Loading...
HomeMy WebLinkAbout4.640 Original ContractFor information regarding this project, contact: Terry Dahlquist, City of Port Angeles 350 -417 -4702 PROJECT MANUAL for LAUREL SUBSTATION STRUCTURE PROJECT NO. CLO5 -2007 1 .1E_ 4 ,4 '''‘ MA O CITY OF PORT ANGELES WASHINGTON FEBRUARY, 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES 1.440 For information regarding this project, contact: Terry Dahlquist, City of Port Angeles 360-417-4702 PROJECT MANUAL for LAUREL SUBSTATION STRUCTURE PROJECT NO. CL05 -2007 CITY OF PORT ANGELES WASHINGTON FEBRUARY, 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES STEPHEN P. SPERR, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES 1 1 1 1 PART I BIDDING REQUIREMENTS: PART IV ATTACHMENTS TABLE OF CONTENTS LAUREL SUBSTATION STRUCTURE PROJECT NO. CL05 -2007 Paae No( Advertisements for Bids 1 -3 Information for Bidders 1 -4 Bidder's Checklist 1 -5 Non - Collusion Affidavit 1 -6 Bidder's Construction Experience 1 -7 List of Proposed Subcontractors I -8 Bid Form 1 -9.10 Bid Security Transmittal form I -11 PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT Contract Performance and Payment Bond Certificate of Insurance PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTALS Amendments to the Standard Specifications 111 -1 -7 Section 05200 — Chain Link Fencing and Gates 05200 -1 -7 Section 05250 — Fencing 05250 -1 Section 05600 — Substation Steel Structures 05600 -1 -11 Section 09911 — Equipment Painting 09911.1 -2 A. Washington State Prevailing Wage Rates for Clallam County B. Forms C. Structure Replacement Plans (6 pages) Pole Replacement Plans (3 pages) 11-1-8 11 -9 (provided by bidder) THIS PAGE INTENTIONALLY LEFT BLANK PART I BIDDING REQUIREMENTS 1 1 1 I 1 Glenn A. Cutler, P.E. Director of Public Works & Utilities ADVERTISEMENT FOR BIDS LAUREL SUBSTATION STRUCTURE PROJECT CLO5 -2007 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. 0. Box 1150, Port Angeles, Washington 98362, until 2:00pm, Friday, March 5, 2010, and not later, and will then and there be opened and publicly read at that time in the Pittis Conference Room at City Hall, for the construction of the following improvements: Replacement of existing feeder terminal poles, 69kV deadend structure, and equipment painting at Laurel Substation, Port Angeles, Washington. Plans, specifications, addenda, and plan holders list for this project are available on -line through Builders Exchange of Washington, Inc. at http: / /www.bxwa.com. Click on: "Posted Projects", Public Works ", "City of Port Angeles ". Bidders are encouraged to "Register as a Bidder", in order to receive automatic email notification of future addenda and to be placed on the "Bidders List ". Contact the Builders Exchange of Washington (425-258-1303) should you require further assistance. Informational copies of any available maps, plans and specifications are on file for inspection in the office of the Port Angeles Public Works Engineering Services (360- 417 -4700). Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. 1 -3 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. FAXed bids will not be accepted. 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 tilled 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 fora sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. In addition, the bidder shall submit a copy of a valid certificate of registration in compliance with 18.27 RCW. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the closing time for receipt of bids and execution of the Contract, unless the award is delayed for a period exceeding sixty (60) calendar days. A conditional or qualified bid will not be accepted. The City of Port Angeles reserves the right to accept the bid that is in the best interest of the City, to postpone the acceptance of bids and the award of the Contract for a period not to exceed sixty (60) days, or to reject any and all bids. If all bids are rejected, the City may elect to re- advertise for bids. Subject to the foregoing, the contract will be awarded to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the Advertisement for bids. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Subject to the foregoing, the bid award may be made to the lowest responsible bidder. The party to whom the Contract is awarded will be required to execute the Contract and obtain the Performance and Payment Bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary Contract and bond forms. In case of failure of the bidder to execute the Contract, the Owner may, at its option, consider the bidder in default, in which case the bid deposit . accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of the acceptable Performance and Payment Bond and the Contract signed by the party to whom the Contract was awarded, will sign the Contract and return to such party an executed duplicate of the Contract. Should the Owner not execute the Contract within such period, the bidder may, by written notice, withdraw its signed Contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the Contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and Contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the Contractor may terminate the Contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the Contract throughout. BIDDER'S CHECKLIST 1. Has the Bid Security Transmittal form been completed, either by (1) attaching a bid deposit in the form of a postal money order, cashier's check or other security and filling out the part of the form above the words "Bid Bond" or (2) a surety bond in the proper form and filling out the section of the form below the words "Bid Bond "? 2. Is the amount of the bid deposit at least five percent (5 %) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. If Addendum(a) have been issued, have it/they been acknowledged on the Bid Form? 7. Has the non - collusion affidavit been properly executed? 8. Have you shown your contractor's state license number on the Bid Form? 9. Have you included a copy of a valid certificate of registration in compliance with 18.27 RCW? 9. Have you listed all proposed subcontractors that you will use for the project on the Listing of Proposed Subcontractors form? 10. Have you filled out the Bidder's Construction Experience form? The following forms are to be executed after the Contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance and Payment Bond - To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number. and address of surety and cower of attorney of sianatorv. C. Insurance certificate(s). 1 -5 STATE OF WASHINGTON COUNTY OF Thurston a` � ., �v�I • / . e44I i • : APRIL B. 2011 : :, • 13L1: Op V AS •, l +rr PPPI ttttt �•' NON - COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Subscribed and sworn to before me this 5 th day of Michels Corporation,Michels Power Division Signature of Bidd r /Contractor N•` Pubic in and for the State of Washington. Residing at 0,C4... f , W My Comm. Exp.: -4 -t5 t J i -6 March Q i rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wrrw.bxwa.com - Always Verify Scale ,201©. 1 BIDDER'S CONSTRUCTION EXPERIENCE Answer all questions and provide clear and comprehensive information, 1 1. Name of bidder: Michels Corporation, Michels Power Division Registration Number: MIC>€EC *999JB I 2. Permanent main office address: 9433 Dowcar Lane S.W. T;imw.at WA 9R512 3. When organized: 19 5 9 4. Where incorporated: Wisconsin I 5. How many years have you been engaged in the contracting business under your present firm name? 51 6. * Contracts on hand, (Schedule these, showing gross amount of each contract and the I approximate anticipated dates of completion), contact name and phone number. See Attached Also Dock Crew Snohomish County PUD $3.3M Completion 12/2010 7 K�{ir Refirrhi mPnt Nehra�ka piihl ; r p�[Rra" �� 7Q r1[} ('prnn 1 1?n 12.5kv Distrb Line Kitt1tas C ounty PUD $350,000 p omp 3/20 I Substation Clatskanie PUD 1.3M Completion 3/2 ©10 2SkV Tr _ans T,i rIP T'inh Fish & wildlife $F (1f1 drop 9 janl n 7. • General character of work performed by your company: Substation, Overhead and I Underground Transmission and Distrioutlon, Directional Boring, Storm and Emercencv Work 8. Have you ever failed to complete any work awarded to you? No I if so, where and why? 9. Have you ever defaulted on a contract? No 10. * List the more important projects recently completed by your company, stating approximate cost I 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 List 12. * Experience of bidder in construction similar to this project in work and importance: See Attached 13. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City? See Attached *Add separate sheets if necessary, The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Port Angeles. Date: March 5, 2010 Bidder's Signature: Print Name: Landon Kluck Title: General Manager, West Operations 1 -7 ovided to Builders Exchange of WA, Inc, For usage Conditions Agreement see vwvw.bxwa corn - Always Verify Scale To Be Submitted with the Bid Proposal Project Name Laurel Substation Structure Project No. CL05- 2007 Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.105 RCW, and electrical as described in Chapter 19.28 RCW will result in your bid being non - responsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work. Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor List Prepared in compliance with RCW 39.30.060 as amended Northwest Chainlink Fence Co Fencing Utility Service & Maintenance, Inc. Painting I . 8 I rovided to Builders Exchange of WA, Inc, For usage Conditions Agreement see wvoiv.bxwa.com - Always Verify Scale Honorable Mayor and City Council Port. Angeles City Hall 321 East Fifth Street Port Angeles, WA 98362 BID FORM Page 1 of 2 BIDDER: Michels Corporation, Michels Power Division The undersigned, hereinafter called the bidder, declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further declares that it has carefully examined the plan, specifications, and contract documents, hereinafter referred to as the Project Manual, for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials, the types of equipment, the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types of equipment, the conditions of and the work involved as included herein, are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the Project Manual; and that this bid is made in accordance with the provisions and the terms of the Contract included in the Project Manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer, hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifies that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the . described portions of the work: If the bidder is awarded a construction contract on this bid, the name and address of the surety who will provide the performance bond is: CNA Surety Weible & Cahill Surety Agent 333 East Butterfield Road -Ste 810 2300 Cabot Drive *100 Lombard, IL 60148 Lisle, IL 60532 Surety address Agent Address 630 719 -3013 Kim Holmes 630 245 -4600 Surety Contact and Phone Number Agent Contact and Phone Number 1 -9 I rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.cam. - Always Verify Scale The bidder hereby bids the following amounts for all work (including labor, equipment, time and materials) required to perform all work described in the Contract Documents. Item Drawings /Spec. Description Units Cost 1 G1, C1, S1 -S4 Structure & Fence Replacement Lump Sum $49,762.36 2 BA1 — BA3 Pole Replacements Lump Sum 39,465.41 3 Section 09911 Equipment Painting Lump 19, 958.34 Sum Sub -Total Sales Tax — 8.4% TOTAL BID BID FORM Page 2 of 2 ADDENDA ACKNOWLEDGMENT The bidder hereby acknowledges that it has received Addenda No(s). One to this Project Manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the Contract shall be sent, are listed below. Bidder's firm name: Michels Corporation, Michels Power Division Complete address: 9433 Dowcor Lane S . W. Tumwater, WA 98512 (Street address) (State) Telephone No.: 360 236 - 0472 Signed by: - <IL/. t Title: General Manager L.. Printed Name: Landon Kluck Date: March 5, 2010 Contractor Registration Number: UBI Number: WA State Industrial Insurance Acct. No.: WA State Employment Security Dept. No.: WA State Excise Tax Registration No.: MICHEC *999JB 601 061 071 832, 318 -00 39- 0970311 601 061 071 $109,186.11 9,171.63 $118,357.74 (Zip) Notes: (1) If the bidder is a partnership, so state, giving firm name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. 1 -10 i rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale By: Herewith find an executed Bid Bond or a deposit in the form of a cashier's check, postal money order or other security in lieu of a bid bond in the amount of $ . which amount is not less than five (5 %) percent of the total bid. KNOW ALL MEN BY THESE PRESENTS: Continental Casualty That we, Michels Power as Principal and Comoanv as Surety, are held and firmly bound unto the CITY OF PORT ANGELES as Obligee, in the penal sum of Five Percent of Amount. Bid f 5% ) Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful performance thereof w 4 - ■. Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay artdd rr ' .t t A .cal. i ee the penal amount of the deposit specified in the advertisement for bids,. tfiis obligatfo ; II be null and void; otherwise it shall be and remain in full force and effect and the Suret phl F1i;+ l t i '� = , forfeit to the Obligee, as penalty and liquidated damages, the amount of this borate ; C..;' ��....- SIGNED, SERkED.Al'4 iHIZ5 th day of March , 2010. Mi i A POVJ r f ry • 1,4 • % f�j/ / � l, j0lf jsk0 C9 inental. Caalty Company DLL— imber.Yy R. Holm s Att orney -In -Fact Principal By 14 . 6 urety 333 S. Wabash Ave. Chicano, IL 60604 Surety address Andrea Warning, 800 -262 -4554 Surety Contact and Phone Number Dated: Received return of deposit in the sum of $ BID SECURITY TRANSMITTAL FORM SIGN HERE BID BOND LAUREL SUBSTATION STRUCTURE PROJECT CL05 -2007 Weible & Cahill Agent 2300 Cabot Dr., Suite 100 Lisle, IL 60532 Agent. Address Mike Weible 630- 245 -4600 Agent Contact and Phone Number l o vided to Builders Exchange of WA, Inc, For usage Conditions Agreement see www tbxwa.com - Always Verify Scale SS STATE OF ILUNOIS COUNTY OF DuPace I, Esther C. Jimenez Notary Public of Kane County, in the State of Illinois , do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the Continental Casualty Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Continental Casualty Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 5 day of March A.D., 2010 , (Notary Aubrc7 Esther C. Jimenez My Commission expires: 03/26/2011 Notary Seal: ' PFICIAL SEAL" ES ER C. JfMEN ' Notary Public, State of Illinois My Commission Expires Mar 25, 2011 i • vne^.vvvvnv,f� Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies "), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint of Lisle, IL, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In. Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 9th day of October, 2009. William P Weible, William Cahill, Kimberly Sawicki, Melissa Newman, Karen A Ryan, Esther C Jimenez, Kimberly R Holmes, Deborah A Campbell, Mary Anne Sylos, Leigh Ann Francis, Individually Form F6853-5/2009 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT t7fFAL SEAL mama PLo c - STATE OP LLICILI ur tastaaaaim FOR CP i * co A JULY . isu 31. � My Commission Expires September 17, 2013 goo - In Unlimited Amounts - CERTIFICATE Continental Casualty Company National. Fire Insurance Company of Hartford. American Casualty Company of Reading, Pennsylvania - Eliza Price .il -o Jac Tyne NY. Belcastro Senior Vice President State of Illinois, County of Cook, ss: On this 9th day of October, 2009, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National. Fire insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. Notary Public I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 5th. day of March . 2010 . Continental. Casualty Company National. Fire insurance Company of Hartford American Casualty Company of Reading, Pennsylvania Mary A. RikaJkis Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authonty previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article LX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI Execution of Documents Section 3 Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding m the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VII- -- Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "RESOLVED, That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a. Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Insurance Company. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any hand or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." PART II CONTRACT FORMS SUBMITTED FOLLOWING AWARD OF CONTRACT This Contract is made and entered into in duplicate this Jday of al 2010 by and between the City of Port Angeles, a non- charter code city of the State of Washington, hereinafter referred to as "the City ", and Michels Corporation, Michels Power Division, a Wisconsin. Corporation, hereinafter referred to as "the Contractor ". 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. Scone of Work. PUBLIC WORKS CONTRACT The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: Laurel Substation Structure, Project CLO5 -2007 in, accordance with and as described in. A. this Contract, and B. the Project Manual, which include the attached plans, Specifications, Special Provisions, submittal requirements, attachments, addenda (if any), Bid. Form, Performance and Payment Bond, and. C. the 2008 Standard Specifications for Road, Bridge, and. Municipal Construction prepared by the Washington, State Department of Transportation, as may be specifically modified in the attached. Specifications andlor Special Provisions, hereinafter referred to as "the standard specifications ", and D. the most current edition of the City of Port Angeles' Urban Services Standards and Guidelines, 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 Linuidated 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) Laurel. Substation Structure II - 1 3. Compensation and Method of Payment. calendar days after notice to proceed from the City, and said work shall be physically completed within 150 calendar 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. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the Project Manual. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). F. 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, Laurel Substation Structure II - 2 5. Prevailing Wage Reauirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam. County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and. Hold Harmless.. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, damages, losses, or suits, including attorney fees, arising out of or in connection with . the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. 7. Insurance. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification, This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 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: Automobile Liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage shall be written on. Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability Laurel Substation Structure 11- 3 coverage. If necessary, the policy shall be endorsed to provide contractual . liability coverage. ii. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products- completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial. General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement TSO f o r m CG 25 03 'I 185. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional. Insured endorsement CG 20 10 10 01 and Additional Insured Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. iii. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. iv. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub - contractors in the work. Builders Risk insurance shall be on a all -risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for floor and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum. Amounts of Insurance The Contractor shall maintain the following insurance limits: i. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. ii. Commercial General. Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate and a $3,000,000 products - completed operations aggregate limit. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. Laurel Substation Structure it - 4 1 The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self- insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute with it. i.i. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled or reduced as to coverage by either party, except after forty -five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General. Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. F. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or subcontractors as well as to any temporary structures, scaffolding and protective fences. G. Waiver of Subrogation The Contractor and the City waive all rights against each other, any of their subcontractors, lower tier subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extent covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards or criteria as set forth in the Project Manual. The Contractor shall pay any applicable business and permit fees and taxes which . may be required for the performance of the work. Laurel Substation Structure 1i - 5 C. The Contractor shall comply with all legal and permitting requirements as set forth in the Project Manual. Non - discrimination. The parties shall conduct their business in a manner which assures fair, equal and . nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above - stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above- stated minority status. 10. Assignment and Subcontractors. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City. The Contractor shall not subcontract any part of the services to be performed hereunder without first obtaining the consent of the City and complying with the provisions of this section. C. In the event the Contractor does assign this contract or employ any subcontractor, the Contractor agrees to bind in writing every assignee and subcontractor to the applicable terms and conditions of the contract documents. D. The Contractor shall, before commencing any work, notify the Owner in writing of the names of any proposed subcontractors. The Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items or materials or equipment), whether initially or as a substitute, against whom the Owner may have reasonable objection. Each subcontractor or other person or organization shall be identified in writing to the Owner by the Contractor prior to the date this Contract is signed by the Contractor. Acceptance of any subcontractor or assignee by the Owner shall not constitute a waiver of any right of the Owner to reject defective work or work not in conformance with the contract documents. If the Owner, at any time, has reasonable objection to a subcontractor or assignee, the Contractor shall submit an acceptable substitute. E. The Contractor shall be fully responsible for all acts and omissions of its assignees, subcontractors and of persons and organization directly or indirectly employed by it and of persons and organizations for whose acts any of them may be liable to the same extent that it is responsible for the acts and omissions of person directly employed by it. Laurel Substation Structure lI -6 11. The divisions and sections of the specifications and the identifications of any drawings shall not control the Contractor in dividing the work among subcontractors or delineating the work to be performed by any specific trade. G. Nothing contained in the contract documents shall create or be construed to create any relationship, contractual or otherwise, between the Owner and any subcontractor or assignee. Nothing in the contract documents shall create any obligation on the part of the Owner to pay or to assure payment of any monies due any subcontractor or assignee. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. In addition to all other obligations of the contractor, if the contractor does employ any approved subcontractor, the contractor shall supply to every approved subcontractor a copy of the form, provided in the project manual, to establish written . proof that each subcontract and lower-tier subcontract is a written document and contains, as a part, the current prevailing wage rates. The contractor, each approved subcontractor and each approved lower -tier subcontractor shall complete and deliver the form directly to the City. Contract. Administration, This Contract shall be administered by on behalf of the Contractor and by Terry Dahlquist, Electrical Engineering Manager, on behalf of the City. Any written notices required by the terms of this Contract shall be served or mailed to the following addresses: Contractor: Michels Corporation, Michels Power Division 9433 Dowcor Lane S.W. Tumwater, WA 98512 12, Interpretation and Venue. 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. Laurel Substation Structure [I _7 City: City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, WA 98362-0217 IN WITNESS HESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: Michels Corporation, Michels Power Division By: Laurel Substation Structure 1i - 8 CITY OF PORT ANGELES: + L ,44441dit Mayor Approved as to Form: City Attorney Attest: 00,niekkW4,4-, /City Clerk. PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # 929500669 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Michels Power as Principal, and Continental Casualty Company (Illinois; a corporation, organized and existing under the laws of the State of Washmi]3i tai, as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations as surety, are jointly and severally held and firmly bound to the City of Port Angeles in the penal sum of pne Hundred Ei teen T h usand Three Hundred Fifty Seven $ ana 74 /100 r s � h R � �� for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances of the City of Port Angeles. Dated at • , Washington, this 19th day of March , 2010. The conditions of the above obligation are such that: WHEREAS, the City of Port Angeles has let or is about to let to the said Michels Power the above bounded Principal, a certain contract, the said contract being numbered CL05 -2007 , and providing for Laurel Substation Structure (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and within the time set forth; now, therefore, if the said Principal, Michels Power , shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void, but otherwise, it shall be and remain in full force and effect. Signed this 23 rciday of March , 2010. Continental Casualty Company Michels Power Surety Principal mberly '� oimes Attorney -In -Fact Title 333 S. Wabash Ave. rhicagn, IL 6 fl 0. . Surety Address Andrea Warning, Underwriter 800-262-4554 Surety Contact and Phone Number Laurel Substation Structure rr -9 gy„ 'Landon luck iYPn aral.MagaRa r W T e tle eibJ & Cahill, 2300 Cabot Dr. , Suite 100. Lisle. IL 60532 Agent Address 630- 245 -4600 Agent Contact and Phone Number 1 1 1 1 1 1 1 1 1 1 1 1 Ss STATE OF ILLINOIS COUNTY OF DuPaae I, Esther C. Jimenez Notary Public of Kane County, in the State of Illinois . do hereby certify that Kimberly R. Holmes Attorney -in -Fact, of the Continental Casualty Company who is personally known to me to be the same person whose name is subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and on behalf of the Continental Casualty Company for the used and purposes therein set forth. Given under my hand and notarial seal at my office in the City of Lisle in said County, this 23 day of April A.D., 2010 My Commission expires: 03/26/2011 Notary Seal: • ! "OFFICIAL. SEAL" ESTHER C. JIMENEZ Notary Public, State of Illinois i My Commission Expires Mar 26, 2011i. i POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called the CNA Companies "), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint William P Weible, William Cahill, Kimberly Sawicki, Melissa Newman, Karen A Ryan, Esther C Jimenez, Kimberly R Holmes, Deborah A Campbell, Mary Anne Sy1os, Leigh Ann Francis, Individually of Lisle, IL, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Senior Vice President and their corporate seals to be hereto affixed on this 9th day of October, 2009. State of Illinois, County of Cook, ss: On this 9th day of October, 2009, before me personally came Jacquelyne M. Belcastro to me known, who, being by me duly sworn, did depose and say: that she resides in the City of Chicago, State of Illinois; that she is a Senior Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that she knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that she signed her name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. Form F6853- 512009 EL17A PRICE soma PURE • UAW flP t1Ntr M1 CO ON EEVIREM17/13 tia My Commission Expires September 17, 2013 - In Unlimited Amounts - CERTIFICATE Continental. Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania ]ac 1 yne ll Belcastro Senior Vice President Eliza Price I, Mary A. Ribikawskis, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National. Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 23rd day of March , 2010 Continental Casualty Company National Fire Insurance Company of Hartford. American Casualty Company of Reading, Pennsylvania c-ivia44, cadd.4a2kc, Mary A. Rtbikaekis Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article IX Execution of Documents Section 3. Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VI of Documents Section 3 Appointment of Attorney -in -fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in- fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior Vice President or the Board of Directors may at any time revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the. Company at a meeting duly called and held on the 17 day of February, 1993. . "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." ADOPTED BY 'I HE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company. "Article VII — Execution of Documents Section 3. Appointment of Attorney -in -Fact. The Chairman of the Board of Directors, the President or any Executive or Senior Vice President may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chairman of the Board of Directors, the President or any Executive, Senior Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney -in- fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17 day of February, 1993. "RESOLVED: That the signature of the President, an. Executive Vice President or any Senior or Group Vice President and the seal of the Insurance Company may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Insurance Company may be affixed by facsimile to any certificate of any such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the. Insurance Company. Any such power so executed and sealed and certified by certificate so executed and sealed, shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Insurance Company." SPECIFICATIONS, SPECIAL PROVISIONS 1 1 1 1 1 PW 407_04 Part04.doc [Revised 09/08] PART HI AND SUBMITTALS PW 407_04 Part04.doc [Revised 09/08] 1 1 1 1 i 1 1 1 1 1 1 INTRODUCTION /ORDER OF PRECEDENCE See Section 1 -04.2 of the Standard Specifications for the general order of precedence for inconsistency in the parts of the Contract. In addition, the order of precedence in the case of conflicting specifications, special provisions, submittal requirements, plans, drawings, or other technical requirements of this Project Manual is as follows: 1. Special Provisions as set forth on pages I l l - 1 through 1 1 1 - 7 . 2. Submittal requirements, as listed on page III - 6 3. Technical Specifications, Sections 09911, 05200, 05250, and 05600. 4. Project Plans, as set forth in Attachment C. 5. Washington State Department of Transportation's 2008 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. 6. Attachments (exclusive of the above - mentioned) as listed in the Table of Contents of the Project Manual. STANDARD SPECIFICATIONS This Contract incorporates the Washington State Department of Transportation's 2010 Standard Specifications for Road, Bridge, and Municipal Construction (English Units), referred to herein as the Standard Specifications. Unless otherwise superseded as detailed above, the Standard Specifications describe the general requirements, description, materials, construction requirements, measurement and payment of work to be completed under this Contract. SPECIAL PROVISIONS The following Special Provisions supersede any conflicting provisions of the Standard Specifications and are made a part of this contract. The Sections referenced in these Special Provisions refer to Sections of the Standard Specifications. 1 -01.3 DEFINITIONS The term "Contract Bond" is understood to be equal to "Performance and Payment Bond" for this project. The term "State" is redefined to mean the City of Port Angeles for this project. The term "Commission" is redefined for this project to mean the City Council of the City of Port Angeles. The term "Secretary" is redefined for this project to mean the Director of Public Works and Utilities for the City of Port Angeles. The term "Department" is redefined to mean the City of Port Angeles Department of Public Works & Utilities for this project. The terms "Engineer" and "Project Engineer" are redefined for this project to mean the Engineer for the City of Port Angeles. The terms "Contract" and "Project Manual" are interchangeable. 1 -02.2 PLANS AND SPECIFICATIONS Section 1 -02.2 of the Standard Specifications is deleted and replaced with the following: Information as to where plans and specifications can be obtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. 1 -02.5 PROPOSAL FORMS The term "prequalified" is deleted from Section 1 -02.5 of the Standard Specifications for this project. 1 -02.9 DELIVERY OF PROPOSAL Section 1 -02.9 of the Standard Specifications is modified in its entirety for this project to now read as follows: Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. 1 -03.4 PERFORMANCE AND PAYMENT BOND In accordance with Section 1 -03.4 of the Standard Specifications the Contractor shall execute a Performance and Payment Bond as provided in the Contract. The bond shall specify the surety's name and address and shall include a power -of- attorney appointing the signatory of the bond as the person authorized to execute it. 1 -04.4 CHANGES IN WORK Section 1 -04.4, Changes, of the Standard Specifications shall be amended to add the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor, City inspector, or 111 -2 Engineer by using the RFI form contained in Attachment B of this project manual. Definitions: a. RFI: Request for Information b. CCO: Construction Change Order c. CPR: Contractor Payment Request PLANS AND WORKING DRAWINGS ' Unless otherwise required by the Submittal Requirements, Section 1 -05.3 of the Standard Specifications shall apply. 1 -05.5 AS -BUILT DRAWINGS Section 1 -05.5 is supplemented with the following: As -built drawings are required to be maintained by the Contractor. The as -built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as -built conditions. These as -built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: 1 a. The location and description of any utilities or other installations known to exist and or encountered within the construction area. The location of these utilities shall include an accurate description, dimensions, and at least 2 ties to permanent features for all utilities encountered. ' The City of Port Angeles has the right to deny progress payments for completed work if as -built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as- builts shall be delivered to the City Engineer at the time of final inspection for review and approval. As -built drawings must be approved by the City Engineer before 1 final payment will be made. See Submittal Requirements for additional information. 111 -3 1 -05.10 GUARANTEES Section 1 -05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1) year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. The Performance and Payment Bond shall remain in full force and effect through the guarantee period. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. STATE SALES TAX The work on this Contract is to be performed upon lands whose ownership obligates the Contractor to collect State sales tax from the Contracting Agency. The provisions of Section 1- 07.2(2) apply, 1-07.6 PERMITS AND LICENSES All requirements of any permits included in this Project shall be adhered to by the Contractor. No additional permits are required for this project. 1 -07.17 UTILITIES AND SIMILAR FACILITIES Section 1 -07.17 is supplemented by the following: Locations and dimensions shown in the plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. This Contractor will furnish all work necessary to adjust, relocate, replace, or construct utility facilities unless otherwise provided for in the Plans or these Special Provisions. The Contractor shall call the Utility Location Request Center (One Call Center), for field location not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless 111 -4 otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday, or a legal local, state or federal holiday. The telephone number for the One Call Center for this project is 1 -800- 424 -5555. The Contractor is alerted to the existence of Chapter 19.122 RCW, a Washington State law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE Section 1 -07.18 of the Standard Specifications is deleted in its entirety and replaced with Sections 6 and 7 of the City's standard Public Works Contract in Part I I of the Project Manual. 1 -07.23 PUBLIC CONVENIENCE AND SAFETY Section 1 -07.23 is supplemented with the following: No power outages to customers will be allowed to extend overnight. Contractor shall provide temporary fencing or other means adequate to maintain security of facility during construction, both to protect the public and to protect equipment from damage by the public. HOURS OF WORK Section 1 -08.0 is further supplemented by the following: The hours for of operation of the Port Angeles Light Operations Division is limited to Monday through Friday, 7:30 am to 3:30 pm, excluding holidays. Switching requirements shall be scheduled to occur during those times. TIME FOR COMPLETION Section 1 -08.5 is supplemented with the following: Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence within 10 days of receiving the Notice to Proceed, and work must be substantially complete with structure replacement and re- energizing of substation within 150 days of the Notice to Proceed, unless a different time frame is expressly provided in writing by the City. The Contractor shall schedule the shutdown of Laurel Substation with the City to occur after June 1, 2010. The substation must not be off line for more than 30 calendar days, III -5 and must be complete and re- energized by September 1, 2010. Contractor will be charged City's hourly labor rates for switching time if crews are required to energize or de- energize the substation more than once. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages of $200 per day for each and every day said work remains uncompleted after the expiration of the specified time. If the substation remains de- energized over 30 days, or after September 1, the Contractor may be required at the City's sole discretion to pay the City liquidated damages of $1,000 per day for each and every day Laurel Substation cannot be used. PAYMENTS Section 1 -09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments in Part 4 of the Project Manual. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. SUBMITTAL REQUIREMENTS The following is an index of the section contained under Submittal Requirements: SR -01 Material Submittals SR -04 As -Built Drawings SR -01 MATERIAL SUBMITTALS The Contractor shall furnish to the City Engineer 3 copies of all material submittals for the following items: 1. Structural Steel 2. Fiberglass Poles and Crossarms All material submittals shall be submitted within 28 days after award of the Contract. The Contractor should allow 14 calendar days from receipt by the City Engineer for review and approval or rejection. Except as provided herein, all requirements of Section 1 -05.3, "Plans and Working Drawings ", of the Standard Specifications shall apply. NOTE: NO CONSTRUCTION SHALL BE PERFORMED ON ANY III -6 PORTION OF THE CONTRACT THAT DOES NOT HAVE APPROVED SUBMITTALS. NO PAYMENT WILL BE MADE FOR DESIGNS INSTALLED WITHOUT APPROVAL AS REQUIRED BY THIS SECTION. SR -04 AS -BUILT DRAWINGS Requirements for maintaining As- Builts for the work completed under, this Contract are specified in Section 1 -05.5 of the Special Provisions above. Final As- Builts shall be submitted to the City Engineer at or before the final inspection for review and approval. As -built drawings must be approved by the City Engineer before final payment will be made. • III - 7 1.0 GENERAL 1.1 SCOPE SECTION 05200 CHAIN LINK FENCING AND GATES Y9887 The work covered by this specification includes furnishing of all labor, equipment and materials required for installation of chain link fencing and gates as shown on the drawings and specified herein. 1.2 RELATED WORK 05250 Fence Removal 1.3 CODES AND STANDARDS Comply with the provisions of the following codes, specifications and standards, except as otherwise shown or specified. The latest edition of the code or standard shall govern. American Society of Testing and. Materials (ASTM) ASTM A 90 ASTM A 121 ASTM A 123 ASTM A 392 ASTM A 446 ASTM A 525 ASTM A 569 ASTM A 570 ASTM A 824 ASTM F 626 CITY OF PORT ANGELES LAUREL ST SUBSTATION 05200 Standard Test Method for Weight of Coating on. Zinc- Coated (Galvanized) Iron or Steel Articles Standard. Specification for Zinc - Coated (Galvanized) Steel Barbed Wire Standard Specification for Zinc- Coated (Hot -Dip Galvanized) Coatings on Iron and Steel Products Standard Specification for Zinc - Coated Steel. Chain -Link Fence Fabric Standard Specification for Zinc- Coated (Galvanized) by the Hot -Dip Process, Structural (Physical) Quality Standard Specification for General Requirements for Sheet Steel, Zinc- Coated (Galvanized) by the Hot -Dip Process Standard Specification for Steel, Carbon (0.15 Maximum, Percent), Hot- Rolled Sheet Steel and. Strip Commercial Quality Standard Specification for Steel, Sheet and Strip, Carbon, Hot - RolIed Structural Quality Standard. Specification for Metallic- Coated Steel Marcelled Tension. Wire for Use With. Chain Link Fence Standard. Specification for Fence Fittings JAN, 2010 1 CHAIN LINK FENCING & GATES ASTM F 669 ASTM F 1083 ASTMVI, F 1234 2.0 MATERIALS 2.1 GENERAL All materials shall conform to the following specifications unless otherwise approved by Company 2.2 HEIGHT 2.3 FABRIC 2.4 FRAMEWORK Standard Specification for Strength. Requirements of Metal Posts and. Rails for Industrial. Chain Link Fence Standard Specification for Pipe, Steel, Hot- Dipped. Zinc - Coated (Galvanized) Welded, for Fence Structures Standard Specification for Protective Coatings in Steel Framework for Fences Grout) IA pipe shall have 1.8 -oz minimum hot dipped zinc /sq. ft. of surface. Schedule 40 pipe shall conform to ASTM F 1083. Y9887 Fence shall stand 8 feet above grade with fabric height of 7 feet and topped with three strands of security wire one foot high on brackets slanting outward 45°. Fabric shall conform to ASTM A 392, latest revision. Fabric shall be made from #6 galvanized wire spirally wound and interwoven into a two (2) inch diamond . mesh with twisted and barbed selvage on top and bottom. Minimum tensile strength of the wire shall be 90,000 psi before zinc coating and 80,000 psi after zinc coating. Wire shall be galvanized to a minimum weight of 1.20 ounces of zinc per square foot of uncoated wire surface. Fabric shall withstand a test of galvanizing according to ASTM A 90, latest revision. Fence framework shall conform to ASTM F 669. Framework shall be Group IA. Size tolerances shall be + 5% on weights. Lengths shall be sufficient for depth of required concrete embedment and security wire attachment. Use of re- rolled, re- galvanized or open seam posts or rails is not allowed. CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05200 2 CHAIINI LINK FENCING & GATES 2.5 FITTINGS Size, Weight Description Diameter lb. /ft. Line Posts Group IA 2 -318" 3.10 Terminal Post - End, Corner & Pull. Posts Group IA 2 -718" 5.79 Size, Weight Description Diameter lb. /ft. Top Rails, Braces & Truss Rods Group IA 1 -508" 2.27 Manual Gate Frames Group IA 1 -718" 2.72 Manual Gate ,Posts, For Nominal Width of Gate Leaf 5 feet and less Group IA 2-7/8" 5.79 6 feet - 12 feet Group IA 4" 9.11 12 feet and treater Group IA 6-5/8" 18.97 All fence fittings shall comply with ASTM F 626. Fittings shall be from malleable or pressed steel and shall be galvanized, no aluminum fittings are allowed. Y9887 A. Post Tons: All intermediate or line posts shall be fitted with 45 degree security wire extension arms with wire positioned outside the fence. Arms shall be 14 -gage pressed steel or malleable iron designed to hold the top rail and three strands of security wire with the top strand located 12 inches CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 . 05200 3 CHAIN LINK FENCING & GATES above the fabric. Arms having projections to be bent down over security wire may not be used. Tubular posts shall be equipped with tops designed to exclude moisture from the posts center. Rail and. Brace Ends shall be provided where top and brace rails and required. Rail and Brace ends shall be fabricated from pressed steel or cast iron and shall be galvanized. C. Ton Rail Sleeves shall be fabricated from pressed steel; 0.051" wall thickness and galvanized. Sleeves shall be not less than 6" long with expansion sleeves provided at every fifth sleeve. D. Tie Wires shall be 9 gage, galvanized steel, and class 3. E. HoQ Rims shall be 11 gage, galvanized steel, and class 3. F. Fabric Stretcher Bars shall be 314 " wide x 1 /4" thick minimum G. Tension. Brace and. Ton Rail. Bands shall be 1" wide x 1/8" thick minimum. H. Bolts. Nuts. and Turnbuckles shall be 3/8" minimum, galvanized or stainless steel. Y9887 Gate Fittinus for corners, padlock fittings, hinges and latches shall be of heavy malleable castings or pressed steel. Hinges shall be of ball and socket type Hinges, which pivot on pins and bolts, are not acceptable. Gate stops and catches for each leaf of drive gates shall be furnished and installed. Gates shall be equipped with 180- degree hinges to restrict gate opening to the direction shown on the drawings. Gate corners may be welded in -lieu of using fittings. If welded corners are used, welded areas shall be painted with zinc rich paint. J. Security Wire shall be made of two strands of galvanized twisted 12 -1/2 gage carbon steel wire per ASTM 121, class III. Barbs shall be four -point pattern on approximately 5" centers. Barbs shall be 14 -gage carbon steel wire. Aluminum alloy 5052-H38 may be substituted in -lieu of carbon steel wire. Truss Rods shall be 3/8" diameter galvanized steel with a truss tightener or turnbuckle. L. Tension Wire shall be #7 gage spring coil wire, with Type 3, Class 2 galvanized coating per ASTM A 824, latest revision. CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05200 4 CHAIN LI;,NK FENCING & GATES 3.0 EXECUTION 3.1 GENERAL Y9887 The chain link fence shall be installed in compliance with the drawings and this specification. Installation crew shall be experienced in the erection of this type of fence. The fence shall be erected on the lines and to the grades as specified on the drawings or as directed by City of Port Angeles. 3.2 POST SPACING Posts shall be spaced not more than 10 -feet on centers in the line of the fence. Posts shall be plumb, with tops properly graded and aligned. Corner posts shall be located at all angles of 20 or greater. Pull posts shall be placed when a grade change of more than 20° in slope or a ratio of ten to three and one half occurs. 3.3 EXCAVATION AND CONCRETE WORK Curbs and all foundations for posts and gate catches shall be concrete with the top 6" formed, if ground is firm enough, to permit excavation of the post hole to neat lines, the concrete may be placed without forms. Ready -mix concrete shall have a minimum 28 -day compressive strength of 3000 psi, maximum slump of four (4) inches, air content of 5% +/- 1% and water - cement ratio at time of placement of 0.53 by weight. Site -mixed concrete shall be 1:2:3 mix (one - cement, two - sand, and three - gravel). Maximum slump for ready mix or site mixed concrete shall be 4 inches. The top exposed surface of the concrete shall be crowned to shed water and troweled smooth. Top of concrete shall be formed in line with the sides of hole to avoid "mushrooming" of the concrete. Where solid rock is encountered, a hole two inches larger than the post diameter may be drilled and the post grouted into the hole with a fine mix of concrete. Minimum depth of holes in solid rock shall be 12 inches for line posts and 18 inches for end, corner, gate and pull posts. Where solid rock is covered with an overburden of soil, the post shall be set in the solid rock to the depth as listed above and the upper portion of the hole shall be completed as a standard concrete footing. 3.4 EXTENSION ARMS AND BARBED WIRE All extension arms shall be firmly seated on the top of the posts with the blade portion of the arm slanting outward at forty -five degrees (45 °). Three strands of CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05200 5 CHAIN LINK FENCING & GATES barbed wire shall be installed with sufficient tension to maintain tautness during temperature changes and shall be securely fastened to the extension arms. 3.5 TOP RAIL The top rail shall pass through the base of the line post tops and shall be securely fastened to terminal posts. Every fifth coupling, in 100 feet sections or longer, shall have an integral spring to compensate for contraction and expansion. 3.6 BRACING Braces shall be installed midway between the finished grade line and the top rail on all corner, pull, terminal, and gate posts. Bracing shall extend from these designated posts to the adjacent line posts, and be diagonally trussed from the line posts back to the base of these designated posts. The three - eighth inch (3/8") diameter truss rod shall be tensioned properly. 3.7 TENSION WIRE The tension wire shall be installed with sufficient tension to maintain tautness during temperature changes and installed at two inches above finished grade. The tension wire shall be secured to the fabric and each line post, and shall be terminated at each corner, gate, terminal and pull post. 3.8 FABRIC The fabric shall be installed only after the concrete has sufficiently cured, (minimum seven (7) days after placing), and after all framework and braces have been installed. The fabric shall be stretched taut, with its lower edge one (1) inch above rough grade or subgrade. Panels of fabric shall be stretched between all terminal posts and terminated on stretcher bars, which are held by fabric bands spaced not to exceed 15 inches. Contractor shall attach fabric to the fence structure with the type of galvanized . fastenings and maximum spacing listed below: CITY OF PORT ANGELES LAUREL ST SUBSTATION 05200 Top of Fabric to Top Rail -- #9 Gage Galvanized Steel Tie Wire, 24 Inch. Spacing Center of Fabric to Bracing -- #9 Gage Galvanized Steel Tie Wire, Width of Fabric to Line Posts -- #9 Gage Galvanized Steel Tie Wire, 6 18 Inch Spacing 15 Inch Spacing Y9887 JAN. 2010 . CHAIN LINK FENCING & GATES 3.9 GATES Vehicle and personnel entry gates shall be installed as shown on the drawings. 3.10 WARNING SIGNS END OF SECTION Y9887 Bottom of Fabric to Tension Wire -- #12 Gage Galvanized Steel Tie Wire or #11 Gage Galvanized Steel. Wire Hog Rings, 24 Inch Spacing Gates shall be erected to provide easy operation. Gateposts will not be used as corner posts nor located closer than ten feet to a corner, unless indicated on the drawings. Braces shall be installed on each side of all gates. Top of gate frame and barbed wire shall be aligned vertically. Horizontal brackets and two strands of barbed wire shall be installed, as shown on the drawings; to clear the gate posts. Lower edge of bottom rail shall be no more than two inches above finished grade. Warning signs shall be supplied by Company and installed by Contractor as shown on the drawings or as directed by City of Port Angeles 3.11 GATE CATCH Install one center gate catch block and two gate - catches with each double gate as shown on the drawings. 3.12 CLEANUP Pieces of fencing or other scrap materials shall be removed. Dirt from excavations and left over concrete shall be removed or deposited as instructed by City of Port . Angeles and the area shall be left clean and orderly. CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05200 7 CHAIN LINK FENCING & GATES 1 1 1 1.0 GENERAL 1.1 SCOPE: SECTION 05250 FENCE REMOVAL The work covered by this specification includes: furnishing of all labor, equipment and materials required for excavation, removal and backfill of existing fence post foundations, fabric, fittings and miscellaneous items as shown on the drawings or specified herein. 1.2 RELATED WORK: 05200 Chain Link Fencing and Gates 2.0 MATERIALS Material used for backfill of excavations remaining after removal of fence post . foundations shall be "Aggregate Base Course" as described in specification 02130. 3.0 EXECUTION Unless otherwise indicated on the drawings, fence post foundations shall be excavated and completely removed. Y9887 Fence fabric, post tops, barb wire and miscellaneous fittings shall be removed and salvaged for new fencing only if it meets current specifications for new fencing, described in specification 02810. All excess material and concrete shall be disposed of off -site according to prevailing laws, ordinances, regulations, and rules, and at no additional cost to the City of Port Angeles. The Contractor shall have on file a copy of the disposal . permits or agreements. Excavations shall be backfilled and compacted sufficiently to prevent erosion or settling END OF SECTION CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05250 1 FENCE REMOVAL SECTION 05600 SUBSTATION STEEL STRUCTURES Y9887 PART! GENERAL 1.1 WORK INCLUDED A. This section covers the work necessary for designing, detailing, fabricating, and erecting the galvanized steel structures, complete. The CONTRACTOR shall furnish and install all materials and items of work to make the structures complete and ready for their intended use. C. The general arrangement of the structures is shown on the Drawings. It is intended that frames shall be constructed with moment type connections and that bracing will be kept to a minimum Bracing may be designed for portions of the structures as shown on the Drawings. Bracing in other areas will not be permitted without written authorization from the City of Port Angeles. D. The structure shall be designed and fabricated from steel wide flange shapes except as shown otherwise. 1.2 REFERENCE A. The structures shall be manufactured, tested, rated, and furnished in accordance with the latest applicable standards and regulations of the following: 1.3 SUBMITTALS 1. AISC: American Institute of Steel, Construction. 2. ANSI: American National Standards Institute. 3. ASTM: American. Society for Testing and Materials. 4. IBC: International Building Code. 5. MSC: Manual of Steel Construction 6. AWS: American. Welding Society 7. MIL: Military Specifications • A. General: 1. Within 30 days after execution of Contract and prior to commencing fabrication or construction of any structures or associated items, the CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 . 05600 1 SUBSTATION STEEL STRUCTURES Y9887 CONTRACTOR shall submit to the City of Port Angeles a minimum of three sets of the following information for review: a. Shop drawings of all structures including all details and dimensions. b. Design calculations for all of the items covered by these shop drawings. Calculations shall show design stresses in all structural members and connections for all loading combinations. Include stress calculations and bearing pressure calculations for foundations. The design bearing pressures to be used shall be as shown on the Drawings or shall be obtained as noted on the Drawings. 2. The design and the calculations shall be made by an engineer registered in the State of Washington and the shop drawings and calculations shall bear the registered engineer's stamp and signature at the time of submittal of this information. Product Data: 1. Name and address of manufacturer(s). 2. Product specifications. 3. Manufacturers' testing procedures and standards. 4. • Preparation and installation or application instructions, as appropriate. C. Shop Drawings: I. Meet requirements of AISC recommendations and specifications referenced herein. 2. Provide with details showing: a. Members and their connections. b. Anchor bolt layouts. c. Hardened washer details. d. Schedules for fabrication procedures. e. Sequences of erection. f. All necessary information and dimensions. D. Quality Control Submittals: 1. Manufacturing Sequence. 2. Welder Certifications: CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 2 SUBSTATION STEEL STRUCTURES Y9887 a. Submit for shop and field welders. b. Issued by recognized testing laboratory. 3. Weld Inspection Test Reports: Submit for review prior to completion of work in this section. 4. High Strength Connection. Bolts (Galvanized and Nongalvanized): a. Certificates of Compliance: Products meet chemical and mechanical requirements of standards specified herein for either production or shipping lot. b. Manufacturer's inspection test report results for production lot(s) furnished, to include: 1) Tensile strength. 2) Yield strength. 3) Reduction of area. 4) Elongation and hardness. c. Certified Mill Test Reports for Bolts and Nuts: 1) Name and address of manufacturer. 2) Bolts correctly marked. 3) Marked bolts and nuts used in required mill tests and . manufacturer's inspection tests. 5. Mill Certificates. 6. Direct Tension Indicators: Furnish manufacturer's test report meeting requirements of ASTM F959 -85. 7. Method proposed to resolve misalignment between anchor bolts and boltholes in steel members. 1.4 QUALITY ASSURANCE A. Qualifications: 1. Welders: Meet requirements of AWS D1.1, Code for Procedures and Quality of Welders. B. Regulatory Requirements: Comply with current provisions of following, except as otherwise indicated: 1. AISC "Code of Standard Practice for Steel Buildings and Bridges ". 2. AISC "Specifications for the Design, Fabrication, and Erection of Structural Steel for Buildings" and including "Commentary of the AISC Specification ". CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 3 SUBSTATION STEEL STRUCTURES 1.5 DELIVERY, STORAGE, AND HANDLING B. Delivery: Load structural members in such a mariner that they will be transported and unloaded without being excessively stressed, deformed, or otherwise damaged. C. Storage: D. Handle materials to avoid distortion or damage to members or supporting structures. 2.2 DESIGN LOADS 2. Store in dry area and not in direct contact with ground. Y9887 3. AISC "Specifications for Structural Joints Using ASTM A325 or A490 Bolts" approved by Research Council on Structural Connections of the Engineering Foundation, November 13, 1985; endorsed by American Institute of Steel Construction and Industrial Fasteners Institute. 4. AWS Structural Welding Code AWS D1.1 and "Standard Qualification Procedure ". 5. Manual of Steel. Construction, American Institute of Steel. Construction, Inc. A. Preparation for Shipment: Insofar as is practical, the items provided hereunder shall be factory assembled. The parts and assemblies, that are of necessity shipped unassembled, shall be packaged and clearly tagged in a manner that will protect the materials from damage, and facilitate the identification and final assembly in the field. 1. Protect structural steel members and packaged materials from corrosion and deterioration. PART 2 PRODUCTS 2.1 GENERAL A. Like Items of Material: End products of one manufacturer in order to achieve standardization for appearance, maintenance, and replacement. B. Provide metal parts as required for permanent connection of structural steel. A. The structures shall be designed for all structural member dead load plus all weights of equipment to be placed on the structure. Equipment weights shall . be itemized by the designer and shall include every item that is supported by the structure but is not intended to carry calculated stresses as part of the CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 4 SUBSTATION STEEL STRUCTURES 2.3 DESIGN structure. The structures and foundations shall also be designed for the following additional loads: 1. Snow Load: 5 psf. 2. Wind Load: 44 psf. 3. Earthquake Load: Seismic Zone 3, Uniform Building Code. 4. Ice Load: 1/4-inch of ice buildup on all surfaces of members and equipment supported. 5. Conductor or Line Pull Forces: As shown on Drawings. Y9887 A. The following design criteria, although specified in the National. Electrical. Manufacturer's Association. Standards Publication SC -6, Part 36, is repeated . below to emphasize certain design criteria: Deflection limits, including torsional deflections rather than stress limits, may be the governing factor when determining member sizes. Apparatus loads and wind loads shall not cause vertical deflections of any point on the structure or equipment of more than 1/300 of the span . and not cause horizontal deflections of any point on the structure or equipment of more than 1/200 of the span or height above the top of foundations. 2.4 ROLLED PLATES, SHAPES, AND BARS A. ASTM A36 unless otherwise shown. 2.5 STRUCTURAL STEEL PIPE A. ASTM A501,, or ASTM A53, Type E or S, Grade B. 2.6 STRUCTURAL TUBING A. ASTM A500, Grade B (fy -4+6 ksi). B. Provide full length members without splices unless otherwise noted or approved. 2.7 ANCHOR BOLTS A. ASTM A307. CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 5 SUBSTATION STEEL STRUCTURES 2.8 HIGH STRENGTH CONNECTION BOLTS A. ASTM A325. 2.9 HARDENED WASHERS A. ASTM F436. 2.10 FABRICATION A. General: Y9887 I. Fabricate as shown and in accordance with these Specifications, AISC Specifications, CONTRACTOR's design requirements, and approved shop drawings. 2. Mark and matchmark materials for field assembly. 3. Complete assembly, including bolting and welding of units, before start of finishing operations. 4. Fabricate to agree with field measurements. B. Connections: 1. Shop Connections: Weld or bolt, as shown. 2. Field. Connections: Bolt except where welded or other connections are shown or specified. 3. Develop full strength of members joined and meet requirements of AISC Standard Connections, unless otherwise shown. C. Welded Construction: 1. Comply with current AWS D1.1 Code for procedures, appearance, and . quality of welds, and methods used in correcting welding work. 2. Butt Welds: Complete penetration unless otherwise specified. D. Interface With Other Work: 1. Holes: Provide as necessary or as indicated for securing other work to structural steel framing, and for passage of other work through steel framing members. a. No torch cut holes are permitted. 2. Provide threaded nuts welded to framing, and other specialty items as shown to receive other work. CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 6 SUBSTATION STEEL STRUCTURES 1 1 1 1 1 2.11 SOURCE QUALITY CONTROL A. Shop Inspection: 1. City of Port Angeles may engage inspectors to inspect fabrication and shop assembly of members, high strength bolted and welded connections, to perform tests and to prepare test reports. 2. Provide one week notice to City of Port Angeles for inspection prior to start of fabrication work. 3. Furnish facilities for inspection of materials and workmanship. Provide inspectors with unlimited access to the work. PART 3 EXECUTION 3.1 GENERAL A. 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 of Port Angeles for clarification prior to starting fabrication. Y9887 B. Install CONTRACTOR- designed temporary construction bracing to provide necessary support until all components are in place and construction is complete. C. Sequence the erection work, D. Meet requirements of AISC Specifications and Code of Standard Practice as referenced herein. 3.2 HARDENED WASHERS A. Provide at locations required by AISC Specification for Structural Joints using ASTM A325 Bolts. B, Install under turned element (bolthead or nut) and between turned element and indicator washer protrusions. 3.3 HIGH STRENGTH CONNECTION BOLTS A. Tighten using direct tension indicators meeting ASTM F959 -85 for Structural Joints using ASTM A325 or A490 Bolts. CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 7 SUBSTATION STEEL STRUCTURES Assembly Tightening: Progress systematically from most rigid part of joint toward free edges until indicator washers on all bolts have been closed to average gap less than that shown in Table 2 of ASTM F959 -85. C. Do not substitute load indicating washers for hardened flat washers required . for oversized holes. 3.4 ANCHOR BOLTS A. Install anchor bolts and other connectors required for securing structural steel to in -place work. B. Provide templates and other devices for presetting bolts and other anchors to accurate locations. 3.5 SETTING BASES AND BEARING PLATES A. Clean concrete and masonry bearing surfaces of bond - reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. C. Set loose and attached baseplates and bearing plates for structural members on . wedges, leveling nuts, or other adjustable devices. Tighten anchor bolts after supported members have been positioned and plumbed. 3.6 FIELD ASSEMBLY A. Set structural frames accurately to lines and elevations shown. B. Support all elements with temporary construction bracing members until . construction is complete. C. Align and adjust various members forming a part of a complete frame or structure before permanently fastening. D. Clean bearing surfaces and other surfaces which will be in permanent contact before assembly. E. Perform necessary adjustments to compensate for minor discrepancies in elevations and alignment CITY OF PORT ANGELES LAUREL ST SUBSTATION 05600 Level and plumb individual members of structure within specified AISC tolerances. Y9887 JAN, 201 0 SUBSTATION STEEL STRUCTURES G. Establish required leveling and plumbing measurements on mean operating temperature of structure. 3.7 MISFITS AT BOLTED CONNECTIONS A. Where misfits in erection bolting are encountered, immediately notify City of Port Angeles for selection of industry standard remedy method: 1. Ream holes that must be enlarged to admit bolts and use oversized bolts. 2. Plug weld misaligned holes and redrill holes to admit standard size bolts. 3. Drill additional holes in the connection, conforming with A1SC Standards for bolt spacing and end and edge distances, and add additional bolts. 4. Reject member containing misfit, missized, or misaligned holes and fabricate a new member to ensure proper fit. B. Finish gas -cut sections equivalent to sheared appearance. 3.10 GALVANIZING AND REPAIR Y,9887 B. Do not enlarge missized or misaligned holes in members by burning or by use of drift pins. 3.8 MISFITS AT ANCHOR BOLTS A. Resolve misalignments between anchor bolts and boltholes in steel members in accordance with approved submittal. B. Do not flame cut to enlarge holes. 3.9 GAS CUTTING A. Do not use gas cutting torches in field for correcting fabrication errors in structural framing. 1. Secondary members not under stress and concealed in finished structure may be excepted upon approval of DISTRICT. A. Galvanizing of steelplates, shapes, bars (and products fabricated from these items), and strip 1/8-inch thick or thicker, shall conform to ASTM Al23. Pipe, welded or seamless steel, shall conform to ASTM Al20. Galvanize material thinner than 1/8 inch either before fabrication in conformance with . the requirements of ASTM A525, Coating Designation G210, or after fabrication in conformance with the requirements of ASTM Al23, except that CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 9 SUBSTATION STEEL STRUCTURES Y9887 the weight of zinc coating shall average not less than 1.2 ounces per square foot of actual surface area with no individual specimen having a weight of less than 1.0 ounce. Unless otherwise provided, galvanizing before or after fabrication, or material which is thinner than 1/8 inch, is at the option of the CONTRACTOR. Galvanizing will, not be required for stainless steel, monel metal, and similar corrosion- resistant parts. B. Thoroughly clean alt welded areas prior to galvanizing to remove all slag or other material that would interfere with the adherence of the zinc. When it is necessary to straighten any sections after galvanizing, perform such work without damage to the zinc coating. C. In like manner, galvanizing of iron and steel hardware, and nuts and bolts, shall conform to ASTM A153. Perform galvanizing after fabrication. Galvanizing of tapped holes will not be required. E. Galvanize components of bolted assemblies separately before assembly. Fabrication shall include all operations such as shearing, cutting, punching, forming, drilling, milling, bending, welding, and riveting. The minimum pitch diameter of the threaded portion of all bolts, anchor bars, or studs shall conform to ANSI B1.1, having a Class 2A tolerance before galvanizing. After galvanizing, the pitch diameter of the nuts or other internally threaded parts maybe tapped over ANSI B1.1, Class 2B tolerance, by the following maximum amounts: 1. 3/8-Inch Through 9116 -Inch: 0.01, 6 -inch oversize. 2. 518 -Inch Through 1 -Inch: 0.023 -inch oversize. 3. 1- 118 -inch and Larger: 0.033 -inch oversize. G. Galvanized surfaces which are specifically to be painted shall not be chemically treated after galvanizing, and prior to cleaning and painting. All edges or tightly contacting surfaces, where galvanized is required, shall be completely sealed by welding before galvanizing. 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: 1. One coat of Inorganic Zinc Silicate (MIL-P-23236, Class 3). 2. Two coats of Galvanizing Repair Paint (MIL-P- 21035). CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 . 05600 10 SUBSTATION STEEL STRUCTURES Y9887 J. 3. Two coats of Zinc Dust Paint (M,IL- E- 15145, Formula 102). Apply paint to a cleaned surface. Abrasive blasting is required for inorganic zinc silicate. 3.11 FIELD QUALITY CONTROL A. City of Port Angeles may engage inspectors to inspect high strength bolted . and welded connections, to perform tests and to prepare test reports. High Strength Bolt installation Inspection: Acceptable if average gap is less than that shown in. Table 2 of ASTM F959-85. C. Moment- Resisting Steel - Beam - Column Welded Connection Weld Inspection: 1. Provide approved independent test lab to inspect and test all such welded connections for all structures by nondestructive methods. 2. Welding Procedures and Methods: Subject to inspection for conformance with AWS Structural Welding Code. 3. Butt Welds: 100 percent tested in accordance with AWS D1.1 -81, Chapter 6. 4. Examine, Report, and Disposition of Radiographs: Meet requirements of Section 6.12, AWS Structural Welding Code. 5. Correction of Defective Welds and Retesting As required by City of Port Angeles to meet Welding Code and City of Port Angeles approval, or certification by independent testing lab approved by City of Port END OF SECTION CITY OF PORT ANGELES LAUREL ST SUBSTATION JAN, 2010 05600 11 SUBSTATION STEEL STRUCTURES PART 1- GENERAL 1.1 SUMMARY A. This Section includes surface preparation and the application of paint systems on the following exterior equipment: 1. Substation Transformer 2. Metal -Clad. Switchgear 3. Buss Duct B. Contractor shall perform the work indicated in this section for painting the existing substation equipment noted above, and shall include the cost as "Bid. Alternate #2- Equipment Painting" on the Bid Form. This work is in addition to any work required for the structure in the Base Bid. 1.2 QUALITY ASSURANCE A. Master Painters Institute (MPI) Standards: SECTION 0991.1 EQUIPMENT PAINTING 1. Preparation and Workmanship: Comply with requirements in MN "Maintenance Repainting Manual" for products and paint systems indicated. PART 2- PRODUCTS 2.1 PAINT, GENERAL A. Paint and rust inhibitor will be provided by the City of Port Angeles. Contractor to pick up at Light Operations facility at 2007 S. ❑ Street, Port Angeles. PART 3 - EXECUTION 3.1 SURFACE PREPARATION A. Remove oxidation and clean all surfaces. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. B. Remove rust and scale. Blasting between radiator fins may be required. Follow recommendations in MPI "Maintenance Repainting Manual." C. Treat rusted areas with a rust inhibitor. CITY OF PORT ANGELES LAUREL ST. SUBSTATION JAN, 2010 09911 1 EQUIPMENT PAINTING D. Mask off areas not to be painted: 1. All gauges, nameplates, and signs attached to transformer. 2. Flexible metallic conduit on north side of transformer. 3. Transformer bushings, buss, and arrestors. 4. PVC conduit and junction box on north side of transformer. 5. Hobbs control cabinet. 6. Hydraulic hoses feeding the LTC compartment. 3.2 APPLICATION A. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. B. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. C. There shall be no overspray on concrete, switch yard rock, or surrounding equipment. D. At completion of project, clean the substation yard and surrounding area. Remove excess paint, rust chips, or debris. END OF SECTION 0991.1. CITY OF PORT ANGELES LAUREL, ST. SUBSTATION JAN, 2010 09911 2 EQUIPMENT PAINTING PART N ATTACHMENTS ATTACHMENT A PREVAILING WAGE RATES 1 1 1 1 1 1 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate 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 on the Benefit Code Key. CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classificati n WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H SD BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $8.55 1 SHAMPOOER $8.97 1 WAXER $8.97 1 WINDOW CLEANER $13.22 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL $14.67 1 CARPENTERS ACOUSTICAL WORKER $48.60 1H 5D BRIDGE, DOCK AND WARF CARPENTERS $48.47 1H 5D CARPENTER $48.47 1H 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48.74 1H 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING $48.67 1H 5D SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $40.03 1H 50 DIVERS & TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV & ROV OPERATOR $52.23 1M 5D SURFACE RCV & ROV OPERATOR TENDER $48.85 1B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D SL ASSISTANT MATE (DECKHAND) $49.06 1T 50 8L BOATMEN $49.57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L Page 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 ELECTRICIANS - INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER (TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER (TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL (TUNNEL) $61.95 2W 5L ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $9.96 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50.28 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $59 22 1 COOK $34.81 1 DECKHAND $34 52 1 ENGINEER/DECKHAND $58.62 1 MATE, LAUNCH OPERATOR $50.20 1 INSPECTION /CLEANING /SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9,73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $8.55 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 1H 50 CEMENT DUMPER/PAVING $40.77 1H 50 CEMENT FINISHER TENDER $40.03 1H 50 CHANGE -HOUSE MAN OR DRY SHACKMAN $40.03 1H 50 CHIPPING GUN (OVER 30 LAS) $40.77 1H 50 CHIPPING GUN (UNDER 30 LBS( $40.03 1H 50 CHOKER SETTER $40 03 1H 50 CHUCK TENDER $40.03 1H 50 CLEAN -UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 513 CONCRETE FORM STRIPPER $40 03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 50 DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1 H 50 DIVER $41.28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40.77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 IH 50 DUMPMAN $40.03 1H 5D EPDXY TECHNICIAN $40.03 1H 50 EROSION CONTROL WORKER $40 03 1H 5D FALLER/BUCKER, CHAIN SAW $40.77 1H 50 FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $30.84 1H 5D construction debris cleanup) Page 3 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33 93 1H 50 FORM SETTER $40.03 1 H 5D GABION BASKET BUILDER $40,03 1H 5D GENERAL LABORER $40 03 1H 5D GRADE CHECKER & TRANSIT PERSON $41.28 1H 50 GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40 03 1H 5D GUARDRAIL ERECTOR $40.03 1H 50 HAZARDOUS WASTE WORKER LEVEL A $41,28 11-1 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 50 HIGH SCALER $41.28 1H 50 HOD CARRIERJMORTARMAN $41,28 1H 50 JACKHAMMER $40.77 1H 50 LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER - MUDMAN $40,77 1H 50 MATERIAL YARDMAN $40.03 1H 50 MINER $41.28 1H 50 NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40.77 1H 50 PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40.77 1H 50 PIPE RELINER (NOT INSERT TYPE) $40.77 1H 50 PIPELAYER & CAULKER $40.77 1H 50 PIPELAYER & CAULKER (LEAD) $41.28 1H 5D PIPEWRAPPER $40.77 1H 50 POT TENDER $40.03 1H 5D POWDERMAN $41.28 1H 50 POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D RE- TIMBERMAN $41.28 1H 5D RIPRAP MAN $40 03 1H 50 RODDER $40.77 1H 50 SCAFFOLD ERECTOR $40.03 1H 50 SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER (OVER 20 ") $40 77 1H 50 SLOPER SPRAYMAN $40.03 1H 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER (CONCRETE) $40 77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40 03 1H 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $40,77 1H 5D TAMPER (MULTIPLE & SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN (AT JOB SITE) $40.03 1H 50 TOPPER - TALLER $40 03 1H 50 TRACK LABORER $40.03 1H 5D TRACK LINER (POWER) $40.77 1H 5D Page 4 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 *************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cade Code TRUCK SPOTTER $40.03 1H 50 TUGGER OPERATOR $40.77 1H 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1H 50 VINYL SEAMER $40.03 1H 5D WELDER $40.03 1H 60 WELL -POINT LABORER $40.77 1H 5D LABORERS - UNDERGROUND SEWER &WATER GENERAL LABORER & TOPMAN $40.03 1H 5D PIPE LAYER $40.77 1H 513 LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $12.89 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $12.89 1 LANDSCAPING OR PLANTING LABORERS $12.89 1 LATHERS JOURNEY LEVEL $48.74 1H 5D MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION (IN SHOP) FITTERJWELDER $15.16 1 LABORER $11 13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 MODULAR BUILDINGS JOURNEY LEVEL $8.55 PAINTERS JOURNEY LEVEL $21.86 1 PLASTERERS JOURNEY LEVEL $25.83 1 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $66.44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 1T 5D 8P ASSISTANT ENGINEERS $47.12 1T 50 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 50 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 1T 50 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50,39 1T 5D 8P M ETRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49 48 1T 50 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P BARRIER MACHINE (ZIPPER) $49.90 1T 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 1T 50 8P BELT LOADERS (ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT (SKID STEER) $47.12 1T 50 8P BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 1T 50 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49 90 1T 5D 8P CABLEWAYS $50.39 1T 50 8P CHIPPER $49.90 1T 5D 8P Page 5 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 a******* k**** *****k rFit********k****Yr**,t*.k** ** kk****A wrir, kir************ k* stv4*nkir*aki ******* *** ***Y** *********** *k (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cock Code COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49 1T 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 50 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D OP CRANE, FRICTION OVER 200 TONS $52.07 1T 5D OP CRANES, THRU 19 TONS, WITH ATTACHMENTS $49,48 1T 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49,90 1T 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JiB $50.39 1T 50 OP WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50,94 1T 50 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES, A- FRAME, OVER 10 TON $49 48 1T 5D OP CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS) $49.90 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) $50,39 1T 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) $50.94 1T 5D OP CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 1T 5D OP CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER /DECK WINCHES (POWER) $49,90 1T 5D 8P DERRICK, BUILDING $5{3 1T 50 8P DOZER, QUAD 9, D -10, AND HD -41 $50.39 IT 5D 8P DOZERS, D - 9 & UNDER $49.48 IT 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49,48 IT 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 IT 5D 8P EQUIPMENT SERVICE ENGINEER (OILER) $49.48 IT 5D 8P FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $49.90 IT 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47.12 IT 5D 8P GRADE ENGINEER $49.90 IT 5D 8P GRADECHECKER AND STAKEMAN $47.12 IT 5D 8P GUARDRAIL PUNCH $49.90 IT 5D 8P HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 1T 5D SP HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 iT 5D OP HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER) $47.12 iT 5D 8P HYDRALIFTSIBOOM TRUCKS (OVER 10 TON) $49.48 1T 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 IT 5D 8P LOADERS, OVERHEAD (8 YD & OVER) $50.94 1T 5D 8P LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES, ALL $49.90 1T 5D SP MECHANICS, ALL $50.94 1T 5D 8P MIXERS, ASPHALT PLANT $49.90 IT 5D 8P MOTOR PATROL GRADER (FINISHING) $50.39 1T 5D 8P Page 6 1 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MOTOR PATROL GRADER (NON-FINISHING) $49.48 1T 5D 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $5039 1T 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47,12 1T 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS, WATER $47,12 1T 5D 8P QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50 1T 5D 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 1T 5D 8P ROTO -MILL, ROTO- GRINDER $49.90 1T 5D 8P SAWS, CONCRETE $49.48 1T SD 8P SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 iT 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCRAPER -SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49.90 1T 5D 8P OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50.39 IT SD 8P SUBGRADE TRIMMER $49.90 IT 5D 8P TOWER BUCKET ELEVATORS $49.48 IT 5D 8P TRACTORS, (75 HP & UNDER) $49 48 IT 5D 8P TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER /DRIVER ( UNDER 100 TON) $49.48 1T 5D 8P TRUCK CRANE OILER /DRIVER (100 TON & OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WELDER $50,39 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47,12 1T 5D 8P YO YO PAY DOZER $49 1 T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40.79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A TREE TRIMMER $36.50 4A 5A TREE TRIMMER GROUNDPERSON $27.55 4A 5A REFRIGERATION &AIR CONDITIONING MECHANICS MECHANIC $ 27 68 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $17.85 1 Page 7 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 ********* * * * * * * * * * **** * * * * * ************* t*ntik**** F* ***s4sF.kks **** *************, *** * ** tie *** ***k****** ******* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cock Code RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $27.78 RESIDENTIAL GLAZIERS JOURNEY LEVEL $20.05 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 RESIDENTIAL LABORERS JOURNEY LEVEL $17.76 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL PAINTERS JOURNEY LEVEL $20.00 1 RESIDENTIAL PLUMBERS & PIPE FITTERS JOURNEY LEVEL $14.60 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $62.56 10 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $21.82 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 RESIDENTIAL STONE MASONS JOURNEY LEVEL $46.35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $8.55 1 RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $8 55 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $18.29 1 ROOFERS JOURNEY LEVEL $29.05 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING & SHIP REPAIR BOILERMAKER $32.56 1H 6W HEAT & FROST INSULATOR $50.28 15 5J LABORER $12.16 1 MACHINIST $17.16 1 SHIPFITTER $14.66 1 WELDER/BURN ER $14.66 1 SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $19.29 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A Page 8 CLALLAM COUNTY EFFECTIVE 3 -03 -2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classificatpjj WAGE Code Code Code SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $22.59 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 STONE MASONS JOURNEY LEVEL $46.35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $16.00 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $34.09 1E 5A TELEPHONE LINE CONSTRUCTION • OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER (REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 29 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30,02 2B 5A TELEVISION GROUND PERSON $17.18 29 5A TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN 127.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A TILE SETTERS JOURNEY LEVEL $45.26 1M 5A TILE, MARBLE &TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX (OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 OTHER TRUCKS $46.47 1T 50 8L TRANSIT MIXER $23.73 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.50 1 OILER $9.45 1 WELL DRILLER $11.60 1 Page 9 BENEFIT CODE KEY - EFFECTIVE 03-03 -2010 OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. THE FIRST TWO (2) HOURS BEFORE OR AFTER A FIVE - EIGHT (8) HOUR WORKWEEK DAY OR A FOUR - TEN (10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. E. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST TWO (2) HOURS AFTER EIGHT (81 REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE. SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST TWO (2) HOURS AFTER EIGHT (81 REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN (1 0) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE' THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID ATONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE O. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 -2- Q. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN (10) HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (101 HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. S. THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL FLOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. T. WORK PERFORMED IN EXCESS OF EIGHT 18) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK. MONDAY THROUGH FRIDAY, OR, OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE -HALF THE STRAIGHT TIME RATE. HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6:00 PM SATURDAY TO 6:00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY, THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS. AFTER AN EMPLOYEE HAS WORKED EIGHT (8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT (8) HOURS OR MORE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE 112) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY. THE DAY BEFORE SATURDAY, FRIDAY. AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Y. ALL HOURS WORKED OUTSIDE THE HOURS OF 5:00 AM AND 5 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE) AND ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT -TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY (10 IN A 4 X 10 WORKWEEK) OR 40 HOURS DURING THAT WORKWEEK.) ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADDITION TO HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (401 HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE BENEFIT CODE KEY - EFFECTIVE 03 -03 -2010 -3- D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT 18) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE - HALF TIMMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 1C. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. L. ALL HOURS WORKED ON SATURDAYS (OR ON THE REGULAR DAY OFF DURING A WORKWEEK OTHER THAN MONDAY THROUGH FRIDAY) AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT LABOR DAY WHICH SHALL BE PAID AT DOUBLE THE HOURLY RATE. ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (I2) HOURS AND ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. P. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT 8) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY (60) IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, EXCEPT THE DAY AFTER THANKSGIVING, THE DAY AFTER CHRISTMAS AND A FLOATING HOLIDAY, WHICH SHALL BE PAID AT THE STRAIGHT TIME RATE IF WORKED, IN ADDITION TO HOLIDAY PAY. T. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF PAY, AND THIS RATE SHALL INCLUDE HOLIDAY PAY. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY, OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON SATURDAYS AND ON MAKE -UP DAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE. HOURLY RATE OF WAGE. BENEFIT CODE KEY- EFFECTIVE 03 -03 -2010 -4- W. THE FIRST TWO 12) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ON A FOUR -DAY, TEN -HOUR WEEKLY SCHEDULE, EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE, ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH, AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M AND 6:00 A.M. AND ALL HOURS ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 4A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY i8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). F. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I 1). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER. THANKSGIVING DAY, AND CHRISTMAS (6). i. HOLIDAYS: NEW YEARS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (7) K. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). L. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). M. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS AND CHRISTMAS DAY (9). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). P. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9). IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY. i 1 BENEFIT CODE KEY - EFFECTIVE 03 - 03 - 2010 -5- PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6) R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2). 5. S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7), T PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY BEFORE OR AFTER CHRISTMAS (9). U. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (8) V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8) Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY. MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8 ) B. PAID HOLIDAYS: NEW YEAR'S EVE DAY, NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE'S DAY, AND CHRISTMAS DAY(9) HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). E. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A HALF -DAY ON CHRISTMAS EVE DAY. (9 112) F. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (I I ). G. PAID HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND CHRISTMAS EVE DAY (11). H. PAID HOLIDAYS: NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A FLOATING HOLIDAY (10). 1. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY. AND CHRISTMAS DAY (7). PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY. THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS, AND A. FLOATING HOLIDAY (9). L. HOLIDAYS. NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY_ THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (8) PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY; PRESIDENTS' DAY. BENEFIT CODE KEY - EFFECTIVE 03-03-2010 -5- T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL. DAY, INDEPENDENCE DAY, LABOR DAY. THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY. MEMORIAL DAY, INDEPENDENCE DAY. LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY (9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE (9) PAID HOLIDAYS: NEW YEAR'S DAY. DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY (101. X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY. DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11). Y PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY. FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND A FLOATING HOLIDAY (9). HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). IF A HOLIDAY FALLS ON SATURDAY, THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY. IF A HOLIDAY FALLS ON SUNDAY, THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY. NOTE CODES A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 1 - $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150' - $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220' - $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220' - $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100' - S1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 1 - SI.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200' - 52.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200' - DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D. $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: 50 50, AND LEVEL D. $0.25 P. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT. S2.00, CLASS B SUIT: 51.50, CLASS C SUIT: Si 00, AND CLASS D SUIT $0.50. ATTACHMENT B FORMS REQUEST FOR INFORMATION (RFC) FORM PROJECT NAME: PROJECT /CONTRACT NUMBER: ORIGINATOR: ❑ Owner ❑ Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION /REQUEST DATE REPLY REQUESTED: ORIGINATOR SIGNATURE: COMMENTS: CRITICAL TO SCHEDULE: ❑ YES ❑ NO DATE: RFI Number: 1 Project Name Date Contractor Project No. DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc.... Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ ] Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds and/or deletes bid items as follows: Item Description No. 1 2 CONTRACT CHANGE ORDER (CCO) NO. RFI # Qty. Unit $ Cost Per Unit $ Cost Net $ Cost Adj. Days Orig. Rev. Orig. Rev. ORIGINAL CURRENT EST. NET CHANGE TOTAL CHANGE ORDERS, EST. CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS: XX DAYS: YY DAYS ZZ Amount with applicable safes tax included All work, materials and measurements to be in accordance with the provisions of the original contract and/or the standard specifications and special provisions for the type of construction involved The payments and /or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work described herein, including delays to the overall project. APPROVED BY: PROJECT ENGINEER CITY ENGINEER CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE: DAYS: XX +22-YY SIGNATURE: I DAYS: YY +ZZ DATE: 1 1 1 1 f vORTq a 4 tbax 5 Gl� TO: City of Port Angeles Public Works & Utilities Department P.D. Box 1150 Port Angeles, WA 98362 FROM: PERIOD From: CONTRACTOR'S APPLICATION FOR PAYMENT LAUREL SUBSTATION STRUCTURE, PROJECT NO. CLO5-2007 Page 1 of 2 DATE: PAYMENT REQUEST NO. to [end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount (Excluding Sales Tax) 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) 3 Adjusted Contract Amount [1 +2] 4 Value of Work Completed to Date (per attached breakdown) 5 Material Stored on Site (per attached breakdown and material receipts) 6 Subtotal [4 +5] 7 8.4% Sales Tax (at 8.4% of Subtotal), As Applicable 8 Less Amount Retained (at 5% of subtotal) 9 Subtotal [6 +7 -8] 10 Total Previously Paid 11 AMOUNT DUE THIS REQUEST [9 -10] WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represent the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 I also certify that all lower -tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment(s) received by the Applicant to (1) all lower - tier subcontractors/ suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. l further certify that I have complied with all federal, state and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous parent(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention, will be made through the period covered by this pay request to all my lower -tier subcontractors /suppliers and for all materials, equipment, labor, taxes and assessments arising out of the performance of all said lower -tire work. DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of , 20 APPROVAL: Project Manager City Engineer CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 Notary Public in and for the State of residing at My appointment expires Date Date ATTACHMENT C DRAWINGS SAFFnue sH:Int HI OVSFII'uS: PENIIEVISHOORETMOTTSS TPRaCI.VRIFATTRaom.Nic iAxis DSCN M PETRI; )B TTERTWlfkC L RERNLDEHR kINFC ORMSBY NO. CATE REVISION BY APVO - U " I IDSEN REPLACE PIJLLOFJ STRUCTURE SEE. SHEETS S -1 TO 5-4 FOR DETAILS. 0 26' i B' &B' SCALE 1 "= 2C' -C" ST REUSE OF DOCUMENTS THIS I REENT, AND THE IDEAS ANO RESIDES IJ>DOIPORLTED 'MFFEIM ND AR BESTT01MF1NT OF PROFESSIONAL SIDIYICE. IS THE NREWERTY Or 'MARTS FMCAMLERINE, HJC. ARO IS NOT TO BE USED, IN 1MOLE OR IN PART. f t AMY Haim PRWECT WITHOUT THE WRITTEN AlITHERIZATION IA TRIPODS EMDIRESRJNO. INC. 7 I ST MIZIETICOMI DAR IS ONE -AALF RICH ON M SINAL ORAKJNO' IF NOT RRtS -HN F INCH ON THIS SHEET, ADJUST SCALES ACCORDINGLY. N LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON TABLE OF CONTENTS G-1 PROJECT DESCRIPTION C -1 FENCE DETAILS. 5 -1 PULL -OFF STRUCTURE LOADINGS 5-2 PULL-OFF STRUCTURE, ASSEMBLY 5 -3 PULL -OFF STRUCTURE. DETAILS 5-4 PULL-OFF STRUCTURE, DRILL GUIDE REPLACE EXISTING CONDUCTOR N DEADEPO CLAMP & INSULATORS SEE ASSEMBLY DRAWING ON SHEET S-2. FOR PARE NUMBERS. LAUREL. SUBSTATION PROJECT DESCRIPTION SHEET DATE 1 3 11W z 0 0 cc LJ- 0 0 -1 in Y9887001 I.C.I JAN 2510 (Go Y9887 1/1O I711:if Px C EXISTING GROUND_i - G.ID TERMINAL POST FABRIC STRETCHER BAR FABRIC STRETCHER BAR BAND END CLAMP TRUSS BANDIT TOP OF WALL f ♦ WQ v.J xxxxtg. is sa ga e _ ►4 Cu'. TYP CORNER e'OST PE.1BZVCSRLi \Pgai�xml5 iM V V"D+�L\+986'/ 1flMI 1B" -0' TYP FENCE PANEL DETAIL ITNE POST TENSION ARM DETAIL 0 2 -0' ' MAX " 10 " -O" TYP (BRACE CORNER POSTS ALONG EACH FENCE LINE) CORNER POST DETAIL TriAxis RUN GROUND WIRE WITHIN THE MESH OF THE FABRIC I go SOL. AL (TYP) GRID COIN. DSG PETRIF IN wall7c41_13wC L BERNLOEHR .;HKU _KING SPV G ORMSBY BOLTED VICE CONNECTOR DETAIL A -A POST GND CONNECTION - FINISH GRADE FABRIC -TOP RAIL }t BELOW TOP OF FABRIC - LINE POST BRACE RAIL M r PIPE CLAMP �N 2 PER POST) NOTE 4 1 N W Q a ,EXISTING GRADE / NO. DATE. TOP RAIL BELOW TOP OF FABRIC PIPE CLAMP FENCE POST fE4}lL SIDE. PIPE CLAMP DETAIL NEW FENCE FABRIC EXTENDS 12 INCHES BELOW THE TOP OF THE EXISTING RETAINING WALL EXISTING RETAINING WALL FINISHED GRADE SUSGRADE REVISION PIPE CLAMP / -FENCE POST x 2 O n MIN POST DETAIL NOTE 31 EXISTING GRADE BY APVD EXISTING GROUND GRIS + � A NOTE 5 FENCE PANEL WI RETAINING WALL DETAIL g4 SOL AL 14 CU COPPER / ALWAYS PLACED I11 ` LOWER POSITION f I , REUSE OF DOCUMENTS FENCE FABRIC THIS DOCUMENT. AND THE IIILAS AND DESIGNS INCORPORATED HURON, AS AN INSTRUMENT PROFESSIONAL SERVICE. 1s THE PROPERTY DE IMAM ENGINEIININX, INC, ARID 1S NOT TO BE IN WHOLE Wt IN USED, OLE PART. FOR ANY OTHER PROJECT WITHOUT THE X EN RITT AUTINRIZRTION OF TRIA.VS ENOINEERINC, IRS. RUN GROUND WIRE A WITHIN THE MESH OF THE FABRIC #4 SOL AL (TYP) - EXISTING GRADE V4 CU. _ v v j1 GRID CONN.-- MAX 10' -0' TIP DETAIL A —A 4 CU d 9 / ,-CORNER POST FENCE POST ~ #4 CU TO I GROUND GRID CORNER POST GROUNDING DETAIL FENCE POST GROUNDING DETAIL MOLD TAC -201L /90 WELD METAL #4 CU. /�4 /m CU. THROUGH CABLE WITH #4 CU. CABLE TAP GROUND GRID CONNECTION FENCE GROUNDING DETAILS NOTES: 1. ALL CABLE BENDS SHOWN SHALL NOT BE LESS THAN 3' RADIUS. 2. GROUND ALL POSTS & FABRIC WHERE GROUNDS CURRENTLY EXIST 3. ALL POSTS SHALL BE SET INSIDE THE EXISTING RETAINING WALL WHERE APPLICABLE. EXCAVATE ADJACENT TO EXISTING RETAINING WALL AS NECESSARY TO SECURE THE NEW FENCE SUPPORTS. IF EXISTING FOOTING OBSTRUCTS EXCAVATION. AN ALTERNATE DESIGN TO SECURE THE BOTTOM OF THE POST TO THE. EXISTING FOOTING MAY BE PROPOSED BY THE FENCE CONTRACTOR FOR OWNER APPROVAL 4. TWO CLAMPS SHALL BE INSTALLED ON ALL FENCE POSTS TO SECURE THE POST TO THE RETAINING WALL: ONE CLAMP SHALL BE 2' BELOW THE FENCE FABRIC. ONE CLAMP SHALL BE LOCATED EQUAL DISTANCE BETWEEN FINISHED GRADE AND THE TOP PIPE CLAMP. B. SECURE FABRIC AND STEEL CABLE TO THE EXISTING CONCRETE RETAINING WALL WITH GALVANIZED CLIPS AND ANCHORS FOR Y" BOLTS. MEZIESIMIS OAR IS ONE —HALF INCH G1 ORIOINAL DRAWING a ■M■11 /x' IF NOT ONE —HALF INCH Oil THIS SHEET, ADJUST SCALES ACCORDINGLY. BOLTED VICE CONNECTOR t DETAIL A -A PIPE CLAMP (2 PER POST) NOTE 4 TOP RAIL F¢' BELOW TOP OF FABRIC TOP OF WALL X// OST GND CONNECTION LA UREL SU BSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON FENCE MATERIAL SPECIFICATIONS FARB!C FABRIC SHALL BE MADE FROM #6 WIRE. HELICALLY WOUND AND INTERWOVEN INTO A 2' DIAMOND MESH WITH TWISTED AND BARBED SELVAGE. AT TOP AND BOTTOM. MINIMUM TENSILE STRENGTH OF THE WIRE SHALL BE RB,BOB PSI BEFORE ZINC COATING, AND 80,9DD PSI AFTER ZINC'. COATING. FABRIC SHALL BE GALVANIZED AFTER FABRICATION CLASS 1, WITH A MINIMUM WEIGHT OF 1.20 OUNCES OF ZINC PER SQUARE FOOT OF UNCOATED WIRE SURFACE ACCORDING TO ASTM A -392, LATEST REVISION, AND SHALL WITHSTAND A TEST OF GALVANIZING ACCORDING TO ASTM A -9D, LATEST REVISION. LIClE FORTS LINE POSTS SHALL BE TUBULAR, 235" 0.0., (2" IPS WEIGHING 3.1 LBS. MIN. PER LINEAR FOOT). THEY SHALL BE OF SUFFICIENT LENGTH TO SET 3' -0" MIN IN A CONCRETE FOOTING. TFRMTFS TERMINAL POSTS INCLUDE END. CORNER. AND PULL POSTS WHICH SHALL. BE TUBULAR. 2 O.D., (2)¢" IPS WEIGHING 5.79 LBS, PER LINEAR FOOT). POSTS SHALL BE OF SUFFICIENT LENGTH TO SET 3 " -0', IN A CONCRETE FOOTING. END POSTS: PROVIDE SUFFICIENT LENGTH FOR THREE STRANDS DE BARBED WIRE. CORNER POSTS: PROVIDE FOR 45 DEGREE BARBED WIRE SUPPORT ARMS. PULL POSTS: PROVIDE FOR 45 DEGREE BARBED WIRE SUPPORT ARMS. ¢;X',TFNRIDN ARMS AND POST TOP ALL INTERMEDIATE OR LINE POSTS SHALL BE FITTED WITH 45 DEGREE BARRED WIRE SUPPORT ARMS WITH WIRE POSITIONED OUTSIDE THE FENCE. ARMS SHALL BE PRESSED STEEL OR MALLEABLE IRON DESIGNED TO HOLD THE TOP RAIL AND THREE STRANDS OF BARBED WIRE. WITH THE TOP STRAND LOCATED 12" ABOVE THE FENCE FABRIC. ARMS HAVING PROJECTIONS TO BE BENT DOWN OVER BARBED WIRES MAY NOT BE USED. TUBULAR POSTS SHALL BE EQUIPPED WITH TOPS SO DESIGNED AS TO EXCLUDE MOISTURE FROM THE POSTS. TOP RAT! THE TOP RAIL SHALL BE TUBULAR. 196' Q.D., (14" IPS WEIGHING 2.27 LBS. PER LINEAR FOOT), AND SHALL BE FURNISHED IN APPROXIMATELY 20 FOOT SECTIONS. SPLICES SHALL BE 14 GAGE GALVANIZED STEEL, AUTOMATIC CENTERING, AND BE RRA r,F LEAST F AND 6" TRUSS LONG. RODS THE BRACES SHALL BE TUBULAR. Or 0.0., (1Y' IPS WEIGHING 2.27 LBS PER LINEAR FOOT), AND THE TRUSS RODS SHALL BE 95' IN DIAMETER WITH TRUSS TIGHTENER OR TURNBUCKLE TENSION THE TENSION WIRE SHALL BE #7 GAGE SPRING COIL, MEDIUM -LOW CARBON WIRE or HRR NSID GALVAN I ZED TEMPER, WITH A TYPE. 3 WEIGHT OF COATING. COMPLYING WITH AISI SPECIFICATIONS. FITTINGS ALL FITTiNGS SHALL. BE GALVANIZED MALLEABLE IRON OR PRESSED STEEL OF THE MINItRUM SIZE AND WIDTH SPECIFIED BELOW THICK FABRIC. STRETCHER BARS: THICK FABRIC TENSION BANDS: POST TOPS AND EXTENSION ARMS: BRACE AND TRUSS BANDS: TOP RAIL BANDS BOLTS, NUTS AND TRUSS RODS: BARRFF! WIRF BARBED WIRE SHALL BE MADE OF THREE STRANDS OF GALVANIZED, TWISTED. 12}¢ GAUGE CARBON STEEL WIRE. GALVANIZING SHALL BE CLASS 3. WITH A MINIMUM WEIGHT OF EBB OUNCES OF ZINC PER SQUARE FOOT OF UNCOATED WIRE SURFACE, IN ACCORDANCE WITH ASTM DESIGNATION A -121, LATEST REVISION. BARBS SHALL BE FOUR -POINT PATTERN ON APPROXIMATELY 5' CENTERS. BARBS SHALL BE 14 GAUGE CARBON STEEL WIRE QUA! ITT OF MATERIAL ANT) Gad VANT ALL MATERIALS SHALL BE OF GOOD COMMERCIAL QUALITY CARBON STEEL USED. RE- ROLLED, RE- GALVANIZED, OR OPEN SEAM POSTS OR RAILS WILL NOT BE PERMITTED. FABRIC. BARBED. AND TENSION WIRE SHALL . BE GALVANIZED AS PREVIOUSLY NOTED, AND ALL REMAINING MATERIAL SHALL BE GALVANIZED WITH A MINIMUM OF 1.8 OUNCES OF ZINC PER SQUARE. FOOT OF ACTUAL SURFACE AREA, AND SHALL WITHSTAND THE TEST FOR THIS COATING AS SPECIFIED UNDER ASTM DESIGNATION A -239. LAUREL SUBSTATION FENCE DETAILS )4° WIDE, Y" THICK 1" WIDE, Jr THICK 14 GAGE 1" WIDE, 16.' THICK 1" WIDE, )5 THICK 35' DIAMETER SHEET L1WLi DATE �RO,J NO C -1 YBB87C91 JAN 2016 Y9887 a (I) I -4 1/t,pe,u +x+xn w o W s'VHWRK PEtRLnANNeTGPV6RrANLT1ES TRANJAFDNA \NaeT If1Wc TriAxis .7E.y.:.�:�ni77g, fix 1' s• T —S 1' -B DSGN fyN PETRTF IN TGAe'SYIA>sG M GIJTDOTTI X G MU-WY AP VD ORMSBY N0. DATE TOP VIEW, FRONT VIF REVISION , - B ° • PULL -OFF STRUCTURE LOADINGS BY AP VD REUSE OF DOCUMENTS BAR IS ONE -HALF D1RI THIS Do1XIMENT, ANN THE IDEAS AND DESIGNS INCORPORATED ON SPISOIAL ORAR(NS HERON, AS AN INSRARME/N CF FROFLSS1ONAL SERVICE. IS THE A 1/2 PROPERIT OF TAIA#S ENGINEERING. HNC, AND IS NOT TO IRS 1F NOT 9NE — HALF INCH °SSEG, IN ANGLE IA DI PART. FOR A7NT OTHER PRO.$Cr 'A7THDIIT ITN TWS NE-HO ThEN THE IRN1TTzm AOTHORIIATIO`N of 1RIAU5 ENGINEERING. INC. SCALES ACM/I/INEEY. LJ SIDE VIEW 0 n LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON NOTES: 1. STRUCTRE MEMBER SITES AND DETAIIING INCLUDING SWITCH MOUNTING PLATE ARE THE RESPONSIBILITY OF THE FABRICATOR. SEE NOTE 7. 2. ALLOWABLE STRESSES FOR THE STEEL USED IN DESIGN AND MANUFACTURE SHALL BE IN ACCORDANCE WITH THOSE. SPECIFIED BY THE CURRENT EDITION OF THE AMERICAN INSTITUTE or STEEL CONSTRUCTION (RISC) 'MANUAL OF STEEL CONSTRUCTION 3. THE STRUCTURE SHALL BE CAPABLE OF WITHSTANDING THE. 'TORSION AND BENDING MOMENTS WITHOUT YEILDING UNDER THE MAXIMUM LOADS LISTED IN THE STRUCTURE LOAD TABLE. 4. MAXIMUM LOADS LISTED IN THE STRUCTURE LOAD TABLE ARE COMBINATIIMS OF MAXIMUM WIND AND ICE LOADINGS AND NOT INTENDED TO ILLUSTRATE LOADS CALCULATED FOR ANY SINGLE SPECIFIC ENVIRONMENTAL LOADING CONDITION. THE LISTED LOADS INCLUDE NESC 6TR ACE B OVERLOAD CAPACITY FACTORS WHERE APPROPRIATE; NO OTHER OVERLOAD CAPACITY FACTORS SHALL BE APPLIED TO THESE LOADS. THE BASIS OF STRUCTURE LOAD TABLE '.IS AS FOLLOWS: A. EAXIUMUM CONDUCTOR TENSION - 1780 LBS AT NESC HEAVY LOADING B. VERTICAL AND TRANSVERSE CONDUCTOR LOADS INCLUDE 1 INCH ICE AND 25.6 LB/SO FT WIND. C. WIND ON STRUCTURE 136 MPH ON FLAT SURFACE 5. THE STRUCTURE SNAIL ALSO WITHSTAND ALL LOADINGS WITH WIND LOADS C. F AND W REVERSED. 6, LOAD VECTORS SHORN ARE ORTHOGONAL, AND ARE POSITIVE IN THE DTRECTION SHOWN. 7. MAXIMUM LOAD DEFLECTIONS SHALL BE UNITED TO L /50 OF THE MEMBER LENGTH. CONDUCTOR LOAD TABLE DAD DIRECTION UNFACTORED OVERLOAD MAXIMUM LDAJ35 {LB (SEE. NOTE 6) LOADS FACTOR ( CAPACITY FACTORS) 0 LONGITUDINAL 1850LB 1.65 3052 ® VERTICAL 5O0LB 1.50 750 C0 TRANSVERSE. 600LB 1.10 660 O LONGITUDINAL 25BLB 1.1B 275 0 VERTICAL 263L6 1.50 300 O TRANSVERSE 403LB 1.10 440 TRANSVERSE 43.3PSF 1.00 43.3PSF LOADS LA1JFiEL SUBSTATION PULL—OFF STRUCTURE LOADINGS SHEET DWG LMn DATE HROJ NO. S -1 G1 YS887Sd1 W JAN 2010 (�] TS B$7 1--I 1/1e/Ni6 1L1SIT w e \I +,`IgisWr PETTIEWBC VQ'TMIBIS TFMELVIN.LV9TD1S62aai i3 i - B. • 1 -5. ▪ tn 1d 6 rSEE DETAIL (3.-\ l S -3 NOTE 1 TriAxis `, /!9l17,— . ,::y, 17c: 7 ._ 6 . E XISTING FOOTING roP VIEW 1B' -4' FRONT VIEW DSGN PETRIE 1R rce879e2Gxc L BERNLOEHR >51 J KING APVD G ORMSBY 7 , -8 . ( 3) V EXISTING • FOOTING I NO, DATE E 1 ,_ E . NOTE 3 SEE DETAIL T ' S -3 T I •-I Ff i I Ili EXISTING FOUNDATION N NOTE 2 7- NOTE 4 N PULL—QFF STRUCTURE ASSEMBLY REVISION SEE FENCE GROUNDING DETAIL SH C -1 BY APVD REUSE OF DOCUMENTS SEE DETAIL 1 THIS DOCUMENT, Alm THE IDEAS AND DESIGNS INCORPORATED NEREg1. AS AN INSTRUMENT OF PROFESSIONAL 5ERnCE. IS THE PROPERTT OF TRIALS ENGINEERING. INC. AND IS NOT TO BE N5EL, IN MOLE OR IN PART FOR SITE OTHER MALT WITHOUT THE WRITTEN ADTNEFE1ATIDN Ni TRIAXIS ENGINEERING, TIC. II II II II Il II NOTE 6 EIRE-VIEW ITEM y OTY 1 50D 2 6 3 6 4 3 5 6 6 48 7 2 8 20' 9 2 161 3 11 3 12 3 13 2 14 I 2 11..111 SCLLES EAR IS ONE --NALF INCH ON ORIGINAL DRAWING a +/2• IF NOT ONE -HALF INCH ON MIS SHEET, ADJUST SCALES ACCORDINGLY. DESCRIPTION 84/B ARC AAC CONDUCTOR DEADEND SHOE 115 -KV POLYMER INSULATOR NEMA PAD - 2 HOLE NEMA PAD - 4 HOLE S' BOLT A325, LENGTH AS RED NEMA PAD - 2 HOLE 4/8 CU GROUND CONDUCTOR TEE CONNECTOR 35' SHOULDER EYEBOLT SQUARE CURVED WASHER SPLICE. COMPRESSION, PARTIAL - TENSION WIDE FLANGE W14sB4 WIDE FLANGE WI2x58 LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON BILL OF MATERIALS MANUFACTURER HUBBELL OHIO BRASS ANDERSON ANDERSON HOT DIP GALVANIZED ANDERSON ALT HUGHES HUGHES ANDERSON HOT DIP GALVANIZED HOT DIP GALVANIZED CATALOG PG- 57- C -CA -G4 5118081200 VAUL -4/0- 1254 -TP ACF- 4/B -C -98 STEEL FABRICATOR BCL -024 -B TAC -2020 2720.716 -6 SCW3 -70 PTR -4/0 I STEEL FABRICATOR I STEEL FABRICATOR EXISTING GUY EXISTING POLE \'- E3CISTING DEADEND ASSEMBLY TO SOUTH WOOD POLE DEADEND ASSEMBLY NOTES: 1. REUSE (3) EXISTING 69 -KV SWITCHES. 2 CONTRACTOR SHALL REUSE EXISTING OPERATION HANDLE. FIELD DRILL AND APPLY GALVANOX COATING TO VERTICAL WIDE FLANGE AS REQUIRED FOR HANDLE GUIDES. 1 GROUND THE SWITCH HANDLE TO THE GROUND PAD PROVIDED USING THE EXISTING GROUND BRAID. 4, CONTRACTOR SHALL FIELD -FIT EXISTING SWITCH OPERATION MECHANISM. SEE PHOTOS ON SHEET 5 -3. 5, SEE MEET 5 -4 FOR DRILL GUIDES. 6, CONTRACTOR SHALL VISUALLY INSPECT THE EXISTING ANCHOR BOLTS AFTER REMOVING THE EXISTING PULL-OFF STRUCTURE. CONTRACTOR WILL CONTACT OWNER FOR REMEDIATION IF SIGNIFICANT DEGRADATION DUE TO CORROSION OR OTHER FACTORS IS FOUND. IF NO DEGRADATION IS NOTICED CONTRACTOR WILL ASSUME THE EXISTING ANCHOR BOLTS WILL PROVIDE AN ADEQUATE FOUNDATION FOR THE. NEW PULL-OFF STRUCTURE. LAUREL SUBSTATION PULL-OFF STRUCTURE ASSEMBLY & DEADEND ASSEMBLY BILL OF MATERIALS SHEET uwu an DATE 5 ROJ ,•0 Z 1- I- U H a O U rx 0 LA_ Y9887S02 JAN 2010 (�] Y9887 H S -i 1A0PAIti m2ly PS '}fa' HOLES IA. FRONT VIFW "� IPPPdiT HRAd(FT DETAIL DETAIL TriAxis .� IRM.VTiuuVx11rxsASs � 1 S-2 5 - 2 NOTFR. FABRICATOR SHALL FURNISH ALL RE(" A325 HOT-DIP GALVANIZED FASTENERS PLUS 5% ADDITIONAL QUANTITIES OF BOLTS, WASHERS, AND NUTS. DSGH 7R rgiveamto M1 PETRIF BERNLOEHR - -AP4 151W G IORMSBY NO. DATE TYP OF 5 T4(4 i 1Ks SLOTS. TYP 0A 2 DETAIL roP VIEW FRONT VTFW SWITCH MOUNTING BRACKET DETAIL 5 -2 2 -HOLE NEMA PAD L STAINLESS STEEL NEMA 2 -HOLE GROUNDING PAD WELDED OVER (2) 46 HOLES IN POLE r5 5 -2 Sing VIFW REVISION BY APVO V -4" 2' -,+ C7 - 0 O- a 6 SUPPORT BRACKET Y -PLATE (4 READ) BASE PL (2 REG D) PHOTO 2 36 TYP 2' DIA HOLE IN REUSE OF DOCUMENTS IH15 OOLTA4Ei4T, AND TIE TOFAS A/C DOWNS .... • WREN, AS AN DISIW D HI T OP PAL swim E THE PROPERTY OF TRIAXIS ENSINEERINO, 5IE P1W Is NOr TO SL i13E0, Di HHELE OR Di P. FOR MIT DINER PROJECT WITH3JT THE SRITTEN W THOR18AT1SFI IF' TRIARIS _.n,a__... INC. MOUNTING PLATE TOP VIEW TYP OF 12 ALSE-BLBTE DETAIL T . -1 •_ 5 -2 f•C LIEF. DAR IS ONE -HALF IHCl1 CI ORIGINAL GRAWING eimFORM IT IF NOT ONE -+IALF INC; CAI TICS SOZET, AWST SOAY.S AGGORDDICLY. LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON PH OFF 1 EXISTING SWITCH HANDLE FIELD -FIT TO NEW PULL -OFF STRUCTURE. EXISTING GEAR MECHANISM FOR SWITCH OPERATION. FIELD -FIT TO NEW PULL- OFF STRUCTURE. PHOTO 3 DIVING SWITCH LINKAGES. FIELD -FIT TO NEW PULL - OFF STRuCTUFE. LAUREL SUBSTATION PULL -OFF STRUCTURE DETAILS 2 0 [J I- I— . CA 0 U . 6i ;MEET S -3 .151x; 4J Y9BB75i43 DATE JAN 2010 Y9BB7 ',Mama tlemaT . B 45E99\WR PSTRINSI MrOPV NIGIES Oxt¢V . . • � — ' � ,-16 HOLES 6 - HOLES COLUMN DRILLING GUIDE m b of 41 1'P HOLE UPPER WIDE FLANGE BEAM (TOP VIEW) UPPER WIDE FLANGE BEAM (BOTTOM VIEW) 7 -5 LOWER WIDE FLANGE BEAM (TOP VIEW) LOWER WIDE FLANGE BEAM (BOTTOM VIEW) BEAM DRILLING GUIDES ' REUSE OF DOCUMENTS MAXIS THIS . A1� TILE PI ORATfD S oHA -HALF f i L BERNL(YENR A s AN G+STRU NT GF FP NAE SERVSX. IS T! - ON r 1 .' PROPERTY OF TRWOS EEC. yNO "3 S MGT TO O' NOT ONE -HALF 1/01 r Au11p ATIp7 T FL Y - . PMS, ON IRIS REM R➢JYS'E ��Iryrrru lL". NO. DATE REVISION BV APVa SGUls ACCORDINGLY. fl(�.I5BY ix 7-6` 1 -5ifi 1 HOLE :60._N 11 yr hi LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON NE 1. HOLES ARE % P UNLESS OTHERWISE NOTED. LAUREL SUBSTATION PULL -OFF STRUCTURE DRILL GUIDE 1/9/'!919 ?'..9.19 FN NIMEFIDOAAFPf KTRIENDES THArF1VINM' 98TBF1y9 NORMAL OPEN IN -LINE BLADE DISCONNECTS TriAxis //23, -r y, /✓ DSGN H PFTRT DR L HERNLOEHR >1K 7 4 . 4ING G ORMSBY NO. DATE REVISION BY APHU REMOVE CONDUCTORS ON THE WEST SIDE OF THE POLE -LINE. REUSE OF DOCUMENTS THIS DOCUMENT, AND 7HE =ES AND DESIGNS INCORPORATED HEREIN, AS AN INSTRUMENT OF PRCCESSEONAE SBVB . IS THE PROPERTY OF Tp1AXIS ENGINEERING. INC. AND IS NOT TO BE USED, IN NHOEE DR IH PART. FOR ANY OTHER PRO.ECT WITHOUT THE WRITTEN AUTHORIIATION OF TRTAEOs ENC:INEEAINC, INC. *. P-) t TN SFE FEEDER 1202 ..4 CONDUCTORS TO UPPER 2c. ! CR +SS TRANSFER FEED R 1203 CONDUCTORS TO LOWER CROSSARM .J I LAI BAR IS ONE -HALF DM ON ORIGINAL DRAWING H X1/2' IF NOT ONE -HALF INCH ON THIS SIT,. ADJUST s'•.) S ADOORIIINCLT. LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON TABLE OF CONTENTS BA -I PROECT DID ALTERNATE fl PLAN DRAWING 3A -2 PROJECT BID ALTERNATE /1, STAKING SHEET BA -3 POLE AND ANCHORING DETAILS LAUREL SUBSTATION LEGEND BID ALTERNATE #1 DISTRIBUTION POLE REPLACEMENT D 10' 20' 30' SCALE: 1 ° =2B -0' EXISTING LINE -- LINE TO BE REMOVED 0 POLE LOCATION DOWN- GUY/ANCHOR LINE DISCONNECT T CABLE RISER NOTES: 1. CITY IS RESPONSIBLE FOR ALL SWITCHING NECESSARY TO DE- ENERGIZE THE CIRCUITS WHERE POSSIBLE 2. MUST REMAIN ENERGIZED. 3. REPLACE EXISTING WOOD POLE WITH FIBERGLASS. SHEET BA -1 NnC Y9887DA1 2 U DATE JAN 2010 N N RROJ Y98B7B I - o. City of Port Angeles .DATE MODIFIED: 1/1112014 LOCATION: Port Angeles. Washington Laurel Substation, Bid Alternate #1 OPERATION POLE NO/STATION/SPAN ANGLE CONDUCTORS /CABLES ON POLE I Existing E DEGIDIR Add tt[ AHEAD LOOKING Remove POLE 1 STATION SPAN AHEAD COND. Position from Transfer NO (FT) (FT} ON LINE OTY -TYPE Top of Pole EXISTING 68BPO4 ( 0 ( 95 0.0° 6- 335AAG _ 1 I L -9Q 3 - 336 AAC 2 R -SE �- 3 - 336 MC — 2 I JOG - - - ___1 - 336 AAC 3 L 8R -90 1 - 335 MC 3 EXISTING 40DPO4 EXISTING 400P05 130 ' 49 0.00 6 -336 AAC ADD ADD REMOVE REMOVE TRANSFER - EXISTING 40DP02 ADD ADD REMOVE REMOVE TRANSFER ADD REMOVE TRANSFER Y9867BA -2.xls 1/11/2010 REVISION NOTES: 95 - -- 35 L 11R -94 3 -59KV (PUD) 1 I 14-30 3-335 AAC 2 I _R -30 3-336 MC 2 I ---4- L &R-9O 3 - 12.47KV IPU_D) + 4! - 3 R -30 1 - 336 AAC -- 4 L &R -90 1 - 336 RAC 4 JOINT -_USE_ i 5 IN JOT -USE I 6 170 60 0,00 6 -336 AAC -_ - - -- 1 -336 MC (NEUT) i� 2 JOINT -USE 3 JOINT -USE 4 ■ 49 1_335 AAC_(NEUT) JOINT -USE JOINT -USE 3-336 AAC 15E 3.336 AAC - 1 150 _ _ - 3.335 AAC - . - - - DESIGN BY M PETRIE a TriA'x s CHECK 0 BY ../ E,7 ' n` 4 APPROVED BY G ORMSBY 2 •- - -• 3 EXISTING 40CP07 230 150 000 5- 33BRAC 1 - -- - - -- - - -- _ 11 - 336 RAC 2 - - DUPLEX S1L CIR ' 3 JOINT -USE , 4 POLE FRAMING EQUIPMENT FRAMING I I EMBED. EQUIPMENT I PLAN &. PROFILE STR. TYPEIWOOD I I LENGTH POLE CONST FRAMING } CONSTR POLE LENGTH(FT) (CLASS 1 QTY (FT) 1 STANDARD I OTY STANDARD I OTY GUYING ARRANG, ! UNIT OTY I I 1 SHAKESPEARE T2B50 -9V5N 1 7'-0' PF 3 OOF PF3O5FB WOOD WOOD POLE POLE SHAKESPEARE T2B45 -9V5N POLE INO DATE( REVISION STRUCTURES I ___._I NIA 1 - WOOD, 40FT, CL-3 - N/A SIM TO PF 4 01 PF 401 1 PF 401 1 — U 3 01 _ 2 PF401 1 - 1 �U 3 01 -4 1 - PAGE 1 OF 2 —�- REUSE - OF - DOCUMENTS - -- U 3 01 Ti-PS DOCUMENT AND THE. IDEAS AND DESIGNS INCORPORATED HEREIN, AS 4Y INS 'TRUCA4ENT OF PROFESSIONAL SERVICE, IS THE PROPERTY OF TRIAXIS ENGINEERING INC. AND IS NOT TO BE USED, IN WHOLE OR IN PART, FOR ANY OTHER PROJECT YNTHOIJT .SHE WRITTEN AUTHORIZATION CJr TRlak+s ENGIN ER RIN 5. INC. 30' LEAD, NORTH GUYS LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES. WASHINGTON GAl25 -j 2 RS125 I 1 --- WIRE DATA. PHASE CONDUCTOR 112 -47 -kV 336.4kCmil AAC 1336.4kcmil AAC 'TULIP' ANCHORS CONSTR UNIT OTY BID ALTERNATE #1 FOR 1203 TO WEST TO BE SWITCHED BY CITY_ STAFF FDR 02 12 TO EAST TO BE SWITCI-IED BY CITY STAFF 59KV OVINE? BY PUD M UST REMAIW ENERGIZED AHEAD SPAN FEEDER 1202 TO UPPER XARM ON 400P05 AHEAD SPAN FEEDER 120 TO LOWER DEADEND XARM ON 4400P05 12,47KV OWNED BY POD MUST REMAIN ENERGIZED REMARKS LAUREL-SUBSTATION SHEET BA=' DWG NO Y98876A1 -0 DATE JAN 2010 DISTRIBUTION POLE REPLACEMENT _PROJ NO. Y98873 EXISTING COND NORTH ON EAST SIDE OF POLE TO REMAIN JOINT -USE TO BE_MA_NAGEDBY CITY OF PORT ANGELES - JOIN BE- MANAGED _ BY CITY OF PORT ANGELES - --, OMIT NEUTRAL DEADEND HARDWARE SHOWN ON PF 3 05FB INSTALL NEW RISER BRACKETS, ARRESTERS. AND TAI- MOUNTS I_ _ REMOVE COND. TO NORTH ON THE WEST SIDE OF THE EXISTING POLE ^= TRANSFER RISER CONDUIT. CABLE AND TERMINATORS MAINTAIN IN -LINE BLADE DISCONNECT ON NORTH SIDE OF POLE TRANSFER BACKSPAN FEEDER 1202 TO UPPER TAN_GENTXARM TRANSFER SACKSPAN FEEDER 1203 TO LOWER DEADEND XARM JOINT -USE TO BE MANAGED BY CITY OF PORT ANGELES JOINT -USE TO BE MANAGED BY CITY OF PORT ANGELES TRANSFER FEEDER 1201 TO TOP OF POLE ON N P W TANGENT ASSY INSTALL NEW RISER BRACKETS, ARRESTERS, AND TRI- MOUNTS REMOVE GOND. TO NORTH ON THE WEST SIDE OF THE EXISTING POLE TRANSFER RISER CONDUIT. CABLE AND TERMINATORS REMOVE 3 -336 RAC (ISOFT) ON A}{EAD SPAN, FDR 12 03 TRANSFER FEEDER 1201 TO TOP OF POLE ON NEW TANGENT ASSY City of Port Angeles DATE MODIFIED: 1/11/2010 LOCATION: Port Angeles. Washington Laurel Substation. Bid Menial, #1 OPERATION POLE NOISTATIDNISPAN ANGLE CONDUCTORSICABLES ON POLE STRUCTURES POLE FRAMING EQUIPMENT FRAMING GUYS ANCHORS Existing DEGIDIR I I 1 Add AHEAD LOOKING EMBED. I EQUIPMENT i I Remove POLE STATION SPAN AHEAD COND Position born PLAN & PROFILE STR. TYPEIWOOD LENGTH POLE CDNST k FRAMING I CONSTR CONSTR Transfer NO (FT) (FT) ON LINE QTY -TYPE. I Top of Pole POLE LENGTH{FT) /CLASS I UTY (FT) STANDARD 1 QTY STANDARD QTY GUYING ARRANG UNIT QTY UNIT QTY EXISTING 40CP06 380 I 85 0.00 AAC 1 WOOD, 40FT, CL - 0 I L -90 _ 3-(WIRE SIZE) t 2 i I 1 -336 AAC (NEUT)t 3 I L -00 1 -(WIRE SIZE) {NELUT) 4 I DUPLEX SIL CIR. I 5 _ ! R -90 DUPLEX SIL CIR.I 6 COMM JOINT -USE , 7 ADD REMOVE �{ TRANSFER I 85 EXISTING ADD REMOVE TRANSFER Y988713A -2.xls 1111/2010 REVISION NOTES. 4OCPO5 L - 110 j 110 90.00 B - 336 AAC i 1 1 - 336 MC 1 ^ 2 I JOINT -USE 3 TriAJciis 85 110 DESIGN BY DRAWN BY CHECKED BY APPROVED BY M PETRIE G ORMSBY 3 -336 AAC 3 -336 MC —1 3 -336 AAC WOOD, 40FT, CL -3 0 SIM TO PF 4 04 -A PF 4 01 I - PF305 1 REUSE OF DOCUMENTS PAGE 2 OF 2 1 WIRE DATA PHASE CONDUCTOR 112.47 -kV 3 36.41acrnil AAC 'TULIP' NEUTRAL I 335.41rcmil MC 'TULIP' TAP TO WEST MUST REMAIN ENERGIZED REMOVE 3-336 AAC (B5FT) ON AHEAD SPAN, FOR 1203 TRANSFER FEEDER 1201 TO TOP OF POLE ON NEW TANGENT ASSY — FDR 1201 TO TOP OF POLE ON NEW DOE ASSY TRANSFER S _ FEEDER 1201 COND (BACK & AHEAD] TO NEW DOE XARM CIRCUIT TO NORTH T_O BE WITCHED BY CITY STAFF L LAUREL SUBSTATION SHEET BA -2 THIS DOCUMENT AND THE IDEAS AND DES15145 INCORPORATED HEREIN, AS AN LAUREL SUBSTATION DWG NO. Y9887BA1 -0 It1STNRSHENT OF PROFESSIONAL SERVICE. IS THE PROPERT1 OF TRAMS ENGINEERING, CITY OF PORT ANGELES BID ALTERNATE #1 DATE JAN 2010 INC. AND IS NOT TO BE USED IN VMOLE OR IN PART, FOR A NY OTHER PROJECT WITHOUT DATES REVISION THE WRITTEN AUTHORIZATION OF'TRIAN'S EHVNERRING INC. PORT ANGELES, WASHINGTON DISTRIBUTION POLE REPLACEMENT PROJ NO. Y9857B REMARKS Hryriele A1h.HH RN OWSE775, PETRIENDEOf P TfP\PWTNHRICs riurELVDOL \i1N979TPAn POLE ATTACHMENT HARDWARE SPECIFIED SEPARATELY ELSEWHERE NOTE 2 poi. 175 SINGLE Ne1ES: 1. GUY AND HARDWARE SHALL NOT BE GROUNDED OR RENTED TO THE POLE GROUND MIRE ALL GUYS SHALL HAVE A CDT INSULATOR SPECIFIED SEPARATELY. 2_ DELETE ITEM 2 THIMBLE CLE LY WHEN GUY STRAIN INSULATOR IS ATTACHED DIRECT TO THE ANCHOR SHACKLE AT THE GUM' ATTACHMENT. SEE GUYING ARRANGEMENT DRAWINGS FOR GUY INSULATOR PLACEMENT AND LEAD LENGTH 3 ALL GUYS SHALL BE PRE- TENSIONED BEFORE CONDUCTOR LOADS ARE APPLIED. AHD SHALL BE ADJUSTED k :aw- ,.,ATELY TO SHARE HORIZONTAL LOADS AND TO PROVIDE A SLIGHT RAKE AGAINST THE STRAIN WHEN CONDUCTORS ARE SAGGED. 1„T�M Ott' DESCRIPTION 1 1 ANCHOR SHACKLE, SOK LBS -, ANDERSON A5 -25-1 2 1 THIMBLE CLEWS. 3"5 CBS. MACLEAN CT -880 (SEE NOTE 2) D 2 DEADENS. PREFORMED FOR %' ENS AS REVD GUY STRAND, 1¢' EHS, MIS w 28,889 LBS 8 1 EDT MARKER. 8'. YELLOW. CHANCE 95 -FARMS -TEL 8 1 CLAMP ANCHOR ROD BONDING TRIPLE EYE. CHANCE S TOAT 1 111 - 111=111 111 =111 - � III� �� I � kl 1 1111 X 111 AS 125 - 5INSE Rawl ATInN RFlgNTPFMFRFTS• 1. INSTALLED AS FOLLOWS, ULTIMATE HOLDING STRENGTH IS ASSUMED TO BE NO LESS THAN 3B,BOB LBS Z. WRENCH TORQUE LIMEY: 1i.BBI FT -LEG DO NOT APPLY MORE THAN ORBS FT -LB TO DRIVE ANCHOR. 3. WHERE' ANCHOR CANNOT BE DRIVEN TO PROPER DEPTH A PLATE OR ROCK ANCHOR SHALL BE SUBSTITUTED- ANCHOR TYPE SUBSTITUTIONS DUE TO SOIL CONDITIONS SHALL HOT RE A CAUSE FOP CHANGE IN THE CONTRACT COST N. FINAL INSTALLED TORQUE SHALL BE NO LESS THAN 3.088 FT -LE. AFTER ANCHOR IS DONE; TO PROPER DEPTH. IF THE INSTALLATION TORQUE EACT3DS 3,509 FT —LOS: THE ANCHOR HOLDING IS LIMITED TO 38,800 LEG FOR THE I" DIAMETER ROD USED IF FINAL INSTALLED TCROUE I5 NOT REACHED AFTER INSTALLING 7' ROD, THEN A 1' k 3AF ROO EXTENSION WITH COUPLING (ITEM 3) SMALL BE ADDED. A0CITIINN OF THE EXTENSION ROD SHALL NOT BE A CAUSE FOR CHANGE IN CONTRACT COST. S. ME TOROVE INDICATOR OR SHEAR PINS TO MEASURE FINAL TORQUE & INSTALL ANCHOR IN LINE WITH WT. 7. INSTALL ANCHORS ACCORDING TO MFR'S INSTRUCTIONS & DCUEVALENT ITEMS MAT BE SUBSTITUTED FOR THOSE SPECIIED. 9. DESIGN CRITERIA: CLASS 4 CAP S ASSUMED AT ANCHOR DEPTH. 24 -H0 AST11-1349 GLOWS/FT. ITEM /aril MATERIAL 1 I 1 Anchor, Power Screw, 12" dlo., Nlth 2$" Souorn Inside Huh - CHANCE C1B25202 2 ..I . T...I. Anchor- Ind, -1' -die. .>,.. 7', -wllh. TrIpid_Eye.. Nut ._- CHANCE E1820T553 3 I 1 I Anchor Rad Extension, 1' dia. A 315-ft with Coupling - CHANCE 12251A TriAxis L6 ',NOTE S � ❑ SON —M.,S JR YRM70A.3,OWC : HK AHN G ORMSBY NO. DATE 11 /18' EIAM THROUGH HIRE— REVISION NOTE 3 FEEDER_12B3 NORMAL OPEN IN -LINE BLADE DISCONNECTS EFEPER s2D3 - FFFDER 1781 II °C }1, DEAR THROUGH HOLE tip NOTE 2 4S'DP05 ' 1= BY APVD l A 11/18' SIAM 'THROUGH HOLE 11/16" DIAM THROUGH HOLE 11/13" DIAM THROUGH HOLE '5/58" DIAM THROUGH HOLE NOTE 3 11/16' DIAN THROUGH HOLE NI 1. 2. 3. 4. REUSE OF DOCUMENTS THIS DOCUMENT. AMD THE IDEAS AND DESIGNS INCORPORATED HEREIN. 8 AN INSTRUMENT OF PROFESSIONNAL SERVICE I5 THE PROPERTY pr_ TRIASIS ENGINEERING, INC. AND IN MOT TO BE USED. IN WHOLE OR DI PART, FOR ANT OTHER PROJECT WITHOUT THE WRITTEN AUTHORI2A2ICN OF TRIAKLS ENGINEERING, WC. ALL 71/18" DIAMETER THROUGH HOLES INDICATED ARE TO BE DRILLED BT POLE MANUFACTURER. MOUNT CONDUIT SUPPORT BRACKET TO FIBERGLASS POLE USING SELF - TAPPING SCREWS. CONTRACTOR TO FIELD TRILL. THE BOTTOM THROUGH HOLE. REQUIRED TO MOUNT THE 3- SWITCH MOUNTING BRACKET. SEE CITY FRAMING FRAMING SPECIFICATION LI 3 81 FOR FURTHER DETAILS FIPERGLASS RISER POLE DETAILS (VIEW FACING WEST) BAR IS ONE -HALF INCH ON ORIGINAL ORAWINO • ■1/2' IF NOT ONE -HALF INCH ON THIS SHEET, AIIJJST SCALES ACCORD/MILT. 11/18' DIAM THROUGH HOLE 11/18' SIAM THROUGH HOLE 15/16" DIAM THROUGH HOLE 11/15' DIAM THROUGH HOLE LAUREL SUBSTATION CITY OF PORT ANGELES PORT ANGELES, WASHINGTON NOTE 3� WI LAUREL SUBSTATION BID ALTERNATE #1 DISTRIBUTION POLE REPLACEMENT POLE AND ANCHORING DETAILS SHEET LM W Li DATE PF/OJ NIT 2 0 F- 0 I VI z 0 U tt 0- , BA -3 Y9887BA3 JAN 2010 Y9B87B gORTA e9 GeW w "K5 Aso 1 1 I 1 t I I I 1 I 1 1 1 GLENN A. CUTLER, 1 I Director of Public Works & Utilities ADDENDUM NO. 1 TO PROJECT MANUAL FOR LAUREL SUBSTATION STRUCTURE PROJECT NO. CL05 -2007 NOTICE TO PROSPECTIVE BIDDERS February 23, 2010 Bid opening remains unchanged for March 5, 2010, 2:00 pm. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: Specifications, Page 1 -10, Bid Form: a. Item 2 of the Bid Form, Pole Replacements, shall include, in addition to other work currently specified, replacing two 60 foot. Class 2 poles on the transmission line supplying Laurel Substation. Poles shall be fiberglass, framed as noted on Page 2 of this addendum. Contractor to provide and install all materials, remove and dispose of existing poles and stub poles. b. By signing the Bid Form, the bidder certifies it is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 2. Drawing Sheet BA -2: Attached are City of Port Angeles construction specification details referenced on drawing BA -2: PF113, PF300F, PF305FB, PF307, PF401, PF404 -A, U301, TM401, and 8004A. Delete reference to PF404A1. 3. Specification Section 09911, Page 1, Paragraphs 2.1 and 3.1: Paint being provided by City is Keeler & Long, silicone alkyd, type KLF. Contractor to prepare and prime surface as specified by manufacturer. This addendum must be acknowledged in the space provided on the project Bid Form when it is submitted to the City with your bid. Failure to do so may result in the bid being rejected as being non - responsive. Addendum No. 1 Page 1 of 2 Date: 2/21/10 Appd. Eng: TD Project: CLtiS -2407 J _ � II I 0 LOPEZ AVE. Tr :Jiff/ J Tr l• WHID$Y AVE, -- VASMON AVE. Port Angeles High School CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION LLO POLE 58EP09: REPLACE EXISTING 60FT /CL2 WOOD POLE WITH NEW 60/2 FIBERGLASS POLE. TRANSFER 69KV & DISTRIBUTION UNDERBUILD TO NEW POLE & REMOVE WOOD POLE. REUSE CONDUCTORS. FRAME PER CITY STANDARDS TM401, PF300F, AND S004A, POLE 58FP01: REPLACE EXISTING 60FT /CL2 WOOD POLE WITH NEW 60/2 FIBERGLASS POLE. TRANSFER 69 KV & DISTRIBUTION UNDEBUILD TO NEW POLE & REMOVE WOOD POLE. REUSE CONDUCTORS. FRAME PER CITY STANDARDS TM401, PF300F, AND PF113. LAUREL SUBSTATION Page 2 of 2 ADDENDUM NO. 1 36^ 8" caw 4-4° - cm ALLEY SIDE NOTE: 1 See ES 0 04 for maximum line angle, 2. Orient spring washers to cross grain. ITEM MATERIAL a Insulator, pin type (12.47/7,2 kV) C Bolt, machine, 5/8'' x 10" f Pin, arm, short shank, 5/8'' aw2 Washer, spring, 5/8" at Cutout, Fused, 100A cm Neutral Bracket eq Bracket, fiberglass, insulator/equipment av #6 CU Solid Jumper ek Hot Line Clamp Date 12/07 Appd. Eng: Appd. Ope: Revised. 2109 ALLEY TAP 1- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 2 (§) QTY STOCK # 1 285 074 00031 2 320 020 00014 1 285 074 00038 2 320 092 00010 1 285 028 00001 1 Std N 0 01 or N 0 02 1 285 078 00017 12' 280 016 00015 285 097 00005 Sheet 1 of 1 PF 1 13 a NJ I n PROPERTY SIDE Date: 4/08 Appd. Eng: TJD Appd. Ops: dK Revised: 5/09 d,aw 56" J. 7 , -0 " 0 NOTE: 1. See ES 0 04 for maximum line angle. 26'' cm TANGENT CROSSARM, NEUTRAL LOW 3- PHASE 12.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION 30" = a ( I I da ,A reV . ITEM MATERIAL QTY , STOCK # a Insulator, pin type, phase (12.47/7.2 kV) 3 285 074 00031 cm Neutral Insulator 1 Standard N 0 01 or N 0 02 c Bolt, machine, 5/8"x 12' 2 320 020 00015 d Washer, 2 1 /4' x 2 1/4, flat 4 320 092 00001 f Pin, crossarrn, steel, 5/8" x 5 3/4" 3 285 074 00039 9 Crossarm, Fiberglass, 3 1/2' x 4 1/2 x 10ft 1 540 091 00009 _ ._ ._ aw Washer, Coil Spring 7 320 092 00014 Sheet 1 of 1 PF 3 OOF 1 SECTION A Date: 5/07 App*. Eng. TO Appd. Ops: JK Revised: 2/09 aa.W .d.avY 8 1 : , 7 .g c.d.aw ATtACH POLE GROUND WIRE WITH WIRE CLIP & SELF-TAPPING SCREWS ITEM MATERIAL ()7Y STOCK # c Bolt, machine, 5/8px12. 2 820 020 00015 c1 Bolt, machine, 3 32OO2ODOO1O dl Washer, 3n Sq Curved 3 320 - _-- Q Cnzoaarnn. F�en�|a�a. OE 4^x8"x8# 1 540 091 00000 '------ --- k Insulator, suspension, 15kV 3 28507480010 | Clamp, Deadond 4 285 097 00002 --- aa Nut, eye, 5/8" 3 320 043 00001 mw YVooher.CoU8phng 5 32OOQ2D8D14 za Eylet, 5/8", Straight Oval 1 320 043 00005 DEAD END FIBERGLASS CROSSARM Sheet 1 of 1 3-PHASE 12.47/7.2 kV CITV OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF 3 05FB 1 a d,f awl n Date: 3/07 Appd. Erg: TJD Appel. Cps: JK Revised: 12108 aa,d aa,c1� 44 " 4L-- T 11 b� aa,aw2,d k7 c,aw2 i,awl bi T Position of guy cu when required c,aw2 30" DOUBLE DEADEND, CROSSARM THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION aw2 aw2 NEUTRAL DETAIL Sheet 1 of 2 PF307 1 ITEM MATERIAL OTY STOCK # al Insulator, pin type, phase (12.47/7.2 kV) 5 285 074 00031 k Insulator, suspension, 15kV 4 285 074 0001 0 kl Insulator, suspension, 15kV extended 2 285 074 00011 _ b _ Pin, pole top, 20' 1 285 074 00038 c Bolt, machine, 5/8" x 12" aw Washer, spring, 5/8" bi Gain, pole, 4" x 4" cu Brace, wood 36" n Double arming bolt, 5/8' x 18" Date: 3/07 Appd Eng: TJD Appd. Gps: Revised 8/09 1 320 020 00015 cl Bolt, machine, 5/8" x 1 320 020 00017 d Washer, 2 1/4" x 2 1/4', flat 12 320 092 00001 4a Washer, 3 1/4" x 3 1/4, curved 2 320 092 00003 aa Eye Nut, 5/8" oval 7 320 043 00001 ab Eyelet, 5/8" 1 320 043 00005 Pin, crossarm, steel, 5/8" x 5 3/4" 4 285 074 00039 9 Cross arm, wood, 3 1/2" x 4 1/2' x 8ft 2 540 091 00007 i Bolt, carriage, 1/2' x 7' 2 320 020 00045 aw Washer, spring, 1/2" 2 320 092 00011 13 1 2 2 320 092 00010 285 074 00013 540 091 00005 320 020 00032 DOUBLE DEADEND, CROSSARM Sheet 2 of 2 THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF 3 07 1 1 1 1 1 1 1 1 I 1 1 1 1 1 1 6 .. -- u 20" Clete: 3]07 Appd. Eng. Appd. Cps: Revised: ITEM 10" 17.7" s 8 Ft NOTE: 1. Maximum angle loading 500 lbs per pin. (2 :3.5' per 100) (ar o 16' TYPICAL Position of guy when required QUANTITY STOCK No. 1. Insulator, pin type, double skirt, phase, 12 KV 6 285 074 00031 2. Neutral Bracket Assembly 1 Standard NO 01 3. Bolt, machine, 96" x 14" 1 320 020 00016 4, Washer,'2 Y" x 2 Y ", flat 2 320 092 00001 5. Cross arm, wood, 3 f " x 4 " x 12ft 1 540 091 00003 6. Brace, wood, 28" 2 540 091 00005 7. Pin, crossarm, 96" x 5 4' 6 285 074 00039 8. Gain, pole, 4" x 4° 1 285 074 000 9. Bolt, machine, 1 /2' x 6" 2 320 020 00009 10. Washer, 1/2 " round 2 320 092 00007 Lockwasher, 1/2" 2 320 092 00011 11. Bolt, machine, 9g" x 10" 1 320 020 00014 12. Lockwasher, 3/4" 7 320 092 00012 TANGENT CROSSARM, DOUBLE CIRCUIT Sheet 1 of 1 THREE PHASE CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION PF401 1 4 , Date: 10107 Appd. Eng: Appel. Ops: Revised 26 "— — 20 - 20" - ITEM 1. Insulator, suspension, 15 KV 2. Eye nut, 56 ", oval 2a. Eyelet, % ", straight oval 3. Bolt, machine, " x 18" 4. Washer, 2Y" x 234 ", flat 4a. Washer,3Y "x 334', curved 5. Cross arm, wood, x 4 12ft 6. Brace, steel, 75, 'Y" 7. Bolt, machine, kz' x 6" 8. Washer, round, flat 32 " 9. Double arming bokt,98 " x 20" 10. Gain, poke, 4" x 4" 11. Insulator, pin type, double skirt, phase 12. Pin, cross arm, steel, %" x 5 13. Bolt, double arming, x 10' Clamp, deadend, conductor �Ft Position of guy when required QUANTITY 9 11 1 1 27 1 2 2 4 4 6 1 3 3 1 2 Position of arm guy STOCK No. 285 074 00010 320 043 00001 320 043 00005 320 020 00018 320 092 00001 320 092 00003 540 091 00003 285 074 00006 320 020 00009 320 092 00007 320 020 00033 285 074 00013 295 074 00031 285 074 00039 320 020 00014 285 097 00002 DEAD END, CROSS ARM, DOUBLE CIRCUIT 3 & 1- PHASE 1 2.47/7.2 kV CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 1 of 1 MAINTENANCE PF 4 04-A ONLY ❑ate: 11/15106 Appd. Eng: TD Appel. Cps: JK Revised 4/08 4 \l'W ro NEUTRAL. 4/0 AL 16 ; • 4 TERMINATION WITH DISCONNECT UNDERGROUND SUBSTATION EXIT POLE 6" PVC RISER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION CONNECT CONCENTRIC NEUTRALS TO SYSTEM NEUTRAL. Sheet 1 of 2 U 3 01 1 1 1 Date. 1 1 /1 5/06 Appd. Eng: TD Appd. Ops. J}{ Fievlsed: 4/08 ITEM QUANTITY STOCK No. ae Arrestor, Surge, Distribution Class 3 285 003 00001 ai Ground rod 5 /8 " die x 8ft, copper bonded 1 285 074 00022 a Clamp, ground rod 5g ", bronze 1 285 097 00011 Staples, jz x � x .148, HD Gale. 1 (box) al 285 074 00048 c Wire, CU, #6, Solid tie 30 ft 280 016 00006 O 600 Amp Disconnect, 15 KV, Solid Blade 3 285 067 00001 • Termination, 15 KV outdoor 3 285 100 00017 • Bracket, 3- Switch Mounting 1 285 078 00009 O Clamp, hot tap 3 285 097 00005 • Split -Bolt Connector, CU 4 285 097 00037 O Lug, Grounding 3 285 097 00012 ®8 Bracket, pole riser stand off 15" min. 5 285 078 00005 O Clamp, conduit support, 6" 5 285 010 00006 0° Conduit, Sch 40 PVC, 6" 20 ft 285 019 00006 K Conduit, Sch 80, PVC 6" 10 ft 285 019 00012 0 Elbow, 96 fiberglass, 6' 1 285 019 00068 16 Bell end, Soh 40 PVC, 6" 1 285 019 00019 18 Wire, #2 7 -Str., CU 25 ft 280 015 00008 19 Wire, 336 ACR 15 ft 280 016 00012 0 0 Screw, Lag 1 /2" x 4" 11 320 071 00001 TERMINATION WITH DISCONNECT UNDERGROUND SUBSTATON EXIT POLE 6" PVC RISER CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION Sheet 2 of 2 U 3 01 1 1 1 1 Date. 3/2007 Appd. Eng: TD Appd. Ops: JK Revised: 1 60" 6" 60" 60' MIN TO DIST. 6" 12' 1 Z 12" 4J ITEM QUANTITY STOCK No. 1. Insulator, horizontal, post. 69KV 3 285 074 00055 2, Bolt, Machine , galvanized Vin" x 12' 6 320 020 00027 3, Washer, 3 x 3Z", curved 6 320 092 00003 4. Nut and Lockwasher, 3/4' 6 320 092 00012 5. Armor Rod 556 3 Bulk TRANSMISSION TANGENT, VERTICAL, PHASE OPPOSITE PHASE CITY CF PORT ANGELES ELCTRICAL ENGINEERING SPECIFICATION POSITION OF GUY POSITION OF GUY POSITION OF GUY Sheet 1 of 1 TM 401 ITEM Date 3/07 Aped Eng: TO Appel. °ps: JI< Revised: N 6 FT MIN. (SEE NOTE) 27 FT ON 40 FT POLE 24 FT ON 30 FT POLE (P * SEE NOTE BELOW Place luminaire above curb or edge of roadway. Ground bracket to pole ground STREET LIGHT, 150 W HPS WITH 8 FT MOUNTING BRACKET CITY OF PORT ANGELES ELECTRICAL ENGINEERING SPECIFICATION * MOUNT BELOW NEUTRAL CONDUCTOR. LUMINAIRE HEAD TO PHASE DISTANCE MAY BE REDUCED TO 3 FEET WITH APPROVAL FROM ENGINEERING 1. Luminaire, High Pressure Sodium, 150W, 120V 1 265 056 00002 2. Bracket, 8 ft aluminum, wood pole mounting 1 285 078 00008 3. Wire, 12 -2 cu , 600V 12 ft 280 090 00013 4. Bolt, machine, x 12° 2 320 020 00015 5. Washer, 2%" x 2 flat 2 320 092 00001 6. Fuse, flood seal kit 1 285 034 00049 7. Fuse, street light, 5 amp 1 - Sheet 1 of 1 S004 -A