~4 2 A @ I J J AC 7 C :STB: ~ REVISION TB4 Acl TO UNIT 5 SH E-43 fROU UNIT 3 E-4, ~ =-~8/12. E-4 ~ ='~22. E-4 , 7 2 . 3 18 4 '4 5 5' 8 52 8 54 . 55 18 51 11 57 12 51 TB1 TB-tl 13 '4 re-I TB-'5 Tii=ii CEll (rY) TB2_11~0~~5 TB2-'2 TBJ.-ll TO UNIT 3 TBJ.-'2 SH E-4' '58 OHP 3 -IS o I I I REUSE OF DOCUMENTS BY IAPW THIS 00CUIlENT. AND THE IDEAS AND 0ESIGNs INCOAPalATEO HEREIN, AS AN INS1RUlIENT Of PROFESsIONAl. SERVICE. 15 THE PROPERTY Of TRJAXtS ENc:INmIIN;. INC. _ 15 NOT TO 8E USED. IN WHlU OR IN PART. RlR ANY 01HER PRO.ECT WItHOUT THE lIUTTEN AUTHORIZATION Of 1RIAXIS ENGINEERING. INC. FOR No.1291 8"" 15 ONE INCH ON ORIGINAl. DRAWING 8 ,. IF NOT ONE INCH ON THIS SHEET. AO.AJST SCAU:S AClXlADINGLY Vl31 1 VI V231 2 V2 VJJ, 3VJ V9Jl .. Y9 5 i 8 '8 ii 'IT 12 Tii3 SIll. '0' C1 2 0 2 303 404 505 I 0 8 SHORTING 9lOCK (~rw~ TO UNIT 5 E-43 TO UNIT 3 E-41 -f'" STREET SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON I J . - CAUTION: CUSTQIl[R TO REMOVE oAJllPERS WHEN CONNECTING TO REII0TE EQUIPII[HT. H - CEU. SWITCH. WHOI SUPPLIED SHOWN fOR BREAKER IN TEST POSITION. S - IIOC SWITCH. WHEN SUPPUm SHOWN fOR BREAKER IN OPEN POSITION. Ii!! - SHORT CIRCUITING TERIIINAI. 8l.OCK. <el - PUlL fUSE E3 - OUIIIIY fUSE NOTE TO CUSTOMER z o - I- o ::> a:::: l- V) Z o o a:::: e E-42 C Y2333E41 W JAN 2994 ~ Y2333 ~ '.LOCATION Of APPARATUS. WIRES OR CABlES IIUST NOT BE OETERIIINEO FROII 0lAGRAll. 2 PANEL CONNECTIONS SHOWN AS VIEWED fROM REAR EXCEPT AS NOTED. J.CONNECTIONS ARE fOR PHASE SEQUENCE 1-2-3- 4.DIACRAIIS. DEVICE fUNCTIONS AND NUIIBERS ARE ANSI STANDARD. 5 INSTANTANEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USING THIS oAJlIPEIl IF INSTANTANEOUS TRIPS ARE TO BE CUT-OUT IllJRING RECUlSER OPERATION, THIS oAJllPER IIUST BE REIIOVED. "F" STREET SUBSTATION BREAKER ~RING DIAGRAM FEEDER 1292 - UNIT 4 2-17-84 PRJ\PClRT ANGEl.ES\F-STREET SUB\Y2332-YU3J\DRAWINGS\Y2JJJE4J.OWC I L HINGED PANEL (RV) 11 L FOR THIS PANEL, SEE SH I El<PIRESg~-ZClO"'f I /Ln'p/...?~n...?fl #?C, TriA xis E-337 NO. IOATE UNIT 5 I PT AC)~~~~4 FROlI UNIT 2 - E-48 ;I~__--_I 8 i jjj 11 i2 TB11 48\IDC I @)FROlIDC (+)u-) DC PANa-17/11. E-4 .._u._ Ac) =-~J, E-4 AC 7 C TIl4 :STB' 158 DHP SEe. RECEPT. REVISION CEll. (FV) 14 TB2-11 @m ~~~ 4 TB2-12"'/ 3 I88Ie o I I I REUSE OF DOCUMENTS BY lAP"" THlS DOCUlIENT. AND THE JIlEAS _ DESIGNS INCORPORATm HEREIN. AS AN INSTRUIIENT OF PROFESSIONAL SDlYlCE, IS THE PROPERTY OF TRIAXlS ENc:lNEERINC, 1Ne. oWl IS NOT TO 8E USED. IN tHOU: OR IN PN<f. RlR ANY OTHER PRO.lECT WI1HOUT THE IIIRITTEN AUTHORIZATION OF TIUAXIS ENGINEERINC, JNc. FOR. No.1291 8AR IS ONE INCH ON ORIGINAL DRA_ 8 l' IF NOT ONE INCH ON THIS SHEET. AO.AlST SCALES ACCORDINGlY. V131 1 V1 V231 2 V2 V331 3 V3 \/831 4 W 5 i 8 i ii 'IT i2 W sm 101 C1 202 C2 303 404 505 808 SHORTIHG (REL~.F!!QII HINGED PANEL) TO UNIT 4 E-42 TO UNIT 2 E-48 -f" STREET SUBsr A nON CITY OF PORT ANGElES PORT ANGELES. WASHINGTON I I I J . - CAUTION: CUSTOIIER TO REMO\IE oAJllPERS WHEN CONNECTING TO REII0TE EQUIPIIENT. H - CEll SWITCH WHEN SUPPLIED SHOWN FOR 8REAI<ER IN TEST POSITION. S - IIOC SWITCH. ""EN SUPPLlEO SHOWN FOR 8REAI<ER IN OPEN POSITION. f!l - SHORT CIRCUITING TERMINAL 8LOO<. (f) - PUU. FUSE e::::::3 - OUIIIIY FUSE NOTE TO CUSTOMER z o - t- o ::> 0::: t- en z o u a:: o I.L.. E-43 C Y2333E43 ~ JAN 2994 en Y2333 !a I.LOCAnCN OF APPARATUS, WIRES OR CA&ES IIUST NOT 8E DETERIIINED FROlI DIACRAII. 2.PAIlEL CONNECTIONS _ AS VIEWED FROlI REAR EXCEPT AS NOTED. 3.CONNECTIONS ARE FOR PHASE SEQUENCE 1-2-3. 4 DIAGRAMS, DEVICE FUNCTIONS AIlD NUII8ERS ARE AIlSl STANDARD. S, INSTANT AIlEOUS TRIPS ARE TIED TO THE TRIP CIRCUIT USING THIS oAJllPER IF INST AIlT AIlEOUS TRIPS "RE TO 8E CUT-OUT DURING RECLOSER OPERATION. THIS .AJllPER IIUST 8E REIIO\IED. Of'" STREET SUBST A lION BREAKER WIRING DIAGRAM FEEDER 1291 - UNIT 5 CITY COUNCIL MEETING April 6, 2004 LATE ITEMS TO BE PLACED ON THIS OR FUTURE AGENDAS: (Cont'd) FINANCE: Water UtIhty Materials "F" Street SubstatIOn RebUIld 2004 Water Mam Improvements EqUIpment Purchase - VehIcle Replacements CONSENT AGENDA: ~. </s'1 and Chambers, Mr. Haarstad expressed concern with current development and expanSIOn plans of the hospItal specifically related to lack of tree planting m the parking lot, as well as the Impmgement of hghting on area resIdences. He also expressed concern on the matter of required storm drainage, and his concerns were heightened when the hospital purchased the lot adjacent to his property. Mr. Haarstad expressed the hope that errors made on the other parkmg lot would be corrected m the future, and he suggested that the CIty and Clallam TransIt should address the hospItal's transportation needs so that employees don't need to rely on personal cars. He felt thIS especIally important in VIew of off-street parking requrrements, as well as the fuel shortage. Bnef dIscussIOn followed, and Mayor Headrick advIsed Mr. Haarstad that the City Councll has representatives serving on the Transit Board, so perhaps the matter could be addressed at the TransIt meetings. 1 Water Utility Materzals, Project 04-05: Deputy Drrector of Public Works & Utilities Kenworthy summarized mformation relatIve to the purchase of Water Utility matenals, and Councllmember PItt1S suggested that, m keeping wIth past practice, the Mayor should receive the authonzatIOn to SIgn the assocIated contracts. Therefore, Councilmember Pittis moved to authorize the Mayor to sign the contract for Schedule A items from Hersey Meter in the amount of $33,935.81, including sales tax, and Schedule B items from H. D. Fowler in the amount of $50,136.12, including sales tax. The motion was seconded by Council member Braun and carried unanimously. 2 "F" Street SubstatIOn Rebuild, Project 01-28 Deputy Director Kenworthy revIewed the bids relative to the "F" Street Substation RebUIld, and Councilmember Williams moved to award the bid and authorize the Mayor to sign the contract with Tice Electric Company of Portland, Oregon, in the amount of $1 06,892.1 0, including sales tax. Councilmember Rogers seconded the motion, which carried unanimously. 3 2004 Water Mazn Improvements, Project 04-01 The scheduled 2004 Water Main improvements along the north sIde of 2nd Street between Chambers and Ennis Streets were summanzed by Deputy Director Kenworthy. Councilmember Rogers moved to award the bid for the 2004 Water Main Improvements, Project 04-01, to Jordan Excavating of Port Angeles, Washington, and authorize the Mayor to sign the contract in the amount of $176,295.07, including sales tax. Bnef dIscussIOn ensued concernmg the accuracy of the Engmeer's Estimate, as well as the lack of opportumty and appropnateness for co-locatmg other utIhtIes m the same vIcmIty. A vote was taken on the motion, which carried unanimously. 4 EqUipment Purchase - Vehicle Replacements, Project 04-02. Deputy DIrector Kenworthyreviewed bIds receIved on the velucle replacements, notmg thIS constitutes the annual equipment replacement asset forth in the budget. Ruddell Auto Mall bId below the State bId. Councilmember Braun moved to authorize the City Manager to sign contracts and purchase orders with Ruddell Auto Mall for the 8 new pickups and 2 new vans in the amount of $161,032.12, including sales tax. The motion was seconded by Councilmember Pittis and carried unanimously. Councllmember Rogers expressed pleasure WIth the effort to mclude local dealers III the bIddmg process. Councilmember Erickson moved to accept the Consent Agenda, to include: 1.) City Councll Mmutes of March 15, 2004 specIal meetmg and March 16, 2004 regular meetmg; 2.) ExpendIture Approval LISt - March 26,2004 - $1,101,00106; 3 ) - 4 -